Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2006-R0070 - Contract-Archer Western Contractors Ltd-Pump Station, Ground Storage Tank - 02/09/2006
Resolution No. 2006-R0070 February 9, 2006 Item No. 6.8 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 for the Southwest Pump Station and Five -Million Gallon Ground Storage Tank, Bid 05 -127 -BM, by and between the City of Lubbock and Archer Western Contractors, Ltd. of Arlington, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council this 9th day of February , 2006• ARC MCDOUGAL, MAYOR ATTEST: JP" JQ_�� )�� Rebecca Garza, City Secretary APPROVED ASJO CONTENT: Adams, Deputy City Manager APPROVED AS TO FORM: Donald G. Vandiver, Attorney o ounsel> gsl/ccdocsfres-Contract-Archer Western Contractors, Ltd 1.31.06 No Text City of Lubbock PURCHASING DEPARTMENT ROOM 204, MUNICIPAL BUILDING 1625 13T" STREET LUBBOCK, TEXAS 79401 PH: (806)775-2167 FAX: (806)775-2164 http://purchasing.ci.lubbock.tx.us ITB# 05-127-BM, Addendum #3 ADDENDUM #3 ITB # 05-127-BM Southwest Pump Station and Five -Million Gallon Ground Storage Tank DATE ISSUED: December 13, 2005 CLOSE DATE: December 15, 2005 @ 2:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. The two sections on the Pipe (02613.1.3H-2 & 02613.3.2.A) are CHANGED as follows: Specification 02613 page 6, section 1.3, H-2 Provide fabricated bends or fittings with a minimum radius of 2- 1/2 times pipe diameter. Specification 02613 page 11, section 3.2, A Allowable deflection = (D) squared / 4000, D = nominal inside pipe diameter. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to BMacnairC,,mylubbock.us THANK YOU, CITY OF LUBBOCK Bruce MacNair Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the Citv of Lubbock Purchasing Manager if any language, requirements, etc., or any combinations thereof. inadvertentiv restricts or limits the reauirements stated in this ITB to a_ single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB#05-127-BMAd3 1 City of Lubbock PURCHASING DEPARTMENT ROOM 204, MUNICIPAL BUILDING 1625 13TH STREET LUBBOCK, TEXAS 79401 PH: (806)775-2167 FAX: (806)775-2164 http://purchasing.ci.lubbock.tx.us ITB# 05-127-BM, Addendum #2 ADDENDUM #2 ITB # 05-127-BM Southwest Pump Station and Five -Million Gallon Ground Storage Tank DATE ISSUED: December 1, 2005 CLOSE DATE: December 15, 2005 @ 2:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Please note the Addendum 2, provided by the Engineers, and the three Plans sheets attached. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to BMacnair(a;rnvlubbock.us iY:F4169 CITY OF LUBBOCK Bruce MacNair Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Purchasing_ Manager if anv language, requirements, etc.. or anv combinations thereof. inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB#05-127-BMAd2 1 Addendum ADDENDUM NO.2 Date November 30, 2005 City of Lubbock Project Name Southwest Pump Station and 5-Million Gallon Ground Storage Tank Project # 9397.8304.20000 ITB# 05-127-BM This Addendum forms a part of Contract and clarifies, corrects or modifies original Bid Documents, dated September 29, 2005. Acknowledge receipt of this addendum in space provided on bid form. Failure to do so may subject bidder to disqualification. A. Project Manual Revisions: 1. Section 02521, Gate Valves, delete section in its entirety and substitute with the attached Section 02521, Gate Valves. 2. Section 04050, Unlit Masonry, add the following under paragraph 3.1 B "Masonry": "5. Where nonbearing masonry walls or partitions abut other masonry walls or partitions, bond together as they are built up, or tie together with strips of metal lath or 14 inch (6 mm) mesh hardware cloth placed across the joint between the two walls. Strips to be at 16 inch (400 mm) vertical centers maximum." 3. Section 15072, Pump Station Piping, add the following under paragraph 2.1 B "Coating": "3. As alternate to the exterior and interior coatings listed above, interior surfaces of all ductile iron water pipe may be cement -mortar lined and seal coated as required by AWWA C104. Pipe exteriors may be asphalt seal coated. The type and brand of interior lining shall be clearly marked on the outside of the pipe and fittings. Except as authorized by the Engineer, only one type and brand of pipe lining shall be used on a given project_" 4. Section 15074, Pump Station Valves, add the following: Under paragraph 2.3 "Check Valves — Slow Closing (CKV-1), add the following: "B. Bermad model 760-03 double chambered, hydraulically operated, diaphragm actuated non -slam check valve or equal. Valve shall have opening and closing speed controls, V-port plug, 150-pound flanged ductile iron globe style body." Under 2.4 "Anti -Cavitation Pressure Reducing Valve (APRV-1) paragraph A, add the following: "Bermad model 720 valve shall be considered an `as -equal' when provided with the anti -cavitation trim. Singer model 106-24-AC with cavitation recovery chamber shall also be considered an 'as - equal'" S. Section 15130, Horizontal Split -Case Pumps, revise the following: Paragraph 1.4 C "Parts and Service" revise to read as follows: "The supplier shall satisfy the Architect/Engineer that he maintains the following within 24-hours of the Lubbock area:" 11/30/05 Page 1 of 4 Addendum Addendum Paragraph 2.1 "Manufacturers" revise to read as follows: "Goulds, Aurora, Fairbanks -Morse, or approved substitution." Remove the following sentence from paragraph 2.2 A "General": "Pumps and/or coatings shall be NSF-61 certified." B. Drawing Revisions: 1. Sheet C102 (5 of 69), Yard Piping Plan: delete the sheet in its entirety and replace with the attached Sheet C102 (5 of 69). 2. Sheet C504 (12 of 69), Miscellaneous Civil Details Sheet 1 of 3: delete the sheet in its entirety and replace with the attached Sheet C504 (3 of 69). 3. Add the following to the set of project drawings: Sheet C507 (XX of 69), Miscellaneous Civil Details Sheet 4 of 4. C. Project Clarifications: The following questions have been raised by various vendors. The question is followed by the official response: Q1: Please review the foundation for the perimeter masonry wall. It doesn't appear that a 12" deep grade beam would be enough support for an 8' tall wall. Reference detail 6 on drawing C504. Al: The foundation was reviewed. Detail 6 on drawing C504 is correct. Please disregard Detail 9 on drawing C504. Q2: I would like to know if steel pipe or ductile iron pipe will be allowed as an alternate on this project. A2: No alternates will be accepted for the yard piping. Q3: Page 7 in the instructions to bidders references approved work hours, but doesn't indicate what they are. Please indicate what the approved work hours. A3: Working hours shall be Sam - 5pm Monday through Friday unless written approval is granted. Approval should come within 48 hours of request. Q4: The bid requires a submission of a list of subcontractors. Is the tank builder considered a subcontractor? We suggest the tank builder be required to be named in the bid. A4: The tank contractor is considered a subcontractor and therefore is required to be named. Q5: Does the asphalt paving quantity include the concrete intersection and paving at the pump station? 4 A5: The asphalt paving quantity includes all asphalt required for the project. The concrete for the drainage flume is a separate bid item. The concrete at the intersection with Milwaukee Avenue is provided by others. Q6: Drawing MP100, 300 and 301 note #5 requires all exposed piping to be coated and lined per specification 15072. Specification section 15072, page 1, paragraph 2.1 B requires a coating that needs to be installed in the factory and not a field installation. Specification section 09910, page 6,.paragraph 3.5A and B provides a paint specification for piping. Please review and advise which coating is required for this project. 11/30/05 Page 2 of 4 Addendum Addendum A6: Coatings for ductile iron pipe shall be as per specification 15072 along with the changes to this specification listed above. Q7: Pipe supports on drawing MP100 (Suction piping) are noted as items 9 and 18. These supports are per detail 1/MP500, and are drawn as per detail 4 on drawing MP500. Please confirm which support detail is required. The same question exists on the pump discharge piping — items 18 and 29. A7: Provide the two different types of pipe supports in the various locations as scheduled. Q8: Section 15130, 1.6 requires a 5-year warranty. Is this pro -rated or 100% over 5 years? A8: The warranty for the split -case pumps shall be 100% for 5 years. Q9: Section 15130, 2.1 H requires maximum NPSHr of 14'. What is the NPSHa for this system? A9: The NPSHa for the system is 16 feet. Q10: Section 16223, 3.2 requires vibration testing by 3'd parry. Again, additional expense for this motor size. Propose vibration testing in the field by the pump supplier in the presence of the Owner and Engineer. This will be less expensive and still provide accurate data. A10: Third party vibration testing is not required. Vibration will be reviewed in the field by the Engineer to comply with generally accepted standards for pump vibrations. 011: On Drawing C-102 / Sheet 5 - 24" Suction / Outlet - The plan view shows a double coupling with the following note- "Thrust Harness and Double Coupling see detail". We can not find a detail of this "DIRL CPL and Thrust Harness", please advise. A11: Thrust harness and double coupling is not required for this connection. The connection shall be made by a flexible coupling only as shown on Detail 2 Sheet C500. Q12: On Drawing C-500 / Sheet 8 - Details 1, 2 & 3 show single couplings on plain end of pipe coming out from under the GST. Are these couplings to be restrained? Is it permissible to use Depend 0 Lok couplings in these applications? Are the Couplings to be restrained? Are they single couplings or double couplings as soon on DRW C-102? Please advise. Al2: The couplings for the tank connections should all be single couplings and each is to be restrained. Coupling vendors will be reviewed on a case by case basis for compatibility and proven use with the pipe materials specified. Q13: On Drawing 0-102 - The 30" Inlet line shows two valves between the 90 Degree bend and the tank foundation, this is possible but if the inlet line requires a double restrained coupling as per the note in question #1, it could be tight. Please review. Can a valve be moved to a location before the 90 Deg. bend if needed? Al 3: A single restrained coupling will be required, not a double restrained coupling. The gate valve can be moved prior to the 90-degree bend if necessary to provide more flexibility. 11/30105 Page 3 of 4 Addendum I n Addendum Q14: Please provide a material specification for the pipe bedding on this project. Specification section 02321 makes a reference to Class AA, A, B and C with no material specification. Drawing C505, details 1 and 2 requires peegravel. Al 4: Pea gravel is required for the pipe bedding as indicated on Details 1 and 2 on Sheet C505. Q15: Is bid item #12 for the cross between the 24" and 30" pipelines? Also provide the material requirements for the backfill above the bedding section, under paving. A15: Bid Item 412 is for the cross connection between the 24" and 30" pipelines. The backfill for the pipe trench shall be as specified in Section 02321, 2.1. Q16: Specification section 07110, Dampproofing — Are we required to dampproof the cavity on the perimeter fence? Also will there be any dampproofing requirements for walls of the pipe gallery? A16: Dampproofing is not required for the perimeter fence or the walls of the pipe gallery. Q17: 1 have been unable to find an Electric Motor Operator specification for the 14" & 18" Gate valves and the 30" Butterfly valve. Please advise me to the location of the EMO specification with -in the bid documents. A17: The Electric Valve Actuators are included in specification Section 16426 "Electric Valve Actuators" of the Project Manual. This addendum consists of 4 pages with 7 pages of attachments. Approved by ENGINEER/ARCHITECT End 11/30/05 Page 4 of 4 c O F 7-hu 94757 m►_:' U' m Addendum A Southwest Pump Station City of Lubbock SECTION 02521 GATE VALVES PART1-GENERA L 1.1 MEASUREMENT A. No separate measurement will be made for gate valves 12 inches in diameter and smaller under this Section. Include measurement in accordance with Section 02510 —Water Distribution Mains. B. Measure gate valves 14 inches and larger in diameter by each type and size of valve installed. C. Measurement for 2-inch blow -off valve with box will be by each valve installed. 1.2 PAYMENT A. No separate payment will be made for gate valves 12 inches in diameter and smaller under this Section. Include payment in accordance with Section 02510 — Water Distribution Mains. B. Payment for gate valves 14 inches and larger in diameter is on a unit price basis by each type and size of valve installed. Unit price includes the cost of required valve box. C. Payment for 2-inch blow -off valve with box is on a unit price basis for each installation. 1.3 SUBMITTALS A. All submittals shall conform to the requirements of Section 01330 — Submittal Procedures. B. Submit manufacturer's product data for proposed valves for approval. C. Provide detailed drawings of gearing mechanism for 14-inch and larger gate valves. 1.4 QUALITY CONTROL A. Submit manufacturer's affidavit that gate valves are manufactured in the United States and conform to the stated requirements of AWWA C500, AWWA C509, AWWA C515, and this Section; and that they have been satisfactorily tested in the United States in accordance with AWWA C500, AWWA C509, and AWWA C515. PART2-PRODUCTS 2.1 MATERIALS A. Provide gate valves manufactured in accordance with AWWA C500, AWWA C509, AA WA C515 and additional requirements of this Section. Valves shall have non -rising stems, shall be opened by turning to the left (counter -clockwise), and shall be furnished with a 2-inch operating nut. B. If the type of valve is not indicated on Drawings, use gate valves as line valves for sizes 20 inches and smaller. When the type of valve is indicated, no substitute is allowed. 160-10049-000 02521-1 Gate Valves I I C. Gate valves 1-1/2 inches in diameter and smaller shall be of bronze body; 125 psig; have non -rising -stems; be of single -wedge, disc type with screwed ends. D. Gate valves 2 inches and larger shall be coated in accordance with AWWA C550. The coating shall be non -toxic, impart no taste to water, and shall function as a physical, chemical, and electrical barrier between base metal and surroundings. The coating shall be a minimum 8-mil thick, fusion -bonded epoxy. Prior to assembly of valve, apply protective coating to interior and exterior surfaces of body. E. Gate valves 2 inches in diameter shall have an iron body; be double disc or resilient -seated; have a non - rising stem; 150-pound test, 2-incb square nut operating, and shall open by turning counter -clockwise. F. Gate valves 3 inches to 12 inches in diameter shall be non -directional, standard -wall resilient seated (AWVdA C509), parallel seat double disc (AWWA C500), or reduced -wall resilient seated gate valves (AWWA C515) with a 200 psig pressure rating, bronze mounting, push -on bell ends with rubber joint rings, and nut -operated -§ unless otherwise specified. Valves shall be as manufactured by Mueller, M & H, Darling, Clow, Tyler, or pre - approved substitute. Comply with following requirements unless otherwise specified on Drawings: u3 1. Full encapsulated rubber wedge or rubber seat ring mechanically attached with minimum 304 stainless steel fasteners or screws; threaded connection isolated from water by compressed rubber around opening. 2. Valve body shall be cast or ductile iron. Flange the bonnet and stuffing box together with ASTM A307 Grade B bolts. Manufacturer's initials, pressure rating, and year manufactured shall be cast in body. 3. Valve components in waterway shall contain not more than 15 percent zinc and not more than 2 percent aluminum. 4. Valve stem shall be non -rising and consist of ASTM B763 bronze, alloy number-995 with a minimum yield strength of 40,000 psi and a minimum elongation in 2-inches of 12 percent. 5. O-rings shall conform to the requirements of AWWA C500, Section 3.12.2, AWWA C509, Sections 2.2.6 and 4.8.2, or AWWA C515, Section 4.2.2.5. 6. Stem seals consist of three O-rings, two above and one below thrust collar with anti -friction washer located above thrust collar for operating torque. Stem nut shall be independent or integrally cast of ASTM B62 bronze. 8. Resilient wedge shall be molded, synthetic rubber, vulcanized and bonded to cast or ductile iron wedge or attached with 304 stainless steel screws tested to meet or exceed ASTM D429 Method B. Seat against epoxy -coated surface in valve body. 9. Bolts shall conform to the requirements of AVYTWA C500 Section 3.4, AWWA C509 Section 4.4, or AWWA C515 Section 4.4.4. Bolts shall be stainless steel, cadmium plated, or zinc coated. 10. All parts for valves furnished must be standard and completely interchangeable with valves of the same brands. The successful bidder may be required to furnish the owner with a letter stating what type of valve he proposes to use and a letter from the manufacturer stating the parts are standard and interchangeable as herein specified. G. Gate valves 14 inches to 2-4-30 inches: Provide AWWA C515; reduced -wall, resilient seated gate valves with 250 psig pressure rating. Furnish with spur or bevel gearing. 160-10049-000 02521-2 Gate Valves 1. Mount valves horizontally if proper ground clearance cannot be achieved by normal vertical installation. For horizontally mounted gate valves, provide bevel operation gear mounted vertically for above ground operation. Rollers and scrapers shall be provided for all valves mounted horizontally. The rollers shall travel on a bronze track and shall suunort the wedge assembly during travel The roller carriage shall have scrapers for cleaning the track ahead of the rollers. 2. Use valve body, bonnet, wedge, and operator nut constructed of ductile iron. Fully encapsulate exterior of ductile iron wedge with rubber. 3. Ensure wedge is symmetrical and seals equally well with flow in either direction. 4. Provide ductile iron operator nut with four flats at stem connection to apply even input torque to the stem. 5. Bolts shall conform to the requirements of AWWA C515, Section 4.4.4. Bolts shall be stainless steel, cadmium plated or zinc coated. 6. Provide high strength bronze stem and nut. 7. O-rings shall conform to the requirements of AWWA C515, Section 4.2.2.5, pressure O-rings as gaskets. 8. Provide stem sealed by three O-rings. Top two 0-rings are to be replaceable with valve fully open at full rated working pressure. 9. Provide thrust washers to the thrust collar for easy valve operation H. 'When shown on Drawings, provide non -rising, extension stem having coupling sufficient to attach securely to operating nut of valve. Upper end of extension stem shall terminate in square wrench nut no deeper than 4 feet from finished grade or as shown on Drawings. Support extension stem with an arm attached to wall of manhole or structure that loosely holds extension stem and allows rotation in the axial direction only. I. Gate valves in factory mutual (fire service) type meter installations shall conform to provisions of this specification. Outside screw and yoke valves shall carry Iabel of Underwriters' Laboratories, Inc. These valves shall be flanged, Class 125, and turn clockwise to close. j. ResilierA wedge gate valve shall enly be installed in a vertieal peskieii-. K—J. Provide flanged joints when valve is connected to steel or prestressed concrete cylinder pipe. PART3-EXECUTION 3.1 INSTALLATION A. Earthwork. Conform to applicable provisions of Section 02321— Earthwork for Site Utilities. B. Operation. Do not use valves for throttling without prior approval of manufacturer. 3.2 SETTING VALVES AND VALVE BOXES A. Remove foreign matter from within valves prior to installation. Inspect valves in open and closed positions to verify that parts are in satisfactory working condition. 160-10049-000 02521-3 Gate Valves t B. Install valves and valve boxes where shown on Drawings. Set valves plumb and as detailed. Center valve boxes on valves. Carefully tamp earth around each valve box for minimum radius of 4 feet, or to undisturbed trench face when less than 4 feet. Install valves completely closed when placed in water line. C. For pipe section of each riser, use only 6 inch, ductile iron Class 51, or DRI8 PVC pipe cut to proper length. Riser must be installed to allow complete access for operation of valve. Assemble and brace box in vertical position as indicated on Drawings. 3.3 STERILIZATIONT Sterilize each unit of the completed distribution system in accordance with Section 02510 — Water Distribution Mains. 3.4 TESTING A. Factory Testing. Each shop assembled valve shall be given a hydrostatic test of two (2) times the rated operating pressure and during the test, air shall be injected into the body chamber of the valve to check its ability to release entrained air to the atmosphere under operating pressure. B. Hydrostatic Tests. Perform hydrostatic testing in accordance with Section 02510 — Water Distribution Mains. C. Bacteriological Tests. Perform bacteriological testing in accordance with Section 02510 — Water Distribution Mains. 3.5 PAINTING Coat valves located in vaults, stations, and above ground using heavy-duty machinery paint with color and type to be approved by the Engineer. Minimum of two (2) coats shall be applied with minimum of three (3) mil thickness. Apply coating in accordance with manufacturer's recommendations. END OF SECTION 160-10049-000 02521-4 Gate Valves No Text 0 City of Lubbock PURCHASING DEPARTMENT ROOM 204. MUNICIPAL BUILDING 1625 13TH STREET LUBBOCK. TEXAS 79401 PH: (806)775-2167 FAX: (806)775-2164 littp://purcliasiiia.ei.lubbock.tx.us DATE ISSUED: OLD CLOSE DATE: NEW CLOSE DATE: ITB# 05-127-BM, Addendum #1 ADDENDUM #I ITB # 05-127-BM Southwest Pu1np Station and Five -Million Gallon Ground Storage Tank November 18, 2005 November 22, 2005 @. 2:00 P.M. December 15, 2005 @ 2:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bid due date and time are CHANGED from November 22, 2005 @ 2:00 P.M to December 15, 2005 @ 2:00 P.M. 2. Bidders are reminded that all requests for clarification are to be submitted IN WRITING to the Buyer (Bruce MacNair). Contact information is provided below. 3. Please note the Addendum 1, provided by the Engineers, and the eight Plans sheets attached. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Boa 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to BMacnair@mylubbock.us THANK YOU, CITY OF LUBBOCK Bruce MacNair Senior Buyer It is the intent and purpose of the City, of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Purchasing Manager if any language. requirements. etc.. or any combinations thereof. inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB#05-127-BMAd1 Addendum Date November 14. 2005 City of Lubbock Project Name Southwest Pump Station and 5-Million Gallon Ground Storage Tank Project # 9397.8304.20000 ITB# 05-127-BM This Addendum forms a part of Contract and clarifies, corrects or modifies original Bid Documents, dated September 29, 2005. Acknowledge receipt of this addendum in space provided on bid form. Failure to do so may subject bidder to disqualification. A. Project Manual Revisions: 1. Section 02322, Earthwork for Building Construction, paragraph 3.2 B "Requirements Under Ground Storage Tank" revise ASTM standard from D698 to D1557. 2. Section 02741, Asphaltic Concrete Paving, delete section in its entirety and substitute with the attached Section 02741, Asphaltic Concrete Paving. 3. Section 13201, Wire -Wound Prestressed Concrete Tank, paragraph 1.3C "Design Criteria" 4. delete this paragraph and replace with the following: "4. The dome roof shall have a rise to span ratio within the range of 1:12 to 1:14." 4. Section 13201, Wire -Wound Prestressed Concrete Tank, paragraph 1.3C "Design Criteria" add the following: "9. Roof ventilator should be provided to admit air at a flow rate equal to the maximum tank outflow rate at pressure differentials not exceeding 2.0 in. of water column. The maximum tank outflow rate is 14,500 gallons per minute (gpm)." 5. Section 13201, Wire -Wound Prestressed Concrete Tank, paragraph 2.11A.8 delete and replace with L the following: "8. A circular Type 316 stainless steel manway with a hinged cover. A Type 316 stainless steel grab bar and a 316 stainless steel ladder shall be installed at the manway location." 6. Section 13411, Radio Telemetry System, paragraph 1.1A, revise to read: "...consisting of two spread spectrum radio..." 7. Section 13413, Instrument Panels, Part 2, paragraph A, add the following: "Provide NEMA 12 painted steel enclosures with standard hardware. NEMA 4 enclosures with stainless steel hardware are not required." 8. Section 13440, Input/Output List, add D1 point G01ALM for engine/generator general alarm for GEN-01. 9. Section 15130, Horizontal Split -Case Pumps, delete section in its entirety and substitute with the attached Section 15130, Horizontal Split -Case Pumps. 10. Section 16060, Grounding, revise paragraphs 2.3A and 2.3B to include the following: "Use bare copper conductors. Tinned -copper conductors are not required." 11/14/05 Page 1 of 4 Addendum Addendum 11. Section 16223, AC Electric Motors -- Greater Than 100 HP, revise the following paragraphs: Paragraph 1.513 to read "Perform Manufacturer's standard factory tests." Paragraph 2.5 to add the following: "Roller bearings are acceptable in lieu of split -sleeve babbit bearings." Paragraph 2.6, replace the first two sentences with the following: "Rotor bars shall be made from aluminum or aluminum alloy." 12. Section 16230, Packaged Engine Generator Systems, revise per the following: Add paragraph 2.1 B.7 to read as follows: "Provide pre -wired general alarm from C dry contacts which change state for all engine/generator pre -alarms, fault shutdown alarms, battery charger alarms and fuel tank alarms." Delete paragraph 2.2G.1. RTDs embedded in the generator are not required. Add paragraph 2.2H to read as follows: "Provide 1600FA/1600TA main generator circuit breaker in accordance with Section 16415 — Paragraph 2.7." 13. Section 16371, Variable Frequency Drives 100 HP and Greater, replace section in its entirety with the attached Section 16372, Variable Frequency Drives 100 HP and Greater. 14. Section 16373, 480V Solid State Motor Controllers — Greater than 100 HP, replace section in its entirety with the attached Section 16373, 480V Solid State Motor Controllers — Greater than 100 HP. 15. Section 16442, Panelboards, revise paragraph 2.3 to read the following: "Use copper busses. Tin-plated busses are not required" 16. Section 16445, Motor Control Centers, revise paragraph 2.4 to read the following: "Use copper busses. Tin-plated busses are not required." 17. Section 16720, Telephone Service, revised paragraph 2.1 to read the following: "Contact Gwen Decker at 806-741-5200." B. Drawing Revisions: 1. Sheet C100 (3 of 69), Overall Site & Access Plan: delete the sheet in its entirety and replace with the attached Sheet C100 (3 of 69). 2. Sheet C102 (5 of 69), Yard Piping Plan: delete the sheet in its entirety and replace with the attached Sheet C102 (5 of 69). 3. Sheet C103 (6 of 69), Prestressed Concrete Tank Plan & Section: delete the sheet in its entirety and replace with the attached Sheet C103 (6 of 69). 4. Sheet C300 (7 of 69), Prestressed Concrete Wall Sections: delete the sheet in its entirety and replace with the attached Sheet C103 (6 of 69). 5. Sheet C500 (8 of 69), Prestressed Concrete Tank Detail Sheet 1 of 4: delete the sheet in its entirety and replace with the attached Sheet C500 (7 of 69). 6. Sheet C501 (9 of 69), Prestressed Concrete Tank Detail Sheet 2 of 4: delete the sheet in its entirety and replace with the attached Sheet C501 (7 of 69). 7. Sheet C502 (10 of 69), Prestressed Concrete Tank Detail Sheet 3 of 4: delete the sheet in its entirety and replace with the attached Sheet C502 (10 of 69). 8. Sheet C504 (12 of 69), Miscellaneous Civil Details Sheet 1 of 3: delete the sheet in its entirety and replace with the attached Sheet C504 (3 of 69). 9. Sheet E002 (48 of 69), Electrical Overall Site Layout & Access Plan: revise the following: 11/14105 Page 2 of 4 Addendum Addendum Delete General Notes 3 through 7. The information contained in these notes contradicts the requirements listed in the Specifications. Refer to the Specifications for this information. Add new general note to read as follows: "Provide #4/0 bare copper counterpoise around utility transformer and generator pads. Provide ground rods at each of three corners and a ground test well at the remaining corner. Bond counterpoise to DB-02, DB-03 and DB-04 grounding conductors with #4/0 bare copper. Provide #4/0 bare copper bonding conductors to utility transformer and generator." Add new general note to read as follows: "Provide ground rod at the bank of the tank stairs and bond to the stairs with #4/0 bare copper." Revise Keyed Note 2 to add the following sentence: "Provide 11 type 'FE' fixtures mounted at base, each landing and every fourth step." 10. Sheet Ell 00 (49 of 69), Pump Building Electrical One -Line Diagram: make the following revisions Revise MCCA-Cl circuit breaker to 400FA/300TA. Revise MCCA-C6 circuit breaker to 600FAt500TA. 11. Sheet Ell 01 (50 of 69), Pump Building Electrical One -Line Diagram: make the following revisions: Revise MCCA-E2 circuit breaker to 400FA/300TA. Revise MCCA-E7 circuit breaker to 600FA/500TA. Revise future MCCA-H7 circuit breaker to 600FA/500TA. 12. Sheet E213, (55 of 69), Pump Building Grounding & Lightning Protection Plan: make the following revision: Bond each steel crane support column to the grounding counterpoise using #4/0 bare copper. Typical for eight columns. Refer to Sheet S101 for column locations. 13. Sheet E302, (57 of 69), Pump Building Schedules: make the following revisions: Revise MCC-A-Cl phase conductors to 350 KCMIL. Revise VFD-101-1 phase conductors to 350 KCMIL. Revise MCC-A-E2 phase conductors to 350 KCMIL. Revise VFD-102-1 phase conductors to 350 KCMIL. Add GEN-01-2 from GEN-01 to ATS-01 for generator start/stop control and alarm monitoring consisting of 1-16PR#16TP cable in 1"C. Add GEN-01-3 from ATS-01 to SCADA PANEL for generator alarm monitoring consisting of 1- 16PR#16TP cable in 1 "C. C. Project Clarifications: 1. Geotechnical Report: The geotechnical report referenced in Section 13201, Wire -Wound Prestressed Concrete Tank is included as part of this addendum. 2. The following questions were raised during the pre -bid meeting, followed by the official responses: Q1: Can the bid due date be extended? Al: Yes, New bid due date will be December 15, 2005 at 2:00pm Q2: What unit of measure does "MSF" represent in bid item 4? A2: MSF is a unit defined by Means Cost Estimating as "1,000 square feet". 03: Specification Section 09910 "Painting" paragraph 3.5 A.3 calls for painting all ferrous cooling tower 1 piping and associated hangers. Is a cooling tower included as part of this project? 11/14/05 Page 3 of 4 Addendum Addendum A3: A cooling tower is not included as part of this project, therefore this part of the painting specification does not apply to this project. Q4: 2" ductile iron pipe is currently specified for the chemical sampling line. This type and size of pipe -7 is difficult to obtain, can an acceptable substitution be named? A4: 2" Type K Copper is an acceptable substitute for the 2" ductile iron pipe specified. ti Q5: Is the City providing all of the SCADA equipment and the programming? A5: No. The Contractor is to supply and install the SCADA equipment. The City will be responsible for programming the SCADA system at the City's central operating location. Q6: The delivery date for the generator within the 365 could be a problem due to the demand in the hurricane -affected areas. Could the project be considered substantially complete without the generator? A6: This issue will be addressed as delivery schedules are determined. The City of Lubbock understands issues regarding delivery not in control of the contractor. 3. The following questions have been raised by various vendors. The question is followed by the official response: Q1: Please confirm that 40 psf live load is required on the dome as specified in Section 13201.2 paragraph 1.3C3. Generally live load in this area is between 15 and 20 psf. Al: 40 psf live load is required for this project. This is based on a specific request from the City of Lubbock. Q2: We note that all metals in the tank appear to be 316 stainless steel. Please confirm that all metal inside the tank and through the wall of tank is 316 stainless steel. A2: All metal that is inside the tank or through the wall of the tank, with the exception of the required reinforcement, shall be 316 stainless steel. This addendum consists of 4 pages with 99 pages of attachments. ..l Approved by ENGINEER/ARCHITECT End OF t: GRMAM [M. MOB 947 11/14/05 Page 4 of 4 Addendum FJ' Te W. Enprotec / Hibbs & Todd August 2, 2005 Mr. Graham Moore, P.E Lockwood, Andrews & Newnam, Inc. 10801 North Mopac Expressway Building 1, Suite 120 Austin, Texas 78759 Subject: Geotechnical Investigation Proposed Southwest Pump Station & Distribution System Lubbock, Texas Dear Mr. Moore: In accordance with your instructions, we have conducted a Geotechnical Investigation for the above referenced project. The conclusions and recommendations of this investigation are to be found in the attached report. We trust that this will provide the information you have requested. If there are any further questions or if we may be of further service should geotechnical needs develop during construction, or if materials testing and inspection services are desired, please do not hesitate to call. Respectfully submitted, ENPROTEC, INC. e I G. Scott Yungblut, PA, Geotechnical Engineer Enclosure 04-2905 r-.--- *Ok * 4b •;. , rki.•.u....•...•...............�.'� GARY SOQTT YUNGSLUT cc: Mr. Woody Scott, P.E. - LAN (2) Environmental, Civil & Geotechnical Engineers Abilene Office 402 Cedar Abilene, Texas 79601 P.O. Box 3097 Abilene, Texas 79604 325.698.55601 325.691.0058 fax Lubbock Office 6310 Genoa Avenue, Suite E Lubbock, Texas 79424 806.794.1100 i 806.794.0-178 fax www.e-ht.com Granbury Office - Avalon Town Center 1030 East Highway 37, , Suite 200 ,- Granbury, Texas 76048 817.579.6791 i 817.579.6114 fax GEOTECHNICAL INVESTIGATION FOR THE PROPOSED SOUTHWEST PUMP STATION & DISTRIBUTION SYSTEM LUBBOCK, TEXAS TABLE OF CONTENTS Page INTRODUCTION General....................................................1 Scope.......................................................1 Limitations.................................................... 1 SITE DESCRIPTION Site Location and Topography ...................................... 2 DESCRIPTION OF WORK Field Investigation .............................................. 2 Laboratory Testing .............................................. 3 Engineering Analysis ............................................. 3 SUBSURFACE MATERIALS AND CONDITIONS Site Stratigraphy ............................ I ................... 4 Groundwater ....................... 4 Laboratory Results ......................... I .................... 4 FOUNDATION DESIGN CONSIDERATIONS General......................................................5 Shallow Foundation ............................................. 5 Drilled Pier Foundation - Building .................................... 6 Building Floor Slab .............................................. 7 Tank Foundation...............................................7 Perimeter Moisture Control ........................................ 8 BELOW -GRADE WALL DESIGN PARAMETERS General ..................................................... 8 _ Below Grade Wall Backfill......................................... 9 FOUNDATION CONSTRUCTION RECOMMENDATIONS Site Clearing/Stripping.......................................... 10 Pad Preparation ............................................... 10 Proofroliing_ 10 SelectFill ................................................... 11 Foundation Excavation .... ....................................... . 11 Utilities.....................................................11 FOUNDATION CONSTRUCTION CONSIDERATIONS WetWeather ................................................. 12 Excavation Caving ............................................. 12 General...............................................I.....12 Earthwork...................................................13 Concrete....................................................13 APPENDIX A - Boring Locations APPENDIX B - Summary of Classification Tests APPENDIX C - Boring Logs GEOTECHNICAL INVESTIGATION FOR THE PROPOSED SOUTHWEST PUMP STATION & DISTRIBUTION SYSTEM LUBBOCK, TEXAS INTRODUCTION GENERAL: This investigation was authorized by Lockwood, Andrews & Newnam, Inc. (LAN) representing the City of Lubbock. The purpose of this investigation is to provide foundation design information along with construction recommendations for the proposed Southwest Pump Station and Distribution System in Lubbock, Texas. The proposed development includes a 200 foot diameter 5 MG prestressed concrete ground storage tank with a concrete, dome, a-3,800 square foot pump station building and a new water distribution 1ine. Detailed site grading has not been provided, however it is understood that the building and ground storage tank will be constructed at or near the existing site grades. Based upon information from Natgun Corporation it is understood that the preliminary foundation calculations indicate that the soil contact pressure beneath the membrane floor will be 1,392 psf, and the footing contact pressure for the tank will be 3,140 psf. SCOPE: The scope of the exploration and analysis to be performed by Enprotec, Inc. included a site reconnaissance, the subsurface exploration, field and laboratory testing, and an engineering analysis and evaluation to provide design recommendations for the foundations and building floor slab along with construction recommendations for the proposed development. Details and results of the investigation are discussed in the following sections of this report. UmITAi`IONS: The Geotechnical Engineer warrants that the findings, recommendations, specifications, or professional advice contained herein have been made after being prepared in accordance with generally accepted professional engineering practice in the fields of foundation engineering, soil mechanics, and engineering geology. No other warranties are implied or expressed. Geotechnical Investigation Page 2 Southwest Pump Station & Distribution System 04-2905 SITE DESCRIPTION SITE LOCATION AND TOPOGRAPHY: The proposed site is generally located in the northeast quadrant formed by the intersection of 82ND Street and Oakridge Avenue in Lubbock, Texas. At the time of the subsurface exploration the site was a plowed field in agricultural use. Site topography was relatively flat with about 1 to 2 feet of elevation difference across the site. DESCRIPTION OF WORK FIELD INVESTIGATION: Drilling and soil sampling activities were performed at select locations of the subject site on June 13th, 14h and 151h, 2005. Eighteen test borings were drilled to a depths ranging from about 10 to 75 feet below the existing ground surface elevation at the locations shown on Figure 1 in Appendix A. The test borings were drilled utilizing a truck -mounted Failing rotary drilling rig. The test borings were advanced utilizing dry sampling methods and/or rotary air drilling techniques which allow for accurate groundwater observations. Drilling and sampling activities were performed in general accordance with referenced ASTM and/or TxDOT procedures or other accepted methods. Soil formations were sampled using a 3 inch diameter Shelby -type steel tube sampler (ASTM D 1587), a 2 inch split barrel sampler (ASTM D 1 586) and/or by the Texas -, Highway Department Cone Penetrometer (TCP) method. Additionally, undisturbed soil ., samples were subjected to calibrated pocket penetrometer tests (Qp) to assist in evaluating the shear strength of the cohesive soils. The reports of the field tests are reported on the Logs of Borings in Appendix C. The borings were visually logged in the field, and all recovered samples were placed in core boxes for delivery to the laboratory. Push -tube samples and split barrel samples were placed in polyethylene plastic bags to minimize moisture changes. 00 G eotech ni cal Investigation Southwest Pump Station & Distribution System 04-2905 Page 3 The borings were observed for groundwater at each test location, during and following the completion of the boring. These observations are shown on the Logs of Borings and discussed in a later section of this report. The borings were backfilled with on -site materials upon completion of the field work. Logs of Borings were subsequently prepared, along with a legend titled EXPLANATION OF SYMBOLS AND TERMS USED ON BORING LOGS and GENERAL NOTES. The legend and general notes show typical soil and rock classifications, drilling symbols, weathering descriptions and soil structure characteristics. LABORATORY TESTING: Select materials recovered in the borings were tested in the laboratory and classified based on the laboratory test results. Laboratory testing was conducted in general accordance with ASTM procedures and standards. Atterberg Limits (ASTM D 4318) and Minus 200-Mesh Sieve Tests (ASTM D 1140) were performed on selected soil samples in order to classify and establish index properties and grain size characteristics of the soils. Additionally, a consolidation test was performed on a representative sample to assist in the settlement analysis. Appendix B summarizes the results of these classification tests. The soil classifications are based on the Unified Soil Classification System (USCS). ENGINEERING ANALYSIS: An engineering analysis was conducted on the information obtained from the field and laboratory investigations and from information provided by the Client or the Client's representatives. If revisions to the plans for the proposed project, or if deviations from the subsurface conditions presented in this report are encountered during construction, we should be notified to determine if changes in our recommendations are required. Geotechnical Investigation Page 4 Southwest Pump Station & Distribution System 04-2905 SUBSURFACE MATERIALS AND CONDITIONS SITE STRATIGxRAPHY: A detailed description of the site stratigraphy is provided on the Logs of Borings. Generally the subsurface conditions at the site may be characterized as follows: Firm relative density brown clayey sands were encountered from the surface to depths ranging from 1'/2to 6 feet. The brown clayey sands were underlain by loose to very dense tan clayey sands with calcareous nodules to a depth of 30 feet at Test Boring Nos. T-2 to T-12, and to a depth of 41 feet at Test Boring. No. T-1. The clayey sands at Test Boring No. T-1 were underlain by firm to dense silty sands with alternating layers of clayey sands to at least a depth of 75 feet, the termination depth of the deeper test boring. GROUNDWATER: Groundwater was not encountered within the test borings during or at the completion of drilling activities. An accurate depiction of the groundwater depth would require leaving the test borings open for an extended period of time due to the moderately impermeable soils. Based upon the soil moisture contents and soil mottling, the groundwater table was considered to exist at depths greater than 75 feet below current grades at the time of the subsurface exploration. The water table may fluctuate seasonally and during periods of heavy rainfall. _ Groundwater is not expected to affect shallow foundation construction at this site. Filtered sump pumps placed in the bottom,of excavations are expected to be suitable or water removal above the water table. LABORATORY RESULTS: The results of the Atterberg Limits Testing indicate that the tested soils possess liquid limits (LL) ranging from 21 to 38 with corresponding Plasticity Indices (PI) of 4 to 19. Soil Classification Tests indicate that the soils exhibit a low to moderate expansive potential with a slight to moderate degree of plasticity. The soils are classified as SC and CL materials according to the Unified Soil Classification System (USCS). Refer to Appendix B for the laboratory test results of the materials tested. Geotechnical Investigation Southwest Pump Station &. Distribution System 04-2905 FOUNDATION DESIGN RECOMMENDATIONS r Page 5 GENERAL: The proposed site is underlain by moderate strength, low to moderately expansive clayey and silty sands. The Potential Vertical Rise (PVR) has been estimated using the State of Texas Highway Department Materials and Testing Division Test Method TEX-124-E "Methods of Determining the Potential Rise" for the existing soils. The PVR for this site is estimated to be three-quarters to one inch. For the building, a differential movement of half of the PVR can be assumed. However, differential movement can be equal to or even double the PVR in extreme conditions such as soils exposed to moisture and swelling in one area and drying and shrinkage in another. Recommendations for shallow foundations have been provided within this report. SHALLOW FoUNDATION -BUILDING: A near surface ground supported shallow .foundation system will provide support for the structural loads associated with the proposed building structure. Spread footings for building columns and continuous wall footings for load bearing walls may be designed for maximum allowable bearing pressure of 2,000 pounds per square foot (psf) at 18 to 24 inches within the newly placed fill, based upon dead load plus design live load considerations. A subgrade modulus of 130 psi/in may be used for foundation design within the properly compacted fill material. The bottoms of the footings should bear at the minimum depths (as discussed) below adjacent surface grades along the perimeter to reduce seasonal effects on the supporting soils and should also be in accordance with local building code requirements. Any shallow or near ground supported foundation should be designed y a structural engineer experienced in design of shallow foundations. Geotechnical Investigation Page 6 Southwest Pump Station & Distribution System 04-2905 DRILLED PIER FOUNDATION - BUILDING: Deep foundations consisting of underreamed drilled piers may be utilized for the proposed structure. The clayey sand at a depth of about 15 feet below existing grade is expected to provide a suitable bearing stratum for the drilled piers. Design pier depths shown in the construction documents should ensure that the depth indicated above is reached by the piers. The proper depth must be reached in order to ensure adequate bearing capacity. Piers founded in the referenced materials may be sized assuming a maximum net allowable end bearing pressure of 4,000 psf, based on a dead load plus design live load considerations. This value includes a safety factor of at least 3 against shear failure in the supporting soils. The piers should have a minimum diameter of 18 inches for good quality construction and inspection. Minimum on -center pier spacing should be 2 times the pier diameter (end bearing shaft) at the bearing surface to eliminate an overlapping stress influence. The piers should be reinforced for their full depth to within 6 inches of the bottom of the pier to resist potential tensile forces which may develop due to swelling of the site soils and due to structural loads. It is recommended that each pier be reinforced with a minimum 0.5 percent reinforcing steel (based on the cross -sectional area of the pier shaft). The steel may be considered part of the reinforcement required by axial compressive loads, lateral load considerations, or the minimal reinforcement required by the codes. 3 Underreamed piers should have a minimum bell diameter to shaft diameter ratio of 2.0 4 to resist uplift forces, associated with shrinking and swelling of the site soils, that may be created by soil -to -pier adhesion in the zone of expansive clays. A maximum bell diameter to shaft diameter ratio of 3.0 is also recommended. The maximum slope (angle) of the underream bell should be 451 so that the shaft does not create a "punching shear" through the bell. In addition, it should be noted that there is a much greater potential for caving of bells during drilling and concrete placement when bell diameters greater than 48 inches are used. Geotechnical Investigation Page 7 ` Southwest Pump Station & Distribution System 04-2905 Detailed inspection of pier construction should be performed by a representative of the geotechnical engineer to verify that the piers are vertical and founded in the proper bearing stratum, and to verify that all loose materials have been removed prior to concrete placement. Although not anticipated at this site, temporary casing must be used where necessary to stabilize pier holes. Any accumulated water must be removed prior to the placement of concrete. If the pier hole has been cased, sufficient concrete should remain in the casing as the casing is withdrawn to prevent any discontinuities from forming within the concrete section. Additionally, concrete placed in drilled piers should not be placed at slumps less than 5 inches unless it is consolidated with a vibrator or by other means. Concrete which is placed in piers at a slump less than 5 inches increases the potenti-al for honeycombing. BUILDING FLOOR SLAB: A soil supported floor slab may be used in conjunction with the shallow foundation. The slab -on -grade should be supported on properly compacted existing soils or low expansive (PI <_ 15) structural fill used to raise site grades which will provide a PVR of 1 inch or less. Based upon the assumed floor slab five loads a minimum 4-inch thick concrete slab reinforced with at least #4 rebar 18. inches on center, each way, placed mid -height within the floor slab is recommended for geotechnical concerns. The actual floor slab design, however, should be provided by the structural engineer. TANK FOUNDATION: A near surface ground supported conventional shallow foundation system will provide support for the structural loads associated with the proposed tank. Following proper subgrade preparation and placement of a minimum 8 inches of granular base material, footings for the tank may be designed utilizing a maximum net allowable bearing pressure_ of 2,500 pounds per square foot (psf), based upon dead load plus design live load considerations. The net allowable bearing capacity value provided includes a safety factor of at least 3 against a general shear failure in the supporting soils. The site soils fall into Site Classification D for ground motion. A conservative settlement analysis indicates that uniform settlement beneath the perimeter will be on the order of 6 inches, and at the tank center settlement will be on the order of 4 inches. Geotechnical Investigation Southwest Pump Station _ > & Distribution System 04-2905 A compacted unit weight of approximately 120 pounds per cubic foot (pcf) for excavated soils .used as backfill material above the footing and inside wall can be used for purposes of evaluating resistance to the forces acting on the spread footing. PERIMETER MOISTURE CONTROL: Proper design of a foundation in moderately expansive soils should include perimeter surface moisture control. Basically, expansive soils experience volume changes when allowed to dry or when allowed access to moisture. Thus, if the soil moisture content remains constant, soil volume changes will be minimal. In reality, it is difficult to prevent seasonal soil -moisture fluctuations, but these moisture changes can be limited. Proper grading and drainage around foundations to prevent ponding of water is essential. Outlets for gutter systems should empty either into storm drains or onto paved surfaces to allow for quick discharge of water away from the area. Where possible, paving surfaces should extend to the building line to serve as a barrier to soil moisture evaporation and infiltration. Trees should be kept away from the foundation edge a distance at least equal to their expected mature height. BELOW -GRADE WALL DESIGN PARAMETERS GENERAL: It is understood that the pump pit will be in the center of the building with a depth of about 7 to 8 feet. Where the retaining wall is fixed, it should be designed for "At -Rest" earth pressures. Walls that retain soils that indirectly support building foundations should also be designed for the "At -Rest" condition. Because of the _ movement required to activate ull passive earth pressure resistance, the soil on the toe or low side of a below -grade wall should be assumed to contribute no passive resistance for stability of the wall. Geotechnical Investigation Southwest Pump Station & Distribution System 04-2905 Page 9 '" The following listing presents the recommended soil related design parameters for below -grade walls. Design of the walls should incorporate an adequate factor -of - safety against both over -turning (FS = 2.0) and sliding (FS =1.5). The overturning resultant should also fall within the center third (kern) of the retaining wall footing for stability, or the design must be reevaluated with a limited bearing area. If the walls can be tied to the floor slab, it is possible that lower braced wall design parameters could be utilized. However, where no substantial wall movement is tolerable, the"at- rest" pressure parameters should be utilized. The equivalent fluid pressures listed below are based on level backfill and do not include a surcharge. If surcharge loads are expected, an appropriate additional pressure should be utilized. Internal friction angle (estimated) 320 Coefficient of At -Rest pressure (K.) behind wall 0.47 Unit Weight 125 Ibs/ft3 Resulting "Equivalent Fluid" pressure (level backfill) (At -Rest condition) 58 lbs/ft3 The above design parameters are based upon the use of the existing soils or an imported select fill used as backfill behind the below -grade wall. BELOW GRADE WALL BACKFILL: Backfill materials should consist of a well graded granular material, extending at least 24- inches, placed and con-,pacted undei engineering controlled conditions in the necessary layer thickness so that an in -place density between 92 and 95 percent of its maximum laboratory dry density as determined by the Standard Proctor Test (ASTM D698) is obtained. Care should be taken to avoid over compaction of the soils behind the retaining walls, especially with the use of heavy compaction equipment. Temporary bracing of the retaining walls - is recommended during backfilling and compaction activities. {� Geotechnical Investigation Southwest Pump Station & Distribution System 04-2905 Page 10 The previously presented parameters for the existing or import select fill should be utilized in the design of the walls. If an alternate source of wall backfill is utilized, we should be contacted to provide revised Equivalent Fluid Pressures. The lateral pressure design parameters presented previously have been based upon drained conditions within the backfill material behind the below -grade walls. FOUNDATION CONSTRUCTION RECOMMENDATIONS SITE C LEARING/STRIPPING: Initial site preparation will require the removal of the moderately organic topsoil. Removal depths should be verified in the field by a representative of a geotechnical engineer at the time of site grading based upon the subgrade soils and the subgrade stability, PAD PREPARATION: The proposed area is currently a plowed field, therefore, the existing soils throughout the proposed building and tank areas and extending at least 5 feet beyond the exterior perimeters are recommended to be removed to a minimum depth of 3 feet below existing grade. The subgrade should then be scarified 6 to 8 inches and moisture conditioned to not less than 2 percent below optimum moisture content and recompacted to a minimum 95 percent Standard Proctor (ASTM D 698). Following subgrade conditioning, the removed soils may be placed back onto the pads similar to the recommendations for select fill. Specific recommendations for the select fill are presented in a following section of this report. Extreme care must be exercised to prevent excessive drying of the expansive soil subgrade since a subsequent increase in moisture content can cause swell, PROOFROLLING: Following site clearing the subgrade should be proofrolled with a loaded tandem axle truck in the presence of and approved by a qualified geotechnical engineer to locate any soft or unstable areas. If present, these soft or loose soils ma should be removed to a stable subgrade and replaced with a low expansive on -site or select fill material. Following proofrolling, the subgrade should be scarified, moisture conditioned to not less than 2 percent below optimum moisture content and recompacted to minimum 95 percent dry density of Standard proctor (ASTM D 698). G eotech ni cal Investigation Southwest Pump Station & Distribution System 04-2905 Page 11 SELECT FILL: Select fill should consist of non -granular (cohesive) soils free of organics and other deleterious materials and should have a maximum liquid limit of 35, a plasticity index no greater than 15 nor less than 5 and have a maximum particle size of 2 inches. The structural fill beneath the building and extending 5 feet out from the building edge should be compacted to a minimum 95 percent Standard proctor (ASTM D 698) at a minimum 2 percent below optimum moisture content or above. Compacted lift thicknesses should not exceed .6 inches. A portion of the site soils tested appear to meet the select fill requirements. FOUNDATION EXCAVATION: Excavations should be observed by the geotechnical consultant to make sure that the proper bearing material has been reached in accordance with the recommendations given herein, The excavations should be checked for size and observed to make sure that all loose material has been removed r prior to concrete placement. Prompt placement of the concrete following building pad preparation is strongly recommended. UTILITIES: Prior to construction all underground utilities should be located and, if present in the construction area, permanently capped and removed at the property line or rerouted around the proposed new development to preserve their function. Special attention should be performed in evaluating the backfill of utilities that will remain which may not be suitable for support of the proposed building. if found unsuitable, the soils should be removed and recompacted as described herein. This determination should be made by a representative of the geotechnical engineer during construction s L �Geotechnical Investigation Page 12 Southwest Pump Station & Distribution System 04-2905 FOUNDATION CONSTRUCTION CONSIDERATIONS WET WEATHER: If construction is performed during wet weather, disking or windrowing of the top 6 inches of wet unsuitable soils beneath structural areas may be necessary in order to dry out the soil. Following soils removal to a stable subgrade the excavated soils could be air dried and reused. Mechanical stabilization through the use of a coarse aggregate "working mat" could also be considered. The actual depths and stabilization methods should be confirmed through continuous testing under the observation.of a representative of the geotechnical engineer. EXCAVATION CAVING: Due to the presence of the cohesive soils within the subsurface profile, excavations are not expected to experience bank instability problems. If instability problems occur, stability within the excavations are anticipated to be maintained by flattening or widening slope sidewalls. All excavations should be in accordance with local and federal (OSHA) regulations and an approved Trench Safety Plan. In addition, the on -site soils are susceptible to erosion and disturbance by flowing water and construction traffic. If these soils are disturbed by construction - traffic and excessive moisture they may become unstable. The site should therefore be graded to prevent water from ponding and running into excavations. GENERAL: Many problems can be avoided or solved in the field if proper inspection and testing services are provided. A qualified materials testing laboratory should be retained to perform testing and inspection services sufficient to verify compliance construction and floor slab construction be monitored by the geotechnical engineer or his representative. The following are recommended minimum sampling and testing frequencies. Geotechnical Investigation Southwest Pump Station & Distribution System 04-2905 Page 13 1- EARTHWORK: During the earthwork phase of the project at least one Proctor test, Atterberg limits test, and minus 200 sieve test should be performed per soil type for subgrade, backfill, fill and base materials. In building areas, at least 1 density and moisture content test per 2,500 square feet should be performed on the subgrade soils, and at least 1 density and moisture content test per 2,500 square feet should be performed for each compacted 6-inch thickness of fill. In pavement areas, at least 1 density and moisture content test per 5,000 square feet should be performed on the subgrade soils, and at least 1 density and moisture content test per 5,000 square feet of fill and base material should be performed. Testing of backfilled trenches should be at least 1 density and moisture content test per 100 linear feet of trench per 6 inch compacted lift thickness. CONCRETE: At least 1 slump, air content {if required} and temperature test, and at least 1 set of 3 concrete cylinders should be molded for each type of concrete per 100 cubic yards or fraction thereof placed in a day. Each set of cylinders should be tested for compressive strength with 1 of the cylinders tested at 7 days and 2 of the cylinders tested at 28 days. No Text GENERAL SITE VICINITY MAP FIGURE 1 SOUTHWEST PUMP STATION & DISTRIBUTION SYSTEM LUBBOCK, TEXAS Project No.: 04-2905 Date: June 2005 YV5 I I I I II I t t 60' i W4 I 1 22.5' 15, I I t t W3 t I I t i i I � I I W2 I t i � I t W1 I I I b_ Geotech borings along — waterline are located t —35 ft south of overhead power lines t ( i i I im TANK NO. 1 I T2 T1 t T8 T3 t t T9 t LOCATION OF PROPOSE GEOTECHNICAL BORES ,food T10 T12 Ti 1 1 � • , s C I t PROPOSED SOUTHWEST PUMP STATION & DISTRIBUTION SYSTEM LUBBOCK, TEXAS SUMMARY OF CLASSIFICATION TESTS Liq��d PI�stEcity. %Passing Watet ... ..: ,::.... ...Borin :_... ........ : Limn _Index : #20fl Mesh .. Content B 1 0-2' 21 4 46 13 B-1 2-4' 27 11 9.6 B-1 5-7' 21 8 41 9.2 T-1 5-7' 23 7 13.4 T-2 2-3.5' 8.2 _. T-2 . 3.5-5' 8.2 T-2 5-7' 15.9 T-2 8.5-10' 10.2 T-3 7-8.5' 31 13 15.6 T-5 3.5-5' 29 12 T-6 8.5-10' 38 19 35 5.3 T-8 5-7' 29 14 11.3 T-9 0-2' 12.7 T-9 2-3.5' 10.2 T-9 3.5-5' 18.2 T-9 5-7' 9.9 T-9 7-8.5' 12.5 T-9 8.5-10' 8.7 _. T-10 8.5-10' 35 16 T-1 1 0-2' 12.5 T-11 2-3.5' 9.3 T-11 3.5-5' 9•0 T-11 5-7' 8.8 T-11 7-8.5' 10.0 T-11 8.5-10' 16.0 T-12 5-7' 25 12 34.0 12.3 0.600 I 0.580 0.560 0.540 o" 0.520 a y 0.500 0.480 0.460 0.440 0.420 0.1 TEAM Consultants, Inc. Geotechnica4 Environmental, Construction Materials Testing 1 Pressure, p, T/sq. ft. of specimen: Undisturbed Before Test 2.50 in. Ht.0.457 in. Water Content, '0 10.45% )urden Pressure, P,, T/sq. ft. Void Ratio, eo 0.5958 nsol. Pressure, P, T/sq. ft. Saturation, So 47.4% 3ression Index, C, Dry Density, Id 105.6 Eb/ft3 10 After Test Wf 16.81% of 0.4571 Sf 99.4% Classification Light brown silty clay LL n/a G, 2.700 (assumed) Project Enprotec/ Lubbock Pump Station PL n/a Remarks Team Project No.: 022021 Boring No.: T-2 Sample No.: n/a Depth: 5.0'-7.0' Date: 717/05 CONSOLIDATION TEST REPORT TEAM Consultants, Inc. Geotechnical, Environmental, construction Materials Testing CONSOLIDATION TEST (Specimen Data) Project: Enprotect Lubbock Pump Station TEAM Job No.: Boring No.: T-2 Sample No.: 5-7' Date: Test E Test Tare No. Ring and Plates 462 1+1+a co Tare plus wet soil 137.2 380.1 107.78 E B Tare kus d soli 130.70 360.1 97.31 CM E Water Ww Wwo 6.50 20 W„� 10.47 �� are 68.5 168.7 35.02 � Dry soil Water Content Ws w 62.20 Wo 10.45% 191.4 10.45% Wf 62.29 16.81% Consolidometer No.: 2 Area of specimen, A, sa. cm. 31.67 Weight of ring, NIA Height of s oecimen, H, in. 0,457 Weiaht of plates, n N/A -Specific Gravity of solids, Gs 2.70 Ws _ 62.20 = 0.2864 in. Height of solids, H; = AxGsxyw 31.67 x 2.70 x 1 x 2.54 Wwo 6.50 = 0.0808 in. Original height of water, �vo = A x yw 31.67 x 1 x 2.54 Wwr 10.47 Final height of water, f 4vr = A x yw = 31.67 x 1 x 2.54 Net change in height of specimen at end of test, AH =-0.0397 Height of specimen at end of test, H = H - AH = 0.4173 in. H - Hs 0.457 - 0.2864 Void ratio before test, _ = Hs 0.2864 H f - Hs 0.4173 - 0.2864 Void ratio after test, of = H^ = 0.2864 0.1302 in. in. 0,5958 0.4571 }-iwo 0.0808 _ Degree of saturation before test, = H - Hs = 0.4570 - 0.2864 }{m 0.1302 Degree of saturation after test, Ei= Hf - Hs 0.4173 - 0.2864 Dry density before test,yd = Ws = 62.20 x 62.4 = H x A 0,457 x 31.67 x 2.54 Remarks 47.4% 99.4% 105.6 IbJcu.ft. Technician James Hutt Computed by James Hutt Checked by James Hutt IXG TEAM Consultants, Inc. I- - - - - --a r___.1_. _.- ._...i l'.,unfvrinfinst 7► ,",Truly TktinQ VGVLGLlNb84wi,E,iorw vru a.w ��w..� - - - ------ CONSOLIDATION TEST (Time - Consolidation Data) Page: 1 of 2 Date: 717105 Project: Enprotec/ Lubbock Pump Station TEAM .lob No.: 022021 Boring No.: T-2 Sample No.: 5-7` Consol.No. 2 Date Press. 080 Time Elapsed Time, (min) Dial Reading 00'§ in.) Temp. 00 Date Press. (tsf) Time Elapsed Time, (min) Dial Reading (10-4 in.) Temp. °C 7/7 0.25 9:10 0 2004 24 7/11 2 9:04 4 2114 7/7 0.375 9:55 45 2005 7/11 2 9:08 8 2119 7/7 0.375 11:451 155 2008 7/11 2 9:15 15 2123.5 7/7 0.375 17:101 480 2008.5 7111 2 9:30 30 2128.5 7/8 0.375 8:50 1420 2009 7/11 2 10:00 60 2133 718 1 8:55 0 2009 7111 2 10:40 100 2135.2 7/8 1 8:55 0.05 2036 7111 2 12:20 200 2138.5 7/8 1 8:55 0.1 2038 7/11 2 14:00 300 2140 7/8 1 8:55 0.2 2040 7/11 2 17:30 510 2141.8 7/8 1 8:55 0.33 2041.5 - 7/12 2 10:20 1520 2144 7/8 1 8:55 0.5 2042.5 7112 4 10:25 0 2144 24.5 718 1 8:55 0.75 2043.5 7/12 4 10:25 0.05 2226 7/8 1 8:56 1 2044.5 7/12 4 10:25 0.1 2237 7/8 1 8:57 2 2046.2 7112 4 10:25 0.2 2250 7/8 1 8:59 4 2048.2 7/12 4 10:25 0.33 2257 7/8 1 9:03 8 2050.2 7112 4 10:25 0.5 2262 7/8 1 9:10 15 2052 7/12 4 10:25 0.75 2267 7/8 1 9:25 30 2053.5 7/12 4 10:26 1 2270.5 7/8 1 10:10 75 2055 7/12 4 10:27 2 2280 7/8 1 11:i5l 140 2056 7/12 4 10:29 4 2287.5 7/8 1 12:301 215 2057 7/12 4 10:33 8 2295 718 1 13:551 300 2057.5 7/12 4 10:40 15 2301 7/8 1 17:001 485 2058 7/12 4 10:55 30 2307 2 4 11:25 60 2312 7/11 2 9:00 0 2060 7112 4 13:10 165 2318.5 7/11 2 9:00 0.05 2083 7112 4 13:45 200 2319.5 7/11 2 9:00 0.1 2088 7/12 4 15:25 300 2321.5 7/11 2 9:00 0.2 2093 7/13 4 8:15 1310 2324 7/11 2 9:00 0.33 2096.5 7/11 2 9:00 0.5 2099 7/11 2 9:00 0.75 2102 7/11 2 9:01 1 2104 7111 2 1 9:02 2 2109 Technician James Hutt 0 TEAM Consultants, Inc. G ifchnical Environmental, Construction Materials Testing eo e CONSOi-IDATION TEST (Time - Consolidation Data) Page: 2 of 2 Date: 7/7/05 Project: Enprotecl Lubbock Pump Station TEAM Job No.: 022021 Boring No.: T-2 Sample No.: 5-7' Consol.No. 2 Press .Date (tsf) Time Elapsed Time, (min) Dial Reading (10"4 in.) Temp. °C pate Press. (tsf) i ime Elapsed Time, (min) Dial Reading (104 in.) Temp. °C . 7/13 8 8:20 0 2324 7/13 8 8:20 0.05 2423 7/13 8 8:20 0.1 2434 7/13 8 8:20 0.2 2444 7113 8 8:20 0.33 2451 7113 8 8:20 0.5 2456 7/13 81 8:20 0.75 2460 7/13 8 0.556 1 2463 7/13 8 8:22 2 2470 7/13 8 8:24 4 2476 7/13 8 8:28 8 2482 7/13 8 8:35 15 2487 7/13 8 8:52 32 2493 7/13 8 9:28 68 2498.2 7/13 8 10:30 130 2502.2 7/13 8 11:40 200 2505 Machine deformation readings 7/13 8 13:20 300 2507 7/13 8 16:20 480 2509.5 7/14 8 8:30 1450 2512.5 7/14 2 8:30 Rebound 2512.5 23 7/15 2 8:20 1430 2484 0.25 2004 7115 0.5 8:20 Rebound 2484 0.375 2006 7115 0.5 17:00 520 2452 1 2016 2026 7/18 0.125 8:00 3780 2410 4 2040 8 2058 2 2034 0.5 2021 0.125 2013 Technician James Hutt TEAM Consultants, Inc. Geotechnical, Environmental, Construction Materials Testing CONSOLIDATION TEST (Computation of Vold Ratio) PROJECT Enprote d/ Lubbock Pump Station TEAM Job No.: 022021 DATE: 7/7/05_ BORING NO. T-2 SAMPLE NO. 5-7' CONSOLIDOMETER NO. 2 Pressure, P Date Increment Time in Min. Increment Dial Reading Correction Change in Height, OH Height ot Voids, Hv Void Ratio, e T./sq.ft. Applied Effective 104 in. 10-4 in. 10' In. 10' in- 0.1 7/7 Zero Point 2000 2000 0 1706 0.5958 0.375 7/7' Initial Load 2006 2006 0 1706 0.5958 0.375 7/7 1420 2009 2006 -3 1703 0.5947 1 7/8 4320 2060 2016 -44 1662 0.5804 2 7/11 1520 2144 2026 -118 1588 0.5546 4 7/12 1310 2324 2040 -284 1422 0.4966 8 7/13 1450 2512.5 2058 455 1252 0.4371 2 7/14 1430 2484 2034 460 1256 0.4386 0.5 7115 520 2452 2021 -431 1275 0.4453 0.125 7/15 3780 2410 2013 -397 1309 0.4571 Note: Height of voids, Hv H - HS AH Hs = 0.2864 Vold Ratio, e -- H, HS Technician James Hutt Computed by James Hutt Checked by James Hutt "1',,',,,, 111"'-""' No Text No Text No Text No Text TEAM Consultants, Inc. 17nntorh"YrnL RsmirmirxnntnL r atz.ctrurtinx Afaterials Testing .1 ��ww�li■1■�w■■ir■i! !e�■�■!I!�■1. ■■���.w�www= n■nl■■�w�r�w���wur 1 1 MOWN IMM�■a■■■ow�! Iw•www�wiww■■r�li !�■!■.�rr���rr��! nwr■��rw��wiw■■�■�w�ww�■rw■w�■�.ww� NMI! WM MIN WMN C■M■EM 1 , 1 ��www■1■�w��l����l��r■� MIMMIM MWIwMM■■w■�ww�.���l�wlrMOMEMEIMMIN ■ri wMM■.■ IMMIM w�. �. wmmm Gii�w■MMON �MOMMM n ■l�.�w.�ww!= iwl■■w��■wl�wrr■� w■ww�■wr■■��■■!! ���l��■�■iww■�i i 1 ��w■Ewrn■��. ���11■■�w■11w1■■! MI! M M i!■■w■wwMWOMM l.I�■!■w■rr■iw■!■rw■■■w■�■■�1!!! awl■w�■■w•r•ww�. �� w■���! ■����l�wl■■i!■■wiw�w. w■�■■srlr.■�w,mmw �MMMOM IMM ���■►�wloww■■m w 1 ►�i■tl■■■1■�■■�■1■�ts� COMM L�l�■■�Iw�! IMM �IMM C :C: MMI 1.MNIMIMMI■.CWMEMIMMMM '�w■.���CG'� 1 CCMI: M �.MMQ!�IU■ EMIM . iww wr■■Immmmilmw�l. �1■I�■!�1! ■MMMM --w.� Sri ■■ mMk!!MM E. ■w■■IMMOM wWMIME EMIEMN `■m ■wi■wlw�ww■�. ��wME w! ww�www.�Cw■■�■i n�.����>t■r■��wr��!! i 1 UMMME MMUMwltw. �l��ll! MMIl MWOMwMM. ■■wr■wl..�aw.i•VMS 1 � 'Type.of specimen:f a f Before Test ,.� iOverburden. ft.• • •, f 1 • 1 �Preconsol. Pressure, P. T/sq. ft. Saturation, S,) Compression Index, C, ISM • f f 2,700Project • •tee/ Lubbock Puf . Station Team ' • No.: 022021 f 1 . Boring No.: T-4 f` i CONSOLIDATION TEST REPORT TEAM Consultants, Inc. Geotechnical, Environmental, Construction Materials Testing CONSOLIDATION TEST (Specimen Data) Project: Enprotec/ Lubbock Pump Station TEAM Job No.: 022021 Boring No.: T-4 Sample No.: 7-8.5' Date: 7/7/05 Classification Light brown lity clay Before Test After Test Specimen Trimmings Specimen Tare No. Ring and Plates 463 433 Tare plus wet soil 141.2 435.9 110.98 cc Tare plus d soil 132.43 406.1 98.94 Water Ww Wwo 8.77 29.8 W,f 12.04 S' Tare 68.5 188.9 35.01 Dry soil Ws 63.93 217.2 63.93 Water Content w WQ 13.72% 13.72% Wf 18.83% Consolidometer No.: 3 Area of specimen, A, (sq. cm. -31.67 Weight of ring, g N/A Height of s ecimen, H, in. 0.457 Weight of plates, g N/A Specific Gravi of soiids, ( Gs) 2.70 Height of solids, HS = WS = 63.93 = 0.2943 In. A x G, x yw 31.67 x 2.70 x 1 x 2.54 Original height of water, HNo = W1No = 8.77 = 0.1090 in. A x yw 31.67 x 1 x 2.54 Final height of water, HNf = Wwr - 12.04 = 0.1497 in. A x yw 31.67 x 1 x 2.54 Net change in height of specimen at end of test, AH = -0.0079 in. Height of specimen at end of test, t# = H - ©H = 0.4491 in. Void ratio before test, eo = = H - Hs _ 0.457 - 0.2943 = 0.5526 Hs 0.2943 Void ratio after test, ei = Hf - Hs = 0.4491 - 0.2943 _ 0.5258 Hs 0.2943 0 Degree of saturation before test, � _ - Hwo 0.1090 - 67,0 /Q H - Hs 0.4570 - 0.2943 Degree of saturation after test, S = Hw _ 0.1497 = 96 7% Hf - Hs 0A491 - 0.2943 Dry density before test,yd - Ws = 63.93 x 62.4 _ 108.5 Ib./cu.ft. H x A 0.457 x 31.67 x 2.54 Remarks Technician James Hutt Computed by James Hutt Checked by James Hutt F L TEAM Consultants, Inc. i-r _ _._--� _-� T___ ..1..7 rnsrofr•rrnfrrtN nhoria _C TAVti1zPr V GVLG.(L/L8LN6) sirr rrr vrrurv+rr...p .r ------ -- --- CONSOLIDATION TEST (Time - Consolidation Data) Page: 1 of 2 Date: 7/7105 Project: Enprotecl Lubbock Pump Station TEAM Job No.: 022021 Boring No.: T-4 Sample No.: 7-8.5' Consol.No. 3 Date Press' (tsf) Time Elapsed Time, (min) Dial Reading {10'4 in:} Temp. °C Date Press. tsf ( ) Time Elapsed Time, (min} Dial Reading (10A in.) _ Temp. °C 7/7 0.25 9:47 0 2008 24 7/11 2 9:09 4 2066.5 7/7 0.5 9:55 8 2008 7/11 2 9:13 8 2068 717 0.5 11:45 118 2009.5 7/11 2 9:20 15 2069.5 7/7 0.5 17:10 443 2009.5 7/11 2 9:35 30 2071 718 0.5 8:50 1377 2010 7/11 2 1005 60 2072 7/8 1 9:00 0 2010 7/11 2 10:45 100 2073 7/8 1 9:00 0.05 2022.2 7111 2 12:25 200 2074.2 7/8 1 9:00 0.1 2023.2 7/11 2 14:05 300 2075 718 1 9:00 0.2 2024 7111 2 17:30 505 2076 7/8 1 9:00 0.33 2024.5 7/12 2 10:20 1515 2077.5 7/8 1 9:00 0.5 2025 7/12 4 10:30 0 2077.5 24.5 7/8 1 9:00 0.75 2025.5 7/12 4 10,30 0.05 2111 718 1 9:01 1 2026 7112 4 10:30 0.1 2114 7/8 1 9:02 2 2027 7/12 4 10:30 0.2 21118 7/8 1 9:04 4 2028 7112 4 10:30 0.33 21 718 1 9:08 8 2028.8 7/12 4 10:30 0.5 2119 7/8 1 9:15 15 2029.5 7/12 4 10:30 0.75 2120 7/8 1 9:30 30 2030.5 7/12 4 10:31 1 2121 7/8 1 10:10 70 2032.5 7/12 4 10:32 2 2123 7/8 111:15 135 2033.5 7/12 4 10:34 4 2125 7/8 112:30 210 2034 7/12 4 10:39 9 2127.2 7/8 114:00 300 2034.5 7/12 4 10:45 15 2128.8 7/8 117:00 480 2035 7/12 4 11:00 30 2130.5 7/11 18:55 4315 2036 23 7/12 4 11:30 60 2132 7/11 29:05 0 2036 7/12 4 13:10 160 2134 7/11 29:05 0.05 2056 7/12 4 13:50 200 2134.5 7/11 21 9:06 0.1 2058 7/12 4 15:30 300 2135 7/11 2 9:05 0.2 2059.5 7113 4 8:15 1305 2136 7/11 2 9:05 0.33 2060.8 7/11 2 9:05 0.5 2061.8 7111 2 0'75 2062.5 7/11 2 t9:O 1 2063.2 7l11 2 2 2065 Technician James Hutt TEAM Consultants, Inc. Geoteclinical, Euvironrnerital, Construction Materials Testing CONSOLIDATION TEST (Time - Consolidation Data) Page: 2 of 2 Date: 717105 Project: Enprotec/ Lubbock Pump Station TEAM Job No.: 022021 Boring No.: T-4 Sample No.: 7-8.5' Consol.No. 3 Date Press. (tsf) Time Elapsed Time, (min) Dial Reading (10"4 in.) Temp. °C Date Press. (tsf) Time Elapsed Time, (min) Dial Reading {10 m.) Temp. 7/13 8 8:25 0 2136 7113 8 8:25 0.05 2180 7/13 8 8:25 0.1 2184 7/13 8 8:25 0.2 2186.5 7/13 8 8:25 0.33 2188.5 7/13 8 8:25 0.5 2190 7/13 8 8:25 1 0.75 2192 7/13 8 8:26 1 2193.2 7/13 8 8:27 2 2196.2 7113 8 8:29 4 2199 7/13 8 8:33 8 2201.5. 7/13 8 8:40 15 2204 7/13 8 8:55 30 2206.8 7/13 8 9:28 63 2209.2 7/13 8 10:30 125 2212 7/13 8 11:45 200 2213.5 Machine deformation readings 7/13 8 13:25 300 2214.8 7/13 8 16:20 475 2216.5 7/14 8 8:30 1445 2219 7114 2 8:30 Rebound 2219 23 7/15 2 8:20 1430 2185 0.25 2008 7/15 0.5 8:20 Rebound 2185 0.5 2010 7/15 0.5 17:00 520 2145 1 2019 7115 0.125 17:00 Rebound 2145 2 2031 7/18 0.125 8:00 3780 2098 4 2047 8 2066 2 2044 0.5 2027 0.125 2019 F Technician James Hutt - G TEAM Consultants, .Inc. Geotechnical, Environmental, Construction Materials Testing CONSOLIDATION TEST (Computation of Void Ratio) PROJECT Enprotec/ Lubbock Pump Station TEAM Job No.: 022021 DATE: 7/7/05 BORING NO. T-4 SAMPLE NO. 7-8.5' CONSOLIDOMETER NO. 3 Pressure, P Date Time in Min. Dial Reading Correction ange n Het ht AH g� eig o Voids, Hv Void Ratio, e T /sq ft Increment increment 10' in. 10`' in. : 10 1n. .� 10 i Applied Effective 0.1 7/7 Zero Point 2000 2000 0 1627 0.5526 0.5 7/7 Initial Load 2010 2010 0 1627 0.5526 0.5 717 1377 2010 2010 0 1627 0.5526 1 7/8 4315 2036 2019 -17 1610 0.5468 2 7/11 1515 2077.5 2030 -48 1579 0.5365 4 7/12 1305 2136 2047 -89 1538 0.5224 8 7/13 1445 2219 2066 -153 1474 0.5006 2 7/14 1430 2185 2044 -141 1486 0.5047 0.5 7/15 520 2145 2027 -118 1509 0.5125 0.125 7/15 3780 2098 2019 -79 1548 0.5258 Note: Height of voids, Hv = ( H - Hs) - AH Hs = 0.2943 Void Ratio, e = Hv FS Technician James Hutt Computed by James Hutt Checked by James -Hutt I', ILI ■�■ �..■■r11C�■■..Iil��■..■111��■..alit■...alit■...a11 ■.■r11�■.■■■III��■.■■/I �■■■■■III��■■.■III■■■.■III min —moiloll ■I■■■■nl■■ mill mmosigii�=■ NONNI �■■■■11 ���i■.!IIM■■ ■■■III_�v■iill��■■■■Ill���■■■Ill SEEN" ■mno ■immull�mmossiliallmom limommill on■ ■■■III��■■i�ili mi� lI��■■■■11�■ �m ■�i■�i■■■i/iil!■_II■■/■i■iiiiil■■■■■■/ill l g 0 1 1W1 EI M■o il11 Eomo lmo ii� oilWM IN liimmmmi ME ■illi S ■ mll I I MENll MEN 11i 11 111 1 mmm lowmmom ME■min�MENNINl mmml�EmaOMNImmi i i l � iiii■i■i SEES■ �■■■■ill ■■■■■�ll� �� ■�11 �■■/rl �■■■■■ill ONoNo N1I N 'E=E"oil lMl E=0NN, 1 110 0 ■■n M11So 1 11 MEOILW��■■■Ill■�■ NO IN 0 ■ ONE 101■0 IN IN M■N■■III ■mosili M ME NOUN■M mmilmorill M■■■Ilium■■I■I1i���r■..__soul Oil Evilal 0111 sun 0 Non ME Ill MEN 1 1111 ME III mill WIN lili=■■moll ��No ..���.■■�In�■■ ■■■■■III■ CONSni OLED AT TEST - DIAL RLi ADING TEWE CURVE PROJECT: Enprotec/Lubbock Pump Station -ION Coefficient of Consolidation C, 3.67 x 164 (cm/sec) d5l (inches- 0.20276 ITEAM Project No.: 022021 ,RINGNO.: T-4 BO Date: 7/7/2005 DEPTH: -7.0'-8.5' �'Thickness (inche�)- 0.457 TEAM Consultants, Inc. L, L L t L L J J aa.J L--- L11--, "I Ill■..■11111C..■11111■.../11i1�.. /IIII C�'11�..■/ all Emil iiimmmmliiiimmmoliiiimmmoiiiiimmmmliiiI BIN selilll=Nm U Exion 111=1011 0111101111111111111 lll�mmlliiiim milul 11■in MENEIIIII=lmmlillll all In 0 3411 1 ME ■111111=00111111 In■mill MINOR 10 ENNUI ON 11111111 smilml 11 IN■M■III 1 11 momm ill1 0 ll Eli '"'1i1 1 Emolill MEN■iiiiimmmlliiiim In0 III1111 EnoIlll 1 1 1Ii ill mmmii Eon III ■NEHIIMNNNIIIIMEMEIIImmill N No ill■IN 111111 III IN ENO 111111 11 IS 111111 IN I lll,!.MNMNIIIIIMMN■11111 maill ONE nil 111111 millils■ momilill=ENIIIII ■11111111 111111 111111 onsimil Elill=Emmo 11 Elio MEN liflimm mill mmmiii I I ONE 1n11111 ■0 111■Email 1 11 Emilli I sollill 0 INNER III No III ■■Illll U M all��■�III1i■■■■IIIII�■■■/IIII �no .■■�1111�■.■111nil 11, MEN t t , ; ,10, t t , , , + t t t =w4y,T]MY'11001; M1,14 '.141GY1 Coeffici ent of Consolidation C, 13.46 x 10-4 d5o (incbe# 0.20629 !!TEAM Project No.: 022021 7/7/2005 2.0 clad(W) -- Thiftess (Oches): 0.457 TEAM Consultants, Inc. ■■►lli1■■■■■Ilil�.■■■1 11■■�■■1111■■■■■1111■®■■.1111 �■■■�111■■■■■1111■■■■■/!11■■■■■fill■■■■■fill■■■■■/iil oil 11 ..■■/ ii�■r:!�flil■..../ill ....sill■...■/ill■...■/ill ■■■■■/ 1=11111■■9111 mono iiimmmmliiimmmmlliiimMMENIII 01 ■■■■1111■■■■■1111■■■■■flit oil C■.■1111 ■ ■.1111 1�■■.1n1�■■n�111■■■■■�111■■■■■1111 ■■■■ li1 ■■■■1111■ �■n1111■■■■■illl■■■■■Ili1 ■■■■1111 ■WON nimmmoliii■.•../i11■.■■.fill■..../ill■..../111 1 1 M I milliMN ■�i°imoliiiwommmliiiim MEIJI M milli oil mooliiimmmoluli■MONO III onsill ■mommoliiimmmmlliii ■ momiummmseiin momilli ongliiimmmmuiiimmm III I I ■M10 IN moll ■M1UNMUI OMEN 11 111 411 mmuull— C■...■/ill mm1 iii ..■■In �..■■lll�■.■■ /ll mn mmoolillq. ■ mossill MIME I ■■omil 11 qvill■III MINE 11 MWIN ■�■'ii'■iiii■�il■■iiiiii"■ii■ll MINE liiimm■iiiiiir"�'ili■siilni 1 0■1 �■■■1111�■■■■ i'i■■�l/n1■■■■■fIN OMEN illi■■Emolill MEN CONSOLWAT'ON TEST --DL,L READING TEVIE CURVE 1 ,PROJECT: Enprotee/Lubbock Piunp Station Coefficient of Consolidation C, 15.08 x 104(cir?/see) d5o (inches): 65-1199 TEAM Project No.: -- 022021 CO' NO.: T-4 7 MM 1 Date: 717/2005 DEPTH: 7.0'-8.5' 1 Load (tsf):------ 4.0 RENT Thicknws (inche# 0.457 TEAM Consultants, Inc. No Text No Text Project: SOUTHWEST PUMP STATION Location: BUILDING q z w �Oin. a QW. W Cl)U) ST BROWN CLAYEY SAND ST SS 5 .'.'.'.' ST ENPROTEC LOG OF BORING Date: JUNE 13, 2005 Type: AIR ROTARY Boring No.: MATERIAL DESCRIPTION SST TAN CLAYEY SAND WITH CALCAREOUS NODULES SS BORING TERMINATED n 15' NOTE GROUNDWATER WAS NOT ENCOUNTERED DURING OR AT THE COMPLETION OF DRILLING ACTIVITIES. TEXAS CONE PENETROMETER 3Q a Ist 2nd m w 6" 6" 2L 6 14 30 3.5 4.5 9 ENPnOTEC LOG OF BORING Project: SOUTHWEST PURV STATION Date: JUNE 13, 2005 Location: DISTRIBUTION Type: AIR ROTARY zO MATERIAL DESCRIPTION m a a CL a W � cQiz BROWN CLAYEY SAND 5 AU TAN CLAYEY SAND WITH CALCAREOUS NODULES 10 BORING TERMINATED @ 10' NOTE GROUNDWATER WAS NOT ENCOUNTERED DURING OR AT THE COMPLETION OF DRILLING ACTIVITIES. Boring No.: I W-1 TEXAS CONE w PENETROMETER FO G 00 O2 1st F A z,6„a Project: SOUTHWEST PUMP STATION Location: DISTRIBUTION ENPROTEC LOG OF BORING Date: TUNE 13, 2005 Type: AIR ROTARY Boring No.: W-2 TEXAS CONE PENETROMETER -� U z -I w MATERIAL DESCRIPTION > F Im a 0, Ist 2nd y w w ro 6" 6" c uaa BROWN CLAYEY SAND NO. 5 AU TAN CLAYEY SAND WITH CALCAREOUS NODULES 10 BORING TERM-INATED @ 101 NOTE GROUNDWATER WAS NOT ENCOUNTERED DURING OR AT THE COMPLETION OF DRILLING ACTIVITIES. a;-2905 ENPROTEC LOG OF BOPJNG Project: SOUTHWEST PUMP STATION Date: DUNE 13, 2005 Location: DISTRIBUTION Type: AIR ROTARY Boring No.: W-3 TEXAS CONE PENETROMETER � z MATERIAL DESCRIPTION O U "' x m a O w Ist 2nd 2 x w 6" 61' a t to AU BROWN CLAYEY SAND TAN CLAYEY SAND WITH CALCAREOUS NODULES BORING TERMINATED @ 10' NOTE GROUNDWATER WAS NOT ENCOUNTERED DURING OR AT THE COMPLETION OF DRILLING ACTIVITIES. Project: SOUTHWEST PUMP STATION Location: DISTRIBUTION ENPROTEC LOG OF BORING Date: JUNE 13, 2005 Type: AIR ROTARY Boring No.: W-4 TEXAS CONE PENETROMETER w w MATERIAL DESCRIPTION 3 O U x m O O 1st 2nd Wwa 6„ 61 L1 w rn rn o Q BROWN CLAYEY SAND 5 AU TAN CLAYEY SAND WITH CALCAREOUS NODULES 10 BORING TERMINATED Ca,, 10` NOTE GROUNDWATER WAS NOT ENCOUNTERED DURING OR AT THE COMPLETION OF DRILLING ACTIVITIES. 04-2905 ENPROTEC LOG OF BORING Project: SOUT14WEST PUMP STATION Date: JUNE 13, 2005 Location: DISTRIBUTION Type: AIR ROTARY Boring No.: NV-5 TEXAS CONE PENETROMETER w Q Z MATERIAL DESCRIPTION > lJ 1 m a j Ow I st 2nd V E w w ¢ m 6" 6' a w A w cn v1 Z BROW)` CLAYEY SAND 5 AU TAN CLAYEY SAND WITH CALCAREOUS NODULES 10 BORING TERMINATED O 10' NOTE GROUNDWATER WAS NOT ENCOUNTERED DURING OR AT THE COMPLETION OF DRILLING ACTIVITIES. U?-29Ui 91 ENPROTEC LOG OF BORING Project: SOUTHWEST PUMP STATION Date: JUNE 14, 2005 Location: GROUND STORAGE TANK Type: ;AIR ROTARY Boring No.: T-1 Z L F 0� al 0 a MATERIAL DESCRIPTION'3 O as Ce6" z� TEXAS CONE PENETROMETER CY -� U a o 76� 2ndx 5 10 15 20 25 30 35 40 45 50 55 60 65 70 ST BROWN CLAYEY SAND 4.5+ ST TAN CLAYEY SAND WITH CALCAREOUS NODULES 4.5+ SS 15 ST 4.5+ ST 4.5+ SS 31 SS 27 SS 43 SS 39 SS 44 SS T i 50 5 „ TAN SILTY SAND WITH FINE GRAVEL SS 28 TAN CLAYEY SAND WITH CALCAREOUS NODULES SS TAN SILTY SAND WITH FINE GRAVEL 24 SS 30 SS 50/3' SS 30 : y : SS TAN CLAYEY SAND WITH CALCAREOUS NODULES 5013" • TAN SILTY SAND WITH FINE GRAVEL SS TAN CLAYEY SAND WITH CALCAREOUS NODULES 50/4'• 75 NOTE BORING TERN INA"TED C' 75` GROUNDWATEP, WAS NOT ENCOUNTERED DURING OR AT THE COMPLETION OF DRILLING ACTIVITIES. 042905 9 Project: SOUTHWEST PUMP STATION Location: GROUND STORAGE TANK ENPROTEC - LOG OF 113O ING Date: TUNE 14, 2005 Type: AIR ROTARY Boring No.: T-2 TEXAS CONE PENETROMETER va < a0 a MATERIAL DESCRIPTION 3 O U r" D. I st 2nd U A u� W Z 61! 61' m Lw ran rn a C' 0 0ST BROWN CLAYEY SAND 4.5+ ST 4.5+ SS 14 5 ST 4.5+ ST 4.5+ SS 28 7 10 .... I ' I 1 —4 i 20 — { 25 30 —4 TAN CLAYEY SAND WITH CALCAREOUS NODULES SS BORING TERMINATED C 30' NOTE GROUNDWATER WAS NOT ENCOUNTERED DURING OR AT THE COMPLETION OF DRILLING ACTIVITIES. 26 35 1 50!1" 1 50!1!2" 1 50!1'• 1 50!1" Project: SOUTHWEST PUMP STATION Location: GROUND STORAGE TANK z aF. w A uW o0�. ;L vas w a 2 < ST BROWN' CLAYEY SAND ST SS S ST ' ISST ENPROTEC LOG OF BORING" Date: JUNE 15, 2005 Type: AIR ROTARY Boring No.: T-3 MATERIAL DESCRIPTION TAN CLAYEY SAND WITH CALCAREOUS NODULES BORING TERIWIINATED (—a—, 30' NOTE GROUNDWATER WAS NOT ENCOUNTERED DURING OR AT THE COMPLETION OF DRILLING ACTArITIES. TEXAS CONE PENETROMETER 30 O� 1st 2nd p C4 b„ b„ z� 13 28 27 1 5012" I 50,,1" 1 1 50/1" 1 50/1" I 50/1" 1 5011" 4.5+ 4.5+ Project: SOUTHWEST PUMP STATION Location: GROUND STORAGE TANK e ENPROTEC LOG OF BORING Date: JUNE 15, 2005 Type: AIR ROTARY Boring No.: T-4 TEXAS CONE PENETROMETER Q O a MATERIAL DESCRIPTION 3 0 CIOt- x 1- 2 a w I st 2nd - F W a 6„ 6„ LIL a /'.�. ST BROWN CLAYEY SAND 4.5+ ST 4.5+ SS 13 5 ST 4.5+ ST 4.5+ .'. SS 2 2 10 .... SS 15 TAN CLAYEY SAND WITH CALCAREOUS NODULES 1 20--} 25 30 —} SS BORING TERNUNATED al 30' NOTE GROUNDWATER WAS NOT ENCOUNTERED DURING OR AT THE COMPLETION OF DRILLING ACTIVITIES. 29 37 50P" i 5011" 501I" 1 50i1" Project: SOUTHWEST PUMP STATION Location: GROUND STORAGE TANK ;i s ENPROTEC LOG OF BORING Date: JUNE 15, 2005 Type: AIR ROTARY Boring No.: T-5 0 Project: SOUTHWEST PUMP STATION Location: GROUND STORAGE TANK ENPROTEC LOG OF BORING Date: JUNE 13, 2005 Type: AIR ROTARY Boring No.: T-6 4 TEXAS CONE PENETROMETER w Fx aw � m � n MATERIAL DESCRIPTION 3 O O z ^ v a U `n F R 1 st 2nd ST 4.5+ BROWN CLAYEY SAND ST 4.5+ SS fi 5 ST 4.5+ ST 4.5+ SS 26 26 TAN CLAYEY SAND WITH CALCAREOUS NODULES 30 BORING TERMINATED C 30' NOTE GROUNDWATER WAS NOT ENCOUNTERED DURING OR AT THE COMPLETION OF DRILLING ACTWITIES. 1 501)" 1 501114" 1 50 / 112" 1 501 112" 5011/2" 1 50/1" Project: SOUTHWEST PUMP STATION Location: GROUND STORAGE TANK LOG OF BORING Date: JUNE 14, 2005 Type: AIR ROTARY Boring No.: T-7 TEXAS CONE � PENETROMETER w MATERIAL DESCRIPTION 3 O U 0 Ow I st 2nd F w d 03 w 6, 6 w w ST BROWN CLAYEY SAND 4.5-+ ST 4.5+ SS IS 5 ST 4.5+ 28 28 TAN CLAYEY SAND WITH CALCAREOUS NODULES 42 BORING TERMINATED @ 30' NOTE GROUNDWATER WAS NOT ENCOUNTERED DURING OR AT THE COMPLETION OF DRILLING ACTIVITIES. 1 50/1" 1 50/1" I 50/1" 1 SG/ I/2" 4.5+ 0 Project: SOUTHWEST PUMP STATION Location: GROUND STORAGE TANK ENPROTEC LOG OF BORING Date: JUNE 15, 2005 Type: AIR ROTARY Boring No.: T-8 TEXAS CONE PENETROMETER w MATERIAL DESCRIPTION O U 1 F a 1 st 2nd v x F a w m C4 6" 6" w zG a p ST BROWN CLAYEY SAND 4'S+ ST 4.5+ SS 10 i ST 4.5+ ST 4.5+ SS ��21 -' 0 SS TAN CLAYEY SAND WITH CALCAREOUS NODULES SS 1 20 —N 1 25 30 BORING TERMINATED @ 30' NOTE GROUNDWATER WAS NOT ENCOUNTERED DURTNG OR AT THE COMPLETION OF DRILLING ACTTVITISS. 23 44 50 / 112" 1 501 Ir" 5011" 1 5011/2" Project: SOUTHWEST PUMP STATION Location: GROUND STORAGE TANK ENPROTEC LOG OF .BORING Date: JUNE 15, 2005 Type: AIR ROTARY Boring No-: T-9 Project: SOUTHWEST PUMP STATION Location: GROUND STORAGE TANK ENPROTEC LOG OF 130PJ LTG Date: JUNE 15, 2005 Type: AIR ROTARY Boring No.: T-10 TEXAS COVE PENETROMETER a w MATERIAL DESCRIPTION a O 1st 2nd w W a W 6" 6" a w A w vi Cy A S7 BROWN CLAYEY SAND 4'S+ ST 4.5+ SS 16 ST 4.5 ST 4.5+ SS 24 '. SS l5 TAN CLAYEY SAND WITH CALCAREOUS NODULES SS 1 20 - 25 30 BORING TERMINATED @ 30' NOTE GROUNDWATER WAS NOT ENCOUNTERED DURING OR AT THE COMPLETION OF DRILLING ACTIVITIES. 26 21 I 5011" 1 5011/2" 1 5011/2" 1 5013/4" Project: SOUTHWEST PUMP STATION Location: GROUND STORAGE TANK i Ow u1 � ST BROWN CLAYEY SAND ST SS 5 ST ST .... SS Nmoo'sa Zol11-a� LUG OF BORING Date: JUNE 14, 2005 Type: AIR ROTARY Boring No.: MATERIAL DESCRIPTION TAN CLAYEY SAND WITH CALCAREOUS NODULES BORING TERMINATED (ai 30' NOTE GROUNDWATER WAS NOT ENCOUNTERED DURING OR AT THE COMPLETION OF DRILLING ACTIVITIES. c TEXAS CONE PENETROMETER v ca w F W Ist 6" 2nd 6" 4.5+ 4.s+ 10 4.5+ 3.5 70 2? 42 51 5013" Project: SOUTHWEST PUMP STATION Location: GROUND STORAGE TANK ENPROTEC - LOG OF BORING Date: JUNE 13, 2005 Type: AIR ROTARY Boring No.: T-12 TEXAS CONE PENETROMETER d MATERIAL DESCRIPTION U Q"t � St 2nd FG QK W J✓ rW Cr. ap 6h 6" a � R En U z ST BROWN CLAYEY SAND 4.5+ ST 4.5+ SS 9 ' 5 ST 4.5+ ST 4.5+ SS 28 10 � SS 15 TAN CLAYEY SAND WITH CALCAREOUS NODULES 1 20 —i 1 25 30 — m—, * —411 BARING TERMINATED @ 30' NOTE GROUNDWATER WAS NOT ENCOUNTERED DURING OR AT THE COMPLETION OF DRILLING ACTIVITIES. 28 so I U2" I so 1 I12" SDI 1!2" 1 50! 1I4" 501112" 1 5011!2" GENERAL NOTES SAMPLE IDENTIFICATION Soil Samples are visually classified in general accordance with the Unified Soil Classification System (ASTM D2487 or D 2488) DRILLING AND. SAMPLING SYMBOLS ST: Shelby Tube - 3" O.D., except where noted SS: Split -Spoon THD: THD' Cone Penetrometer AU: Auger Sample DB: Diamond Bit CB: Carbide Bit WS: Wash Sample SOIL STRENGTH CHARACTERISTICS NON -COHESIVE (GRANULAR) SOILS RELATIVE BLOWS PER DENSITY FOOT(N) Very Loose 0-4 Loose 5-10 Firm 1 1-30 Dense 31-50 Very Dense 51 + SOIL CHARACTERISTICS PARTICLE SIZE SOIL PROPERTY SYMBOLS N: Standard "N" penetration: Blows per foot, or fraction thereof, of a 140_ pound hammer 30 inches on a split -spoon Qp: Calibrated Penetrometer Resistence, TSF Qu: Unconfined Compression Strength, TSF LL: Liquid Limit, % PI: Plasticity Index COHESIVE (CLAYEY) .SOILS COMPARATIVE CONSISTENCY Very Soft Soft Medium Stiff Stiff Very Stiff Hard Boulders 8 in. + Coarse Sand 5mm-0.6 mm Cobbles 8 in.-3 in. Medium Sand 0.6mm-0.2mm Gravel 3 in.-5mm Fine Sand 0.2mm-0.074 mm UNCONFINED BLOWS PER COMPRESSIVE FOOT(N) STRENGTH (Qu) 0-2 0 - 0.25 3-4 0.25 - 0.50 5-8 0.50 - 1.00 9-15 1 .00 - 2.00 16-30 2.00 - 4.00 31 + 4.00 + Silt 0.074mm-.005mm Clay-0.005mm DEGREE OF DEGREE OF EXPANSIVE POTENTIAL PI PLASTICITY PI Low 0-15 None to Sliaht 0-4 Moderate 15-25 Slight 5-10 High 25 + Moderate 1 1-30 High 31 + ENPROTEC, INC. EXPLANATION OF SYMBOLS AND TERMS USED ON BORING LOGS � z � a o z w z U aa MATERIAL DESCRIPTION w F aw a� aU w a rn CC?za rWrUo (PPM) U R V tl Q Undisturbed Push Tube Sample i 3.5 Pocket Penetrometer Test Split Spoon Sample 29 1:0 RID, IFF, OVA, F1D S ( Standard Penetration Blow Count (SPT) NX—Size Core Sample �. Water Encountered Water Level Encountered During 0 Static Level Drilling = (date) Stabilized Water Level UNIFIED SOIL CLASSIFICATION DESCRIPTION OF SYMBOLS AND DIVISIONS * Well —Graded Gravels, Gravel Sand Mixtures (GW) Poorly —Graded Sands, Gravelly Sands (SP) i i i i i i Organic Silts and Organic Sil Clays of Low Plasticity (OL) ` �' • Poorly —Graded Grovels, Gravel Sand Mixtures (GP) Silty Sands, Poorly—Groded, Sand —Silt Mixtures (SM) Inorganic Silts, Micaceous or Diatomaceous Fine Sandy or Silty Soils (MH) Silty Gravel, Gravel Sand —Silt Mixtures (GM) ® Clayey Sands, Poorly —Graded, Sand —Clay Mixtures (SC) ® Inorganic Clays of Hi h Plasticity, Fat Clays eCH) Clayey Gravels, Gravel —Son d—Clay Mixtures (GC) Well —Graded Sands. Gravelly Sands (SW) Inorganic Silts and Very Fine Sands, Silt or Clayey Fine Sands (ML� Inorganic Clays of- Low to Medium Plasticity Groves Sandy .or Silty Clays, y El Organic- Clays of Medium to High Plas#icity, Organic Silts (OH) Caliche and Other impervious Layer (HP) ® Lean Clays .(CL) BEDROCK SYMBOLS So o o Conglomerate (CGL) 0 0 El Shale (Sh) ® Shoiey Limestone (Sh LS) LA Sandstone (SS) El Weathered Shale (WS) ® Dolomite (DOL) ® Limestone (LS) Sandy Shale (SSh) MISCELLANEOUS SYMBOLS Asphaltic Concrete (HMAC) c •a'o. a 9' a. , 'O Cement Grout (CMT) Bentonite (BENT) The LOG of BORING is a representation of the subsurface material at specific boring location and within the depth explored. The transition between strata may be gradual and SOIL COLOR. CLASSIFICATION variations in material types . and depths between borings can be expected. Water level Determined by observations represent those conditions at the time of exploration and may vary with time MUNSELL SOIL COLOR CHARTS and location of site. 1990 EDITION REVISED Southwest Pump Station City of Lubbock SECTION 02741 ASPHALTIC CONCRETE PAVING PARTI-GENERAL 1.1 SUBMITTALS Submit the design mix and test data on the proposed design mix for each type and strength of base course and surface course in the project. The design mixes shall be prepared by a certified independent testing laboratory employed and paid by the Contractor. 1.2 ENVIRONMENTAL REQUIREMENTS A. Temperature. Place no asphaltic mixture, prime or tack coat, when the air temperature is below 45°F and falling. Materials may be placed after the air temperature is above 40°F and rising. Take temperature readings in the shade away from artificial heat. Place asphaltic mixtures only when weather conditions are suitable in the opinion of the Engineer. B. Moisture. Place no asphaltic material or asphaltic concrete mixture when the receiving surface is wet with moisture or during any rain event or threat therefrom. C. Asphalt Concrete Surfacing. Measure by the square yard of the type constructed to the thickness shown on the drawings. Payment will be at the unit price bid per square yard. This price will include quarrying and furnishing all materials; heating, mixing, hauling and placing the asphaltic mixture; rolling and finishing; and all labor, tools, equipment and incidentals necessary to complete the work, except work and materials for the application of prime s and tack coats. D. Deficient Base Thickness. 1. If a deficient thickness is found in an initial core of the asphalt base, additional 6-inch cores shall be taken by the Contractor, at the Contractor's expense. A minimum of three additional cores shall be taken for each 600 square yards of asphaltic base deficient in thickness. These cores shall be evenly distributed in a manner such that they represent the average asphalt base thickness of the 600-square-yard section. If the average measurement of the four or more cores is not deficient by more than 0.2 inches from the plan thickness, the thickness will be considered of satisfactory thickness and payment shall be made at the contract unit price. If the average thickness of the four or more cores is deficient more than 0.2 inches but not more than 0.75 inches from the plan thickness, an adjusted unit price as provided below will be paid for the area represented by these cores: 160-10049-000 02741-1 Asphaltic Concrete Paving M Asphalt C=enepQ*roFlexible Base Deficiency Deficiency in Thickness Proportional Part Determined by Cores of Contract Price Inches Allowed 0.00 to 0.20 100 percent 0.21 to 0.30 80 percent 0.31 to 0.40 72 percent 0.41 to 050 68 percent 0.51 to 0.75 57 percent 2. Any area of asphalt flexible base found deficient in thickness by more than 0.75 inches shall be removed and replaced, at the Contractor's expense, with new asphaltic --flexible base of the thickness shown on the plans. 3. No additional payment over the contract unit price will be made for any asphal-w-flexible base of a thickness exceeding that required by the plans. Deficient Surface Thickness. 1. If a deficient thickness is found in an initial core of the asphalt surface, additional cores shall be taken and the average thickness determined in accordance with paragraph 1.5C. The unit price shall be adjusted as follows: Asphalt Surface Course Deficiency Deficiency in Thickness Proportional Part Determined by Cores of Contract Price Inches Allowed 0.00 to 0.20 100 percent 0.21 to 0.30 80 percent 0.31 to 0.40 72 percent 2. Any area of asphalt surface found deficient in thickness by more than 0.40 inches shall be removed and replaced, at the Contractor's expense, with asphalt surface of the thickness shown on the plans. Care should be taken not to damage or remove the pavement below the asphalt surface. Should damage to the pavement below the asphalt surface occur, it shall also be removed and replaced at the Contractor s expense. 3. No additional payment over the contract unit price will be made for any asphalt surface of a thickness exceeding that required by the plans. PART 2-PRODUCTS 2.1 MATERIALS A. Coarse Aggregate. Provide smooth gravel to crushed stone, uniform in quality throughout and free from dirt, organic or other injurious matter occurring either free or as a coating on aggregate. Aggregate must comply with ASTM C 33. Furnish rock or gravel with abrasiveness not more than 40 by weight when subjected to Los Angeles Abrasion Test (AASHTO T-96, latest revision). t L 160-10049-000 02741-2 Asphaltic Concrete Paving B. Fine Aggregate. Furnish sand or stone screenings or a combination of both. Aggregate shall conform to ASTM C 33. Use sand composed of sound, durable stone particles free from foams or other injurious foreign matter. Furnish screenings of the same or similar material as specified for coarse aggregate. The plasticity index of that part of fine aggregate passing the No. 40 sieve must be not more than 6 when tested by standard laboratory methods. C. Asphaltic Material. Provide moisture -free homogeneous material which will not foam when heated to 347°F, and which meets the appropriate set of the following requirements: VISCOSITY GRADE AC-10 AC-20 Test Min. Max. Min. Max. Viscosity, 140°F stokes 1000 ± 200 2000 ± 400 Viscosity, 275°F stokes 1.9 B 2.5 B Penetration, 77°F, 100 g, 5 sec. 85 B 55 B Flash Point, C.O.C.F. 450 B 450 B Solubility in trichloroethylene, percent 99.0 B 99.0 B Tests on residues from thin film oven tests: Viscosity, 140°F stokes B 3000 B 6000 Ductility, 77°F, 5 cros per min., cros 70 B 50 B Spot tests Negative for all grades 1. Material shall not be cracked. 2. Grade of asphalt used will be designated by the Engineer after design tests have been made. Only one grade of asphalt will be required, after grade is determined by test design for project. 3. Asphalt material for the tack coat must be RC-250, and for the prime coat MC-70 or MC-250, and shall meet the following requirements: Grade RC-250 MC-70 MC-250 Limits Min. Max. Min. Max. Min. Max. Water, percent C 0.2 C 0.2 C 0.2 Flash Point T.O.C. deg. F 80 1C 100 C 150 C Kinematic Viscosity at 140°F CST 250 400 70 140 250 500 4. Distillate shall be as follows, expressed as percent by volume of total cut -back to 680°F: RC-250 MC-70 MC-250 Min. Max. Min. Max. Min. Max. Off at 437°F 40 75 C 20 C 10 Off at 400°F 65 90 20 60 15 55 Off at 600°F 85 C 65 90 60 87 Residue from 680°F Distillation, 70 C 55 C 67 C Volume, percent =3 160-10049-000 02741-3 Asphaltic Concrete Paving RC-250 MC-70 MC-250 Tests on Distillation Residue Min. Max. Min. Max. Min. Max. Penetration at 100g, 5 sec., 77°F 100 150 120 250 120 250 Ductility at 77°F, 5 cm/min. ems 100 C 100* C 100* C Percent solubility in trichloroethylene, % 99 C 99 C 99 C Spot Test Negative for all grades * If penetration of residue is more than 200 and ductility at 77°F is less than 100 cm, the material will be acceptable if its ductility at 60°F is more than 100. D. Hot -Mix Asphaltic Concrete. 1. Design Mixes. Materials and design mixes will be subject to approval of the Engineer after being tested in accordance with these specifications and current State Department of Highways and Public Transportation methods, Test Method Tex-126-E or Test Method Tex-204-F, for asphalt base material, and Test Method Tex-200-F for surface courses. Design mixes and tests for density and stability are the responsibility of the Contractor and shall be made at his expense. Submit test results and certificates certifying that asphaltic materials and aggregates comply with specified requirements. 2. Density and Stability Requirements. Density % Stability % Min. Max. Optimum Not Less Than 94 99 97 40 I 160-10049-000 02741-4 Asphaltic Concrete Paving E. Flexible Base 1 Flexible base shall conform to TxDOT Item 247 Type A Grade 2 or better as indicated in the table below: Property Test Method Grade 1 Grade 2 Grade 3 Master gradation sieve size (% retained) Tex-110-E 2-1/2 in. = 0 0 1-3/4 in. 0 0-10 0-10 718 in. 10-35 3/8 in. 30-50 = _ No.4 45-65 45-75 45-75 No. 40 70-85 60-85 50-85 Liquid limit. % Max.' Tex-104-E 35 40 40 Plasticitv index. max.' Tex-106-E 10 12 12 Wet bail mill, % max.2 Tex- 116-E 40 45 - Wet ball mill, % max. increase passing the No. 40 sieve 20 20 - Classification Tex-117-E 1.0 1.1-2.3 - Min. compressive strength3, psi Lateral pressure 0 psi Lateral pressure 15 psi 45 175 35 175 - - 1 Determine plastic index in accordance with Tex-107-E (linear shrinkage) when liquid limit is unattainable as defined in Tex- 104-E. 2 When a soundness value is required by ,the plans test material in accordance with Tex-411-A. 3 Meet both the classification and the minimum compressive strength unless otherwise shown on the pans. 2. Material Types. a Type A Crushed stone produced and graded from oversize quarried aggregate that originates from a single naturally occurring source Do not use gravel or multiple sources. b Type B. Crushed or uncrushed gravel Blending of 2 or more sources is allowed. C. Type C. Crushed gravel with a minimum of 60% of the particles retained on a No. 4 sieve with 2 or more crushed faces as determined by Tex-460-A Part 1. Blending of 2 or more sources ►s allowed. d Type D. Tvpe A material or crushed concrete Crushed concrete containing gravel will be considered Type D material Crushed concrete must meet the requirements in Section 247.2.A.3.b of 160-10049-000 02741-5 Asphaltic Concrete Paving TxDot Item 247. "Recvcled Material (lncludinL, Crushed Concrete) Reauirements." and be managed in a way to provide for uniform quality. The Engineer may require separate dedicated stockpiles in order to verify compliance. e. Type E. As shown on the plans. E. jjet-Mix A sphaltiE-C- - efete Base Cwar-�. rb Requkkaments Am- bg eb Pefeent (�i,., Passing -by i V4 r1 95 io� 79 90 4Q11 Ne. 4 305 Ne. 40 4-1-10 Ne. 90 22-14 No ?98 4-6 7 F. Hot -Mix Asphaltic Concrete - Surface Course. 1. Type "GD" Grading Requirements for Aggregates. Pefeent b SAE 96 WO w 70 85 * YT'YTe. 4 43 63 49 2'Yt7- 40 ig 25 Yet/ 3-44 Ne. NO 4-6 1 !A M_ fniniffffiffi 4-3 Percent Passing by Sieve Size Weight or Volume 1/2" 100 3/8" 85-100 No. 4 50-70 No. 10 32-42 No. 40 11-26 No. 80 4-14 160-10049-000 02741-6 Asphaltic Concrete Paving No. 200 1_6 VMA % minimum 14 2. Proportions for Asphaltic Material. Four to nine percent of mixture by weight is required. 4. n mot'.. vo ..ents n ,,ates /» 44! No. 19 Ne. 49 ale. go No. 900 PART3-EXECUTION 3.1 PRIME COAT Passing by DO 9-?4 3-43 4--6 475 Apply with an approved sprayer. Thoroughly clean stabilized subgrade and apply prime coat of MC-70 or MC-250 at uniform rate, as shown. 3.2 TACK COATS Apply with an approved sprayer. Thoroughly clean asphaltic base course or concrete surface and apply tack coat of RC-250 at a uniform rate. 3.3 LAYING A. Placement. Haul the asphaltic concrete mixture, which has been heated and prepared as specified, to the project in tight vehicles previously cleaned of foreign material. The mixture shall be at a temperature between 200°F and 350°F when laid. The Engineer will determine the lowest acceptable temperature; a variance of 30 - , degrees F upward will be allowed. Spread the material into place with approved mechanical finishing machine of screening or tamping type. Use a track -mounted finish machine to place the base course directly on an earth subgrade. B. Base Course Material. Base courses which are 4 inches or greater in thickness shall be placed in two or more layers. Each layer shall have a compacted thickness less than 4 inches. Spread base course materials in such a manner that when compacted, the finished course will be smooth, of uniform density, and will be to section, line and grades as shown. Compact flexible base to a density of 98percent of maximum as determined by ASTM D 698. i C. Surface Course Material. A surface course 2 inches or less in thick ness may be spread in one lift. Spread - -, all lifts in such a manner that when compacted, the finished course will be smooth, of uniform density, and will be to section, line and grade as shown. 160-10049-000 02741-7 Asphaltic Concrete Paving D. Laying in Restricted Areas. If use of a paver is impractical, asphalt base and surface courses may be spread and finished by hand. Use wood or steel forms, rigidly supported to assure correct grade and cross section. Carefully place materials to avoid segregation of the mix. Broadcasting of the material will not be permitted. Any lumps that do not break down readily shall be removed. Put down asphalt courses in the same sequence as if placed by machine. 3.4 ROLLING A. Begin rolling while pavement is still hot and as soon as it will bear the roller without undue displacement or hair cracking. To prevent adhesion of surface mixture to the roller, keep wheels properly moistened with water. Excessive use of water will not be permitted. B. Compress the surface thoroughly and uniformly, first with power -driven, 3-wheel, or tandem rollers weighing from 8 to 10 tons. Obtain subsequent compression by starting at the side and rolling longitudinally toward the center of the pavement, overlapping on successive trips by at least one-half width of the rear wheels. Make alternate trips slightly different in length. Continue rolling until no further compression can be obtained and all rolling marks are eliminated. C. Use a tandem roller for the final rolling. Double coverage with an approved pneumatic roller on asphaltic concrete surface is acceptable after flat wheel and tandem rolling has been completed. 3.5 HAND TAMPING Along walls, curbs, headers and similar structures, and in all locations not accessible to rollers, compact the mixture thoroughly with a vibrating plate compactor. 3.6 CONSTRUCTION JOINTS Place courses as nearly continuously as possible. Pass the roller over unprotected ends of freshly Iaid mixture only when the mixture has become chilled. When work is resumed, cut back the laid material to produce a slightly beveled edge for the full thickness of the course. Remove old material which has been cut away and lay the new mix against the fresh cut. 3.7 HELD QUALITY CONTROL A. Surface Tests. The completed surface, when tested with a 16-foot straightedge laid parallel to the center line of the pavement, shall show no deviation in excess of 1/16 inch per foot from the nearest point of contact. The maximum ordinate measured from the face of the straightedge must not exceed 1/4 inch at any point. Furnish approved templates for checking subgrade in finished sections. The strength and rigidity of templates shall be such that if a support is transferred to center, no deflection in excess of 1/8 inch will be observed. B. Density. Asphaltic concrete shall be placed and compacted to contain from 3 to 7 percent air voids. The percent air voids will be calculated using the maximum theoretical specific gravity of the mixture determined according to Test Method Tex-227-F. Roadway specimens, which shall be either cores or sections of asphaltic pavement, will be tested according to Test Method Tex-207-F. The nuclear -density gauge or other methods which correlate satisfactorily with results obtained from project roadway specimens may be used when approved by the Engineer. Unless otherwise shown on the plans, the Contractor shall be responsible for obtaining the required roadway specimens at his expense and in a manner and at locations selected by the Engineer. C. Defective Pavement. Recompact pavement sections not meeting specified densities or replace them with new asphaltic concrete material. Replace with new material sections of surface course pavement not meeting surface test requirements or having an unacceptable surface texture. Patch asphalt pavement sections in accordance with procedures established by the Asphalt Institute. At no change in the contract sum, replace asphalt pavement sections which did not meet the specifications. 160-10049-000 02741-8 Asphaltic Concrete Paving D. Thickness. Drill core samples of asphalt base course or asphalt surface course at locations designated by the Engineer to measure thickness. Drill a minimum of one 6-inch core for each 600 square yards of pavement. Where asphalt surface is placed over concrete pavement, the same core may be used to determine both asphalt surface course thickness and concrete pavement thickness. END OF SECTION 160-10049-000 02741-9 Asphaltic Concrete Paving Southwest Pump Station City of Lubbock SECTION 15130 HORIZONTAL SPLIT -CASE PUMPS PART -GENERAL 1.1 PUMP SELECTION A. Select pumps conservatively for scheduled conditions. Furnish pumps which have reasonably high efficiencies, with peak efficiency at or near rated conditions. B. If the pumps proposed are not considered suitable, submit manufacturer's data on other pumps, for review. 1.2 PUMP SIZE AND TYPE Provide motor -driven pumps of the type and speed scheduled. Select pumps that are not overloaded throughout the entire range of pump operation. Provide pump connection sizes as shown on drawings. 1.3 SUBMITTALS A. Product Data. Submit product data for review; include the following: 1. Manufacturer of pump, size, speed, type and weight. 2. Manufacturer of electric motor and guaranteed efficiency at pump rated conditions, full load amperage draw of motor and motor service factor. 3. Guaranteed performance curves (manufacturer's standard certified test data) for each pump, including head curve, horsepower curve, efficiency curve and NPSH required curve. Curves shall indicate recommended minimum flow rate, maximum attainable flow rate at rated pump speed, brake horsepower at rated conditions, and maximum horsepower over entire pump performance curve, including shutoff. 4. Guaranteed pump efficiency at rated conditions. 5. Recommended spare parts for 1 year's normal maintenance with prices, delivery and location of stock (Iocal or factory). B. Shop Drawings. Complete drawings, details and specifications for the pumps and their accessories and appurtenances shall be submitted for review; include the following: 1. Certified dimensioned outline drawings for pumping units and motors with shipping weights and unit weight. 2. Cross -sectional drawing with detailed parts list for pumps and motors. 3. Control panel outline dimensions, including layout of cover -mounted equipment. 4. Control panel wiring diagram with written description of operation. C. Testing and Final Submittals. 1. Factory performance tests, in accordance with the standards of the Hydraulic Institute, shall be required. Six copies of certified factory performance test curves and a copy of the actual test data shall be submitted prior to shipment, including head, capacity, brake horsepower and pump efficiency characteristics for each pump supplied. 2. The following data shall be submitted upon shipment of pumps and motors: a. Installation, operation, maintenance and lubrication manuals. I60-10049-000 15130-1 Horizontal Split — Case Pumps b. Complete bill of materials to include factory part numbers, or drawing numbers, which would indicate interchangeability, materials of construction, and the number of parts used in one unit. C. Facsimile or rub -off of nameplate on pumps and motors. Pump nameplate shall include impeller size or number. 1.4 QUALITY ASSURANCE A. A factory -trained service engineer employed by the pump manufacturer shall advise the installing contractor in the installation and start-up of the pumping units. Upon completion of the physical installation of the unit, the manufacturer shall submit in writing to the Owner's representative a letter stating that the unit has been properly installed and is acceptable for operation. The pump manufacturer's service engineer shall include in his bid one working day to advise the Owner's operator of operation and maintenance of the pumping units and controls. B. Supply of Equipment. All of the equipment called for under this section of the specifications shall be supplied by the pump manufacturer. This includes the motors, control panel and liquid level controls, portable lifting devices, and access doors. The supplier shall, in addition to the Contractor, assume the responsibility for the proper functioning of the equipment. C. Parts and Service. The supplier shall satisfy the Architect/Engineer that he maintains the following within the Lubbock area: 1. A store or branch storing a representative supply of parts for the equipment specified, and provisions for securing parts within a reasonable length of time. 2. A shop staffed with qualified factory -trained service personnel. 3. Pickup and delivery trucks for parts or pumps. 1.5 NOISE AND VIBRATION A. Select equipment to operate with minimum of noise and vibration. If, in the opinion of the Engineer, objectionable noise or vibration is produced or transmitted to or through building structure by equipment, piping ducts, or other parts of work, rectify such conditions without change in the contract sum. B. If equipment is judged by the Engineer to produce objectionable noise or vibration, the Contractor, at his expense, must demonstrate that the equipment performs within limits set forth on the vibration chart at the end of this section. 1.6 EXTENDED WARRANTY The pump manufacturer shall warrant the units being supplied to the Owner against defects in workmanship and material for a period of 5 years under normal use, operation and service. The warranty shall be in printed form and apply to all similar units. PART2-PRODUCTS 2.1 MANUFACTURERS Goulds, Aurora, or approved substitution. 2.2 CENTRIFUGAL PUMPS A. General. Pump shall be a single stage, double suction design. Pumps and/or coatings shall be NSF-61 certified. __ 160-10049-000 15130-2 Horizontal Split — Case Pumps l B. Casing. The pump casing halves shall be of the inline piping design and shall be constructed of Class 30 cast iron having a minimum tensile strength of 30,000 psi, and shall be of sufficient thickness to withstand stresses and strains at full operating pressures. Casings shall be subject to a hydrostatic pressure test at 150% of the specified duty point. Bearing housing and supports, suction and discharge flanges shall be integrally cast with the lower half of the casing. Removal of the upper half of the casing must allow the rotating element to be removed without disconnecting the suction and discharge flanges. The upper casing is to be dowel aligned to the lower casing. Drain openings must be provided in the bearing arms for removal of lubricating liquid. C. Impeller. Impeller shall be of the enclosed double suction type and shall be of made of 3 16 stainless steelbronze. Impeller shall be dynamically balanced and securely fastened to the shaft by key and screw, locked shaft sleeves. The vanes shall be designed to reduce noise. D. Wearing Rings. Pump shall be equipped with easily 316 ^ aimak,^ steelremovable bronze casing rings (impeller rings) so designed that hydraulic pressure will seat them against a shoulder in the pump case around the full periphery of the wearing ring. The wear rings shall be locked in place by doweling to prevent rotation. E. Shaft. The pump shaft shall be made of high grade SAE 1045 Steel or equal, accurately machined to give a true running rotating element. The shaft shall be protected from wear by 316 stainless steel shaft sleeves which are key locked and threaded so that the sleeves tighten with the rotation of the shaft. Buna o-rings shall be provided between the impeller hub and the shaft sleeves to prevent pumped liquid from corroding the shaft F. Bearing. The rotating elements shall be mounted in heavy duty grease lubricated ball bearings and shall be equipped with water stingers on side next to pump glands. Bearing housings shall be so designed to flush lubricate through and provide continuous cleaning of bearing surfaces and maximum protection against overheating. The pump shall be supplied with a single row inboard bearing primarily for radial loads and a double row outboard bearing primarily for thrust loads. Both bearing shall be regreasable lubrication ball type, designed for 250,000 hours average life. Each bearing shall be mounted in a machined housing that is moisture and dust proof. The housing shall have registered fits to assure alignment, pinned to prevent rotation, and bolted to the bearing arms. Each housing shall be supplied with grease fitting and plugged relief port. G. Mechanical Seals. Mechanical seal boxes shall be placed on both sides of the pump centerline to seal the t pump shaft. Each pump is to be furnished with mechanical seals with all metal parts to be 393 staipAess s bronze with `Buna-N" elastomers, Ni-Resist seat, and carbon washer. A bypass line shall be provided for the upper seal between the seal faces and the discharge flange to assure adequate venting of the seal chamber and to provide lubrication. All pumps shall be provided with cored passages in the parting flange of the pump to provide additional circulation to both seals. The mechanical seal boxes shall be equipped with heavy, cast, one piece "O" ring sealed glands. G. Couplings. Provide a flexible mechanical coupling rated for the full rated horsepower of the driving motor at motor speed. H. Base Plates. Mount the pump assembly and the motor on a common cast iron base fabricated and arranged to ensure rigid and true alignment of pump and motor shafts. Furnish base plate with drip pan having tapped drain opening. Motors. Refer to Section 46222- "AG Eleetfie Meters 2-09 Wand Belew—'16223 "AC Electric Motors — Greater than 100 HP" for specifications related to the motors. 2.3 PUMP PERFORMANCE A. Head losses through the pump are not included in the total pumping heads. Pumping heads and other terms shall be as defined in the Standards of the Hydraulic Institute. 160-10049-000 15130-3 Horizontal Split — Case Pumps I B. Each of the four pumps (Pumps P-101, P-102, P-103 and P-104) shall meet the following design and performance requirements: 1. Rated flow rate: 2,M gpm. 2. Rated total head: 154.0 feet. 3. Minimum efficiency at rated head and flow: 83.0 %. 4. Minimum shutoff head: 185 feet. 5. Minimum discharge diameter: 8_0 inches. 6. * Maximum speed: 1785 rpm. 7. Motor horsepower: 150. 8. NPSH Required (maximum): 14.0 feet, ever entife epefatift, C. Motors must not operate in service factor in any portion of pump operating range. PA.RT3-EXECUTION 3.1 INSTALLATION A. Install according to manufacturer's printed recommendations and pipe as shown on drawings. B. Grout steel or cast iron pump bases to concrete bases. Fill in all voids in base with concrete. Grout shall conform with Section 03650 "Grouting". C. Pumps shall have seals adjusted and bearings checked for proper operation. 3.2 PAINTING TOUCH-UP Touch-up abrasions and other defective areas in items furnished with factory finish, using primers and paints for finish coat equal to that employed for factory coats. 3.3 OPERATING TESTS After all pump and control systems have been completed and put into operation, subject each system to an operating test under design conditions to ensure proper sequence and operation throughout the range of operation. Make adjustments as required to ensure proper functioning of all systems. END OF SECTION 160-10049-000 15130-4 Horizontal Split — Case Pumps Southwest Pump Station City of Lubbock SECTION 16371 VARIABLE FREQUENCY DRIVES 100 hp AND GREATER PART1-GENERAL 1.1 SUMMARY A. Furnish and supply microprocessor based, solid-state variable frequency drives within a ventilated enclosure, as indicated on plans. The variable frequency drives on this project are for the following pumps: 1. Pump 101 — 150 hp 2. Pump 102 — 150 hp B. Provide drives as shown on plans. The exact horsepower of the drives shall be verified with the equipment supplier. If larger drives are required, they shall be provided at no extra cost to the OWNER. It shall be the drive suppliers and the CONTRACTOR'S responsibilities to coordinate the drive requirements with the pump suppliers. The VFD's shall supply the current needed by the motors at every point of their operating curves. The CONTRACTOR shall be advised that certain factors can cause the need for a higher horsepower VFD, e.g. a low rpm motor requires more Amps, which may require a larger VFD to be needed. The VFD manufacturer shall provide in writing that the motor to be used is suitable for use with the VFD. C. Provide complete services of factory field engineers for installing, debugging, start-up, testing, and training D. Conduct Harmonic Distortion Testing. E. Training of OWNER personnel. 1.2 RELATED WORK A. Applicable sections include, but are not limited to: 1. Section 13410 — Programmable Logic Controllers. 2. Section 13413 — Instrument Panels. 3. Section 16010 —Electrical General Provisions. 4. Section 15130 — Horizontal Split -case Pumps. 5. Section 16223 — AC Motors — Greater than 100 HP. 6. Section 16450 — Motor Control Centers. 7. Section 16490 — Fuses — 600 Volt and Below. 1.3 DRIVE TYPES A. Pulse Width Modulation (PWK —eighteen pulse or six pulse with 5% minimum harmonic filter. 1.4 ACCEPTABLE MANUFACTURERS A. Robicon B. Danfoss Note: The listing of any manufacturer or Trade Mark name does not relieve the manufacturer from complying with all requirements of the plans and these specifications. ] 1 i. 160-10049-000 16371-1 Variable Frequency Drives 100 hp and Greater I 1.5 RESPONSIBILITY A. The CONTRACTOR shall be responsible for the erection, installation, and start-up of the equipment covered by this Specification. The manufacturer shall furnish the services of a qualified representative to provide technical assistance of installation start-up as indicated under Part 3. B. The variable frequency drive manufacturer shall maintain and staff engineering services personnel trained to do startup services, emergency service calls, repair work, service contracts, and maintenance and troubleshooting training of customer personnel. C. All the variable frequency drives shall be furnished by a single manufacturer, and shall be fully coordinated with pump supplier. D. Coordinate the drive requirements with the pumps. 1.6 SUBMITTALS A. Submittals shall comply with Specification Section 01300. B. Complete drawings shall be furnished for approval before proceeding with manufacture. They shall consist of master wiring diagrams, elementary or control schematics including coordination with other electrical control devices operating in conjunctions with the drive, and suitable outline drawings with sufficient details for locating conduit stub -ups and field wiring. 1.7 SINGLE SOURCE A. All drives shall be the product of a single manufacturer. 1.8 QUALITY ASSURANCE A. The variable frequency controller shall be ETL or UL and CSA certified and shall comply with the latest applicable standards of ANSI, IEEE, and N`7EMA. The controllers shall be rated as shown on the Drawings, As a minimum, the full load output current of the controller shall be equal to the equivalent motor horsepower as listed by National Electrical Code Table 430-150. 1.9 HARMONICS A. VFDs shall meet or exceed the following harmonic limits at the point of common coupling (pee) for any combination of the pumps operated from 10% to 100% speeds under actual pumping conditions: 1. pcc location is the MCC bus, which feeds the VFDs 2. voltage: 5% total harmonic distortion (THD) per IEEE 519-1992 3. Current: limits for 20 < Ise/IL. < 5 per IEEE 519-1992 ` B. VFD manufacturer shall insure the following: 1. VFD system will not have any detrimental effect on the pump station power system 2. VFD system will not have any detrimental effect on any communications system including telephone and SCADA systems 3. VFD system will not produce crosstalk between VFD's 4. VFD system will not produce any electrical resonance problems 5. VFD system will not produce any torsional resonance problems 6. VFD torque pulsations shall not exceed 30% of the motor or pump shaft rated torque C. If harmonic filters are required to meet these requirements, the VFD manufacturer must provide the filters at no extra cost and is responsible for the design, manufacturing, and installation of the filter. Compliance shall be 160-10049-000 16371-2 Variable Frequency Drives 100 hp and Greater verified with on -site field measurements of the harmonic distortion at the point of common coupling with and without the VFDs operating. Refer to part 3 of this specification for description of this testing. D. VFD system shall maintain a 0.9 minimum power factor from 10 percent to 100 percent speed. VFD system, including power factor correction and/or harmonic filter, shall never have a leading power factor under operation or at any other time. VFD manufacturer is to supply a power factor correction system, if required, to meet this requirement. The power factor correction capacitors shall be mounted on the input side of the VFD. Refer to paragraph 3.2 regarding field-testing of power factor. E. It is the responsibility of the VFD supplier to obtain source impedance and other circuit data from the utility prior to bidding. 1.10 SOFTWARE A. Provide four copies of programming software on compact disk. 1.11 FABRICATION A. Provide engineered panel in accordance with Section 13413. PART2-PRODUCTS 2.1 CONSTRUCTION A. The variable frequency controller shall be rated 460V, 3 phase, 60 hertz, with the features for both variable torque applications and constant torque applications motors having 1.15 service factor. B. The variable frequency controller shall be rated as indicated in the schedule. The controllers shall provide digitally based speed adjustment of three-phase motors. The variable frequency and voltage output shall provide constant volts per Hertz excitation for the motor up to 60 Hertz. C. The variable frequency controller shall have a 140 percent overload rating for one (1) minute, and shall be designed to operate continuously at 115 percent of motor nameplate horsepower and current without exceeding 95 percent of thermal characteristics of the electronics. D. The controller shall be capable of converting incoming three phase, 460V (+10 percent to -10 percent) and 60 Hertz (+2 Hertz) power to a fixed potential DC bus level in the converter section. The DC voltage shall be inverted by a pulse width modulated (PWM) inverter to a variable frequency output to simulate a usable sine wave. The controller shall maintain power factor at .95 or greater at any speed or load. The controller shall have a minimum efficiency of 95 percent at rated load. E. The converter shall use a diode bridge for the conversion of AC to DC. The inverters shall use transistors as switching devices. Silicon controller rectifiers, current source inverters, and paralleling of devices are unacceptable. F. The controller shall operate in an ambient temperature of 0° to 40°C for elevations up to 3,300 feet above sea level and humidity of 0 to 100 percent. t_ G. The controller shall be mounted in a full height, freestanding enclosure for all units. The controller shall have easily removable assemblies. L H. All enclosures shall not be less than 16-gauge steel with surfaces to be painted. Refer to 3.4 for special - project requirements. Provide cooling fans, thermostat and air filters. 160-10049-000 16371-3 Variable Frequency Drives 100 hp and Greater j I. Doors shall include plastic device holders for mounting up to six operator devices. Factory mounted operator devices shall be factory wired. J. The operating handle of the disconnect shall always remain connected to the breaker and shall not be mounted on the door. The position of the handle shall indicate ON, OFF, or TRIPPED condition of the circuit breaker. The handle shall have provisions for padlocking in the OFF position with at least three padlocks. Interlock provisions shall prevent unauthorized opening of closing of the controller door with the disconnect handle in the ON position. K. All microprocessor control boards shall be interchangeable for all units. L. The following standard basic control features shall be provided on the variable frequency controller: 1. Remote Start, Stop, and speed control via remote input 4-20 DC signal. 2. Linear independent time acceleration and deceleration adjustable setting. 3. Isolated process signal follower for 4-20 mA DC control of output frequency. 4. Process output of 4-20 mA DC for remote speed indication. 5. Constant torque performance from 4 to 60 Hertz. 6. Frequency stability of 0.5 percent for 24 hours with voltage regulation of plus or minus two percent of maximum rated output voltage. 7. Individual door mounted lights or LEDS for indication of run, power on, and interruption due to over current, over voltage, over frequency, undervoitage, over temperature, and phase loss. 8. 115 VAC isolated control power for operator devices. Low voltage DC control power is not acceptable. 9. Motor slip dependent speed regulation. 10. Five -cycle logic power carry-over during utility Ioss of power. 11. Insensitive to input line rotation. 12. Fixed dwell time at start to increase motor starting torque. 13. Auto restart to automatically restart on phase loss, overvoltage, and undervoltage trips only. 14. Hand -Off Auto selector that allows speed control to change from unit mounted potentiometer in hand position to input process follow in auto mode. 15. Provide percent speed meter in face of unit. 16. Provide all necessary control relays, timers, indicating lights, etc. as shown on the Drawing. All of these devices shall be installed in the VFD enclosure. M. The following standard protective features shall be provided on the controller: 1. Input AC circuit breaker with an interlocked, padlockable handle mechanism. 2. AC input line current limiting fuses for fault current protection up to 200 KAIC of AC to DC converter section. Provide fuses in accordance with Section 16490. 3. Electronic overcurrent trip for instantaneous and inverse time overload protection. 4. AC input line undervoltage and phase loss protection. 5. Overfrequency protection. 6. Overtemperature protection. 7. Surge protection from input AC line transients. 8. Electrical isolation between the power and logic circuits, as well as between the 15 Volt AC control power and the static digital sequencing. 9. Ability to withstand output terminal line -to -line short circuits without component failure. 10. Dv/dt and di/dt protection for converter semiconductors. 11. Input power line reactors for all units. For any protective condition 1 through 7, the controller shall trip and an internal fault relay contact shall close for remote indication/alarm. N. The following standard independent adjustment shall be provided on the controller: 1. Minimum Speed. 4 to 40 Hertz. 2. Maximum Speed. 40 to 90 Hertz. 160-10049-000 16371-4 Variable Frequency Drives 100 hp and Greater 3. Acceleration. 0.5 to 30 Hertz per second with ranges of 2-180 seconds for 0-60 Hz. 4. Deceleration. 0.5 to 30 Hertz per second with ranges of 2-180 seconds for 0-60 Hz. 5. Low Frequency Boost. Up to 60 Volts at 2 Hertz. 6. Volts per Hertz. Adjustable from 3.83 to 11.5 volts per Hertz. O. The following modifications shall be furnished with the controller: 1. Process control output signal of 4-20 mA DC, proportional to controller frequency (speed) including gain and bias adjustments. 2. Controller status relay with two Form C relay pairs, rated-2 amps resistive at 115 Volt AC for indication of on condition. 3. Fused thermostat -controlled space heaters to minimize possible condensation upon controller shutdown. 4. Diagnostic and service analyzer to monitor the performance and operating conditions of the controllers shall be panel mounted for each drive. The analyzer shall be capable of being plugged into any controller, regardless of rating without special modification and shall provide the ability to run, stop, and control speed. P. Filters: Provide line filters to reduce harmonics and noise from propagating into the distribution system. Q. The VFD manufacturer shall evaluate the location of the motor in reference to the VFD and shall furnish and install necessary reactor inside the VFD enclosure to mitigate the reflected walls. 2.2 PROTECTIVE DEVICES A. General: 1. Motor protection and management shall be provided using a digital relay. The relay shall have a drawout construction to facilitate testing, maintenance, and interchange flexibility. 2. The relay shall be a Multilin Model 369 Motor Management Relay a. Protection Functions 1) The primary protective function shall be the thermal model. It shall consist of 4 key elements: a) overload circuits b) negative sequence unbalance/ single phase biasing c) biasing (hot, cold motor compensation) d) motor cooling time constants 3. Special attention shall be given to the protection of the rotor during stall and acceleration. To achieve this, the stall/acceleration curve shall be voltage compensated and a speed switch input shall be available. The stator protective thermal model shall combine inputs from positive and negative sequence currents and RTD winding feedback. This will then cause the model to become dynamic in nature in order to follow the loading and temperature of the motor. The protection shall also include: a. stall b. mechanical jam C. 12 RTD inputs d. ground overcurrent e. short circuit 4. Voltage transformer inputs which shall be used to provide overvoltage, undervoltage, voltage phase reversal, and over -frequency functions. B. Display and Interface Functions: 1. The motor management relay shall include complete power metering. An events record shall store the last 40 events. Sixteen cycles of waveform data shall be stored each time a trip occurs. A simulation feature shall be available for testing the relay. The user interfaces shall include: 160-10049-000 16371-5 Variable Frequency Drives 100 hp and Greater j a. A 40 character illuminated vacuum fluorescent display and associated keypad to provide access to actual values and setpoints. b. A front RS232 serial port for setpoint programming C. An RS485 serial port which shall uses an open protocol with baud rates selectable up to 19,200 bps. d. An independent auxiliary RS485 port shall be available for added security or for use by maintenance personnel. e. Interface software shall be provided in a Windows® format. 2.3 PUMP OPERATING STRATEGY A. General: The VFD shall be designed to operate the pump motor in conjunction with its discharge valve. The pumping unit is interlocked with its pump control discharge valve and the two operate in tandem. B. It is the intention of this specification to keep the emergency shutdowns to a bare minimum (even during the start-up operations), due to the resultant damaging water hammer. Nevertheless, at least one emergency shutdown test shall be conducted as part of the startup operations. The VFD operating logic shall be as indicted on the drawings. C. All pump control logic sequence shall be accomplished via a programmable logic control unit in accordance with Section 13410. The PLC shall be GE Fanuc Series 90-30 with no exceptions. Provide at least 4 spare DI and DO points. PART3-EXECUTION 3.1 FIELD STORAGE AND INSTALLATION A. Wiring and handling shall per manufacturer's recommendations. B. The variable frequency controller shall be protected against damage at all times. The controller shall be stored in a clean, dry environment with temperature and humidity within the range specified by the controller manufacturer. Space haters shall be energized during storage, as recommended by the manufacturer. 3.2 FACTORY TESTS AND CHECKS A. Variable frequency controller power transistors and diodes shall be 100 percent inspected and tested, including temperature cycling and ambient high temperature load testing. B. All integrated circuits shall be 100 percent inspected and tested. Testing shall include pass/fail testing, temperature cycling and ambient high temperature testing in compliance with MIL-STD-8813B. C. Small signal semiconductors, resistors, capacitors, and diodes shall be lot sampled per MIL-STD-105D (one percent AQL). Testing will include parameter, as well as functional characteristics. D. All printed circuit boards shall be tested under a temperature cycling 20-hour load test and then functionally tested via fault and find bench equipment prior to unit installation. E. All final assemblies shall be tested at full load with application of line -to -line and line -to -ground bolted faults. Variable frequency controller shall trip electronically without device failure. F. After all tests have been performed, each variable frequency controller shall undergo a 24-hour burn -in test. The controller shall be burned in at 100 percent inductive or motor load for 24 hours without an unscheduled shutdown. 160-10049-000 16371-6 Variable Frequency Drives 100 hp and Greater G. After the burn -in cycle is complete; each variable frequency controller shall be put through 1 to 2 hours cycling motor load test (dynamometer) before inspection and shipping. H. Certification that all of the testing above has been performed shall be provided by the variable frequency controller manufacturer. 3.3 FIELD TESTING A. Provide all testing and recording instruments as part of the field-testing, at no extra cost to the OWNER. B. Make the following minimum test and checks before the manufacturer's representative is called in for testing and adjustment. 1. Verify that all connections are completed in accordance with shop drawings. 2. Verify supply voltage and phase sequence is correct. 3. Check mechanical interlocks for proper operation. 4. Test ground connections for continuity and resistance 5. Check control circuit interlocking and continuity. 6. Test each drive through the specified speed ranges and loads for a minimum of two hours. 7. Test each drive by using the actual control signals for remote and local operations. 8. Test each drive alarm function. .C. Retain a qualified representative of the manufacturer for a minimum period of 8 hours per variable speed drive to perform the following services: 1. Equipment Installation: a. Inspect the completed installation and note deficiencies. b. Be present and assist the CONTRACTOR during startup, adjusting, and field-testing of the completed installation. 2. Furnish all test forms and procedures for field-testing. 3. The manufacturer's representative shall revisit the job site as often as necessary until the installation is entirely satisfactory to the OWNER. a. Additional site visits shall be provided at no additional expense to the OWNER. D. In the event of an equipment fault, notify the ENGINEER immediately. After the cause of the fault has been identified and corrected, a joint inspection of the equipment shall be conducted by the CONTRACTOR, the ENGINEER, and the equipment manufacturer's factory service technician. Repair or replace the equipment as directed by the OWNER. E. After startup, the manufacturer/contractor shall perform field acceptance testing which shall measure the harmonics generated at the point of common coupling (PCC). Perform the following testing at each drive: 1. After operating for one hour at maximum speed and load imposed by the driven equipment, reduce speed in 6 equal increments between 60 hertz and minimum speed. 2. Using the power recorder, record the resultant fundamental and harmonic voltages and currents and the total rms voltage, watts and rms current at both the drive input and at the drive output to the motor at each operating point. 1- 3. Using the power recorder, record the voltage waveforms at the motor terminals or at the motor disconnect, if the disconnect is located within 10 feet of the motor. Demonstrate that the peak value of the waveform does not exceed 1000 volts. 4. If the peak voltage does exceed 1000 volts, then adjustments or modifications to the variable speed drive shall be made to remedy the situation. r 5. Repeat field-testing and adjustment of the variable speed drive unit until the requirements are met. 6. Submit copies of the reports and graphs generated during the testing which show compliance with the specifications. v 160-10049-000 16371-7 Variable Frequency Drives 100 hp and Greater F. If the harmonics are not within the limits of the IEEE-519, the manufacturer shall install all necessary filters required and the manufacturer shall bear all costs for the design, manufacture and installation of the filters. The above test shall be resumed to prove IEEE-519 compliance. 3.4 ADJUSTMENT A. Make all VFD internal adjustments and all adjustments necessary for manual and automatic operation of the entire system of driven equipment. 3.5 CLEANING A. Remove all rubbish and debris from inside and around the equipment. Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes, vacuum cleaner, or clean, Iint-free rags. Do not use compressed air. END OF SECTION 160-10049-000 16371-8 Variable Frequency Drives 100 hp and Greater 0 Southwest Pump Station City of Lubbock SECTION 16373 480V SOLID STATE MOTOR CONTROLLERS — GREATER THAN 100 HP PART 1-GENERAL 1.1 SUMMARY A. Furnish and supply microprocessor based, solid-state motor controllers within a ventilated enclosure, as indicated on plans. The controllers on this project are for the following pumps: 1. Pump 103 —150 hp (future 250 hp) 2. Pump 104 —150 hp (future 250 hp) B. Provide controllers as shown on plans. The horsepower of the controllers shall be sized for the future replacement to 250 hp.. The controller manufacturer shall provide in writing that the motor to be used is suitable for use with the controller. C. Provide complete services of factory field engineers for installing, debugging, start-up, testing, and training D. Provide training of OWNER personnel. 1.2 RELATED WORK A. Applicable sections include, but are not limited to: 1. Section 13410 —Programmable Logic Controllers. 2. Section 13413 — Instrument Panels. 3. Section 16010 — ElectricaI General Provisions. 4. Section 15130 — Horizontal Split -case Pumps. 5. Section 16223 — AC Motors — Greater than 100 HP. 6. Section 16450 — Motor Control Centers. 7. Section 16490 — fuses — 600 Volt and Below. 1.3 ACCEPTABLE MANUFACTURERS A. Robicon B. Danfoss Note: The listing of any manufacturer or Trade Mark name does not relieve the manufacturer from complying with all requirements of the plans and these specifications. 1.4 RESPONSIBILITY A. The CONTRACTOR shall be responsible for the erection, installation, and start-up of the equipment covered by this Specification. The manufacturer shall furnish the services of a qualified representative to provide technical assistance of installation start-up as indicated under Part 3. B. The controller manufacturer shall maintain and staff engineering services personnel trained to do startup services, emergency service calls, repair work, service contracts, and maintenance and troubleshooting training of customer personnel. 160-10049-000 16373-1 480V Solid State Motor Controllers — Greater Than 100 HP Q C. All the controllers shall be furnished by a single manufacturer, and shall be fully coordinated with pump supplier. D. Coordinate the controller requirements with the pumps. 1.5 SUBMITTALS A. Submittals shall comply with Specification Section 01300. B. Complete drawings shall be furnished for approval before proceeding with manufacture. They shall consist of master wiring diagrams, elementary or control schematics including coordination with other electrical control devices operating in conjunctions with the drive, and suitable outline drawings with sufficient details for locating conduit stub -ups and field wiring. 1.6 SINGLE SOURCE A. All controllers shall be the product of a single manufacturer. 1.7 QUALITY ASSURANCE A. The controller shall be ETL or UL and CSA certified and shall comply with the latest applicable standards of ANSI, IEEE, and NEMA. The controllers shall be rated as shown on the Drawings, As a minimum, the full load output current of the controller shall be equal to the equivalent motor horsepower as listed by National Electrical Code Table 430-150. 1.8 SOFTWARE A. Provide four copies of programming software on compact disk. 1.9 FABRICATION A. Provide engineered panel in accordance with Section 13413. PART2-PRODUCTS 2.1 GENERAL A. Equipment Identification 1. Provide solid-state controllers where and as shown on drawings and as described by frontal elevation drawings, one -line diagrams, and/or equipment schedules as provided as part of this specification. B. Motor Controller Performance Requirements: 1. Nominal operating ambient temperatures: 0 — 40 deg. 2. Power: Operate with three-phase AC power at nominal voltage 460 VAC 3. Frequency: operates on 60 Hz 4. Meet Uniform Building Code on Non -building structures 5. Section 2338 for zone 1, 2, 3, and 4 requirements 160-10049-000 16373-2 480V Solid State Motor Controllers — Greater Than 100 HP C. Design Criteria: DESCRIPTION SPECIFICATION Horsepower HP: As shown Power Ratings 500% for 30 sec. and 125% cont. PIV Ratings 2.5 x line volts or minimum of 1200 PIV Starting Torque 0 to 100% Ramp Time 0 to 120 seconds Nominal ratings 1000 VAC. Standard Insulation Test 2500 VAC Rated Short Circuit Amps 200 KA RM SYM (with current limiting fuses) SCR Voltage Drop "I" to "T" 31.5 Volt Overall Efficiency Average 99.7% SCR Firing Technique Hard Drive with "picket fence" Transient Voltage Protection SIOV or Optional DV/DT Diagnostics and LED's Power On Micro Computer Fault Shorted SCR LCD display (16 char. x two lines.) Overlunder voltage Protection 10% to 30% over/under voltage Control Input 120 VAC or dry contact, 2/3 wire D. Controller Subsystems 1. Each controller shall include the following: a. Housing b. Continuous, tin-plated, copper, horizontal bus C. Continuous, bare copper ground bus d. Power electronics e. Main non -load -break isolating switch and operating handle f. Isolation contactor g. Bypass (up to speed) contactor h. Power factor correction capacitor contactor 160-10049-000 16373-3 480V Solid State Motor Controllers — Greater Than 100 HP 0 i. Three (3) current limiting power fuses for NEMA Class E2 operation j. Three (3) current transformers k. Control power transformer 1. Low voltage control panel with microprocessor -based control module for soft -start functions m. Programmable logic controller for pump control logic as shown on the Drawings n. Uninterruptable power supply E. Provide front accessibility to electrical components. 2.2 POWER AND GROUND BUS A. Main Bus: 1. Mount in common horizontal plane to provide maximum short circuit capability. 2. Tin-plated copper with minimum ampacities as indicated on the Drawings. B. Ground Bus: 1. Continuous Win. by 1-in. bare copper along entire length of control line up. 2. Locate in bottom of each vertical section. C. Bus ratings shall be in accordance with UL 347. D. Bus Bracing: 1. Brace and test bus bars and cables to withstand, without damage or deformation. 2. Comply with NEMA/EEMAC ICS 2-324 through ICS 2-325, and UL 347. E. Bolted bus joints shall have a minimum of two bolts. Provide suitable bolt holes to facilitate future extension of motor control center on either side. 2.3 WIRING A. Complete with internal power and control wires including terminations or external connections. Phase sequencing shall have proper identification and wires shall have suitable markings at terminations. Space shall be provided for stress cone termination of cables from the motors. 2.4 MAIN, BYPASS, AND POWER FACTOR CORRECTION CAPACITOR CONTACTORS A. Main, bypass, and power factor correction contactors shall be provided as a part of each starter. B. Current rating: manufacturer standard for horsepower rating and power factor correction capacitor rating, as shown on drawings. C. Voltage rating: Up to 600VAC. D. The main, bypass, and power factor contactors shall be sequenced by the manufacturer for proper operation of the controller. E. The bypass contactor shall bypass the SCRs after starting and while the starter is in the run (full voltage) mode. The bypass contactor shall be equipped with a bypass hold delay timer which, in the event of loss of power of not more than six (6) cycles while the bypass contactor is energized, the contactor shall be held closed to allow uninterrupted operation. 2.5 MAIN DISCONNECT SWITCH 160-10049-000 16373-4 480V Solid State Motor Controllers — Greater Than 100 HP A. The main disconnect switch shall be heavy-duty, 3-pole, gang operated externally, and provide the following features: 1. Isolate power from the entire controller 2. Interrupt control circuit transformer 3. Rating of 600 amperes 4. Operated by an external operating handle 5. Provision for padlocking in the open position B. interlocking features shall include: I. Prevent opening of the switch while the main contactor is closed 2. Prevent opening of the door to the main power compartment when the switch is closed 3. Prevents closing of the switch when the main power compartment door is open 2.6 POWER FUSES 1. Provide power fuses in accordance with Section 16490. 2.7 CONTROL A. Control Power Transformer: 1. Mounted separately in the medium voltage power section. 2. Supply two fuses on primary and one fuse on secondary side with one leg grounded. 3. Disconnect primary of control transformer from power supply with isolating switch in open position. B. Provide control wires, terminal strips, pushbuttons and pilot lights in accordance with Section 13413.. C. Controller shall include 120 VAC test to power and adjust microprocessor control when isolating switch is in OPEN position. 1. Test circuit shall consist of receptacle and plug mounted in low voltage compartment and accessible only when low voltage door is open. 2. In test position, plug may be removed from receptacle and connected to external 120V source of power. 3. This shall isolate control transformer and prevent energizing control transformer secondary from test voltage source. D. Identify devices mounted in low voltage compartment. 2.8 LOW VOLTAGE CONTROL PANEL FOR SOFT -START FUNCTIONS: A. Description I. The solid-state starter shall be supplied standard with programming buttons and local start/stop buttons on one main keypad with display. 2. Standard starter control logic shall be located on a microprocessor -based PC card which provides the sequential logic for the starter and gate signals to the power card and then to the pulse cards which are used to drive the SCRs. 3. Design control logic to perform timing required for operation of the solid-state starter, inline contactor and bypass contactor and while continuously monitoring motor and starter for faults. If a fault is detected, the control logic of the solid-state starter shall provide fault indication via a display. In the event of a fault condition, the control logic shall safely shut down the starter to disable the motor. 4. The PC cards of the solid-state starter shall be interchangeable with other control logic cards on starters of a similar design. B. Low Voltage Compartment: 160-10049-000 16373-5 480V Solid State Motor Controllers — Greater Than 100 BP t_ 1. Locate low voltage section behind separate door and physically separated from medium voltage section. 2. Door to permit access to control logic without exposure to medium voltages. 3. Customer interlocking and control are to be interfaced in this section as well as metering, relays, and pilot devices. 4. Optically isolate main control PC card located in low voltage section from medium voltage pulse generator cards on power poles. C. Electrical I. The logic control of the solid-state starter shall incorporate a micro -computer which consists of all circuitry required to drive the power semiconductors and provide motor and starter monitoring functions. -' 2. The solid state starter logic shall provide the following standard features: a. Adjustable Ramp Time (0-120 seconds) b. Adjustable Initial Current (50-400% of motor FLA) C. Adjustable Max Current (200-600% of motor FLA) d. Dual Ramp Capabilities (both selectable and programmable) e. Kick Start (adjustable A —10 seconds) f. Adjustable Decel Profile for Pumps Over/Under Current Fault Protection (used in pumping applications for indicating blocked pump feed or pump jam) Cr. Line Phase Loss Detection h. Adjustable Line Current Imbalance Detection (10-40%) i. Adjustable Over/Under Line Voltage Protection (10-30%) j. Up To Speed Indication k. Line Phase Sequence Sensitivity or Insensitivity 1. Selectable Solid State Overload Class (10, 20,30) In. Selectable Motor Service Factor (1.0, 1.15, or 1.25) n. Adjustable Motor Full Load Amperes o. Adjustable Current Transformer Ratio p. Battery "Backup" of Set Starter Parameters q. Real Time Clock r. Selectable Passcode Protection of Set Starter Parameters S. Line Voltage Independent Operation t. Line Frequency Tracking (50Hz Through 60Hz) U. Over / under Line Frequency Protection V. Instantaneous Overcurrent Detection W. Shorted SCR Detection X. Machine Ground Fault Protection y. Starts / Hour Limiter (Via LCD display) Z. Elapsed Time Meter (Via LCD display) aa. Time Between Starts Limiter bb. Power Factor Monitor cc. Watt and watt / Hour Meter dd. Emergency Restart Capabilities on Lockout ee. Software Selectable (Via LCD) Relay Outputs ff. "Revolving" Event Recorder with time and date stamp (99 most recent events) gg. LCD Status Display 3. Standard features shall operate concurrently. D. Software Selectable Relay Outputs: I. Three function selectable relay outputs shall be provided with each solid state starter. 