Loading...
HomeMy WebLinkAboutResolution - 4002A - Contract - Red River Construction - WTP Improvements, 6100 N Guava Avenue - 10/22/1992P'nz �L Qc,6aeK 2; , Iquo RESOLUTION #4002 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock a Contract by and between the City of Lubbock and Red River Construction for improvements at the Water Treatment Plant located at 6100 N. Guava Avenue, attached herewith, which shall be spread upon the minutes of the Council and as spread upon the minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein in detail. Passed by the City Council this 22nd day of October, 1992. ATTEST: /s/ Sally Still Abbe Sally Still Abbe, Acting City Secretary APPROVED AS TO CONTENT: /s/ Gene Eads Gene Eads, Purchasing Manager APPROVED AS TO FORM: /s/ Harold Willard Harold Willard, Assistant City Attorney CONTRACT STATE OF TEXAS § COUNTY OF LUBBOCK § /s/ David R. Langston DAVID R. LANGSTON, MAYOR THIS AGREEMENT, made and entered into this 22nd day of October, 1992 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through David R. Langston, Mayor, thereunto authorized to do so, hereinafter referred to as OWNER, and Red River Construction Co., Inc., of the City of Dallas, County of Dallas, 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 NO. 12040--Water Treatment Plant Improvements Contract 3 (Water Utilities) in the amount of $4,692,416.00 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. 4w0 4ec (6 46k z cat (qgq�p,��e5 D THERMAL AND MOISTURE PROTECTION i r (THIS PAGE LEFT BLANK INTENTIONALLY) r-. 07162-1 F11 of 91L02 SECTION 07162 01 2 02 .� 03 DAMPPROOFING 03 04 04 05 05 06 PART 1 - GENERAL 06 07 07 08 1.01 SUMMARY 08 09 09 10 A. Section Includes: 10 11 1. Dampproofing. 11 12 12 13 B. Related Sections include but are not necessarily limited to: 13 14 1. Division 0 - Bidding Requirements, Contract Forms, and 14 15 Conditions of the Contract.- 15 16 2. Division 1 - General Requirements. 16 17 3. Division 3 - CONCRETE. 17 18 4. Division 4 - MASONRY. 18 19 19 . 20 1.02 QUALITY ASSURANCE 20 21 21 22 A. Referenced Standards: 22 23 1. American Society for Testing and Materials (ASTM): 23 24 a. D1227, Standard Specification for Emulsified Asphalt 24 25 Used As a Protective Coating for Roofing. 25 26 26 27 B. Qualifications: 27 28 1. Licensed or approved in writing by coating manufacturer. 28 29 29 �.. 30 1.03 SUBMITTALS 30 31 3132 32 A. Shop Drawings: 33 1. See Section 01340. 33 34 2. Product technical data including: 34 i. 35 a. Acknowledgement that products submitted meet 35 36 requirements of standards referenced. 36 37 b. Manufacturer's installation instructions. 37 38 3. Warranty. 38 39 39 40 1.04 WARRANTY 40 41 42 A. Provide written warranty signed jointly by applicator and 41 42 43 manufacturer. 43 44 44 4 45 B. Warranty for period of 5 years from date of acceptance by 45 46 Owner. 46 48 47 49 PART 2 - PRODUCTS 4849 , I 50 52 2.01 ACCEPTABLE MANUFACTURERS 50 51 4 53 A. Subject to compliance with the Contract Documents, the 52 53 r■ i City of Lubbock, Municipal Water Treatment — Contract 3 A 07162-2 01 following Manufacturers are acceptable: 02 1. Dampproofing system: 03 a. Karnak 83 or 86 - Karnak Chemical Corp. 04 b. Hydrocide 700 or 700B - Sonneborn. 05 c. Sealmastic Type 2 or 3 - W.R.Meadows Inc. 06 07 B. Submit requests for substitution in accordance with 08 Specification Section 01640. 09 10 2.02 MATERIALS 11 12 A. Dampproofing: 13 1. Fibrated asphalt emulsion coating for trowel, spray or 14 brush application. 15 2. Primer as recommended by coating manufacturer. 16 3. ASTM D1227, Type 1. 17 18 19 PART 3 - EXECUTION 20 21 3.01 PREPARATION 22 23 A. Allow masonry and/or concrete to cure per manufacturer's 24 recommendations. 25 26 3.02 APPLICATION 27 28 A. Apply dampproofing to exterior face of stairwell walls below 29 grade. Extend coating to finished grade line. 30 31 B. Apply two -coat system. 32 33 C. Do not backfill for 48 HRS; however, backfilling is to be 34 completed within 7 days of coating application. 35 36 D. Provide protection for coating during backfilling operation. 37 38 E. Repair any damage to coating caused prior to or during 39, backfilling. 40 41 F. Remove coating from adjacent surfaces as required. 42 43 3.03 FIELD QUALITY CONTROL 44 45 A. Test wet film thickness and comply with listed manufacturer's 46 recommended coverage rates. Apply additional material as 47 required. 48 49 END OF SECTION City of Lubbock, Municipal. Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 r 01 02 03 04 ii 05 06 07 08 09 1 10 11 12 13 14 15� 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 . 40 41 42 43 44 45 46 47 48 49 50 51 52 53 7 91H1 PART 1 - GENERAL 1.01 SUMMARY SECTION 07176 MASONRY LIQUID WATER REPELLANT A. Section Includes: 1. Masonry liquid water repellant. B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Division 3 - Concrete. 4. Section 04210 - Brick Masonry. 5. Section 04510 - Masonry Cleaning. 1.02 QUALITY ASSURANCE A. Mock -Ups: 1. Product shall be applied to sample wall erected under Section 04210. 1.03 SUBMITTALS A. Shop Drawings: I. See Section 01340. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 3. Warranty. 1.04 WARRANTY A. Provide manufacturer's standard 10 -year performance warranty. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Liquid water repellant: a. L & M Construction Chemicals (Pentane). b. Nox-Crete Chemicals Inc.(Stifel). c. Pecora (Klere-Seal 920-S). d. Dynamit Nobel (Chemtrete BSM -20). City of Lubbock, Municipal Water Treatment - Contract 3 07176-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 07176-2 01 B. Submit requests for substitution in accordance with 02 Specification Section 01640. 03 04 2.02 MATERIALS 05 06 A. Liquid Water Repellant: Clean, non -staining, non -yellowing, 07 deep penetrating silane sealer. 08 09 10 PART 3 - EXECUTION 11 12 3.01 PREPARATION 13 14 A. Protect adjacent surfaces not intended to be covered. 15 16 B. Clean surfaces to be covered in accordance with 17 manufacturer's recommendations. 18 19 C. Make all mortar repairs at least 48 HRS prior to application. 20 21 D. Allow masonry surfaces to cure minimum of 10 days prior to 22 application. 23 24 3.02 INSTALLATION AND APPLICATION 25 26 A. Install products in accordance with manufacturer's 27 instructions. 28 29 B. Apply two coats to exterior work. 30 31 C. Apply to exterior brick surfaces exposed to view. 32 33 END OF SECTION City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 -- 21 22 23 24 25 26 27 28 29 30 -- 31 32 33 i 01 02 03 04 05 06 �^ 07 08 09 10 11 12 13 14 15 16 Mo 17 18 19 20 21 22 23 24 25 26 • 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 7 91F19 PART 1 - GENERAL 1.01 SUMMARY SECTION 07210 BUILDING INSULATION A. Section Includes: I. Building insulation. B. Related Sections include but are not necessarily limited to: 1. Division 0 Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 04220 Concrete Masonry. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. Federal Specifications (FS): a. HH -I -524C. 2. Underwriters Laboratories Inc. (UL): a. Building Materials Directory. 1.03 SUBMITTALS A. Shop Drawings: 1. See Section 01340. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Manufacturer's recommendations on sealants and mastics. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contact Documents, the following Manufacturers are acceptable: 1. Concrete masonry insulation inserts: a. Korfil. b. Or approved equal. B. Submit requests for substitution in accordance with Specification Section 01640. 2.02 MATERIALS City of Lubbock, Municipal Water Treatment - Contract 3 07210-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 07210-2 01 A. Concrete Masonry Insulation Inserts: Cells of concrete 01 02 masonry units in exterior walls, where indicated, shall be 02 03 filled with Korfil or approved equal. The expanded 03' 04 polystyrene insulation inserts shall be individually molded 04 05 to have a minimum density of 1.3 pcf and a maximum water 05 06 vapor transmission rate of 1.4 per inch, and shall conform to 06 07 Federal Specification HH -I -524C. 07 08 08 09 09 10 10 11 PART 3 - EXECUTION 11 12 12 13 3.01 INSTALLATION 13 14 14 15 A. General: 15 16 1. Concrete Masonry Insulation Inserts: Block inserts shall 16 17 be installed in the cores of blocks at the Block 17 18 Producer's Plant. Inserts shall be properly installed in 18 19 accordance with manufacturer's specifications to allow 19 20 blocks to be handled or saw cut without danger of insert 20 21 dislodgement. Blocks containing damaged or mutilated 21 22 Korfil inserts hall not be used. 22 23 23 24 END OF SECTION 24 25 25 City of Lubbock, Municipal Water Treatment Contract 3 07534-I 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 91L02 SECTION 07534 02 03 ADHERED ELASTOMERIC (EPDM) SHEET ROOFING 04 05 06 PART 1 - GENERAL 07 .� 08 1.01 SUMMARY 09 10 A. Section Includes: 11 1. Adhered elastomeric roofing (including reroofing), 12 13 14 B. Related Sections include but are not necessarily limited to: 15 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 16 2. Division 1 - General Requirements. 17 3. Section 06100 - Rough Carpentry. 18 19 1.02 QUALITY ASSURANCE 20 21 A. Referenced Standards: 22 1. American Society for Testing and Materials (ASTM): 23 a. D4637, Standard Specification for Vulcanized Rubber 24 Sheet Use in Single -Ply Roof Membrane. 25 2. Factory Mutual (FM): 26 a. Fire -Resistance Rating. i^ 27 b. Wind Uplift Rating. 28 3. Underwriter's -Laboratories, Inc.(UL): 29 a. Building Materials Directory. �.• 30 31 B. Qualifications: 32 1. Applicator factory trained and approved in writing by 33 roofing manufacturer. 34 35 1.03 SUBMITTALS 36 37 A. Shop Drawings: 38 1. See Section 01340. 39 2. Fabrication and/or layout drawings: 40 41 a. Scaled outline of roof showing slopes, edge details, penetrations and details, 42 and any special condition not covered on the Drawings. 43 44 3. Product technical data incl.uding: a. Acknowledgement that products submitted meet s 45 requirements of standards referenced. 46 b. Manufacturer's installation instructions. 47 4. Certifications Prior to Installation: 48 a. Certification of applicator qualifications. 49 50 b. Certificates showing testing agency approval of assembly for ratings indicated. i. 51 c. Letter from roofing manufacturer and insulation 52 manufacturer stating that roof insulation being used 53 is compatible with roofing system and will perform City of Lubbock, Municipal Water Treatment - Contract 3 07534-I 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 07534-2 01 properly for intended use. 02 d. Letter from mechanical fastener manufacturer stating 03 that fasteners being used are compatible with roofing 04 system and will perform properly for intended use. 05 5. Certifications for Final Closeout: 06 a. Certification by manufacturer's representative that 07 roof has been installed properly. 08 b. Warranty. 09 10 B. Maintenance Manuals: 11 1. Maintenance data and repair kit. 12 13 1.04 WARRANTY 14 15 A. Manufacturer's standard 10 -year warranty of watertightness 16 signed by roofing material's manufacturer. 17 1. Warranty to include provision to allow Owner to make 18 emergency repairs. 19 20 21 PART 2 - PRODUCTS 22 23 2.01 ACCEPTABLE MANUFACTURERS 24 25 A. Subject to compliance with the Contract Documents, the 26 following Manufacturers are acceptable: 27 1. Roofing system: 28 a. Carlisle Syntech Systems Inc. 29 b. Firestone Building Products Co. 30 c. Gen Corp. . 31 d. Goodyear Tire and Rubber Co. 32 e. Syenergy Methods Inc. 33 2. Vapor retarder: 34 a. Fortifiber Corp. 35 3. Other materials: 36 a. Manufacturers as noted. 37 38 B. Submit request for substitution in accordance with 39 Specification Section 01640. 40 41 2.02 DESIGN CRITERIA 42 43 A. Roof Assembly Design Criteria: 44 1. UL Class A roof covering. 45 2. FM Class I-90 wind uplift rating. 46 47 B. Roofing System: Single -ply rubber membrane (EPDM) fully 48 adhered over insulation. 49 50 2.03 SYSTEM COMPONENTS 51 52 A. Use only materials.approved by roofing materials 53 manufacturer. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 07534-3 01 02 B. Roofing Membrane: 01 02 03 1. EPDM rubber sheet. 03 ll 04 2. 0.060 IN thick. 04 ` 05 3. Color: Black. 05 06 4. ASTM D4637. 0106 07 08 09 C. Roof Insulation: Expanded polystyrene- wood fiber composite 08 board with approved facers. 09 10 11 1. Approved by roofing manufacturer. 2. UL listed for 10 assembly indicated. 11 12 13 3. Thickness: To provide "U" value indicated or as noted on 12 Drawings. 13 t 14 15 4. Taper to provide slope of 1/4 IN per foot minimum or as 14 noted on the Drawings. 15 16 5. Provide insulation which does not require additional 16 17 membrane underlayment for adhering membrane. 17 18 19 D. Flashing: Uncured neoprene sheet, 0.060 IN thick or EPDM 18 19 20 21 roofing membrane used for roofing work. 20 22 E. Adhesives, Tapes, Cements and Sealants: Roofing 21 22 23 24 manufacturer's standard. 23 `. 25 F. Provide all miscellaneous accessories as required. 24 25 2626 27 G. Fasteners as recommended by component manufacturer and FM. 27 28 29 2.04 MAINTENANCE MATERIALS 28 29 30 31 A. Provide Owner with patch repair kit containing as a minimum. 30 31 32 1. Lap sealant. 32 33 2. Piece of roofing membrane 2 x 2 FT. 33 34 3. Adhesive and primer. 34 i 35 36 B. Instruct Owner's personnel on making emergency patch and 35 36 repairs to roof. 37 38 39 C. Owner to notify roofing manufacturer within 3 working days if 38 39 40 41 emergency repairs are made by Owner personnel. 40 42 PART 3 - EXECUTION 41 43 42 44 3.01 INSTALLATION 43 44 45 46 A. Install products in accordance with manufacturer's 45 46 47 instructions. 47 48 49 B. Install all nailers not indicated, but required; nailers 44 50 51 indicated are part of work of Section 06100. 50 52 C. Installation of Insulation: 51 52 4 53 1. Cut insulation neatly to fit around all roof penetrations 53 City of Lubbock, Municipal Water Treatment —Contract 3 r* 07534-4 01 and projections. 02 2. Butt joints tightly. 03 3. Attach insulation in accordance with FM and 04 manufacturer's recommendations. 05 4. Provide tapered insulation where shown or required. 06 07 D.. Installation of Roofing: 08 1. Seal seams with lap sealant same day they are laid. 09 2. Install flashing at all vertical surfaces, roof 10 interruptions and penetrations. 11 3. Have representative of manufacturer make an inspection 12 and issue written report to Engineer that roofing system 13 has been installed properly. 14 4. Install walking surfaces where indicated. 15 16 E. Flash all roof penetrations in accordance with roofing 17 manufacturer's standard details. 18 19 3.02 FIELD QUALITY CONTROL 20 21 A. Provide services of manufacturer's field service 22 representative as required. 23 24 B. Protect installed insulation from water using water cut-offs 25 in bad weather and at,end of work period. 26 27 C. Remove and replace wet insulation. 28 29 END OF SECTION City of Lubbock, Municipal Water Treatment - Contract 3 07600-1 01 92A30 SECTION 07600 O1 r- 02 03 FLASHING AND SHEET METAL 02 03 04 05 04 06 PART 1 - GENERAL 05 06 ar 08 1.01 SUMMARY 07 08 09 10 A. Section Includes: 09 10 t� 11 1. Architectural flashing and sheet metal work. 11 12 13 B. Related Sections include but are not necessarily limited to: 12 13 14 1. Division 0 - Bidding Requirements, Contract Forms, and 14 15 Conditions of the Contract. 15 16 2. Division 1 - General Requirements. 16 17 3. Section 07534 - Adhered Elastormeric (EPDM) Sheet 17 l l 18 Roofing. 18 19 4. Section 07900 - Joint Sealants. lg 20 5. Section 09905 - Painting and Protective Coatings. 20 21 22 1.02 QUALITY ASSURANCE 21 22 23 24 A. Referenced Standards: 23 24 25 1. American Society for Testing and Materials (ASTM): 25 26 a. A167, Standard Specification for Stainless and 26 27 Heat -Resisting Chromium -Nickel Steel Plate, Sheet and 27 28 Strip. 28 29 b. A176, Standard Specification for Stainless and 29 30 Heat -Resisting Chromium Steel Plate, Sheet and Strip. 30 31 c. 832, Standard Specification for Solder Metal. 31 32 d. 6209, Specification for Aluminum and Aluminum -Alloy 32 �,. 33 Sheet and Plate. 33 34 e. B486, Standard Specification for Paste Solder. 34 35 36 1.03 SUBMITTALS 35 36 37 37 38 A. Shop Drawings: 38 39 1. See Section 01340. 39 40 2. Fabrication and/or layout drawings. 40 41 a. Scaled drawing showing expansion joint locations, 41 42 special conditions, profile, fastening and jointing 42 43 44 details. 3. Product technical data including: 43 44 45 a. Acknowledgement that products submitted meet 45 46 requirements of standards referenced. 46 47 b. Manufacturer's installation instructions. 47 48 4. Warranty. 48 49 50 B. Samples: 49 51 1. Finish and color samples for each product specified for 51 52 Engineer selection. 52 53 53 City of Lubbock, Municipal Water Treatment - Contract 3 07600-2 ' O1 1.04 WARRANTY 02 03 A. Furnish 5 -year guarantee on sheet metal work, signed jointly 04 by Contractor and sheet metal installer. 05 1. Agree to repair or replace work which leaks water or 06 deteriorates excessively, including color failure, or 07 otherwise fails to perform as watertight flashing. 08 09 B. Clad steel shall be provided with manufacturer's standard 10 20 -year warranty against color fade, chalking and film 11 integrity. 12 13 - 14 PART 2 - PRODUCTS 15 16 2.01 ACCEPTABLE MANUFACTURERS 17 18- A. Subject to compliance with the Contract Documents, the 19 following Manufacturers are acceptable: 20 1. Flashings: 21 a. Vincent Metals. 22 b. Peterson Aluminum Corp. 23 24 B. Submit request for substitutions in accordance with 25 Specification Section 01640. 26 27 2.02 MATERIALS 28 29 A. Sheet Metal: 30 1. Aluminum: ASTM 8209. 31 2. Stainless steel: ASTM A167 or A176. 32 33 B. Fasteners: Non-ferrous compatible with sheet metal. 34 35 C. Retainer Clips: Stainless steel. 36 37 D. Solder: ASTM B32 or B486. 38 39 E. Dissimilar Metal Protection: Comply with Section 09905. 40 41 2.03 ACCESSORIES 42 43 A. Other accessories as required to form a complete watertight 44 system. 45 46 B. Coordinate accessories with fascia system. 47 48 C. Finish to match fascia finish. 49 50 2.04 FABRICATION 51 52 A. Prefinished Sheet Metal: 53 1. Aluminum. City of Lubbock, Municipal Water Treatment - Contract 3 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 07600-3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 21 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 2. Minimum thickness: 0.06 IN. 02 3. Coated on exposed face with fluoropolymer coating, 03 minimum 1.0 mil dry film thickness. 6.' 04 05 a• Back side coated with 0.4 mil fluoropolymer coating. 7 06 07 B. Sheet Metal: Minimum 24 GA galvanized steel, G60 coating. E.; 08 C. Retainer Clips: 16 GA aluminum. 09 10 D. Shop fabricate items to maximum extent possible. 11 12 1. Fabricate true and sharp to profiles and sizes indicated on Drawings. 13 14. a. Shop fabricate and weld all corners. 15 16 PART 3 - EXECUTION 17 k 18 3.01 PREPARATION 19 r' 20 A. Provide items to be built into other construction to 21 Contractor in time to allow their installation. 22 23 24 B. If such items are not provided in time for installation, sheet metal fabricator cut in and install. 25 26 3.02 INSTALLATION 27 28 A. Install products in accordance with manufacturer's 29 instructions, SMACNA, and as indicated on Drawings. 30 ,. 31 B. Solder steel and weld aluminum to achieve weathertight joints 32 and required details; do not solder or weld slip joints and r 33 prefinished items. I 34 35 C. Fasten materials at intervals recommended by SMACNA. 36 37 D. Install slip joints to allow for thermal movement as 38 recommended by SMACNA and manufacturer. 39 1. Use SMACNA detail plate 68, Alt.3, with 4 IN calked lap. 40 2. Maximum spacing: 10 FT OC. 41 3. Provide slip joint 24 IN from corners. 42 �.► 43 E. Calk joints with two beads of sealant on each overlap. Refer i' 44 to Section 07900 for sealant. 45 i' 46 47 F. Form flashings to provide spring action with exposed edges hemmed or folded to create tight junctures. 48 49 G. Provide dissimilar metals and materials protection where 50 dissimilar metals come in contact or where sheet metal 51 contacts mortar. Refer to Section 09905 for dissimilar 52 metals protection. ! G. 53 j� City of Lubbock, Municipal Water Treatment — Contract 3 07600-3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 21 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 07600-4 01 H. Provide all components necessary to create watertight 01 02 junctures between roofing and sheet metal work. 02 03 03 04 I. Provide all miscellaneous sheet metal items not specifically 04 05 covered elsewhere, as indicated or required to provide a 05 06 weathertight installation. 06 07 07 08 END OF SECTION 08 City of Lubbock, Municipal Water Treatment - Contract 3 �' O1 02 03 04 r 05 06 07 08 09 10 11 12 13 li 14 15 16 17 18 19 20 21 22 r' 23 24 25 i` 26 27 28 29 30 31 32 33 34 35 36 r 37 ` 38 39 40 4 41 42 43 44 45 46 ( ! 47 48 49 50 a 51 52 '^ 53 r r 92A30 PART 1 - GENERAL 1.01 SUMMARY SECTION 07720 ROOF HATCH A. Section Includes: I. Roof hatch(es). B. Related Sections include but are not necessarily limited to: I. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 07534 - Adhered Elastomeric (EPDM) Sheet Roofing. 4. Section 09905 - Painting and Protective Coatings. 1.02 SUBMITTALS A. Shop Drawings: I. See Section 01340. 2. Scaled plan of roof showing location of all units and anchoring details. 3. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 4. Warranty. B. Operation and Maintenance Manuals: 1. See Section 01340. 1.03 WARRANTY A. Manufacturer's standard 5 -year warranty. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Products specified are manufactured by "The Bilco Company." B. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Roof hatch: a. Dur -Red Products. b. Milcor Inc. c. Babcock -Davis Associates, Inc. C. Submit requests for substitution in accordance with City of Lubbock, Municipal Water Treatment - Contract 3 07720-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 07720-2 01 Specification Section 01640. 01 02 02 03 2.02 MANUFACTURED UNITS 03 04 04 05 A. Hatch: 05 06 1. 12 IN high aluminum units. 06 07 a. 18 GA interior curb liner. 07 08 b. 11 GA exterior curb. 08 09 c. Insulate curb with rigid fiber insulation. 09 10 d. Integral cap flashing. 10 11 e. Mill finish. 11 12 2. Metal cover: 12 13 a. Insulated with minimum 1 IN fiberglass. 13 14 b. 11 GA aluminum exterior laminated to 'insulation. 14 15 c. 18 GA aluminum interior liner laminated to 15 16 insulation. 16 17 d. Completely weather sealed and gasketed. 17 18 e. Mill finish. 18 19 19 20 B. Gaskets: Tubular or fingered design; neoprene, polyvinyl 20 21 chloride, or molded block design sponge neoprene. 21 22 22 23 C. Hardware: Standard self -lifting mechanism and automatic 23 24 hold -open devices, hinges, latch, padlock hasp, with 24 25 operating handles for inside and outside operation'. 25 26 1. Stainless steel. 26 21 27 28 D. Construct for 40 psf live loading. 28 29 29 30 E. Units similar to Bilco Model"SS," sized as indicated on 30 31 Drawings. 31 32 32 33 33 34 PART 3 - EXECUTION 34 35 35 36 3.01 INSTALLATION 36 37 37 38 A. Install units in accordance with manufacturer's installation 38 39 instructions. 39 40 40 41 B. Securely anchor units by bolting or welding, as appropriate. 