2. Relay outputs shall be selectable via LCD display. 3. Selectable relay outputs shall be from the following menu: 160-10049-000 16373-6 480V Solid State Motor Controllers — Greater Than 100 HP a. Run b. Up To Speed C. Shorted SCR Trip d. Motor Thermal Overload Trip e. Motor Thermal Overload Warning f. Motor Thermal Overload Lockout g. SHT Fault Relay h. Electronic Shearpin Trip i. Under Current Trip 4. The selectable relay outputs shall be in addition to one fixed general fault relay output. This general fault relay shall indicate any of the following faults: a. Line Phase Loss b. Line Phase Imbalance C. Low Three Phase Line d. Line Phase Sequence Change e. Motor Thermal Overload Trip f. Battery Backup Failure (Computer PC Card) g. Instantaneous Overcurrent h. Shorted SCR Fault 2.9 LCD Display A. Each solid-state starter shall have a keyboard/LCD display assembly designed to: 1. Set or examine operating parameters 2. Provide starter status information 3. Provide real-time information about Iine current, voltage and frequency 4. Provide a means to start and stop the solid-state starter B. LED Indicators: 1. The following LED indicators shall be provided for advisory status and fault annunciation: a. Power On b. Micro Computer Fault C. SCR Gate Drive Power d. Shorted SCR 2.10 POWER FACTOR CORRECTION CAPACITORS A. Eguipment Size and Ratings. 1. Operating voltage (line to line): 480 volts, three phase, 60 Hz. 2. kVAR rating: Size based on 150 hp pump motor. 3. Ambient temperature range: -200C to 40°C. B. Capacitor Requirements. 1. The capacitors shall provide power factor correction for individual motors in the system by connecting each capacitor to the respective motor. The capacitors shall be selected to correct motor full load power factor to greater than 0.95 lagging (inductive), but less than unity (1.0). Obtain motor data required to properly size the power factor correction capacitor. 160-10049-000 16373-7 480V Solid State Motor Controllers — Greater Than 100 HP I_ 2. Use capacitors meeting the requirements of NEMA CP-I and IEEE Standard No. 18. 3. Capacitor units shall be three phase cells in hermetically sealed enclosures wired in a delta configuration to quick connect terminals on the exterior of each cell. All wiring between cell terminals and main terminals shall be provided as part of the complete unit. Each three-phase cell shall be designed to facilitate maintenance should capacitor replacement be required. 4. Use fixed -type capacitors. Capacitors may employ multiple cells with dry -type dielectric, or fluid dielectric. a. The capacitor total losses shall not exceed 0.5 W per WAR. b. Capacitors employing fluid dielectric shall be UL listed with a self -healing design utilizing a low loss metalized film dielectric system. C. The dielectric fluid, if applicable, shall be high flash point, non-flammable, biodegradable, non -toxic, and shall contain no PCBs. The volume of fluid per cell shall comply with NEC Article 460. 5. Select capacitors with permanently connected discharge resistors in compliance with NEC Article 460-6(a) and (b). C. Internal Components. 1. The complete capacitor assembly shall be pre -wired and factory assembled, with terminal lugs, and _. internal wiring to discrete three-phase capacitor cell units. 2. Terminations. Mechanical terminations for CU cable shall be provided and sized for 165% capacitor full load at 75°C cable size ampacity. 3. Furnish capacitor cell with a pressure sensitive interrupter (PSI) to protect the cell from rupture by interrupting capacitor current when internal pressure actuates the interrupter. 2.11 MOTOR PROTECTION AND MANAGEMENT RELAY A. General: 1. Motor protection and management shall be provided using a digital relay. The relay shall have a drawout construction to facilitate testing, maintenance, and interchange flexibility. 2. The relay shall be a Multilin Model 369 Motor Management Relay a. Protection Functions I ) The primary protective function shall be the thermal model. It shall consist of 4 key elements: a) overload circuits b) negative sequence unbalance/ single phase biasing c) biasing (hot, cold motor compensation) d) motor cooling time constants 3. Special attention shall be given to the protection of the rotor during stall and acceleration. To achieve this, the stall/acceleration curve shall be voltage compensated and a speed switch input shall be available. The stator protective thermal model shall combine inputs from positive and negative sequence currents and RTD winding feedback. This will then cause the model to become dynamic in nature in order to follow the loading and temperature of the motor. The protection shall also include: a. stall b. mechanical jam C. 12 RTD inputs d. ground overcurrent e. short circuit 4. Voltage transformer inputs which shall be used to provide overvoltage, undervoltage, voltage phase reversal, and over -frequency functions. B. Display and Interface Functions: v 160-10049-000 16373-8 480V Solid State Motor Controllers — Greater Than 100 HP 1. The motor management relay shall include complete power metering. An events record shall store the last40 events. Sixteen cycles of waveform data shall be stored each time a trip occurs. A simulation feature shall be available for testing the relay. The user interfaces shall include: a. A 40 character illuminated vacuum fluorescent display and associated keypad to provide access to actual values and setpoints. b. A front RS232 serial port for setpoint programming C. An RS485 serial port which shall uses an open protocol with baud rates selectable up to 19,200 bps. d. An independent auxiliary RS485 port shall be available for added security or for use by maintenance personnel. e. Interface software shall be provided in a Windows® format. 2.12 SPARE PARTS A. As a part of the Operation and Maintenance Manuals, the CONTRACTOR shall include a list of recommended spare parts. The Contractor shall provide the following spare parts after startup: DESCRIPTION QUANTITY Computer Card 1 Power Card 1 LCD Display 1 Pulse Generator Card 1 Relay Card 1 DVDT 3 Spare Power Poles I SCR's 6 Fuses 3 of each kind Cables I of each kind 2.13 IDENTIFICATION OF PRODUCTS A. Each starter enclosure shall provide identifying devices as specified in Part 2.1 GENERAL 2.14 PUMP OPERATING STRATEGY A. General: The controller shall be designed to operate the pump motor in conjunction with its discharge j valve. The pumping unit is interlocked with its pump control discharge valve and the two operate in tandem. The pump shall be brought up to full speed with the power factor correction capacitors off line. Once the pump achieves full speed, the controller shall be by-passed to full voltage and the power factor correction capacitors brought on line. 160-10049-000 16373-9 480V Solid State Motor Controllers — Greater Than 100 HP B. It is the intention of this specification to keep the emergency shutdowns to a bare minimum (even during the start-up operations), due to the resultant damaging water hammer. Nevertheless, at least one emergency shutdown test shall be conducted as part of the startup operations. The controller operating logic shall be as indicted on the drawings. C. All pump control logic sequence shall be accomplished via a programmable logic control unit in accordance with Section 13410. The PLC shall be GE Fanuc Series 90-30 with no exceptions. Provide at least 4 spare DI and DO points. PART3-EXECUTION 3.1 FIELD STORAGE AND INSTALLATION A. Wiring and handling shall per manufacturer's recommendations. B. The controllers shall be protected against damage at all times. The controllers shall be stored in a clean, dry environment with temperature and humidity within the range specified by the controller manufacturer. Space haters shall be energized during storage, as recommended by the manufacturer. 3.2 FACTORY TESTS AND CHECKS A. Controller power transistors and diodes shall be 100 percent inspected and tested, including temperature cycling and ambient high temperature load testing. B. All integrated circuits shall be 100 percent inspected and tested. Testing shall include pass/fail testing, temperature cycling and ambient high temperature testing in compliance with MIL-STD-8813B. C. Small signal semiconductors, resistors, capacitors, and diodes shall be lot sampled per MIL-STD-105D (one percent AQL). Testing will include parameter, as well as functional characteristics. D. All printed circuit boards shall be tested under a temperature cycling 20-hour load test and then functionally tested via fault and find bench equipment prior to unit installation. E. All final assemblies shall be tested at full load with application of line -to -line and line -to -ground bolted faults. Controllers shall trip electronically without device failure. F. After all tests have been performed, each controller shall undergo a 24-hour burn -in test. The controller shall be burned in at 100 percent inductive or motor load for 24 hours without an unscheduled shutdown. G. After the burn -in cycle is complete; each controller shall be put through I to 2 hours cycling motor load test (dynamometer) before inspection and shipping. H. Certification that all of the testing above has been performed shall be provided by the controller manufacturer. 3.3 FIELD TESTING A. Provide all testing and recording instruments as part of the field-testing, at no extra cost to the OWNER. B. Make the following minimum test and checks before the manufacturer's representative is called in for testing and adjustment. 1. Verify that all connections are completed in accordance with shop drawings. 160-10049-000 16373-10 480V Solid State Motor Controllers - Greater Than 100 HP 2. Verify supply voltage and phase sequence is correct. 3. Check mechanical interlocks for proper operation. 4. Test ground connections for continuity and resistance 5. Check control circuit interlocking and continuity. 6. Test each controller for a minimum of two hours. 7. Test each controller by using the actual control signals for remote and local operations. 8. Test each controller alarm function. C. Retain a qualified representative of the manufacturer for a minimum period of 8 hours per controller to perform the following services: 1. Equipment Installation: a. Inspect the completed installation and note deficiencies. b. Be present and assist the CONTRACTOR during startup, adjusting, and field-testing of the completed installation. 2. Furnish all test forms and procedures for field-testing. 3. The manufacturer's representative shall revisit the job site as often as necessary until the installation is entirely satisfactory to the OWNER. a. Additional site visits shall be provided at no additional expense to the OWNER. D. In the event of an equipment fault, notify the OWNER immediately. After the cause of the fault has been identified and corrected, a joint inspection of the equipment shall be conducted by the CONTRACTOR, the OWNER, and the equipment manufacturer's factory service technician. Repair or replace the equipment as directed by the OWNER. 3.4 ADJUSTMENT A. Make all controller internal adjustments and all adjustments necessary for manual and automatic operation of the entire system of equipment. 3.5 CLEANING A. Remove all rubbish and debris from inside and around the equipment. Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes, vacuum cleaner, or clean, lint -free rags. Do not use compressed air. END OF SECTION r L 160-10049-000 16373-11 480V Solid State Motor Controllers — Greater Than 100 HP CITY OF LUBBOCK. INVITATION TO BID wild TITLE: SOUTHWEST PUMP STATION AND FIVE -MILLION GALLON GROUND STORAGE TANK ADDRESS: LUBBOCK, TEXAS ►l lul: i 1.11 u PROJECT NUMBER: 9397.8304.20000 CONTRACT PREPARED BY: PURCHASING & CONTRACT MANAGEMENT DEPARTMENT INDEX NOTICE TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS CERTIFICATE OF INSURANCE 7. CONTRACT 8. GENERAL CONDITIONS OF THE AGREEMENT 9. CURRENT WAGE DETERMINATIONS `10. SPECIFICATIONS NOTICE TO BIDDERS NOTICE TO BIDDERS ITB #05-127-BM Sealed bids addressed to Victor Kilman, Purchasing & Contract Manager, City of Lubbock, Texas, will be eceived in the office of the Purchasing & Contract Manager, Municipal Building, 1625 13th Street, Room 204, Lubbock, exas, 79401, until 2:00 o'clock p.m. on November 22, 2005, 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: "SOUTHWEST PUMP STATION AND FIVE -MILLION GALLON GROUND STORAGE TAW' After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing & Contract Manager and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Purchasing & Contract Manager for the City of Lubbock, before the expiration of the date ,►hove first written. Bids are due at 2:00 o'clock p.m. on November 22, 2005, and the City of Lubbock City Council will consider the aids on December 15. 2005. at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be easonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will �e required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to f5umish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract Trice in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a -eurrent Best Ratine of B or superior. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified -heck issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without ecourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH >'HE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre bid conference on November 8, 2005 at 10:00 o'clock a.m., in Council Chambers, 1625 13TH Street, Lubbock, Texas. Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, 'Lubbock, Texas 79405. ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, http://pr.thereproductioncom�any.com/, Phone: (806) 763-7770. Additional sets of plans and specifications may be (obtained at the bidder's expense. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages L"included in the contract documents on file in the office of the Purchasing & Contract Manager of the City of Lubbock, '#which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if you require assistance, please contact the City of Lubbock ADA Coordinator at (806) 775- 2018 at least 48 hours in advance of the meeting. CITY OF LUBBOCK wW-0� 4�-� ew VICTOR KILMAN PURCHASING & CONTRACT MANAGER iM GENERAL INSTRUCTIONS TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS BID DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish SOUTHWEST PUIVIP STATION AND FIVE -MILLION GALLON GROUND STORAGE TANK per the attached specifications and contract documents. Sealed bids will be received no later than 2:00 p.m. CST, November 22, 2005 at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "ITB #05-127-BM, SOUTHWEST PUMP STATION AND FIVE -MILLION GALLON GROUND STORAGE TANK" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Victor Kilman, Purchasing & Contract Manager City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing & Contract Management Department. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an .addendum. ` 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meeting will be held at 10:00 a.m. November 8th, 2005 in Council Chambers. 1625 13th, Lubbock. Texas. All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.2 It is -the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at http://www.RFPdepot.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing & Contract Management Department. At the request of the bidder, or in the event the Purchasing & Contract Management Department deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing & Contract Management Department. Such addenda issued by the Purchasing & Contract Management Department will be available over the Internet at http://www.RFPdepot.com and will become part of the proposal package having the same binding effect as provisions of the original ITB. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request rfor interpretation considered, the request must be submitted in writing and must be received by the City of Iy L 5 r; Lubbock Purchasing & Contract Management Department no later than five (5) days before the bid closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or in that is not in writing. Only information supplied by the City of Lubbock Purchasing & Contract Management Department in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. tT EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing & Contract Manager and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing & Contract Manager prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing & Contract Manager before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or U equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. l 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND TIE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld L from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as - being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. I 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. CONFLICT OF INTEREST 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 110 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. ..10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 ",'PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by he contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. 1,12 BIDDER INOTA—RMS AND CLARIFICATION OF -RE S 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Purchasing & Contract Manager if any language, requirements, etc or My combinations thereof inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing & Contract Management Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. 12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID (ITB) MUST BE 'SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: BRUCE MACNAIR, SENIOR BUYER City of Lubbock 1625 13' Street Lubbock, Texas 79401 Fax: (806) 775-2164 Email: BMacnair@mylubbock.us ,x RFPDepot: http://www.RFPdeT)ot.com TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within THREE HUNDRED SIXTY-FIVE (365) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 4 PAYMENT .All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. l5 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best: quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized. and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the .procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third parry involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not, subject to any disclaimer of warranty, implied or expressed, or limitation to the 1 _18 1" 22 23 Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) (c) A sworn statement of the current financial condition of the bidder. Equipment schedule. TEXAS -STATE SALES TAX 20.1 " This contract is issued by'an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such pio methods as are currently utilized by persons, firms, or. corporations engaged in similar type of construction activity. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 24 CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life _1 of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 26 LABOR AND WORKING HOURS 26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages P included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vemon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 7 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem Wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project willbe rejected and returned to the t bidder without being considered. 29 PREPARATION FORBID 29.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 28.3.1 Bidder's name 28.3.2 Bid for (description of the project). 30 31 29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been i opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MkDE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. BOUND COPY OF CONTRACT DOCUMENTS 3 Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the F following: _ (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates, for Contractor and all Sub -Contractors. 0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past three (3) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 8 � 1'E 32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole { discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid Items 1 through 37 plus the sum of any Alternate Bids the City may select. 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same maybe applicable. 32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COWEMT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. BUD SUBMITTAL BID SUBMITTAL UNIT PRICE BID CONTRACT DATE: NN3FX%%XXX_X%Y,XXE@XX December 15,2005 PROJECT NUMBER: #05-127-BM - SOUTHWEST PUMP STATION AND FIVE -MILLION GALLON =GROUND STORAGE TANK =Bid of Archer Western Contractors, Ltd. (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of a SOUTHWEST PUMP STATION AND FIVE -MILLION GALLON GROUND STORAGE TANK having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and ,_being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance ,with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. _.e Estimated Item Quantity No. & Unit Description of Item Total Amount 1. 1 LS Furnish mobilization, bonds, and insurance. MATERIALS: ts� �j'Y ✓ L/1�; ��.5 $ /�/LS( '7� LABOR: T 1i�LJtSl�ltf� ,�/ h- ( _ $ �40 � /LS( 2)0 �6, aW TOTAL BIDITEM #1 : �C Tip ` -/ A r9AJ $ &&W /LS( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 2. 1 EA Furnish and install Construction Exit including but not limited to, installation, maintenance and removal. MATERIALS: 00C �sgNn . 7WO ,GP&�ffl $ 1 ' /EA( % -00 " ) LABOR: EA�&1T /Uloze2p $ /EA( TOTAL c �� BID ITEM #2:i® �%s�C/✓.� �/.l,r $ s /EA( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) f Bidder's Initials },a 1 Estimated Item Quantity No. & Unit Description of Item Total Amount 3. 1 LS Furnish, install, and continually monitor erosion and sedimentation control including all necessary materials and coordination for compliance with storm water regulations and ordinances complete and in place. MATERIALS: /ff��/tS9�0eJ $ /LS( ) dDO LABOR: TOTAL BID ITEM #3: / /yam (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 4. 166 MSF Re -vegetate site with "Turffalo" plugs as indicated, including maintenance and irrigation until substantial completion. a,' a MATERIALS: DLEZ//tJd // %Y 2 L lbax $ /MSF( LABOR: '..0 $ /0-0 /MSF( TOTAL BID ITEM #4: %/o .1�";Vce�0 ��yTy GIar $� oa /MSF( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 5. 3,940 LF Design, furnish and install Trench Safety Systems (all depths), for all water and wastewater lines on the project.Qv ' / MATERIALS: �XTi C /�T� $ D.6a /LF( Z3�Y ) LABOR: %}l GIN/ $ ®f /LF( IS Sol ) TOTAL BID ITEM #5: OWE � $ _� � /LF( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 6. 885 LF Furnish and install 4" Schedule 40 PVC Wastewater Line including cleanouts, trenching, bedding, backfill and compaction as specified and shown. r / %l MATERIALS:_ ,�/I� $ ✓ �- /LF( LABOR: /LF(TOTAL ) BID ITEM #6: ��� $ /LF( �'! 0 VY " ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 1 Ili t' } Bidder's Initials i-F , r-7 Estimated Item Quantity - No. & Unit Description of Item Total Amount ' 7, 55 LF Furnish and install 36" C-303 Concrete Pressure Pipe complete and in place including all fittings, excavation, bedding, and backfilling as specified and shown. Ta o•� 38 soo •o� MATERIALS: C LAi✓D.CEa �oCC�S $ 71 /LF F l LABOR: I Ao 9A,0450 d'/GTY U oGLR1P� $ 2 50 ' /LF( 6 Is 7 50 TOTAL � // '' oG S�MsBID ITEM #7: /u/A f��ri✓�OR�4 FlGT� G�i�5' $ 9(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount so m.) 8. 1,715 LF Furnish and install 30" C-303 Concrete Pressure Pipe complete and in place including all fittings, excavation, bedding, and backfilling as specified and shown. MATERIALS: ©A, f LABOR TOTAL 5p BID ITEM #8: ��%�1� A-14 eM 7FWJ �OLLLi X -, $ � JO'4—' ./LF(410 . co--,'--- D (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 9. 1,125 LF Furnish and install 24" C-303 Concrete Pressure Pipe complete and in place including all fittings, excavation, bedding, and backfilling as specified and shown. MATERIALS: e_ /TEaZTY AIX' 604 $ S5 �'a /LFrr- LABOR: /LF( �5f;, / ZS ID ITEM #9: SW 4$1a�0 Ai !� k &.0zG.4%lS $ /Y 2 ` /LF 59� '� SO .TOTAL o.�o B� (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words hall govern.) 10. 160 LF Furnish and install 6" Ductile Iron Pipe complete and in place including all fittings, excavation, bedding, and backfilling as specified and shown. MATERIALS: l/�J/.f $ %J /LF( �., LABOR: /LF( 97`c30 � TOTAL 00 BID ITEM #10: $ /LF( � ®®"—) •- (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) At/Bidder's Initials 1 Estimated Item Quantity No. & Unit Description of Item Total Amount 11. 10 LF Furnish and install 2" Ductile Iron Pipe complete and in place including all fittings, excavation, bedding, and backfilling as - specified and shown. ®0 MATERIALS: n LABOR: - /LF( TOTAL �%,�/� $ �'' /LF( ) BID ITEM #1l ✓13' (Unit Price Amounts shall be shown in both words and numerals. in case of discrepancy, the.arnount shown in words shall govern.) 12. 1 EA Furnish and install 30"x 24" connection of C-303 Concrete Pressure Pipe and all related appurtenances complete and in place as specified and shown. MATERIALS: JKby ,r_wl rV �DoLG S $ ��i ,� d� '� ) LABOR: TOTAL BID ITEM #12: (Unit Price Amounfs shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 13. 1 EA Furnish and install 30" motorized butterfly valve, valve box, and all related appurtenances complete and in place as specified and shown. 0 MATERIALS: / ,�%�iU f °�/ /c.�$ iOV /EA( , ) LABOR: o� 0� TOTAL BID ITEM #13: $ /BA( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 14. 1 EA Furnish and install 30" pressure reducing valve, valve box, and all related appurtenances complete and in place as specified and shown. MATERIALS: LABOR: TOTAL r/ 00 BID ITEM # 14: /9� $ %ors /EA( �(i o� ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder's Initials t_� m4# Estimated Item Quantity No. & Unit Description of Item Total Amount 15. 1 EA Furnish and install 30" butterfly valve, valve box, and all related appurtenances complete and in place as specified and shown. MATERIALS: LC�les' a11/� ��/i .� $ } LABOR: okkU - T4/ --IAMB / ?� $ IdAV , /EA( /01 ) TOTAL'19 BID ITEM #15: $ -Y /EA( O ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 16. 8 EA Furnish and install 30" gate valve, valve box, and all related appurtenances complete and in place as specified and shown. MATERIALS: _ �6E/tl TAwxs 1 $17 "/EA(c" 1 TOTAL BID ITEM #16: ♦ -r•� (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 17. 3 EA Furnish and install 24" gate valve, valve box, and all related appurtenances complete and in place as specified and shown. MATERIALS: $ Z /EA( 3.3003P) LABOR: �-� i¢�S $ IWD ' /EA( TOTAL BID ITEM # 17: /��� $ /Zp®49 /EA( 8 1 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 18. 1 EA Furnish and install 30" venturi flow meter, vault, and all related appurtenances complete and in place as specified and shown. MATERIALS:-J,C 1TY NiA,46 21y� &&ACS" $ 214W!6 aOIEA{. �oaa •00 LABOR:Ei,E-2W Z-aaaSff t/D ® ZAeS $1 / TOTAL -A BID ITEM #184�dA7 Y rj*6 ,54A14 ,&4e q^7 $ 7`�,a0a'S�EA(YP �/10, 0&Q �� ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 4�/Bidder's Initial 1 Estimated Item Quantity No. & Unit Description of Item Total Amount 19. 1 EA Furnish and install 2" combination air relief/vacuum relief valve, vault, and all related appurtenances complete and in place as specified and shown. MATERIALS: E// D %� $ ��a ®� SEA( // TOTAL ; C.�✓/ $10 p' ; EA( �� tf� ) BID ITEM 419: 0 . (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 20. 1 EA 0 Furnish and install Fire Hydrant and all related appurtenances complete and in place as specified and shown. /Jy� -2400 /FA( Q0 630 $ % /EA( 1 LABOR: - TOTAL �® v-- BID ITEM #20: /l0i-' $ a` ' /EA( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 21. 1 LS MATERIALS: R-6 Provide Clearing and Grubbing of Site and Site Grading as specified and shown. Ed r TOTAL BID ITEM #21: � $ %�� �/LS( l✓' f.� � 1 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 22. 1 LS Provide concrete for Low Water Crossing as specified and shown. 4V IOU MATERIALS: L�J r/���"� $ / LS OX) LABOR:�� TOTAL �-'"'.. '/_ c tLS( ) BID ITEM #22: .' $ (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy; the amount shown in.words shall govern.) // Bidder's Initials 4 1 6 �� Estimated Item Quantity No. & Unit Description of Item Total Amount � 6"D 'fd dhwn 23. 4,D25 SY Provide Subgrade Preparation (Mlrumum eep) as specs Ie an s o Q � MATERIALS: �%-r $ /SY(, " ) 20 TABOR. 5;,0-y $ %� /SY( ���'' )c2%1,3- TOTAL OAC /SY( BID ITEM #23: $ (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 24. 1,010 CY Provide 8" TxDOT Item 247, Type A, Grade 2 Flexible Base as specified and shown. /CY( MATERIALS: $ ) LABOR:A5b 11Wd $ /CY( TOTAL BID ITEM #24: !X/Z/vr /vf/U �s`�,�.5 $ - /CY( ) (Unit Price Amounts shall V shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) ( 25. 4,525 SY Provide 3" Type D Hot -Mix Asphaltic Concrete Pavement, fincluding rolling, prime coat, tack coat as specified and shown. r re MATERIALS: "t laT oG�.A,eS $ • /Syl 200 `� ) LABOR: $ 7' • /SY(4 TOTAL , L BID ITEM #25: EL!!E oL $ .00 /SY(jT,, 304 ") (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 26. 750 LF Provide Portland Cement Concrete Curb & Gutter as specified and shown. t-" MATERIALS: �X �/s $ '/LF( 0 �� ) ® LABOR: EL�y�--�--f $1� ' /LF(TOTAL �� ) BID ITEM #26: 1��/t�% t% /� $1 ' /LF( / 26-0 ) Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern. r; �_. rp/lBidder's Initials 7 Estimated Item Quantity No. & Unit Description of Item Total Amount 27. 1,825 LF Provide 18" Wide Ribbon Curb as specified and shown. MATERIALS: /�' m/1 $ /LF( A,10 10 FA] LABOR: / (��i .S $ V1 /LF( AQ % ) TOTAL co BID ITEM #27: /{� $ ® /LF( llfZ50 � ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 28. 1 LS Provide all Sidewalks as specified and shown. MATERIALS: 7ZV701�1� $ LS(� LABOR: zl"— /f $ LS( �- TOTAL 0 BID ITEM #28: 19 .� --f $ �fl� LS( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 29. 1 LS Provide Transformer Pad, including excavation, concrete and reinforcement as specified and shown. MATERIALS: •�A�t/-s $��� ® ILS( / ) LABOR: /'/��%% $ ALS( / 6 TOTAL BID ITEM #29: q /LSf (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 30. 1 LS Provide Generator Pad, including excavation, concrete.and reinforcement as specified and shown. 1-09 MATERIAL}S: 40— LABOR: zt,& OAWM�ZQl /����'/ / S $ S( TOTAL BID ITEM #30: �� �/� $ LS( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) ?////,/-.,//Bidder's Initials Estimated Item Quantity No. & Unit Description of Item Total Amount 31. 3 EA Provide 4" Steel Bollard, concrete filled as specified and shown. F, MATERIALS: O G $ ;?4WIva- /EA( 4!�00 �' ) LABOR: O ,d r�YJ/ �//EA(� ) ;TOTAL BID ITEM #31: (Unit Price Amounts shall be 32. 1,975 LF /FA( f both words and numerals. In case of discrepancy; the amount shown in words shall govern.) Furnish and install Decorative Masonry CMU/Brick Fence, including foundation and all appurtenances as specified and shown. MATERIALS:1�lo L/u,✓D,QEa 1�6A/>i' LLrP.eS $ 220 ''��- /LF $oo LABOR: Okell*40,eta �iyE ,4,e, faeS $ /05 ' oo • lL>~ 920 7', 3, 75 TOTAL "� BID ITEM #32:9�f�ea-AlW40M T.a/#�i/7'Y�!/� �oGtA.eS $ 32 5 /LF el-1, B75 - ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 33. 1 EA Furnish and install double 10-foot Chain Link Vehicular Swing Gate including all appurtenances as specified and shown. MATERLALS: /U��U ����� /EA( LABOR $� BA(� ) TOTAL j44 BID ITEM #33: / `!9D /EA( -1�� ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 34. 1 EA Furnish and install double 4-foot,Chain Link Man Swing Gate L including all appurtenances as specified and shown. MATERIALS: /; � A� � -t $ /EA( ) LLABOR: $ �OD /BA(` TOTAL BID ITEM #34: �/V.E 6�0 /EA( ). (Unit Price Amounts shall be shown in both words and;numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder's Initials 9 Estimated Item Quantity No. & Unit Description of Item Total Amount 35. 1 LS Furnish and install one 5-Million Gallon Prestressed Concrete Ground Storage Tank, including the foundation, concrete splash pad and all appurtenances and piping within 5-feet of the exterior as specified and shown. MATERIALS:04%fA1zZZ/DiJ Ti✓d,%D ,%-HOlIS,Rit/O rQell9.F5 $�,2da,�o0, his ( 1,2�,000 LABOR:.S�-,/EN DMEW *700 000'-�LA7004cap ) TOTAL BID ITEM90�/ �4 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shaggovern.) 36. 1 LS Furnish and install the Pump Station Building, including the foundation, all pumps, piping, valves, finishes and all other items within 5-feet of the exterior (excluding electrical) as specified and shown. MATERIALS:n�I�',t?/GG/�.V �1�f%iitl�R�d IHS�r:s%►�b Dt 837, u0d �01LS( 1,837,0� �� ) LABOR: /lla7' F1%JQ,61ED T &L,1 �-O 40eeAAS $ BEb000'�ILS f�00, o©d •O�° ) TOTAL BID ITEM #36:1! c L* lGLl6,c1 S! ,p i!� SF1 i✓ !/0 2 637, a�"{r 5 2, 637, 000 '� ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 37. 1 LS Furnish and install the entire Electrical System, including all site electrical, building electrical and SCADA including all appurtenances as specified and shown. MATERIALS 4-14N7'f�GW,l1RE� TEf/iY Tf/OI�SA�O,000GtiHS $�i�0�7LS(�30�000'0% TOTAL BID ITEM #37:Od ,y/�1/ D 6fit/D HOl1S�i✓� L1.+9�5 $[1230.0o0"�I S( /, 23dla®O' ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) TOTAL BID, ITEMS #1- #37: ,of, a MfaPAI p t/6-,W44WW40 seveivTr rao MATERIALS: S mjk LJQAE`d F�Igtge b ft�L CS 4i0 AASLLta4 F Li it AHN 4f2E0 FI rly-t-fr1ItgeT0oayll.wat) LABOR: 1Jta1iFL .t4un h12EK Z1J E-tJ1 Y 01JE b91d4g," ' ($2, 11$3, 92/ ) TOTAL BID -5VV9;cT NitLUaa 51)1 t- 14J4b j60 IT0ENTYSg4'FHouSA4D ITEMS #1 - #37: E1 (f.6 1I1tjj61Pa11 '7�o g-A) r . Fi a 46 oLL 6 R! ($ % 10� (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) U e4//Bidder's Initials 3 10 Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 365 (THREE HUNDRED SIXTY- FIVE) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder ,hereby fuither agrees , to pay to Owner as liquidated damages the sum of $1,000 (ONE THOUSAND) for each consecutive, calendar ;iy'in excess of the time set forth herein above for completion of this project, all as more fully set 'forth,;n the Ueneral conditions of the contract documents. Bidder ,,understAnds-- and agrees that this bid submittal shall be completed and submitted in accordance with }instruction number �$ bathe General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days 3after 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 farther agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and 'execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. _s Enclosed with this bid is X; IX01WLXX(&XXXXZ,�XX01X a Bid Bond in the sum of Five Percent of Total Bid AmountDollars ($--- 5% ---- ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. 11 Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: Se etary Bidder acknowledges receipt of the following addenda: Addenda No. �_ Date �/ -05 Addenda No. Date Addenda No. 73 Date Addenda No. Date MANIBE Firm: I I Woman Black American I I Asian Date: November 22, 2005 JAX)JI, 11, 2 1� z � - Authorized Signatur Matthew Walsh/President (Printed or Typed Name) Archer Western Contractors, Ltd Company 2121 Avenue 'J', Suite 103 _ Address Arlington Tarrant City, County Texas 76006 State Zip Code Telephone: 817 - 640-3898 Fax: 817 640-8734 American 1 12 f� Client#: 4669 OVERHEADDO ACORD. CERTIFICATE OF LIABILITY INSURANCE oy,s, s°"YY") PRODUCER Acordia of Texas, Inc. 5214 68th Street, Suite 201 Lubbock, TX 79424-0983 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED = Overhead Door Company of Lubbock PO Box 16624 r Lubbock, TX 79490 i -- INSURER A: Travelers Indemnity Co INSURER B: Travelers Lloyds Ins Co INSURER c: Travelers Property Casualty Co of Am INSURER D: Texas Mutual Insurance Company INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE SEENOTSSUED1.THE-INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER bQ'CUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR D N TYPE OF INSURANCE POLICY NUMBER DATE I EFFECTIVE POLICY EXPIRATION LIMITS A GENERAL LIABILITY Y6309974BO23 11/14/05 11/14/06 EACH OCCURRENCE s1 000.000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTEDrencel s100•000 CLAIMS MADE a OCCUR MED EXP (Any one person) $5 000 PERSONAL & ADV INJURY $1 000 000 GENERAL AGGREGATE s2 000 000 GEN1 AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG s2,000,000 X POLICY Fl PECT RO- LOC B AUTOMOBILE LIABILITY YCAP9974BO2305 11/14/05 11/14/06 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $1 000 000 r r BODILY INJURY $ ALL OWNED AUTOS SCHEDULED AUTOS (Per person) BODILY INJURY $ HIRED AUTOS NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGG C EXCESS/UMBRELLA LIABILITY YSMCUP9974BO23 11/14/05 11/14/06 EACH OCCURRENCE $2-,000,000_ X1 OCCUR CLAIMS MADE AGGREGATE s2,000,000 $ $ DEDUCTIBLE $ X RETENTION $ 10 000 D WORKERS COMPENSATION AND TSF0001108411 08/06/05 08/06/06 X WC STATU- OTH- FR EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $, 000 000 ANY PROPRIETORIPARTNER/EXECUTIVE E.L. DISEASE - EA EMPLOYEEI $1,000,000 OFFICER/MEMBER EXCLUDED? It yes, describe under SPECIAL PROVISIONS below _ E.L. DISEASE - POLICY LIMIT I $1,000 000 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Re: Lubbock Southwest Pump Station, Job #205164 Archer Western Contractors, Ltd, City of Lubbock & Lockwood, Andrews & Newman, Inc. are shown as Additional Insureds ATIMA as per written contract. Waiver of Subrogation in favor of Archer Western Contractors, (See Attached Descriptions) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION Archer Western Contractors, Ltd DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30_ DAYS WRITTEN 2121 Ave J, Suite 103, Attn: NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL Jamie Haney IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR Arlington, TX 76006 REPRESENTATIVES. REPRESENTATIVE AGUKU Z5 (2001/1010), of 3 #M3504 DMC 0 ACORD CORPORATION 1988 No Text IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORn 95.R r9nnaro2i .,.., mnwavy rmo co.3 tcvuliva) 3 Oi 3 iFM3504 c''h TM CERTIFICATE OF LIAMLITY INSURANCE I DATE;M/200 YYY) 01 `_6/2006 PPODUCER Alan Henry Ins. Agency, Inc. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION 3407 19th Street ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Lubbock TX 79410 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED Settle Fence Company INSURERA,- Trinity Universal Ins. Co. 9117 Avenue T INSURER B: Security National Insurance Company Lubbock TX 79423 INSURER c: Trinity Universal Insurance I INSURERE: acwruy INULIURHI insurance LOmpany I I COVERAGES I HE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR DD' A Arr GENERAL LIABILITY MMERCIAL GENERAL LIABILITY CLAIMS MADE rL `` OCCUR POLICY NUMBER(umininryYj TXP 6932407 06 POLICY EFFECTIVE 02/08/2005 POLICY EXPIRATION 02/O8/2006 LIMITS EACH OCCURRENCE $1000000 DAMAGE TO RENTED$ 100000 MED EXP�`one person $ 5000 PERSONAL & ADV INJURY $ 1000000 JIGEN'L GENERALAGGREGATE $ 2000000 GREGATE LIMIT APPLIES PER: ICY M PRO- IFrT1 LOC PRODUCTS - COMP/OP AGG $ 2000000 3 X i I i AUTOMOBILE X LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS TCA 6932408 06 1 FEB J 02/08/2005 _ ! -� j ' 3 0 2 �0 6 02/08/2006 ; COMBINED SINGLE LIMIT (Ea accident) $ 1000000 BODILY INJURY (Per person) X BODILY INJURY (Per accident) $ PROPERTYDAMAGE (Per accident) $ GARAGE LIABILITY I AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGG EACH OCCURRENCE S ' X ANY AUTO EXCESS/UMBRELLA LIABILITY X OCCUR F—ICLAIMS MADE U05023726 02/08/2005 02/08/2006 $ $ 1,000+000 AGGREGATE $ 1,000,000 $ DEDUCTIBLE X RETENTION $10,000 $ WORKERS COMPENSATION AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? Des, describe under OTHER 1 WCA5023725 02/08/2005 02/08/2006 X WC STATU- OTH- E.L. EACH ACCIDENT � — 500000 $ E.L. DISEASE - EA EMPLOYEE $ 500000 — E.L. DISEASE - POLICY LIMIT $ 500000 ` ----------•-•---...... •EKUUK5EMENT/5PECIAL PROVISIONS )b: Lubbock Southwest Pump Station Job #205164 Coverage is primary and non-contributory with respect to any other isurance carried by any of the Additional Insureds listed below. Subcontractor waives any and all rights of subrogation ;ainst the Additional insureds listed below. Additional insureds on the GL and Auto liability are as follows: Archer Western ontractors Ltd, City of Lubbock and Lockwood, Andrews & Newman, Inc. ERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFOJtd THE EXPIRATION Archer Western Contractors, Ltd. DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL bb DAYS WRITTEN Attn: Jamie Haney NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL 2121 Ave. J, Suite 103 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. Arlington TX 76006 AUTHORIZED REPRESENTATIVE n ;ORD 25 (2001/08) 0 ACORD CIMPORATION 1988 No Text IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. -ORD 25 (2001108) t UhRTIFICATE OF Premium Insurance Agency P.O. Box 356 Canton, TX 75103 LIABILITY INSURANCE THIS CERTIFICATEIS ISSUED AS A MATTER OF 1 ONLY AND CONFERS NO RIGHTS UPON THE HOLDER. THIS CERTIFICATE DOES NOT AMENC ALTER THE COVERAGE AFFORDED BY THE POI ""-a° I ytju INSURERS AFFORDING COVERAGE INSURED ROCHE NEWTON & COMPANY INSURER A: BCS INSURANCE Q C/O STAFFING & PAYROLL ALTERNATIVE INSURER B: 118 E DALLAS STREET INSURER C: CANTON, TEXAS 75103 INSURER D: 1888-813-8830 INSURER E: DATE(MM/DD/YYYY) 2/812006 FORMATION CERTIFICATE EXTEND OR CIES BELOW. NAIC# THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. R DD L R NSRD TYPE OF INSURANCE POLICY NUMBER InhY�AlfFECTNE POLICYEXPRATION - -- GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMSMADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY JEC.PRO=T LOC AUTOMOBILE LIABILITY ANYAUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY I ANYAUTO EXCESS/UMBRELLA LIABILITY —1 OCCUR I CLAIMSMADE DEDUCTIBLE RETENTION $ WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNERIEXECUTNE 0 5 91- 4 8 4 9 OFFICERIMEMSER EXCLUDED? OTHER LIMITS EACH OCCURRENCE PREMISES Ea occurence $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL -.- AGGREGATE PRODUCTS-COMP/OPAGG E$ COMBINED SINGLE LIMIT $ (Ea accident) BODILY INJURY (Per person) $ BODILYINJURY $ (Peraccident) PROPERTY DAMAGE $ (Peraccidant) AUTO ONLY -EA ACCIDENT $ OTHERTHAN EAACC $ AUTOONLY. AGG $ EACH OCCURRENCE $ AGGREGATE $ a E.L. EACH ACCIDENT S Z 0 0 C E.L. DISEASE - EA EMPLOYE $ 1 , 0 0 ( E.L. DISEASE -POLICY LIMIT $ 1 OOC L, 600, 060 CBS/PERSON/A $3,000,000 AGGREGATE ACCIDENT DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS WAIVER OF SUBROGATION IN FAVOR OF CERTIFICATE HOLDER APPLIES AS REQUIRED BY WRITTEN CONTRACT. ADDITIONAL INSUREDS ARE NOT PERMITTED UNDER WORKERS' COMPENSATION RULES RE: LUBBOCK SOUTHWEST PUMP STATION JOB # 205164 12/01/05 112/01/06 ARCHER WESTERN CONTRACTORS, LTD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION 2121 AVE J, SUITE 103 DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN ARLINGTON , TEXAS 76006 NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESEIjLTAIWF_ +� ACORD25 (2001/08) 74 OACORD CORPO ION 1988 No Text 4 STAGING & PAYROLL ALT1=—RNATIVQ INC. 118 CAST DALLAS STREET CANTON, TX 75103 Telepkone (903) 567-4500 }—ax (QO3) 567-0468 T.I1 (888) 813-8830 Toll Pree �:ax (866) 567-207Q February 8, 2006 — Archer Western Contractors, LTD 2121 Avenue J, Suite 103 Arlington, Texas 76006 Attention: Jamie Haney Upon request of Roche Newton, I am enclosing the Certificate of Liability Insurance. Please contact Roche Newton, Glenda Keyton, if additional information is needed. Thank you. Cheryl D govren Risk Management Q03-567-4500 extension 24 cko\v/en@A61ffinE)cinJp6iyroll.com Page 1 of 1 SPA NON STANDARD Rev. 11/10/03 CONFIDENTIAL INFORMATION Client Initials - a Phis certificate is exe&ted by Liberty Mutual Insurance Group as respects such insurance as is afforded by those companies. BM0068 Certificate of Insurance This certifionte is issued as a matter of information only and confers no rights upon you the certificate holder. This certificate is not an insurance policy and does not amend, extend, or alter the coverage afforded by the policies listed below. This is to certify that (Name and address of Insured) NATGUN CORPORATION 11 TEAL ROAD WAKEFIELD, MA 01880 is, at the issue date of this certificate, insu is not altered by any requirement term or Expiration Type Extended Policy Term dContinuous* X Workers Compensation General Liability Hx Claims Made Occurrence Retro Date Automobile Liability X Owned • Non -Owned % Hired ` .riot.`' mutuil icy(ies) listed below. The insurance afforded -by the listed policy(ies) is subject to all their terns, exclusions and conditions and document with respect to which -thin cerificate may be issued- 02/01/2007 1 WC7-111-452957-566 02/01/2007 1 YY1-111-452957-576 02/01/2007 1 AS2-111-452957-596 Coverage afforded under WC law of the following states: AR, CT, IL, IN, KS, KY, MA, MD, ME, MI, MN, MO, NE, NH, NJ, NY, PA, RI, TX, VA, VT, w1 Employers Liability Bodily Injury By Accident $1,000,000 Each Accident Bodily Injury By Disease $1,000,000 Policy Limit Bodily Injury By Disease $1,000,000 Each Person General Aggregate -Other than Prod/Completed Operations Products/Completed Operations Aggregate Bodily Injury and Property Damage Liability ( Per Personal and Advertising Injury I Per Person / Other Liability Other Liability Each Accident - Single Limit - B. I. and P. D. Combined $1,000,000 Each Person Each Accident or Occurrence Each Accident or Occurrence C ( Re: Job -Lubbock Southwest Pump Station Job 205164 Wavier of subrogation applies to the additional insured: Archer Western Contractors, LTD, City of Lubbock, O Lockwood, Andrews & Newman, Inc. E N T e certificate expiration date is continuous or extended term, you will be notified if coverage is terminated or reduced before the certificate expiration date. However, you will not be notified annually of the continuation of coverage. Special Notice - Ohio: Any person who, with intent to defraud or knowing that he / she is facilitating a fraud against an incur, submits an application or files a claim containing a false or deceptive statement is guilty of insurance fraud. Important information to Florida policyholders and certificate holders: in the event you have any questions or need information about this certificate for any reason, please contact your local sales producer, whose name and telephone number appears in the lower left corner of this certificate. The appropriate local sales office mailing address may also be obtained by calling this number. Notice of cancellation: (not applicable unless a number of days is entered below) . Before the stated expiration date the company will not cancel or reduce the insurance £forded under the above policies until at least 30 days notice of such cancellation has been mailed to: Office: DANVERS, MA Phone: 800-566-0323 Certificate Holder. Archer Western Contractors, LTD 2121 Avenue Contractors, LTD Arlington, TX 76006 LAURETTE SZOSTAKOWSKI Date Issued: 02/02/2006 Prepared By: LS This rzrtiScate is executed by Libinty Mutual Insurance Group as respects such insurance as is afforded by those companies. BM0068 Certificate of Insurance This certificate is issued as a matter of information only and confers no rights upon you the certificate holder. This certificate is not an insurance policy and does not amend, extend, or alter the coverage afforded b the policies listed below. 'rr,t., t. s.. a a. a..-, — NATGL N CORPORATION 1 I TEAL ROAD WAKEFIELD, MA 01880 is, at the issue date of this certificate, insured by the Company under the policy(ies) listed below. The insurnnce afforded by the listed policy(ies) is subiect *-bertX AlutualAR to all their terms. exclusions and conditinns and - - - - — -- -- - Ex iration Tv Expiration Dates w m wzuz zm cct ru wman UM t:ettlncate ma be usuetl. Pe Policy Numbers Limits of Liability 02/01/2006 WC7-111-452957-565 Coverage afforded under WC law of Employers Liability dContinuous* Extended the following states: Bodily Injury By Accident All, Cr, IL, IN, KS, KY, MA, MD, ME, MI, X Policy Tenn $1,000,000 Each Accident MN, MO, NE, NH, NJ, NY, PA, Rl, Tx, VA, Bodily Injury By Disease VT' WI $1,000,000 Policy Limit Workers Compensation Bodily Injury By Disease $1,000,000 Each Person 02/01/2006 YYl-1 I 1-452957-575 General Aggregate -Other than Prod/Completed Operations General Liability $2,000,000 Products/Completed Operations Aggregate HClaims Made $2 000 000 xOccurrence Bodily Injury and Property Damage Liability Per $1 000 000 Occurrence Retro Date Personal and Advertising Injury Per Person / $1,000,000 Orizanization Other Liability Other Liability 02/01/2006 AS2-111-452957-595 Each Accident - Single Limit - B. I. and P. D. Combined Automobile Liability $1,000,000 Each Person X Owned X Non -Owned Each Accident or Occurrence X Hired Each Accident or Occurrence C Re: Job -Lubbock Southwest Pump Station Job 205164 O M Wavier of subrogation applies to the additional insured: Archer Western Contractors, LTD, City of Lubbock, Lockwood, Andrews & Newman, M Inc. E N T S.J. *If the certificate expiration date is continuous or extended term, you will be notified if coverage is terminated or reduced before the certificate expiration date. However, you will not be notified annually of the continuation of coverage. Special Notice - Ohio: Any person who, with intent to defraud or !mowing that he / she is facilitating a Satin against an insurer, submits an application or files a claim containing a false or deceptive statement is guilty of insurance fraud. Important information to Florida policyholders and certificate holders: in the event you have any questions or need information about this certificate for any reason, please contact your local sales producer, whose name and telephone number in lower left appears the comer of this certificate. The appropriate local sales office mailing address may also be obtained by calling this number. Notice of cancellation: (not applicable unless a number of days is entered below) . Before the stated expiration date the company will not cancel or reduce the insurance afforded under the above policies until at least 30 days notice of such cancellation has been mailed to: Office: DANVERS, MA Phone: 800-566-0323°� Certificate Holder ELEANOR AYERS Archer Western Contractors, LTD Authorized Renresentative +•..� aa—aaua= vat —l. V1O' Llv Arlington, TX 76006 Date Issued: 01/23/2006 Prepared By: LS ACORD CERTIFICATE OF LIABILITY INSURANCE . OP ID s NATGU-1 DATE(MWODNYYYY) 01 23 06 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HUB International New England 299 Ballardvale St HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Wilmington MA 01987 Phone:978-657-5100 Fax:978-658-9185 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURERA: St. Pahl Com anies INSURER e: Travelers Insurance Co. INSURERC: Natqun Corporation 11 Teal Road Wakefield MA 01880 INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NS TYPE OF INSURANCE POLICY NUMBER DA MMlD DATE MMIDD/YY LIMIT$ GENERAL UABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR MA PREMISES Ea occurence $ MED EXP (Any one person) _ $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE S GEML AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMP/OP AGG $ POLICY PRO- JECT LOC AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT (Es accident) $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per pin) $ HIRED AUTOS NON -OWNED AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per aWdent) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANYAUTO OTHER THAN FA ACC AUTO ONLY: AGG $� $ A X EXCESSIUMBRELLA LIABILITY :Xj OCCUR ❑ CLAIMSMADE QK09000121-05 02/01/05 02/01/06 EACH OCCURRENCE $ 5 00O 000 AGGREGATE $ 5, 000 000 0DEDUCTIBLE $ X RETENTION $ 0 $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY TORY LIMITS ER E.L. EACH ACCIDENT S ANY PROPRIETORIPARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? H yesdescribe under SPECIAL PROVISIONS below E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS RE: Lubbock Southwest Pump station, Job #205164, Lubbock, TX ...City of Lubbock, Archer Western Contractors, Ltd. and Lockwood, Andrews & Newman, Inc. are additional insureds ATIMA... Umbrella follows Liberty Mutual policy forms ARCHE-1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION Archer Western DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN Contractors, Ltd. NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL attn : Jamie Haney IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR 2121 Avenue J., Suite 103 Arlington TX 76006 REPRESENTATIVES. AUT EN NIy. ACORD 25 (2001/00) 0ACORD CORPORATION 19aa IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s), If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing Insurer(s), authorized representative or producer, and the certificate holder, nor does It affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 2b AC-ORD. CERTIFICATE OF LIABILITY INSURANCE OP ID P DATE (MMI NYYY) NATGU-1 02/16 06 PRODUCER THIS CERTIFICATE IS ISSUED AS A NATTER OF INFORMATION HUB International New England 299 Ballardvale St ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Wilmington MA 01887 Phone:978-657-5100 Fax:978-658-9185 INSURERS AFFORDING COVERAGE NAIL# NSURED INSU2ERA Travelers Insurance Co. INSU ER B: St. Paul Companies Natgun Corporation INSURERC: 11 Teal Road Wakefield MA 01880 IWSUiER D: INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR INSRE TYPE OF INSURANCE POLICY NUMBER DATE (MM/DD/YY) DATE (MMIDD/YY) OATS GENERAL UABLITY EACH OCCURRENCE ; COMMERCIAL GENERAL LIABILITY CLAIMS MADE F—IOCCUR PREMISES (Ea ocourence) ; MED DIP (Any one Person) S PERSONAL & ADV INJURY ; GENERAL AGGREGATE $ GENL AGGREGATE LIMIT APPLIES PER: POLICY PECOTT LOC PRODUCTS - COMP/OP AGG ; AUTOMOBILE LIABILITY ANY AUTO ( accident) INGLE LIMB $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per Person) ; HIRED AUTOS N O N-OWNED AJ.lTOS BODILY INJURY (Per ecadeM) : PROPERTY DAMAGE accident) IF GARAGE LIABILITY AUTO ONLY -FA ACCIDENT ; ANY AUTO OTHER THAN EAACC AUTO ONLY: AGG ._._ ... ; s B EXCESS/UMBRELLA LI/eRJTY X7 OCCUR CLAIMS MADE QK090000969 02/01/06 02/01/07 EACH OCCURRENCE ; 2 , 000 , 000 AGGREGATE $2,000,000 i 1DEDUCTIBLE $ RETEwnON ; 0 $ WORKERS COMPENSATION AND EMPLOYERS'UABLRY 70RY LIMITS ER E.L. EACH ACCIDENT ; ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERrtvEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE- EA EMPLOYEE ; E.L. DISEASE- POLICY LIMIT ; OTHER A Builder's Risk 660 771X491A TIL 0 04/01/05 04/01/06 Limit $608,250 "Special Form" DESCRPTION OF OPERA71ONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT 1 SPECIAL PROVISIONS RE: Lubbock Southwest Pump Station, Job #205164, Lubbock, TX ... City of Lubbock, Archer Western COntractors,Ltd. and Lockwood, Andrews & Newman, Inc. are additional insureds ATIMA... Umbrella follows Liberty Mutual policy forms. CERTIFICATE HOLDER CANCELLATIAN Archer Western Contractors, Ltd. attn: Jamie Haney 2121 Avenue J., Suite 103 Arlington TX 76006 ARCHE-1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE Issum INSURER WILL ENDEAVOR TO MAIL, 30 DAYS WRITTEN NOTICE TO THE CER`MCATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL NMPOSE NO OBLIGATION OR LABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. r� l_L$el itill If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or after the coverage afforded by the policies listed thereon. HUB International New England, LLC 299 Ballardvale Street, Wilmington, Massachusetts 01887 Phone: 978-657-5100 Fax: 978-658-9185 FAX COVER FROM: Peggy Butters margaret.bufters@hubintemational.com TO: Jamie Haney COMPANY: DATE: 2/16/2006 04:40:57 PM SUBJECT: Natgun Corp PAGES: 3 MESSAGE: Archer Western Contractors, Ltd PHONE: (978) 657-5100 ext. 6688 FAX: (978) 988-1082 PHONE: FAX: 18176408734 THIS MESSAGE IS INTENDED ONLY FOR THE USE OF THE INDIVIDUAL OR ENTITY TO WHICH IT IS ADDRESSED, AND MAY CONTAIN INFORMATION THAT IS PRIVILEGED, CONFIDENTIAL, AND EXEMPT FROM DISCLOSURE UNDER APPLICABLE LAW. IF THE READER OF THIS MESSAGE IS NOT THE INTENDED RECIPIENT OR THE EMPLOYEE OR AGENT RESPONSIBLE FOR DELIVERING THE MESSAGE TO THE INTENDED RECIPIENT, YOU ARE HEREBY NOTIFIED THAT ANY DISSEMINATION, DISTRIBUTION, OR COPYING OF THIS COMMUNICATION IS STRICTLY PROHIBITED. IF YOU HAVE RECEIVED THIS COMMUNICATION IN ERROR, PLEASE NOTIFY US IMMEDIATELY BY TELEPHONE AND RETURN THE ORIGINAL MESSAGE TO US AT THE ABOVE ADDRESS VIA THE U. S. POSTAL SERVICE. THANK YOU. T-eD Ulf UO I L:40P IVI11119 13811 0%1U-0 / O-.S'I O0 P. I ACORD„ CERTIFICATE OF LIABILITY INSURANCE °DO12/ PRODUCER FAX (630) 875-9362 Carter t Company, LLP 522 E. Crockett St. 1/12/2006 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT Al1IEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. Box 672 Luling TX 78648 INSURERS AFFORDING COVERAGE NAIC A INSURED GCE Contracting Inc. INSURERA:Durlington InaL1TlP1ce CO. INSURER B: Texaz Mutual Insurance 102 Treeview Court INSURERC: INSURER D. Fort Worth TX 76126 1 INSURERL. THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED 8 Y THE POLICIES 0 ESCRIBED HEREIN IS SUBJECT TO ALL T HE T ERMS, E XCLUSIONS AN D CONDITIONS 0 F S UCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR AWt OF U45URANCE POLICY NUMBER POLICYEFFECTIVTYPE DATE IM IDDNY IRA DATE LIMITS A GENERAL LIABILITY OMMERCU4LG8IEiALLLABIUTY CLAIMS MPME Q OCCUR Pr 22GE001463 09/25/2003 09/25/2006 EACHOCCURRENCE S 1, 000, ODO PRIES Eaocaarenee s - 100,000 P one s MED EXrun _ S 51000 PERSONAL&AOYINJURY S 1,000,000 GENERALAGGREGATE S 2,000,000 GENLACGREOATEpI-pWp.rAPPILES PLUt 7oDucrs-coMP,naAGa X POLICY JECT lOC a 1,000,000 A AvrolroeluLlAelurr ANYAUTO ALL OWNED AUTOS SCHEDULEDAUTOS HIREDAUTOS NONOWNE DAUT08 2262001463 09/25/2005 09/25/2006 COMBINED SPIGLE LIMIT s 1,000,000 BODILY INJURY (Prp—) $ X BODILY INJURY PW-ddsq S X PROPERTY LIAIMGE s GARAGE LWBILITY ANYAUTO AUTOONLY-EAACCIDBNT S OTtMTHAN EA ACC AUTOONLY. MG S S B EXCESSIUIMELLA LNBILITY OCCUR CLAW MADE DMX=MLE RETENTION S WORXERCCONPENSAATIONAND EMPLOYERS LIABILITY AI.YPROPRIETOFJPARTNER*jMCUTNE OFFICFRfflAEMBER EXCLUDED? H ym dauxi e,uMr SPECIAL PROVISIONS bW= OTHER MPOOOI130680 20050429 04/28/2005 04/28/2006 EACH CUR S AGGREGATE S S s x s E.LEACH ACCIDENT s 500,00D ELL DISEASE -EA EMPLOYEE 1 500,000 EJ-DWAM-POUCYL04T IS 500,000 DESCRIPTXHV OF OPERATIONSfLOCATIONSIVIMLEffiEXCLUSIOHS ADDED BY ENDORSEMENTISPC•GAL PROVISIONS Coverage is Primary i noa-Contributory with respect to any other insurance carried by any of the Additional Insureds listed below. Subcontractor waives any and all rights of subrogation against the Additional Insureds listed below. Additional Inureds on the GL and Al Liability policies are as follows: Archer Wastern Contractors Ltd., City of Lubbock and Lockwood, Andrews 6 Newman Inc.. Project t 205164 Lubbock Southwest Pump Station. CFUTICk-ATo ury nen (817)640-8734 Archer Western Contractors Ltd. Attn: Jamie Haney 2121 Avenue J, Suite 103 Arlington, TX 76006 4CORD 23 120D11DRl SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTN:E TO THE CERTMICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO ODUSATON OR UABILTTY OF ANY KIND UPON THE WZED REPRESENTATIVE -..- - CMerML ® AFORD CORPORATION I M INiS025 (310eI DaAMS VMP M"W"o SftA*W. kin 18001947.05I5 Pom I 0t1 Feb l6 06 11:4bp Millie bell 0au-0/0-0 ino p•z INt;X:� f-T►1A If the c ertificate h older is an ADDITIONAL ENSURED, the p olicy(ies) must be endorsed. A s tatement on t his certificate does not confer rights to the certificate holder in lieu of such endorsement(s� If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it atfin, allvely or negatively amend, extend or alter the coverage afforded by the policies listed thereon. AGURD Z5 (2007100) i , INS025 (oloaim °age 2 of 2 ��OQ CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) O1/23/2006 PRODUCER (806) 793-8773 FAX (806) 793-7173 Quisenberry & Associates, Inc. 4601 66th St. , Suite B Lubbock, TX 79414 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED Winston Electric, L.P. DBA: Acme Electric Company 108 East 82nd Street Lubbock, TX 79404 - INSURERA: United Fire Lloyds 43559 INSURERS: Texas Mutual Ins Co INSURERC: INSURER D: INSURER E: ;KaP/tt:I_' THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR DD' TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS GENERAL LIABILITY 85033747 07/01/2005 07/01/2006 EACH OCCURRENCE _ $ 11000,000 X11 COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 100,0001 CLAIMS MADE FX OCCUR MED EXP (Any one person) $ 5,00 A X X Limits Apply PERSONAL & ADV INJURY $ 11000,000 Per Project GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2 , 000,000 POLICYF_j PRO- LOC JECT AUTOMOBILE LIABILITY 85033747 07/01/2005 07/01/2006 X ANY AUTO COMBINED SINGLE LIMIT (Ea accident) _ $ 1,000,000 ALL OWNED AUTOS BODILY INJURY $ A X SCHEOULEDAUTOS -- _ ( (Perperson) X HIRED AUTOS ! X NON -OWNED AUTOS ` ! g :. r ODILYINJURY r accident) $ F1(! �E t; i ff J�\� .. •E�r�r $ �U'J© PROPERTY DAMAGE $ ! I i Li j (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ $ AUTOONLY: AGG EXCESSIUMBRELLA LIABILITY 85033747 07/01/2005 07/01/2006 EACH OCCURRENCE $ 510_00.00 X OCCUR El CLAIMS MADE AGGREGATE $ DEDUCTIBLE $ X RETENTION $ 25,00 $ WORKERS COMPENSATION AND TSF0010607602 12/28/2005 12/28/2006 STATU- OTH- EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $ 1, 000 , 00 B ANFICER/MEM ORIPAR NEE/E ECUTIVE If yes, describe under E.L. DISEASE - EA EMPLOYEd $ 1,000,000 E.L. DISEASE -POLICY LIMIT 1 $ 1, 00000 SPECIAL PROVISIONS below OTHER DESCRIPTION OF 0 RATIONS I LOC TIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS roject: Lu�ii Sout�west Pump Station, Job #205164 overage is primary & non-contributory with respect to any other insurance carried by any of the dditional Insureds listed below. Subcontractor waives any & all rights of subrogation against the dditional Insureds listed below. Additional Insureds on the GL & Auto Liability policies are as ollows: Archer Western Contractors, Ltd.; City of Lubbock; Lockwood, Andrews & Newman, Inc. Archer Western Contractors, Attn: Jamie Haney 2121 Avenue J Suite 103 Arlington, TX 76006 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE Ltd. EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 60 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 INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE / Todd Quisenberry/SHERRI AGUKU Z5 (ZUUTlUU) ©ACORD CORPORATION 1988 IJ,1061c��_��► Ili If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 26 (2001/08) ACORD CERTIFICATE OF LIABILITY INSURANCE DATE (MMID 01/23/20 6 PRODUCER (972) 267-8000 FAX (972) 380-2001 Insurance One Agency, L.C. 16300 Addison Road, Suite 100 P.O. Box 796428 Dallas, TX 75379-6428 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # _ INSURED Fraire's Rebar, Inc. - 432 W. Yarmouth Dalld5 .TX -7S208 J ; 1}')NSURERC: nc ii . � A � � , `INSURERA: Ohio Casualty Group 282 INSURERB: Hartford Insurance Group. 0106 MSURER D: (INSURER E: [Ke1T/ =I;T_'T W THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO T_ HE-WSUOED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR- THER DUCMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. -1 T R ,P' TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS_ GENERAL LIABILITY BL053183297 04/O1/2005 04/01/2006 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED FIR MIRES $ 100,000 CLAIMS MADE® OCCUR MED EXP (Arty one person) $ 5,000 A ff$ PERSONAL & AOV INJURY 1,000,000 — GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY X JEa LOC AUTOMOBILE LIABILITY BAOS3183297 04/01/2005 04/01/2006 X ANY AUTO COMBINED SINGLE LIMIT $ (Ea accident) 1,000,000 ALL OWNED AUTOS BODILY INJURY $ - A SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY $ NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE $ - (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT S HANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESSIUMBRELLA LIABILITY US053183297 04/01/2005 04/01/2006 EACH OCCURRENCE $ 3, 00,000 X OCCUR CLAIMS MADE AGGREGATE $ 3,000,000 A_$ _....-.. — DEDUCTIBLE $ X RETENTION $ 10,00 $ WORKERS COMPENSATION AND 46WEQKZ4674 09/05/2005 09/05/2006 X WC STATU• OH• EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $ 1,000,000 B ANY PROPRIETOR/PARTNER/EXECUTIVE OFFCERJMEEXCLUDED? If yes, describe under E.L. DISEASE - EA EMPLOYE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 SPECIAL PROVISIONS below OTHER DESCRIP ON OF OPERATIONS I LOCATIONS VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS E: 7o) # 205164 - Lu��Toc�C Southwest Pump Station * See Attached Note ** Archer Western Contractors, Ltd. Attn: Jamie Haney 2121 Avenue J, Suite 103 Arlington, TX 76006 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 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 INSURER ITS AGENTS OR REPRESENTATIVES, StuartAUTHORIZEDREPRESENTATIVExL_ • /Jeo&' StuaRobinson ''�Tf/K. AGUKU Z5 (ZUU1/US) rmA; tali jnfu-ais4 ©ACORD CORPORATION 1988 r Archer Western Contractors, Ltd. Certificate issued to Archer Western Contractors, Ltd. 01/23/2006 Insurance One Agency, L.C. 01/23/2006 RE: Job # 205164 - Lubbock Southwest Pump Station Certificate Holders, General Contractor (Archer Wester Contractors, Ltd) and the Owner (City of Lubbock) are additional insureds on a primary basis, but only if required by written contract or written agreement, per General Liablility Master Pak Blanket Additional Insured provision per for CG8407. Certificate Holder, Engineer and/or Architect (Lockwood, Andrews & Newman, Inc.) is an additional insured per form CG2032. General Liability includes wavier of transfer of rights of recovery against others per General Liability Master Pak CG8407. Auto and Workers Compensation policies contain blanket waiver of subrogation. IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001108) r3 LIST OF SUBCONTRACTORS 1 i � 1 Minority Owned f._ Yes No r2. ❑ ❑ I R3. ❑ { 4 ❑ ❑ 5. 6• ❑ ❑ r 9. ❑ ❑ 10. ❑ ❑ C THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH INSURANCE CERTIFICATES FOR EACH SUB -CONTRACTOR PURSUANT TO SECTION 28G OF THE GENERAL CONDITIONS. 13 CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT l To Be Completed by Bidder And Attached to Bid Submittal I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal. t Matthew Walsh/President Contractor ( igna Contractor (Print) CONTRACTOR'S FIRM NAME: Archer Western Contractors, Ltd. (Print or Type) CONTRACTOR'S FMM ADDRESS: 2121 Avenue 'J', Suite 103 Arlington, TX 76006 Name of Agent/Broker: Aon Risk Services, Inc. of Illinois Address of Agent/Broker: 200 East Randolph - City/State/Zip: Chicago, IL 60601 Agent/Broker Telephone Number: ( 666 ) Date: 11-22-05 283-7122 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid/proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing & Contract Manager for the City of Lubbock at (806) 775-2165. BID #05-127-BM - SOUTHWEST PUMP STATION AND FIVE -MILLION GALLON GROUND STORAGE TANK i 14 i_ l SAFETY RECORD QUESTIONNAIRE (Must Be Submitted With Bid Submittal) The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government rode, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section �52.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for -accurately determining the safety record of a bidder prior to awarding bids on City contracts. the definition and criteria for determining the safety record of a bidder for this consideration shall be: F, the City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may -_onsider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among Jther things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the bidder for violations of OSHA regulations within the past three (3) years. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment, both for the workers and other employees of bidder and the citizens of the City of Lubbock. In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential +,contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3) questions and submit them with their bids: QUESTION ONE Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such !firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES x NO If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such citation: See Attached Details Date of offense; location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. i 15 t:_" QUESTION TWO Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO X If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION TIOtEE Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO X If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or orris ns 17 cause y bid to be rejected. FfffM1y7M Signature President Title 16 �_i Inspection Detail Page 1 of 3 U.S. Department of Labor ¢ Occupational Safety & Health Administration WWW.osha.9oV MyOSHA _-- Search co Advanced Search A-Z Index Search Results Inspection Detail [Find It! in DOLL ick Link Reference Inspection: 306068362 - Archer Western Contractors Inspection Information - Office: Austin Nr: 306068362 Report ID:0625400 Open Date: 04/15/2004 Archer Western Contractors 2215 E Anderson Lane Austin, TX 78701 Union Status: NonUnion SIC: 1611/Highway and Street Construction, Except Elevated Highways NAICS: 237310/ Highway, Street, and Bridge Construction Mailing: 2121 Ave J Suite 103, Arlington, TX 76006 Inspection Type: Complaint Scope: Partial Advanced Notice: N Ownership: Private Safety/Health: Safety Close Conference: 04/15/2004 Close Case: 04/15/2004 Optional Information: Type ID Value N 1 306068354 Related Activity: Type ID Safety Health Complaint 204809222 Yes Inspection: 306064643 - Archer Western Contractors Inspection Information - Office: Austin Nr: 306064643 Report ID:0625400 Open Date: 08/06/2003 Archer Western Contractors 2215 E Anderson Lane Austin, TX 78701 Union Status: NonUnion SIC: 1623/Water, Sewer, Pipeline, and Communications and Power Line Construction NAICS: 237110/Water and Sewer Line and Related Structures Construction Mailing: 2121 Ave J Suite 103, Arlington, TX 76006 Inspection Type: Referral Scope: Partial Ownership: Private Safety/Health: Safety Advanced Notice: N Close Conference: 08/06/2003 http://www.osha.gov/pls/imis/establishment.inspection_detail?id=306068362&id=306064643&id=3042... 10/27/2005 inspection'Detail Emphasis: N:Trench,S:Construction Close Case: 11/06/2003 Page 2 of 3 Optional Information: Type ID Value N 1 306064643 Related Activity: Type ID Safety Health Referral 200607943 Yes Violation Summary Serious Willful Repeat Other Unclass Total Initial Violations 11 1 Current Violations 11 1 Initial Penaltyl 1500 1500 Current Penaltyl 900 900 FTA Amount a Violation Items # ID Type Standard Issuance Abate Curr$ Init$ Fta$ Contest LastEvent 1. 01001 Other 19260652 A01 10/07/2003 10/10/2003 $900 $1500 $0 I - Informal Settlement Inspection: 304274053 - Archer Western Contractors Inspection Information -Office: Fort Worth Nr: 304274053 Report ID:0636900 Open Date: 11/18/2002 Archer Western Contractors Dfw Airport-Pcip Dfw Airport, TX 75261 Union Status: NonUnion SIC: 1623/Water, Sewer, Pipeline, and Communications and Power Line Construction NAICS: 541330/Engineering Services Mailing: 2121 Ave J Suite 103, Arlington, TX 76006 Inspection Type: Unprog Rel Scope: Complete Advanced Notice: N Ownership: Private Safety/Health: Safety Close Conference: 11/20/2002 Emphasis: S:Construction Close Case: 11/29/2002 Optional Information: Type ID Value N 1 304273949 Related Activity: Type ID Safety Health _ Inspection 123399123 Inspection: 305463549 - Archer Western Contractors Inspection Information - Office: Dallas Nr: 305463549 Report ID:0626300 Open Date: 11/08/2002 Archer Western Contractors 2901 Orr http://www.osha.gov/pls/imis/establishment.inspection_detail?id=306068362&id=306064643&id=3042... 10/27/2005 Inspection Detail Page 3 of 3 Lucas, TX 75002 Union Statu! SIC: 1542/General Contractors -Nonresidential Buildings, Other than Industrial Buildings and Warehouses m Mailing: 2121 Ave J., Suite #103, Arlington, TX 75002 Inspection Type: Accident Scope: Partial Ownership: Private Safety/Health: Safety Planning Guide: Safety -Construction Advanced Notice: N Close Conference: 11/08/2002 Close Case: 01/26/2004 Optional Information: Type ID Value N 1 305463549 N 10 IMMLANG-Y Related Activity: Type ID Safety Health Accident 100782465 Violation Summary Serious Willful Repeat Other Unclass Total Initial Violations 2 2 Current Violations Initial Penaltyl 14000 14000 Current Penalty FTA Amount Violation Items # ID Type Standard Issuance Abate Curr$ Init$ Fta$ Contest LastEvent Deleted 1. 01001A Serious 19260020 B02 04/30/2003 05/05/2003 $0 $7000 $0 05/22/2003 F - Formal Settlement Deleted 2. 010018 Serious 19260021 B02 04/30/2003 05/05/2003 $0 $0 $0 05/22/2003 F - Formal Settlement Deleted 3. 01002 Serious 19260020 B04 04/30/2003 05/05/2003 $0 $7000 $0 05/22/2003 F - Formal Settlement —i Back to Top www.osha.gov www.dol.gov Contact Us I Freedom of Information Act ( Customer Survey Privacy and Security Statement I Disclaimers Occupational Safety & Health Administration 200 Constitution Avenue, NW Washington, DC 20210 m http://www.osha.gov/pls/imis/establishment.inspection_detail?id=306068362&id=306064643&id=3042... 10/27/2005 SUSPENSION AND DEBARMENT CERTIFICATION _Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or raking sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and ---. _its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: Archer Wester Con act s, r Signature of Company Official: Date Signed: November 22, 2005 _Printed name of company official signing above: Matthew Walsh/President 17 �Sfatlo Of xxas SECRETARY OF STATE IT IS HEREBY CERTIFIED that the attached is/are true and correct copies of the following described document(s) on file in this office: ARCHER -WESTERN CONTRACTORS, LTD. FILE NO. 94786-06 APPLICATION FOR CERTIFICATE OF AUTHORITY n MARCH 11, 1993 IN TESTIMONY WHEREOF, I have hereunto Agn-d-7M name---vff vWly and causebe impressed hereon the Seal of State at my office in the City of Austin, on October 1, 1997. \"'0q-�- Antonio 0. Garza, Jr. Secretary of State DAE :1� Corporate Resolution I, the undersigned, do hereby certify, that the following is a complete, true and correct copy of certain resolutions of the Board of Directors of Archer Western Contractors, Ltd., a corporation duly organized and existing under the laws of the State of Illinois, which resolutions were duly adopted at a daily called meeting of said Board, held on April 14th, 2005, a quorum being present, and are set forth in the minutes of the said meeting; that I am the keeper of the corporate seal and of the minutes and records of the Corporation; and that the said resolutions have not been rescinded or modified: Be it resolved, that the following individuals are duly authorized to sign legal documents for the Corporation: Matthew Walsh Donald A. Gillis John P. Slattery President Vice President Secretary Be it further resolved, that each of the foregoing resolutions shall continue in force until express written notice of its recession or modification. I Further Certify that the following named persons are Officers of said Corporation, duly qualified and not acting as such: j President Matthew WaIsA Vice PresidentCd DoAd A. Gillis i Secretary John P. In Witness Whereof, I have hereunto su Corporation, this 14`h day of April, A.D and affixed Secretary seal of the said TRAVELERS CASUAL TYAND SURETY COMPANY OFAMERICA Hartford, Connecticut 06183 BID BOND BID BOND NO. 8 SB 5676997 BCM KNOW ALL MEN BY THESE PRESENTS, That we, ARCHER WESTERN CONTRACTORS, LTD. 2121 Avenue J', Suite 103, Arlington, TX 76006 as Principal, hereinafter called the Principal, and .TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, of Hartford, Connecticut, a corporation duly organized under the laws of the state of Connecticut, authorized to transact business in the State of Texas, as Surety, hereinafter called the Surety, are held and firmly bound unto the THE CITY OF LUBBOCK, TEXAS as Obligee, hereinafter called the obligee, in the sum of FIVE (S%) PERCENT OF BID PRICE for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for SOUTHWEST PUMP STATION and FIVE MILLION GALLON GROUND STORAGE TANK CITY OF LUBBOCK, TEXAS 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 or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of _z 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 __..3 bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 215t day of (i ess) NOVEMBE) , A.D., 2005. 1�T TPA VELERS CASUAL TYAND SURETY COMPANY OFAMERICA . M. Best rating: A+ XV) e B,l; (Seal) EIL EN 'UCITT, ATTORNEY -IN -FACT Telephone: (708) 824-1700 Printed in cooperation: with the American Institute of Architects (AIA) by Travelers Casualty and Surety Company of America. The language in the document conforms exactly to the language used in AIA Document A310, February 1970 edition. (S-1869-G-1) (7-97) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARM WGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Kevin A Nagel, Eileen Lucitt, of Park Ridge / Crestwood, Illinois, their true and lawful Attomey(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instnunent(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto, not limited to a specific amount, and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attomey(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. s VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice v. President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature 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. SPECIAL WORDING (11-00) IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President, and their corporate seals to be hereto affixed this 17th day of February 2003. STATE OF CONNECTICUT } SS. Hartford COUNTY OF HARTFORD 0WMYMk9q� tY A 0�C", * 3 C�R m NARTFORD, < 001982� O WNM. g CONN. 'Y + TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY George W. Thompson Senior Vice President On this 17th day of February, 2003 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF 3 AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. Q+TET * AlAi1.1d ` My commission expires June 30, 2006 Notary Public -i' Marie C. Tetreault R CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 21 s t day of November 20 05 JrySY ANp �e.2 * lr �t � ,y } a HARTFORD, 0 s19 8 2o BY CONN. o D Kori M. Johanson ��� "1 ���'� b`y * "�, Assistant Secretary, Bond STATE OF ILLINOIS ) KENDALL ) SS. COUNTY OF ) OFFICIAL SEAL GINA M. DAMATO F RY PUBLIC, STATE OF ILLINOIS y Comm. Expires 04/05/08 S-2429 (07-97) *111 I, GINA M. DAMATO a Notary Public in and for said County and State, do hereby certify that Resident Vice President, and Resident Assistant Secretary, EILEEN LUCITT Attorney -in Fact, of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, who is personally known to me to be the same person _ whose name is subscribed to the foregoing instrument, appeared before me this day in person, and acknowledged that he signed, sealed and delivered said instrument, for and on behalf of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, for the uses and purposes therein set forth. Given under my hand and notarial seal, this 21 s t, day of November T A-71 Notary Public P � I STPAUL TRAVELERS IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act"). The Act establishes a short-term program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' statutorily established deductible for that year. The Act also caps the amount of terrorism - related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. No Text PA' 'WENT BOND �. w a� ��.....�, �...,.�..� �..,_....��.. .�_...�._.....,� BOND N0. 8 SB 104491549 BCM STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) Ltd. OW ALL MEN BY THESE PRESENTS, that Archer Western Contractor, (hereinafter called the Principal(s), rrincipal(s), and Travelers Casualty and Surety Company of America ,.iereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the )ligee), in the amount of 7 Million 626 Thousand 525 &00/100Dollars ($7,626.525 ) lawful money of the L_ yuted States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, :ecutors, successors and assigns, jointly and severally, firmly by these presents. WI-M..REAS, the Principal has entered into a certain written contract with the Obligee, dated the 9th day of February ,20 06 ,to construct the Southwest Pump Station and Five -Million yGallon Ground Storage Tank for the City of Lubbock, Texas ITB #05-127-BM Contract #6467 d said Principal under the law is required before commencing the work provided for in said contract to execute a bond the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay 1 claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said 1-17tract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the "'Qxas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said j-ticle to the same extent as if it were copied at length herein. R,' WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 9 t h day of February 20 06 TRA4'ELERS 'CASUALTY AND SURETY COMPANY OF AMERICA Archer Western Contractors, Ltd. "uety' (Company Name) may: ' 1�! (Title) EILEEN LUCITT, ATTORNEY -IN -FACT Bv: Matthew Walsh (Printed �r (Signature) Presiden (Title) I- I , - ""', P-1111111� P---" The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby -,SiMateS HOWARD COWAN an agent resident in Lubbock County to whom any requisite notices may be delivered on whom service of process may be had in matters arising out of such suretyship. TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Surety By: (Title) EILEEN LUCITT, ATTORNEY—IN—IFACT roved as to form: 'ity of Lubbock A, /7 z V qote: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing ^,at this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of [—omey for our files. �,�., ,.. .„ ,..�, k...�..�a � 4...w.wm,...� �.,.�,._..�a ..,�...._...� 1._,._,..w......,.,� } STPAUL TRAVELERS IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3130 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. n „. _ . ,� �� r. � ��. �� ,� ,.e � �, ��. m. �..uw� rn., �,� _, w,� ��...w .. R�� „� ,� ��,� �, �.._.�-,� n, PERFORMANCE BOND �- _ . z � pro,..,, u._wu.��„ -�, .� �. BOND NO. 8 SB 104491549 BCM : STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) F, OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) ['1OW ALL MEN BY THESE PRESENTS, that *AWCL (hereinafter called the Principal(s), as Principal(s), and Travelers Casualty and Surety Company of America ;hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the 31igee), in the amount of 7 Million 626 Thousand 525 &00 / 100 Dollars ($70 6 9 r,_ s 7 lawful money of the cited States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WIIEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 9th day of February .2006,to construct the Southwest Pump Station and Five -Million F- Gallon Ground Storage Tank for the City of Lubbock, Texas .d 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 if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall if ithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall void: otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the xas Government Code, and all liabilities on this bond shall be determined in accordance with the provision of said ticle to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 9th iy of_, February , 20 06 . ITTAVELE'RS CASUALTY AND SURETY COMPANY OF AMERICA :rety -3 (Title) EILEEN LUCITT, ATTORNEY -IN -FACT L*Archer Western Contractors, Ltd. Archer Western Contractors, Ltd. (Company Name) By: Matthew Walsh (Print N ) 1 /)/J/- (SigrAUJ President (Title) ��W �... �� mow. rn� ��� �ro� ,.,.� � .�� �� ��� �. � mmm�, � � �a „u.� �..e�waa�a., The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby 3ignates HOWARD G`OWAN an agent resident in Lubbock County to whom any requisite notices may be delivered and on nom service of process may be had in matters arising out of such suretyship. TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Surety BY: _ (Titl EILEEN LUCITT, ATTORNEY —IN —FACT Lproved as to Form y of Lubbock ' Y. City mey Aote: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing at this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of 11 )rney for our files. �.�, � �, ,.m _,�....� �.n Me.. �+ �.,_�, _.� ...� 1 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEYS) -IN -FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Kevin P. Nagel, and Eileen Lucid, of Park Ridge / Crestwood, Illinois, their true and lawful Attorney(s}in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of;in'demnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto, not limited to a specified dollar amount, and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: STATE OF COUNTY OF S-2429 (07-97) BONNIE J. ROSENOW I, State, do hereby certify that a Notary Public in and for said County and Vice President, and Resident Secretary, Resident Assistant EILEEN 'LUCITT Attorney -in -Fact, of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, who is personally known to me to be the same name is subscribed to the foregoing instrument,a person whose day in person, and acknowledged that he appeared me this delivered said instrument, signed, for and on behof TRAVELE alfS CASUALTY AND SURETY COMPANY OF AMERICA, for the uses and purposes therein set forth. Given under my hand and notarial seal, this 9th of FEBRUARY 2006 y 9UtnOrliy yr tilt ivuv�►aug oa.........E, No tary Public COMPANY OF AMERICA, TRAVELERS CASUALTY COMPANY, which Resolution is now in full force and effect: J. ROSENOW c, State of Illinois n Expires 1-12-2010 ) SS. AND SURETY COMPANY and FARMmuuur %-AAU,%Ll i VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature 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. (02-05) Special Wording IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President, and their corporate seals to be hereto affixed this 23rd day of December, 2005. STATE OF CONNECTICUT }SS. Hartford COUNTY OF HARTFORD rAN��4 ?ensuk�` TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY ay George W. Thompson Senior Vice President On this 23rd day of December, 2005 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. f' p.TET My commission expires June 30, 2006 Notary Public Marie C. Tetreault CERTIFICATB' I, the undmiped, Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMNGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 9th day of FEBRUARY ,20 06 U r ANO GwsV1� (7/;'. �Na�9�O2L! lli2 By • r y� Nicholas Seminara il Senior Vice President aSTPAUL TRAVELERS IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: -, You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3130 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. No Text CONTRACT No Text CONTRACT #6467 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 9Tx day of February, 2006 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and ARCHER WESTERN CONTRACTORS LTD. of the CITY OF ARLINGTON COUNTY OF TARRANT and the STATE OF TEXAS hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID #05-127-BM - SOUTHWEST PUMP STATION AND FIVE -MILLION GALLON GROUND STORAGE TANK - $7,626,525.00 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. ARCHER WESTERN CONTRACTORS LTD.'S bid dated DECEMBER 15, 2005 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have }' been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. 114, CONTRACTOR: ARCHER WESTERNfCTPAkCT S, LTD. By: PRINTED NAME: Matte als TITLE: President COMPLETE ADDRESS: Archer Western Contractors, LTD. 2121 Avenue J, Suite 103 Arlington, TX 76006 ATTEST: &rate Secretary y '1 CITY OF RIM YOR ATTEST: &R Q-,.k, , — \ City decretary (OWNER): APPROVED AS TO FO n f City ey fO: CTTY OF LUBBOCK P.C. BOX 2000 CERT , CATE OF INSURANCE D&TE: 2/23/06 LUBBOCK, TX. 79457 TYPE OF PROJECT: Lubbock So4mst Pump Station Job # 2051G/t TINS IS TO CERTIFY THAT ;ircher Wester Co*actors. 21214v J - Suite 103, Arlington, IX TG00G (Name and Address of Insured) is, t the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for 'le typed of insurance and in accordance with the provisions of the standard policies used by this company, the further k ereinafter described. Exceptions to standard policy noted hereon. TYPE OF LNSURANCE POLICY NUMBER EFFECTIVE EIFFECTlVE. LIMITS DATE DATE 1 AVL4LLL4BILITP 3 Commercial General liability HUGGIO401977 6I1I05 /1106 Geneml Aggrts m S 1,800,900 Claims Made Products-ComgdOp AGG SIMORD Oecuntnct Personal & Adv. $tjwy S OU _ Owners & Contractors I mtective Each tOocunence S VIIIO 3 Fire Damage (Any one Fire) S 30= 6 Med Exp (Any one Person) Son VMMOTMELL4B&nT 3 Any Auto CAUIp8Q09090 Gel/05 G1U0G Combined Single Limit S 2�OOfp 3 All Owned Autos Bodily h4tuy (Per 1'ason) S Scheduled Autos Bodily hdury (Per Accident) S Hired Autos Property Damage S _ Non -owned Autos :ABA GELtaff. TY 3 Any Auto Auto Only - Each Accident S Other than Auto Only; _ Each Accident S Ag;�regate S :; BUILDERS WK 100% of the Total Contact Price S INSTAUA7IONFLOAM S EWCE.SSLIARJLI7T 3 UmbreIla Form LTM88201 GIIt05 6/II06 Each OccurrenceS 2WO.ODO Aggregate T 2=DM Other Than Umbrella Form S VORk:ERS COMPEM 71OA;AAfD �8757f 6II/05 811I08 A&LOYEAS'LUBEM Ire Proprietor/ 0 included Statutory Limits arum s/Fatecutive E3 Exchrded Each Accident S 1IlEb,(liD Juices are: Disease Policy Limit S tti1O,O00 Disease -Each Employee S I = )THF-R :he above policies either In the body thereof or by appropriate endorsement provide that they may not be changed or ,anceled by the insurer in less than the legal time required after the insured has received written notice of such change or .ancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. -WE COPIES OF THE CERTIFICATE OF INSURANCE `►2US'T BE SENT TO THE CITY OF LUBBOCK ACE AMERICAN INS. CO. (Name of Insurer) By: Dick Subak Title: Relationship Manager :'lI<e Insurance Certificates Furnished shall name the City. of Lubbock as a Primary Additional Insured can General Liabfiity= and Automobile Liability and provide a Waiver of Subrogation in favor of the City of Lubbock, No Text POLICY NUMBER: HDOG18401927 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED — OWNERS, LESSERS OR CONTRACTORS — SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILTY COVERAGE PART. SCHEDULE Name of Additional Insured Person(s) Location(s) Of covered Operations or Organization (s): City of Lubbock, its officers, agents and employees Lubbock Southwest Pump Station Job # 205164 Information required to complete this Schedule, if not shown above, will be shown in the Declarations A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project This insurance is Primary and Non -Contributory as respect to the person or organization. Any other insurance available to such person or organization shall be excess and non-contributing with this insurance. CG 20 10 07 04 Copyright, ISO Properties, Inc., 2004 POLICY NUMBER: HDOG18401927 COMMERCIAL GENERAL LIABILITY CG20370704 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED — OWNERS, LESSERS OR CONTRACTORS — COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILTY COVERAGE PART. SCHEDULE Name of Additional Insured Person(s) Location And Description Of Completed Operations or Organization (s): City of Lubbock, its officers, agents and employees Lubbock Southwest Pump Station Job # 205164 Information required to complete this Schedule, if not shown above, will be shown in the Declarations Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". This insurance is Primary and Non -Contributory as respect to the person or organization. Any other insurance available to such person or organization shall be excess and non-contributing with this insurance. CG 20 37 07 04 Copyright, ISO Properties, Inc., 2004 No Text CERTIFICATE OF INSURANCE No Text REQUIRED WORKERS' COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering quipment and materials, or providing labor or transportation or other service related to the project, regardless of the 3entity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; h, (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year £ thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the Ls provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services._ GENERAL CONDITIONS OF THE AGREEMENT 7 GENERAL CONDITIONS OF THE AGREEMENT Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit ARCHER WESTERN CONTRACTORS LTD, who has agreed to perform the work embraced in this contract, or their legal representative. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative L. WOOD FRANKLIN INTERIM CHIEF ENGINEER, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. 7. WRITTEN NOTICE - Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. i 8. CONTRACTOR'S RESPONSIBILITIES I V] 11 12. 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. 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. Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed r- work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. I9? a1Z19LY.\►1NZ91 7.1-161 . All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. r4. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (IS) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 5. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations, of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING vIt is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work -i found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to r 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. 4 If any such work which is required to be inspected, tested, or approved is covered up without written approval or ^' consent of the Owner or Owner's Representative, it must if requested b the Owner or Owner's Representative, be P � q Y P R uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents .shall be considered defective, s' and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. Z2. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy y: such work so that it shall be in full accordance with the contract documents. It is farther agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such: changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is I( commenced, then the Contractor shall be paid the lesser of the following: (1) actual field_ cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary, cost for performance of the extra work. f In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent _(15"/4) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall he included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C)(1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OIVIISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with Li these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any , -t discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. {T IL 56. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection With, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to x supervise safety precautions by either the Contractor or any of its subcontractors. . CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. ., The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such 3 insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. _a PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IT THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRILVIARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL I - PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. A. General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1.000.000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability - Independent Contractors Coverage Personal Injury Advertising Injury B. Owner's and Contractor's Protective Liability Insurance. For bodily injuries, including accidental death and or property damage, $0 Combined Single Limit. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance (Primary Additional Insured and Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $500,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. The City is to be named as a primary additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance/Installation Floater Insurance. The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $1,000000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability i I coverages. 11 F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) [ Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000. f� 1. Definitions: 8 F. Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. r Duration of the project - includes the time from the beginning of the work on the project until the } Contractor's/person's work on the project has been completed and accepted by the govemmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has _ undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal f "' delivery, within 10 days after the Contractor 1mew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the �i project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; j (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor - does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. 10 s` r < G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) _ A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: L(i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 3 (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; z (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially i- affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current ll 4__.e coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type ; and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be F the following text provided by the commission on the sample notice, without any additional words or changes: REOU EDWORKERS'COMPENSATIONCOVERAGE 'The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 8001372-7713 or 5121804-4000 (httn✓/www.twcc.state.&.ushwcccontacts.him to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage;" and (h) contractually require each person with whom it contracts to provide services on a project, to; (i) 'provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the L Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and I 12 r (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of M 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 MATERIAUMN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. ..a 13 3 32. LAWS AND ORDINANCES �r The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor, from its full obligations to the Owner, as provided by the contract documents. 34. THE FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $1,000 (ONE THOUSAND) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT -' TIME IS OF THE ESSENCE OF THIS CONTRACT. I Li 14 [ 35. TIME AND ORDER OF COMPLETION It -is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this �! contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. MIE OF PERFORMANCE The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. OUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ 15 r; i' x somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or, adjoining property, related to, arising from or growing out of the performance of this contract. In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, ,plans, contract documents and requirements of Owner's Representative. No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to ' 1 enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work 16 j J p performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. [13. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31st worldng day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the "obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of - (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the _s amount withheld, payment shall be made for amounts withheld because of them. 17 i€ [ 3 17. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice_ of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to .any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. - 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after-' written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shallbe required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement., In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the 18 4 cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that "` which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days I after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated }, hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said .r notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. i ` The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. L=ATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually s performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do 19 business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental - Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project. are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, 20 disposal and exposure oHazardous Substances, hydrocarbons oother petroleum products 2byproducts and/or asbestos; and(!1) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to providepoec6o from exposure to Hazardous Substances, hydrocarbons orother petroleum products a byproductsa ƒo asbestos. C;� . � . � � � � � ( . � \° � � � � . . . { \ d� 21 . � p, . CURRENT WAGE DETERMINATIONS RE: RESOLUTION NO.2002-R0483, NOVEMBER 14, 2002 ...,; Craft L Acoustical Ceiling Installer kir Conditioner Installer -Air Conditioner Installer -Helper Asbestos Worker 4sbestos Supervisor Bricklayer '3ricklayer-Helper _ ;'-arpenter Carpenter -Helper cement Finisher Drywall Hanger Electrician ;Electrician -Helper Equipment Operator -Heavy [Equipment Operator -Light oFire Sprinkler Fitter -Journey Fire Sprinkler Fitter -Apprentice Floor Installer ;Glazier Insulator-Piping/Boiler Insulator -Helper -Iron Worker Laborer -General (Mortar Mixer L Painter Plumber Plumber -Helper Roofer F Roofer -Helper i Sheet Metal Worker Sheet Metal Worker -Helper Welder -Certified City of Lubbock Building Construction Trades Prevailing Rates Hourly Rate 11.50 12.00 7.50 9.00 12.50 12.50 7.00 11.00 7.00 9.00 11.00 15.00 8.00 10.00 9.00 18.00 10.00 9.50 10.50 10.50 7.00 11.00 6.00 6.00 9.50 12.50 7.00 9.00 7.00 10.00 7.00 11.00 Craft 4sphalt Heaterman ksphalt Shoveler Concrete Finisher Concrete Finisher -Helper Electrical Repairer -Equipment Flagger Form Setter Form Setter -Helper Laborer -General Laborer -Utility Mechanic Mechanic -Helper Power Equipment Operators Asphalt Paving Machine Bulldozer Concrete Paving Machine Front End Loader Heavy Equipment Operator Light Equipment Operator Motor Grader Operator Roller Scraper Tractor -Trailer Truck Driver -Heavy Truck Driver -Light �1 W Paving and Highway Construction Prevailing Wage Rates Hourly Rate 9.00 7.50 9.00 7.50 12.50 6.50 8.00 6.50 6.00 6.75 9.00 7.00 9.00 9.00 9.00 9.00 9.00 8.00 10.25 7.00 7.50 8.50 8.00 7.00 2 r EXHIBIT C Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. 3 SPECIFICATIONS �,.4m..m,w...w .. �, .� � .,,�. .,. '.,.u.w,.��w. ��«� a„„nu.�..�q fin.^"TM�'° pu�.�.�..�m...:,�.:,.q p,.,.�.,.ho .,.,...,., � ,�.W..-�,..�..' «........,-.,,�...q �..`�""'^"7 ^�� Site Civil 472i�os' tiR+M M. MOOFjE 94757 hut Mechanical & Ground Storage Tank Architectural . HVAC & Plumbing September 2005 LAN Project No. 160-10049-000 D Structural • DENNEY RHOWARD •.��� ., 60234 ,:����` C1'PFcISTERF����r S/ONAL ECG= Electrical & Instrumentation Prepared by Lockwood, Andrews & Newnam, Inc. 10801-1 N. Mopac, Suite 120 Austin, TX 78759 �„_.._._�, ......� ,�„_.w..... M.._..,,m_, .�._,.__, �..� w.� .��,� w� �..,, �., Southwest Pump Station City of Lubbock TABLE OF CONTENTS BIDDING & CONTRACT REQUIREMENTS No, of Pages TO BE PROVIDED BY THE CITY OF LUBBOCK SPECIFICATIONS No. of Paces DIVISION 1— GENERAL REQUIREMENTS 01110 Summary of Work...................................................................................................................... 2 01114 Protection of the Environment...................................................................................................2 01115 Mobilization...............................................................................................................................1 01116 Abbreviations and Symbols....................................................................................................... 3 01295 Schedule of Values.................................................................................................................... 2 01325 Construction Schedules.............................................................................................................. 2 01330 Submittal Procedures............................................................................................................... 2 01340 Shop Drawings, Product Data and Samples............................................................................... 3 01410 TPDES Requirements................................................................................................................3 01440 Contractor's Quality Control..................................................................................................... 2 01455 Testing Laboratory Services...................................................................................................... 3 01500 Temporary Facilities and Controls............................................................................................. 3 01575 Stabilized Construction Exit......................................................................................................2 01600 Product Requirements................................................................................................................ 7 01655 Starting of Systems.................................................................................................................... 4 01661 Instruction of Operations and Maintenance Personnel............................................................... 3 01730 Cutting and Patching................................................................................................................. 2 01740 Cleaning and Adjusting.............................................................................................................. 2 01770 Closeout Procedures........................................................................................................ ... 3 01781 Project Record Documents........................................................................................................ 2 01785 Warranties and Bonds................................................................................................................ 2 01790 Spare Parts and Maintenance Materials.....................................................................................1 01795 Post Final Inspection..................................................................................................................1 DIVISION 2 - SITE WORK 02080 02233 02319 02319 02320 02321 02322 02323 02510 02521 02522 02524 02531 02581 02583 02584 r Manholes.......................................................................................................... 3 Clearing and Grubbing........................................................................ 2 Subgrade and Roadbed.................................................................. .... 6 Earthwork for Site Areas........................................................................................................... 5 TrenchSafety Systems............................................................................................................... 2 Earthwork for Site Utilities........................................................................................................ 4 Earthwork for Building Construction......................................................................................... 3 Earthwork for Building Utilities................................................................................................ 2 WaterDistribution Mains.......................................................................................................... 6 GateValves................................................................................................................................4 ButterflyValves.........................................................................................................................5 Air Release and Vacuum Relief Valves..................................................................................... 3 SanitarySewage.............................:...........................................................................................4 UndergroundDuct Banks.......................................................................................................... 3 ElectricalManholes................................................................................................................... 3 Precast Underground Pull Boxes............................................................................................... 4 160-10049-000 1 Table of Contents 02613 Bar Wrapped Steel Cylinder Pipe ................................. 12'= 02741 Asphaltic Concrete Paving............................................................. .................7 02751 Portland Cement Concrete Pavement.........................................................................................10 02771 Concrete Curbs..........................................................................................................................2 02775 Concrete Sidewalks .......................... 02930 Lawns.........................................................................................................................................3 DIVISION 3 - CONCRETE 03115 Concrete Formwork................................................................................................................... 3 03215 Concrete Reinforcement.............•-•-------...............................................---...................................2 03315 Cast -in -Place Concrete.....................•----..................................................................................... 6 03412 Precast Pre -stressed Concrete Hollow Core Slabs..................................................................... 5 03605 Grouting....................................................................................................................................4 DIVISION 4 — MASONRY 04050 Unit Masonry ................................................................................................................ ... 5 DIVISION 5 - METALS 05120 Structural Steel Framing............................................................................................ ............ 3 05210 Steel Joist Framing..................................................................................................................... 2 05310 Steel Roof Decking....................................................................................................................1 05500 Miscellaneous Metals............................................................................................ ................ 3 05530 Steel Floor Grating .......................................... .. ...... •-- .2 DMSION 6 - WOOD AND PLASTICS 06615 Fiberglass Reinforced Plastic (FRP).......................................................................................... 4 DIVISION 7 - THERMAL AND MOISTURE PROTECTION 07110 Dampproofing...........................................................•-...............................................................2 07220 Roof and Deck Insulation.......................................................................................................... 3 07534 EPDM Roofing.......................................................................................................................... 3 07620 Sheet Metal Flashing and Trim......................................•-----......................................................5 07920 Joint Sealants............................................................................................................................. 4 DIVISION 8 - DOORS AND WINDOWS 08110 Hollow Metal Work................................................................................................................... 5 08330 Overhead Coiling Doors............................................................................................................ 2 08620 Plastic Unit Skylights.................................................................................................................1 08720 Finish Hardware......................................................................................................................... 4 DIVISION 9 - FINISHES 09910 Painting ............................................... :...................................................................................... 7 DIVISION 10 - SPECIALTIES 10525 Fire Extinguishers and Defibrillators .......................... 10810 Toilet Accessories...................................................................................................................... 2 DIVISION I I —EQUIPMENT (NOT USED) 160-10049-000 2 Table of Contents DIVISION 12 - FURNISHINGS (NOT USED) DIVISION 13 - SPECIAL CONSTRUCTION 13201 Wire -Wound Prestressed Concrete Tank...................................................................................14 13400 Instrumentation General Provisions...........................................................................................14 13410 Programmable Logical Controllers (PLC) Requirements..........................................................7 13411 Radio Telemetry Unit................................................................................................................ 5 13412 Uniutemptible Power Supply................................................................................................... 3 13413 Instrument Panels....................................................................................................................... 9 13420 Instrument Commissioning........................................................................................................ 5 13421 Instruments ............................................................................................................................ 3 13422 Instrument Accessories.............................................................................................................. 4 13430 System Configuration................................................................................................................ 2 13440 Input Output List........................................................................................................................12 13815 Lighting Controls....................................................................................................................... 3 DIVISION 14 - CONVEYING SYSTEMS 14600 Girder Crane.............................................................................................................................. 5 DIVISION 15 - MECHANICAL 15050 Mechanical General Provisions................................................................................................. 6 15060 Equipment Bases and Supports.................................................................................................. 2 15070 Vibration Isolation.....................................................................................................................2 15072 Pump Station Piping.................................................................................................................. 4 15074 Pump Station Valves..................................................................................................................5 15075 Mechanical Identification..........................................................................................................2 15080 Insulation - General................................................................................................................... 2 15082 Low Temperature Piping Insulation........................................................................................... 3 ., 15089 External Duct Insulation............................................................................................................ 3 15105 Pipe and Pipe Fittings - General................................................................................................ 9 15110 Valves, Strainers and Vents - General.......................................................................................2 15120 Gauges and Flow Meters...........................................................................................................1 15130 Horizontal Split -Case Pumps.....................................................................................................4 15140 Domestic Water Piping Systems................................................................................................2 15142 Water Makeup and Equipments Drain and Vent Piping Systems .............................................. 2 15150 Sanitary Waste and Vent Piping................................................................................................2 15187 Refrigerant Piping and Appurtenances ............................. ........... .............................................. 2 15410 Plumbing Fixtures and Fixture Carriers..................................................................................... 3 15442 Drains, Hydrants and CIeanouts................................---..............................................................2 15484 Domestic Water Heaters, Electric Storage Tank........................................................................2 15670 Air -Cooled Condensing Unit..................................................................................................... 2 15768 Fan Coil Units............................................................................................................................2 15810 Ductwork ......... ....... .................... ........_................................................................4 15820 Ductwork Accessories...............................................................................................................5 15830 Fans............................................................................................................................................2 15850 Air Outlets and Inlets................................................................................................................. 3 1.. 15860 Filters ............................ v 15910 Controls......................................................................................................_. .........3 ........... ......... 15950 Air and Water Balance............................................................................................................... 3 DIVISION 16 - ELECTRICAL 16050 Electrical General Provisions.....................................................................................................4 _ 16051 . Acceptance Testing and Calibration............................................._............................................6 160-10049-000 3 Table of Contents 16052 Identifications............................................................•------......................................................... 3 16054 Electrical Power System Studies ................................................................................................ 2 16060 Grounding..................................................................................................•---............................2 16120 Insulated Conductors.........................................................•----................................................... 3 16130 Raceways................................................................................................................................... 4 16135 Boxes......................................................................................................................................... 2 16140 Wiring Devices.......................................................................................................................... 3 16145 Time Switches.......................................................................................................................2 16170 Metal Framing............................................................................................................................ 2 16191 Miscellaneous Equipment..........................................................................................................2 16210 Electrical Service........................................•-.....---.....................................................................2 16222 AC Electric Motors — 100 HP and Below.................................................................................. 7 16223 AC Electric Motors — Greater than 100 HP............................................................................... 7 16230 Packaged Engine Generator Systems......................................................................................... 8 16276 Dry -Type Transformers - 600 Volt and Below Primary ............................................................ 4 16285 Transient Voltage Surge Suppression (TVSS) - 600 Volt and Below ....................................... 4 16371 Variable Frequency Drives 100 HP and Greater........................................................................7 16373 480V Solid State Motor Controllers — Greater than 100 HP.....................................................10 16410 Enclosed Safety Switches.......................................................................................................... 2 16415 Automatic Transfer Switches.............................•.......................................................................4 16425 Motor Starters - 600 Volt and Below......................................................................................... 4 16426 Electric Valve Actuators............................................................................................................5 16442 Panelboards - Distribution and Branch Circuit.......................................................................... 4 16445 Motor Control Centers............................................................................................................... 6 16490 Fuses - 600 Volt and Below.......................................................................................................2 16510 Lighting Fixtures and Lamps................................................................................... .............. 3 16610 Lightning Protection..................................................................................................................2 16705 Communication System............................................................................................................. 3 16720 Telephone Service..........-•......................................................................................................... 2 END OF TABLE OF CONTENTS 160-10049-000 4 Table of Contents E Southwest Pump Station City of Lubbock SECTION 01110 SUMMARY OF WORK PARTl- GENERAL 1.1 WORK COVERED BY CONTRACT DOCUMENTS A. The work of this contract comprises the construction of the new Southwest Pump Station for the City of Lubbock, Texas including: pump building, ground storage tank, yard piping, site driveways, perimeter fencing, drainage ditches and all other related items. B. Construct the work under a single unit price contract. C. Related Requirements in Other Parts of the Project Manual. Additional requirements of all parties to the Contract: Conditions of the Contract. 1.2 WORK BY OTHERS ,A. Work on the project which will be executed prior to start of work of this contract, and which is excluded _from this contract, as follows:. 1. None. B. Work on the project which will be executed after completion of the work of this contract, and which is excluded from this contract, as follows: 1. Programming of the SCADA system. 1.3 FUTURE WORK A. The project is designed for future expansion including the following: a future ground storage tank and future yard piping. 1.4 CONTRACTOR'S USE OF PREMISES A. Contractor shall have complete and exclusive use of premises. A. Contractor shall limit his use of the premises for work and for storage to allow for: 1. Work by other contractors. 2. Owner occupancy. B. Coordinate use of premises under direction of Engineer. C. Assume full responsibility for the protection and safekeeping of products under this contract, stored at the site. D. Move any stored products under Contractor's control which interfere with operations of the Owner. E. Obtain and pay for the use of additional storage or work areas needed for operations. 160-10049-000 01110-1 Summary of Work PART2-PRODUCTS Not Used. PART3-EXECUTION Refer to specific technical sections. 160-10049-000 01110-2 Summary of Work Southwest Pump Station City of Lubbock SECTION 01114 PROTECTION OF THE ENVIRONMENT PART1-GENERAL 1.1 WORK INCLUDED The Contractor in executing the work, shall maintain all work areas on and off the site free from environmental pollution that would be in violation of any federal, state, or local regulations. 1.2 `` ` PROTECTION OF STORM DRAINAGE AND SEWER SYSTEM Take adequate measures to prevent the impairment of the operation of the existing storm drainage systems. Prevent construction materials, concrete, earth or other debris from entering any storm drainage system All storm flow interfering with construction and requiring diversion shall be diverted by the Contractor to a point acceptable to the Owner. 1.3 PROTECTION OF WATERWAYS A. The Contractor shall observe the rules and regulations of the State of Texas and agencies of the U.S. Government prohibiting the pollution of any lake, stream, river or wetland by the dumping of any refuse, rubbish, dredge material or debris therein. B. Contractors are specifically cautioned that disposal of materials into any waters of the State must conform with the requirements of the State of Texas and an applicable permit from the U.S. Army Corps of Engineers. C. The Contractor shall be responsible for providing holding ponds or an approved method which will handle, carry through, or divert around his work all flows, including storm flows and flows created by construction activity, so as to prevent excessive silting of waterways or flooding damage to the property. Submit plan for Owner's (Engineer's) approval prior to beginning work. D. The Contractor shall comply with the procedures outlined in the U.S. Environmental Protection Agency manuals entitled "Guidelines for Erosion and Sedimentation Control Planning and Implementation" and "Processes, Procedures and Methods to Control Pollution Resulting from All Construction Activity." 1.4 DISPOSAL OF WASTE MATERIAL A. The Contractor shall make his own arrangements for disposal of waste materials subject to submission of proof to the Owner that owner(s) of the proposed site(s) has a valid fill permit issued by the appropriate governmental agency and submission of a haul route plan including a map of the proposed route(s). B. Unacceptable disposal sites include, but are not limited to, sites which have a detrimental effect on surface water or groundwater quality. C. The Owner, at his discretion, may suspend operation of the Contractor for alleged noncompliance with Texas Commission on Environmental Quality, Texas Department of Health or Environmental Protection Agency regulations. _. 160-10049-000 01114-1 Protection of the Environment 1.5 PROTECTION OF AIR QUALITY A. Air pollution shall be minimized by wetting down bare soils during windy periods, or as requested by Engineer; by requiring the use of properly operating combustion emission control devices on construction vehicles and equipment used by Contractor; and by encouraging the shutdown of motorized equipment not actually in use. B. Trash burning will not be permitted on the construction site without the Owner's prior written approval. C. If temporary heating devices are necessary for protection of the work, such devices shall be of a type that will not cause pollution of the air. 1.6 USE OF CHEMICALS All chemicals used during project construction or furnished for project operation, whether herbicide, pesticide, disinfectant, reactant or of other classification, must show approval of either the U.S..Environmental Protection Agency or the U.S. Department of Agriculture, or any other applicable regulatory agency. Use of all such chemicals and disposal of residues shall be in conformance with the manufacturer's instructions._ Petroleum products shall be identified and stored in safety approved containers. 1.7 NOISE AND DUST CONTROL A. The operation of dumping materials and of carrying materials away in trucks shall be so conducted as to cause a minimum of noise and dust. Vehicles carrying sands, dirt, rock, concrete or other material shall be routed over such streets as will cause the least annoyance to the public and shall not be operated on public streets between the hours of 6:00 p.m and 7:00 a.m., or on Saturdays, Sundays or legal holidays unless previously approved in writing by the Owner. B. The Contractor shall so conduct all his operations that they will cause the least annoyance to the residents in the vicinity of the work, and shall comply with all applicable local ordinances. The compressors, hoists, and other apparatus shall be equipped with such mechanical devices as may be necessary to minimize noise and dust. Compressors shall be equipped with silencers on intake lines. All gasoline or oil operated equipment shall be equipped with silencers or mufflers on intake and exhaust lines. Storage bins and hoppers shall be lined with material that will deaden the sounds if directed by the Owner' s Representative. C. All unpaved streets, roads, detours or haul roads used in the construction area shall be given an approved dust -prevention treatment or periodically watered to prevent dust. Applicable environmental regulations for dust prevention shall be strictly enforced. D. Dust prevention treatment shall be performed to the satisfaction of the Engineer. PART2-PRODUCTS Not used. PART3-EXECUTION Not used. END OF SECTION 160-10049-000 01114-2 Protection of the Environment Southwest Pump Station City of Lubbock SECTION 01115 MOBILIZATION PART1-GENERAL 1.1 WORK INCLUDED The work covered by this part includes furnishing all construction material and equipment, under the following provisions, to qualify for the mobilization payment. 1.2 DESCRIPTION A. The mobilization payment shall not exceed 5 percent (5%) of the total lump sum amount. This amount has been established to be applied against Contractor's cost of preparation and mobilization to perform the work, including all insurance and bonds. B. Payment for mobilization will be authorized by Owner in two parts, according to the following schedule: 1. A payment of 50 percent of the mobilization amount will be authorized when the Contractor's field office(s) and Owner's Representative's office are installed at the job site in an approved location, complete with all-weather access roads, parking area, utilities, and interior furnishings. The requirements for field office facilities are covered under Section 01500, Temporary Facilities and Controls. 2. A payment of 50 percent of the mobilization amount will be authorized when the Contractor commences excavation for the permanent work with equipment and materials sufficiently deployed on the j obsite as required to maintain progress of the work in accordance with the construction schedule, which has been submitted by the Contractor and approved by the Owner' s Representative in accordance with Section 01325, Construction Schedules. 1.3 MEASUREMENT A. Mobilization payment to the Contractor will be authorized after written request for payment by the Contractor certifying that all conditions in each case described above have been met. The Engineer will make a physical inspection before approving the Contractor's request for payment. . B. After the Engineer verifies the Contractor's request for payment, the Contractor shall enter the amount of mobilization due on his monthly estimate. PART2-PRODUCTS Not used. PART3-EXECUTION Not used. END OF SECTION 160-10049-000 01115-1 Mobilization Southwest Pump Station City of Lubbock SECTION 01116 ABBREVIATIONS AND SYMBOLS PART1-GENERAL 1.1 ABBREVIATIONS Common abbreviations which may be found in the Specifications are: alternating current AC hour hr ante meridiem a.m. horsepower hp ampere A average avg inch in inch -pound in -lb biochemical oxygen demand BOD inside diameter . ID brake horsepower bhp British thermal unit Btu kilovolt -ampere kva kilowatt kw Celsius C Kilowatt-hour kwh Company Co cubic inch cu in linear foot if cubic foot cu ft Titer 1 cubic yard cu yd cubic feet per minute cfm maximum max cubic feet per second cfs mercury Hg milliampere DC mAdc decibel db milligram mg degree, Celsius 20 C milligrams per liter m9/1 degree, Fahrenheit 68 F milliliter ml diameter diam millimeter mm direct current DC million gallon MG dollars $ million gallons per day minimum mgd minimum min each ea efficiency eff net positive suction head npsh number No. Fahrenheit F National Pipe Threads NPT feet ft feet per hour fph ounce oz feet per minute fpm outside diameter OD feet per second fps figure Fig parts per million Win Range flg plus or minus W foot-pound ft-lb post meridiem p.m. pound lb gallon gal pounds per square foot psf gallons per minute gpm pounds per square inch psi gallons per second gps pounds per square inch absolute psia gram g pounds per square inch gage psig Hertz Hz 160-10049-000 01116-1 Abbreviations and Symbols revolutions per minute rpm standard std standard cubic feet per minute scfm second sec specific gravity sp gr total dynamic head TDH square sq totally -enclosed -fan -cooled tefc square foot sq 8 total head TH square inch sq in square yard sq yd volt v 1.2 ORGANIZATIONAL ABBREVIATIONS Abbreviations of organizations which may be used in these Specifications are: ACI American Concrete Institute ACS American Chemical Society AGMA American Gear Manufacturer's Association AIChE American Institute of Chemical Engineers AISC American Institute of Steel Construction AISI American Iron and Steel Institute ANSI American National Standards Institute APHA American Public Health Association API American Petroleum Institute AREA American Railway Engineering Association ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigeration and Air Conditioning Engineers ASME American Society of Mechanical Engineers ASTM American Society for Testing and Materials AWI American Woodwork Institute AWS American Welding Society AWWA American Water Works Association CRSI Concrete Reinforcing Steel Institute DIPRA Ductile Iron Pipe Research Association EPA Environmental Protection Agency FM Factory Manual HEW Department of Health, Education & Welfare HUD Department of Housing & Urban Development IEEE Institute of Electrical and Electronic Engineers IRI Industrial Risk Insurance ISA Instrument Society of America ISO Insurance Services Office JIC Joint Industrial Council MSS Manufacturer's Standardization Society of America NAA.MM National Association of Architectural Metal Manufacturers NARUC National Association of Railroad and Utilities Commissioners NBHA National Builders Hardware Association NCTCOG North Central Texas Council of Governments NEC National Electric Code NEMA National Electrical Manufacturers Association NFPA National Fire Protection Association NSF National Sanitation Foundation OSHA Occupational Safety and Health Act PCI Precast Concrete Institute SDHPT Texas State Department of Highways and Public Transportation Commission 160-10044-000 01116-2 Abbreviations and Symbols SMACNA Sheet Metal and Air Conditioning National Association SSPC Steel Structures Painting Council TCEQ Texas Commission on Environmental Quality TXDOT Texas Department of Transportation UL Underwriters Laboratories, Inc. USGS United States Geological Survey USPHS United Stated Public Health Service WEF Water Environmental Federation WWEMA Water and Wastewater Equipment Manufacturers Association 1.3 LEGEND Legends of symbols used are shown on the Drawings, and in general, use of symbols is confined to the Drawings. PART2-PRODUCTS Not used. PART3-EXECUTION Not used. END OF SECTION 160-10049-000 01116-3 Abbreviations and Symbols Southwest Pump Station City of Lubbock SECTION 01295 SCHEDULE OF.VALUES PART1-GENERAL 1.1 GENERAL km A. Submit a schedule of values at least 10 days prior to submitting the first application for payment. Upon request, support values given with data that will substantiate the amounts. Use schedule of values only as basis for application for payment. B. List quantities of designated materials and materials specified under unit price allowances. C. Payment for materials stored on -site will be limited to those materials listed in a schedule of unit material values. 1.2 FORM OF SUBMITTAL Submit typewritten schedule of values on AIA document G703 or on 8-1/2" by I 1 ", plain bond, white paper. Use the table of contents of this project manual as a format for listing costs of work by sections under Divisions 2 through 16. 1.3 PREPARING SCHEDULE OF VALUES A. Itemize separate line item cost for each of the following general cost items: l . Performance and payment bonds. 2. Field supervision and layout. 3. Temporary facilities and controls. 4. Insurance. B. Itemize the work into line items that follow generally the sequence of the table of contents of these specifications. The work must be subdivided so as to give line items that are readily measurable for the purposes of pay estimates. Further subdivide each line item of work to show the following amounts, when applicable. 1. Cost of material delivered to the jobsite (do not include overhead and profit). 2. Cost of labor for installation (include all overhead and profit for this line item). 3. Cost of Operation and Maintenance Manuals when required. 4. Cost of all testing and all training required for each item. C. Round off figures to nearest one dollar, except for one item if needed to make total equal the contract amount. D. Make sum of total costs for all items listed in the schedule equal to the total contract sum. 1.4 REVIEW AND RESUBMITTAL After review by the Engineer, revise and resubmit the schedule of values or material values, if required. Resubmit revised schedules in the same manner as the original schedules. Initial Application for Payment will not be 160-10049-000 01295-1 Schedule of Values processed until Schedule of Values is approved. Payment for stored materials will not be made until the Schedule of Unit Material Values has been approved. PART2-PRODUCTS Not used. PART3-EXECUTION Not used. 160-10049-000 01295-2 Schedule of Values PARTI-GENERAL 1.1 INTENT Within 15 days after award of the contract, the Contractor shall prepare and submit to the Engineer a proposed construction schedule for the work with subschedules of related activities which are essential to its progress. 1.2 FORM OF SCHEDULE A. Prepare construction schedule in the form of a horizontal bar chart. 1. Provide separate horizontal bar for each trade or operation. 2. Horizontal Time Scale. Identify first work day of each week. 3. Scale and Spacing. To allow space for notations and future revisions. B. Format of Listings. Table of contents of this Project Manual. C. Identification of Listings By major specification section numbers. 1.3 CONTENT OF SCHEDULES A. Construction Schedule. 1. Show complete sequence of construction by activity. 2. Show dates of beginning and completion of each major element of construction. 3. Show projected percentages of completion for each item, as of the first day of each month. 4. Indicate the critical path for completion of the entire project. B. Schedule for Submittals of Shop Drawings. Product Data and Samples. Show: 1. The dates for Contractor's submittals. 2. The dates reviewed submittals will be required back from the Engineer. C. Prepare and submit subschedules for each separate stage of work specified in Section 01110. D. Provide subschedules to define critical portions of prime schedules. 1.4 PROGRESS REVISIONS A. Indicate progress of each activity to date of submission. B. Show changes occurring since previous submission of schedule. 1. Major changes in scope. 2. Activities modified since previous submission. 3. Revised projections in progress and completion. 4. Other identifiable changes. 160-10049-000 01325-1 Construction Schedules C. Provide a narrative report as needed to define: 1. Problem areas, anticipated delays and the impact on schedule. 2. Corrective action that will be taken by the Contractor to get the project back on schedule. This item is required whenever the progress of the job is behind the original progress schedule. 3. The effect of changes on schedules or on other prime contractors. 1.5 SUBMISSIONS A. Submit initial schedules within 15 days after award of contract. I . Engineer will review schedules and return review copy within 10 days after receipt. 2. If required, resubmit within 7 days after return of review copy. B. Submit revised progress schedules with each application for payment. C. If size is greater than 11 x 17 inches, submit one reproducible transparency and two opaque reproductions; otherwise, submit two copies. 1.6 DISTRIBUTION A. Distribute copies of reviewed documents to concerned parties. B. Instruct recipients to report promptly to Contractor, in writing, any problems anticipated by the projections shown in the schedules. PART2-PRODUCTS Not used. 160-10049-000 01325-2 Construction Schedules Southwest Pump Station City of Lubbock SECTION 01330 SUBNHTTAL PROCEDURES PART1-GENERAL 1.1 SUBMITTAL PROCEDURE A. Transmit each submittal with AIA Form G810. B. Schedule submittals to expedite the project and deliver to: Enprotec / Hibbs & Todd Attu: Mark Hobgood 6310 Genoa Avenue, Suite E Lubbock, Texas 79424 C. Identify project, Contractor, subcontractor or supplier; pertinent drawing sheet and detail numbers), and specification section number, as appropriate. D. Identify variations from contract documents and product or system limitations which may be detrimental to successful performance of the completed work. E. Apply signed Contractor's stamp certifying that review, verification of product requirements, field dimensions, adjacent construction work, and coordination of information is in accordance with the requirements of the work and contract documents. F. Provide space for Engineer's review stamp. Submittals which are not required, and required submittals which do not conform with the requirements of this section, will be returned without review. G. Revise and resubmit submittals as required, identifying all changes made since previous submittal. H. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. 1.2 SUBMITTALS PRIOR TO BEGINNING WORK Submit two copies of the construction schedule as specified in Section 01325 with the signed contract as a prerequisite to starting the work. The location of information concerning each submittal is referenced. 1.3 SUBMITTALS DURING CONSTRUCTION During the progress of the work, make the following submittals in a timely manner to prevent any delay in the work. A. Construction Schedules. Submit construction schedules as detailed in Section 01325. B. Shop Drawings, Product Data and Samples. Submit in accordance with Section 01340, Shop Drawings, Product Data and Samples. C. Mill Certificates. Submit mill certificates on the following items as required by the specifications sections. i 1. Reinforcing Steel: Section 03215. z= 160-10049-000 01330-1 Submittal Procedures 1.4 SUBMISSION REQUIREMENTS A. Accompany each submittal with a dated transmittal letter (AIA document G810) which includes: 1. Submittal number. Number submittals sequentially beginning with "001". 2. Project title and number. 3. The names of: a. Contractor. b. Subcontractor. C. Supplier. d. Manufacturer. 4. Identification of product or. material. 5. Relation to adjacent structure or materials. 6. Specification section number and/or drawing number. 7. Applicable standards, such as ASTM number or Federal Specification. 8. Identification of deviations from the contract documents. B. Provide a blank space on each shop drawing, approximately 5" by 5" , for the Engineer's stamp. C. Contractor's stamp, dated and initialed or signed, certifying review of submittal, verification of field measurements and compliance with contract documents shall be placed on each submittal item Any submittal items that do not have the Contractor's stamp will be returned without review. D. Insofar as practical, make all submittals for each of the following categories at one time. 1. Roofing, roof insulation, flashing and roof accessories. 2. Doors, frames and hardware. 3. Mechanical. 4. Plumbing. 5. Electrical. 1.5 ENGINEER'S DUTIES _ A. Review and return submittals within 14 days. B. Review will be only for conformance with the design intent and with the contract documents. C. Affix stamp and initials or signature, and indicate approved or requirements for resubmittal. D. Return submittals to Contractor for distribution or for resubmission. 1 1.6 RESUBMISSION REQUIREMENTS A. Assign a submittal number that is the same as the original submittal number plus a sequential letter suffix beginning with "A" B. Revise documents as required and resubmit as specified for initial submittal. Indicate on drawings any changes which have been made, including those requested by the Engineer. 1.7 DISTRIBUTION AFTER REVIEW A. Distribute copies of shop drawings and product data which carry the Engineer's stamp to: i. Contractor's file. 160-10049-000 01340-2 Shop Drawings, Product Data and Samples r, 2. Job site file. 3. Record document file. 4. Subcontractors. 5. Supplier. 6. Fabricator. B. Distribute returned samples as needed. PART2-PRODUCTS Products which require shop drawings, product data and samples are listed in Section 01330. PART3-EXECUTION Not used. END OF SECTION 160-10049-000 01340-3 Shop Drawings, Product Data and Samples PART1-GENERAL 1.1 SECTION INCLUDES A. Documentation to be prepared and signed by Contractor before conducting construction operations, in accordance with the Texas Pollutant Discharge Elimination System (TPDES) Construction General Permit Number TXR 150000 issued March 5, 2003 (the Construction General Permit). B. Implementation, maintenance inspection, and termination of storm water pollution prevention control measures including, but not limited to, erosion and sediment controls, storm water management plans, waste collection and disposal, off -site vehicle tracking, and other appropriate practices shown on the Drawings or specified elsewhere in the Contract C. Review of the Storm Water Pollution Prevention Plan (SWP3) implementation in a meeting with the Engineer prior to start of construction. 1.2 DEFINITIONS A. Commencement of Construction Activities. The exposure of soil resulting from activities such as clearing, grading, and excavating. B. Large Construction Activity. Project that: C. 1. Disturbs five acres or more, or 2. Disturbs less than five acres but is part of a larger common plan of development that will disturb five acres or more of land. Small Construction Activity. Project that: 1. Disturbs one or more acres but less than five acres, or 2. Disturbs less than one acre but is part of a larger common plan of development that will ultimately disturb one or more acres but less than five acres. D. TPDES Operator. The person or persons who have day-to-day operational control of the constriction activities which are necessary to ensure compliance with the SWP3 for the site or other Construction General Permit conditions. PART2-PRODUCTS Not Used 160-10049-000 01410-1 TPDES Requirements t PAR.T3-EXECUTION ' 3.1 SITE SPECIFIC STORM WATER POLLUTION PREVENTION PLAN (SWP3) A. Prepare a SWP3 following Part III of the Construction General Permit (TPDES No. TXR150000). B. Update or revise the SWP3 as needed during the construction following Part III, Section E of the Construction General Permit (TPDES No. TXR150000). C. Submit the SWP3 and any updates or revisions to The Engineer for review and address.comments prior to commencing, or continuing, construction activities. -' 3.2 -NOTICE. OF INTENT FOR LARGE CONSTRUCTION; ACTIVITY - A. Fill out, sign, and date TCEQ Form 20022, Notice of Intent (NOI) for Storm Water Discharges Associated with Construction Activity under the TPDES Construction General Permit (TXR 150000). B. Transmit the signed Contractor's copy of TCEQ Form 20022, along with a $100.00 check, made out to Texas Commission on Environmental Quality, and the completed Payment Submittal Form to The Engineer. C. The Engineer will complete a separate TCEQ Form 20022 for the Owner's Notice of Intent, and will submit both Notices, along with checks for application fees, to the TCEQ. m_ D. Submission of the Notice of Intent form by both the Owner and Contractor to TCEQ is required a minimum of two days before Commencement of Construction Activities. 3.3 CONSTRUCTION SITE NOTICE FOR SMALL CONSTRUCTION ACTIVITY A. Fill out, sign, and date the Construction Site Notice, Attachment 2 to TPDES General Permit TXR 150000, "Construction Site Notice". B. Transmit the signed Construction Site Notice to The Engineer at least seven days prior to Commencement of Construction Activity. 3.4 CERTIFICATION REQUIREMENTS A. Fill out TPDES Operator's Information form including Contractor's name, address, and telephone number, and the names of persons or firms responsible for maintenance and inspection of erosion and sediment control measures. Use multiple copies as required to document full information. B. Contractor and Subcontractors shall sign and date the Contractor's I Subcontractor's Certification for TPDES Permitting, as provided in the Project SWP3. Include this certification with other Project certification forms. C. Submit properly completed certification forms to The Engineer for review before beginning construction operations. D. Conduct inspections in accordance with TCEQ requirements. Use the Construction Inspection Forms as provided in the Project SWP3 to record maintenance inspections and repairs. 3.5 RETENTION OF RECORDS Keep a copy of this document and the SWP3 in a readily accessible location at the construction site from Commencement of Construction Activity until submission of the Notice of Termination (NOT) for Storm Water Discharges Associated with Construction Activity under TPDES Construction General Permit (TXR 150000). t 160-10049-000 01410-2 TPDES Requirements 1 Contractors with day-to-day operational control over SWP3 implementation shall have a copy of the SWP3 available at a central Iocation, on -site, for the use of all operators and those identified as having responsibilities under the SWP3. Upon submission of the NOT, submit all required forms and a copy of the SWP3 with all revisions to The Engineer. 3.6 REQUIRED NOTICES A. Post the following notices from effective date of the SWP3 until date of final site stabilization as defined in the Construction General Permit: 1. Post the TPDES permit number for Large Construction Activity, or a signed TCEQ Construction Site Notice for Small Construction Activity. Signed copies of the Owner's and Contractor's NOI must also be posted. 