41 42 42 43 C. Flash and counterflash to provide weathertight installation. 43 44 44 45 D. Adjust to provide smooth easy operation. 45 46 46 47 E. Provide dissimilar metals protection as required. Refer to 47 48 Section 09905. 48 49 49 50 END OF SECTION 50 City of Lubbock, Municipal Water Treatment —Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 07900-1 01 91L02 SECTION 07900 02 03 JOINT SEALANTS j 04 05 06 PART 1 - GENERAL 07 08 1.01 SUMMARY 09 10 A. Section Includes: 11 I. Sealant work. 12 13 14 B. Related Sections include but are not necessarily limited to: 15 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. r' 16 2. Division 1 -General Requirements. 17 18 19 C. Work included consists of but is not necessarily limited to: j^ 20 1. Sealing all joints which will permit penetration of 21 moisture, unless sealing work is specifically required 22 under other sections, and including the following: a. Exterior wall joints. "^ 23 24 b. Masonry control joints, exterior and interior and 25 between masonry and other materials. c. Flooring joints. 26 27 d. Joints between paving or sidewalks and building. 28 e. Concrete control and expansion joints, exterior and interior. 29 30 f. Joints at penetrations of walls, floors and decks by °-31 piping and other services and equipment. 32 g. Exterior and interior perimeters of exterior and 33 interior door and window frames, louvers, grilles, r etc. ,. 34 h. Thresholds at exterior doors. 35 36 i. Other joints where calking, sealant or compressible !^ sealant is indicated. 37 38 1.02 QUALITY ASSURANCE 39 40 A. Referenced Standards: 41 1. American Society for Testing and Materials (ASTM): 42 a. C9200 Standard Specification for Elastomeric Joint 43 Sealants. 44 2. Federal Specification (FS): 45 46 a. TT-S-001543A, Sealing Compound: Silicone Rubber Base ,. 47 (for Caulking, Sealing.and Glazing in Buildings and Other Structures). 48 b. TT-S-00230C, Sealing Compound: Elastomeric Type, 49 50 Single Component (for Caulking, Glazing and Sealing in Buildings and Other Structures). 51 c. TT-S-00227E, Sealing Compound: Elastomeric Type, 52 53 Multi-Component (for Caulking, Sealing and Glazing in Buildings.and Other Structures). r* City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 07900-2 B. Qualifications: 1. Sealant applicator shall have minimum 5 years experience on projects with similar scope. C. Mock -Ups: 1. Before calking work is started, a sample of each type of Joint shall be calked where directed by the Engineer. The approved samples shall -show the workmanship, bond, and color of calking materials as specified or selected for the work and shall be the minimum standard of quality on the entire project. 1.03 DEFINITIONS A. Words "calk," "sealant," and "calking" mean sealant work. B. "Interior wet areas" mean toilets, showers, laboratories, wet wells and similar areas. C. Applicator means the individual actually on site performing the work. 1.04 SUBMITTALS A. Shop Drawings: 1. See Section 01340. 2. Applicator qualifications. 3. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Manufacturer's recommendations for joint cleaner, primer, backer rod, tooling and bond breaker. 4. Certification from sealant manufacturer stating product being used is recommended for and is best suited for joint in which it is being applied. 5. Warranty. B. Samples: 1. Cured sample of each color for Engineer's color selection. Color chart not acceptable. 1.05 DELIVERY, STORAGE, AND HANDLING A. Deliver material in manufacturer's original,`unopened containers with labels intact 1. Labels shall indicate contents and expiration date on material. 1.06 WARRANTY City of Lubbock,'Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41. 42 43 44 45 46 47 48 49 50 51 52 53 r- r 07900-3 01 A. Material and Labor Warrant 02 03 1. Sealant work free of 'defects for a period of 3 years from date of final 02 04 acceptance. 2. Failure of watertightness constitutes defect. 03 04 05 06 3. Remove any defective work or materials and replace with 05 i' 07 new work and materials. 4. Warranty signed jointly by applicator and sealant 06 07 08 manufacturer. 08 09 10 0 910 11 PART 2 - PRODUCTS 11 12 ^ff 13 2.01 ACCEPTABLE MANUFACTURERS 12 13 14 k 15 A. Subject to compliance with the Contract Documents the15 14 16 17 following Manufacturers are acceptable: 16 1. Polyurethane sealants: . 17 18 a. MAMECO International. 18 19 b. Sika Chemical Corp. 19 19 ^ 20 c. Pecora. 20 21 d. Tremco. 21 22 e. Sonneborn - Rexnord. 22 ., 23 2. Silicone sealants: 23 24 a. General Electric. 24 25 b. Dow Corning Corp. 25 26 3. Backer rod, primer, joint cleaners, bond breaker: 26 27 a. As recommended by sealant manufacturer. 27 28 29 B. Submit requests for substitution in accordance with 28 29 30 Specification Section 01640. 30 31 32 2.02 MATERIALS 31 33 32 34 A. Sealants - General: 33 34 35 1. Provide colors matching materials being sealed. 35 36 37 2. Where compound is not exposed to view in finished work, 36 38 provide manufacturer's color which has best performance. 3. 37 Nonsagging sealant for vertical joints. 38 39 4. Sealants for horizontal joints: Self -leveling 39 40 pedestrian/traffic grade. 40 41 42 B. Polyurethane Sealant: 4142 43 1. One or two components. 43 44 45 2. Meet ASTM C920; Fed Spec TT -S -00230C, Type II, Class A, 44 or TT -S -00227E, Type II, Class A. 455 46 a. Yulkem 116,227,45,245. 4 47 b. Sikaflex-IA, Sikaflex-2C,NS. 47 48 49 c. Dynatrol I, Dynatrol II, Urexpan NR -200, NR -201. 48 d. Tremco Dymonic or Dymeric. 49 50 51 e. Sonolastic NP -1, NP -II, Sonolastic SL -1, Sonolastic 50 Paving Joint Sealant. 5 1 52 53 C. Silicone Sealant: 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 07900-4, 01 1. One component. 01 02 02 2. Meet Fed Spec TT -S -001543A, Class A: 03 a. Silpruf, Silglaze N, Sanitary 1700 sealant for 03 04 sealing plumbing fixtures. 04 05 b. 790, 795, 786 for sealing plumbing fixtures. 05 06 06 07 D. Joint Cleaner, Primer, Bond Breaker: As recommended by 07 08 sealant manufacturer. 08 09 09 10 E. Sealant Backer Rod: Closed cell polyethylene, polyethylene 10 11 jacketed polyurethane foam, or other flexible, nonabsorbent, 11 12 nonbituminous material recommended by sealant manufacturer 12 13 to: 13 14 14 1. Control joint depth. 15 2. Break bond of sealant at bottom of joint. 15 16 3. Provide proper shape of sealant bead. 16 17 17 18 F. Adhesive, Compressible Sealant: As recommended by sealant 18 19 manufacturer. 19 20 20 21 21 22 22 23 PART 3 - EXECUTION 23 24 24 25 3.01 PREPARATION 25 26 26 27 A. Before use of any sealant, investigate its compatibility with 27 28 joint surfaces, fillers and other materials in joint system. 28 29 29 30 B. Use only compatible materials. 30 31 31 32 C. Where required by manufacturer, prime joint surfaces. 32 33 1. Limit application to surfaces to receive calking. 33 34 2. Mask off adjacent surfaces. 34 35 35 36 3.02 INSTALLATION 36 37 37 38 A. Install products in accordance with manufacturer's 38 39 instructions. 39 40 40 41 B. Clean all joints. 41 42 42 43 C. Where finish coating or covering is to be applied to surface, 43 44 wait until such coating or covering has been applied before 44 45 installing sealant; e.g., paint, wall covering, ceramic tile. 45 46 46 47 D. Make all joints water and airtight. 47 48 48 49 E. Make depth of sealing compounds not more than one-half width 49 50 of joint, but in no case less than 1/4 IN nor more than 50 51 5/8 IN. 51 52 52 53 F. Provide correctly sized backer rod in all joints to proper 53 City of Lubbock, Municipal Water Treatment - Contract 3 07900-5 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 01 depth. 02 03 G. Apply bond breaker where required. 04 05 06 H. Tool sealants using sufficient pressure to fill all voids. 1I 07 08 I. Upon completion, leave calking with smooth even neat finish. 09 110 1 3.03 SCHEDULES 12 13 A. Furnish sealant as indicated for the following areas: 14 1. Exterior areas: a. Polyurethane or c 15 b. Silicone.* 16 2. Interior wet areas: 17 a. Polyurethane or 18 b. Silicone. lg 20 3. Interior nonwet, corrosive areas: a. Polyurethane or 21 b. Silicone. 22 23 4. Interior nonwet, drywall and plaster noncorrosive areas: r' a. Polyurethane or 24 b. Silicone. 25 5. Interior of potable water tanks: 26 a. Polyurethane: d 27 28 1) Approved for use in potable water tanks. , 29 END OF SECTION Y f t y� I d F4 ' 4 r City of Lubbock, Municipal Water Treatment - Contract 3 i is 07900-5 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 (THIS PAGE LEFT BLANK INTENTIONALLY) DOORS AND WINDOWS 8 (THIS PAGE LEFT BLANK INTENTIONALLY) I 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 �^ 17 18 19 r• 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 - 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 r 53 r - 91F19 PART 1 - GENERAL 1.01 SUMMARY SECTION 08110 METAL DOORS AND FRAMES A. Section Includes: I. Metal doors and frames. B. Related Sections include but are not necessarily limited to: I. Division 0 - Bidding Requirements, Contract forms, and Conditions of the Contract. 2., Division 1 - General Requirements. 3. Section 04110 - Cement and Lime Mortars. 4. Section 08700 - Finish Hardware. S. Section 08800 - Glass and Glazing. 1.02 QUALITY ASSURANCE A. Referenced Standards: I. American National Standards Institute (ANSI): a. A115, Door and Frame Preparation. b. A224.1, Test Procedures and Acceptance Criteria for Prime Painted Steel Surfaces for Steel Doors and Frames. 2. American Society for Testing and Materials (ASTM): a. A1530 Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. b. A366, Standard Specification for Steel, Sheet, Carbon, Cold -Rolled Commercial Quality. c. A525, Standard Specification for General Requirements for Steel Sheet, Zinc -Coated (Galvanized) by the Hot -Dip Process. d. A780, Standard Practice for Repair of Damaged and Uncoated Areas of Hot -Dip Galvanized Coatings. B. Qualifications: 1. Manufacturer must be current member of SDI. C. Wipe coat galvanized steel is not acceptable as substitute for galvanizing finish specified. 1.03 SUBMITTALS A. Shop Drawings: I. See Section 01340. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. City of Lubbock, Municipal Water Treatment - Contract 3 08110-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 08110-2 01 3. Schedule of doors and frames using same reference numbers 02 as used on Drawings. 03 4. SDI certification. 04 05 1.04 DELIVERY, STORAGE, AND HANDLING 06 07 A. Protect doors with resilient packaging.. 08 09 10 PART 2 - PRODUCTS 11 12 2.01 ACCEPTABLE MANUFACTURERS 13 14 A. Subject to compliance with the Contract Documents, the 15 following Manufacturers are acceptable: 16 1. Metal doors and frames: 17 a. CECO Corporation. 18 b. Steelcraft Manufacturing Co. 19 c. Republic Doors and Frames. 20 d. Amweld Building Products Division. 21 e. Curries Company. 22 f. Mesker Industries Inc. 23 g. Pioneer Industries. 24 h. Dittco Products, Inc. 25 i. Fenestra Corporation. 26 J. Kewanee Corporation. 21 28 2.02 MATERIALS 29 30 A. Sheet Steel: Galvanized sheet steel with smooth, clean 31 surface, ASTM A525, G90 coating, phosphatized. 32 33 B. Internal Reinforcing: Cold -rolled steel. 34 35 C. Fillers for Internally Reinforced Doors: Mineral wool, 36 fiberglass, urethane foam and polystyrene foam. 37 38 D. Urethane Core: Liquid urethane expanded in place, 39 self -bonding, self -hardening, and self -extinguishing. 40 41 E. Non-mettalic Core: 42 1. 18 percent phynolic resin impregnated, 99 LB density, 3/4 43 IN cell kraft honeycomb. 44 2. Expanded polystyrene foam. 45 3. Expanded self -extinguishing urethane foam. 46 47 F. Supports, Reinforcing and Anchors: Steel, hot -dip 48 galvanized.. 49 50 G. Inserts, Bolts and'Fasteners: Manufacturer's standard units. 51 52 H. Primer: Rust inhibitive, ovendried or baked, suitable for 53 specified finish coat. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 08110-3 01 02 I. Galvanizing Repair: ASTM A780. 01 02 03 04 J. Grout: As specified in Section 04110. 03 04 05 06 K. Frames: Steel, ASTM A366. 0 055 07 08 2.03 ACCESSORIES 07 08 09 10 A. Lites (Glass Panels): 09 10 11 1. Fixed, integral stops on exterior face. 11 12 13 2. Snap -in stops or stops secured with countersunk Phillips 12 14 head machine screws on interior face. 13 3. Glass: See Section 08800. 14 15 16 B. Frame Anchors: 1 155 17 1. Jamb Anchors:. 17 1 18 19 a. 16 GA, steel galvanized per ASTM A153, G90 coating. 18 2. Floor Anchors: 19 20 a. 12 GA, steel galvanized per ASTM A153, G90 coating. 20 ` 22 2.04 FABRICATION 21 22 23 24 A. General: 23 25 1. Fabricate rigid, neat in appearance 9 pp and free from 24 25 26 defects. 26 27 2. Form to sizes and profiles indicated on Drawings. 27 28 3. Fit and assemble in shop wherever practical. 28 29 4. Mark work that cannot be fully assembled in shop to 29 30 31 assure proper assembly at site. 5. Weld joints 30 continuously, dress exposed joints smooth and 31 32 flush. 32 33 6. Fabricate doors and frames to tolerance requirements of 33 I ! 34 SDI -117. 34 35 7. Fit doors to SDI clearances. 35 36 37 B. Hollow Metal Doors: 36 37 .. 38 1. General: 38 39 a. 1-3/4 IN thick. 39 �- 40 b. 16 GA minimum face sheets. 40 41 c. Fabricate with flush top closures. 41 42 d. Fill and grind all joints. 42 43 2. Exterior: 43 44 a. SDI Grade III, Model 3 or 4, seamless, insulated. 44 45 b. Galvanized per ASTM A525, G90. 45 46 3. Interior (except fire rated): 46 47 a. SDI Grade II, Model 3 or 4, seamless. 47 48 b. Sound insulated. 48 49 c. Galvanized per ASTM A525, G90. 49 '. 50 51 C. Hollow Metal Frames: 50 51 52 1. General: 52 53 a. 26 GA steel boxes welded to frame at back of all 53 City of Lubbock, Municipal Water Treatment - Contract 3 A 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 08110-4 hardware cutouts. b. 7 GA steel plate reinforcement welded to frame for hinge reinforcing. c. 12 GA steel plate reinforcement welded to frame for strikes, closers and surface -mounted hardware. 'd. Split type frames not acceptable. e. Conceal all fasteners. f. Weld and grind smooth all joints. 2. Exterior: a. 14 GA steel galvanized per ASTM A5251 G90. b. Insulated. 3. Interior: a. 16 GA steel galvanized per ASTM A525, G90. 4. Provide removable spreaders at bottom of frame. D. Supports, Reinforcing and Anchors: 1. 16 GA steel galvanized per -ASTM A153, Class B. E. Prepare for finish.hardware in accordance with hardware schedule, templates provided by hardware supplier, and ANSI A115. 1. Locate finish hardware in accordance with SDI. 2. See Section 08700 for hardware. F. Clean off mill scale and foreign materials, repair damaged galvanized surfaces per ASTM A780. G. After fabrication thoroughly clean, phosphate treat and prime with rust inhibiting primer. 1. Finish shall meet requirements of ANSI A224.1. PART 3 - EXECUTION 3.01 INSTALLATION A. Install frames and doors in accordance with SDI and manufacturer's instructions. B. Place frames prior to construction of enclosing walls and ceilings. C. Plumb, align, and brace securely until permanently anchored. D. After completion of walls, remove temporary braces and spreaders. E. Use plastic plugs to keep silencer holes clear during construction. F. Grout fill all frames. G. Immediately after erection, sand smooth rusted or damaged City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 08110-5 01 areas of prime coat. 02 03 H. Touch-up prime coat with compatible primer. 04 05 I. Leave smooth for finish painting. 06 07 J. Install three silencers on strike jamb of single frame and 08 two on head of double frame. 09 10 K. Install minimum three anchors per jamb. 11 12 L. For floor anchors, provide two adjustable 3 IN wide flanged 13 floor clips punched for anchoring. 14 15 M. Protect frames during construction. 16 17 END OF SECTION City of Lubbock, Municipal Water Treatment — Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 (THIS PAGE LEFT BLANK INTENTIONALLY) w r 7 7, O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 91B22 PART 1 - GENERAL 1.01 SUMMARY SECTION 08332 OVERHEAD DOOR (ROLLING STEEL) A. Section Includes: 1. Rolling steel overhead doors. B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 08700 - Finish Hardware. 4. Section 11005 - Equipment: General Requirements. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. American Society for Testing and Materials (ASTM): a. A176, Standard Specification for Stainless and Heat -Resisting Chromium Steel Plate, Sheet and Strip. b. A526, Standard Specification for Steel Sheet Zinc -Coated (Galvanized) by the Hot -Dip Process, Commercial Quality. c. E283, Standard Test Method for Rate of Air Leakage through Exterior Windows, Curtain Walls and Doors. 2. Underwriters Laboratories, Inc. (UL): a. Building Materials Directory. B. Qualifications: 1. Installer to be licensed or approved in writing by door manufacturer. 1.03 SUBMITTALS A. Shop Drawings: 1. See Section 01340. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Manufacturer's standard color charts. 3. Schedule of doors using same reference number for openings as indicated on Drawings. 4. Certification of installer qualifications. B. Operation and Maintenance Manuals: City of Lubbock, Municipal Water Treatment - Contract 3 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 08332-2 01 PART 2 - PRODUCTS 02 03 2.01 04 05 A. 06 07 08 09 10 11 12 13 14 15 B. 16 17 18 2.02 19 20 A. 21 22 B. 23 24 C. 25 26 27 D. 28 29 2.03 30 31 A. 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 2.04 48 49 A. 50 51 52 53 ACCEPTABLE MANUFACTURERS Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Rolling steel overhead doors: a. Cookson. b. North American Rolling Door Co. c. Overhead Door Corp. d. Atlas Door Corporation. e. Kinnear. f. Mahon Door Corporation. Submit requests for substitution in accordance with Specification Section 01640. MATERIALS Doors: (Steel ASTM A526) (Stainless steel ASTM A176). Weatherproofing: Neoprene. Frame and Guides:- (Steel ASTM A526) (Stainless steel ASTM A176). (Insulation: Closed cell polyurethane foam). ACCESSORIES Motor Operator: 1. Minimum 1/2 HP, (115/1/60) (460/3/60). a. Motor shall be sized by door manufacturer for door size indicated on Drawings. 2. Enclosed assembly with high torque totally enclosed motor. 3. Rotary limit switches. 4. Overload protection. 5. Safety interlock switch. 6. Magnetic relay starter. 7. Gear reducer in oil bath. 8. Prewired terminal block. 9. Standard three pushbutton control. 10. Electric interlock with locking device. 11. See Section 11005. FABRICATION Doors: 1. Insulated door slats: a. 2-5/8 IN high -flat profile with interlocked backing. b. Minimum 22 GA exterior. c. Minimum 24 GA interior. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 1 08332-3 al 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 2. Non -insulated door slats: 02 a. 2-5/8 IN high -flat profile. .. 03 04 b. Gage as required by door size but minimum of 22 GA. 3. Insulate all exterior doors. 05 a. U value 0.76 minimum. 06 07 4. (1-1/2) (3) HR UL labeled where indicated on Drawings. a. Automatic closing by selonoid linked to fire alarm [ 08 system. 09 S. Finish: 10 ll a. All exposed parts (galvanized per ASTM A526 G-60) 12 (factory prime painted) (stainless steel Type 304). 6. Bottom bar. (Combination electric safety edge and 13 14 weatherseal.) (Electric safety edge) (structurally reinforced with compressible seal). 15 7. Air baffle weatherstripping at hood (exterior doors 16 only). 17 8. Guide sealing adjustable weatherstripping at jambs and l i 18 lintel (exterior doors only). 19 20 9. Air Infiltration: 1.55 CF per minute per square foot of opening maximum when tested in accordance with ASTM E283 21 with 25 mph wind load. 22 23 B. Frames: 24 1. Mounting: 25 a. Interior face of wall. 26 2. Manufacturer's standard for size of door specified. 27 a. Finish to match door. 28 3. Furnish wind locks. 29 30 C. Counterbalance Assembly: 31 1. Oil tempered, 100,000 cycle, helical steel torsion 32 springs with 25 percent safety factor fixed to tapered ,. 33 cast anchors housed on steel pipe with 0.03 IN maximum 34 deflection per foot of span. 35 36 D. Wind Load: (20) psf minimum. 37 38 E. Operation: 39 1. Motor operated with chain operator backup. 40 a. Opening rate between 2/3 and l FPS. 41 42 F. Locking: 43 1. (Slide bolts). 44 2. (Slide bolts to accept cylinders keyed to building keying 45 system. See Section 08700). 46 48 2.05 MAINTENANCE MATERIALS 4 49 A. Provide 2 OZ of touch-up paint properly labeled for each 50 51 different color of door. 52 53 PART 3 - EXECUTION City of Lubbock, Municipal Water Treatment - Contract 3 r I al 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 08332-4 01 02 3.01 INSTALLATION 03 04 A. Install products in accordance with manufacturer's 05 instructions. 06 07 B. Installation shall be done by manufacturer's authorized 08 representative. 09 10 3.02 ADJUSTMENT 11 12 A. Prior to occupancy, adjust door for smooth operation. 13 14 END OF SECTION City of Lubbock, Municipal Water Treatment Contract 3 01 02 03 04 05 06 • 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 Mk 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 i 1 92A31 PART 1 - GENERAL. 1.01 SUMMARY SECTION 08525 ALUMINUM WINDOWS A. Section Includes: 1. Aluminum windows. 2. Storefronts. B. Related Sections include but are not necessarily limited to: I. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division l - General Requirements. 3. Section.07900 - Joint Sealants. 4. Section 08800 - Glass and Glazing. 1.02 QUALITY ASSURANCE A. Referenced Standards: I. American Architectural Manufacturers Association (AAMA): a. 605.2, Voluntary Specifications for High Performance Organic Coatings on Architectural Extrusions and Panels. b. 904.1, Voluntary Specifications for Friction Hinges in Window Applications. 2. American Society of Civil Engineers (ASCE): a. 7-88, Minimum Design Loads for Buildings and Other Structures. 3. American Society for Testing and Materials (ASTM): a. A525, Standard Specification for General Requirements for Steel Sheet, Zinc -Coated (Galvanized) by the Hot -Dip Process. b. E283, Standard Test Method for Rate of Air Leakage through Exterior Windows, Curtainwalls and Doors. c. E330, Standard Test Method for Structural Performance of Exterior Windows, Curtain Walls, and Doors by Uniform Static Air Pressure Differences. 4. American Welding Society (AWS) a. D1.2, Structural Welding Code Aluminum. 1.03 SUBMITTALS A. Qualifications of testing laboratory. B. Shop Drawings: I. See Section 01340. 2. Product technical data for framing system and major accessories including: a. Acknowledgement that products submitted meet City of Lubbock, Municipal Water Treatment - Contract 3 08525-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 08525-2 O1 requirements of standards referenced. 02 b. Hardware being provided by window manufacturer. 03 c. Glass being provided by window manufacturer in 04 factory glazed units. 05 d. Manufacturer's installation instructions. 06 3. Elevation drawings indicating window dimensions and 07 details. 08 4. Warranty. 09 10 C. Samples: 11 1. After initial color selection, provide 2 x 3 IN minimum 12 sample of each color and finish selected. 13 14 1.04 DELIVERY, STORAGE, AND HANDLING 15 16 A. Store units in vertical position off ground with wood spacers 17 between each unit. 18 19 1.05 WARRANTY 20 21 A. 5 -year warranty of weathertightness of installation. Air and 22 water integrity and structural adequacy of units and 23 hardware, including sealants and calking within and around 24 perimeter of installation. 