2. Post notices near the main entrance of the construction site in a prominent place for public viewing. Post name and telephone number of Contractor's local contact person, brief project description and location of the SWP3. a. If posting near a main entrance is not feasible due to safety concerns, coordinate posting of notice with The Engineer to conform to requirements of the Construction General Permit b. If Project is a linear construction project (e.g.: road, utilities, etc.), post notice in a publicly accessible location near active construction. Move notice as necessary. 3. Post a notice to equipment and vehicles operators, instructing them to stop, check, and clean tires of debris and mud before driving onto traffic lanes. Post at each stabilized construction exit area. 4. Post a notice of waste disposal procedures in a readily visible location on site. 3.7 ON -SITE WASTE MATERIAL STORAGE A. On -site waste material storage shall be self-contained and shall satisfy appropriate local, state, and federal rules and regulations. B. Prepare list of waste material to be stored on -site. Update list as necessary to include up-to-date information. Keep a copy of updated list with the SWP3. C. Prepare description of controls to reduce pollutants generated from on -site storage. Include storage practices necessary to minimize exposure of materials to storm water, and spill prevention and response measures consistent with best management practices. Keep a copy of the description with the SWP3. 3.8 NOTICE OF TERMINATION A. Fill out, sign, and date TCEQ Form 20023 Notice of Termination (NOT) for Storm Water Discharges Associated with Construction Activity under the TPDES Construction General Permit (TXR 150000). Submit a NOT to The Engineer within 10 days after: 1. Final stabilization has been achieved on all portions of the site that are the responsibility of the Contractor; or 2. Another operator has assumed control over all areas of the site that have not been stabilized; and 3. All silt fences and other temporary erosion controls have either been removed, scheduled to be removed as defined in the SWP3, or transferred to a new operator if the new operator has sought permit coverage. B. The Engineer will complete Owner's NOT and submit Contractor and Owner's notices to the TCEQ and MS4 entities. END OF SECTION 160-10049-000 01410-3 TPDES Requirements No Text r l Southwest Pump Station City of Lubbock SECTION 01440 CONTRACTOR'S QUALITY CONTROL PART1-GENERAL 1.1 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality at no additional cost to the Owner. B. Comply fully with manufacturers' installation instructions, including each step in sequence. C. Request clarification from Engineer before proceeding should manufacturers' instructions conflict with Contract Documents. D. Comply with specified standards as minimum requirements for the Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Perform work by persons qualified to produce the specified level of workmanship. 1.2 REFERENCES Obtain copies of standards and maintain at job site when required by individual Specification sections. 1.3 MANUFACTURERS' FIELD SERVICES AND REPORTS A. When specified in individual Specification sections, provide material or product suppliers' or manufacturers' technical representative to observe site conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, operator training, test, adjust, and balance of equipment as applicable, and to initiate operation, as required. Conform to minimum time requirements for start-up operations and operator training if defined in Specification sections. B. At the Engineer's request, submit qualifications of manufacturer's representative to Engineer 15 days in advance of required representative's services. The representative shall be subject to approval of Engineer. C. Manufacturer's representative shall report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers' written instructions. Submit report within 7 days of observation to Engineer for review. PART2-PRODUCTS Not used. PART3-EXECUTION Not used. 160-10049-000 01440-1 Contractor's Quality Control END OF SECTION 160-10049-000 01440-2 Contractor's Quality Control Southwest Pump Station City of Lubbock SECTION 01455 TESTING LABORATORY SERVICES PART1-GENERAL 1.1 PAYMENT A. The Contractor shall employ and pay for services of an independent testing laboratory to perform specified testing. B. The Contractor shall allow access by the Owner for any additional testing requested by and paid for by the Owner. 1.2 WORK INCLUDED Testing is required for the following items of work: A. Soils compaction control. B. Pile load tests. C. Asphalt concrete paving. D. Asphalt densities. E. Concrete reinforcement. F. Cast -in -place concrete. G. Precast, prestressed concrete. H. Mortar. I. Structural metal framing. J. Structural steel welding. K. Roofing installation. 1.3 TESTING LABORATORY QUALIFICATIONS A. Standards. 1. Meet "Recommended Requirements for Independent Laboratory Qualification," latest edition, published by American Council of Independent Laboratories. 2. Meet basic requirements of ASTM E 329, "Standards of Recommended Practice for Inspection and Testing Agencies for Concrete and Steel as Used in Construction." 3. Submit copy of report of inspection of facilities made by Materials Reference Laboratory of National Bureau of Standards during most recent tour of inspection; with memorandum of remedies of any deficiencies reported by inspection. 160-10049-000 01455-1 Testing Laboratory Services E. Remove and dispose of sediment deposits at designated spoil site for Project. F. If a spoil site is not designated on Drawings, dispose of sediment off -site at a location not in or adjacent to stream or flood plain. Contractor shall assume responsibility for off -site disposal. G. Spread compacted and stabilized sediment evenly throughout site. Do not allow sediment to flush into streams or drainage ways. Dispose of contaminated sediment in accordance with existing federal, state, and local rules and regulations. H. Prohibit equipment and vehicles from maneuvering on areas outside of dedicated rights -of -way and easements for construction. Immediately repair damage to erosion and sediment control systems caused by construction traffic. 3.2 CONSTRUCTION METHODS A. Provide stabilized access roads, subdivision roads, parking areas, and other on -site vehicle transportation routes where shown on Drawings. B. Provide stabilized construction exits and truck washing areas, when approved by the Engineer, of sizes and at locations shown on Drawings or as specified in this Section. C. Clean tires to remove sediment on vehicles leaving construction areas prior to entering public right-of-- ways_ Construct truck -washing areas needed to remove sediment. Wash trucks on stabilized areas that drain into drainage systems protected by erosion and sediment control measures. D. Stabilized construction exits and other stabilized areas shall be constructed to maintain minimum roadway widths of 14 feet for one-way traffic and 20 feet for two-way traffic and of sufficient width to allow ingress and egress. E. Grade roads and parking areas to provide sufficient drainage away from stabilized areas. Use sandbags, gravel, boards, or similar materials to prevent sediment from entering public right-of-ways, receiving streams or storm water conveyance systems. F. Inspect and maintain stabilized areas daily. Provide periodic top dressing with additional coarse aggregates to maintain required depth. Repair and clean out damaged control systems used to trap sediment. Immediately remove spilled, dropped, washed, or tracked sediment from public right-of-ways. G. Maintain lengths of stabilized areas as shown on Drawings or a minimum of 50 feet. Maintain a minimum thickness of 8 inches. Maintain minimum widths at all points of ingress or egress. H. Stabilize other areas with the same thickness, and width of coarse aggregate required for stabilized construction exits, except where shown otherwise on Drawings. I. Stabilized areas may be widened or lengthened to accommodate truck washing areas when authorized by the Engineer J. Clean street daily before end of workday. When excess sediments have tracked onto streets, the Engineer may direct Contractor to clean street as often as necessary. Remove and legally dispose of sediments. K. Use other erosion and sediment control measures to prevent sediment runoff during rain periods and non- working hours and when storm discharges are expected. END OF SECTION 160-10049-000 01575-2 Stabilized Construction Exit Southwest Pump Station City of Lubbock SECTION 01600 PRODUCT REQUIREMENTS PART1-GENERAL 1.1 PRODUCT OPTIONS A. Contractor's 0utions. t . For products specified only by reference standard, select any product meeting that standard. 2. For products specified by naming only one product and manufacturer, thereis no option. 3. For products specified by naming several products or manufacturers, select any one of the products or manufacturers named, which complies with the specifications. 4. For products specified by naming one or more products or manufacturers and followed by "or approved substitution," "or equal" or similar language, Contractor must submit a request as specified in Article 1.3, Substitutions, for approval of any product or manufacturer not specifically named. ' B. Material and Equipment List Within 30 days after contract date, submit to Engineer a complete list of majo6roducts proposed to be used, with the name of the manufacturer and the installing subcontractor. 1.2 SUBSTITUTIONS A. Requests. 1. Written requests from Contractor for substitution of products will only be considered for a period of >' 15 days after contract date. Subsequently, requests for substitution will only be considered if a product becomes unavailable due to no fault of the Contractor. 2. Submit each substitution request with the form attached at the end of this section. 2. Submit a separate request for each product; supported with complete data, with drawings and samples as appropriate, including: a. Comparison of the qualities of the proposed substitution with the item specified. b. Changes required in other elements of the work because of the substitution. C. Effect on the construction schedule. d. Cost data comparing the proposed substitution with the product specified. e. Any required license fees or royalties. f. Availability of maintenance service and source of replacement materials. 3. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the contract documents. 4. Architect/Engineer shall be the judge of the acceptability of the proposed substitution. B. Contractor's Representation. A request for a substitution constitutes a representation that Contractor: l . Has investigated the proposed product and determined that it is equal to or superior in all respects to that specified. 2. Will provide the same warranties or bonds for the substitution as for the product specified. 3. Will coordinate the installation of an accepted substitution into the work, and make such other changes as may be required to make the work complete in all respects. 4. Waives all claims for additional costs, under his responsibility, which may subsequently become apparent. 160-10049-000 01600-1 Product Requirements C. Requests for substitutions will be reviewed with reasonable promptness, and Contractor will be notified in writing of the decision to accept or reject the requested substitution. 1.3 1. DELIVERY AND HANDLING A. Arrange deliveries of products in accord with construction schedules; coordinate to avoid conflict with work and conditions at the site. B. Deliver products in undamaged condition, in manufacturer's original containers or packaging, with identifying labels intact and Iegible. C. Immediately on delivery, inspect shipments to assure compliance with requirements of contract documents and approved submittals, and that products are properly protected and undamaged. D. Provide equipment and personnel, to handle products by methods to prevent soiling or damage to products or packaging. 1.4 STORAGE AND PROTECTION A. Store products in accord with manufacturer's instructions, with seals and labels intact and legible. 1. Store products subject to damage by the elements in weathertight enclosures. 2. Maintain temperature and humidity within the ranges required by manufacturer's instructions. B. Exterior Storage. 1. Store fabricated products above the ground, on blocking or skids; prevent soiling or staining. Cover products which are subject to deterioration with impervious sheet coverings; provide adequate ventilation to avoid condensation. 2. Store loose granular materials in a well -drained area on solid surfaces to prevent mixing with foreign matter. C. Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of stored products to assure that products are maintained under specified conditions, and free from damage or deterioration. D. Store in a manner to avoid overloading floors. E. Provide coverings as necessary to protect installed products from damage from traffic and subsequent construction operations. Remove when no longer needed. PART2-PRODUCTS 2.1 MATERIAL AND EQUIPMENT INCORPORATED INTO THE WORK A. Unless specifically provided otherwise, all materials and equipment furnished for permanent installation in the work shall conform to applicable specifications and shall be new, unused and undamaged when installed or otherwise incorporated in the work. No material or equipment shall be used by the Contractor for any purpose other than that intended or specified, unless such use is specifically authorized by the Owner in each case. B. Manufactured and Fabricated Products. 1. Design, fabricate and assemble in accord with the best engineering and shop practices. 2. Manufacture like parts of duplicate units to standard sizes and gauges, to be interchangeable._ 160-10049-000 01600-2 Product Requirements 3. Two or more items of the same land shall be identical, by the same manufacturer. 4. Products shall be suitable for service conditions. 5. Equipment capacities, sizes and dimensions shown or specified shall be adhered to unless variations are specifically approved in writing. C. Do not use material or equipment for any purpose other than that for which it is designed or is specified. D. 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. PART3-EXECUTION 3.1 WORK IN ACCORDANCE WITH MANUFACTURER'S INSTRUCTIONS A. When contract documents require that installation of work shall comply with manufacturer's printed instructions, obtain and distribute copies of such instructions to parties involved in the installation, including two copies to Architect/Engineer. Maintain one set of complete instructions at the job site during installation and until completion. B. Handle, install, connect, clean, condition and adjust products in strict accord with such instructions and in confoznity with specified requirements. Do not omit any preparatory step or installation procedure unless specifically modified or exempted by contract documents. C. `' Should job conditions or specified requirements conflict with manufacturer's instructions, consult with Architect/Engineer for further instructions. Do not proceed with work without clear instructions. ' 3.2 EQUIPMENT IDENTIFICATION TAGS When delivered to the construction site, all equipment shall be tagged with its complete identification designation. A. Equipment Tainu. Equipment designated by distinguishing letters and numbers shall be provided with tags with letters and numbers corresponding to those on the drawings. B. Submittals. Complete specifications data and catalog cuts or drawings covering the identification system shall be submitted in accordance with the procedure set forth in Section 01330, Submittal Procedures. C. Equipment Tags. Tag material may be plastic, fiberglass reinforced plastic, or stainless steel. One material shall be used for all tags. Plastic or fiberglass reinforced plastic tags shall be a minimum 1/16 inch thick, 2 inches square, and have one grommeted hole for a tag fastener. Each tag shall have a durable yellow surface color. Permanent lettering shall be produced by engraving through to a black core color. Tags shall be Brady ` B-60 Fiber -Shield," Seton "Setonite" or approved substitution. Stainless steel tags shall be a minimum 18 gauge, 2 inches square, and have engraved black -filled letters. D. Tag Fasteners. Tags shall be securely fastened to the equipment with approved meter seals with minimum 4-ply .018 stainless steel smooth wire, stainless steel "S" hooks, or stainless steel jack chain. E. Tag Lettering. Each tag shall be engraved with three rows of 1/4-inch lettering. The top row shall consist of the alphabetical prefix, the second row shall consist of the 4-digit numerical designation and the bottom row shall consist of the alphabetical and/or numerical suffix as required. 160-10049-000 01600-3 Product Requirements 3.3 INSTALLATION CHECK A. An experienced, competent and authorized representative of the manufacturer or supplier of each item indicated in the Project Checklist of this specification shall visit the site of the work and inspect, check, adjust if necessary, and approve the installation. In each case, the supplier's representative shall be present when the equipment or system is placed in operation. The supplier's representative shall revisit the jobsite as often as necessary until any trouble is corrected, and the installation and operation are satisfactory in the opinion of the Architect/Engineer. B. Each supplier's representative shall finnish to the Owner, through the General Contractor, a written report certifying that the system or equipment: (1) has been properly installed, lubricated and prepared for its intended use; (2) is in accurate alignment; (3) is free from any undue stress imposed by connecting piping or anchor bolts; and (4) has been operated under full load conditions and that it operated satisfactorily. C. Costs for this work shall be included in the Base Bid. 3.4 OPERATION AND MAINTENANCE MANUALS A. The equipment supplier shall prepare an operation and maintenance manual for each type of equipment indicated in the Project Checklist in Section 01300. The following information shall be provided in the operations and maintenance manuals. 1. The equipment function, normal operating characteristics and limiting conditions shall be defined. 2. Disassembly, assembly, installation, alignment, adjustment and checking instructions shall be provided. 3. Operating instructions shall include guidelines for startup, routine and normal operation, regulation and control, shutdown and emergency conditions.. 4. Manufacturer's recommended lubrication and preventive maintenance procedures and maintenance +" intervals, given in terms of both calendar time and operation time, shall be detailed. 5. Provide exploded -view assembly drawing(s) of the equipment clearly showing all parts, including maintainable subassembly, parts. Unless the Owner acknowledges in writing to the Contractor that a subassembly is disposable, it shall be considered maintainable. All parts shall be identified with a number or letter which references the Parts List Table which details the following: a. The part reference number or letter from the exploded -view drawing. , b. A brief description of the part. c. The manufacturer's part number. d. A standard part description if applicable (i.e., 1/2-inch by 3-inch standard hex head bolt). e. The quantity of each part contained in the equipment, assembly or subassembly. - f The manufacturer's recommendation for stocking of spare parts for each item in the Parts List Table. 6. List any special tools and/or equipment required to comply with the manufacturer's recommended _ maintenance, overhaul or repair procedures. 7. The manual shall provide the manufacturer's step-by-step procedures for complete disassembly, overhaul and reassembly of the equipment. 3 8. The following detailed operating information shall be provided. �Y a. Procedure required for pre -startup checkout. , b. Procedure required for startup. C. Operational checks and procedures required during equipment operation. d. Detailed procedures required by the equipment for routine shutdown, emergency shutdown or extended shutdown shall be listed. 9. Safety precautions required to ensure safe operation and maintenance on the equipment shall be_. detailed. 10. A comprehensive troubleshooting guide that outlines problems, causes and repair shall be } included. 160-10049-000 01600-4 Product Requirements. , r z171 1 Addition to loded-view, assembly drawings; outline cross sections engineering data and 1 xp , Y $, , (), � g wiring diagrams shall be included. 12. Test data and performance curves shall be provided, where applicable. 13. Manufacturer's data including the manufacturer's name, address and telephone number; size and/or model number of the equipment; and the equipment serial numbers shall be listed. 14. Applicable information from each piece of equipment's nameplate(s) such as hp, rpm, volts, amps, watts, phases, hertz, frame, type, Btu/H, cfm, gpm, psi, and other pertinent information shall be included. B. The operation and maintenance manuals shall be in addition to any instructions or parts lists packed with, or attached to, the equipment when delivered. C. Manuals shall be printed on heavy, first quality paper, 8-1/2" by 11" size with standard 3-hole punching. All literature in the manuals shall be legible and reproducible by standard copy machines. Unrelated data shall be marked out by "ziptone" methods. Marking out with ink will not be acceptable. Arrows shall be used to mark equipment being fimrished. Do not use "highlighting." Drawings and diagrams shall be reduced to 8-1/2" by I I" or 11" by 17 ". Where reduction is not practicable, larger drawings shall be folded separately and placed in clear, vinyl envelopes which are bound into the manuals. Each envelope shall bear suitable identification on the outside. Blueline drawings are not acceptable in operation and maintenance manuals. D. Four preliminary copies of each manual, temporarily bound in heavy paper covers bearing suitable identification, shall be submitted prior to the date of shipment of the equipment. E. After review and approval, prepare six final copies of each operation and maintenance manual and submit not later than 30 days prior to placing the equipment in operation. The final manuals shall be bound in heavy-duty, permanent binders. Information shall be arranged in a logical sequence with colored divider sheets between sections and a table of contents for each binder. 3.5 EQUIPMENT FACTORY TESTS A. " The Owner reserves the right to witness any and all shop and factory tests. The Contractor shall notify the Owner°at least 10 days in advance of the time that each shop test will be made. B. When factory tests are required by the specific equipment specifications, these tests shall include those parameters specified and such additional parameters as are customarily tested for the particular equipment. Test procedures, including a description of the test facility, which shall include but not be limited to a plan and elevation sketch of the test setup, showing the piping and instrumentation, shall be submitted in accordance with the procedures set forth in Section 01330, Submittal Procedures. All submittals and test reports shall be exclusively and entirely in the English language and shall use English units of measure except for the metric unit of milligrams/liter (mg/1). C. All factory tests shall be conducted according to one of the following. 1. Construct, staff and operate an acceptable test facility, in the United States, to conduct the required tests. 2. Arrange with an acceptable testing facility, in the United States, to conduct the required tests. 3. Conduct the required tests at an acceptable test facility outside the United States and include in the contract amount two round-trip, business -class airline tickets from Lubbock, Texas, to the point of the test, ground transportation, lodging and meals for the duration of the tests plus 2 days. The manufacturer shall provide a translator, if required. I D. If the Owner exercises the right to witness factory test performed inside the United States, all costs associated with transportation, food and lodging shall be incurred by the Owner unless specifically required to be included in the contract by the specific equipment specifications. 160-10049-000 01600-5 Product Requirements E. Costs for the Owner to witness tests performed outside the United States shall be incurred by the Contractor as described under item 3.5 above. If the Owner elects to not witness tests performed outside the United States, the estimated costs for transportation, food and lodging will be deducted from the Contractor's payment. F. All meters, gauges and other test instruments shall be calibrated within 30 days of the scheduled test and certified calibration data shall be provided. G. The Owner may, at his option, seal all instruments used during a scheduled test and immediately forward the instruments to an independent testing laboratory for certified calibration checks. The cost for calibration check will be borne by the Owner if the instruments checked are correctly calibrated. Otherwise, the Contractor shall bear all costs for calibration and all equipment shall be retested at no additional cost to the Owner. H. Four certified copies of a report covering each test shall be prepared by the equipment manufacturer and submitted not less than 10 days prior to shipment of the equipment to the Contractor. I. Failure of the equipment to meet the specified operating conditions for any reason shall be considered an incomplete and unacceptable test. Upon correction of the problem causing failure, the manufacturer shall retest the equipment. J. If the equipment is rejected based on the results of the factory test, the Contractor shall repair and retest the equipment as required, to the satisfaction of the Architect/Engineer. Certified copies of a report covering each retest shall be prepared by the equipment manufacturer and delivered to the Architect/Engineer not less than 10 days prior to shipment of the equipment to the Contractor. All costs incurred by the Owner, including laboratory tests, transportation, food and lodging, for the witnessing of the retesting of equipment shall be incurred by.the Contractor. END OF SECTION 160-10049-000 01600-6 Product Requirements SAMPLE FORM SUBSTITUTION REQUEST TO: PROJECT: SPECIFIED ITEM: Section Page Paragraph Description The undersigned request consideration of the following: PROPOSED SUBSTITUTION: Attached data includes product description, specifications, drawings, photographs, performance and test data, samples, etc., adequate for evaluation of the request; applicable portions of the data are clearly identified. The undersigned states that the function, appearance and quality of the proposed substitution are equivalent or superior to the specified item, and further certifies that: A. The undersigned will pay for changes to the building design, including engineering and investigation and redesign which may be necessitated by the requested substitution. Changes include: B. The substitution affects dimensions shown on Drawings thus: C. Substitution will have the following effect on other trades and on construction schedule: D. Differences between proposed substitution and specified item include: E. Differences in manufacturer's guarantees of the proposed and specified items include: F. Adjustment in the contract sum due to substitution will Add/Delete $ Submitted by: Signature: Firm Address Date Telephone _ Attachments: 160-10049-000 For use by the A/E: ❑ Approved ❑ Approved as noted ❑ Not Approved ❑ Received too late By Date: _ Remarks 01600-7 Product Requirements Southwest Pump Station City of Lubbock SECTION 01655 STARTING OF SYSTEMS PART1-GENERAL 1.1 WORK INCLUDED A. The General Construction Contractor shall initially start-up and place all equipment installed into successful operation according to manufacturer's written instructions and as instructed by manufacturer's field representative. Provide all material, labor, tools, equipment and expendables required. The start-up shall be for a minimum period of 21 calendar days. B. General Activities include: 1. Cleaning. 2. Removing temporary protective coatings. 3. Flushing and replacing greases and lubricants, where required by manufacturer. 4. Lubrication. 5. Check shaft and coupling alignments and reset where needed. 6. Check and set motor, pump and other equipment rotation, safety interlocks, and belt tensions. 7. Check and correct, if necessary, leveling plates, grout, bearing plates, anchor bolts, fasteners, and alignment of piping which may put stress on pumping equipment connected to it. 8. Check electrical and control compatibility. 9. All adjustments required. 10. Provide product data. C. Provide initial filling of lubricants and all other required operating fluids to proper levels. D. Also provide fuel, electricity, water, filters, chemicals and other expendables required for initial start-up of equipment and operation demonstration unless otherwise specified. 1.2 MINIMUM START-UP PROCEDURES A. Bearings and Shafting. 1. Inspect for cleanliness, clean and remove foreign materials. _s 2. Verify alignment. 3. Replace defective bearings, and those which run rough or noisy. 160-10049-000 01655-1 Starting of Systems _J 4. Lubricate as necessary, in accordance with manufacturer's recommendations. B. Drives. 1. Adjust tension in V-belt drives, and adjust varipitch sheaves and drives for proper equipment speed. 2. Adjust drives for alignment of sheaves and V-belts. 3. Clean and remove foreign materials before starting operation. C. Motors. 1. Check each motor for comparison to amperage nameplate value. 2. Correct conditions which produce excessive current flow and which exist due to equipment malfunction. D. Pumns. 1. Check glands and seals for cleanliness and adjustment before running pumps. 2. Inspect shaft sleeves for scoring. 3. Inspect mechanical faces, chambers, and seal rings, and replace if defective. 4. Verify that piping system is free of dirt, debris and scale before circulating liquid through the pump. E. Valves. 1. inspect both hand and automatic control valves, clean bonnets and stems. 2. Tighten packing glands to assure no leakage, but permit valve stems to operate without galling. 3. Replace packing in valves to retain maximum adjustment after system is judged complete. 4. Replace packing on any valve which continues to leak. 5. Remove and repair bonnets which leak. 6. Coat packing gland threads and valve stems with a surface preparation of "Moly-Cate" or "Mallow - Pro", after cleaning. F. Verify that control valve seats are free from foreign material, and are properly positioned for intended use. G. Tighten 0 pipe joints after system has been placed in operation. Replace gaskets which show any sign of leakage after tightening. A. Inspect all joints for leakage. t. 1. Promptly remake each joint which appears to be faulty, do not wait for rust to form i� 2. Clean threads on both parts, apply compound and remake joints. 160-10049-000 01655-2 Starting of Systems I. Afters stem has been laced in operation, clean strainers dirt pockets, orifices valve seats and headers in Y P � P > fluid system, to assure freedom from foreign materials. J. Open traps and air vents where used, remove operating elements. Clean thoroughly, replace internal parts, and put back into operation. K. Remove rust, scale and foreign material from equipment and renew defaced surfaces. L. Set and calibrate equipment, including all electrical and control systems. M. Inspect fan wheels for clearance and balance. Provide factory -authorized personnel for adjustment when needed. N. Check each electrical control and power circuit to assure that operation complies with specifications and requirements to provide_ desired performance. O. Inspect each pressure gage and thermometer for calibration. Replace items which are defaced, broken or, or which read incorrectly. P. Repair damaged insulation. Q. Vent gasses trapped in any part of systems. Verify that liquids are drained from all parts of gas or air systems- R. Aeration system, blowers, skid components, valves, diffusers, expansion joints shall be started by factory authorized personnel. 1.3 INITIAL FACILITY START-UP A. " Prior to start-up of the facilities, the General Construction Contractor will have prepared and pre -tested all equipment insofar as possible to check its ability for sustained operation, including inspections and adjustments by manufacturer's servicemen. B. After the facilities are sufficiently complete to permit start-up, the General Construction Contractor, with the assistance of the Operator, will start-up the facilities as required. This assistance shall include the aid of any manufacturer's representative requested by the Owner. The General Construction Contractor will be responsible for start-up of all facilities constructed under this Contract. During the initial start-up period for equipment and controls, the General Construction Contractor will check and provide for satisfactory mechanical operation of the facilities. The manufacturer's representatives shall be present during this period to instruct the plant operators in the care, operation, and maintenance of the equipment. C. Prior to start-up of any equipment, the General Construction Contractor will prepare a schedule detailing the proposed start-up and his plans for manpower and auxiliary facilities to be provided. This start-up schedule and plan is subject to review by the Engineer. D. Start-up of the facilities by the General Construction Contractor will include all mechanical facilities such as pumps, compressors, belt filter press, polymer system, and like equipment, and the ventilating, air conditioning, or heating, plumbing and electrical systems. Start-up of the plant shall include a one -week clear water start-up of all the process equipment. The length of the clear water start-up may be shortened with written approval by the Engineer. E. The permanent plant power service is required for testing and initial start-up. II 160-10049-000 01655-3 Starting of Systems F. The Owner will pay for the cost of all power, water, and chemicals during the start-up period. At the end of the start-up period, the General Construction Contractor will request written acceptance of start-up from the Owner if all equipment is operating within specified limits. If any or all of the facilities are not operating satisfactorily at the end of the start-up period, the General Construction Contractor will continue to operate those facilities, with the assistance of the Operator, that are incomplete or not operating satisfactorily until they are complete and acceptable to the Owner. 1.4 OPERATION DEMONSTRATION A. When the start-up period is completed and accepted, the General Construction Contractor will demonstrate the ability of the station to meet design requirements by operating the station with the assistance of the Operator for 7 consecutive calendar days within a period of 21 days. All process units and equipment shall be operational during the 7-day period as described in start-up phasing below. If major equipment is not operational, General Construction Contractor will make necessary repairs and the 7-day operational period shall start again. During this demonstration period, the Owner will provide all fuel, electricity and chemicals required to operate the entire plant. During this period, the General Construction Contractor will provide labor, spare parts, repairs and consumables required to operate the plant. The manufacturers of the various equipment shall assist the General Construction Contractor during the demonstration period. B. Equipment warranties shall begin after successful completion of the 7-day (consecutive) operational period and upon approval of substantial completion by Owner's representative. C. At the successful completion of the demonstration period, the Owner will assume responsibility for operation of the facilities, provided the system is operating satisfactorily. Successful completion of the demonstration period will also be substantial completion for that portion of the station. 1.5 MANUFACTURER'S REPRESENTATIVE The manufacturers shall have a qualified representative present for initial equipment start and available during the initial start-up period and the operation demonstration period PARTZ-PRODUCTS Not used. PART3-EXECUTION Not used. END OF SECTION ki 160-10049-000 01655-4 Starting of Systems Southwest Pump Station City of Lubbock SECTION 01661 INSTRUCTION OF OPERATIONS AND MAINTENANCE PERSONNEL PART 1-GENERAL 1.1 REQUIREMENTS A. The manufacturer shall provide the services of a factory trained maintenance specialist to instruct the Owner's operations and maintenance personnel in the recommended corrective and preventive maintenance procedures for equipment as specified in the respective equipment section. B. The qualifications of the specialist shall be subject to approval by the Owner's Representative. C. Manufacturer shall be responsible for coordinating these services at times acceptable to the Owner, with a minimum of 30 days prior notice. D. Manufacturer shall provide a combination of classroom and field/machine shop training. All training shall be conducted at a location to be determined by the Owner. 1.2 SUBMITTALS A. Manufacturer shall submit for approval a proposed Lesson Plan for the instruction, 30 days prior to commencement of scheduled training in accordance with Section 01330, Submittals. B. Manufacturer shall submit for approval credentials of their designated maintenance instructor. Credentials will include a brief resume and specific details of the instructor's experience with maintenance of and training on the equipment specified. 1.3 INSTRUCTION LESSON PLAN A. Manufacturer's proposed Lesson Plan shall include the elements presented in the Outline of Instruction Lesson Plan. Specific components and procedures shall be identified in the proposed Lesson Plan. B. Manufacturer's proposed Lesson Plan shall detail specific instruction topics. Training aids to be utilized in the instructions shall be referenced and attached where applicable to the proposed Lesson Plan. "Hands-on" demonstrations planned for the instruction shall be described in the Lesson Plan. C. The manufacturer shall indicate the estimated duration of each segment of the training Lesson Plan. D. Outline of Instruction Lesson Plan. 1. Equipment Operation. a. Describe equipment's operating (process) function. b. Describe equipment's fundamental operating principals and dynamics. C. Identify equipment's mechanical, electrical and electronic components and features. 160-10049-000 01661-1 Instruction of Operations and Maintenance Personnel r s d. Identify all support equipment associated with the operation of subject equipment i.e., air ` intake filters, valve actuators, motors). 2. Detailed Component Descriptions. a. Identify and describe in detail each components function. rill b. Where applicable, group related components into subsystems. Describe subsystem functions and their interaction with other subsystems. C. Identiand describe in detail equipment safeties and control Identifyo trol interlocks. 3. Equipment Preventive Maintenance (PM). a. Describe PM inspection procedures to: rl 1) Perform an inspection of the equipment in operation. 2) Spot potential trouble symptoms (anticipate breakdowns). 3) Forecast maintenance requirements (predictive maintenance). (P ) b. Define the recommended PM intervals for each component. C. Provide lubricant and replacement part recommendations and limitations, along with j recommended spare parts. d. Describe appropriate cleaning practices and recommended intervals. 4. Equipment Troubleshooting. a. Define recommended systematic troubleshooting procedures. b. Provide component specific troubleshooting checklists. _ C. Describe applicable equipment testing and diagnostic procedures to facilitate troubleshooting. S. Equipment Corrective Maintenance. a. Describe recommended equipment preparation requirements. b. Identify and describe the use of any special tools required for maintenance of the equipment C. Describe component removal/installation disassembly/assembly and procedures. d. Perform at least two "hands-on" demonstrations of common corrective maintenance repairs. e. Describe recommended measuring instruments and procedures, and provide instruction on interpreting alignment measurements, as appropriate. i. f. Define recommended torquing, mounting, calibration and/or alignment procedures and settings, as appropriate. t g. Describe recommended procedures to check/test equipment following a corrective repair. I t_ 160-10049-000 0166I-2 Instruction of Operations and Maintenance Personnel E t_ .. 1.4 TRAINING AIDS A. The manufacturer's instructor shall incorporate training aids as appropriate to assist in the instruction. At a minimum, the training aids shall include text and figure handouts. Other appropriate training aids are: 1. Audiovisual aids such as films, slides, videotapes, overhead transparencies, posters, blueprints, diagrams, and catalogue sheets. 2. Equipment cutaways and samples such as spare parts, damaged equipment, etc. 3. Tools such as repair tools, customized tools, measuring and calibrating instruments. B. The manufacturer's instructor shall utilize descriptive class handouts during the instruction. Photocopied class handouts shall be good quality reproductions. Class handouts should accompany the instruction with frequent reference made to them. Customized handouts developed especially for the instruction are encouraged. Handouts planned for the instruction shall be attached with the manufacturer's proposed Lesson Plan. 1.5 "HANDS-ON" DEMONSTRATIONS A. The manufacturer's instructor shall present at least one "hands-on" demonstration of common corrective maintenance repairs so that all operation and maintenance personnel have the opportunity to witness the demonstration. The manufacturer shall provide the tools and equipment to conduct the demonstrations. Requests for supplemental assistance and facilities should be submitted with the manufacturer's proposed Lesson Plan. The proposed "hands-on" demonstrations should be described in the manufacturer's proposed Lesson Plan. B. In any "hands-on" training situation where Owner's operation or maintenance personnel participate in disassembly or assembly of equipment components, the manufacturer shall be responsible for such disassembly or assembly and shall provide written certification of proper equipment operation to the Engineer. PART2-PRODUCTS Not used. PART3-EXECUTION Not used. END OF SECTION 160-10049-000 01661-3 Instruction of Operations and Maintenance Personnel E_ Southwest Pump Station City of Lubbock SECTION 01730 CUTTING AND PATCHING PART1-GENERAL 1.1 SUBMITTALS A. Submit a written request to Engineer well in advance of executing any cutting or alteration which affects: 1. The work of the Owner or any separate Contractor. 2. The structural value or integrity of any element of the project. 3. The integrity or effectiveness of weather -exposed or moisture -resistant elements or systems. 4. The efficiency, operational life, maintenance or safety of operational elements. 5. The visual qualities of sight -exposed elements. B. The request shall include: 1. Identification of the project. 2. The reason for cutting, alteration or excavation. 3. The effect of the work on the Owner or any separate Contractor, or on the structural or weatherproof integrity of the project. 4. Written permission of any separate Contractor whose work will be affected. 5. Description of the proposed work. a. The scope of cutting, patching, alteration or excavation. b. The trades who will execute the work. C. Products proposed to be used. d. The extent of refinishing to be done. 6. Alternatives to cutting and patching. 7. Cost proposal, when applicable. 8. The date and the time the work will be uncovered. C. Should conditions of the work or the schedule indicate a change of products from the original installation, Contractor shall submit a request for substitution as specified in Section 01600, Material and Equipment. D. No existing facility, equipment or service shall be interrupted or removed until it has been replaced by a permanent substitute or until agreed to by the Owner. PART2-PRODUCTS Comply with specifications and standards for each specific product involved as described in Divisions 2-16. PART3-EXECUTION 3.1 INSPECTION A. Inspect existing conditions of the project, including elements subject to damage or to movement during cutting and patching. 160-10049-000 01730-1 Cutting and Patching B. After uncovering work, inspect the conditions affecting the installation of products or performance of the work. C. Report unsatisfactory or questionable conditions in writing; do not proceed with the work until the Engineer has provided further instructions. 3.2 PREPARATION A. Provide adequate temporary support as necessary to assure the structural value or integrity of the affected portion of the work. B. Provide devices and methods to protect other portions of the project from damage. C. Provide protection from the elements for that portion of the project which may be exposed by cutting and patching work, and maintain excavations free from water. 3.3 PERFORMANCE A. Execute cutting and demolition by methods which will prevent damage to other work, and will provide proper surfaces to receive installation of repairs. B. Execute excavating and backfilling by methods which will prevent settlement or damage to other work. C. Employ the original installer or fabricator (if possible) to perform cutting and patching for. 1. Weather -exposed or moisture -resistant elements. 2. Sight -exposed finished surfaces. D. Execute fitting and adjustment of products to provide a finished installation to comply with specified products, functions, tolerances and finishes. E. Restore work which has been cut or removed; install new products to provide completed work in accord with requirements of contract documents. F. Fit work airtight (and fire -stopped, where required) to pipes, sleeves, ducts, conduit and other penetrations through surfaces. END OF SECTION 160-10049-000 01730-2 Cutting and Patching Southwest Pump Station City of Lubbock SECTION 01740 CLEANING AND ADJUSTING PARTI-GENERAL 1.1 RESPONSIBILITY A. The Contractor is responsible for cleaning and adjusting the work. If the Contractor fails to clean and adjust the work, the Owner may do so and charge the resulting costs to the Contractor. B. Detailed cleaning and adjusting requirements for specific work are specified in sections pertaining to that work 1.2 REQUIREMENTS OF REGULATORY AGENCIES A. Pollution Control. Conduct cleaning and disposal operations in compliance with local ordinances and antipollution laws. 1. Burning or burying of rubbish and materials on the project site is not permitted. 2. Disposal of volatile fluid wastes and other chemical wastes in storm or sanitary sewer systems or into streams, playa lakes, or waterways is not permitted. B. Safety Standards. Maintain the project in accordance with insurance and safety standards. PART:2-PRODUCTS 2.1 MATERIALS Use only cleaning materials approved by the manufacturer of the surface to be cleaned. Employ cleaning materials in the manner recommended by the cleaning material manufacturer. PART3-EXECUTION 3.1 DURING CONSTRUCTION A. Oversee cleaning and ensure that the premises are maintained free from accumulations of waste material and rubbish. Do not allow waste materials, rubbish and debris to accumulate and become unsightly or create a hazard. Provide dump containers and locate on site for collection of waste material, rubbish and debris. B. At reasonable intervals during progress of the work, collect and dispose of waste material, rubbish and debris. Handle waste in a controlled manner, do not drop or throw materials from heights. C. Remove waste materials, rubbish and debris from the site and legally dispose at public or private dumping areas off the project site. 3.2 FINAL CLEANING AND ADJUSTING A. Use experienced workmen or professional cleaners for final cleaning. 160-10049-000 01740-1 Cleaning and Adjusting B. Remove grease, dust, dirt, stains, paint, oil, labels, fingerprints and other foreign materials from interior and exterior surfaces. Repair, patch and touch-up marred surfaces to match adjacent finishes. C. Broom clean paved surfaces; rake clean other surfaces of grounds. D. Clean and service all air filters and pipe strainers. Replace disposable air filters if dirty. Clean ducts, blowers and coils if air conditioning units were operated without filters. E. If installed features of the work fail to operate or operate improperly, make the necessary adjustments to prevent damage and ensure proper operation. Remove and repair or replace maladjusted items if necessary for proper adjustment. F. Remove all waste material and rubbish from the project area, as well as all tools, construction equipment, machinery, surplus materials and temporary facilities. G. immediately prior to acceptance or occupancy, conduct a final inspection of exposed interior and exterior surfaces to verify that the work is properly cleaned. Maintain cleaning until the premises are occupied by the Owner. 3.3 ADJACENT AREAS To the Engineer's satisfaction, clean or repair adjacent areas affected by the construction. Remove dust and debris in the adjacent area. Repair, patch and touch-up marred surfaces to match adjacent finishes. END OF SECTION 160-10049-000 01740-2 Cleaning and Adjusting is Southwest Pump Station City of Lubbock SECTION 01770 CLOSEOUT PROCEDURES A PART1-GENERAL 1.1 SUBSTANTIAL COMPLETION AND INSPECTION A. The Contractor shall submit the following items prior to requesting substantial completion: 1. Operation and Maintenance Data, and evidence of Instructions to Owner's Personnel. Submit in accordance with Section 01600, Material and Equipment. 2. Keys and Keying Schedule. Submit in accordance with Section 08710, Finish Hardware. 3. Spare Parts and Maintenance Materials. As specified in respective sections of specifications. B. When Contractor considers the work substantially complete, he shall submit: 1. A written notice that the work, or designated portion thereof, is substantially complete and that the project start-up has been satisfactorily completed and approved by Owner. 2. A list of items to be completed or corrected. C. Within a reasonable time after receipt of such notice, Engineer will make an inspection to determine the status of completion. D. Should the Engineer determine that the work is not substantially complete, he will promptly notify the Contractor in writing, giving the reasons therefor. 1. Contractor shall remedy the deficiencies in the work, and submit a second written notice of substantial completion. 2. Engineer will reinspect the work. E. When Engineer concurs that the work is substantially complete, he will: 1. Prepare a Certificate of Substantial Completion on AIA Form G704 accompanied by Contractor's list of items to be completed or corrected, as verified and amended by the Engineer. 2. Submit the Certificate to Owner and Contractor for their written acceptance of the responsibilities assigned to them in the Certificate. 1.2 FINAL INSPECTION A. When Contractor considers the work complete, he shall submit written certification that: 1 1. Contract documents have been reviewed. 2. Work has been inspected for compliance with contract documents. 3. Work has been completed in accordance with the contract documents. 4. Equipment and systems have been tested in the presence of the Owner's representative and are operational. , 5. Work is completed and ready for final inspection. B. Engineer will make an inspection to verify the status of completion with reasonable promptness after _ receipt of such certification. 160-10049-000 01770-1 Closeout Procedures C.. Should the Engineer consider the work is incomplete or defective: 1. Engineer will promptly notify the Contractor in writing, listing the incomplete or defective work. 2. Contractor shall take immediate steps to remedy the stated deficiencies, and submit a second written certification that the work is complete. 3. Engineer will reinspect the work. D. When the Engineer finds the work is acceptable under the contract documents, he shall request the Contractor to make closeout submittals. 1.3 REINSPECTION FEES Should Engineer perform additional reinspections due to failure of work to comply with the claims of status of completion made by the Contractor, Owner will compensate Engineer for such additional services and will deduct the amount of such compensation from the final payment to the Contractor. 1.4 CONTRACTOR'S CLOSEOUT SUBMITTALS A. Evidence of Compliance with Requirements of Governing Authorities. 1. Certificate of Occupancy. 2. Certificates of Inspection: a. Mechanical. b. Electrical B. Project Record Documents. As detailed in Section 01781. C. Warranties. Duplicate copies of warranties required by specific sections of the specifications. D. Evidence of Payment and Release of Liens. Submit the following in such form as approved by Owner. 1. Contractor's affidavit of payment of debts and claims. 2. Contractor's affidavit of release of liens, with: a. Consent of surety to final payment. b. Separate releases or waivers of liens for subcontractors and others with lien rights against property of Owner with a list of those parties. 1.5 FINAL ADJUSTMENT OF ACCOUNTS A. Submit a final statement of accounting which shall reflect all adjustments to the contract sum thus: 1. Original contract sum. 2. Additions and deductions resulting from: a. Previous change orders. b. Allowances. C. Unit prices. d. Deductions for uncorrected work. e. Deductions for liquidated damages. f.. Deductions for reinspection payments. g. Other adjustments. 3. Total contract sum, as adjusted. 4. Previous payments. 5. Sum remaining due. F1 t r], 1 _J 160-10049-000 01770-2 Closeout Procedures B. Engineer will prepare final change order, reflecting approved adjustments to contract sum which were not previously made by change orders. 1.6 FINAL APPLICATION FOR PAYMENT Contractor shall submit the final application for payment in accordance with procedures and requirements stated in the Contract Conditions. PART2-PRODUCTS Not used. PART3-EXECUTION Not used. END OF SECTION r, 160-10049-000 01770-3 Closeout Procedures Southwest Pump Station City of Lubbock SECTION 01781 PROJECT RECORD DOCUMENTS PART1-GENERAL Prepare and maintain record documents for the project to reflect accurately the construction as built. Documents must be submitted at work completion as a condition of final acceptance. 1.1 MAINTENANCE OF RECORD DOCUMENTS A. Maintain at the job site, one copy of the following as Project Record Documents: 1. Contract drawings. 2. Project Manual. 3. Addenda. 4. Reviewed shop drawings. 5. Approved samples. 6. Change orders and field orders. 7. Field and laboratory test records. 8. Correspondence. B. Store record documents in an approved location apart from documents used for construction. Do not use record documents for construction purposes. Provide files and racks for orderly storage. Maintain documents in clean, dry, legible condition. Make documents and samples available at all times for inspection by the Engineer. 1.2 MARKING DEVICES Mark all changes legibly in a contrasting color. 1.3 RECORDING A. Keep record documents current. Do not permanently conceal any work until required information has been recorded. B. Label each document "PROJECT RECORD" in neat, large, printed letters. Legibly mark contract drawings to record actual construction, showing: 1. Depths of various elements of foundation in relation to survey data. 2. Horizontal and vertical location of underground and underslab utilities and appurtenances referenced to permanent surface improvements. 3. Location of internal utilities and appurtenances referenced to permanent surface improvements. 1 4. Field changes of dimension and detail. 5. Changes made by change order or field order. 6. Details not on original contract drawings. C. Legibly mark specifications and addenda to record: l . Manufacturer, trade name, catalog number and supplier of each product and item of equipment actually installed. 2. Changes made by change order or field order. 160-10049-000 01781-1 Project Record Documents 3. Other matters not originally specified. D. Legibly annotate all shop drawings to record changes made after review. E. Delete Engineer's seals from record documents. 1.4 SUBMITTAL A. At project completion, submit record documents as required in Section 01770. Place all letter -sized material in a 3-ring binder, neatly indexed. Bind contract drawings and shop drawings in rolls of convenient size for ease of handling. B. Accompany the submittal with a transmittal letter in duplicate, containing: 1. Date. 2. Project title and number. 3. Contractor's name and address. 4. Title and number of each record document. 5. Certification that each document as submitted is complete and accurate. 6. Signature of Contractor. PART2-PRODUCTS Not used. PARTS -EXECUTION Not used. END OF SECTION 160-10049-000 01781-2 Project Record Documents s ,_ . L Southwest Pump Station City of Lubbock SECTION 01785 WARRANTIES AND BONDS PARTI-GENERAL 1.1 SUBMITTALS A. Requirements. 1. Assemble two original signed copies of all warranties, bonds, and service and maintenance contracts, executed by each of the respective manufacturers, suppliers and subcontractors. 2. Provide complete information for each item, including, but not limited to, the following information: a. Product or work item. b. Firm, with name of principal, address and telephone number. C. Scope. d. Date of beginning and duration of warranty, bond, or service and maintenance contract. e. Proper procedure for Owner's personnel in case of failure. f. Instances which might affect validity of warranty or bond. 3. Provide a table of contents, neatly typed, in orderly sequence. 4. Place a copy of the equipment warranties in the Operations and Maintenance Manual for the equipment. wommuff-m- I. Prepare submittals in duplicate packets bound in 3-ring binders of commercial quality with cleanable plastic covers. 2. All materials should be 8-1/2" x 11" (larger sheets shall be folded to fit binders), punched to fit the 3-ring binders. 3. Include a cover sheet identifying each packet with the title: "WARRANTIES AND BONDS." Also list the project title and name of Contractor. C. Time of Submittals. I. For equipment or component parts of equipment put into service during progress of construction, submit documents within 10 days after inspection and acceptance. 2. Make submittals within 10 days after date of substantial completion, and prior to final request for payment. 3. For items of work where acceptance is delayed materially beyond the date of substantial completion, provide updated submittal within 10 days after acceptance, listing the date of acceptance as the start of the warranty period. D. Required Submittals. Submit warranties, bonds, service and maintenance contracts as specified in the section listed in Section 01330, Submittal Procedures. PART2-PRODUCTS Not used. 160-10049-000 01785-1 Warranties and Bonds PART3-EXECUTION Not used. a7.�i�im 160-10049-000 01785-2 Warranties and Bonds L L Southwest Pump Station City of Lubbock SECTION 01790 SPARE PARTS AND MAINTENANCE MATERIALS PART1-GENERAL 1.1 REQUIREMENTS A. Contractor shall furnish spare parts and maintenance materials as specified in the individual sections of the specifications. B. Parts and materials shall be furnished in manufacturer's unopened cartons, boxes, crates or other protective covering suitable for preventing corrosion or deterioration for the maximum length of storage, which may be - normally anticipated. They shall be clearly marked and identified. C. During construction, store all parts and maintenance materials in buildings or trailers with floor, roof and closed sides and in accordance with manufacturer's recommendations. Protect from weather, condensation and humidity. D. Parts and materials shall be delivered to the Owner upon completion of the work or when the Owner assumes beneficial occupancy. Contractor shall then place them in permanent storage rooms or areas approved by the Owner. E. Provide a letter of transmittal including the following: L Date of letter and transfer of parts and materials. 2. Contract title and number. 3. Contractor's name and address. 4. A complete inventory of the parts and material, listing the applicable specification section for each 5. A place for the Owner to sign and signify receipt of the parts and materials. F. Contractor shall be My responsible for loss or damage to parts and materials until they are transmitted to the Owner. PART2-PRODUCTS Not used. PART3-EXECUTION Not used. END OF SECTION 160-10049-000 01790-1 Spare Parts and Maintenance Materials Southwest Pump Station City of Lubbock SECTION 01795 POST FINAL INSPECTION PARTI-GENERAL 1.1 SUMMARY A. Approximately one year after the Letter of Conditional Approval has been received by the Contractor, the Owner's Representative will make arrangements with the Owner and the Contractor for a post final inspection and will send a written notification to said parties to inform them of the date and time of the inspection. B. After the inspection, the Owner's Representative will inform the Contractor of any corrections required. C. When the corrections have been satisfactorily completed, the Owner's Representative will forward a certificate for the release of bonds. PART2-PRO DUCTS Not used. PART3-EXECUTION Not used. END OF SECTION 160-10049-000 01795-1 Post Final Inspection Southwest Pump Station City of Lubbock SECTION 02080 MANHOLES PART1-GENERAL 1.1 MEASUREMENT AND PAYMENT Manholes are measured by the number completed. Payment will be based on the unit price bid for each unit. Manholes with a depth greater than 8 feet measured from the flowlines of the sewer main to the top of the manhole casting will be designated as "extra depth manholes." The extra depth will be paid for at the unit price bid per vertical foot for each foot or fraction thereof exceeding 8 feet. Such price will be full compensation to complete the manhole construction. 1.4 SUBMITTALS A. Details, including reinforcing, for each type and size of manhole required. B. Manhole covers. C. Manufacturer's technical information joint sealant. D. Submittal drawings shall be sealed by a Professional Engineer registered in the State of Texas. E. Liner Material Data PART2-PRODUCTS 2.1 PRECAST CONCRETE SECTIONS A. Where precast concrete sections are used, precast sections shall conform to the requirements of ASTM C 478 except where modified by this specification and the drawings. B. Provide risers and cones as shown on the drawings. C. Design Criteria. 1_. 1. AA.SHTO H2O truck load. 2. Active earth pressure coefficient equal to 1.0. 3. Groundwater up to finish grade. 2.2 MANHOLE COVER AND FRAME Provide model No.40-5 heavy-duty manhole cover and frame as manufactured by Western Iron Works or approved substitution. Cast the words "City of Lubbock, Texas Sanitary Sewer," on each manhole cover. 160-10049-000 02080-1 Manholes C _ s 2.3 NOT USED t 2.4 PORTABLE LADDER Provide one adjustable ladder of aluminum construction meeting all appropriate OSHA specifications. Ladder shall be adjustable to a length equal to the depth of the deepest manhole included in the work. 2.5 MANHOLE DROPS Provide manhole drops wherever pipe enters a manhole 2 feet or more above the invert of the manhole, or as shown P on the drawings. PART3—EXECUTION 3.1 EXCAVATION Excavate the pit for a manhole structure no wider than the manhole diameter plus 4 feet, allowing 2 feet around the structure. Manhole pit excavation is unclassified. 3.2 CONCRETE MANHOLES A. The manhole base may be either cast -on -site or monolithic round, precast reinforced concrete base sections. The bottom or floor of precast base sections shall have a minimum thickness of 12 inches unless shown otherwise on the plans. The bottom shall project no less than 12 inches beyond the outside walls of the base to form a flange intended to resist uplift. B. The manhole base may be either cast -on -site or monolithic round, precast reinforced concrete base sections. The bottom or floor of precast base sections shall have a minimum thickness of 12 inches unless shown otherwise on the plans. The bottom shall project no less than 12 inches beyond the outside walls of the base to form a flange intended to resist uplift, unless shown otherwise on the plans. When the base is cast monolithic with a portion of the vertical section, the reinforcing in the vertical section shall extend into the base. C. The precast concrete base shall have suitable cutouts or holes to receive all pipe and connections. The lowest edge of holes or cutouts shall be no less than 6 inches above the inside surface of the floor of the base. D. Manhole barrel sections shall have tongue -and -groove or 0-ring joints as shown on the drawings. Joints on outside of namhole shall be sealed with Conseal Joint Sealant, WrapidSeal or approved substitution. E. Where smooth exterior (i.e. steel, ductile iron or PVC) pipes are connected to the manhole base or barrel, size -on -size resilient connectors conforming to ASTM C 923 shall be used. F. When connecting concrete or cement mortar coated steel pipes, or as an option for connecting smooth exterior pipes to the manhole base or barrel, the space between the pipe and manhole wall may be sealed with an assembly consisting of a stainless steel power sleeve, stainless steel take-up clamp and a rubber gasket. The take-up clamp shall be a minimum of 9l16 inch wide. Provide PSX positive seal gasket system by Press -Seal Gasket Corporation or approved substitution. G. Manholes shall be built up so that the cover, when placed, shall be at the designated rim elevation. Not less than two precast concrete grade rings, with a thickness of not more than 12 inches each, shall be placed under the casting unless shown otherwise on the drawings. 160-10049-000 02080-2 Manholes i..:' H. Depths for the U-shaped channel(s) at the manhole bottom shall be at least half of the largest pipe diameter for pipes less than 15 inches in diameter. Depths for pipes of 15 to 24 inches in diameter shall be at least 3/4 of the ~ largest diameter pipe. The bench provided above the channel shall be sloped at a minimum of 1/2 inch per foot. 3.3 BACKFILL Excavation and backfill procedures for manholes shall conform to the requirements of Section 02317, Structural Excavation, Fill and Backfill. Backfill material shall be regular material as specified in Section 02317, unless shown otherwise on the drawings. 3.4 LEAKAGE TESTING FOR MANHOLES A. After completion of manhole construction, wall sealing, or rehabilitation, but prior to backfilling, test manholes for watertightness using hydrostatic procedures. B. Plug influent and effluent lines, including service lines, with suitably sized pneumatic or mechanical plugs. Ensure plugs are properly rated for pressures required for test; follow manufacturer's safety and installation recommendations. Place plugs a minimum of 6 inches outside of manhole walls. Brace inverts to prevent lines from being dislodged if lines entering manhole have not been backfilled. C. Hydrostatic Exfiltration Testing. 1. Hydrostatic exfiltration testing shall be performed as follows: all wastewater lines coming into the manhole shall be sealed with an internal pipe plug; then the manhole shall be filled with water and maintained full for at least one hour. The maximum leakage for hydrostatic testing shall be 0.025 gallons per foot diameter per foot of manhole depth per hour. 2. If water loss exceeds amount tabulated above, locate leaks, complete repairs necessary to seal manhole and repeat test procedure until satisfactory results are obtained. a END OF SECTION 160-10049-000 02080-3 Manholes Southwest Pump Station City of Lubbock SECTION 02233 CLEARING AND GRUBBING PART1-GENERAL PART2-PRODUCTS 2.1 EQUIPMENT AND MATERIALS The Contractor may use equipment and materials necessary to properly complete clearing and grubbing operations. PARTS -EXECUTION 3.1 PROTECTION A. Protect from damage trees, shrubs and plantings, and utilities designated to remain. Take special care not to damage trees and vegetation located outside limits of clearing and grubbing. B. Protect project benchmarks, existing structures and construction staking from damage or displacement. Upon completion of operations, Contractor shall reset any missing, disturbed or damaged monuments or staking at no cost to the Owner. C. Provide temporary fences, barricades, barriers, guards or coverings for items designated to remain to protect them from damage during operations. D. Maintain drainage sewers, inlets, swales and ditches or establish temporary site drainage system to prevent flooding or sedimentation damage to the project site, adjacent properties and receiving drainage ways and waters. E. Maintain public roadways used as haul roads during operations, and sweep such roadways free of spilled materials. Restore to previous conditions upon completion of operations. 3.2 CLEARING A. Clear trees, shrubs, grass and other vegetation from the designated areas. B. Clear undergrowth and dead wood without disturbing subsoil in areas designated for partial clearing. C. Remove rubbish, trash and other objectionable materials from the project site; haul offsite and legally dispose. D. With prior written permission of the Engineer, trees within 10 feet of drainage easements and within backslopes for interceptor ditches may be removed for construction operations. Owner shall be notified prior to removal of such trees. E. Remove grass and other surface vegetation so that remaining topsoil may be stripped and stockpiled, or the Contractor may elect to import topsoil to replace that lost during excavation in accordance with Earthwork sections. r 160-10049-000 02233-1 Clearing and Grubbing 3.3 GRUBBING A. Completely remove stumps, roots and other debris protruding through ground surface. B. Use only hand methods for grubbing inside drip line of trees designated by Owner to be left standing. C. On areas required for roadway, channel or structural excavation, remove stumps, main rootballs and root systems to a depth of 2 feet below lowest elevation of excavation. D. On areas required for embankment construction, remove stumps, main rootballs and root systems to a depth of 2 feet below ground surface. E. On areas receiving at least 3 feet of embankment material, trees may be cut off as close to natural ground as practical. 3.4 REMOVING MATERIAL A. Unless otherwise specified, cleared and grubbed material becomes property of the Contractor, to be removed from the work site or legally disposed of in manner not to damage the Owner. B. Burning of cleared and grubbed material on the Owner's property is not permitted. END OF SECTION 160-10049-000 02233-2 Clearing and Grubbing Southwest Pump Station City of Lubbock SECTION 02318 SUBGRADE AND ROADBED PART 1-GENERAL 1.1 CLASSIFICATIONS The following are brief definitions of classifications of earthwork. A. IoRsoil. Top 6 inches of natural surface soil possessing the characteristics of representative on -site soils which produce and sustain grass and other vegetative growth. B. Stripping of Ground Surface. Stripping consists of removing all vegetation, decayed vegetable matter, rubbish and other unsuitable materials located within the areas designated for grading operations. Unless otherwise designated to remain, all areas shall be stripped to ground level prior to beginning earthwork. C. Excavation. Consists of the required below -grade removal and proper utilization or disposal of every description and of whatever substances encountered within the grading limits of the project. Excavation shall be performed to the lines and grades indicated on the drawings. D. Borrow. Material taken from designated areas to make up any deficit of excavated material. E. Waste. Excavated material which is unsuitable for reuse on site or which is in excess of the materials needed for embankment operations. F. Subparade. Consists of that portion of the surface on which a compacted embankment or pavement is constructed. G. Compaction. Compaction of soil materials consists of rolling, sprinkling, tamping and otherwise working the soil to achieve a percent of Standard Proctor density as determined by the AASHTO Standard T-99 procedure. H. Embankment. Earth fill placed and compacted in successive layers to the line and grade defined by the construction plans. I. Finish Grading. Operations required for smoothing disturbed areas that are not overlaid with pavement or other structures. Finish grading consists of the final operations for bringing site grade to lines and grades shown on drawings. 1.2 MEASUREMENT A. Topsoil. Topsoil stripping shall be measured by the square yards of topsoil material measured in its original position prior to topsoil stripping and stockpiling operations. Topsoil furnishing and placement shall be measured by the number of square yards provided complete in place. B. Excavation. Excavation shall be measured in its original position and the volume computed in cubic yards by the method of average end areas. C. Embankment. Embankment shall be measured in its original position and to final line and grade with the volume computed in cubic yards by the method of average end areas. I60-10049-000 02318-1 Subgrade and Roadbed is D. Borrow. Borrow quantities are included in the bid item "Embankment." No separate payment will be t made. E. Final Grading. Final grading shall be considered incidental to earthwork operations within the contract. No separate payment shall be made. 1.3 PAYMENT Payment shall be made per unit price bid and shall be considered full compensation for securing and fiunishing all labor, equipment and materials necessary for completing earthwork operations. PART2-PRODUCTS 2.1 MATERIALS A. Embanlonent Fill. l . Obtain suitable fill material from site excavation operations or from borrow areas approved by the Engineer. 2. Suitable fill material shall meet these specifications and be sand, gravel, earth or a combination of these materials, free from excessive silts. Fill shall be well broken up and be free of clods of hard earth, rocks and stones greater than 2-inch dimension and shall be free of trash. vegetation, organic matter and corrosive or perishable material. 3. Embankment fill must have a liquid limit of 45 maximum, ASTM D 4318. 4. Embankment fill must have a plasticity index between 7 and 40, inclusive, ASTM D 4318. 5. Not more than 40 percent of the material shall pass a No. 200 sieve, ASTM D 1140. B. Topsoil. 1. Obtain topsoil from site or provide natural fertile, friable loam suitable for growths of grass and plants. 2. Topsoil shall contain decomposed vegetable matter, finely divided and minimum 4 percent by weight. 3. Topsoil shall be free from subsoil, clay, brush, weeds, rocks and dirt clods larger than 1 inch in diameter, stalks, roots and materials which would be toxic or harmful to growth. 2.2 EQUIPMENT Contractor shall furnish, operate and maintain appropriate equipment necessary to achieve uniform layers, sections and smoothness in grade and to meet specified compaction densities. Obtain approval for equipment and materials before commencing embankment work. PART3-EXECUTION 3.1 VERIFICATION OF CONDITIONS Contractor shall inform and satisfy himself as to the character, quantity and distribution of material to be excavated. A project soils report is included along with soil borings in the Geotechnical Report included in the Project Manual. 160-10049-000 02318-2 Subgrade and Roadbed 3.2 TOPSOIL REMOVAL A. Prior to excavation or embankment activities, topsoil located within clearing limits shall be stripped to depths encountered but no less than 3 inches in depth. B. Stripped topsoil shall be transported and deposited in stockpiles convenient to areas receiving topsoil. C. Topsoil shall be kept separate from other excavated materials, brush, litter, weeds, stones larger than 2 inches in diameter and other materials that would interfere with planting and maintenance operations. D. Protect stockpiled topsoil from dumping of unwanted material and dumping by the public. E. The topsoil source and stockpile areas shall be graded to drain as far as practical during the periods of removal and storage. 3.3 EXCAVATION A. Construction Methods. 1. Perform excavation of all types of materials encountered within limits of project to the lines, grades and elevations indicated in the plans. 2. All excavated materials shall be unclassified and no extra compensation shall be made based on = types of materials encountered. 3. Materials meeting specifications for embankment fill shall be used in the formation of embankments or otherwise utilized or disposed of. Unsatisfactory and/or excess materials shall be considered waste materials and disposed of per site. 4. If it is not possible to place material in the proper section of permanent construction at the time of excavation, stockpile the material in approved areas for later use. Stockpiled materials should be protected from dumping of unwanted materials and dumping by the public. B. Blasting. Use of explosives for excavation operations should not be necessary and will not be permitted. C. Drainage. During excavation, maintain grades for complete drainage. As necessary, install temporary drains or drainage swales to intercept or divert overland flow from excavated areas. D. Existing Utilities. Contractor shall field verify locations of existing utilities prior to extensive excavation t operations. While it is the intent of the construction plans to show the known locations and sizes of existing utilities, the Engineer retains no responsibility for lines not shown on construction plans or known to the Contractor prior to excavation. Contractor shall protect existing utilities from damage during excavation. Any damage to existing utilities shall be reported immediately and shall be satisfactorily repaired. 3.4 SUBGRADE UNDER PAVEMENTS After excavation is made to subgrade lines under proposed pavements, proof roll and remove soft or undesirable material to a depth of 18 inches. Replace undesirable material with select embankment fill with materials and methods as specified under this section. Stabilize and compact the subgrade in accordance with the section on Lime Stabilization of Pavement Subgrade. 3.5 TREATMENT OF NATURAL SUBGRADE UNDER EMBANKMENTS A. After clearing and grubbing and excavation to lines under proposed embankments, proof roll and remove soft or undesirable material to a depth of 18 inches. Break down sides of holes or depressions to flatten the slopes. r, 160-10049-000 02318-3 Subgrade and Roadbed t B. Fill each depression with the soil appropriate for the materials to be placed on the subgrade. Place the fill in layers moistened and compacted as specified in this section., C. After depressions have been filled and immediately before placement of compacted fill in a section of the embankment, thoroughly scarify the foundation material to a depth of 6 inches. Remove roots and debris turned up while loosening the soil. D. Compact the surface of the embankment subgrade as specified in this section. E. Take care to prepare the embankment so that planes of seepage or weak ness are not induced. Should the Engineer suspect such a deficiency, the material must be thoroughly broken and recompacted before proceeding with construction. 3.6 EMBANKMENT A. Inspection of Subgrade. Do not place fill on any part of the embankment subgrade until the subgrade preparation has been inspected by the Owner's representative. B. Spreading Fill. After dumping material, break up and spread fill material. During dumping and spreading process, remove all roots, stones and debris that are uncovered in the embankment material. Construct embankments in successive horizontal layers, extending across the entire fill area. Each layer of fill shall be no greater than 6 inches in depth and shall be uniform as to material and moisture content before compaction. Individual lifts shall be scarified after compaction to prevent development of laminations between lifts. As soon as possible after placement begins, crown the surface to drain freely and maintain such conditions .throughout construction. C. Benching. When fill is to be made and compacted against hillsides and/or existing fill, the slopes of original hillside and/or fill shall be horizontally benched to key the fill material to the underlying ground. A minimum of 6 inches normal to the original slope shall be scarified and recompacted, as the fill is brought up in layers, to ensure that the new work is constructed.on firm subgrade. This subsection applies to existing slopes having a steeper than 4:1 gradient. D. Compaction. Compact each lift to required density by blading and rolling with suitable equipment. Use mechanical tamps to obtain required density in inaccessible areas. Compact to 95 percent of maximum laboratory dry density as determined by the Standard Proctor compaction test AASHTO Test Method T99-86 (ASTM D 698-78). E. Moisture Control. Compaction shall be completed to the required maximum density obtainable with the natural moisture of the embankment material wherever possible. However, the moisture content shall not vary from the optimum, as determined by AASHTO Test Method T99-86 (ASTM D 698-78) by more than 3 percent or less than 1 percent. Adjust wetter than optimal materials by spreading and drying. This process may be assisted by discing or harrowing if necessary. Adjust dryer than optimal materials by sprinkling layer with water and working moisture into soil by harrowing or other approved method. 3.7 DISTRIBUTION OF TOPSOIL A. Preparation. 1. Prior to placing topsoil, scarify the subgrade to a depth of 2 inches to provide effective bonding of , the topsoil with the subgrade. Use a chisel plow with the chisels sets 10 inches apart. 2. Shape all areas designated for grading, including cut and fill areas, to receive a minimum of 4 inches-' of topsoil. 3. In areas that require only blading and dressing, the adequacy of existing topsoil will be determined by the Owner's representative. 160-10049-000 023184 Subgrade and Roadbed (t B. Placement. 1. Do not haul or place wet topsoil. Do not place topsoil on subgrade that is excessively wet, extremely dry, or in a condition otherwise detrimental to proper grading or proposed planting. 2. Distribute topsoil uniformly and spread evenly to an average thickness of 4 inches. Do not compact topsoil. Correct irregularities in the surface to prevent formation of depressions where water could stand. 3. Perform the spreading operation so that planting can proceed with little additional tillage or soil preparation. Leave the area smooth, suitable for lawn planting. C. Maintenance. Where any portion of the surface becomes eroded or otherwise damaged, repair the affected area to establish the condition and grade prior to topsoil placement; then replace topsoil. 3.8 FINAL GRADING A. After other work has been completed except for exactness of finish as required, roadway shoulders, slopes and ditches shall be smoothly shaped. B. Ditches and channels within right-of-way shall be cleared of debris and obstructions. C. Excess earth or other waste material adjacent to structures, poles, trees or other objects shall be leveled down or otherwise disposed of as required. D. Loose stones, rocks and boulders within project site that would fail to pass a 2-inch rung shall be removed and disposed of as required. E. Roots, trash and other debris shall be removed from Owner's controlled land and entire project site placed in a neat and presentable condition. F. = Dragging, pushing or scraping of material along or across the surface of completed pavement will not be permitted. G. Continuously maintain sections until acceptance of work. H. Finish surface not more than 0.10 feet above or below established grade or cross section. I. Finish ditches and gutters to drain readily. J. Where existing grade is disturbed in areas not marked to be graded, regrade disturbed area to original grade. 3.9 MATERIAL DISPOSAL Legally dispose of waste material without causing expense or damage to the Owner. 3.10 TESTING A. Laboratory Services. Owner shall appoint a commercial testing laboratory to assess adequacy of materials and compaction as outlined in Section 01455, Testing Laboratory Services. Contractor shall pay for all laboratory testing services associated with earthwork operations. B. Testing Requirements. 1. Prepare optimum moisture/density relationship for subgrade in accordance with AASHTO T99-86 (ASTM D 698-78). 160-10049-000 02318-5 Subgrade and Roadbed 2. Test compacted general fill embankment and backfill as follows: a. One field density test minimum for every 5000 square feet of subgrade soils in compliance with ASTM D 1556 or D 2922. b. Four random field density tests minimum of backfill at each culvert, abutment and similar locations in compliance with ASTM D 1556 or D 2927. END OF SECTION 160-10049-000 02318-6 Subgrade and Roadbed Southwest Pump Station City of Lubbock 11 SECTION 02319 EARTHWORK FOR SITE AREAS PART1-GENERAL 1.1 CLASSIFICATIONS The following are brief definitions of classifications of earthwork. A. Topsoil. Top 8 inches of natural surface soil possessing the characteristics of representative on -site soils which produce and sustain grass and other vegetative growth. B. Stripping of Ground Surface. Stripping consists of removing all vegetation, decayed vegetable matter, rubbish and other unsuitable materials located within the areas designated for grading operations. Unless otherwise designated to remain, all areas shall be stripped to ground level prior to beginning earthwork. C. Excavation. Consists of the required below -grade removal and proper utilization or disposal of every description and of whatever substances encountered within the grading limits of the project. Excavation shall be performed to the lines and grades indicated on the drawings. D. Borrow. Material taken from designated areas to make up any deficit of excavated material. E. Waste. Excavated material which is unsuitable for reuse on site or which is in excess of the materials needed for embanlonent operations. All waste material becomes property of the Contractor and shall be legally disposed of in accordance with Section 02120, Waste Material Disposal. F. Subgrade. Consists of that portion of the surface on which a compacted embankment or pavement is constructed. G. Compaction. Compaction of soil materials consists of rolling, sprinkling, tamping and otherwise working the soil to achieve a percent of Standard Proctor density as determined by the AASHTO Standard T-99 procedure. H. Embankment. Earth fill placed and compacted in successive layers to the line and grade defined by the construction plans. I. Finish Grading. Operations required for smoothing disturbed areas that are not overlaid with pavement or other structures. Finish grading consists of the final operations for bringing site grade to lines and grades shown on drawings. 1.2 MEASUREMENT A. Topsoil. Topsoil stripping shall be measured by the square yards of topsoil material measured in its original position prior to topsoil stripping and stockpiling operations. Topsoil furnishing and placement shall be measured by the number of square yards provided complete in place. B. Excavation. Excavation shall be measured in its original position and the volume computed in cubic yards by the method of average end areas. C. Embankment. Embankment shall be measured in its original position and to final line and grade with the volume computed in cubic yards by the method of average end areas. 160-10049-000 02319-1 Earthwork for Site Areas t D. Borrow. Borrow quantities are included in the bid item "Embankment." No separate payment will be made. E. Final Grading. Final grading shall be considered incidental to earthwork operations within the contract. No separate payment shall be made. PART2-PRODUCTS 2.1 MATERIALS A. Embankment Fill. r-J) 1. Obtain suitable fill material from site excavation operations or from borrow areas approved by the Engineer. 2. Suitable fill material shall meet these specifications and be non -granular (cohesive) soils free of organics and other deleterious materials. Fill shall be well broken up and be free of clods of hard earth, rocks and stones greater than 2-inch dimension and shall be free of trash, vegetation, organic matter and corrosive or perishable material. 3. Embankment fill shall have a liquid limit of 35 maximum, ASTM D 4318. 4. Embankment fill shall have a plasticity index between 5 and 15, inclusive, ASTM D 4318. 5. Not more than 40 percent of the material shall pass a No. 200 sieve, ASTM D 1140. B. Topsoil. 1. Obtain topsoil from site or provide natural fertile, friable loam suitable for growths of grass and plants. 2. Topsoil shall contain decomposed vegetable matter, finely divided and minimum 4 percent by weight. 3. Topsoil shall be free from subsoil, clay, brush, weeds, rocks and dirt clods larger than 1 inch in diameter, stalks, roots and materials which would be toxic or harmful to growth. 2.2 EQUIPMENT Contractor shall furnish, operate, and maintain appropriate equipment necessary to achieve uniform layers, sections and smoothness in grade and to meet specified compaction densities. Obtain approval for equipment and materials before commencing embankment work. PART3-EXECUTION 3.1 VERIFICATION OF CONDITIONS Contractor shall inform and satisfy himself as to the character, , and distribution of material to be excavated. A project soils report and soil borings are included in the Project Manual. 3.2 TOPSOIL REMOVAL A. Prior to excavation or embankment activities, topsoil located within clearing limits shall be stripped to a i depth of 8 inches or full depth of topsoil. B. Stripped topsoil shall be transported and deposited in stockpiles convenient to areas receiving topsoil. 160-10049-000 02319-2 Earthwork for Site Areas C. Topsoil shall be kept separate from other excavated materials, brush, litter, weeds, stones larger than 2 inches in diameter and other materials that would interfere with planting and maintenance operations. D. Protect stockpiled topsoil from dumping of unwanted material and dumping by the public. E. The topsoil source and stockpile areas shall be graded to drain as far as practical during the periods of removal and storage. 3.3 EXCAVATION A. Construction Methods. 1. Perform excavation of all types of materials encountered within limits of project to the lines, grades and elevations indicated in the plans. 2.. All excavated materials shall be unclassified and no extra compensation shall be made based on types of materials encountered. 3. Materials meeting specifications for embankment fill shall be used in the formation of embankments or otherwise utilized or disposed of. Unsatisfactory and/or excess materials shall be considered waste materials and shall be disposed of on site. 4. If it is not possible to place material in the proper section of permanent construction at the time of excavation, stockpile the material in approved areas for later use. Stockpiled materials should be protected from dumping of unwanted materials and dumping by the public. B. Blasting. Use of explosives for excavation operations should not be necessary and will not be permitted. C. Drainage. During excavation, maintain grades for complete drainage. As necessary, install temporary drains ,or drainage swales to intercept or divert overland flow from excavated areas. Ponding in the excavation and seepage from groundwater shall be removed per Section 02240, Excavation and Drainage of Excavation. 'D. Existing Utilities. Contractor shall field verify locations of existing utilities prior to extensive excavation operations. While it is the intent of the construction plans to show the known locations and sizes of existing utilities, the Engineer retains no responsibility for lines not shown on construction plans or known to the Contractor prior to excavation. Contractor shall protect existing utilities from damage during excavation. Any damage to existing utilities shall be reported immediately and shall be satisfactorily repaired. 3.4 TREATMENT OF NATURAL SUBGRADE UNDER EMBANKMENTS A. After clearing and grubbing and excavation to lines under proposed embankments, proof roll and remove soft or undesirable material to a depth of 18 inches. Break down sides of holes or depressions to flatten the slopes. B. Fill each depression with the soil appropriate for the materials to be placed on the subgrade. Place the fill in layers moistened and compacted as specified in this section. C. After depressions have been filled and immediately before placement of compacted fill in a section of the embankment, thoroughly scarify the foundation material to a depth of 6 inches. Remove roots and debris turned up while loosening the soil. D. Compact the surface of the embankment subgrade as specified in this section. E. Take care to prepare the embankment so that planes of seepage or weak ness are not induced. Should the Engineer suspect such a deficiency, the material must be thoroughly broken and recompacted before proceeding with construction. 160-10049-000 02319-3 Earthwork for Site Areas 3.5 EMBANKMENT A. Inspection of Sub rg ade. Do not place fill on any part of the embankment subgrade until the subgrade preparation has been inspected by the Owner's representative. B. Spreading Fill. After dumping material, break up and spread fill material. During dumping and spreading process, remove all roots, stones and debris that are uncovered in the embankment material. Construct embankments in successive horizontal layers, extending across the entire fill area. Each Iayer of fill shall be no greater than 6 inches in depth and shall be uniform as to material and moisture content before compaction. Individual lifts shall be scarified after compaction to prevent development of laminations between lifts. As soon as possible after placement begins, crown the surface to drain freely and maintain such conditions throughout construction. C. Benchine. When fill is to be made and compacted against hillsides and/or existing fill, the slopes of original hillside and/or fill shall be horizontally benched to key the fill material to the underlying ground. A minimum of 6 inches normal to the original slope shall be scarified and recompacted, as the fill is brought up in layers, to ensure that the new work is constructed on firm subgrade. This subsection applies to existing slopes having a steeper than 4:1 gradient. D. Compaction. Compact each lift to required density by blading and rolling with suitable equipment. Use mechanical tamps to obtain required density in inaccessible areas. Compact to 95 percent of maximum laboratory dry density as determined by the Standard Proctor compaction test.A.ASHTO Test Method T99-86 (ASTM D 698-78). E. Moisture Control. Compaction shall be completed to the required maximum density obtainable with the natural moisture of the embankment material wherever possible. However, the moisture content shall not vary from the optimum, as determined by AASHTO Test Method T99-86 (ASTM D 698-78) by more than 3 percent or less than 1 percent. Adjust wetter than optimal materials by spreading and drying. This process may be assisted by discing or harrowing if necessary. Adjust dryer than optimal materials by sprinkling layer with water and working moisture into soil by harrowing or other approved method. 3.6 DISTRIBUTION OF TOPSOIL A. Preparation. 1. Prior to placing topsoil, scarify the subgrade to a depth of 2 inches to provide effective bonding of the topsoil with the subgrade. Use a chisel plow with the chisels sets 10 inches apart. 2. Shape all areas designated for grading, including cut and fill areas, to receive a minimum of 4 inches of topsoil 3. in areas that require only bladiug and dressing, the adequacy of existing topsoil will be determined by the Owner's representative. B. Placement. 1. Do not haul or place wet topsoil. Do not place topsoil on subgrade that is excessively wet, extremely dry, or in a condition otherwise detrimental to proper grading or proposed planting. 2. Distribute topsoil uniformly and spread evenly to an average thickness of 4 inches. Do not compact topsoil. Correct irregularities in the surface to prevent formation of depressions where water could stand. 3. Perform the spreading operation so that planting can proceed with little additional tillage or soil preparation. Leave the area smooth, suitable for lawn planting. C. Maintenance. Where any portion of the surface becomes eroded or otherwise damaged, repair the affected area to establish the condition and grade prior to topsoil placement; then replace topsoil. 160-10049-000 023194 Earthwork for Site Areas i; - ' 3.7 FINAL GRADING A. After other work has been completed except for exactness of finish as required, roadway shoulders, slopes and ditches shall be smoothly shaped. B. Ditches and channels within right-of-way shall be cleared of debris and obstructions. C. Excess earth or other waste material adjacent to structures, poles, trees or other objects shall be leveled down or otherwise disposed of as required. D. Loose stones, rocks and boulders within project site that would fail to pass a 2-inch ring shall be removed and disposed of as required. E. Roots, trash and other debris shall be removed from Owner's controlled land and entire project site placed in a neat and presentable condition- F. Dragging, pushing or scraping of material along or across the surface of completed pavement will not be permitted. G. Continuously maintain sections until acceptance of work H. Finish surface not more than 0.10 feet above or below established grade or cross section. I. Finish ditches and gutters to drain readily. J. Where existing grade is disturbed in areas not marked to be graded, regrade disturbed area to original grade. 3.8 MATERIAL DISPOSAL Legally dispose of waste material without causing expense or damage to the Owner. 3.9 TESTING A. Laboratory Services. Contractor shall pay for all laboratory testing services associated with earthwork operations. B. Testing Requirements. l . Prepare optimum moisture/density relationship for subgrade in accordance with AASHTO T99-86 (ASTM D 698-78). 2. Test compacted general fill embankment and backfill as follows: a. One field density test minimum for every 5000 square feet of subgrade soils in compliance with ASTM D 1556 or D 2922. b. Four random field density tests minimum of backfill at each culvert, abutment and similar locations in compliance with ASTM D 1556 or D 2927. END OF SECTION 160-10049-000 02319-5 Earthwork for Site Areas Southwest Pump Station City of Lubbock SECTION 02320 TRENCH SAFETY SYSTEMS PART1-GENERAL 1.1 SUMMARY Work in this section shall consist of fiunishing all equipment, materials and labor for a trench safety system meeting appropriate requirements established in Occupational Safety and Health Administration (OSHA) Safety and Health Regulations, Part 1926, Subpart P - Excavations, Trenching and Shoring, as amended, including proposed rules published in Fed. Reg. (Vol. 56, No. 72), Wed., April 15, 1987. In the event of conflict of published and proposed rules, the more stringent requirement shall be used. 1.2 MEASUREMENT AND PAYMENT Measurement shall be in linear feet along the centerline of the trench protected. Depth shall be measured from natural ground to finished grade plus an allowance of 6 inches for bedding. Payment shall be the price bid for the all depths shown on the bid proposal. 1.3 SUBMITTALS Contractor shall submit trench safety system designs signed and sealed by a Licensed Professional Engineer in the State of Texas. PART2-PRODUCTS 2.1 TIMBER Trench sheeting materials shall be a minimum of 2 inches in thickness, solid and sound, free from weakening defects such as loose knots and splits. Shoring timber sizes shall not be less than that called for on the plans. 2.2 STEEL SHEET PILING A. Steel sheet piling shall conform to the appropriate sections of the following specifications: l . ASTM A 36. 2. ASTM A 307. 3. ASTM A 328. 4. ASTM A 572, Grade 50. B. Steel for stringers and cross braces shall conform to ASTM A 588. 2.3 TRENCH BOXES Portable trench boxes shall be constructed of steel conforming to ASTM A 36. Connecting bolts shall conform to ASTM A 307. Welds shall conform to requirements ofAWS Specification D1.1. 160-10049-000 02320-1 Trench Safety Systems 3.3 BACKFILL Backfill shall not be placed until the work has been inspected, tested and approved. Complete backfill to the surface of natural ground or to the lines and grades shown on drawings. Except where special materials are requested, use suitable soils from the excavation as backfill material. Do not use peat or other organic matter, silt, muck, debris or shailar materials. Deposit backfill in uniform layers and compact each layer as specified. A. Compacting Backfill. Place material in uniform layers of prescribed maximum thickness and wet or dry the material to approximately optimum moisture content. Compact with power -driven hand tampers to the Prescribed density. Place regular backfill in 6-inch maximum layers, loose measure. Compact to not less than 95 Percent of maximum soil density at optimum moisture as determined by ASTM D 698. $• Restoration. Compact backfill where trenching or excavation is required in improved areas such as Pavements, walks, and similar areas, to a condition equal to undisturbed earth, and restore surface of the area to the condition existing prior to trenching or excavating operation. 3.4 DISPOSAL OF EXCESS MATERIAL Use excess excavation material or material unsuitable for backfill in site grading. Spread and grade or remove from site as directed. 3.5 TESTING A. Laboratory Services. Contractor shall pay for all laboratory testing services associated with earthwork Operations. Et. Testing Requirements. 1. Prepare optimum moisture/density relationship for subgrade in accordance with AASHTO T99-86 (ASTM D 698-78). 2. Test compacted general fill embankment and backfill as follows: a. One field density test minimum for every 5000 square feet of subgrade soils in compliance with ASTM D 1556 or D 2922, END OF SECTION I CF1"L'A-10049-000 02323-2 Earthwork for Building Utilities`` Southwest Pump Station City of Lubbock U SECTION 02510 WATER DISTRIBUTION MAINS s PART 1-GENERAL 1.1 SUMMARY Provide new water mains including valves, valve boxes, fire hydrants, blocking, fittings and other appurtenances. 1.2 QUALITY ASSURANCE A. Manufacturers of pipe 24 inches in diameter and larger shall have a quality control program consisting of one or more of the following: 1) a quality management system certified by the American National Standards Institute (ANSI) or National Sanitation Foundation (NSF) to comply with ISO 9000, 2) a quality control program approved by the Owner, or 3) independent, third -party quality control testing and inspection of pipe produced for the project. All such quality control programs shall be paid for by the manufacturer. It is the intent of this requirement that the manufacturer will document all appropriate tests and inspection with sampling and inspection criteria, frequency of testing and inspection, date of testing and inspection and date on which every piece was manufactured. When requested by the Owner, the manufacturer will provide copies of test data and results and inspection reports withthe 'shipment of pipe for the project. Test data and results and inspection reports shall be traceable to specific pipe lots or pieces. Owner approval of the manufacturer's quality control program will expire after three years, at which time the manufacturer must present current quality control program for approval. B. The quality of materials, the process of manufacture and the finished pipe shall be subject to inspection and . rapproyal by the Engineer at the pipe manufacturing plant and at the project site prior to and during installation. Plant inspections shall be conducted at the discretion of the Owner's representative. Only manufacturers having a quality control program of the type described above will be considered as approved providers of products for this project. 1.3 MEASUREMENT A. Fire hydrants, Valves and Service Leads. Measure these items by the number of each size and type installed complete and in place. B. Water Lines. Measure water lines by the linear foot of each type and size installed complete in place. Measurement will be along the centerline of the pipe and will include all fittings incorporated in the work 1.4 PAYMENT A. Payment for fire hydrants, valves, valve boxes and service leads will be at the contract unit price. B. Payment for water lines will be at contract unit price per linear foot for the type and size specified. C. Payment for service connections will be at the contract unit price for each near -side and far -side connection by type and size specified. Payment will include all excavation backfill, corporation and meter stops, clamps, meter vault and other miscellaneous work and materials necessary for proper construction. D. No direct payment will be made for fittings, blocking, other thrust restraint, excavation, backfill, compaction and other miscellaneous work and materials necessary for proper construction of a water distribution system. These are included in the contract prices of the various component parts. 160-10049-000 02510-1 Water Distribution Mains PART2-PRODUCTS 2.1 DUCTILE IRON PIPE A. Provide ductile iron pipe manufactured in accordance with AWWA C150 and AWWA C151. Furnish centrifugally cast pipe with metal thickness based on a tensile minimum strength of 60,000 pounds per square inch, and a minimum yield strength of 42,000 pounds per square inch. Ductile iron pipe shall be Class 350 for pipe 12" in diameter and smaller, pressure rated for 350 psi working pressure and designated for Type 2 laying conditions. Ductile iron pipe shall be Class 250 14" in diameter and larger, pressure rated for 250 psi working pressure and designated for Type 2 laying conditions. B. All joints for ductile iron pipe shall be of the rubber gasket bell and spigot type, except where connecting flanged fittings, and shall otherwise conform to the base specifications to which the pipe is manufactured. The joint shall be the latest approved type of rubber gasket joint for ductile iron pipe. All joints of ductile iron piping and fitting shall be sealed with a continuous rubber gasket meeting standards specified by AWWA CI11-72 (ANSI A21.11) or its latest revision. Use Type 316 stainless steel bolts for buried joints. C. For ductile iron pipe and fittings, provide a tar coating outside and cement lining with seal coat inside in accordance with AWWA C104. D. Provide ductile iron pipe, fittings, joints and cement lining listed and approved by Underwriters Laboratories, Inc., for fire,service.and accepted without penalty by the State Board of Insurance for use in water distribution systems. E. 1 Ductile iron pipe and fittings shall be cement mortar lined in accordance with AWWA C104. Provide manufacturer's standard bituminous coating inside and outside of all ductile iron pipe and fittings. 2.2 BAR WRAPPED STEEL CYLINDER PIPE Furnish bar wrapped steel cylinder pipe in accordance with Section 02613 — Bar Wrapped Steel Cylinder Pipe. 2.3 FITTINGS A. For ductile iron pipe fittings, furnish mechanical joint, or a bolt -less, gasketed joint such as Tyton or Fastite, in accordance with AWWA C110. B. For asbestos -cement pipe fittings, provide a mechanical joint, or an O-ring gasket such as Fluid -Tice or Ring-Tite, according to the brand of pipe selected. C. Provide factory -forged, steel pipe fittings 4 inches through 24 inches conforming to AWWA C208. Furnish long radius fittings for all bends. Bevel ends for field butt welding. Provide fittings with wall thickness equal to or greater than the wall thickness of the pipe to which the fitting is to be welded. FIRE HYDRANTS A. Provide fire hydrants which conform to the requirements and tests of AWWA C502, latest revision, and these specifications. Hydrants shall be Clow Medallion, American Darling model B-84-B, Dresser style 129-09 or Mueller Centurion. B. Furnish fire hydrants of the compression -type shutoff, closing with the pressure. Valves must have collision safety construction and be dry top designed for 150 psi working pressure. Fabricate all working parts of bronze, including drain seat ring. t� 160-I0049-000 02510-2 Water Distribution Mains i_s C. Equip the barrel with a 6-inch inlet connection of all -bronze and having a self -centering drain valve. q P g g Provide the connection with two 2-1/2-inch inside diameter hose nozzles and a 4-1/2-inch pumper connection. Use National Standard threads at all connections. D. Equip all nozzles with nozzle caps securely and with cap gaskets of rubber. Other hydrant gaskets may be of rubber composition, copper asbestos, lead or impregnated fiber composition. Attach nozzle caps to the barrel with chains not less than 1/8-inch diameter. E. Provide a hydrant with bury length (the distance from the bottom of the inlet line to the ground line) of 4- 1/2 feet unless otherwise specified. F. Have the barrel joint connecting the upper and lower hydrant sections designed so that the hydrant shutoff valve will remain closed and reasonably tight against leakage in the event of an impact resulting in damage or breaking of the hydrant above or near ground level. Provide the joint with a breakable bolt flange or breakable coupling that will include a minimum of eight bolts. Provide the valve stem with a breakable stem coupling opposite the breakaway barrel. G. Provide the valve stem with a bronze sleeve and suitable seals and a travel stop. Do not expose operating threads to water. Lubricate the threads fully when opening and closing the shutoff valve from the lubricating reservoir sealed top and bottom. Equip the valve stem with a thrust bearing or lubricated thrust collar to minimize operating torque. ' H. Furnish a valve stem which opens counterclockwise. 'I. " Provide a valve stem operating nut that is nonrising, pentagonal shape, with 1-1/2 inches from point to flat and depth of 1-1/4 inches. J. All operating parts, including the valve seat, must be removable through the barrel, without digging. K. Paint fire hydrants with one coat of red lead primer and two finishing coats of alkyd paint of orange 2.4 VALVE BOXES Provide buried valves with cast iron valve boxes of the extension sleeve type suitable for depth of cover over pipe as shown. Furnish valve boxes at least 5 inches in diameter, 3/16 inch thick, with suitable cast iron bases and covers. Coat all parts of valve boxes, bases and covers by dipping in hot bituminous varnish. Provide Mueller H-10360, two-piece screw type with base, top section and cover as required, or an approved equal. Identify covers with the casting, WATER. PART3-EXECUTION 3.1 STAKING Fittings and valves shall be staked by the Contractor. 3.2 SETTING VALVES, VALVE BOXES AND FIRE HYDRANTS A. Prior to installing valves or fire hydrants, remove foreign matter from within the valves. Inspect the valves in open and closed position to verify that all parts are in satisfactory working condition. B. Install valves, valve boxes and fire hydrants where shown or as located by the Owner. Set valves and fire hydrants plumb and as detailed on drawings. Center valve boxes on valves. Locate valves away from roads or streets. Carefully tamp earth around each valve box for a minimum radius of 4 feet, or to undisturbed trench face if t 160-10049-000 02510-3 Water Distribution Mains l 1 Iess than 4 feet. Set fire hydrants 3 feet from the edge of the shoulder, at the point of curvature of the intersection ' curb radius and at such elevations that connecting pipe will not have less cover than distributing mains. C. Place a Class B concrete thrust block opposite pipe connections, set against the vertical face of the trench to prevent the hydrant from blowing off the line. If the character of the soil is such that the fire hydrant cannot be securely wedged in this manner, provide bridle rods and rod collars of not less than 3/4-inch stock protected by a coat of acid -resisting paint. D. Place at least 5 cubic feet of broken stone around the.base of the fire hydrant to ensure drainage. Compact backfill thoroughly around the hydrant to grade line. 3.3 PIPE INSTALLATION A. Preparation. 1. Use piping and materials for water mains of types specified, unless otherwise shown. 2. Do not lay pipe in water, or when trench or weather are unsuitable for work, except with permission of the Engineer. Keep water out of trench until jointing is complete. When work is not in progress, close ends of pipe and fittings securely so that no trench water, earth or other substance will enter pipes or fittings. 3. Keep the inside of the pipe free from foreign matter during operations by plugging or other approved method. 4. Place pipe so that the full length of each section rests solidly upon the pipe bed, with recesses excavated to accommodate bells and joints. Take up and relay pipe when the grade or joint is disturbed after laying. 5. Locate no joints closer than 9 feet from sanitary sewer crossovers. Where possible, lay water lines 9 feet above sewers at crossovers. 6. Where pipe ends are left for future connections, install valves, plugs or caps, as shown. 7. Handle pipe and accessories so that all pipe placed in the trench is sound and undamaged. Take particular care not to injure pipe coating. Do not place other pipe or anything else inside of pipe or fitting after coating has been applied. 8. Cut neatly, using approved type mechanical cutter without damaging pipe. Use wheel cutters when practicable. 9. Before installation, inspect pipe for defects and tap with a light hammer to detect cracks. Replace sections of pipe found to be defective, damaged or unsound, before or after laying. B. Pipe Bedding and Backfill. 1. For bedding, accurately grade the bottom of the trench 6 inches below the elevation of the normal pipe installation and limit clear space on either side of the pipe to 6 inches at and below the top of the pipe. Place and compact 6 inches of gravel in the trench before the pipe is laid. Install the pipe and place additional gravel. Compact around the pipe to a height of 6 inches above the top of pipe. Compact to a minimum density of 95 percent using AASHTO Standard Method T-99. 2. Backfill as specified in the section describing earthwork. Unless otherwise directed, use select fill for backfilling water pipe trenches which will be beneath concrete pavement. C. Placing and Laying. I. Bury water lines 12 inches and smaller and fire hydrants leads to a minimum depth of 4 feet. Bury : water lines 14 inches and larger to a minimum depth of 5 feet. 2. Do not exceed pipe manufacturer's recommendations for deflections from straight line or grade as required by vertical curves, horizontal curves, or offsets. If alignment requires deflections in excess of these limitations, finish special bends or sufficient number of shorter lengths of pipe to provide angular deflections within the limits set or approved. 160-10049-000 025I0-4 Water Distribution Mains 3. After a length of pipe is placed in the trench, hold packing material for the joint around the bottom of the spigot so that packing will enter the bell as the pipe is pushed into position, or a rubber gasket may be inserted in the bell before pushing the pipe into place. Center the spigot on the bell and push the spigot into required alignment and position. Except where necessary in making connections with other lines, lay pipe with bells facing in the direction of laying. Except at closures, position at least two lengths of pipe ahead of each joint, with packing installed and earth fill tamped alongside pipe, before joint is poured. D. Joints. 1. Install mechanical joints according to the recommendations of the manufacturer. 2. Make slip-on joints according to the recommendations of the manufacturer. E. Anchorage of Fittings. 1. Thrust Block. Anchor tees, elbows and plugs of water mains with Class B concrete thrust blocks as shown. Place blocks so that the joints will be accessible for inspection and repair. 2. Substitution. In lieu of thrust blocking on cast iron pipe, substitute push -on, locking -type joints. Provide joints such as Lok-Tyton as manufactured by the United States Pipe and Foundry Company. Equip these joints with Lok Tyton gaskets and pipe groove according to manufacturer's recommendations. 3.4 SERVICE CONNECTIONS Provide water service leads and include corporation and meter stops and meter vault installed as shown. Provide corporation and stop thread single -strap service clamps for service lead connection on 6-inch water main if asbestos cement pipe is used. Furnish a service clamp with 250 psi working pressure and include a neoprene gasket cemented in place. Make the body of malleable iron galvanized after fabrication. Provide a service clamp manufactured by the Mueller Company, Decatur, Illinois, or approved substitution. 3.5 STERILIZATION Sterilize each unit of the completed distribution system with chlorine before acceptance for domestic operation. Use not less than 100 parts of chlorine per million parts of water. Introduce chlorinating material to the water lines and distribution systems in an approved manner. If possible, flush lines thoroughly before introducing chlorinating materials. After contact period of not less than 24 hours, flush system with clean water until residual chlorine is no greater than 1.0 part per million parts of water. Open and close valves in lines being sterilized several times during contact period. 3.6 TESTING A. Hydrostatic Tests. Prior to the completion of backfill, and while joints and fittings are still exposed, test new water lines hydrostatically. Conduct hydrostatic tests in the presence of the Engineer and in an approved manner. Apply test pressure equal to normal static line pressure plus 50 psi. This pressure shall be maintained for a minimum of 2 hours, but shall not exceed 4 hours. Each valved section of pipe shall be slowly filled with water at the specified test pressure measured at the point of lowest elevation. Pressure shall be applied and maintained by means of a pump connected to the pipe in a satisfactory manner. The pump, pipe connection, and all necessary apparatus except meters shall be furnished by the Contractor, and the Contractor shall furnish all necessary Iabor for connecting the pump, meter, and gages. The water for filling and making tests on these mains may be obtained at a -' location designated by the Engineer. No charge will be made for water used for this purpose. As the line is being filled and before applying the test pressure, all air shall be expelled from the pipe. To accomplish this, taps shall be made, if necessary, at points of highest elevation. After the test, the taps shall be tightly plugged. During the time the test pressure is on the pipe, the line shall be carefully checked at regular intervals for breaks or leaks. Any joints showing appreciable leaks shall be repaired and any cracked or defective pipes or fittings shall be removed and replaced with sound material in the manner provided and the test shall be repeated until satisfactory results are obtained. 160-10049-000 02510-5 Water Distribution Mains B. Leaka eg Tests. After all defects have been satisfactorily repaired and all visible leaks stopped, a leakage test shall be made on each valved section of the lines to determine the quantity of water lost by leakage. The contractor shall furnish all labor, material, and equipment (except meters) required for making the test. The leakage shall be determined by measuring the quantity of water supplied to each valved section of the lines, during the test period, when the various sections of the lines are under pressure. No pipe installation will be accepted until or unless the leakage as determined by above test is less than the amount set forth below. The allowable leakage (gallons per hour) shall not be greater than determined by the following formula: L = (N*D*P)17400, Where L = Gallons Per Hour; D = Nominal Pipe Diameter (in.); N = Number of joints; and P = Test Pressure (psi). If individual sections show leakage greater than the limits specified above, the contractor shall at his own expense locate and repair the defective joints until the leakage is within the specified allowance. C. Bacteriological Tests. After sterilizing and flushing mains, obtain the services of an approved laboratory to gather representative samples and conduct bacteriological tests. Test results must meet Texas Department of Health requirements. Make all necessary corrections, repeat sterilization and flushing procedures, and retest affected lines if test results are not acceptable. Repeat this procedure until satisfactory results are obtained. END OF SECTION 160-10044-000 02510-6 Water Distribution Mains Southwest Pump Station City of Lubbock SECTION 02521 GATE VALVES PART1-GENERAL 1.1 MEASUREMENT A. No separate measurement will be made for gate valves 12 inches in diameter and smaller under this Section. Include measurement in accordance with Section 02510 — Water Distribution Mains. B. Measure gate valves 14 inches and larger in diameter by each type and size of valve installed. C. Measurement for 2-inch blow -off valve with box will be by each valve installed. 1.2 PAYMENT A. No separate payment will be made for gate valves 12 inches in diameter and smaller under this Section. Include payment in_accordance with Section 02510 — Water Distribution Mains. B. Payment for gate valves 14 inches and larger in diameter is on a unit price basis by each type and size of valve installed. Unit price includes the cost of required valve box. C. Payment for 2-inch blow -off valve with box is on a unit price basis for each installation. 1.3 SUBMITTALS A. All submittals shall conform to the requirements of Section 01330 — Submittal Procedures. B. Submit manufacturer's product data for proposed valves for approval. C. Provide detailed drawings of gearing mechanism for 14-inch and larger gate valves. 1.4 QUALITY CONTROL A. Submit manufacturer's affidavit that gate valves are manufactured in the United States and conform to the stated requirements of AWWA C500, AWWA C509, AWWA C515, and this Section; and that they have been satisfactorily tested in the United States in accordance with AWWA C500, AWWA C509, and AWWA C515. PART2-PRODUCTS 2.1 MATERIALS v A. Provide gate valves manufactured in accordance with AWWA C500, AWWA C509, AWWA C5I5 and additional requirements of this Section. Valves shall have non -rising stems, shall be opened by turning to the left (counter -clockwise), and shall be furnished with a 2-inch operating nut. B. If the type of valve is not indicated on Drawings, use gate valves as line valves for sizes 20 inches and smaller. When the type of valve is indicated, no substitute is allowed. 160-10049-000 02521-1 Gate Valves C. Gate valves 1-1/2 inches in diameter and smaller shall be of bronze body; 125 psig; have non -rising -stems; be of single -wedge, disc type with screwed ends. D. Gate valves 2 inches and larger shall be coated in accordance with AWWA C550. The coating shall be non -toxic, impart no taste to water, and shall function as a physical, chemical, and electrical barrier between base metal and surroundings. The coating shall be a minimum 8-mil thick, fusion bonded epoxy. Prior to assembly of valve, apply protective coating to interior and exterior surfaces of body. E. Gate valves 2 inches in diameter shall have an iron body; be double disc or resilient -seated; have a non - rising stem; 150-pound test, 2-inch square nut operating, and shall open by turning counter -clockwise. , F. Gate valves 3 inches to 12 inches in diameter shall be non -directional, standard -wall resilient seated (AWWA C509), parallel seat double disc (AWWA C500), or reduced -wall resilient seated gate valves (AWWA 1 C515) with a 200 psig pressure rating, bronze mounting, push -on bell ends with rubber joint rings, and nut -operated unless otherwise specified. Valves shall be as manufactured by Mueller, M & H, Darling, Clow, Tyler, or pre - approved substitute. Comply with following requirements unless otherwise specified on Drawings: I . Full encapsulated rubber wedge or rubber seat ring mechanically attached with minimum 304 stainless steel fasteners or screws; threaded connection isolated from water by compressed rubber around 1- opening. 2. Valve body shall be cast or ductile iron. Flange the bonnet and stuffing box together with ASTM A307 Grade B bolts. Manufacturer's initials, pressure rating, and year manufactured shall be cast in body. 3. Valve components in waterway shall contain not more than 15 percent zinc and not more than 2 percent aluminum. 4. Valve stem shall be non -rising and consist of ASTM B763 bronze, alloy number-995 with a minimum yield strength of 40,000 psi and a minimum elongation in 2-inches of 12 percent. 5. O-rings shall conform to the requirements of AWWA C500, Section 3.12.2, AWWA C509, Sections 2.2.6 and 4.8.2, or AWWA C515, Section 4.2.2.5. 6. Stem seals consist of three O-rings, two above and one below thrust collar with anti -friction washer located above thrust collar for operating torque. 7. Stem nut shall be independent or integrally cast of ASTM B62 bronze. 8. Resilient wedge shall be molded, synthetic rubber, vulcanized and bonded to cast or ductile iron wedge or attached with 304 stainless steel screws tested to meet or exceed ASTM D429 Method B. Seat against epoxy -coated surface in valve body. 9. Bolts shall conform to the requirements of AWWA C500 Section 3.4, AWWA C509 Section 4.4, or AWWA C515 Section 4.4.4. Bolts shall be stainless steel, cadmium plated, or zinc coated. 10. All parts for valves furnished must be standard and completely interchangeable with valves of the same brands. The successful bidder may be required to furnish the owner with a letter stating what type of valve he proposes to use and a letter from the manufacturer stating the parts are standard and interchangeable as herein specified. G. Gate valves 14 inches to 24 inches: Provide AWWA C515; reduced -wall, resilient seated gate valves with 250 psig pressure rating. Furnish with spur or bevel gearing. 160-10049-000 02521-2 Gate Valves x_I 1. Mount valves horizontally if proper ground clearance cannot be achieved by normal vertical installation. For horizontally mounted gate valves, provide bevel operation gear mounted vertically for above ground operation. 2. Use valve body, bonnet, wedge, and operator nut constructed of ductile iron. Fully encapsulate exterior of ductile iron wedge with rubber. 3. Ensure wedge is symmetrical and seals equally well with flow in either direction. 4. Provide ductile iron operator nut with four flats at stem connection to apply even input torque to the stem 5. Bolts shall conform to the requirements of AW WA C515, Section 4.4.4. Bolts shall be stainless steel, cadmium plated or zinc coated. 6. Provide high strength bronze stem and nut. 7. 0-rings shall conform to the requirements of AW WA C515, Section 4.2.2.5, pressure 0-rings as gaskets. 8. Provide stem sealed by three 0-rings. Top two 0-rings are to be replaceable with valve fully open at frill rated working pressure. 9. Provide thrust washers to the thrust collar for easy valve operation. H. When shown on Drawings, provide non -rising, extension stem having coupling sufficient to attach securely to operating nut of valve. Upper end of extension stem shall terminate in square wrench nut no deeper than 4 feet from finished grade or as shown on Drawings. Support extension stem with an arias attached to wall of manhole or structure that loosely holds extension stem and allows rotation in the axial direction only. 1. " Gate valves in factory mutual (fire service) type meter installations shall conform to provisions of this specification. Outside screw and yoke valves shall carry label of Underwriters' Laboratories, Inc. These valves shall be flanged, Class 125, and turn clockwise to close. J. Resilient wedge gate valve shall only be installed in a vertical position. K. Provide flanged joints when valve is connected to steel or prestressed concrete cylinder pipe. PART3-EXECUTION 3.1 INSTALLATION A. Earthwork. Conform to applicable provisions of Section 02321 — Earthwork for Site Utilities. B. Operation. Do not use valves for throttling without prior approval of manufacturer. 3.2 SETTING VALVES AND VALVE BOXES A. Remove foreign matter from within valves prior to installation. Inspect valves in open and closed positions to verify that parts are in satisfactory working condition. 160-10049-000 02521-3 Gate Valves B. Install valves and valve boxes where shown on Drawings. Set valves plumb and as detailed. Center valve boxes on valves. Carefully tamp earth around each valve box for minimum radius of 4 feet, or to undisturbed trench face when less than 4 feet. Install valves completely closed when placed in water line. C. For pipe section of each riser, use only 6 inch, ductile iron Class 51, or DRl 8 PVC pipe cut to proper length. Riser must be installed to allow complete access for operation of valve. Assemble and brace box in vertical position as indicated on Drawings. 3.3 STERILIZATION r--, Sterilize each unit of the completed distribution system in accordance with Section 02510 — Water Distribution Mains. 3.4 TESTING A. Factory Testing. Each shop assembled valve shall be given a hydrostatic test of two (2) times the rated operating pressure and during the test, air shall be injected into the body chamber of the valve to check its ability to release entrained air to the atmosphere under operating pressure. B. Hydrostatic Tests. Perform hydrostatic testing in accordance with Section 02510 —Water Distribution Mains. C. BacteriologicaI Tests. Perform bacteriological testing in accordance with Section 02510 — Water Distribution Mains. 3.5 PAINTING Coat valves located in vaults, stations, and above ground using heavy-duty machinery paint with color and type to be approved by the Engineer. Minimum of two (2) coats shall be applied with minimum of three (3) mil thickness. Apply coating in accordance with manufacturer's recommendations. END OF SECTION 160-10049-000 02521-4 Gate Valves Southwest Pump Station City of Lubbock SECTION 02522 BUTTERFLY VALVES PART1-GENERAL 1.1 MEASUREMENT AND PAYMENT Measurement and payment for butterfly valves will be on unit price basis for each type and size of valve installed. Unit price shall include the cost of required valve vault. 1.2 SUBMITTALS A. All submittals shall conform to the requirements of Section 01330 — Submittal Procedures. B. Submit manufacturer's product data for proposed valves and actuators for Engineer's approval. C. Submit manufacturer's affidavit for proposed valves and actuators certifying compliance with specifications. D. Submit manufacturer's affidavit that butterfly valves were manufactured in the United States, and conform to applicable requirements of AWWA C504 and that they have been satisfactorily tested in the United States in accordance with AWWA C504 using test pressure of 150 psi in both directions. Submit Proof -of -Design and hydrostatic testing procedure in accordance with AWWA C504. E. Submit manufacturer's affidavit that coating for interior surfaces of valves conform to applicable requirements of AWWA C550. Submit results of holiday test and thickness measurements of coatings. F. Furnish, at time of delivery, affidavit of compliance, as specified in Section 6.3 of AWWA C504 certifying compliance with applicable portion of AWWA C504 and modification of supplements herein. Furnish certified drawings and material test records by manufacturer covering items included in Section 4.3 of AWWA C504, for review. Furnish certified copies of test reports covering items in Sections 4.5.8.5.5, 4.5.8.5.8 and 5.2.1 through 5.2.4.3 of AWWA C504 for review. G. Submit data indicating maximum toque required to open valve, maximum torsional strength of shaft and torque output of actuator. H. Provide submittal information on CD-ROM in Adobe portable document format (*.PDF). 1. Include number of turns to operate valves to fully open/closed. 1.3 QUALITY CONTROL A. Perform valve leakage tests in both directions at 150 psi in factory and field. Hydrostatic field tests of 150 psi shall be made against dished head plug or similar arrangement. B. For purposes of interpreting referenced AWWA tests, the following shall apply: Shutoff pressure is 150 psi; cycle consists of rotating disc from fully opened to fully closed position, for valves larger than 72 inches, proof of design shall require 1000 cycles and shall be performed on valves greater than 72 inches of like design and construction. When proof of design tests are performed on valve delivered to job site, replace disc, bushing, shaft _y and seals with new and unused items, and test and certify as described above. 160-10049-000 02522-1 Butterfly Valves r C. Hydrostatic Testing by Manufacturer: 1. Document serial number on valve at time of testing and reflect in certified test records furnished to Engineer. Identification plate must be permanently affixed to valve and actuator prior to hydrostatic testing. 2. Hydrostatic testing to conform to AWWA C504 except as modified below: a. Install actuator prior to hydrostatic testing. Test actuator to verify actual number of turns match manufacturer's published number of turns. Verify valve stops are in correct positions. b. Fully open and close valve prior to performing shell test and prior to each leakage test. C. Perform shell test first. d. When tested with water, adequately dry seat and disc. e. When test with air, fill top of valve with water to aid in viewing possible leakage. f. Pressure Gauges: Calibrated within past 12 months; 0-500 psig range in increments of 5 psi, present calibration certificates prior to hydrostatic testing. g. If seat adjustment is required during hydrostatic testing, perform valve leakage test again in both directions. Once seat adjustment is made, fully open and fully close valve three (3) times, and repeat Ieakage test. 3. Field Testing a. When valve arrives at the job site, Contractor is to operate valve fully open and closed twice in presence of Engineer. Document number of turns to open and close each time. b. Install operator nut plumb. C. After valve is installed, repeat the operation test and document number of turns in presence of Engineer. d. Manufacturer's representative must be present to witness the operation test again at substantial walk thru. Verify valve operates fully open/closed twice at the appropriate number of turns. PART2-PRODUCTS 2.1 VALVES AND ACTUATORS A. Provide approved butterfly valves and actuators conforming to AWWA C504, except as modified and supplemented herein. B. If the type of valve is not indicated on Drawings, use butterfly valves for line valve sizes 24 inches in diameter and larger. When type of valve is specified on Drawings, no substitute will be allowed, unless otherwise approved by the Engineer. C. Butterfly valves shall be short -body or long -body lengths, flanged design and installed at locations as shown on the Drawings. Butterfly valves are for vault installation and shall be equipped with a hand wheel, a 2-inch operating nut, a locking device, and a position indicator. 160-10049-000 02522-2 Butterfly Valves ! D. Valves shall open b turning to the left (counter -clockwise). P Y g E. Provide flanged joints when valve is connected to steel or prestressed concrete cylinder pipe. F. The valves shall be designed for positive stop in the closed position. G. The valves shall be manually operated with enclosed worm gear or traveling nut operation and shall be designed to operate at a maximum torque with a maximum pull of 80 pounds. H. The design water pressure differential shall be 150 psi upstream and 0 psi downstream. I. 1 Butterfly valves and actuators (additional requirements for large diameter water lines): 1. Provide valves from approved manufacturer. All valves for a single project must be provided by the same manufacturer. 2. The valve body shall be cast iron. Flange the bonnet and stuffing box together with ASTM A307 Grade B bolts. Manufacturer's initials, pressure rating, and year manufactured shall be cast in valve body. 3. Valves larger than 72-inches in diameter design: allowable stress at rated pressure not to exceed one- third of yield strength or one -fifth of ultimate strength of material used. 4. Shaft connecting actuator to valve body must be fully enclosed. Bonnet and extension to be fully enclosed and watertight 2.2 VALVE CONSTRUCTION A. All butterfly valves shall conform to the requirements of AWWA C504, Class 150B. The valve body shall be cast iron, ASTM A126, Class B. Flanges shall conform to the requirements of ASME B 16.1, Class 125 lb. B. Discs for butterfly valves may either be cast iron or ductile iron. Valves greater than 54" in diameter must utilize flow through disc. C. Valve seat shall be fabricated from oil resistant synthetic rubber equal to Buna-N or neoprene, and may be applied to disc or body. Seats shall be mechanically secured and may not rely solely on adhesive properties of epoxy or similar bonding agent to attach seat to body. Seats on disc shall be mechanically retained by stainless steel (18-8) retaining ring held in place by stainless steel (18-8) cap screws that pass through rubber seat for added retention. When seat is on disc, seat shall be retained in position by shoulders located on both disc and stainless steel retaining ring. Mating surfaces for seats shall be type 304 or 316 stainless steel and secured to disc by mechanical means. Sprayed -on or plated mating surfaces will not be allowed. Seat must be replaceable in field for valves greater than 30 inches in diameter. Valves with segmented retaining rings will not be accepted. D. Coat interior wetted ferrous surfaces of valve, including disc, with epoxy suitable for potable water conditions. Epoxy, surface preparation, and epoxy application shall be in accordance with AWWA C550 and coating manufacturer's recommendations. Provide three coats of two -component, high -build epoxy with minimum dry film thickness of 12 mils. Provide approved epoxy coating. Coatings shall be holiday tested and measured for thickness. E. Valves 24 inches in diameter and greater require a minimum of two (2) type 316 stainless steel taper pins used for attaching valve shaft to valve disc. The use of a torque plug for the purposes of attaching valve shaft to valve disc is not permitted. Shaft bearings shall be stainless steel, bronze, nylon, or Teflon (supported by fiberglass mat or backing material with proven record of preventing Teflon flow under load) in accordance with AWWA C504. Sinter stainless steel bearing material. Design valve shaft to withstand 3 times amount of torque necessary to open valve. 1 160-10049-000 02522-3 Butterfly Valves a F. Provide self adjusting and wear compensating, full or split ring V-type, packing that is replaceable without removing actuator assembly. G. Retaining hardware for seats shall be type 304 or 316 stainless steel. Nuts and screws used with clamps and discs for rubber seats shall be held securely with locktight, or other approved method, to prevent loosening by vibration or cavitational effects. F1 H. Valve disc shall seat in position at 90 degrees to pipe axis and shall rotate 90 degrees between full -open and tight -closed position. Install valves with valve shafts horizontal and convex side of disc facing anticipated direction of flow, except where shown otherwise on Drawings. I. For valves utilizing retaining rings, tighten bolts to a uniform torque. Measure torque prior to testing valve. 2.3 VALVE ACTUATOR CONSTRUCTION: A. Provide actuators for valves with size based on line velocity of 12 feet per section and uni-directional service, and, unless otherwise shown on Drawings, equip with geared manual actuators. Provide fully enclosed and traveling -nut type or worm -gear type for valves. Provide worm -gear type for valves 24 inches in diameter and larger. B. Provide actuator designed for installation with valve shaft horizontal unless otherwise indicated on Drawings. C. Provide bonnet extensions, as required, between valve body and actuator. Space between actuator housing and valve body shall be completely enclosed so that no moving parts are exposed to soil or elements. D. Provide oil -tight and watertight actuator housings for valves, specifically designed for buried service or submerged service when located in valve vaults, and factory packed with suitable grease. E. Install valve position indicator on each actuator housing located above ground or in valve vaults. F. Indicate direction of opening of valve on exposed visible part of assembly and cast direction of open on 2- inch nut on top of valve operator extension. G. Design worm -gear or traveling -nut actuators to be self-locking and designed to transmit twice the required actuator torque without damage to faces of gear teeth or contact faces of screw or nut. 2.4 VALVE BOXES A. Provide standard valve boxes in accordance with the requirements of Section 02510 — Water Distribution Mains. PART3-EXECUTION 3.1 EARTHWORK A. Conform to applicable provisions of Section 02321— Eartbwork for Site Utilities. 3.2 SETTING VALVES AND VALVE BOXES A. Prior to hydrostatic testing of water line and valve: f I 160-10049-000 02522-4 Butterfly Valves 1. Test valve by opening and closing valve a minimum of two times to verify valve seats properly. 2. Verify number of turns from fully open to fully closed position is same as identified in manufacturer's submittal. 3. Adjust valve as required if number of turns do not match. 4. Remove foreign matter from within valves. B. Install valves and valve boxes where shown on Drawings or as located by Engineer. Use valve boxes for all butterfly valves. Set valves plumb and as detailed. Center valve boxes on valves. Carefully tamp earth around each valve box for minimum radius of 4 feet, or to undisturbed trench face when less than 4 feet. C. Avoid disturbing or overstressing valve body when installing valves. Perform field adjustment of valves under pressure to ensure shutoff occurs in number of rotations as described in valves operation and maintenance manual. D. Attach two four (4) foot lengths of pipe to each side of valve prior to installation in line. E. Submit certification that large diameter valve was installed, adjusted, and exercised in accordance with manufacturer's instructions. Manufacturer's certification shall state that all performance characteristics of large diameter valves, as installed, have been met. Adjustments made to valve, for any reason, must be made by manufacturer's representative. 3.3 STERILIZATION A. ' ' Sterilize each unit of the completed distribution system in accordance with Section 02510 — Water Distribution Mains. 3.4 TESTING A. Hydrostatic Tests. Perform hydrostatic testing in accordance with Section 02510 —Water Distribution Mains. B. Bacteriological Tests. Perform bacteriological testing in accordance with Section 02510 —Water Distribution Mains. 3.5 PAINTING Coat valves located in vaults, stations, and above ground using heavy-duty machinery paint with color and type to be approved by the Engineer. Minimum of two (2) coats shall be applied with minimum of three (3) mil thickness. Apply coating in accordance with manufacturer's recommendations. END OF SECTION 1 160-10049-000 02522-5 Butterfly Valves Southwest Pump Station City of Lubbock SECTION 02524 AIR RELEASE AND VACUUM RELIEF VALVES PART1-GENERAL 1.1 MEASUREMENT AND PAYMENT A. Payment for air release and vacuum relief valves is on unit price basis for each type and size of valve installed. B. Payment includes valve vault (when required), fittings, vent piping, bollard(s), and appurtenances necessary for complete installation of valve. 1.2 SUBMITTALS A. All submittals shall conform to the requirements of Section 01330 — Submittal Procedures. B. Submit manufacturer's product data for proposed valves for approval. 1.3 QUALITY CONTROL A. Provide manufacturer's affidavit that air release and vacuum relief valves purchased for the Work, were manufactured and tested in the United States, and conform to the requirements of this Section. PART2-PRODUCTS 2.1 DESCRIPTION A. Provide combination air valves designed to fulfill functions of air release (permit escape of air accumulated in line at high point of elevation while line is under pressure) and vacuum relief. B. Provide inlet and outlet connections, and orifice as shown on Drawings. C. The exterior of all air release and vacuum relief valves shall be painted with shop -applied primer suitable for contact with potable water. 2.2 MATERIALS A. Air release valves: Provide approved air release valves ASTM A48, Class 30, cast iron; float and leverage mechanism with body and cover, ASTM A240 or ASTM A276 stainless steel; orifice and seat, stainless steel against Buna-N or Viton mechanically retained with hex head nut and bolt. Other valve internals shall be stainless steel or bronze. B. Provide single -body standard combination valves for combination air release and vacuum relief valves as indicated on Drawings. The valve body and cover shall be designed to operate under a maximum working pressure _3 of 150 psi. Bosses for tapping pipe threads shall be cast integrally with each valve body and cover. 1. For 2-inch and 3-inch diameter, single -body valves, provide inlet and outlet size as shown on F Drawings and orifice sized for 100 psi working pressure. 160-10049-000 02524-1 Air Release and Vacuum Relief Valves The valve body, cover, and baffle shall be ASTM A48, Class 35, or ASTM A126, Grade B cast iron. The plug or poppet shall be ASTM A276 stainless steel. The float shall be ASTM A240 stainless steel. The valve seat shall be fabricated from oil resistant synthetic rubber equal to Buna-N or r Nitrile. All other valve internals shall be fabricated from bronze. 2. For 3-inch and larger diameter duplex body valves as shown on Drawings provide approved air release valve. a. Air and vacuum valve materials: body and cover, ASTM A48, Class 35, cast iron; float, ASTM A240 stainless steel; seat, Type 304, stainless steel and Buna N; other valve internals, stainless steel or bronze. b. Air release valve: Constructed as specified in paragraph above on air release valves. C. Vacuum relief valves: Provide approved air, inlet vacuum relief valves with flanged inlet and outlet connections as shown on Drawings. Provide air release valves in combination with inlet and outlet, and orifice as shown on Drawings. Valve shall open under pressure differential not to exceed 0.25 psi. Materials for vacuum relief valves: valve body, ASTM A48, Class 35, cast iron; seat and plug, ASTM B 584 bronze, copper alloy 836; spring, ASTM A313, Type 304, stainless steel; bushing, ASTM B584 bronze, copper alloy 932; retaining screws, ASTM A276, Type 304, stainless steel. PART3-EXECUTION 3.1 EARTHWORK A. Conform to applicable provisions of Section 02321— Earthwork for Site Utilities. 3.2 SETTING VALVES IN VAULTS A. Provide services of technical representative of valve manufacturer available on site during installation of valves. B. Prior to installing valves, remove foreign matter from within valves. Inspect valves in open and closed position to verify that parts are in satisfactory working condition. C. Install valves and valve vaults where indicated on Drawings or as located by Engineer. Set vaults plumb and as detailed. Center vaults on valves. Compact cement -stabilized sand around each vault for minimum radius of 4 feet, or to undisturbed trench face when less that 4 feet. Provide above -ground vents for vaults as indicated on Drawings. 3.3 STERILIZATION A. Sterilize each unit of the completed distribution system in accordance with Section 02510 — Water Distribution Mains. 3A TESTING A. Testing. Each shop assembled valve shall be given a hydrostatic test of two (2) times the rated operating pressure and during the test, air shall be injected into the body chamber of the valve to check its ability to release entrained air to the atmosphere under operating pressure. 160-10049-000 02524-2 Air Release and Vacuum Relief Valves i_ B. Hydrostatic Tests. Perform hydrostatic testing in accordance with Section 02510 — Water Distribution Mains. C. Bacteriolozical Tests. Perform bacteriological testing in accordance with Section 02510 —Water Distribution Mains. 3.5 PAINTING OF PIPING AND VALVES All surfaces of the valve shall be clean, dry and free from foreign matter before painting. All exterior and interior surfaces, except the stainless steel trim and the seating surface of the flange face shall be evenly coated with a suitable primer, or a black asphalt varnish in accordance with Federal Specification TT-V51C or Military Specification C-450-C, Type II. END OF SECTION 160-10049-000 02524-3 Air Release and Vacuum Relief Valves - Southwest Pump Station City of Lubbock SECTION 02531 SANITARY SEWERAGE PART1-GENERAL 1.1 MEASUREMENT AND PAYMENT Paragraphs of the reference specification which describe measurement and payment do not apply unless specifically referenced. Work performed under this section will be paid at unit prices for the following bid items. A. Sanitary Sewers. Includes service stubs and cast iron pipe at crossing of water mains. Measure from center of manhole to center of manhole. Payment will be at unit prices for size and depth ofpipe and will include cost of labor, material, excavation, bedding, backfill and compaction to complete construction. B. DLops and Stacks. Payment includes complete cost of excavation, backfill, materials and construction. I. Standard Size. Measure by number completed and accepted. Payment at unit price. 2. Extra Depth. Measure by vertical foot in excess of depth for standard size. Payment at unit price for extra depth in addition to unit price for standard size stacks. .. C. Cleanouts. Measure by number completed and accepted. Payment at unit price. D. Far -side Service Connections. Measure by number completed and accepted. Payment at unit price. E. Bore and Jack. Includes ductile iron pipe at crossing of water mains. Measure by linear foot ofbore. Payment will be at unit price for size of pipe installed and will include cost of labor, material and excavation to complete construction. PART2-PRODUCTS Except as otherwise specified, furnish materials according to requirements of the governing specification. 2.1 SANITARY SEWER PIPE 1. Polyvinyl Chloride Pipe (PVC). Pipe shall be manufactured according to ASTM D 2241. PVC shall be Type 1, Grade 1, manufactured from virgin plastic. Unless otherwise specified, pipe shall be SDR 26. Total allowable deflection for all PVC pipe shall be 5 percent of the base inside diameter. For the purpose of these specifications, deflection shall be defined as the reduction of vertical inside diameter. 2. Fiberglass Reinforced Plastic Pipe. Provide centrifugally cast, fiberglass -reinforced polyester pipe, fittings and joints manufactured in accordance with ASTM D 3262, ASTM D 3754 and AWWA C950. Pipe outside dimensions shall be in accordance with AWWA C151 and C950. Pipe shall have a minimum pipe stiffness of 46 psi (SN46) for non pressure service. 2.2 JOINTS A. Polyvinyl Chloride Pipe. Joint shall be factory-premolded, compression -type, vulcanized, high-grade elastomeric compound gasket joint. Joint shall meet the requirements of ASTM D 3212. Fittings for force mains shall be cast iron in accordance with AWWA CI 10, cement lined. i _- .. 