25 1. Signed jointly by fabricator, installer, and contractor. 26 27 B. 5 -year warranty of thermal and physical integrity of 28 insulating glass units. Refer to Section 08800. 29 30 31 PART 2 - PRODUCTS 32 33 2.01 ACCEPTABLE MANUFACTURERS 34 35 A. Subject to compliance with the Contract Documents, the 36 following Manufacturers are acceptable: 37 1. Thermally broken windows: 38 a. Wausau Metals Corp., 2250-T Series. 39 b.' Kawneer Company Inc., 8225-T Series. 40 2. Storefronts system: 41 a. Kawner Co. Inc, System 451. 42 b. YistaWall, System 3000. 43 c. EFCO Windows, System 402. 44 45 B. Submit requests for substitution in accordance with 46 Specification Section 01640. 47 48 2.02 MATERIALS 49 50 A. Extruded Aluminum: 60631`5 alloy. 51 52 B. Sealants: As specified in Section 07900. 53 City of Lubbock, Municipal Water Treatment - Contract 3' O1 02' 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 08525-3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 C. Thermal Insulator: Poured in lace polyurethane, 02 self -adhering to adjacent aluminum surfaces. 03 04 D. Weatherstripping: Sponge neoprene. 05 06 E. Bracket Anchor Reinforcement: 07 1. Steel, aluminum or Series 300 stainless steel. 08 09 2.03 ACCESSORIES 10 11 A. Screens: 12 1. 18 x 16 mesh aluminum wire screens. 13 14 2. Secure to aluminum shapes with vinyl spline. 3. Hold in with loaded place spring plungers. 15 4. Removable to inside of building. 16 S. Finish same as window frames. 17 18 B. Flashing: 19 1. Minimum 0.040 IN aluminum. r- 20 2. Finish to match window frames. 21 3. Mill finish if concealed. 22 23 24 2.04 FABRICATION 25 A. General: 26 1. Fully degrease and clean members prior to assembly or 27 application of protective coatings. C 28 2. Weld by methods recommended by manufacturer and AWS D1.2 29 to avoid discoloration at welds. 30 3. Grind exposed welds smooth and restore finish. 31 4. Ease cornersrof cut edges to a radius of approximately 32 1/64 IN. 33 '5. Conceal fasteners wherever possible. 34 6. Fit and assemble work at shop to maximum extent possible. 35 7. Maintain true continuity of line and accurate relation of 36 planes and angles. 37 8. Provide secure attachment and support at mechanical 38 joint, with hairline fit of contacting members. 39 9. Reinforce work as necessary to withstand wind loadings 40 and to support system. 41 10. Separate dissimilar metal with bituminous paint or 42 preformed separators to prevent corrosion. See.Section �., 43 09905. 44 11. Separate metal surfaces at moving joints with plastic 45 inserts or other nonabrasive concealed inserts to 46 permanently prevent freeze-up of joint. r' 47 12. Reinforce frames for hardware. 48 13. Structural steel reinforcement hot -dip galvanized after 49 fabrication meeting G-90, ASTM A525, requirements. 50 51 B. Operating Sash.(Projected): 52 1. Mitre members at corners. 53 2. Fasten together by use of a corner block and permanently City of Lubbock, Municipal Water Treatment - Contract 3 I 08525-3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 08525-4 01 join by mechanical means, chemical or heliarc welding on 01 02 nonexposed surfaces, leaving only hairline joinery. 02 03 3. Seal weathertight. 03 04 4. Do not use joinery methods which discolor finish. 04 05 05 06 C. Construct Window Frames (Projected): 06 07 1. Cope and mechanically fasten together at corners or mitre 07 08 at corners and heliarc weld on nonexposed surfaces, 08 09 leaving only hairline joinery. 09 10 2. Seal weathertight. 10 11 3. Do not use joinery methods which discolor finish. 11 12 12 13 D. Thermal Insulator: Provide minimum 1/4 IN separation between 13 14 exterior and interior metal surfaces after bridge is removed. 14 15 15 16 E. Storefront: 16 17 1. Nominal 2 x 4-1/2 IN section with sightline minimum of 17 18 1-3/4 IN and maximum of 2-1/4 IN. 18 19 2. Complete extruded aluminum framing system. 19 20 3. Factory install glazing where practical. 20 21 4. Include all sills, mullions, anchors, division bars, and 21 22 flashing. 22 23 5. Use no through metal connectors. 23 24 6. Provide insulating material to achieve thermal separation 24 25 of interior and exterior components. 25 26 7. Fabricate system to accept 1 IN insulating glass 26 27 27 28 F. Weatherstripping: 28 29 1. Thermally broken type windows: 29 30 a. Projected: 30 31 1) Provide two rows of fin type extruded neoprene 31 32 weatherstrips extending around perimeter of sash 32 33 at both inner and outer ,overlap contacts. 33 34 2) Provide corners which are securely staked and 34 35 joined. 35 36 3) Provide. units which are easily replaceable. 36 37 37 38 G. Window Hardware: 38 39 1. General: 39 40 a. Locking device and strikes: White bronze and/or 40 41 non-magnetic stainless steel. 41 42 b. All hardware elements that bridge sash or frame 42 43 thermal barrier: Reinforced nylon, deirin or 43 44 suitable non-metallic, low conductivity material. 44 45 c. Custodial key operation: Secure sash in closed 45 46 position and automatically lock in washing position. 46 47 d. Safety keys removable only in closed position. 47 48 2. Projected: 48 49 a. Two balance arms with adjustable non-abrasive 49 50 friction pivots or adjustable non-abrasive friction 50 51 shoes to support sash in any open position. 51 52 b. Concealed, four -bar friction hinges meeting AAMA 52 53 904.1. 53 City of Lubbock, Municipal Water Treatment - Contract 3 i 7 01 02 c. Two locks when sash are more than 4 FT wide. 03 d. Use incorporated stop within hinge in lieu of Life 04 Safety hold open device when four -bar friction hinges are used. 05 3. Glass: See Section 08800 for types of glass to be 06 installed under this Section. 07 a. Provide glass capable of withstanding windloads in !; 08 accordance with ASCE 7-88. 09 b. Provide heat strengthened and tempered glass where it 10 is determined by glass manufacturer that these types 11 12 of glass are necessary to withstand loads. 13 H. Fasteners: 14 1. Finish exposed fasteners to match finish of system. i 15 2. Provide Phillips flat head screws where exposed. 16 17 I. Finish: AAMA 605.29 AAMAIOC22A31 clear anodized. 18 19 2.05 SOURCE QUALITY CONTROL 20 21 A. Performance: 22 1. System to provide for expansion and contraction within 23 24 system components caused by a cycling temperature range of 170 DegF without causing detrimental effects to system 25 or components. 26 2. Design and size members to withstand dead loads and live .- 27 loads caused by pressure and suction of wind to a design 28 pressure of 20 LB/SQ FT and a suction of 20 LB/SF as 29 measured in accordance with ANSI/ASTM E330. 30 31 3• Limit mullion deflection to 1/200, or flexure limit of glass with full recovery of glazing materials, whichever 32 33 4. Drain water entering Joints, condensation occurring in 34 glazing channels, or migrating moisture occurring within j 35 system, to exterior. 36 S. Limit air infiltration through assembly to 0.06 FT/min/SF ��^^ 37 38 of assembly surface areas, measured at a reference L differential pressure across assembly of 0.3 IN water 39 gage as measured in accordance with ASTM E283. 40 6. System to accommodate, without damage to system or 7 41 components, or deterioration of perimeter seal: Movement 42 within system; movement between system and perimeter 43 framing components; dynamic loading and release of loads; 744 and deflection of structural support framing. 45 46 OM 47 PART 3 - EXECUTION 48 k I 49 3.01 INSTALLATION 50 51 A. Install products in accordance with manufacturer's 52 instructions. 53 r City of Lubbock, Municipal Water Treatment - Contract 3 08525-5 O1 02 03 04 05 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 08525-6 01 B. Set units plumb, level, and true to line. 01 02 02 03 C. Anchor securely in place. 03 04 04 05 D. Separate metal surfaces from sources of corrosion or 05 06 electrolytic action. See Section 09905. 06 07 07 08 E. Set sill and base members in a bed of sealant. 08 09 09 10 F. Provide joint fillers or gaskets for weathertight 10 �- 11 construction. 11 12 12 13 G. Calk all joints within and at perimeter of system. 13 14 14 15 H. Provide sealant color to match finish of system at exposed 15 16 locations. 16 17 17 18 I. Provide sealants compatible with aluminum system and 18 19 recommended for use with this type of installation. 19 20 20 21 J. See Section 07900 for sealants. 21 22 22 23 3.02 FIELD QUALITY CONTROL 23 ^ 24 24 25 A. Installation supervised or inspected by manufacturer's 25 26 authorized representative. 26 27 27 28 END OF SECTION 28 City of Lubbock, Municipal Water Treatment — Contract 3 1 08700-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 92E13 SECTION 08700 02 03 FINISH HARDWARE 04 05 06 PART 1 - GENERAL 07 08 1.01 SUMMARY 09 10 11 A. Section Includes: I. Finish hardware. 12 13 B. Related Sections include but are not necessarily limited to: 14 1. Division 0 - Bidding Requirements, Contract Forms, and 15 Conditions of the Contract. 16 2. Division 1 - General Requirements. 17 I8 1.02 QUALITY ASSURANCE 19 .20 A. Referenced Standards: 21 1. American National Standards Institute (ANSI): 22 a. A156.1, Butts and Hinges. 23 b. A156.3, Exit Devices. 24 c. A156.4, Door Controls (Closers). 25 d. A156.6, Architectural Door Trim. 26 e. A156.13, Mortise Locks and Latches. �- 27 f. A156.16, Auxiliary Hardware. 28 g. A156.18, Materials and Finishes. 29 h. A156.21, Thresholds. 30 2. Builders Hardware Manufacturers Association (BHMA). ' 31 3. Steel Door Institute (SDI). 32 4. Underwriters Laboratories Inc.(UL): 33 a. Building Materials Directory. 34 35 B. Qualifications: 36 1. AHC certified supervisor or inspector for installation. 37 38 1.03 DEFINITIONS , 39 40 A. AHC: Architectural Hardware Consultant. 41 42 1.04 SUBMITTALS 43 44 A. Shop Drawings: 45 1. See Section 01340. 46 2. Product technical data including: .• 47 a. Acknowledgement that products submitted meet 48 requirements of standards referenced. 49 b. Manufacturer's installation instructions. 50 c. Supervisor/inspector qualifications. 51 3. Schedule of all hardware being used on each door. Number E, 52 hardware sets and door references same as those indicated 53 on Drawings. Indicate manufacturer for each item of each City of Lubbock, Municipal Water Treatment - Contract 3 r a i 08700-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 08700-2 set. 4. Technical data sheets including pictorial representation on each hardware item proposed for use. B. Operation and Maintenance Manuals: 1. Parts catalog. 2. Keying records. 3. All keys. PART 2 PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Locksets and latchsets: a. Sargent, "Restricted Key System". 2. Closers: a. LCN. b. Norton. c. Sargent. 3. Hinges: a. Stanley Works. b. Hager Hinge Co. c. McKinney Manufacturing Co. d. Lawrence Brothers, Inc. 4. Door stops: a. Quality. b. Glynn -Johnson Corp. c. Sargent. d. Triangle Brass. 5. Door trim: a. Quality. b. Cipco Corp. c. Hiawatha, Inc. d. Triangle Brass. 6. Weatherstripping and thresholds: a.' Pemko Manufacturing Co. b. Reese Enterprises, Inc. c. Zero Weatherstripping, Inc. d. National Guard Products, Inc. 7. Other materials: As noted. B. Submit requests for substitution in accordance with Specification Section 01640. 2.02 MATERIALS A. Fasteners: Noncorrosive. B. Lock and Latch Mechanism: Nonferrous metal. City of Lubbock, Municipal Water Treatment - Contract.3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 08700-3 01, 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 1i 02 C. Closers: Aluminum or bronze. 03 D. Kickplates: Stainless steel. 04 05 E. Thresholds: Aluminum. 06 r F. Keys: Brass or bronze. 0087 09 G. Weatherstripping: Vinyl or neoprene. �. 10 11 2.03 ACCESSORIES 12 r, 13 A. Closer Mechanism Covers: 14 1. Match finish of adjacent hardware. 15 16 B. Arms, Brackets, and Plates: As required for complete 17 installation of closers. 18 19 C. Strikes: 20 1. Provide with curved lips. 21 2. Extended lips when required. 22 3. Furnish strike boxes. 23 4. Appropriate for function and hardware listed. 24 } 25 2.04 FABRICATION 26 27 A. Hardware - General: 28 1. Generally prepare for Phillips oval head machine screw 29 installation. .. 30 2. Exposed screws to match hardware finish or, if exposed in 31 surfaces of other work, to match finish of other work as 32 closely as possible. 33 3. Provide concealed fasteners unless thru bolted. 34 4. Through bolt closers on labeled doors and exterior doors. 35 5. Furnish items of hardware for proper door swing. 36 6. Furnish lock devices which allow door to be opened from 37 inside room without a key or any special knowledge. ti 38 39 B. Hardware: 40 41 1. Provide dustproof strikes for all doors with automatic or manual flush bolts bolts or other into floor. 42 2. Provide following BHMA/ANSI A156.18 finishes: 43 a. Locks: 630. 44 b. Door pulls, push bars, push plates: 630. 45 c. Kickplates: 630. 46 d. Exit Devices: 630. �- 47 e. Butts: 630. 48 f. Door stops, dead locks, mortise bolts, and 49 miscellaneous hardware: 630. r. 50 g. Door overhead stops: 626. 51 h. Exposed arms and covers of closers: 689. 52 53 C. Mortise Locks and Latches: E is City of Lubbock, Municipal Water Treatment - Contract 3 r f 01, 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 08700-4 01 1. ANSI A156.13, Grade 1. 02 2. Antifriction latchbolt with 1 IN throw: 03 a. 2-3/4 IN backset. 04 b. Lockwood, Morgan design. 05 c. Functions as indicated in following table in 06 accordance with ANSI A156.13. 07 08 MORTISE LOCK NUMBERS 09 ------- ------- --- -------------------- 10 10 11 ANSI FUNCTION CORBIN RUSSWIN 12 ----------------------- ------ ------- 13 F13 Entrance 9549 5061 14 15 D. Door Closers: 16 1. ANSI A156.4, Grade 1. 17 2. Size door closers to comply with ANSI recommendations for 18 door size and location. 19 3. Fabricate all closers with integral back check and cold 20 weather fluid. 21 22 E. Butts and Hinges: 23 1. ANSI A156.1. 24 2. Hinge numbers: 25 26 HAGER STANLEY 27. ----- ------- 28 Type I SL BB1199 FBB199 29 Type 2 SL 661191 FBB191 30 31 3. Flat button tips on all butts. 32 4. Size butts to door size and weight, and to clear trim and 33 allow 180 degree door swing. 34 5. Butt types: 35 a. Exterior outswinging doors: Type 1 NRP 36 (non -removable pin.) 37 b. Interior doors thru 36 IN wide: Type 2. 38 6. Butt quantities: 39 a. Doors up to 60 IN in height: Two butts. 40 b. Doors 61-90 IN in height: Three butts. 41 7. Butt sizes: 42 a. 1.75 IN doors: 4:5 x 4.5 IN. 43 44 F. Door Stops: 45 1. ANSI A156.16. 46 .2. Floor stop and holder: Glynn Johnson GJ_F20x. 47 48 G. Kickplates: 49 1. ANSI A156.6. 50 2. 8 IN high x 2 IN less than door width. 51 3. Beveled edges. 52 4. 0.050 IN thick. 53 City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 H. Thresholds: I. ANSI A156.21. 2. One piece unit not more than 1/2 IN high, of style required to suit condition. 3. Provide required bolt cutouts. I. Weatherstripping: I. At jambs and head: Self-adhesive strip similar to Reese #797. 2. At bottom of doors: Similar to Reese (805A) (805 DUR). J. Keying: 1. Establish keying with Owner. a. Key to existing master key system. b. Tag and identify keys. c. Provide three keys for each lock or cylinder. PART 3 - EXECUTION 3.01 INSTALLATION A. Install products in accordance with manufacturer's installation instructions, supervised or inspected by an AHC. B. Fit hardware before final door finishing. C. Permanently install hardware after door finishing operations are complete. D. Use SDI mounting heights for hardware. E. Mount closers on room side of doors. 1. Provide extended arms and brackets as required. 2. Provide cover for each closer. F. At all entrance and vestibule doors and all other exterior outswinging doors, provide closers with delayed action, overhead stop. G. Wall Mount Door Stops: Provide at all doors unless noted otherwise on Hardware Schedule. H. Where interior doors swing more than 105 degrees without encountering a wall, install overhead stop. I. Install overhead stop at all inactive leafs of pairs of exterior doors unless provided with closer. J. Install astragal on all pairs of UL labeled fire doors. K. Provide weatherstripping and threshold at all exterior doors. City of Lubbock, Municipal Water Treatment - Contract 3 08700-5 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 08700-6 01 3.02 FIELD QUALITY CONTROL 02 03 A. Adjust and check each operating item of hardware to assure 04 proper operation or function. 05 1. Lubricate moving parts with lubricant recommended by 06 manufacturer. 07 08 B. During week prior to start-up, make a final check and 09 adjustment of all.hardware items. 10 1. Clean and lubricate as necessary to assure proper 11 function and operation. 12 2. Adjust door control devices to compensate for operation 13 of heating and ventilating equipment. 14 15 3.03 SCHEDULES 16 17 A. Hardware Schedule: All Doors: 18 19 HW -1 thru HW -18: Not Used 20 HW -19: Butts 21 Closer 22 Lockset F13 23 Kickplate 24 Floor Stop and Holder 25 Weatherstripping 26 27 END OF SECTION City of -Lubbock, Municipal Water Treatment - Contract 3 r- 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 92E13 PART 1 - GENERAL 1.01 SUMMARY SECTION 08800 GLASS AND GLAZING A. Section Includes: 1. Glass and glazing. B. Related Sections include but are not necessarily limited to: 1. Division 1 - General Requirements. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. American Society for Testing and Materials (ASTM): a. C1036, Standard Specification for Flat Glass. b. C1048, Standard Specification for Heat -Treated Flat Glass -Kind HS, Kind FT Coated and Uncoated Glass. c. E773, Standard Test Method for Seal Durability of Sealed Insulating Glass Units. d. E774, Standard Specification for Sealed Insulating Glass Unit. B. Glass manufacturer or fabricator is responsible for determining if any of these materials should be heat strengthened or fully tempered and provide accordingly. 1.03 SUBMITTALS A. Shop Drawings: I. See Section 01340. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 3. Warranty. B. Samples: 1. 12 x 12 IN sample of each type, color, and thickness specified except clear glass (glass Type I and 2.) 1.04 WARRANTY A. Written 5 -year warranty signed by installer to cover weathertightness of installation including air and water integrity. City of Lubbock, Municipal Water Treatment - Contract 3 08800-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 08800-2 01 B. Written 5 -year warranty signed by manufacturer or 01 02 fabricator of insulating glass units against tint color 02 03 fade and integrity of air space. 03 04 04 05 05 06 PART 2 - PRODUCTS 06 07 07 08 2.01 ACCEPTABLE MANUFACTURERS 08 09 09 10 A. Subject to compliance with the Contract Documents, the 10 11 following Manufacturers are acceptable: 11 12 1. Insulating glass units - tinted and clear: 12 13 a. PPG. 13 14 b. Viracon. 14 15 2. Gaskets, glazing compounds, setting blocks, spacers, 15 16 sealant, sealant tape, etc., as recommended by glass 16 17 unit manufacturer. 17 18 18 19 B. Submit requests for substitution in accordance with 19 20 Specification Section 01640. 20 21 21 22 2.02 MATERIALS 22 23 23 24 A. Clear Tempered Float Glass: 24 25 1. 1/4 IN thick. 25 26 2. ASTM C1048. 26 27 3. Kind FT, Type 1, Class I, Condition A. 27 28 28 29 B. Glazing Compounds: 29 30 1. Nonsag, nonstain type. 30 31 2. Pigmented to match frame units not requiring painting. 31 32 3. Compatible with adjacent surfaces. 32 33 4. One or two-part polyurethane or silicone sealant for 33 34 use in setting glass. 34 35 35 36 C. Sealant Tape: Butyl rubber sealant tape or ribbon having 36 37 a continuous neoprene shim. 37 38 38 39 D. Gaskets: 39 40 1. Flexible polyvinyl chloride or neoprene. 40 41 2. Extruded of profile and hardness required to receive 41 42 glass and provide a watertight installation. 42, 43 43 44 E. Setting Blocks and Spacers: 44 45 1. Neoprene, compatible with sealants used. 45 46 2. Setting blocks: 70-90 durometer. 46 47 3. Spacers: 40-50 durometer. 47 48 48 49 F. Compressible Filler Stock: Closed -cell jacketed rod stock 49 50 of synthetic rubber or plastic foam. 50 51 51 52 G. Shims, Clips, Springs, Angles, Beads, Attachment Screws 52 53 and Other Miscellaneous.Items: As indicated on Drawings 53 City of Lubbock, Municipal Water Treatment - Contract 3 08800-3 1€ 01 or required. al 02 02 03 04 PART 3 - EXECUTION 03 04 05 05 06 3.01 INSTALLATION 06 07 07 08 A. Install in accordance with recommendations of 08 09 manufacturer, FGMA Glazing Manual and SIGMA Glazing 09 10 Recommendations for Sealed Insulating Glass Units. 10 11 12 B. Install setting blocks in adhesive or sealant. 11 12 13 14 C. Install spacers inside and out, of proper size and 13 14 15 spacing, for all glass sizes larger than 50 united inches, 15 16 17 except where gaskets are used for glazing. 16 17 G 18 D. Provide 1/8 IN minimum bite of spacers on glass. 18 19 19 20 E. Spacer thickness to equal sealant width. 20 t 21 21 22 F. Prevent sealant exudation from glazing channels of 22 �,. 23 insulating glass which is more than 1/2 IN thick; colored, 23 24 heat absorbing, coated or laminated glass sizes larger 24 25 than 75 united inches; and other glass more than 9/32 IN 25 26 thick or larger than 125 united inches. 26 27 1. Leave void at heel (or install filler) at jambs and 27 28 head. 28 29 2. Do not leave void (or install filler) at sill. 29 30 30 31 G. Miter cut and bond gasket ends together at corners. 31 32 33 H. Immediately after installation, attach crossed streamers 32 33 34 to framing held away from glass. 34 35 36 3.02 FIELD QUALITY CONTROL 35 36 37 37 38 A. Do not install glass with edge damage. 38 39 40 B. Do not apply anything to surfaces of glass. 39 40 41 42 C. Remove, and replace damaged glass. 41 42 ,. } 43 44 3.03 CLEANING 43 44 c . 45 45 46 A. Maintain glass reasonably clean during construction, so 46 47 that it will not be damaged by corrosive action and will 47 48 not contribute to deterioration of other materials. 48 �• 49 50 B. Wash and polish glass on both faces not more than 7 days 49 50 51 prior to acceptance of work in each area. Comply with 51 52 glass manufacturer's recommendations. 52 53 53 City of Lubbock, Municipal Water Treatment - Contract 3 08800-4 01 END OF SECTION City of Lubbock, Municipal Water Treatment - Contract 3 r r � FINISHES 9 r c (THIS PAGE LEFT BLANK INTENTIONALLY) 7 09130-1 01 92E19 SECTION 09130 01 02 02 03 ACOUSTIC SUSPENSION SYSTEM 03 04 05 05 06 PART I — GENERAL 06 07 07 l 08 1.01 SUMMARY 08 09 09 10 11 A. Section Includes: 1. Acoustic suspension systems. 10 11 12 12 13 B. Related Sections include but are not necessarily limited to: 13 14 1. Division 0 - Bidding Requirements, Contract Forms, and 14 i 15 Conditions of the Contract. 15 16 2. Division l - General Requirements. 16 17 3. Section 09512 - Acoustical Materials. 17 18 18 19 1.02 QUALITY ASSURANCE 19 20 21 A. Referenced Standards: 20 21 22 1. American Society for Testing and Materials (ASTM): 22 23 a. C635, Standard Specification for Metal Suspension 23 24 Systems for Acoustical Tile and Lay -In Panel 24 25 Ceilings. 25 26 b. C636, Standard Practice for Installation of Metal 26 r 27 Ceiling Suspension Systems for Acoustical Tile and 27 Lay -1n Panels. 28 29 29 30 1.03 SUBMITTALS 30 31 31 32 A. Shop Drawings: 32 33 1. See Section 01340. 33 34 2. Product technical data including: 34 35 a. Acknowledgement that products submitted meet 35 36 requirements of standards referenced. 36 r- 37 b. Manufacturer's installation instructions. 37 38 38 39 B. Samples: 39 40 1. Samples of each product being used minimum 6 IN long. 40 j 41 2. Sample of intersecting grid connection system. 41 42 42 43 43 44 PART 2 - PRODUCTS 44 45 45 46 2.01 ACCEPTABLE MANUFACTURERS 46 47 48 A. Subject to compliance with the. Contract Documents, the 47 48 49 following Manufacturers are acceptable: 49 50 1. Acoustical suspension systems (steel): 50 51 a. Chicago Metallic Corp. 51 52 b. Armstrong Cork Co. 52 53 c. Cel otex Corp. 53 I City of Lubbock, Municipal water Treatment -Contract 3 is 09130-2 01 d. Conwed Corp. 01 02 e. Donn Corp. 02 03 f. National Gypsum Co. 03 04 g. U S Gypsum Co. 04 05 2. Acoustical suspension systems (aluminum): 05 06 a. Armstrong Cork Co. 06 07 b. Chicago Metallic. 07 08 08 09 B. Submit requests for substitutions in accordance with 09 10 Specification Section 01640. 10 11 11 12 2.02 MATERIALS 12 13 13 14 A. Acoustical Suspension Systems = General: 14 15 1. Intermediate duty rated systems, ASTM C635. 15 16 2. Main runner jointing by spliced, interlocking ends, tab 16 17 locks, pin locks, or other suitable connections. 17 18 3. Cross runners interlocking with main runners. 18 19 19 20 B. Hangers: 20 21 1. Galvanized, soft annealed steel wire for general use. 21 22 2. Soft stainless steel wire for.use in wet areas. 22 23 23 24 C. Non -Rated Exposed Grid System: 24 25 1. Electro -galvanized single -web steel main and cross 25 26 runners. 26 27 2.- Finish on exposed surfaces: Smooth, flat white. 27 28 28 29 D. Non -Rated Exposed Grid System: 29 30 1. Roll formed aluminum double -web main and cross runner. 30 31 2. Finish on exposed surfaces smooth flat white. 31 32 32 33 2.03 MAINTENANCE MATERIALS 33 34 34 35 A. Extra Material: 35 36 1. Provide Owner with 8 LF of main runner and 8 LF of cross 36 37 runner of each different finish and type of grid 37 38 specified. 38 39 2. Supply minimum 2 OZ of touch-up paint for each color of 39 40 _ grid used. 40 41 41 42 42 43 PART 3 - EXECUTION 43 44 44 45 3.01 INSTALLATION 45 46 46 47 A. Install in accordance with ASTM C636 and manufacturer's 47 48 instructions. 48 49 49 50 B. Provide all hangers and inserts necessary to support 50 51 acoustical ceilings. 51 52 1. Where placement of ducts or other obstructions limits 52 53 hanging wires, provide additional supporting members. 53 City of Lubbock, Municipal Water Treatment - Contract 3 r 7 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 2. Provide supplementary rough suspension system and trapezing where necessary to support acoustical ceilings beneath pipes, ducts, equipment, etc. 3. Do not suspend any part of rough suspension system or acoustical ceilings from ducts, pipes, conduit, equipment, etc. 4. Provide structural members sized as required to span ducts, etc. C. Suspend suspension systems from structural supporting, framing members, floor deck, or rough suspension system. 1. Locate hangers to avoid contact with insulation covering ducts and pipes. 2. Splay hangers only where obstructions or other conditions preclude plumb, vertical installation. 3. Offset horizontal forces of splayed hangers by countersplaying, bracing or other approved methods. D. Space hangers to prevent loads from items in or on ceiling from causing eccentric deflection and rotation of main runners exceeding limits specified in manufacturer's technical data. 1. Provide additional hangers to support lighting fixtures. 2. Provide hangers not more than 6 IN from ends of main runners. 3. Support main runners directly from hangers, do not bear on walls or partitions. 4. Space main runners to support ceiling units and other work resting in or on ceiling. E. Instali moldings where ceilings meet walls, partitions, other vertical elements, and other types of ceilings. 1. Support runners and border units on moldings. 2. Secure moldings to wall construction by fastening through holes drilled in web. 3. Space holes not more than 3 IN from each end and not more than 16 IN on center. 4. Draw up fasteners for tight set against vertical surfaces. 5. Miter cut inside and outside corners. 6. Level to a tolerance not more than 1 in 100. 7. Install moldings with exposed leg supporting bottom flange of exposed runners. 8. Where ceiling mounted fixtures have integral flange trim, no additional trim is required. F. Leave suspension system ready to accept installation of acoustic materials. See Section 09512. END OF SECTION City of Lubbock, Municipal Water Treatment - Contract 3 09130-3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 (THIS PAGE LEFT BLANK INTENTIONALLY) r 01 02 03 04 05 06 07 08 09 10 !^ 11 12 13 �• 14 15 16 17 18 19 20 21 22 23 .. 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 • 41 42 43 44 45 46 47 48 49 50 51 52 53 r 92E19 PART 1 - GENERAL 1.01 SUMMARY SECTION 09201 METAL FURRING AND LATHING A. Section Includes: 1. Metal furring and lathing. B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 09220 - Portland Cement Plaster. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. American Society for Testing and Materials (ASTM). a. A525, Standard Specification for General Requirements for Steel Sheet, Zinc -Coated (Galvanized) by the Hot -Dip Process. b. C841, Standard Specification for Installation of Interior Lathing and Furring. c. C847, Standard Specifications for Metal Lath. B. Mock -Ups: 1. Refer to Section 09220. 1.03 SUBMITTALS A. Shop Drawings: 1. See Section 01340. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Furring and lathing: a. Wheeling Corrugating Co. b. Bostwick Steel Framing Co. c. Western Metal Lath Co. d. U.S.Gypsum Co. City of Lubbock, Municipal Water Treatment - Contract 3 09201-1 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 09201-2 01 e. National Gypsum Co. ` 01 02 2. Vents, moldings, screeds, etc.: 02 03 a. Fry Reglet Corp. 03 04 b. MM Systems Corporation. 04 05 c. Superior. 05 06 d. USG. 06 07 3. Control and/or expansion joints: 07 08 a. US Gypsum #75 and #100. 08 09 b. Keene #15. 09 10 10 11 B. Submit requests for substitution in accordance with 11 12 Specification Section 01640. 12 13 13 14 2.02 MATERIALS 14 15 15 16 A. General: 16 17 1. Inserts and hangers: ASTM A525 galvanized steel or zinc 17 18 alloy. 18 19 2. Accessories: Zinc alloy. 19 20 20 21 B. Metal Lath: 21 22 1. ASTM C847 22 23 2.' Flat or ribbed lath. 23 24 3. ASTM A525, G60 galvanized. 24 25 4. Weight required for type and support spacing with minimum 25 26 weight 2.75 LBS per square yard. 26 27 27 28 C. External Corner Beads: 28 29 1. Small nose corner bead with rigid nose. 29 30 2. 3/16 IN maximum ground, with expanded flanges minimum 30 31 2-1/2 IN wide. 31 32 3. Arch -type corner bead designed for cutting and bending in 32 33 field when required for curved conditions. 33 34 34 35 D. Casing Beads: Minimum 24 GA. 35 36 36 37 E. Control and/or Expansion Joints: 37 38 1. Minimum 24 GA. 38 39 2. Solid expansion and contractionscreed with expanded or 39 40 perforated flanges:' 40 41 41 42 42 43 PART 3 - EXECUTION 43 44 44 45 3.01 PREPARATION 45 46 46 47 A. Touch up abraded surfaces with rust -inhibitive paint.prior to 47 48 installation. 48 49 49 50 3.02 INSTALLATION 50 51 51 52 A. Install in accordance with manufacturer's instructions and 52 53 ASTM C841. 53 City of Lubbock, Municipal Water Treatment — Contract 3 r 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 B. Lath: 1. Install control and expansion joints per ASTM C841 requirements and recognized local plastering guidelines. 2. Use metal lath of type and weight required to comply with ASTM C847 requirements. a. Provide intermediate metal furring supports if required. 3. Locate end laps over supports. Lap minimum 1 IN. Stagger end laps over different supports. 4. Wire to lath along edges maximum 12 IN on center. Where diamond mesh lath is used, cornerite may be omitted if lath is bent around corners. C. Plaster Accessories: 1. Install control and expansion joints per recognized local plastering guidelines and as indicated on Drawings. 2. Attach accessories to bases or substrates with galvanized fasteners spaced maximum 8 IN on center. a. Nail to masonry or concrete. 3. Use single length beads wherever length of run does not exceed longest standard stock length available. a. Miter or cope at corners. b. Set beads with maximum tolerance of 1 in 100 from plumb or level. c. Shim as required and align joints with concealed splices or tie plates. 4. Install corner beads at all external corners. 5. Casing Bead Control Joint: Two casing beads back-to-back with 1/8 to 1/4 IN open space with sheet metal closure at back fastened on one side only, or use prefabricated control joint accessory. 6. Install bendable arch -type corner beads where external corners are curved. 7. Where plaster abuts dissimilar construction use modified or semi -square edge casing bead. 8. At perimeters where edges of plaster are exposed use square casing beads. END OF SECTION City of Lubbock, Municipal Water Treatment - Contract 3 09201-3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 (THIS PAGE LEFT BLANK INTENTIONALLY) r* 01 02 03 04 05 06 �- 07 08 09 10 11 12 13 14 t 15 16 17 18 19 20 21 22 23 pa 24 25 26 P% 27 28 29 30 31 32 33 "' 34 35 36 oft 37 38 39 40 MR 41 42 43 Oft 44 45 46 ., 47 48 49 50 51 52 53 7 92E19 PART 1 - GENERAL 1.01 SUMMARY SECTION 09220 PORTLAND CEMENT PLASTER A. Section Includes: 1. Portland cement plaster and stucco. B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, -Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 09201 - Metal Furring and Lathing. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. American Society for Testing and Materials (ASTM): a. C35, Standard Specification for Inorganic Aggregates for use in Gypsum Plaster. b. C150, Standard Specification for Portland Cement. c. C206, Standard Specification for,Finishing Hydrated Lime. B. Qualifications: Applicator shall have minimum 10 years experience on projects with similar scope. C. Mock -Ups; 1. Construct mock-up sample panel on site for Engineer's review. a. Nominal 4 x 4 FT. b. If not acceptable, construct additional sample panels. c. Sample panels constitute standard of quality for actual construction. d. Sample panel to include stepped construction showing each phase of application and shall show sample of each different type of joint and/or other accessories used on the Project. 1.03 DEFINITIONS A. Applicator: Individual actually performing work on site. 1.04 SUBMITTALS A. Shop Drawings: 1. See Section 01340. 2. Drawings showing special jointing and other special City of Lubbock, Municipal Water Treatment - Contract 3 09220-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 09220-2 O1 detailing not indicated on the Drawings. 01 02 3. Product technical data including: 02 03 a. Acknowledgement that products°submitted meet 03 04 requirements of standards referenced. 04 05 b. Manufacturer's installation instructions. 05 06 4. Certification of applicator qualifications. 06 07 07 08 08 09 PART 2 - PRODUCTS 09 10 10 11 2.01 ACCEPTABLE MANUFACTURERS 11 12 12 13 A. Subject to compliance with the Contract Documents, the 13 14 following Manufacturers are acceptable: 14 15 1. Portland cement finish coat: 15 16 a. US Gypsum Company "Oriental Exterior Finish Stucco." 16 17 b. Thoro System Products. 17 18 18 19 B. Submit requests for substitution in accordance with 19 20° Specification Section 01640. 20 21 21 22 2.02 MATERIALS 22 23 23 24 A. Portland Cement: ASTM C150, Type I. 24 25 25 26 B. Lime: ASTM C206, Type S. 26 27 27 28 C. Aggregate: ASTM C35. 28 29 29 30 D. Water: Potable. 30 31 31 32 E. Portland Cement Finish Coat: Provide factory prepared - 32 33 product containing all materials required for finish coat, 33 34 except water. 34 35 35 36 F. Lath and Accessories: See Section 09201. 36 37 37 38 38 39 PART 3 - EXECUTION 39 40 40 41 3.01 APPLICATION 41 42 42 43 A. Prepare and apply mix in accordance with.manufacturer's 43 44 instructions. 44 45 45 46 B. Mix each batch of plaster in quantity which can be used 46 47 before it starts to set. Discard plaster which has started 47 48. to seta Do not retemper. 48 49 49 50 C. Cure exterior plaster in accordance with manufacturer's 50 51 recommendations and as required to prevent freezing or uneven 51 52 and excessive evaporation from hot dry air. 52 53 53 City of Lubbock, Municipal Water Treatment - Contract 3 09220-3 of D. Plaster flush with metal frames and other built-in items. 01 City of Lubbock, Municipal Water Treatment - Contract 3 02 1. Where plaster is not terminated at metal by casing beads, 02 03 cut base coat free before plaster sets. 03 04 2. Groove finish coat at junctures with metal. 04 05 05 06 E. Finish external corners flush with corner beads. 06 07 07 08 F. Wherever permanent grounds are too far apart to serve as 08 09 guides for rodding, provide plaster screeds and establish 09 10 true surface of screeds with rod before screeds are set. 10 11 1. Keep grounds clean. 11 12 2. Finish plaster level with grounds. 12 13 13 14 G. Apply plaster to thickness indicated on Drawings. 14 15 1. Use three -coat plaster system. 15 16 2. Apply at consistency required to achieve uniformity. 16 r- 17 3. Finish coat minimum 1/8 IN thick. 17 18 18 19 3.02 FIELD QUALITY CONTROL 19 20 20 r 21 A. Plaster which is cracked or crazed will not be accepted. 21 22 22 23 B. Remove and replace unacceptable plaster, including base 23 24 materials if damaged during removal of defective plaster. 24 25 1. Cut, patch, repair and point -up plaster as required and 25 26 as directed by Engineer. 26 .. 27 a. Repair cracks and indented surfaces by moistening 27 28 plaster and filling with new material. 28 29 b. Trowel or tamp flush with adjoining surfaces. 29 30 c. Point -up finish plaster surfaces around items which 30 31 are built into or penetrate plaster. 31 32 32 33 END OF SECTION 33 City of Lubbock, Municipal Water Treatment - Contract 3 (THIS PAGE LEFT BLANK INTENTIONALLY) 6. 01 02 03 04 05 06 ,•• 07 08 09 10 11 12 13 r' 14 � 15 16 �• 17 18 19 20 21 k 22 23 24 25 26 �., 27 28 29 30 31 32 33 34 35 36 37 38 39 40 7 41 42 43 44 45 46 47 R 48 49 50 51 52 53 r r■ 92E19 PART 1 - GENERAL 1.01 SUMMARY SECTION 09512 ACOUSTICAL MATERIALS A. Section Includes: 1. Acoustical materials. B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 09130 - Acoustic Suspension System. 1.02 SUBMITTALS A. Shop Drawings: 1. See Section 01340. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Manufacturer's recommendation for adhesive. B. Samples: 1. 6 x 6 IN sample of actual product showing joint treatment, face pattern and scoring if any. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Acoustical materials: a. Mineral fiber ceiling tile: 1) Armstrong Cork Co. 2) Celotex Corp. 3) National Gypsum Co. 4) US Gypsum Co. B. Submit requests for substitution in accordance with Specification Section 01640. 2.02 MANUFACTURED UNITS A. Mineral Fiber Ceiling Tile: 1. Factory applied vinyl or acrylic finish. City of Lubbock, Municipal Water Treatment - Contract 3 09512-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 09512-2 01 2. Light reflectance: Not less than 0.75. 02 3. Noise reduction coefficient: 0.80. 03 4. Class A non-combustible units. 04 5. Edges uniformly fabricated, true, square, and undamaged. 05 6. Sizes as required to fit suspension system and as 06 indicated on Schedule in PART 3. 07 7. Lay -in style: 3/4 IN thick. 08 8. Fissured pattern and non -directional fissured (NDF) 09 pattern. 10 11 2.03 MAINTENANCE MATERIALS 12 13 A. Extra Materials: 14 1. Furnish Owner with the following extra materials: 15 a. One carton of each type and pattern of material. 16 17 PART 3 - EXECUTION 18 19 3.01 INSTALLATION 20 21 A. Install into suspension system in accordance with 22 manufacturer's instructions. 23 24 B. Perform field cutting as required to fit materials to grid. 25 Make all cuts square and true. 26 27 C. See Section 09130 for suspension system. 28 29 D. Mineral fiber ceiling tiles shall be installed in the new 30 carbon building and the new blower building. 31 32 END OF SECTION City of Lubbock, Municipal.Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 r r 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 09905-1 92E15 PART 1 - GENERAL 1.01 SUMMARY SECTION 09905 PAINTING AND PROTECTIVE COATINGS A. Section Includes: 1. Painting and protective coatings. B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 11005 — Equipment: General Requirements. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. American National Standards Institute (ANSI): a. A224.1, Test Procedures and Acceptance Criteria for Prime Painted Steel Surfaces for Steel Doors and Frames. 2. Steel Structures Painting Council (SSPC): a. SP -1, Solvent Cleaning. b. SP -2, Hand Tool Cleaning. c. SP -3, Power Tool Cleaning. d. SP -6, Commercial Blast Cleaning. e. SP -10, Near -White Blast Cleaning. B. Qualifications: 1. Applicator approved in writing by coating manufacturer or authorized coating manufacturer's representative. 2. Applicator shall have minimum of 5 years experience in application of similar products. Provide references for minimum of three different projects completed in last 5 years. Include name and address of project, size of project in value (painting) and contact person. C. Miscellaneous: 1. Furnish paint through one manufacturer when possible. 1.03 DEFINITIONS A. Applicator: Individual actually performing work on site. B. Approved Factory Finish: Finish on a product in compliance with the finish specified in the section where the product is specified or in Section 11005, Equipment: General Requirements. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 09905-2 C. Corrosive Environment: Immersion in, or not more than 6 IN above, or subject to frequent spillage or splash of a corrosive material such as: Water, wastewater, or chemical solution; or chronic exposure to corrosive, caustic or acidic agent, chemicals, chemical fumes, chemical mixture, or solution. D. Exposed Exterior Surface: Surface which is exposed to weather but not necessarily exposed to view as well as surface exposed to view. E. Finished Room or Space: One that has finish called for on Room Finish Schedule or is indicated, on Drawings, to be painted. F. Painting Coverage Rate: Coverage expressed in SF/GAL/coat are. manufacturer's published theoretical coverage in square foot per gallon. G. Paint includes fillers, primers, sealers, emulsions, oils, alkyds, latex, enamels, thinners, stains, epoxies, vinyls, chlorinated rubbers, coal tars, urethanes, shellacs, varnishes, and any other applied coating specified within this Section. H. Surface Hidden from View: Surfaces such as those within pipe chases, and between top side of ceilings (including drop-in tile ceilings) and underside of floor or roof structure above I. Thinned (when used in regard to VOC contents): In accordance with manufacturer's recommendations. J. VOC: Volatile Organic Compounds. 1.04 SUBMITTALS A. Manufacturer's approval of applicator. B. Applicator experience qualifications. C. Approval of application equipment. D. Painter's weekly record. E. Manufacturer's recommendation for universal barrier coat. F. Shop Drawings: 1. See Section 01340. 2. Product technical data including a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's application instructions. City of Lubbock, Municipal Water Treatment.- Contract ,3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 i } 4 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 09905-3 c. Manufacturer's surface preparation instructions. d. If products being used are manufactured by Company other than listed in Article 2.02, provide complete individual cut sheet comparison of proposed products with specified products including application procedure, coverage rates and verification that product is designed for intended use. e. Manufacturer's factory -applied finish information. Refer to paragraph 2.02. f. Contractor's written plan of action for containing airborne particles created by blasting operation and location of disposal of spent contaminated blasting media. g. Coating manufacturer's recommendation on abrasive blasting. 3. Certification: a. Coating manufacturer's written approval of Contractor's application equipment. G. Samples: 1. Manufacturer's full line of colors for Engineer's color selection. 2. After initial color selection by Engineer provide two 3 x 5 IN samples of each color selected. 1.05 DELIVERY, STORAGE, AND HANDLING A. Deliver in original containers, labeled as follows: 1. Name or type number of material. 2. Manufacturer's name and item stock number. 3. Contents, by volume, of major constituents. 4. Warning labels. 5. VOC content. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Tnemec. 2. Ameron Protective Coatings Div. 3. Glidden Coatings. 4. Valspar Corp. 5. Carboline Protective Coatings. 6. Porter Coatings. 7. PPG. 8. Sherwin Williams. 9. CON -LUX Coatings, Inc. B. Submit requests for substitution in accordance with Specification Section 01640. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 09905-4 O1 02 2.02 03 04 A. 05 06 07 B. 08 09 10 C. 11 12 13 14 15 16 17 18 19 D. 20 21 E. 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 MATERIALS All materials used must contain not more than 3.5 LBS/GAL VOC as applied (in thinned state) unless noted otherwise. For unspecified materials such as turpentine or linseed oil, provide manufacturer's recommended products. Paint Systems - General: 1. P=prime coat. F1, F2 . Fn = first finish coat, second finish coat . . nth finish coat, color as selected by Engineer. 2. If two finish coats of same material are required, Contractor may, at his option and by written approval from paint manufacturer, apply one coat equal to mil thickness of two coats specified. Products specified are manufacturedby Tnemec. Paint Systems: 1. System #1 - Epoxy-Polyamide Primer with Epoxy-Polyamide or Acrylic Polyurethane Enamel Top Coats. Tnemec P1=66-1211 Epoxoline Primer (Epoxy-Polyamide) 1 coat, 3 mils 299 SF/GAL/coat F1= Series 66 Hi -Build Epoxoline (Epoxy-Polyamide) 1 coat, 3 mils - 300 SF/GAL/coat *F2= Series 66 Hi -Build Epoxoline (Epoxy-Polyamide) l coat, 3 mils 300 SF/GAL/coat *F2E Series 73 Endura -Shield III (Acrylic Polyurethane Enamel) 1 coat, 2.5 mils 372 SF/GAL/coat *Replace F2 with F2E for exterior environment. VOC=3.42 VOC=3.50 2. System #2 - Polyamidoamine Epoxy with Polyamidoamine Epoxy Top Coat (with Polyurethane Enamel Color Coat on Exposed Surfaces). Tnemec P1= Series 69-1211 Epoxoline Primer 11 Primer VOC=2.75 (Polyamidoamine Epoxy) 1 coat, 5 mils 221 SF/GAL/coat *F1= Series 69 High -Build Epoxoline li "VOC=2.75 City of Lubbock, Municipal Water Treatment - Contract 3 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 r t. 09905-5 01 (Polyamidoasine Epoxy) 01 02 1 coat, 5 mil 02 03 221 SF/GAL/coat 03 04 F2= Series 73 Endura -Shield III (Acrylic VOC=3.5 04 [i 05 Polyurethane Enamel 05 06 1 coat, 2.5 mils 06 r� 07 372 SF/GAL/coat 07 08 *Add F2 for exposed surfaces of exterior environment 08 09 09 r., 10 3. System #3 - Epoxy-Polyamide Primer,with Epoxy-Polyamide 10 11 or Acrylic Polyurethane Enamel Top Coats. 