160-10049-000 02531-1 Sanitary Sewage f-s B. Fiberglass Reinforced Plastic Pine. Provide fiberglass sleeve couplings that utilize elastomeric sealing gaskets made of EPDM rubber compound. Joint shall meet performance requirements of ASTM D 4161. For connections to concrete structures, provide spigot with elastomeric gasket contained in a groove. Provide the fabricated steel companion, complete with 2-1/2-inch wide seal ring for casting in wall of structure. - 2.3 CLEANOUTS Cleanouts shall be constructed as shown in the drawing details. Pipe shall be pvc, cast iron or ductile iron of a diameter as shown on the plans. 2.4 STACKS Stacks for service connections shall be provided wherever the top of the sewer is 8 feet or more below the finished grade. Stacks shall be made of the same material as the sanitary sewer and constructed as shown on the drawing details. 2.5 MANHOLE DROPS Manhole drops shall be provided wherever the invert of the influent sewer is 2 or more feet above the invert in the manhole. Drop pipe shall be of any pipe material acceptable per this section for sanitary sewer construction. The drop structure shall be encased in mortar to form on continuous structure with the manhole. .. 2.6 SERVICE CONNECTIONS The materials for all service connections shall be restricted to those herein permitted for sanitary sewer construction. Wye or tee shall be provided at point of connection where shown on the plans. PART3-EXECUTION 3.1 - PIPE BEDDING A. Provide Class A bedding as described in the reference specification, except where detailed. otherwise. B. Provide bedding as detailed for pipe placed in trenches excavated with equipment other than ladder -type trenching machine and other detailed locations where Class A bedding: is -not required. C. Bedding types AA, A and B shall conform to specifications in -Section 02321, Earthwork for Site Utilities. D: Unless otherwise specified, pipe 15-inches or less in size shall be laid-mith.Class B bedding where line lies above a 10-foot depth. E: Unless otherwise specified, -sanitary sewer pipe below a 10-fo6t.depth shall be laid with Class A bedding; F. Pipe.larger than 15 inches in size shall be laid in Class A bedding. G. ' Pipe installed between side lots shall be laid in Class AA -bedding. H. Provide Class AA bedding-fof all installation of PVC pipe. 3.2 MANHOLE DROPS Provide manhole drops wherever invert of sewer enters a manhole 2 feet or more above the manhole invert. Drop shall be constructed as shown on the drawings. i? 160-10049-000 02531-2 Sanitary Sewage t ' 3.3 SERVICE CONNECTIONS A. Locate far -side service connections and near -side service stubs as shown on the drawings. Use wyes and tees as indicated. Obtain verification from Engineer on location before actual field installation. Show actual locations of all service connections on project record drawings. B. Plug service connections after installation. Mark the location of plugged or capped end with either a No. 4 steel rod or creosote coated wood 2" x 4" brought vertically from the plug to the finished surface. A 16 penny nail shall be driven into the exposed end of the 2" x 4" marker to aid in future location. 3.4 STACKS Where the top of the sewer is 10 feet or more below grade, stacks shall be built at each wye connection to bring the connection to 8 feet below grade. Stacks shall be built according to the plan details. 3.5 CLEANOUTS Locate cleanouts as shown on the drawings. After installation, mark the location with a flagged 2" x 4" wood stake. Show the installed location of all cleanouts on project record drawings. 3.6 TESTING A. Leakage Testing. During construction, the Contractor shall perform tests as the work progresses. No more than 1000 linear feet of installed sewer shall be allowed to remain untested. After backfilling and removing debris from each section of sewer line, conduct a line acceptance test under observation of the Engineer. Test the sanitary sewer lines in strict accordance with the following leakage test using low-pressure air. If the test results indicate an unacceptable installation, locate the source of leakage, correct the defect, and retest until the installation is proven satisfactory. L Minimum Requirements for Equipment. a. Control panel b. Low-pressure air supply connected to control panel. C. Pneumatic plugs shall be of acceptable size for diameter of pipe to be tested; capable of withstanding internal test pressure without leaking or requiring external bracing. d. Air hose from control panel to: 1) Air supply. 2) Pneumatic plugs. 3) Sealed line for pressurizing. 4) Sealed line for monitoring internal pressure. 2. Test Pneumatic Plugs. Test plugs before using in actual test installation. Place one length of pipe on ground and seal at both ends with pneumatic plugs to be checked. Pressurize plugs to 25 psig; then pressurize sealed pipe to 5 psig. The plugs are acceptable if they remain in place against the test pressure without external aids. 3. Compensating for Groundwater Pressure. a. Where groundwater exists, install a capped pipe nipple at the same time the sewer line is placed. Use a 1/2-inch capped pipe nipple approximately 10 inches long. Make the installation through the manhole wall on top of the sewer line where the line enters the manhole. b. Immediately before performing the line acceptance test, remove the pipe cap, clear the pipe nipple with air pressure, and connect a clear plastic tube to pipe nipple. Support the tube vertically and allow water to rise in the tube. After the water stops rising, measure the height in feet of water over the invert of the pipe. Divide this height by 2.3 feet/psi to determine the groundwater pressure to be used in line testing. 4. Line Testing. After pneumatic plugs have been checked, place plugs in line at manholes and inflate plugs to 25 psig. Introduce low-pressure air into the sealed line until the internal air pressure reaches 4 psig 160-10049-000 02531-3 Sanitary Sewage greater than the groundwater pressure. Allow at least 2 minutes for air pressure to stabilize. If at least 3.5 € psig over groundwater pressure is maintained, disconnect the air hose from the control panel to the air supply and measure the time of the pressure drop between 3.5 and 2.5 psig above groundwater pressure. The installation is acceptable if the air loss rate does not exceed 0.003 cfin per square foot of internal pipe C_ surface with an average test pressure of 3.0 psig greater than groundwater pressure. The line between manholes is within acceptable limits if the time for the 1 psig pressure drop is not less than the time listed below for pipe sizes indicated. Pipe Diameter Minutes Pressure in Inches is Maintained 6 3.0 8 4.0 10 5.0 } 12 5.5 - 15 7.5 18 8.5 21 10.0 24 11.5 30 14.5 36 17.0 B. Test for Displacement of Sewers. 1. After the trench has been backfilled to 2 feet above the pipe and tamped as specified, check the alignment as follows. Flash a light through the sewer between manholes. Use a flashlight or reflect sunlight with a mirror. If the illuminated interior of the pipe shows poor alignment, pipe displacement or t other defects, remedy them satisfactorily. 2. Plastic pipe sizes 6 inches through 30 inches shall be tested for deflection by pulling a mandrel with an outside diameter equal to 95 percent of the base inside diameter of the pipe through the pipe after backfilling is complete. All base inside diameters for PVC pipe shall be as per pipe manufacturer's published data. a. The mandrel shall be cylindrical in shape and constructed with at least seven evenly spaced arms or prongs. Mandrels with less arms will be rejected as not sufficiently accurate. The contact �N length of the mandrel's arms shall equal or exceed the nominal diameter of the sewer to be inspected. b. The mandrel shall be hand pulled through all plastic sewer lines. Any sections of sewer not passing the mandrel shall be uncovered and the Contractor shall be re -round or replace the sewer. Repaired or replaced sewer shall be retested. C. The inspection shall be conducted no earlier than 30 days after reaching final trench backfill grade, provided that the soil has thoroughly settled throughout the entire trench. d. The Contractor shall submit drawings with complete dimensioning of the proposed mandrel device to the Engineer for review. Each mandrel, one for each diameter and specification of pipe, shall have nameplate with pertinent information, i.e. 5 percent D-3034, 8-inch diameter, SDR 35. ,- END OF SECTION 160-10049-000 02531-4 Sanitary Sewage j 'Southwest Pump Station City of Lubbock SECTION 02581 UNDERGROUND DUCT BANKS PARTI -GENERAL 1.1 RELATED WORK A. Excavation, Trenching and Backfilling for Utilities. Section 02321. B. Grounding. Section 16060. 1.2 REFERENCE STANDARDS A. ANSI C80.1- Rigid Steel Conduit - Zinc -Coated. B. ANSLUL 651- Schedule 40 and 80 Rigid PVC Conduit. C. ANSI/ACI 301 - Specifications for Structural Concrete for Buildings. D. ANSI/ASTM A 615 - Specifications for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. E. ANSi/NEMA TC 8 - Extra Strength PVC and ABS Plastic Utilities Duct for Underground Installation. F. ANSI/NEMA TC 9 - Fittings for ABS and PVC Plastic Utilities Duct for Underground Application. PART2-PRODUCTS 2.1 PLASTIC DUCTS AND FITTINGS Unless otherwise noted, provide ducts which conform to the requirements for Type DB (per NEMA TC 8). Provide fittings of the same type material as the ducts. 2.2 RIGID STEEL CONDUIT AND FITTINGS Provide rigid steel conduit risers and fittings having an exterior coating applied by hot -dipped galvanizing. 2.3 CONCRETE Provide concrete conforming to the following. A. Compressive Strength. 2500 psi at 28 days. B. Slumn. Not exceeding 6 inches. C. Aggregate Size. Maximum of 3/4 inch. D. Additive. Red ferrous oxide concrete coloring pigment mixed at the rate of 1-1/2 pounds per sack of cement 160-10049-000 02581-1 Underground Duct Banks 2.4 REINFORCING BARS Provide Grade 40 or 60 reinforcing bars. PART3-EXECUTION 3.1 LOCATION AND INSPECTION Before beginning trenching operations, stake out the proposed duct bank routing and obtain approval of the Owner/Architect/Engineer. After trenching has begun and before any ducts or conduits are placed, notify the Architect/Engineer so that the trenching and installation may be inspected. Also notify the Architect/Engineer prior to any placement of concrete for duct banks, so that he may observe the placing. 3.2 EXCAVATION AND BACKFILL A. Excavation. Excavate trenches for installation of duct banks. Form the trench bottom to follow closely the specified grade for the duct banks. B. Backfill. Trenches may be backfilled with excavated soil and supplemented as necessary with select materials. Compact the backfill and mound slightly above natural grade. C. Restoration. Restore adjacent areas disturbed by trenching or backfilling to a condition equal to the original. 3.3 PLACING OF DUCT BANKS A. Cover. Unless otherwise shown, provide a minimum 3 feet of earth cover. B. Grade. Place duct banks with a minimum grade of 4 inches per 100 feet. Grade between manholes may be from one manhole to the next manhole or from a high point between manholes. Where terminating ducts inside of buildings, always slope the grade away from building to the nearest manhole. C. Changes in Direction. Make changes in direction of runs exceeding a total of 10 degrees, either horizontal or vertical, by using long radius bends. Long radius bends must have a minimum radius of curvature of 25 feet and may be made up of one or more curved or straight sections. Manufactured bends having a minimum radius of curvature of 6 feet may be used at the ends of duct runs which are less than 100 feet in length. D. Joints. Make joints in ducts and conduits watertight, in accordance with manufacturer's recommendations. Stagger joints in adjacent ducts and conduits a minimum of 6 inches. Make joints between ducts and conduit with appropriate no -thread -to -threaded adapters. E. Spacing. Space ducts and conduits a minimum of 3 inches from adjacent ducts. Place spacers or separators on not greater than 5-foot centers. Use spacers or separators made of plastic, concrete or other suitable nonmetallic, nondecaying material. E. Termination. 1. Manholes. Where ducts terminate in manholes, use end -bell fittings unless otherwise indicated. 2. Buildings. Where ducts enter buildings 5 feet below grade or less, use end -bell fittings unless otherwise indicated. Seal around all cables to prevent moisture entry into the building, utilizing an approved encapsulating compound. 3. Unused Ducts. Plug all unused ducts utilizing expandable plugs manufactured by Condux or approved substitution. 160-10049-000 02591-2 Underground Duct Banks 3A PLACING OF CONCRETE Place concrete using chutes and tremies as necessary to limit the free drop of the mix to a maximum of 2 feet. Carefully rod or vibrate the concrete to aid uniform encasement of the ducts. Smooth the top of the pour with a float. Encase the duct in concrete with a minimum thickness of 3 inches unless otherwise indicated. 3.5 CLEANING Thoroughly clean all ducts and conduits before placing. During construction and after the duct line is completed; plug open ends of ducts and conduits to prevent the entrance of foreign matter. After the duct line has been completed, pull a flexible mandrel through each duct and conduit. The mandrel must not be less than 12 inches long with a diameter approximately 1/4 inch less than the inside diameter of the duct or conduit. After cleaning, place in each duct and conduit a 600 pound tensile strength minimum polypropylene pull Iine with a plastic tag on each end reading "Pulling Line." END OF SECTION 160-10049-000 02581-3 Underground Duct Banks Southwest Pump Station City of Lubbock SECTION 02583 ELECTRICAL MANHOLES PARTI-GENERAL 1.1 WORK INCLUDED This section covers requirements for waterline and storm sewer line manholes complete in place. 1.2 RELATED WORK A. Excavation, Trenching and Backfilling; for Utilities. Section 02221. B. Cement -Sand Backfill. Section 02227. 1.3 REFERENCE STANDARD A. American Society for Testing and Materials. 1. ASTM C478 Standard Specifications for precast Concrete Manhole Sections. 2. ASTM A615 Standard Specifications for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. 1.4 SUBMITTALS Submit the following in accordance with the requirements of the General Conditions and Division 1 - General Requirements. A. Details, including reinforcing, for each type and size of manhole required. B. Manhole covers. C. Manufacturer's technical information joint sealant. D. Manufacturer's technical information on manhole steps. E. Submittal drawings shall be sealed by a Professional Engineer registered in the State of Texas. PART2-PRODUCTS 2.1 PRECAST CONCRETE SECTIONS A. Where precast concrete sections are used, precast sections shall conform to the requirements of ASTM C478 except where modified by this specification and the drawings. B. Provide risers and cones as shown on the drawings. 160-10049-000 02583-1 Electrical Manholes C. Design Criteria. 1. AASHTO H2O truck load. 2. Active earth pressure coefficient equal to 1.0. 3. Ground water up to finish grade. D. The manhole base may be either cast -on -site or monolithic round, precast reinforced concrete base sections. The bottom or floor ofprecast base sections shall have a minimum thickness of 12 inches unless shown otherwise on the plans. The bottom shall project no less than 12 inches beyond the outside walls of the base to form a flange intended to resist uplift, unless shown otherwise on the plans. When the base is cast monolithic with a portion of the vertical section the reinforcing in the vertical section shall extend into the base. E. The precast concrete base shall have suitable cutouts or holes to receive all pipe and connections. The lowest edge of holes or cutouts shall be no less than 6 inches above the inside surface of the floor of the base. rill F. Manhole barrel sections shall have tongue -and -groove or 0-ring joints as shown on the drawings when shown on the drawings provide minimum wall thicknesses as shown. Joints shall he sealed with Neenah Foundry Company Manhole Sealant, Sylvax, Ram-Nek or approved equal. G. Where smooth exterior, i.e. steel, ductile iron or PVC pipes are connected to the manhole base or barrel, size -on -size resilient connectors conforming to ASTM C 923 shall be used. H. When connecting concrete or cement mortar coated steel pipes, or as an option for connecting smooth exterior pipes to the manhole base or barrel, the space between the pipe and manhole wall may be sealed with an assembly consisting of a stainless steel power sleeve, stainless steel take-up clamp and a rubber gasket. The take-up clamp shall be a minimum of 9/16 inch wide. Provide PSX positive seal gasket system by Press -Seal Gasket Corporation or approved equal. I. Manholes shall be built up so that the cover, when placed, shall be at the designated elevation. Not less than two precast concrete grade rings, with a thickness of not more than 12 inches each, shall be placed under the casting unless shown otherwise on the drawings. J. Depths for the U-shaped channel(s) at the manhole bottom shall be at least half of the largest pipe diameter for pipes less than 15 inches in diameter. Depths for pipes of 15 to 24 inches in diameter shall be at least 3/4 of the Iargest diameter pipe. The bench provided above the channel shall be sloped at a minimum of 1/2 inch per foot. 2.2 MANHOLE COVER AND FRAME Provide SVM 19, MOD-32" heavy-duty manhole cover and frame as manufactured by Vulcan or approved equal. PART3-EXECUTION 3.1 PRECAST CONCRETE MANHOLES Excavate the pit for a manhole structure no wider than the manhole diameter plus 4 feet, allowing 2 feet around the structure. Manhole pit excavation is unclassified. 3.2 BACKFILL Excavation and backfrll procedures for manholes shall conform to the requirements of Section 02225, Structural Excavation, Fill and Backfill. Backfill material shall be regular material as specified in Section 02225 unless shown otherwise on the drawings. 160-10049-000 02583-2 Electrical Manholes , L__ 3.3 LEAKAGE TESTING FOR MANHOLES A. After completion of manhole construction, wall sealing, or rehabilitation, but prior to backfilling, test manholes for watertightness using hydrostatic procedures. B. Plug influent and effluent lines, including service lines, with suitably -sized pneumatic or mechanical plugs. Ensure plugs are properly rated for pressures required for test; follow manufacturer's safety and installation recommendations. Place plugs a minimum of 6 inches outside of manhole walls. Brace inverts to prevent lines from being dislodged if lines entering manhole have not been backfilled. C. Hydrostatic Exfiltration Testing. 1. Hydrostatic exfiltration testing shall be performed as follows: all wastewater lines coming into the manhole shall be sealed with an internal pipe plug, then the manhole shall be filled with water and maintained full for at least one hour. The maximum leakage for hydrostatic testing shall be 0.025 gallons per foot diameter per foot of manhole depth per hour. 2. If water loss exceeds amount tabulated above, locate leaks, complete repairs necessary to seal manhole and repeat test procedure until satisfactory results are obtained. M�aZ��1i•�rZs�`���7 s., 160-10049-000 02583-3 Electrical Manholes r Southwest Pump Station City of Lubbock SECTION 02584 PRECAST UNDERGROUND PULL BOXES PART1-GENERAL 1.1 SUMMARY A. Provide precast polymer concrete boxes and covers for underground duct and conduit systems. The material consists of aggregate bonded with a polyester resin and reinforced with continuous woven glass strands. B. Installations shall be in areas where no deliberate vehicular traffic is planned. PART2-PRODUCTS 2.1 MANUFACTURERS A. Brooks Products. B. "Quazite" by Strongwell. C. Or approved substitution. 2.2 COVERS AND BOXES A. The covers and boxes shall be designed to be installed flush to grade with the cover fitting flush to the box. B. The covers shall be skid resistant and have a minimum coefficient of friction of 0.50 on the top surface for the life of the cover. Coatings will not be approved. C. The cover logo shall be recessed into the cover and shall read "Electrical" or "Control", as applicable. D. The lockdown mechanism shall be capable of withstanding a minimum torque of 30 foot-pounds. All inserts and fasteners shall be of stainless steel. E. The covers and boxes shall be capable of withstanding normal shipping and installation practices with no chipping, cracking, or loss of structural integrity. F. All boxes shall be manufactured with the use of male/female molds to ensure a consistent wall of thickness and structural strength. G. The boxes shall be a minimum of 45% nestable for ease in transportation and storage. H. The boxes and covers covered by this specification shall have minimum cover dimensions of 17 inches by 30 inches and a minimum box depth of 30 inches, unless shown otherwise. I. Provide cable support and inserts for fiber-optic and control cable bundles. 1 160-10049-000 02584-1 Precast Underground Pull Boxes 2.3 STRUCTURAL REQUIREMENTS A. Cover Vertical Load. The covers shall be designed for a static vertical load of 8,000 pounds and shall be tested, in the box, to a static load of 12,000 pounds (1.5 safety factor). The test load shall be distributed through a 10" x 10" x 1" thick steel distribution plate with a 10" x 10" x 1/2" rubber backing plate centered on the cover. The 12,000- , pound load must be cycled ten times. On the tenth cycle, the load shall be increased until failure of the cover occurs. The failure load and the cover weight shall be recorded in the test results. B. Cover Impact. Any point on the covers shall withstand a 70 ft: Ib. impact administered with a 12 lb. weight having a ACC tap (ASTM D2444) without puncturing or splitting. The test shall be performed with the cover resting on a flat, rigid surface such as a concrete slab or a one inch thick steel plate. C. Box Vertical Load. The boxes shall be designed for a static vertical load of 8,000 pounds and shall be tested, with the cover in place, to a static load of 12,000 pounds. The base shall be fully supported with a rigid material. The same loading plates shall be used as in paragraph 2.2A. Vertical load testing is required in two positions. The first position is centered on the top of the long wall of the box. The distribution plate shall be positioned so that a 5" x 10" rectangular portion of the plate is in contact with the box and cover. The second vertical load testing position shall be on a top corner of the box. The distribution plate shall be positioned so that a 7" x 7" square portion of the plate is in contact with the comer of the box and cover. The 12,000 pound test load must be cycled ten times. On the tenth cycle, the load shall be increased until failure of the box occurs. The failure load and the box weight shall be recorded in the test results. D. Box Lateral Load. The box, with the cover in place, shall be tested to withstand a lateral bearing pressure of 600 pounds per square foot to simulate soil loading. The test load shall be 600 pounds per square foot multiplied by the square footage of the longest side of the box. The box shall be supported with a suitable medium, which will conform to the shape and angle of the box sidewall (such as sand). The test load shall be applied through an 18" x 24" x 1" steel loading plate with an 18" x 24" x 1/2" backing centered on the longest side of the box. The loading plate shall bear against a suitable medium, which will evenly conform to the shape and angle of the box sidewall to ensure uniform loading. A deflection measuring device will be positioned to measure the relative deflection between the testing machine table and the inside of the loaded sidewall of the box. If a compressible medium is used for a reaction base, its deflection to yield the net deflection of the sidewall of the box. The maximum deflection at the test load must be less than 1/4" per foot of length of the box. The test load must be cycled ten times. On the tenth cycle, the load shall be increased until failure of the box occurs. The failure load and the box weight shall be recorded in the test results. The failure load must be a minimum of twice the test load. E. The permanent deflection of any surface shall not exceed 10% of the maximum allowable test load deflection. F. The test sample weight must not vary from the published product weights by more than 10%. 2.4 MATERIAL REQUIREMENTS A. The material specimen samples shall have the following characteristics: Material Compressive Tensile Designation Strength Strength Standard Weight 11,000 psi 1,700 psi Flexural Strength 7,500 psi 160-10049-000 02584-2 Precast Underground Pull Boxes r, B. The material shall be tested according to the requirements of ASTM D543, Section 7, Procedure 1, for chemical resistance, using the following chemicals in the concentrations noted: Chemical Concentrated Sodium Chloride 5% Sulfuric Acid 0.1 N Sodium Carbonate 0.1 N Sodium Sulfate 0.1 N Hydrochloric Acid 0.2 N Sodium Hydroxide 0.1 N Acetic Acid 5% Kerosene Per ASTM D543 Transformer Oil Per ASTM D543 C. The manufacturer is responsible for proof of compliance with the latest version of the following ASTM Standards. 1. ASTM D756, Procedure E, Accelerated Service Exposure. 2. ASTM G53, Recommended Practice for Operating Light B and Water -Exposure of Non -Metallic Materials (with a U.V.A. 340 bulb). 3. ASTM D570, Section 5, 6.1, 6.5, Water Absorption. 4. ASTM D790, Flexural Properties. 5. ASTM D635, Flammability Test. D. Except for the flammability test, the minimum materials acceptance criteria shall be: retention of 75% of the control specimen values for load and deflections, no more than 2% change in weight or any dimension, no visual cracking, crazing, checking, blistering, or surface pitting. For the flammability test, the burning rate must be less than 0.3 inches in length for each 0.1 inches of thickness. PART3-EXECUTION 3.1 LOCATION AND INSPECTION A. Construct pullboxes approximately where shown on the drawings. Final location may be adjusted slightly to fit actual field conditions. For locations not shown on drawings, provide pull -boxes every 100 feet in runs of direct -buried conduit. For straight runs of buried conduit, interval may be extended to 200 feet between pullboxes. Coordinate interval with conduit and conductor supplier. Do not exceed maximum pulling intervals recommended by manufacturers of fiber-optic and copper -conductor control wires. B. Before beginning excavation operations, stake out the proposed pullbox locations and obtain approval of the Engineer. 3.2 EXCAVATION AND BACKFILL i_ Perform all necessary excavation and backfill for proper installation of pullboxes. Use excavated soil for backfill and supplement as necessary with select materials. Compact all backfill and restore adjacent areas disturbed by excavation and backfilling operations to a condition equal to the original. I" 160-10049-000 02584-3 Precast Underground Pull Boxes 3.3 PLACING OF CONCRETE Set concrete formwork and place concrete reinforcement as required. After concrete has been placed and formwork has been removed, fill voids and properly patch concrete surfaces. 3.4 CLEANING Before any equipment or cable is installed, remove all dirt and debris and pump out the pullbox so that it is free of standing water. END OF SECTION 160-10049-000 02584-4 Precast Underground Pull Boxes Southwest Pump Station City of Lubbock SECTION 02613 BAR WRAPPED STEEL CYLINDER PIPE PART1-GENERAL 1.1 MEASUREMENT AND PAYMENT A. No separate payment will be made for bar wrapped steel cylinder pipe under this section. Include cost in price for water lines in accordance with Section 02510 — Water Distribution Mains. B. Maintain, on site, minimum of two 3-degree and two 5-degree grade angle adapters. Adapters are considered integral to the pipe and will be paid at the unit price when used during construction. 1.2 SUBMITTALS A. Conform to requirements of Section 01330 — Submittal Procedures. B. Submit shop drawings and certification signed and sealed by a Professional Engineer registered in the State of Texas showing the following: 1. Manufacturer's pipe design calculations. 2. Provide lay schedule of pictorial nature indicating alignment and grade, laying dimensions, welding procedures, fabrication, fitting, flange, and special details, with plan view of each pipe segment sketched, detailing pipe invert elevations, horizontal bends, welded joints, and other critical features. Indicate station numbers for pipe and fittings corresponding to Drawings. Do not start production of pipe and fittings prior to review and approval by Owner's Representative. Provide final approved lay schedule on CD-ROM in Adobe portable document format (*.PDF). 3. Include hot tapping procedure. 4. Submit certification from manufacturer that design was performed for project in accordance with requirements of this section. C. Submit inspection procedures to be used by manufacturer and for quality control and assurance for materials and welding. Submit standard repair procedures that describe in detail shop and field work to be performed. Repair defects such as substandard welds, excessive radial offsets (misalignment), pitting, gouges, cracks, etc.D. Submit following within 45 days after manufacturing of pipe and fittings: L AWWA Requirements. 2 a. Steel reports as required in AWWA C303, Section 5.2.5. b. Results of other tests of steel reinforcement required in AWWA C303, Section 5.2. 2. Test Results. a. Hydrostatic testing, acid etching, magnetic particle, and x-ray weld test reports as required. 1 160-10049-000 02613-1 Bar Wrapped Steel Cylinder Pipe b. Compressive strength (7 and 28 day) test results for each type of coating and limiting mix design. 3. Submit pipe manufacturer's certification that Bar Wrapped Steel Cylinder Pipe: a. Cylinder assembly has been hydrostatically tested at factory. b. Mortar coatings and linings were applied or allowed to cure at temperatures above 32 degrees Fahrenheit. E. Submit following for nonshrink grout for special applications: 1. Manufacturer's technical literature including specifications for mixing, placing, and curing grout. 2. Results of tests performed by certified independent testing laboratory showing conformance to ASTM C 1107, Nonshrink Grout and requirements of this specification. 3. Certification product is suitable for use in contact with potable water. F. Submit certification for welder and welding operator demonstrating their certification within past 6 months in accordance with AWWA C206. Indicate certified procedures and position each welder is qualified to perform. G. Calibrate within last 12 months for equipment such as scales, measuring devices, and calibration tools used in manufacture of pipe. Each device used in manufacture of pipe is required to have tag recording date of last calibration. Devices are subject to inspection by Owner's Representative. 1.3 EQUALITY CONTROL A. Manufacturer to have permanent quality control department and laboratory facility capable of performing inspection and testing required. Inspection procedures and manufacturing process are subject to inspection by Owner's Representative. Perform manufacturer tests and inspections required by AWWA C 303 as modified by these Specifications. Correct nonconforming conditions. 1. Cylinder and Joint Ring Assembly: a. Review mill certifications for conformance to requirements of Specifications. b. Perform physical testing of each heat of steel for conformance to applicable ASTM standards. C. Inspect physical dimensions and overall condition of joint rings and cylinder/joint ring assembly to verify compliance with requirements of AWWA C 303. Maximum allowable thickness variation of cylinder shall not be less than determined thickness. d. Test cylinder/joint ring weld for tensile strength. Test one specimen for each 500 cylinder/joint ring assemblies in addition to those tests required by AWWA C 301. e. Reject pipe with dented steel cylinders. 2. Bar Rod: a. Review mill certifications for conformance to requirements of Specifications. b. Inspect rod spacing during placement on cylinder. t 160-10049-000 02613-2 Bar Wrapped Steel Cylinder Pipe C. Test rod splices for each production run or minimum of once a week, whichever is less, for conformance with minimum strength criteria. 3. Pipe Lining Coating: a. Review mill certificates for each load of cement for conformance to ASTM C 150. b. Perform sieve analyses weekly for each source of coarse and fine aggregate for conformance to ASTM C 33. C. Inspect kiln recorder charts daily to confirm proper curing environment. d. Verify mortar thickness on each size of pipe to a tolerance of 1116s' of an inch of required thickness. e. Perform absorption tests in accordance with ASTM C 497, Method A, on cured mortar samples taken from pipes. f. Check mortar batch proportions, moisture content, and slurry application rate. Check coating thickness over wire on each pipe. g. Check physical integrity of cured mortar coating. Check cured mortar coating for soundness on every pipe in field in addition to manufacturing plant. h. Reject pipe with cracks in mortar coating exceeding 0.01 inches wide. 4. Protective Coatings: Check daily application rate and resulting dry film thickness. B. Gaskets: 1. Randomly test rubber cord for diameter, tensile strength, elongation, compression set, hardness, and specific gravity after oven aging on one out of 100 gaskets. 2. Stretch test each gasket splice to twice its unstretched length and inspect for defects. f C. Weld Testing: 1. Perform macroetching tests for complete penetration production welds on normal production weld tests. Complete joint penetration welds are defined in ANSI AWS A3.0. Verify complete joint penetration by means of macroetch of joint weld cross section. Macroetch technique in accordance with ASTM E 340. 2. Perform ultrasonic or x-ray testing of manual welds for fittings and special pipes. Perform dye penetration testing of manual lap welds for fittings and special pipes and joint ring weld onto cylinder. 3. Perform minimum of one set of weld test specimens in accordance with ANSI AWS A3.0 on each size, grade, and wail thickness at minimum of every 3,000 feet of pipe manufactured; but perform no less than one test per project by each welding machine and operator. D. Cast four standard cylinders each day for each 50 cubic yards of concrete mortar coating or portion thereof for each coating and lining mix design placed in a day. Perform compressive strength test at 28 days. No cylinder test result shall be less than 80 percent of specified strength. Reject pipe that does not meet minimum strength requirements. 160-10049-000 02613-3 Bar Wrapped Steel Cylinder Pipe 9"+ 1. Provide Portland cement; ASTM C 150, Type I or IL Provide one type of cement for entire project. ' 2. Water Absorption Test: ASTM C 497, Method A; perform on samples of cured mortar coating taken from each working shift. Cure mortar coating samples in same manner as pipe. a. Test Value: Average minimum of 3 samples taken from same working shift, no greater than 9 percent for -average value, and 11 percent for individual value. b. Test Frequency: Perform tests each working shift until conformance to absorption requirements has been established by 10 consecutive passing test results, at which time testing may be performed weekly. Resume testing for each working shift if absorption test results fail until conformance to absorption requirements if reestablished by 10 consecutive passing test results. 3. Apply one coat of primer to exposed steel parts of steel bell and spigot rings. Prior to coating, blast clean in accordance with SSPC-SP7 (Brush Off Blast Cleaning). Apply primer in accordance with manufacturer's recommendations. 4. Coat and line access inlets, service outlets, test inlets and air release/vacuum relief riser pipe with same coating and lining of water line pipe in accordance with AW WA C 303, Section 4, unless otherwise indicated on the Drawings. 5. Do not defer placing of coating of any portion of pipe length. Verify cement mortar coating thickness on each size of pipe by nondestructive method before removing pipe from coating machine. 6. Remove and replace disbanded lining or coating. Reject pipe requiring patches larger than 100 square inches or 12 inches in greater dimension. Allow no more than one patch on either lining or coating of pipe. Provide WELD-CRETE Probond Epoxy Bonding Agent ET-150, parts A and B; Sikadur 32 Hi - Mod, or approved equal bonding agent for pipe patching. H. Fittings and Specials: 1. Design fittings to same internal and external loads as straight pipe. 2. Provide fabricated bends or fittings with minimum radius oft-112 times pipe diameter. 3. Design test plugs to withstand forces generated by hydrostatic test and test pressure from either side. Do not exceed 50% or minimum yield for design stresses due to hydrostatic pressure. Assume opposite side of plug does not contain water. 4. Provide no specials less than 4 feet in length unless indicated on Drawings or approved by Owner's Representative. 5. Butt Straps for Closure Piece: Provide at locations indicated on Drawings or authorized by Owner's Representative. Minimum 12-inch wide split butt strap; minimum plate thickness equal to thinnest member being joined; fabricated from material equal in chemical and physical properties to thinnest member being joined. Permit no angular deflection at butt -strap joint. 6. Provide minimum 6-inch welded outlet for inspecting each closure section, unless access manway is within 40 feet of closure section. 7. Provide Densco petroleum based tape or approved equal for exposed portions of nuts and bolts. I. Joints: 160-10049-000 02613-6 Bar Wrapped Steel Cylinder Pipe 1. AWWA C 303 rubber-gasketed or welded bell -and -spigot type except where flanged joints are required for valves and fittings as shown on Drawings. 2. Rubber-Gasketed Joints: Single weld bell and spigot ring onto steel cylinder. In thrust areas, double weld bell and spigot onto steel cylinder. 3. Restrained Joints: Restrain joints by welding or harnessing joints. a. Design pressure: 1.5 times working pressure. b. Harnessed Joints: AWWA M9, clamp or snap ring type, except where prohibited. C. Groundwater Level: Assumed to be equal to natural ground surface. d. Provide restrained joint pipe with adequate cylinder thickness to transmit full thrust generated by internal pressure across joints. 1) Calculate distance of restrained joints based on resistance along each leg of bend with thrust based on bend angle. 2) Cylinder thickness not to be less than that defined in AWWA C303, Table 2, and minimum nominal cylinder thickness. 3) Allow cylinder thickness to reduce linearly from maximum calculated thickness to minimum thickness required by design over required length (as determined in Paragraph 2.1 J.3.d.1) of restrained joints. 4) Provide full circumferential welds at joints required to be welded. J. Use only fully circumferentially welded joints in areas considered potentially petroleum contaminated, within tunnels and under foreign pipelines. K. Pipe Flanges: AWWA C 207 for standard steel flanges of pressure class corresponding to pipe class. L. Pipe Lengths: Provide pipe sections in standard lengths with minimum length of 16 feet and maximum length of 25 feet, and as indicated on approved Shop Drawings or approved by Owner's Representative. Gasketed joints are allowed on standard lengths of pipe. Non-standard pipe lengths must be approved by Owner's Representative and joints must be welded as specified herein to achieve equal to or greater than standard pipe length before gasketed joints can be used. Internally and externally mark pipe section with durable marking to show location and pipe pressures. M. Hydrostatic Test of Cylinder: In accordance with AWWA C 303, at point of manufacture. Hold test for minimum of 2 minutes for thorough inspection of cylinder. Repair or reject cylinders revealing leaks or cracks. N. Transport fittings with end caps. Remove end caps just prior to installation. O. Transport fittings 36 inches in diameter and larger with stulls. Remove stulls after completion of backfill. P. Provide radius of curve as indicated on Drawings unless approved by Owner's Representative. Make curves and bends by deflecting joints, by use of beveled joints, or by combination of two methods, unless otherwise indicated on Drawings. Do not exceed deflection angle recommended by pipe manufacturer. Provide beveled pipe sections of standard length used in curved alignment, except when shorter sections are required to Iimit radius of curvature. In such case, provide sections throughout curve of substantially equal length. 160-10049-000 02613-7 Bar Wrapped Steel Cylinder Pipe When manufacturer straight pipe sections, manual welding is allowed for following: Q. g g P•P g � g: 1. Tack welding of coils and plates during continuous pipe making process. 2. Rewelding and repairing structural defects in plate and automatic machine welds. 3. Attaching new coil of steel to previous coil. 2.2 BAR ROD A. Conform to requirements of ASTM A 615, AWWA C 303 and this specification. B. Test foreign manufactured rod by local independent laboratory. C. Rod manufacturer is responsible for performing mechanical tests required in ASTM A615. D. Pipe manufacturer is responsible for requiring rod manufacturer to submit certified results of chemical and mechanical tests, performed by rod .manufacturer. Pipe manufacturer is responsible for performing mechanical tests, and is required to attest to such in affidavit of compliance. E. Do not use rod with visible pitting. 2.3 GROUT FOR JOINTS AND SPECIAL APPLICATION A. Joint Grout: 1. Cement Grout Mixture: One part cement to two parts of fine, sharp clean sand. Mix interior joint mortar with as little water as possible until very stiff but workable. Mix exterior joint mortar with water until it has consistency of thick cream. 2. Water: Potable water with total dissolved solids less than 1000 mg/l; ASTM D 512 chloride ions less than 100 mg/1 for slurry and mortar cure; ASTM D 1293 pH greater than 6.5. Use potable water with 250ppm limit on chlorides and sulfates. 3. Portland Cement: ASTM C 150, Type H. Provide one type of cement for entire project. 4. Sand: a. Interior joints: ASTM C 35 fine graded plaster sand. b. Exterior joints: ASTM C 33 natural sand with 100 percent passing No. 16 Sieve. 5. Mix cement grout to specific gravity of 19 lb/gallon or greater as measured by gout/slurry balance. Use balance manufactured grout/slurry balance manufactured by Baroid or approved equal. Perform test in presence of and as requested by Owner's Representative. Add additional cement grout or water to mixed cement grout to bring mix to proper moisture content or specific gravity. Discard cement grout mixed more than 20 minutes that is not at proper moisture content or specific gravity. B. Nonshrink Grout for Special Applications, Patches and Repairs. i I. Conform to requirements of ASTM C 1107, Nonshrink Grout. _ 2. Pre -blended factory -packaged material manufactured under rigid quality control. 160-10049-000 02613-8 Bar Wrapped Steel Cylinder Pipe 3. Contain non-metallic natural aggregate, be nonstaining and noncorrosive. 4. Meeting NSF 61 Standard suitable for use in contact with potable water supply. 5. Exterior: Highly flowable to fill joint wrapper without leaving voids or trapped air. Interior capable of being placed with plastic consistency. 6. Non -bleeding and non -segregating at fluid consistency. 7. Contain no chlorides or additives which may contribute to corrosion of bar wrapped steel cylinder pipe. 8. Free of gas -producing, gas -releasing agents. 9. Resist attack by oil or water. 10. Mix, place, and cure in accordance with manufacturer's recommendations. Upon 72 hours' notice, provide services of qualified representative of nonshrink grout manufacturer to aid in use of product under job conditions. 11. Mix nonshrink grout to specific gravity of 17.7 lb/gallon or greater as measured by grout/slurry balance. Use grout/slurry balance manufactured by Baroid or approved equal. Perform test in presence of and as requested by Owner's Representative. Add additional non -shrink grout to mixed non -shrink grout to bring to proper moisture content or specific gravity. Discard grout mixed more than 20 minutes that is not at proper moisture content or specific gravity. 12. Compressive strength: ASTM C 11072500 psi minimum 7-day unconfined; 5000 psi minimum 28- day unconfined. C. Finished surface of lining and interior joint to be comparable to surface rubbed with No. 16 Carborundum stone:' Rub joint mortar sufficiently to bring paste to surface, to remove depressions and projections, and to produce smooth, dense surface. Add cement to form surface paste as necessary. Leave interior with clean, neat and uniform - appearing finish. D. Joint Wrapper: Minimum width of 9 inches for 33-inch diameter and smaller; minimum width of 12 inches for diameters greater than 33-inch hemmed at edge to allow threading with minimum 5/8-inch wide steel strap. Provide minimum 6-inch wide Ethafoam strip sized, positioned, and sewn such that two circumferential edges of Ethafoam are 1-1 1h inches from outer edge of wrapper. 2.4 CATHODIC PROTECTION A. Connect each joint of pipe with bonding straps or approved devices to maintain continuity of current. Provide bonding straps free of foreign material. B. Electrically isolate water line from other connections. Use insulating type joints or non-metallic pipe unless otherwise indicated on the Drawings. C. Provide flange adapter with insulating kit as required when connecting new piping to existing piping. 2.5 INSPECTION AND SHIPPING A. Permit Owner's Representative to inspect pipes or witness pipe manufacturing. Inspection shall not relieve manufacturer of responsibilities to provide products that comply with applicable standards and these Specifications. 1 160-10049-000 02613-9 Bar Wrapped Steel Cylinder Pipe Should Owner's Representative elect not to inspect manufacturing, testing, or finished pipes, it in no way implies approval of products or tests. B. Manufacturer's Notification to Customer: Should Owner's Representative wish to see specific pipes during manufacturer process, manufacturer shall provide Owner's Representative with minimum of three (3) weeks advance notice of when and where production of those pipes will take place. C. Repair damage to pipe or protective lining per manufacture specifications before final acceptance. D. Shipping: Where required, provide pipe and fittings with sufficient interior strutting or cross bracing to prevent deflection under their own weight. - PART3-EXECUTION 3.1 INSTALLATIONS A. Conform to requirements of Section 02510 — Water Distribution Mains. Do not install pipe without approved lay schedule. B. Install pipe within six months of pipe being manufactured. C. Manufacturer shall make available services of representative, throughout project duration when deemed necessary by Owner's Representative, to advise aspects of installation including but not limited to handling, storing, cleaning and inspecting, coatings and linings repairs, and general construction methods affecting pipe. D. Bedding and Backfilling 1. Conform to requirements of Section 02321 Earthwork for Site Utilities. 2. Take necessary precautions during bedding and backfilling operations to prevent deformation or deflection of cylindrical shape of pipe by more than allowable pipe deflection. 3. Do not move trench support system (trench safety system) once bedding material is compacted. 4. Align pipe at proper grade to joint connection and do not shift after jointing operation has been completed. 5. Excavate outside specified trench section for bell holes, and for spaces sufficient to permit removal of slings. Provide bell holes at proper locations for unrestricted access to joint. Form bell holes large enough to facilitate joint wrapping and to permit visual examination of the process. Enlargement of bell holes as required or directed by Owner's Representative. Subsequent backfilling thereof shall not be considered as authorized additional excavation and backfill. Backfill bell holes and spaces to satisfaction of Owner's Representative. 6. Remove blocking after placing sufficient backfill to hold pipe in position. E. Follow nonshrink grout manufacturer's specifications for nonshrink grouting. F. Store pipe at job -site with securely -fastened plastic end caps to maintain moist pipe interior. Promptly replace damaged end caps to avoid shrinkage or cracking of cement mortar lining. Immediately replace damaged plastic end caps. Do not leave uncapped for more than 4 hours. 160-10049-000 02613-10 Bar Wrapped Steel Cylinder Pipe 3 G. Deviation of installed pipe in any one pipe section from Iine and grade shown on approved shop drawing layout shall not exceed 2 inches from grade and 3 inches from line. No deviation from line and grade at contact interfaces are allowed. H. Use adequate surveying methods, procedures and employ competent surveying personnel to ensure pipe sections are laid to line and grade and within stipulated tolerances. Measure and record, in form approved by Owner's Representative, in -place survey data for pipe laid each day and submit copy of data to Owner's Representative at end of that day. Survey data to include unique pipe number, deflection angle at pipe joint and whether beveled ends were used, invert elevation at pipe joint, deviation of joint from project line, deviation of joint from project grade, inside pipe joint lap measured at top, bottom, and at springline (each side). I. Static Electricity: t 1. Properly ground steel pipeline during construction as necessary to prevent buildup of static l _ electricity. 2. Electrically test where required after installation of pipeline is complete. 3.2 DEFLECTION A. Allowable deflection from specified diameter determined as follows: Allowable Deflection = (Di/4000, Di = nominal inside pipe diameter in inches). B. Deflection may be measured by Owner's Representative at location along pipe. Arithmetical averages of deflection are not acceptable. C. If deflection exceeds that specified, remove entire portion of deflected pipe section and install new pipe as directed by Owner's Representative at no cost to the City. 3.3 CLOSURES AND APPROVED PIPE MODIFICATIONS A. No modifications of standard pipe for closures shall be permitted in the field. No field cutting of pipe or exposure of bar wire is permitted without written approval from Owner's Representative. B. Pipe manufacturer's representative and Owner's Representative to entirely witness closures and approved pipe modification efforts. C. Provide minimum lap of 4 inches between member being joined and edge of butt strap. Weld on both interior and exterior, unless otherwise approved by Owner's Representative. D. Provide full circumferential welds on joints required to be welded. Employ independent certified testing laboratory, approved by Owner's Representative, to perform weld tests on field welds. Include cost of such testing in contract unit price for water lines. Use magnetic particle test method for lap welds or X-ray methods for butt welds, for 100 percent of joint welds. Maintain records of tests. If defective weld is revealed, repair defective weld, and retest. Use wire and flux from same manufacturer throughout entire project. E. Fill wrapper in field and allowing excess grout water to seep out. Refill wrapper as necessary. When joint mortar level has stabilized and begun to mechanically stiffen, lap Ethafoam wrapper over top of joint, and secure in place. F. Stretch test each gasket splices to twice its unstretched length and inspect for defects. L- 3.4 VISIBLE CRACKS 1 160-10049-000 02613-11 Bar Wrapped Steel Cylinder Pipe A. No visible cracks longer than 6 inches, measured to be within 15 degrees of line parallel to pipe longitudinal axis, are permitted except: 1. In surface laitance of centrifugally cast concrete, 2. In sections or pipe with steel reinforcing collars or wrappers, or 3. Within 12 inches of pipe ends. B. Repair interior lining cracks that exceed 1/16-inch (0.0625 inches) wide. C. Reject pipe with exterior coating cracks that exceed 0.01 inches wide. D. Immediately remove pipe from site if pipe has cracks exceeding limitations and cracks are not repairable. 3.5 FIELD REPAIR PROCEDURES FOR COATING/LINING A. Areas less than or equal to 6 inches in diameter: Patch honeycomb and minor defects in concrete surfaces with nonshrink grout conforming to Section 2.3 B. Use only manual or small (low pressure) air chisels to chip away mortar coating or lining. Cut out unsatisfactory material and replace with nonshrink grout, securely bonded to existing coating or lining. Finish junctures between patches and existing concrete as inconspicuous as possible. Strike off nonshrink grout flush with surrounding surface after patch has stiffened sufficiently to allow for greatest portion of shrinkage. Finish surface in accordance with lining requirements. B. Pipe with defective coating areas greater than 6 inches in diameter cannot be used. Immediately remove pipe from project. C. Reject pipe if steel cylinder is dented while making field repair. Immediately remove pipe from project END OF SECTION 160-10049-000 02613-12 Bar Wrapped Steel Cylinder Pipe Southwest Pump Station City of Lubbock SECTION 02741 ASPHALTIC CONCRETE PAVING PART1-GENERAL 1.1 SUBMITTALS Submit the design mix and test data on the proposed design mix for each type and strength of base course and surface course in the project. The design mixes shall be prepared by a certified independent testing laboratory employed and paid by the Contractor. 1.2 ENVIRONMENTAL REQUIREMENTS A. Temperature. Place no asphaltic mixture, prime or tack coat, when the air temperature is below 45°F and falling. Materials may be placed after the air temperature is above 40°F and rising. Take temperature readings in the shade away from artificial heat. Place asphaltic mixtures only when weather conditions are suitable in the opinion of the Engineer. B. Moisture. Place no asphaltic material or asphaltic concrete mixture when the receiving surface is wet with moisture or during any rain event or threat therefrom. C. Asphalt Concrete Surfacing. Measure by the square yard of the type constructed to the thickness shown on the drawings. Payment will be at the unit price bid per square yard. This price will include quarrying and finnishing all materials; heating, mixing, hauling and placing the asphaltic mixture; rolling and finishing; and all labor, tools, equipment and incidentals necessary to complete the work, except work and materials for the application of prime and tack coats. D. Deficient Base Thickness. 1. If a deficient thickness is found in an initial core of the asphalt base, additional 6-inch cores shall be taken by the Contractor, at the Contractor's expense. A minimum of three additional cores shall be taken for each 600 square yards of asphaltic base deficient in thickness. These cores shall be evenly distributed in a manner such that they represent the average asphalt base thickness of the 600-square-yard section. If the average measurement of the four or more cores is not deficient by more than 0.2 inches from the plan thickness, the thickness will be considered of satisfactory thickness and payment shall be made at the contract unit price. If the average thickness of the four or more cores is deficient more than 0.2 inches but not more than 0.75 inches from the plan thickness, an adjusted unit price as provided below will be paid for the area represented by these cores: 1" 160-10049-000 02741-1 Asphaltic Concrete Paving Asphalt Concrete Base Deficiency Deficiency in Thickness Proportional Part Determined by Cores of Contract Price Inches Allowed 0.00 to 0.20 100 percent 1 0.21 to 0.30 80 percent 0.31 to 0.40 72 percent 0.41 to 0.50 68 percent 0.51 to 0.75 57 percent 1 2. Any area of asphaltic base found deficient in thickness by more than 0.75 inches shall be removed and replaced, at the Contractor's expense, with new asphaltic base of the thickness shown on the plans. 3. No additional payment over the contract unit price will be made for any asphaltic base of a thickness exceeding that required by the plans. E. Deficient Surface Thickness. 1. If a deficient thickness is found in an initial core of the asphalt surface, additional cores shall be taken and the average thickness determined in accordance with paragraph 1.5C. The unit price shall be adjusted as follows: Asphalt Surface Course Deficiency Deficiency in Thickness Proportional Part - Determined by Cores of Contract Price Inches Allowed 0.00 to 0.20 100 percent 0.21 to 0.30 80 percent 0.31 to 0.40 72 percent 2. Any area of asphalt surface found deficient in thickness by more than 0.40 inches shall be removed L J and replaced, at the Contractor's expense, with asphalt surface of the thickness shown on the plans. Care should be taken not to damage or remove the pavement below the asphalt surface. Should damage to the pavement below the asphalt surface occur, it shall also be removed and replaced at the. Contractor's t expense. 3. No additional payment over the contract unit price will be made for any asphalt surface of a t thickness exceeding that required by the plans. PART2-PRODUCTS 2.1 MATERIALS A. Coarse Aggregate. Provide smooth gravel to crushed stone, uniform in quality throughout and free from dirt, organic or other injurious matter occurring either free or as a coating on aggregate. Aggregate must comply with ASTM C 33. Fumish rock or gravel with abrasiveness not more than 40 by weight when subjected to Los Angeles Abrasion Test (AASHTO T-96, latest revision). B. Fine Aggregate. Fumish sand or stone screenings or a combination ofboth. Aggregate shall conform to ASTM C 33. Use sand composed of sound, durable stone particles free from foams or other injurious foreign 160-10049-000 02741-2 Asphaltic Concrete Paving matter. Furnish screenings of the same or similar material ass specified for coarse aggregate. The plasticity index of P that part of fine aggregate passing the No. 40 sieve must be not more than 6 when tested by standard laboratory methods. C. Asphaltic Material. Provide moisture -free homogeneous material which will not foam when heated to 347°F, and which meets the appropriate set of the following requirements: VISCOSITY GRADE AC-10 AC-20 Test Min. Max. Min. Max. Viscosity, 140°F stokes 1000 + 200 2000 + 400 Viscosity, 275°F stokes 1.9 B 2.5 _ B Penetration, 77°F, 100 g, 5 sec. 85 B 55 B Flash Point, C.O.C.F. 450 B 450 B Solubility in trichloroethylene, percent 99.0 B 99.0 B Tests on residues from thin film oven tests: Viscosity,140°F stokes B 3000 B 6000 Ductility, 77°F, 5 cros per min., curs 70 B 50 B Spot tests Negative for all grades 1. Material shall not be cracked. 2. Grade of asphalt used will be designated by the Engineer after design tests have been made. Only one grade of asphalt will be required, after grade is determined by test design for project. 3. Asphalt material for the tack coat must be RC-250, and for the prime coat MC-70 or MC-250, and shall meet the following requirements: Grade RC-250 MC-70 MC-250 Limits Min. Max. Min. Max. Min. Max. Water, percent C 0.2 C 0.2 C 0.2 Flash Point T.O.C. deg. F 80 C 100 C 150 C Kinematic Viscosity at 140°F CST 250 400 70 140 250 500 4. Distillate shall be as follows, expressed as percent by volume of total cut -back to 680°F: RC-250 MC-70 MC-250 Min. Max. Min. Max. Min. Max. Off at 437°F 40 75 C 20 C 10 Off at 400°F 65 90 20 60 15 55 Off at 600°F 85 C 65 90 60 87 Residue from 680°F Distillation, 70 C 55 C 67 C Volume, percent 160-10049-000 02741-3 Asphaltic Concrete Paving RC-250 MC-70 MC-250 Tests on Distillation Residue Min. Max. Min. Max. Min. Max. Penetration at 100g, 5 sec., 77°F 100 150 120 250 120 250 Ductility at 77°F, 5 cm/min. cros 100 C 100* C 100* C Percent solubility in trichloroethylene, % 99 C 99 C 99 C Spot Test Negative for all grades * If penetration of residue is more than 200 and ductility at 77°F is less than 100 cm, the material will be acceptable if its ductility at 60°F is more than 100. D. Hot -Mix Asphaltic Concrete. 1. Design Mixes. Materials and design mixes will be subject to approval of the Engineer after being tested in accordance with these specifications and current State Department of Highways and Public Transportation methods, Test Method Tex-126-E or Test Method Tex-204-F, for asphalt base material, and Test Method Tex-200-F for surface courses. Design mixes and tests for density and stability are the responsibility of the Contractor and shall be made at his expense. Submit test results and certificates certifying that asphaltic materials and aggregates comply with specified requirements. 2. Density and Stability Requirements. Density % Min. Max. timum 94 99 97 E. Hot -Mix Asphaltic Concrete - Base Course. 1. Type "A" Grading Requirements for Aggregates. Sieve Size 1-1/2" 1-1/4" 7/8„ 1/2" No. 4 No. 10 No. 40 No. 80 No. 200 VMA % minimum Stability % Not Less Than 40 Percent Passing by Weight or Volume 100 95-100 70-90 50-70 30-50 20-34 5-20 2-12 1-6 11 2. Proportions for Asphaltic Material. Four to nine percent of mixture by weight is required. 9 160-10049-000 027414 Asphaltic Concrete Paving F G. Hot -Mix Asphaltic Concrete - Surface Course. 1. Type "C' Grading Requirements for Aggregates. Percent Passing by Sieve Size Weight or Volume 7/8" 100 5/8" 95-100 3/8" - 70-85 No.4 43-63 No. 10 30-40 No. 40 10-25 No. 80 3-13 No. 200 1-6 VMA % minimum 13 2. Proportions for Asphaltic Material. Four to nine percent of mixture by weight is required. Hot -Mix Asphaltic Concrete - Fine Graded Mixture, Type F. i. Grading Requirements for Aggregates. Percent Passing by Sieve Size Weight or Volume 3/8" 100 1/4" 95-100 No. 10 32-42 No. 40 9-24 No. 80 3-13 No. 200 1-6 VMA % minimum 15 2. Proportions for Asphaltic Material. Four to nine percent of mixture by weight is required. PART3-EXECUTION 3.1 PRIME COAT Apply with an approved sprayer. Thoroughly clean stabilized subgrade and apply prime coat of MC-70 or MC-250 at uniform rate, as shown. 3.2 TACK COATS Apply with an approved sprayer. Thoroughly clean asphaltic base course or concrete surface and apply tack coat of RC-250 at a uniform rate. 160-10049-000 02741-5 Asphaltic Concrete Paving F, 3.3 LAYING . A. Placement. Haul the asphaltic concrete mixture, which has been heated and prepared as specified, to the project in tight vehicles previously cleaned of foreign material. The mixture shall be at a temperature between 200°F and 350°F when laid. The Engineer will determine the lowest acceptable temperature; a variance of 30 degrees F upward will be allowed. Spread the material into place with approved mechanical finishing machine of screening or tamping type. Use a track -mounted finish machine to place the base course directly on an earth subgrade. B. Base Course Material. Base courses which are 4 inches or greater in thickness shall be placed in two or more layers. Each layer shall have a compacted thickness less than 4 inches. Spread base course materials in such a manner that when compacted, the finished course will be smooth, of uniform density, and will be to section, line and grades as shown. C. Surface Course Material. A surface course 2 inches or less in thick ness may be spread in one lift. Spread all lifts in such a manner that when compacted, the finished course will be smooth, of uniform density, and will be to section, line and grade as shown. D. Laying in Restricted Areas. If use of a paver is impractical, asphalt base and surface courses may be spread and finished by hand. Use wood or steel forms, rigidly supported to assure correct grade and cross section. Carefully place materials to avoid segregation of the mix. Broadcasting of the material will not be permitted. Any lumps that do not break down readily shall be removed. Put down asphalt courses in the same sequence as if placed by machine. 3.4 ROLLING A. Begin rolling while pavement is still hot and as soon as it will bear the roller without undue displacement or hair cracking. To prevent adhesion of surface mixture to the roller, keep wheels properly moistened with water. Excessive use of water will not be permitted. B. Compress the surface thoroughly and uniformly, first with power -driven, 3-wheel, or tandem rollers weighing from 8 to 10 tons. Obtain subsequent compression by starting at the side and rolling longitudinally toward the center of the pavement, overlapping on successive trips by at least one-half width of the rear wheels. Make alternate trips slightly different in length. Continue rolling until no further compression can be obtained and all rolling marks are eliminated. C. Use a tandem roller for the final rolling. Double coverage with an approved pneumatic roller on asphaltic concrete surface is acceptable after flat wheel and tandem rolling has been completed. 3.5 HAND TAMPING Along walls, curbs, headers and similar structures, and in all locations not accessible to rollers, compact the mixture thoroughly with a vibrating plate compactor. 3.6 CONSTRUCTION JOINTS Place courses as nearly continuously as possible. Pass the roller over unprotected ends of freshly laid mixture only when the mixture has become chilled. When work is resumed, cut back the laid material to produce a slightly beveled edge for the full thickness of the course. Remove old material which has been cut away and lay the new mix against the fresh cut. 160-10049-000 02741-6 Asphaltic Concrete Paving i - 3.7 FIELD QUALITY CONTROL A. Surface Tests. The completed surface, when tested with a 16-foot straightedge laid parallel to the center _ line of the pavement, shall show no deviation in excess of 1/16 inch per foot from the nearest point of contact. The maximum ordinate measured from the face of the straightedge must not exceed 1/4 inch at any point. Furnish approved templates for checking subgrade in finished sections. The strength and rigidity of templates shall be such that if a support is transferred to center, no deflection in excess of 1/8 inch will be observed. B. Densi Asphaltic concrete shall be placed and compacted to contain from 3 to 7 percent air voids. The percent air voids will be calculated using the maximum theoretical specific gravity of the mixture determined according to Test Method Tex-227-F. Roadway specimens, which shall be either cores or sections of asphaltic pavement, will be tested according to Test Method Tex-207-F. The nuclear -density gauge or other methods which correlate satisfactorily with results obtained from project roadway specimens may be used when approved by the Engineer. Unless otherwise shown on the plans, the Contractor shall be responsible for obtaining the required roadway specimens at his expense and in a manner and at locations selected by the Engineer. C. Defective Pavement. Recompact pavement sections not meeting specified densities or replace them with new asphaltic concrete material. Replace with new material sections of surface course pavement not meeting surface test requirements or having an unacceptable surface texture. Patch asphalt pavement sections in accordance with procedures established by the Asphalt Institute. At no change in the contract sum, replace asphalt pavement sections which did not meet the specifications. D. Thickness. Drill core samples of asphalt base course or asphalt surface course at locations designated by the Engineer to measure thickness. Drill a minimum of one 6-inch core for each 600 square yards of pavement. Where asphalt surface is placed over concrete pavement, the same core may be used to determine both asphalt surface course thickness and concrete pavement thickness. END OF SECTION I60-10049-000 02741-7 Asphaltic Concrete Paving ,__ v.., �...._.....� ��_._.....,„ rr,���...�.,, .�,�m .,��...�, _..�,..�. �......... ....._.. �,.W......._..�� _._.._..w� I Southwest Pump Station City of Lubbock SECTION 02751 PORTLAND CEMENT CONCRETE PAVEMENT PART1-GENERAL 1.1 I� C. MEASUREMENT AND PAYMENT Determining Pavement Thickness. 1. Determine pavement thickness by measuring cores taken at points selected by the Engineer. At least one 6-inch diameter core will be taken for each 500 square yards of pavement. The Owner will pay for these initial cores. 2. If a deficient thickness is found in an initial core, additional 6-inch diameter cores must be taken along the length of pavement in each direction from the identified point of deficient thickness. Take the additional cores at 10-foot intervals until cores are obtained which measure the designated thickness. The cost of additional cores to determine area of deficient thickness will be paid for by the Contractor. Pavement Meeting or Exceeding Designated Thickness. 1. For pavement constructed to the designated thickness, measure by the square yard of completed and accepted pavement. Measure from back to back of curbs. Payment will be made at the unit price bid per square yard. 2. No additional payment over the contract unit price will be made for pavement exceeding the designated thickness. Pavement Less Than the Designated Thickness. 1. Pavement within 1/4-inch of the designated thickness will be considered of satisfactory thickness. Payment will be made at the unit price bid per square yard. 2. Pavement which is between 1/4-inch and 1/2-inch less than the designated thickness will be considered as deficient thickness and will be paid for at an adjusted unit price. The adjusted unit price will bear the same ratio to the contract unit price as the square of the actual average thickness bears to the square of the designated thickness. The length of the area of deficient thickness will be as determined from additional cores. The width of the area will be the entire width of the pavement within the length thus determined. 3. Pavement which is between 1/2-inch and 3/4-inch less than the designated thickness will be considered as unsatisfactory thickness. No payment will be made for pavement of unsatisfactory thickness. The area of unsatisfactory thickness will be determined by the same method as used to determine the area of deficient thickness. The pavement may be left in place if the Contractor relinquishes any claim for compensation for the area with unsatisfactory thickness. The Contractor may chose to remove the pavement and replace it with pavement of the designated thickness for which pavement,will be made as specified. No reimbursement will be granted for removing pavement of unsatisfactory thickness. 4. Pavement which is not within 3/4-inch of the designated thickness is considered as unacceptable thickness. No payment will be made for pavement with unacceptable thickness. The area of unacceptable thickness will be determined as the same method as used to determine the area of deficient thickness. Pavement of unacceptable thickness may not be left in place; remove and replace it with pavement of the designated thickness for which payment will be made as specified. No reimbursement will be granted for removing pavement of unacceptable thickness. .3 1 160-10049-000 02751-1 Portland Cement Concrete Pavement i t J D. Driveway Turnouts. Each driveway turnout will be measured by the square yard of surface area for the completed and accepted turnouts. Payment will be at the unit price bid per square yard. E. Paving Headers. No separate payment will be made for concrete pavement headers. Include the cost of paving headers in the contract prices for work of which headers are a part. 1.2 HANDLING AND STORAGE A. Do not mix different classes of aggregate without prior written permission of the Engineer. B. The class of aggregate being used can be changed before or during the job with proper notice. The new class must meet specifications. C. Segregated.aggregate will be rejected. Before using aggregate whose particles are separated by size, mix 1- them uniformly to grading requirements. D. Aggregates mixed with dirt, weeds or foreign matter will be rejected. LA E. Do not dump or store aggregate in the roadbed. PART2-PRODUCTS 2.1 MATERIALS A. Portland Cement. 1. Sample and test cement to verify compliance with Standards of ASTM C 150, Type I or ASTM C 175, Type M. 2. Bulk cement which meets referenced standards may be used if the method of handling is approved by the Engineer. When using bulk cement, provide satisfactory weighing devices. B. Water. Furnish clean, drinkable water free from injurious amount of oils, acids, alkalis or other deleterious substances. C. Coarse Aggregate. Provide crushed stone or gravel which is clean, hard, durable and well graded within specified limits. When tested by standard laboratory methods, coarse aggregate must conform to the following requirements: 1. The maximum percentage by weight of deleterious substances must not exceed the following values: Constituents Percent L3y Weight Removed by decantation 4.0 Shale 0.25 Clay lumps 0.25 r Soft fragments 3.0 Other local deleterious substances, such as friable pieces 3.0 The sum of the percentages of above constituents shall not exceed 5.0- 2. Furnish coarse aggregate worn no more than 45 percent when tested according to AASHTO T96. i i 160-10049-000 02751-2 Portland Cement Concrete Pavement r 3. Conform to the following grading requirements for aggregate tested on a standard square -opening sieve. Sieve 2-1/2 inches 1-3/4 inches 3/4 inch No. 4 Percent Retained 0 0 to 20 25 to 65 95 to 100 D. Fine Aggregate. Provide washed sand having clean, hard, durable grains, well graded from coarse to fine. The sand must be free from soft or flaky particles or other injurious matter. When tested by standard laboratory methods, fine aggregate must conform to the following requirements: I . Conform to the following grading requirements for aggregates tested on standard sieve. Screen or Sieve Percent Retained By Weight 3/8 inch screen 0 114 inch screen 0 to 5 20 mesh sieve 15 to 50 100 mesh sieve 85 to 100 2. Weight removed by elutriation test must be not more than 2 percent. 3. When subjected to color test for organic impurities, fine aggregate must not show color darker than standard color. E. - Mineral Filler. The addition of stone dust, sand, or crushed (oyster) shell dust of acceptable quality and cleanliness may be required as mineral filler to improve workability or plasticity of concrete mixture. When mineral filler is used, it must be batched and weighted separately. Filler may be used in amounts not to exceed 15 percent of weight of fine aggregate. When tested with standard laboratory sieves, mineral filler must meet the following requirements. Passing 30 mesh sieve 95 to 100 percent Passing 200 mesh sieve 50 to 100 percent F. Reinforcing Steel. 1. Provide new billet steel manufactured by the open hearth process and conforming to ASTM A 615, Grade 40. Store steel to protect it from mechanical injury and rust. At the time of placement, steel should be free from dirt, scale, rust, paint, oil or other injurious materials. 2. Cold bend reinforcing steel to shapes shown. Once steel has been bent, it may not be rebent. 3. Wire fabric must be of gauge and facing shown and must meet ASTM A 82. Use fabric in which longitudinal and transverse wires have been electrically welded at points of intersection. Welds must have sufficient strength not to be broken during handling or placing. Welding and fabrication of fabric sheets must conform to standards ASTM A 185. 4. Furnish the manufacturers certificate giving property of steel. Provide specimens for testing, when required. G. Air Entraining Agent. Furnish an air entraining agent which meets standards of ASTM C 260. Use MB-VR by Master Builders Company, Air -in by Hot Process Corporation-Southem, or approved substitution. H. Retardant As retardant provide Pozzolith No. 8 by Master Builders Company, HPS-R by Hunt Process y Corporation-Southem, or approved substitution. 160-10049-000 02751-3 Portland Cement Concrete Pavement I. mansion Joint Material. Furnish filler board of selected stock. Use wood of density and type as follows: 1. Clear, all -heart cypress weighing no more than 40 pounds per cubic foot, after being oven dried to constant weight. 2. Clear, all -heart redwood weighing no more than 30 pounds per cubic foot, after being oven dried to constant weight. J. Joint Sealing C8m ound. Furnish hot -poured elastomeric polymer exceeding Federal Specification SS-S-164. K. Load Transmission Devices. Provide smooth steel bar dowel, as shown. Steel bars shall conform to standards of ASTM A 615, Grade 60. L. Metal Supports for Reinforcing Steel and Joint Assembly. Employ metal of approved shape and size. Space supports as directed. M. Liquid Membrane Forming Compound for Curing Concrete. Provide Type Il white pigmented compound conforming to standards of ASTM C 309. 2.2 PROPORTIONING A. Responsibility. Proportioning of the concrete_ mix is the responsibility of the Contractor. Design the concrete mixture and finnish a statement giving the proportion of materials in the mix. Submit commercial laboratory report showing that proportions and materials selected will produce laboratory mixed concrete of the specked quality, having strength 10 percent higher than that specified. Testing of design mixes is the Contractor's responsibility. B. Concrete Mix. Provide a concrete mix that is uniform and workable. Design the mix to produce concrete which will have a compressive strength of 2,400 psi at 7 days and 3,500 psi at 28 days. Settlement of concrete must be at least 1-1/2 inches, but no more than 3 inches, when gauged by a standard slump test. 1. Concrete pavement 5 inches thick must contain at least 5-1/2 sacks of cement per cubic yard, with not more than 6.5 gallons of water, net, per sack of cement. Addition of mineral filler may be required to improve workability or plasticity of concrete. 2. The net amount of water is the amount added at the mixer, plus prewater in the aggregate, minus absorption the aggregate displays in 30 minutes. No water allowance will be made for evaporation after batching. 3. Coarse dry aggregate will not exceed 85 percent of the loose volume of concrete. 4. Add the air -entraining agent to the concrete to produce the effect that could be obtained by use of air - entrained Portland cement, as specified in ASTM C 175. Use the amount needed to entrain 3 percent to 5 percent of air by volume of concrete. , Add the agent to the batch in a solution of the mixing water. Batch this solution by means of a mechanical batcher capable of accurate measurement. Ensure a uniform distribution throughout the batch during the specified mixing period. 5. Retardant is required when the temperature exceeds 85'17. Proportion is recommended by the manufacturer. Use the same brand as used for the air entraining agent. Add and batch the material using the same methods as used for the air -entraining agent. 2.3 MDUNG EQUIPMENT A. Condition. Mixing equipment must be in first class working condition and must be inspected and approved by the Engineer before paving operations will be permitted. 160-10049-000 02751-4 Portland Cement Concrete Pavement B. Scales. 1. Weigh materials separately and accurately using standard scales attached to a standard hatching plant. Consider a sack of cement weighing 94 pounds to be 1 cubic foot. 2. Employ beam type of springless dial type scales. Equip the beam type with a springless dial indicator showing at least 100 pounds over or under the required weight. Use graduated scales or dial indicator showing increments of 5 pounds or less. 3. Use scales accurate within 4 pounds per 1,000 pounds per net load in the hopper. C. Mixer. 1. A capacity of not less than a 14-S mixer, as rated by Mixer Manufacturers Bureau of Associated General Contractors, is required. Provide a speed regulator to hold a mixer to the normal speed of revolution. Equip the mixer with an automatic timer and lock for the discharging device to prevent discharge until all materials have been mixed together for the minimum time required. The timer and lock must operate independently of the drum. Also provide a bell to indicate completion of a mixing time. The bell must be plainly audible to a distance of 50 feet from the mixer. 2. Equip the mixer with an accurate device to measure water within I percent of the total amount required. Construct the measuring drum with an opening to atmospheric pressure when the measured amount of water is inside. Place and construct the drum so that a single batch of water can be discharged into a calibrated tank or a weighing device attached to the mixer, without seriously delaying paving operations. Check the operation of this water measuring device daily. D. Batch Truck. Batch trucks, for the transportation of measured materials from the batching plant to the mixer, must be covered tight to prevent excessive evaporation or any loss of materials. i►�i A. Central batching and transit mixing will be permitted. A central mixing plant will be allowed upon :approval of mixing and handling methods. B. Mix concrete in a batch -mixer as specified only in such quantities as are required for immediate use. Thoroughly mix aggregate and cement for a period of not less than 50 seconds, computed from the time the last aggregate disappears into the drum until the concrete begins to appear in the discharge chute. Lock the mixer discharge with an automatic timing device until the specified time has elapsed. Introduce water into the drum during the first 15 seconds of mixing. Discharge the entire contents of the drum before the materials are placed for a succeeding batch. Retempering or remixing will not be permitted. C. For transit mixed concrete use a water type truck mixer. Mix each batch for 100 revolutions at the mixer manufacturer's mixing speed. Perform additional mixing or agitation at the speed specified for agitation. D. Stamp the time of loading the transit -mix truck on the delivery ticket before the truck leaves the plant. Equip truck mixers with water tank and measuring devices which permit positive measurement of mixing water. When aggregate contains more than 6 percent water, place the concrete within 1/2 hour after the introduction of water. When aggregate contains from 3 percent to 6 percent water, place the concrete within 1/2 hour after the introduction of cement. Transit -mix concrete must conform to other applicable requirements of this section. PART3-EXECUTION 3.1 WEATHER CONDITIONS Place concrete only when the air temperature is above 35°F and rising. The Contractor is responsible for the quality _a and strength of concrete placed under any weather conditions. 160-10049-000 02751-5 Portland Cement Concrete Pavement 3.2 EQUIPMENT Equipment for preparing subgrade and for finishing and compacting must be in good working order and be approved before commencing work. A. Subgrade Planer and Template. 1. Use a subgrade planer with adjustable cutting blades to trim the subgrade to the exact section shown on the drawing. Select a planer with visible rollers which ride on the form. The planer frame must have sufficient weight so that it will remain on the form at all times, and have such strength and rigidity that, under tests made by changing the support from wheels to center, the planer will not develop deflection of more than 1/8 inch. Tractors used to pull the planer must not produce ruts or indentations in the subgrade. When the slip form method of paving is used, operate the subgrade planer on a prepared track grade or have it controlled by an electronic sensor system operated_ from a string line that established the horizontal alignment and elevation of the subbase. 2. Provide a template for checking the contour of the subgrade. The template must be long enough to rest upon side forms and have such strength and rigidity that under tests made by changing the support to the center, the template will not show deflection of more than 1 /8 inch. Fit the template with accurately adjustable rods projecting downward at 1-foot intervals. Adjust these rods to gauge the cross sections of the slab bottom when the template is resting on the side forms. B. Machine Finisher.. Provide a power -driven, transverse finishing machine designed and operated to strike off and consolidate the concrete. Select a machine with two screeds accurately adjusted to the crown of the pavement and with a frame equipped to ride on the form Use a finishing machine with rubber tires if it operates on concrete pavement. C. Hand Finishing. 1. Provide a mechanical strike and tamping template the width of pavement to be finished. Shape the template to the pavement section. 2. Also provide floats of approved design. Provide two bridges for finishing expansion and dummy joints and necessary edging and finishing tools to complete the pavement slab. D. Burlap Drag for Finishing Slab. Furnish four plies of 10-ounce burlap material fastened to a bridge to form a continuous strip of burlap the full width of the pavement. The 3-foot width of burlap material must be in contact with the pavement surface. Keep the burlap drags clean and free of encrusted mortar. E. Vibrators. Furnish mechanically operated synchronized vibrators mounted on a tamping bar which rides on the forms. Also employ approved hand -manipulated mechanical vibrators. Furnish vibrators with a frequency of vibration providing the maximum consolidation of concrete without segregation. F. Traveling Form Paver. A traveling form paver of approved design may be used in lieu of construction methods employing forms, consolidating, finishing and floating equipment. If a traveling form paver is used, all i -I requirements of this specification for subgrade, pavement tolerances, pavement depth, alignments, consolidation, finishing and workmanship must be met in full.• If a traveling form paver proves inadequate, in the opinion of the Engineer, in providing a pavement which meets the drawings and specification in all respects, its use will be , immediately discontinued when so ordered by the Engineer and conventional methods will be used. 1. Equip the traveling paver with a longitudinal transangular finishing float adjustable to crown and grade. The float must be long enough to extend across the pavement practically to the side forms or the edge of the slab. 2. Prior to beginning paving operations, ensure that a continuous deposit of concrete can be made at the paver to minimize starting and stopping. Pave by conventional means those locations inaccessible to a traveling paver, or having horizontal or vertical curvature that a traveling paver cannot negotiate. 160-10049-000 02751-6 Portland Cement Concrete Pavement t� r 3. Do not place reinforcing steel mechanically. Where the plans require tie bars to be installed for adjacent paving, securely tie and support the bars to prevent displacement. Alternatively, tie bars may be installed with an approved mechanical bar inserted mounted on a traveling -form paver. Replace any pavement in which tie bars assume a final position other than that shown on the drawing, unless corrective alternates are authorized in writing and carried out to the satisfaction of the Engineer. 3.3 SUBGRADE Properly prepare, shape and compact each section of subgrade before placing forms, steel or concrete. After forms have been set to proper grade and alignment, use a subgrade planer to shape the subgrade to its final cross section. Check the contour of the subgrade with the template. 3.4 FORMS A. Side Forms. Use metal forms of approved shape and section. A form as deep as the pavement edge thickness is preferred. Forms with depth up to 1-inch greater or less than pavement thickness may be used. Forms with less depth than pavement thickness will be brought to required depth by securely attaching wooden planks of approved section and size to the bottom of the form Use a form section at least 10 feet in length, and staked in position with at least three pins. Forms must have adequate strength too withstand machine loads without visible springing or settlement. Use forms free from warps, bends and kinks and sufficiently true to provide a straight edge on the concrete. Test the top of each form section with a straight edge and verify that it conforms with requirements for the surface of completed pavement. Use flexible or curbed forms of wood or metal to set the proper radius on curves of 100 feet radius or less. B. Form Setting. 1. Rest forms directly on subgrade. Do not shim with pebbles or dirt. Remove subgrade that will not support the loaded form. Replace and compact subgrade to required density. Accurately set forms to required grade and alignment and, during the entire operation of placing, compacting and finishing of concrete, do not deviate from this grade and alignment more than 1/8-inch in 10 feet of length. Do not remove forms for at least 24 hours after the completion of finishing operations. Provide a supply of forms that will be adequate to comply with this requirement and for orderly and continuous placing of concrete. Set the forms and check the grade for at least 130 feet ahead of the mixer. 2. Adjacent slabs may be used instead of the forms, provided that the concrete is well protected from possible damage by finishing equipment. These adjacent slabs must not be used for forms until the concrete has aged at least 7 days. For short radius curves, forms less than 10 feet in length or curved forms may be used. For curb returns at street intersections and driveways, wood forms of good grade and quality may be used. Do not use any material which, in the opinion of the Engineer, is unsuitable for forms. 3.5 REINFORCING STEEL AND JOINT ASSEMBLIES A. Accurately place reinforcing steel and joint assemblies and position them securely in accord with details shown. Wire reinforcing bars securely together at intersections and splices. Bars and coatings must be free of rust, dirt or other foreign matter when the concrete is installed. B. Place pavement joint assemblies at required locations and elevations, and rigidly secure all parts in required positions. install dowel bars accurately in joint assemblies as shown, each parallel to the pavement surface and to the center line of the pavement and rigidly secure in the required position to prevent displacement during placing and finishing of concrete. Accurately cut header boards, joint filler and other material used for forming joints to receive each dowel bar. C. Place all reinforcing steel and secure to chairs. t 160-I0049-000 02751-7 Portland Cement Concrete Pavement 3.6 PLACING, A. Batches not placed as specified within 30 minutes after water or cement has been added will be rejected. Fine aggregate containing more than 6 percent moisture and coarse aggregate containing more than 3 percent moisture will likewise be rejected. B. Deposit concrete rapidly and continuously on subgrade or subbase in successive batches. Distribute concrete to the required depth and for entire width of the pour by shoveling or by other approved methods. Do not use rakes in handling concrete. At the end of the day or in case of unavoidable interruption of more than 30 minutes, place a transverse construction joint at the point of stopping work, provided that the section on which work has been suspended is not less than 10 feet from the preceding joint. Sections less than 10 feet long must be removed and replaced. C. Take special care in placing and spading concrete against forms and at longitudinal and transverse joints to prevent honeycombing. Voids in the edge of the finished pavement will be cause for rejection. 3.7 COMPACTING A. Consolidate the concrete using an approved mechanical vibratory unit designed to vibrate concrete internally. Extend a vibratory unit across the pavement, not quite touching the side forms. Equip the unit with synchronized vibrators. Space individual vibrators at close enough intervals to vibrate and consolidate the entire width of the pavement uniformly. Mount mechanical vibrators to avoid contact with forms, reinforcement, . transverse or longitudinal joints. B. Furnish enough hand -manipulated mechanical vibrators for proper consolidation of concrete along forms, at joints and in areas not covered by mechanically controlled vibrators. 3.8 FINISHING A. Finish concrete pavement by power -driven transverse finishing machines or by hand finishing methods. 1. Use the transverse finishing machine to make at least two trips over each area. Make the last trip over a given area a continuous run of not less than 40 feet. After transverse screeding, use a hand -operated longitudinal float to test and level the surface to the required grade. 2. Hand finish with a mechanical strike and tamping template as wide as the pavement to be finished. Shape the template to the pavement section. Move the strike template forward in the direction of the work, maintaining a slight excess of material in front of the cutting edge. Make at least two trips over each area. Screed the pavement surface to the required section. Work the screed with a combined transverse and longitudinal motion in the direction work is progressing. Maintain the screed in contact with the forms. Use a longitudinal float to Ievel the surface. B. On narrow strips and transitions, finish concrete pavement by hand. Thoroughly work concrete around reinforcement and embedded fixtures. Strike off concrete with a strike -off screed. Move the strike -off screed forward with combined transverse and longitudinal motion in direction work is progressing, maintaining the screed in contact with the forms, and maintaining a slight excess of materials in front of the cutting edge. Tamp the concrete with a tamping template. Use a longitudinal float to level the surface. C. After completion of the straightedge operation, make the first pass of a burlap drag as soon as construction operations permit and before the water sheen has disappeared from the surface. Follow this by as many passes as required to produce the desired texture depth. Permit no unnecessary delays between passes. Keep the drag wet, clean and free from encrusted mortar during use. tyFty i 160-10049-000 02751-8 PortIand Cement Concrete Pavement z 3.9 SURFACE TESTS The entire surface before the initial set and correct irregularities or undulations. Bring surface within requirements of the following test and then finish. Place an approved 10-foot straightedge parallel to the center of the roadway to bridge any depressions and touch all high spots. Do not permit ordinates measured from the face of the straightedge to the surface of the pavement to exceed 1/16 inch per foot from the nearest point of contact. In no case permit the maximum ordinate to a 10-foot straightedge to exceed 1/8 inch. 3.10 JOINTS A. Placement. Place joints of the types shown on drawings at required locations and at spacings shown. B. Construction Joints. Place a transverse construction joint wherever concrete placement must be stopped for more than 30 minutes. Place longitudinal construction joints at interior edges of pavement lanes where required. Work the concrete well against the bulkhead. The key -way on the longitudinal construction joint may be omitted r ,,, when a traveling form paver is used, and when No. 5 deformed tie bars, 30 inches long and spaced 18 inches on centers, are used. C. Expansion Joints. Place expansion joints at radius points of curb returns for cross street intersections, or as shown. Use no boards shorter than 6 feet. When pavement is 24 feet or narrower, use not more than two lengths of - board. Secure pieces to form a straight joint. Shape board filler accurately to the cross section of the concrete slab. Use premolded joint filler, accurately shaped, in curb section. Use load transmission devices of the type and size shown. Use°a joint sealing compound as required. D << Contraction Joints. Make contraction joints straight and place them at spacings shown. Place smoothed, painted and oiled dowels accurately and normal to the joint. Tool the edges of the groove and seal the groove with joint sealing compounds. E. Longitudinal Weakened Plane Joints. Make a longitudinal weakened plane joint with a deformed metal strip :Adequately stake the metal strip in place to prevent lateral movement of the metal strip while the concrete is being placed. 3.11 MEMBRANE CURING A. After the concrete surface has been finally finished and the surplus water sheen has disappeared, seal the surface with single uniform coating of an approved curing compound. Apply the compound at the rate of coverage recommended by the manufacturer and as directed by Engineer, but not less than 1 gallon per 180 square feet of surface area. Control and check the rate of application. B. Thoroughly agitate the compound during use and apply by means of approved mechanical power pressure sprayers, equipped with satisfactory atomizing nozzles. For application on small miscellaneous items, band powered spray equipment may be used. For all spraying equipment, provide means to prevent loss of compound between the nozzle and the concrete surface while spraying. C. Thoroughly moisten the surface just before applying the curing compound. Where discontinuities, pin holes or other defects show, or where rain has fallen, immediately apply an additional coat of compound to the newly coated surface before the film has dried sufficiently to resist damage. Apply the added coat at the same rate of coverage as specified. 3.12 JOINT SEALING A. Seal joints only when surface and joints are dry, ambient temperature is above 50°F, and weather is not Y foggy or rainy. t_ 160-10049-000 02751-9 Portland Cement Concrete Pavement f a s B. Before work is started, the joint sealing equipment shall be in first-class working condition, and be approved by the Engineer. Use a concrete grooving machine or a power -operated wire brush and other equipment such as plow, brooms, brushes and blowers as required to produce satisfactoryjoints. C. Clean joints of loose scale, dirt, dust and curing compound. When required, remove the joint filler to the depth shown. The term joint includes wide joint spaces, expansion joints, dummy groove joints or cracks, either preformed or natural. Remove loose material from concrete surfaces adjacent to joints. D. FilI joints neatly with joint sealer to the depth shown. Pour sufficient joint sealer into the joints so that, upon completion, the surface of the sealer within the joint will be 1/4 inch below the level of the adjacent surface or at an elevation as directed. 3.13 PROTECTION AND OPENING PAVEMENT TO TRAFFIC Barricade a pavement section from use for at least 72 hours during the curing period. Do not open pavement to traffic until concrete is at least 10 days old. On those sections of pavement open to traffic, seal the joints, clean the pavement and place earth against the pavement edges before permitting use by traffic. Such opening of pavement to traffic in no way relieves the Contractor from his responsibility for the work. 3.14 TESTING A. Duties. Arrange for the laboratory to inspect and test materials entering the concrete and check the design of concrete mixes to meet specked strengths, uses and finishes. The lab will analyze aggregate for quality, durability, grading and free water content. The lab will take representative specimens of ingredients and mixes; make test cylinders and measure their compressive strength. The lab will check the moisture content of aggregates and control their mix subject to approval. B. Test Procedures. The laboratory will make tests in conformance with current standard test procedures of ASTM and AASHTO. C. Test Reports. The laboratory will promptly furnish written reports covering results of tests and inspections to the Engineer and the Contractor. D. Test Cylinders. Two test cylinders for compressive strength test will be made for each 600 square yards or less of pavement that is placed in one day. Cylinders will be tested at the ages of 7 and 28 days. ,Cylinders will be made, cured and tested using applicable ASTM standards for sampling and testing. E. Yield. Make a yield test in accordance with ASTM C 138 for cement content per cubic yard of concrete. If such cement content is found to be less than that specified per cubic yard, reduce batch weights until the amount of cement per cubic yard of concrete conforms to requirements. F. Core Samples. Drill core samples of concrete pavement at locations designated to measure thickness. Drill a minimum of one core for each 600 square yards of pavement. At age of 28 days, each core may be tested for compressive strength according to methods of the ASTM C 42. The 28-day compressive strength of each core tested must be at least 3000 pounds per square inch. END OF SECTION 160-10049-000 02751-10 Portland Cement Concrete Pavement i i.- Southwest Pump Station City of Lubbock SECTION 02771 CONCRETE CURBS PART1-GENERAL 1.3 MEASUREMENT AND PAYMENT A. Measurement. Measure concrete curb, monolithic concrete curb and gutter, and 12-inch mountable concrete curb by Iinear foot along curb face. B. Payment. Concrete curb, monolithic concrete curb and gutter, and 12-inch mountable concrete curb will be paid for at unit price bid. PART2-PRODUCTS 2.1 MATERIALS A. - - Use the materials specified for concrete pavement, Section 02751. B. t;' A mortar finish composed of one part Portland cement and 1-1/2 parts of fine aggregate may be used when approved. PART3-EXECUTION 31 :: `` GUIDELINE Set the guideline to follow the top line of the curb. Attach the indicator to provide a constant comparison between the top of the curb and the guideline. 3.2 FORMS A. Brace forms sufficiently to maintain position during pour. B. Use metal templates cut to the section shown on the curb and gutter drawing. 3.3 REINFORCEMENT Secure reinforcing steel in proper position so that the steel will remain in place throughout the pour. 3.4 JOINTS A. Place 3/4-inch prepared expansion joints through the curb and gutters at locations of expansion and contraction joints in pavement; at the end of radius returns at street intersections and driveways; at curb inlets; and at a maximum of 120-foot centers. B. Place dummy groove joints at 6-foot centers at right angle to curb lines. Cut dummy grooves 1/4 inch deep using an approved edging tool. 160-10049-000 02771-1 Concrete Curbs 3.5 PLACING Place concrete in forms to required depth. Consolidate thoroughly. Do not permit rock pockets in the form. Entirely cover the top surfaces with mortar. 3.6 MANUAL FINISHING A. After concrete is in place, remove front curb forms. B. Form the exposed portions of curb, and of curb and gutter, using a mule which conforms to the curb shape shown. C. A thin coat of mortar, similar to the mortar used in the concrete mixture, may be worked into the exposed face of the curb using a mule and a two -handled wooden daiby at least 3 feet long. D. Before applying the final fmish, use a 10-foot straightedge. Starting at the gutter form, move the straightedge across the gutter and up the curb to the back form of the curb. Repeat until the curb and gutter are true to the grade and section. Lap straightedge every 5 feet. Make the face of the finished curb true and straight. E. Steel trowel finish surfaces to a smooth, even finish. F. Edge the outer edge of the gutter with a 1/4-inch edger. G. Make the top surfaces of the curb and gutter of uniform width and free from humps, sags or other irregularities. Surfaces of curb top, curb face and gutter must not vary more than 1/8 inch from the edge of a straightedge laid along them, except at grade changes or curbs. H. Finish visible surfaces and edges of the fmished curb and gutter free from blemishes, form marks and tool marks, and of uniform color, shape and appearance. 3.7 MECHANICAL FINISHING Mechanical curb forming and finishing machines may be used instead of or in conjunction with the previously described methods, with approval. Use of mechanical methods must provide the curb design and finish as specified and shown. 3.8 CURING Immediately after finishing operations, cure the exposed surfaces of curbs and gutters in the same way as concrete pavement. END .OF SECTION ffs 160-10049-000 02771-2 Concrete Curbs t� t_< Southwest Pump Station City of Lubbock SECTION 02775 CONCRETE SIDEWALKS PARTI-GENERAL 1.1 SUMMARY Provide 4-inch-thick, reinforced concrete sidewalks in conformity with the lines, grades and details shown on drawings. Construct on an approved sand bed. - PART2-PRODUCTS 2.1 CONCRETE Provide materials and proportions for concrete and reinforcing steel which conform to the applicable requirements of Section 02751, Portland Cement Concrete Pavement. 2.2 EXPANSION JOINT FII.LER Meetrequirements for expansion joint material specified in Section 02751, Portland Cement Concrete Pavement. 2.3 SAND BED Use sand conforming to ASTM C 33 or bank sand specified in Section 02321, Earthwork for Site Utilities. PART3-EXECUTION 3.1 PREPARATION A. Subgrade. Excavate subgrade 6 inches beyond the outside lines of the sidewalk. Shape to the line, grade and cross section. Compact the subgrade to a minimum of 95 percent AASHTO density at optimum moisture content, using Test Method T-99. B. Sand Bed. Immediately after subgrade is prepared, cover with a 2-inch thick compacted sand bed. Lay concrete when sand is moist. C. Forms. Use wood or metal forms with the proper section. Select pieces which are straight, unwarped and nominally 4 inches deep. Securely stake forms to line and grade and maintain in true position during concrete placement. 3.2 REINFORCEMENT Install 6 x 6, No. 6 wire mesh, continuously, except through expansion joints. During placement of concrete, see that the mesh is approximately in the center of the slab. 160-10049-000 02775-1 - Concrete Sidewalks 3.3 EXPANSION JOINTS Provide 3/4-inch expansion joints along and across the sidewalk at the back of curbs, at intersections with steps and walls, and across the walk at intervals of 36 feet or less throughout the entire length of the sidewalk. Extend the expansion joint filler the full depth of the slab and the entire width of the walk. 3A PLACING AND FINISHING A. Placing. Place the concrete in forms to the specified depth and tamp thoroughly with a "jitterbug" tamp to bring the mortar to the surface. B. Finishing. Strike off to a smooth finish with a wood strike board. Finish smoothly with a wood hand float. Brush across the sidewalk lightly with a fine -haired brush. C. Tool Joints. Unless otherwise shown on drawings, mark off walks 1/4 inch deep, at spacing equal to the width of the walk. Use a joint tool as wide as an edging tool. Finish the edges with a tool having 1/4-inch radius. 3.5 CURING AND PROTECTION Cover the sidewalk with burlap or suitable cotton mats. Keep the cover wet for 48 hours after the burlap or mats are placed. Commence curing as soon as the concrete has hardened sufficiently to be unmarked by the method of curing. Instead of sprinkling, membrane curing methods may be used. Refer to the section on Portland Cement Concrete Pavement. Protect sidewalks from traffic for 48 hours after pouring. 3.6 BACKFILLING After the concrete has set sufficiently, refill the space along the sides of the sidewalk to the top of the walk with suitable material. Tamp until firm and solid. Dispose of excess material as prescribed under the section on Earthwork. END OF SECTION 160-10049-000 02775-2 Concrete Sidewalks i 2. Cable terminal sizes. 3. Short circuit current ratings. B. Dimensional Drawings. Submit dimensional drawings of the motor control center, including top and bottom views showing entry and exit space for conduits and busways, front and side elevations showing arrangement of all devices, and busway connection details. Also include dimensional data on all buses including material type and capacity of the buses. C. Wiring Diagrams. Power, signal, and control wiring for class and type of motor control center. Provide schematic wiring diagram for each type of controller. D. Electrical Information. Submit one line diagrams for equipment being provided. Also submit information on all protective devices including type, ratings, and settings of all trips provided, to include ground fault relay settings. E. Coordination Curves. Manufacturer shall provide coordination curves on log log paper for the main protective device and for the largest branch circuit devices. These curves shall also show the ground fault protective relay. PART2-PRODUCTS 2.1 MANUFACTURER Square D, General Electric or Seimens. 2.2 DESCRIPTION A. General. Provide a completely factory assembled motor control center from incoming line lugs to load terminals of all branch protective devices. Include all necessary buses, supports, devices and provisions for future connections as shown on the one -line diagrams and as specked. B. Size. The physical size and configuration of the motor control center and equipment may be varied to suit the manufacturer's standard design, provided the intended functions are accomplished. Any change in size or configuration must be so noted on the submittal. Any changes made are restricted by Section 16050. C. Listing. I . The motor control center shall be UL listed as suitable for use as service entrance equipment. 2. UL 845 - Electric Motor Control Centers. 2.3 ENCLOSURE A. Construction. 1. Fabricate the enclosure of one or more rigid, freestanding sheet metal cubicles bolted together to form a rigid assembly. Use not less than No. 14 gauge, cold -rolled steel. Grind smooth any imperfections, such as welding splatter, sharp edges, burrs, etc., before finishing. 2. Make each vertical section nominally 20 inches wide, 20 inches deep and 90 inches high, unless noted otherwise. 3. Provide doors with substantial vertical hinges, permitting them to swing out. Provide a defeatable mechanical interlock that prevents door from being opened when disconnecting means is in closed position. 4. Provide a hinged wireway the full height of each vertical section for component wiring installation. 160-10049-000 16445-2 Motor Control Centers PART3-EXECUTION ` 3.1 EXAMINATION A. Verify that prepared soil base is ready to receive the work of this section. B. Fine grade base as needed to ensure a smooth final surface with no bumps, rolls or depressions. C. Remove all visible weeds and root systems. , 3.2 PREPARATION OF SUBSOIL A. Prepare sub -soil in accordance with grower's instructions and eliminate uneven areas and low spots. B. Maintain lines, levels, profiles and contours as shown on the grading plan. Make changes in grade gradual by blending slopes into level areas. Do not direct drainage toward building walls. C. Remove foreign materials and undesirable plants and their roots. Do not bury foreign material beneath areas to be sodded. D. Roto-till or plow the soil to a depth of 2.5 to 3 inches prior to placing the plugs. 3.3 PLACING TOPSOIL A. If recommended by the grower, spread topsoil to a minimum depth of 2 compacted inches over area to be sodded. B. Place topsoil during dry weather and on dry unfrozen subgrade. LJI C. Remove vegetable matter and foreign non -organic material from topsoil while spreading. [ J D. Grade topsoil to eliminate rough, low or soft areas, and to ensure positive drainage. E. Install edging at where indicated on the planting plan in straight lines to consistent depth. Final elevation of top edging to be no more than 1'/2 inches above sod soil elevation. 3.4 FERTILIZING Apply fertilizer in accordance with grower' instructions. 3.5 PLACING PLUGS t Place the plugs in accordance with the grower's instructions. 3.6 SUBSTANTIAL COMPLETION The contractor shall request a Substantial Completion inspection when plugging is completed for all areas of the site. 3.7 MAINTENANCE I A. The Contractor shall maintain the plugged areas until Final Acceptance or for a period of not less than 45 days after Substantial Completion is approved. r `i 160-10049-000 02930-2 Lawns r B. Mow grass at regular intervals to maintain at a maximum height of 3 inches. Do not cut more than 1/3 of grass blade at any one mowing. i c - C. Neatly trim edges and hand clip where necessary. D. Water to prevent grass and soil from drying out. E. Control growth of weeds. Apply herbicides in accordance with manufacturer's instructions. Remedy damage resulting from improper use of herbicides or overgrowth of weeds. F. Immediately replace plugs in areas which show deterioration or bare spots or heavy infestation of weeds. G. Protect plugged areas with warning signs during maintenance period. 3.7 FINAL ACCEPTANCE w Final Acceptance shall be granted at the end of maintenance period when the lawn is found to be in a healthy, vigorous growing condition, there are no dead pieces, and the site is essentially weed free. '' 3.9 CLEAN UP Remove all soil, palettes, stakes and other materials from the site upon completion of the work. Clean soil and clippings from all pavement. END OF SECTION 160-10049-000 02930-3 Lawns r. .... . ....... I I -1-111� I F-l-, , ---I.l, - -, N Southwest Pump Station City of Lubbock SECTION 03115 CONCRETE FORMWORK PART1-GENERAL Not used. PART2-PRODUCTS 2.1 FORM MATERIALS A. Forms for Smooth Finished Concrete. Construct formwork with plywood, fiberboard lining, metal, or metal -framed plywood -faced panel material acceptable to ArchitectlEngineer to provide continuous, straight, smooth surfaces. Furnish in largest practicable sizes to minimize number of joints and to conform to joint system shown on drawings. Provide form material with sufficient thickness to withstand pressure of newly placed concrete without bow or deflection. B. Forms for Unexposed Concrete. Use plywood, boards, metal or other acceptable material. Dress lumber at least two edges and one side for right fit. C. Fors for Grade Beams. 1. Exterior faces of all exterior grade beams shall be formed as described above for entire height. 2. For grade beams cast monolithically with slabs on grade, earth cuts for forming the unexposed side of the grade beam may be used. Sides of excavation shall be in stable condition to prevent caving or sloughing. Minimum width of earth formed beams shall be 2 inches wider than plan dimension. Increase clearance to reinforcement by 1 inch. 2.2 FORM ACCESSORIES A. Form Coating. Commercial formulation that will not bond with, stain, nor adversely affect concrete surfaces and will not impair subsequent treatment of concrete surfaces requiring bond or adhesion, nor impede the wetting of surfaces to be cured with water or curing compounds as approved by the Architect/Engineer. Provide a guarantee for 1 year against all such defects. B. Form Ties. Factory fabricated, adjustable length, removable or snap -off metal ties, designed to prevent form deflection and to prevent spalling concrete surfaces upon removal. Provide ties so that the portion remaining within concrete is at least 1-1/2 inches from the outer surfaces. Provide face disc not larger than 1 inch in diameter with water -seal feature. C. Dovetail Anchor Slot. Factory fabricated from 24-gauge galvanized steel with removable filler in slot. D. Reglets. Fabricate from 20-gauge galvanized steel with removable filler in slot. 2.3 FORM DESIGN A. Design, erect, support, brace and maintain formwork so that it will maintain correct sizes of members, shape, alignment, elevation and position while concrete is placed and until it has gained sufficient strength to assume full design loads. 160-10049-000 03115-1 Concrete Formwork B. Design formwork to be readily removed without impact, shock or damage to cast -in -place concrete surfaces and adjacent materials. PART3-EXECUTION 3.1 GENERAL A. Construct forms complying with ACI 347 to exact sizes, shapes, lines and dimensions shown and as required to obtain accurate alignment, location, grades, level and plumb. Provide for openings, offsets, linkages, keyways, recesses, moldings, anchorages and inserts required. B. Fabricate forms for easy removal without damage to concrete surfaces. C. Provide openings in forms to accommodate other work, including mechanical and electrical work. Seal all such openings to prevent leakage and loss of concrete matrix. D. Support form -facing materials by structural members spaced sufficiently close to prevent deflection. Fit forms placed in successive units for continuous surfaces with accurate alignment, free from irregularities and within allowable tolerances. E. Provide formwork sufficiently tight to prevent leakage of cement paste during concrete placement. Solidly butt joints and provide backup material at joints as required to prevent leakage and fins. F. Provide temporary openings where interior areas of formwork are inaccessible for cleanout, inspection or concrete placement. Brace openings and set tightly to forms. Locate in most inconspicuous locations possible. G. Set and build into the formwork anchorage devices and other embedded items requires for other work that 1 is attached to, or supported by, cast -in -place concrete. Use setting drawings, diagrams, instructions and directions provided by suppliers of items to be attached thereto. _i 3.2 FORMS FOR EXPOSED CONCRETE A. Drill forms to suit ties used and to prevent leakage of concrete mortar around tie holes. B. Provide sharp, clean corners at intersecting planes, without visible edges or offsets. Back joints with extra studs or girts to maintain true, square intersections. C. Form molding shapes, recesses and projections with smooth -finish materials and install in forms with sealed joints to prevent displacement. D. Form exposed corners of beams and columns to produce square, smooth, solid, unbroken lines. Provide all exterior exposed comers. with 3/4-inch chamfer. 3.3 EDGE FORMS AND SCREED STRIPS FOR SLABS Set edge forms or bulkheads and intermediate screed strips for slabs to obtain required elevations and contours in the finish slab surface. Provide and secure units to support types of screeds required. 3.4 CONSTRUCTION OR CONTRACTION JOINTS Locate construction or contraction joints so as not to impair strength and appearance of the structure. Joint spacing in slabs shall not exceed 40 times the slab thickness or 20 feet. Joint spacing in walls shall not exceed 30 feet. Provide keyways for all construction joints in walls, slabs and beams. Where construction joint is perpendicular to j 160-10049-000 03115-2 Concrete Formwork ,t N t the main reinforcement, continue reinforcement across the construction joint unless noted otherwise in the contract documents. 3.5 REMOVAL OF FORMS A. Formwork not supporting concrete, such as sides of beams, walls and similar parts of work may be removed 24 hours after placing provided the average air temperature is 50 F or higher, concrete is sufficiently hard to not be damaged by form removal operations and provided that curing and protection operations are maintained. If average air temperature is below 50 F, such forms may not be removed earlier than 48 hours after placing. B. Formwork supporting weight of concrete, such as beam soffits, joists, slabs and other similar structural elements, may not be removed in less than 7 days and not until concrete has attained 2/3 of the design minimum 28-day compressive strength as determined by testing of samples and provided that such structural elements are reshored upon removal of forms. 3.6 REUSE OF FORMS Clean and repair surfaces of forms to be reused in the work- Replace split, frayed, delaminated or otherwise damaged form facing material in exposed work. Apply new form coating compound material to concrete contact surfaces as specified for new work. END OF SECTION j 160-10049-000 03115-3 Concrete Formwork 4 Southwest Pump Station City of Lubbock SECTION 03215 y'! CONCRETE REINFORCEMENT 1 PART1-GENERAL 1.1 SUBMITTALS A. Soon Drawings. Submit shop drawings, checked by fabricator and Contractor before submission, for fabrication, bending and placement of concrete reinforcement. Show bar schedules, stirrup spacing, diagrams of bent bars, arrangements and assemblies as required for fabrication and placement. B. Certification 1. - Submit steel producer's certificates of mill tests for conformance. 2. Foreign Manufactured Reinforcing Steel. Test for conformance to ASTM A 615 requirements by an independent testing laboratory located in the United States as approved by the ArchitectlEngineer. Cost of such testing shall be bome by the supplier. Certification from any other source is not acceptable. 1.2 PRODUCT DELIVERY, HANDLING AND STORAGE A. Deliver reinforcement to project site bundled with weather -resistant tags and marks. a B. Store at the site in a manner to prevent damage and accumulation of dirt or excessive rust. PART2-PRODUCTS 2.1 MATERIALS A. Reinforcing Bars. Conform to ASTM A 615, Grade 60, except No. 3 stirrups and ties which may be Grade 40. B. Welded Wire Fabric. ASTM A 185. C. Bar Supports. . ; 1. Slabs on Grade. Chairs with sheet metal bases. 2. Slabs, Joists and Beams Above Grade, and Walls. Plastic bar chairs and spacers at minimum 5'-0" O.C. t L 2. Slabs, Joists and Beams Above Grade, and Walls. a. Concealed. Plain steel wire or any other given below. b. Exposed. Galvanized, plastic -coated, solid plastic or stainless steel. 2.2 FABRICATION g, Shop fabrication of reinforcing bars shall conform to required shapes and dimensions with fabrication tolerances complying with ACI 315. Do not rebend or straighten reinforcement in a way that will injure or weaken the material. 160-10049-000 03215-1 Concrete Reinforcement PART3-EXECUTION 3.1 GENERAL A. Comply with the specified codes and standards and Concrete Reinforcing Steel Institute recommended practice for "Placing Reinforcing Bars" for details and methods of reinforcement placement and supports. B. Clean reinforcement to remove loose rust and mill scale, laitance, earth and other materials which reduce or destroy bond with concrete. C. Position, support and secure reinforcement against displacement by formwork, construction or concrete placement operations. Locate and support reinforcing by metal chairs, runners, bolsters, spacers and hangers. D. PIace reinforcement to obtain the minimum coverages for concrete protection. Arrange, space and securely tie bars and bar supports together with 16-gauge wire to hold reinforcement accurately in position during concrete placement operations. Set wire ties so that ends are directed away from exposed concrete surfaces. E. Install wire fabric in as long lengths as practicable. Lap adjoining pieces at least one full mesh and lace splices with wire. Do not make end laps midway between supporting beams or directly over beams of continuous structures. Offset end laps in adjacent widths to prevent continuous laps. F. Provide sufficient numbers of supports and of strength to carry reinforcement. 3.2 INSPECTION Notify the Architect/Engineer and testing laboratory of concrete placement to permit inspection of the preparatory work and to make any corrections required, at least 24 hours prior to concrete placement. 3.3 SPLICES AND LAP LENGTHS A. Unscheduled Continuous Reinforcing. Splices shall be staggered in adjacent bars, located at points of minimum stress and of length required by the structural drawing notes. B. All Other Reinforcing. In strict compliance with ACI 318. END OF SECTION 160-10049-000 03215-2 Concrete Reinforcement I I t Ir ' Southwest Pump Station City of Lubbock e SECTION 03315 CAST -IN -PLACE CONCRETE PART1-GENERAL 1.1 SUBMITTALS A. Evidence of compliance with 1.2C. B. Mill Certificates. Required for all bulk cement. m , C. Design Mixes. Submit test data on proposed design mixes for each type of concrete in the project. D. Admixtures. Submit brochures on admixtures proposed for use if different from those specified. 1.2 QUALITY ASSURANCE A. All concrete shall be designed in strict accordance with the latest edition of ACI 301 unless otherwise specified. B. Responsibility for conformance to referenced specifications and standards rests solely with the Contractor. C. The work in this section shall be performed by a firm who has experience in completion of three projects of comparable scope and extent to this project. PART-2 -PRODUCTS 2.1 MATERIALS A. Portland Cement. ASTM C 150, Type I. B. Aggregates. 1. Normal -Weight (Stone) Concrete. Comply with ASTM C 33. a. Fine Aggregates. Clean sharp natural sand free from loam, clay lumps or other deleterious substances. b. Coarse Aggregates. Clean, uncoated gravel containing no clay, mud, loam or foreign matter. C. Maximum Aggregate Size. Not larger than 1/5 of the narrowest dimension between sides of forms, 1 /3 of the depth of slabs, nor 3/4 of the minimum clear spacing between individual reinforcing bars. Maximum aggregate size shall in no case be larger than 1-1/2 inches. 2. Lightweight Aggregate. Comply with ASTM C 330, expanded clay, or shale; Ranger "Featherlite" or approved substitution. C. Water -Reducing, Set Controlling Admixtures. ASTM C 494, "Pozzolith" as manufactured by Master Builders, type as selected by testing laboratory to suit job conditions. The use of calcium chloride is prohibited. 1 160-10049-000 03315-1 Cast -In -Place Concrete D. Water Reducer (Superplasticizer). 1. Conform to ASTM C 494, Type F or G. The admixture shall be a second -generation type (such as Rheobuild), free of chlorides and alkalies (except for those attributable to water) and composed of a synthesized sulfonated complex polymer which shall be added to the concrete mixer at the central batch plant. 2. Only one liquid admixture shall be used to achieve the rheoplastic concrete, except where air entrainment is desired, in which case only a high quality neutralized vinsol resin type air entraining agent will be allowed. The treated concrete must be capable of maintaining its rheoplastic state in excess of 2 hours, if so desired. E. Air -Entraining Admixture. ASTM C 260, Euclid "Air -Mix," Master Builders "MB-VR," Sika "AER," Protex Industries ` Protex Air Entraining Solution" or approved substitution. F. Water. Potable. G. Vapor Retarder. Where shown or noted, over prepared base material provide membrane complying with ASTM E 1745, Class A. Joints and penetrations shall be sealed with manufacturer's standard tape intended for such use. H. Curing Materials. 1. Membrane -forming Curing Compound. ASTM C 309, Type 1. 2. Moisture Retaining Covers. ASTM C 171. I. Fly Ash. Fly ash shall conform to all requirements of ASTM C 618, including Table lA and Table 2A. Fly ash shall be produced from coal from a single known and consistent source. 2.2 CONCRETE MIX DESIGNS A. Concrete mix designs for each strength shown on the drawings shall be made by the testing laboratory- B. Use air entraining admix in all concrete in accordance with ASTM C 173, except in footings, to produce an entrained air content of not less than that specified below: Max. Agregate Size (inches) Normal Weight Concrete: 318 1/2 3/4 1 1-1/2 Air (% by Volume) 6-10 5-9 5-7 5-7 2.5 - 5.5 C. See drawing notes for locations and required strengths and weights of concrete. D. Allowable Slumps. Normal -weight concrete, 4" + V. Determine slumps in accordance with ASTM C 143. E. Rate of Hardening of Concrete. Concrete mix shall be adjusted to produce the required rate of hardening for varied climatic conditions, adding admixtures as follows: 1. Under 50°F Ambient Temperatures. Accelerator reference ACI 306R, Recommended Practice for Cold Weather Concreting. 160-10049-000 03315-2 Cast -In -Place Concrete P111 - 2. Over 80°F Ambient Temperatures. Retards reference ACI 305R, Recommended Practice for Hot Weather Concreting. 3. Between 50°F and 80°F. Normal. 2.3 CONCRETE MDUNG A. Type of Concrete. Use ready -mix concrete. Comply with ASTM C 94 and as herein specified, provided the quantity and rate of delivery will permit unrestricted progress of the work. B. Quality of Concrete. Provide concrete materials, proportions and properties as.herein specified in lieu of ASTM C 94, Section 4. C. Tolerance in Slump. Provide slump of not more than values specified herein in lieu of ASTM C 94, Section 5.1. Comply with other criteria of ASTM C 94, Section 5. D. Mixing Time. In addition to the requirements of ASTM C 94, Section 9.7, when the air temperature is between 85°F and 90°F, reduce the mixing and delivery time to 60 minutes. PART3-EXECUTION 3.1 CONCRETE PLACEMENT A. Place concrete in compliance with the practices and recommendations of ACI 304 and as specified herein. B Before placing concrete, inspect formwork, steel and items to be embedded or cast -in. Clean and coat all contact surfaces of forms, remove all debris and excess water from forms, and wet all wood forms. C. Handle concrete from point of delivery and transfer to the concrete conveying equipment and to the locations of final deposit as rapidly as practicable by methods which will prevent segregation and loss of concrete mix materials. D. Provide approved equipment for conveying concrete to ensure a continuous flow of concrete at the delivery end. E. Deposit concrete continuously or in layers of such thickness that no concrete will be placed on concrete which has hardened sufficiently to cause the formation of seams or planes of weakness within the section. If a section cannot be placed continuously, provide construction joints as herein specified. Deposit concrete as nearly as practicable to its final location to avoid segregation due to rehandling or flowing. F. Consolidate concrete placed in forms by mechanical vibrating equipment supplemented by hand -spading, rodding or tamping. Vibration of forms and reinforcing will not be permitted. Do not use vibrators to transport concrete inside forms. G. Placing Concrete Slabs. Deposit and consolidate concrete in slabs in a continuous operation within the limits of construction joints until placing of a panel or section is completed. Bring slab surfaces to correct level with a straightedge and strike off. Use full floats or darbies to smooth the surface, leaving it free of humps or hollows. H. Bonding. Prepare for bonding of fresh concrete to new concrete that has set but is not fully cured as follows: 1. Roughen surfaces of set concrete at all joints, except where bonding is obtained by use of a concrete bonding agent, and clean surfaces of laitance, coatings, loose particles and foreign matter. e, 160-10049-000 03315-3 Cast -In -Place Concrete F_ 4 2. Dampen, but do not saturate, the roughened and cleaned surface of set concrete and apply a liberal coating of neat cement grout. I. Cold Weather Placing. Comply with ACI 306R. Hot Weather Placing. Comply with ACI 305R. 3.2 JOINTS A. Construction Joints. Locate and install construction joints, which are not shown on the drawings, so as not to impair strength and appearance of the structure, as approved by the Architect. Provide keyways in all construction joints in walls, slabs and beams. PIace construction joints perpendicular to main reinforcement. B. Control Joints. Control joints shall be provided in all slabs for crack control. The maximum spacing rl between control joints or between control and construction joints shall not exceed 40 times the slab thickness or 25 feet, unless noted otherwise on the Contract Documents. Reinforcement shall be continuous through control joints. Only tooled joints are allowed in area with color hardener. In other areas, joints may be preformed or sawcut. z Depth of sawcut joints shall be one-fourth of the slab thickness unless shown otherwise on the drawings. Joints shall be sawcut as soon as the concrete can be cut without raveling, but in no case more than 6 hours after the i- concrete has been placed. A control joint shall be placed in topping slabs over the transition between precast and cast -in -place elements. 3.3 CONCRETE SURFACE REPAIRS A. Repair and patch defective areas with cement mortar immediately after the removal of forms. B. Cut out honeycomb, rock pockets, voids over 1/2-inch diameter and holes left by tie rods and bolts, down to solid concrete, but in no case to a depth less than 1 inch. Make edges of cuts perpendicular to the concrete surface. Thoroughly clean, dampen with water and brush coat the area to be patched with neat cement grout. C. For exposed -to -view surfaces, blend white Portland cement and standard Portland cement so that, when dry, the patching mortar will match the color of surrounding concrete. Provide test areas in inconspicuous location to verify mixture and color match before proceeding with the patching. Compact mortar in place and strike off slightly higher than the surrounding surface. D. Repair exposed -to -view formed concrete surfaces, where possible, that contain defects which adversely affect the appearance of the finish. Remove and replace the concrete having defective surfaces if the defects cannot be repaired to the satisfaction of the Architect. Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycomb, rock pockets and holes left by rods and bolts; fins and other projection on the surface; and stains and other discoloration that cannot be removed by cleaning. E. Repair concealed formed concrete surfaces, where possible, that contain defects which adversely affect the durability of the concrete. If defects cannot be repaired, remove and replace the concrete having defective surfaces. Surface defects, as such, include cracks in excess of 0.01 inch wide, cracks of any width and other surface deficiencies which penetrate to the reinforcement, honeycomb, rock pockets, holes left by tie rods and bolts, and spalls. F. Repair of Unformed Surfaces. Test unformed surfaces, such as monolithic slabs, for smoothness and to verify surface plane to the tolerances specified for each surface and finish. Correct low and high areas as follows: I . Test unformed surfaces sloped to drain for trueness of slope using a straightedge. Correct high areas _ 1 by grinding after the concrete has cured at least 14 days. 2. Correct low areas during, or immediately after, completion of surface finishing operations by cutting out low areas and replacing with fresh concrete. Finish repaired areas to blend into adjacent concrete. 160-10049-000 03315-4 Cast -In -Place Concrete G. Patching Material. Same as surfaces to be patched. Place, compact and finish as required to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. 3.4 CONCRETE CURING AND PROTECTION A. Protect freshly placed concrete from premature drying and excessive cold or hot temperature, and maintain without drying at a relatively constant temperature for the period of time necessary for hydration of the cement and proper hardening of the concrete. B. Start initial curing as soon as free water has disappeared from the concrete surface after placing and finishing. Weather permitting, keep continuously moist for not less than 72 hours. C. Begin final curing procedures immediately following initial curing and before the concrete has dried. Continue final curing for at least 168 cumulative hours during which the concrete has been exposed to air temperatures above 50°F. D. Perform curing of concrete by moist curing, by moisture -retaining cover curing, by membrane curing, or by combinations thereof. 1. Moisture Curing. Keep the surface of the concrete continuously wet by covering with water. 2. Moisture -Cover Curing. Cover the concrete surfaces with the specified moisture -retaining cover for curing concrete, placed in the widest practicable width with sides and ends lapped at least 3 inches and sealed with waterproof tape or adhesive. Immediately repair any hole or tear. 3. Liquid Membrane Curing. Apply the specified membrane -forming curing compound to damp concrete surfaces as soon as the water film has disappeared. Apply in a uniform 2-coat continuous operation by power spray equipment in accordance with manufacturer's directions. Do not use on surfaces which are to be covered with a coating material applied directly to the concrete, such as liquid floor hardener, waterproofing, dampproofing, membrane roofing, flooring, painting, and other coatings. E. On colored concrete, apply Lithochrome Colorwax in accordance with manufacturer's printed instructions in.colors to match the colored concrete selected. 3.5 CONCRETE FINISHES A. Standard Rough Form Finish. Provide rough form finish to all concrete formed surfaces that are to be concealed in the finish work or by other construction. Repair surface defects and rub down all fins or other projections exceeding 1/4 inch in height. B. Standard Smooth Finish. Provide standard smooth finish for all concrete surfaces exposed to view on exterior or interior, except wearing surfaces. 1. After form removal, all porous or honeycombed areas and spalled areas shall be corrected by chipping away all loose or broken material to sound concrete. 2. Feather edges shall be eliminated by cutting a face perpendicular to the surface. Shallow cavities shall be repaired using adhesive grout or epoxy grout. If judged repairable by the Architect, large defective areas shall be corrected using concrete or other material approved by the Architect. 3. Holes and spalls caused by removal of metal ties, etc., shall be cleaned and filled with adhesive grout or epoxy grout unless otherwise directed. Exposed parts of metal chairs on surfaces to be finished by rubbing shall be chipped out to a depth of 1/2 inch and the surface repaired. 4. All fins, runs, drips or mortar shall be removed from surfaces which remain exposed. Form marks and chamfer edges shall be smoothed by grinding and/or dry rubbing. 5. Grease, oil, dirt, curing compound, etc., shall be removed from surfaces. 6. Discoloration resulting from spillage or splashing or asphalt, paint or other similar material shall be removed. 160-10049-000 03315-5 Cast -In -Place Concrete C. �-z i 7. Repairs shall be dense, well bonded and properly cured, and when made on surfaces which remain exposed shall be finished to blend with the surrounding concrete. Monolithic Slab Finishes. 1. Scratch Finish. Apply scratch finish to monolithic slab surfaces scheduled to receive concrete topping, floor topping or thick -bed file installation, Portland cement topping, Portland cement terrazzo and other bonded applied cementitious finish flooring material. After placing slabs, strike off to a plane to a tolerance not exceeding 1/4 inch in 2'-0" when tested with a 2-foot straightedge. Slope surfaces uniformly to drains where required. After leveling, roughen the surfaces before the final set with stiff brushes, brooms or rakes. - 2. Float Finish. Apply float finish to monolithic slab surfaces that are to receive trowel finish and other finishes as hereinafter specified. After placing concrete slabs, begin floating when the surface water has disappeared or when the concrete has stiffened sufficiently to permit the operation of power -driven float or both. Check and level the surface plane to a tolerance not exceeding 1/4 inch in 10 feet when tested with a 10-foot straightedge placed on the surface at not less than two different angles. Cut down high spots and fill all low spots; uniformly slope surfaces to drains. Immediately after leveling, refloat the surface to a uniform, smooth granular texture. 3. Trowel Finish. Apply trowel finish to monolithic slab surfaces that are to be exposed to view, unless otherwise shown, and slab surfaces that are to be covered with resilient flooring, paint or other thin-film coating system, and carpet. After floating, begin the first trowel operation using a power -driven trowel. Begin final troweling when the surface produces a ringing sound as the trowel is moved over the surface. Provide a surface plane tolerance not exceeding 1/4 inch in 10 feet when tested with a 10-foot straightedge, placed on the surface at not less than two different angles. Grind smooth defects which would telegraph through applied floor coverings. Patch cracks in concrete slabs scheduled to remain exposed or to receive resilient tile, floor coatings or sealers. 4. , Broom Finish. Apply broom finish to exterior platforms, ramps, paving and walks. Immediately after trowel finishing, roughen surface by brushing in direction perpendicular to traffic route. , END OF SECTION 160-10049-000 03315-6 Cast -In -Place Concrete f i i Southwest Pump Station City of Lubbock SECTION 03412 PRECAST PRESTRESSED CONCRETE HOLLOW CORE SLABS PART1-GENERAL 1.1 SUMMARY Provide lightweight precast prestressed concrete hollow core slab units, including all accessories necessary for a completed installation including erecting, connecting and securing units as well as installing any concrete topping, filler or closure panels, and all other accessories. 1.2 SUBMITTALS Do not begin fabrication until submittals have been reviewed. Submit the following items for review. A. Certificates. Submit the manufacturer's certificates giving the properties of prestressing steel strand proposed for use. List the manufacturer's test number and heat number, chemical analysis, yield point, tensile strength and percent elongation. When foreign manufactured steel strands are proposed for use, the material shall be tested for conformance to ASTM requirements by a certified independent testing laboratory located in the United "States. Certification from any other source is not acceptable. Furnish copies of the test reports for review. Do not begin fabrication until the material has been reviewed. The cost of testing shall be borne by the supplier. B. Concrete Mix Desieri. Submit the proposed concrete mix design including results of cylinder tests and admixture data. Cylinder tests from previous members, cast by the manufacturer, using the proposed mix design may be submitted in lieu of mix design trial cylinders. C. Shop Drawing. Show placement plans and complete details of all units, including reinforcement, inserts, lifting points, location of openings, anticipated camber, anchorage details, member identification marks erection procedures and any other pertinent items. D. Manufacturer's Product Data. Submit bearing pad manufacturer's product data. 1.3 QUALITY ASSURANCE The manufacturer's plant shall be certified under the Prestressed Concrete Institute Plant Certification Program and carry the designation "PCI Certified Plant." If the plant is not certified by PCI, submit information on capability and productivity for review. 1.4 DESIGN CRITERIA A. The design of precast prestressed concrete hollow core units shall be the responsibility of the manufacturer. The manufacturer shall submit complete drawings, sealed by a Professional Engineer registered in the State of Texas, for review. In addition to the items listed in the submittal requirements of this section, the drawings shall show all loads used in the design of the members. Review is for conformance to the project requirements only and does not relieve the Contractor of his responsibility to provide adequately designed members. la B. Design shall be in accordance with ACI 318 and local building codes. 160-10049-000 034I2-1 Precast Prestressed Concrete Hollow Core Slabs C. The hollow core units shall be designed to support the following Ioads: 1. Dead load of the unit. 2. Additional uniform dead load of 10 psf. 3. Uniform live load of 150 psf. D. The manufacturer shall provide any additional reinforcing required for handling and transportation stresses. E. Provide galvanized steel hangers as required to support the ends of members interrupted by large openings. 1.5 HANDLING, STORAGE AND TRANSPORTATION A. Prestressed concrete members shall be handled carefully in a manner which will not cause damage. Members shall be stored off the ground on timber skids. They shall be level to avoid twisting or introduction of other undesirable stresses. Members shall not be moved from the fabricator's yard until completion of the curing period. B. Prestressed concrete members shall be lifted and supported during transporting and erection operations only at the lifting or supporting points shown on the shop drawings, and with the lifting devices embedded in the members by the manufacturer. C. Transportation, site handling and erection shall be performed with acceptable equipment and methods, and by qualified personnel. PART2-PRODUCTS 2.1 MANUFACTURERS The units shall be the product of a manufacturer regularly engaged in the manufacture of precast prestressed concrete hollow core slab units. Acceptable manufacturers are: A. Gate Concrete Products Company. B. Featherlite Precast Corporation. C. Flexicore Company, Inc. D. Or approved substitution. 2.2 CONCRETE A. Materials. 1. Portland Cement. ASTM C 150. 2. Aggregate. ASTM C 330. 3. Water. Water shall be clean, fresh and free from injurious amounts of mineral or organic substances. 4. Admixtures. Use of admixtures containing calcium chloride is not permitted. B. Compressive Strength. The concrete shall develop the following minimum strengths as determined by compression cylinder tests prepared and tested in accordance with ASTM C 39. I . At initial prestress: 3500 psi. 2. At 28 days: 5000 psi. 160-10049-000 03412-2 Precast Prestressed Concrete Hollow Core Slabs 4 __ i C. Mix Design. The producer shall provide a mix design that will develop the specified minimum compressive strength and that will be compatible with his method of production. 2.3 REINFORCING A. Reinforcing Bars. Deformed bars conforming to ASTM A 615, Grade 60. B. Welded Wire Fabric. Conform to ASTM A 185. Furnish in flat sheets. C. Prestressing Strands. Conform to the requirements of ASTM A 416. 2.4 GROUT Mixture of three parts sand to one part cement with sufficient water to produce a 6-inch slump. 2.5 MANUFACTURING A. Casting. Units may be cast in forms or extruded in accordance with the producer's normal method of production. When cast in forms, the forms shall be made of rigid steel and shall be free from dents, gouges or other irregularities. When possible, holes larger than 6 inches in diameter or 6 inches square shall be cast -in by the manufacturer. Chamfer or round all comers. B. Testing. Concrete cylinders representative of the work shall be taken and tested by the manufacturer. The test reports shall be submitted to the Engineer. A minimum of four test cylinders for every 25 members cast or four test cylinders per day if less than 25 members are cast in one day will be required. Test two of each set of four for 7-day strength and two for 28-day strength. C. Finish. 1. Sides and bottom of cast units shall have a smooth form finish. Sides and bottom of extruded units shall have a wood float finish 2. Top surface of units shall have a wood float finish. D. Curing. The units shall be cured by steam or other suitable means to obtain the required compressive strength. During the curing period, the units shall be properly protected to prevent drying of the surfaces. E. Shop Markings. All units shall have shop markings, either painted or labeled at a place that will not be exposed in the completed structure, indicating location and position in the structure in accordance with the manufacturer's layout drawings. Units shall be marked to identify the top side. F. Tolerances. All units shall be straight and true to the required dimensions within the tolerances given in Division V, Section 5 of PCI MNL-116, Manual for Quality Control for Plants and Production of Precast Prestressed Concrete Products. G. Basis for Rejection. 1. Any unit not meeting required tolerances or which has been cracked, broken or warped during handling will be rejected. 2. Units will be rejected if a crack is open sufficiently to permit moisture to reach reinforcement or to indicate that reinforcement has been distorted. If a crack shows spalling, the unit will also be rejected. c. 3. Fine hairline cracks which do not extend to the plane of the nearest reinforcement do not normally constitute cause for rejection. However, if such cracks are numerous and extensive enough to suggest inadequate curing, the member will be rejected. 4. Units with unsatisfactory surface finish will be rejected. l 60-10049-000 03412-3 Precast Prestressed Concrete Hollow Core Slabs ...___ _q n, ,: o.� ...�._.; ......_.� �...._� _.._, .�. Southwest Pump Station City of Lubbock SECTION 03605 GROUTING PARTI-GENERAL 1.1 SUBMITTALS Acceptable brands of materials are specified herein. If substitutions are proposed by the Contractor, submit the following information on the proposed substitution for approval before delivery to the project: A. Manufacturer's technical literature including manufacturer's specifications for mixing and placing of the grout. B. Results of tests performed by a certified independent testing laboratory showing conformance to ASTM C 1107 and the requirements of this specification. C. Provide test data from an independent laboratory indicating that the grout, when placed at a fluid consistency, will achieve 95 percent bearing under a 4-foot by 4-foot base plate. 1.2 QUALITY ASSURANCE Manufacturers of proprietary products shall make available, at no cost and upon 72 hours' notification, the services of a qualified, full-time employee to aid in assuring proper use of the product under job conditions. 1.3 DELIVERY AND STORAGE A. Nonshrink grout shall be delivered to the project in unopened containers and shall bear intact manufacturer's labels. Containers that are tom or damaged such that the nonshrink grout material has been exposed to the elements shall be discarded. B. Store all nonshrink grout material in dry shelter and protect from moisture. PART2-PRODUCTS - 2.1 MANUFACTURERS A. The Euclid Chemical Company, "Euco N-S Grout." B. Master Builders, "Masterflow 713." C. U.S. Grout Corporation, "Five Star Grout." D. Or approved substitution. 2.2 NONSHRINK GROUT Grout shall contain nonmetallic natural aggregate and shall be nonstaining and noncorrosive. Grout shall be preblended factory -packaged material manufactured, under rigid quality control, specifically for use in transferring heavy loads. The nonshrink grout shall conform to the following requirements: 160-10049-000 03605-1 Grouting PART2-PRODUCTS 2.1 MATERIALS A. Rolled Steel Plates, Shapes and Bars. ASTM A 36 or ASTM A 992. B. Bolts. ASTM A 325 or as specified on the drawings. Bolts in slip -critical connections (designated as Type SC) shall be installed with direct -tension load indicator washers or shall be Le7eune Tension Control High Strength Bolts. Bolt torque estimation by other methods is not acceptable. C. Anchor Bolts. ASTM A 307, Section 1 c or A 36. D. Shop Paint. SSPC (Steel Structures Painting Council) Paint Specification No. 13, Red or Brown One -Coat Shop Paint. Members that are to receive sprayed fireproofing shall be primed with Tnemec Series 394, or approved substitution conforming to ASTM E 736. E. Shrinkage Resistant Grout (SR G). Corps of Engineers CRD-621-80, pre -mixed, factory packaged, nonmetallic aggregate mortar grouting compound, such as Euclid "High -Flow" nonshrink grout or Master Builders "Masterflow 713," or approved substitution. 2.2 FABRICATION A. Connections. Weld or bolt shop connections, bolt field connections except as otherwise noted on the drawings. Design connections not otherwise detailed or noted for half the total uniform load capacity tabulated in the appropriate beam load tables, AISC."Manual of Steel Construction." $- Holes. Provide holes required for securing other work to structural steel. C• Base Plates. Column to base plate connection shall be fillet welded all around. Size shall be AWS minimum for the thickness of materials joined (3/16 inch minimum) unless noted otherwise on the drawings. 2.3 WELDING I Comply with AWS code of procedures, appearance and quality of welds and methods used in correcting welding Work. Assemble and weld built-up sections by methods which will produce true alignment of axes without warp. 2-4 ZINC (HOT GALVANIZED) COATING For members or fabricated assemblies shown to be galvanized, comply with ASTM A 123 for products fabricated -frorn rolled, pressed and forged steel shapes, plates, bars and strips. Comply with ASTM A 385 for zinc coating on assembled steel products, with weight of coating as indicated in Table 1. Galvanize after fabrication. Repair any area damaged during erection with "Galvweld" or approved substitution. 2-5 SHOP PAINTING A- Surfaces. Shop paint all steel work except surfaces to be welded, or galvanized surfaces, or surfaces to r-eceive sprayed fireproofing. - System. Paint steel work a one -coat shop paint system in accordance with SSPC 7.01. Paint shall be not ss than 1 mil dry film thickness at any point. 3 60-10049-000 05120-2 Structural Steel Framing PART3-EXECUTION 3.1 INSTALLATION A. Furnish anchor bolts for installation under Section 03315. B. Temporary Shoringand Bracing. Provide temporary shoring and shoring members as required, with connections of sufficient strength to bear imposed loads. Remove temporary members and connections when permanent members are in place and final connections are made. Provide guy lines to achieve proper alignment of the structure as erection proceeds. C. Setting Bases and BearingPlates. lates. 1. Clean concrete and masonry bearing surfaces of bond -reducing materials and roughen to improve bond to surfaces. Clean the bottom surface of base and bearing plates. 2. Set loose and attached base plates and bearing plates for structural members on wedges, or other adjustable devices. Tighten anchor bolts after supported members have been positioned and plumbed. 3. Mix bedding mortar in strict accordance with the manufacturer's instructions. Pack bedding mortar solidly between bearing surfaces and bases or plates to ensure no voids remain. Finish exposed surfaces and allow to cure in strict compliance with manufacturer's instructions. D. Set structural frames accurately to the lines and elevations indicated. Align and adjust the various members forming a part of a complete frame or structure before permanently fastening. Adjust to compensate for discrep- anciesin elevations and alignment. Level and plumb individual members of the structure within specified AISC tolerances. E. Splice members only where shown or specified. F. . Do not enlarge unfair holes in members by burning or by use of drift pins. Ream holes that must be enlarged to admit bolts. G. Do not use gas cutting torches in the field for correcting fabrication errors in structural framing. END OF SECTION 160-10049-000 05120-3 Structural Steel Framing No Text Southwest Pump Station City of Lubbock SECTION 05210 STEEL JOIST FRAAIHNG PARTI-GENERAL 1.1 SUBMITTALS A. Shop Drawings. Check by fabricator and Contractor before submission; show layout of joists, special connections, anchorages and bridging. B. Manufacturer Oualifications. To be considered for approval, a manufacturer shall have been checked by the Steel Joist Institute and found to conform to the Institute's Standard Specifications and Load Tables for types of joists required; or manufacturer shall submit complete structural calculations for his products. Prepare calculation sheets in such manner that they can be checked by Structural Engineer on this project. Submit affidavits with calculations that steel used complies with yield designations set forth in the Standard Specifications. Calculations shall be sealed by a Professional Engineer registered in the State of Texas. Affidavits shall be signed by an officer of the company. 1.2 STORAGE Protect steel joists stored at jobsite from dirt and other harmful matter. Store above ground on platforms, pallets or other supports. PART2-PRODUCTS 2.1 MATERIALS A. Joists. Conform to Standard Specifications. Sizes and types shall be as shown on the drawings. Label each joist with an identifying mark. Joists shall be cambered in accordance with the standard specifications unless otherwise shown on the drawings. B. Bolts. ASTM A 325. C. Shon Paint. SSPC 15 - Type I (Red Oxide). Apply to joists, bridging and accessories. D. Bridging. Provide bridging in accordance with Standard Specifications. Attach horizontal bridging by welding. Attach diagonal bridging as required by the Standard Specifications. PART3-EXECUTION 3.1 HANDLING AND ERECTION A. Comply with Standard Specifications. B. Set joists to lines, levels and spacing indicated. t C. Install bridging immediately after joist erection, before any construction loads are applied. Anchor ends of bridging lines at top and bottom chords where terminating at walls or beams. 1 160-10049-000 05210-1 Steel Joist Framing No Text Southwest Pump Station City of Lubbock SECTION 05530 STEEL FLOOR GRATING PARTI-GENERAL 1.1 SUBMITTALS Do not begin fabrication until after submittals have been approved. Submit the following information for review. A. Shop Drawings. Submit shop drawings indicating depth, thickness and spacing of bars, top surface treatment, finish, hold-down clip type, and the manufacturer's name and grating type. Show fabrication details, piece mark numbers and piece locations. Reproduction of design drawings for use as shop drawings will not be allowed. B. Manufacturer's Product Data. Submit manufacturer's product data on the grating proposed for use by the Contractor. The data shall contain sufficient information, including load tables, to evaluate conformance to these specifications and suitability for the intended use. 1.2 QUALITY ASSURANCE Prior to fabrication, take necessary field measurements of previously installed construction so that work will fit properly. Members that do not fit properly shall be replaced unless written approval for their modification has been obtained from the Architect/Engineer. 1.3 PRODUCT DELIVERY AND STORAGE A. Each grating section must be tagged with a weatherproof tag showing piece mark number corresponding with reviewed shop drawings. B. Grating shall be protected during shipping and storage to prevent finish scratches, nicks, gouges or dents. Damaged material must be replaced without additional cost to the Owner. PART2-PRODUCTS N�ZXVWWT M. A. Grafting. All grating shall be galvanized electro pressure welded steel grating conforming to the size indicated on the drawings. B. Hold-down Clips. Provide galvanized steel or stainless steel hold-down clips and bolts or studs of the type shown on the drawings. Self -drilling screws may be substituted for bolts or studs. Provide a minimum of two hold- down clips on each end of each piece of grating. When grating is continuous over intermediate supports, provide a minimum of two hold-down clips at each intermediate support. Grating over access ladder and sump shall be fabricated in a single span with 1-foot maximum widths. Grating over access ladder and sump shall not be secured. a 2.2 FABRICATION A. Perform work in accordance with reviewed shop drawings as modified for actual field measurements. 160-10049-00 05530-1 Steel Floor Grating B. Grating shall span in the direction of the short span unless indicated otherwise. C. Provide accurately cut openings in gratings to suit penetration of piping, equipment and other items of work. Where possible, grating shall be laid out so that openings are centered on a joint between adjacent sections of grating. Cutouts around pipe penetrations may be made in the field. D. Cuts shall be clean and smooth without fins, beads or other projections. Cross bars shall be cut off flush with the outside face of the bearing bar. E. All fabrication welding shall be done in the shop. Welding shall conform to the requirements of the American Welding Society D1.1 - Structural Welding Code - Steel. F. Ends of grating sections and cutouts with dimensions larger than 6 inches shall be banded. Banding bars shall be the same size as the bearing bars. End bands shall be welded to first, last and every third intermediate bar. Banding bars at cutouts shall be welded to every bearing bar and cross bar. G. All steel grating shall be hot -dip galvanized after fabrication in accordance with the requirements of ASTM A 123. PART3-EXECUTION 3.1 INSTALLATION Install in accordance with approved shop drawings. Grating shall fit on seats and support beams without binding or rocking. Fasten grating with hold-down clips as specified. 3.2 TOUCH-UP Touch-up damaged galvanized surfaces, field cutouts and field welds with two coats of the galvanized repair coating specified. - 3.3 PROTECTION OF INSTALLED GRATING After installation, the grating shall be protected as required to prevent damage during completion of the contract. Damaged material shall be replaced without additional cost to the Owner. END OF SECTION 160-10049-00 05530-2 Steel Floor Grating Southwest Pump Station City of Lubbock SECTION 06615 FIBERGLASS REINFORCED PLASTIC (FRP) PART1-GENERAL 1.1 SUBMITTALS A. Bidder's Certification. Prior to fabrication, submit a Letter of Certification stating that fabrication will be in full and complete accordance with the provisions of Part 2 of this Section and providing the following: 1. The product identification of the resin(s) intended for use on this project together with the resin manufacturer's product literature presenting test results verifying the ability of typical Iaminates to achieve the minimum physical properties required under Part 2. 2. The specific statement that all formulation and fabrication methods and procedures shall be in conformity with those under which the resin manufacturer's test results, above, were obtained. 3. A warranty form including the minimum provisions set forth under 1.6, below. B. Samples. Prior to start of fabrication, submit samples representative of the specified surface texture, finish and color. Review shall be for surface texture, finish and color only. C. Drawings. Prior to start of fabrication, submit shop drawings completely detailing each prefabricated FRP component and including locations, sizes and shapes of components; proposed joining details; details and locations of any internal supports, stiffeners and/or anchorages; provisions for the work of other trades shown on contract drawings; and installation details including allowable tolerances for adjoining structural members and/or attachment substrates as well as required hardware. 1.2 JOB CONDITIONS A. Assure conformity of all as -built structural and attachment substrate dimensions to the allowable tolerances for proper installation of prefabricated FRP components. B. Confirm the acceptability of all underlying structure and/or attachment substrate prior to allowing installation of FRP components to proceed. C. Coordinate delivery and installation of FRP components with the work of other trades. D. Do not allow work involving the use of resin or resin based materials to proceed at temperatures below 45 degrees F. 1.3 HANDLING AND STORAGE A. Handling. Protect the surface of cladding units from cuts, scratches, gouges, abrasions and impacts. Do not use wire slings unless material is fully protected. Use spreader bars when lifting. B. Storage. Store panels under cover. Keep panels dry. Stack panels off ground with one end elevated to permit draining of incidental water which can permanently stain panels. 1.4 WARRANTY 1" 160-10049-000 06615-1 Fiberglass Reinforced Plastic (FRP) The minimum acceptable warranty provisions for FRP components shall be: A. All fabrications will be in accordance with approved drawings and specifications, B. Materials and workmanship will meet or surpass industry standards for similar work. C. Any components found to be defective in materials or workmanship within 12 months after substantial completion shall be either repaired or replaced at the option of the fabricator. PART2-PRODUCTS 2.1 APPROVED MANUFACTURER A. Strongwell (MMIYIFG), Bristol, VA, (540) 645-8000, or approved substitution having a minimum of 5 years prior experience in the fabrication of structural FRP components. B. H&F Manufacturing Corporation (Phase 2), Feasterville, PA, (800) 474-2732, or approved substitution PVC or FRP conforming with 2.2B below. 2.2 FRP COMPONENTS A. Structural Components. Pultruded AExtren 625" series by Strongwell. Structural components shall meet the performance criteria for the spans indicated on the drawings. Product compliance with criteria shall be based on wind speed of 90 mph, Exposure C, and 20 pounds per square foot rooftop live load. B. Wall and Roof Panels. APhase 2" PVC or ATuff Span.@ -1. Resin Type. Resin shall be premium grade, chemically resistant isophthalic polyester, isophthalic polyester -FM approved, or vinyl ester, or PVC depending on panel selected. 2. Glass Reinforcement. Reinforcement shall be straight and continuous, with fibers oriented in two directions (along the length and width of unit). Glass content shall be a minimum of 47 percent by weight. 3. Flame Spread. Cladding shall have a Class 1 flame spread rating (25 or less when tested in accordance with ASTM E 84), shall be listed by UL and bear the UL label. 4. FM Approval. Units shall be approved by Factory Mutual for use without height restrictions in .- unsprinklered applications. Panels shall be Factory Mutual approved for Class 1 fire and 1-90 windstorm classifications. H 5. UV Resistance. Panel material shall be made from a UV stabilized resin modified with acrylic monomers. Additional UV resistance shall come from surfacing mats and a surface coating of an acrylic polymer. 6. Color. White. 7. Lengths. Lengths shall be as shown on drawings; no end laps permitted. 8. Flashing and Trim Accessories shall be of thickness, dimensions and profile required for a complete installation of cladding as shown on the drawings. i- r 160-10049-000 06615-2 Fiberglass Reinforced PIastic (FRP) 9. Structural Fasteners with Sealing Washers. Fasteners shall be non-metallic, spaced and installed per manufacturer=s recommendations or the drawings. 10. Sealant tape for side laps: 3/32-inch thick non -shrinking non -hardening butyl tape. Sealant: GE ASilPruf@ silicon sealant or as recommended by manufacturer. PART3-EXECUTION 3.1 INSPECTION Installer shall inspect areas and conditions under which components are to be installed and notify the Contractor of any deficiencies affecting installation. Do not proceed with installation until deficiencies have been corrected. 3.2 PREPARATION A. Confirm reference points and elevations provided by the Contractor for installation of prefabricated components. Lay out components from said reference points and elevations referring any discrepancies to the Contractor. B. Pilot Holes in Panels. Pilot holes shall be drilled in panels for all fasteners. Drill holes with a sharp carbide -tipped sheeter=s bit. Pilot holes in panels shall be sized so that the fastener threads just clear the edges of :.:the hole. C. Pilot Holes in Supports. Pilot holes must be drilled in supports for non-metallic fasteners at drill speeds of 500 rpm or less. Pilot holes in supports shall be sized as recommended by the component or fastener manufacturer. 3.3 INSTALLATION A. General. Install and detail all prefabricated components in required locations, plumb, level, sloped or square as required, in required planes with related surfaces securely anchored in place. B. Specialty Materials. Resin -based specialty materials, if required, shall be as specified by the approved manufacturer of prefabricated FRP components. Material Safety Data Sheets for these materials shall be placed on file with the Contractor prior to proceeding with the work of this section. Included are the following: 1. Resin, catalyst and reinforcement for the purposes of attachment, repair or structural splicing. 2. Bonding putty and catalyst for the purposes of attachment, repair or joining. 3. Finishing putty and catalyst for the purpose of "floating" or detailing joints. 4. Gel coat and catalyst for the purpose of retouching or repairing gel -coated surfaces. C. Attachment. Attachment and attachment procedures shall be as specified on approved shop drawings. D. Joining. Joining, if required, shall be by means of the manufacturer's recommended bonding putty along the properly prepared surfaces of the flanges provided. 3.4 ADJUSTMENT AND CLEANING A. Repair in accordance with manufacturer's written procedures and/or remove and replace any damaged or defective FRP components. '" 160-10049-000 06615-3 Fiberglass Reinforced Plastic (FRP) 160-10049-000 06615-4 FibergIass Reinforced Plastic (FRP) Southwest Pump Station City of Lubbock SECTION 07110 DAMPPROOPING PARTI-GENERAL 1.1 SUBMITTALS Provide manufacturer's product literature, Material Safety Data Sheets, and installation instructions for all materials proposed for use. 1.2 QUALITY ASSURANCE Materials and methods shall be as specified unless contrary to approved manufacturer's directions or trade practice or unless Contractor believes they will not produce a watertight job. Where any of these conditions occur, Contractor shall submit written notification. Deviation from procedure specified will be permitted only upon Architect/Engineer's prior written approval and providing that work is guaranteed by Contractor. If, prior to beginning work, Contractor does not provide written notification of proposed changes, it will be assumed that he agrees that materials and installations specified will produce results desired, and that he will furnish warranty as specified. PART2-PRODUCTS 2.1 MATERIALS A. Mastic Dampproofing. Fiber reinforced emulsion base asphalt mastic for application by brush or spray. Hydrocide 700 B by Sonneborn of ChemRex, Inc., or "Dehydratine 6" by A. C. Horn (Tamms Industries) or comparable Koppers or Henry product. Product selected shall comply with ASTM D 1227, Type II, and shall be compatible with cavity wall insulation. B. Fabric. Coated glass fabric, 20- by 10-thread count. "Glass -Fab" manufactured by the Koppers Company, or approved substitution. PART3-EXECUTION 3.1 INSTALLATION - GENERAL A. Location of the various dampproofing and flashing materials is shown on the drawings and specified herein. Where a specified material is indicated one or more times in a specific application or location, that material shall be fiunished at all similar applications or locations whether specifically noted or not. B. Substrates shall be smooth, dry and free of foreign material that would be detrimental to adhesion such as dust, sand, dirt, oil, grease, water, frost, ice or wax. Concrete and masonry substrates shall have cured for at least 7 days and be free of voids, holes and sharp protrusions. C. Temperature at least 40°F {4.5°C} and rising. Rain shall not be imminent. 160-10049-000 07110-1 Dampproofmg 3.2 1 DAMPPROOFING MASONRY BACKUP A. Apply mastic dampproofing in accordance with manufacturer's printed instructions and recommendations except as otherwise specked herein. B. Surfaces to be Dampproofed. 1. Outer face of inner wythe of exterior cavity walls. 2. Outer face of inner wythe of solid masonry exterior walls. C. Where pipes, conduits or sleeves pass through dampproofed surfaces pack space around penetration and carefully build up dampproofing material to provide watertight installation. D. Apply material by trowel, spray or brush in two full coats to a minimum thickness of 118 inch (3). May be applied to damp substrate, but shall not be applied where rain is imminent or when temperature is below 40°F {4.5°C}. E. Protect adjacent work by masking, covering, or other precautions as required. Clean adjacent work soiled by work of this section. 3.3 PROTECTION Take measures necessary to protect dampproofing and flashing systems from damage from subsequent construction operations. Repair all damage. 160-10049-000 07110-2 Dampproofmg Southwest Pump Station City of Lubbock SECTION 07220 ROOF AND DECK INSULATION PART1-GENERAL A. Product Data. Submit Material Safety Data Sheets and manufacturer's product literature, including property values of the specified insulation, and installation instructions. B. Shop Drawings. 1. Submit engineered shop drawings for the complete installation of the tapered roof insulation system prior to fabrication. 2. Indicate identification of each insulation board, sequence of laying, all roof slopes and thicknesses of insulation. C. Certification. Submit extruded polystyrene insulation manufacturer's certification that his product complies with specification requirements and is suitable for the use indicated. 1.2 JOBSTTE CONDITIONS A. Environmental Reouirements. 1. Apply insulating materials in dry weather. 2. Do not apply insulation when the ambient temperature is below 40°F 14.5'Q. B. Protection. 1. Do not leave installed insulation exposed to the weather. Cover with white (not clear or black) polyethylene or canvas and waterproof at once. 2. Provide special protection and avoid heavy traffic at all times. 3. Restore to original condition or replace any insulation, including applied vapor barriers, damaged during installation. PART2-PRODUCTS 2.1 MANUFACTURERS Products of the following manufacturers which comply with this specification are acceptable: Owens-Corning, Johns -Manville, CertainTeed and Celotex. 2.2 MATERIALS A. Expanded Perlite. ASTM C 728-89a, with minimum thickness as recommended by roofing membrane manufacturer. I"I B. Tapered Perlite: ASTM C 728. 160-10049-000 07220-1 Roof and Deck Insulation C. Bituminous Asphalt. ASTM D 312, Type I. D. Fasteners. 1. Corrosion -resistant screw fasteners as recommended by roof membrane manufacturer, with minimum pull-out resistance of 800 pounds. 2. Factory Mutual tested and approved with 3-inch coated disc for Factory Mutual I-90 rating, length required to penetrate metal deck plus 1 inch. 2.3 FABRICATION OF TAPERED INSULATION A. Tapered roof insulation shall be factory pre-cut boards cut to provide a continuous slope. Identify each piece of insulation board in accordance with approved shop drawings. B. Slone. As indicated on drawings. If not indicated, provide minimum slope of 1/8 inch per foot {10 mm/m?. Minimum thickness 1/2 inch at low point. C. Crickets, Hog -backs Saddles Cants and Other Special Slopes. Fabricate from same insulation as specified for tapered insulation boards. PART3-EXECUTION 3.1 EXAMINATION A. Verify that work of other trades which penetrates the roof deck or requires workmen and equipment to traverse the roof deck has been completed. B. Examine surfaces for inadequate anchorage, foreign material, moisture and unevenness which would prevent the application of insulating materials as specified. C. Do not proceed with installation until defects are corrected. 3.2 APPLICATION A. Install per manufacturer's instructions and as specified herein. B. Apply insulation over vapor retarder in a hot mopping of asphalt, using not less than 35 pounds per 100 H square feet {1.7 kg/m2}. C. Lay insulation with joints in tight contact and end joints staggered. Where more than one layer of insulation is used, stagger joints in each layer and mop between layers. D. Neatly cut and fit insulation around projections through roof and against nailing strips. Leave a 1/4-inch {6) joint between insulation and vertical surfaces. E. Place no more insulation than can be made watertight in one working day. F. Temporarily seal all exposed edges of insulation by lapping roofing materials over them and mopping into place. Remove laps upon resumption of work. 3.3 CLEANING Remove bitumens from surfaces other than those receiving bituminous roof coatings. 160-10049-000 07220-2 Roof and Deck Insulation �s END OF SECTION 160-10049-000 07220-3 Roof and Deck Insulation Southwest Pump Station City of Lubbock SECTION 07534 EPDM ROOFING PART 1-GENERAL lxl 1_403TINM1> A. Product Data. Material Safety Data Sheets and manufacturer's literature showing compliance with requirements of this Section B. Shop Drawings. Installation layout and details. C. Warranty, Roofing manufacturer's standard guarantee for the roofing system shall be submitted with product data. Failure by the Contractor to submit a draft guarantee will be sufficient cause for disapproval of the Contractor's submittal. Submit fully executed warranty prior to substantial completion. 1.2 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery. Materials shall be delivered to the job site in the manufacturer's original, unopened packages, clearly marked with the manufacturer's name, brand name, and description of contents. B. Storage. Membrane flashing and adhesives shall be stored in clean, dry areas. Storage temperature for adhesives shall be between 60 and 80 degrees F {I 6 and 27 degrees C} . C. Handling. Use liquid components, including adhesives, within their shelf life. When hazardous materials are involved, adhere to the manufacturer's special precautions. Remove materials contaminated by moisture. 1.3 JOBSITE CONDITIONS A. Install materials only when conditions meet the manufacturer's printed instructions. Do not install materials during high winds, inclement weather, when air temperature is below 40°F {4.5°C} or is expected to go below 40°F {4.5°C} within 24 hours after installation, or when there is visible ice, frost or dampness on the roof deck or insulation. B. Protect adjacent components during the transport and application of all materials; do not exceed safe live load limits of roof deck. C. Restore or replace other work or materials damaged during the handling and application of roofing materials. D. Keep liquids in airtight containers; keep containers closed except when removing materials. E. Do not use adhesives near sparks or open flame. Avoid excessive adhesive application and adhesive spills. F. Do not allow contact between various materials through mixing of remains or the dual use of mixing, transporting or application equipment. I60-10049-000 07534-1 EPDM Roofing 1 1A EXTENDED WARRANTY The installed roofing system shall be guaranteed by the roofing manufacturer for at Ieast 5 years against failure to resist penetration of moisture. r1l PART2-PRODUCTS 2.1 MANUFACTURERS Subject to compliance with requirements, manufacturers offering products that may be incorporated in the work are Johns Manville (UltraGuard Adhered System), Carlisle SynTec Systems (Sure -Seal Adhered System), Firestone Building Products Company (Rubbergard Adhered Roofing System), Versico (Versigard Roofing System), and Mule -Hide (Fully Adhered EPDM System). Naming of unapproved manufacturers will be grounds for rejection of bids. 2.2 EPDM MEMBRANE Shall conform to ASTM D 4637, Type I, Class U, 0.060 inch {1.5} thick 2.3 ADHESIVES 1- Bonding adhesives, splicing cements and sealants shall be types recommended by the roofing membrane manufacturer. IJ 2.4 FLASHING Durable elastomeric material compatible with the membrane specified and as recommended b the roofing P Y g manufacturer. 2.5 SEAM TAPE 3-inch {75} wide, preformed, cured, self -adhering seam tape. 2.6 NAILS AND FASTENERS - Types and sizes best suited for the purpose complying with roofing manufacturer's recommendations. 2.7 PREFABRICATED ACCESSORIES AND PIPE SEALS Types and sizes recommended by the roofing membrane manufacturer. _ 2.8 WALKWAYS Elastomeric walkboards compatible with the EPDM membrane. 2.9 PIPE SUPPORTS Model Nos. 1.5 and 311 by Miro industries, Sandy, Utah, or approved substitution. 160-10049-000 07534-2 EPDM Roofing s }' PART3-EXECUTION 3.1 PREPARATION The entire roof -deck construction of any bay or section of the building shall be completed before roofing is begun. Insulation over which EPDM roofing is installed shall conform to Section 07220, Roof Insulation. Surfaces on or against which membrane is applied shall be smooth, clean, and free from water, oil, grease, sharp edges and construction debris; all joints over 1/4 inch (6) wide shall be sealed. 3.2 INSTALLATION Follow the manufacturer's printed instructions and FM Class 1-90 rating requirements, except as otherwise specified. A. Flashing. Edges of membrane, projections through the roof and changes in roof planes shall be flashed. The splice between the flashing and the membrane shall be completed before bonding the flashing to vertical surfaces. The splice shall be sealed a minimum of 3 inches {75} on each side of the fasteners which attach the membrane to nailers. The installed flashing shall be nailed at the top of the flashing a maximum of 12 inches {300} on center under metal counterflashing or cap. Factory prefabricated pipe seals shall be used where possible. B. Membrane. 1. Membrane shall be spliced to adjoining sheets using minimum 3-inch {75) wide laps. Direction of lap shall be such that water flows over lap. Membrane joints shall be free of wrinkles and fishmouths. Mating surfaces of joints shall be cleaned. Excess adhesive on splice edges shall be removed with solvents and joints made watertight. Membrane shall be secured in accordance with the manufacturer's instructions. Apply continuous bead of lap sealant to exposed edge. Joints shall be inspected over entire length after completion and defective areas resealed where necessary to provide a watertight installation. Damaged areas of membrane shall be removed and recovered, lapping underlying membrane by at least 3 inches {75} on all sides. 2. At Contractor's option, seam tape may be used in lieu of fully adhered seams. C. Cutoffs. Cutoffs shall be installed if work is ended before weatherproofing the roof. The insulation line shall be straightened using loose -laid cut sheets and the membrane shall be sealed to the roof deck. Flutes in metal decking shall be sealed off along the cutoff edge. Membrane shall be pulled free or cut to expose the insulation when resuming work, and cut insulation sheets used for fill-in shall be removed. D. Walkways. Walkways shall be installed directly to the membrane in a full bed of adhesive. 3.3 PROTECTION Protect the roofing membrane from possible damage that may occur as a result of work by other trades. After completion of all work by other trades, remove the protection and inspect the roof. Any damage shall be repaired in accordance with the recommendations of the roofing manufacturer. END OF SECTION 160-10049-000 07534-3 EPDM Roofing Southwest Pump Station City of Lubbock SECTION 07620 SHEET METAL FLASHING AND TRIM PART1-GENERAL 1.1 SUBMITTALS A. Shop drawings for formed gravel stops, fascia, flashing and other fabricated sheet metal items specified herein. B. Color samples of color -coated sheet metal for color selection. C. Material Safety Data Sheets for lead and non-metallic materials. 1.2 QUALITY ASSURANCE Unless otherwise noted on the drawings or specked herein, comply with "Architectural Sheet Metal Manual" as published by the Sheet Metal and Air Conditioning Contractors National Association, herein referred to as "SMACNA Manual" and the recommendations of the sheet metal manufacturer. 1.3 WARRANTY Warranty for this work is combined with built-up roofing. PART2-PRODUCTS 2.1 SHEET METAL A. Galvanized Steel. ASTM A 653, lock forming quality, G115 commercial coating designation, 24-gauge 10.635} minimum unless otherwise noted. B. Stainless Steel. ASTM A 167, Type 302/304, soft temper, AISI No. 2D matte finish, 26-gauge {0.475} minimum unless noted otherwise. C. Copier. ASTM B 370, 16 ounces per square foot 14.88 kg/m2} minimum weight, cold rolled temper. D. Lead. Antimony 4 percent to 6 percent, remainder lead. Weight: 4 pounds per square foot 119.5 kg/m2}. E. Color -Coated Steel Sheets. ASTM A 653, galvanized steel, Class 1.25 commercial coating with factory finish of Korad Acrylic film, 3-mil {.076} thickness. 2.2 FASTENERS A. Nails. Flat head, wire, barbed, slating type, FS FF-N-105. B. Screws. SeIf-tapping, sheet metal type, FS FF-S-I07. C. Rivets. Type and size as recommended by sheet metal manufacturer. 160-10049-000 07620-1 . Sheet Metal Flashing and Trim I f" D. Bolts. FS FF-B-575. E. Materials. IJ 1. Galvanized Steel Sheet Metal. Use galvanized steel or cadmium plated fastenings. 2. Copper Sheet Metal. Use copper and/or bronze fastenings. , 3. Stainless Steel Sheet Metal. Use stainless steel fastenings. 4. Lead. Use galvanized steel fastenings. 5. Aluminum. Use aluminum or stainless steel fastenings. 2.3 SOLDER A. For copper and galvanized steel sheet metals: ASTM B 32, 50 percent tin, 50 percent lead. B. Flux. Comply with sheet metal manufacturer's recommendations. C. Welding Heavy Gauge Stainless Steel. Comply with sheet metal manufacturer's recommendations for welding electrodes. 2.4 ADHESIVES AND UNDERLAYMENT A. Bituminous Plastic Cement. FS SS-C-153, Type I. B. Asphalt Coating Compound. FS TT-C-494, Type H. C. Underlayment Asphalt saturated, unperforated roofing felt, ASTM D 226, Type 2. D. Slip She Building paper, FS UU-13-790, Type 1, Grade A, Style IB. 2.5 FABRICATION A. Fabricate sheet metal items to comply with profiles and sizes shown and to comply with standard industry details as shown in SMACNA Manual and as modified by the drawings or herein. B. Fabricate work with lines and comers of exposed units true and accurate. Form exposed faces flat and free of buckles, excessive waves and avoidable tool marks, considering the temper and reflectivity of the metal. Provide uniform, neat seams with minimum exposure of solder and sealant. Except as otherwise shown, fold back the sheet metal to form a hem on the concealed side of exposed edges. C. Comply with metal manufacturer's recommendations for tinning, soldering and cleaning of flux from work. D. Except as otherwise indicated, provide soldered flat -lock seams. E. Cleats. 1. Continuous. Use metal one gauge heavier than sheet metal to be supported. 2. Individual. Minimum width, 2 inches {50), using same material and thickness as sheet metal. F. Protective Base FlashinQs. Provide base flashing protections over membrane base flashing at roof hatches, skylights and other roof accessories. G. Combination Cap and Receiver. Fabricate in accordance with SMACNA Plate No. 49, Fig. A. H. Scupper. Fabricate in accordance with SMACNA Figure 1-26. 160-10049-000 07620-2 Sheet Metal Flashing and Trim t` i I. Conductor Head. Fabricate in accordance with SMACNA Figure 1-25F. J. Downspouts. Fabricate in accordance with SMACNA Figurel-32A with downspout hanger design Figure 1-35J. K. Formed Metal Coning. Fabricate in accordance with SMACNA Figure 3-1. PARTS -EXECUTION 3.1 EXAMINATION A. Do not proceed with the installation of flashing and sheet metal work until curb and substrate construction, cant strips, blocking, reglets and other construction to receive the work is completed. B. Installer must examine the substrate and the conditions under which flashing and sheet metal work is to be performed and notify the Contractor in writing of unsatisfactory conditions. Do not proceed until unsatisfactory conditions have been corrected. C. Before installing sheet metal, verify shapes and dimensions of surfaces to be covered. 3.2 DISSIMILAR METALS ISOLATION Separate dissimilar metals from each other by painting each metal surface in area of contact with a heavy application of bituminous coating or by other permanent separation as recommended by manufacturers of dissimilar metals. 3.3 INSTALLATION A. Seams. All seams required for sheet metal installation work shall be constructed in accordance with the following: i. Common Lock Seams. 5/8-inch {16) finish width, 4-ply loose lock. 2. Flat Lock Seams. 3/4-inch {I 91 finished width, 4-ply flat lock, malleted tight, sweated full with solder. 3. Drive Lock Seams. Fold back abutted edges, cover joint with 1-1/8-inch {27} wide loose drive cap. 4. Single Comer Seams. 5/8-inch {16} finish width, 3-ply loose lock, comers lapped and soldered. 5. Double Comer Seams. 5/8-inch {16) finished width; 4-ply double lock. 6. Lap Seams. 7/8-inch {22} finished width. 7. Soldered Lap Seams. 1-inch {25} finished width, sweated full with solder. 8. Cover Plate Seams. Space abutting sheets 112 inch { 12.5} apart plus fastener thickness; cover joint with 4-inch {I 00) wide back-up and cover plate set in sealant. Match plies in flashing profile. Secure to substrate with screws installed through open space between flashing sheets. 9. Standing Seams. 1-inch {25} finished height, 5-ply double lock. 10. Capped Standing Seams. 1-inch {25) finish height. Cover seams with 1-1/2-inch {37} wide loose drive cap. 11. S-lock Seams. Form 1-1/2-inch {37) side "S" shaped seam on one edge of flashing sheet for concealed fastening. B. Cleats. . , 1. Spaced Cleats. 2 feet {600) o.c., secure to substrate with fasteners and cover heads with cleat tabs. 2. Continuous Cleats. Secure to substrate with fasteners spaced 1 foot o.c. {300}. C. Reglets. Install accurately in locations shown, straight in line and with tight joints. 160-10049-000 07620-3 Sheet Metal Flashing and Trim t s D. Soldering. Clean and flux metals prior to soldering. Sweat solder completely through seam width. E. Welding. Follow sheet metal manufacturer's recommendations in welding heavy gauge stainless steel. F. Sealant Installation. Apply 1/4-inch {6) diameter bead, centered on full length of joint. G. Bituminous Plastic Cement. Trowel 1/9 inch {3} thick. H. Prime flanges and other metal in contact with the roofing surfaces with bituminous paint. t I. Combination Cap and Receiver. Notch and lap at corners and joints. Notch counterflashing and lap at inside corners and joints and seamed at outside comers. Lap all units at least 4 inches {I 00) and seal laps with plastic cement. J. Roof Counterflashing. Overlap base flashing 4 inches {100) minimum. Install bottom edge tight against base flashing. Lap seam vertical joints 4 inches ( 100) minimum and apply sealant. Miter, lap seam and close corner joints with solder. K. Downspouts. Telescope upper sections into lower sections 1-1/2 inches {35) and solder. Attach to wall with 1-1/4-inch {30) straps matching downspout material and 1 gauge heavier. Locate straps at downspout tops, bottoms and not over 10 feet (3000) centers. Secure straps to wall with fastener heads covered with strap tabs. - Provide strainers at each drain outlet. Unless connected to storm drainage piping, elbow downspouts away from building at open downspout ends. 3A CLEANING AND REPAIRING A. As work progresses, neutralize excess flux with 5 to 10 percent washing soda solution and thoroughly rinse. B. Leave work clean and free of stains, scrap and debris. Repair or replace damaged work. 160-10049-000 07620-4 Sheet Metal Flashing and Trim i Attachment for Spec No. 07620 RECOMMENDED MINIMUM SHEET METAL THICKNESS Roof Counterflashing, Gravel Stops, Apron Flashing and Rake Flashing Exposed Face Galvanized Steel Copper Aluminum Stainless Steel Ht. (in.) (ga.) (oz.) (in.) (ga.) 4 26 16 0.025 26 5 26 16 0.032 26 6 26 20 0.032 26 7 24 20 0.040 24 8 24 20 0.040 24 Base Flashing (at Shingle Roofs), Pitch Pockets, Roof Penetration Flashing, and Splash Pans Galvanized Steel Copper Stainless Steel (ga.) 1 (oz.) (ga.) 26 16 26 Base Flashing (at Built -Up Roofs) and Scuppers Galvanized Steel Copper Stainless Steel (ga.) (oz.) (ga.) 24 16 26 Copings Coping Top Galvanized Steel Copper Aluminum Width (in.) (ga.) (oz.) (in.) Up to 6 26 16 0.032 6 to 12 24 16 0.032 12 to 18 22 20 0.040 Hung Gutters Girth Galvanized Steel Copper Aluminum Stainless Steel (in.) (ga.) (oz.) (in.) (ga.) Up to 15 26 I6 0.025 26 15 to 20 24 16 0.032 26 20 to 25 22 20 0.051 24 25 to 30 20 24 0.064 22 30 to 35 18 24 C 20 Over 35 16 C C 18 Hung Gutter Straps Gutter Girth Galvanized Steel Copper Aluminum Stainless Steel (in.) (in.) (in.) Up to 15 18 ga. x 1" 3/32 x 1 1/8 x 1 18 ga. x I" 15 to 20 16 ga. x 1" 3/32 x 1 1/8 x 1 16 ga. x 1" Over 20 12 ga. x 1" 3/32 x 1 3/16 x 1 12 ga. x 1" Hung Gutter Brackets Gutter Girth Galvanized Steel Copper Aluminum Stainless Steel (in.) (in.) (in.) (in.) (in.) Up to 15 1/8 x 1 1/8 x 1 3/16 x 1 1/8 x l 15 to 20 3/16 x 1 1/4 x 1 114 x 1 1/8 x 1-1/2 Over 20 1/4 x 1-1/2 1/4 x 1-1/2 1/4 x 2 1/8 x 2 Downspouts and Conductor Heads Girth Galvanized Steel Copper Aluminum Stainless Steel (in.) (ga.) (oz.) (in.) (ga.) Up to 16 26 16 0.025 28 (All Shapes) Through -Wall Flashing Galvanized Steel Copper Stainless Steel (ga.) (oz.) (ga.) 26 16 26 160-10049-000 07620-5 Sheet Metal Flashing and Trim Southwest Pump Station City of Lubbock SECTION 07920 _ JOINT SEALANTS PART I -GENERAL 1.1 SUBMITTALS A. Evidence of compliance with Article 1.4. B. Product Data. Submit manufacturer's relevant product data, Material Safety Data Sheets, and installation instructions for each material proposed and color samples of each type of material. C. Certification. Manufacturer's certification that their products are suitable for the use intended and comply with the requirements of this Section. D. Field Samples. Install minimum 36-inch (I 000} joint of each type and color using personnel who will be - assigned to the project to demonstrate appearance and workmanship. Do not proceed with installation until mock-up is approved. E. Warran . In compliance with Article 1.5. 1.2 QUALITY ASSURANCE A. Manufacturer. Obtain elastomeric materials only from manufacturers who will, if required, send a qualified technical representative to the project site, for the purpose of advising the installer of proper procedures and precautions for the use of the materials. B. Installer. A firm with a minimum of 3 years' successful experience in the application of the types of materials required, and who employs only skilled tradesmen for the work. 1.3 EXTENDED WARRANTY Submit a written warranty agreeing to replace sealants which fail, within 5 years from date of substantial completion of the project, to perform as airtight and watertight joints, or fail in adhesion, cohesion, abrasion resistance, stain t resistance, extrusion resistance, migration resistance, color retention or general durability. PART2-PRODUCTS 2.1 K NUFACTURERS r Provide specific products listed below or approved substitution manufactured by Dow Coming, General Electric, Pecora, Sonnebom, Tremco or Morton International. 2.2 MATERIALS A. General. 1. Provide manufacturer's standard colors as selected by Architect/Engineer for all exposed materials. 160-10049-000 07920-1 Joint Sealants tf... I 2. Before purchase of each specified sealant, confirm its compatibility with the joint surfaces, joint fillers and other materials in the joint system Provide only materials known to be fully compatible with the actual installation conditions as shown by manufacturer's published data or certification. See paragraph 1.3B above. 3. Provide interior sealants and sealant primers that comply with the following limits for VOC content when calculated according to 40 CFR 59, Subpart D (EPA Method 24): a. Sealants: 250 g/L. b. Primers for nonporous substrates: 250 g/L. C. Primers for porous substrates: 775 g/L. B. Sealant for Exposed Vertical WorkingJoints. For all joints not exceeding 1-1/2 inches (371 in width, such as expansion joints in masonry, control joints, perimeters of openings and other locations shown on drawings as sealant: Dow -Corning "790," "Silpruf ' by GE, Pecora "864," "Thiokol 1P" by PolySpec, "Spectrem 1" by Tremco, or approved substitution complying with ASTM C 920, Type S, Grade NS, Class 25. Type M sealants (multi - component) such as "Thiokol 2P" by PolySpec are also acceptable. C. Sealant for Horizontal and Sloped Traffic Surfaces. Sealants shall have a Shore A hardness between 25 and 50, shall accommodate plus -or -minus 25 percent joint movement, and shall comply with ASTM C 920, Type S or M, Grade P or NS, Class 25. D. Sealant for Concealed Workiniz Joints. For air and water seal such as bedding of sill units of openings: products listed in paragraph B above or Dow Corning "791," "Spectrem 3" by Tremco, or approved substitution complying with ASTM C 920, Type S, Grade NS. E. Sealant for Non -working Interior Joints. "Tremflex 834" or "Tremsil 200" by Tremco, or approved mildew -resistant substitution complying with ASTM C 834. F. Sealant for Continually Immersed or NSF Approved Joints. Morton International T-2235 M Sealant, Tremco "Vulkem" or approved substitution complying with ASTM C 920, Type M, Class 25, Grade NS, and certified to NSF Standard 61, Section 6 for Joining and Sealing Materials. G. Cleaners and Primers/Sealers. Types as recommended by sealant manufacturers. H. Backer Rods. Compressible rod stock of closed -cell polyethylene foam, butyl rubber foam or neoprene foam, compatible with type of sealant provided. Provide size and shape which will control the joint depth for sealant placement, break bond of sealant at the bottom of joint, form optimum shape of sealant bead on back side and provide a highly compressible backer to minimize the possibility of sealant extrusion when joint is compressed. Use bond breakers as recommended by sealant manufacturer and where backer rod cannot be used. I. Masking Tape. Non -staining, non -absorbent tape compatible with sealants and adjacent (masked) materials. J. Compressible Filler. "PolySeal" by Sandell Manufacturing Company, "Willsea1600" by Illbruck Sealant Systems, Inc., Minneapolis, Minnesota, or pre -compressed "BackerSeal" by EmSeal. Do not use in locations exposed to direct sunlight. PART3-EXECUTION 3.1 EXAMINATION A. Installer shall examine joint surfaces, backing and anchorage of units forming sealant rabbet and the conditions under which the sealant work is to be performed. Notify the Contractor in writing of conditions } 160-10049-000 07920-2 Joint Sealants detrimental to the proper performance of the sealants. Do not proceed with the sealant work until unsatisfactory conditions have been corrected in a manner acceptable to the installer. B. Do not proceed with installation of sealants under adverse weather conditions, or when temperatures are below or above the manufacturer's recommended limitations for installation. Proceed with the work only when weather forecast is favorable for proper cure and development of high early bond strength. 3.2 JOINT SURFACE PREPARATION A. Clean joint surfaces immediately before installation of sealant. Remove dirt, insecure coatings, moisture or other substances which would interfere with bond of sealant. B. For elastomeric sealants, do not proceed with installation over painted surfaces, or surfaces waterproofed or 4 treated with water repellent or other treatment or coating unless a laboratory test for durability (adhesion) in compliance with Paragraph 4.3.9 of FS TT-S-00227 or ASTM C 794-80 has successfully demonstrated that the sealant bond is not impaired by the coating or treatment If the laboratory test has not been performed, or shows bond interference, remove coating or treatment. Mask adjacent surfaces and prime when recommended by sealant manufacturer. 3.3 INSTALLATION A. � Comply with manufacturer's printed instructions except where otherwise noted or specified. Install no material which has exceeded its shelf life. In working joints, install backer rod at least 33 percent greater in diameter than joint width. C. Employ only proven installation techniques which will ensure that sealants are deposited in uniform continuous ribbons without gaps or air pockets with complete "wetting" of the joint bond surfaces equally on opposite sides. Except as otherwise indicated, fill sealant rabbet to a slightly concave surface, slightly below adjacent surfaces. Where horizontal joints are between a horizontal surface and a vertical surface, fill joint to forma slight cove, so that joint will not trap moisture and dirt. D. Install sealant to depths as shown or, if not shown, as recommended by the following general limitations, measured at the center (thin) section of the bead. 1. For walks, paving and similar joints sealed with elastomeric sealants and subject to traffic and other indentation and abrasion exposures, fill joint to 75 percent of joint width, but not more than 5/8 inch {I 6} deep or less than 3/9 inch (I0} deep. 2. For normal moving joints sealed with elastomeric sealants, but not subject to traffic, fill joints to a depth equal to 50 percent of joint width, but neither more than 1/2 inch {13} deep nor less than 1/4 inch (6) deep. 3. For joints sealed with non-elastomeric sealants, fill joints to a depth range of75 percent to 125 percent of joint width. E. Sill Mastic. Bed sills in a trowel coat of specified sealant. F. S ip�llage. 1. Do not allow sealants to overflow or spill onto adjoining surfaces including rough textures. Use masking tape or other precautionary devices to prevent staining of adjoining surfaces by sealants. 2. Remove masking tape immediately after joints have been tooled. 3. Remove excess and spillage of sealants on non -porous surfaces such as aluminum or glass promptly t as the work progresses. Clean the adjoining surfaces without damage to surfaces or finishes. 160-10049-000 07920-3 Joint Sealants 4. To remove excess sealants from porous substrates such as concrete or stone, allow the sealant to cure first. Then lightly abrade or scrape the surface to remove the excess sealant without damaging the substrate surface. G. Compressible Filler. Install where called for on drawings. Use properly sized pieces such that filler does not protrude beyond adjacent finished surfaces. Installed material shall be compressed to approximately 1/2 of its relaxed dimension. 3.4 CURE AND PROTECTION The installer shall advise the Contractor of procedures for curing and protection of sealants during the construction period. Cure sealants in compliance with manufacturer's instructions and installer's recommendations to obtain high early bond strength, early cohesive strength and surface durability. 3.5 FIELD TESTING Furnish a trained inspector to perform ASTM C1521 testing on field samples, and on final installation. Submit test reports and plan of remedial action, if any. END OF SECTION Southwest Pump Station City of Lubbock SECTION 08110 HOLLOW METAL WORK PART1-GENERAL 1.1 SUBMITTALS A. Product Data. Submit manufacturer's specifications for all types of hollow metal work required, including additional data as necessary to show compliance with these specifications. B. Shop Drawings. Submit shop drawings for fabrication and erection of hollow metal work. Include details of each frame type, elevations of door design types, conditions at openings, details of construction, location and installation requirements of finish hardware and reinforcements and details of joints and connections. Show louvers, glazing, anchorage and accessory items. Provide a schedule of doors and frames using same reference numbers for details and openings as those of the contract drawings. Locate finish hardware as indicated on drawings or per DHI. C. Certification. Submit manufacturer's written certification that door, frames and accessories meet or exceed the following standards. 1. ANSI Al 15 - Standard Specifications for Door and Frame Hardware Preparation. 2. ANSI A250:1D - Prime Paint Performance Test for Doors and Frames. 3. ANSI A250.4 - Door Physical Endurance Test. 4. ANSI A250.5 - Frame Physical Endurance Test. 5. . NFPA 80 - Installation Standard for Fire Doors and Windows. 6. SDI-100 - Specifications for Standard Hollow Metal Doors and Frames. D. Coordination. Submittals for all doors, frames and hardware shall be made at the same time, after coordination checking by the Contractor. 1.2 QUALITY ASSURANCE A. Standard Hollow Metal Doors and Frames. 1. Design Standard. Provide doors and frames complying with SDI-100, Specifications for Standard Hollow Metal Doors and Frames, and as specified herein. 2. Fire Rated Assemblies. Provide fire -rated hollow metal doors, frames and anchors as shown and scheduled on the drawings. Identify each door and frame with UL labels, indicating applicable fire rating. Construct and install assemblies to comply with NFPA-80, Standard for Fire Doors and Windows. B. Custom Hollow Metal Doors and Frames. 1. Design Standard. Provide doors and frames complying with NAAMM standard CHM-1-74, Specifications for Custom Hollow Metal Doors and Frames, and as specified herein. 2. Fire -Rated Assemblies. Provide fire -rated hollow metal doors, frames and anchors as shown and scheduled on the drawings. Identify each fire door and frame with UL labels, indicating applicable fire rating. Construct and install assemblies to comply with NFPA 80, Standard for Fire Doors and Windows. i 160-10049-000 08110-1 Hollow Metal Work 1.3 PRODUCT DELIVERY, STORAGE AND HANDLING A. Provide packaging such as cardboard or other containers, separators, banding, spreaders and paper to protect hollow metal items. B. Store doors upright, in a dry protected area, at least 3 inches (75) off ground or floor, with 1/4-inch (6) (minimum) space between pieces. Avoid plastic or canvas covers which could create a high humidity chamber. If cardboard wrappers become wet, remove wrapper immediately and dry door or frame. C. Follow special storage and handling requirements of manufacturer. PART2-PRODUCTS 2.1 _MANUFACTURERS Ceco Door Products; Curries Company; Deansteel Manufacturing Company; Door ProSystems, Inc.; Republic Builders Products Company; Steelcraft Manufacturing Company; or Tex -Steel. 2.2 DOORS AND FRAMES A. Custom Hollow Metal. 1. Material. Provide commercial quality cold -rolled steel sheet conforming to ASTM A 366 for all doors and exterior frames; cold -rolled or hot -rolled and pickled steel conforming to ASTM A 569 for interior frames. 2. Core. Provide a vertical steel stiffeners core. 3. Door Face. Provide face sheets for all doors which are free of deleterious matter and surface defects. Provide 16-gauge { 1.521 minimum thickness for exterior doors, galvanized with 0.90-ounce/sq. ft. {350 g/m2} hot -dipped zinc coating. Provide 18-gauge {1.22) minimum face sheets for interior doors. 4. Door Frames. Provide 14-gauge {1.9} minimum for all exterior frames or frames greater than 4 feet {1200} in width, hot -dipped with 0.90 ounce/sq. ft. 1350 g/m2} of zinc coating. Use 16-gauge { 1.52} minimum for interior door frames less than 4 feet { 1200) in width. 5. Acoustic Material. Sound deaden and insulate space between stiffeners with inorganic noncombustible batt type material. 6. Hardware Reinforcement. Conform to the requirements ofNAAMM CHM-1-74 with all drilling and tapping performed at the site. Provide minimum gauges for hardware reinforcement plates as follows: a. Hinge and pivot reinforcements - 7 gauge {4.55}, or continuous hinge channel (minimum 14 gauge 11.90}) with thread depth equal to 10 gauge {3.42}. b. Reinforcement for lock faces, flush bolts, concealed holders, concealed or surface -mounted closers - 12 gauge {2.66}. C. Reinforcement for other surface -applied hardware - 16 gauge {1.52}. 2.3 ACCESSORIES A. Supports and Anchors. Use minimum 16-gauge (1.52} sheet. if to be built into exterior walls, galvanize after fabrication to comply with ASTM A 153, Class B. 1. Floor Anchors. 14 gauge (1.90) minimum, securely welded inside each jamb with two holes provided each jamb for floor anchorage. 2. Jamb Anchorage in Masonry Walls. Adjustable "T" strap not less than 16-gauge (1.52) galvanized 1 steel, minimum 2 inches wide by 10 inches long {50 x 250}; three anchors each jamb for frames to 7'--6" {2400} height; T-6" {2400} and over in height, use one anchor per 2'-0" (600) height per jamb. 160-10049-000 08110-2 Hollow Metal Work 3. Jamb Anchorage in Stud Partitions. Steel anchors of suitable design, not less than 18 gauge, securely welded inside each jamb as follows: for frames to 7'-6" {2400) in height - four anchors; 7'-6" {2400} and over in height - five anchors plus one additional for each 2 -0" (600) or fraction thereof over 8'4' {2450}. B. Inserts Bolts and Fasteners. Use manufacturer's standard units, except that units to be installed in exterior walls shall be hot -dip galvanized to comply with ASTM A 153, Class C or D as applicable. 2.4 FABRICATION A. Fabricate frames and assemble as a complete welded unit with integral trim fabricated to sizes and shapes shown on drawings. Corner joints of frames shall have all contact edges closed tight, with trim faces mitered and continuously welded and stops butted. Use of gussets will not be acceptable. B. Frames installed in masonry wall openings more than 4'-0" {1200} in width shall have an angle or channel stiffener tightly fitted and welded in the head, not less than 12 gauge {2.66}. C. Provide dust cover boxes or mortar guards of minimum 26 gauge {0.475} for all hardware mortises on frames set in masonry walls or partitions. D. Provide steel spreaders temporarily attached to feet ofboth jambs as a brace during shipping and handling. E. Provide adjustable floor anchors for door frames at depressed floor areas to receive tile, stone, terrazzo or brick paver finishes. F. :'` Frames for multiple or special openings shall have mullion and/or rail members of closed tubular shapes having no visible seams or joints. All joints between faces of abutting members shall be securely welded and finished smooth. G. Stiffen face sheets by continuous vertical formed steel sections occupying full thickness of interior space between door faces. Stiffeners shall be not less than 22 gauge {0.76}, spaced not more than 6 inches ( 150) apart, attached to both face sheets with spot welds not more than 5-inch { 125} centers. Spaces between stiffeners shall be sound deadened and insulated the full height of door with an inorganic noncombustible batt type material. H. Door faces shall be joined at their vertical edges by a continuous weld extending full height of door. Welds shall be ground, filled and dressed smooth to make them invisible and provide a smooth flush surface. 1. Close tops and bottoms of all doors with a continuous recessed steel channel not less than 16 gauge, extending frill width of door and spot welded to both faces. Close recesses top and bottom of all exterior doors with flush closing channels. Provide openings in bottom closure to permit escape of entrapped moisture. Strike edges of doors shall be beveled 1/8 inch in 2 inches {3 in 50}. K. Provide and install T-shape astragal on passive leaf of all paired doors. L. Fabricate frames and doors with hardware reinforcement plates welded in place, and in conformance with SDI-107. M. Thermally break all exterior frames and those as noted on drawings. N. Attach fire label to each frame and door unit scheduled as fire rated. O. When shipping limitations so dictate, frames for large openings may be fabricated in sections designed for splicing in the field. 160-10049-000 08110-3 Hallow Metal Work 1.3 QUALITY ASSURANCE Paint supplier shall provide inspection assistance to assure compliance with paint specifications throughout the term of the project. Upon completion of the project, the paint supplier shall provide a room -by -room and/or area -by -area schedule of systems, products and colors used on the project along with a Certificate of Compliance with the specifications. This Certificate of Compliance shall clearly state the name and address of paint supplier, name and address of Architect/Engineer, name and address of the project, and that all paint systems and products were applied as specified for this particular project. The Certificate of Compliance shall also state the name of the paint supplier's representative assisting Architect/Engineer with specifications and project inspections and shall be signed by the paint supplier's representative and notarized. 1.4 DELIVERY, STORAGE AND HANDLING A. Delivery. Deliver all materials to the job site in original unopened packages and containers bearing manufacturer's name and label. B. StoraQe. Store materials not in actual use in tightly covered containers. Store oily rags, waste or cloths in covered metal containers after use. 1.5 ENVIRONMENTAL REQUIREMENTS A. Temperature. Do not apply painting materials when the temperature of surfaces and surrounding air temperature is below 50°F (10°C) or when the humidity of the air is above 85 percent, or to wet or damp surfaces unless specifically permitted by the manufacturer's literature. Ambient temperature of not less than 50°F { 10°C} shall be maintained for 24 hours prior to, and a minimum of 24 hours after, painting and staining operations. B. Ventilation. Operate ventilation system with maximum outside air during painting and for at least 72 hours thereafter. 1.6 WARRANTY Warrant paint and coating for 1 year from date of substantial completion against becoming unserviceable or objectionable in appearance as a result of being defective or nonconforming. Without limiting this warranty scope, the work shall be warranted not to: A. Noticeably discolor, yellow, streak, bloom, bleach or darken. B. Change sheen with excessive speed or irregularity. C. Peel, blister, crack or alligator. D. Release from substrate or intermediate coats. E. Chalk or dust excessively. F. Stay tacky or become tacky. G. Mildew. 1.7 EXTRA STOCK Upon completion of the work of this section, deliver to Owner 1 gallon (2 liters) of each color, type and gloss of paint used in the work. Containers shall be tightly sealed and clearly labeled with contents and location of application. 160-10049-000 09910-2 Painting B. Clearances at Edge of Doors. 1. Between door and frame at head and jambs: 1/8 inch {3). 2. At meeting edges pairs of doors and at mullions: 1/8 inch {3}. 3. At transom panels, without transom bars: 1/8 inch (3). 4. At sills without thresholds: 5/8 inch {16) maximum above finish floor. 5. At sills with thresholds: 1/8 inch (3) above threshold. 3.4 ADJUSTING AND PROTECTION A. Adjust hardware for smooth and balanced door movement. B. Touch-up prime coat and paint as specified in Section 09910, Painting. C. Protect installed hollow metal work against damage from other construction work. END OF SECTION '' 160-10049-000 08110-5 Hollow Metal Work Southwest Pump Station City of Lubbock SECTION 08330 OVERHEAD COILING DOORS PART1-GENERAL 1.1 SUBMITTALS A. Manufacturer's Product Data. Product description, specifications and installation instructions for doors to be installed on job. B. Shop Drawings. Dimensioned drawings showing layout and details of fabrication and erection. C. Coordination. Submittals for all doors, frames and hardware shall be made at the same time, after coordination checking by the Contractor. D. O&M Manual. Manufacturer's standard operating instructions and maintenance manual. PART2-PRODUCTS 2.1 MANUFACTURER Steel overhead coiling doors designed to withstand a windload of 20 psf {9 kg} shall be manufactured by the Cookson Company, Gastonia, North Carolina, as described below, or approved substitution manufactured by Kinnear/North American (Divisions of Wayne -Dalton Corporation), McKeon, or J. G. Wilson Corporation. 2.2 MATERIALS A. Curtain. 22-gauge {0.63} galvanized steel flat -faced slats (e.g. Cookson Slat No. 5). Widths of slats 2-1/4 inches {57}, depth of crown 5/8 inch {16}. Alternate slats shall be fitted with end locks. The bottom slat shall be reinforced by two steel angles not less than 1/8 inch thick {3}. B. Barrel. Curtain shall be coiled around a steel tubing of not less than 4-inch diameter {100}. Counterbalancing unit shall be enclosed and shall rotate on grease -seated ball bearings. C. Counterbalance. Oil -tempered torsion springs capable of counterbalancing weight of curtain. Adjustable by means of exterior wheel. D. Guides. To be composed of three continuous galvanized, minimum 3/16-inch (4.5) thick steel angles welded or bolted with 3/8-inch {9.5} bolts to form a groove for the curtain. Continuous wall angle to be bolted with 1/2-inch 112.7} machine bolts in expansion anchors at 36-inch {91 } centers. Top of guides shall be flared to facilitate entry of curtain and provided with cast iron stops. E. Hood. Minimum 24-gauge {0.5} galvanized steel. F. Finish. Steel curtain and hood shall be hot -dip galvanized with baked gray acrylic primer or polyester powder coating. All other parts shall receive shop coat of matching paint. 1" 160-10049-000 08330-1 Overhead Coiling Doors 2.3 MOTOR OPERATION A. Furnish and install a UL-listed electric motor operator with 1-horsepower, 208-volt, 3-phase, 60-hertz, heavy-duty hoist type motor. Gears shall be designed to AGMA standards running in a multi -temperature lubricant. Unit shall have a mechanical self-adjusting brake and rotary limit switch to six open and closed positions. B. Provide NEMA 1 size reversing motor starter with 120-volt controls and NEMA 3R heavy-duty oil -tight OPEN -STOP -CLOSE pushbutton operator at all operating stations indicated on drawings. Pushbuttons shall be momentary contact type except closed position shall not have seal -in contact so that constant pressure is required to close door. C. Equip operator with manual chain mechanism operable without pull levers when the power is off. D. Automatic bottom bar shall immediately stop downward travel and reverse direction when an obstruction is encountered. 2.3 CHAIN OPERATION Operation by means of a manual chain hoist operator consisting of an endless steel hand chain, chain pocket wheel and guard and a geared reduction unit with a maximum 35-pound { 15.75 kg) pull for door operation. Design chain hoist with a self-locking mechanism allowing curtain to be stopped at any point of travel and remain in position until movement is reactivated. PART3-EXECUTION 3.1 INSTALLATION A. Install in accordance with manufacturer's printed installation instructions and shop drawings. B. Test and adjust doors to operate free from warp, twist or distortion. C. Field paint non -aluminum components, END OF SECTION 160-10049-000 . 08330-2 Overhead Coiling Doors S-4 ea Wall Stops 1270 Series US 26D x Required Fasteners F. Manufacturer of "W" Items: National Guard Products. W-1 pcs Thresholds 4513 Aluminum W-2 sets Seals 160V Aluminum W-3 ea Rain Drip Caps & Door Sweeps 101 V Aluminum W-4 ea Drip Caps 17 Aluminum W-5 ea Overlapping Astragals 158N Aluminum 2.2 HARDWARE SCHEDULE A. H.W. Set 1. B-1 1-1/2 pr Butts L-1 1 ea Lever Lockset C-1 1 ea Closer S-1 1 ea Floor Stop S-2 3 ea Silencers B. H.W. Set 2. B-2 1-1/2 pr Butts L-2 1 ea Lever Lockset OH-1 1 ea Overhead Holder S-2 3 ea Silencers W-1 1 pc Threshold W-2 1 set Seals W-3 1 ea Rain Drip Cap & Door Sweep W-4 1 ea Drip Cap C. H.W. Set 3. B-2 3 pr Butts FB-I 2 ea Flush Bolts DP-1 I ea Dust Proof Strike L-2 1 ea Lever Lockset OH-1 2 ea Overhead Holders S-2 2 ea Silencers W-1 1 pc Threshold W-2 1 set Seals W-5 1 ea Overlapping Astragal D. H.W. Set 4. Not Used. E. H.W. Set 5. B-1 1-1/2 pr Butts L-5 1 ea Privacy Lever Lockset C-1 1 ea Closer S-4 1 ea Wall Stop S-2 3 ea Silencers 160-10049-000 08720-3 Finish Hardware F. H.W. Set 6. B-2 4 pr Butts FB-1 2 ea Flush Bolts DP-1 1 ea Dust Proof Strike L-2 1 ea Lever Lockset OH-1 2 ea Overhead Holders S-2 2 ea Silencers W-5 1 ea Overlapping Astragal PART3-EXECUTION 3.1 INSTALLATION A. Install in strict accordance with requirements of DHI and with manufacturer's printed recommendations. Provide expansion shield anchors for hardware attachment to masonry and concrete. Provide sex bolts and thru- bolts where specified. B. Set units level, plumb and true to line and location. C. Drill and tap for locations not factory prepared for anchorage fasteners. D. Set thresholds in a bed of either butyl rubber sealant or polyisobutylene mastic sealant to completely conceal voids and exclude moisture. Install lead -shield anchors accurately placed to receive machine screw anchors at predrilled locations. Screw thresholds to substrate with No. 10 or larger screws of proper type for permanent anchorage. E. Install weatherstripping with bronze screws. Set units plumb and level, accurately centered at optimum location for maintaining a permanent seal. 3.2 ADJUST AND CLEAN Adjust and clean each item to ensure proper operation or function. Lubricate moving parts. Replace units which cannot be adjusted or lubricated to operate freely and smoothly as intended for the application. END OF SECTION 160-10049-000 087204 Finish Hardware Southwest Pump Station City of Lubbock SECTION 09910 PAINTING PART1-GENERAL 1.1 SUMMARY A. Paint the following materials, items and areas in addition to those normally included in a complete paint job: 1. Exterior. a. Mechanical equipment (except when factory finished). b. Electrical equipment (except when factory finished). C. Roof vents regardless of material. d. Exposed iron and steel including galvanized, except where specifically excluded. 2. Interior. a. Door closers and hinges. b. Mechanical and electrical equipment such as electrical panels, hose cabinets, piping, and ductwork where they occur in finished rooms and spaces. C. All sprinkler piping. d. Exposed structures and underside of decks. B. Specific omissions from painting include: 1. Exterior. a. Brick and colored CMU. b. Chain link fencing. C. Non-ferrous metals (see inclusions). d. Prefinished sheet metal and products. 2. Interior. a. Mechanical and electrical equipment located in mechanical rooms. b. Banding and direction arrows of piping. C. Concealed structural steel and miscellaneous metal. d. Concealed ductwork and piping (except sprinkler pipe). e. Surfaces marked unfinished in the Finish Schedule. f. Plaster ceilings unless specifically scheduled. g. Fire rating labels on doors and frames. h. Factory finished wood doors. 1.2 SUBMITTALS A. Material List. Before acquiring paint materials, submit supplier's name, product name, Material Safety Data Sheets, number and generic description of each proposed product and its use for review. Submit manufacturer's product data sheets. B. Samples. Prepare minimum 8" by 10" 1200 x 2501 samples of each scheduled color on surfaces matching the actual work. Vary the sheen as directed until approval is received from Architect/Engineer. Expose each coat to view. C. Certificate of Compliance. See Article 1.5. y'' 160-10049-000 09910-1 Painting 1.3 , QUALITY ASSURANCE Paint supplier shall provide inspection assistance to assure compliance with paint specifications throughout the term of the project. Upon completion of the project, the paint supplier shall provide a room by -room and/or area -by -area schedule of systems, products and colors used on the project along with a Certificate of Compliance with the specifications. This Certificate of Compliance shall clearly state the name and address of paint supplier, name and address of Architect/Engineer, name and address of the project, and that all paint systems and products were applied as specified for this particular project. The Certificate of Compliance shall also state the name of the paint supplier's representative assisting Architect(Engineer with specifications and project inspections and shall be signed by the paint supplier's representative and notarized. 1.4. DELIVERY, STORAGE AND HANDLING A. Delivery. Deliver all materials to the job site in original unopened packages and containers bearing manufacturer's name and label. B. Storage. Store materials not in actual use in tightly covered containers. Store oily rags, waste or cloths in covered metal containers after use. 1.5 ENVIRONMENTAL REQUIREMENTS A. Temperature. Do not apply painting materials when the temperature of surfaces and surrounding air temperature is below 50OF (10°C) or when the humidity.of the air is above 85 percent, or to wet or damp surfaces unless specifically permitted by the manufacturer's literature. Ambient temperature of not less than 50OF {10°C) shall be maintained for 24 hours prior to, and a minimum of 24 hours after, painting and.staining operations. B. Ventilation. Operate ventilation system with maximum outside air during painting and for at least 72 hours thereafter. 1.6 WARRANTY Warrant paint and coating for 1 year from date of substantial completion against becoming unserviceable or objectionable in appearance as a result of being defective or nonconforming. Without limiting this warranty scope, the work shall be warranted not to: A. Noticeably discolor, yellow, streak, bloom, bleach or darken. B. Change sheen with excessive speed or irregularity. C. Peel, blister, crack or alligator. D. Release from substrate or intermediate coats. E. Chalk or dust excessively. F. Stay tacky or become tacky. G. Mildew. 1.7 EXTRA STOCK Upon completion of the work of this section, deliver to Owner 1 gallon {2 liters} of each color, type and gloss of paint used in the work. Containers shall be tightly sealed and clearly labeled with contents and location of application. 160-10049-000 09910-2 Painting PART2-PRODUCTS 2.1 MANUFACTURERS (Others require written approval) A. Benjamin -Moore & Company. B. ICI. C. Monarch. D. Pittsburg Paints. E. Pratt & Lambert/Southern Coatings. F. Sherwin-Williams. 2.2 MATERIALS A. Quality. Provide the best quality professional grade of the various types of coatings as regularly manufactured by approved paint materials manufacturer. B. Uniformity. The complete coating system of a single manufacturer shall be used on each surface or area. Use only thinners approved by the paint manufacturer and use only within recommended limits. C. Substitution. Proprietary names used to designate colors or materials are not intended to imply that products of these manufacturers are required to the exclusion of equivalent products of other manufacturers. However, no materials other than the types and brand names approved shall be delivered to, or stored on, the project site... D. Regulations. All paints, stains and coatings used shall be in compliance with current federal and local regulations, especially those regarding volatile organic compounds (VOCs), lead, mercury and other heavy metals and toxic substances. E. Color Schedules. Will be issued by the Architect/Engineer prior to the beginning of painting work. All paint colors will be selected or mixed to match colors selected from one of the above manufacturers. Primers may be untinted or a ready -mixed color. Next -to -last coat shall be 50 percent tint of finish coat color. PART3-EXECUTION 3.1 SURFACE PREPARATION A. Protection. 1. Protect the work of other trades, whether to be painted or not, against damage by painting and finishing work. Correct any damage by cleaning, repairing or replacing, and repainting as directed. 2. Remove all hardware, hardware accessories, machined surfaces, plates, lighting fixtures and similar items in place and not to be finish -painted, or provide surface -applied protection prior to surface preparation and painting. Reinstall removed items following completion of painting. 160-10049-000 09910-3 Painting B. Preparation. 1. Perform preparation and cleaning procedures in strict accordance with the paint manufacturer's instructions and as specified herein, for each substrate condition. Provide normal minor patching and back- up work. 2. Wood Surfaces. Sand surfaces exposed to view and dust off. Seal small sound, seasoned knots, pitch pockets or other sappy areas with a thin coat of white shellac before priming. Wood shall not be primed until its moisture content is less than 19 percent (less than 10 percent for casework and running trim) as indicated by moisture meter. After priming, fill holes and imperfections with putty or plastic wood filler, sanding smooth when dry. 3. Ferrous Metals. Clean surfaces which are not galvanized or shop coated of grease, oil, dirt, mill scale or other foreign substances with solvent and mechanically clean for prime coat as specified. Galvanized surfaces shall be cleaned to remove all traces of grease, oil or passivators before priming. 4. Concrete and Concrete Block. Remove all efflorescence, chalk, dust, dirt, mortar, or other foreign substances. Check for high moisture and alkali content. If moisture content is between 8 percent and 12 percent or if high alkalinity is indicated, prime with alkali -resistant primer in lieu of that specified. If high alkali is present, neutralize to suitable levels. S. Previously Painted Surfaces. Remove all blistered, peeling and scaling paint to a sound substrate. Remove heavy caulk by scrubbing with soap and water. Sand any glossy areas and dust clean. Clean and spot prime any failed areas. Use soap and water on protected areas such as eaves and ceilings to remove invisible residues. Rinse clean and let dry. Any existing mildew on the surface must be completely killed and removed before applying paint. 3.2 MATERIAL PREPARATION A. General. Mix and prepare painting materials in accordance with manufacturer's directions. B. Stirring. Stir materials before application to produce a mixture of uniform density and stir as required during the application of the materials. Remove surface film, and do not stir into material. C. Additives. 1. Add manufacturer's approved fungicide to paint for toilet rooms, kitchens and similar "wet" areas. 2. Add manufacturer's approved mildewcide to exterior paint for soffits and other surfaces which may be subject to frequent moisture. 3.3 APPLICATION A. General. 1. Mix and apply paint in accordance with the manufacturer's printed recommendations and techniques best suited for the type of material being applied. 2. Lightly sand between each succeeding enamel or varnish coat. 3. Ventilate areas to promote drying and to prevent exposure of workers to chemical substances that exceed the concentrations permitted by the American Conference of Governmental Industrial Hygienists (ACGIH). B. Doors. I . Finish exterior doors on tops, bottoms and side edges the same as the exterior faces. Do not paint UL j or other labels on doors or frames. . 2. Finish interior wood doors on tops, bottoms and edges. 3. Finish interior plastic -faced doors on tops, bottoms and edges to closely approximate color and sheen r of faces. 160-10049-000 09910-4 Painting 4. Remove or mask prefinished door hardware before painting doors or frames. 5. Apply paint on hollow metal frames by brush only. C. Minimum Dry Film Thickness Per Coat (unless otherwise noted). 1. Interior Paints. 1 mil {0.025} except lacquers may be 1/2 mil {0.013}. 2. Exterior Paints. 1-1/2 mils 10.040}. D. Prime Coats. 1. Touch-up of shop priming is required whether or not additional field coats are specified. Use same type of primer used in the shop. Touch up all abrasions, bare spots and damages caused by welding. 2. Apply a prime coat to material which is required to be painted or finished and which has not been prime coated by others. 3. Primer and undercoats shall be varied tints of the final coat, so that number of coats is easily determined 4. Recoat primed and sealed walls and ceilings where there is evidence of suction spots or unsealed areas in first coat to assure a finish coat with no burn -through or other defects due to insufficient sealing. 5. Apply additional coats when undercoats or other conditions show through the final coat of paint until the paint film is of uniform finish, color and appearance. 6. Exterior wood trim shall be back -primed before installation. E. Stipple Enamel Finish. Roll and redistribute paint to an even and fine texture. Leave no evidence of rolling such as laps, irregularities in texture, skid marks or other surface imperfections. F. ' ' Pigmented (Opaque) Finishes. Completely cover to provide an opaque, smooth surface of uniform finish, color, appearance and coverage. Cloudiness, spotting, holidays, laps, brush marks, runs, sags or other imperfections will not be acceptable. G. Application Problems. If paint contractor finds that problems are arising in connection with the application of the paint, stain or coating to a surface so as to prevent him from doing a good, workmanlAe job, work on that area shall be stopped immediately. The supplier of the paint, stain or coating shall then be contacted to see what can be done to rectify the conditions. H. Completed Work. Match approved samples for color, texture and coverage. Remove, refinish or repaint work not in compliance with specified requirements. Clean all misplaced paint from other surfaces. 3.4 PROTECTION AND CLEANING A. Protection. Protect all work from damage by other trades. Remove and replace all paint surfaces which have been damaged or improperly installed. B. Cleaning. Completely remove from the site all waste material, rubbish, scaffolding and debris as a result of work under this section. All areas in which work is performed under this section shall be left "broom clean." 3.5 PAINTING SYSTEMS It is intended that all surfaces normally finished in a complete job shall be finished. If indication for paint finish is omitted for one or more surfaces in a room, space or area while other similar surfaces in the same or similar rooms, spaces or areas are designated to receive paint fmish, it shall be construed as if all similar surfaces were so scheduled to be finished. 160-10049-000 09910-5 Painting A. Exterior Finishes. 1. Provide medium gloss paint finish on all exposed exterior iron and steel, bare, primed or galvanized, except as noted herein. _- a. First Coat. 1) On bare metal, iron oxide -zinc chromate primer or 100 percent acrylic primer. 2) On shop or factory primed metal, touch-up. 3) On galvanized steel surfaces, zinc dust zinc oxide primer or 100 percent acrylic primer. b. Second and Third Coats. Exterior industrial enamel. 2. Aluminum (Paint only when specifically included. See "Inclusions.") a. First Coat. Zinc chromate primer or 100 percent acrylic primer. b. Second and Third Coats. Semi -gloss exterior industrial enamel. 3. For all ferrous cooling tower piping and associated hangers, extensions and brackets plus electrical conduit, switch boxes and panels. a. Sandblast all surfaces to white metal. b. First Coat. PPG "Aquapon WB" water -based polyamide finish coat, 3-mil {0.075) dry thickness. C. Second and Third Coats. PPG. "Coal Cat" polyamide finish coat, 6-mil {0.150} dry thickness. B. Interior Finishes. 1. Provide medium gloss paint finish on all interior exposed steel or iron surfaces such as exposed structural steel, hollow metal, piping, handrails, lintels, access doors, conduit, electrical panel fronts in finished spaces, which are not otherwise scheduled, whether bare, primed or galvanized. a. First Coat. 1) On bare metal, iron oxide -zinc chromate primer or 100 percent acrylic primer. 2) On shop or factoryprimed metal, touch up. 3) On galvanized steel, zinc dust -zinc oxide primer or 100 percent acrylic primer. b. Second and Third Coats. Semi -gloss interior enamel. 2. On concrete or masonry, medium -gloss enamel finish: a. First Coat. Alkali -resistant block filler, 4.5 mil (0.120) dry thickness. b. Second Coat. Primer for latex enamel, 1.5 mil {0.040} dry thickness. C. Third and Fourth Coats. Washable latex enamel. END OF SECTION 160-10049-000 09910-6 Painting �s Southwest Pump Station City of Lubbock SECTION 08620 PLASTIC UNIT SKYLIGHTS PART1-GENERAL 1.1 SUBMITTALS A. Manufacturer's Product Data. Include manufacturer's specifications and installation instructions for selected unit. F I B. Shop Drawings. Show dimensioned Iayout of skylight and include details of fabrication and installation. PART2-PRODUCTS 2.1 SKYLIGHT A. Double -dome type plastic skylights, factory assembled: Model 197 with Thermal curb Model 297, as manufactured by Plasteco, Inc., Houston, Texas, or similar approved product by O'Keeffe, Bristolite or Naturalite. B. Provide a 12-inch (300) high curb, fabricated of .063-inch (1.60) aluminum lined with 1-inch {25) thick rigid insulation and a 3-inch {75) wide roof flange. C. Frame dome with 6063-T5 extruded inner frame of .072-inch {1.83} thickness and outer frame of .062-inch {1.60} :thickness. Provide an integral cap flashing leg on inner frame with a sloping condensation gutter with weep holes. D. Outer dome, 2064 gray and inner dome, clear. 2.2 SKYLIGHT SCREEN 'Tallguard" skylight screen, as manufactured by Plasteco, Inc., "Skyscreen" by Saf-T-Screens, Inc., or approved substitution complying with OSHA Regulation 29 CFR 1910.23(e)(8) and ANSI A1264.1. PART3-EXECUTION 3.1 INSTALLATION A. Secure skylight curb to wood blocking with wood screws in accordance with manufacturer's printed recommendations. B. Install skylight screen immediately after installing dome, in accordance with manufacturer's printed recommendations. Use stainless steel clips to deter removal of screen. END OF SECTION 160-10049-000 08620-1 Plastic Unit Skylights B. Where bearing pads are used, the tank wall shall be free of all obstructions that would prevent free radial movement at the joint. The remaining voids between cast -in -place concrete or shotcrete wall and wall footing (or roof) shall be filled with a suitable closed -cell neoprene or rubber filler material and caulking compound to positively prevent mortar from entering the joint. 3.13 SPONGE FILLERS Sponge fillers for cast -in -place concrete wall shall be fifteen percent (15%) wider than required to fill the spaces between wail faces, bearing pads, and waterstops. The method of securing sponge -filler pads shall be the same as for elastomeric bearing pads. All voids shall be caulked with a suitable nontoxic sealant that bonds securely to all surfaces of pad, filler, and waterstop. Particular attention shall be paid to the filling and sealing of the joint between the bearing pad and waterstop. 3.14 DISINFECTION A. The contractor shall thoroughly clean and flush the interior of the tank upon completion and prior to disinfection. B. The contractor shall notify the Engineer prior to disinfecting the tank. Disinfection of the tank shall conform to the requirements set forth in ANSUAW WA Standard C652 and meet the approval of the Engineer. C. Prior to placing the tank in service, a bacteriological test shall be performed by an independent testing laboratory and paid for by the Owner. 3.15 WATERTIGHTNESS TEST A. Upon completion of the tank, and prior to any specified backfill placement at the footing or wall, the following test shall be applied to determine watertightness: 1. The tank shall be filled with potable water, furnished by the Owner, to the maximum water level. The tank shall remain filled for a period of at least 24 hours to allow for absorption and initial settlement. 2. The Contractor shall measure the drop in liquid level over the next 72 hours to determine the liquid volume loss for comparison with the allowable leakage. Evaporative losses shall be measured or calculated and deducted from the measured loss to determine the net liquid loss (leakage). The net liquid loss for a period of 24 hours shall not exceed 0.05 of 1 percent of the tank capacity. 3. If the leakage exceeds the maximum allowable, the leakage test shall be extended to a total of five (5) days. If at the end of five (5) days, the average daily leakage does not exceed the maximum allowable, the test shall be considered satisfactory. If the net liquid loss exceeds the maximum allowable, leakage shall be considered excessive and the tank shall be repaired, redisinfected, and retested until leakage falls within the appropriate limit. 4. Damp spots on the exterior wall surface or measurable leakage of water at the wall base shall not be permitted. Damp spots are defined as spots where moisture can be picked up on a dry hand. The source of water movement through the wall shall be located and permanently sealed in an acceptable manner. Leakage through the wall -base joint or footing shall likewise be corrected. 3.16 CLEAN-UP The premises shall be kept clean and orderly at all time during the work. Upon completion of construction, the contractor shall remove or otherwise dispose of all rubbish and other unsightly material caused by construction operations. The contractor shall leave the premises in as good, or better, condition as before construction. 160-10049-000 13201-13 Wire -Wound Prestressed Concrete Tank 3.17 ELECTRICAL GROUNDING Electrical grounding to the nonprestressed reinforcing steel or prestressed reinforcement for any equipment or electrical service shall be strictly prohibited. END OF SECTION 160-10049-000 13201-14 Wire -Wound Prestressed Concrete Tank A. This section specifies the requirements for the Water Treatment Instrumentation Improvement Project for the City of Arlington Water Utilities. The requirements outlined in this section address general hardware, software, and services necessary to provide the control functions specified. More detailed requirements of specific functions and components are presented in other Division 13 sections that follow. This Contract is mainly an equipment supply and installation contract, with the CITY performing all but system level configuration. B. Programmable Logic Controllers (PLCs). The CONTRACTOR shall be responsible for furnishing and installing the PLCs as defined in Specification Section 13410 and as indicated on the drawings. C. Radio Telemetry System The CONTRACTOR shall be responsible for furnishing and installing the radios and other equipment at each of the specified PLC locations as defined in Specification Section 13411 and as indicated on the drawings. D. UPS: Within 30 days ofNotice to Proceed, the CONTRACTOR shall submit for approval all equipment as defined in Specification Section13412. 1.2 RELATED WORK AND SPECIFICATIONS A. Section 01300: Submittals B. Section 01600: Material and Equipment C. Division 16000: Electrical 1.3 DEFINITIONS A. The definitions of terminology used in the Division 13 specifications or in any Section referencing Division 13, shall be as defined in ISA Standard S51.1 unless otherwise specified. Where terms used are not defined in ISA 51.1 or in these specifications, ANSYMEE Standard 100-1984, ANSVISA S50.1 or other ISA standards shall apply. I. Signal Circuit: Any circuit operating at less than 80 volts AC or DC. 2. Control Circuit: Any circuit operating at 24 volts AC or DC or more, whose principal purpose is the conveyance of information and not the conveyance of energy for the operation of an electrically powered device. 3. Power Circuit: Any circuit operating at 12 volts (AC or DC) or more, whose principal purpose is the conveyance of energy for the operation of an electrically powered device. 4. Two -Wire Transmitter: A transmitter which derives its operating power supply from the signal transmission circuit and therefore requires no separate power supply connections. As used in this specification, two -wire transmitter refers to a transmitter which provides a 4 to 20 milliampere current 160-10049-000 13400-1 Instrumentation General Provisions regulation of signal in a series circuit with an external 24 volt direct current driving potential and a maximum external circuit resistance of 600 ohms. 5. Electrical Isolation: Pertaining to an electrical node having no direct current path to another electrical node. As used in this specification, electrical isolation refers to a device with electrical inputs and/or outputs which are galvanically isolated from ground, the device case, the process fluid, and any separate power supply terminals, but such inputs and/or outputs are capable of being externally grounded without affecting the characteristics of the device or providing a path for circulation of ground currents. The terms "galvanic isolation," "electrical isolation", "isolation", or similar terms shall mean electrical isolation whenever used in Division 13, or whenever used in specifications for electrical control and instrumentation equipment in any other Divisions of these contract documents. Unless otherwise specified, electrical isolation for analog signal devices shall be rated 250 volts AC continuous; and 1500 volts AC for one minute, in accordance with ANSMEEE C39.5-1974. 6. Panel: An instrument support system which may be a flat surface, a partial enclosure, or a complete enclosure for instruments and other devices used in process control systems. Unless otherwise specified or clearly indicated by the context, the term "panel' in these contract documents shall be interpreted as a general term which includes flat panels, enclosures, cabinets and consoles. 7. Data Sheets: Data sheets as used in this specification shall comply with the requirements of ISA S20. 8. Field: When used to refer to locations at the treatment facility or in the transmission system, shall mean all outdoor locations, as well as all process and equipment areas. Unless otherwise specified, all areas shall be considered "field" locations except for: administration and other office areas; control rooms; motor control centers and other electrical equipment rooms; dedicated HVAC rooms; and maintenance buildings. 9. Control Room: An environmentally controlled room intended for housing digital control equipment, computers, large control panels, etc., and generally intended to be regularly occupied by operators. 10. Division 13 Work: Whenever the terms "Division 13 work", "specified under Division 13" or "provided under Division 13" are used, they shall be interpreted as referring to all materials, labor, products, services, systems, etc., specified in Sections 13400 through 13815, inclusive, unless equipment shown or specified is clearly labeled as being provided under other parts of the contract. 11. UPS: Uninterruptible Power Supply. 12. HMI: Human -Machine -Interface. The control system hardware and software associated with providing the CRT -based interface between system users and the control system. 13. PLC: Programmable Logic Controller. Field installed unit which monitors and controls devices, located within the plant. The PLCs contain all logic necessary to monitor and control the system process located at the PLC location. 14. SCADA: Supervisory Control and Data Acquisition. 15. RTU: Remote Terminal Unit. Field installed unit which monitors and controls devices, located away from the plant at remote locations. The RTUs contain all logic necessary to monitor and control the system process located at the remote location. 1.4 REFERENCE STANDARDS A. This subsection references the latest revisions of the following standards. They are- a part of Division 13 as specified and modified. In case of conflict between the requirements of this section and those of the listed standards, the requirements of this section shall prevail. 160-10049-000 13400-2 Instrumentation General Provisions Standard ANSIINEMA ICS 6 API RP550 ISA S5.4 ISA S20 ISA 550.1 ISA 551.1 Title Enclosures for Industrial Control and Systems Manual on Installation of Refinery Instruments and Control Systems Part I — Process Instrumentation and Control Instrument Loop Diagrams Specification Forms for Process Measurement and Control Instrumentation, Primary Elements, and Control Valves Compatibility of Analog Signals for Electronic Industrial Process Instruments Process Instrumentation Terminology 1.5 WARRANTIES, MAINTENANCE, AND SUPPORT SERVICES A. Preventive Maintenance 1. The CONTRACTOR shall provide the services of factory -trained service technicians, for the period from Notice To Proceed to Final Acceptance, for the purpose of performing preventive maintenance. All equipment shall be systematically inspected, cleaned, aligned, adjusted, lubricated, calibrated and otherwise serviced as required to assure proper performance. Equipment manufacturer service recommendations shall be followed where applicable. The preventive maintenance service interval (time -between -service activities) for each piece of equipment shall be that recommended by the equipment manufacturer in accordance with industry practice or six months, whichever is less. The cost to provide preventive maintenance during this period including parts, labor, travel, and subsistence, shall be included in the contract price. Prior to start of in-service use of each part of the Control System, The CONTRACTOR shall provide to the CITY a schedule for this maintenance service. All preventive maintenance activities shall be documented with service reports which shall identify the equipment being serviced, state the condition of the equipment, describe all work performed, and list materials used. The report shall also include the name of the technician performing the work and his signature. A copy of all service reports shall be delivered to the CITY on the day the work is performed. 2. All preventive maintenance procedures shall be planned and accomplished in such a manner as to minimize disruption of water distribution system operation. No preventive maintenance procedure shall be allowed to jeopardize the CITY's ability to monitor and control system operation. 3. At the CITY's option, CITY's maintenance personnel may participate in any preventive maintenance procedures. B. Corrective Maintenance 1. The CONTRACTOR shall provide the services of factory -trained service technicians for the purpose of performing corrective maintenance on all system hardware and software. The period of coverage for each piece of equipment shall begin upon initial equipment purchase or manufacture and shall continue for two years after final acceptance or until expiration of the manufacturer's warranty, whichever period is longer. 160-10049-000 13400-3 Instrumentation General Provisions 2. The CONTRACTOR shall provide a 24-hour, 7-day/week service hotline for telephone notification of system malfunctions. Within 2 hours from notification by the CITY of defective Control System operation, the CONTRACTOR shall have a qualified service representative establish telephone contact with the CITY's maintenance personnel to discuss short-term corrective measures. If it is not possible to correct the defective operation as a result of the telephone contact, the CONTRACTOR shall have a qualified service representative at the location of the installed Control System within 24 hours from initial notification. The service representative shall perform all necessary inspections and diagnostic tests to determine the source of the defect and to establish a corrective action plan. The corrective action plan shall be developed such that the defect is corrected as quickly as possible and with the least impact on the operation of the CITY's facilities. Prior to beginning any repair or replacement procedure, the CONTRACTOR shall review the corrective action plan with the CITY in order to inform him of the planned course of action and to allow assessment of any impact that course of action might have on the operation of the CITY's facilities. At CITY's option, CITY maintenance personnel may participate in any corrective maintenance procedures. 3. If possible, the service representative shall effect replacement or repair of the defective component before leaving the site using replacement parts from the spare parts inventory delivered with the system. Otherwise, the corrective action plan shall include a detailed schedule for the planned course of action. Once the defect has been corrected, the corrective action plan shall be updated indicating the source of the defect and specific corrective action taken. A copy of the updated corrective action plan shall be delivered to the CITY on the day the work is performed. Any spares from the onsite supply of spares used by the CONTRACTOR in correcting the system malfunction shall be replaced within 15 days. 4. If 24-hour response time is not provided, or other corrective maintenance requirements are not met by the CONTRACTOR, the CITY shall have the right to obtain corrective maintenance from other sources and charge the CONTRACTOR reasonable costs of the alternative maintenance services, including parts, labor, travel, and subsistence. 5. The CITY, at the CITY's option, may elect to employ its own maintenance staff to locate and remove a defective component. In this case the CITY will return the defective component to a repair location as instructed by the CONTRACTOR. The CONTRACTOR shall repair or replace the defective component and return the properly working unit to the CITY within 15 days. C. - Software Maintenance: After any System software or equipment has been placed in service and tested, CITY personnel shall be permitted, at no additional cost to the CITY, to add, modify, and delete control strategies, displays, data base, and reports. Performance of such actions by the CITY shall not release the CONTRACTOR from satisfying any guarantee or maintenance requirements, or any other specified requirements. 1.6 CONTRACTOR'S QUALIFICATIONS A. The CONTRACTOR shall perform all work necessary to select, furnish, configure, customize, debug, install, connect, calibrate, and place into operation all hardware and software specified within this section and in other sections as Iisted in Article 1.02, Related Work- B. The CONTRACTOR shall be a "systems house," regularly engaged in the design and the installation of computer systems and their associated subsystems as they are applied to the municipal water or wastewater industry. For the purposes of this specification section, a "systems house" shall be interpreted to mean an organization that complies with all of the following criteria: I. Employs a registered professional Control Systems Engineer or Electrical Engineer to supervise or I perform the work required by this specification section. 160-10049-000 13400-4 Instrumentation General Provisions 2. Employs personnel on this project who have successfully completed a manufacturer's training course on the configuration and implementation of the specific programmable controllers, computers and software proposed for this project 3. Has performed work of similar or greater complexity on at least three (3) projects within the last five (5) years and has implemented and completed at least one of these three projects with the proposed HMI software. 4. Has been in the water/wastewater industry performing the type of work specified in this specification section for the past five (5) continuous years. C. Actual installation of the system need not be performed by the CONTT2ACTOR's employees; however, the CONTRACTOR shall provide the on -site technical supervision of the installation. D. The CONTRACTOR shall furnish equipment which is the product of one manufacturer to the maximum practical extent. Where this is not practical, all equipment of a given type shall be the product of one manufacturer. 1.7 SUBMITTALS A. General 1. Submittals shall be made in accordance with the requirements of this section, the requirements of Section 01300, and the requirements of individual Division 13 Sections. The CONTRACTOR shall submit to the CITY technical data and drawings for all equipment, materials, software, assemblies, and installations prior to fabrication and installation. All submittals shall be made in accordance with the submittal procedures and requirements in Section 01330 - Project Submittals and Review. The CONTRACTOR shall be responsible for the accuracy and completeness of all submittals, including information and drawings provided by other suppliers or subcontractors providing equipment, materials, software or services to the CONTRACTOR. 2. In all instances in which submittals are required by the Specifications, the CONTRACTOR shall not proceed with the associated work until the submittal has been Successfully Reviewed. 3. Each submittal shall be complete, with all required information provided together at one time, and submitted in a sequence that allows the CITY to have all of the information necessary for checking and approving a particular document at the time of the submittal. The specified timing requirements for each submittal are minimum requirements. The CONTRACTOR Supplier shall be responsible for planning and making all submittals as necessary to avoid delays or conflicts in the work. 4. See Section 01330 for requirements on quantities of documents to be submitted for review. Once documents have been successfully reviewed, the CONTRACTOR shall issue them in the quantities shown in the table labeled "Documentation Requirements". B. Submittal Categories: Project submittals are divided into the following general categories: 1. Design Submittals 2. System Documentation Submittals s 3. Testing Submittals 4. Training Submittals 5. The following paragraphs define the specific contents of each of these submittal categories. The requirements outlined for each of these submittals shall apply to all equipment and services specified in all sections of Division 13. Additional submittal requirements may be found in specific sections of Division 13. C. Design Submittals 160-10049-000 13400-5 Instrumentation General Provisions 1. Hardware Submittal a. Product information shall include, but not be Iimited to: catalog cuts, data sheets, performance surveys, test reports, equipment lists, material list, diagrams, pictures, and descriptive material. The product information shall cover all items including mechanical devices, mounting components, wiring, terminal strips, connectors, accessories, and spare parts. The submittal information shall show the standard and optional product features, as well as all performance data and specifications. b. Prior to commencement of manufacture (or shipment for stock items), the CONTRACTOR shall submit for review product information for all equipment and material specified in Division 13, or required to support equipment, or systems specified in Division 13. Specific requirements for the form and content of product information submittals ,are included in the individual section that defines the equipment requirements. 2. Connection Diagrams - a. Connection diagrams shall show the placement, labeling and wiring of components within panels, cabinets and consoles. Components shall be shown arranged in the physical layout (not necessarily to scale) as it would appear to a person servicing the equipment. Connection diagrams shall include all internal wiring of the panel; this shall include AC and DC power wiring and multi - conductor cables from PLC card to rewired termination blocks. Wires shall be shown as a continuous line between their termination points. Each wire label designation shall be shown. The wire label designations on each end of a single wire must be identical. All wire termination point numbers shall be shown. Each wire color shall be shown. Signal and DC circuit polarities shall be shown. All jumpers, shielding and grounding details shall be shown. b. The CONTRACTOR shall submit connection diagrams for all new panels, cabinets and consoles. Connection diagrams shall be Successfully Reviewed prior to the start of panel assembly. C. The CONTRACTOR shall furnish drawings in paper and AutoCAD 2002 electronic format. The Drawings must match the format of the example supplied as an attachment at the end of this document. This is to ensure all new panels match existing panel drawings. 3. Panel Fabrication and Layout Drawings a. Panel fabrication drawings are scaled drawings that shall show the physical dimensions, materials, and construction of panels, cabinets, terminal boards, consoles, or other electrical or mechanical equipment enclosures. These drawings show the physical arrangement and mounting of all components in or on a panel, terminal board, cabinet, console, or enclosure. These drawings show the physical dimensions, and the space and mounting requirements of mechanical, electrical, control and instrumentation devices or pieces of equipment. Other information provided may include , ventilation requirements, locations of connections, weight, and paint color, material and dry film thickness. b. As a minimum, panel fabrication and layout drawings shall include a bill of materials; front, Ll back, and section views; the locations of all components to be mounted in or on the panel, cabinet, i console, enclosure or assembly; drawing scale; nameplate engraving schedule; and structural materials and supports. All drawings shall be scaled. Overall dimensions and minimum clearances shall be shown. Sufficient detail shall be included to demonstrate material choices, outward appearance, construction methods, and seismic force resistance. C. Complete shop drawings shall be prepared and submitted for all panels, cabinets, and consoles which are custom fabricated or modified for this project. The CITY shall have the right to make modifications to the interior and exterior layouts of panels as part of the shop drawing review. No j 160-10049-000 13400-6 Instrumentation General Provisions detrimental to the proper performance of the sealants. Do not proceed with the sealant work until unsatisfactory conditions have been corrected in a manner acceptable to the installer. B. Do not proceed with installation of sealants under adverse weather conditions, or when temperatures are below or above the manufacturer's recommended limitations for installation. Proceed with the work only when weather forecast is favorable for proper cure and development of high early bond strength. 3.2 JOINT SURFACE PREPARATION A. Clean joint surfaces immediately before installation of sealant. Remove dirt, insecure coatings, moisture or other substances which would interfere with bond of sealant. B. For elastomeric sealants, do not proceed with installation over painted surfaces, or surfaces waterproofed or treated with water repellent or other treatment or coating unless a Iaboratory test for durability (adhesion) in compliance with Paragraph 4.3.9 of FS TT-S-00227 or ASTM C 794-80 has successfully demonstrated that the sealant bond is not impaired by the coating or treatment. If the laboratory test has not been performed, or shows bond interference, remove coating or treatment. Mask adjacent surfaces and prime when recommended by sealant manufacturer. 3.3 INSTALLATION A. - Comply with manufacturer's printed instructions except where otherwise noted or specified. Install no material which has exceeded its shelf life. B. In working joints, install backer rod at least 33 percent greater in diameter than joint width. C. Employ only proven installation techniques which will ensure that sealants are deposited in uniform continuous ribbons without gaps or air pockets with complete "wetting" of the joint bond surfaces equally on opposite sides. Except as otherwise indicated, fill sealant rabbet to a slightly concave surface, slightly below adjacent surfaces. Where horizontal joints are between a horizontal surface and a vertical surface, fill joint to form a slight cove, so that joint will not trap moisture and dirt D. Install sealant to depths as shown or, if not shown, as recommended by the following general limitations, measured at the center (thin) section of the bead. 1. For walks, paving and similar joints sealed with elastomeric sealants and subject to traffic and other indentation and abrasion exposures, fill joint to 75 percent of joint width, but not more than 5/8 inch {I 61 deep or less than 3/8 inch {10} deep. 2. For normal moving joints sealed with elastomeric sealants, but not subject to traffic, fill joints to a depth equal to 50 percent of joint width, but neither more than 1/2 inch {13} deep nor less than 1/4 inch (6) deep. 3. For joints sealed with non-elastomeric sealants, fill joints to a depth range of 75 percent to 125 percent of joint width. E. Sill Mastic. Bed sills in a trowel coat of specified sealant. F. Spillage. 1. Do not allow sealants to overflow or spill onto adjoining surfaces including rough textures. Use masking tape or other precautionary devices to prevent staining of adjoining surfaces by sealants. (_. 2. Remove masking tape immediately after joints have been tooled. 3. Remove excess and spillage of sealants on non -porous surfaces such as aluminum or glass promptly as the work progresses. Clean the adjoining surfaces without damage to surfaces or finishes. t ' 160-10049-000 07920-3 Joint Sealants 4. To remove excess sealants from porous substrates such as concrete or stone, allow the sealant to cure first. Then lightly abrade or scrape the surface to remove the excess sealant without damaging the substrate surface. G. Compressible Filler. Install where called for on drawings. Use properly sized pieces such that filler does not protrude beyond adjacent finished surfaces. Installed material shall be compressed to approximately 1/2 of its relaxed dimension. 3.4 CURE AND PROTECTION The installer shall advise the Contractor of procedures for curing and protection of sealants during the construction period. Cure sealants in compliance with manufacturer's instructions and installer's recommendations to obtain high early bond strength, early cohesive strength and surface durability. 3.5 FIELD TESTING Furnish a trained inspector to perform ASTM C 1521 testing on field samples, and on final installation. Submit test reports and plan of remedial action, if any. 160-10049-000 079204 Joint Sealants SECTION 08720 FINISH HARDWARE PARTI-GENERAL 1.1 SUBMITTALS A. Product Data. Submit manufacturer's product data for each item. Submit finish hardware schedule indicating manufacturer, catalog number, type, keying, location and finish of each item. B. Operations and Maintenance Data. Include lubrication and preventive maintenance requirements. C. Coordination. Submittals for all doors, frames and hardware shall be made at the same time, after coordination checking by the Contractor. 1.2 QUALITY ASSURANCE A. Sources. Obtain each type of hardware (latch and lock sets, hinges, closers, etc.) from a single manufacturer. B. Supplier Qualifications. A recognized architectural finish hardware supplier, with warehousing facilities, who has been furnishing hardware in the projects vicinity for a period of not less than 2 years, and who is or who employs an experienced architectural hardware consultant who is available, at reasonable times during the course of the work, for consultation about project's hardware requirements. C. RegulgM Requirements. I. Underwriters' Laboratories. a. Hardware for openings classed as requiring a UL label in the Door Schedule, or by code shall be furnished and installed in accordance with the applicable requirements of NFPA Standard No. 80. b. Items of hardware provided for fire doors shall be UL labeled for usage with types and sizes of fire doors and frames specified. Arrange approved fire doors to remain in the normally closed position with suitable automatic closing device. Provide fire doors with an active latch bolt that cannot be held in the retracted position. C. In case of any conflicts between NFPA Standards and the hardware types specified herein, the types of hardware required by NFPA Standards shall be included in the final Hardware Schedule and shall be provided at no additional cost to the Owner. 2. Accessibility. a. Hardware shall be furnished and installed in accordance with the applicable requirements of the Americans with Disabilities Act (ADA); ANSI Al 17.1; and Vernon's Texas Civil Statutes, Article 9102, the "Texas Accessibility Standards" (TAS) of the Architectural Barriers Act (1994). b. In case of any conflicts between TAS and the hardware types specified herein, the types of a, hardware required by TAS shall be included in the final Hardware Schedule and shall be provided by the Contractor at no additional cost to the Owner. R 160-10049-000 08720-1 Finish Hardware B. Connect roller reed ball contact in AED cabinet with security system to provide locator signal in the Central Control Room. END OF SECTION 160-10049-000 10525-2 Fire Extinguishers and Defibrillators Southwest Pump Station City of Lubbock SECTION 10810 TOILET ACCESSORIES PART1 -GENERAL 1.1 SUBMITTALS Submit manufacturer's product data on all products furnished under this section. 1.2 CONTRACTOR -FURNISHED ITEMS The following items shall be furnished by the Contractor and shall be installed under this section. A. Soap dispensers (SD)- Bobrick, #B-155 or approved equal. B. Toilet paper dispensers (TPD)- Bobrick # B-2888 or approved equal. C. Towel dispensers/ Waste receptacle (TDWR) - Bobrick, # B-3909 or approved equal. D. Clothes Hook (CH)- Bobrick, # B-233 or approved equal. E. Stainless steel shelf (SSS) - Bobrick, # B298xl8 or approved equal. F. Mirror (M) - Bobrick, #B 165 3636 or approved equal. G. Paper Cup Dispenser (PCD)- Bobrick # B235 or approved equal. H. Grab Bars (GB) - Bobrick #13-6806 or approved equal. 1.3 EXTENDED WARRANTY Framed mirrors shall be warranted against silver spoilage or delamination for 15 years. PART2-PRODUCTS 2.1 MANUFACTURERS A. Metal Products. Equal products of Bobrick, Bradley, McKinney and American Specialties (ASI) will be acceptable. to 2.2 COMPONENTS Metal finish shall be brushed Type 304 stainless steel, unless noted otherwise. PART3-EXECUTION 3.1 INSTALLATION 160-10049-000 10810-1 Toilet Accessories within one year from the date of completion, they shall be replaced or repaired by the Contractor at the Contractor's expense. B. Warranty: 1. The Contractor shall warrant its design of the proposed tank structure to be structurally and functionally suitable to serve the intended use of the projected work. The Engineer's review of the Contractor's design, or the Owner's acceptance and final payment for the work shall not relieve the Contractor of design responsibility. PART2-PRODUCTS 2.1 CONCRETE A. Concrete shall meet the requirements of ACI 301. B. Cement shall be Portland cement Type I or Type H. C. Concrete for tank wall and dome roof construction shall have a minimum 28-day compressive strength equal to 4,000 psi. Concrete for tank wall and roof shall be air -entrained. D. Concrete for floor and footing construction shall have a minimum 28-day compressive strength equal to 3,500 psi. The course and fine aggregate shall meet the requirements of ASTM C33. Course aggregate shall be No. 467 with 100% passing the 1-1/2 inch sieve. Concrete for floor and footing construction shall contain polypropylene fibers or polypropylene monofilament fibers. The amount of polypropylene fibers added to the concrete mix shall conform to the manufacturer's recommendations. E. Mix proportions for the concrete shall be in accordance with the requirements of ACI 301 and submitted to the Engineer for approval. F. Concrete in direct contact with prestressed reinforcement shall have a maximum water-soluble chloride ion concentration of 0.06 percent by weight of cement as determined by AASHTO T-260. G. Concrete mix proportions shall be in accordance with ACI 301 and submitted for the Engineer's approval. 2.2 SHOTCRETE A. Shotcrete shall meet the requirements of ACI 506.2. B. Cement shall be Portland cement Type I or Type H. C. Shotcrete shall have a minimum 28-day compressive strength equal to 4,500 psi. D. Shotcrete in direct contact with prestressed reinforcement shall have a maximum water-soluble chloride ion concentration of 0.06 percent by weight. E. Shotcrete used for covering prestressed wire shall consist of not more than three (3) parts sand to one (1) part portland cement by weight. Additional coats of Shotcrete shall consist of not more than four (4) parts sand to one (1) part pordand cement by weight and include '/" long polypropylene fibers with the amount conforming to the manufacturer's recommendations. F. Either the dry mix or wet mix process referred to in ACI 506R may be employed for shotcreting. 160-10049-000 13201-4 Wire -Wound Prestressed Concrete Tank 2.3 CEMENT MORTAR Mortar used for repair of concrete, encasement of waterstop, and for patching form tie holes shall consist of not more than three (3) parts sand to one (1) part portland cement by weight and shall conform to the requirements of ACI 301. Mortar shall not contain water-soluble chlorides in excess of 0.06 percent of the weight of the cement in the mortar. 2.4 NONSHRINK GROUT Nonsbrink cement grout used for repair of honeycomb and other concrete repair and for patching form tie holes shall be a nonhydrogen gas -liberating, nonmetallic grout meeting all of the requirements of ASTM C1107, grade A or C, for nonshrink grout. This grout is not to be used for bonding of prestressed tendons, or in contact with the wire or strand prestressed reinforcement. 2.5 MIXING WATER Mixing water shall conform to the requirements of ACI 318. 2.6 ADMIXTURES Admixtures, other than air -entraining and water -reducing admixtures, will not be permitted unless 'approved by the Engineer. Admixtures shall comply with the requirements of ACI 301 or ACI 506.2 and shall not contain more than traceamounts of chlorides, fluorides, sulfides, or nitrates. All admixtures used in concrete shall be compatible. 2.7 REINFORCEMENT A. Nonprestressed reinforcement shall conform to the requirements of ACI 318 and the applicable ASTM standards referenced therein. Strand for earthquake cables shall meet the requirements of ASTM A416, for seven - wire prestressing steel strand. The strand shall be protected with a fusion bonded epoxy coating, grit -impregnated on the surface, conforming to ASTM A882/A882M, or it shall be galvanized. Galvanized strand shall meet the requirements of ASTM A416 prior to galvanizing. The zinc coating for galvanizing shall meet the requirements of ASTM A641/A641M or ASTM A475. B. Circumferential prestressing wire shall conform to the requirements of ASTM A821. Splices and anchor clamps for prestressing wire shall be ferrous material compatible with the reinforcement and shall develop the full strength of the wire. 2.8 STEEL DIAPHRAGM The steel diaphragm shall conform to ASTM A1008 and shall be a minimum thickness of 0.017 inches. The diaphragm shall be vertically ribbed with reentrant angles. The base of the channels shall be wider than the throat, providing a mechanical keyway anchorage with the concrete and shotcrete encasement. 2.9 ELASTOMERIC MATERIALS A. Waterstops shall be composed of plastic or other materials suitable for the intended use. 1. Plastic waterstops shall be of virgin polyvinyl chloride meeting the requirements of CRD-0572. Splices shall be made in accordance with the manufacturer's recommendations, subject to review and approval by the Engineer. Tests assuring conformity to the specification shall either be made on material delivered to the jobsite or be certified by an independent testing laboratory. 2. Plastic waterstops shall be ribbed and shall have a minimum ultimate tensile strength of 1,750 psi, ultimate elongation of 300 percent, and a shore hardness of 70 to 80 durometer. 160-10049-000 13201-5 Wire -Wound Prestressed Concrete Tank B. Bearing pads used in the floor -two -wall and wall to -roof joints shall consist of neoprene or natural rubber. 1. Neoprene bearing pads shall have a minimum ultimate tensile strength of 1,500 psi, a minimum elongation of 500 percent, a maximum compressive set of 50 percent, and a hardness of 40 to 50 durometer in accordance with ASTM D2240. Neoprene bearing pads shall contain only virgin crystallization -resistant polychloroprene as the raw polymer and the physical properties shall comply with the requirements of ASTM D2000, Line Call Out M2BC410A14B14 for 40 durometer material. 2. Natural rubber bearing pads shall contain only virgin natural polyisoprene as the raw polymer, and the physical properties shall comply with ASTM D2000, Line Call -Out M4AA420A13. C. Sponge filler shall be closed -cell neoprene or rubber conforming to ASTM D1752, Type 1, or to the requirements of ASTM D1056, Types 2A1 through 2A4. D. Polysulfide sealant shall be a two or three component elastomeric compound meeting the requirements of ASTM C920, Type M. Sealants must have permanent characteristics of bond to metal surfaces, flexibility, and resistance to extrusion due to hydrostatic pressure. Air -cured sealants shall not be used. 2.10 DECORATIVE COATING Decorative coating shall be applied to the exterior precast dome surface using one coat of a cementitious based damp proofing product and one coat of a non-cementitious, high build, 100% acrylic resin polymer. A decorative coating shall be applied to the exterior cast -in -place dome and wall surfaces using two coats of a non-cementitious, high build, 100% acrylic resin polymer. The Owner shall select the color for exterior coatings. 2.11 APPURTENANCES A. The contractor shall provide and install all appurtenances as shown on the drawings. Appurtenances shall include, but will not necessarily be limited to, the following: 1. 30-inch diameter ductile iron inlet riser piping. 2. 24-inch diameter ductile iron outlet piping. 3. 24-inch diameter ductile iron drain piping. 4. Ductile iron overflow piping, overflow weir, and flap valve as required for the maximum overflow rate of 14,500 gallons per minute. 5. Aluminum roof hatch with a minimum 3'-6" x 3'-6" opening. 6. 316 Stainless steel interior Iadder including a fall prevention device consisting of a sliding, locking mechanism and safety belt and compliant with applicable OSHA standards. 7. Aluminum exterior stairs with stainless steel connection hardware. 8. A circular Type 304 stainless steel manway with a hinged cover. A Type 304 stainless steel grab bar and an aluminum ladder shall be installed at the manway location. 9. 316 stainless steel roof vent with screen. 160-10049-000 13201-6 Wire -Wound Prestressed Concrete Tank 1 PART3-EXECUTION 3.1 CLEARING AND GRUBBING A. All trees, shrubs, brush, stumps, roots, and other unsuitable material shall be removed to a *minimum distance of 12 feet outside the edge of the tank foundation, plus additional areas necessary for the tank construction. The limits of clearing shall be as shown on the drawings and as approved by the Engineer. B. No burning will be allowed on this project. 3.2 EXCAVATION AND BACKFILL A. The Contractor shall excavate to such depths and widths to provide adequate room for tank construction. A minimum working area of 10 feet beyond the circumference of the tank foundation at an elevation of 6 inches below the top of the tank foundation shall be provided. B. The excavation shall be dewatered as required during construction. The dewatering method used shall prevent disturbance of the tank foundation soils. C. A minimum 8-inch thick granular leveling base material consisting of uniformly graded crushed rock graded from 3/4-inch U.S. sieve size downward with 100% passing 1-inch U.S. sieve and not more than 8% passing the No. 200 U.S. sieve size shall be placed beneath the entire tank foundation. D. Select fill, if required, shall be placed in layers not exceeding 8-inch loose lifts and compacted to a minimum density equal to 95% of the maximum laboratory density in accordance with ASTM D1557. E. The tank shall be backfilled and rough graded to the contours shown on the drawings. 3.3 CONCRETE A. Concrete placement, finishing, and curing shall be in accordance with the requirements of ACI 301. A:/4- inch chamfer shall be placed on all exposed edges. B. Weather Limitations 1. Unless specifically authorized in writing by the Engineer, concrete shall not be placed during cold weather when the ambient temperature is below 35°F, even if the temperature is rising, or below 40°F and falling, and when the concrete is likely to be subjected to freezing temperature before the concrete compressive strength has reached 500 psi. Cold -weather concreting shall be in accordance with the requirements of ACI 306R and ACI 301. The materials shall be heated so that the temperature of the concrete, when deposited, shall not be less that 50°F, or as otherwise indicated in ACI 306R, or more than 70°F. All methods and equipment for heating and protecting the concrete in place shall be subject to review by the Engineer. 2. During hot weather concreting, cooling of water and aggregate shall be in accordance with the requirements of ACI 305R. Concrete shall not be placed when concrete temperature exceeds 907. 3. Placement of concrete during periods of low humidity or high winds shall meet the requirements of ACI 301 and ACI 350R, particularly when large surface areas are to be finished. In any event, all concrete surfaces exposed to drying wind shall be covered with polyethylene sheets or acceptable wet covering immediately after finishing and shall be water cured in accordance with the requirements of ACI 308, continuously from the time the concrete has taken initial set. Water curing by ponding is the recommended method for curing water tank floors and shall be employed whenever practicable. �fr 160-10049-000 13201-7 Wire -Wound Prestressed Concrete Tank C. Curing Curing compounds may be used in conjunction with water curing, provided they are compatible with coatings that may later be applied, or providing they are degradable or will be removed prior to the application of shotcrete or seal coatings. Curing compounds shall not be permitted in lieu of water curing except for vertical surfaces such as cast - in -place core walls. Curing compounds used on the interior surfaces of tanks shall contain no constituents that will impart taste or odor, or other toxic chemicals to the water. 3.4 SHOTCRETE Shotcrete placement shall meet the requirements of ACI 506. A 3/4-inch chamfer shall be placed on all exposed edges. A. Weather Limitations 1. Shotcrete placement may start without special protection when the ambient temperature is 35°F and rising, but shall be suspended when the ambient temperature is 40°F and falling. Placement of Shotcrete when the ambient temperature is below 35°F and rising, or below 40°F and falling, shall be considered cold -weather shotcreting and shall not be allowed unless specifically authorized by the Engineer. Shotcrete shall not be placed on frozen surfaces. 2. Cold weather shotcreting shall be in accordance with ACI 306R and ACI 301. The materials shall be heated in order that the temperature of the shotcrete, when deposited, shall be not less than 50°F, or as otherwise recommended in ACI 306R, or more than 70°F. All methods and equipment for heating and for protecting shotcrete in place shall be subject to review and approval by the Engineer. 3. For shotcrete placed during extremely hot weather, the aggregate shall be cooled by frequent spraying with water in such a manner as to use the cooling effect of evaporation without raising the moisture content above the level suitable for mixing and placement. During such periods, an acceptable placement schedule shall be arranged in a manner that will provide time for the temperature of the previously placed coat to begin to drop. The mixing water shall be the coolest available at the site, insofar as practicable. Hot weather shotcreting shall be in accordance with the requirements of ACI 301 and the recommendations of ACI 305R. 4. Placement of shotcrete during periods of low humidity or high winds shall meet the requirements of ACI 301 and the recommendations of ACI 305R, particularly when large surface areas are to be placed. Roof domes and wall surfaces exposed to drying wind shall be water cured continuously in accordance with the requirements of ACI 308 from the time the shotcrete has taken initial set. Curing compounds may be used to assist in curing, but shall not be used in lieu of water curing, or on surfaces that are to receive additional shotcrete coatings. B. Placement and Finishing of Shotcrete 1. Prior to placement of shotcrete, the contractor shall submit for the Engineer's review details of thickness -control procedures and aids. During application of shotcrete coats, the contractor shall demonstrate the effectiveness of the control procedures being used. 2. Dust, efflorescence, oil and other foreign material shall be removed from surfaces to be shotcreted. 3. The nozzle distance from the prestressing wires shall be such that shotcrete does not build up or cover the front face of the wire until the spaces behind and between the prestressing elements are filled. 160-10049-000 13201-8 Wire -Wound Prestressed Concrete Tank J 4. Vertical shooting wires shall be installed under tension and spaced no more than 3 feet apart to maintain a uniform and correct wall thicknesses. Wires of 18 or 20-gauge high tensile strength steel shall be used. Guide wires shall be removed after placement of the final coating. C. Shotcrete Protection of Prestressed Wire 1. Shotcrete for covering wire shall be tested for water-soluble chloride content in accordance with the requirements of AASHTO T-260, unless previous test results substantiate that the allowable content will not be exceeded. Testing may be conducted on either the individual shotcrete ingredients or samples of the hardened shotcrete. 2. Before beginning prestressing, voids or other defects on the core wall shall be repaired with mortar. Dust, efflorescence, oil, and other foreign material shall be removed from surfaces to be shotcreted. Concrete core walls shall have a bondable surface. Prior to wire winding, and again before applying shotcrete cover coats, such materials as dirt, loose sand, and dust shall be removed from the wall surface and wire, and the surface thoroughly dampened. 3. Each layer of circumferential prestressing shall be covered with a coat of fine -aggregate shotcrete wire coat as soon as practicable after prestressing. The shotcrete shall be applied wet but not dripping. 4. Shotcrete shall be applied with the nozzle held at a small, upward angle, not exceeding 5°, and shall be constantly moved in a smooth motion during applications, with the nozzle pointing in a radial direction toward the center of the tank. The nozzle distance from the prestressing shall be such that shotcrete does not build up or cover the front face of the wire before the spaces behind and between the prestressing elements are filled. 5. The appearance of a clearly defined pattern of continuous horizontal ridges at the prestressing elements after they are covered is an indication of insufficient shotcrete cover or of poor application and probable voids. If this occurs, the application of the wire coat shall be immediately suspended and the " work carefully inspected by the Engineer. Corrective measures shall be implemented and completed prior to resuming the shotcreting operations. All improperly deposited shotcrete shall be removed prior to its final set and the shotcreting procedure corrected. All shotcrete overspray shall be removed from the wall. The shotcreted surface shall be broomed and roughened, if needed, to ensure the proper bond of the subsequent applications. Rebound materials shall be removed from the work and shall not be reused in shotcreting. 6. Subsequent layers of circumferential prestressing and shotcrete wire or cover coats may be applied as soon as the underlying coat has developed sufficient bond and compressive strength to avoid damage. 7. Wire coat thickness shall be sufficient to provide a clear cover over the wire of at least''/< -inch and in no case less that the diameter of the wire. 8. Shotcrete shall be applied to provide a total thickness of not less that 1-inch over the last layer of wire. The first coat placed over the wire shall be wire coat and the remaining cover coat(s) shall be finish coats applied as soon as possible after application of the last layer of wire coat. Intermediate cover coats and the finish coat shall be placed in thickness not exceeding 1 inch. `- 9. Shotcrete cover coats shall be cut back 1 inch above the top of the footing or floor slab where movement may occur between the wall and floor or footing. Similarly, shotcrete shall be trimmed back form movable joints between the wall and roof. Vertical shooting wires shall be used to ensure positive control of the thickness. 160-10049-000 13201-9 Wire -Wound Prestressed Concrete Tank 10. All exposed shotcrete coatings shall be kept moist for at least seven (7) days. Each time a new wire coating is applied, covering an underlying coat, a new seven-day curing period begins for the new coating, superseding the curing schedule on the prior shotcrete coating since its cure will proceed concurrently. Moist curing shall be started as soon as possible without damaging the shotcrete. Curing shall be by fog spraying or sprinkling and covering so as to keep the surface continuously damp, or by use of wetted burlap or cotton mats as specified in ACI 308. Curing by other means shall not be allowed. Remove any laitance that appears on the shotcrete surface after the curing period by using light sandblasting, air/water blasting, or other method acceptable to the Engineer. 11. Quality control of shotcrete shall be in accordance with the applicable requirements of ACI 506R. 3.5 FLOOR A. The floor and wall footings shall be constructed to the dimensions shown on the approved shop drawings. 1 ; B. The vertical waterstop shall be located to a tolerance of + or — %4 inch vertically and + or — %Z inch radially, and shall be secured to insure a positive positioning. All waterstops shall be spliced in a manner that provides } complete continuity as a water barrier, and each splice shall be electronically spark tested prior to encasement in concrete. Punctures in the waterstop shall not be permitted except for support holes along its outer edges._ , C. Prior to placement of the floor reinforcement, a six (6) mil polyethylene moisture barrier shall be placed over the leveling base material. Joints in the polyethylene shall be overlapped a minimum of six inches. D. Prior to placement of the floor concrete, all piping that penetrates the floor, shall be set and encased in concrete. E. The tank floor shall have a minimum thickness of 4 inches and be cast monolithically with no cold joints. All construction joints in the tank floor shall be approved by the engineer prior to placement and shall include horizontal waterstops. F. The floor shall be water cured for a period of seven (7) days. A nontoxic membrane -forming curing compound may be used in conjunction with water. - G. The floor shall be given a fresno finish. 3.6 PRECAST PANELS A. The tank walls shall be constructed of precast panels and vertical joints filled with shotcrete, mortar, or cast -in -place concrete. Horizontal joints in the diaphragm will not be allowed. B. A continuous watertight steel diaphragm shall be provided throughout and within the tank wall. Vertical diaphragm joints shall be mechanically seamed except where located between wall panels, in which case joints shall be sealed with polysulfide or another suitable sealant. All vertical diaphragm joints shall be sealed to be fully watertight. C. Precast panels shall be fabricated to the curvature of the tank radius. The tolerance in panel wall thickness shall be — 0 to + %4 inch. Concrete for each panel shall be placed in one continuous operation. D. Precast panels shall be erected to the correct vertical and circumferential alignment. The edges of adjoining panels shall not vary inwardly or outwardly by more than 3/8 inch and shall be placed to the tank radius with + 3/8 inch. E. Polyethylene sheeting shall be placed between successive pours for curing. t, 160-10049-000 13201-10 Wire -Wound Prestressed Concrete Tank 3 additional compensation will be provided to the CONTRACTOR for changes that result. The CONTRACTOR shall include in his bid price one redesign of the panel layout to incorporate the CITY's modifications to the locations of specified components in or on each panel, cabinet, console, _. or enclosure. d. The CONTRACTOR shall furnish drawings in paper and AutoCAD 2002 electronic format. The Drawings must match the format of the example supplied as an attachment at the end of this document. This is to ensure all new panels match existing panel drawings. 4. Interface Cables: The CONTRACTOR shall submit for review interface cable pin-out/cable makeup diagrams. This includes all network cables, radio to PLURTU cables, computer to PLC cables and printer cables. Submittal shall include copies of the actual hardware documentation.' All cables shall either be standard cables from the manufacturer or custom-made, without the use of gender changers, 9-25 pin converters, null modem adapters, etc. 5. Interconnection Diagrams: Interconnection diagrams shall include typical wiring diagrams for each type of product. Wires shall be shown as a continuous line between their termination points. Each wire label designation shall be shown. The wire label designations on each end of a single wire must be identical. All wire termination point numbers shall be shown. Each wire color shall be shown. Signal and DC circuit polarities shall be shown. All jumpers, shielding and grounding details shall be shown. 6. Installation Drawings: Installation drawings shall show installation arrangements for all provided equipment, mounting and anchoring details, conduit entries into cabinets, and Control System electrical power supply distribution conduit and wiring. Data sheets and/or catalog cuts for mounting devices, anchors, wire and other incidental installation materials shall be included. D. System Documentation Submittals 1. Operation and Maintenance (O&M) Manuals: The CONTRACTOR shall supply O&M manuals for all the equipment and software provided. The O&M manuals shall be developed for personnel at the level of electronic technician. The O&M manuals shall describe the detailed preventive and restorative procedures required to keep the equipment in good operating condition. An O&M manual or a set of manuals shall be furnished for all deliverable hardware, including OEM equipment. O&M manuals for OEM equipment shall contain original printed materials, not copies, and may be provided in the manufacturer's original format. Manuals shall be provided in electronic format. The O&M manuals shall contain the following information: 2. Instruction Manual a. The manual shall be written in English and illustrated in detail to the component level, including assemblies, subassemblies, and components. It shall contain a detailed analysis of each major component so that maintenance personnel can effectively service, inspect, maintain, adjust, troubleshoot, and repair the equipment. b. Each manual shall include a Table of Contents, arranged in systematic order, and shall be divided into the following sections: 1) Introduction: The purpose of the manual, special tools and equipment, and safety precautions. 2) General Information and Specifications: A general description of the equipment item, and specifications of its major components. 160-10049-000 13400-7 Instrumentation General Provisions 3) Listings: Supplier's name, address, and telephone number. Each product shall include name, address, and telephone number of subcontractor, or installer, recommended maintenance contractor, local source for replacement parts. 4) Theory of Operation: The relationship of assemblies, subassemblies, components and interchangeability of components, and explanation and analysis of their functions to the smallest board replaceable components. 5) Software: Listing and explanatory text for any software or firmware. 6) Operation Procedures: The locations and functional descriptions of all controller indicators, or CRT displays. 7) Troubleshooting: A list in tabular format of all symptoms, probable causes of malfunction or improper operation, and probable remedies to the smallest board replaceable components. 3. Preventive Maintenance Instructions: These instructions shall include all applicable visual examinations, hardware testing, and diagnostic hardware/software routines. Instructions on how to load and use any test and diagnostic programs and any special or standard test equipment shall be an integral part of these procedures. 4. Corrective Maintenance Instructions a. These instructions shall include guides for locating malfunctions down to the card -replacement level. These guides shall include adequate details for quickly and efficiently locating the cause of an equipment malfunction and shall state the probable source(s) of trouble, the symptoms, probable cause, and instructions for remedying the malfunction. These guides shall explain how to use on-line test and diagnostic programs for all devices and any special test equipment, if applicable. b. The corrective maintenance instructions shall include: 1) Explanations for the repair, adjustment, or replacement of all items, including printed circuit cards. Schematic diagrams of electrical, mechanical, and parts location, illustrations, photographs, and sectional views giving details of mechanical assemblies shall be provided as necessary to repair or replace equipment. Typical signal waveforms, logic levels, bit patterns, etc., shall be included. For mechanical items requiring field repair, information on tolerances, clearances, wear limits, and maximum bolt -down torques shall be supplied. Information on the loading and use of special off-line diagnostic programs, tools, and test equipment as well as any cautions or warnings which must be observed to protect personnel and equipment shall be included. 2) A list of test equipment and special tools required. 3) A list of all abbreviations and circuit symbols used. 4) Warranties, bonds and maintenance records, including proper procedures in the event of failures and instances which might affect the validity of warranties, bonds, or contracts. 5) A parts catalog enumerating every part to the Iowest of card replaceable components. The description shall include component symbol, description, ratings, accuracy, manufacturer's name and address, manufacturer's part number, commercial equivalents, and quantity per assembly or subassembly. The parts catalog shall identify the appropriate locations of the parts 3 160-10049-000 13400-8 Instrumentation General Provisions j and shall group each component by assemblies or subassemblies within each subsystem so that each component can be identified as being part of the next larger assembly. 6) A list of recommended spare parts that includes all parts necessary to maintain and repair control system components. The list shall identify the specific part or model number, description, manufacturer's name and address, commercial equivalents, unit price, lead time for delivery, and recommended quantity. The spare parts list shall indicate which components (by model and serial number) have been provided with the delivered system as part of the spares inventory. L 5. Drawings j a. O&M Manual drawings (with the exception of those provided by third -party manufacturers) shall not be larger than 11-inches by 17-inches and shall be clearly legible when reproduced using conventional office copying machines. Originals shall be provided for all third -party O&M Manual materials. One reproducible of the O&M Manual drawing original must be supplied for each O&M Manual drawing larger than 11 inches by 17 inches, and must satisfy all drawing requirements specified herein. Those preprinted O&M Manual drawings which are not acceptable, or which must be modified or corrected to show the actual as -built design, shall be redrawn as new specially - prepared shop drawings. Acceptable equipment manufacturer's drawings incorporated into equipment operating and maintenance manuals need not be duplicated or removed from the manuals. b. The CONTRACTOR shall furnish drawings in paper and AutoCAD 2002 electronic format. The Drawings must match the format of the example supplied as an attachment at the end of this document. This is to ensure all new panels match existing panel drawings. C. Each O&M Manual shall be bound in 8 1/2" x 11 inch 3-ring side binders with commercial quality hardback, cleanable plastic covers. Maximum of 3",binder size. d. Binder covers shall contain the printed title "Operation and Maintenance Instructions", "City of Arlington Water Utilities", "Water Treatment Instrumentation Improvements". e. The manuals shall be intemally subdivided with permanent page dividers with tab_ titling clearly printed under reinforced laminated plastic tabs. f. Each volume shall have a Table of Contents, with each product or system description identified. E. Software Manuals: The CONTRACTOR shall supply Original OEM O&M Manuals in lieu of developing specific O&M Manuals. Only that equipment which lacks proper O&M Manuals would the CONTRACTOR be responsible for supplementing the product literature. F. Record Documents 1. After successful Site Demonstration Test, the CONTRACTOR shall submit for review the Record Documents (as -built) for all equipment and software installed by the CONTRACTOR. All documents which have changed because of the engineering changes, contract changes, or error or omission shall be updated and the revised documentation provided. 2. The CONTRACTOR shall furnish complete as -built sets of a. v b. 160-10049-000 Source tapes, disk pack(s) or other storage media for all custom programs Loadable and executable object disk pack(s) of the software systems 13400-9 Instrumentation General Provisions C. All previously delivered documents, with as -built updates d. OEM standard documentation. 3. These media shall include the operating systems, all programs necessary for the operation as well as maintenance of the System, and all programs supplied by the CPU/Microprocessor manufacturers, such as assembler, loaders, editors, compilers and diagnostics.. - 4. The documentation as outlined in this portion of the document, in conjunction with other documentation specified elsewhere in this document, shall be sufficient to allow the CITY to reconfigure or make additions or deletions to the System without assistance from the CONTRACTOR. G. Testing Documentation Submittals I. System test plan requirements are included in Section 17000 part 3.01. 2. Test procedures requirements are included in Section 17000 part 3.01. 3. Test reports requirements are included in Section 17000 part 3.01. PART2-PRODUCTS 2.1 INFORMATION ON DRAWINGS A. The following information is indicated on the drawings: 1. Loop diagram on flow sheet for each control loop. Diagrams are schematic in nature and intended only as a guide to work to be performed. 2. Approximate location of primary elements, instrument panels and final control elements. 3. Approximate location of instrumentation power junction boxes for instrument electrical power connection. 4. Location of electrical distribution panel boards for instrument electrical power. 5. Location of equipment having alarms and equipment status contacts. 6. Location of equipment being controlled by system 7. General layout of instrument cabinets. 8. Instrument installation details. B. The following. information is not shown on drawings but shall be the responsibility of the CONTRACTOR to determine, furnish and coordinate with other divisions, based upon systems specified. Show this information on project record drawings. 1. Instrument loop drawings per ISA S5.4 minimum, desired and optional items. 2. Location of electrical distribution panel boards supplying power to any device supplied under this contract. 3. Detailed enclosure and instrument panel Iayouts, fabrication details and wiring diagrams. 4. Detailed system configuration. 5. Raceway and cable routing for instrumentation wiring. 2.2 OPERATING CONDITIONS A. Ambient Conditions: Provide equipment suitable for ambient conditions specified. Provide system elements to operate properly in the presence of radio frequency fields produced by portable RF transmitters with r 160-10049-000 13400-10 Instrumentation General Provisions output of five watts operated at 24 inches from instruments; in the presence of plant telephone lines, power lines and electrical equipment; and in the presence of digital data transmission systems. B. Field Locations: Field equipment may be subjected to ambient temperatures from -5 to 500C with direct radiation, relative humidity from 0 to 100 percent with condensation. C. Power Supply: Power supply will be 117 volts AC, single- phase, 60-hertz commercial power. Voltage variations will be at least plus or minus 8 percent. Certain loops shall have integral power supply as indicated on the drawings. 2.3 TRANSIENT AND SURGE ISOLATION A. Protect all power and communication and transmission/ receiving circuitry from any surge, including spikes up 1,000 volts peak and surges with a rise time of less than one microsecond. Use a combination of current limiting resistors, zener diodes, gas tube surge arresters and a fusible link which melts and shorts the surge to ground before the device circuitry is affected. Provide protection adequate for personnel safety, which will prevent an erroneous output, change in calibration or failure of component other than fuse or fusible link. 2.4 SPARE PARTS A. During the system warranty period, the CONTRACTOR is expected to make system repairs by initially replacing the defective component with one from the spares inventory. The CONTRACTOR shall then replace the spare component 2.5 SPECIAL TOOLS A. CONTRACTOR shall supply one of each type of special hand tool required to open or operate equipment, to remove or replace replaceable parts, remove or replace cable connectors, or to make required operational or maintenance adjustments. A special hand tool is any tool not readily available from local retail hardware stores. 2.6 TEST EQUIPMENT A. The CONTRACTOR shall provide a complete list of all tools, test equipment, and commercial software programs necessary for the proper maintenance of the system. This list shall contain the quantity recommended, model number, description, cost, and name and address of supplier. 