11 12 12 13 Tnemec 13 14 14 15 P1 -Series 66 Hi -Build Epoxoline VOC=3.42 15 16 (Epoxy-Polyamide) 16 17 1 coat, 2 mils 17 18 450 SF/GAL/coat 18 ` 19 *F1=Series 66 Hi -Build Epoxoline 19 20 (Epoxy-Polyamide) 20 i, 21 1 coat, 2 mils 21 22 450 SF/GAL/coat 22 23 *FIE=Series 73 Endura -Shield III (Acrylic VOC=3.5 23 24 Polyurethane Enamel) 24 25 1 coat, 2.5 mils 25 26 372 SF/GAL/coat 26 27 *Replace F1 with FIE for exterior environment 27 ' 28 28 ` 29 4. System #4 - Zinc -rich Urethane Primer with 29 30 Epoxy-Polyamide or Acrylic Polyurethane Enamel Top Coats. 30 r 31 31 32 Tnemec 32 33 33 34 P1=90-97 Tneme-Zinc (Zinc -Rich Urethane) VOC=3.10 34 35 1 coat, 2.5 mils 35 36 244 SF/GAL/coat 36 37 *F1=Series 66 Hi -Build Epoxoline VOC=3.42 37 38 (Epoxy-Polyamide) 38 39 1 coat, 3 mils 39 40 300 SF/GAL/coat 40 41 *FIE=Series 73 Endura -Shield III (Acrylic VOC=3.50 41 42 Polyurethane Enamel) 42 43 1 coat, 2.5 mils 43 44 372 SF/GAL/coat 44 45 *Replace F1 with FIE for exterior environment 45 46 46 �., 47 5. System #5 - Moisture -Cured Urethane Primer with 47 48 Epoxy-Polyamide or Acrylic Polyurethane Enamel Top Coats. 48 t_ 49 49 50 Tnemec 50 r 51 51 x: 52 P1=50-330 Poly -Ura -Prime (Moisture -Cured VOC=3.42 52 53 Urethane) 53 r, City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 . 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 09905-6 1 coat, 2.5 mils 327 SF/GAL/coat *F1=Series 66 Hi -Build Epoxoline (Epoxy-Polyamide) 1 coat, 4 mils 225 SF/GAL coat *FIE -Series 73 Endura -Shield III (Acrylic Polyurethane Enamel) I coat, 4 mils 233 SF/GAL/coat *Replace F1 with FIE for exterior environment. 6. System #6 - Epoxoprime with Tneme-Glaze Top Coat. Tnemec VOC-3.42 VOC=3.50 PI -Series 201 Epoxoprime (Polyamine Epoxy Primer) VOC=0.33 1 coat, 8 mils 192 SF/GAL/coat FI -Series 282 Tneme-Glaze (Polyamine) VOC=0.25 2 coats, 8 mils each 194 SF/GAL/coat 7. System #7 - Epoxy-Polyamide Primer with Epoxy-Polyamide or Acrylic Polyurethane Enamel Top Coats. Tnemec P1 -Series 65 Proxiprime (Epoxy-Polyamide) VOC=3.46 1 coat, 2.5 mils 370 SF/GAL/coat *F1=Series 66 Hi -Build Epoxoline VOC=3.42 (Epoxy-Polyamide) 1 coat, 5 mils 180 SF/GAL/coat *F1E=Series 73 Endura -Shield III (Acrylic VOC=3.50 Polyurethane Enamel) 1 coat, 4 mils 233 SF/GAL/coat *Replace F1 with FIE for exterior environment 8. System #8 - Epoxy -Polyamine Potable Water System. Tnemec PI -Series 139-1255 Primer 1 coat, 6 mils 219 SF/GAL/coat FI -Series 139-AA90 Finish 1 coat, 8 mils 219 SF/GAL/coat 9. System #9 - Moisture -Cured Urethane Primer. VOC=1.90 VOC=1.90 City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 r• 09905-7 01 01 02 Tnemec 02 03 03 04 P1=50-330 Poly -Ura -Prime (Moisture -Cured VOC=3.42 04 05 Urethane) 05 06 1 coat, 3 mils 06 �^ 07 273 SF/GAL/coat 07 a 08 08 09 10. System #10 - Epoxy-Polyamide Primer with Epoxy- 09 �., 10 Polymide and/or Acrylic Polyurethane Enamel Top Coats. 10 11 11 12 Tnemec 12 13 13 14 P1 -Series 66 Hi -Build Epoxoline VOC=3.42 14 15 (Epoxy-Polyamide) 15 16 1 coat, 3 mils 16 17 300 SF/GAL/coat 17 18 Fl -Series 66 Hi -Build Epoxoline VOC=3.42 18 19 (Epoxy-Polyamide) 19 20 1 coat, 3 mils 20 21 300 SF/GAL/coat 21 22 *F2=Series 73 Endura -Shield III VOC=3.50 22 23 (Acrylic Polyurethane Enamel) 23 24 1 coat, 2.5 mils 24 25 372 SF/GAL/coat 25 26 * Add F2 for exterior environment. 26 27 27 28 11. System #11 - Zinc -Rich Urethane Primer. 28 29 29 30 Tnemec 30 OM 31 31 32 P1-90-97 Tneme-zinc (Zinc -Rich Urethane) VOC=3.10 32 33 1 coat, 3.5 mils 33 34 174 SF/GAL/coat 34 35 35 36 12. System #12 - Emulsified Acrylic Primer and Top Coat. 36 .-� 37 37 38 Tnemec 38 39 39 40 P1 -Series 6 Tneme-Cryl (Emulsified Acrylic) VOC=1.89 40 r 41 1 coat, 2.5 mils 41 42 276 SF/GAL/coat 42 43 F1 -Series 6 Tneme-Cryl (Emulsified Acrylic) 43 !' 44 1 coat, 2.5 mils 44 45 276 SF/GAL/coat 45 46 46 47 13. System #13 - HydroGard Super (Crystalline -Producing, 47 48 Waterproofing Compound). 48 49 49 50 CreteGard 50 51 51 52 F1-HydroGard Super - apply 1 coat by airless spray 52 53 over a predampened saturated concrete surface. 53 i City of Lubbock, Municipal Water Treatment - Contract 3 09905-8 01. 200 SF/GAL/coat 01 02 02 03 14. System #14 - Vinyl -Acrylic Latex Sealer with 03 04 Epoxy-Polyamide Top Coats. 04 05 05 06 Tnemec 06 07 07 08 P1=51-792 PVA Sealer (Vinyl -Acrylic Latex) VOC=0.00 08 09 1 coat, 1.5 mils 09 10 299 SF/GAL/coat 10 11 FI -Series 66 Hi -Build Epoxoline VOC=3.42 11 12 (Epoxy-Polyamide) 12 13 1 coat, 3 mils 13 14 300 SF/GAL/coat 14 15 F2 -Series 66 Hi -Build Epoxoline 15 16 (Epoxy-Polyamide) 16 17 1 coat, 3 mils 17 18 300 SF/GAL/coat 18 19 19 20 15. System #15 - NOT USED. 20 21 21 22 16. System #16 - Epoxy-Polyamide Filler with Epoxy-Polyamide 22 23 Top Coats. 23 24 24 25 Tnemec 25 26 26 27 P1=54-660 Epoxy-Polyamide Masonry Filler (Epoxy- VOC=2.68 27 28 Polyamide) 28 29 1 coat 29 30 80 to 100 SF/GAL/coat 30 31 FI -Series 66 Hi -Build Epoxoline VOC=3.42 31 32 (Epoxy-Polyamide) 32 33 1 coat, 4 mils 33 34 225 SF/GAL/coat 34 35 F2 -Series 66 Hi -Build Epoxoline 35 36 (Epoxy-Polyamide) 36 37 1 coat, 4 mils 37 38 225 SF/GAL/coat 38 39 39 40 17. System #17 - NOT USED. 40 41 41 42 18. System #18 - NOT USED. 42 43 43 44 19. System #19 - Epoxy-Polyamide Coating. _ 44 45 45 46 Tnemec 46 47 47 48 PI -Series 66 Hi -Build Epoxoline VOC=3.42 48 49 (Epoxy-Polyamide) 49 50 1 coat, 5 mils 50 51 180 SF/GAL/coat 51 52 52 53 20. System #20 - NOT USED. 53 City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 (- 07 08 09 10 E 11 E 12 13 14 15 16 �• 17 18 19 20 21 22 23 !^ 24 25 26 27 28 29 30 31 32 33 Oft 34 ' 35 4 36 37 38 39 40 PM 41 42 43 7 44 45 46 Pft 47 48 49 50 51 52 53 7 21. System #21 - Moisture -Cured Urethane Primer. Tnemec PI -50-330 Poly -Ura -Prime (Moisture -Cured Urethane) 1 coat, 2 mils 409 SF/GAL/coat 22. System #22 - NOT USED. 23. System #23 - NOT USED. 24. System #24 - NOT USED. PART 3 - EXECUTION 3.01 ITEMS TO BE PAINTED 09905-9 VOC=3.42 A. Exposed Exterior Surfaces including: 1. Soffits 2. Plain, insulated, or wrapped piping, valves, fittings, hydrants, and appurtenances; except when covered by lagging. 3. Conduit and appurtenances. 4. Ferrous metals. 5. Copper and brass surfaces. 6. Galvanized metal surfaces. 7. Interior concrete surfaces of PAC basin. 8. Clarifier mechanisms. B. Interior Finished Areas: 1. Refer to Room Finish Schedule on Drawings. If schedule requires wall surfaces to be painted in a particular space, the space is considered to be a finished area, therefore, paint all appurtenant surfaces within the space unless specifically noted not to be painted in the Contract Documents. Appurtenant surfaces include piping, ductwork and conduit which is supported overhead by trapeze type hangers or single pipe hangers. Hanger assembly also is considered an appurtenant surface. Appurtenant surfaces may include: a. Concreteequipment pads, pipe supports, containment areas, and equipment supports. b. Plain, insulated, or wrapped piping; valves; fittings; and appurtenances except when covered by lagging. c. Conduit and appurtenances. d. Ferrous metals. e. Copper and brass surfaces. f. Galvanized metal surfaces. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 09905-10 01 02 C. Interior Areas Not Considered Finished: 03 1. Paint following surfaces in areas not considered as 04 finished area: 05 a. Plain, insulated or wrapped, piping, valves, 06 fittings, and appurtenances except when covered by 07 lagging. 08 b. Plain, insulated or wrapped, ductwork and 09 appurtenances except when covered by lagging. 10 c. Structural steel. 11 d. Miscellaneous ferrous metal. 12 13 D. New and/or Existing Equipment: 14 1. Paint new and/or existing equipment, except: 15 a. Where noted in Article 3.02. 16 b. Where specified elsewhere in the Contract Documents. 17 18 3.02 ITEMS NOT TO BE PAINTED 19 20 A. General: Do not paint items listed in Article 3.02 unless 21 specifically noted in the Contract Documents to be painted. 22 23 B. Items with Approved Factory Finish: 24 1. Do not field paint items with Approved Factory Finishes, 25 as defined; including the following: 26 a. Storage equipment. 27 b. HVAC equipment. 28 29 C. Electrical Equipment: 30 1. Do not field paint certain items of electrical equipment 31 as listed in Section 11005; except where painting is 32 specifically stated elsewhere in these Contract 33 Documents, or where the equipment is subject to a 34 corrosive environment. The list of equipment includes 35 specific types of equipment with Approved Factory 36 Finishes. 37 38 D. Surfaces Hidden from View including: 39 1. Conduit. 40 2. Ducts. 41 3. Insulation. 42 4. Structural steel and steel joist. 43 5. Miscellaneous steel. 44 6. Note: (Manufacturer's standard coatings, if any, may 45 remain). 46 47 E. Other Items: 48 1. Stainless steel surfaces except: 49 a. Piping. 50 b. Banding as required to identify piping. 51 2. Aluminum surfaces except: 52 a. Where specifically shown in the Contract Documents. 53 b. Where imbedded in concrete. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 09905-11 City of Lubbock, Municipal Water Treatment - Contract 3 c. Where in contact with dissimilar metals. 01 3. Fiberglass surfaces except: 02 a. Fiberglass piping. 03 b. Piping appurtenances. 04 4. Interior of pipe, ductwork, and conduits. 05 5. Moving parts of mechanical and electrical units where 06 painting would interfere with the operation of the unit. 07 6. Code labels and equipment identification and rating 08 plates. 09 7. Exterior concrete or precast concrete surfaces. 10 8. Face brick: Ceramic tile; quarry tile; plastic laminate. 11 9. Surfaces to be lagged including: 12 a. Piping. 13 b. Ductwork. 14 10. Steel deck except where specifically specified to be 15 painted. 16 11. Contact surfaces of friction -type connections. 17 12. Lagging on pipe and ducts. 18 19 3.03 SCHEDULE OF PAINTING SYSTEMS 20 21 PAINTING 22 SYSTEM 23 NUMBER 24 25 A. Concrete Masonry Units: 26 1. Interior smooth faced. 16 27 28 B. Structural Steel: 29 1. All except 2. below. 7 30 2. Surfaces subject to corrosive environment. 2 31 32 C. Ferrous Metals: 1 33 1. Except structural steel, steel joist, galvanized 34 steel, steel doors, steel door and window frames, 35 and products with approved factory finishes, and 36 ferrous metals subject to corrosive environment. 37 2. Includes steel piping steel handrails and guardrails, 38 steel stairs, pumps, and similar items. Does not 39 include ferrous metals subject to corrosive 40 environment. 41 42 D. Galvanized Metals: 43 1. Field cut edge where top coat is required. 4 44 2. Assembled galvanized steel items. 3 45 3. Field touch-up of galvanized surfaces not 11 46 requiring a finish top coat. 47 48 E. Steel doors and frames and window frames primed in 5 49 the factory in conformance with ANSI A224.1. 50 51 F. Steel equipment with factory -applied prime or finish 5 52 including: 53 City of Lubbock, Municipal Water Treatment - Contract 3 09905-,12 01 1. Equipment specifically indicated in the Contract 01 02 Documents to be painted. Factory -applied coats to 02 03 remain. 03 04 04 05 G. Steel doors and frames and window frames primed in the 5 05 06 factory in conformance with ANSI A224.1. 06 07 07 08 H. Steel equipment with factory -applied prime or finish 5 08 09 including: 09 10 1. Equipment specifically indicated in the Contract 10 11 Documents to be painted. Factory -applied coats to 11 12 remain. 12 13 13 14 I. Non-ferrous metals (except galvanized): Including 3 14 15 copper, brass, aluminum and aluminum flashing 15 16 specifically indicated to be painted. 16 17 17 18 J. Plastic Surfaces: 18 19 1. PVC, FRP, and CPVC surfaces. 3 19 20 _ 20 21 K. Electrical Conduit: 21 22 1. Galvanized. 3 22 23 2. PVC coated. 3 23 24 24 25 L. Pipe, Valves, and Fittings: 25 26 1. Steel and cast-iron. 1 26 27 2. Stainless. 1 27 28 3. Brass and bronze. 3 28 29 4. PVC, FRP, and CPVC. 3 29 30 30 31 M. Bituminous Coated Pipe and Material. 10 31 32 32 33 N. Pipe insulation. 12 33 34 34 35 0. Aluminum buried in concrete and between -dissimilar, 19 35 36 metals which are not below liquid level. - 36 37 37 38 P. Aluminum colored pipe thread touch-up, and aluminum 21 38 39 colored finish where top coat is not required. Not 39 40 for coating aluminum material. 40 41 41 42 Q. Gypsum board and gypsum plaster surfaces. 14 42 43 43 44 R. Interior of concrete tanks and boxes subjected 44 45 to corrosive environment. 45 46 1. Alum containment area. 6 46 47 2. Water softener containment area. 6 47 48 48 49 S. Ferrous metals subject to corrosive environment 2 49 50 including ferrous metal components of clarifier 50 51 mechanisms, and similar items. 51 52 52 53 T. Interior of PAC mixing basin. 13 53 City of Lubbock, Municipal Water Treatment- Contract 3 7. 09905-13 r City of Lubbock, Municipal Water Treatment - Contract 3 01 01 02 3.04 PREPARATION 02 03 03 04 A. General: 04 05 1. Prepare surfaces to be painted in accordance with coating 05 06 manufacturer's instructions and this Section. 06 �- 07 2. Remove all dust, grease, oil, compounds, dirt and other 07 y 08 foreign matter which would prevent bonding of coating- to 08 09 surface. 09 10 10 11 B. Protection: 11 12 1. Protect surrounding surfaces not to be coated. 12 13 2. Remove and protect hardware, accessories, plates, 13 14 fixtures, finished work, and similar items; or provide 14 15 ample in-place protection. 15 16 16 r. 17 C. Prepare and Paint Before Assembly: Where equipment is 17 18 subject to corrosive environment, prepare and paint, before 18 19 assembly, all surfaces which may be subject to corrosive 19 20 environment which are inaccessible after assembly. 20 21 21 22 D. Ferrous Metal: 22 23 1. Complete fabrication, welding or burning before beginning 23 24 surface preparation. 24 25 a. Chip or grind off flux, spatter, slag or other 25 26 laminations left from welding. 26 27 b. Remove mill scale. 27 ,... 28 c. Grind smooth rough welds and other sharp projections. 28 29 2. Surfaces subject to corrosive environment including 29 30 clarifier mechanisms: 30 31 a. Near -white blast clean in accordance with SSPC SP -10. 31 32 3. Interior and exterior surfaces not subject to corrosive 32 33 environment (including structural steel surfaces): 33 r• 34 a. Commercial blast clean in accordance with SSPC SP -6. 34 35 b. Engineer reserves right to accept preparation of 35' 36 these surfaces in accordance with SSPC SP -3 for areas 36 37 not practical or possible to abrasive blast to SSPC 37 ,. 38 SP -6 requirements. 38 39 4. Surfaces of steel joists: 39 40 a. Power tool or hand clean in accordance with SSPC SP -2 40 41 or SP3. 41 42 5. Bituminous coated ductile iron pipe: Commercial blast 42 43 clean in accordance with SSPC SP -6. 43 44 44 45 E. Hollow Metal: 45 46 1. Solvent clean in accordance with SSPC SP -1. 46 47 47 48 F. Galvanized Metal: 48 49 1. Solvent clean in accordance with SSPC SP -1. 49 50 50 51 G. Gypsum Wallboard: 51 52 1. Repair minor irregularities left by finishers. 52 53 2. Avoid raising nap of paper. 53 r City of Lubbock, Municipal Water Treatment - Contract 3 09905-14 01 3. Verify moisture content is less than 8 percent prior to 02 painting. 03 04 H. Concrete and Concrete Block Masonry: 05 1. Cure for minimum of 28 days. 06 2. Verify that moisture content is below 8 percent. 07 08 I. Preparation by Abrasive Blasting: 09 1. Schedule the abrasive blasting operation so blasted 10 surfaces will not be wet after blasting and before 11 painting. 12 2. Reblast surfaces allowed to set overnight prior to 13 priming or surfaces that show rust bloom. 14 3. Profile depth of blasted surface: Not less than l mil or 15 greater than 2 mils unless noted otherwise by coating 16 manufacturer. 17 4. Provide compressed air for blasting that is free of water 18 and oil. Provide accessible separators and traps. 19 5. Confine blast abrasives to area being blasted 20 a. Provide shields of polyethylene sheeting or other 21 such barriers to confine blast material. 22 b. Plug pipes, holes, or openings before blasting and. 23 keep plugged until blast operation is complete and 24 residue is removed. 25 6. Protect nameplates, valve stems, rotating equipment, 26 motors and other items that may be damaged from blasting. 27 7. Reblast surfaces not meeting requirements of these 28 Specifications. 29 S. Do not reuse abrasive blasting material. 30 9. Properly dispose of blasting material which has been 31 contaminated with debris from blasting operation. 32 33 J. Take samples of existing paint film, which is to be removed 34 by abrasive blasting, and have samples tested by a testing 35 laboratory to determine if existing paint film contains lead, 36 asbestos or any other health hazard. If existing paint film 37 is found to contain lead, asbestos, or any other health 38 hazard, notify the Engineer immediately. Contractor shall 39 prepare plan of action for safe removal of contaminated 40 paint. 41 42 K. Preparation for Application.of Liquid Water -Proofing 43 Compound: High pressure water blast concrete surfaces with 44 minimum water pressure of 3000 psi measured at the tip. Water 45 pressure should be sufficient to remove curing compounds, form 46 release agents and other contaminants that might inhibit 47 penetration of water -proofing compound. 48 49 3.05 APPLICATION 50 51 A. General: 52 1. Mix and apply coatings by brush, roller, or spray in 53 accordance with manufacturer's installation instructions. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32. 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 09905-15 K. 01 a. Application equipment must be inspected and approved 01 02 in writing by coating manufacturer. 02 03 2. Temperature and Weather Conditions: 03 04 a. Do not paint surfaces when surface temperature is 04 05 below 50 DegF. 05 06 b. Avoid painting surfaces exposed to hot sun. 06 �.. 07 c. Do not paint on damp surfaces. 07 08 3. Apply structural steel and steel joist prime coat in the 08 09 factory and finish coats in the field. 09 10 4. Provide complete coverage to mil thickness specified. 10 11 a. Thickness specified is dry mill thickness. 11 12 b. All paint systems are "to cover." In situations of 12 13 discrepancy between manufacturer's square footage 13 14 coverage rates and mil thickness, mil thickness 14 15 requirements govern. 15 16 c. When color or undercoats show through, apply 16 17 additional coats until paint film is of uniform 17 18 finish and color. 18 19 5. If so directed by Engineer, do not apply consecutive 19 .20 coats until Engineer has had an opportunity to observe 20 21 and approve previous coats. 21 Ii 22 6. Apply materials under adequate illumination. 22 23 7. Evenly spread and flow on to provide full, smooth 23 24 25 8. coverage. Work each application of material into corners, crevices, 24 25 26 joints, and other difficult to work areas. 26 27 9. Avoid degradation and contamination of blasted surfaces 27 28 and avoid intercoat contamination. 28 29 a. Clean contaminated surfaces before applying next 29 30 coat. 30 r" 31 10. Smooth out runs or sags immediately, or remove and 31 32 recoat entire surface. 32 33 11. Allow preceding coats to dry before recoating. 33 34 a. Recoat within time limits specified by coating 34 Q 35 manufacturer. 35 36 12. Allow coated surfaces to cure prior to allowing traffic 36 37 or other work to proceed. 37 38 13. Coat all aluminum in contact with dissimilar materials. 38 39 39 40 B. Prime Coat Application: 40 41 1. Prime all surfaces indicated to be painted. Touch up 41 42 damaged primer coats prior to finish coats. Restore 42 43 primed surface equal to surface before damage. 43 44 45 2. Ensure field -applied coatings are compatible with factory -applied coatings. 44 45 46 a. Employ services of coating manufacturer's qualified 46 47 technical representative to determine if 47 48 factory -applied coatings are compatible with proposed 48 49 field -applied coatings. If factory -applied coating 49 50 is found to be not compatible with proposed 50 51 field -applied coatings, require the coating 51 52 manufacturer's technical representative to recommend, 52 53 in writing, product to be used as barrier coat, 53 City of Lubbock, Municipal Water Treatment - Contract 3 { 09905-16 01 thickness to be applied, surface preparation, and 01 02 method of application. 02 03 b. At Contractor's option, factory -applied coatings may 03 04 be removed, surface reprepared, and new coating 04 05 applied using appropriate paint system listed in 05 06 paragraph 2.02 E. 06 07 3. Apply primer to abrasive blasted surface the same day the 07 08 surface is blasted and before rust bloom occurs. 08 09 4. Prime ferrous metals embedded in concrete to minimum of 1 09 10 IN below exposed surfaces. 10 11 5. Apply zinc -rich primers while under continuous agitation. 11 12 6. Ensure abrasive blasting operation does not result in 12 13 embedment of abrasive particles in paint film. 13 14 7. Brush or spray bolts, welds, edges and difficult access 14 15 areas with primer prior to primer application over entire 15 16 surface. 16 17 8. Backroll concrete, masonry, gypsum board and plaster 17 18 surfaces with a roller if primer has been spray applied. 18 19 9. Fill all pores of concrete block completely using block 19 20 filler specified. 20 21 21 22 C. Finish Coat Application: 22 23 1. Apply finish coats in accordance with coating 23 24 manufacturer's written instructions and as written in 24 25 this Section. 25 26 2. Touch up damaged finish coats using same application 26 27 method and same material specified for finish coat. 27 28 Prepare damaged area in accordance with Article 3.04. 28 29 29 30 3.06 COLOR CODING 30 31 31 32 A. Color and band piping in accordance with Article 3.09 of this 32 33 Section. 33 34 1. Band piping using maximum of three different colors at 20 - 34 35 FT maximum centers. 35 36 2. Place bands: 36 37 a. Along continuous lines. 37 38 b. At changes in direction. 38 39 c.' At changes of elevation. 39 40 d. On both sides of an obstruction (i.e., wall, ceiling) 40 41 that painted item passes through. 41 42 3. Band width for individual colors (pipe diameter measured 42 43 to outside of insulation); 43 44 a. Piping up to 8 IN DIA: 2 IN minimum. 44 45 b. Piping greater than 8 IN up to 24 IN DIA: 4 IN 45 46 minimum. 46 47 c. Piping greater than 24 IN up to 48 IN DIA: 6 IN 47 48 minimum. 48 49 d. Piping greater than 48 IN DIA: 8 IN minimum. 49 50 50 51 3.07 FIELD QUALITY CONTROL 51 52 52 53 A. Maintain daily record showing: 53 City of Lubbock, Municipal Water Treatment - Contract 3 i E 01 1. Start date and time of work in each area. 02 2. Date and time of application for each following coat. 03 3. Moisture -content of substrate. 04 4. Provisions utilized to maintain temperature and humidity e 05 of work area.within manufacturer's recommended ranges. 06 07 B. Where a wall or ceiling is disturbed and patched, repaint 08 entire wall or ceiling. 09 10 C. Measure wet paint with wet film thickness gages. 11 L. 12 D. Measure paint dry film thickness with Mikrotest gage 13 calibrated against National Bureau of Standards "Certified 14 Coating Thickness Calibration Standards." 15 1. Engineer may measure paint thickness at any time during 16 project to assure conformance with specifications. 17 18 E. Measure surface temperature of items to be painted with 19 surface temperature gage specifically designed for such. 20 21 F. Measure substrate humidity with humidity gage specifically 22 designed for such. 23 n 24 G. Provide wet paint signs. 