2.7 MATERIALS AND EQUIPMENT A. Materials: Material shall be new, free from defects, and of the quality specified. All instruments with the same specification shall be from the same manufacturer. 1. Provide equipment of solid-state construction utilizing second source semiconductors, unless otherwise specified. Derate components to assure dependability and long-term stability. Provide printed or etched circuit boards of glass epoxy, hand or wave soldered, of sufficient thickness to prevent warping. Coat printed circuit boards in field -mounted equipment with plasite 7122, or approved equal, to protect against corrosion. Alignment and adjustments shall be non -critical, stable with temperature changes or aging and accomplished with premium grade potentiometers. Do not insert components of specially selected values into standard electronic assemblies to meet performance requirements. Use parts indicated in instruction manuals, replaceable with standard commercial components of the same description without degrading performance of completed assembly. Do not use silver edge connectors or pins. 160-10049-000 13400-11 Instrumentation General Provisions 2. Use test equipment and instruments to simulate inputs and read outputs suitable for purpose intended and rated to an accuracy of at least five times greater than the required accuracy of device being calibrated. Such test equipment shall have accuracies traceable to the National Bureau of Standards as applicable. 3. Make equipment located in hazardous areas suitable for applicable classification by use of explosion - proof housings or equipment and barriers approved as "intrinsically safe" by either UL or FM. Locate barriers in cabinets at hazardous area boundaries. Use dual barriers in loops in order to prevent a grounding loop at the barrier. 4. Provide all special tools necessary for operation, maintenance and calibration of all (instruments) devices, subsystems, and systems supplied. 2.8 SPECIAL PROJECT REQUIREMENTS A. As a part of this contract, the instrumentation systems contractor shall coordinate with all the sub -systems suppliers and manufacturers, during bidding, construction, testing, installation and start-up phases of the project. The coordination is to assure that the instruments, and sub -systems are in compliance with the specifications and the central controls, and that the tie-ins and the interface signals are provided as required. B. The calibration, testing and startup of all the instruments shall be done by the manufacturer's field technician/engineer in the presence of the CITY. The CONTRACTOR shall provide a list of all manufacturers whose technician will perform this work. The CONTRACTOR shall also provide a certified calibration report stating that each instrument has been installed per manufacturer's recommendations and per these specifications. PART3-EXECUTION 3.1 OVERVIEW A. This contract is primarily an equipment supply and installation contract. The CONTRACTOR and ENGINEER share in the responsibility to provide a completely operational system. In this arrangement, each party has certain responsibilities. B. The CONTRACTOR is responsible for the following areas: 1. Acquisition and installation of all the hardware, software and instrumentation as defined in this specification and drawings. 2. Provide the PLC panels as specified on the drawings. 3. Provide radio network, and install and verify the operation of the wireless network from water treatment plant to other sites as defined in section 17320 and the drawings. 4. Provide startup assistance to the ENGINEER during the checkout of the PLC control programs. 5. Provide panel drawings for the PLC panel. C. The CITY is responsible for the following areas: 1. Development of the control programs for all the newly supplied PLC. 2. Provide PLC programs to be installed in all the new PLC. 3. Provide startup and check-out services for all the PLC and RTU programs developed by the CITY. I 3.2 SYSTEM TEST REQUIREMENTS A. General Requirements: 1. The Control System shall undergo a comprehensive system test process to demonstrate that the system performs as an integrated unit to meet the requirements of this specification. The CONTRACTOR, 160-10049-000 13400-12 Instrumentation General Provisions as a normal course of system development, shall conduct all element, subsystem, and system tests necessary to ensure the proper operation of the control system at various stages of system development. This type of testing will normally be not witnessed; however, the CITY and ENGINEER reserve the right to witness these tests if concerns arise about the progress of system implementation. 2. Conduct witnessed testing on the Control System: a. I/O Point Checkout B. UO Point Checkout 1. An 1/0 point checkout shall be performed after all equipment is shipped and installed in the field. The tests shall be performed to verify that the equipment has been installed correctly. The tests shall be performed to verify that the software and hardware will meet the functional and performance requirements of this document. 2. The CITY and the ENGINEER will witness these factory tests. 3. The I/O point checkout shall demonstrate the proper operation of all the field points affected by the installation of the equipment provided by this contract 4. The CONTRACTOR shall provide an I/O list for the PLC provided, and a test plan that indicates how the verification will occur. 5. The I/O Point Checkout shall include, but not limited to, the following: a. Exercise each discrete input. Each state shall be verified at an Operator Workstation. b. Exercise each analog input. Each input shall be verified at 0, 50 and 100% range of the instrument. Linearity of the signal shall be verified. Each value shall be verified at the Operator Workstation. C. Exercise each discrete output. Each state shall be initiated from the Operator Workstation. If necessary, the associated equipment shall be placed into a "safe" state such that the activation of the output will not damage the equipment or cause a safety hazard. , d. Exercise each analog output. Each output shall be verified at 0, 50 and 100% range of the instrument. Linearity of the signal shall be verified. Each value shall be initiated and verified at the Operator Workstation. e. Unless constrained by the operation of the plant, or due to safety reasons, all testing should include the actual equipment, and not use simulates signals. 3.3 INSTALLATION AND STARTUP A. Field Testing: Field testing and start-up shall consist of a sequence of activities and tests conducted as the control system components are installed and integrated at the job site. Following is a description of the individual steps that are involved with field testing and cut -over. 1. Wireless Inter plant Communication Equipment checkout a. Once the communication link between the Water Treatment Plant is operational, checkout of the link will begin. b. The first step is the demonstration of basic data transfer between the two locations.. This includes the exchange of information in both directions simultaneously. C. Next, demonstrate the access to each piece of equipment at the remote location. For example, demonstrate the ability to open operator screens displaying data from the other plant. d. Repeat with varying amounts of load on the network, up to the rated capacity of the equipment. 2. PLC Checkout a. Once base system is operational, field installation and checkout of the PLCs will begin. The overall process shall entail installing and testing the PLCs one site at a time. Following is a discussion of the series of steps involved with the checkout of the PLCs b. The first step of the PLC checkout shall be a field instrument to PLC check. The field devices will be exercised by the CONTRACTOR to demonstrate the field wiring has been terminated properly. 160-10049-000 13400-13 Instrumentation General Provisions C. The next step of PLC checkout shall be an end -to -end (Operator Workstation to field termination) check of every physical 1/0 point connected to the PLC. This will require the activation of the control software by the CITY. d. Once end -to -end point testing has been completed, the processes at the PLC shall then be switched to remote, manual control so that an operator located at the new control console can exert manual control of the process equipment. e. Next, any control software associated with the PLC shall be activated and tested one -function at a time by the CITY. When problems are found, the software configuration shall be "debugged" and the problem fixed by the CITY. When a problem is found, the appropriate tests shall be repeated after the problem is corrected by the CITY to verify proper operation. Once the control software in the PLC has been tested and debugged, that PLC shall remain on line on the new control system. f. Each PLC in the system shall be installed and tested using the procedure described above. A specific installation and start up plan shall be developed by the CONTRACTOR prior to Factory Demonstration Test. The CITY will provide assistance as necessary in developing the start-up plan g. During the start-up phase, the CONTRACTOR shall provide a minimum of 2 people on site full-time. The CITY will provide one person full-time in the control room (dedicated to testing activities), and one person in the field to support installation and testing activities. The CITY will provide testing support and inspection as required. 3.4 TRAINING A. The manufacturer shall provide operating training and maintenance training as detailed in Section 01655 — Starting of Systems. 3.5 SYSTEM APPLICATION CONFIGURATION A. Base System Configuration 1. ' The CONTRACTOR shall perform all system configuration activities necessary for the efficient operation of base control system functions. These activities shall include, but not be limited to: sizing of data tables and queues, tuning of communication subsystem parameters, configuration of console control access definitions, setup of alarm subsystem parameters, redundancy setup, Ethernet management devices, etc. END OF SECTION 160-10049-000 13400-14 Instrumentation General Provisions Southwest Pump Station City of Lubbock SECTION 13410 PROGRAMMABLE LOGIC CONTROLLERS (PLC) REQUIREMENTS PA.RT1-GENERAL 1.1 SUMMARY A. The CONTRACTOR shall be responsible for providing a complete and operational system for the installation of the PLC specified on the drawings. This PLC installation shall include hardware supply and installation. B. The CONTRACTOR shall provide the PLC hardware for the locations and requirements identified on the drawings. This shall include all PLC equipment, programming software, cables, connectors, PLC/PC network interface cards, rewired termination blocks, and any other hardware and/or software to ensure a fully operational system. C. The CONTRACTOR shall provide installation services for the new PLC. This service shall include installing the new PLC hardware, panel rewiring, I/O points check, and PLC testing. D. The CONTRACTOR shall provide two complete sets of as -built drawings for the PLC panel. These drawings shall be complete and accurate. Each set of drawings shall be provided in both paper and electronic copy. 1.2 SUBMITTALS A. Product Data: 1. Submit vendor specification information along with a corrected copy of applicable specification form for each scheduled device specified in this section. 2. Submit vendor specification information for each material and unscheduled device specified in this section. 1.3 TRAINING A. The manufacturer shall provide operating training and maintenance training as detailed in Section 01650 — Starting Systems, Page 01650-4, Paragraph 3.05 of the specifications. 1.4 SPARE PARTS AND TOOLS A. The manufacturer shall provide the specified spare parts and/or tools as detailed in Section 01790. PART2-PRODUCTS 2.1 GENERAL REQUIREMENTS A. The PLC shall be GE Fanuc Series 90-30 with model IC693CPU364 processor or better. B. The PLC provided shall be self-contained units capable of collecting data through electrically dry relay contacts, 4 to 20 mA DC analog, high level AC input signals, and contact making pulsing devices supplied as part of this contract. The PLC shall also be capable of providing AC and DC control outputs, both momentary and latching, 160-10049-000 13410-iProgrammable Logic Controllers (PLC) Requirements the contacts of which will be used by CITY for remote control. The CONTRACTOR shall provide all interposing relays that may be required to interface with the field AC signals. C. The PLC shall be fully programmable in a high level Ianguage and shall not require burning or etching of an EPROM for applications programs. D. The PLCs shall have stand alone calculation and control capability to perform the control logic functions using software and setpoints downloaded from the HMI. E. The CONTRACTOR shall provide a control power supply for the PLC system The new control power unit shall be installed in that PLC panel. The power unit shall be properly sized, installed, wired, checked and tested by the CONTRACTOR. 2.2 PLC DESIGN REQUIREMENTS A. General 1. The PLC shall be solid-state electronic units of programmable design. The PLCs shall have a stand- alone restarting capability, i.e., no reloading of software programs for common logic, communications, and UO processing at the PLC shall be required to resume operation following a loss of power. Therefore, all PLC basic programs shall be resident in battery backed up RAM with at least a five- year battery life. 2. The PLC shall be from one family of the manufacturer's product line. The product line used shall have an expected product life of over ten (10) years. Products nearing the end of their life cycle are not acceptable. CONTRACTOR shall submit statement from manufacturer as part of the submittal. 3. Solid state RAM shall be utilized for data buffering, change of state information, calculation parameters, and local control algorithms. A power failure indication shall be reported to the HMI after recovery from a power failure so that status initializing may be initiated by the HMI. 4. All electronic components shall be mounted on plug-in printed circuit cards or modular subassemblies. Each printed circuit card and subassembly shall be model and serial numbered to uniquely identify it. Printed circuit cards shall be plug-in with quick disconnect field terminations. 5. As a minimum the PLC CPU board shall have LED's for run, CPU fail, and low battery. The I/O modules shall have a power present LED. 6. Equipment shall be sufficiently sturdy to withstand handling during shipment, placement, and start- up without damage or distortion. 7. All switches and breakers and other current interrupting devices shall be non -arcing or hermetically sealed. B. PLC Common Logic: Logic functions shall be implemented to receive data from and transmit data to the network, perform address decoding and error checks, and transfer data to and from the point input/output logic. In conjunction with the other PLC logic elements, the following functions shall be performed: 1. Respond to commands for retrieving data 2. Prevent selection of more than one control point in a command sequence 3. Protect against single component failures causing a malfunction 4. Inhibit relays from being energized erroneously during the initial power -up period of the PLC 160-10049-000 134I0-2Programmable Logic Controllers (PLC) Requirements t 5. Provide a "power fail bit" which will be set upon commercial power loss or failure of the AC/DC power supply 6. Protect against a missing or failed logic card causing a malfunction, damage to other logic, or false transmission to the HMI 7. Protect against over/under voltage conditions from the CITY's power source and/or the CONTRACTOR's power subsystem from causing malfunction, damage to logic, or false transmissions to the HMI 8. Provide a "Change Summary" bit in the returned message to report status point changes on an exception basis (if all status is not returned on each scan) Provide a real-time clock function 10. Each PLC shall continually monitor its operation and shall shutdown in case of failure that would cause faulty solution of logic. A running PLC shall identify communication failures,1/0 assembly errors, 1/0 module errors, and CPU battery failure and shall report such faults to the HMI. Faults shall also be reported to the PLC test set whenever it is connected to a PLC. In addition, a PLC trouble alarm shall activate a discrete output if any diagnostic detects a failure or upon CPU failure. 11. Provide empty 1/0 modules with a door cover for all PLC empty slots. C. v PLC Hardware Requirements 1. Shall communicate using an open standard, such as DeviceNet or Profibus, for the PLC UO network. ` < 2. No DIP switches shall be used in the PLC system. All I/O addressing shall be done in software and all module configuration details shall be supplied by the PLC controller. 3. Shall be capable of changing RAM battery without loss of program. D. I/O Modules: The following types of process I/O interface capabilities shall be provided for the PLC: 1. 1/0 modules shall be capable of being removed or replaced under power while the controller is running so as not to disturb other operating elements of the PLC system. 2. 1/0 modules shall be software configurable. 3. I/O modules shall have the ability to define the failure mode of output modules. I/O modules shall be configured to turn all outputs off or zero (default state), go to predefined safe station, or hold the last value which the module received just prior to the watch dog timer expiration. This configuration information shall be set up on a point by point or channel by channel basis. 4. 1/0 modules shall have the capability of DeviceNet or Profibus communication by using a communication adaptor. 5. Discrete Input Requirements a. The CONTRACTOR shall be responsible for the PLC interface with the status and alarm contacts. For the "dry" contacts, the PLC shall sense the states of these contacts by applying a voltage and observing the extent to which current flows. This voltage shall be obtained from a separate, isolated power supply furnished by the CONTRACTOR. The voltage applied across the CITY's open contacts shall be 24 VACNDC (nominal). 160-10049-000 13410-3Programmable Logic Controllers (PLC) Requirements b. The exact input configuration shall be sized to meet the existing discrete input needs as specified on the drawings. The final configuration shall be from the standard product offering of the PLC manufacturer. C. Provide Model No. IC693MDL241 Discrete Input modules. 6. Discrete Output Requirements a. The discrete output logic shall process the control commands received from the common logic. Any control scheme, in which a single message with undetected errors can cause a false command, shall be unacceptable. b. Discrete output drive circuitry shall be designed such that any single logic component failure in the PLC does not energize a discrete output. C. The exact output configuration shall be sized to meet the existing discrete output needs as r specified on the drawings. The final configuration shall be from the standard product offering of the j PLC manufacturer. d. Provide Model No. IC693MDL940 Discrete Output modules. 7. . Analog Output Requirements a. They shall have analog output modules which shall be a 4-20 mA at 24 VDC; suitable for interfacing to an electronic three mode controller or direct to a variable frequency drive. The analog outputs shall be driven from the isolated 24 VDC power supply supplied by the CONTRACTOR in the PLC Panel. The module shall have broken wire fault detection. b. The exact output configuration shall be sized to meet the existing analog output needs as specified on the drawings. The final configuration shall be from the standard product offering of the PLC manufacturer. C. Provide Model No. IC693ALG392 Analog Output modules. 8. Analog Input Requirements a. Analog inputs from the transducers shall be 4-20 mA DC and all transducer power shall be provided by the dedicated 24 VDC + 10% power supply supplied by the CONTRACTOR in the PLC Panel, or from an isolated output of the field device. The module shall be Bi-Polar with broken wire and Out of Range fault detection. b. The exact input configuration shall be sized to meet the existing analog input needs as specified on the drawings. The final configuration shall be from the standard product offering of the PLC manufacturer. C. Provide Model No. IC693ALG223 Analog Input modules. E. PLC Power Supply: PLC power supplies shall be supplied with 110 VAC source. PLC power supplies shall contain a "Power OK" LED. F. PLC Communications: PLC Communications between the HMI servers and the PLCs shall be Ethernet compliant to IEEE 802.3. The transmission media for links that reside entirely within a building shall be copper Cat-6 cables. 160-10049-000 13410-41'rogrammable Logic Controllers (PLC) Requirements G. Remote 1/0: The PLC shall support remote 1/0 racks connected to the PLC via an open protocol. The Remote UO rack shall utilize the same rack and power supply as the PLC. Provide prefabricated remote 1/0 drop cables and connectors from the PLC manufacturer. 2.3 TOUCH -SCREEN DISPLAY A. Provide Automation Direct Model EZ-S6C-FSM with both optional AI cards (1MB RAM and Flash Memory cards). B. Provide four CD copies of programming software on compact disk media. 1 C. Provide two touch -screen to PLC interface cables. 2.4 PLC SOFTWARE REQUIREMENTS A. The PLC shall be programmed to provide the overall system functions as described in Section 13400. Specific functions which shall be performed via PLC -level software include, but are not limited to, the following functions described below. Software shall be the Iatest version of PLC manufacturer's programming package. 1. General Requirements: The following are the requirements for the PLC programming software `t package. a. Windows® Based b. Be able to monitor and modify the PLC online C. Contain a equation editor for complex algorithms d. Have quick key support e. Be compliant with IEC-61131 Ladder Logic, Function Block, Structured Text, and Sequential Function Chart program formats. f. Have On-line help menus. B. Diagnostics and System Programming. The PLC shall be programmed to provide the basic system functions as described in Section 13400. Specific functions which shall be performed via PLC -level software include, but are not limited to, the following functions: 1. PLC network configuration, including IP addressing. 2. CPU module configuration. 3. 1/0 module configuration. 4. 1/0 database download as provided by the CTTY. C. The CONTRACTOR shall provide two copies of the fully -licensed versions of the PLC programming package. D. The PLC Programming Software shall be the full version of package provided by the manufacturer. It shall include all the latest service packs provided for the programming package by the manufacturer with discs, manuals, certificates in original packaging. The software shall be licensed in the name of the City of Lubbock. E. The CONTRACTOR shall make available to the CITY all updates provided by the manufacturer for any provided software during the warranty period. 2.5 PROGRAMMING CABLES A. CONTRACTOR shall furnish two programming cables for each type of PLC to be programmed. ' 160-10049-000 13410-5Programmable Logic Controllers (PLC) Requirements A. Burn -In Test I . The CONTRACTOR shall provide certification that the PLCs meet the ambient temperature requirements and have been tested to screen for infantile failures. If this certification is not provided by the PLC manufacturer, the CONTRACTOR shall conduct the following test 2. All PLCs furnished shall be placed in a room having an ambient temperature of 60 degrees C with the PLCs connected to a data channel and to equipment simulating actual field equipment to be monitored or controlled. They shall remain energized at this temperature for a minimum period of 48 hours. During this 48-hour test period, the PLC shall have its various modes of operation exercised periodically. Any equipment failures shall be corrected and shall cause the test to be rerun in its entirety. B. PLC Functional Test 1. Each PLC shall successfully pass the following functional tests to be performed in conjunction with the system Factory Demonstration Test: a. A close and open operation on each control point, showing proper sequence of operations b. Verify the proper operation of the digital outputs C. A test showing that the proper indications are given at a Operator Workstation when one or more status input points change momentarily d. A series of communications tests showing all message protocols and formats to which the equipment is designed to respond, and demonstrating that all error -detection or error -correction capabilities function properly, and that the equipment does not respond to erroneous commands e. Telemeter readings of selected analog points to verify that the readings are within the specified accuracy when the inputs are at 0, 50, and 100 percent of full-scale f. A test showing that as a result of a scan request from the HMI, all requested analog, indication, and alarm points are transmitted from the PLC g. A test showing that the PLC successfully performs its various modes of operation while the power source for the PLC is varied over its specified range h. A test verifying that all common equipment, wiring, files, and power supplies are provided for expansion of the PLC to the ultimate point count specified. This test shall also verify that the power supplies are capable of carrying the increased load for this expanded point count. i. A test to verify the proper operation of the stand alone capabilities of the PLCs. This shall include configuration of the loops or downloading from the HMI and testing the actual control strategy with test signals. 160-10049-000 13410-6Programmable Logic Controllers (PLC) Requirements j END OF SECTION 160-10049-000 13410-7Progranunable Logic Controllers (PLC) Requirements `Southwest Pump Station City of Lubbock SECTION 13411 RADIO TELEMETRY SYSTEM PARTI-GENERAL 1.1 SUMMARY A. Furnish and install a telemetering system consisting of spread spectrum radio transceivers, PLC, antenna, antenna towers, co -axial cable, batteries, power supplies, pilot devices, surge isolators, surge protectors, conduit wiring, and all required accessories hardware and software for a complete and operating system. The CONTRACTOR shall obtain all necessary licenses (FCC and local) where required at no extra cost to the CITY. B. Radio system shall be installed at the sites listed below and as shown on the drawings. Site Name Latitude (N) Longitude (W) Degree Minute Second Degree Minute Second Lubbock SW Pump Station SCADA Antenna 330 31' 32.26" 1010 57' 32.58" As part of this Contract, the CONTRACTOR shall furnish and install radio telemetry system for all sites listed above. At all sites, the CONTRACTOR will be required to interface with existing instruments and monitoring equipment, and provide all necessary conduit, wiring, and interface devices required. The CONTRACTOR shall coordinate this work with all of the contractors involved. C. Related Work: 1. Section 13400: Instrumentation General Provisions. 2. Section 16050: Electrical General Provisions. 3. Section 01330: Submittals Procedures. 1.2 QUALITY ASSURANCE A. The system provided shall be the product of a single manufacturer to insure compatibility of all components and a single source of responsibility for the entire system B. The installing CONTRACTOR shall obtain the services of a technical representative of the manufacturer of the system to inspect the installation and to make any adjustments prior to start-up. C. The manufacturer of the system shall have a minimum of ten (10) years experience in the design, manufacturer and installation of this type of system. D. The system manufacturer shall guarantee the control system to be free from defective material and workmanship for a period of two (2) year dating from the date of final acceptance of the system. The manufacturer . _ shall replace any defective materials or components during this period of time at no cost to the installing CONTRACTOR or CITY. E. Acceptable Manufacturers: 1. Microwave Data Systems, Inc. (www.microwavedata.com): MDS 9810 with diagnostic card. : 160-10049-000 13411-1 Radio Telemetry System F. The CONTRACTOR shall completely test and inspect the entire system at the factory prior to shipment. The CONTRACTOR shall notify the CITY of the factory testing after the system has been assembled. 1.3 SUBMITTALS A. The manufacturer of the system shall provide six (6) complete sets of wiring diagrams, schematic diagrams, bills of materials, operating instructions and a detailed functional description of the entire system for submittal to the ENGINEER and CITY for approval prior to the manufacture of the system. B. Ten (10) complete sets of instruction manuals containing the above information including operational and maintenance data shall be provided to the CITY at the time the system is shipped to the field. The supplier of the system shall assume total systems responsibility for the equipment specified and shall coordinate the shipment, installation, commissioning and start up of this system as well as the training of operating personnel to assure a trouble -free start-up and installation of the total system. 1.4 RADIO TRANSCEIVERS A. The radio transceivers shall use Spread Spectrum Technologies for wireless data communication using either multiple address system and/or peer -to -peer address system. The process shall allow the radio to transmit and receive data in its original form while continuously changing frequencies. B. All the radio transceivers shall be interchangeable. They will have 11 user -selectable frequency channels, and will all be configured to use the same channel. They shall utilize the Direct Sequence Spread_ Spectrum method of data transmission. C. The radio transceivers shall be programmed to be Remote Stations D. The radios shall operate in the Industrial, Scientific, and Medical (ISM) radio frequency bands using spread spectrum modulation. The Spread Spectrum shall operate over the 902 -928 MHz band. The transceivers shall be approved for operation without specific location license. E. The radios shall utilize a self -healing radio network with redundant paths from all remote and master locations. . 1.5 TRAINING A. The manufacturer shall provide operating training and maintenance training as detailed in Section 01655. 1.6 SPARE PARTS AND TOOLS A. The manufacturer shall provide the specified spare parts and/or tools as detailed in Section 01790. PART2-PRODUCTS 2.1 DATA CHARACTERISTICS A. Signaling Standards: IEEE 802.1lb. B. Connector: Ethernet 10BaseT — R3-45. C. NETWORK TOPOLOGY: PEER -TO -PEER. 160-10049-000 I3411-2 Radio Telemetry System 2.2 RADIO characteristics A. RF Data Rate: 1200, 2400, 4800, 9600, 19200 bps. B. Frequency of Operation:: 902 — 928 MHz. C. Channels: 8 user -selectable. D. Transmitter: Direct Sequence Spread Spectrum (DSSS). E. Output Impedance: 50 ohms. F. Encryption: Wired Equivalent Privacy (WEP) with 128-bit data encryption. G. Filtering: Access lists that specify specific radios that are allowed on the wireless network. 2.3 SOFTWARE: A. Furnish and install complete software for Windows -based P.C. with diagnostics and radio configuration to be installed on a computer specified by the CITY. B. Furnish complete instruction manuals, radios, and software. 2.4 PRIMARY POWER A. Supply Voltage: 12 VDC. B. Power (Average): < 10 Watts (peak). 2.5 ANTENNA A. The CONTRACTOR shall be responsible for the selection of the appropriate antennas to provide coverage of the site. Provide both directional and omni-directional antennae for this project. B. Directional Yagi Antenna 1. Frequency:: 902 — 928 MHz .. 2. Gain: 13.9 dBi (12 dBd). 3. Antenna material: Fiberglass enclosed. 4. Wind survival: 125 mph. C. Omni -directional Antenna 1. Frequency: 902 — 928 MHz 2. Gain: 8 dBi (6 dBd). 3. Antenna material: Fiberglass enclosed. 4. Wind survival: 125 mph. D. Acceptable manufacturers: 1. Manufacturers certified to operate with the radio manufacturer meeting requirements herein and on the drawings. 2.6 ENVIRONMENTAL a A. Humidity: 90% humidity, non -condensing. 160-10049-000 13411-3 Radio Telemetry System B. Operating Temperature Range: -30°C to +60°C. C. Vibration and Shock: IEC 60068-2-6 and IEC 60068-2-27. D. Factory Mutual and UL: Approved for Hazardous Locations. 2.7 DIAGNOSTIC INTERFACE A. Signaling Standard: RS-232C, DB-9 Interface. 2.8 AGENCY APPROVALS A. Federal Communication Commission: part 15.247 FCC approved. - B. Factory Mutual and UL: Approved for Hazardous Locations. 2.9 MANUFACTURER A. Transceiver: The manufacturer of the radio shall have responsibility for compatibility of all components used in radio communication system. (One manufacturer shall be responsible for the entire radio communication.) B. Diagnostic interface: 1. Provide radio interface to be used in conjunction with a maintenance laptop computer to be used for setup and troubleshooting in the field. 2. Provide all appropriate programs and diagnostics software. 3. Provide necessary antenna to communicate with radio network 4. Provide all cables necessary to setup radio network. 2.10 ACCESSORIES A. Furnish and install the following at each antenna location: 1. Co -axial cables. a. Maximum dB loss: 1.25 db / 100 ft @ 1.0 GHz. b. 7/8" Foam Dielectric. C. 50 ohm d. BIack polyethylene jacket e. Acceptable products: 1) Andrew Corp. Hehax LDF cables (www.andrew.com). 2) Times Microwave Systems LMR cables (www.timesmicrowave.com). 3) ENGINEER approved equal. 2. Cable connector. a. Type N. b. Solder -type. 3. Provide Yz" superflexible jumpers at radio and antenna connections. 4. Grounding kit. 5. Cable hangers for 3 feet on center. 6. Cable hanger mounting hardware. 160-10049-000 13411-4 Radio Telemetry System 7. Ceiling adapter. 8. Wall/Roof Feed through. 9. Equipment end connector. 10. Sway bar. 11. Lightning surge arresters. a. Frequency range: 902 to 928 MHz. b. Type: DC Blocked filter. C. VSWR: 9.1 to 1 over frequency range. d. Insertion Loss: --D.05 dB typical. e. Connectors: N Type. f Weather -sealed stainless steel case and mounting hardware. g. Temperature Range: -40' to +85' C. h. Relative Humidity: up to 95%. i. Vibration: 1 G @ 5 to 100 Hz. 12. Other accessories as required to ensure a fully functional and operational system. PAR73-EXECUTION 3.1 GENERAL A. Install transceivers in the location and manner shown on the drawings and with good workmanship. 1. Install antenna tower in accordance with the antenna manufacturer's requirements and as shown on the drawings. 2. Check for any interfering broadcast using the test up at the closest site to master station. 3. Record date, frequency, signal strength. 4. It may be necessary to adjust the antenna location a small distance to have maximum signal strength. 5. Record all changes made. 6. Repeat steps 1 through 4 at remote transceiver site proceeding from closest to the furthest site. 7. Adjustments may be required to channels and frequencies if interference occur at a remote location. 8. Record all changes and reason for each change. END OF SECTION 160-10049-000 13411-5 Radio Telemetry System Southwest Pump Station City of Lubbock SECTION 13412 UNINTERRUPTEBLE POWER SUPPLY PART I -GENERAL 1.1 SUMMARY A. This section specifies the furnishing and installation of a complete uninterruptible power supply (UPS) systems for the PLC Panel. 1.2 RELATED WORK A. Section 16010: Electrical General Provisions. 1.3 REFERENCES A. ANSI B. NEMA C. UL D. NEC 1.4 SUBMITTALS A. Submit the following information to the ENGINEER for review: 1. Shop drawings and product data. 2. Installation instructions and wiring detail. 3. Supplier shall certify that the equipment famished meets or exceeds the VA capacity requirements of this section. 4. Provide battery rack dimensions; battery type, size, dimensions and weight, detailed equipment outlines, weights and dimensions; single -line diagram indicating metering, control and external wiring requirements if required to meet the specified runtime. B. All other applicable requirements of Section 01330. 1.5 TRAINING A. The manufacturer shall provide operating training and maintenance training as detailed in Section 01655. 1.6 SPARE PARTS AND TOOLS A. The manufacturer shall provide the specified spare parts and/or tools as detailed in Section01790. 160-10049-000 13412-1 Uninterruptible Power Supply Southwest Pump Station City of Lubbock SECTION 13413 INSTRUMENT PANELS PART1-GENERAL 1.1 SUMMARY A. The CONTRACTOR shall furnish, deliver, and install the control panels as shown on the drawings with power supplies, communications equipment, PLC Equipment, prewired termination blocks, incoming power surge suppression, and miscellaneous equipment to provide a fully functional system as shown on the drawings and specified herein. B. This section specifies connection wiring within panel and electrical accessories such as switches, pilot lights, relays, terminal blocks, and fuses, which are included in the panel. C. All work and products shall conform to the designs shown on the applicable Drawings, and shall comply with the provisions of this section. The control panel shall be factory wired. Panels and cabinet shall include all components indicated in the applicable Drawings; required to provide functions as specified in this section. Where specific requirements on the Drawings conflict with general'design requirements in this section, the requirements shown on the Drawings shall prevail. 1.2 REQUIRED PANELS A. Panels shall conform to the layout shown on the Drawings, and be sized to accommodate the initial and future Input(Output (I/O) point counts listed shown on the Drawings. Enclosure sizing was based on typical industry -standard equipment. CONTRACTOR shall advise the CITY if a larger enclosure is required to meet these 110 counts using the actual equipment to be supplied by the CONTRACTOR. 1.3 QUALITY ASSURANCE A. All equipment and accessories provided shall be the product of a manufacturer regularly engaged in manufacturing of this equipment whose products have been in satisfactory service for not less than three (3) years. Completed panels shall bear the UL label. 1.4 PANEL COMPONENT LAYOUT A. The CONTRACTOR shall generally follow the arrangements of components shown on the Contract Drawings. However, the CONTRACTOR shall make adjustments as necessary to allow each component to be mounted as recommended by the manufacturer, to facilitate easy installation, removal and in place maintenance of each component, and to allow normal operation of the component by operating and maintenance personnel. Component arrangements shall allow space for routing of wiring without kinking or bending around sharp edges, and for free flow of air around and through equipment, which requires ventilation for cooling.. 1.5 TRAINING A. The manufacturer shall provide operating training and maintenance training as detailed in Section 01655. 1.6 SPARE PARTS AND TOOLS A. The manufacturer shall provide the specified spare parts and/or tools as detailed in Section01790. d 160-10049-000 13413-1 Instrument Panels 1.7 REFERENCE STANDARDS A. All materials and workmanship shall conform to the latest published applicable provisions of the following codes and standards: Standards NFPA Title National Electrical Code (NEC) ANSUNEMA ICS 1 General Standards for Industrial Controls and Systems ANSUNEMA ICS 2 Industrial Control Devices, Controllers, and Assemblies ANSUNEMA ICS 3 Industrial Systems ANSUNEMA ICS 4 ANSI/NEMA ICS 6 ANSUNEMA 250 EIA RS-310-C ANSI-C-37.13 ANSUIEEE Terminal Blocks for Industrial Control Equipment and Systems Enclosures for Industrial Controls and Systems Enclosures for Electrical Equipment (1000 Volts maximum) Racks, Panels, and Associated Equipment Low -Voltage AC Power Circuit Breaker (600 Volt Insulation Class) Electrical Isolation for Analog Signal Devices C39.5- 1974 B. Unless otherwise specified, electrical equipment and material provided under this contract shall be listed and labeled for the purpose for which it is used by the Underwriters Laboratories, Inc. (UL). This requirement may be waived only if a UL listing is not available for the type of product. 1.8 SUBMITTALS A. General: The CONTRACTOR shall provide submittals as defined herein and as required in Section 17000. Submittals shall be required for all equipment supplied. For each panel, the CONTRACTOR shall submit a certified factory (shop) test report before panel is shipped. B. Elementary Control Diagrams: The CONTRACTOR shall provide elementary control diagrams, using the ladder diagram format incorporating line number, operation function statement, contact location line number with an underline for a normally closed contact and a description of operation of each device. Label each contact, coil, and indicator with its fimction, as well as its number. Show terminals for field wiring. Show field wiring as dashed lines. C. Connection Diagrams: Connection diagrams shall show the placement, labeling and wiring of components within panels and cabinets. Components shall be shown arranged in the physical layout (not necessarily to scale) as it would appear to a person servicing the equipment. Wires shall be shown as a continuous line between their termination points. The direction of entry to a wire bundle shall be shown. Wire lists and wireless diagrams shall not be accepted. All additions and deletions of devices and wires in existing enclosures shall be clearly shown. Each wire label designation shall be shown. The wire label designations on each end of a single wire must be identical. All wire termination point numbers shall be shown. Each wire color shall be shown. Signal and DC circuit 160-10049-000 13413-2 Instrument Panels polarities shall be shown. All jumper, shielding and grounding details shall be shown. Wire pairs shall be shown. Spare wires and termination points shall be shown. 1.9 RELATED WORK AND SPECIFICATIONS A. Section 01330: Submittals Procedures. B. Section 16000: Material and Equipment C. Section 13400: Instrumentation General Provision D. Section 13410: Programmable Logic Controllers (PLC) Requirements PART2-PRODUCTS 2.1 CONTROL PANELS A. Physical and Miscellaneous Specifications The enclosures shall: 1. Be NEMA 4 with 3 point latching handle. 2. Contain PLURTU equipment, surge arresters, circuit breakers, fuses, relays, transformers, terminal strips, nameplates, terminal labels, wire ducts, universal spiral wraps and any necessary parts for a complete systems as shown on the drawings and specified herein. 3. Be wall mount or free standing as shown on the drawings. 4. Allow expansion space to accommodate future system needs. 2.2 PANEL FABRICATION A. Materials: The enclosure shall be made with 12 gauge minimum steel. Each shall be provided with a full length interior panel with adjustable mounting on both vertical sides to rails located at the top, bottom, and middle of the enclosure. B. Acceptable manufacturers: 1. Hoffman Engineering Company (www.hoff nanonhne.com) 2. Rittal (www.rittal.com) 3. ENGINEER approved equal. C. Dimensions: Panels shall be sized as shown on drawings. D. Coating 1. Metal surfaces of NEMA 4 panels and cabinets shall be prepared, primed and finish coated in accordance with the requirements of this specifications and coating manufacturer's recommendations. Scratches or blemishes in panel faces shall be filled prior to finishing. One coat of primer shall be applied at the manufacturer's recommended dry film thickness and allowed to dry prior to applying the first finish coat. Provide a quart of finish paint from batch used for final finish coat. 2. Finish coat shall be an aliphatic air-dry polyurethane or epoxy panel enamel. Cabinet interiors shall be Fed. Std. color 27880, white. Exterior color of cabinets mounted indoors shall be Fed. Std. 26306, gray. E. Face -Mounted Instrument Reinforcement: Face -mounted devices shall be mounted to panel doors using mounting methods recommended by the component manufacturer with mounting kit parts provided by the component manufacturer specifically for the component. If such a mounting method causes the door to deform or 160-I0049-000 13413-3 Instrument Panels allows the ,component to sag so as not to be perpendicular to the door surface, then the CONTRACTOR shall design and install appropriate reinforcement to prevent these conditions. F. Miscellaneous 1. Face -mounted equipment shall be flush or semi -flush, with flat black escutcheons. Cutouts for future equipment and holes resulted from removal of existing devices shall be blanked off with suitable covers as required to retain the cabinet's NEMA rating. Component identification shall be hot ink stamped on the panel interior. 2. All miscellaneous hardware and fittings shall be stainless steel. Stainless steel shall meet or exceed the corrosive -resistant properties of 316 stainless steel. 2.3 NAMEPLATES A. Machine engraved, three ply laminated phenolic nameplates shall be provided for all panels and cabinets as shown on the Contract Drawings. Nameplates shall be black with white lettering. Nameplates shall be attached to the panel with a minimum of two self -tapping 316 stainless steel sheet metal screws. The height of each character shall be a minimum of 3/16" except as noted. 2.4 WIRING AND ELECTRICAL DEVICES A. General: Provide the wiring and electrical devices specified below and install these and internal panel wiring as shown on the Contract Drawings. All spare PLC input/output points shall be wired to terminal blocks with interposing relays and surge protection. B. Power Distribution 1. Unless otherwise specified, power for instrumentation equipment shall be obtained from the 120 volt, 60 hertz UPS. 2. Each cabinet shall be equipped with a 120 VAC main power disconnect circuit breaker and power distribution circuit breakers as shown on the Contract Drawings. The main power disconnect breaker shall be a one pole breaker rated at the amperage shown on the Contract Drawings. Distribution circuit breakers shall be single pole rated at the amperage shown on the Contract Drawings. The circuit breaker shall be rated at 250VAC maximum with a short circuit rating of 10,000 amps for all breaker ratings. The circuit breakers shall be mounted on a standard DIN rail, and shall be Allen-Bradley Channel Mounting Type, or equal. 3. For each power distribution circuit breaker, a neutral return terminal block shall be installed at the bottom of the breaker rail. The neutral return terminal block shall be standard DIN rail mounted, and shall be rated to carry required amperes and accept up to two 12 AWG wires. This terminal block shall conform to the requirements specified herein. 4. Each cabinet shall be provided with grounding type receptacle power outlets for 120 VAC power supply connections as shown. Each piece of equipment which is equipped with an ac power cord shall be plugged into a power outlet. C. Panel Connection Wire and Cable 1. All cable furnished by the CONTRACTOR, including cable with any and all wires terminated at both ends within the same panel or enclosure and cable with any wires terminated at more than one panel or enclosure, shall conform to the requirements specified below. a. Power and Control Cable - Power and control wiring shall be single conductor stranded copper NFPA 70 Type MTW. Power wiring from the main circuit breaker to distribution breakers shall be 12 AWG minimum. All other single conductor 120 VAC and 24 VDC power and common return wiring, common ground buses and all common logic bus circuits shall be 16 AWG minimum. 160-10049-000 13413-4 Instrument Panels I B. Exposed Round Duct. Provide flexible fiberglass insulation with foil scrim kraft (FSK) facing vapor barrier, 1.0 pound density, 2 inches thick. A K factor of 0.27 at 75°F mean is required. C. Exposed Rectangular Duct. Provide rigid board duct insulation of 1-1/2-inch-thick fiberglass. A minimum density of 6 pounds per cubic foot is required. Provide an integral, UL labeled, reinforced foil scrim kraft (FSK) facing vapor barrier on the outside surface. D. StandingSeams. eams. Insulate standing seams and stiffeners which protrude through insulation with 6-pound density, 1-1/2-inch-thick, unfaced, flexible blanket insulation. As a vapor seal, use glass cloth with vapor barrier coating. Insulation should not prevent adjustment of damper operators. 2.3 COATINGS AND ADHESIVES A. Coating. Childers CP-30 low -odor vapor barrier coating. B. Adhesive. Childers CP-82 vapor barrier adhesive. C. Glass Cloth. No.10 white glass cloth. PART3-EXECUTION 3.1 FIRE SAFETY REQUIREMENTS Do not extend duct coverings through walls or floors required to be fire stopped or required to have fire resistance rating. Interrupt duct coverings in the immediate vicinity of heat sources such as electric resistance or fuel -burning heaters. 3.2 CONCEALED DUCT, ROUND OR RECTANGULAR. A. Insulation shall be wrapped, in accordance with manufacturer's recommendations, on the ductwork with all circumferential joints butted and longitudinal joints overlapped a minimum of 2 inches. Adhere insulation to ductwork with 4-inch-wide strips of adhesive at 8 inches on center. In addition, secure insulation to the bottom of rectangular ductwork over 24 inches wide by the use of mechanical fasteners at no more than 18 inches on center. B. On circumferential joints, the 2-inch flange on the facing shall be stapled with outward clinching steel staples on 2-inch centers, and taped with a minimum 3-inch-wide strip of glass fabric and coating. Cover all seams, joints, pin penetrations and other breaks with coating reinforced with glass fabric. 3.3 EXPOSED ROUND DUCT Insulation shall be wrapped in accordance with manufacturer's recommendations. Firmly butt all joints together and seal longitudinal laps of factory -applied vapor barrier jacket with adhesive. Cover buttjoints with a 4-inch-wide strip of factory -supplied vapor barrier jacket facing adhered with adhesive. 3.4 EXPOSED RECTANGULAR DUCT Insulation shall be wrapped in accordance with manufacturer's recommendations. Fill and point up all joints, perforations and exposed edges with coating reinforced glass fabric adhered with adhesive. Securely fasten insulation to metal surface with adhesive and mechanical fasteners on 12-inch centers. Sheet metal screws and discs or other approved fasteners may be used. 160-10049-000 15089-2 External Duct Insulation a. No matter what type of PLC/RTU discrete output will be used in the systems, "dry" contact or semiconductor/transistor type output, every discrete output shall have an interposing relay for an isolation of PLC 1/0 board from the field side. The interposing relay shall be rated 24 VDC coil and 2 amp contact for 120 VAC or 24 VDC. If transistor type of discrete output board is selected and used for DC circuit, a drop out voltage spike suppression protection circuit shall be paralleled in each coil circuit. Provide a fuse per common group. b. Each spare PLC/RTU output shall have an interposing relay hardwired to the terminal block. N. Analog Input and Output Wiring Requirement: 1. Each analog I/O shall have a voltage surge arrester in circuit to protect analog input from the any electronic surge damage. Phoenix Contact (www.phoenixcon com) DIN mounted overvoltage arrester PLUGTRAB PT or TERMITRAB series shall be used in each analog circuit, including all spare I/O. Provide a fuse for each analog signal. O. Panel Ground 1. Each panel shall be provided with a 1 inch high x 0.25 inch thick solid copper grounding bus bar across the bottom of the panel. The grounding bar shall be mounted on insulated standoffs so that no electrical connection is made between the grounding bar and the cabinet through the mounting. The ground bar shall be drilled and tapped for a .25-20 screws at .5 inch intervals along its entire length. 2. An uninstalled solid copper #8 AWG ground wire shall be attached between the ground bar and the panel enclosure, and between the ground bar and the mounting panel. The ground connection to the enclosure and panel shall be made by sanding the paint finish off a small area, drilling a hole for a .25 inch bolt and mounting a .25-20 bolt to the panel to serve as a grounding stud. The grounding stud shall be attached with a nut and flat washers on both sides of the enclosure/panel, and with an inside tooth star lock washer next to the panel surface. The star lock washer shall be on the inside surface of the enclosure, and the front surface of the mounting panel. The grounding wire shall be secured to the stud with a nut and inside tooth star lock washer. These grounding points shall be located within 12 inches of the bottom of the grounding bar. P. Power Supply: Each panel shall be provided with 24 VDC switching type power supplies connected in parallel via current steering diodes. These power supplies shall operate from 120 VDC input power and shall provide direct current output current of 10 Amperes at 24 VDC at 40°C, and shall be adjustable from 24 to 28 VDC by screw driver operated adjustment. Input power regulation shall be .2% from 105 to 130 VDC. Output load regulation shall be .2% maximum from zero to full load. Ripple shall not exceed .5% at full load. The power supplies shall have integral output current limiting and over voltage protection. The power supplies shall have fully enclosing cases. The power supply shall be manufactured by Acopian (www.acopian com), or approved equal. . Q. Condensation Heater: Provide thermostatically operated condensation space heaters, which are sealed and safe to touch. R. Wiring Duct: Plastic wiring duct shall be slotted type with dust cover, panduit type a or ne, as required. PART3-EXECUTION 3.1 TEST REQUIREMENTS A. The CONTRACTOR shall shop test the panels and correct any defects discovered prior to delivery. These tests shall consist of the following: 160-10049-000 13413-8 Instrument Panels 1. The CONTRACTOR shall verify that each wiring connection is made properly by checking electrical continuity, assuring that connections have less than one Ohm resistance end to end, and that no cross continuity exists between separate circuits. 2. The CONTRACTOR shall conduct a test of all power circuits and power supply equipment to verify that proper voltages are delivered and all power supply equipment is operating according to the manufacturer's specifications. These tests shall be witnessed by the CITY's representative. The IL CONTRACTOR shall certify the results m writing to the CITY. 3. The CONTRACTOR shall functionally test each electrical device specified in Part 2 below to verify correct operation. The CONTRACTOR shall also test each input/output point. Inputs shall be exercised at the location in the panel the greatest distance in the circuit from the PLC chassis and verified through to the PLC processor. Results shall be demonstrated on a programming terminal. Each output shall be exercised from a programming terminal and verified through to the panel location the greatest distance in the circuit from the PLC chassis. At a minimum, analog inputs and outputs shall be tested at 0%, 25%, 50%, 75%, and 100% of range. This test shall be witnessed by the CITY's representative and the CONTRACTOR shall certify the results in writing to the CITY. Test the operator interface unit, including simulated alarm conditions. 4. The CONTRACTOR shall test Ground Fault Interrupter (GFI) receptacles and circuit breakers for proper operation by methods sanctioned by the receptacle manufacturer. 3.2. -PANEL INSTALLATION A Shop Testing: The CONTRACTOR shall coordinate panel delivery with the construction of the control room and panel locations to minimize field handling. END OF SECTION 160-10049-000 13413-9 Instrument Panels ....... r ........ ,_.............. r, ..,......, �,.._�,_,»,, �..,�..,.., �, ...,, ..... _.. ,. �.,_�e.� �,�� ,�,� �n�,,.fl„�„,� �W�� �— Southwest Pump Station City of Lubbock SECTION 13420 INSTRUMENT COMMISSIONING F PART 1-GENERAL 1.1 SUMMARY A. Inspection, operational testing, adjustment and calibration of each device, subsystem and system and placement of each device and system into service. 1.2 SUBMITTALS A. Test Plan: 1. At least 60 days before commissioning starts, submit a description of the tests to be conducted. 2. Include list of test equipment, test procedures, check- lists and test report formats. 3. At the completion of each commissioning phase, deliver all test reports for that phase to ENGINEER/CITY with statement that phase test requirements have been satisfied. 4. Make shop drawing distribution. B. Responsibility: Review for acceptance by the ENGINEER's/CITY's representative of any plan, report or other commissioning activity will not relieve the CONTRACTOR of his responsibility to meet the contract requirements. C. Description: Provide field instrumentation accessories to complete installation of sensors, meters, switches, transmitters and similar devices. 1. Each installation includes: a. Device. b. Mounting stand where required. C. Process leads, connectors, valves, support means and all other devices and material required for a complete installation. 1.3 QUALITY ASSURANCE A. Referenced Standards: 1. ANSI C37-90a. 2. API RP550. 3. ASTM 153. 4. ASTM B 62. B. Factory Testing: 1. Subject each device to a complete functional test. 2. Wet flow calibrate flow meters to within specified accuracy. 3. Submit a certified calibration report for each meter showing results of calibration at a minimum of five points evenly spaced throughout range. 160-10049-000 13420-1 Instrument Commissioning E 4. Apply a Surge Withstand Capability test wave: a. As defined in Section 2 of ANSI C37.90a-1974, to each power supply circuit, battery circuit, signal circuit, output circuit and input circuit. b. Application of test wave shall be as described in Section 4 of ANSI C37.90a-1974. C. Submit a certified copy of test showing the no load test waveform, details of test wave generator circuit and description of test conducted. 1.4 SUBMITTALS A. Product Data: 1. Submit vendor specification information along with a corrected copy of applicable specification form for each scheduled device specified in this section. 2. Submit vendor specification information for each material and unscheduled device specified in this section. PART2-PRODUCTS 2.1 MATERIALS A. Devices and systems are specified in other sections of this Specification. Reference to "devices" means all devices included in the contract. B. Any device that fails to meet contract requirements or published performance specifications of the manufacturer must be repaired or replaced as directed by the ENGINEER/CITY at no cost to CITY. C. Demonstrate that test equipment is fully operational and properly calibrated. D. The ENGINEERICITY reserves the right to disapprove test equipment that is improper or functioning improperly. PART3-EXECUTION 3.1 OBSERVATION A. The ENGINEERICITY reserves the right to witness any test, inspection, calibration or start-up activity. B. Notify the ENGINEER in writing at least 24 hours in advance of any test. All tests executed without notifying the ENGINEER are invalid and must be repeated. C. Perform commissioning of each device, subsystem and system under direct supervision of the individual manufacturer's factory -trained representative. 3.2 REPORTS A. Prepare report showing test procedures, conditions and results of each test. In the test report, give applicable contract requirements, manufacturers performance specifications, and permissible tolerances at each test point, actual values of test signals and actual values of test results. B. Check off List: l . Maintain a check off list by loop number indicating tasks remaining to be done to make loop operational. t 160-10049-000 13420-2 Instrument Commissioning j ': 2. Submit check off list form at least 60 days before commissioning starts. 3. Submit check off lists when requested by ENGINEER/CITY. 4. Lists will be requested no more frequently than once a week. 3.3 SCHEDULING GUIDELINES FOR COMMISSIONING PHASES A. Perform all commissioning in accordance with the instructions on the Contract Drawings, these Specifications, manufacturer's instruction manuals and the direction of the ENGINEER's/CITY's representative. B. Commission field devices, after installation of field instruments and prior to commissioning the instrument or the control panel. C. After installation of the instrument or control panel and prior to loop commissioning, commission panel - mounted devices and systems. D. After commissioning field devices and panel -mounted devices, commission loops. 3.4 REQUIREMENTS A. Transmitters and Receivers: 1. Remove shipping stops before starting with these procedures. 2. Have manufacturer's instruction manuals available. 3. Install miscellaneous components such as charts, illumination, etc., which have been supplied separately but are integral parts of equipment. 4. Test and exercise each instrument to demonstrate correct operation, first individually, then collectively as a functional network. 5. Check calibration of and recahbrate, where necessary, instruments at a minimum of four points over full operational range and prove instruments to be within specified accuracy. 6. Calibrate instruments individually and, where applicable, as loop (i.e., transmitter, controller and valve). 7. Specified accuracy for loop is defined as root -mean square -summation (RMS) of individual device specified accuracies. 8. Individual device specified accuracy requirements shall be as specified by contract requirements or by published manufacturer accuracy specifications whenever contract accuracy requirements are not specified. 9. Test each loop by applying simulated analog and/or discrete inputs to first elements of loop (i.e., applying simulated analog and/or discrete sensor signals) and measuring outputs from final elements of loop, (i.e., controllers, alarms, indicators, etc.). 10. Apply continuously variable analog inputs to verify proper operation and setting of discrete devices (i.e., alarms, etc.). 11. Make provisional settings on controllers, alarms, etc., during loop installation tests. 12. Prepare calibration report on each instrument and loop. B. Integrators, Ratio Relay, Etc.: 1. Check devices in conformance with manufacturer's recommendations. 2. Receiver integrators may be calibrated for proper operation and multiplication factor by feeding F - maximum input signal for a specified period of time using a stopwatch. 3. Ratio signals may be simulated to check proper ratio settings and output. F 160-10049-000 13420-3 Instrument Commissioning C. Flow Meters and Level Transmitters: 1. Perform volumetric draw down of fill test for all liquid flow meters and level transmitters. 2. Prepare test report for each meter and level transmitter. 3. If test results conflict with calibration report, recalibrate in accordance with subparagraph A above, and repeat volumetric draw down or fill test. 4. Continue until draw down test results prove calibration to be correct. D. Level Switches: 1. Perform draw down test for each level switch. Set switch in accordance with Specifications or in absence of switch setting in Specifications, set in accordance with instructions from ENGINEER's/CITY's representative. E. Controllers: 1. Check control action of each controller. 2. Check calibration of gain, integral and rate adjustments where specified including all modes of operation. 3. For each setting, check output for at least three inputs evenly spaced through input range. 4. Check at least three settings for each adjustment evenly spaced throughout the adjustment range. 5. Run all diagnostic procedures. F. Interlocks: Ring and check interlocking circuits for conformance to Plans and Specifications. G. Start-up of Instruments: 1. Test each control loop under start-up and steady-state operating conditions to verify that proper and stable control is achieved using instruments in each instrument panel and control panel a. Test control of final control elements using specified modes of manual and automatic control. b. Demonstrate bumpless transition between control station modes. C. Use signals from transducers, sensors and transmitters. d. Simulated input data signals may be used subject to prior written approval by the ENGINEER's/CITY's representative. 2. Set proportional band, reset rate and derivative settings for each control as recommended by manufacturer. 3. Verify transient stability of each control loop by applying control signal disturbances, monitoring amplitude and decay rate of control parameter oscillations and making necessary controller adjustments to eliminate excessive oscillatory amplitudes and decay rates while retaining control sensitivity. Verify proper suppression of "reset wind-up." H. Component Calibration Sheet 1. CONTRACTOR shall be responsible for calibration and ringing out all devices that are to be interfaced with the distributed control system This shall include devices purchased and installed under other contracts. 2. Each active instrument element (except simple band switches, lights, etc.) and each UO module shall have a Component Calibration Sheet. These sheets shall have the following information, spaces for data ; entry, and a space for signoffby the CONTRACTOR or its subcontractor. a. Project name. b. Loop name. G. Component tag number or 1/0 module number. it d. Component code number. e. Manufacturer. f. Module number/serial number. 160-10049-000 13420-4 Instrument Commissioning g. Summary of function requirements, for example: h. For indicators and recorders: scale and chart ranges. i. For transmitters/converters: input and output ranges. j. For computing elements. k 1/0 modules: required and actual inputs or outputs of 0,10, 50, and 100 percent of span, rising and falling. 1. Space for comments. in. Space for signoff by CONTRACTOR. 3. The CONTRACTOR shall maintain the Loop Status Reports and Component Calibration Sheets at the job site and make them available to the ENGINEER at any time. END OF SECTION 160-10049-000 13420-5 Instrument Commissioning Southwest Pump Station City of Lubbock SECTION 13421 INSTRUMENTS PARTI-GENERAL 1.1 SUMMARY A. This section of instrumentation covers: Field Instruments. 1. Submersible Level Transmitters 2. Differential Pressure Transmitters 3. Chlorine Analyzers 4. Float Switch 5. Smoke Detector 6. Interior Motion Detector 7. Exterior Motion Detector _y 8. Personnel Door and Hatch Intrusion Switch 9. Overhead Door Intrusion Switch 1.2 QUALITY ASSURANCE A. Test: Test the instrument at the factory to assure proper function operation. 1.3 SUBMITTALS A. The submittals shall be as defined in Section 13400 - Instrumentation General Provisions. 1.4 JOB CONDITIONS A. Environmental Requirements: The equipment shall operate in ambient temperature 0-130°F, relative humidity 0-100%. B, Project power 120 volts, 60 hertz single-phase. Appropriate isolation shall be provided. C. Standard Signal: 1. Output Signal. Each instrument, which outputs a signal, shall output the standard 4-20 mA signal. The signal shall be constant over a load range of 0 to 600 ohms. 2. Input Signal. a. Electronic devices, such as controllers, match function devices etc., shall have an input impedance of one mega -ohm minimum for an input signal of 1 to 5 VDC. b. The 1 to 5 VDC signal shall be developed by the standard 4 to 20 mA transmitted signal through a precision 250 ohm, one -watt resistor. C. These requirements allow several receiving units to monitor the same transmitting unit without causing any perturbation of the received signal. d. Receiving devices shall not be wired in parallel 160-10049-000 13421-1 Instruments PART2-PRODUCTS 2.1 EQUIPMENT FURNISHED A. Submersible Level Transmitter. 1. Provide KPSI Model 700-140-0015-009 submersible pressure transmitter with desiccant tube. B. Differential Pressure Transmitter. 1. Provide Honeywell Model STD924-E1H-00000-MB.LPI.SM.S2-SV-IC differential transmitter with Model MM4B-T-SS manifold. C. Chorine Analyzer. 1. Provide Hach Model CL17 chlorine analyzer. D. Float Switch. 1. Provide Contegra Model FS-90 float switch with pipe mounting clamp and pipe wall mounting bracket. E. Smoke Detector. 1. Provide System Sensor Model 2100S smoke detector. F. Interior Motion Detector. 1. Provide Optex Model CX-702 motion detector. G. Exterior Motion Detector. I. Provide Optex photoelectric beam motion detector. a. For distances up to 70 feet, use Model AX-70. b. For distances up to 250 feet, use Model AX-250. C. For distances up to 500 feet, use Model AX-500. H. Intrusion Switches I. Provide Square D Model 9007C series limit switches with the following actuators: a. For personnel doors and hatches use wobble type actuator. Coordinate actuator selection with the City. b. For overhead doors use lever type actuator. Coordinate actuator selection with the City. PART3-EXECUTION 3.1 INSTALLATION 160-10049-000 13421-2 Instruments A. General: 1. Install control panel as shown on the drawings. 2. Install instruments in various locations in the field and on panels as shown on the drawings. 3. Coordinate the outage with CITY's representative through the ENGINEER Starling or stopping of any existing pump; opening any existing breaker, or disconnecting any instrument; shall be approved in advance through the ENGINEER. 4. All installations shall be in accordance with the Manufacturer's recommendations and instructions. 5. All the necessary mounting accessories shall be provided. END OF SECTION 1 160-10049-000 13421-3 Instruments PLC POINT LIST SW LUBBOCK PS-14 STATION POINT DESCRIPTION INSTRUMENT LOCATION TYPE PS14 141-IFL PSI UNIT 14-1 DISCHARGE FIT-101 P-101 Al PS14 14-2FL PS14 UNIT 14-2 DISCHARGE FIT-102 P-102 Al PS14 14-3FL 2Ti4 UNIT 14-3 DISCHARGE FIT-103 P-103 Al PS14 14AFL PS14 UNIT 14-4 DISCHARGE FIT-104 P-104 AI PS14 14-5FL PSI UNIT 14-5 DISCHARGE FIT-105 (Future) P-105 (Future) AI PS14 RESFLI PSI RESERVOIR SUCTION FIT-001 TANK-1 AI PS14 RESFL2 PSI RESERVOIR SUCTION FIT-002 (Future) TANK-2 (Future) AI PS14 CL2RES PSI RESIDUAL CHLORINE AIT-101 PUMP ROOM Al PS14 Spare PS14 FUTURE ANALYZER AIT-102 (Future) PUMP ROOM AI PS14 Spare PSI FUTURE ANALYZER AIT-103 (Future) PUMP ROOM AI PS14 Spare PS14 FUTURE ANALYZER AIT-103 (Future) PUMP ROOM Al PS14 Spare AI PS14 Spare AI PS14 Spare Al PSI4 Spare Al 160-I 0049-000 13440-2 Input/Output List PLC POINT LIST s -SW LUBBOCK PS-14 STATION POINT DESCRIPTION INSTRUMENT LOCATION TYPE PS14 RESLVI PSI 4 RESERVOIR LEVEL LIT-101 TANK-1 AI PS14 RESLV2 PS14 RESERVOIR LEVEL LIT-201 (Future) TANK-2 Al PS14 14-1SF PSI UNIT 14-1 SPEED FEEDBACK VFD-101 ELEC ROOM Al PS14 14-2SF PSI UNIT 14-2 SPEED FEEDBACK VFD-102 ELEC ROOM Al PS14 lV001POS PS14 VALVE 14-001 POSITION BV-001 TANK-1 AI PS14 IV002POS PS14 VALVE 14-001 POSITION BV-002 (Future) TANK-2 (Future) Al PS14 Spare Al PS14 Spare Al PS14 Spare Al PS14 Spare Al PS14::: Spare AI PS14 Spare Al PS14 Spare Al PS14 Spare Al PS14 Spare AI 160-10049-000 13440-3 Input/Output List PLC POINT LIST SW LUBBOCK PS-14 STATION POINT DESCRIPTION INSTRUMENT LOCATION TYPE PS14 14-1SI PS14 UNIT 14-1 SPEED INPUT VFD-101 ELECROOM AO PS14 14-2SI PSI UNIT 14-2 SPEED INPUT VFD-102 ELEC ROOM AO PS14 V001CNL PS14 VALVE 14-001 CONTROL BV-001 TANK-1 AO PS14 V002CNL PS14 VALVE 14-002 CONTROL BV-002 (Future) TANK-2 (Future) AO PSI4 Spare AO PS14 Spare AO PS14 Spare AO PS14 Spare AO 160-10049-000 13440-4 1 Input/Output List PLC POINT LIST SW LUBBOCK PS-14 STATION POINT DESCRIPTION INSTRUMENT LOCATION TYPE PS14 PIFAIL PS14 UNIT 14-1 PUMP/MOTOR FAIL VFD-101 ELEC ROOM DI PS14 PILO PS14 UNIT 14-1 MOTOR LOCKOUT VFD-101 ELEC ROOM DI PSM PI VIB PS 14 UNIT 14-1 MOTOR HIGH VIBRATION P-101 PUMP ROOM DI PS14 PIHDP PS14 UNIT 14-1 PUMP HIGH DISCHARGE PRESSURE P-101 PUMP ROOM DI PS14 PILSP PS14 UNIT 14-1 PUMP LOW SUCTION PRESSURE P-101 PUMP ROOM DI PS14 PION PS14 UNIT 14-1 MOTOR ON VFD-101 ELEC ROOM DI PS14 VFDIFA PSI UNIT 14-1 VFD FAIL VFD-101 ELEC ROOM DI PS14 PIHOA PS14 UNIT 14-1 VFD IN AUTO VFD-101 ELEC ROOM DI PS14 VFDION PS14 UNIT 14-1 VFD ON VFD-101 ELEC ROOM DI PS14 VIAOP PSM VALVE 14-IA OPEN MGV-IOTA PUMP ROOM DI PS14 VIACL PSM VALVE 144A CLOSED MGV-IOTA PUMP ROOM DI PS14 V IAREM PS14 VALVE 141A IN REMOTE MGV-IOTA PUMP ROOM DI PS14 V1BOP PSI VALVE 141E OPEN MGV-101B PUMP ROOM DI PS14 V1BCL PS14 VALVE 14-1B'CLOSED MGV-IO1B PUMP ROOM DI PS14 VIBREM PS14 VALVE 141E IN REMOTE MGV-101B PUMP ROOM DI PS14 Spare DI I 1" 160-10049-000 13440-5 Input/Output List PLC POINT LIST SW LUBBOCK PS-14 STATION POINT DESCRIPTION INSTRUMENT LOCATION TYPE PS14 SMOKE SMOKE IN PS14 SD-1 - SD-5 PUMP ROOM DI PS14 WATRIN PS14 WATER IN STATION LSH-101 DISCHARGE PIT DI P514 YDINT PS14 YARD INTRUSION Y]-1 - YI-8 PERMETERDI FENCE PS14 TKIINT PS14 TANK-1 INTRUSION DS-1 & DS-2 TANK-1 HATCHES DI PS14 TK2INT PS14 TANK-2 INTRUSION DS-3 &DS-4 (Future) TANK-2 HATCHES DI PS14 IPSINT PS14 INTRUSION DS-5 - DS-11 & MS 1 - MS-3 STATION DOORS DI PS14 lV00IOPEN PS14 VALVE 14-001 OPEN BV-001 TANK-1 DI PS14 V001CLOS PS14 VALVE 14-001 CLOSED BV-001 TANK-] DI PS14 V001REM PS14 VALVE 14-001 IN REMOTE BV-001 TANK-1 DI PS14 V002OPEN PSI VALVE 14-002 OPEN BV-002 (Future) TANK-2 DI PS14 V002CLOS PS14 VALVE 14-002 CLOSED BV-002 (Future) TANK-2 DI PS14 IV002REM PS14 VALVE 14-002 IN REMOTE BV-002 (Future) TANK-2 DI PS14 Spare DI PS14 Spare DI PSM Spare DI PS14 jSpare DI 160-10049-000 13440-10 Input(Output List PLC POINT LIST SW LUBBOCK PS-14 STATION POINT DESCRIPTION INSTRUMENT LOCATION TYPE PS14 PlSTRT PSI 4 UNIT 14-1 PUMP START VFD-101 ELEC ROOM DO PS14 PISTOP PS14 UNIT 14-1 PUMP STOP VFD-101 ELEC ROOM DO PS14 P2STRT PS14 UNIT 14-2 PUMP START VFD-102 ELEC ROOM DO PS14 P2STOP PSI 4 UNIT 14-2 PUMP STOP VFD-102 ELEC ROOM DO PS14 P3STRT PS14 UNIT 14-3 PUMP START SS-103 ELEC ROOM DO PS14 P3STOP PSI 4 UNIT 14-3 PUMP STOP SS-103 ELEC ROOM DO PS14 P4STRT PS14 UNIT 14-4 PUMP START SS-104 ELEC ROOM DO PS14 P4STOP PS14 UNIT 14-4 PUMP STOP SS-104 ELEC ROOM DO P5STRT PS14 UNIT 14-5 PUMP START SS-1 05 (Future) ELEC ROOM DO [SIE4 PS14,-, PSI P5STOP PS14 UNIT 14-5 PUMP STOP SS-105 (Future) ELEC ROOM DO PS14 OPENV001 PS14 OPEN VALVE 14-001 BV-001 TANK I DO PS14, CLOSV001 PSI 4 CLOSE VALVE 14-001 BV-001 TANK -I DO PS14 OPENV002 PSI 4 OPEN VALVE 14-002 BV-002 (Future) TANK-2 DO PS14 > -- CLOSV002 PSI 4 CLOSE VALVE 14-002 BV-002 (Future) TANK-2 DO --------- PS14 OPENVIA PS14 OPEN VALVE 14-101A MGV-IOTA PUNT ROOM DO PS14 ICLOSVIA I PS14 CLOSE VALVE 14-101A MGV-IOIA PUMPROOM 160-10049-000 13440-11 Input/Output List PLC POINT LIST SW LUBBOCK PS-14 STATION POINT DESCRIPTION INSTRUMENT LOCATION TYPE PS14 OPENVIB PS14 OPEN VALVE 14-101B MGV-101B PUMP ROOM DO PSI4 CLOSVIB PSI CLOSE VALVE 14-101B MGV-IoIB PUMP ROOM DO PS14 OPENV2A PSI OPEN VALVE 14-102A MGV-102A PUMP ROOM DO PS14 CLOSV2A PSI CLOSE VALVE 14-102A MGV-102A PUMP ROOM DO PS14 OPENV2B PSI OPEN VALVE 14-102B MGV-102D PUMP ROOM DO PS14 ICLOSV213 PSI CLOSE VALVE 14-102B MGV-102B PUMP ROOM DO PS14 OPENV3 PS14 OPEN VALVE 14-103 MGV-103 PUMP ROOM DO PSl4 CLOSV3 PS14 CLOSE VALVE 14-103 MGV-103 PUMP ROOM DO PS14 OPENV4 PSI OPEN VALVE 14-104 MGV-104 PUMP ROOM DO PS14 CLOSV4 PS14 CLOSE VALVE 14-104 MGV-104 PUMP ROOM DO PS14 OPENV5 PS14 OPEN VALVE 14-105 MGV-I05 (Future) PUMP ROOM DO PS14 CLOSV5 PSI CLOSE VALVE 14-105 MGV-105 (Future) PUMP ROOM DO PS14 _ DO PS14 DO PS14 DO PS14 DO 160-10049-000 13440-12 Input/output List Southwest Pump Station City of Lubbock SECTION 13815 LIGHTING CONTROLS PART1-GENERAL 1.1 SUMMARY - Provide lighting controls, including lighting contactors, photocells and timers. 1.2 RELATED WORK AND SPECIFICATIONS A. General Electrical Requirements. Section 16050. B. Time Switches and Photocells. Section 16145. C. Lighting Fixtures and Lamps. Section 16510. 1.3 LISTING All devices shall be UL listed, offer a 5-year warranty and meet all state and local applicable code requirements. 1.4 SUBMITTALS A. Manufacturer shall substantiate conformance to this specification by supplying the necessary documents, performance data and wiring diagrams. Deviations from the requirements of this specification shall be clearly indicated in the submittal. B. "Provide product data on dimmers, lighting contactors, timers, occupancy sensors, photocells, wiring devices and plates. PART2-PRODUCTS 2.1 GENERAL Lighting controls, including time switches and photocells specified in Section 16145. 2.2 SITE AND EXTERIOR LIGHTING CONTROL A. Lighting Control Panel. I . Provide a UL-listed lighting control panel with one or more factory -installed digital timers, H-O-A control circuits, and Iighting contactors as indicated on the drawings and specified herein. 2. Provide a sufficient quantity of lighting contactors, each with an adequate number of poles to switch connected lighting fixtures. Provide lighting contactors rated for 30 amps, unless noted otherwise. 160-10049-000 13815-1 Lighting Controls f { 2.3 LIGHTING CONTACTORS A. Contactor. 1. Configuration. Provide electrically -held magnetic lighting contactor designed to withstand the large initial inrush current of tungsten and ballast lamp loads as well as non -motor (resistive) loads without contact welding. 2. Coil. Provide contactor coil suitable for continuous operation at 120 volts, 60 hertz. Provide coil suitable for continuous operation at other voltages as indicated on the drawings. Coil shall be of molded, encapsulated construction. Permanently mark and/or color code the coil with voltage, frequency and part number. 3. Contacts. a. Type. Totally enclosed, double break, silver -cadmium oxide or similar material contacts to minimize sticking or welding. Contact inspection and replacement shall be possible without disturbing line or load wiring. Contacts shall have clearly visible normally open (N.O.) and normally closed (N.C.) contact status indicators. b. Rating. 30 amperes for ballasted lighting loads. 4. Auxiliary Contacts. Provide each lighting contactor with the number and type of auxiliary contacts to perform the required functions, plus two spare auxiliary contacts, one normally open and one normally closed. 5. Wiring. The contactors shall have straight -through wiring, with all terminals clearly marked. 6. Line and Load Terminals. Provide captive screws for 30 amp contactors. Terminals above 30 amperes shall be back -out saddle clamp design. B. Enclosure. 1. Type. a. Indoor. NEMA 1. 2. Finish. a. Exterior. Electrostatically applied enamel powder -coat. ANSI 61 gray. b. Interior. Non -gloss (flat) white. 3. Enclosure shall have extra space to include time clock. C. Controls. 1. Provide Hand -Off -Automatic (H-O-A) control circuit as indicated on drawings. 2.. Nameplates. Provide engraved nameplate in accordance with Section 16052. D. Manufacturers. General Electric. PART3-EXECUTION 3.1 COORDINATION Verify that the occupancy sensors are compatible with the specified ceiling systems as indicated on the architectural drawings. Advise the Architect/Engineer of any discrepancies before placing the device order. 3.2 INSTALLATION A. Devices must be completely wired and installed. Lighting fixtures and lighting controls must be operating - properly at final completion. 160-10049-000 13815-2 Lighting Controls j t_ , B. Provide hangers and support members for devices as required for proper installation. Provide appurtenances which include stud supports, stems, mounting brackets, frames and plaster rings. 3.3 SITE AND EXTERIOR LIGHTING CONTROL A. Connect exterior lighting fixtures to lighting contactors provided. 1. Fixtures intended to be switched together shall be connected to poles on the same contactor. 2. Circuits and lighting contactors shall be segregated by voltage (i.e.: only 120 volt circuits on one contactor, only 277 volt circuits on another contactor, etc.). B. Mount photocell at highest elevation on roof, facing north. Connect photocell to lighting control circuit(s). Adjust Photocell Turn On to appropriate light level (0.75 to 2.5 foot-candles) as directed by Owner. C. Contractor shall program digital timer for control of fixtures as directed by Owner. D. Contractor shall verify circuit and contactor ratings for circuits supplying 480 volt fixtures. E. Conductors for 30 amp, 480 volt site lighting circuits: 1. Use number 8 AWG stranded copper with THi3N insulation. 3.4 TESTING The Contractor shall demonstrate to the Owner the proper operation of all systems and equipment specified in this section. The Contractor shall adjust, repair or replace as necessary all components that do not perform as specified, until able to demonstrate proper operation of equipment in normal, automatic, manual, emergency, power -loss, and power -restored modes of operation, as applicable. 3.5 TRAINING The Contractor shall provide, at the Owner's facility, the training necessary to familiarize the Owner's personnel with the operation, use, adjustment, and problem -solving diagnosis (troubleshooting) of the site lighting control system. END OF SECTION I'll 160-10049-000 13815-3 Lighting Controls No Text Southwest Pump Station City of Lubbock SECTION 14600 GIRDER CRANE PART1-GENERAL 1.1 SUBMITTALS A. Shop Drawings. Show details of construction outline dimensions, required clearances with side and end approach travel dimensions of load hooks, total weights and parts identification. Show layout and detail of runway conductor system B. Product Data. At time of crane shipment, submit operation instructions, maintenance manuals and spare parts information. 1.2 QUALITY ASSURANCE A. The cranes shall be designed and constructed in accordance to latest CMAA specifications. In addition, the cranes shall meet the latest applicable ANSI, AWS, NEC, AISC, OSHA and NEMA specifications. B. All mechanical parts of the crane system shall be designed to have a minimum safety factor of 5 with capacity load based on the ultimate strength of the material used. 1.3 DELIVERY, STORAGE AND ERECTION Coordinate delivery, storage and erection with building contractor. 1.4 WARRANTY t . Provide written project warranty, signed by the building contractor, installer and manufacturer, agreeing to replace/repair/restore defective materials and workmanship of crane work during warranty period of 12 months. "Defective" is hereby defined to include, but not by way of limitation, operation or control system failures, performances below required minimums, excessive wear, unusual deterioration or aging of materials or finishes, unsafe conditions, the need for excessive maintenance, abnormal noise or vibration and similar unusual, unexpected and unsatisfactory conditions. The warranty Period shall begin on date of substantial completiontbeneficial occupancy. 1.5 MAINTENANCE Installer shall provide a continuing maintenance proposal to Owner, in the form of a standard yearly (or other period) maintenance agreement, starting on date construction contract maintenance requirements are concluded. State services, obligations, conditions and terms for agreement period and for renewal options. PART2-PRODUCTS 2.1 N LA.NUFACTURERS Subject to compliance with the specific requirements of this section, provide products of one of the following: A. Gaffey. o. 160-10049-000 14600-1 Girder Crane B. Mannesmann Demag Corporation. C. Konecranes, Inc. D. Spanmaster. 2.2 MATERIALS AND COMPONENTS A. Crane No. 1. A top riding single girder electric crane meeting the following requirements: 1. Capacity. 2 tons. 2. Span. 53'-6" between crane rails. 3. Hoist Lift Distance. 9'--0". 4. Rail Height. 16'-4". 5. Rail Size. 30-pound ASCE rail. 6. Runway Length. 67'--9" with vendor-fumished safety bar type electrification system. Power supply at midpoint (plus or minus) of runway. 7. Hoist Speed. 20 fpm (approximate). 8. Trolley Speed. 60 fpm. 9. Bridge Speed. 60 fpm. 10. Spark resistant features are not required. 11. Bridge Conductors. Festoon type. 12. Pushbutton Station. Festooned from a track running the span of the cranes. 13. Power Supply. 460 volt, 3 phase, 60 cycle alternating current: 14. Control Enclosure. NEMA 3. B. Crane Bridee. 1. Girder. a. Girders shall be designed to resist all vertical, horizontal and torsional forces. Girders may be manufactured from structural shapes or weldments made from structural shapes or steel plates. All steel shall conform to ASTM A 36 specification or be of equivalent quality. b. Due consideration shall be taken to include local bending stress caused by wheel loads on lower girder flange. C. Maximum allowable vertical deflection produced by the weight of the hoist and rated load shall not exceed 1/600 of the crane span. Impact shall not be considered in determining deflection. d. On single girder cranes, the bottom flange should be of vanadium steel designed to carry the trolley wheel loads with a minimum of wear. Except as indicated above, girders shall be fabricated of A 36 steel plate. Maximum allowable vertical deflection due to live load shall be limited to 1/600 of span. 2. End Trucks. End trucks shall be of box type construction having double flanged wheels supported on rotating axles. Design of end truck should allow easy wheel removal and exchange. The dual antifriction bearings supporting the axle shall have a minimum B-10 bearing life in accordance with the crane classification specified. Wheels shall be rolled or forged steel, or cast nodular iron, carbon or alloy steel. Wheels shall be designed to carry the wheel loads without undue wear. End trucks shall be fitted with shock absorbing bumpers capable of decelerating and stopping the crane within the limits stated by OSHA and CMAA. 3. Girder End Truck Connection. Bolt end trucks to girder ends to form a rigid connection. Bolts in shear or welded connections shall not be permitted. 160-10049-000 14600-2 Girder Crane 4. Crane Drives. a. Horizontal bridge drives shall be one of the arrangements as detailed by CMAA (A-1 through A-6). Totally enclosed motor and fully enclosed gearing should be directly connected to the rotating axle. If hollow shaft, individual drives are employed, gear box and axle should be mated by use of a fully splined shaft for uniform rotational force distribution. All gears shall be heat treated and shall run on antifriction bearings with constant oil bath lubrication. b. Acceleration and deceleration rate must be as constant as possible and shall not be measurably affected by variation of live load or by location of live load on bridge span. C. Motors shall have Class F insulation and shall be thermally protectedby heat sensors embedded in the windings. Two -speed drives should be at a high to low speed ratio of 4:1 with automatic acceleration control. Variable torque (speed) drives should be based on timed steps through the use of slip -ring wound rotor motors in lieu of squirrel cage. Travel speeds higher than 180 flpm should be cab controlled. C. Hoist. 1. Hoist Motor and Braking System. a. Hoist motor shall be of adequate power to lift the required load at required speed. Motor windings should have Class F insulation and should be rated for minimum starts per hour as required by selected class of hoist. Motor mounted inside a hoisting drum shall not be permitted because of insufficient heat dissipation b. If hoist is a two -speed unit and only 5-ton capacity or less, a dual wound squirrel cage hoisting motor is acceptable to achieve a low speed ratio of 3:1 or 4:1. For higher hoisting capacities, a second lower speed shall be achieved by use of a separate motor and gear assembly. (A 10:1 speed ratio is preferred for most efficient load handling.) Creep speed motor shall match all hoist motor requirements. Multiple hoisting speeds may be achieved with variable speed wound rotor motor and resistor control. All motors shall be thermally protected by heat sensors embedded in the windings. C. All hoist units shall be equipped with one holding brake and the braking means to control lowering speed. d. The hoist holding brake shall be an electrically open, mechanically close brake unit. It may be of the shoe brake, disc brake or conical brake type. The hoist holding brake shall be of sufficient torque capacity to stop and hold the load. Control braking means may be mechanical or electrical and shall be capable of maintaining controlled lowering speed. For long Iifts or heavy duty cycles, electrical lowering control is preferred. 2. Gearing. Motor torque shall be transmitted to reduction gear through a shock absorbing flexible coupling to dampen load peaks. Gearing shall be a combination helical and spur cut teeth, hardened and ground, running on antifriction bearings throughout and all gears shall operate in a splash oil bath. All shafts shall be splined. 3. Rope Drum. Rope drum shall be of welded steel construction, machine grooved to a minimum groove depth of 0.375 times the rope diameter and supported on internal, oversized, dustproof, lifetime lubricated ball bearings. The drum shall be driven by a central, splined shaft. Drums on hoists 5 tons and under may be driven by means of internally mounted planetary pinions engaging gear ring inside drum. Drum shall have cable clamps. 160-10049-000 14600-3 Girder Crane 4. Rope and Drum Guide. a. The hoisting rope shall be of proper design and construction for the crane service required. The rated capacity divided by the number of parts of ropes shall not exceed 20 percent of the published breaking strength of the wire rope. b. To assure positive winding of rope on the drum and to prevent cable overlapping and potentially dangerous groove peak contact, a hoisting cable rope guide may be employed. Double wrapping of cable shall not be permitted. 5. Bottom Block. Bottom block shall have a totally enclosed housing fabricated of steel. The rope sheaves shall be supported on antifriction bearings and the hook shall be of forged steel and be supported on antifriction bearings for full swiveling capability. Hook shall be equipped with heavy spring type safety latch. 6. Limit Switch. Hoist shall be equipped with a fully adjustable upper and lower limit switch for extreme hook positions. D. Single Girder Trolley. Trolleys shall have forged wheels with sealed -for -life ball bearings for smooth travel and shall be powered by a high slip squirrel cage motor and shall have a brake. Motor shall have Class F insulation and shall be protected by heat sensors embedded in windings. E. Electrification and Controls. 1. Electrification. Electrification across bridge for power to hoist trolley and control of all motions shall consist of highly. flexible type neoprene covered flat -section cable suspended from smooth running enclosed track system 2. Controls. Control of crane, hoist and trolley motions shall be by means of magnetic contactors -;mounted in control panels meeting a minimum of NEMA 12 specifications. A magnetic main line contactor controlled from the pushbutton station shall be furnished. Main line contactor interlocked to panel doors may be furnished to minimize shock hazard to service personnel. Control voltage shall not exceed 120 volts. 3. Pushbutton Station. Floor control of crane shall be by means of a high -impact, abrasion -resistant pushbutton station. The pushbutton station should be mounted from a smoothly operating track system running along the girder and should be arranged in close accordance with the applicable paragraphs of CMAA Spec. 70. F. Pam:" All structural parts shall be cleaned of rust and mill scale. The complete crane shall be given the appropriate number of coats of anti -corrosion primer and finish paint to protect surface from environmental damage. Type of paint and color of final coat shall be according to manufacturer's standard. G. Lubrication. All gear boxes, bearings, etc., shall be properly lubricated prior to shipment from factory. Ll Lifetime lubricated bearings shall be used where possible and appropriate. PART3-EXECUTION 3.1 EXAMINATION Prior to installing cranes, the crane manufacturer and installer shall inspect structure, clearances and all other conditions critical to the installation of the cranes. Notify General Contractor and Architect/Engineer in writing of any dimensional discrepancies or other conditions detrimental to the proper installation or performance of the j 160-10049-000 146004 Girder Crane cranes. Do not proceed with the crane installation until unsatisfactory conditions have been corrected in a manner acceptable to the installer. 3.2 INSTALLATION OF CRANES A. General. Comply with manufacturer's written instructions and recommendations for work required during installation. B. Welded Construction. Provide welded connections for installation of work where bolted connections are not required for subsequent removal or for normal operation, adjustment, inspection, maintenance and replacement on worn parts. Comply with AWS standards for workmanship and for qualifications of welding operators. C. Coordination. Coordinate crane work with work of other trades, for proper time and sequence to avoid construction delays. Use benchmarks, lines and levels designated by Contractor to ensure dimensional coordination of the work. D. Lubrication. Lubricate operating parts of systems as recommended by manufacturers. E. Erection. General Contractor to erect all structural steel members associated with the crane system, including setting the guide rails and erecting the crane bridges. The crane vendor shall witness the rail erection, make final rail alignment including final tightening of rail, and witness crane load tests. 3.3 FIELD QUALITY CONTROL A. Upon nominal completion of each crane installation and before permitting use of crane (either temporarily or permanently), perform acceptance tests as required and recommended by Code. Minimum testing shall include all standard operations with load of 100 percent of rated capacity. B. Make a final check of each crane operation with Owner's personnel present and just prior to date of substantial completion. Determine that control systems and operating devices are functioning properly. 3 A PROTECTION At time of substantial completion of crane work (or portion thereof), provide suitable protective coverings, barriers, devices, signs or such other methods or procedures to protect cranes from damage or deterioration. Maintain protective measures throughout remainder of construction period. 3.5 INSTRUCTION Instruct Owner's personnel in proper use, operations and daily maintenance of cranes. Review emergency provisions, including emergency procedures to be followed at time of failure in operation. Train Owner's personnel in normal procedures to be followed in checking for sources of operational failures or malfunctions. Confer with Owner on requirements for a complete crane maintenance program. END OF SECTION 1", 160-10049-000 14600-5 Girder Crane .. . ..... ........ 0 Southwest Pump Station City of Lubbock SECTION 15050 MECHANICAL GENERAL PROVISIONS PART1-GENERAL 1.1 GENERAL A. Except as modified in this section, General Conditions, Supplementary Conditions, applicable provisions of Division 1 - General Requirements, and other provisions and requirements of the contract documents apply to work of Division 15 - Mechanical. B. Applicable provisions of this section apply to all sections of Division 15 - Mechanical. C. Contract drawings are diagrammatic only and do not give fully dimensioned locations of various elements of work. Determine exact locations from field measurements. D. Where the word "concealed" is used in connection with insulating, painting, piping, ducts and the like, the word is understood to mean hidden from sight as in chases, furred spaces or above suspended ceilings. "Exposed" is understood to mean open to view. 1.2 CODE REQUIREMENTS AND PERMITS A. Perform work in accordance with applicable statutes, ordinances, codes, and regulations of governmental authorities having jurisdiction. B. Resolve any code violation discovered in contract documents with the Architect/Engineer prior to award of the contract. After award of the contract, make any correction or addition necessary for compliance with applicable codes at no additional cost to Owner. C. Obtain and pay for all permits and inspections. 1.3 REFERENCE SPECIFICATIONS AND STANDARDS Materials which are specified by reference to Federal Specifications; ASTM, ASME, ANSI, or AW WA Specifications; Federal Standards; or other standard specifications must comply with latest editions (except where specified otherwise in individual sections), revisions, amendments or supplements in effect on date bids are received. Requirements in reference specifications and standards are minimum for all equipment, material and work. In instances where capacities, size or other feature of equipment, devices or materials exceed these minimums, meet listed or shown capacities. 1.4 ASBESTOS Prior to beginning any work in existing buildings, Contractor shall provide a letter to the Owner stating that he has examined the remodeling areas of the building for asbestos materials and giving results of his findings. If at any time during construction asbestos is encountered, stop work immediately and contact Architect/Engineer. 1.5 SEQUENCING AND SCHEDULING 160-10049-000 15050-1 Mechanical General Provisions 1.6 1 SUBMITTAL DATA AND SHOP DRAWINGS A. Material and Equipment List. Within 30 days after award of the contract and before orders are placed or shop drawings are submitted, submit a list of equipment and principal materials specified. Give names of manufacturers, catalog and model numbers, and such other supplementary information as necessary for identification. B. Material and Equipment Shop Drawings. Submit all detailed shop drawings, descriptive literature, physical data, and performance data at one time for review for items of equipment and for principal materials proposed for installation. Include identifying symbols and equipment numbers used in plans and specifications, with reference to specification paragraphs, and drawing numbers of all equipment and material submitted. Ductwork and piping shop drawings are not required; do not submit. C. Final Submittal. In addition to number of copies of shop drawings and other data required for review submittals, maintain a separate file of final approved copies of such material. Deliver approved copies in a hard -back binder for the Owner's use. Incorporate changes and revisions made throughout construction period. Delivery of approved copies is a condition of final acceptance for the project. D. Contractor's Check. Shop drawings will be submitted only by, the Contractor. Indicate by signed stamp that the drawings have been checked, that the work shown on the drawings is in accordance with contract requirements and that dimensions and relationship with work of other trades have been checked. If drawings are submitted for approval that have not been checked and signed by the Contractor, they will be returned for checking before being considered by the Architect/Engineer. 1.7 OPERATING AND 1�,�ENANCE INSTRUCTIONS A. The Contractor shall furnish five copies of commercially available standard operation and maintenance data, including operating instructions, maintenance instructions and parts listings. Detailed requirements for these items are as follows: L Information required for the preparation of O&M manuals may be furnished in the form of manufacturers' standard brochures, schematics, and other printed instructions. Clearly distinguish between information which applies to the equipment and information which does not apply. Data shall include as a minimum the following items: a. Recommended procedures and frequencies for preventive maintenance; inspection, adjustment, lubrication, cleaning, etc. b. Special tools and equipment required for testing and maintenance. C. Parts lists reflecting the true manufacturer's name, part number and nomenclature. d. Recommended spares by part number and nomenclature and spare stocking levels. e. Integrated mechanical and electrical system schematics and diagrams to permit operation and troubleshooting after acceptance of the system. f. Troubleshooting, checkout, repair and replacement procurement procedures. g. Operating instructions including start-up and shutdown procedures. h. Safety considerations including load limits, speed, temperature and pressure. 2. Provide O&M manuals for all HVAC and plumbing equipment. B. Upon completion of work, and at time designated by the Architect/Engineer, provide services of a competent representative of the Contractor for a period of at least 40 hours to instruct the Owner's personnel in the operation and maintenance of the entire system. 1.8 PROJECT RECORD DOCUMENTS A. Preparation. Maintain at the job site a separate set of white prints of the contract drawings for the sole purpose of recording the "as -built" changes and diagrams of those portions of work in which actual construction is 160-10049-000 15050-2 Mechanical General Provisions significantly at variance with the contract drawings. Mark the drawings with a colored pencil. Prepare, as the work g g P eP progresses and upon completion of work, drawings clearly indicating locations of various lines, valves, ductwork, traps, equipment, and other pertinent items, as installed. Include flow -line elevation of sewer lines. Record underground and underslab piping installed, dimensioning exact location and elevation of such piping. B. Deliver. At conclusion of project, obtain without cost to Owner, reproducibles of original mechanical drawings and transfer as -built changes to these. Delivery of as -built prints and reproducibles is a condition of final acceptance. B. Deliver. At conclusion of project, obtain without cost to Owner mylar reproducibles of original mechanical drawings and transfer as -built changes to these. Deliver these, along with one set of 105 mm negatives and half-size black -line prints made from them, to the Architect/Engineer. Delivery of these as -built prints, negatives and tracings is a condition of final acceptance. 1.9 GUARANTEE Guarantee work for 1 year from the date of substantial completion of the project, and during that period make good any faults or imperfections that may arise due to defects or omissions in materials or workmanship. 1.10 SERVICE Perform service work required during the guarantee period including lubrication of bearings. Perform manufacturer's recommended quarterly (every 3 months) service, and provide the Owner with a written report of each quarterly service. Cleaning of air filters and pipe strainers is not included. `PART2-PRODUCTS 2.1 MATERIALS AND EQUIPMENT Fumishnew and unused materials and equipment of domestic manufacture. Where two or more units of same type or class of equipment are required, provide units of a single manufacturer. 2.2 ACCEPTABLE MANUFACTURERS The acceptable manufacturers are listed in individual sections of Division 15. Where two or more units of same type or class of equipment are required, provide units of a single manufacturer. Manufacturers' names and catalog numbers specified under sections of Division 15 are used to establish standards of design, performance, quality and serviceability and not to limit competition. Equipment of similar design, equal to that specified, from one of the named manufacturers will be acceptable on approval of the Architect/Engineer. A. Substitution. I. If the Contractor desires to substitute a material or method as an equal to the specified item, he shall request permission from the Architect/Engineer, in writing, and shall include such literature, samples, etc., deemed necessary to establish the equal quality of his proposal. If the Architect/Engineer deems it necessary in order to establish the equality between two or more products, he may require laboratory testing at the Proposer's expense in order to obtain information upon which to base a decision. The Architect/Engineer will not give approval to material salesmen or subcontractors, and only in writing to the Contractor. 2. For each proposed substitution product, clearly show how the proposed product meets the requirements of the specifications, including performance and space requirements. 3. No substitution will be considered unless it is presented in writing within that number of days after Notice to Proceed equal to 15 percent of the contract time. 1" 160-10049-000 15050-3 Mechanical General Provisions 4. Proposers of substitute products shall present samples, literature, test and performance data, record of other installations, names of owners, architects, engineers, contractors and subcontractors as references, statement of current financial condition, and other technical information applicable to their products, to aid in determining the worth of the substitute product offered in relation to the material and work specified from the standpoint of the Owner's best interest. Substitute materials and products shall be used only if approved in writing by the Architect/Engineer in advance. 5. Approval of substitute materials offered shall not be a basis for contingent extra charges because of changes in other work or related work, such as roughing -in, electrical, structural or architectural, which may result from the substitution. 2.3 NOISE AND VIBRATION Select equipment to operate with minimum noise and vibration. If objectionable noise or vibration is produced or transmitted to or through the building structure by equipment, piping, ducts or other parts of work, rectify such conditions without cost to the Owner. If the item of equipment is judged to produce objectionable noise or vibration, demonstrate (without cost to the Owner) that equipment performs within designated limits on the vibration chart included at the end of this section. ' 2.4 VARIABLE SPEED DUTY MOTORS ,-- Provide premium efficiency, severe duty, Class F temperature rise (Class F insulated), 1.0 service factor motors for all equipment to operate -with variable frequency drives. 2.5 AIR FILTERS AND PIPE STRAINERS Immediately prior to final acceptance of project, inspect, clean and service air filters and strainers. Replace disposable type air filters if dirty. 2.6 ACCESS DOORS Locate access doors (specified in Section 08310) for all walls or ceiling locations, as required or shown, to valves, controls, regulating devices, water arresters, fire dampers, air distribution boxes and other concealed equipment requiring maintenance adjustment or operation. PART3-EXECUTION 3.1 SPACE REQUIREMENTS Consider space limitations imposed by contiguous work, including clearances required for service, in selection and location of equipment and material. Do not provide equipment or material which is not suitable in this respect. 3.2 OBSTRUCTIONS A. The drawings indicate certain information pertaining to surface and subsurface obstructions which has been taken from available drawings. Such information is not guaranteed, however, as to accuracy of location or complete information. B. Before any cutting or trenching operations are begun, verify with Owner's representative, utility companies, municipalities, and other interested parties that all available information has been provided. Verify locations given. 160-10049-000 15050-4 Mechanical General Provisions t C. Should obstruction be encountered, whether shown or not, alter routing of new work, reroute existing lines, remove obstruction where permitted, or otherwise perform whatever work is necessary to satisfy the purpose of the new work and leave existing services and structures in a satisfactory and serviceable condition. D. Assume total responsibility for and repair any damage to existing utilities or construction, whether or not such existing facilities are shown. 3.3 -OPENINGS Framed, cast or masonry openings for ductwork, equipment and piping are specified under other divisions. However, drawings and layout work for exact size and location of all such openings are included under this division. 3A PROTECTION Adequately protect work, equipment, fixtures and materials. At work completion, all work must be clean and in good condition. 3.5 LUBRICATION, REFRIGERANT AND OIL A. Provide a complete charge of correct lubricant for each item of equipment requiring lubrication. Provide complete and working charge of proper refrigerant, free of contaminants, into each refrigerant system. After each system has been in operation long enough to ensure completely balanced conditions, check the chargeand modify it for proper operation as required. C. Provide a complete charge of special oil for refrigeration use, suitable for operation with refrigerant, in each compressor. 3.6 OPERATING TESTS After all mechanical systems have been completed and put into operation, subject each system to an operating test under design conditions to ensure proper sequence and operation throughout the range of operation. Make adjustments as required to ensure proper functioning of all systems. Special tests on individual systems are specified under individual sections. END OF SECTION 160-10049-000 15050-5 Mechanical General Provisions 0 o_ _.... ■ �mm■■■■■ �mm■■■o■ INMENIM®M■ll MENINIII L1J ��mmmmw _I i.... i MIM■■■■■ ®M■■■■■ IMMENNEN mmomill ■ 11111 ■ 111111 ■.,1111 HOW Nq 1 Southwest Pump Station City of Lubbock SECTION 15060 EQUIPMENT BASES AND SUPPORTS PART1-GENERAL 1.1 SUMMARY Provide concrete equipment pads for all direct and isolated floor mounted equipment, and structural equipment I", supports for horizontal tanks, heat exchangers and similar equipment, where required. 1.2 RELATED WORK A. Metal Fabrications. Section 05501. B. Painting for All Miscellaneous Steel. Section 09910. 1.3 SUBMITTALS Submit'shop drawings on all structural supports. PART2-PRODUCTS 2.1 CONCRETE Provide 3000 psi concrete. 2.2 STRUCTURAL METAL Construct floor stands of structural members or steel pipe for equipment supports. PART3-EXECUTION 3.1 CONCRETE PADS Pour minimum 3-1/2-inch thick pads on roughened floor slabs unless otherwise noted. Reinforce pad with No. 4 rebar set 12 inches on center unless indicated otherwise on structural drawings. Provide 2-inch clearance between top of pad and rebar. Extend outer edges of pads a minimum of 2 inches beyond equipment. Secure equipment with anchor bolts in accordance with equipment installation instructions. 3.2 STRUCTURAL SUPPORTS A. Bolt floor stands to concrete pads. B. Hang ceiling -mounted equipment from suitable brackets, platform framing or similar supports fabricated of structural members. C. Paint in accordance with Section 09910. 160-10049-000 15060-1 Equipment Bases and Supports END OF SECTION 160-10049-000 15060-2 Equipment Bases and Supports i n.' Southwest Pump Station City of Lubbock SECTION 15070 VIBRATION ISOLATION PARTI-GENERAL 1.1 SUMMARY A. All mechanical equipment, piping and ductwork as noted on the equipment schedule or in the specification shall be mounted on or suspended from vibration isolators to reduce the transmission of vibration and mechanically transmitted sound to the building structure. Vibration isolators shall be selected in accordance with the weight distribution so as to produce reasonably uniform deflections. B. All isolation materials shall be supplied by the same manufacturer. 1.2 RELATED WORK A. Equipment Support. Section 15060 for equipment foundation pads. B. Ductwork. Section 15810 for flexible connections between fans and ducts. 1.3 : : SUBMITTALS A. Product Data. 1. Schedules of flexibly mounted equipment, referencing drawings by number. 2. Catalog cuts or data sheets on vibration isolators. B. Drawings. 1. Submit details of equipment bases including dimensions, structural member sizes and support point locations. 2. Submit details of isolation hangers for suspended equipment, piping and ductwork. C. Certifications. As required by Article 3.3. 1.4 STOCK REQUIREMENTS The isolation manufacturer's representative shall maintain an adequate stock of springs and isolators of type used so that changes required during construction and installation can be made. PART2-PRODUCTS 2.1 MANUFACTURERS A Mason Industries. B. Amber Booth. C. Kinetics. 160-10049-000 15070-1 Vibration Isolation 2.2 ISOLATOR DESIGN l A. Materials. Design and treat vibration isolators for resistance to corrosion. Furnish phosphatized steel components with epoxy powder paint coating. Components exposed to the weather shall be epoxy powder paint coated or hot -dipped galvanized. Furnish zinc electroplated nuts, bolts and washers. Clean steel bases thoroughly of welding slag and prime with zinc -chromate or metal etching primer. B. Desian. 1. All spring isolators must be completely stable in operation, have a Kx/Ky ratio of at least 1:1, and must be designed for not less than 50 percent reserve deflection beyond specified deflection. 2. . Design isolators for equipment installed outdoors to provide adequate restraint due to normal wind conditions. The isolators must withstand wind loads of 30 pounds per square foot applied to any exposed surface of the isolated equipment. - 3. Air handling equipment subjected to horizontal air thrust shall be furnished with isolated thrust resistors to limit displacement to 1/4 inch. 2.3 ISOLATOR TYPES All vibration isolators described in this section shall be the product of a single manufacturer. Mason Industry's products are the basis of these specifications; products of other manufacturers will be considered provided samples comply with the specification. Submittals and certification sheets shall be in accordance with Article 1.3. A. Type ND. Neoprene mountings shall have minimum static deflection of 0.35 inch {9mm) . All metal surfaces shall be neoprene covered and have friction pads both top and bottom. Bolt holes shall be provided on the bottom and a tapped hole and cap screw on top. Steel rails shall be used above the mountings under equipment such as small vent sets to compensate for the overhang. Mountings shall be type ND or rails type DNR. B. Type HD. Hangers shall consist of rigid steel frames containing minimum 1-1/4-inch {32mrn} thick neoprene element. The neoprene element shall have neoprene bushings projecting through the steel box. In order to maintain stability, the boxes shall not be articulated as clevis hangers. 2.4 ISOLATOR APPLICATIONS ISOLATOR TYPE/ EQUIPMENT MINIMUM DEFLECTION BASE TYPE r A. Fan Coil Units - Suspended. HD/l/2" — B. Vent Sets and Arrangement of Fans. Floor Mounted - Up to 15 HP ND/0.35" — PART3-EXECUTION 3.1 FACTORY VERIFICATION After installation, furnish factory -trained representative of the isolation manufacturer to check various isolators and report measured versus anticipated deflection on all isolators. Have the representative submit written certification that isolators have been installed in accordance with manufacturer's recommendations and approved submittals. END OF SECTION 160-10049-000 15070-2 Vibration Isolation Southwest Pump Station City of Lubbock SECTION 15072 PUMP STATION PIPING PART1-GENERAL fRi1�J-UVTTl WM This Section pertains to only the aboveground piping for the water system located inside of the pump station. All other piping is covered in other Division 2 or Division 15 sections. 1.2 SUBMITTALS Product Data and Shop Drawings. Submit product data and shop drawings on each type of pipe, fittings and accessories in accordance with Division 1- General Requirements, and in accordance with Section 15050, Mechanical General Provisions. 1.3 PAYMENT All pipe, fittings and accessories will be paid for under the lump sum price for the pump station. PART2-PRODUCTS 2.1 DUCTILE IRON PIPING AND JOINTS A General. Ductile iron pipe shall conform to the requirements of AW WA C150 and AW WA C151. Use pressure Class 350 for sizes 4-inch through 24-inch and pressure Class 250 for sizes 30-inch through 64-inch. B. Coating. 1. Exterior Coating. CORROPIPE H-TX and Joint Coating Material CORROPIPE H-PW, manufactured by Madison Chemical Industries, Inc., 5673 Old Dixie Road, Forest Park, Georgia 30050, or approved substitute. Coating thickness 25 mils minimum DFT. 2. Internal Lining. Joint Lining Material CORROPIPE H-PW, manufactured by Madison Chemical Industries, Inc., 5673 Old Dixie Road, Forest Park, Georgia 30050, or approved substitute. Lining thickness 35 mils minimum DFT. C. Joints. Provide flanged joint for aboveground service. Provide sleeve -type flexible joint when designated or required by Contractor for flexibility. Ductile welded or screwed on flanges threaded end of pipe, conforming to ANSI B16.1, Class 125. Attachment, aligning and facing shall conform to AWWA Cl 15. 2.2 FITTINGS A. General. Use fittings of same size as pipe they serve. Reducers are not permitted to facilitate on off -size fitting. Reducing bushings are also prohibited. Reduction. in piping size will be made as shown on the plans. Fittings shall be lined and coated as specified for pipe they serve. B. Dissimilar Metals. Make joints between copper and steel pipe or equipment using insulating unions such as Crane Company No. 1259, EPCO as manufactured by EPCO Sales, Inc.; or approved substitution. 160-10049-000 15072-1 Pump Station Piping C. Flanged Fittings. Fittings for use with flanged joints on ductile or cast iron pipe or on steel pipe shall be cast iron or ductile iron fittings conforming to ANSI B 16.1 or AW WA Cl 10. Flanges shall be faced and drilled in accordance with ANSI B 16.1, Class 125. All fittings shall be pressure rated at 250 psig. D. Flanges. Flanges for ductile iron pipe shall be ductile or cast iron flanges screwed on threaded ends of the pipe. Flanges shall conform to ANSI B16.1, Class 125. Screwed -on flanges shall be attached to the pipe in the shop; attachment, aligning and facing shall conform to AWWA C115. All flanged pipe, including flange -by -plain end pieces, shall be hydrostatically tested to 125 psig and certification furnished to the Engineer. E. 2.3 Mechanical Joint Fittings. Mechanical joint fittings shall not be used. COUPLINGS Flexible (Dresser -WO Couplings. 1. Flexible couplings shall be installed where shown on the drawings or elsewhere where allowed by the Engineer for the Contractor's convenience. Gaskets for flexible couplings shall be neoprene or Buna-N. 2. Flanged restrained dismantling joints shall be Smith -Blair 972, Dresser Style 441 or approved substitution. 3. Flanged adapter couplings for ductile iron pipe shall be Dresser Style 128, Smith Blair 912. Flanged adapter couplings shall have not less than two anchor studs each, unless specifically noted otherwise on the drawings. PART3-EXECUTION 3.1 PIPING INSTALLATION A. Handling. Handle pipe, fittings and accessories to ensure their installation in a sound, undamaged condition. Use equipment, tools and methods to prevent damage in unloading, hauling and laying pipe and fittings. When using hooks in pipe ends, be sure that the contact surfaces are broad and well padded. Take particular care not to damage pipe coating or lining. B. Cutting. Cut pipe in a neat manner, without damage to the pipe or to the interior lining, if any. Make cuts smooth, straight, and at right angles to the pipe axis. Use mechanical pipe cutters of an approved type. C. Cleaning: and Inspection. Thoroughly clean the interior ofpipe and fittings of foreign matter before installation, and keep the interior clean until the work has been accepted. Keep joint contact surfaces clean until jointing is completed. Do not place debris, tools, clothing or other materials in the pipe. Before installation, inspect each pipe and fitting for defects. Tap the pipe with a light hammer to detect cracks. Reject defective, damaged or unsound pipe and fittings and remove them from the site. 3.2 JOINTS AND JOINTING A. Screwed Joints. Thoroughly ream the pipe to full inside diameter after cutting. Machine cut threads to ANSI taper pipe thread sizes. All -thread nipples are not permitted. Make screwed joints using suitable joint compound applied to male threads only; for screwed joints on PVC pipe, use Teflon tape. B. Mechanical Joints. No mechanical joint pipe shall be used. 160-10049-000 15072-2 Pump Station Piping t C. Flanged Joints. 1. Prior to installation ofbolts, accurately center and align flanged joints to prevent mechanical prestressing of flanges, pipe and equipment. Align bolt holes to straddle the vertical, horizontal or north - south center line. Do not exceed 3/64 inch per foot inclination of the flange face from true alignment. 2. Use full -face neoprene or Buna-N gaskets, 1/8 inch thick, for flanged joints in ductile iron, steel or PVC piping. Gaskets shall be factory cut to proper dimensions. 3. Use ANSI nuts and bolts, galvanized or black to match flange material. Tighten bolts progressively to prevent unbalanced stress. Draw bolts tight to ensure proper seating of gaskets. 4. Take care when attaching suction and discharge piping to pumping equipment to ensure that no stresses are transmitted to or imposed on pump suction and discharge flanges by connected piping. Install and permanently support piping to accurately match bolt holes and to provide uniform contact over the entire flange. In addition, leave pump connection piping free to move parallel to its longitudinal center line while bolts in pump connection flanges are tightened. 5. Provide maximum flexibility and ease of alignment correction by taking advantage of the slack between the flange bolts and bolt holes for slight angular rotation of connecting flanges. Assemble pump connecting piping with gaskets in place, with only a portion of the flange bolts (no fewer than four per joint) installed. After final alignment and before final bolting, test pump connections for applied piping stresses by loosening flange bolts which, if piping is properly installed, should result in no movement of piping relative to the pump, or opening of the pump connection joints. 6. Keep flange covers on equipment and shop -fabricated piping until ready to install in system. 3.3 SECURING AND SUPPORTING A. Pipe Supports. Support piping as shown on the drawings and as specified herein, to maintain line and grade and prevent the transfer of stress to pumps or other equipment. B. Reaction Anchorage. Install suitable reaction blocking, struts, anchors, clamps, joint harness or other adequate means for preventing movement of pipe caused by unbalanced internal liquid pressure. Pressure can be expected at unlugged tees, Y-branches and bends deflecting 11-1/4 degrees or more which are installed in piping subjected to internal hydrostatic heads in excess of 15 feet in exposed, or 30 feet in buried, piping. 1. Provide in locations as shown or directed, reaction blocking, struts, anchorages, or other supports for fittings exposed within structures. 2. Adequately protect from corrosion all steel clamps, rods, bolts, and other metal accessories used in reaction anchorages or joint harness where subject to submergence and not encased in concrete. 3.4 PIPE SLEEVES A. Provide pipe sleeves for all piping passing through masonry or concrete construction, unless detailed otherwise on the drawings. Pipe sleeves shall be fabricated from steel, and shall be hot -dip galvanized after fabrication. Pipe sleeves shall be sized to allow 1/2- to 1-inch clearance between pipe and sleeve. B. Extend each pipe sleeve through the floor or wall. Finish flush with each surface, except that for exposed slabs, extend pipe sleeves 2 inches above finish slab elevations. C. Seal annular space between pipes and sleeves with mastic compound, unless shown otherwise on the drawings. All pipes passing through pipe sleeves must have annular space sealed watertight and airtight. 3.5 CLEANING PIPING SYSTEMS All piping systems shall be thoroughly cleaned and flushed and all construction debris and all foreign material removed. The Contractor shall provide all temporary connections, equipment and the like for such cleaning. I- " 160-10049-000 15072-3 Pump Station Piping END OF SECTION 160-10049-000 15072-4 Pump Station Piping Southwest Pump Station City of Lubbock SECTION 15074 PUMP STATION VALVES PARTI-GENERAL 1.1 SUMMARY This Section pertains to aboveground gate valves, check valves and other specialty valves indicated in the plans. All other valves are covered in other Division 2 or Division 15 sections. 1.2 SUBMITTALS A. Complete specifications, data and detailed drawings covering the items fiunished under this specification shall be submitted for approval in accordance with the procedure set forth in Section 01340, Shop Drawings, Product Data and Samples. Catalog cuts, showing sufficient detail as detemuned by the Engineer, will be acceptable in lieu of detailed drawings for valves smaller than 16 inches in size and for other miscellaneous small items for which detailed drawings are not readily available. B. Operation and Maintenance Instructions. Submit operating and maintenance manuals applicable to each item of equipment famished as specified in Section 01800, Operations and Maintenance Data. 1.3 PAYMENT A. All gate valves and accessories inside of the building will be paid for under the lump sum price for the pump station B. Payment for specialty valves located outside of the building is on a unit price basis by each type and size of valve installed. Unit price includes the cost of valve box, if required. PART2-PRODUCTS 2.1 BASIC REQUIREMENTS All valves and accessories shall conform to the requirements shown and scheduled on the plans and as hereinafter specified. Valve purchase orders shall be coordinated to ensure proper installation of the valves and piping in conformance with the specified requirements. A. Valve Design. 1. Provide valves designed for repacking or reseating under pressure when fully opened. Perform shell and seat tests and stamp valve to show that tests have been successfully completed. 2. Packing. Use packing suitable for intended service, equipped with gland followers and having pressure and temperature ratings not less than design criteria applicable to components of the system. 3. Seals. For trunion mounted valves use resilient seals suitable for the intended service. 160-10049-000 15074-1 Pump Station Valves i 4. Provide valves conforming to the following material specifications: Material Specifications Bronze -150 psi maximum ASTM B 62 Bronze - 300 psi maximum ASTM B 61-� Cast Iron ASTM A 126, Class B Nodular Cast Iron ASTM A 339, Grade 6045-10 Carbon Steel, Cast ASTM A 216, Grade WCB - Carbon Steel, Forged ASTM A 105, Grade Il Fabricated Steel ASTM A 7 or better B. Valve Operators 1. Unless otherwise shown or specified, each valve must be equipped with a manual operator and shall be provided with a suitable operating wheel. 2.. Manual operators on aboveground valves 6 inches and larger shall be geared operators. These geared manual operators shall be fully enclosed and shall be the traveling nut type, rack and pinion type, or worm gear type for valves 20 inches and smaller. The valve shaft shall extend from the valve to the operator and shall be as specified for valve shafts. The space between the operator housing and the valve body shall be completely enclosed such that no moving parts are exposed to the soil or the elements. Operator housings for valves shall be oil -tight and watertight, and shall be factory packed with a suitable grease. The valve supplier shall install a valve position indicator on each operator housing. Operator_ s 6 feet or less_ aboveground shall be provided with a handwheel for manual operation. - 3. Worm gear operators shall be designed such that a torque in excess of 160 foot-pounds will not have to be applied to operate the valve at the most adverse condition for which valve is designed. Traveling nut operators shall be designed such that a torque in excess of 100 foot-pounds will not have to be applied to operate the valve at the most adverse condition for which the valve is designed. Limit stops shall be installed on the input shaft of all manual operators in the OPEN and CLOSED positions. The vertical axis of the operating nut shall not move as the valve is opened or closed. 4. Chainwheels. Any valve which is installed with operator located 6'--1 " or more above the floor and is not required to be equipped with other type of operator shall be provided with suitable chainwheel and operating chain. Each chainwheel-operated valve shall be equipped with chain guide which will permit rapid handling of the operating chain without "gagging" of the wheel and will also permit reasonable side pull on the chain. Operating chains shall be heavily plated with zinc and cadmium and shall be looped to extend to within 4 feet of the floor below the valve. 5. Rotation. The direction of rotation of the wheel, wrench nut and lever to open each valve shall be to the left (counterclockwise). Each valve body or operator shall have cast thereon the word OPEN and an arrow indicating the direction to open. - 6. Ends. Unless otherwise specified or shown on the plans, all 3-inch or larger valves shall have flanged ends. Unless otherwise required by the plans, flanges shall conform to ANSI B 16.1, Class 125, flat -faced serrated finish to match flanges on piping. 7. Valves 2-1/2 inches or smaller in size may have threaded ends unless otherwise shown on the plans. Screwed end gate valves shall be used in copper tubing. 2.2 GATE VALVES (GTV-1) A. Gate valves 3 inches and larger for use shall conform to AWWA C500 shall be 150 psig SWP, iron body, bronze -mounted, bronze stems, double disc parallel seat with handwheel as manufactured by M&H, Style 67-02 or approved substitution. B. Gate valves shalt open counterclockwise. 2.3 CHECK VALVES — SLOW CLOSING (CKV-1) 160-10049-000 15074-2 Pump Station Valves ` Swing check valves 4 inches and larger shall be iron -body, P g , bronze -mounted, full-o enin check valves with 125- pound ANSI flanged ends, APCO Series C-6000 or approved substitution. Valves shall be rated at 175 psig. Valves shall have stainless steel hinge pin keyed to hinge, and adjustable packing glands. Valve shall be equipped with outside lever and weight with oil cushioning so constructed and so positioned that it can operate without interference by any Piping, supports or equipment. 2.4 ANTI- CAVITATION PRESSURE REDUCING VALVE (APRV-1) A. The valve shall be hydraulically operated, single diaphragm -actuated globe pattern, similar to Cla-Val model 100-01KO or approved substitution. The valve shall consist of three major components: the body with seat installed, the cover with bearings installed and the diaphragm assembly. The diaphragm assembly shall be the only moving part and shall form a sealed chamber in the upper portion of the valve separating operating pressure from line pressure. Packing glands and/or stuffing boxes are not permitted and there shall be no pistons operating the main valve or pilot controls. B. Valve Body. 1. No separate chambers shall be allowed between the main valve cover and body. Valve body and cover shall be of cast material. Ductile iron is standard. No fabrication or welding shall be used in the manufacturing process. 2. The anti -cavitation features of the seat and disc guide shall have flow slots equally spaced around their perimeters. The seat slots shall be oriented around the perimeter of the seat so that fluid entering the valve shall flow through the seat slot such that fluid flow converges in the center chamber of the seat allowing potential cavitation to dissipate. 3. The disc guide slots shall be positioned around the perimeter of the disc guide, configured and oriented in an angular direction so that fluid flow existing through the slots is diverted away from direct impact into pressure boundary surfaces. Flow exiting the disc guide slots is directed in an angular path to increase the distance between the slot geometry and pressure boundary surfaces. 4. If cavitation conditions exist, the increase distance between the slots and pressure boundary surfaces minimizes the potential for damage by allowing the caviatation bubbles to dissipate before they come in contact with pressure boundary surfaces. 5. • Anti -cavitation characteristics shall be controlled by the described slotted seat and disc guide components. The disc guide shall slide in the seat and allow controlled flow through the seat slots into the central seat chamber where flow shall continue from the seat chamber and exit through the angularly oriented slots of the disc guide. 6. The seat and disc guide features used together shall provide anti -cavitation characteristics suitable for applications where a large controlled pressure drop is desired. 7. The flexible, non -wicking, FDA approved diaphragm shall consist of nylon fabric bonded with synthetic rubber compatible with the operating fluid. The center hole for the main valve stem must be sealed by the vulcanized process or a rubber grommet sealing the center stem hole from the operating pressure. The diaphragm must withstand a Mullins Burst Test of a minimum of 600 psi per layer of nylon fabric and shall be cycle tested 100,000 times to insure longevity. The diaphragm shall be fully supported in the valve body and cover by machined surfaces which support no less than one-half of the total surface area of the diaphragm in either the fully open or fully closed position. 8. The valve seat in eight inch and larger size valves shall be retained by flat head machine screws for ease of maintenance. The seat shall be of the solid, one-piece design and shall have a minimum of a five 160-10049-000 15074-3 Pump Station Valves degree taper on the seating surface for positive drip -tight shut-off. Pressed -in bearings and/or multi -piece seats shall not be permitted. 9. To insure proper alignment of the valve stem, the valve body and cover shall be machined with a locating lip. No "pinned" covers to the valve body shall be permitted. All necessary repairs and/or modifications other than replacement of the main valve body shall be possible without removing the valve from the pipeline. 10. The valve manufacturer shall warrant the valve to be free of defects in material and workmanship for a period of three years from the date of shipment, provided the valve is installed and used in accordance with all applicable instructions. C. Application. 1. Inlet/Outlet Pressures: 60 psi / 7 psi 2. Flow Rate: 8,175 gpm 3. Pipe Diameter: 24-inches 4. Function: Pressure Reducing. PART3-EXECUTION 3.1 INSTALLATION Installation of miscellaneous valves shall be as recommended by manufacturer. Valves shall be positioned as shown on drawings. _ 3.2 UNDERGROUND VALVE INSTALLATION A. Each valve which is installed in direct contact with earth backfill shall be provided with a valve box of such type and design that surface Ioads, impact and shock will not be transmitted through the box to the valve. B. Valves and valve boxes shall be set plumb. Each valve box shall be placed directly over the valve it serves, with the top of the box brought flush with the finished grade. After being placed in proper position, earth shall be filled in around each valve box and thoroughly tamped for a distance on each side of the box of 4 feet at the top of the pipe and 2 feet measured at the top of the trench. C. Each valve shall be inspected before installation to ensure that all foreign substances have been removed from within the valve body, and shall be opened and closed to see that all parts are in first-class working condition. Geared valves shall be inspected to see that the gears are properly lubricated. 3.3 SHOP PAINTING A. Unfinished interior surfaces of all valves shall be painted or coated for water service in conformity with the standard practice of the manufacturer. All unfinished exterior surfaces of the valves, operators and accessories which are not exposed in manholes, buried or submerged shall be thoroughly cleaned and prime coated with primer compatible with the proposed coating system. Finish coats of paint will be applied after installation of the valves. B. All exterior surfaces of valves which are exposed in manholes, buried or submerged, and their extension stems and accessories shall be thoroughly cleaned and coated. 160-10049-000 15074-4 Pump Station Valves END OF SECTION r 160-10044-000 15074-5 Pump Station Valves 2.5 PLASTIC TAPE PIPE MARKERS Flexible, vinyl film tape with pressure -sensitive adhesive backing and printed markings. 2.6 UNDERGROUND PLASTIC PIPE MARKERS Bright colored, continuously printed plastic ribbon tape of not less than 6 inches 1150} wide by 4 mil {0.10) thick, manufactured for direct burial service. PART3-EXECUTION 3.1 INSTALLATION A. Plastic Nameplates. Install with corrosive -resistant mechanical fasteners or adhesive. Apply with sufficient adhesive to ensure permanent adhesion and seal with clear lacquer. B. Plastic or Metal Tags. Install with corrosive -resistant chain. C. Plastic Pipe Markers. Install in accordance with manufacturer's instructions. D. Plastic Tape Pipe Markers. Install complete around pipe in accordance with manufacturer's instructions. E. Underground Plastic Pipe Markers. Install 6 to 8 inches {150 to 200} below finished grade, directly above buried pipe. F. Equipment. Identify exhaust fans, supply fans, and control panels (and major control components outside panel), with plastic nameplates. Identify thermostats and sensors with plastic self adhering labels black letters with a white background minimum.'/" high all cap letters typical of Brother P-Touch or approved equivalent. G. Controls. Identify control panels and major control components outside panels with plastic nameplates. H. Valves. Identify valves in main and branch piping with tags. I. Piping. Identify piping, concealed or exposed, with plastic pipe markers or plastic tape pipe markers. Tags may be used on small diameter piping. Identify service, flow direction and pressure. Install in clear view and align with axis of piping. Locate identification not to exceed 20 feet {6000} on straight runs including risers and drops, adjacent to each valve and "T", at each side of penetration of structure or enclosure, and at each obstruction. END OF SECTION 0 160-10049-000 15075-2 Mechanical Identification Southwest Pump Station City of Lubbock SECTION 15080 INSULATION - GENERAL PART1-GENERAL 1.1 SUMMARY General requirements for insulation. These requirements apply to all other Mechanical Division sections specifying insulation. 1.2 RELATED WORK A. Internal insulation for air units is specified in the sections on air handling units. The units do not require external insulation. B. Mechanical Identification. Section 15075. 1.3 FIRE HAZARD RATING All duct and piping insulation used on the project must have a flame spread rating not exceeding 25 and a smoke developed rating not exceeding 50 as determined by test procedures ASTM E 84, NFPA 255 and UL 723. These ratings must be as tested on the composite of insulation, jacket or facing, and adhesive. Components such as =adhesives, mastics and cements must meet the same individual ratings as the minimum requirements. =1.4 QUALITY ASSURANCE "Applicator shall be a company specializing in insulation application with minimum 5 years' experience. 1.5 SUBMITTALS A. Product Data. Submit product data on each insulation type, adhesive and finish to be used in the work. Include manufacturer's installation instructions, list of materials and thickness for equipment scheduled. PART2-PRODUCTS 2.1 MANUFACTURERS Acceptable manufacturers are listed under individual specification sections. PART3-EXECUTION 3.1 INSULATION A. Insulate valves, fittings, flanges and special items to the full thickness required for corresponding piping. B. Replace insulation damaged by either moisture or other means. Insulation which has been wet, whether dried or not, is considered damaged. Make repairs where condensation is caused by improper installation of insulation. Also repair any damage caused by the condensation. 160-10049-000 15080-1 insulation - General 3.2 ACCESSORIES Installation of accessories such as jacketing, bands, adhesives, insulation shields, coatings, finishes, etc., are specified under individual specification sections. END OF SECTION 160-10049-000 15080-2 Insulation - General Southwest Pump Station City of Lubbock SECTION 15082 LOW TEMPERATURE PIPING INSULATION PART1-GENERAL 0118051� Provide low temperature piping insulation. Applications including refrigerant piping, domestic cold water, horizontal roof drain piping and related drain bodies, condensate drains, and horizontal portions of waste lines above grade which receive condensate from air handling units or evaporators. 1.2 RELATED WORK A. Insulation - General. Section 15080. C. Micro -lox. D. Owens -Coming. 2.2 FIBERGLASS INSULATION A. Material. Use fiberglass insulation, 0.23 maximum K factor at 75°F mean, water vapor permeance 0.02 perm -inch maximum, with factory -applied, all service reinforced vapor barrier jacket having integral laminated aluminum vapor barrier, self-sealing laps and butt strips. Provide molded or mitered covers for flanges, valves and fittings. B. Thickness. Piping Thickness (Inches) 1mml Refrigerant Suction Piping 1-1/2 (38) Condensate Drains and Roof Drain Lines 1/2 { 13 ) Domestic Cold Water Piping (as noted on drawings) 1 1251 B. At Contractor's option, factory -made insulation by either "Koolphen" or "Trymer 2000" may be provided. Installation shall be per manufacturer's standard procedures in its entirety and shall meet this section as well. C. At Contractor's option AP/Armaflex that meets NFPA 90A and 90B requirements may be used on condensate and refrigerant piping. 360-10049-000 15082-1 Low Temperature Piping Insulation 2.3 JOINTS A. Screwed. Make screwed joints using machine -cut USASI taper pipe threads. Apply a suitable joint compound to the male threads only. Ream the pipe to full inside diameter after cutting. All-tbread nipples are not Permitted. B. Dissimilar Metals. Make joints between copper and steel pipe and equipment using dielectric insulating unions such as Crane Company No. 1259; EPCO as manufactured by EPCO Sales, inc.; or an approved substitution. C. Solder Joints. 1. Prior to making joints, cut pipe square and ream to full diameter. Clean exterior of pipe and socket. Apply a thin coat of suitable fluxing compound to both pipe and socket, and fit parts together immediately. 2. Heat assembled joint only as required to cause the solder to flow. Run the joint full, slightly beaded on the outside, and wipe to remove excess solder. 3. Use silver brazing alloy or Sil-Fos on refrigerant piping and on underground piping. Use 95.5 solder on all other nonpotable water piping. For potable water piping, use lead-free solder. 4. Joints in copper drainage tube shall be soldered using acceptable fittings. Surface to be soldered shall be cleaned bright. The joints shall be properly fluxed and made with solder. Joints shall be made with 50-50 tin -lead, 95-5 tin -antimony solder, Stay-Brite Solder by J. W. Harris Company, Inc., or cadmium -free brazing. D. _ Welded. Welded joints shall be welded as set forth in the Standard Manual of Pipe Welding of the Heating, Piping and Air Conditioning Contractors Association. Make welded joints as recommended by the standards of the American Welding Society. Ensure complete penetration of deposited metal with base metal. Provide filler metal suitable for use with base metal. Keep inside of fittings free from globules of weld metal. Do not use mitered joints. E. Flanged. I. Prior to installation of bolts, accurately center and align flanged joints to prevent mechanical prestressing of flanges, pipe and equipment. Align bolt holes to straddle the vertical, horizontal or north - south centerline. Do not exceed 3/64 inch per foot inclination of the flange face from true alignment. 2. Use flat -face companion flanges only with flat -faced fittings, valves or equipment. Otherwise, use raised -face flanges. 3. Install proper gaskets, suitable for intended service and factory cut to proper dimensions. Secure with a suitable gasket cement. 4. Use ANSI nuts and bolts, galvanized or black to match flange material. Use ANSI 316 stainless steel nuts and bolts underground outdoors or in wet locations. Tighten bolts progressively to prevent unbalanced stress. Draw bolts tight to ensure proper seating of gaskets. 5. Use carbon steel flanges conforming to ANSI B16.5 with materials conforming to ASTM A 105, Grade II or ASTM A 108, Grade R. Use slip-on type flanges on pipe only. Use welding neck type flanges on all fittings. Weld slip-on flanges inside and outside. 6. Keep flange covers on equipment and shop -fabricated piping until ready to install in system. F. No Hub. Joints in cast iron soil pipe and fittings without hubs shall be made using a mechanical compression -type coupling consisting of a neoprene collar, stainless steel band with transverse corrugations and two corrosion -resisting steel clamps with corrosion -resisting steel set screws, all assembled to provide seal. Install according to manufacturer's recommendations, using recommended tools. 160-10049-000 15105-2 Pipe and Pipe Fittings - General G. Mechanical Joints. Provide a stuffing box type mechanical joint adapted to use gasket, cast iron land and P g g bolts. Coat bolts with bitumastic enamel. Use joint parts similar in design to one of the following or approved substitution. 1. Doublex Simplex Joint manufactured by the American Cast Iron Pipe Company, Birmingham, Alabama. 2. U.S. Joints manufactured by the United States Pipe and Foundry Company, Burlington, New Jersey. 3. Boltite Joint manufactured by the McWane Cast Iron Pipe Company, Birmingham!, Alabama. 4. Flexklamp manufactured by the National Cast Iron Pipe Company, Birmingham, Alabama. H. Compression Joints for Cast Iron Water Pipe. Use Beltite, Tyton or Grip-Tite compression joints. Install in accordance with the manufacturer's recommendations and with ASTM C 443. Use only with pipe and fittings designed for compression gaskets. Provide adequate concrete thrust blocks at changes of direction, as recommended by manufacturer. I. Bell and Spigot. Pack joint with dry oakum. Run the joint full with molten lead in one continuous pour. Use not less than 12 ounces of lead for each inch of pipe diameter. At Contractor's option, use double seal, neoprene compression joints. J. Ring-Tite Joints. Fumish j oints for installation according to manufacturer's recommendations. Provide adequate concrete thrust blocks at changes in direction, as reconunended by manufacturer. X. Plastic. 1. With Schedule 80 or heavier, use threaded joints. Provide sharp, clean pipe dies and Teflon thread tape. Make joints in strict accordance with manufacturer's recommendation. 2. With Schedule 40 or lighter, use solvent cement method in strict accordance with manufacturer's recommendations. 3. Joints in ABS or PVC DWV plastic pipe shah be made with fittings either solvent welded or fusion welded connections, insert fitting and metal clamps and screw of corrosion -resistant material, or threaded joints according to accepted standards. L. Victaulic Joints. Make joint with victaulic Style 77 coupling fitted with a molded synthetic rubber gasket y per ASTM D 2000. Before assembling couplings, lightly coat pipe ends and outside of gaskets with cup grease or liquid vegetable soap to facilitate installation. Groove pipe to manufacturer's specifications. M. Ball Joints. Where shown, provide flexible ball joints, made of carbon steel. Ball joints must have 15 degrees of angular flexibility. Use welded or flanged ends, as required. Furnish with I IN gaskets. 2.4 BRANCH CONNECTIONS A. For Pipe 2 Inches and Smaller. For threaded piping, use straight reducing tee. When branch is smaller than header, a nipple and reducing coupling or swaged nipple may be used. B. For 2-1/2 Inches Through 36 Inches. For welding piping, when branch size is the same as header size, use welding tee. Use Weldolet when branch is smaller than header. For threaded branch connections, use 3000-pound full coupling welded to header. 2.5 GASKETS A. High Temperature Piping. Provide 1/1 6-inch-thick ring Graph -Lock gaskets of flexible graphite with 316 stainless steel Tanged core in the center, such as Garlock No. 3125TC or approved substitution. 160-10049-000 15105-3 Pipe and Pipe Fittings - General i' i B. Other Piping(Chilled, Hot and Domestic Water QW)Provide 1/1 6-inch-thick ring gaskets of synthetic fiber, Garlock Style 3400 or approved substitution. 2.6 FLOOR AND CEILING PLATES Provide escutcheons on all exposed pipes passing through floors, walls, floors and ceiling. Material shall be chrome plated steel. Flange size shall be as necessary to cover penetrating openings. Plate size shall be as necessary to fit pipe or insulation and securely lock in place. Manufacturer/model shall be by Engineered Brass Company, Type CF, or approved substitution. 2.7 PIPE SUPPORTS Provide standard Unistrut metal framing members and appurtenances for pipe support where shown. Mult-A-Frame and Power -Strut pipe support systems also are acceptable. Hot -dip galvanize all such members and appurtenances. 2.8 PIPE SLEEVES Sleeves below grades in outside walls are detailed on drawings. Provide Thunderline Link -Seal with cadmium - plated nuts and bolts, with cast iron pressure plate. 2.9 PIPE GUIDES Provide ADSCO Model H pipe alignment guides for uninsulated pipe or for insulated hot lines. Provide RS or RC spider as indicated or required. Use ADSCO Model El for cold insulated lines. Provide ADSCO or approved substitution 2.10 FIRESTOPPING Voids between sleeves or core -drilled holes and pipe passing through fire rated assemblies shall be firestopped to meet the requirements of ASTM E 814, in accordance with Section 07840, Firestopping. Contractors shall provide proper sizing when providing sleeves or core -drilled holes to accommodate their through -penetrating items. PART3-EXECUTION, 3.1 PREPARATION A. Ream pipe and tube ends to remove burrs. B. Remove scale and dirt on inside and outside before assembly. 3.2 PIPE FABRICATION AND INSTALLATION A. Make piping layout and installation in the most advantageous manner possible with respect to headroom, valve access, opening and equipment clearance, and clearance for other work. Give particular attention to piping in the vicinity of equipment. Preserve the maximum access to various equipment parts for maintenance. B. Do not cut or weaken any structural member. C. Cut all pipes accurately to measurement determined at the site. After cutting pipe, ream it to remove burrs. D. Install piping neatly, free from unnecessary traps and pockets. Work into place without springing or forcing. Use fittings to make all changes in direction. Field bending and mitering are prohibited. Make all connections to equipment using flanged joints or unions. Make reducing connections with reducing fittings only. 160-10049-000 15105-4 Pipe and Pipe Fittings - General i 3.3 WELDING A. Weld and fabricate piping in accordance with ANSI Standard B31.1, latest edition, Code for Pressure Piping by using a metallic arc welding process. Machine beveling in shop is preferred. Field beveling may be done by flame cutting to recognized standards. Conform to the current recommendations of the American Welding Society for all welding operations. - B. Align piping, fittings and equipment so that no part is offset more than 1/16 inch. Set all fittings and joints square and true, and preserve alignment during welding operation. Use of alignment rods inside pipe is prohibited. C. Do not permit any weld to project within the pipe in excess of 1/16 inch so as to restrict it Tack welds, if used, must be of the same material and made by the same procedure as the completed weld. Otherwise, remove tack welds during welding operation. D. Do not split, bend, flatten or otherwise damage piping before, during or after installation. E. Remove dirt, scale and other foreign matter from inside piping before tying in sections, fittings, valves or equipment. F. Nondestructive examination of welds will be conducted at Owner's direction using radiography. Acceptable welds will not display any imperfections as. indicated in Table 136.41 of Power Piping Code B31.1-1986. .3A OFFSETS AND FITTINGS A. Because of the small scale of drawings, the indication of all offsets and fittings is not possible. Carefully investigate the structural and finish conditions affecting the work and take such steps as may, be required to meet such conditions. B. Install all piping close to walls, ceilings and columns so piping will occupy the minimum space. Provide proper space for covering and removal of pipe, special clearances, and for offsets and fittings. 3.5 SECURING AND SUPPORTING A. Support piping adequately to maintain line and grade, with due provision for expansion and contraction. Use hangers as scheduled below, properly connected to structural members of the building. All hangers and supports shall be in accordance with the American Standard Code for Pressure Piping, ANSI B-31. Pipe Size 1/2" to 1-1/2" 2" to 4" and Cold Pipe Sizes 6" and Larger Hot Pipe Sizes 6" and Larger Multiple or Trapeze Hangers Hanger Type Adjustable Swivel Split Ring (Malleable Iron) Carbon Steel Adjustable Clevis Adjustable Steel Yoke, Cast Iron Roll, Double Hanger Steel Channels with Welded Spacers and Hanger Rods; Cast Iron Roll and Stand for Hot Pipe Sizes 6 Inches and Larger B. Use copper hangers with copper pipe. As an alternate, tape copper pipe at all points contacting steel hangers, structural members or sleeves. Use a dual wrap of polyvinyl tape. 1 160-10049-000 15105-5 Pipe and Pipe Fittings - General C. Place hangers not more than 6 feet apart on 1/2-inch to 1-1/4-inch pipes, 10 feet apart on 1-1/2-inch to 6- inch pipes, and 14 feet on larger pipes. Place hangers not more than 6 feet apart for all sizes of polyvinyl chloride pipe, not more than 5 feet on bell -and -spigot (adjacent to each joint), and not more than 4 feet apart on no -hub piping (adjacent to each joint). PIace a hanger within 12 inches of each horizontal elbow. D. Support vertical risers with steel strap pipe clamps of approved design and size, properly supported at every floor. Support piping assemblies in chases adequately enough to be rigid and self-supporting before the chase is closed. Provide adequate structural support for piping penetrating chase walls to fixtures. E. Support piping from walls with welded steel bracket and wrought steel clamp. For hot pipes, furnish adjustable steel yoke and cast-iron rollers. F. Where insulation occurs, design hangers to protect insulation from damage. Pipe saddles and insulation shields, where required, are specified in the appropriate insulation section. G. Perforated bar hangers, straps, wires or chains are not permitted. Plastic support brackets as manufactured by P & M Company may be used in accordance with the manufacturer's recommendations. 3.6 ANCHORS Provide anchors as indicated or required. All anchors shall be in accordance with the American Standard Code for ' Pressure Piping, ANSI B-31. Use pipe anchors consisting of heavy steel collars with lugs and bolts for clamping to pipe and attaching anchor braces. Install anchor braces in the most effective manner to secure desired results. Do not install supports, anchors or similar devices where they will damage construction during installation or because of _ 1 the weight or the expansion of the pipe. 3.7 PIPE SLEEVES A. Fit all pipes passing through masonry and concrete construction above grade with sleeves of 20- or 22-gauge galvanized steel pipe. Size sleeve for minimum clearance between pipe or insulation and sleeve. Use ; galvanized or black steel pipe for passing through fire -rated enclosures. B. Extend each sleeve through the floor or wall. Cut the sleeve flush with each surface, except that in exposed locations, extend floor sleeves 3 inches above finished floor line. ; C. Caulk all sleeves water and airtight. Seal annular space between pipes and sleeves with fir estopping compound. J 3.8 PIPE GUIDES A. Guide expansion joints with two guides on the side opposite the anchor. B. Guide pipe installed and supported by Unistrut supports using a duplicate set of pipe rolls on the top of the pipe. C. Guide piping in vertical chases at a maximum guide spacing of 15 feet. D. All guides shall be in accordance with the American Standard Code for Pressure Piping, ANSI B-31. 3.9 ISOLATION VALVES Provide piping systems with line size shutoff valves located at the risers, at main branch connections to mains for all equipment, and at other locations as indicated and required. 160-10049-000 15105-6 Pipe and Pipe Fittings - General 3.10 DRAIN VALVES Install drain valves at all low points of water piping systems so that these systems can be entirely drained. install a 2-inch drain for 2-inch pipes and larger. Install aline size drain valve for pipes smaller than 2 inches. - 3.11 CLEANING OF PIPING SYSTEMS A. Clean piping systems thoroughly. Purge pipe of construction debris and contamination before placing the systems in service. Provide whatever temporary connections are required for cleaning, purging and circulating. B. Install temporary strainers in front of pumps, tanks, water still, solenoid valves, control valves, and other equipment where permanent strainers are not indicated. Keep these strainers in service until the equipment has been tested, then remove either entire strainer or straining element only. Fit strainers with a line size blowoff valve. C. Circulate a chemical cleaner in chilled, heating and condensing water as well as steam and condensate piping systems to remove mill scale, grease, oil and silt. Circulate Betz Entec 323 detergent with Betz Entec 234 anti -foam compound. Circulate for 48 hours, flush system and replace with clean water. Dispose of chemical solution in accordance with local codes. The chilled and heating water system should then be treated with Betz Entec 338, nitride borate, 350 ppm as nitride with MBP inhibitor. D. Special cleaning requirements, if any, are specified in the sections on each type of piping. 3 12'- ; COATING AND WRAPPING Double wrap underground steel piping with two spiral wrappings of fiberglass wrapper with three coats of coal -tar enamel applied before, between and after wrappings. Finish with a spiral wrap of 60-pound kraft paper wrapper. 3.12 COATING AND WRAPPING Coat;and wrap underground steel piping with high -density polyethylene wrapper not less than 25 mils thick, adhered with not less than 10 mils adhesive thickness, such as Standard X-Tru-Coat. Extend coating and wrapping minimum of 6 inches above finish grade. 3.12 COATING AND WRAPPING Coat and wrap underground steel piping with anti -corrosion tape made from hydrocarbon impregnated and coated nylon, Denso Products or approved substitution. Apply according to manufacturer's instructions. 3.13 CONNECTIONS TO EQUIPMENT FURNISHED BY OTHERS Provide service connections to items of kitchen and laboratory furniture and equipment furnished by others. Drawings for kitchen and laboratory equipment are included in bidding documents. Detailed shop drawings of equipment will be furnished indicating the exact number and location of rough -in points. Such final shop drawings may indicate adjustments in total number and exact location of rough -in points, and in equipment dimensions. Making adjustments to field conditions is considered a part of the work required. A. Roughing -In. When roughing -in, extend service piping to various items of equipment. Temporarily terminate at proper points as indicated on detailed equipment shop drawings or as directed. Do not use contract drawings accompanying these specifications for rough -in locations but only for pipe sizing and general routing. B. Final Connections. Kitchen equipment will include all special items such as supply fittings, sink strainers, tailpieces, gas regulators, steam traps, and strainers. Laboratory furniture will include all service fixtures such as valves and cocks, valve and cock bases, sinks, cup sinks, sink and trough plugs, tailpieces, traps, and similar or associate furniture apparatus, set in place. Provide all standard items such as pipe, fittings, adapters, insulation, and 1" 160-10049-000 15105-7 Pipe and Pipe Fittings - General other plumbing materials required to connect from rough -in locations to service fixtures and associated apparatus, including necessary stop valves and P-traps. C. Stop Valves. Provide stop valves for each service at rough -in locations, except for drains. Stop valve locations are subject to approval, and in all cases must be accessible from the same room in which the furniture or equipment is located. - D. ; Reagent Rack Manifolds. Horizontal pipe manifolds in open -type reagent racks will be provided as part of the furniture. Include pipe nipples, tees, end caps and related parts ready for connection of service piping. Make up joints hand -tight only. Disassemble manifolds and reassemble making permanent joints. Insulate steam manifolds and chilled water manifolds using 1-inch-thick insulation. -' END OF SECTION i t} �s a ,.1 16040049-000 15105-8 COLOR CODE SCHEDULE Code Piping System Legend or Tag Color Color No. Fed. Std. No. 595 Fl Fire Mains Fire Red 11105 Dl Oxygen Liner Oxygen Orange 12246 D2 Sodium Hypochlorite Sodium Hypochlorite Yellow 13655 D3 Raw Polymer Raw Polymer Pink 11158 D4 Diluted Polymer Polymer Purple 17142 D5 Natural Gas Gas Yellow 13655 D6 Heating Water Supply HWS Pink 11158 D7 Heating Water Return HWR Pink 11158 D8 Domestic Hot Water Supply DOM-HWS Lt. Pink 11668 D9 Domestic Hot Water Return DOM-HWR Lt. Pink 11668 Sl Potable Water Potable Water Blue 15102 S2 Nonpotable Water Nonpotable Water White 17875 S3 Instrument Air Instrument Air Green 14187 S4 Plant Air Plant Air Dk. Green 14110 S5 Raw Sewage Raw Sewage Gray 16473 S6 Grit Grit Dk. Gray 16187 S7 Cyclone Return Cyclone Return Gray 16473 S8 Classifier Return Classifier Return Gray 16473 S9 Heavy Solids Heavy Solids Dk. Brown 10080 S 10 Return Sludge Return Sludge Brown 10091 Sl 1 Waste Sludge Waste Sludge Yellow Brown 10266 S12 Scum Scum Lt. Brown 10324 S13 Chilled Water Supply CWS Blue -Green 14325 S14 Chilled Water Return CWR Blue -Green 14325 S15 Condensing Water Supply COND-WS Lt. Green 14533 S16 Condensing Water Return COND-WR Lt. Green 14533 S17 Deionized Water DW Lt. Blue 15526 S18 Vacuum V White 17875 S 19 Sump Liner Sump Return Dk. Brown 10080 S20 I Reseed Line Reseed Line Brown 10091 160-10049-000 15105-9 Pipe and Pipe Fittings - General number of area that the valve services. This schedule shall be furnished on reproducible drafting paper or film suitable for reproduction on an Ozand machine. The size of drafting paper shall be approved by the Owner. 2.5 STRAINERS Unless specified or shown otherwise, provide strainers ahead of tanks, traps, pumps, solenoid and control valves and other equipment indicated on drawings. Furnish "Y" or "T" pattern strainers. Arrange cap for easy removal of screen and provide with opening for blowout. Provide strainer with blowout nipple and plug valve of same size as blowout connection, and pipe to nearest floor or hub drain. 2.6 WATER SYSTEM AIR VENTS Use Clark No. 045V venting traps at high points and at any other air pockets of closed circulating pipe systems. Extend 1/2-inch discharge drains to nearest floor or hub drain, or air handling unit condensate drain pan. Place a gate valve between air vent and piping system. PART3-EXECUTION 3.1 INSTALLATION A. Install valves and stops in accessible locations; provide where shown or as required to make systems complete and readily maintained B. Provide valves at each piece of equipment to provide for isolation of the equipment from its connected system. END OF SECTION 160-10049-000 15110-2 Valves, Strainers and Vents - General I Southwest Pump Station City of Lubbock SECTION 15120 GAUGES AND FLOW METERS PART1-GENERAL 1.1 SUBMITTALS A. Submit manufacturer's data on gauges including: materials, gauge size, range, accuracy and valve manufacturer. B. Submit manufacturer's data on the venturi flow elements including: materials, physical size, accuracy and repeatability. PART2-PRODUCTS 2.1 PRESSURE GAUGES A. Application. Provide pressure gauges where shown. Provide Ashcroft or approved substitution, 3-1/2-inch gauges with 2-1/2 percent accuracy. 1. Provide 0-30 psi gauges for Pump Suction service. 2. Provide 0-100 psi gauges for Pump Discharge service. B. Valves. For all gauges, provide Jenkins 750, Crane 362E, Stockham B-66, or Powell 120. 2.2 FLOW ELEMENTS (METERS) A. Furnish and install venturi flow elements of the Hershel/Classical design differential pressure type as manufactured by Preso Meters Corporation or equal. Elements shall be complete with bar stock valved connections for piping to flow transmitter. B. Provide a brass identification tag on the chain giving the pipe size, venturi series and meter reading at the specified flow rate. C. The construction material, instrument connections and instrument valves shall be selected to meet the intended service conditions. All flow elements shall have flanged ends. D. The accuracy of the flow element shall be within +/- 1.0% with a repeatability of +/- 0.1 % and turndown of 10:1 uncalibrated in the corresponding and appropriate range of Reynolds' Numbers. PART3-EXECUTION Not used. END OF SECTION 160-10049-000 15120-1 Gauges and Flow Meters No Text Southwest Pump Station City of Lubbock SECTION 15130 HORIZONTAL SPLIT -CASE PUMPS PART I -GENERAL 1.1 PUMP SELECTION A. Select pumps conservatively for scheduled conditions. Furnish pumps which have reasonably high efficiencies, with peak efficiency at or near rated conditions. B. If the pumps proposed are not considered suitable, submit manufacturer's data on other pumps, for review. 1.2 PUMP SIZE AND TYPE Provide motor -driven pumps of the type and speed scheduled. Select pumps that are not overloaded throughout the entire range of pump operation. Provide pump connection sizes as shown on drawings. 1.3 SUBMITTALS A. Product Data. Submit product data for review; include the following: 1. Manufacturer of pump, size, speed, type and weight. 2. Manufacturer of electric motor and guaranteed efficiency at pump rated conditions, full load amperage draw of motor and motor service factor. 3. Guaranteed performance curves (manufacturer's standard certified test data) for each pump, including head curve, horsepower curve, efficiency curve and NPSH required curve. Curves shall indicate recommended minimum flow rate, maximum attainable flow rate at rated pump speed, brake horsepower at rated conditions, and maximum horsepower over entire pump performance curve, including shutoff. 4. Guaranteed pump efficiency at rated conditions. 5. Recommended spare parts for 1 year's normal maintenance with prices, delivery and location of stock (local or factory). B. Shop Drawings. Complete drawings, details and specifications for the pumps and their accessories and appurtenances shall be submitted for review; include the following: 1. Certified dimensioned outline drawings for pumping units and motors with shipping weights and unit weight. 2. Cross -sectional drawing with detailed parts list for pumps and motors. 3. Control panel outline dimensions, including layout of cover -mounted equipment. 4. Control panel wiring diagram with written description of operation. C. Testing and Final Submittals. b 1. Factory performance tests, in accordance with the standards of the Hydraulic Institute, shall be required. Six copies of certified factory performance test curves and a copy of the actual test data shall be submitted prior to shipment, including head, capacity, brake horsepower and pump efficiency characteristics for each pump supplied. 2. The following data shall be submitted upon shipment of pumps and motors: a. Installation, operation, maintenance and lubrication manuals. 160-10049-000 15130-I Horizontal Split — Case Pumps b. Complete bill of materials to include factory part numbers, or drawing numbers, which would indicate interchangeability, materials of construction, and the number of parts used in one unit. C. Facsimile or rub -off of nameplate on pumps and motors. Pump nameplate shall include impeller size or number. 1.4 QUALITY ASSURANCE A. A factory -trained service engineer employed by the pump manufacturer shall advise the installing contractor in the installation and start-up of the pumping units. Upon completion of the physical installation of the unit, the manufacturer shall submit in writing to the Owner's representative a letter stating that the unit has been properly installed and is acceptable for operation. The pump manufacturer's service engineer shall include in his bid one working day to advise the Owner's operator of operation and maintenance of the pumping units and controls. B. Supply of Equipment. All of the equipment called for under this section of the specifications shall be supplied by the pump manufacturer. This includes the motors, control panel and liquid level controls, portable lifting devices, and access doors. The supplier shall, in addition to the Contractor, assume the responsibility for the proper functioning of the equipment. C. Parts and Service. The supplier shall satisfy the Architect(Engineer that he maintains the following within the Lubbock area: 1. A store or branch storing a representative supply of parts for the equipment specified, and provisions for securing parts within a reasonable length of time. 2. A shop staffed with qualified factory -trained service personnel. 3. Pickup and delivery trucks for parts or pumps. 1.5 NOISE AND VIBRATION A. Select equipment to operate with minimum of noise and vibration. If, in the opinion of the Engineer, objectionable noise or vibration is produced or transmitted to or through building structure by equipment, piping ducts, or other parts of work, rectify such conditions without change in the contract sum B. If equipment is judged by the Engineer to produce objectionable noise or vibration, the Contractor, at his expense, must demonstrate that the equipment performs within limits set forth on the vibration chart at the end of this section. 1.6 EXTENDED WARRANTY The pump manufacturer shall warrant the units being supplied to the Owner against defects in workmanship and material for a period of 5 years under normal use, operation and service. The warranty shall be in printed form and apply to all similar units. PART2-PRODUCTS 2.1 MANUFACTURERS Goulds, Aurora, or approved substitution. 2.2 CENTRIFUGAL PUMPS A. General. Pump shall be a single stage, double suction design. Pumps and/or coatings shall be NSF-61 certified. 160-10049-000 15130-2 Horizontal Split — Case Pumps B. Casing. The pump casing halves shall be of the inline piping design and shall be constructed of Class 30 cast iron having a minimum tensile strength of 30,000 psi, and shall be of sufficient thickness to withstand stresses and strains at full operating pressures. Casings shall be subject to a hydrostatic pressure test at 150% of the specified duty point. Bearing housing and supports, suction and discharge flanges shall be integrally cast with the lower half of the casing. Removal of the upper half of the casing must allow the rotating element to be removed without disconnecting the suction and discharge flanges. The upper casing is to be dowel aligned to the lower casing. Drain openings must be provided in the bearing arms for removal of lubricating liquid. C. Feller. Impeller shall be of the enclosed double suction type and shall be of made of 316 stainless steel. Impeller shall be dynamically balanced and securely fastened to the shaft by key and screw locked shaft sleeves. The vanes shall be designed to reduce noise. D. Wearing Rings. Pump shall be equipped with easily renewable 316 stainless steel casing rings (impeller rings) so designed that hydraulic pressure will seat them against a shoulder in the pump case around the full periphery of the wearing ring. The wear rings shall be locked in place by doweling to prevent rotation. E. Shaft. The pump shaft shall be made of high grade SAE 1045 Steel or equal, accurately machined to give a true running rotating element. The shaft shall be protected from wear by 316 stainless steel shaft sleeves which are key locked and threaded so that the sleeves tighten with the rotation of the shaft. Duna o-rings shall be provided between the impeller hub and the shaft sleeves to prevent pumped liquid from corroding the shaft. F. Bearing. The rotating elements shall be mounted in heavy duty grease lubricated ball bearings and shall be equipped with water stingers on side next to pump glands. Bearing housings shall be so designed to flush Iubricate through and provide continuous cleaning of bearing surfaces and maximum protection against overheating. The pump shall be supplied with a single row inboard bearing primarily for radial loads and a double row outboard bearing primarily for thrust loads. Both bearing shall be regreasable lubrication ball type, designed for 250,000 hours average life. Each bearing shall be mounted in a machined housing that is moisture and dust proof. The housing shall have registered fits to assure alignment, pinned to prevent rotation, and bolted to the bearing arms. Each housing shall be supplied with grease fitting and plugged relief port G. `" Mechanical Seals. Mechanical seal boxes shall be placed on both sides of the pump centerline to seal the pump shaft. Each pump is to be furnished with mechanical seals with all metal parts to be 303 stainless steel with "Buna-N" elastomers, Ni-Resist seat, and carbon washer. A bypass line shall be provided for the upper seal between the seal faces and the discharge flange to assure adequate venting of the seal chamber and to provide lubrication. All pumps shall be provided with cored passages in the parting flange of the pump to provide additional circulation to both seals. The mechanical seal boxes shall be equipped with heavy, cast, one piece "O" ring sealed glands. G. Couplings. Provide a flexible mechanical coupling rated for the full rated horsepower of the driving motor at motor speed. H. Base Plates. Mount the pump assembly and the motor on a common cast iron base fabricated and arranged to ensure rigid and true alignment of pump and motor shafts. Furnish base plate with drip pan having tapped drain opening. Motors. Refer to Section 16222 "AC Electric Motors — 200 HP and Below" for specifications related to the motors. 2.3 PUMP PERFORMANCE A. Head losses through the pump are not included in the total pumping heads. Pumping heads and other terms shall be as defined in the Standards of the Hydraulic Institute. 160-10049-000 15130-3 Horizontal Split — Case Pumps 3.2 INSTALLATION A. Grade. Give horizontal pipe a grade of 1/4 inch per foot where possible, but not less than 1/8 inch per foot, unless otherwise shown. B. Offsets and Fittings. 1. Use reduction fittings to connect two pipes of different diameter. 2. Change directions by appropriate use of 45-degree wyes; long -sweep quarter -bends, and sixth-, eighth-, and sixteenth bends. Sanitary tees may be used on vertical stacks. Use long sweeps at the base of risers. 3. Provide a separate trap at each fixture, unless a trap is built into the fixture. Provide a deep seal trap at each floor drain and hub drain. Place traps so that the discharge from any fixture will pass through only one trap before reaching a building drain. C. Vent Piping. 1. Make vent connections to vent stacks with inverted wye fittings. Extend full-size vents through the roof to at least 6 inches above the roof. 2. Provide flashing as recommended by roofing material manufacturer and/or detailed by Architect/Engineer. D. Hub Drains. Install hub drains where indicated, with the top of the hub 1/2 inch above the finished floor, unless otherwise indicated on the drawings. E. Cleanouts. Install cleanouts the same size as the soil waste lines in which the cleanouts are placed; however, no cleanout should be larger than 4 inches in diameter. I . Where cleanouts occur in pipe chases, bring the cleanouts through the walls and install covers. Where cleanouts occur in floor slabs, set flush. Covers are specified in the section on Drains, Hydrants and Cleanouts. 2. Provide cleanouts where soil lines change direction, every 100 feet on long runs, at the end of each continuous waste line, and at the base of each riser. F. Floor Drains. Locate floor drains 1/2 inch below finish floor elevation unless shown otherwise. 3.3 TESTING A. Below Floors. Test pipe before backfilling and connecting to sewers by maintaining not less than 10 feet of hydrostatic head for 4 hours without a leak. B. System Test. After all the various sections of soil, waste and vent piping are installed, but before fixtures are connected, test the system by plugging all outlets and filling vertical sections with water to maintain not less than 10 feet of hydrostatic head for 4 hours without any drop in water level, for all sections of piping. Provide wyes as required to facilitate plugging. END OF SECTION 160-10049-000 15150-2 Sanitary Waste and Vent Piping a: Southwest Pump Station City of Lubbock SECTION 15187 REFRIGERANT PIPING AND APPURTENANCES PART1-GENERAL 1.1 RELATED WORK A. Low Temperature Piping_ Insulation. Section 15082. B. Pipe and Pipe Fittings. Section 15105. C. Valves, Strainers and Vents. Section 15110. PART2-PRODUCTS 2.1 PIPE AND FITTINGS _A. Refrigerant Piping. 1. Furnish ACR, nitrogen charged, refrigerant piping of Type L, hard -drawn temper copper tubing, for refrigeration use (per ASTM B 640.88), with sweat -type, wrought copper fittings brazed with minimum 15 percent silver solder. Use long sweep elbows. Cast fittings are not permitted. 2. Precharged Piping. Furnish copper tube, Type L, annealed, with "quick connect' fittings matched to units. B. All flare joints must be clean and made up tight without any pipe joint compound. Tubing should be flared using tools specifically designed for the purpose. All flanged joints to be made up with gaskets lightly coated with oil. All nonferrous slip joints to be polished clean before assembly, then brazed. For copper -to -brass or bronze joints, use brazing material per ASTM B 260, Class BAG-2 (Easy -Flo 35, typical). For copper -to -copper joints, use brazing material per ASTM B 260, Class B CUP-5 (Sil-Fos, typical). 2.2 SERVICE VALVES A. Provide angle or globe service valves, with sweat connections. Use packed -type valves with gasketed seal cap and back seat feature. Valves must be wrench operated. Furnish valves especially designed for refrigerant service, in conformance with the ARI code. B. Place service valves at the inlet and outlet of each compressor, on both sides of each strainer and solenoid valve, and as otherwise shown and specified. C. Furnish valves manufactured by Henry, Mueller Brass or approved substitution. 2.3 FILTER DRYER Provide replaceable filter/dryers for liquid and suction line installation as shown on drawings. Provide isolation valves as recommended by manufacturer. Provide units manufactured by Sporlan, Parker or approved substitution. 160-10049-000 15187-1 Refrigerant Piping and Appurtenances PART3-EXECUTION 3.1 PRESSURE TEST After all refrigeration equipment and piping are installed, charge the system with the proper refrigerant and dry nitrogen to 150 psig minimum, 200 psig maximum, or `bond dry CO2" to the test specified in ANSI B9.1. A. Test all joints with a Halide torch or an electronic leak detector. B. Repair all leaks and retest each system until proved absolutely tight. 3.2 EVACUATION AND DRYING After refrigerant system has been pressure -tested, connect a rotary -style vacuum pump capable of pulling a vacuum of 100 microns or below, and evacuate piping system, including all lines and equipment. A. Operate the system for the equivalent of 8 hours at full load, with refrigerant passing through the driers. Check oil levels frequently and add oil whenever required. Use only refrigerant oil in sealed cans furnished by the compressor manufacturer. B. An authorized representative of the (condensing unit) (compressor) manufacturer shall witness the entire testing, evacuation and charging operation to see that it fully complies with the procedures recommended by the manufacturer. END OF SECTION 160-10049-000 15187-2 Refrigerant Piping and Appurtenances Southwest Pump Station City of Lubbock SECTION 15410 PLUMBING FIXTURES AND FIXTURE CARRIERS PART1-GENERAL 1.1 RELATED WORK A. Domestic Water Piping Systems. Section 15140. B. Sanitary Waste and Vent Piping. Section 15150. C. Drains. Hydrants and Cleanouts. Section 15442. 1.2 JOB REQUIREMENTS A. Furnish plumbing fixtures shown or specified with all necessary trimming. Provide faucets, fittings, supply stops and similar devices of one manufacturer. All porcelain enameled cast iron shall be acid resistant. B. All applicable fixtures, faucets and valves shall comply with minimum water conservation performance requirements of Texas Senate Bill 587. C. All applicable faucets- shall comply with ANSI/NSF 61. D. All applicable fixtures designated "wheelchair" and associated items shall conform to Texas Accessibility Standards (TAS). - PART2-PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Plumbing Fixtures. American Standard, Toto, Kohler, Crane, Eljer. B. Faucets. Symmons, Chicago, American Standard, Elkay. C. Drinking Fountains. Halsey Taylor, Elkay, Sunroc. D. Stainless Steel Sinks. Elkay, Just. E. Shower Stalls. Best Bath Systems. F. Emergency Fixtures. Bradley, Encon, Acorn. G. Drains, Carriers. Zurn, Smith, Wade, Mifab. 160-10049-000 15410-1 Plumbing Fixtures and Fixture Carriers 2.2 WATER CLOSETS A. Floor -Mounted Water Closets, Tank Type Wheelchair (WC-1). 1. Fixture. American Standard "CADET' No. 2998.012 Aquameter, 1.6-gallon flush siphon jet elongated bowl with close -coupled tank. Provide a floor -mounted bowl,16-1/2 inches rim height and made of vitreous china. 2. Seat. Equip with Church No. 290TL white, solid plastic, open -front seat and cover. 3. Supply. McGuire No. 169LK toilet supply pipe, wheel handle and escutcheon, all chrome finished. 2.3 LAVATORIES A. Wall -Hung Lavatories, Wheelchair (L-1). 1. Fixtures. American Standard "LUCERNE" No. 0356.015-M wall -hung lavatory with backsplash. Modify to comply with ADA requirements. Provide a fixture measuring 20 inches wide and 18 inches deep, made of vitreous china and drilled for concealed arms. Provide faucet holes on 8-inch centers, front overflow and soap depressions. 2. Trim. American Standard No. 4802.352H "HERITAGE" lavatory faucet with ceramic disc valves, on 8-inch centers, brass cross handles, with rigid connection 1/2-inch inlets, aerator and grid drain with 1-1/4-inch tailpiece, all with chrome finish. Provide 2.2 gpm flow control device. 3. Supplies. McGuire No. 2165LK lavatory supply and escutcheon, with 3/8-inch by 12-inch flexible tube riser and loose key control angle stop, all with chrome finish. 4. Traps. McGuire No. 8872, 1-1/4-inch adjustable cast brass P-trap, with 17-gauge tubular brass wall bend, cleanout plug, wall escutcheon, and chrome finish. 5. Insulation Kit. TRUEBRO Model No. 101 or Brocar No. C500R, fully molded Handi Lav-Guard insulation kit including interlocking trap assembly, hot water angle valve assembly and factory -supplied fasteners. 2.4 MOP SINKS (MS -I) A. Fixture. Fiat No. TSB-200, 24-inch by 24-inch by 12-inch deep, precast terrazzo mop sink with removable, chrome -plated brass strainer plate and anodized aluminum threshold guard with vinyl insert on exposed sides. B. SWIV. American Standard No. 8344.11 I "HERITAGE" wall -mounted service sink faucet with Aquaseal valve. Provide 1/2-inch union couplings, bucket hook, hose spout end, vacuum breaker, top wall brace, 4-arm color index handles and stops in shanks, with chrome finish. Supply 4 feet of rubber hose. Mount at 30 inches A.F.F. 2.5 FIXTURE CARRIERS A. Lavatory Carriers. For high -back lavatories, provide Smith Series 700 concealed chair carrier with concealed arms or approved substitution. 2.6 AIR CHAMBERS Provide field -fabricated 18-inch-long air chambers at all flush valve fixtures and as shown on drawings. Provide the air chambers of the same size and material as the connecting pipe. 160-10049-000 15410-2 Plumbing Fixtures and Fixture Carriers PART3-EXECUTION Make rough -in and final connection of all service to fixtures. END Or SECTION 160-10049-000 15410-3 Plumbing Fixtures and Fixture Carriers PART1-GENERAL 1.1 RELATED WORK - A. Domestic Water Piping Systems. Section 15140. B. Sanitary Waste and Vent Piping. Section 15150. PART2-PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. J. R. Smith. B. Zum. C. Josam. D. Wade. 2.2 DRAINS A. Floor Drains (FD-1). Jay R. Smith 2010-AP, cast iron floor drain with flashing collar, seepage flange, and 6-inch diameter nickel -bronze strainer grate with square holes. Provide trap primer connection. B. Floor Drain (FD-2). Jay R. Smith 2120, cast iron floor drain with flashing flange and 8-inch diameter cast iron tractor 3/4-grate. 2.3 HYDRANTS A. Hose Bibb (HB-1). Nibco Faucet No. 63CL or 763CL brass hose bib with wall flange and Watts No. 8A vacuum breaker. Install at 24 inches AFF unless otherwise noted. B. Warm Climate Wall Hydrant (WH-1). Jay R. Smith 5609-QT-SAP, 3/4-inch wall hydrant with bronze casing, loose key, integral vacuum breaker and nickel -plated face. Use straight or elbow inlet as required. Install at 24 inches AFF unless otherwise noted. 2.4 TRAP PRIMER (TP-1) Precision Plumbing "Prime -Rite" trap primer complete with ball check valve and 1/2-inch NPT inlet and outlet. Provide distribution unit as required. Provide minimum 12" x 18" metal access panel in wall, located to assure adequate access for trap primer maintenance. 160-10049-000 15442-1 Drains, Hydrants and Cleanouts 2.5 CLEANOUTS A. Location. Provide drainage lines with properly specified cleanouts. Locate cleanouts in runs not more than 90 feet on centers or as required by local authority having jurisdiction. Provide cleanouts at the base of each soil or waste stack and wherever necessary to make accessible all parts of the drainage soil or waste systems, whether or not indicated on drawings. Extend cleanouts within chases to near wall and provide wall access cover compatible with wall construction. Provide cleanouts of required size, with flashing flange where installed with membrane waterproofing- B. Finished Floors and Concrete Floors (FCO-I). Jay R. Smith 4020, duracoated, adjustable, cast iron cleanout with lead seal and round, scoriated nickel -bronze top and frame, with clamping collar. C. Finished and Unfinished Walls. Jay R. Smith 4430, duracoated, cast iron cleanout with lead seal and 8" x 8" nickel -bronze access frame and cover. D. Exposed Piping. Jay R. Smith 4400, duracoated, cast iron calk ferrule and cast iron lead seal. E. Outside Area (FCO-2). Jay R. Smith 4220, duracoated, cast iron cleanout with lead seal, adjustable housing, and heavy-duty tractor -type cover with vandal -proof screws, cast flush in a 16" x 16" x 6" thick concrete pad in nonsurfaced areas. PART3-EXECUTION Install in accordance with manufacturer's printed recommendations and as shown on the drawings. END OF SECTION 0 160-10049-000 15442-2 Drains, Hydrants and Cleanouts Southwest Pump Station City of Lubbock SECTION 15484 DOMESTIC WATER HEATERS, ELECTRIC STORAGE TANK PART1-GENERAL 1.1 RELATED WORK A. Domestic Water Piping Systems. Section 15140. 1.2 SUBMITTALS . - Submit certification that water beater is listed by the Underwriters' Laboratories as a circulating tank water heater and automatic storage water heater for outlet water temperature of 140 F. PART2-PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. A. O. Smith. B. State. C. PVI. D. Rheem-Ruud. 2.2 ELECTRIC WATER HEATERS A. Water heaters must have the storage capacity and gallons per hour recovery at 100 F rise as scheduled on drawings. B. Construct the tank with a 150 psi rated working pressure. For the tank lining, use a fluorinated hydrocarbon, epoxy or phenolic, factory applied, three coats. Equip tank with extruded high density magnesium anode. C. Insulate the water heater with factory -applied fiberglass and trim with a heavy -gage, enameled steel jacket to meet the thermal efficiencies of ASHRAE 90A-1980. D. Provide 120-volt control circuit powered by fused transformer, immersion temperature control adjustable through a range of 60 to 180 degrees and manual reset high temperature cutoff. Include a temperature limiting device with automatic reset and an ASME-rated pressure and temperature relief valve. 2.3 COMPRESSION TANKS A. Description. Steel, pressure -rated tank constructed with welded joints and factory -installed, butyl -rubber diaphragm Include air precharge to minimum system -operating pressure at tank. 160-10049-000 15484-1 Domestic Water Heaters, Electric Storage Tank 1. Manufacturers. a. Smith, A.O.; Aqua -Air Div. b. State Industries, Inc. C. Taco, Inc. d. Watts Regulator Co. as scheduled. 2. Construction. a. Tappings. Factory -fabricated steel, welded to tank before testing and labeling. b. Interior Finish. Comply with NSF 61 barrier materials for potable -water tank linings, including extending finish into and through tank fittings and outlets. C. Air -Charging Valve. Factory installed. 3. Capacity and Characteristics. a. Working -Pressure Rating. 150 psi. b. Capacity Acceptable. As scheduled. C. Air Precharge Pressure. 45 psi. PART -EXECUTION 3.1 INSTALLATION A. Install a line size gate valve in the cold and hot water supply close to each heater. B. Provide approved dielectric couplings at all cold water and hot water connections to storage tank, and at pressure and temperature relief valve connection. C. Install according to manufacturer's printed recommendations and pipe as shown on drawings. END OF SECTION 160-10049-000 15484-2 Domestic Water Heaters, Electric Storage Tank Southwest Pump Station City of Lubbock SECTION 15670 AIR-COOLED CONDENSING UNIT PARTI-GENERAL 1.1 SUMMARY Provide air-cooled condensing units complete with casing, compressor, condenser coil, condenser fan and controls required for a split air conditioning system. 1.2 RELATED WORK A. Equipment Bases and Supports. Section 15060. B. Vibration Isolation. Section 15070. C. Pipe and Pipe Fittings Section 15105. D. Refrigerant PipLmg and Ap purtenances. Section 15187. E. Fan Coil Units. Section 15768. 1.3 QUALITY ASSURANCE A. Conform to requirements of UL and applicable codes. B. Test and rate cooling system to ARI Standard 210, latest edition. 1.4 PERFORMANCE Provide performance as scheduled on drawings, and head pressure control to enable unit to operate in low temperatures. 1.5 EXTENDED WARRANTY Provide 5-year warranty coverage for (total package)(compressor). PART2-PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Trane. B. Carrier. C. York. 160-10049-000 15670-1 Air -Cooled Condensing Unit 2.2 CONDENSING UNITS Provide self-contained, packaged, factory assembled and prewired units suitable for outdoor use consisting of cabinet, compressors, condensing coil and fans, integral subcooling coil, controls, liquid receiver, wind deflector and screens. A. Materials. Use corrosion -resistant materials for parts in contact with refrigerant. B. Cabinet. Galvanized steel with baked enamel finish, and removable access doors or panels with quick fasteners. C. Compressor. Provide hermetically sealed,1750 rpm, resiliently mounted compressor with positive lubrication, crankcase heater, cylinder unloaders for capacity modulation, motor overload protection, service valves and filter drier. D. Condenser. 1. Coil. Seamless copper tubing with aluminum fins. 2. Fans. Vertical discharge, direct drive, statically and dynamically balanced propeller fans, resiliently mounted with guard and motor. 3. Motors. Permanently lubricated ball bearing motors with built-in current and overload protection. E. Controls. Provide safety and operating controls factory wired and mounted in a separate enclosure. Include high and low pressure switches and compressor motor overload devices. Furnish a time delay device to prevent short cycling. Employ a control transformer, a pressure relief device and suction and discharge valves with service connections. PART3-EXECUTION 3.1 INSTALLATION A. Complete structural, mechanical and electrical connections in accordance with manufacturer's installation instructions. B. Charge with refrigerant and oil. C. Provide all low voltage control wires as required. 3.2 ADJUSTING A. Provide initial charge of refrigerant and oil for each refrigeration system. Replace losses of oil or refrigerant prior to end of correction period. B. Charge system with refrigerant and test entire system for leaks after completion of installation. Repair leaks, put system into operation, and test equipment performance. C. Shut down system if initial start-up and testing takes place in winter and machines are to remain inoperative. Repeat start-up and testing operation at beginning of first cooling season. D. Provide cooling season start-up and winter season shutdown for first year of operation. END OF SECTION 160-10049-000 15670-2 Air -Cooled Condensing Unit I I z. Southwest Pump Station City of Lubbock �5 SECTION 15768 FAN COIL UNITS PART1-GENERAL 1.1 SUMMARY Provide horizontal fan coil units (FCU) for overhead installation. 1.2 RELATED WORK A. Equipment Bases and Supports. Section 15060. B. Mechanical Identification. Section 15075. C. Insulation. Section 15080. D. Low Temperature Piping Insulation. Section 15082. E. Hi h Temperature Piping Insulation. Section 15084. F. Sequence of Operation. Section 15940. PART2-PRODUCTS 2.1 ASSEMBLY A. Provide a unit of horizontal design for overhead installation. B. Provide units complete with coils, motors and drives. C. Furnish minimum 18-gauge steel insulated cabinets which are corrosion -resistant treated before final finish is added. D. Make provision for duct connections at each end of the fan coil unit. 2.2 MOTORS A. Provide motors of the permanent, split capacitor type wired for multiple speeds. B. Control the motors with easily accessible, multispeed switches located within the fan coil unit housing. C. Provide built-in thermal overload protection. 2.4 DRAIN PAN Provide insulated IAQ drain pan, pitched toward the drain connection. Provide primary with drain connections. 160-10049-000 15768-1 Fan Coil Units 2.5 FILTERS Provide 2" pleated replicable filters. Provide 2 more replacement filters per unit at completion of project. PART3-EXECUTION Install unit per manufacturers recommendation. END OF SECTION 160-10049-000 15768-2 Southwest Pump Station City of Lubbock SECTION 15810 DUCTWORK PART1-GENERAL 1.1 SUMMARY Provide low -velocity and high -velocity ductwork, including duct construction and support. 1.2 RELATED WORK A. Insulation. Section 15080. B. External Insulation. Section 15089. C. Ductwork Accessories. Section 15820. D. Fans. Section 15830. E. Air Terminal Unit (VAV and CAV). Section 15840: F. Air Outlets and Inlets. Section 15850. G. Air System Testing.. Adjusting and Balancing. Section 15950. 1.3 WARRANTY Ductwork warranty shall cover workmanship, noise, chatter, whistling or vibration. Ductwork shall be free from pulsation under all conditions of operation. 1.4 CONTRACTOR COORDINATION Erect all ducts in the general locations shown on the drawing(s), but conform to all structural and finish conditions of the building. Before fabricating any ductwork, Contractor shall check the physical conditions at the job site and make all necessary changes in cross sections, offsets and similar items, whether they are specifically indicated on drawings or not. 1.5 STANDARDS AND CODES A. Except as otherwise indicated, sheet metal ductwork material and installation shall comply with the latest edition of SMACNA IIVAC Duct Construction Standards, metal and flexible in all pressure ranges. Fiberglass ductwork material and installation shall comply with the latest edition of SMACNA Fibrous Glass Duct Construction Standards. All air distribution devices (such as dampers) included in this specification shall comply with the latest applicable SMACNA manual. B. Construct ductwork and all air distribution devices to NFPA 90A, NFPA 90B and NFPA 96 standards. 1.6 DEFINITION A. Low Pressure. Less than 2 inches w.g. positive or negative static pressure and velocity less than 2500 fpm. 160-10049-000 15810-1 Ductwork 1.7 SUBMITTALS Submit ductwork product data. Indicate duct fittings, particulars such as gauges, sizes, weld and configuration prior to start of work for low, medium and high pressure and kitchen hood exhaust systems. PART2-PRODUCTS ✓WiUt!"g1j_ :_ • to) 130 c United McGill (for round and oval ducts only), or approved substitution. 2.2 DUCT MATERIAL A. General. Noncombustible or conforming to requirements for Class I air duct materials or UL 181. B. Steel Ducts. G-60 coated galvanized steel sheet (ASTM A 653-96-CS-TYPEA/A 924), lock -forming quality, having zinc coating of 1.25 ounces per square foot for each side in conformance with ASTM A 90. C. Aluminum Ducts. ANSI/ASTM B 209; aluminum sheet, alloy 3003-1114; aluminum connectors and bar stock, alloy 6061-T6 or of equivalent length. D. Flexible Ducts. Interlocking spiral of galvanized steel or aluminum construction, or fabric supported by helically wound spring steel wire or flat steel bands; rated to 6 inches w.g. positive and 1 inch w.g. negative for low pressure ducts, and 15 inches w.g. positive and 2 inches w.g. negative for medium -high pressure ducts. E. Insulated Flexible Ducts. Flexible duct wrapped with flexible glass fiber insulation, enclosed by seamless aluminum pigmented plastic vapor barrier jacket; maximum 0.23 K value at 75°F {0.034 ksi at 24°C). F. Fasteners. Rivets, bolts or sheet metal screws. G. Sealant. Nonhardening, water resistant, fire resistive, compatible with mating materials; liquid used alone or with tape, or heavy mastic, gasket. H. Hanger Rod. Galvanized steel, threaded at both ends. 2.3 DUCTWORK (LESS 2 INCHES STATIC PRESSURE) A. Fabricate and support in accordance with the latest edition of SMACNA HVAC Duct Construction Standards and ASHRAE handbooks, except as indicated. Provide duct material, gauges, reinforcing and sealing for minimum operating pressures indicated. Pressure between the terminal box and outlet shall be considered 2-inch static pressure. B. Size round ducts installed in place of rectangular ducts in accordance with ASHRAE Table of Equivalent Rectangular and Round Ducts. No variation of duct configuration or sizes permitted except by written permission. Pressure between terminal box and outlet shall be considered 2-inch static pressure. C. Insulated Flexible Duct. Provide factory -fabricated flexible duct (UL 181, Class 1) for connections between low pressure trunk ducts and supply air diffusers. Furnish flexible duct with an airtight inner liner, insulation and outer jacket. Construct the inner liner of corrosion -resistant coated steel helix and fabric substantially bonded together to prevent the duct from collapsing or kinking in short radius bends. Provide fiberglass insulation at least I inch thick (C=0.23) and 3/4-pound minimum density around the inner liner. Sheath the entire assembly with heavy, fire -retardant outer vapor barrier jacket of reinforced aluminum foil kraft. Maximum length of flexible duct is 6 feet, and hold in place with strap or clamp. Use a supply duct rated at a minimum positive working E 160-10049-000 15810-2 Ductwork pressure of 6 inches of water. Exhaust ducts must withstand a negative pressure of I inch of water. Provide duct listed by UL at flame spread rate of not over 25 and smoke developed rate of not over 50, and complying with NFPA Standard 90A. D. Construct tees, bends and elbows with radius of not less than 1-1/2 times the width of duct on centerline. Where not possible or where rectangular elbows are shown, provide double -wall, airfoil, galvanized sheet metal F turning vanes. The turning vanes shall be fabricated in accordance with SMACNA HVAC Duct Construction Standards. E. For round and oval duct, provide the elbows with a centerline radius of 1-1/2 times the duct diameter or duct width For round ducts, furnish smooth elbows or 5-piece, 90-degree elbows and 3-piece, 45-degree elbows. F. Increase duct sizes gradually, not exceeding 15 degrees divergence wherever possible. Divergence upstream of equipment shall not exceed 30 degrees; convergence downstream shall not exceed 45 degrees. G. At divided flow branches (split), provide volume damper at each branch duct. Also, where shown on the drawings. Also, at each return air and exhaust air branch duct. 2.4 SEAL OF SEAMS AND JOINTS The entire duct systems shall be sealed in accordance with Table 1-2, Standard Duct Sealing Requirements, in the latest -edition of SMACNA HVAC Duct Construction Standards. PART3-EXECUTION 3.1 INSTALLATION A. Construction Standards. Use construction methods which follow the requirements outlined in Article 1.5, as well as SMACNA Balancing and Adjusting publications, unless indicated otherwise in these specifications or accompanying drawings. B. Reinforcement. Reinforce ducts having one side equal to 25 inches or more in accordance with recommended construction practice of SMACNA. C. Plenum Construction. Construct plenum chambers of not less than No. 20 U.S. gauge metal reinforced with galvanized structural angles. D. Cross Breaking or Beading. Cross break or bead sheet metal for rigidity, except ducts which are 12 inches or less in the longest dimension. E. Wall Penetrations. Where ducts pass through walls in exposed areas, install suitable escutcheons made of sheet metal angles as closers. At all locations where ductwork passes through floors, provide watertight sleeves projecting 3 inches above finished floor and flush with bottom of floor slab. Fabricate sleeves of 1/8-inch-thick steel, galvanized after fabrication. Anchor into adjacent floor slab as required. Provide sleeves inside as well as outside chases. Support ducts where passing through floors with steel structural angles of adequate bearing surface, galvanized after fabrication and resting on top of the sleeve. F. Interior Painting. Interior painting of metal ductwork exposed to view through grilles, registers, and other openings is specified in Section 09910. Do not install grilles, registers, or similar items until painting is complete. G. Ductwork Openings. Provide openings in ductwork where required to accommodate thermometers and controllers. Provide pitot tube openings where required for testing of systems, complete with metal can with spring t 160-10049-000 15810-3 Ductwork device or screw to ensure against air leakage. Where openings are provided in insulated ductwork, install insulation material inside a.metal ring. H. Ductwork Location. Locate ducts with sufficient space around equipment to allow normal operating and maintenance activities. 3.2 DUCTWORK (LESS THAN 2 INCHES STATIC PRESSURE) A. Construction. Construct rectangular ducts in accordance with the SMACNA HVAC Duct Construction Standards Manual. Construct round ducts in accordance with the SMACNA HVAC Duct Construction Standards Manual. B. Controls. For control devices concealed by ceilings, fin -ring, or in other inaccessible locations, furnish extension rods and appropriate recessed -type Young regulators, mounted on the surface of the ceiling or the furring, unless specified, or shown otherwise. For ducts which are not concealed, or ducts which are above lay -in ceiling but accessible, provide heavy-duty, quadrant -type, adjustable regulators having wing nuts for locking in position. Saw - mark the ends of all operating rods for dampers and air control devices to indicate damper position. C. Obstruction. Install streamline deflectors at any point where dividing a sheet metal duct around piping or where other such obstruction is permitted. Where such obstructions occur in insulated ducts, fill space inside streamliner and around obstructions with glass fiber insulation. D. Insulated Flexible Duct. Do not exceed 6 feet in length with any flexible duct. Make end connections with 3M 900 mastic. Support duct independently of lights, ceiling and piping. E. Duct Supports. 1. Horizontal Ducts Up to 40 Inch. Support horizontal ducts up to and including 40 inches in their greater dimension by means of No. 18 U.S. gauge band iron hangers attached to the ducts by means of screws, rivets or clamps, and fastened to inserts with toggle bolts, beam clamps or other approved means at the bottom of ducts per SMACNA. Place supports on at least 8'--0" centers. Use clamps to fasten hangers to reinforcing on sealed ducts. 2. Horizontal Ducts Larger Than 40 Inch. Support horizontal ducts larger than 40 inches in their greatest dimension by means of hanger rods bolted to angle iron trapeze hangers. Use double nuts and lock washers on threaded rod supports. Place supports on at least 8'-0" centers according to the following: Angle Length An a Rod Diameter 4'-0" 1-1/2" x 1-1/2" x 1/8" 1/4" 6'--0" 1-1/2" x 1-1/2" x 1/8" 1/4" 8'-0" 2" x 2" x 1/8" 5/16" 10'-0" 3" x 3" x 1/8" 3/8" 3. Vertical Ducts. Support vertical ducts where they pass through the floor lines with 1-1/2" x 1-1/2" x 1/4" angles for ducts up to 60 inches. Above 60 inches, the angles must be increased in strength and sized on an individual basis considering space requirements. F. Test. After ducts are sealed (prior to insulation installation), ducts shall be tested at 3 inches static pressure. END OF SECTION -' 160-10049-000 15810-4 Ductwork Southwest Pump Station City of Lubbock SECTION 15820 DUCTWORK ACCESSORIES PART1 -GENERAL 1.1 SUMMARY A. Volume control dampers. B. Fire dampers. C. Combination fire and smoke dampers. D. Backdraft dampers. E. Flexible duct connection. F. Duct access doors. G. Duct test holes. 1.2 RELATED WORK A. Vibration Isolation. Section 15070. B. Section 15810. C. Controls. Section 15910. 1.3 SUBMITTALS A. Shop Drawings. Provide shop drawings for shop -fabricated assemblies indicated, including volume control dampers, duct access doors and duct test holes. B. Product Data. Provide product data for hardware used. PART2-PRODUCTS 2.1 MANUFACTURERS A. Fire Dampers. 1. Ruskin. 2. National Controlled Air. 3. Greenheck. B. Backdraft DMRers. 1. Ruskin. 160-10049-000 15820-1 Ductwork Accessories 2. American Warming & Ventilating. C. Flexible Duct Connections. 1. Thermaflex. -2. Flexmaster. 3. Clevaflex. D. Duct Access Doors. 1. Ruskin. 2. Flexmaster. 3. United McGill. 2.2 VOLUME CONTROL DAMPERS A. Furnish and install dampers where shown on the Drawings and wherever necessary for complete control of the air flow, including all supply, return and exhaust branches, "division" in main supply including after duct is split, return and exhaust ducts, each individual air supply outlet and fresh air ducts. Where access to dampers through a fixed suspended ceiling is necessary, the Contractor shall be responsible for the proper location of the access doors. B. Splitter dampers shall be fabricated of steel not lighter than 16 gauge. The leading edge of the damper shall be hemmed. Each splitter shall be a minimum of 12 inches long or 1-1/2 times the width of the smaller of the two branches it controls, whichever is greater. Dampers shall be carefully fitted, and shall be controlled by locking quadrants equal to Ventlok No. 555 on exposed uninsulated ductwork, No. 644 on exposed externally insulated ductwork and No. 677 (2-5/8 inch diameter) chromium plated cover plate for concealed ductwork not above lay -in accessible ceilings. Furnish and install end bearings for the damper rods on the end opposite the quadrant when No. 555 or No. 644 regulators are used, and on both ends when No. 677 regulators are used. C. On concealed ductwork above lay -in accessible ceilings use Ventlok No. 555 or No. 644 locking quadrant for splitter dampers. D. Dampers larger than 3 square feet in area shall be controlled by means of rods hinged near the leading edge of the damper with provisions for firmly anchoring the rod and with end bearings supporting the axle. E. Volume dampers shall be equal to those of American Foundry. Blades shall not exceed 48 inches in length or 12 inches in width and shall be of the opposed interlocking type. The blades shall be of not less than No. 16 gauge galvanized steel supported on 1/2-inch diameter rust -proofed axles. Axle bearings shall be the self- lubricating ferrule type. F. Install all dampers famished by the temperature control manufacturer in strict accordance with the manufacturer's recommendations and requirements of these Specifications. G. All adjustable dampers installed in externally insulated ductwork shall be installed with Ventlok No. 639, or accepted substitution, elevated dial operators. Insulation shall extend under the elevated dial. All adjustable dampers installed in internally insulated ductwork shall be installed with Ventlok No. 635, or accepted substitution, dial operators. All damper shaft penetrations in the ductwork shall be installed with Ventlok No. 609 end bearings. H. Except in round ductwork 12 inches and smaller, provide end bearings. On multiple blade dampers, provide oil -impregnated nylon or sintered bronze bearings. 1. Provide locking, indicating quadrant regulators on single- and multi -blade dampers. Where rod lengths exceed 30 inches, provide regulator at both ends. r'll 160-10049-000 15820-2 Ductwork Accessories 2.3 FIRE DAMPERS Furnish and install, where shown on the drawings or required by the Specifications, fire dampers meeting the following requirements: A. Each fire damper shall be constructed and tested in accordance with Underwriters Laboratories Safety Standard 555, 4th Edition. All dampers shall possess a 1-1/2 hour or 3-hour (as appropriate for the construction shown in the architectural drawings) protection rating,160°F or 165°F fusible link (UL 33), and shall bear a UL label in accordance with Underwriters' Laboratories labeling procedures. Fire dampers shall be constructed such that the damper frame material and the curtain material shall be 20-gauge galvanized steel. B. Fire dampers shall be curtain blade type and the damper shall be so constructed that the blades are out of the air stream to provide an approximately 95 percent free area of the duct in which the damper is housed. C. Fire dampers shall be equipped for vertical or horizontal installation as required by the locations shown in the drawings. Fire dampers shall be installed in wall and floor openings utilizing steel sleeves, angles and other material and practices required to provide an installation equivalent to that utilized by the manufacturer when the respective dampers were tested by Underwriters Laboratories. (Note: Prefco Model 5500 E6-M fire dampers do not require sleeves.) Mounting angles shall be a minimum of 1-1/2 inches by 1-1/2 inches by 14 gauge and bolted, tack welded or screwed to the sleeve at maximum spacings of 12 inches and with a minimum of two connections at all - sides. Mounting angles shall overlap at least equal to the gauge of the duct defined by the appropriate SMACNA Duct Construction Standard, latest edition, and as described in NFPA 90A. The entire assembly, following installation, shall be capable of withstanding 6-inch water gauge static pressure. D. The damper installation shall be in accordance with the damper manufacturer's instructions. E. All fire dampers shall be dynamic rated type and comply with the specification as written above. F. The Contractor shall completely caulk the damper into the sleeve if recommended by the damper manufacturer using manufacturer recommended material(s). 2.4 BACKDRAFT DAMPERS Gravity backdraft dampers, size 18 by 18 inches or smaller, furnished with air moving equipment, may be air moving equipment manufacturer's standard construction. 2.6 BACKDRAFT DAMPERS Fabricate multi -blade, parallel -action gravity balanced backdraft dampers of 16-gauge galvanized steel or extruded aluminum, with blades a maximum 6-inch width, with felt or flexible vinyl sealed edges, linked together in rattle - free manner with 90-degree stop, steel ball bearings, and plated steel pivot pin; adjustment device to permit setting for varying differential static pressure; Model BD2/Almanufactured by Ruskin. 2.7 FLEXIBLE DUCT CONNECTIONS A. Furnish and install where ducts connect to fans, including roof exhausters. B. Fabricate in accordance with SMACNA Low Pressure Duct Construction Standards and as indicated. C. UL listed fire -retardant neoprene -coated woven glass fiber fabric to NFPA 90A, minimurn density 20 ounces per square yard, approximately 2 inches wide, crimped into metal edging strip. D. Leaded vinyl sheet, minimum 0.55 inch thick, 0.87 pounds per square foot, 10 dB attenuation in 10 to 10,000 hertz range. I60-10049-000 15820-3 Ductwork Accessories 2.8 DUCT ACCESS DOORS A. Fabricate in accordance with SMACNA Low Pressure Duct Construction Standards and as indicated. B. Review locations prior to fabrication. C. Fabricate rigid and close -fitting doors of galvanized steel with sealing gaskets and quick -fastening locking devices. For insulated ductwork, install minimum 1-inch-thick insulation with sheet metal cover. D. Access doors smaller than 12 inches square may be secured with sash locks. E. Provide two hinges and two sash locks for sizes up to 18 inches square, three hinges and two compression latches with outside and inside handles for sizes up to 24 by 48 inches. Provide an additional hinge for larger sizes. F. Access doors with sheet metal screw fasteners are not acceptable. G. Provide access door for access to all fire dampers, mixed air plenums, upstream of coils, automatic dampers, etc. 2.9 DUCT TEST HOLES A. Cut or drill temporary test holes in ducts as required. Cap with neat patches, neoprene plugs, threaded plugs, or threaded or twist -on metal caps. B. Permanent test holes shall be factory fabricated, airtight flanged fittings with screw cap. Provide extended neck fittings to clear insulation. 2.10 SCREENS Furnish and install screens on all duct, fan, etc., openings furnished by this Contractor which lead to, or are, outdoors. Screens shall be No. 16 gauge, 1/2-inch mesh in removable galvanized steel frame. Provide safety screens meeting OSHA requirements for protection of maintenance personnel on all fan inlets and fan outlets to which no ductwork is connected. 2.11 GUY WIRE SYSTEM Provide 1/4-inch-diameter American Aircraft Steel Cable (plastic coated) with clip for vertical stack off utility fan on roof, with eyebolts for attachment to existing anchor system on roof. 2.12 CONICAL BELLMOUTH FITTINGS AND TAPS A. The conical belhnouth fitting shall be made from 26-gauge G-90 galvanized sheet metal. The construction shall be a fabricated two-piece fitting with a minimum overall length of 6 inches and shall be factory sealed for high pressure requirements. Average of loss coefficient for sizes 6, 8 and 10 shall be less than 0.055. B. Each to be provided with minimum 24-gauge damper plate with locking quadrant operator and sealed end bearings. Damper blade shall be securely attached to shaft to prevent damper from rotating around shaft. Shaft shall be extended to clear insulation. C. Provide a flange and gasket with adhesive peel -back paper for ease of application. The fitting shall be further secured by sheet metal screws spaced evenly at no more than 4 inches o.c. with a minimum of four screws per fitting. 160-10049-000 15820-4 Ductwork Accessories D. The conical bellmouth fitting shall be Series 3000G as manufactured by Flexmaster U.S.A., Inc.; Buckley. Air Products, Inc., "AIR -TITS"; or approved substitution. PART3-EXECUTION 3.1 INSTALLATION A. Install accessories in accordance with manufacturer's instructions. B. Provide fire dampers, combination fire and smoke dampers, and smoke dampers at locations indicated, where ducts and outlets pass through fire rated components, and where required by authorities having jurisdiction. Install with required perimeter mounting angles, sleeves, breakaway duct connections, corrosion -resistant springs, bearings, bushings and hinges. C. Demonstrate resetting of fire dampers to authorities having jurisdiction and Owner's representative. D. Provide backdraft dampers on exhaust fans or exhaust ducts nearest to outside and where indicated. E. Provide flexible connections immediately adjacent to equipment in ducts associated with fans and motorized equipment. Cover connections to medium and high pressure fans with leaded vinyl sheet, held in place with metal straps. F. Provide duct access doors for inspection and cleaning before and after filters, coils, fans and automatic dampers; at fire dampers; and elsewhere as indicated. Provide minimum 8 by 8 inch size for hand access, 18 by 18 inch size for shoulder access, and as indicated. For fire dampers, service openings shall be identified with letters no less than 2 inches in height to indicate the location of the fire protection device(s) within. G. Provide duct test holes where indicated and required for testing and balancing purposes. M. All fire dampers installed shall be tested per NFPA, Chapter 5 in its entirety. I. Access doors as specified elsewhere shall be provided to make all parts of the fire and combination fire and smoke damper accessible. Doors shall open not less than 90 degrees following installation and shall be insulated type where installed in insulated ducts. J. Contractor shall install each fire and combination fire and smoke damper square and true to the building. The installation shall not place pressure on the damper frame, but shall enclose the damper as required by UL555. K. After each fire damper and combination fire and smoke damper has been installed and sealed in their prescribed openings and prior to the installation of the ceilings, the Contractor shall, as directed by the Construction Inspector, activate part or all the dampers as required to verify "first-time" closure. Activation of the damper shall be accomplished by manually operating the resettable link, disconnecting the linkage at the fusible link of the fire damper, and manually operating the fire/smoke damper through the pneumatic or electronic controls as appropriate. Failure of the damper to close properly and smoothly on the first attempt will be cause to replace the entire damper assembly. Coordinate interlock requirements with the fire alarm system on the smoke damper system. END OF SECTION 1 160-10049-000 15820-5 Ductwork Accessories PART1-GENERAL 1.1 SUMMARY Provide fans, including centrifugal and propeller types, with all supplemental equipment. 1.2 RELATED WORK A. Vibration Isolation. Section 15070. B. Ductwork- Section 15810. C. Controls. Section 15910. D. Air Balance. Section 15950. 1.3 PERFORMANCE A. Provide fan type, arrangement, rotation, capacity, size, motor horsepower, and motor voltage as shown. Fan capacities and characteristics are scheduled on the drawings. B. Rate fans according to appropriate Air Moving and Conditioning Association, Inc. (AMCA), approved test codes and procedures. Supply fans with sound ratings below the maximums permitted by AMCA standards. All fans provided must be licensed to bear the Certified Ratings Seal. C. Statically and dynamically balance all fans. PART2-PRODUCTS 2.1 MANUFACTURERS A. Greenheck. B. Loren Cook. C. Or approved substitution. 2.2 PROTECTIVE COATINGS A. Manufacturer's Standard. Apply to all fans, motors and accessories, the manufacturer's standard prime coat and finish, except on aluminum surfaces or where special coatings are required. 2.3 SUPPLEMENTAL EQUIPMENT A. Motor Covers. Provide weatherproof motor covers for installations out of doors. Apply the same finish as used on the fan. 160-10049-000 15830-1 Fans B. Belt Drives. 1. Unless otherwise specified for belt -driven fans, equip the fan motors with variable pitch sheaves. Select the sheave size for the approximate midpoint of adjustment and to provide not less than 20 percent speed variation from full open to full closed. Size drives for 150 percent of rated horsepower. Key the fan sheave to the fan shaft. 2. Nonadjustable motor sheaves may be used for motor sizes over 15 horsepower, at the Contractor's option. However, if changing a nonadjustable sheave becomes necessary to produce the specified capacity, the change must be made at no additional cost. 3. Provide belt guards and apply the same finish as used for the fan. C. Relief Vents and Air Inlets. Provide vents and inlets with aluminum frames and 1/2-inch mesh, galvanized bird screens. Include dampers where shown. 2.4 WALL -MOUNTED SUPPLY OR EXHAUST FAN (DIRECT DRIVEN) Furnish direct -driven, propeller -type fans designed for mounting in the wall. Mount the fan wheel and motor on a square, flanged panel made of steel and formed with a venturi orifice. Finish the panel in baked enamel. Provide fans with a drive -side, galvanized wire guard and a standard -duty, automatic shutter. PART3-EXECUTION 3.1 INSTALLATION Install fans according to the manufacturer's written instructions and in the locations shown on the drawings. END OF SECTION t 160-10049-000 15830-2 Fans Southwest Pump Station City of Lubbock SECTION 15850 AIR OUTLETS AND INLETS PARTI-GENERAL 1.1 SUN04ARY A. Diffusers. B. Diffuser boots. C. Registers/grilles. D. Interior wall louvers. E. Roof hoods. F. Goosenecks. 1.2 RELATED WORK A. Painting. Section 09910 for painting of ductwork visible behind outlets and inlets. B. Ductwork. Section 15810. 1.3 REFERENCES A. ADC 1062 - Certification, Rating and Test Manual. B. ARI 650 - Air Outlets and inlets. 1.4 QUALITY ASSURANCE A. Test and rate performance of air outlets and inlets in accordance with ADC Equipment Test Code 1062 and ASHRAE 70. B. Test and rate performance of louvers in accordance with AMCA 500. 1.5 REGULATORY REQUIREMENTS Conform to ANSI/NFPA 90A. 1.6 SUBMITTALS A. Submit product data for items required for this project. B. Submit schedule of outlets and inlets indicating type, size, location, application and noise level. C. Review requirements of outlets and inlets as to size, finish and type of mounting prior to submitting product data and schedules of outlets and inlets. 160-10049-000 15850-1 r Air Outlets and Inlets 1.7 COOPERATION WITH OTHER TRADES Coordinate this work with work under Division 16 - Electrical to ensure that intended functions of lighting and air system are achieved. PART2-PRODUCTS fAMMEMY i1 UMM M"M A. Ceiling Diffusers. 1. Titus. 2. Metal-aire. 3. Anemostat. B. Wall Registers/Grilles. 1. Titus. 2. Metal-aire. 3. Anemostat. 2.2 ROUND CEILING DIFFUSERS A. Round, adjustable pattern, stamped or spun, multicore type diffuser to discharge air in 360-degree pattern, with sectorizing baffles where indicated. B. Project diffuser collar not more than I inch above ceiling face and connect to duct with duct ring. In plaster ceilings, provide plaster ring and ceiling plaque. C. Fabricate of steel with baked enamel, off-white finish. D. Diffuser to be mounted to the supply duct and supported by the supply duct. The supply duct connected to the diffuser shall be the same size as the neck of the diffuser. The length of the supply duct connected to the diffuser will be a minimum of 2" longer than the diameter of the duct and a maximum of 6" longer than the diameter of the duct. The round duct connected to the diffuser will be supported by the main rectangular duct. D. Diffuser damper to be located upstream of diffuser in supply that it is connected to. 2.3 WALL EXHAUST AND RETURN REGISTERS/GRILLES A. Streamlined blades, depth of which exceeds 3/4-inch spacing, with spring or other device to set blades face. B. Fabricate 1-1/4-inch margin frame with counter sunk screw mounting. C. Fabricate of steel with 20-gauge minimum frames and 22-gauge minimum blades, steel and aluminum with 20-gauge minimum frame, or aluminum extrusions, with factory baked enamel finish. D. Where not individually connected to exhaust fans, provide integral, gang -operated opposed blade dampers with removable key operator, operable from face. 160-10049-000 15850-2 Air Outlets and Inlets I PART3-EXECUTION 3.1 INSPECTION Do not install ceilings adjacent to fixtures until installation of fixtures, air supply assemblies, return -air blank -off strips and flexible duct have been properly approved. Remove and reinstall any part of the installation found incorrect. 3.2 INSTALLATION A. Install items in accordance with manufacturers' instructions. B. Check location of outlets and inlets and make necessary adjustments in position to conform with architectural features, symmetry and lighting arrangement. C. Install diffusers to ductwork with airtight connection. D. Provide balancing dampers on duct takeoff to diffusers, and grilles and registers, regardless of whether dampers are specified as part of the diffuser, or grille and register assembly. E. Paint ductwork visible behind air outlets and inlets matte black. F. Diffusers. Louvered diffuser outlets mount tight against the ceiling. Fasten outlets securely to ductwork with sheet metal screws. For perforated diffusers, attach the frame assembly by a concealed hinge assembly to an outer'ftame compatible with the type of ceiling on which the diffuser is installed. G. Light Fixture Air Supply Assemblies. Install air supply assemblies in accordance with installation instructions provided by the fixture manufacturer and with the following specifications. Securely attach air supply assemblies to the flexible air duct, then to the light fixture, in the approved, airtight manner. Allowable air leakage of the assembly from the flexible duct connection to the room side of the fixture is 2 percent of the total air required for theassembly. END OF SECTION 160-10049-000 15850-3 Air Outlets and Inlets Southwest Pump Station City of Lubbock t_ SECTION 15860 FILTERS PART1-GENERAL 1.1 SUMMARY Provide filters as required in other sections. 1.2 RELATED WORK A. Fan Coil Units. Section 15768. B. Ductwork. Section 15810. h' 1.3 QUALTIY ASSURANCE A. Filter media shall be ANSI/UL 900 listed, Class 1 or Class 2, as approved by local authorities. B. Provide all filters as product of one manufacturer. C. Assemble filter components to form filter banks from products of one manufacturer. 1.4 SUBMITTALS 1_... Submit shop drawings and product data. 1.5 EXTRA STOCK A. Provide 2 set(s) of disposable pleated panel filters. PART2-PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Camfil Farr. B. American Air Filter. C. Air Guard. 2.2 MEDIUM -EFFICIENCY ASHRAE PLEATED FILTERS A. Media. Air filters shall be medium -efficiency, pleated, disposable type. Each filter shall consist of a cotton and synthetic media, media support grid, and enclosing frame. The filter shall be listed and identified on the frame as Underwriters Laboratories Class 2. Filter shall have not less than 4.6 square feet of media per square foot of filter face area and not less than 15 pleats per linear foot of filter face area. A 96 percent open area media support grid of welded wire construction, coated with rust inhibitor shall be bonded to the air exiting side of the filter. The enclosing frame shall be of high wet -strength beverage board with diagonal support members bonded to the air 160-10049-000 15860-1 Filters entering and air exiting side of each pleat. The inside periphery of the enclosing frame shall be bonded to the filter pack B. Rating. Filters shall have an average efficiency of 25 to 30 percent, and an average arrestance of not less than 90 percent in accordance with ASHRAE Standard 52.1-1992. The minimum MERV when tested under ASHRAE 52.2 shall be no less than MERV 7. Initial resistance at 500 feet per minute approach velocity shall not exceed 0.30 inch w.g. PART3-EXECUTION 3.1 INSTALLATION A. Install air cleaning devices in accordance with manufacturer's written instructions. B. Prevent passage of unfiltered air around filters with felt, rubber or neoprene gaskets. C. Filter supports and retention elements shall be coordinated to provide a substantial, structurally sound, leakproof installation. D. Do not operate fan system until filters (temporary or permanent) are in place. Replace temporary filters used during construction. E. Install filter gauge static pressure tips upstream and downstream of filters. Mount filter gauges on outside of filter housing or filter plenum, in accessible position. Adjust and level. END OF SECTION 160-10049-000 15860-2 Filters Southwest Pump Station City of Lubbock SECTION 15910 CONTROLS PART1-GENERAL 1.1 SUMMARY A. Provide DDC controls for all heating ventilating and air conditioning equipment. (This section_ does not cover the main large pump controls.) The system shall include the following: 1. A system of direct digital control (DDC), using native the most current ASHRAE 135, BACnet protocol, with electronic sensing, electronic actuation and software -based control algorithms. 2. A fail-safe/operate-safe system that will operate to prevent equipment or system failure and maintain system operation upon a loss of the DDC system. 3. Control and interlock wiring. 4. Database generation and integration of software into the Operators Server. 5. Calibration, testing and acceptance.REFERENCE STANDARDS ASME MC85.1- Terminology for Automatic Control. NEMA-EMC1- Energy Management Systems Definitions. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum). NFPPA 70 - National Electrical Code. NFPA,90A - Installation of Air Conditioning and Ventilation Systems. ANSI/ASHRAE 135-1995 - BACnet. EN 61000-4, Sections 1-5. 1M; : 1�11► B. Upon completion of the work and acceptance by the Owner, the installing contractor shall provide installation and operating information to the operating personnel who have responsibility for the mechanical system. C. Controls Contractor shall also provide a minimum of 1 year of training support to personnel. Contractor shall include all training cost in the original proposal; the Owner Airport shall not incur any other training cost throughout the training period. Training is to include minimum of 40-hours on -site plant and mechanical room walk through as well as structured in-house classroom training classes at the Contractor's office. Subjects that are to be covered include front-end workstation navigation and operation, introductory and advanced user training, mechanical system overview, network layouts and communications, report and alarm generation and meaning, and overall system troubleshooting. These classes are to be offered upon job completion. D. The bidding and Contract Requirements and General Requirements apply to this work. E. Furnish and install all transformers thermostats, pressure, and flow sensors, relays, switches, wire, and conduit external to the HVAC equipment and control devices. 160-10049-000 __. 15910-1 Controls F. Furnish all controls as indicated on the drawings to provide a complete and worldng system. MANUFACTURER A. Manufacturers providing control systems and components that employ ANSI/ASHRAE-135, BACnet, as the native communication protocol for all digital communications, shall be acceptable, provided that their equipment and software are in compliance with this specification. Acceptable manufacturers are Automated Logic, Allerton, and Delta. PART2-PRODUCTS As Scheduled on the drawings. A. Temperature Transmitters. Temperature transmitters shall be designed for 4-20 mA. DC output for Platinum RTD millivolt input sensor (as specified in Paragraph 2.1 above). Accuracy shall be the same as specified for the temperature sensors. Stability shall be +/- 0.2% of calibrated span for 6 months. Transmitter shall be a part of the temperature sensor assembly and shall be in a moisture -proof housing with a moisture -proof sea] between the sensor and transmitter. Siemens Building Technologies, Minco, or Hy -Cal only: B. Pressure Transmitters. Transmitters for water pressure shall provide a 4-20 mA DC signal output directly proportional to pressure. Accuracy of +/- 0.5% of calibrated span. Span not over 200% of sensed pressure. Stability +/- 0.5% of upper range limit for 6 months. Stainless steel diaphragm, viton 0-rings. Temperature limits: - 20 degrees F to 220 degrees F. Rosemount, Setra, or Foxboro, only. C. Fan proof -of -flow switches shall be UL listed adjustable setpoint and differential pressure type. Switches shall be piped to fan discharge except where fans operate at less that one inch WG, they shall be piped across the fan. For fractional horsepower and non -ducted fans, relays or auxiliary contacts may be used. Maximum pressure rating shall be at least 10 inches WC. D. Air flow shall be the thermal dispersion type device equivalent to Model GTA116 Transmitter and GTA116-P probe shall have a +/- 2% accuracy, and maintain this accuracy at low velocities to be encountered and have an electronic 4 to 20 mA analog output to the DDC system. E. Flow switches shall be pacldess construction with all wetted parts made of brass and designed for mounting in pipe sensing wells. Device shall be capable of being mounted in pipe sensing wells 1" and larger. Paddle shall be provided with removable segments to accommodate required pipe size and flow. Switching action shall be single - pole, double -throw with a rating of 7.4 amps full load with 115 volts AC. 2.2 ELECTRONIC DAMPER ACTUATORS 0 Electronic damper actuators shall be equal to Siemens EA or SQ Series actuator. 2.3 AIR FLOW CONTROL DAMPERS A. The Temperature Control Contractor shall provide all control dampers of the type indicated on the plans. Frames shall not be less than 13-gauge galvanized steel. Blades must not be over 8 inches wide nor less that 16- gauge galvanized steel roll formed. Bearings shall be oilite, ball bearing or nylon with 1/2" shafts. Side seals shall be stainless steel of the tight -seal spring type. Dampers and seals shall be suitable for temperature ranges of -40 degrees F to 200 degrees F. 160-10049-000 15910-2 Controls B. All proportional (modulating) control dampers shall be opposed blade type and all two position dampers shall be parallel -blade types. C. Dampers shall be minimum leakage type to conserve energy and the manufacturer shall submit leakage and flow characteristic data for all control dampers with the temperature control submitted. Maximum leakage shall be 3% at static pressure of 3 inches of WC. D. Dampers for outside air service must be stainless steel construction in lieu of galvanized steel. PART3-EXECUTION 3.1 SEQUENCE OF OPERATION A. Refer to drawings for sequence of operations. END OF SECTION 160-10049-000 15910-3 Controls Southwest Pump Station City of Lubbock SECTION 15950 AIR AND WATER BALANCE PART1 -GENERAL 1.1 SUMMARY Provide final air and water balance after construction of the air and hydronics systems. 1.2 RELATED WORK A. Ductwork. Section 15810. B. Air Devices. Section 15820. C. Fans. Section 15830. 1.3 QUALITY ASSURANCE Air and water balance shall be performed by an independent balance agency with at least 3 years of pertinent experience and belonging to AABC or NEBB. Submit agency name for approval prior to work. 1.3 QUALITY ASSURANCE Air and water balance may be performed by a qualified independent air balance agency or by a qualified employee of the Contractor. Contractor's employee must have at least 3 years of pertinent experience. Submit qualifications of agency or employee for approval prior to work PART2-PRODUCTS Not used. PART3-EXECUTION 3.1 GENERALPROCEDURES A. Operating Tests. After all mechanical systems have been completed, and prior to air balance, subject each system to an operating test under design conditions to ensure proper sequence of operation in all operating modes. Make adjustment as required to ensure proper functioning of all systems. B. Certified Data. The Contractor shall provide certified data on fans, grilles, coils, filters and other equipment required for proper balancing of the system. C. Adjustment. Supervise or perform necessary adjustments to air flow dampers, fans, sheaves, extractors, splitters, and other controls as required to properly balance the system, to obtain quantities shown on drawings, ± 5 percent. 160-10049-000 15950-1 Air and Water Balance r D. Balancing. Follow balancing and testing procedures published by the Associated Air Balance Council or NEBB. E. Reports. Compile the test data on a report form, similar to Associated Air Balance Council or NEBB forms. Submit three copies to the Engineer for review. Include data on air volume at supply and return grilles and diffusers. Include exhaust air volume. F. Equipment. Instruments used shall be accurately calibrated and maintained in good working condition. Equipment shall be as listed by AABC or NEBB for this type of work. 3.2 AIR BALANCE A. General Reoui rements. 1. Do all work required for complete testing and adjusting of all HVAC systems. 2. Provide all instruments and equipment required to accomplish necessary testing, adjusting, and as required by the Engineer to verify performance. All instruments shall be in accurate calibration and shall be calibrated in ranges that will be expected. Instruments and equipment shall include, but not be limited to: a. Two mercury thermometers, to become property of Owner, for installation in thermometer wells. b. Two pressure gauges, to become property of Owner. C. An instantaneous reading air measuring device. d. —A sling psychrometer. 3. Prior to final observation, submit to the Owner a letter'certifying: a. That all balancing is complete. b. That all controls are calibrated and functioning properly. C. That all parts of the various systems are complete and ready to be turned over to the Owner for continuous operation. Submit with letter a report tabulating data required. B. Design Conditions. The HVAC systems have been designed to maintain the inside conditions indicated below when operating with the outside conditions stated. Install, test and adjust the systems so that they will produce the inside conditions for design; however, Contractor must be prepared to prove by suitable test that equipment is producing capacities scheduled. 1. Inside Electric Room Conditions. Summer: 75 F.D.B. 55% R.H. Winter: 75 F.D.B. 2. inside Pump Room Conditions. Summer: 15 Degrees F Above Outside Air Conditions Winter: Above Freezing (32 F.D.B.) 3. Outside Conditions. Summer: 97 F.D.B. 67 F.W.B. Winter: 30 F.D.B. 160-10049-000 15950-2 Air and Water Balance i C. Adjust all air system dampers and volume controllers to obtain proper air balance throughout the conditioned area. The air quantities shown on the drawings for individual outlets may be changed to obtain uniform temperature within each zone, but the total air quantity shown for each zone must be obtained. Maximum temperature variation within a zone to be 2 F. D. Adjust all blower drives to obtain proper total amounts of air on FCUs. Change drive if necessary to accomplish proper air flow, at no additional cost to the Owner. E. Calibrate, set and adjust all automatic temperature controls. Check proper amount of water to each piece of equipment. F. After balancing is complete and before calling for final observation, record, and submit for record, following data: 1. For each air unit, including make-up air unit: a. Suction and discharge static pressure, and total static. b. Fan rpm, measured by tachometer; verify rotation. C. Motor nameplate F.L.A., actual amps, voltage. d. Measured cfrn for total supply, return and outside air. e. Entering and leaving air temperature for each coil. 2. Each condensing unit: a. Ambient air temperature, condenser discharge temperature. b. Motor nameplate F.L.A., actual amps, voltage. C. Suction and discharge pressures, temperature. d. Verification that moisture indicator shows dry refrigerant. e. Settings of all operating and safety controls. 3. For each fan: a. Motor nameplate FLA, actual amps, voltage. b. Fan RPM. C. Measured CFM. 160-10049-000 END OF SECTION 15950-3 Air and Water Balance r- I ;' Southwest Pump Station City of Lubbock SECTION 16050 ELECTRICAL GENERAL PROVISIONS PART 1-GENERAL 1.1 SUMMARY Provide labor, materials and equipment required for complete and functioning electrical systems as required by the contract documents. A. New Work. The work includes, but is not limited to, the following principal systems and equipment: I. 480 volt distribution. 2. 208/120 volt distribution. 3. Empty raceway system for telephone system cables. 4. Low voltage motor control. 5. Panelboards. 6. Transformers. 7. Automatic transfer switches. 8. Lighting fixtures, poles, lamps and ballasts. 9. Packaged electric generating systems. 10. Lighting protection systems 1.2 APPLICABLE PROVISIONS A. Provisions Specified Elsewhere. Unless modified in this section, General and Supplementary General Conditions, applicable provisions of Division 1- General and other provisions of contract documents apply to work of Division 16 - Electrical. B. Application. Provisions of this section apply to every section of Division 16 - Electrical, except where specifically modified. 1.3 REFERENCE CODES AND STANDARDS Standards of the following organizations may be referenced in the specification. Unless noted otherwise, references are to standards or codes current at the time of bidding. A. Association of Edison Illuminating Companies (AEIC). B. American National Standards Institute (ANSI). C. Institute of Electrical and Electronics Engineers (IEEE). D. Insulated Cable Engineers Association (ICEA). E. National Electrical Code (NEC). F. National Electrical Contractors Association (NECA). G. National Electrical Manufacturers Association (NEMA). W 160-10049-000 16050-1 Electrical General Provisions H. National Electrical Safety Code (NESC). 1. National Electrical Testing Association (META). J. National Fire Protection Association (NFPA). K. Underwriters' Laboratories (UL). 1.4 REGULATIONS AND PERMITS A. Regulations. Work, materials and equipment must comply with the latest rules and regulations of the following: 1. National Electrical Code (NEC). 2. National Electrical Safety Code (NESC). 3. Occupational Safety and Health Act (OSHA). 4. Americans with Disabilities Act (ADA). 5. Local, state and federal codes, ordinances and regulations. B. Discrepancies. The drawings and specifications are intended to comply with listed codes, ordinances, regulations and standards. Where discrepancies occur, immediately notify the Owner's representative in writing and ask for an interpretation. Should installed materials or workmanship fail to comply, the Contractor is responsible for correcting the improper installation. Additionally, where sizes, capacities, or other such features are required in excess of minimum code or standards requirements, provide those specified or shown. C. Permits. Obtain certificates of inspection and other permits required as a part of the work. 1.5 CONTRACT DRAWINGS A. Intent. The intent of the drawings is to establish the types of systems and functions, but not to set forth each item essential to the functioning of the system. Electrical drawings are generally diagrammatic and show approximate location and extent of work. Install the work complete, including minor details necessary to perform the function indicated. In case of doubt as to work intended, or if amplification or clarification is needed, request instructions from the Owner's representative. B. Discrepancies. Review pertinent drawings and adjust the work to conditions shown. Where discrepancies occur between drawings, specifications, and actual field conditions, immediately notify the Owner's representative for his interpretation. C. Outlet and Equipment Locations. Coordinate the actual locations of electrical outlets and equipment with building features and equipment as indicated on architectural, structural, mechanical and plumbing drawings. Review with the Owner's representative any proposed changes in outlet or equipment location. Relocation of outlets before installation, of up to 5 feet from the position indicated, may be directed without additional cost. Remove and relocate outlets placed in an unsuitable location, when so requested by the Owner's representative. 1.6 CONTRACTOR QUALIFICATIONS An acceptable Contractor for the work under this division must have personnel with experience, training and skill to provide a practical working system. The Contractor may be required to furnish acceptable evidence of having installed not less than three systems of size and type comparable to this project. The systems must have served satisfactorily for not less than 3 years. The superintendent must have had experience in installing not less than three such systems. 160-10049-000 16050-2 Electrical General Provisions PART3-EXECUTION 3.1 CONDUIT AND FITTINGS A. Minimum Trade Size. 1. Above Grade: % inch. 2. Below Grade: finch. B. Types According to Use. Use rigid steel conduit (RGS) throughout the project except as specified below. 1. Use PVC -coated RGS where exposed to rain, condensation, moisture, constant high humidity or corrosive atmospheres. 2. Use exposed conduit on walls or in ceiling spaces. 3. PVC -coated RGS 1 inch and smaller may be embedded in slabs if the slab thickness is a minimum of 5 inches thick. Conduit placement shall not impair the slab's structural integrity. 4. Use rigid nonmetallic conduit encased in concrete with minimum 3-inch-thick walls, for feeders or service entrance conductors installed below grade in accordance with Section 02591. Concrete encasement may be omitted when conduit is installed below equipment and floor slabs. All horizontal to vertical transitions shall be made using PVC -coated RGS elbows and conduit stub -ups. 5. Use direct -buried PVC -Coated RGS or concrete encased rigid nonmetallic conduit, in accordance with Section 02581, for underground branch circuits. Direct buried conduit shall be laid directly below a protective red plastic tape labeled with a warning. Tape shall be at least 24 inches below finished grade. All horizontal to vertical transitions shall be made using PVC -coated RGS elbows and conduit stub -ups. Use concrete encased rigid nonmetallic conduit, in accordance with Section 02581, in accordance with Section 02581, where installed below roadways and pavement. 6. Connect all electrical equipment subject to vibration or movement with liquid -tight flexible metal conduit 24 inches minimum and 72 inches maximum length. Flexible steel conduit will not be accepted. . Chain -Hung Fixtures. Provide flexible steel conduit from a junction box directly above the fixture. Conduit length shall be such that the fixture weight is not borne by the conduit and does not cause excessive sag. 8. Transitions. a. Where rigid nonmetallic conduit is used in concrete encasement or under concrete slabs, a conversion to PVC -coated RGS shall be made at least 3 feet before and 4 inches after the run exits the encasement or slab cover. b. For below -grade to above -grade outdoor locations, extend concrete encasement around conduit 4 inches above finished grade and slope top away from conduit with a 6-inch-per-foot slope. C. Preparation. Place sleeves in walls and floor slabs for the free passage of cables or conduits. Set sleeves in place a sufficient time ahead of concrete placement so as not to delay the work. Seal all openings and voids around sleeves through floors and walls. Be sure that plugs or caps are installed before concrete placement begins. D. Installation Requirements. 1. Metallic conduits must be continuous between enclosures such as outlet, junction and pull boxes, panels, cabinets, motor control centers, etc. The conduit must enter and be secured to enclosures so that each system is electrically continuous throughout. Where knockouts are used, provide double locknuts, one on each side. For EMT terminations, provide insulated throat bushings and on rigid metallic conduits, provide nonmetallic insulating bushings for conductor protection. Where conduits 1-1/2 inches and larger terminate in equipment having a ground bus, such as in switchgear, motor control centers and panelboards, provide conduit with an insulated grounding bushing and a suitable grounding conductor terminated at the ground bus. 160-10049-000 16130-3 Raceways 3 �_., �. �_ .� ., -, �< �_, :� �_� :� - �_ �. .3 �..a z } €' e i I F( i i ' t t. i Southwest Pump Station F. , City of Lubbock SECTION 16135 BOXES PART1-GENERAL 1.1 SUMMARY This section specifies the furnishing and installation of outlet boxes, floor boxes, junction boxes and pull boxes. 1.2 RELATED WORK AND SPECIFICATIONS A. Submittals. Section 01330. 1.3 REFERENCE STANDARDS A. ANSIINEMA Publication No. OS 1 - Sheet -steel Outlet Boxes, Device Boxes, Covers and Box Supports. B. ANSMM 514A - Metallic Outlet Boxes. C. r_- ANSI/UL 514B - Fittings for Conduit and Outlet Boxes. 1.4 SUBMITTALS Provide product data in accordance with Section 01330.. PART-2-PRODUCTS 2.1 OUTLET BOXES A. Flush Device Boxes. Provide galvanized steel boxes of sufficient size to accommodate wiring devices to be installed at outlet. Provide an extension ring for the device(s) to be installed. Square or rectangular boxes may be used. Unless otherwise noted, provide minimum 1-1/2-inch deep by 4-inch square minimum size box. B. Exposed Device Boxes. Provide PVC -coated FS or FD cast boxes for surface mounting in corrosive areas. Provide FS or FD cast boxes for surface mounting in areas having exposed RGS. C. Masonry Boxes. Provide galvanized steel, 3-1/2-inch deep, masonry boxes for all devices installed in masonry walls. D. Switch Boxes. Not permitted. E. Listing. UL 514. 2.2 JUNCTION, PULL AND SPLICE BOXES A. Construction. Provide galvanized steel boxes conforming to NEC Article 370. B. Interior Spaces. Provide NEMA 1 type boxes at least 4 inches deep. 1 160-10049-000 16135-1 Boxes i' C. Exterior Spaces. Provide NEMA 4X type boxes at least 4 inches deep. ` D. Embedded. Provide NEMA 4 cast iron type with flush flanged cover when cast in concrete. E. Listing. UL 514. PART3-EXECUTION 3.1 OUTLET BOXES A. Flush Boxes. Unless otherwise indicated, mount all outlet boxes flush within 1I4 inch of the finished wall or ceiling line. Provide galvanized steel extension rings where required to extend the box forward in conformance to NEC requirements. Attach ring with at least two machine screws. Securely fasten outlet boxes. Provide plaster covers for all boxes in plastered walls and ceilings. B. Fixture Boxes. Where boxes for suspended lighting fixtures are attached to and supported from suspended ceilings, adequately distribute the load over the ceiling support members. C. Mounting IIeiaht: Mounting height of a wall -mounted outlet box means the height from fmished floor to y horizontal center line of the cover plate. Where outlets are indicated adjacent to each other, mount these outlets in a symmetrical pattern with all tops at the same elevation. Where outlets are indicated adjacent, but with different mounting heights, line up outlets to form a symmetrical vertical pattern on the wall. Verify the final location of each outlet with Owner's representative before rough -in. Remove and relocate any outlet box placed in an unsuitable location. D. Back -to -Back Boxes. Do not connect outlet boxes back to back unless approval is obtained from the Owner's representative. Where such a connection is necessary to complete a particular installation, fill the voids around the wire between the boxes with sound insulating material. E. Box Openings. Provide only the conduit openings necessary to accommodate the conduits at the individual location. 3.2 JUNCTION AND PULL BOXES A. Installation. Install boxes as required to facilitate cable installation in raceway systems. Generally provide boxes in conduit runs of more than 100 feet or as required in Section 16110. B. Covers. Provide boxes so that covers are readily accessible and easily removable after completion of the installation. Include suitable access doors for boxes above inaccessible ceilings. Select a practical size for each box and cover. END OF SECTION 160-10049-000 16135-2 Boxes t i 1. Southwest Pump Station City of Lubbock SECTION 16140 WIRING DEVICES PART1-GENERAL 1.1 SUMMARY This section specifies the furnishing and installation of wiring devices and device plates. 1.2 RELATED WORK AND SPECIFICATIONS A. Submittals. Section 01330. t - 1.3 REFERENCE STANDARDS A. Americans with Disabilities Act (ADA). B. ANSUUL 20 - General -Use Snap Switches. C. ANSIIUL 498 - Attachment Plugs and Receptacles. D. ANSIM 943 - Ground Fault Circuit Interrupters. -: E. NEMA WD 1 - General Requirements for Wiring Devices. 1.4 SUBMITTALS Provide product data on wiring devices and plates in accordance with Section 01330. PART2-PRODUCTS 2.1 WALL SWITCHES A. Tune. Quiet type, back and side wired switches as shown. B. Rating. 20 amperes, 120/277 volts. C. Listing. UL 20 and Federal Specification W-S-896. 160-10049-000 16140-1 Wiring Devices D. Acceptable Manufacturers. The following designations are for brown devices; provide devices in the color specified in Article 2.4. Arrow TWe Hart Bryant GE Hubbell S 1991 4901 5951 H13L1221 S2 1992 4902 5952 HBL1222 S3 1993 4903 5953 HBL1223 S4 1994 4904 5954 H13L1224 SK(1) L L OLG L Sp(2) PL PLR120 SP121-8G PL (1) Key operated switch: add the indicated suffix to the above designations. (2) Switch with red pilot light: add the indicated suffix to the above designations. (Not available in S4.) 2.2 RECEPTACLES A. Tyoe. Back and side wired receptacles. B. Rating. Scheduled on drawings. C. Listing. UL 498 and Federal Specification W-C-596. D. Acceptable Manufacturers. The following designations are for brown devices; provide devices in the color specified in Article 2.4. - NEMA Arrow Confie. Hart Bryant GE Hubbell 5-15R 5262 5262 5262-1 5262 6-15R 5662 5662 5662-1 5662 5-20R 5362 5362 5362-1 5362 6-20R 5462 5462 5462-1 5462 14-20R 5759 C 1420 8410 15-20R 5781 C 1520 8420 5-30R 5716N 9530-FR 4138-3 9308 6-30R 5700N 9630-FR 4139-3 9330 14-30R 5744N 9430-17R 4191-3 9430A 15-30R 8430N 8430-FR 1530-3 8430A GFCI GF8300 GFR83FT GFR8300 GF-8300 2.3 DEVICE PLATES A. Finished Spaces. Use 302 stainless steel (18 percent chromium, 8 percent nickel) (9300 series of the device manufacturers listed above. B. Exposed Boxes in Dry Interior Spaces. Make plates of heavy cadmium -plated sheet steel. Edges of plates must be flush with edges of boxes. C. Hose -down and Exterior Areas. Use weatherproof device plates. Provide enclosure with gasketed cover for protection of device and meeting the requirements of NEC-410-57b. 160-10049-000 16140-2 Wiring Devices D. Acceptable Manufacturer. TayMac No. 71204 or approved substitution. 2.4 DEVICE COLOR Use wiring devices in ivory for non -finished and light finished walls. Use wiring devices in brown for dark finished walls. PART3-EXECUTION 3.1 DEVICE COORDINATION Where items of equipment are provided under other sections of this specification or by the Owner, provide a compatible receptacle for the cap or plug and cord of the equipment. 3.2 WALL SWITCHES A. Location. Set wall switches in a suitable outlet box centered at the height of 44 inches from the floor, except as otherwise shown on the drawings. Install switch on the strike side of the door as finally hung. B. Position. Install wall switches in a uniform position so the same direction of operation will open and close the circuits throughout the job, generally up for the ON position. 3.3 RECEPTACLES Mount receptacles vertically with the ground on top in a suitable steel outlet box centered at the height of 18 inches from the floor, except as otherwise shown on the drawings. For horizontally mounted receptacles, ground should be on left. Reasonable changes in receptacle locations may be directed without change in the contract sum. 3.4 DEVICE PLATES A. TWe. Provide device plates for each outlet of the type required for service and device involved. B. Ganged Devices. Mount ganged devices under a single, one-piece, device plate. C. Engraving. Engrave plates with 1/8-inch-high black letters, if designated for engraving. 3.5 V+ HUNG DEVICES Install wiring devices in accordance with applicable requirements of the NEC, NEMA, ANSI, and the product manufacturer recommendations. Provide pig -tail connection to devices with down -stream devices. Do not feed through devices to connect to down -stream devices. END OF SECTION 160-10049-000 16140-3 Wiring Devices No Text Southwest Pump Station City of Lubbock SECTION 16145 TIME SWITCHES PART1-GENERAL 1.1 SUMMARY .., Provide electronic -type individually enclosed time switches. 1.2 RELATED WORK AND SPECIFICATIONS A. Submittals. Section 01330. B. Lighting Controls. Section 13815. 1.3 REFERENCE STANDARDS A. UL 916 - Energy Management Equipment. .. B. UL 917 - Clock -Operated Switches. 1.4 SUBMITTALS tr Submit product data in accordance with Section 01330. -' PART2-PRODUCTS . , 2.1 MANUFACTURERS Tork, Grasslin, Intermatic, Paragon, Zenith. 2.2 TYPE Provide 7-day calendar electronic -type time switches powered by a 120-volt, 60 hertz power supply. Use units capable of being programmed for up to six different operations each day of the week, with an operating trip accuracy equivalent to line frequency and a minimum of one minute between an on and off operation. 2.3 CONTACTS Provide double -pole, double -throw contacts rated 240 volts, 30 amperes per pole inductive. 2.4 ENCLOSURE Supply each time switch in a lockable NEMA 4X enclosure suitable for surface mounting. 160-10049-000 16145-1 Time Switches 2.5 HOA SWITCH Include a cover -mounted Hand -Off -Automatic (HOA) selector switch for each circuit. Wire HOA switch to permit selecting the mode of operation of the controlled equipment without changing the programmed operation of the time switch. Provide separate pole for each ungrounded conductor in each circuit. 2.6 RESERVE POWER Use units with field replaceable batteries with a minimum 24-hour backup capability and minimum 3-year replacement interval. Provide a battery recharge feature which operates on power restoration. 2.7 PHOTOCELL Provide unit suitable for connection of a photocell input to operate contacts in response to ambient light levels. Timer unit shall be capable of overriding photocell input, to allow control by both photocell and timer. 2.8 LISTING A. UL 916 (electronic timers). PART3-EXECUTION - 3.1 INSTALLATION A. Install time switches in locations as shown and as recommended by the manufacturer. Synchronize all time switches and set on and off trippers as directed by the Owner. B. Install photocell on building roof facing north. END OF SECTION 160-10049-000 16145-2 Time Switches Southwest Pump Station City of Lubbock SECTION 16170 METAL FRAMING PART1-GENERAL 1.1 SUMMARY Furnish and install metal framing, including channels, fittings, clamps, hardware, electrical accessories, and brackets. 1.2 RELATED WORK AND SPECIFICATIONS A. Submittals. Section 01330. 1.3 REFERENCE STANDARDS NEMA ML 1— Metal Framing. 1.4 SUBMITTALS Submit product data in accordance with Section 01330. PART2-PRODUCTS 2.1 CHANNELS, FITTINGS, CLAMPS, ELECTRICAL ACCESSORIES, AND BRACKETS A. Corrosive Areas. PVC -coated galvanized steel with 316 stainless steel fasteners. B. Non -corrosive areas. Galvanized steel with galvanized steel fasteners. 2.2 SIZES Provide channels fabricated from not less than 12 gauge thickness, 1-5/8 inches wide, and not less than 1-5/8 inches deep. 2.3 ACCEPTABLE MANUFACTURERS B-Line Systems, Inc.; Elcen Metal Products Company; Electrical Products Division, Midland -Ross Corporation; Metal Products Division, U.S. Gypsum Company; Power Strut; Unistrut. PART3-EXECUTION 3.1 SUPPORTS Provide metal framing to support wall -mounted equipment, wall -mounted raceways, and ceiling hung raceways. 3.2 ANCHOR BOLTS 160-10049-000 16170-1 Metal Framing A. Use 1/2-inch diameter by 3 inches long Type 316 stainless steel expansion bolts to attach framing to concrete. B. Space bolts a maximum of 24 inches on center, with not less than two bolts per piece of framing. END OF SECTION 160-10049-000 16170-2 Metal Framing Southwest Pump Station City of Lubbock s ` SECTION 16191 MISCELLANEOUS EQUIPMENT PART1-GENERAL 1.1 SUMMARY Furnish and install all miscellaneous equipment as shown on the Drawings and as specified herein. 1.2 RELATD WORK AND SPECIFICATIONS A. Submittals. Section 01330, 1.3 REFERENCE STANDARDS Equipment enclosures shall have NEMA ratings suitable for the location in which they are installed, as specified in Division 16. 1.4 SUBMITTALS Submit product data in accordance with Section 01300. PART2-PRODUCTS 2.1 MATERIALS A. Manual Motor Starters. 1. Manual starters shall be suitable for the voltage and number of phase shown on the Drawings and shall be non -reversing, reversing or two speed type as shown on the Drawings. NEMA sizes shall be as required for the horsepowers shown on the Drawings. Manual starters shall have motor overload protection in each phase. 2. NEMA 4 enclosures shall be stainless steel. 3. NEMA 4X enclosures shall be stainless steel. 4. NEMA 7 enclosures shall be copper free cast aluminum. 5. Manual motor starters shall be as manufactured by General Electric. B. Corrosion Inhibitors. 1. All equipment enclosures, terminal boxes, etc, Iocated in a NEMA 4X rated area (where shown on the Drawings) that contains electrical or electronic equipment or terminal strips shall be furnished with an internally -mounted, chemically -treated corrosion inhibitor pad. 2. The corrosion inhibitor pads shall be as manufactured by Hoffman Engineering Co., 3M or equal. C. Equipment MountingStands. tands. 1. Equipment mounting stands shall be custom fabricated from 1/4-in steel plate and 4-in steel channel, as shown on the Drawings. 2. Hot dip galvanizing shall conform to the requirements of Division 5. 160-10049-000 16191-1 Miscellaneous Equipment 1 PART3-EXECUTION 3.1 INSTALLATION t A. Mounting Stands. Field -mounted disconnects, pushbutton control stations, etc, shall be mounted on steel stands as shown on the Drawings. Where clearance requirements for stands may not be maintained, the ENGINEER may direct equipment to be wall -mounted adjacent to the drive, but in no case shall the distance from the drive motor to the control station exceed 3-ft. END OF SECTION 3= it r` t .i 160-10049-000 16191-2 Southwest Pump Station City of Lubbock SECTION 16210 ELECTRICAL SERVICE PARTI-GENERAL - 1.1 SUMMARY Make arrangements for permanent electrical services. Temporary (construction phase) power is specified in Section 01500. 1.2 RELATED WORK AND SPECIFICATIONS t " A. Electrical Power System Studies. Section 16054 1.3 REFERENCE STANDARDS Y. Comply with all service installation standards of the serving utility. 1.4 SOURCE Electrical service will be provided from Lubbock Power and Light. The source characteristics are 480 volts, three phase, four wire, 60 hertz. 1.5 COORDINATION The location of the service entrance must be coordinated with Lubbock Power and Light. Provide materials and equipment required to connect the project service to the utility system. The utility contact information is as follows: Travis Turner — 806-775-2552 / tturner@mylubbock.us PART2-PRODUCTS Not used. PART3-EXECUTION 3.1 PREPARATION A. Application for Service. Verify that an application for service has been submitted to the utility. If application for service is not filed with utility, prepare application and coordinate with Owner to submit application for service. B. Service Outlet Location and Data Statement. Secure service locations and data statement ("statement") from the utility company. Verify that the information on the statement is correct, including type of service, service facility arrangement, and location of service outlet. Notify Owner and Engineer immediately of any and all discrepancies between contract documents and statement, and propose a resolution. 160-10049-000 16210-1 Electrical Service A. Class. Use a Class B insulation system meeting the requirements ofNEMA MG 1-1.65 and made of nonhygroscopic materials. B. Temperature Rise. According to NEMA MG 1-12.41 for fractional horsepower motors and NEMA MG 1- 12.42 for integral horsepower motors. C. Outdoor Suitability. Where motors must be suitable for outdoor installation, the insulation must withstand 1 full week (168 hours) of testing in a chamber maintained at 100 percent relative humidity and 40 C ambient temperature. Immediately after the test period, the insulation system must have a minimum resistance of 1.5 megohms. In addition, the inside circumference of the stator and the outside circumference of the rotor and shaft must be coated with the same moisture -resistant insulation. 2A LEADS For motor leads, use not less than ASTM B 173, Class G, stranded copper conductors with insulation the same as or better than specified in the preceding Motor Insulation paragraph. Provide permanent identification numbers on leads according to NEMA MG 1-2.02. Use crimp -on, solderless copper terminals on leads and place heat -shrink insulation sleeves or covers between leads and terminals. 2.5 ENCLOSURE A. Indoors. Totally enclosed, fan cooled (TEFC). Use steel fame for motors smaller than 3/4 horsepower, and cast-iron frame for motors 3/4 horsepower and larger. B. Outdoors. 1. Horizontal Motors: TEFC with a corrosion -resistant drain plug under each bearing. 2. Vertical Motors. Weather -protected Type I (WP-1). C. Hazardous Areas. Provide cast-iron frame motors suitable for use in the classified area. 2.6 BEARINGS A. Motors Smaller than 1/6 Horsepower. Motor manufacturer's standard bearing is acceptable. B. Motors 1/6 Horsepower and Larger. 1. Antifriction. Supply motors with grease -lubricated antifriction ball bearings conservatively rated for long life under the total radial and thrust loads produced by the actual combination of motor -driven equipment. Provide each motor with suitable lubrication fittings and pressure relief devices suitable for in- service lubrication. 2. Oil Lubricated. If the driven equipment section specifies oil -lubricated bearings for motors, include a suitable sight gauge on each bearing with maximum and minimum levels clearly indicated. r 2.7 HARDWARE I Use structural bolts, washers, nuts, pins, and similar items manufactured of high -strength steel. Use only hexagon - head bolts and hexagon nuts. Use corrosion -resistant materials or protect hardware from corrosion by either hot -dip galvanizing, chrome plating or cadmium plating. 2.8 NAMEPLATES z 160-10049-000 16222-4 AC Electric Motors — I OOHP and Below tj A. Main Nameplate. Provide each motor with a stainless steel nameplate meeting the requirements of NEMA MG 1-10.38, and the National Electrical Code, Section 430-7. Energy -efficient motors shall be identified in accordance with MG-1-12.54.2. B. Heater Nameplate. When space heaters are furnished, include voltage and wattage on a suitable nameplate. C. Bearings Nameplate. When bearings are oil lubricated, include oil type information on a suitable nameplate. Also, indicate bearing data if nonstandard. D. Attachment. Attach the nameplates to the motor with stainless steel fastening pins or screws. 2.9 CONDUIT BOX - For each motor not supplied with a cord and plug, provide a conduit box suitably sized for the motor lead terminations, in accordance with the National Electrical Code, Section 430-12. Include a grounding lug for motors 1/6 horsepower and larger. Supply a gasket suitable for the motor enclosure type and application. 2.10 SPACE HEATERS Provide space heaters on motors located outdoors or when specified in the driven equipment section. Use heaters hermetically sealed in stainless steel or equivalent corrosion -resistant sheaths. Rate heaters 115 volts, 60 hertz. Braze cheat resistant insulated leads to the heater and extend to the conduit box. Size heaters according to the motor frame -size as follows: Corresponding Frame Number Series Minimum Watts HP at 1800 SRPM Less than 280 Not required 280 - 320 100 20 - 50 360 - 400 150 60 -125 440 200 150 - 200 2.11 TEMPERATURE SENSORS A. For motors sizes 20 hp and larger shall be equipped with motor winding temperature sensors, one per winding (3 total). The sensor contacts shall be normally closed which open when high temperature is detected. "FREEZV10" Manufacturer's standard shop paints for prime and finish coats are acceptable. 2.13 NOISE Provide integral horsepower motors with overall sound power levels meeting the requirements of MG 1-12.49. PART3-EXECUTION 3.1 INSTALLATION Properly install and align motors in the locations shown, except motors which are factory mounted on the driven equipment. Use crimp -on, solderless copper terminals on the branch circuit conductors. For motors 20 horsepower and larger, use 5300 series 3M motor lead splicing kit or approved equal. When the motor and equipment are installed, the nameplate must be in full view. 160-10049-000 16222-5 AC Electric Motors - 100HP and Below 3.2 LARGER MOTORS If a motor horsepower rating larger than indicated is offered as a substitute and accepted, provide required changes in size of conductors, conduits, motor controllers, overload relays, fuses, circuit breakers, switches and other related items at no change in the contract price. r� VIA *V-1,0911 A. General. Provide all necessary instruments, labor and personnel required to perform motor inspection and testing. B. Inspection. Inspect all motors for damage, moisture absorption, alignment, freedom of rotation, proper lubrication, oil leaks, phase identification and cleanliness, and report any abnormalities to Owner's representative before energizing. C. Tests. All motors 20 horsepower and larger shall be megger tested, in accordance with IEEE Report No. 43, "Recommended Practices for Testing Insulation Resistance of Rotating Machinery," to determine insulation resistance. In addition, motor full load current and full load voltage shall be measured. Motor Test Report forms included at the end of this section shall be completed and submitted to the Owner's representative. D. Energizing. After installation has been thoroughly checked and found to be in proper condition, with thermal overloads in motor controllers properly sized and all controls in place, energize the equipment at system voltage for operational testing. END OF SECTION 160-I0049-000 16222-6 AC Electric Motors —100HP and Below MOTOR TEST REPORT PROJECT NAME PROJECT NO. MOTOR MANUFACTURER DATE SHEET OF MOTOR DESIGNATION LOCATION BP 7FLA— LRA NOMINAL VOLTAGE INSULATION CLASS SERVED FROM PANEL/MCC MEASURED CONDITIONS TEMPERATURE: OF RELATIVE HUMIDITY: % CURRENT (AMPS): QUA OB 0C VOLTAGE (VOLTS): OAB OBC OCA OAN— OBN 0CN INSULATION RESISTANCE: OAB _, OBC OCA OA-GND 0B-GND OC-GND STARTING TIME: SECONDS, SAT UNSAT VIBRATION: SAT UNSAT BEARING TEMPERATURE: SAT UNSAT 160-10049-000 16222-7 AC Electric Motors — I 00HP and Below I Southwest Pump Station City of Lubbock SECTION 16223 AC ELECTRIC MOTORS - GREATER THAN 100HP PAR171-GENERAL 1.1 SUMMARY A. This section specifies the requirements for custom-built premium electric motors. The motors shall be inverter rated, poly phase, and in strict compliance with the requirements specified herein. The motors shall be designed to fit the space shown on the drawings. B. When used with VFDs, the motor manufacturer shall provide a written statement that the motor is compatible with VFDs. C. The Contractor shall be responsible for obtaining information on the existing pump/motor from the pump manufacturer. Contractor shall coordinate the motor being furnished with the existing pump manufacturer for torque characteristics and bearing size for the pumping application. Contractor shall famish a written statement that the motor being furnished has been coordinated with the pump manufacturer. 1.2 RELATED WORK AND SPECIFICATIONS A. General Requirements. Division 1. B. Shop Drawings, Product Data and Samples. Section 01330. 1.3 REFERENCE STANDARDS A. ANSIlNEMA MG-1— Motors and Generators. B. UL 1004 — Standard for Safety for Electric Motors. C. ANSI/NEMA MG-11— Installation and Operation of Electric Motors. D. IEEE STD 112 — Standard Test Procedure for Polyphase Induction Motors and Generators. E. IEEE STD 85 — Standard Test Procedure for Airbom Sound Measurements on Rotating Electric Machinery. F. ANSI 51.2 — Physical Measurement of Sound. G. Other Standards. Motors shall be built to all other applicable NEMA, ANSI and IEEE standards not included above. 1.4 SUBMITTALS A. Provide the following information in accordance with Section 01330: 1. Manufacturer. 2. Rated full load horsepower. 3. Rated volts. 160-10049-000 16223-1 AC Electric Motors - Greater Than 100 BP E. Dynamic Balance Nameplate. Furnish and mounted on motor. 2.9 TERMINAL BOXES A. Provide custom-built, gasketed, oversized conduit boxes and terminal housing cabinets for all wiring connections to motor. The box entrance shall be from the bottom side. Verify exact location of cable entry before design from the Contract Drawings. B. The main terminal box shall be custom designed to accommodate lightning arrestors and surge capacitors. Motor leads shall be marked for permanent identification. Provide grounding lug in box for incoming equipment grounding conductor. The main terminal box shall be installed integral with the motor. C. Terminate RID, motor and pump bearing temperature RTDs, space heater and similar leads in a separate control cable conduit box. Provide 600 volt rated molded insulation terminal blocks with ring -tongue terminals under screws. Use only corrosion -resistant materials and brass screws. Effectively isolate terminal blocks for different. functions by suitable air separation or individual boxes. Permanently identify all leads and terminals. 2.10 SPACE HEATERS Electric resistance,120 volts, silicon rubber clad or equivalent non -oxidizing exterior, with maximum surface temperature of 130°C (266°F). Alternatively, provide two stainless -steel -sheathed conventional space heaters, each with rated watts at the specified voltage equal to twice the required value, and connect in series. 2.11 RESISTANCE TEMPERATURE DETECTORS (RTDs) A. Type. Platinum, 100ohm. B. Quantity. 1. Motor Windings. Six, two per phase. 2. Motor Bearings. Two, one per bearing. 3. Pump Bearings. Two, one per bearing. 4. Pump Case. One. 5. Ambient. One. C. Resistance. 100 OHMS at 25°C. D. Electrical Contractor shall supply #16 twisted shielded triad wire in conduit from pump bearing RTDs to the control conduit box on the motor. The contractor shall extend all RID connections to the motor control panel starters via twisted shielded triads as shown on the Drawings 2.12 ACCEPTABLE MANUFACTURERS The acceptable manufacturer shall be required to have prior experience (minimum 10 years) in design and manufacturing of such motors. 2.13 PAINT Manufacturer's standard shop paints for prime and finish coats are acceptable. Include one pint of finish paint for each motor. PART3-EXECUTION 3.1 INSTALLATION 160-10049-000 16223-6 AC Electric Motors - Greater Than 100 HP A. The motors shall be installed as per manufacturer's instruction. B. The motor manufacturer shall provide the services of an experienced applications engineer for a period of two days minimum per each motor finished, during the installation and startup of the motors and pumping units. Pump supplier and the CONTRACTOR shall coordinate this activity. 3.2 TESTING A. General. Provide all necessary instruments, labor, and personnel required to perform motor inspection and testing. B. Inspection. Inspect all motors for damage, moisture, alignment, freedom of rotation, proper lubrication, oil leaks, phase identification, and cleanliness and report any abnormalities to Engineer before energizing. C. Energizing After installation has been thoroughly checked and found to be in proper condition, with thermal overloads and other protective devices in motor controllers properly rated and all controls in place, notify the ENGINEER for his final review before energizing the equipment system voltage for operational testing. D. Vibration tests shall be performed by a third party testing service after motors and pumps have been installed and are ready for energization. The third party testing will be performed by an organization not affiliated with the Contractor or motor supplier, and shall be done in the presence of the engineer at a time which fits the Engineer's schedule. Measurements shall be made with an IRD accelerometer probe (from Entek IRD, Milford OH), and shall be per IRD's recommended procedure. In any event, the vibration of the pump and motor together } shall not exceed .I in/sec. The Engineer's decision shall be final on any questions concerning this testing. 3.3 ACCEPTANCE The motor shall be accepted by the OWNER after 200 consecutive hours of trouble -free operation A. The Contractor will enlist the services of the motor manufacturer in performing job site tests of the motor after completely installed. The attached installed motor test form shall be signed by all parties after test has been performed in the presence of the Owner. END OF SECTION C, 160-10049-000 16223-7 AC Electric Motors - Greater Than 100 HP Southwest Pump Station City of Lubbock SECTION 16230 i PACKAGED ENGINE GENERATOR SYSTEMS PART1-GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall frnish, install, and test weather -protective enclosed standby diesel engine generator units skid mounted on steel structural base with vibration isolators, all in accordance with the requirements of the Contract Documents. B. The CONTRACTOR shall furnish the engine generator unit complete with unit mounted generator control panel, automatic transfer switch (ATS), automatic electric starting and control equipment, exhaust silencer and piping, integral base fuel tank, intake cleaner and piping, oil pumps, integral radiator, lubricating oil and engine jacket water heater, batteries and battery charger(s), instruments and auxiliary equipment necessary to make the unit completely automatic in starting, operating, and stopping in response to power requirements. The complete unit shall be covered by a comprehensive warranty. 1.2 RELATED WORK AND SPECIFICATIONS A. Submittals. Section 01330. B. Automatic Transfer Switches. Section 16415. 1.3 SUBMITTALS A. Submit the following information in accordance with Section 01330: 1. Engine data: a. Manufacturer and model number. b. Rated capacity in horsepower (standby rating). C. Type of engine; aspiration and cooling system. d. Number of cycles and cylinders; speed in RPM. e. Piston displacement. f. Type and make of governor. g. Starting KVA; maximum voltage dip. h. Dimensions and weights. i. Air cooling requirements. 2. AC Generator data: a. Manufacturer and model number. b. Rated capacity in kw (standby rating) at 0.8 power factor. C. Type of generator; construction. d. Voltage; phase, frequency, and connections. e. Insulation class; temperature rise. f. Efficiency and regulation. g. Starting KVA; maximum voltage dip. h. Dimensions and weights. i. Air cooling requirements. B. The CONTRACTOR, in addition to, shall include the following information as part of the submittals: 160-10049-000 16230-1 Packaged Engine Generator Systems 1. Engine generator set plans and elevations or riser views showing entrance points for each of the interconnections required. 2. Engine generator/exciter control panel. 3. Fuel consumption rate curves at various loads and fuel pumping rates. 4. Ventilation CFM requirements including allowable cooling fan pressure loss. 5. Exhaust system and vibration isolation. 6. Battery charger, battery, and battery rack. 7. Remote radiator. 8. Actual electrical diagrams including schematic diagrams and interconnection wiring diagrams for all equipment to be provided. 9. Legends for all devices on all diagrams. 10. A certified performance rating from the engine manufacturer that the generator set when equipped with all auxiliary equipment as needed or specified shall have a minimum rating as specified herein when installed at the specified altitude. 11. Complete test specification detailing the testing procedure to be used to verify the performance of the equipment provided. C. The CONTRACTOR shall submit eight (8) copies of the Operation and Maintenance manuals with each unit as follows: 1. Furnish eight identical sets of technical manuals when generator unit is delivered. Each set shall consist of one or more volumes, each of which shall be bound in a standard size, 3-ring loose-leaf, vinyl plastic hard cover binder suitable for bookshelf storage. Binder ring size shall not exceed 2.5 inches. 2. Technical manuals shall include operating and maintenance instructions as applicable, for each item of mechanical and electrical equipment, as follows: a. Complete operating instructions, including location of controls, special tools, or other equipment required, related instrumentation, and other equipment needed for operation. b. Lubrication schedules. C. Preventive maintenance procedures and schedules., d. Parts lists, by generic title and identification number, complete with exploded views of each assembly. e. Disassembly and reassembly instructions. } f. Name, location, and telephone number of nearest supplier and spare parts warehouse. g. Recommended troubleshooting and start-up procedures. D. The CONTRACTOR shall submit "As -Built" electrical drawings including interconnection, schematic and wiring diagrams. i 1.4 QUALITY ASSURANCE A. General: The engine -generator unit shall be the product of a single United States manufacturer that has been regularly engaged for a minimum of 15 years in the production, manufacturing and assembly in the United States of the type and size of equipment specified herein. All materials and parts in this unit shall be new and unused, of current manufacture, and of the highest grade, and free from all defects that may affect performance. To qualify as a manufacturer, the engine must be the principal item manufactured and the completed engine generator set shall be supplied by that manufacturer's authorized dealers only. B. Unit Responsibility: The engine-gcnerator unit and all appurtenant equipment specified herein, and the drop -over enclosure shall be provided by a single manufacturer/vendor, establishing one source of responsibility for the equipment performance and assuring high standards of quality, coordination, reliability and service. C. Factory Test: Prior to delivery at the job site, the engine generator unit and appurtenant equipment shall be tested at the manufacturer's testing facility to verify that the equipment is free of any defects; to verify guaranteed performance, and to simulate automatic starting of the unit in conjunction with appurtenant equipment as specified herein. 160-10049-000 16230-2 Packaged Engine Generator Systems 1. The test for the generator shall be in accordance with IEEE Standard 115. The test shall show guaranteed performance of the equipment as required by the following tests, but not be limited to: a. Insulation resistance and high pot test. b. Field winding poloarity test. C. Voltage regulation from no load to full load. 2. The test for the diesel engine shall be in accordance with the procedures and standard practices as set by the Diesel Engine manufacturer's Association (DEMA). The following tests shall be performed on the engine, but not be limited to: a. Heat run test. b. Start cycle test. C. Control logic and instrument calibration check. 3. The following information shall be recorded during the test: a. Temperature rise. b. Output frequency. C. Voltage and current at different loads. d. Fuel consumption rate. e. Oil and coolant temperatures and pressures. 4. The testing of the generator unit, complete with all auxiliaries, shall be for a period of 4-hour load test prior to shipment, including repeated automatic starts at least 2 hours at full load. Testing shall include block loading and unloading, using dry load banks at 25 percent, 50 percent, 75 percent and 100 percent of rated KW. The load bank shall be for unity power factor. The engine shall run in each step until temperature has stabilized and voltage and frequency variations at each step shall be measured. Certified test reports shall be fuurnished to the ENGINEER prior to shipment of the unit to the job site. Test report shall include temperature of each phase winding taken at 5 minute intervals during load run. D. Warranty: Equipment furnished under this Section shall be guaranteed against defective parts and workmanship under the terms of the manufacturer's and supplier's standard warranty. In no event shall it be for a period of less than one (1) year from date of final acceptance of the system and shall include labor, materials and travel costs for necessary repairs at the job site. i PART 2 - PRODUCTS .t - 2.1 ENGINE A. General 1. Each engine shall be four stroke cycle, water cooled in -line or vee type compression ignition diesel, turbo -charged, .after cooled, and manufactured in the United States. It shall meet specifications when operating on No. 2 diesel fuel oil. Block shall be of one piece design and cast of high tensile strength iron in the system manufacturer's own foundry. Multiple blocks shall not be allowed. Counterboring for cylinder liners shall not be permitted. Crankshaft shall be a one piece forging with regrindable wear x surfaces hardened through heat treat methods. 2. The engine shall be equipped with lube oil, fuel and intake air filters, lube oil cooler, fuel transfer pump, fuel priming pump, engine driven battery charging alternator, service meter, gear driven water pump and jacket water heater. B. Engine/Generator Control Panel: 1. The generator control panel shall be a unit mounted and shall have the following features: a. Engine controls and monitoring. b. Automatic/manual starts stop control. C. Engine control switch for off/reset, auto start, manual start, stop d. Emergency stop pushbutton 1) Low oil pressure 2) High coolant temperature 3) Overcrank 160-10049-000 16230-3 Packaged Engine Generator Systems 4) Overspeed - 5) Oil pressure 6) Fuel pressure 7) System DC volt 8) Inlet air pressure (boost) 9) Engine speed and hours e. The engine generator control panel shall be the manufacturer's premium control panel. 2. Starting Motor: A do electric starting system including two starting motors with positive engagement drive shall be furnished. The motor voltage shall be as recommended by the engine manufacturer. 3. Batteries: One set of lead acid storage batteries set of the heavy-duty special diesel starting type shall be provided for each engine generator set. Battery voltage shall be 12 or 24 volt and compatible with the starting system. The battery set shall be rated no less than 220 ampere hours. Necessary cables and clamps for battery connection shall be provided. 4. Battery Racks: Battery racks shall be galvanized steel construction, conforming to NEC 480-7 with plastic insulating rails at all points of contact with the battery case. Racks shall contain any spillage or boil -over of electrolyte to prevent a direct path to ground. 5. Battery Charger: One (1) current limiting battery charger shall be furnished to automatically recharge batteries. Charger shall float at 2.17 volts per cell and equalize at 2.33 volts per cell. It shall include overload protection, silicone diode full wave rectifiers, voltage surge suppressor, DC voltmeter and fused ac input. AC input voltage shall be 120 volts, single phase. Amperage output shall be no less than 30 amperes. Charger shall be in NEMA 1 enclosure suitable for wall mounting and shall be UL listed. Charger shall locally indicate loss of AC power, low battery voltage, high DC charge and provide a common output alarm to the engine -generator control panel. 6. Pre -Alarm Sensors: Pre -alarm sensors shall be provided on the engine to provide signals to audible and visual alarm warning units of impeding fault conditions and provide audible alarm on fault shutdown. Sensors shall govern low oil pressure and high water temperature functions. Pre -alarm shall include low water level at radiator. C. Governor: 1. The engine governor shall be an electronic governor capable of isochronous frequency regulation from no load to full load. 2. Governor shall maintain frequency regulation not to exceed 25% from no load to full load. D. Cooling system shall be unit mounted radiator cooled, closed circuit cooling rated for an ambient of 110 degrees F. I. The system shall have ample capacity to permit up to 100 percent of full load operation at an ambient temperature of 100 degrees F at sustained operation. 2. The fan shall be of the pusher type. The radiator shall be provided with protecting stainless steel grille. 3. A 50 percent ethylene glycol coolant shall be provided. E. Exhaust System: The engines shall be equipped with a dry, insulated, exhaust manifold as specified herein. 1. A single critical type silencer muffler companion flanges, and flexible braided stainless steel exhaust fittings properly sized shall be furnished according to manufacturer's recommendations. Muffler mounting shall be for mounting in horizontal position. Silencer shall be standard steel. 2. Muffler and exhaust piping shall be sized to ensure that exhaust back pressure does not exceed the maximum specified by the engine manufacturer. Muffler shall have drain valve in silencer at the lowest point for condensation drain. 3. The exhaust system and exhaust silencer above flex connector shall be thermally insulated, aluminum jacketed. F. Engine Jacket Water Heater: 160-10049-000 16230-4 Packaged Engine Generator Systems 1. Electric heater shall be installed -on the engine, complete with thermostat control in the engine cooling water system to maintain at all times, while the engine is not in operation, a jacket water temperature of 100 degrees F to 140 degrees F. 2. The heater shall be 120 volt, single-phase for units up to 100 kw and 480 volt, three-phase for units above 100 kw. 3. Vee-type engine shall have one heater on each bank of cylinders. 4. The heater shall be an electric immersion or thermal circulation type. G. Lubrication System: 1. The engine shall have a positive gear -type lubricating oil pump and a full flow lubricating oil filter system which shall filter all oil before it enters the main bearing galleries and other areas to be lubricated. 2. The crankcase shall have inspection cover plates to permit easy inspection and access to the oil pump and oil pump screen. 3. The oil filter system shall be engine -mounted, spin -on, cartridge type oil filter; oil filter shall not block access to engine inspection ports and essential piping. H. Engine Base: The engine -generator unit(s) shall be mounted on a wide flange skid -type I-beam base to maintain engine alignment and provided with spring vibration isolators. I. Fuel System Accessories: The fuel injection system shall be electronic unit injection type, and shall include, but not limited to, fuel cooler, fuel transfer pump, primer pump, fuel oil filters, and injectors. Provide N.C. electrically operated solenoid valve to open when unit is running. (This valve shall be installed with manual valve and provision for connection tofuel supply line from above -ground fuel tank.) J. Pipe Connection: All pipe connections to the engine shall be made with flexible connectors of not less than 12 inches in length, with flanges or screwed ends, suitable for minimum 150 psig working pressure and 250 degrees F temperature. K. Pressure and Temperature Electronic Sensors: Engine mounted pressure and temperature electronic sensors shall be direct continuous reading type with adjustable range and differential. I. Pressure sensors shall be provided for tube oil low alarm and shutdown. 2. Temperature switches shall be provided for jacket water temperature low alarm and high temperature shutdown, and Tube oil high temperature alarm and shutdown. Level switch shall be provided to monitor jacket water level. L. Engine Accessories: The following engine accessories shall be provided. 1. Guards: Guards shall be provided overall exposed moving parts as required by OSHA. 2. Oil drip pan: Provide No. 14 gage galvanized steel drip pan 1-inch deep. Drip pan shall be sized to cover the area beneath the engine. M. Engine Manufacturer: 1. Caterpillar Tractor Company. 2. Cummings. 3. Detroit Diesel. 160-10049-000 16230-5 Packaged Engine Generator Systems 2.2 AC GENERATOR A. Rating: Provide generators with ratings and supply voltage as shown on the drawings. The generator shall be standby rated as shown, with 130 degrees C rise over 40 degrees C ambient, 60 hertz at 1 g00 rpm with field windings braced for solid grounding. The rating shall be for continuous standby operation during interruption of the normal utility power. B. Design: The generator shall be 4 pole rigidly coupled to the engine, permanently aligned and of drip proof construction. Bearings shall be shielded permanently lubricated ball bearings. The alternator shall be of the bmshless revolving field type random wound or with permanent magnet exciter and sold state voltage regulator. C. Materials: The generator shall have cast iron or fabricated steel frame. Windings shall have Class H insulation with Class F temperature rise per NEMA MGl-1.66, for both stator and rotor epoxy and vacuum pressure impregnated (VPl) with material that will not support fiingus growth. Temperature rise at standby rated load shall not exceed 130 degrees C over 40 degrees C as per NEMA MG 1-22.40 definition. D. Voltage Regulation: A unit mounted voltage regulator shall provide no more than .25 percent voltage regulation from no load to full rated load. Voltage adjustment shall be a minimum of + 5 percent. 1. Voltage regulator shall be digital type, fully encapsulated. 2. Standard features shall include 3-phase RMS sensing, paralleling, adjustable underfrequency protection under/over voltage protection, rotating diode monitor, loss of sensing protection, loss of excitation protection, and over -excitation protection 3. The voltage regulation system shall be insensitive to induced waveshape distortion from SCR or thyristor circuits such as those used in battery charging (ups) and motor speed control equipment loads or variable frequency drives (VFD). 4. Generator set shall be capable of safe stable operation with SCR loads of up to 30 percent of the units KVA rating without exceeding the temperature rise limits of the generator insulation system 5. The digital voltage regulator shall have the following displays: a. Frequency b. Voltage C. Current d. Diagnostic status e. Operating hours E. Space Heater: Generator shall have a 120 volt, 60 hertz, single phase space heater to keep alternator dyr. Heater shall automatically energize when generator unit is off and be thermostatically controlled to maintain a uniform temperature. F. Terminal Box: All wiring points for remote interconnection between the generator unit and control panel shall be through a single junction box mounted on the generator set with numbered terminal strips for field wiring. Junction box shall have provision for bottom conduit entry. E 160-10049-000 16230-6 Packaged Engine Generator Systems G. Accessories: The generator shall have the following additional devices mounted on the unit: 1. Embedded temperature detectors (RTD) for two per phase, for generator temperature sensing and shutdown on overheating. Use platinum 100 ohm RTDs. 2. Lighting and surge protection consisting of one storm trapper high energy low voltage distribution class surge arrestor per phase shall be Cooper Power Systems ASZH480E101, or equal. 2.3 FUEL SYSTEM A. Subbase Fuel Tank: Provide a subbase fuel tank with a minimum capacity for operation at full load for 24 hours. Tank construction shall be double wall and bear the UL 142 label. The tank shall include normal vent, emergency vent, locking fill cap, level gauge, four point lifting provision, and an adequate stub -up space shall be provided inside the tank structure to allow underneath connection of the generator feeders to the generator. Tanks shall be provided with a low fuel switch and leak detector switch which closes when fuel enters the interstitial space of the two tanks. The fuel tank must comply with supply and return lines and shall be plumbed with flexible fuel line. Provide pad type vibration isolators underneath the fuel tank base. Extend tank beyond engine —generator base to allow access to fuel fill, vents and gauges. `XIlsiJ"Y Iti - U;14Yt I - aI - A. Provide a drop -over to sub -base tank style, weather -protective enclosure. Enclosure shall be constructed of painted steel. The enclosure shall be sized to adequately house the genset and all accessories. Walls and roof shall be constructed of 14 gauge painted steel. All hardware shall be standard steel. Roof shall prevent the entrance of water' -by inherent design B. Provide four (4) lifting eves to set the enclosure in place. Provide two (2) coats primer and two (2) coats enamel paint of customer color choice. Provide two (2) entrance doors on each side. Doors shall be strategically located to provide easy access and service ability. One door shall be located directly on front of the generated mounted circuit breaker. Doors shall be locking type with three point latches, standard steel hardware and emergency exit pushbars. C. Provide fixed open steel intake louvers and a gravity open steel discharge louver. Intake louvers shall include birdscreen. Louvers shall be adequately sized to insure that the generator cooling system operates within its allowable maximum static pressure restriction. D. Provide a complete pre -fabricated exhaust system for mounting the silencer on the exterior of the enclosure, including steel flex connector silencer, elbow rain cap, rain shield and silencer mounting brackets. Roof shall be adequately braced to support the weight of the silencer and two men during installation. E. Contractor to wire out jacket water heater, generator space heater and 24 VDC to battery charger after enclosure is installed on the pad. Enclosure shall be certified by a Professional Engineer that the design and construction will comply with the local building departments winload withstand requirements. F. Provide platform around generator enclosure, where required by OSHA, for access to enclosure doors, complete with railings and stairs. PART 3 - EXECUTION f t 160-10049-000 16230-7 Packaged Engine Generator Systems 3.1 INSTALLATION A. The engine/generator unit, including all accessories, shall be installed in accordance with the manufacturer's published recommendations. Start-up shall be provided by the manufacturer's authorized field representative. B. The complete engine/generator unit shall be anchored in place on a concrete pad with leveling channels. C. It is the intent of these Specifications that the unit supplier shall furnish and install associated equipment and accessories, and furnish all the labor to make the system complete and operational. 3.2 FIELD TESTS A. Field test shall be conducted by the manufacturer's authorized representative after installation to assure compliance with all operating requirements of the specifications. B. Tests shall include, but not be limited to, a full rated power load test for a period of 4 hours using a reactive dry bank load cell to simulate the actual design loads as shown on the drawings. C. All field tests shall be witnessed by the ENGINEER and OWNER; test results all documented and submitted to the ENGINEER. 3.3 START-UP AND OPERATIONS INSTRUCTION A. Upon completion of the installation and field tests, startup shall be performed in accordance I with manufacturer's published procedures. B. Step-by-step detailed instructions of the operation of the unit(s) shall be furnished by the equipment supplier. The instructions shall include, but not be limited to, the following procedures: 1. Start up of the unit. 2. Normal shutdown of the unit. 3. Emergency shutdown of the unit. C. The manufacturer's representative shall conduct a total of three (3) eight (8) hour training sessions for the start-up and operations and maintenance of the engine generator unit, automatic transfer switch (ATS), and appurtenant equipment. END OF SECTION 160-10049-000 16230-8 Packaged Engine Generator Systems Southwest Pump Station City of Lubbock SECTION 16276 DRY -TYPE TRANSFORMERS - 600 VOLT PRIMARY AND BELOW PARTI-GENERAL 1.1 SUMMARY Provide dry -type transformers with 600 volt and below primary and rated 500 kVA and smaller. 1.2 RELATED WORK AND SPECIFICATIONS A. Submittals. Section 01330. B. Operations and Maintenance Manuals. Section 01800. 1.3 REFERENCE STANDARDS Design, test, assemble and install in conformance to the latest edition of the following applicable industry standards. A. ANSLUL 506 - Specialty Transformers. B. ANSIML 1561 - Dry -Type General Purpose and Power Transformers. C. IEEE C57.94 - Recommended Practice for Installation, Application, Operation and Maintenance of Dry- Type.General-Purpose Distribution and Power Transformers. D. ANSI/NEMA ST 20 - Dry -Type Transformers for General Applications. E. NFPA 70 - National Electrical Code (NEC). 1.4 SUBMITTALS A. Submit the following information for each size and type of transformer being provided in accordance with Section 01330. 1. Manufacturer. 2. Rated kVA, number of phases and frequency. 3. Primary voltage and connections. 4. Secondary voltage and connections. 5. Number and percent taps. 6. Outline dimensions. 7. Total weight of unit. 160-10049-000 16276-1 Dry -Type Transformers - 600 Volt Primary and Below B. Submit the following information for record purposes at closeout in accordance with Section 01800. 1. O&M Manual. The manufacturer shall furnish with the submittal and with each unit delivered an equipment manual that details the installation, operation, recommended renewal parts list, and maintenance instructions for the specified unit. PART2-PRODUCTS 2.1 MANUFACTURERS Square D, General Electric or Seimens. 2.2 RATINGS Required WA, voltages, phases and winding configurations are indicated on the drawings. Transformers must be rated for 60 hertz operation, self -cooled NEMA Class AA and FA, and shall be listed under UL 506 or 1561. 2.3 COILS A. Windings. Use copper wire (bar stock) for coil windings. B. Tans. Furnish transformers with full load rated taps in the primary winding as follows: KVA Ratine Tames 3-15 WA, single phase; Two 5 percent taps below rated voltage 9-15 WA, three phase 25-100 WA, single phase; Six 2-1/2 percent taps, four below and two 30-300 WA, three phase above rated voltage 167-250 WA, single phase; Four 2-1/2 percent taps, two below and two 500 kVA, three phase above rated voltage 2.4 INSULATION Provide a 220°C insulation system which is the manufacturer's standard for a maximum 80°C rise over a 40°C ambient. 2.5 SOUND REQUIREMENTS Average sound levels must not exceed the following values as measured in accordance with NEMA ST 20-4.12. WA dB 0-9 40 10-50 45 51-150 50 151-300 55 301-500 60 160-10049-000 16276-2 DryType Transformers - 600 Volt Primary and Below I PART2-PRODUCTS 2.1 PRODUCT REQUIREMENTS A. Condition. Provide new products of manufacturers regularly engaged in production of such equipment. Provide the manufacturer's latest standard design for the type of product specified. B. NEC and UL. Products must conform to requirements of the National Electrical Code. Where Underwriters' Laboratories have set standards, listed products and issued labels, products used must be listed and labeled by UL. C. Space Limitations. Equipment selected must conform to the building features and must be coordinated with them. Do not provide equipment which will not suit arrangement and space limitations. D. Factory Finish. Equipment must be delivered with a hard surface, factory -applied finish so that no additional field painting is required except for touch-up as required 2.2 SUBSTITUTIONS Refer to Section 01600, Product Requirements. PART3-EXECUTION 3:1 PROTECTION OF EQUIPMENT A. Moisture. During construction, protect switchgear, transformers, motors, control equipment, and other items from insulation moisture absorption and metallic component corrosion by appropriate use of strip heaters, lamps or other suitable means. Apply protection immediately on receiving the products and maintain continually. B Clean. Keep products clean by elevating above ground or floor and by using suitable coverings. C. Damage. Take such precautions as are necessary to protect apparatus and materials from damage. Failure to protect materials is sufficient cause for rejection of the apparatus or material in question. D. Finish. Protect factory finish from damage during construction operations and until acceptance of the project. Satisfactorily restore any finishes that become stained or damaged. 