25 26 3.08 CLEANING k 27 28 A. Clean paint spattered surfaces. Use care not to damage 29 finished surfaces. 30 31 B. Upon completion of painting, replace hardware, accessories, t: 32 plates, fixtures, and similar items. 33 34 C. Remove surplus materials, scaffolding, and debris. Leave 35 areas broom clean. 36 37 3.09 SCHEDULE 38 39 A. Piping and Pipe Banding Color Schedule (Colors based on 40 Tnemec): 41 42 SERVICE PIPE COLOR _BANDING COLOR 43 r- 44 Wastewater Piping: 45 Plumbing drains Gray-BG42 Blue-BB12 46 47 Water Piping: 48 Potable Blue-BB52 49 50 Air: Yellow-AM72 White/Gray 51 AA90/AE12 52' BG42G 53 City of Lubbock, Municipal Water Treatment - Contract 3 r t. t 09905-17 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 09905-18 01 Chemical Piping: 01 02 = Alum Solution Yellow-AM72 Green-AV12 02 03 - 03 04 Ferric Sulphate: White-AA90 Black/Brown/ 04 05 Orange-AB05/ 05 06 AE12/CB20 06 07 07 08 Odor and Taste Control: 08 09 Potassium Permanganate White-AA90 Red/Brown- 09 10 CE10/AE12 10 11 Carbon Slurry White-AA90 Brown-AE12 11 12 12 13 Polymers: 13 14 Coagulant Aid White-AA90 Green/Brown- 14 �- 15 AV12/AE12 15 16 16 17 END OF SECTION 17 City of Lubbock, Municipal Water Treatment - Contract 3 N SPECIALTIES 10 (THIS PAGE LEFT BLANK INTENTIONALLY) r- 10400-1 01 91F19 SECTION 10400 01 02 02 03 04 IDENTIFICATION, STENCILING, AND TAGGING SYSTEMS 03 04 05 05 06 PART 1 - GENERAL 06 07 07 08 1.01 SUMMARY 08 09 09 10 A. Section Includes: 10 11 1. Identification, stenciling, and tagging of piping, 11 12 electrical equipment, and valves, pumps, ductwork, 12 13 process equipment and similar items and including hazard 13 14 and safety signs. 14 15 15 16 B. Related Sections include but are not necessarily limited to: 16 17 1. Division 0 - Bidding Requirements, Contract Forms, and 17 18 Conditions of the Contract. 18 19 2. Division 1 - General Requirements. 19 20 3. Section 09905 - Painting and Protective Coatings. 20 21 22 1.02 QUALITY ASSURANCE 2122 23 24 A. Referenced Standards: 23 24 25 1. American National Standards Institute (ANSI): 25 26 a. A13.1, Scheme for Identification of Piping Systems. 26 27 27 28 1.03 SUBMITTALS 28 29 29 30 A. Shop Drawings: 30 31 1. See Section 01340. 31 32 2. Product technical data including: 32 33 a. Acknowledgement that products submitted meet 33 34 requirements of standards referenced. 34 35 b. Identification register listing all items to be 35 36 identified, type of identification system to be used, 36 37 lettering, location and color. 37 38 c. Catalog information for all tagging systems. 38 39 d. Updated, complete, identification register with 39 40 nonconflicting numerical assignments submitted prior 40 41 to project acceptance. 41 42 43 42 r 44 PART 2 - PRODUCTS 43 44 45 46 2.01 MANUFACTURED UNITS 45 46 47 47 48 A. Metal Tags (Type A): 48 49 1. Approved manufacturers: 49 50 51 a. W H Brady Co., Catalog S-10, #23210 (1-1/2 IN Brass), #23211 IN brass), 50 (2 #B-906 (2 IN aluminum). 51 52 b. National Band and Tag Co., Catalog 862, Style 81 or 52 53 Style 93. 53 City of Lubbock, Municipal Water Treatment - Contract 3 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 10400-2 c. Carlton Industries, Inc., #8813 or #8814 (aluminum), #817-220 or #BT -230 (brass). 2. Material:" Brass or aluminum, optional, except where specified. 3. Size: a. 1-1/2 IN DIA for one line of text, 2 IN DIA for two lines. b. Brass: 0.04 IN.. c. Aluminum: 0.04 IN. 4. Legend: Stamped and filled. B. Fiberglass Reinforced Plastic Tags (Type B): 1. Approved manufacturers and catalog numbers: a. W H Brady Co., Catalog S-10, #B-120. b. Or approved equal. 2. Material: Fiberglass reinforced plastic. 3. Size: Approximately 2 x 2 IN. 4. Legend: Preprinted and permanently embedded. C. Laminated Plastic Tags (Type C): 1. Approved manufacturers and catalog numbers: a. W H Brady Co., Catalog S-10, #8-911. b. Or approved equal. 2. Material: Polyester laminate. 3. Size: Approximately 2 x 2 IN. 4. Legend: Preprinted and permanently embedded. D. Fiberglass Reinforced Plastic Signs (Type D): 1. Approved manufacturers and catalog numbers: a. W H Brady Co., Catalog S-10, #8-120. b. Or approved equal. 2. Material: Fiberglass reinforced plastic. 3. Size: a. Surface: As scheduled. b. Thickness: 0.10 IN. 4. Fabrication: a. Rounded corners. b.- Drilled holes in corners with grommets. 5.- Legend: Preprinted and permanently embedded. E. Phenolic Name Plates (Type E): 1. Approved manufacturers and catalog numbers: a. W H Brady Co., Catalog S-10, #B-1. b. Or approved equal. 2. Materials: Phenolic. 3. Size: a. Surface: As required for text. b. Thickness: 1/16 IN. 4. Fabrication: a. Three layers laminated. b. Legend engraved through top lamination into center lamination. c. Drilled holes with grommets for mounting. City of Lubbock, Municipal Water Treatment Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 10400-3 01 l 02 F. Pressure Sensitive Vinyl Cloth Markers (Type F): 01 02 03 1. Approved manufacturers and catalog numbers: 03 I 04 a. W H Brady Co., Catalog S-10, #B-946. 04 05 b. Or approved equal. 05 06 2. Material: Self -sticking vinyl. 06 07 3. Size: 07 08 a. Surface: As required by text. 08 09 09 10 G. Underground Alarming Tape (Type G): 10 11 1. Approved manufacturers and catalog numbers: 11 12 a. W H Brady Co., Catalog.S-10, #91296. 12 13 b. Or approved equal. 13 14 2. Material: Polyethylene. 14 15 3. Thickness: 3.5 mils. 15 16 4. Tensile strength: 1750 psi. 16 17 5. Size: 6 IN wide (minimum). 17 18 6. Legend: Preprinted and permanently imbedded. 18 19 a. Message continuous printed. lg 20 21 H. Stenciling System (Type H): 20 21 22 1. Material: 22 23 a. Exterior type stenciling enamel. 23 24 b. Black or white for best contrast. 24 25 c. Either brushing grade or pressurized spray can form 25 26 and grade. 26 27 27 28 I. Substitutions: 28 29 1. Submit requests for substitutions in accordance with 29 �.. 30 Specification Section 01640. 30 ! 31 31 32 J. Acceptable Manufacturers and Catalog Numbers: 32 33 1. Products listed above by manufacturer and catalog number 33 34 are approved, subject to compliance with Contract 34 35 Documents. 35 36 36 37 2.02 ACCESSORIES 37 1, 38 38 39 A. Fasteners: 39 40 41 1. Bead chain: #6 brass or stainless steel (BC). 40 ` 2. Plastic strap: Nylon, urethane or polypropylene (PS). 41 42 3. Screws: Self -tapping, stainless (screws). 42 43 4. Grommets: Stainless steel. 43 44 5. Anchor for brass tag: See paragraph 2.01 A.S. 44 45 6. Adhesive, solvent activated. 45 46 46 47 2.03 EXTRA MATERIALS 47 48 48 49 A. Furnish minimum of 5 percent extra stock of each 49 50 51 identification material required, including tags (not less than 3). 50 51 52 52 I 53 B. Where stenciled markers are provided, clean and retain 53 City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 10400-4 stencils after completion and include in extra stock, along with required stock of paints and applicators. PART 3 - EXECUTION 3.01 INSTALLATION A. Install tagging, stenciling, and identification items at required locations. B. Provide arrows and markers on piping and ducts. 1. At 20 FT maximum centers along continuous lines. 2. At changes in direction (route) or obstructions 3. At valves, risers, "T" joints, machinery or equipment. 4. Where pipes and ducts pass through floor, wall, ceiling, cladding assemblies and like obstruction. a. Provide markers on both sides of obstruction. C. Position markers on both sides of pipe or duct with arrow markers pointing in flow direction. If flow is in both directions use double headed arrow markers. D. Apply tapes and stenciling in uniform manner parallel to piping and ducts. E. Attach tags to equipment with sufficient surface or body area with solvent activated adhesive applied to back of each tag. F. Attach tags with 1/8 IN round or flat head screws to equipment without sufficient surface or body area, or porous surfaces. Where attachment with screws should not or cannot penetrate substrate, attach with plastic strap. G. Single items of equipment enclosed in a housing or compartment to be tagged on outside of housing. Several items of equipment mounted in housing to be individually tagged inside the compartment. H. For electrical trenches with duct banks or directly buried cable, install underground hazard tape 6 IN below finished grade where conduit or duct bank is 12 IN or more below finished grade, and 3 IN below finished grade where conduit or duct bank is less than 12 IN below finished grade. 3.02 SCHEDULE A. Identify, tag, or stencil the items shown in the following schedule: ITEM ID TYPE FASTENER 1. Yard valves, buried, with A City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 10400-5 01 valve box and concrete pad. Brass only Embedded 01 02 a. Fastener: Use tag with 02 03 anchor. Embed in 03 04 concrete pad. 04 05 b. Legend: Valve desig- 05 06 nation as indicated on 06 07 Contract Drawings. 07 08 2. Valves and slide gates: 08 09 a. Exterior: A or B BC or PS 09 10 b. Interior: A or B BC or PS 10 11 c. Legend: Item designation 11 12 as indicated on Contract 12 �^ 13 Drawings. 13 14 3. Pumps, pump motors, blowers, A,B or H Screws or 14 15 air compressors, and other Adhesive 15 16 rotating equipment: 16 17 a. Legend: Item designation 17 18 as indicated on Contract 18 19 Drawings, e.g., Primary 19 20 Sludge Pump P-212. 20 21 4. Instrumentation, e.g., flow A or B BC or PS 21 22 control valves,, primary elements, 22 23 24 etc.: a. Legend: Item designation 23 24 25 as indicated on Contract 25 26 Documents. 26 27 5. Process equipment tanks and D or H Screws 27 28 basins, e.g., grit washers, 28 29 bar screens, clarifiers, 29 30 trickling filters, bio -discs, 30 31 digester covers, etc: 31 32 a. Legend: Item designation 32 �• 33 indicated on Contract 33 34 Documents. 34 35 b. Size: 7 x 10. 35 36 c. Letters: 1 IN high black 35 37 letters on white background. 37 38 6. Piping: F or H N/A 38 39 a. Legend: Item designation 39 40 as indicated on Contract 40 41 Documents. 41 42 b. In accordance with ANSI 42 43 13.1. 43 44 c. As specified herein and in 44 45 Section 09905. 45 46 7. Miscellaneous tanks, e.g., F or H N/A 46 r 47 break tanks, chemical tanks, 47 48 expansion tanks, hydropneumatic 48 49 tanks, air receivers, etc. 49 50 a. Legend: Item designation as 50 51 indicated on Contract Drawings. 51 52 b. Size: As required by legend. 52 53 c. Letters: 1 IN high black 53 �. City of Lubbock, Municipal Water Treatment - Contract 3 10400-6 01 letters on white background. 01 02 8. HVAC equipment: 02 03 a If possible: D or H Screws 03 -- 04 - Alternate, with 04 05 approval of shop 05 06 drawing by Engineer. A or B BC or PS 06 07 b Legend: Item description 07 08 as indicated on Contract 08 09 Drawings. 09 _ 10 c Size: As required by legend. 10 11 d Letters: 1 IN high black 11 12 letters on white background. 12 13 9. Enclosures for electrical, D Screws 13 14 mechanical, and I&C equipment, 14 15 e.g., motor control centers, 15 16 panelboards, switchboards, 16 17 safety switches, control 17 18 panels, PLC's, etc., that have 18 19 a name and number as shown 19 20 on the Contract Drawings. 20 21 a. Legend: Name and number 21 22 of enclosure as indicated on 22 23 the Contract Drawings. 23 24 b. Size: As required by legend. 24 25 - c. Letters: 1 IN black 25 26 letters on white background. 26 27 10. Panel -mounted controllers: E Screws or 27 28 a. Controller faceplate: Adhesive 28 29 - Legend: Instrument tag - 29 _ 30 number; process variable; 30 31 variable units. 31 32 - Size: As required by 32 33 legend. 33 — 34 - Letters: 1/4 IN high 34 35 letters. White letters 35 36 with black background 36 — 37 b. Controller case (visible from 37 38 panel back): 38 39 - Legend: Instrument tag 39 _ 40 number. 40 41 - Size: As required by 41 42 legend. 42 43 - Letters: 1/4 IN high 43 — 44 letters. White letters 44 45 with black background. 45 46 11. Nameplate for elements or E Screws 46 — 47 components within or surface 47 48 mounted on enclosures for 48 49 electrical, mechanical, and 49 _ 50 I&C equipment including 50 51 switches, instruments, 51 52 etc: 52 53 a. Legend: Name and number 53 — City of Lubbock, Municipal Water Treatment - Contract 3 10400-7 01 of each element or 01 02 component as indicated on the 02 03 Contract Drawings. 03 04 b. Size: As required by 04 05 legend. 05 06 c. Letters: 1/2 IN high 06 07 letters for element or Q7 t; 08 component names and 1/4 IN 08 09 high letters for element or 09 r- 10 component number. White 10 11 letters with black 11 12 background. 12 13 12. Electrical wiring and cables F Self 13 14 carrying 600 V or less: 14 15 a. Legend: Wire or cable 15 16 number as shown on Contract 16 17 Drawings, on each end of 17 K 18 each wire or cable. 18 19 b. Size: As required by 19 r- 20 legend. 20 21 c. Letters: Minimum 1/4 IN 21 22 high yellow letters on 22 23 standard background. 23 24 13. Electrical wires and cables B or C PS 24 25 carrying over 600 V: 25 26 a. Legend: Name of wire or 26 27 cable and circuit 27 ,., 28 designation. Phase 28 29 designation A, B, C. 29 r 30 Multiple conductor 30 31 circuits designated Al, 31 32 A20 A3, 81, etc., so 32 33 each cable has unique 33 34 designation. Also, brief 34 35 name of circuit designation. 35 36 Mark each end of each wire 36 r' 37 or cable. 37 38 b. Size: 2 x 3 IN minimum. 38 39 c. Letters: 1/4 IN high 39 40 black letters on yellow 40 41 background. 41 42 14. Electrical conduit carrying F Self 42 r 43 44 over 600 V: a. Legend: Word "DANGER" 43 44 45 followed by voltage from 45 46 feeder and name and number 46 47 of item being fed by feeder. 47 L 48 Mark each end of conduit. 48 49 b. Size: As required by 49 50 legend. 50 !' 51 c. Letters: 1/2 IN high black 51 52 letters on orange 52 53 background. 53 City of Lubbock, Municipal Water Treatment - Contract 3 30400-8 01 02 15. d. Interval: Electrical panelboards with F Self 01 02 03 120 Y or more: 03 04 04 a. Legend: 05 05 b. Size: 05 Q6 07 16. c. Letters: Electrical trenches with duct G N/A 07 08 banks or directly buried 08 09 09 10 conduit: a. Legend: CAUTION CAUTION CAUTION (1st line), 10 11 BURIED ELECTRIC LINE (2nd line). 11 12 b. Letters: 1-1/4 IN minimum. 12 13 c. Interval: Continuous. 13 14 d. Color: Red with black letters. 14 15 - 17. Trenches with direct buried or G N/A 15 16 conduit encased telephone lines: 16 17 a. Legend: CAUTION CAUTION CAUTION (1st line), 17 18 BURIED TELEPHONE LINE (2nd line). 18 19 b. Letters: 1-1/4 IN minimum. 19 20 c. Interval: Continuous. 20 21 d. Color: Orange with black 21 22 letters. 22 23 18. Buried natural gas piping: G N/A 23 24 a. Legend: CAUTION CAUTION CAUTION (1st line), 24 25 BURIED GAS LINE (2nd line). 25 26 b. Letters: 1-1/4 IN minimum. 26 27 c. Interval: Continuous. 27 28 d. Color: Yellow with black 28 29 letters, except 3 IN and 29 30 smaller irrigation pipe. 30 31 19. Buried potable water piping: G N/A 31 32 a. Legend: CAUTION CAUTION CAUTION (1st line), 32 33 BURIED WATER LINE (2nd line). 33 34 a. Letters: 1-1/4 IN minimum. 34 35 b. Interval: Continuous. 35 36 c. Color: Blue with black letters. 36 37 20. Buried storm and sanitary sewer G N/A 37 38 lines: 38 39 a. Legend: CAUTION CAUTION CAUTION (1st line), 39 40 BURIED SEWER -LINE (2nd line). 40 41 b. Letters: 1-1/4 IN minimum. 41 42 c. Interval: Continuous. 42 43 d. Color: Green with black letters. 43 44 21. Buried (non -potable water piping, G N/A 44 45 except 3 IN and smaller irrigation 45 46 pipe: 46 47 a. Legend: CAUTION CAUTION CAUTION (1st line), 47 48 BURIED NON -POTABLE WATER LINE (2nd line). 48 49 b. Letters: 1-1/4 IN minimum. 49 50 c. Interval: Continuous. 50 51 d. Color: Green with black letters. 51 52 22. Trenches with direct buried or G N/A 52 53 conduit encased computer or SCADA 53 City of Lubbock, Municipal Water Treatment - Contract 3 P" 01 02 03 04 05 06 07 08 09 r^ 10 11 12 13 14 15 16 17 18 19 PM 20 21 22 23 24 25 26 27 28 29 30 31 32 ., 33 34 35 36 37 38 39 40 41 42 r system communications lines: a. Legend: CAUTION CAUTION CAUTION (1st line), BURIED COMPUTER LINE (2nd line). b. Letters: 1-1/4 IN minimum. c. Interval: Continuous. d. Color: Orange with black letters. 23. Buried chemical feed piping, e.g. G N/A chlorine solution, polymer solution, caustic solution, etc.: a. Legend: CAUTION CAUTION CAUTION (1st line), BURIED CHEMICAL LINE (2nd line). b. Letters: 1-1/4 IN minimum. c. Interval: Continuous. d. Color: Yellow with black letters. LEGEND OF SCHEDULES IN ARTICLES 3.02 AND 3.03 ABOVE: 1. Type of Sign and Size: D = DANGER C = CAUTION SI - SAFETY INSTRUCTIONAL Size: height x width 2. Vendor Catalog Identification: Brady Catalog S-10. 3. Orientation: L - Landscape (Horizontal) P - Portrait (Vertical) 4. Legend: Additional legend after word or words in panel, or complete legend where sign has no panel. 5. Location: Place on wall or column, except as noted. Normal height to center of sign: 6 FT. END OF SECTION City of Lubbock, Municipal Water Treatment - Contract 3 10400-9 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 (THIS PAGE LEFT BLANK 'INTENTIONALLY) 10444-1 n ! 01 92E19 SECTION 10444 i 02 03 SIGNAGE 04 e 05 - 06 PART 1 - GENERAL r 07 r 08 1.01 SUMMARY 09 ,. 10 A. Section Includes: 11 1. Signs. 12 13 B. Related Sections include but are not necessarily limited to: 14 1. Division 0 - Bidding Requirements, Contract Forms, and 15 Conditions of the Contract. 16 2. Division 1 - General Requirements. 17 t 18 1.02 QUALITY ASSURANCE 19 20 A. Referenced'Standards: 21 1. American National Standards Institute (ANSI): 22 2. American Society for Testing and Materials (ASTM): 23 a. B26, Standard Specification for Aluminum - Alloy Sand J^ 24 Castings. w 25 26 1.03 SUBMITTALS r 27 28 A. Shop Drawings: 29 1. See Section 01340. 30 2. Product technical data including: 31 a. Acknowledgement that products submitted meet 32 requirements of standards referenced. 33 b. Manufacturer's installation instructions. 34 c. Color charts for Engineer's color selection. 35 3. Schedule of all signs indicating which door number, taken 36 from Drawings, is to receive sign. ,.. 37 4. Layout of exterior building signage showing finish, size, 38 letter style, text and installation detail. ` 39 40 B. Samples: 41 1. Sample of exterior signage finish. 42 43 �^ 44 PART 2 - PRODUCTS 45 46 2.01 ACCEPTABLE MANUFACTURERS 47 48 A. Subject to compliance the Contract with Documents, the 49 following Manufacturers are acceptable: 50 1. Building identification signage: #� 51 a. A R K Ramos Manufacturing Co., Inc. 52 b. Metal Arts. 53 c. Metallic Arts. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 10444-2 01 d. The Southwell Co. Q1 02 e. Andco Industries Corp. 02 03 03 04 B. Submit requests for substitution in accordance with 04 -- 05 Specification Section 01640. 05 06 06 07 2.02 MATERIALS 07 -- 0$ 08 09 A. Building Identification Signs: 09 10 1. Cast aluminum ASTM B26. 10 11 11 12 2.03 FABRICATION 12 13 13 14 A. Building Identification Signs: 14 -- 15 1. Cast aluminum letters. 15 16 2. Style: Helvetical regular. 16 17 3. Size: As indicated on Drawing. 17 18 4. Depth: 3/8 IN. 18 19 5. Finish: Clear satin annodized aluminum. 19 20 6: Mounting: 1 IN projected. 20 21 7. Text as indicated on Drawings. 21 22 22 . 23 23 24 PART 3 - EXECUTION 24 -- 25 25 26 .3.01 INSTALLATION 26 27 27 28 A. Building Identification Signs: 28 29 1. Install letters where indicated on Drawings. 29 30 2. Mount to walls with 1 IN projection in accordance with 30 31 manufacturer's instructions. 31 32 32 33 33 34 END OF SECTION 34 City of Lubbock, Municipal Water Treatment - Contract 3 7 10520-1 SECTION 10520 FIRE EXTINGUISHER 10 A. Section Includes: 11 1. Fire extinguishers. 12 13 B. Related Sections include but are not necessarily limited to: 14 1. Division 0 - Bidding Requirements, Contract Forms, and 15 Conditions of the Contract. 16 2. Division 1 - General Requirements. 17 18 1.02 QUALITY ASSURANCE 19 20 A. Referenced Standards: 21 01 91F13 1. National Fire Protection Association (NFPA): 02 03 23 04 l I 05 06 PART 1 - GENERAL r- 07 08 1.01 SUMMARY 1.03 09 SECTION 10520 FIRE EXTINGUISHER 10 A. Section Includes: 11 1. Fire extinguishers. 12 13 B. Related Sections include but are not necessarily limited to: 14 1. Division 0 - Bidding Requirements, Contract Forms, and 15 Conditions of the Contract. 16 2. Division 1 - General Requirements. 17 18 1.02 QUALITY ASSURANCE 19 20 A. Referenced Standards: 21 1. National Fire Protection Association (NFPA): 22 a. 10, Standard on Portable Fire Extinguishers. 23 2. Underwriters Laboratories, Inc (UL). 24 a. Building Materials Directory. 25 26 1.03 SUBMITTALS 27 28 A. Shop Drawings: 29 1. See Section 01340. 30 2. Product technical data including: 31 a. Acknowledgement that products submitted meet 32 requirements of standards referenced. 33 b. Manufacturer's installation instructions. 34 c. Color chart for Engineer's color selection. 35 36 1.04 DELIVERY, STORAGE, AND HANDLING 37 38 A. Deliver and install filled and charged extinguishers just 39 prior to building occupancy. 40 41 42 PART 2 - PRODUCTS 43 44 2.01 ACCEPTABLE MANUFACTURERS 45 46 A. Subject to compliance with the Contract Documents, the 47 following Manufacturers are acceptable: 48 1. Fire extinguishers: 49 a. J L Industries. �.. 50 b. Larsen's Manufacturing Co. F 51 c. Muckle Manufacturing. 52 53 B. Submit requests for substitution in accordance with r City of Lubbock, Municipal Water Treatment- Contract '3 r i 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 O1 10520-2 . O1 Specification Section 01640. 02 04 03 2.02 MANUFACTURED UNITS 04 07 05 A. Wall Brackets: 06 10 1. Bracket type to fit specified extinguisher, with correct 07 mounting accessories to fit substrate. 08 13 2. Furnish bracket for each extinguisher not in cabinet. 09 �- 15 10 B. Fire Extinguisher (FE -1): 11 .- 1. Steel bodied, all metal top (head) and valves. 12 19 2. Multi-purpose dry chemical, UL Rated, 4A-60BC. 13 3. Provide hose and horn on each. 14 22 4. Furnish one extinguisher for each (FE) location. 15 5. Finish: Red with epoxy finish coat. 16 25 6. Provide "FIRE EXTINGUISHER" decal for each extinguisher. 17 7. Meeting NFPA 10. 18 28 19 30 20 PART 3 - EXECUTION 21 22 3.01 INSTALLATION 23 24 A. Install products in accordance with manufacturer's 25 instructions. 26 27 B. Install units with extinguisher top not over 60 IN above 28 floor. 29 30 END OF SECTION City of Lubbock, Municipal Water Treatment - Contract 3 O1 ^' 02 03 04 05 06 07 08 09 10 11 12 13 14 �- 15 16 17 .- 18 19 20 21 22 23 24 25 26 27 28 29 30 EQUIPMENT 11 (THIS PAGE LEFT BLANK INTENTIONALLY) 7 11005-1 01 92E13 SECTION 11005 01 02 03 EQUIPMENT: GENERAL REQUIREMENTS 02 03 04 05' 04 06 PART 1 - GENERAL OS 06 07 08 1.01 SUMMARY 08 09 10 A. Section Includes: 09 10 r 11 I. Requirements of this Section apply to all equipment 11 12 provided on the Project including that found in Divisions 12 13 11, 12, 13, 14, 15, and 16, even if not specifically 13 14 referenced in individual "Equipment" articles of those 14 15 Specifications. 15 16 1.7 B. Related Sections include but are not necessarily limited to: 16 17 18 1. Division 0 - Bidding Requirements, Contract Forms, and 18 19 Conditions of the Contract. 19 20 2. Division 1 - General Requirements. 20 21 3. Section 03308 - Concrete, Materials and Proportioning. 21 22 4. Section 09905 - Painting and Protective Coatings. 22 23 5. Section 10400 - Identification, Stenciling, and Tagging 23 24 Systems. 24 25 6. Section 15060 - Pipe and Pipe Fittings: General 25 26 Requirements. 26 27 7. Section 16010 — Electrical: General Requirements. 27 � 28 29 1.02 QUALITY ASSURANCE 28 29 30 31 A. Referenced Standards: 30 31 32 1. Anti -Friction Bearing Manufacturers Association (AFBMA). 32 33 2. American Gear Manufacturers Association (AGMA). 33 34 3. American Society for Testing and Materials (ASTM): 34 35 a. A307, Standard Specification Carbon Steel Bolts and 35 36 Studs, 60,000 psi Tensile Strength. 36 �.., 37 b. F593, Standard Specification for Stainless Steel 37 38 Bolts, Hex Cap Screws, and Studs. 38 39 4. Institute of Electrical and Electronics Engineers (IEEE): 39 40 a. 112, Standard Test Procedure for Polyphase Induction 40 41 Motors and Generators. 41 42 5. National Electrical Manufacturers Association (NEMA): 42 43 a. 250, Enclosures for Electrical Equipment. 43 44 b. ICS 6, Enclosures for Industrial Control and System. 44 45 c. MG1, Motors and Generators. 45 46 6. National Fire Protection Association (NFPA): 46 48 47 a. 70, National Electrical Code (NEC). 47 7. U.S. Department of Labor, Occupational Safety and 48 49 Health Administration (OSHA). 49 50 51 B. Miscellaneous: 50 51 52 1. A single manufacturer of a "product" to be selected and 52 53 utilized uniformly throughout Project even though: 53 City of Lubbock, Municipal Water Treatment - Contract 3 k 11005-2 , 01 a. More than one manufacturer is listed for a given 02 "product" in Specifications. 03 b. No manufacturer is listed. 04 2. Equipment, electrical assemblies, related electrical 05 wiring, instrumentation, controls, and system components 06 shall FULLY comply with specific NEC area and NEMA 250 07 and ICS -6 designations shown on Electrical Power Drawings 08 and defined in Section 16010. 09 10 1.03 DEFINITIONS 11 12 A. Product: Manufactured materials and equipment. 13 14 B. Equipment: One or more assemblies capable of performing a 15 complete function. Mechanical, electrical, instrumentation 16 or other devices requiring an electrical, pneumatic, 17 electronic or hydraulic connection. Not limited to items 18 listed under "Equipment" article within specifications. 19 20 1.04 SUBMITTALS 21 22 A. Shop Drawings: 23 1. General for all equipment 24 a. See Section 01340. 25 b. Acknowledgement that products submitted comply with 26 the requirements of the standards referenced. 27 c. Sample form letter for equipment field certification. 28 d. Certification that equipment has been installed 29 properly, has been initially started up, has been 30 calibrated and/or adjusted as required, and is ready 31 for operation. 32 e. Manufacturer's delivery, storage, handling, and 33 installation instructions. 34 f. Equipment identification utilizing numbering system 35 and name utilized in Drawings. 36 g. Equipment installation details: 37 1) Location of anchorage. 38 2) Type, size, and materials of construction of 39 anchorage. 40 3) Anchorage setting templates. 41 4) Manufacturer's installation instructions. 42 h. Equipment area classification rating. 43 i. Shipping and operating weight. 44 j. Equipment physical characteristics: 45 1) Dimensions (both horizontal and vertical). 46 2) Materials of construction and construction 47 details. 48 k. Equipment factory primer and paint data. 49 1. Manufacturer's recommended spare parts list. 50 m. Equipment lining and coatings. 51 n. Equipment utility requirements include air, natural 52 gas, electricity, and water. 53 2. Mechanical and process equipment: City of Lubbock, Municipal Water Treatment - Contract 3 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 r r C: 7 01 a. Operating characteristics::. 02 1) Technical information including applicable 03 04 performance curves showing specified equipment capacity, rangeability, and efficiencies. 05 2) Brake horsepower requirements. 06 3) Copies of equipment data plates. 07 b. Piping and duct connection size, type and location. 08 c. Equipment bearing life certification. 09 d. Field noise testing reports if such testing is 10 specified in narrow scope sections. 11 e. Equipment foundation data: 12 1) Equipment center of gravity. 13 2) Criteria for designing vibration, special or 14 unbalanced forces resulting from equipment 15 operation. 16 f. Field vibration testing reports if vibration testing 17 is specified in narrow scope sections. 18 3. Electrical and control equipment: 19 a. Electric motor information: 20 1) Name of manufacturer. 21 2) Service factor on motors 1/2 HP and above. 22 3) Motor enclosure type. 23 4) NEMA frame size, if applicable. 24 5) NEMA design code, if applicable. 25 6) Insulation type. 26 7) Locked rotor current. 27 8) Motor full load current, efficiency, and power 28 factor at full load, 3/4 load, 1/2 load, and no 29 load. 30 9) Rated size of motor horsepower. 31 10) Space heater data, if applicable. 32 11) Motor thermostat, thermistor, or RTD data, if 33 applicable. 34 12) Type of bearings and lubrication. 35 13) Temperature rating. 36 14) Net weight. 37 15) Full load rotative speed. 38 16) Power factor correction data, if applicable. 39 b. Notification, at least l week in advance, that motor 40 testing will be conducted at factory. 41 c. Certification from equipment manufacturer that all 42 manufacturer supplied control panels that interface 43 in any way with other controls or panels have been 44 submitted to and coordinated with the 45 supplier/installer of those interfacing systems. 46 d. Control panels: 47 1) Panel construction. 48 2) Point-to-point wiring diagrams. 49 3) Scaled panel face and subpanel layout. 50 4) Technical product data on panel components. 51 5) Panel and subpanel dimensions and weights. 52 6) Panel access openings. 53 7) Nameplate test. City of Lubbock, Municipal Water Treatment - Contract 3 11005-3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 05 06 07 08 09 10 11 12 11005-4 8) Panel anchorage. e. Motor test reports, including field megger test reports. f. Certification prior to Project closeout that electrical panel drawings for manufacturer -supplied control panels truly represent panel wiring including any field -make modifications. B. Operations and Maintenance Manuals: 1. See Section 01340. 13 PART 2 - PRODUCTS 14 15 2.01 MANUFACTURED UNITS lb 17 A. Electric Motors: 18 1. Provide motors designed and applied in compliance with 19 NEMA, IEEE, and the NEC for specific duty imposed by 20 driven equipment. 21 2. Where used in conjunction with adjustable speed drives, 22 provide motors fully compatible with the variable speed 23 controllers. 24 3. Where frequent starting applications are specified, 25 design for frequent starting duty equivalent to duty 26 service required by driven equipment. 27 4. Rate for continuous duty at 40 DegC ambient. Design in 28 accordance with the NEMA Standards for C1ass.F insulation 29 with Class B temperature rise above 40 DegC ambient on 30 continuous operation or intermittent duty at service 31 factor load. 32 5. Design for full voltage starting. 33 6. Design bearing life based upon actual operating load 34 conditions imposed by driven equipment. 35 7. Size for altitude of Project. 36 8. Unless otherwise specified, size so that under maximum 37 continuous load imposed by driven equipment, motor 38 nameplate horsepower for continuous operation is minimum 39 of 15 percent more than driven load. 40 9. Provide encapsulated windings.in wet/corrosive and for 41 outdoor applications. 42 10. Furnish with clamp -type grounding terminals inside motor 43 conduit box. 44 11. Furnish with external conduit boxes oversized at least 45 one size larger than NEMA Standard. 46 12. Furnish with stainless steel nameplates: 47 a. Standard motor rating nameplate. 48 b. Nameplate engraved with bearing and lubrication data. 49 c. Space heater nameplate to indicate space heater 50 rating if applicable. 51 d. Temperature detector nameplate to indicate type of 52 detector provided, if applicable. 53 e. Caution nameplates for space heaters, etc. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 i 01 13. Use of manufacturer's standard motor will be permitted 02 on integrally constructed motor driven equipment such as 03 appliances and hand tools specified by model number in 04 which a redesign of complete unit would be required in 05 order to provide a motor with other features as may be 06 specified herein. 07 14. Electric motors less than 1/3 HP. 08 a. Single phase, 60 HZ, suitable for supply voltage 09 indicated on Drawings. 10 b. Permanently lubricated sealed bearings conforming to 11 AFBMA Standards. 12 c. Built-in manual -reset thermal protector or furnished 13 with integrally mounted stainless steel enclosed 14 manual motor overload switch. 15 15. Electric motors 1/3 to 1 HP inclusive: 16 a. Single or 3 PH, 60 HZ, suitable for supply voltage 17 and phase indicated on Drawings. 18 b. Permanently lubricated sealed bearings conforming to 19 AFBMA Standards. 20 16. Electric motors 1-1/2 through 10 HP: 21 a. Rated 230/460 V, 60 HZ, 3 PH. 22 b. Permanently lubricated sealed bearings conforming to 23 AFBMA Standards. 24 c. For vertical motors, provide 15 -year, average -life 25 thrust bearings conforming to AFBMA Standards. 26 d. Thermal protection: Provide as specified for 27 "motors greater than 10 HP" in 17.C. below. 28 17. Unless otherwise specified, electric motors greater than 29 10 HP: 30 a. Rated 230/460 V, 60 HZ, 3 PH. 31 b. Oil or grease lubricated antifriction bearings 32 conforming to AFBMA Standards. Design bearing life 33 for 90 percent survival rating at 50,000 HRS of 34 operation for motors up to and including 100 HP and 35 at 100,000 HRS of operation for motors greater than 36 100 HP. 37 c. Thermal protection: 38 1) Motors used in conjunction with solid state 39 and/or other types of adjustable frequency or 40 variable voltage motor controllers shall have at 41 least one thermostat per phase to sense 42 temperature in the motor windings. Thermostat 43 contacts shall be normally closed, rated for 120 44 V AC. Contacts shall be wired in series, and the 45 leads brought out to a separate terminal box for 46 wiring in conduit. Thermostats shall 47 automatically reset on falling temperature. 48 d. For vertical -motors, provide 15 year average life 49 thrust bearings conforming to AFBMA Standards. 50 e. Space heaters are to be provided, rated 120 V, single 51 phase, sized to prevent condensation, and wired to a 52 space heater terminal box. 53 18. Motors 15 HP and above having a locked rotor inrush KVA City of Lubbock, Municipal Water Treatment — Contract 3 r - i 11005-5 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11005-6 19. 20. 21. 22. 23. greater than 63 times motor horsepower are not acceptable. Motor efficiencies: a. Unless otherwise specified, provide motors designed as "premium efficiency" or "energy-saving" type. Provide motors with suitable lifting provisions. Measure efficiencies by IEEE 112 - Method B (Method E may be used for vertical motors 50 HP and larger. Vertical motors may eliminate thrust bearing losses for efficiency measurements). See narrow -scope specifications for requirements of motors above 250 HP or motors designed for submersible service. Unless otherwise specified, provide totally enclosed motors on outdoor equipment, equipment installed below grade, chemical feed and chemical handling equipment, and equipment operating in wet or dust -laden locations. Dripproof motors, or totally enclosed at the supplier's option, shall be furnished on equipment in indoor, above -grade, clean, and dry locations. B. V -Belt Drive: 1. Provide each V -belt drive with sliding base or other suitable tension adjustment. Adjustment mechanism to be 304 stainless steel. 2. Provide V -belt drives with a service factor of at least 1.6 at maximum speed. 3. Provide staticproof belts. 2.02 COMPONENTS A. Gear Drives and Drive Components: 1. Size drive equipment capable of supporting full load including losses in speed reducers and power transmission. 2. Provide nominal input horsepower rating of each gear or speed reducer at least equal to nameplate horsepower of drive motor. 3. Design drive units for 24 HR continuous service, constructed so oil leakage around shafts is precluded. 4. Utilize gears, gear lubrication systems, gear drives, speed reducers, speed increasers and flexible couplings meeting applicable standards.of American Gear Manufacturers Association. 5. Gear reducers: a. Provide gear reducer totally enclosed and oil lubricated. b. Utilize antifriction bearings throughout. c. Provide worm gear reducers having a service factor of at least 1.20. d. Furnish other helical, spiral bevel, and combination bevel -helical gear reducers with a service.factor of at least 1.50. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11005-7 01 02 2.03 ACCESSORIES 01 02 03 04 A. Guards: 03 04 05 1. Provide each piece of equipment having exposed moving 05 06 parts with full length, easily removable guards, meeting 06 j 07 OSHA requirements. 07 08 2. Interior applications: 08 09 a. Construct from expanded galvanized steel rolled to 09 10 11 conform to shaft or coupling surface. b. Utilize 10 non -flattened type 16 GA galvanized steel 11 12 with nominal 1/2 IN spacing. 12 13 c. Connect to equipment frame with hot -dip galvanized 13 14 bolts and wing nuts. 14 f 15 3. Exterior applications: 15 16 a. Construct from 16 GA stainless steel or aluminum. 16 r^ e 17 b. Construct to preclude entrance of rain, snow, or 17 18 moisture. 18 19 c. Roll to conform to shaft or coupling surface. 19 ,,. 20 d. Connect to equipment frame with stainless steel bolts 20 j 21 and wing nuts. 21 22 22 23 B. Anchorage: 23 24 1. Cast -in-place anchorage: 24 25 a. Provide ASTM F593, Type 316 stainless steel anchorage 25 26 for exposed equipment. 26 27 b. For continuously submerged anchorage, utilize ASTM 27- 28 A307 anchorage. For intermittently submerged 28 29 applications, use 316 stainless steel. 29 30 31 c. Configuration and number of anchor bolts shall be per manufacturer's recommendations. 30 31 32 d. Provide two nuts for each bolt. 32 33 2. Drilled anchorage: 33 34 a. Epoxy grout per Section 03308. 34 ., 35 b. Threaded rods same as cast -in-place. 35 36 36 �-- 37 C. Data Plate: 37 38 1. Attach a stainless steel data plate to each piece of 38 39 rotary or reciprocating equipment. Permanently stamp 39 40 information on data plate including manufacturer's name, 40 41 equipment operating parameters, serial number and speed. 41 42 42 43 D. Gages: 43 44 1. Provide gages at locations shown or specified in 44 45 accordance with Section 15060. 45 46 46 r- 47 2.04 FABRICATION 41 48 48 49 A. Design, fabricate, and assemble equipment in accordance with 49 50 best modern engineering and shop practices. 50 51 52 B. Manufacture individual parts to standard sizes and gages so 51 52 53 that repair parts, furnished at any time, can be installed in 53 r 4 City of Lubbock, Municipal Water Treatment - Contract 3 11005-8 01 field. 02 03 C. Furnish like parts of duplicate units to be interchangeable. 04 05 D. Ensure that equipment has not been in service at any time 06 prior to delivery, except as required by tests. 07 08 E. Furnish equipment which require periodic internal inspection 09 or adjustment with access panels which will not require 10 disassembly of guards, dismantling of piping or equipment or 11 similar major efforts. Quick opening but sound, securable- 12 access ports or windows shall be provided for inspection of 13 chains, belts, or similar items. 14 15 F. Provide common, lipped base plate mounting for equipment and 16 equipment motor where said mounting is a manufacturer's 17 standard option. Provide drain connection for 3/4.IN PVC 18 tubing. 19 20 G. Machine the mounting feet of rotating equipment. 21 22 2.05 SHOP OR FACTORY PAINT FINISHES 23 24 A. Electrical Equipment: 25 1. Unless.otherwise specified, the standard factory -applied 26 paint coating system(s) of the listed approved 27 manufacturers of motor control centers, panelboards, 28 transformers, switchboards, and engine generator sets, 29 are acceptable. 30 2. As an alternate to the acceptable standard 31 factory -applied paint coating systems, a manufacturer may 32 provide a paint coating system in accordance with Section 33 09905. 34 35 8. Other Equipment: In accordance with Section 09905. 36 37 2.06 SOURCE QUALITY CONTROL 38 39 A. Motor Tests: 40 1. Test motors in accordance with NEMA and IEEE procedures. 41 Include the following: 42 a. Routine test: 43 1) Running no-load amperes. 44 2) Locked rotor amperes. 45 3) Winding resistance, DC. 46 4) High -potential test at twice rated voltage plus 47 1000 V, with a minimum of 2200 V for 1 minute, 48 winding to ground. 49 5) Vibration check. 50 b. Complete test: 51 1) Rated load temperature rise. 52 2) Slip in percent. 53 3) Locked rotor amperes (3 PH, full voltage). City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 17 04 05 06 08 09 10 11 12 13 14 15 16 •• 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 I 4) Locked rotor torque. 5) Breakdown torque. 6) High potential test; see paragraph 4) above. 7) Efficiencies tabulated at 100, 75, and 50 percent of full load. 8) Power factor tabulated at 100, 75, and 50 percent of full load. 2. The Owner reserves the right to, at any time, select and have tested any motor included within the Project. If motor passes testing requirements, Owner will be responsible for any shipping and testing costs incurred. Costs shall be determined by current freight rates and manufacturer's published rates at the time of the test. If motor fails test, Contractor shall be responsible for all costs incurred. If two successive motors fail the test, the Owner has the right to reject any or all motors from that manufacturer. The Owner also reserves the right to witness any routine or complete tests at Owner's expense. PART 3 - EXECUTION 3.01 INSTALLATION A. Install equipment as shown on Drawings and in accordance with manufacturer's directions. B. Utilize templates for anchorage placement for slab -mounted equipment. C. DO NOT construct foundations until major equipment supports are approved. D. Extend all non -accessible grease fittings using stainless steel tubing to a location which allows easy access of fittings. E. Construct subbases, either concrete, steel or cast iron, level in both directions. Particular care shall be taken at hold-down bolt locations so these areas are flat and level. F. Machine Base: 1. Mount machine bases of rotating equipment on subbases in manner that they are level in both directions according to machined surfaces on base. Use machinist level for this procedure. 2. Level machine bases on subbases and align couplings between driver and driven unit using steel blocks and shims. a. Size blocks and shims to provide solid support at each anchor bolt location. Area size of blocks and shims shall be approximately 1-1/2 times area support City of Lubbock, Municipal Water Treatment - Contract 3 11005-9 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11005-10 surface at each anchor bolt point. b. Provide blocks and shims at each anchor bolt. Blocks and shims that are square shape with "U" cut out to allow blocks and shims to be centered on anchor bolts.. c. After all leveling and alignment has been completed and before grouting, tighten anchor bolts to proper torque value. d. Do not use nuts below the machine base on anchor bolts for base leveling. G Couplings: 1. Align in the annular and parallel positions. a. For equipment rotating at 1200 rpm or less, align both annular and parallel within 0.001 IN tolerance for couplings 4 IN size and smaller. Couplings Larger than 4 IN size: Increase tolerance 0.0005 IN per inches of coupling diameter, i.e., allow 6 IN coupling 0.002 IN tolerance, and allow a 10 1N coupling 0.004 IN tolerance. b. For equipment rotating at speeds greater than 1200 rpm allow both annular and parallel positions within a tolerance rate of 0.00025 IN per inch coupling diameter. 2. If equipment is delivered verify factory alignment realign if necessary. 3. Check surfaces for runout align units. as a mounted unit from factory, onsite after installation and before attempting to trim or H. Grouting: 1. After machine base has been shimmed, leveled, couplings aligned and anchor bolts tightened to correct torque value, a dam or formwork shall be placed around base to contain grouting. Extend dam or formwork at least 1/2 IN above the top of leveling shims and blocks. 2. Saturate top of roughened concrete subbase with water before grouting. Add grout until entire space under machine base is filled to the top of the base underside. Puddle grout by working a stiff wire through the grout and vent holes to work grout in place and release any entrained air in the grout or base cavity. 3. When the grout has sufficiently hardened, remove dam or formwork and finish the exposed grout surface to fine, smooth surface. Cover exposed grout surfaces with wet burlap and keep coveringsufficiently wet to prevent too rapid evaporation of water from the grout. When the grout has fully hardened (after a minimum of 7 days) tighten all anchor bolts and recheck driver -driven unit for proper alignment. 3.02 IDENTIFICATION OF EQUIPMENT AND HAZARD WARNING SIGNS City of Lubbock, Municipal Water' Treatment — Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11005-11 01 A. Identify equipment and install hazard warning signs in 01 02 accordance with Section 10400. 02 03 03 �* 04 3.03 FIELD PAINTING AND PROTECTIVE COATINGS 04 05 05 06 A. For required field painting and protective coatings, comply 06 I 07 08 with Section 09905. 07 ! 08 09 3.04 WIRING CONNECTIONS AND TERMINATION 09 10 11 A. Clean wires before installing lugs and connectors. 10 11 12 12 13 B. Terminate motor circuit conductors with copper lugs bolted to 13 14 motor leads. 14 15 15 16 C. Connections to carry full ampacity of conductors without 16 17 18 temperature rise. 17 18 19 3.05 FIELD QUALITY CONTROL 19 20 20 r" 21 A. Furnish equipment manufacturer services as specified in the 21 22 individual equipment specifications. 22 23 23 24 B. Inspect wire and connections for physical damage and proper 24 25 connection. 25 26 26 27 28 C. For motors 50 HP and above, conduct insulation resistance 27 (megger) test on each motor before energized. Conduct test 28 29 with 500 or 1000 V DC megger. Test each phase separately. 29 30 1. Apply test voltage, phase to ground, on each phase being 30 31 tested. Record resistance reading at 30 seconds and at 31 32 one minute after test voltage is applied. Divide one 32 33 minute reading by 30 second reading to obtain dielectric 33 .- 34 absorption ratio (DAR). DAR must be 1.25 or greater for 34 35 phase to pass test. 35 36 2. If phases have a DAR of 1.25 or greater, attach a tag to 36 37 the motor and mark tag "Insulation Resistance Test OK" 37 38 and sign. 38 39 39 40 D. Check rotation of motor before connection to driven 40 41 equipment, before couplings are bolted or belts installed. 41 42 Before motor is started to check rotation, determine that 42 43 motor is lubricated. 