3.2 INSTALLATION A. Cooperation with Other Trades. Cooperation with trades of adjacent, related or affected materials or operations, and of trades performing continuations of this work under subsequent contracts, is considered a part of this work in order to effect timely and accurate placing of work and to bring together, in proper and correct sequence, the work of such trades. B. Workmanship. Work must be performed by workmen skilled in their trade. The installation must be complete. Provide work in accordance with NECA 1. C. Concrete Equipment Pads. Install 3-1/2-inch-thick concrete foundation pads for indoor floor -mounted equipment, except where direct floor mounting is required. Pour pads on roughened floor slabs, sized so that outer -- edges extend a minimum of 3 inches beyond equipment. Trowel pads smooth and chamfer edges to a 1-inch bevel. Secure equipment to pads as recommended by the manufacturer. 160-10049-000 16050-3 Electrical General Provisions D. Setting of Equipment Equipment must be leveled and set plumb. Sheet metal enclosures mounted against a wall must be separated from the wall not less than 1/4 inch by means of corrosion -resistant spacers or by 3 inches of air for freestanding units. Use corrosion -resistant bolts, nuts and washers to anchor equipment. In sufficient time to be coordinated with work under other divisions, provide drawings and layout work showing exact size and location of sleeves, openings or inserts for electrical equipment in slabs, walls, partitions and chases. E. Sealing of Equipment 1. Voids between sleeves or core -drilled holes and pipe passing through fire -rated assemblies shall be firestopped to meet the requirements of ASTM E 814, in accordance with Section 07840, Firestopping. Contractors shall provide proper sizing when providing sleeves or core -drilled holes to accommodate their through -penetrating items. 2. Seal openings into equipment to prevent entrance of animals, birds and insects. F. Motors. 1. Motors are specified under other sections of Division 16. 2. Electrical work includes the electrical connection of all motors, except those which are wired as a part of equipment. G. Concealed Work. Conceal all electrical work in walls, floors, chases, under floors, underground and above ceilings except: I . Where shown or specified to be exposed. Exposed is understood to mean open to view. 2. Where exposure is necessary to the proper function. 3. Where size of materials and equipment preclude concealment. H. Application. Unless otherwise indicated, power will be utilized as follows: 1. 480 volts, three phase: motors above 3/4. 2. 120 volts, single phase: motors 1/2 horsepower and smaller. 3. 120 volts, single phase: incandescent lighting. 4. 120 volts, single phase: fluorescent lighting. 5. 120, 208 or 480 volts, single phase: high -intensity -discharge lighting. 6. 120 volts, single phase: convenience outlets. I. Transformers. Use transformers to change the service to the required utilization voltages. 3.3 TESTING A. Test Conditions. Place circuits and equipment into service under normal conditions, collectively and separately, as may be necessary to determine satisfactory operation. Perform specified tests in the presence of the Owner's representative. Furnish all instruments, wiring, equipment and personnel required for conducting tests. Demonstrate that the equipment operates in accordance with requirements of the drawings and specifications. Special tests on certain items are specified hereinafter. Where specified that the testing be performed by an independent testing company, an Owner approved NETA certified testing company shall be used. B. Test Dates. Schedule final acceptance tests sufficiently in advance of the contract date to permit completion of any necessary adjustment or alterations within the number of days allotted for completion of the contract. C. Retests. Conduct retests as directed by the Owner's representative of such time duration as may be necessary to assure proper functioning of adjusted or altered parts or items of equipment. Any resultant delay as a result of such necessary retests does not relieve the Contractor of his responsibility under this contract. END OF SECTION 160-10049-000 16050-4 Electrical General Provisions _l Southwest Pump Station City of Lubbock SECTION 16051 ACCEPTANCE TESTING AND CALIBRATION PART1-GENERAL 1.1 SUMMARY This section provides the guidelines for testing of electrical equipment, low voltage cable, protective relays, circuit breakers, motor control centers, motors, and related apparatus to be used for the site interior and exterior electrical distribution system This specification does not release the CONTRACTOR or vendor from any further testing required for safe commissioning of the equipment. 1.2 RELATED WORK AND SPECIFICATIONS A. Submittals. Section 01330. B. Material and Equipment. Section 01600. C. Operation and Maintenance Data. Section 01800. 1.3 QUALITY ASSURANCE National Electric Testing Association Standards for acceptance testing of Electrical Distribution Apparatus, Publication 2.001, and IEEE Publication No. 141, are hereby made a part of this section, unless otherwise modified herein. r 1.4 TESTS A. All tests, other than Low Voltage Systems and Equipment, will be supervised by the OWNER. THE CONTRACTOR will give a one -week notice of all scheduled tests to the OWNER in writing. If a third party is conducting the tests, the CONTRACTOR's presence will be required also. B. Provide tests as required by specific sections of these Division 16 specifications. Review Division 16 requirements for other testing not specifically mention in this section. C. Under this specification the CONTRACTOR shall perform the electrical tests on the following equipment and as specified under Part 3, Execution. The CONTRACTOR will supply all equipment required to perform all testing responsibilities. 1. All transformers. 2. Low voltage cable. 3. Motors. 4. All controls for miscellaneous motors. 5. Motor control centers. 6. High voltage cable. 7. Grounding. D. The Contractor will notify the Owner of scheduled dates of electrical equipment installation completion. Equipment testing will be coordinated at this time by Contractor with Owner and appropriate Manufacturer's Representatives. Q 160-10049-000 16051-1 Acceptance Testing and Calibration PART2-PRODUCTS Not Applicable PART3-EXECUTION 3.1 PREPARATORY WORK Prior to the testing of any specific piece of equipment, the Contractor will remove all shipping hardware and inspect for broken or missing parts and proper connections in accordance with the manufacturer's instructions. 3.2 MOTOR STARTERS A. Test, adjust, and clean motor starters as required by design specifications and manufacturer's published instructions. B. Record all nameplate data on starters and motors and information on components such as fuses, current transformer ratios, overload relays, and settings. Test ground fault relays. C. Check all connections for tightness. Check all contacts for proper alignment and pressure. Verify that all movable parts are free to operate. D. Take insulation resistance readings of components using 1,000-volt megger for equipment rated 440 to 600 volts. Investigate and correct the causes if an insulation resistance less than one megohm is noted. E. Check the starter control sequence by using a source of control voltage, and dropping it through each of its protective devices, interlocks, pushbuttons, etc. F. Check all fuses for continuity and proper rating. G. Verify that all secondary circuits of current transformers are connected. H. Check all space heaters and related circuitry. 3.3 MOTOR CONTROL CENTERS A. Visually inspect the centers externally and internally (bus -bracing, loosened frame bolts, etc.) for damage or possible trouble before making any tests. Wipe clean the center of all construction dirt and dust. B. With all the starters open, including the main, megger the bus, phase -to -phase and phase -to -ground using a 500V megger. C. Confirm starter heater size with actual full load current of corresponding motors. D. Before motors are run for plant start-up, megger motor cables with a 500V megger with the motor connected. Jog the motor to determine correct rotation and after rotating is confirmed correct, set the motor circuit protector breakers per manufacturers recommended procedure. E. With motor overloads removed, confirm proper operation of a motor control circuit, including all start and stop permissive, interlocks, and trip functions. 160-10049-000 16051-2 Acceptance Testing and Calibration 3.4 GENERAL Submit directly to the ENGINEER six (6) copies of all test reports certified by the testing technician. END OF SECTION 160-10049-000 16051-3 Acceptance Testing and Calibration 11000-B. MANUFACTURER'S INSTRUCTION CERTIFICATION FORM Contract No.: Specification Section: Equipment Name: Contractor: Manufacturers of an equipment item: The undersigned manufacturer certifies that a service ENGINEER has instructed the wastewater treatment operating personnel in the proper maintenance and operation of the equipment designated herein. O,^perations Check List (check appropriate spaces) Start-up procedure reviewed Shutdown procedure reviewed Normal operation procedure reviewed Others: Maintenance Check List (check appropriate spaces) Described normal oil changes (frequency) Described special tools required Described normal items to be reviewed for wear Described preventive maintenance instructions Described greasing frequency Others: Date: Manufacturer: Date: Date: Signature of Authorized Representative Signature of Owner's Representative Signature of Contractor's Representative 160-10049-000 160514 Acceptance Testing and Calibration 11000-A. MANUFACTURER'S INSTALLATION CERTIFICATION FORM Contract No.: Specification Section: Equipment Name: Contractor: Manufacturer of equipment item: The undersigned manufacturer of the equipment item described above hereby certifies that he has checked the installation of the equipment and that the equipment, as specified in the project manual, has been provided in accordance with the manufacturer's recommendations and that the trial operation of the equipment item has been satisfactory. Comments: Date: Manufacturer: Signature of Authorized Representative: Date: Contractor: Signature of Authorized Representative: 160-10049-000 16051-5 Acceptance Testing and Calibration { TRANSFORMER TEST REPORT PROJECT NO.: OWNER: CONTRACTOR: ENGINEER: PROJECT: REFERENCE DATA: Report No. Description: Specification Section No. Page No. Paragraph No. Sheet No. Entitled Detail Designation Drawing Attached (YIN) EQUIPMENT IDENTIFICATION: Name (From Drawings) Identification No. Unit No. Manufacturer Model No. Serial No. LOCATION: Structure NIS Coord. E/W Coord. Station Elev. RESISTANCE TESTER Mfgr. Model No. Serial No. Range Megohms MaxVoltage vdc WEATHER OF o RH DATE KVA PHASE PRIMARY VOLTAGE SECONDARY VOLTAGE Primary Insulation Resistance Secondary Insulation Resistance (Megahoms after 15 sec.) (Megahoms after 15 sec.) Phase A Phase B Phase C Phase A Phase B Phase C Test by: Test by: Witness by: Witness by: 160-10049-000 16051-6 Acceptance Testing and Calibration Southwest Pump Station City of Lubbock SECTION 16052 IDENTIFICATIONS PART1-GENERAL 1.1 SUMMARY Furnish and install tags/nameplates on all equipment, devices, instruments, conduit, and conductor marked as indicated on the drawings and as specified herein. Major equipment shall be furnished with nameplates in accordance with their individual specifications. 1.2 RELATED WORK AND SPECIFICATIONS A. Submittals. Section 01330. B. Electrical General Provisions. Section 16050. PART 2-PRODUCTS 2.1 EQUIPMENT AND DEVICE MARKING A. Designations. Identify all equipment, devices, feeders, branch circuits and similar items with the same designations as indicated on the contract documents. B. Nameplates. Externally mark all electrical equipment with nameplates identifying each and the equipment served. Nameplates shall be black laminated rigid phenolic with white core. Nameplate minimum size shall be 1 inch high by 3 inches long with 3/16-inch-high engraved white letters. Supply blank nameplates for spare units and spaces. C. Nameplate Fasteners. Fasten nameplates to the front of equipment only by means of stainless steel self - taping screws. Stick-ons or adhesives will not be allowed unless the NEMA enclosure rating is compromised, then only epoxy adhesive shall be used to attach nameplates. D. Nameplate Information. In general, the following information is to be provided for the types of electrical equipment as listed. 1. 25 kV Switchgear. On main switches or circuit breakers, identify the system voltage. For each switch or circuit, identify the load served. 2. Motor Control Centers. On the mains identify the piece of equipment, the source and voltage characteristics (i.e., 480V 3PH 3W). For each branch circuit protective device, identify the load served. 3. Transformers, Individual Starters, Contactors, Disconnect Switches, Transfer Switches and similar equipment. Identify the device designation, source and load served. 4. Panelboards. Identify the source, panelboard designation and voltage characteristics. E. Panelboards. Prepare a neatly typed circuit directory behind clear heat -resistant plastic in a metal frame attached to the inside of the door for each panelboard. Identify circuits by equipment served and by room numbers where room numbers exist. Indicate spares and spaces with light, erasable pencil marking. Adhesive mounted directory pocket is not acceptable. 160-10049-000 16052-1 Identifications r F. Pull. Junction and Outlet Boxes. With 112-inch-high lettering, identify conduits connected to pull, junction and outlet boxes with the complete circuit number of the conductors contained therein. Where multiple circuits are contained in a box, identify the circuit conductors with permanent tags which indicate circuit designation. G. Equipment and Raceways Over 600 Volts. Provide "WARNING - HIGH VOLTAGE - KEEP OUT" signs on all equipment. With 2-inch-high lettering, mark all exposed raceways containing conductors operating in excess of 600 volts every 100 feet with the words "WARNING - HIGH VOLTAGE." H. Power Receptacles. Use nameplate or engrave device plate to identify power receptacles where the nominal voltage between any pair of contacts is greater than 150 volts with circuit number, voltage and phases. If nameplates are used, attach to wall directly above device plate. I. Wall Switches. Where the equipment served is not in sight of the wall switch, provide an engraved switch plate or attach a nameplate to the wall directly above the switch. 2.2 CONDUCTORS IDENTIFICATION SYSTEM A. Provide heat -shrink wire markers, or approved equal, for conductor identification. B. Provide complete power and control conductor identification system so that after installation circuits can be easily traced from origin to final destination. C. Identify power and control conductors at each termination and in all accessible locations such as manholes, handholes, panels, switchboards, pull boxes, terminal boxes, etc. For identification, use type of tags specified herein. D. Tag conductors using a three -segment conductor numbering scheme which defines the origin of the conductor, the function of the conductor, and the destination of the conductor. E. Example: MCC-Bl-Al-AIR where MCC-Bl, Cubicle Al is the origin. F. Make the origin and destination identification the speck names for the equipment used in the Contract Documents. 2.3 CONDUIT MARKERS Conduit markers shall be the metal type permitting embossing on the job. 2.4 POWER OUTLETS, SWITCHES, AND PILOT DEVICES A. Mark power outlets with voltage, phase, and circuit number. B. Identify all wall switches, disconnect switches, etc., with name tags and circuits served. C. Identify all pushbutton stations with their functions and equipment served. 2.5 EXPOSED CONDUITS AND CABLES ON CABLE TRAY Identify all exposed conduits and cables by their circuit numbers or loop numbers at the source, at the equipment, and at 20 feet spans in between. 160-10049-000 16052-2 Identifications PART3-EXECUTION 3.1 CONDUIT MARKERS A. Exposed Conduits. 1. Furnish conduit markers at the point of origin, point of termination upon crossing on each side, and at 50-foot intervals for all exposed and accessible conduits. 2. Install markers lengthwise and attach with cable ties. 3. Stencil high voltage conduit with the legend "high voltage" stenciled in minimum 1-inch high red letters. B. Underground Conduit Duct Banks. 1. Mark underground ductbanks with 24-inch by 24-inch by 4-inch concrete marker with etched lettering and arrows indicating the ductbank route. 2. Install markers at point of origin, at point of termination, at change of direction, and at 100-foot intervals, even though not shown on plans. 3.2 CONDUCTORS Tag all conductors at their origin, termination, pullboxes and junction boxes. 3.3 NAMEPLATES/TAGS A. Furnish and install nameplates for all switchgear, panelboards, motor starters, motor control centers, disconnect switches, instrument panels, dry -type transformers, and control stations. B. Engrave the equipment designation, on nameplates. All switches, indicating lights, pushbuttons, meters, and parameter indicators on panels shall be clearly identified with its function or tag, as required. C. Stainless steel tags shall be used on instrument, motors, and other devices, as applicable. The tags shall be affixed to the instrument with drive pins or stainless steel wire in such manner that it does not need to be removed to install the instrument. Motors shall carry the tag assigned to its driven equipment, i.e., P-101. END OF SECTION 1 l 160-10049-000 16052-3 Identifications r _, Southwest Pump Station City of Lubbock SECTION 16054 ELECTRICAL -POWER SYSTEM STUDIES PARTI-GENERAL 1.1 SUMMARY The electrical equipment manufacturer shall provide electrical power system studies for the project as specified herein. 1.2 RELATED WORK AND SPECIFICATIONS A. Electrical Service. Section 16210 1.3 SUBMITTALS Completed electrical power system studies shall be bound and submitted to the Engineer. 1.4 COORDINATION A. Coordinate with Utility Company to obtain utility impedance information and fault current availability in accordance with Section 16210. PART2-PRODUCTS 2.1 MANUFACTURERS The specified electrical power system studies shall be performed by the manufacturer(s) of the normal and standby systems equipment. PART3-EXECUTION 3.1 ELECTRICAL POWER SYSTEM STUDIES A. Short -Circuit Analvsis. 1. Calculation of the maximum rms symmetrical three-phase short-circuit current at each significant Iocation in the electrical system shall be made using a digital computer. 2. Appropriate motor short-circuit contribution shall be included at the appropriate locations in the system so that the computer calculated values represent the highest short-circuit current the equipment will be subjected to under fault conditions. 3. A tabular computer printout shall be included which lists the calculated short-circuit currents, X/R ratios, equipment short-circuit interrupting or withstand current ratings, and notes regarding the adequacy or inadequacy of the equipment. 4. The study shall include a computer printout of input circuit data including conductor lengths, number of conductors per phase, conductor impedance values, insulation types, transformer impedances and XIR ratios, motor contributions, and other circuit information as related to the short-circuit calculations. 1 160-10049-000 16054-1 Electrical Power System Studies 5. Include a computer printout identifying the maximum available short-circuit current in rms symmetrical amperes and the X/R ratio of the fault current for each bus/branch calculation. 6. The system one -line diagram shall be computer generated and will clearly identify individual _equipment buses, bus numbers used in the short-circuit analysis, cable and bus connections between the equipment, calculated maximum short-circuit current at each bus location and other information pertinent to the computer analysis. 7. A comprehensive discussion section evaluating the adequacy or inadequacy of the equipment must be provided and include recommendations as appropriate for improvements to the system. 8. The Contractor shall be responsible for supplying conductor information (lengths, types, number per phase, etc.) to the equipment manufacturer in a timely manner to allow the short-circuit analysis to be completed prior to final installation. 9. Any inadequacies shall be called to the attention of the Engineer and recommendations made for improvements as soon as they are identified. B. Protective Device Time -Current Coordination Analysis. , l . The time -current coordination analysis shall be performed with the aid of a digital computer and will include the determination of settings, ratings, or types for the adjustable overcurrent protective devices supplied. 2. Where necessary, the Engineer shall be consulted regarding the appropriate compromises to be made between system protection and service continuity. A sufficient number of computer generated log -log plots shall be provided to indicate the degree of system protection and coordination by displaying the time -current characteristics of series connected overcurrent devices and other pertinent system parameters. 3. Computer printouts shall accompany the log -log plots and will contain descriptions for each of the devices shown, settings of the adjustable devices, the short-circuit current availability at the device location when known, and device identification numbers to aid in locating the devices on the log -log plots and the system one -line diagram 4. The study shall include a separate, tabular computer printout containing the suggested device settings of all adjustable overcurrent protective devices, the equipment where the device is located, and the device number corresponding to the device on the system one -line diagram 5. A computer -generated system one -line diagram shall be provided which clearly identifies individual equipment buses, bus numbers, device identification numbers and the maximum available short-circuit current at each bus when known. 6. A discussion section which evaluates the degree of system protection and service continuity with overcurrent devices, along with recommendations as required for increasing system protection or device coordination. 7. Significant deficiencies in protection and/or coordination shall be called to the attention of the Engineer and recommendations made for improvements as soon as they are identified. END OF SECTION 160-10049-000 16054-2 Electrical Power System Studies Southwest Pump Station City of Lubbock SECTION 16060 GROUNDING PARTI-GENERAL 1.1 SUMMARY This section specifies the furnishing and installation of grounding and bonding equipment for electrical systems. 1.2 RELATED WORK AND SPECIFICATIONS A. Submittals. Section 01330. B. Lighting Protection Systems Section 16610. 1.3 REFERENCE STANDARDS Design, test, assemble and install in conformance to the latest edition of the following applicable industry standards. A. ANSI/IEEE Std 142 - Recommended Practice for Grounding of Industrial and Commercial Power Systems. B. ANSI/UL 467 - Grounding and Bonding Equipment. 14 SUBMITTALS !Submit product data. PART2-PRODUCTS 2.1 GROUND RODS A. Materials Provide 3/4-inch by 10-foot long, copper -clad, steel grounding electrodes. Supply a rod to which the copper cladding is permanently and inseparably bonded to a high -strength steel core. B. Listing. UL 467. 2.2 CONNECTIONS A. Materials. Provide exothermic welded type connections for all grounding and bonding connections. Obtain written permission from the Engineer for the use of non -exothermic connections. B. Listina. UL 467. 2.3 WIRING A. Grounding Electrode Conductors. Bare tinned -copper conductors, minimum size of #4/0 AWG, stranded. 160-10049-000 16060-1 Grounding l' a B. Equipment Grounding Conductors. Provide bare tinned -copper conductors for bonding jumpers. Provide 600 volt insulated stranded copper conductors having a green -colored insulation for equipment grounding conductors. C. Listing. UL 83. 2.4 GROUND BUS Where a field provided ground bus is required, use round -edge copper bar with 98 percent International Annealed Copper Standard (IACS) conductivity. Size the bus for not less than 25 percent of the cross -sectional area of the related feeder. A minimum size of 1/4 inch by 2 inches is required. PART3-EXECUTION 3.1 SYSTEM GROUND A. System Neutral. Where a system neutral is used, ground the system neutral as required by NEC Article 250. Ground the system neutral only at the point of service and isolate it from ground at all other points in the system B. Separately Derived Systems. Solidly ground neutrals of separately derived systems such as generators, transformers, etc., in accordance with NEC 250-26, whether neutrals are actually installed or not. C. Size. Size the system grounding electrode conductors to comply with NEC Table 250-94, unless shown larger. D. Testing. Test the completed grounding system. If the resistance of the grounding system is greater than 5 ohms, add ground rods to attain 5 ohms. 3.2 EQUIPMENT GROUND A. Manholes. Provide a No. 4/0 AWG bare stranded copper ground bus in all manholes and handholes. Mount bus 12 inches above floor using one -hole pipe straps T-0" on center. Connect bus to ground rod with a No. 4/0 AWG conductor. Bond all metallic components, electrical grounding conductors and ductbank grounding conductors to the bus using lugs or clamps. B. Raceway Systems and Equipment Enclosures. 1. Ground cabinets, junction boxes, outlet boxes, motors, controllers, raceways, fittings, switchgear, transformer enclosures, other electrical equipment and metallic enclosures. Ground equipment and enclosures to the continuous -grounded, metallic raceway system in addition to any other specific grounding shown. 2. Provide bonding jumpers and ground wire throughout to ensure electrical continuity of the grounding system. 3. Provide grounding -type insulated bushings for metal conduits 1-1/2 inches and larger terminating in equipment enclosures containing a ground bus and connect the bushing to the ground bus. 4. Provide a green insulated equipment grounding conductor for each feeder and branch circuit. C. Size. When grounding and bonding conductors are not sized on drawings, size the grounding conductors in accordance with NEC Table 250-95. Size bonding jumper so that minimum cross -sectional area is greater than or equal to that of the equivalent grounding conductor as determined from NEC Table 250-95. END OF SECTION r: 160-10049-000 16060-2 Grounding Southwest Pump Station City of Lubbock SECTION 16120 INSULATED CONDUCTORS PART1-GENERAL 1.1 SUMMARY Provide insulated conductors. 1.2 RELATED WORK AND SPECIFICATIONS A. Submittals. Section 01330. B. Control and Instrument Cable. Section 13413. C. Acceptance Testing and Calibration. Section 16051. D. Identifications. Section 16052 E. Grounding. Section 16060 1.3 REFERENCE STANDARDS - A. , =< ANSI/UL 83 - Thermoplastic -Insulated Wires and Cables. B. ANSWL 1277 - Electrical Power and Control Tray Cables with Optional Optical -Fiber Members. C. ICEA S-61-402 (NEMA WC 5) - Thermoplastic -Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy. 1.4 SUBMITTALS A. Provide product data on the following: 1. 600-volt conductor, splicing and terminating materials. PART2-PRODUCTS 2.1 IDENTIFICATION Provide new insulated conductors marked according to NEC Article 310. 2.2 600-VOLT INSULATED CONDUCTORS A. Size. As shown. B. Construction. 1. Conductor. Soft -drawn, annealed copper. Stranded for No. 12 AWG and larger. 160-10049-000 16120-1 Insulated Conductors f 2. Insulation.- Unless otherwise noted on the drawings, use XM W for power wiring and MTW for control wiring. C. Usage. 1. For general wiring use No. 12 minimum. 2. For field -installed control wiring use No. 12 or larger stranded conductors. 3. For tray cable (Type TC) provide a multi -conductor cable consisting of insulated conductors as described in the preceding paragraph with an overall outer sheath. Use a nonmetallic sheath that is moisture, sunlight and corrosion resistant and flame retardant, specifically approved for this purpose. 4. For control and instrument cable in accordance with Section 13413. D. Listine. 1. Single Conductor. UL 83. 2. Tray Cable. UL 1277. PART3-EXECUTION 3.1 INSTALLATION A. Protection. Unless otherwise indicated, mechanically protect conductors for systems by installing in raceways. Do not install the conductors until raceway system is complete and properly cleaned. Use Polywater J cable lubricant when pulling conductors. Do not bend any conductor either permanently or temporarily during installation to radii less than four times the outer diameter of 600-volt insulated conductors. Do not exceed manufacturer's recommended values for maximum pulling tension. B. Splices and Terminations. Use pressure -type lugs or connectors for terminations or splices of all stranded conductors. Use ring -tongue type terminators on all control wiring. Make grounding (earth) conductor approximately 2 inches f 50 mm} longer than the ungrounded (phase) conductors at both ends. Refer to Section 16060. C. Appearance. Neatly and securely bundle or cable all conductors in an enclosure using nylon straps with a locking hub or head on one end and a taper on the other. 3.2 600-VOLT INSULATED CONDUCTORS A. Size. Install conductor sizes as indicated. Provide No. 10 AWG conductor for the entire circuit length for single-phase, 20-ampere circuits for which the distance from panelboard to the last outlet is more than 100 feet for 120 volt circuits. B. Home Runs. Except where specifically indicated, provide branch circuit home runs with not more than two different line conductors and a common neutral in a single raceway for 3-wire, single-phase systems, nor more than three different line conductors and a common neutral in a single raceway for 4-wire, 3-phase systems. Use home run circuit numbers as indicated for panelboard connections. 160-10049-000 16120-2 Insulated Conductors E-. C. Color Code. Use factory -colored insulated conductors for No. 10 and smaller conductors and color code larger insulated conductors with an approved field -applied tape. Use different colors for control wiring. Follow the color scheme below. Line 240/120 208/120 480/277 A or Ll Black Black Brown B or L2 Red Red Orange C or L3 Orange Blue Yellow Neutral White White Gray Ground Green Green Green Switch Leg Pink Pink Pink Where more than one conductor of the same phase or more than one neutral conductor occur at the same outlet or junction box, these conductors shall be identifiable from each other by use of stripes or distinguishing markings. D. - Field Testing. Insulation resistance of all conductors shall be tested. Each conductor shall have its insulation resistance tested after the installation is completed and all splices, taps and connections are made except connection to or into its source and point (or points) of termination. Insulation resistance of conductors which are to operate at 600 volts or less shall be tested by using a Biddle Megger of not less than 1000 volts d-c. Insulation resistance of conductors rated at 600 volts shall be free of shorts and grounds and have a minimum resistance phase - to -phase and phase -to -ground of at least 10 megohms. Conductors that do not exceed insulation resistance values listed..above shall be removed at Contractor's expense and replaced and test repeated. The Contractor shall furnish all instruments and personnel required for tests, shall tabulate readings observed, and shall forward copies of the test readings to the Owner in accordance with Section 16050. These test reports shall identify each conductor tested, date and time of test and weather conditions. Each test shall be signed by the party making the test. END OF SECTION 160-10049-000 16120-3 Insulated Conductors No Text Southwest Pump Station City of Lubbock SECTION 16130 RACEWAYS PARTI-GENERAL 1.1 SUMMARY Provide electrical raceway systems: A. Conduit 1. Rigid metal conduit. 2. PVC -coated rigid metal conduit. 3. Electrical metallic tubing. 4. Rigid nonmetallic conduit. 5. Liquid -tight flexible metal conduit. B. Wireways. C. Underground Duct Bank is specified in Section 02581. 1.2 REFERENCE STANDARDS A. ANSI C80.1 - Rigid Steel Conduit - Zinc -Coated. B. ANSI C80.3 - Electrical Metallic Tubing - Zinc -Coated. C. ANSI C80.4 - Fittings for Rigid Steel Conduit and Electrical Metallic Tubing. D. ANSI/NEMA TC 2 - Electrical Plastic Tubing (EPT) and Conduit (EPC40 and EPC-80). E. ANSI?UL 360 - Liquid -tight Flexible Steel Conduit. F. ANSDUL 467 - Electrical Grounding and Bonding Equipment. G. ANSIAM 651 - Schedule 40 and 80 Rigid PVC Conduit. H. ANSMM 797 - Electrical Metallic Tubing. I. ANSLM 870 - Wireways, Auxiliary Gutters and Associated Fittings. J. NEMA RN I - Polyvinyl Chloride (PVC) Externally Coated Galvanized Rigid Steel Conduit and Intermediate Metal Conduit. K. UL 6 - Rigid Metal Conduit. 1.3 CERTIFICATIONS A. Use only installers certified in the installation of PVC -coated rigid metal conduit. 160-10049-000 16130-1 Raceways 1 A SUBMITTALS A. Provide product data for PVC -coated rigid metal conduit. B. Provide certifications for PVC -coated rigid steel conduit installers. PART2-PRODUCTS 2.1 CONDUIT AND FITTINGS A. Rigid Metal Conduit. 1. Conduit. Rigid hot -dipped galvanized steel (RGS) conduit with zinc -coated threads and an outer coating of zinc chromate. 2. Fittings. Threaded steel or malleable iron, either cadmium plated or hot -dipped galvanized. B. PVC -Coated Rigid Metal Conduit. 1. Conduit. Same as rigid metal conduit plus a factory -applied, 40-mil.-thick covering of polyvinyl chloride (PVC) bonded to the metal. 2. Fittings. Same as rigid metal conduit fittings plus a factory -applied, 40-mil-thick covering of PVC bonded to the metal. 3. Manufacturers. Rob -Roy.. 4. Training. Manufacturer shall provide "hands on" training and certification for the Contractor on proper methods of preparation, installation and touch-up. C. Ri ig�dNonmetallic Conduit. 1. Conduit. Schedule 40 or 80 polyvinyl chloride (PVC). 2. Fittings. Solvent weld socket type. D. Liquid -tight Flexible Steel Conduit. 1. Conduit. Spiral -wound, square -locked, hot -dipped galvanized steel strip plus a bonded outer jacket Of PVC. 2. Fittings. Compression type, malleable iron, with insulated throat, either cadmium plated or hot - dipped galvanized. 2.2 WIREWAYS A. Material. Not less than 16-gauge sheet steel. B. Dimensions. Cross section dimensions not less than 4 inches by 4 inches. C. Finish. Not less than two coats of enamel over a rust -inhibiting prime coat. D. Type. 1. Indoors. NEMA 1, painted steel. 2. Outdoors. NEMA 3R, painted steel. 160-10049-000 16130-2 Raceways 2.6 CONSTRUCTION A. Enclosure. Unless otherwise specified or indicated, install transformers in metal enclosures designed to provide air cooling and to prevent accidental contact with live conductors. A. Enclosure. Install transformers with resin -encapsulated coils in totally -enclosed, non -ventilated metal enclosures designed to prevent accidental contact with live conductors. B. Wiring Compartment. Locate the wiring compartment below the core and coil. Have the compartment cooled by air circulation or insulated from the core and coil with a suitable thermal barrier. C. Grounding 1. Ground the core of the transformer to the enclosure with a flexible grounding conductor sized according to NEC requirements. 2. Ground the transformer neutral in accordance with the NEC. D. Mounting Brackets. Furnish mounting brackets, as required, for wall or structure mounting of transformers rated 45 kVA and Iess. PART3-EXECUTION 3.1 TAP SETTING Select the appropriate tap setting on transformer so that the actual secondary voltage is ± 1/2 of a tap span at full load. Record the transformer serial number, kVA rating, selected tap setting and secondary voltage readings. Submit copies of the record to the Architect/Engineer. 3.2 CABLE CONNECTIONS Make transformer cable connections with compression -type lugs suitable for termination of 75°C rated conductors. Position lugs so that field connections and wiring will not be exposed to temperature above 75°C. 3.3 MOUNTING A. Floor. Construct concrete pad for floor -mounted transformers in accordance with Section 16050, Electrical General Provisions. Maintain a minimum of 6 inches free air space between enclosure and walls. B. Wall. Securely anchor wall mounting brackets to wall to provide adequate support. C. Suspended. Suspend transformers from structure by means of trapeze hangers constructed of galvanized all -thread rods and metal framing channels. Make double -nut connections between rods and channels. Locate to provide adequate ventilation and accessibility. D. Vibration Isolation. Mount transformers on vibration isolating pads suitable for isolating the transformer noise from the building structure. 1. For floor transformer installations, use one pad -type Korfund Elasto-Grip waffle, or accepted i substitution, at each comer of the transformer, sized for load of 50 lbsJsq.in. 2. For wall or ceiling hung transformer installations, use spring -type Korfund Series P, or accepted substitution. Provide sound pads at each comer of the transformer, sized for 1/2-inch deflection. 3. Verify removal of shipping brackets before transformer is energized. 160-10049-000 16276-3 Dry -Type Transformers - 600 Volt Primary and Below E. Ventilation. Provide adequate clearance around transformer for ventilation of core, coil and internal components; minimum I'-0" all sides unless noted otherwise. END OF SECTION 160-10049-000 16276-4 Dry -Type Transformers - 600 Volt Primary and Below f Southwest Pump Station City of Lubbock SECTION 16285 TRANSIENT VOLTAGE SURGE SUPPRESSION (TVSS) 600 VOLT AND BELOW PARTI-GENERAL 1.1 SUMMARY . Provide Transient Voltage Surge Suppression (TVSS) equipment having electrical characteristics, ratings and ' modifications as shown on the contract drawings and specified herein. 1.2 RELATED WORK AND SPECIFICATIONS A. Submittals. Section 01330. B. Operation and Maintenance Manuals. Section 01800. C. Motor Control Centers. Section 16445. D. Panelboards - Distribution and Branch Circuit. Section 16442. 1.3 REFERENCE STANDARDS A. The TVSS units and all components shall be designed, manufactured, tested and installed in accordance with the latest applicable standards of the following: 1. ANSYMEE C62.41 and C62.45. 2. ANSUIEEE C62.1 and C62.11. 3. National Electrical Manufacturers Association (NEMA LSI Guidelines). 4. National Fire Protection Association (NFPA 70 [NEC], 75, and 78). 5. Underwriters Laboratories (UL 1449, UL 1283 and UL 845). 6. Underwriters Laboratories (UL 489 and UL 198). B. The unit shall be UL 1449 Listed and CUL Approved as a Transient Voltage Surge Suppressor and UL 1283 Listed as an Electromagnetic Interference Filter. C. The UL 1449 suppression voltage ratings SVR shall be permanently affixed to the TVSS unit. g g( ) P Y 1.4 QUALITY ASSURANCE The manufacturer of this equipment shall have produced similar electrical equipment for a minimum period of 5 years. A list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 1.5 SUBMITTALS r A. Submit the following information for review/approval in accordance with Section 01330: 1. Descriptive bulletins. 2. Product sheets. 160-10049-000 16295-1 Transient Voltage Surge Suppression 600 Volts and Below 3. Verification that the TVSS device complies with the required UL 1449 and UL 1283 suppression voltage ratings (SVR). 4. Actual let -through voltage test data for both the ANSItIEEE C62.41 Category C3 (combination wave) and B3 (ringwave) tested in accordance with ANSI/IEEE C62.45. 5. UL 1449 Listing/Clamp Voltages. Manufacturer shall provide data showing UL 1449 product listing. Manufacturer shall also submit certified documentation of applicable Location Category Testing in full compliance with NEMA LS 1, paragraphs 2.2.10 and 3.10. 6. Single Pulse Surge Current Capacity Testing. Certified documentation of the unit's NEMA LS-1 Single Pulse Surge Current Capacity Testing shall be included in the submittal. 7. Minimum Repetitive Surge Current Capacity Testing. Certified documentation of the unit's ANSI/IEEE C62.41 and ANSMEEE C62.45 Minimum Repetitive Surge Current Capacity Testing shall be included in the submittal. 8. Electrical/mechanical drawings showing unit dimensions, weights, installation instruction details, and wiring configuration. 9. Test report from a recognized independent testing laboratory verifying the suppressor components can survive published surge current rating on a per mode and per phase basis using the IEEE C62.41, 8 x 20 microsecond current wave. B. Submit the following information for record purposes at closeout 1. O&M Manual. The manufacturer shall furnish with the submittal and with each unit delivered an equipment manual that details the installation, .operation, recommended renewal parts list, and maintenance instructions for the specified unit. 2. Drawings. Electrical and mechanical drawings shall be provided by the manufacturer with the submittal and with each unit delivered that show unit dimensions, weights, mounting provisions, connection details and layout diagram of the unit. Include as -built information. Provide drawings with equipment manual. 1.6 EXTENDED WARRANTY The manufacturer shall provide a full 5-year warranty, which shall initiate after the Owner has accepted the testing results and taken possession of the equipment, against any TVSS part failure when installed in compliance with manufacturer's written instructions and applicable national and local electric codes. PART2-PRODUCTS 2.1 MANUFACTURERS A. Square D, GeneraI Electric or Seimens. 2.2 TRANSIENT VOLTAGE SURGE SUPPRESSION - GENERAL A. Transient Voltage Surge Suppression (TVSS) equipment shall meet all ratings and features specified herein. B. Electrical Requirements. 1. Unit Operating Voltage. Refer to drawings for operating voltage and unit configuration. 2. Maximum Continuous Operating Voltage (MCOV). The MCOV shall be greater than 115% of the nominal system operating voltage. 3. Operating Frequency. Range shall be 47 to 63 hertz. 4. Protection Modes. For a wye configured system, the device shall have directly connected suppression elements between line -neutral (L-N), line -ground (L-G), and neutral -ground (N-G). For a delta_ 160-10049-000 16285-2 Transient Voltage Surge Suppression 600 Volts and Below C. configured system, the device shall have suppression elements between line to line (L-L) and line to ground (L-G). 5. UL 1449 2nd Edition SVR. The maximum UL 1449 2nd Edition suppression voltage ratings (SVR) for the device shall not exceed the following: Models 208Y/120 480Y/277 L-N,L-G,N-G 400V 800V L-L, L-G 800V 1500V 6. ANSIIIEEE Cat C3 Let -Through Voltage. The let -through voltage based on IEEE C62.41 and C62.45 recommended procedures for Category C3 surges (20 kV, 10 kA) shall be less than: Models 208Y/120 480Y/277 L N 533V 963V 7. ANSI/IEEE Cat. B3 Let -Through Voltage. Let -through voltage based on IEEE C62.41 and C62.45 recommended procedures for the ANSI/IEEE Cat. B3/Cl ringwave (6 kV, 5000 amps) shall be less than: Models 208Y/120 480Y/277 L-N 437V 843V 8. Surge Current Capacity. Total surge current per phase (based on an 8x20 microsecond waveform) that the device is capable of surviving shall not be less than value listed below for each piece of equipment. TVSS Exposure Surge Current Capacity per Phase High 300 KA Medium 200 KA Low 160 KA 9. Withstand. Each unit must be capable of surviving the following without failure degradation (>10%): a. Motor Control Centers and Distribution Panelboards. 20,000 ANSI/IEEE C62.41 Category C3 (20 kV, 10 kA). b. Branch Circuit Panelboards. 5,000 ANSVIEEE C62.41 Cat. C3 (20 kV, 10 kA). 10. Let -through voltage results shall be measured at the service entrance lugs. TVSS Design. 1. High Performance Suppression System. Include an engineered solid-state high performance suppression system metal oxide varistors. The suppression system shall not incorporate components which may degrade performance or long-term reliability of the suppression system. Suppression system shall reduce transient levels and provide protection for sensitive electronics susceptible to catastrophic or long- term damage. 2. Electrical Noise Filter. Include a high-performance EMIURFI noise rejection filter. Noise attenuation for electric line noise shall be greater than or equal to 44 dB at 100 kHz using the MIL-STD-220A insertion Ioss test method. The unit shall be complementary listed to UL 1283. 3. Internal Connections. No plug-in component modules or printed circuit boards shall be used as surge current conductors. All internal components shall be hardwired with connections utilizing low impedance copper conductors and compression fittings. 160-10049-000 16285-3 Transient Voltage Surge Suppression 600 Volts and Below 4. Remote Status Monitor. The TVSS device shall include form C dry contacts (one NO and one NC) for remote annunciation of unit status. The remote alarm shall change state upon detection of a fault condition. 5. Thermal Protection. Each suppression MOV shall be provided with thermal detection circuit to protect from overheating due to thermal runaway. 6. Diagnostics. Provide unit with following diagnostic features: a. Audible alarm with silence, reset and test feature. b. Indicator lights per phase. C. System fault indicator (service indicator). d. Surge counter. 7. Disconnecting Means. Provide circuit breaker or disconnect for servicing of TVSS unit. 2.3 FACTORY TESTING Each unit shall be thoroughly factory tested before shipment. Testing of each unit shall include but shall not be limited to UL manufacturing and production -line tests, quality assurance checks, MCOV and clamping voltage verification tests. All tests shall be in accordance with the latest version of NEMA and UL standards. PART3-EXECUTION 1 3.1 INSTALLATION i A. All TVSS's shall be integrally installed inside the motor control centers and panelboards at the manufacturer's factory. B. Panelboard and motor control center installed units shall be circuit breaker protected. C. Provide TVSS's on motor control centers and distribution panelboards as indicated on one -line diagrams. Provide TVSS's on branch circuit panelboards as indicated on panel schedules. END OF SECTION 160-10049-000 16285-4 Transient Voltage Surge Suppression 600 Volts and Below Southwest Pump Station City of Lubbock SECTION 16371 VARIABLE FREQUENCY DRIVES 100 hp AND GREATER PART1-GENERAL 1.1 SUMMARY A. Furnish and supply microprocessor based, solid-state variable frequency drives within a ventilated enclosure, as indicated on plans. The variable frequency drives on this project are for the following pumps: 1. Pump 101-150 hp 2. Pump 102 —150 hp B. Provide drives as shown on plans. The exact horsepower of the drives shall be verified with the equipment supplier. If larger drives are required, they shall be provided at no extra cost to the OWNER It shall be the drive suppliers and the CONTRACTOR'S responsibilities to coordinate the drive requirements with the pump suppliers. The VFD's shall supply the current needed by the motors at every point of their operating curves. The CONTRACTOR shall be advised that certain factors can cause the need for a higher horsepower VFD, e.g. a low rpm motor requires more Amps, which may require a larger VFD to be needed. The VFD manufacturer shall provide in writing that the motor to be used is suitable for use with the VFD. C. Provide complete services of factory field engineers for installing, debugging, start-up, testing, and training D. Conduct Harmonic Distortion Testing. E. Training of OWNER personnel. F. Three years parts and labor warranty shall be provided with VFD's. All costs incurred by this warranty shall be covered by the warranty. 1.2 RELATED WORK A. Applicable sections include, but are not limited to: 1. Section 16010 —Electrical General Provisions 2. Section 15130 — Horizontal Split -case Pumps 3. Section 16223 — AC Motors — Greater than 100 HP. 4. Section 16450 — Motor Control Centers 1.3 DRIVE TYPES A. Pulse Width Modulation (PWM) — eighteen pulse. 1.4 ACCEPTABLE MANUFACTURERS A. Robicon Note: The listing of any manufacturer or Trade Mark name does not relieve the manufacturer from complying with all requirements of the plans and these specifications. 1.5 RESPONSIBILITY 160-10049-000 16371-1 Variable Frequency Drives 100 hp and Greater A. The CONTRACTOR shall be responsible for the erection, installation, and start-up of the equipment covered by this Specification. The manufacturer shall furnish the services of a qualified representative to provide technical assistance of installation start-up as indicated under Part 3. B. The variable frequency drive manufacturer shall maintain and staff engineering services personnel trained to do startup services, emergency service calls, repair work, service contracts, and maintenance and troubleshooting training of customer personnel. C. All the variable frequency drives shall be furnished by a single manufacturer, and shall be fully coordinated with pump supplier. D. Coordinate the drive requirements with the pumps. 1.6 SUBMITTALS A. Submittals shall comply with Specification Section 01300. B. Complete drawings shall be furnished for approval before proceeding with manufacture. They shall consist of master wiring diagrams, elementary or control schematics including coordination with other electrical control devices operating in conjunctions with the drive, and suitable outline drawings with sufficient details for locating conduit stub -ups and field wiring. 1.7 SINGLE SOURCE A. All drives shall be the product of a single manufacturer. 1.8 QUALITY ASSURANCE A. The variable frequency controller shall be ETL or UL and CSA certified and shall comply with the latest applicable standards of ANSI, IEEE, and NEMA. The controllers shall be rated as shown on the Drawings, As a minimum, the full load output current of the controller shall be equal to the equivalent motor horsepower as listed by National Electrical Code Table 430-150. 1.9 HARMONICS A. VFDs shall meet or exceed the following harmonic limits at the point of common coupling (pcc) for any combination of the pumps operated from 10% to 100% speeds under actual pumping conditions: 1. pcc location is the MCC bus, which feeds the VFDs 2. voltage: 5% total harmonic distortion (THD) per IEEE 519-1992 3. Current: limits for 20 < IscI11, < 5 per IEEE 519-1992 B. VFD manufacturer shall insure the following: 1. VFD system will not have any detrimental effect on the pump station power system 2. VFD system will not have any detrimental effect on any communications system including telephone and SCADA systems 3. VFD system will not produce crosstalk between VFD's 4. VFD system will not produce any electrical resonance problems 5. VFD system will not produce any torsional resonance problems 6. VFD torque pulsations shall not exceed 30% of the motor or pump shaft rated torque C. If harmonic filters are required to meet these requirements, the VFD manufacturer must provide the filters at no extra cost and is responsible for the design, manufacturing, and installation of the filter. Compliance shall be verified with on -site field measurements of the harmonic distortion at the point of common coupling with and without the VFDs operating. Refer to part 3 of this specification for description of this testing. 160-I0049-000 16371-2 Variable Frequency Drives 100 hp and Greater D. VFD system shall maintain a 0.9 minimum power factor from 10 percent to 100 percent speed. VFD system, including power factor correction and/or harmonic filter, shall never have a leading power factor under operation or at any other time. VFD manufacturer is to supply a power factor correction system, if required, to meet this requirement. The power factor correction capacitors shall be mounted on the input side of the VFD. Refer to paragraph 3.2 regarding field-testing of power factor. E. It is the responsibility of the VFD supplier to obtain source impedance and other circuit data from the utility prior to bidding. 1.10 SOFTWARE A. Provide four copies of programming software on compact disk. PART2-PRODUCTS - 2.1 CONSTRUCTION A. The variable frequency controller shall be rated 460V, 3 phase, 60 hertz, with the features for both variable torque applications and constant torque applications motors having 1.15 service factor. B. The variable frequency controller shall be rated as indicated in the schedule. The controllers shall provide digitally based speed adjustment of three-phase motors. The variable frequency and voltage output shall provide constant volts per Hertz excitation for the motor up to 60 Hertz. C. The variable frequency controller shall have a 140 percent overload rating for one (1) minute, and shall be designed to operate continuously at 115 percent of motor nameplate horsepower and current without exceeding 95 percent of thermal characteristics of the electronics. D. The controller shall be capable of converting incoming three phase, 460V (+10 percent to -10 percent) and 60 Hertz (+2 Hertz) power to a fixed potential DC bus level in the converter section. The DC voltage shall be inverted by a 18 pulse width modulated (PWM) inverter to a variable frequency output to simulate a usable sine wave. The controller shall maintain power factor at .95 or greater at any speed or load. The controller shall have a minimum efficiency of 95 percent at rated load. E. The converter shall use a diode bridge for the conversion of AC to DC. The inverters shall use transistors as switching devices. Silicon controller rectifiers, current source inverters, and paralleling of devices are unacceptable. F. The controller shall operate in an ambient temperature of 00 to 500C for elevations up to 3,300 feet above sea level and humidity of 0 to 100 percent. G. The controller shall be mounted in a full height, freestanding enclosure for all units. The controller shall have easily removable assemblies. H. All enclosures shall not be less than 16-gauge steel with surfaces to be painted. Refer to 3.4 for special project requirements. Provide cooling fans, thermostat and air filters. I. Doors shall include plastic device holders for mounting up to six operator devices. Factory mounted operator devices shall be factory wired. J. The operating handle of the disconnect shall always remain connected to the breaker and shall not be mounted on the door. The position of the handle shall indicate ON, OFF, or TRIPPED condition of the circuit breaker. The handle shall have provisions for padlocking in the OFF position with at least three padlocks. Interlock 160-10049-000 16371-3 Variable Frequency Drives 100 hp and Greater provisions shall prevent unauthorized opening of closing of the controller door with the disconnect handle in the ON position. K. All microprocessor control boards shall be interchangeable for all units. L. The following standard basic control features shall be provided on the variable frequency controller: 1. Remote Start, Stop, and speed control via remote input 4-20 DC signal. 2. Linear independent time acceleration and deceleration adjustable setting. 3. Isolated process signal follower for 4-20 mA DC control of output frequency. 4. Process output of 4-2o mA DC for remote speed indication. 5. Constant torque performance from 4 to 60 Hertz. 6. Frequency stability of 0.5 percent for 24 hours with voltage regulation of plus or nuns two percent of maximum rated output voltage. 7. Individual door mounted lights or LEDS for indication of run, power on, and interruption due to over current, over voltage, over frequency, undervoltage, over temperature, and phase loss. 8. 115 VAC isolated control power for operator devices. Low voltage DC control power is not acceptable. 9. Motor slip dependent speed regulation. 10. Five -cycle logic power carry-over during utility loss of power. 11. Insensitive to input line rotation. 12. Fixed dwell time at start to increase motor starting torque. ' 13. Auto restart to automatically restart on phase loss, overvoltage, and undervoltage trips only. 14. Hand -Off Auto selector that allows speed control to change from unit mounted potentiometer in hand position to input process follow in auto mode. 15. Provide percent speed meter in face of unit. 16. Provide all necessary control relays, timers, indicating lights, etc. as shown on the Drawing. All of these devices shall be installed in the VFD enclosure. M. The following standard protective features shall be provided on the controller: 1. Input AC circuit breaker with an interlocked, padlockable handle mechanism. 2. AC input line current limiting fuses for fault current protection of AC to DC converter section. 3. Electronic overcurrent trip for instantaneous and inverse time overload protection. 4. AC input line undervoltage and phase loss protection. 5. Overfrequency protection. 6. Overtemperature protection. 7. Surge protection from input AC line transients. 8. Electrical isolation between the power and logic circuits, as well as between the 15 Volt AC control power and the static digital sequencing. 9. Ability to withstand output terminal line -to -line short circuits without component failure. 10. Dv/dt and di/dt protection for converter semiconductors. 11. Input power line reactors for all units. For any protective condition I through 7, the controller shall trip and an internal fault relay contact shall close for remote indication/alarm. N. The following standard independent adjustment shall be provided on the controller: 1. Minimum Speed. 4 to 40 Hertz. 2. Maximum Speed. 40 to 90 Hertz. 3. Acceleration. 0.5 to 30 Hertz per second with ranges of 2-180 seconds for 0-60 Hz. 4. Deceleration. 0.5 to 30 Hertz per second with ranges of 2-180 seconds for 0-60 Hz. 5. Low Frequency Boost. Up to 60 Volts at 2 Hertz. 6. Volts per Hertz. Adjustable from 3.83 to 11.5 volts per Hertz. O. The following modifications shall be furnished with the controller. t L 160-10049-000 163714 Variable Frequency Drives 100 hp and Greater ' 1. Process control output signal of 4-20 mA DC, proportional to controller frequency (speed) including gain and bias adjustments. 2. Controller status relay with two Form C relay pairs, rated 2 amps resistive at 115 Volt AC for indication of on condition. 3. Fused thermostat -controlled space heaters to minimize possible condensation upon controller shutdown. 4. Diagnostic and service analyzer to monitor the performance and operating conditions of the controllers shall be panel mounted for each drive. The analyzer shall be capable of being plugged into any controller, regardless of rating without special modification and shall provide the ability to run, stop, and control speed. P. Filters: Provide line filters to reduce harmonics and noise from propagating into the distribution system Q. The VFD manufacturer shall evaluate the location of the motor in reference to the VFD and shall furnish and install necessary reactor inside the VFD enclosure to mitigate the reflected walls. 2.2 PROTECTIVE DEVICES A. Provide a microprocessor based Multilin 369. The Multilin relay shall stop pump (normal mode) when high temperature is reached. Provide three PT's and three CT's for connecting into the Multilin 469. PART3-EXECUTION 3.1 FIELD STORAGE AND INSTALLATION A. Wiring and handling shall per manufacturer's recommendations. B. The variable frequency controller shall be protected against damage at all times. The controller shall be stored in a clean, dry environment with temperature and humidity within the range specified by the controller manufacturer. Space haters shall be energized during storage, as recommended by the manufacturer. 3.2 FACTORY TESTS AND CHECKS A. Variable frequency controller power transistors and diodes shall be 100 percent inspected and tested, including temperature cycling (00 to 50°C) and ambient high temperature (+55'C) load testing. B. All integrated circuits shall be 100 percent inspected and tested. Testing shall include pass/fail testing, temperature cycling (-20°C to 70°C) and ambient high temperature (+70°C) testing in compliance with MIL-STD- 8813B. C. Small signal semiconductors, resistors, capacitors, and diodes shall be lot sampled per MIL-STD-105D (one percent AQL). Testing will include parameter, as well as functional characteristics. D. All printed circuit boards shall be tested under a temperature cycling (0°C to 50°C) 20-hour load test and then functionally tested via fault and find bench equipment prior to unit installation. E. All final assemblies shall be tested at full load with application of line -to -line and line -to -ground bolted faults. Variable frequency controller shall trip electronically without device failure. F. After all tests have been performed, each variable frequency controller shall undergo a 24-hour burn -in test. The controller shall be burned in at 100 percent inductive or motor load for 24 hours without an unscheduled shutdown. 160-10049-000 16371-5 Variable Frequency Drives 100 hp and Greater G. After the bum -in cycle is complete; each variable frequency controller shall be put through I to 2 hours cycling motor load test (dynamometer) before inspection and shipping. H. Certification that all of the testing above has been performed shall be provided by the variable frequency controller manufacturer. 3.3 FIELD TESTING A. Provide all testing and recording instruments as part of the field-testing, at no extra cost to the OWNER B. Make the following minimum test and checks before the manufacturer's representative is called in for testing and adjustment. 1. Verify that all connections are completed in accordance with shop drawings. 2. Verify supply voltage and phase sequence is correct. 3. Check mechanical interlocks for proper operation. 4. Test ground connections for continuity and resistance 5. Check control circuit interlocking and continuity. 6. Test each drive through the specified speed ranges and loads for a minimum of two hours. 7. Test each drive by using the actual control signals for remote and local operations. 8. Test each drive alarm function. C. Retain a qualified representative of the manufacturer for a minimum period of 8 hours per variable speed drive to perform the following services: 1. Equipment Installation: a. Inspect the completed installation and note deficiencies. b. Be present and assist the CONTRACTOR during startup, adjusting, and field-testing of the completed installation. 2. Furnish all test forms and procedures for field-testing. 3. The manufacturer's representative shall revisit the job site as often as necessary until the installation is entirely satisfactory to the OWNER. a. Additional site visits shall be provided at no additional expense to the OWNER. D. In the event of an equipment fault, notify the ENGINEER immediately. After the cause of the fault has been identified and corrected, a joint inspection of the equipment shall be conducted by the CONTRACTOR, the ENGINEER, and the equipment manufacturer's factory service technician. Repair or replace the equipment as directed by the OWNER E. After startup, the manufaciurerlcontractor shall perform field acceptance testing which shall measure the harmonics generated at the point of common coupling (PCC). Perform the following testing at each drive: 1. After operating for one hour at maximum speed and load imposed by the driven equipment, reduce speed in 6 equal increments between 60 hertz and minimum speed. 2. Using the power recorder, record the resultant fundamental and harmonic voltages and currents and the total rms voltage, watts and rms current at both the drive input and at the drive output to the motor at each operating point. 3. Using the power recorder, record the voltage waveforms at the motor terminals or at the motor disconnect, if the disconnect is located within 10 feet of the motor. Demonstrate that the peak value of the waveform does not exceed 1000 volts. 4. If the peak voltage does exceed 1000 volts, then adjustments or modifications to the variable speed drive shall be made to remedy the situation. 5. Repeat field-testing and adjustment of the variable speed drive unit until the requirements are met. 6. Submit copies of the reports and graphs generated during the testing which show compliance with the specifications. 160-10049-000 16371-6 Variable Frequency Drives 100 hp and Greater F. If the harmonics are not within the limits of the IEEE-519, the manufacturer shall install all necessary filters required and the manufacturer shall bear all costs for the design, manufacture and installation of the filters. The above test shall be resumed to prove IEEE-519 compliance. 3.4 ADJUSTMENT A. Make all VFD internal adjustments and all adjustments necessary for manual and automatic operation of the entire system of driven equipment. 3.5 CLEANING A. Remove all rubbish and debris from inside and around the equipment. Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes, vacuum cleaner, or clean, lint -free rags. Do not use compressed air. END OF SECTION 160-10049-000 16371-7 Variable Frequency Drives 100 hp and Greater Southwest Pump Station City of Lubbock SECTION 16373 480V SOLID STATE MOTOR CONTROLLERS — GREATER THAN 100 HP PART1-GENERAL 1.1 SUMMARY A. Provide solid-state starters as shown on the drawings and as specified herein. The controllers shall be microprocessor -controlled, suitable for use with three-phase induction motors rated 600 VAC or less, and shall provide a closed loop current ramp for smooth and stepless motor acceleration and deceleration. 1.2 SYSTEM DESCRIPTION AND QUALIFICATIONS A. The solid-state controllers shall be the product of a manufacturer who has produced medium voltage solid- state controllers for a minimum of 5 years (consecutive). B. Controllers shall be manufactured by: 1. Benshaw, Inc Redistrat Micro 11 Specification Guide C. The controllers shall be U.L. labeled where U.L. has such a listing. D. The controller shall be designed manufactured and tested to conform, where applicable, to the following industry standards and specifications: 1. ANSI 2. NEC 3. CSA 4. EEMAC 5. IEEE 6. NEMA 7. UL 8. OSHA 1.3 SUBMITTALS A. The following drawings/information shall be supplied for approval before releasing the starters for production: 1. Elementary wiring diagrams 2. Wiring and interconnect diagrams 3. Enclosure frontal elevation and dimension drawings 4. Internal component layout diagrams 5. Available conduit entry and exit locations 6. Manufacturer's product data sheets 7. Operation and Maintenance Manuals 8. Submittals shall be in accordance with Section 01300 1 A QUALITY ASSURANCE A. Controllers shall be designed, manufactured, assembled and tested in accordance with NEMA ICS2. 1.5 DELIVERY, STORAGE AND HANDLING 160-10049-000 16373-1 480V Solid State Motor Controllers — Greater Than 100 HP A. Handling and shipment of the equipment shall be in such a manner to prevent internal component damage, breakage, and denting and scoring of the enclosure finish. B. Storage of the equipment prior to installation shall be in a dry location, protected from moisture. Equipment having internal space heaters shall have the heaters continuously energized until installation of the equipment. 1.6 SOFTWARE A. Provide four copies of programming software on compact disk. PART2-PRODUCTS 4 2.1 GENERAL A. Equipment Identification 1. Provide solid-state controllers where and as shown on drawings and as described by frontal elevation drawings, one -line diagrams, and/or equipment schedules as provided as part of this specification. B. Motor Controller Performance Requirements: 1. Nominal operating ambient temperatures: 0 — 40 deg. 2. Power: Operate with three-phase AC power at nominal voltages 200 through 600 VAC 3. Frequency: operates on 60 Hz 4. Meet Uniform Building Code on Non -building structures 5. Section 2338 for zone 1, 2, 3, and 4 requirements C. Design Criteria: DESCRIPTION SPECIFICATION { Horsepower HP: As shown Power Ratings 500% for 30 see. and 125% Cont. PIV Ratings 2.5 x line volts or minimum of 1200 PIV �e= Starting Torque 0 to 100% Ramp Time l 0 to 120 seconds - Nominal ratings 1000 VAC. Standard Insulation Test 2500 VAC Rated Short Circuit Amps 50 KV RM SYM 1 SCR Voltage Drop "I" to "T" 31.5 Volt Overall Efficiency Average 99.7% SCR Firing Technique Hard Drive with "picket fence" IJ 160-10049-000 16373-2 480V Solid State Motor Controllers — Greater Than 100 HP Transient Voltage Protection Diagnostics and LED's Over/under voltage Protection SIO V or Optional DV/DT Power On Micro Computer Fault Shorted SCR LCD display (16 char. x two lines.) 10% to 30% over/under voltage Control Input 120 VAC or dry contact, 2/3 wire D. Controller Subsystems 1. Each controller shall include the following: a. Housing b. Continuous, tin-plated, copper, horizontal bus C. Continuous, bare copper ground bus d. Power electronics e. Main non -load -break isolating switch and operating handle f. Vacuum isolation contactor g. Vacuum bypass (up to speed) contactor h. Vacuum power factor correction capacitor contactor i. Three (3) current limiting power fuses for NEMA Class E2 operation j. Three (3) current transformers k. Control power transformer 1. Low voltage control panel with microprocessor -based control module for soft -start functions In. Programmable logic controller for pump control logic as shown on the Drawings n. Uninterruptable power supply E. Enclosure Construction: Construct to comply with NEMA Part ICS 2-324 as Class E2 controller. 1. Basic structure shall be welded -type construction utilizing minimum 11-gauge sheet metal. 2. Doors shall be minimum 11-gauge sheet metal, pan -type with flanges formed to provide sturdy, rigid structure. 3. Door latches and hinges capable of holding door closed during maximum fault condition. 4. Ventilation openings where required with protective barrier behind them 5. Provide door interlocks to keep doors from being opened with power applied. 6. Doors shall be hinged to allow 120 deg swing. F. The controller enclosure shall be constructed as NEMA 1 gasketed and screened to prevent migration of insects and vermin. 1. The dimensions of each enclosure shall be approximately 72 inches wide, 100 inches high, and 30 inches deep. 2. Provide removal -lifting provisions. G. Finish: 1. Metal parts to be given thorough rust -resistant treatment. 2. Paint with one coat of ANSI 49 medium gray enamel. H. Provide front accessibility to electrical components. 160-10049-000 16373-3 480V Solid State Motor Controllers — Greater Than 100 HP 2.2 POWER AND GROUND BUS A. Main Bus: 1. Mount in common horizontal plane to provide maximum short circuit capability. 2. Tin-plated copper with minimum ampacities as indicated on the Drawings. B. Ground Bus: 1. Continuous ''/4-in. by 1-in. bare copper along entire length of control line up. 2. Locate in bottom of each vertical section. C. Bus ratings shall be in accordance with UL 347. D. Bus Bracing: 1. Brace and test bus bars and cables to withstand, without damage or deformation. 2. Comply with NEMA/EEMAC ICS 2-324 through ICS 2-325, and UL 347. E. Bolted bus joints shall have a minimum of two bolts. Provide suitable bolt holes to facilitate future extension of motor control center on either side. 2.3 WIRING A. Complete with internal power and control wires including terminations or external connections. Phase sequencing shall have proper identification and wires shall have suitable markings at terminations. Space shall be provided for stress cone termination of cables from the motors. 2.4 MAIN, BYPASS, AND POWER FACTOR CORRECTION CAPACITOR CONTACTORS A. Main, bypass, and power factor correction contactors shall be provided as a part of each starter. B. Vacuum break -type, fixed -mounted style. C. Current rating: manufacturer standard for horsepower rating and power factor correction capacitor rating, as shown on drawings. D. Voltage rating: Up to 600VAC. E. The main, bypass, and power factor contactors shall be sequenced by the manufacturer for proper operation of the controller. F. The bypass contactor shall bypass the SCRs after starting and while the starter is in the run (full voltage) mode. The bypass contactor shall be equipped with a bypass hold delay timer which, in the event of loss of power of not more than six (6) cycles while the bypass contactor is energized, the contactor shall be held closed to allow uninterrupted operation. 2.5 MAIN ISOLATION SWITCH A. The main isolation switch shall be non -load break, 3-pole, gang operated externally, and provide the following features: 1. Isolate power from the entire controller 2. Interrupt control circuit transformer 3. Ground medium voltage power components 4. Rating of 400 amperes 5. One N.O. and one N.C. auxiliary contacts, 600VAC, 30OVDC 160-10049-000 16373-4 480V Solid State Motor Controllers — f Greater Than 100 HP 6. Operated by an external operating handle 7. Provision for 3 padlocks in the open position £; B. Interlocking features shall include: 1. Prevent opening of the switch while the main contactor is closed iP = 2. Prevent opening of the door to the medium voltage compartment when the switch is closed a 3. Prevents closing of the switch when the medium voltage compartment door is open 2.6 POWER. FUSES #` A. Power fuses shall be an Integral part of medium voltage compartment, vertically mounted in front for ease of inspection and removal without special tools, and include the following: 1. ,Current limiting -type with 3-phase symmetrical interrupting ratings 200 MVA at maximum 5,000V 2. Blown fuse indication 3. Fuse size shall be manufacturer's standard 4. Power Fuse Holders: a. Controller shall have fixed power fuse holders that are part of power cell b. Fuse holders shall be clip -in style with option for bolt -in style C. Fuse clips shall be designed to accept current limiting fuses for Class E2 operation 5. Current Transformers: a. Supplied and shall be relaying accuracy class C100 or greater. b. Current transformer mechanicaland thermal limits shall be coordinated with the equipment with which they are used. C. Window current transformers shall be mechanically braced to withstand the same,momentary current as the equipment with which they are used. d. All current transformers shall be 5 KV insulation class with minimum BIL rating of 60 KV. 6. Potential Transformers: a. Potential transformers shall be furnished for metering. Transformers shall be 5 KV insulation class and shall have minimum 60 KV rating. b. Potential transformers shall have a rating of not less than 400 volt-amperes on a thermal basis, a capability of withstanding a secondary short circuit for not less than 1 second. - C. Each transformer shall be provided with current limiting primary fuses and secondary fusing. Secondary fusing shall be selected to fully -coordinate with the primary fuses for a fault on the secondary control circuits. Secondary fuses shall be fast acting type with a maximum rating of 6 amps, unless equipment burdens require a larger size. 7. Low Voltage Control Panel; a. Controller shall have a separate low voltage control compartment, which is totally isolated from power cell and power bus compartment for increased safety. b. The low voltage compartment shall provide following features: 1) Space for PLC, low voltage control devices, including metering. 2) Necessary terminal blocks. 3) Front accessibility without shutting down controller before opening low voltage panel door. 4) Allow remote low voltage cable to enter from top, bottom or side. 5) 120 VAC test plug with selector switch. 2.7 CONTROL A. Control Power Transformer: i. Mounted separately in the medium voltage power section. 2. Supply two fuses on primary and one fuse on secondary side with one leg grounded. 3. Disconnect primary of control transformer from power supply with isolating switch in open position. B. Control wires shall be minimum 14 gauge stranded, rated for 600 v. 160-10049-000 16373-5 480V Solid State Motor Controllers — Greater Than 100 HP t C. Terminal Strips: 1. Rated for 600 v and suitable for terminating 10 ga wire. 2. Mark both ends of control wires for identification. D. Pushbuttons, pilot lights, and control relays: 1. Heavy-duty, rated to 600 v. 2. All pilot lights shall be push to test -type with LED cluster lamps. E. Controller shall include 120 VAC test to power and adjust microprocessor control when isolating switch is in OPEN position. 1. Test circuit shall consist of receptacle and plug mounted in low voltage compartment and accessible only when low voltage door is open. 2. In test position, plug may be removed from receptacle and connected to external 120V source of power. 3. This shall isolate control transformer and prevent energizing control transformer secondary from test voltage source. F. Identify devices mounted in low voltage compartment. 2.8 LOW VOLTAGE CONTROL PANEL FOR SOFT -START FUNCTIONS: ; A. Description 1. The solid-state starter shall be supplied standard with programming buttons and local start/stop buttons on one main keypad with display. 2. Standard starter control logic shall be located on a microprocessor -based PC card which provides the sequential logic for the starter and gate signals to the power card and then to the pulse cards which are used to drive the SCRs. 3. Design control logic to perform: timing required for operation of the solid-state starter, inline contactor and bypass contactor and while continuously monitoring motor and starter for faults. If a fault is detected, the control Iogic of the solid-state starter shall provide fault indication via a display. In the event of a fault condition, the control logic shall safely shut down the starter to. disable the motor. 4. The PC cards of the solid-state starter shall be interchangeable with other control logic cards on starters of a similar design. B. Low Voltage Compartment: 1. Locate low voltage section behind separate door and physically separated from medium voltage section. 2. Door to permit access to control logic without exposure to medium voltages. 3. Customer interlocking and control are to be interfaced in this section as well as metering, relays, and pilot devices. 4. Optically isolate main control PC card located in low voltage section from medium voltage pulse generator cards on power poles. C. Electrical 1. The logic control of the solid-state starter shall incorporate a micro -computer which consists of all { circuitry required to drive the power semiconductors and provide motor and starter monitoring functions.tJ 2. The solid state starter logic shall provide the following standard features: . i a. Adjustable Ramp Time (0-120 seconds). b. Adjustable Initial Current (50-400% of motor FLA) C. Adjustable Max Current (200-600% of motor FLA) d. Dual Ramp Capabilities (both selectable and programmable) 1_ 160-10049-000 16373-6 480V Solid State Motor Controllers — Greater Than 100 BP I s e. Kick Start (adjustable .l — 10 seconds) f. Adjustable DeceI Profile for Pumps Over/Under Current Fault Protection (used in pumping applications for indicating blocked pump feed or pump jam) g. Line Phase Loss Detection h. Adjustable Line Current Imbalance Detection (10-40%) i. ry Adjustable Over/Under Line Voltage Protection (10-30%) j. Up To Speed Indication k. Line Phase Sequence Sensitivity or Insensitivity 1. Selectable Solid State Overload Class (10, 20, 30) m. Selectable Motor Service Factor (1.0, 1.15, or 1.25) n. Adjustable Motor Full Load Amperes o. Adjustable Current Transformer Ratio p. Battery `Backup" of Set Starter Parameters -' q. Real Time Clock r. Selectable Passcode Protection of Set Starter Parameters S. Line Voltage Independent Operation t. Line Frequency Tracking (5011z Through 60Hz) U. Over / under Line Frequency Protection V. Instantaneous Overcurrent Detection W. Shorted SCR Detection X. Machine Ground Fault Protection y. Starts / Hour Limiter (Via LCD display) Z. Elapsed Time Meter (Via LCD display) as. Time Between Starts Limiter bb. Power Factor Monitor cc. Watt and Watt / Hour Meter dd. Emergency Restart Capabilities on Lockout ee. Software Selectable (Via LCD) Relay Outputs ff. "Revolving" Event Recorder with time and date stamp (99 most recent events) gg. LCD Status Display 3. Standard features shall operate concurrently. D. Software Selectable Relay Outputs: _ l . Three function selectable relay outputs shall be provided with each solid state starter. 2. Relay outputs shall be selectable via LCD display. 3. Selectable relay outputs shall be from the following menu a. Run b. Up To Speed C. Shorted SCR Trip d. Motor Thermal Overload Trip e. Motor Thermal Overload Warning f Motor Thermal Overload Lockout ' g. SHT Fault Relay h. Electronic Shearpin Trip i. Under Current Trip 4. The selectable relay outputs shall be in addition to one fixed general fault relay output. This general fault relay shall indicate any of the following faults: a. Line Phase Loss b. Line Phase Imbalance C. Low Three Phase Line d. Line Phase Sequence Change e. Motor Thermal Overload Trip t f. Battery Backup Failure (Computer PC Card) 160-10049-000 16373-7 480V Solid State Motor Controllers — Greater Than 100 HP r-$ g. Instantaneous Overcurrent h. Shorted SCR Fault 2.9 LCD Display A. Each solid-state starter shall have a keyboard/LCD display assembly designed to: 1. Set or examine operating parameters 2. Provide starter status information 3. Provide real-time information about line current, voltage and frequency 4. Provide a means to start and stop the solid-state starter B. LED Indicators: 1. The following LED indicators shall be provided for advisory status and fault annunciation: a. Power On b. Micro Computer Fault C. SCR Gate Drive Power d. Shorted SCR 2.10 MOTOR PROTECTION AND MANAGEMENT RELAY A. General: 1. Motor protection and management shall be provided using a digital relay. The relay shall have a drawout construction to facilitate testing, maintenance, and interchange flexibility. 2. The relay shall be a Multilin Model 369 Motor Management Relay a. Protection Functions 1) The primary protective function shall be the thermal model. It shall consist of 4 key elements: a) overload circuits b) . negative sequence unbalance/ single phase biasing c) biasing (hot, cold motor compensation) d) motor cooling time constants 3. Special attention shall be given to the protection of the rotor during stall and acceleration. To achieve this, the stall/acceleration curve shall be voltage compensated and a speed switch input shall be available. The stator protective thermal model shall combine inputs from positive and negative sequence currents and RTD winding feedback. This will then cause the model to become dynamic in nature in order to follow the loading and temperature of the motor. The protection shall also include: a. stall b. mechanical jam C. 12 RTD inputs d. ground overcurrent C. short circuit 4. Voltage transformer inputs which shall be used to provide overvoltage, undervoltage, voltage phase reversal, and overfrequency functions. B. Display and Interface Functions: 1. The motor management relay shall include complete power metering. An events record shall store the last 40 events. Sixteen cycles of waveform data shall be stored each time a trip occurs. A simulation feature shall be available for testing the relay. The user interfaces shall include: 160-10049-000 16373-8 490V Solid State Motor Controllers — Greater Than 100 F? �' a. A 40 character illuminated vacuum fluorescent display and associated keypad to provide access to actual values and setpoints. b. A front RS232 serial port for setpoint programming C. An RS485 serial port which shall uses an open protocol with baud rates selectable up to 19,200 bps. d. An independent auxiliary RS485 port shall be available for added security or for use by maintenance personnel. e. Interface software shall be provided in a Windows® format. 2.11 SPARE PARTS A. As a part of the Operation and Maintenance Manuals, the CONTRACTOR shall include a list of recommended spare parts. 1. The Contractor shall provide the following spare parts after startup: DESCRIPTION QUANTITY Computer Card 1 Power Card 1 LCD Display 1 Pulse Generator Card 1 Relay Card 1 DVDT 3 Spare Power Poles 1 SCR's 6 Fuses 3 of each kind Cables 1 of each kind 2.12 IDENTIFICATION OF PRODUCTS A. Each starter enclosure shall provide identifying devices as specified in Part 2.1 GENERAL PART3-EXECUTION 3.1 INSTALLATION A. Install the work in this section in strict accordance with manufacturer's recommendations as approved by the ENGINEER. 3.2 DEVICE OPERATION 160-10049-000 16373-9 490V Solid State Motor Controllers — Greater Than 100 HP 160-10049-000 16373-10 480V Solid State Motor Controllers — Greater Than 100 HP I ENCLOSED SAFETY SWITCHES PART1-GENERAL 1.1 SUMMARY This section specifies the furnishing and installation of enclosed safety switches. 1.2 REFERENCE STANDARDS A. ANSI/UL 98 - Enclosed and Dead -Front Switches. B. NEMA KS I - Enclosed and Miscellaneous Distribution Equipment Switches. 1.3 SUBMITTALS Provide product data on each type and rating of switch. PART2-PRODUCTS 2.1 MANUFACTURER A. Square D, General Electric or Seimens. 2.2 CHARA.CTERISTICS A. Voltage. Provide switches with a voltage rating of 250 volts d-c, 240 volts or 600 volts a-c, as required for the installed system voltage. B. Type. Provide switches conforming to NEMA KS 1 standard for Type HD (heavy duty). C. Contacts. Provide switches with quick -make, quick -break contacts. D. Poles. Unless otherwise shown,.provide 3-pole, visible blade switches. 2.3 CONSTRUCTION A. Enclosure. Provide NEMA 4X switch enclosures for indoor and outdoor locations unless otherwise shown. B. Operating Handle. Provide a handle suitable for padlocking in the OFF position with as many as three padlocks of 5/1 6-inch diameter shank. Use a defeatable, front accessible, coin proof door interlock to prevent opening the door when the switch is in the ON position and to prevent turning the switch ON when the door is open. C. Terminal Shield. Provide incoming line terminals with an insulated shield so that no live parts are exposed when the door is open. D. Neutral. Provide each switch with an isolated, fully rated neutral block. Make provisions for bonding the block to the enclosure. 160-10049-000 16410-1 Enclosed Safety Switches E. Ground. Provide each switch with a ground lug. F. Fuse Holders. Where fusible switches are shown, provide switches with rejection -type fuse holders which are suitable for use with fuses specified under Section 16490, Fuses - 600 Volt and Below. G. Nameplates. Provide metal nameplates, front cover mounted, that indicates the switch type, catalog number and horsepower rating (with both standard and time delay fuses). 2.4 LISTING UL 98 - Safety Standard for Enclosed Switches. PART3-EXECUTION 3.1 INSTALLATION Install switches where indicated on drawings. In general, mount so that operating handle is approximately 60 inches above finished floor. Where grouped, align tops of switches. END OF SECTION 160-10049-000 16410-2 Enclosed Safety Switches Southwest Pump Station City of Lubbock SECTION 16415 AUTOMATIC TRANSFER SWITCHES PARTI-GENERAL 1.1 SUMMARY, This section specifies the furnishing and installation of automatic transfer switches. 1.2 RELATED WORK AND SPECIFICATIONS A. Motor Control Centers. Section 16445. 1.3 REFERENCE STANDARDS A. ANSVUL 1008 - Automatic Transfer Switches. B. NEMA ICS 2-447 - A-C Automatic Transfer Panels. 1.4 SUBMITTALS A. Requirements Refer to Section 16050. B. Information. Include the following information in submittal: 1. Rated current, voltage and frequency. 2. Number of poles. 3. Symmetrical rms amperes withstand current at 0.2 power factor and at rated voltage. 4. Physical dimensions. 5. NEMA enclosure type. 6. Itemized list of accessories. 7. Schematic diagram, (show wiring and only those components which are part of switch). 8. Show all factory wiring on wiring diagram and clearly indicate all wiring and connections to remote devices which are to be made in the field. (Show only that wiring which pertains to switch and remote devices.) PART2-PRODUCTS 2.1 TYPE Provide a switch which is electrically operated and mechanically held in each direction, and which is true double - throw with no intermediate position. 2.1 RATING Rating shall be as indicated. 2.2 OPERATION 160-10049-000 16415-1 Automatic Transfer Switches A. General. The operating transfer time in either direction shall not exceed 10 cycles. Provide all accessories required to accomplish functions as follows. B. Sensors. 1. Provide solid-state sensors to monitor all phases of the normal power source from line to line. The pickup voltage shall be adjustable from 85 percent to 100 percent of nominal, and the dropout voltage shall be adjustable from 75 percent to 98 percent of pickup value. Set sensors so that transfer to emergency will be initiated upon reduction of normal voltage to 80 percent of nominal and retransfer to normal will occur when normal voltage is restored to 90 percent of nominal 2. Provide solid-state sensors to monitor all phases of the emergency power source from line to line. The pickup voltage shall be adjustable from 85 percent to 100 percent of nominal and factory set at 90 percent. 3. Provide solid-state sensors to monitor the frequency of the emergency power source. Set_ sensor pickup frequency at 90 percent of normal. C. Time Delays. 1. Provide a time delay to override momentary normal source outages to delay all transfer switch and engine starting signals. The time delay shall be adjustable from 0.5 to 6 seconds and factory set at 3 second. 2. Provide retransfer to the normal source through a local contact actuated by a momentary pushbutton and remotely through Owner furnished contact. Either contact will initiate retransfer to normal source. 3. Provide a time delay on transfer to emergency. The time delay shall be adjustable from 0 to 5 minutes and factory set at 1 second. D. Contacts. 1. Provide a contact that closes when normal source fails, rated 10 amperes, 32 volts d-c. 2. Provide a contact that opens when normal source fails, rated 10 amperes each, 32 volts d-c. 3. Provide an auxiliary contact that is closed when the transfer switch is connected to the normal source, rated 10 amperes, 480 volts a-c. 4. Provide an auxiliary contact that is closed when the transfer switch is connected to the emergency source, rated 10 amperes, 480 volts a-c. E. Pilot Lights. 1. Use 10-watt, 230-volt, LED lamps operated at 115 volts. 2. Provide a green signal light to indicate when transfer switch is connected to the normal source. 3. Provide a red signal light to indicate when transfer switch is connected to the emergency source. F. Test Switch. Provide a 2-position, momentary contact, spring return to normal test switch with nameplate ("NORMAL -TEST") to simulate normal source failure. 2.3 MAIN CONTACT PROTECTION Protect main contacts by providing arc barriers on each contact, and on switches rated above 300 amperes by providing separate arcing contacts. 2.4 ACCESSIBILITY Provide a switch on which all parts may be inspected or replaced from the front of the switch without major disassembly, disconnection of power conductors, or removal of the switch from the enclosure. 2.7 MAIN PROTECTIVE DEVICE A. Tyke. Provide main protective device, where shown on the drawings, connected to the normal side of the switch. Provide a 100 percent rated, 3-pole, insulated -case circuit breaker. 3 160-10049-000 16415-2 Automatic Transfer Switches .r B. Trip. Stored -energy, quick -make, quick break type. C. Characteristics. 1. Mounting. Stationary with bolted connection. 2. Operation. Manual. 3. Trip. Adjustable instantaneous, long-time and short -tune. D. Accessories. 1. Integral ground fault protection. 2. Zone -selective ground fault tripping. 3. Ground fault indicating target. 4. Mechanical pushbutton trip and indicator. 5. Provisions for padlocking in the open position. 6. Visual indicators showing mode of automatic tripping. 2.8 ENCLOSURES A_ Where indicated on the one line diagrams, provide in motor control centers in accordance with Section 16445. B. Where indicated on the drawings, provide service entrance rating with main insulated case power circuit breaker with ground fault interruption. C_ Provide free-standing NEMA 4X stainless steel enclosures. 2.9 PRODUCT DATA Permanently attach wiring diagrams and maintenance instructions on the inside of enclosure door in a mounting designed to hold the data. 2.10 LISTING UL 1008 - Automatic Transfer Switches. 2.11 MANUFACTURER A. Acceptable manufacturers include ASCO single solenoid, Russelectric dual motor and Zenith dual motor, provided they meet all the provisions of this specification. PART3-EXECUTION 3.1 INSTALLATION Install the transfer switches as shown on the drawings. Install in accordance with manufacturer's instructions. 3.2 PAINTING Repair any marred surfaces to factory finish. 160-10049-000 16415-3 Automatic Transfer Switches r 2.2 MAGNETIC MOTOR STARTER A. Twe. Provide magnetic, full -voltage, non -reversing, across -the -line motor starters unless otherwise indicated. Where reversing starters are shown, provide factory assembled and wired unit with interlocked forward and reverse contactors. Include electrical interlock and integral time delay transition between FORWARD and REVERSE rotation. Starters shall be electrically and mechanically interlocked to prohibit both starters from being energized simultaneously. B. Overload Relay — Solid State. Provide solid state overload relay with contacts in each phase leg. C. Contactor. Size contactors according to NEMA standards or as shown. Provide main pole in each phase leg, the number and type of auxiliary contacts to perform the required functions, and two spare auxiliary contacts, one normally open and one normally closed. Use double break contacts of silver -cadmium oxide or similar material to minimize sticking or welding. Provide contactor coils suitable for continuous operation at 120 volts, 60 hertz. D. Control Power Transformer. 1. Voltage. Provide in each enclosure a single-phase control power transformer with a 480-volt primary and a 120-volt secondary. 2. Fuses. Fuse both primary lines of the transformer and connect to Line 1 and Line 2. Fuse the secondary Iine leaving transformer terminal X1. Ground the line leaving terminal X2. Use rejection -type fuse clips and RK-1 type current limiting fuses on the primaries. Coordinate primary fuses with secondary fuse to clear a faulted transformer but not blow on magnetizing inrush current. 3. Size. Provide manufacturer's standard size transformer unless noted otherwise on the drawings. E. Enclosure. Provide NEMA 4X enclosures, unless otherwise indicated on drawings. 2.3 COMBINATION CIRCUIT BREAKER STARTER A. Tyne. Provide combination circuit breaker and magnetic motor starter as indicated on the drawings. B. Thermal -Magnetic Circuit Breaker. Where indicated on drawings, provide circuit breaker which is quick - make and quick -break on both manual and automatic operation. Provide a trip -free breaker which is trip indicating. Incorporate inverse time characteristic by bimetallic overload elements and instantaneous characteristic by magnetic trip. For 2-pole and 3-pole breakers, provide the common -trip type so that an overload or fault on one pole will trip all poles simultaneously. C. Qperators. Provide switch operators mounted through the panel door and permitting operation of the switch with the door closed. Operators shall be capable of being padlocked in the OPEN or OFF position with as many as three padlocks of 5/16-inch diameter shank. Use a defeatable, front -accessible, coin -proof, mechanical, door interlock to prevent opening the door when the operator is in the CLOSED or ON position, and to prevent placing the operator in the CLOSED or ON position when the door is open. D. Starter. Provide magnetic motor starter as specified in paragraph 2.2. E. Control Devices. Control devices are Punished with vendor furnished control panels in other specification sections unless indicated otherwise. As a minimum provide control power transformer and motor space heater control functions. 160-10049-000 16425-2 Motor Starters 2.4 CONTROL DEVICES Provide the following control devices for each starter as required to meet the criteria defined in appropriate sections of Division 11. A. Selector Switches. Heavy-duty, oil -tight, maintained contact, 3-position, with marked nameplate HAND- oFF-AUTOMATIC, unless otherwise indicated. B. Pushbuttons. Heavy-duty, oil -tight, momentary contact with marked nameplate START -STOP, unless otherwise indicated. C. Indicating Lights. Pilot light assemblies shall be heavy-duty, oil -tight, push -to -test, transformer -type, long - life, high -density light -emitting diode (LED) type. Incandescent or neon lamps are not acceptable. Provide red (running) and green (stopped) LED Iamps with clear or matching color lenses. On two -speed starters, provide amber (low speed), red (high speed) and green (stopped) lenses. D. Instrumentation Control Interface Equipment. The Contractor shall furnish and install all necessary equipment and devices including but not limited to control contacts, switches, terminal boards, conduit and control wiring for the proper operation of the equipment. The Contractor shall verify with the equipment manufacturer all required equipment and devices for the operation of the Starter. The Contractor shall furnish and install all equipment and devices as shown on the Instrumentation Drawings required for the control.and monitoring of the :-equipment. PART3-EXECUTION 3.1 INSTALLATION Install units where indicated on the drawings. In general, mount combination units so that operating handle is approximately 44 inches above finished floor. On non -combination units, mount so that control device is approximately 44 inches above finished floor. Where grouped, align tops of units. Provide housekeeping pads for freestanding and floor -mounted units, as specified in Section 16050. 3.2 OVERLOAD SETTINGS Set overload relays at maximum values permitted by NEC 430 332, based on actual installed motor nameplate full load amperes. Coordinate overload settings with NEC 460-9 requirements where power factor correction capacitors are provided. 3.3 FIELD QUALITY CONTROL A. Provide the services of a qualified factory -trained manufacturer's representative to assist in installation and start-up of the equipment specked under this section. The manufacturer's representative shall provide technical direction and assistance in general assembly of the equipment, connections and adjustments, and testing of the assembly and components contained herein. B. The following minimum work shall be performed under the technical direction of the manufacturer's service representative. 1. Inspection and final adjustments. 2. Operational and functional checks of controllers/starters and spare parts. C. Provide copies of the manufacturer's field start-up report to the Engineer. s 160-10049-000 16425-3 Motor Starters t 160-10049-000 16425-4 Motor Starters Southwest Pump Station City of Lubbock SECTION 16426 ELECTRIC VALVE ACTUATORS PART1-GENERAL 1t�J-u1i VFAMI A. The Contractor shall provide all electric valve actuators and appurtenances, complete and operable, in accordance with the drawings and specifications. B. The provisions of this section shall apply to all valves, except where otherwise indicate&in the drawings and specifications. - C. Unit Responsibility: A single manufacturer shall be made responsible for furnishing the work and for coordination of design, assembly, testing, and installation of the work of each type of valve. However, the Contractor shall be responsible to the Owner for compliance with the requirements of each valve section. Unless otherwise indicated, the single manufacturer shall be the manufacturer of the valve. D. Single Manufacturer: Where two or more valve actuators of the same type or size are required, the same manufacturer shall produce all actuators. 1.2 SUBMITTALS A. General: Submittals shall be furnished in accordance with Section 01330 — Submittals, and Section 15074. B. Shop Drawings: Shop Drawings for all actuators shall be submitted together with the valve submittals as a complete package. 1.3 QUALITY ASSURANCE A. All valve actuator manufacturers shall have at least five years of experience manufacturing actuators similar to those supplied for this work. PART2-PRODUCTS 2.1 GENERAL A. General: 1. Where indicated on the drawings, provide electrical actuated valves power actuators. The Contractor shall furnish all actuators complete and operable with mounting hardware, motors, gears, controls, wiring, solenoids, handwheels, Ievers, chains, and extensions, as applicable. All actuators shall be capable of holding the valve in any intermediate position between fully open and fully closed without creeping or fluttering. All wires of motor -driven actuators shall be identified by unique numbers. 160-10049-000 16426-1 Electric Valve Actuators i B. Manufacturers: C. E. F. I. Where indicated, certain valves may be provided with actuators manufactured by the valve manufacturer. Where actuators are furnished by different manufacturers, the Contractor shall coordinate selection to have the fewest number of manufacturers possible. Materials: 1. All actuators shall be current models of the best commercial quality materials and liberally -sized for the maximum expected torque. All materials shall be suitable for the environment in which the valve is to be installed. Mounting: 1. All actuators shall be securely mounted by means of brackets or hardware specially designed and sized for this purpose and of ample strength. The word 'open" shall be cast on each valve or actuator with an arrow indicating the direction to open in the counter -clockwise direction. All electric actuators shall be equipped with position indicators. Where possible, electric actuators shall be located between 48 and 60 inches above the floor or platform. Standard: 1. Unless otherwise indicated and where applicable, all actuators shall be in accordance with ANSUAWWA C 540 - AWWA Standard for Power -Actuating Devices for Valves and Sluice Gates. Functionality: 1. Electric, pneumatic, and hydraulic actuators shall be coordinated with power and instrumentation equipment indicated elsewhere in the drawings and specifications. 2.2 ELECTRIC MOTOR ACTUATORS A. General: 1. Where electric motor actuators are indicated, an electric motor -actuated valve control unit shall be attached to the actuating mechanism housing by means of a flanged motor adaptor piece. B. Gearing: 1. The motor actuator shall include the motor, reduction gearing, reversing starter, torque switches, and limit switches in a weather-proof NEMA 4 assembly. The actuator shall be a single or double reduction unit consisting of spur or helical gears and worm -gearing. The spur or helical gears shall be of hardened alloy steel and the worm -gear shall be alloy bronze. All gearing shall be accurately cut with hobbing machines. All power gearing shall be grease- or oil -lubricated in a sealed housing. Ball or roller bearings shall be used throughout. Actuator output speed changes shall be mechanically possible by simply removing the motor and changing the exposed or helical gearset ratio without further disassembly of the electric actuator. Use of pulsing relays, timing relays or solid-state controls to achieve specified or indicated speed is not acceptable. C. Starting Device: 1. Except for modulating valves, the unit shall be so designed that a hammer blow is imparted to the stem nut when opening a closed valve or closing an open valve. The device should allow free movement at is 3 160-1000-000 16426-2 Electric Valve Actuators i_ the stem nut before imparting the hammer blow. The actuator motor.must attain full speed before stem load is encountered. D. Switches and Wiring: I. Travel in the opening and closing directions shall be governed by a switch responsive to mechanical torque developed in seating the valve, or by an obstruction met in opening or closing the valve, or by an on -board microprocessor. The torque switch shall be adjustable and shall function without auxiliary relays or devices, or it shall be adjustable in one -percent increments, sensed by a pulse -counter, which receives 15 pulses per rotation of the unit. The geared limit switches shall be of the open type and shall be actuated by a rotor cam with 4 contacts to each cam or gear train. The actuator shall have a number of gear trains as required to produce the operation indicated. The actuator shall be wired in accordance with the schematic diagram. All wiring for external connections shall be connected to marked terminals. One 1-inch and one 1-1/4-inch conduit connection shall be provided in the enclosing case. A calibration tag shall be mounted near each switch correlating the dial setting to the unit output torque. Position Iimit switches and associated gearing shall be an integral part of the valve actuator. To provide the best possible accuracy and repeatability, limit -switch gearing shall be of the "counting" intermittent type, made of stainless steel, grease -lubricated, and enclosed in its own gearcase to prevent dirt and foreign matter from entering the gear train. Switches shall not be subject to breakage or slippage due to over -travel. Traveling -nuts, cams, or microswitch tripping mechanisms shall not be used. Limit -switches shall be of the heavy-duty open contact type with rotary wiping action. E. ; Handwheel Operation: 1. A permanently -attached handwheel shall be provided for emergency manual operation. The handwheel shall not rotate during electrical operation. The maximum torque required on the handwheel under the most adverse conditions shall not exceed 60 lb-ft, and the maximum force required on the rim of the handwheel shall not exceed 60 lb. An arrow and either the word 'open" or "close" shall be cast or permanently, affixed on the handwheel to indicate the appropriate direction to turn the handwheel. F. Motor: 1.. The motor shall be of the totally -enclosed, non -ventilated, high -starting torque, Iow-starting current type for full voltage starting. It shall be suitable for operation on 480-volt, 3-phase, 60-Hz current, and have Class F insulation and a motor frame with all dimensions in accordance with the latest revised NEMA MG Standards. The observed temperature rise by thermometer shall not exceed 55 degrees C above an ambient temperature of 40 degrees C when operating continuously for 15 minutes under full rated load. With a line voltage ranging between 10 percent above to 10 percent below the rated voltage, the motor shall develop full rated torque continuously for 15 minutes without causing the thermal contact protective devices imbedded in the motor windings to trip or the starter overloads to drop -out. All bearings shall be of the ball type and thrust bearings shall be provided where necessary. All bearings shall be provided with suitable seals to confine the lubricant and prevent the entrance of dirt and dust. Motor conduit connections shall be watertight. Motor construction shall incorporate the use of stator and rotor as independent components from the valve operation such that the failure of either item shall not require actuator disassembly or gearing replacement. The motor shall be furnished with a space heater suitable for operation on 120-volt, single-phase, 60-Hz circuit unless the entire actuator is an hermetically -sealed, non -breathing design with a separately sealed terminal compartment which prevents moisture intrusion. G. Electric Motor Actuators (AC Reversing Control Type): i- 1. General: Where indicated, electric motor actuators shall be the AC reversing type complete with local control station with open/close and local/remote selector switches. I 160-10049-000 16426-3 Electric Valve Actuators 2.- Actuator Appurtenances: The actuator for each valve shall be supplied with open and close status lights; open, close and lock -out -stop push -buttons, and all other devices indicated. 3. Starter: The starter shall be suitably sized amperage rated reversing starter with its coils rated for operation on 120-volt, 1-phase, 60-Hz current. A control power transformer shall be included to provide a 120-volt source, unless otherwise indicated. The starter shall be equipped with 3 overload relays of the automatic reset -type. Its control circuit shall be wired as indicated. The integral weatherproof compartment shall contain a suitably sized 120-volt ac, single-phase, 60-Hz space heater to prevent moisture condensation on electrical components. Provide a thermal magnetic circuit breaker in NEMA 4 enclosure if not part of the integral valve package. 4. Manufacturers, or equal a. EIM — 2000 Series. b. Rotork — IQT Series. H. Electric Motor Actuators (AC Modulating Control Type): - 1. General: Where indicated, modulating electric motor actuators shall be the ac modulating -type complete with a local control station with open/closelautolhold functions. 2. Control Module: The control module shall be of the electronic solid-state ac-type with proportional pulse output to control the speed of the motor. 3. Starter: The actuator shall control a solid-state reversing starter designed for minimum susceptibility to power line surges and spikes. The solid-state starter and control module shall be rated for continuous modulating applications. Power supply shall be 480-volt, 3-phase, 60-Hz. 4. Construction: The control unit shall be microprocessor -based and shall contain an analog/digital converter, separate input-output switches, non-volatile random access memory for storage of calibration parameters and push-button calibration elements for field-s-tup. Potentiometer adjustments shall contain a PH) control function internally. In addition, the controller shall contain as standard feature a loss of command signal protection selectable to lock in Iast or lock in pre-set valve position and a valve position output signal in 4-20 mA. As an alternative to the construction requirement, the motor shall be capable of modulating at a rate of 1200 starts per hour at the 50 percent to 85 percent travel range of the valve. 5. Manufacturers: a. EIM — 2000 Series. b. Rotork — IQT Series. PART3-EXECUTION 3.1 SERVICES OF MANUFACTURER A. Field Adjustments: Field representatives of manufacturers of valves with electric actuators shall adjust actuator controls and limit -switches in the field for the required function. 3.2 INSTALLATION A. All valve actuators and accessories shall be installed in accordance with Sectionl5074 . Actuators shall be located to be readily accessible for operation and maintenance, without obstructing walkways. Actuators shall not be mounted where shock or vibrations will impair their operation, nor shall the support systems be attached to handrails, process piping, or mechanical equipment. 3.3 ACCEPTANCE TEST 160-10049-000 16426-4 Electric Valve Actuators i__ t A. Upon completion of the installation of each valve actuator, an acceptance test will be conducted to verify the satisfactory operation and performance of each actuator. Each valve shall be opened and closed in auto mode and manually. The test shall be conducted in a manner approved by and in the presence of the Engineer. B. Each valve actuator must perform in a manner acceptable to the Engineer before final acceptance will be made by the Owner. END OF SECTION 160-10049-000 16426-5 Electric Valve Actuators No Text Southwest Pump Station City of Lubbock SECTION 16442 PANELBOARDS - DISTRIBUTION AND BRANCH CIRCUIT PART1-GENERAL 1.1 SUMMARY Provide distribution and branch circuit panelboards. 1.2 RELATED WORK AND SPECIFICATIONS A. Transient Voltage Sur�uppressors. Section 16285. B. Motor Control Centers. Section 16445. 1.3 REFERENCE STANDARDS A. ANSI/UL 50 - Cabinets and Boxes. B. ANSIIUL 67 - Electric Panelboards. C. ANSUUL 508 - Industrial Control Equipment. D. NEMA AB 1- Molded Case Circuit Breakers and Molded Case Switches. E. NEMA AB 3 - Molded Case Circuit Breakers and Their Application- F. NEMA PB 1 - General Instructions for Proper Handling, Installation, Operation and Maintenance of Panelboards Rated 600 Volts or Less. G. NFPA 70 - National Electrical Code (NEC). 1 A SUBMITTALS A. Provide product data on panelboards and circuit breakers. B. Provide shop drawings with a schedule for each panelboard which indicates the circuit breaker arrangement and other pertinent features. Panelboard schedules must be identical to the schedules in the project documents unless there is a technical reason there must be a deviation. Submitted panelboard schedules must also contain confirmation of panelboard characteristics. C. Shop drawings shall also provide the following information: 1. Breaker layout drawing with dimensions indicated and nameplate designation. 2. Component list. 3. Assembly ratings including: a. Short-circuit rating. b. Voltage. C. Continuous current. 4. Cable terminal sizes. 160-10049-000 16442-1 Paneiboards - Distribution and Branch Circuit 1.5 QUALITY ASSURANCE The manufacturer of the panelboard shall be the manufacturer of the major components within the assembly, including circuit breakers. PART2-PRODUCTS 2.1 MANUFACTURER Square D, General Electric or Seimens. 2.2 ENCLOSURE A. Cabinet. Construct cabinets in accordance with UL 50. Construct boxes with corsion resistant, zinc finsh galvanized steel. Provide a minimum 4-inch gutter wiring space on each side. Reinforce cabinets and securely support bus bars and overcun ent devices to prevent vibration and breakage in handling. Provide cabinets without conduit knockouts. All conduit knockouts shall be made in the field. Surface -mounted panelboards in finished spaces shall have cabinet finishes to match doors and trim as specified below. In unfinished areas such as mechanical and electrical rooms, galvanized sheet steel cabinets are sufficient, provided galvanizing occurs after components are cut or sheared. B. Doors and Trim. 1. Interior Dry Locations. Fabricate doors and trim of "door -in -door" construction. The outer door shall have a continuous piano hinge on the right side and shall provide full access to the cabinet interior. The inner door shall have a continuous piano hinge on the right side and shall provide access only to circuit breaker operating handles. Fabricate doors and trim of cold -rolled sheet steel. Equip inner doors with flush -type combination catch and key lock. Key all locks alike. Fasten trim for panelboards to cabinets by an approved means which permits both horizontal and vertical adjustment. Trim for surface -mounted panelboards must fit the cabinet with no overhang. 2. Interior Wet and Exterior Locations. Use manufacturer's standard door. 3. Corrosive Locations. Use manufacturer's standard door. C. Finish. Apply a finish to trim and doors consisting of two coats of enamel over a rust -inhibiting prime coat. Exterior finish shall be gray ANSI 61 paint. Interior finish shall be flat (non -gloss) white. D. Provide NEMAI cabinets in interior dry locations. Provide NEMA 3R/12 cabinets in interior wet and exterior locations. Provide stainless steel NEMA 4X in corrosive areas. 2.3 BUS A. Fabricate phase, neutral and ground buses of 98 percent IACS conductivity tin-plated copper with rounded edges. Size bars as indicated and brace them to withstand symmetrical short circuit current as indicated on drawings. Install buses in allotted spaces so that devices can be added without additional machining, drilling or tapping. Use buses with silver-plated contact surfaces. Include copper neutral and ground buses rated not less than the phase bus ampacity. B. Where isolated ground buses are specified or indicated, provide tin-plated copper grounding busbars and copper/aluminum rated lugs mounted in the panelboard on insulated standoffs to ensure isolation from equipment ground potential. Isolated ground buses shall be drilled and tapped as appropriate for connection of the individual isolated grounding conductors. rt 160-10049-000 16442-2 Panelboards - Distribution and Branch Circuit 2.4 PROTECTIVE DEVICES Provide circuit breakers for the specified service with the number of poles, ampere and short circuit ratings indicated on panelboard schedules. A. Provide breakers which are quick -make and quick break on both manual and automatic operation. Use a trip -free breaker which is trip indicating. Incorporate inverse time characteristic by bimetallic overload elements and instantaneous characteristic by magnetic trip. Where indicated, provide ground fault interrupters (GFCI). B. For 2-pole and 3-pole breakers, use the common -trip type so that an overload or fault on one pole will trip all poles simultaneously. Handle ties are not acceptable. C. Unless otherwise indicated on panelboard schedules, provide circuit breakers with the following minimum interrupting ratings: 1. 22,000 rms symmetrical amperes at rated voltage for breakers rated 120/240 volts, single pole, or 240 volts, multipole. 2. 25,000 rms symmetrical amperes at rated voltage for breakers rated 277 volts, single pole, or 480 volts, multipole. D. Connect breakers to the main bus by means of a solidly bolted connection. Use breakers which are interchangeable, capable of being operated in any position within the panel. Independently mount breakers so that a single :unit can be removed from the front of the panel without disturbing or removing main bus, other units or other branch circuit connections. E. Cable lugs shall be copper/aluminum rated. 2:5 CIRCUIT IDENTIFICATION For.each panelboard, provide a steel directory frame mounted inside the door with a heat -resistant transparent face and a directory card for identifying the loads served. Type directory as specified in Section 16052. 2.6 LISTING UL 67 - Electric Paneiboards. 2.7 TRANSIENT VOLTAGE SURGE SUPPRESSION (TVSS) Provide integral TVSS per Section 16285, Transient Voltage Surge Suppression (TVSS) - 600 Volt and Below. PART3-EXECUTION 3.1 INSTALLATION A. Install panelboards in the locations as shown and as recommended in NEMA PB 1. B. Install the panelboards such that the center of the switch or circuit breaker in the highest position will not be more than 6-1/2 feet above the floor or working platform 3.2 PROTECTION A. Temporary Doors. Panelboard cabinets shall be protected by a temporary door until the panelboard is energized. Temporary doors shall be 1/4-inch-thick plywood or equivalent rigid material. Temporary doors shall be 160-10049-000 16442-3 Panelboards - Distribution and Branch Circuit installed when the cabinet is installed and shall remain closed at all times except when work is being performed inside the panelboard. B.. Permanent Doors and Trim. Permanent doors and trim shall be installed immediately before panelboards are energized. Permanent doors and trim shall be maintained in factory condition after installation. Doors shall remain closed at all times except when the panelboard is deenergized and work is taking place within the panelboard. C. Cabinets. Cabinet interiors shall be maintained "white glove" clean at all times. Cabinet exteriors shall be maintained free of mud, spray -on insulation, paint spray and all substances not placed on the exterior surface by the panelboard manufacturer. END OF SECTION 160-10049-000 16442-4 Panelboards - Distribution and Branch Circuit Southwest Pump Station City of Lubbock SECTION 16445 MOTOR CONTROL CENTERS PART1-GENERAL 1.1 SUMMARY Provide motor control centers for use on 3-phase power systems rated 600 volts and below, and which conform to NEMA Type 1B-D wiring, Type NEMA 3R construction. 1.2 RELATED WORK A. Dr -TTne Transformers —Above 600Volt Primary and Rated Larger than 500 KVA. Section 1672E B. Transient Voltage Surge Suppressors — 600 Volts and Below. Section 16285. C. Panelboards — Distribution and Branch Circuit. Section 16442. D. Motor Starters - 600 Volt and Below. Section 16425. 1.3 QUALITY ASSURANCE A. Reference Standards. Design, test, assemble and install in conformance to the latest edition of the following applicable industry standards, where applicable. 1. ANSI C19 - Industrial Control Apparatus. 2. ANSI/NEMA ICS1 - General Standards for Industrial Control and Systems. 3. ANSUNEMA ICS2 - Industrial Control Devices, Controllers and Assemblies. 4. ANSI/NEMA ICS4 - Terminal Blocks for Industrial Use. 5. ANSUNEMA ICS6 - Enclosures for Industrial Controls and Systems. 6. NEMA ABl - Molded Case Circuit Breakers. 7. NEMA PB1.1 - Instructions for Safe Installation, Operation and Maintenance ofPanelboards Rated 600 Volts or Less. 8. NEMA PB 1.2 - Application Guide for Ground Fault Protective Devices for Equipment. 9. NFPA 70 - National Electrical Code (NEC). 10. UL 467 - Standard for Safety, Grounding and Bonding Equipment. 11. UL 489 - Standard for Safety, Molded -Case Circuit Breakers and Circuit -Breaker Enclosures. 12. UL 506 - Standard for Safety, Specialty Transformers. 13. UL 508 - Industrial Control Equipment. 14. UL 845 - Electric Motor Control Centers. B. Oualifications. The manufacturer of this equipment shall have produced similar electrical equipment for a minimum period of 5 years. When requested, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 1.4 SUBMITTALS A. Provide product data, including the following: 1. Ratings, including voltage and horsepower or continuous current. 160-10049-000 16445-1 Motor Control Centers 2. Cable terminal sizes. 3. Short circuit current ratings. B. Dimensional Drawings. Submit dimensional drawings of the motor control center, including top and bottom views showing entry and exit space for conduits and busways, front and side elevations showing arrangement of all devices, and busway connection details. Also include dimensional data on all buses including material type and capacity of the buses. C. Wiring Diagrams. Power, signal, and control wiring for class and type of motor control center. Provide schematic wiring diagram for each type of controller. D. Electrical Information. Submit one line diagrams for equipment being provided. Also submit information on all protective devices including type, ratings, and settings of all trips provided, to include ground fault relay settings. E. Coordination Curves. Manufacturer shall provide coordination curves on log -log paper for the main protective device and for the largest branch circuit devices. These curves shall also show the ground fault protective relay. PART2-PRODUCTS 2.1 MANUFACTURER Square D, General Electric or Seimens. 2.2 DESCRIPTION A. General. Provide a completely factory assembled motor control center from incoming line lugs to load terminals of all branch protective devices. Include all necessary buses, supports, devices and provisions for future connections as shown on the one -line diagrams and as specified. B. Size. The physical size and configuration of the motor control center and equipment may be varied to suit the manufacturer's standard design, provided the intended functions are accomplished. Any change in size or configuration must be so noted on the submittal. Any changes made are restricted by Section 16050. C. Li_ sting. 1. The motor control center shall be UL listed as suitable for use as service entrance equipment. 2. UL 845 - Electric Motor Control Centers. 2.3 ENCLOSURE A. Construction. 1. Fabricate the enclosure of one or more rigid, freestanding sheet metal cubicles bolted together to form a rigid assembly. Use not less than No. 14 gauge, cold -rolled steel. Grind smooth any imperfections, such as welding splatter, sharp edges, burrs, etc., before finishing. 2. Make each vertical section nominally 20 inches wide, 20 inches deep and 90 inches high, unless noted otherwise. 3. Provide doors with substantial vertical hinges, permitting them to swing out. Provide a defeatable mechanical interlock that prevents door from being opened when disconnecting means is in closed position. 4. Provide a hinged wireway the full height of each vertical section for component wiring installation. 160-10049-000 16445-2 Motor Control Centers 5. Construct the enclosure according to NEMA 12 requirements for interior locations and NEMA 3R gasketed requirements for exterior locations.. 6. Provide suitable lifting means to facilitate handling of the motor control center. B. Component Isolation. Mount each component, such as a fused switch, combination starter, dry -type transformer or branch circuit panel in a separate compartment and effectively isolate from adjacent units, including buses. Make each component readily accessible and removable from the front of the cubicle. C. Cable Entrance. Make provisions for top and bottom cable entrances. D. Finish. Grind all interior and exterior steel and aluminum surfaces smooth, with all burrs, sharp edges, welding splatters, loose rust, scale and the like totally removed after fabrication. The finish coat shall consist of ANSI 61 Gray thermosetting polyester powder paint, or acceptable equivalent, applied electrostatically to pre -cleaned and phosphatized steel and aluminum internal and external surfaces with a minimum 1.5 mil DFT. The coating shall have a minimum corrosion resistance of 300 hours to 5 percent salt spray. Prior to shipment, all switchgear exterior surfaces shall be given a topcoat of ANSI 61 Gray high -gloss enamel with a minimum 1.5 mil DFT. Final interior finish shall be flat white (non -gloss) enamel with a minimum 1.5 mil DFT. The use of galvanized metal for interior or exterior surfaces is not acceptable. Provide a minimum of one quart of finish paint for touch-up after field installation. 2.4 BUS STRUCTURE A. Materials. 1. Bar. Fabricate buses of 98 percent IA.CS conductivity tin-plated copper. Use full lap construction and make main bus connections using a minimum of two bolts. 2. Cable. Standard, code grade copper, sized according to the NEC. 3. Bracing. Adequate to withstand mechanical forces exerted during a short circuit directly from a source with an available fault current not less than value indicated on drawings. B. Main Horizontal Bus. 1. Locate at top and rated as indicated on the drawings. 2. Arrange to permit future extensions. C. Vertical Buses. 1. Rate as required but not less than 300 amperes. 2. Provide stab isolation shutter mechanisms to isolate and insulate vertical bus and stabs from cubicle enclosures. D. Ground Bus. Provide a continuous tin-plated copper ground bus for entire length of the enclosure. Arrange to permit future extensions. Ground motor control center parts which do not carry current. Terminations must be of an approved pressure connector type. 2.5 CIRCUIT BREAKERS A. Type. Provide circuit breaker which is quick -make and quick -break on both manual and automatic operation. Provide a trip -free breaker which is trip indicating. Incorporate inverse time characteristic by bimetallic overload elements and instantaneous characteristic by adjustable magnetic trip. For 2-pole and 3-pole breakers, provide the common -trip type so that an overload or fault on one pole will trip all poles simultaneously. B. Operators. Provide breaker operators mounted through the panel door and permitting operation of the breaker with the door closed. Operators shall be capable of being padlocked in the OPEN or OFF position with as 160-10049-000 16445-3 Motor Control Centers I many as three padlocks of 5/16-inch diameter shank. Use a defeatable, front -accessible, coin -proof, mechanical, door interlock to prevent opening the door when the operator is in the CLOSED or ON position, and to prevent placing the operator in the CLOSED or ON position when the door is open. , C. Ratings. As indicated on drawings. 2.6 STARTERS Provide starters as specified in Section 16425. 2.7 CONTROL RELAYS Provide industrial control relays as shown on drawings having 120-volt, 60 hertz coils standard convertible NO or NC 10-ampere, 600-volt contacts and building module feature enabling relay to have up to 12 poles. , 2.8 TIMING RELAYS _ Provide solid-state time -delay type as shown on drawings, having 120-volt, 60-hertz coils, 10-ampere, 600-volt contacts and an adjustable timing range of approximately 0.3 to 30 seconds, unless noted otherwise on the drawings. 2.9 CONTROL WIRING A. Wiring. Install and test control and small wiring inside the MCCs at the factory, including control wiring, instrument and relay wiring, secondary leads from instrument transformers, etc. Neatly and carefully install wiring in suitable wiring gutters or conduit, using standard 600-volt switchboard type, stranded copper wire No. 14 AWG or larger. Identify each wire at terminals by means of permanent, sleeve -type wire markers. Secure wiring from hinged doors and panels to enclosure in a manner to allow ample flexibility in bending. Make wiring continuous from terminal to terminal, without splices. B. Terminals. Terminate wire on instruments, devices, transformers and terminal blocks by means of ring - tongue type connectors under screws, marked in accordance with the manufacturer's wiring diagram. Locate terminal blocks in readily accessible places. C. mare Contacts. Wire spare contacts to suitably identified terminals for external connections and clearly show these connections on shop drawings. D. Spare Terminals. In addition to specified spare contact terminals, provide six spare terminals on each terminal block provided. 2.10 BRANCH CIRCUIT PANELBOARD A. Tyne. In the MCC, provide a UL-listed, circuit -breaker type branch circuit panelboard with tin-plated copper bus that meets the requirements of Section 16442, Panelboards - Distribution and Branch Circuit. B. Mounting. Flush mount the dead -front assembly inside the MCC. Provide access through the cubicle front by a small door with spring catch. Supply a directory, including frame, with a heat -resistant, transparent face. C. Circuit Breakers. Provide circuit breakers which are quick -make and quick -break on both manual and automatic operation. Provide a trip -free breaker which is trip indicating. Incorporate inverse time characteristic by bimetallic overload elements and instantaneous characteristic by magnetic trip. For 2-pole and 3-pole breakers, provide the common -trip type so that an overload or fault on one pole will trip all poles simultaneously. Handle ties are not acceptable. r 160-10049-000 16445-4 Motor Control Centers i_ J D. Panelboard Transformer. For the branch circuit panelboard specified above, provide a dry -type transformer conforming to Section 16276, Dry -Type Transformers - 600 Volt and Below Primary and Rated 500 Kva and Smaller, and rated as shown on drawings. E. TVSS. For the branch circuit panelboard specified above. Provide transient voltage surge suppression conforming to Section 16285, Transient Voltage Surge Suppressors — 600 Volts and Below. 2.11 METERING A. Provide a digital power meter with a panel -mounted digital display capable of monitoring the main bus and displaying the following electrical parameters: 1. Voltage (line -line, line -neutral). 2. Current (phase). 3. Power (kW, kVA, WAR). 4. Energy (watt-hours, VAR hours, VA hours). 5. Frequency. 6. Power factor. 7. Minimum/maximum values. 8. System demand. C. The digital power meter shall contain all potential transformers and control power transformers required for proper -operation. Provide factory -installed current transformers of appropriate rating and quantity for proper operation of the power meter. D. _ The panel -mounted digital display shall be activated by solid-state membrane type pushbuttons. No selector switches shall be required for meter operation or display. E. Provide GE Multilin PQM digital power meter. 2.12 � NAMEPLATES A. Main Nameplate. Provide MCC with a stainless steel or equal nameplate prominently displayed on the front, indicating manufacturer's name, address and shop order number, year manufactured, and the following ratings: 1. Nominal voltage rating and frequency. 2. Main bus continuous current rating. 3. Maximum 3-phase rms symmetrical short circuit current rating. B. Unit Nameplates. Provide each unit with a black -white -black lamacoid nameplate with 3/16-inch-high white lettering secured to front of unit by means of oval -head chrome plated brass screws, immediately below switch handle. Actual nameplate legend, which may consist of up to three lines, will be provided by the Owner's representative on shop drawings as approved. C. Caution Signs. Provide caution signs in accordance with OSHA requirements. 2.13 TVSS FOR MCC For the MCC, provide transient voltage surge suppression conforming to Section 16285, Transient Voltage Surge Suppressors — 600 Volts and Below. 160-10049-000 16445-5 Motor Control Centers PART3-EXECUTION 3.1 PREPARATION Construct a concrete pad in accordance with Section 16050, Electrical General Provisions. Verify dimension of the housekeeping pad and the embedded leveling channels and conduit stub -ups. 3.2 INSTALLATION A. Install the motor control center in accordance with the manufacturer's published instructions. B. Torque bus bar bolts to manufacturer=s recommendations, and tighten nuts and bolts on the steel structure to ensure structural integrity. 3.3 EQUIPMENT ADJUSTMENT A. Set overload relays at maximum values permitted by the NEC, based on actual installed motor nameplate full load amperes. Coordinate overload settings with NEC requirements where power factor correction capacitors are provided. B. Adjust the magnetic setting on motor circuit protectors in accordance with motor inrush currents (nameplate data) and NEC requirements. C. Touch-up Painting. Restore damaged surfaces to factory finish. Deliver to Owner all leftover paint in suitably labeled, sealed containers. D. insnection. Thoroughly inspect motor control center for items such as loose connections and presence of foreign material, and remedy prior to energizing. 3.4 TESTING A. Demonstrate that motor control circuits function properly, as specified, under all required operating conditions. B. Where units do not function properly, and where possible, the unit shall be corrected onsite and reinstalled. Where the unit cannot be corrected on site, remove and return to the manufacturer for correction or replacement. This shall not relieve the Contractor of the responsibility to complete the installation within the schedule, as stipulated in the contract documents. C. Retest corrected units to demonstrate proper operation per paragraph 3.6A above. END OF SECTION [:l 160-10049-000 16445-6 Motor Control Centers Southwest Pump Station City of Lubbock SECTION 16490 FUSES — 600 VOLT AND BELOW PARTl-GENERAL 1.1 SUMMARY This section specifies the furnishing and installation of low voltage fuses rated 600 volts and below, 6000 amperes and below. 1.2 REFERENCE STANDARDS A. ANSUNEMA FU 1 - Low Voltage Cartridge Fuses. B. ANSIIUL 198C - High -Interrupting -Capacity Fuses, Current -Limiting Type. C. ANSI/UL 198D - Class K Fuses. D. ANSIM 198E - Class R Fuses. 1.3 SUBMITTALS Provide product data on fuses. 1.4 SPARE FUSES As spares, provide the greater amount of either three fuses or 10 percent of each size and type installed. Deliver the spare fuses to the Owner at the time of final acceptance of the project. Neatly encase the spare fuses in suitable containers or cabinets. PART2-PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Low voltage fuses shall be products of a single manufacturer. B. Acceptable manufacturers are Bussman, Gould (Shawmut) and Littelfuse. 2.2 VOLTAGE Provide fuses with a voltage rating suitable for the nominal voltage of the system in which they are to be applied. 2.3 TYPES A. Time Delay Fuses. Unless otherwise indicated, provide UL Class RK-5 time delay, current limiting fuses having 200,000 rms symmetrical amperes interrupting rating. Use on all 600-ampere or smaller circuits supplying individual motors and transformers, and where otherwise indicated. 160-10049-000 16490-1 Fuses — 600 Volt and Below B.. Non -Time Delay Fuses. Fuses indicated by "K-1" on the drawings are UL Class RK 1 non -time delay having 200,000 rms symmetrical amperes interrupting rating. Use on all 600-ampere or smaller circuits supplying branch circuit panelboards, resistance heating and where otherwise indicated. C. Class L Fuses. Fuses rated 601-6000 amperes are UL Class L with 200,000 rms symmetrical amperes interrupting rating. PART3-EXECUTION 3.1 INSTALLATION A. Instructions. Follow the manufacturer's installation instructions. B. Fuse Clips. Check fasteners on fuse clips for tightness when installing fuses. C. Labels. Install fuses so label is in an upright, readable position. Fuses without labels are not acceptable. END OF SECTION 160-10049-000 16490-2 Fuses — 600 Volt and Below Southwest Pump Station City of Lubbock SECTION 16510 LIGHTING FIXTURES AND LAMPS PARTI-GENERAL 1.1 SUMMARY Provide lighting fixtures, complete with lamps and other accessories. 1.2 REFERENCE STANDARDS A. ANSI C78 Series - Lamps. B. ANSI C82 Series - Ballasts. C. ANSI/UL 844 - Electric Lighting Fixtures for Use in Hazardous (Classified) Locations. D. ANSI/UL 935 - Fluorescent -Lamp Ballasts. E. ANSI/UL 1029 - High -Intensity -Discharge Lamp Ballasts. F. ANSI/UL 1570 - Fluorescent Lighting Fixtures. G. ANSIIUL 1571 - Incandescent Lighting Fixtures. H. ANSLUL 1572 -.High-lutensity-Discharge Lighting Fixtures. I. NFPA 70 - National Electrical Code (NEC). 1.3 SUBMITTALS Provide product data on each lighting fixture, type of lamp and poles. PART2-PRODUCTS 2.1 LIGHTING FIXTURES Ul%rla A. General. Lighting fixtures are specified by type and manufacturer on the drawings. B. Listins. 1. Fluorescent. UL 1570. 2. High -Intensity -Discharge. UL 1572. 3. Hazardous Areas- UL 844. 4. Incandescent. UL 1571. 160-10049-000 16510-1 Lighting Fixtures and Lamps 2.2 LAMPS A. General. Provide lamps for all new and relocated lighting fixtures. Types are specified in the lighting fixture schedule. Use inside frosted incandescent lamps rated for 130-volt service, 750-hour minimum, unless otherwise indicated. B. Fluorescent Rapid -Start Lamps. Sylvania "Octron" T-8 lamps or approved substitution (F017/841, F032/841, etc.), minimum CRI of 85. If different lamp manufacturers are submitted, no noticeable difference in - color temperature shall be allowed. All T-8 fluorescent lamps shall have a color temperature of 3500K. C. Environmental. Lamps shall pass the federal TCLP test in effect at the time of manufacture. D. Manufacturers. General Electric, Philips, Sylvania. 2.2 LAMPS A. General. Provide lamps for lighting fixtures. Types are specified in the lighting fixture schedule. Use incandescent lamps rated for 130-volt service unless otherwise indicated. Use energy saving type fluorescent lamps nominally rated 34 watts. B. Manufacturers. General Electric, Philips, Sylvania. 2.3 BALLASTS A. Manufacturers. 1. Fluorescent. a. Rapid Start Electronic. Advance, Magnetek, Osram Sylvania, Valmont, and the listed fixture manufacturer. 2. Metal Halide, Advance, Jefferson, Sola, Valmont and the listed fixture manufacturer. 3. High -Pressure Sodium. Advance, Jefferson, Sola, Valmont and the listed fixture manufacturers. B. General. Provide lighting fixture ballasts as required. C. Ballasts for T-8 Lamps. 1. All shall be high frequency (20 kHz or greater) electronic type. 2. All ballasts shall have a TDH (total harmonic distortion) of less than 20 percent. 3. All ballasts shall have a power factor greater than or equal to 90 percent. 4. Ballasts shall operate with "OCTIC" type lamps (265 mA). 5. Unless noted otherwise (i.e. dual switching, etc.), provide one ballast per fixture. 6. Ballasts shall be Class P thermally protected and individually fused on the line side of the ballast. 7. Ballasts shall include a 5-year manufacturer's warranty. Warranty shall include ballast replacement labor allowance.- 8. Ballasts shall meet FCC requirements governing electromagnetic and radio frequency interference. i D. Ballasts for HID Lamps. HID ballast shall be of the lead -peak autotransformer type for metal halide lamps. Ballast shall start and operate the lamp at ambient temperatures ranging from minus 20°F to 105°F. All ballasts shall be encased and potted, individually fused on the Iine side of the ballast, and shall have automatic thermal , protection, and high power factor, minimum of 90 percent. E. Listines. 1. Fluorescent. UL 935. 160-10049-000 16510-2 Lighting Fixtures and Lamps 2. High -Intensity -Discharge - UL 1029. 2.4 LENS Lenses for fluorescent fixtures shall be virgin acrylic plastic and shall have a minimum thickness of 0.125 inch, unless otherwise indicated. PART3-EXECUTION 3.1 COORDINATION Install lighting fixtures in accordance with manufacturer's written instructions, NEC and NECA. Before placing order, verify that the lighting fixtures are compatible with the specified ceiling systems as indicated on the drawings. Regardless of the catalog number prefixes and suffixes shown, furnish fixtures with the proper trim, frame, support, hangers, ballasts, voltage rating, and other miscellaneous appurtenances to properly coordinate with building conditions. If a fixture type designation is omitted, furnish fixture of the same type as shown for rooms of similar usage. Confirm with Engineer. 3.2 INSTALLATION A. Fixtures must be completely wired and lamps installed. Lighting fixtures must be operating properly at final completion- B. Provide hangers and support members for fixtures as required for proper installation. Provide appurtenances which include stud supports, stems, mounting brackets, frames and plaster rings. C. Support fixtures from the building structure or from furring channels. Furring channels must be a nummum size of 1-112 inches. Fixtures in suspended ceilings shall be supported in accordance with NEC 410-16. D. Flexible metal conduit from 'unction box to lighting fixture shall not touch the ceiling as finally installed. J t� g g Y E. Provide foundations for all fixtures requiring such. Poles shall be set plumb. END OF SECTION 160-10049-000 16510-3 Lighting Fixtures and Lamps No Text Southwest Pump Station City of Lubbock SECTION 16610 LIGHTNING PROTECTION PART1-GENERAL 1.1 SUMMARY A. This section specifies fiunishing and installation of a lightning protection system 1.2 RELATED WORK AND SPECIFICATIONS A. Groundine. Section 16060. 1.3 REFERENCE STANDARDS A. Comply with all requirements and codes of the National Fire Protection Association, the United States Bureau of Standards, and the Underwriters' Laboratories, Inc. 1.4 SUBMITTALS A. Submit detailed installation drawings as specified in Division 1— General Requirements. B. Submit complete description of all materials used including cable, terminals, and supports. 1.5 SUBCONTRACTOR A. For this work, engage the services of a subcontractor accredited by the Underwriters' Laboratories, Inc., and regularly engaged in installing lightning protection systems. The subcontractor must employ certified personnel fully qualified in this work and able to meet existing local labor conditions. The subcontractor shall submit to the OWNER for approval proof of their qualifications. 1.6 MASTER LABEL A. Upon completion, each lightning protection system must be inspected by the Underwriters' Laboratories, Inc. Each system must qualify for a Master Label issued by UL and presented to the OWNER. PART2-PRODUCTS 2.1 MATERIALS A. Cables. Provide tinned -copper conductors with a minimum of twenty-nine 16-gage strands. B. Air Terminals. Use chrome -tipped solid tinned -copper with tinned -copper or tinned -copper -bronze base. C. Fittings. Supply tinned copper and tinned -copper -bronze fittings of bolted, pressure -type construction. D. Bonding. Bond down -conductors to grounding systems in accordance with Section 16060. 2.2 ACCEPTABLE MANUFACTURERS 160-10049-000 16610-1 Lightning Protection A. Furnish all materials from Thompson Lightning Protection, Inc., Minneapolis, Minn., or approved equal. Other manufacturers will not be accepted unless their products are approved by the Underwriters' Laboratories, Inc and able to qualify for a UL Master Label. PART3-EXECUTION 3.1 INSTALLATION A. Install conductors to ground devices in accordance with the specific code provisions of Underwriters' Laboratories, Inc. Securely bond all conductive metals within 6 feet of the Iightning protection system. Make underground metal water pipes extending into building an integral part of the grounding system .Conceal all down conductors. Any exposed conductors must be approved by the ENGINEER 3.2 FUTURE EXPANSION A. Install the system for ease of future expansion. END OF SECTION 160-10044-000 I 6610-2 Lightning Protection Southwest Pump Station City of Lubbock SECTION 16705 COMMUNICATION SYSTEM PART1-GENERAL 1.1 SUMMARY A. Provide a complete telephone and data wiring system in accordance with the Drawings and this section of the Specifications. Provide cable, outlets, identification products, and all other accessories necessary for a complete system. B. Telephone instruments and communication equipment are not included in the contract. 1.2 REFERENCE STANDARDS EIA/TIA-568 Commercial Building Telecommunication Wiring Standard. 1.3 SUBMITTALS Submit product data on cable, outlets, accessories, and identification products. PART2-PRODUCTS 2.1 TELEPHONE CABLE A. Manufacturer's Reference. 1. Telephone, 4-Pair Cable. Category 5e or 6. 2. Telephone, 50-Pair Cable. Category 5e or 6. B. Cable Description. 1. Telephone. Category 5e or 6 inside wiring cable, or installed in conduit 24 AWG annealed copper conductor, color -coded PVC conductor insulation, PVC cable jacket, number of airs as required. 2.2 TELEPHONE OUTLETS A. General. 110 Type IDC connections. B. Manufacturer's Reference. I . Flush. a. Data Connector. MOD -TAP 17-51-EE-1. b. Telephone Connector. MOD -TAP 17-51-66-1. C. Blank. MOD -TAP 17-0433-1. d. Faceplate. MOD -TAP 17-0121-1. 2. Surface. a. Data/Telephone Connectors. Dual RJ45, 8 wire jacks. b. Cover. L-COM TSUl 104B88C. 160-10049-000 16705-1 Communication System 2.3 TERMINAL, BLOCKS A. Punch Down Block. 50 pair, Siemon M1-50, 66 Type Block. B. Patch Panel. AT&T 110 IDC connections with terminal caps, numbered, front mounted modular jacks, MOD -TAP #27-448-8847. Provide 19-inch rack and associated hardware suitable for wall mounting and sized to accommodate referenced patch panel. 2.4 CONNECTING TOOLS TYPE Specifically designed for the termination of conductor on quick -connect type terminals. 2.5 IDENTIFICATION A. Telephone Conduit In accordance with Section 16130. B. Telephone Cable. 1. Type. Brady B-292 SLF self -laminating wire markers. 2. Legend. Each cable shall be labeled on each end in accordance with the following: "X-Y", where "X" represents the patch panel number and "Y" represents a sequential number beginning with "I" for each patch panel and should correspond with the patch panel jack number. C. Telephone and Data Outlets. Each telecommunication outlet jack shall indicate, with vendor supplied label, whether it is for data or voice use. Also indicate the "X-Y" number on the faceplate which corresponds to the cable number serving it PART3-EXECUTION 3.1 TELEPHONE CABLE INSTALLATION A. Route cable in conduit from telephone backboard to each outlet shown on the Drawings. Cable shall be continuous from outlet jack to terminal blocks on telephone backboard. No splicing will be permitted. B. Terminate cable at outlet jacks and connecting blocks, according to EIA/TIA-568. 1. Maintain the twist of UTP wires up to the point of termination. 2. The #1 telecommunication outlet jack is the top left -most position in any telecommunications outlet. The #2 telecommunication outlet jack is the next position to the right, or below #1 if jacks are not side by side. 3. The #2 jack is a spare and has no terminations, unless shown otherwise. 4. Termination of UTP wires into the 8-position modular jacks and patch panels shall adhere to the EIAJTIA-568 Commercial Building Telecommunications Wiring Standard: a. UTP pair 1: Tl pin 5 White -Blue Stripes RI pin 4 Blue -White Stripes b. UTP pair 2: T2 pin 3 White -Orange Stripes R2 pin 6 Orange -White Stripes C. UTP pair 3: T3 pin 1 White -Green Stripes R3 pin 2 Green -White Stripes d. UTP pair 4: T4 pin 7 White -Brown Stripes R4 pin 8 Brown -White Stripes 5. Voice cabling shall not be terminated to a data connector. 160-10049-000 16705-2 Communication System 3.2 TELEPHONE AND DATA OUTLETS Install outlets with telephone jack at the bottom, data jack at the top for vertically oriented jacks. Install outlets with telephone jack on left, data jack at the right for horizontally oriented jacks. 3.3 IDENTIFICATION A. Tel phone and Data Conduit. In accordance with Section 16130. B. Telephone Cable. Identify cable at outlet box and all junction boxes between outlet box and telephone backboard in LAN room C. Telephone and Data Connecting Block Terminations. Identify connecting block terminal tab. D. Telephone and Data Outlets. Install label on cover plate, centered above top jack. 3A SYSTEM CHECKOUT A. Perform tests in the presence of the Owner's Representative. Provide minimum 24-hour notice. B. Test the continuity and resistance of telephone and data cable after installation following the procedure outlined below. 1. Perform continuity tests with a digital or analog ohm -meter. Ohm -meter shall have an accuracy of 5 percent or better over the 5-50 ohm range. Meter readings on analog meters shall be made in the 25 to 75 percent span of the full scale range. 2. Measure resistance of wire to ground with opposite end of wire ungrounded. 3. Measure resistance of wire to ground with opposite end of wire grounded. 4. Document the date, test equipment used, name of testing personnel, name of client representative present, cable (outlet) number, wire designation number and/or color code, and resistance. 5. Replace any cable which has a wire with resistance greater than 110 percent of manufacturer's specifications or is shorted to ground. C. Confirm that data are properly terminated (point-to-point) in accordance with paragraph 3.1134, above. END OF SECTION 160-10049-000 16705-3 Communication System No Text Southwest Pump Station City of Lubbock SECTION 16720 TELEPHONE SERVICE PART I -GENERAL 1.1 SUMMARY This section specifies the furnishing and installation of necessary equipment and materials and making arrangements for the connection of telephone service. 1.2 REFERENCE STANDARDS Comply with all service installation standards of the serving utility. PART 2 - TELEPHONE SERVICE REQUIREMENTS 2.1 SOURCE Service will be provided from the SBC system. Service to the project will be via CONTRACTOR installed underground duct bank. Contact SBC at 1-888-294-8433. 2.2 COORDINATION The location of the service entrance must be coordinated with the telephone company. Provide materials and equipment required to enable the telephone company to connect service to the project. 2.3 LOCATION Secure approval from the Owner for the final locations of telephone outlets. 2.4 MATERIALS A. Install raceways in accordance with Section 16130, Raceways. B. Provide 3/4-inch-thick exterior Grade A -A plywood telephone backboards as sized on the drawings. Paint the backboard with one prime coat and one finish coat in pearl gray. Securely fasten the backboard to the wall. C. Provide a No. 6 AWG minimum ground, at the backboard location, connected to the building grounding system. D. Provide a 20-ampere, 120-volt, NEMA 5-20R quadruplex convenience outlet at the backboard location and connect to a dedicated branch circuit. E. Provide boxes in accordance with Section 16135, Boxes. _ PART3-EXECUTION 3.1 INSTALLATION 160-10049-000 16720-1 Telephone Service Install the utility services as required by the contract documents. Demonstrate that the electrical system is operational. END OF SECTION 160-10049-000 16720-2 Telephone Service � m� :....�: ...� ..ZLI��,.0