43 -' 44 44 45 E. Subbase that supports the equipment base and that is made in 45 46 the form of a cast iron or steel structure that has 46 47 supporting beams, legs and cross member that are cast welded 47 48 or bolted, shall be tested for a natural frequency of 48 49 vibration after equipment is mounted. Keep the ratio of the 49 50 natural frequency of the structure to the frequency of the 50 51 disturbing force out of the range from 0.5 to 1.5. 51 k 52 52 53 3.06 DEMONSTRATION 53 r - i City of Lubbock, Municipal Water Treatment - Contract 3 ''"' 11005-12 01 02 A. Demonstrate equipment in accordance with Section 01060. 03 04 END OF SECTION City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 i 08 09 10 11 1 12 13 14 15 16 17 18 19 20 21 22 23 .� 24 25 26 w 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 r 7 92A14 SECTION 11040 ADJUSTABLE FREQUENCY DRIVES (AFD's) PART 1 - GENERAL 1.01 SUMMARY 11040-1 A. Section Includes: 1. Adjustable Frequency Drives (RFD's) for operation of 3 PH induction motors rated 500 HP and below. AFD's listed on the schedule below shall be furnished and installed as specified herein and as indicated on the Drawings. EQUIP POWER SPECIFICATION ID SERVICE NUMBER TORQUE HP/RPM SUPPLY SECTION --- ------ ------------------- CSP -112,3 Carbon 3 CT 5/230 480V/ 11069 Slurry 3 Phase B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 11005 - Equipment: General Requirements 4. Section 11061 - Pumping Equipment: Non -Clog Centrifugal. 5. Section .11069 - Pumping Equipment: Progressive Cavity. 6. Section 11072 - Pumping Equipment: Vertical Turbine. 7. Section 13440 - Instrumentation for Process Control: General Statement. 8. Section 13441 —Control Loop Descriptions. 9. Division 16 - Electrical. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. Institute of Electrical and Electronic Engineers (IEEE): a. 519, Guide for Harmonic Control and Reactive Compensation of Static Power Converters. 2. National Electrical Manufacturer's Association (NEMA): a. ICS 6, Enclosures for Industrial Controls and Systems. 3. National Fire Protection Association (NFPA): a. 70, National Electrical Code. B. Factory Test: 1. Conduct all standard tests in accordance with NEMA and ANSI standards to ensure conformance to Specification requirements. 2. Prior to final assembly: a. Incoming inspection of all components. City of Lubbock, Municipal Water Treatment - Contract 3 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11040-2 01 b. Test and inspection of all power devices. 02 c. Circuit cards: 03 1) Component and functional tests. 04 2) Burn -in chamber for 50 HRS at 50 DegC. 05 3) System test after burn -in. 06 3. Subsequent to final assembly: 07 a. Continuity and insulation test of 480 V AC circuits. 08 1) Test voltage shall be 2500 V DC. 09 b. Continuity and insulation test of 120 V AC circuits. 10 1) Test voltage shall be 500 V DC. 11 c. Drive tests: 12 1) No load operation with motor of suitable 13 horsepower rating.. 14 2) Verify all auxiliary circuits operation. 15 3) Monitor output variables. 16 d. Systems test: 17 1) Provide inputs to field 'connections and simulate 18 on-site operation. 19 2) Test all auxiliary equipment. 20 21 C. Qualifications: 22 1. Furnish all AFD's by one manufacturer. 23 2. Provide drives that have the standard factory 24 configuration of the variable speed drive listed and, 25 labeled by Underwriter's Laboratories, Inca (UL), 26 Canadian Standards Association'(CSA), Engineering Test 27 Laboratory (ETL), or that shall be capable of field 28 inspection and subsequent field labeling by a UL field 29 inspector. Where drives and controlling equipment are 30 mounted in a custom enclosure, UL listed components shall 31 be furnished. 32 3. Drives shall be compatible with and tolerant of 33 disturbances produced by other static power conversion 34 equipment including other drives. 35 36 D. Verify plan dimensions with equipment space requirements as 37 indicated on the Drawings. 38 1. Equipment which exceed the allotted maximum dimensions 39 may not be acceptable. 40 2. Equipment which reduces clear 'space below the minimums 41 established by the NEC will not be acceptable. 42 43 E. AFD supplier shall maintain an authorized service 44 organization within 200 miles of the project site:. 45 46 F. Each AFD shall be coordinated with the requirements of its 47 load. The manufacturer of the load equipment (e.g., pump) 48 shall assume responsibility for matching motor and drive. 49 50 G. Each AFD shall be complete with all required control 51 components. 52 53 H. In all locations where corrosive liquids and gases may exist City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11040-3 01 and as directed by the Engineer, all printed circuit board 01 02 components shall be sprayed on both sides with conformal 02 03 coating. The spray coating shall be type Konform "C416" or 03 04 approved equal. 04 l 05 05 06 1.03 SUBMITTALS 06 07 07 08 A. Complete drawings, details and specifications shall be 08 09 furnished in accordance with the requirements of Section 09 10 11 01340. 1. Shop drawing submittals: 10 11 12 a. Name of manufacturer. 12 13 b. Types and model numbers. 13 14 c. Rated AFD input KVA and output KVA. 14 15 d. Percent efficiency at 100 -percent speed and 60 -percent 15 16 speed. 16 17 e. Maximum BTU heat release data and verification of the 17 18 drive cooling requirements. 18 19 f. Total weight and lifting instructions, height, 19 20 mounting, and floor space required. 20 21 g. Panel interior, and front and side exterior view 21 22 details showing maximum overall dimensions of 22 23 isolation transformer (if provided), AFD, and contactor. 23 24 h. Schematics including all interlocks. 24 25 1. Wiring diagrams including all internal and external 25 26 devices and terminal blocks. 26 27 J. Locations and sizes of electrical connections, ground 27 28 terminations, and shielded wire usage. 28 29 k. Listing of diagnostic indicators. 29 30 1. Listing of standard features and options to satisfy 30 31 this Specification. 31 32 m. Listing of spare parts to be furnished. 32 33 n. Harmonic calculations by the AFD manufacturer 33 34 referenced at the point of common coupling from 34 35 drive. Owner/Engineer will furnish necessary data 35 36 as required by drive manufacturer. Detailed drawings 36 37 and/or information shall show how protection is applied 37 38 to comply with harmonic limits. 38 39 o. Output contactor and input line protection model 39 r 40 numbers and manufacturer's data sheets. 40 41 p. List of fault and failure conditions which the drive 41 42 can recognize and indicate for simultaneous 42 43 occurrence. 43 44 44 45 2. Operations and maintenance manuals: 45 46 a. Manufacturer's standard operations manual and 46 47 48 b. installation manual for each size AFD furnished. Manufacturer's 47 standard manuals for each size.and 48 49 type of transformer, line reactor, filter and 49 50 51 contactor furnished. As 50 c. -Built schematics, wiring diagrams, and panel drawings. 51 r 52 d. Model numbers and present cost data for spare parts. 52 53 e. Troubleshooting procedures with a cross-reference 53 City of Lubbock, Municipal Water Treatment - Contract 3 11040-4 O1 between symptoms and corrective recommendations. 02 f. Connection data to permit removal and installation of 03 recommended smallest field -replaceable parts. 04 05 B. Provide letter of certification from both the AFD 06 manufacturer and each load equipment manufacturer that the 07 specific application has been reviewed and that the 08 combination will satisfy the drive duties required for the 09 actual motor sizes furnished, regardless of deviations from 10 the scheduled "nominal horsepower." 11 12 C. Concurrent with shipment, provide certification that the 13 tests described under testing above have been completed 14 successfully. 15 16 D. After installation is complete, furnish certified 17 installation test report verifying that: 18 1. AFD are operational. 19 2. The AFD and the driven motor are compatible. 20 3. The AFD respond correctly to the input controlsignals. 21 4. The AFD are not introducing harmonics to the power 22 distribution system in excess of those recommended by 23 IEEE 519. 24 25 26 PART 2 - PRODUCTS 21 28 2.01 ACCEPTABLE MANUFACTURERS 29 30 A. Subject to compliance with the Contract Documents, the 31 following Manufacturers are acceptable: 32 1. Allen-Bradley. 33 2. Emerson. 34 3. General Electric. 35 4. Robicon. 36 5. Westinghouse. 37 38 B. Submit requests for substitution in accordance with 39 Specification Section 01640. 40 41 2.02 TYPE OF DRIVE 42 43 A. For Motors Rated 150 HP and Below: 44 1. Pulse -Width Modulated (PWM) type. 45 46 B. For Motors Rated 200 to 500 HP: 47 1. PWM (sine -coded). 48 2. Six -step voltage source (VVI). 49 3. Six -step current source (CSI or LCI). 50 51 2.03 PERFORMANCE AND DESIGN REQUIREMENTS 52 53 A. Performance: City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11040-5 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 1. Each AFD shall be of sufficient capacity and shall 02 provide a Quality output waveform for stepless motor 03 control from 10 to 100 percent of base speed. The drives 04 shall be suitable for Variable Torque (VT) as scheduled 05 previously. In addition, each AFD shall include the 06 following ratings and parameters: a. Input voltage: r07 08 1) 460 V (+10, -10 percent). 09 2) 3 PH, 60 HZ (+2, -2 HZ). 10 11 b. Imbalance: 2 percent maximum. c. Continued operation additional momentary with 12 25 -percent voltage dips of a 4 -second duration from 13 nominal input voltage level. 14 d. Minimum AFD efficiency: 95 percent at 100 percent 15 speed and 93 percent at 50 percent speed, excluding 16 any transformer and reactor losses. 17 e. Ambient temperature: 0 to 40 DegC. 18 f. Service factor: 1.0. 19 g. Overcurrent.capacity: 150 percent for 1 minute. 20 21 h. Volts/Hertz ratio: Constant over the entire range of the unit except under voltage boost conditions and at 22 frequencies over 60 HZ. 23 i. Output speed regulation: 0.5 percent. 24 j. Output frequency stability: 0.5 percent of nominal. 25 26 B. The following adjustments shall be provided: 27 1. Maximum speed. 28 2. Minimum speed. 29 3. Linear acceleration time. 30 4. Linear deceleration time. 31 5. Volts/Hertz ratio. 32 6. Voltage boost. 33 7. Process follower gain, offset and bias. 34 8. Torque limit. 35 36 C. The power circuit design shall be such that the power circuit 37 components are protected from fault conditions as follows: 38 1. Input protection: 39 a. Adjustable overvoltage or undervoltage trip with auto 40 restart. This feature shall be such that it shall f 41 ride through a momentary dip as specified previously 42 and shall ride through a one cycle loss of power. 43 b. Incoming line transient suppression. 44 c. Phase loss or reverse phase trip with manual restart. 45 d. Isolation transformer or 3 PH line reactors as 46 indicated on the Drawings. 47 2. Internal protection: 7 48 a. Surge suppression and power device snubbers. 49 b. Power devices rated 2.5 times line voltage. 50 c. Instantaneous overcurrent. 51 d. DC bus overvoltage trip. 52 e. Power device overtemperature. 53 f. Control logic circuit malfunction. 7 City of Lubbock, Municipal Water Treatment - Contract 3 r 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 O1 02 03 04 05 06 O7 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11040-6 3. Load protection: a. Inverse -Time overload. b. Overvoltage. c. Overfrequency. d. Short circuit. e. Ground fault. D. Each AFD shall be designed and provided with all necessary equipment to protect the AFD and the power system ahead of the AFD from voltage distortion. 1. Each AFD shall be designed to operate from a power bus that may contain up to 5 percent voltage distortion as defined by IEEE 519. 2. Each single or multiple set of AFD's powered from the same bus shall be designed to limit percent distortion factor to a maximum total of 5.percent voltage distortion, as defined by IEEE 519. 3. Line -to -line notching at the input to the drive shall have a maximum notch depth of 20 percent and a maximum notch area of 22,800 volt -microseconds reflected back to the power source as defined by 'IEEE 519. 2.04 EQUIPMENT CONSTRUCTION A. Fabrication and Assembly: 1. Each AFD system shall be shop assembled in a single enclosure and shall utilize interchangeable plug-in printed circuit boards and power conversion components wherever possible. Shop assembly shall be performed by the AFD manufacturer or his authorized agent. Systems fabricated or assembled in whole or in part by parties other than the AFD manufacturer or his authorized agent will not be acceptable. 2. Input line reactors, fuses, circuit breaker, filters and output contactors, where required, shall be mounted within the drive enclosure without exception. B. Wiring: 1. The wiring in the AFD shall be neatly installed in wire ways or with wire ties where wire ways are not practical. Where wire ties are used, the wire bundles are to be held at the back panel with a screw -mounted wire tie mounting base. Bases with a self -sticking back will not be allowed. 2. Terminal blocks shall be complete with marking strip, covers and pressure connectors. They shall be nonbrittle, interlocking, track-mountedtype. Screw terminals will not be allowed. A terminal shall be provided for each conductor of external circuits plus one ground for each shielded cable. For free-standing panels, 8 IN of clearance shall be provided between terminals and the panel base for conduit and wiring space. Not less than 25 -percent spare terminals shall be City of Lubbock, Municipal Water Treatment - Contract 3 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 r k r City of Lubbock, Municipal Water Treatment - Contract 3 11040-7 01 provided. Terminals 'shall be labeledto agree with 01 02 03 identification indicated on the suppliers submittal drawings. 02 04 Each control loop or system shall be individually fused, 03 and all fuses or circuit breakers shall be clearly 04 05 labeled and located for easy maintenance. 05 06 3. All grounding wires shall be attached to the enclosure 06 07 08 sheet metal with a ring tongue terminal. The surface of 07 09 the sheet metal shall be prepared to assure good 08 conductivity and corrosion protection. 09 10 4. Wiring shall not be kinked or spliced and shall have 10 11 markings on both ends or be color coordinated. Markings 11 12 or color coordination shall comply with the 12 13 manufacturer's drawings. 13 14 S. With the exception of electronic circuits, all 14 15 interconnecting wiring and wiring to terminals for 15 16 17 external connection shall be stranded copper, insulated 16 18 for not less than 600 V, with a moisture -resistant and 17 flame-retardant covering rated for not less than 90 DegC. 18 19 20 C. Nameplates: 19 20 21 1. All devices mounted on the face of the drive shall be 21 22 provided with a suitable nameplate. Push buttons, 22 23 selector switches, and pilot lights shall have the device 23 24 manufacturer's standard legend plate. All other devices 24 25 shall have an engraved, laminated plate. All lettering 25 26 shall be a minimum of 3/16 IN high and shall be white or 26 27 silver on a black background. 27 28 29 2. Relays, terminals and special devices inside the control. 28 enclosure shall have permanent markings to match 29 30 identification used on manufacturer's wiring diagrams. 30 31 32 D. Painting: 31 32 33 1. Equipment, after being phosphate washed, shall be 33 34 thoroughly cleaned and given at least one coat of 34 35 rust -inhibiting primer on all inner and outer surfaces 35 36 prior to fabrication. The exterior finish shall be 36 37 manufacturer's standard color and finish touched up prior 37 38 to shipment. 38 39 40 2. Touch up paint of each type of exterior finish and color, 39 together with 1 GAL of thinner, shall be furnished to 40 41 retouch the equipment after installation. 41 42 . 43 2.05 CONTROL FEATURES 42 43 44 45 46 A. Microprocessor -Based Regulator: Non-volatile memory modules 44 45 47 shall have a minimum of 20 years life -time without requiring 46 battery or module replacement. 47 48 49 B. Input thermal -magnetic molded -case circuit breaker disconnect 48 49 50 rated 22,000 amperes. The disconnect 50 51 shall be mounted inside the controller enclosure and shall 51 52 have door interlocks and a handle with provisions for 52 53 padlocking in the OFF position. 53 City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11040-8 C. Input Eine high speed fuses rated 200,000 amperes interrupting. D. Manual speed adjustment. E. Indication of power ON and AFD RUN. F. Elapsed time meter. G. Speed indication - calibrated in percent. H. Automatic restart with one restrike on a power outage. I. Critical frequency lockout. J. Gold-plating on all plug-in contacts. K. Control circuits shall not be.more than 115 V as supplied by internal control power transformers. Control power transformer shall have additional minimum capacity of 60 VA above that required by external devices indicated on the Drawings. L. Automatic controller shutdown,on motor overtemperature and drive fault conditions. Controller shutdown shall be manually reset type. Incoming terminals shall accept wiring from temperature switch located in the motor. M. Diagnostic indicators that pinpoint failure and fault conditions. Manual reset to restore operation after abnormal shutdown. N. Isolated process follower with offset, gain, and span adjustment for accepting a remote 4-20 mA speed control signal rated 60 to 100 -percent speed, 0. 4-20 mA do output for remote speed indication calibrated 0 to 100 percent speed. P. NEMA rated output contactor for at least the horsepower rating of the motor. 1. The output contactor shall be electrically interlocked with the input circuit breaker such that when the circuit breaker is opened, the drive is disconnected from the motor, and when the circuit breaker is closed, the drive is connected to the motor. 2. A warning nameplate shall be provided on the AFD to warn the operator to trip the circuit breaker prior to performing any maintenance. Q. Spare interlock contacts shall be wired separately to the unit terminal board. One NO and one NC isolated spare interlock shall be furnished with each drive. Additional City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11040-9 01 interlock contacts shall be provided a.s indicated on the 01 02 Drawings. Contacts shall be rated 5 amperes at 120 V AC. 02 03 03 04 R. Drive fault and run status contacts for remote indication 04 05 rated 5 amperes at 120 V AC. 05 06 06 07 S. Diagnostic indicators located externally on the face of the 07 08 drive shall show the type of fault responsible for drive 08 09 shutdown, warning or failure. On occurrence of more than one 09 10 condition, each condition shall be recorded or indicated by 10 11 the diagnostic segment. 11 t . 12 12 13 13 14 PART 3 - EXECUTION 14 15 15 16 3.01 INSTALLATION 16 r. 17 18 A. Install products in accordance with manufacturer's 17 18 19 instructions and as indicated on the Contract Documents. 19 20 20 21 3.02 START UP 21 G 22 22 23 A. Employ and pay for services of manufacturer's representative 23 r 24 to perform start up services. 24 25 25 26 B. Perform pre -startup services a minimum of 30 days prior to 26 27 start-up and demonstration period described in Section 01650. 27 28 For pre -startup services, perform the following: 28 29 1. Supervise final adjustments, calibration, and 29 30 installation check. 30 31 2. Simulate input signals to operate equipment. 31 32 3. Complete start-up to full operational status. 32 33 33 34 C. Perform startup and demonstration services. These services 34 35 are as follows: 35 36 1. Supervise start-up of all units, with complete recheck of 36 37 final adjustments, calibration, and commissioning. 37 38 Perform all work in the presence of Owner's designated 38 39 representative(s). 39 40 2. Check motor electrical requirements and supervise 40 41 balancing of electrical loads. Perform full operation 41 42 through standby mode of pumps. Demonstrate full 4.2 43 capability of diagnostic test package if applicable. 43 .. 44 3. Perform full troubleshooting of controller under 44 j 45 simulated failure if applicable. 45 46 4. Upon satisfactory completion of startup and 46 47 demonstration, submit reports as defined in the submittal 47 48 paragraphs of this Specification. 48 49 5. Instruct Owner's personnel for a minimum of 8 hours on 49 50 jobsite regarding proper operation and maintenance, 50 Flo 51 including lubrication, troubleshooting, repair and 51 52 replacement, parts inventory and maintenance record 52 53 keeping. 53 1. City of Lubbock, Municipal Water Treatment - Contract 3 7 11040-10 01 6. Coordinate instrumentation signals with instrumentation 01 02 installer and ensure compatibility. 02 03 03 04 END OF SECTION 04 City of Lubbock, Municipal Water Treatment - Contract 3 El 11060-1 City of Lubbock, Municipal Water Treatment - Contract 3 r 01 92E14 SECTION 11060 01 02 02 03 PUMPING EQUIPMENT: GENERAL REQUIREMENTS 03 04 05 04 05 06 PART 1 - GENERAL 06 07 08 1.01 SUMMARY . 07 08 09 09 10 A. Section Includes: 10 n 11 1. Pumping equipment. 11 12 12 13 B. Related Sections include but are not necessarily limited to: 13 14 1. Division 0 - Bidding Requirements, Contract Forms, and 14 15 Conditions of the Contract. 15 16 2. Division 1 - General Requirements. 16 17 3. Section 09905 - Painting and Protective Coatings. 17 18 4. Section 11005 - Equipment: General Requirements. 18 19 5. Section 11061 - Pumping Equipment: End Suction 19 20 Centrifugal. 20 M 21 6. Section 11069 — Pumping Equipment: Progressing 21 22 Cavity. 22 23 23 M 24 1.02 DEFINITIONS 24 25 25 26 A. NPSHR - Net Positive Suction Head Required. 26 27 27 28 B. AFD - Adjustable Frequency Drive. 28 29 29 30 C. Pump Service Category - Pump or pumps having identical names 30 - 31 (not tag numbers) used for specific pumping service. 31 32 32 33 1.03 SUBMITTALS 33 „ 34 34 35 A. Shop Drawings: 35 36 1. See Section 11005. 36 37 2. Product technical data including: 37 38 a. Acknowledgement that products submitted meet 38 39 requirements of standards referenced. 39 40 b. Manufacturer's installation instructions. 40 • 41 c. Pump accessories data. 41 42 d. Pump bearing supports, brackets, shafting details and 42 43 lubrication provisions. 43 " 44 3. Certifications: Certified pump performance curves as 44 45 described in Article 2.02. 45 46 a. Statement relative to installation and startup as 46 47 required in paragraph 3.02 A.4. 47 " 48 4. Test reports: 48 49 a. Submit certified copies of factory test reports at 49 50 least 10 days before shipping equipment. 50 51 b. Reports shall include: 51 52 1) Test log. 52 53 2) Description of test piping, equipment, and setup. 53 City of Lubbock, Municipal Water Treatment - Contract 3 r 11060-2 O1 3) Test procedure. 4 01 02 4) Certified performance curves plotted against 02 03 capacity: 03 04 a) Head. 04 05 b) Bhp. 05 O6 c) Efficiency. 06 07 d) Actual speed. 07 08 e) Net positive suction head available. 08 09 5) Plot curve to be easily read at scales consistent 09 10 with the performance requirements. 10 11 c. Test only one pump for each service, i.e., one RASP, 11 12 one WASP, etc. 12 13 1) When pumps are fabricated notify Owner with 13 14 serial numbers and Owner will select pump to have 14 15 a certified performance test. 15 16 16 17 B. Operation and Maintenance Manuals: 17 18 1. See Section 01340. 18 19 19 20 20 21 PART 2 - PRODUCTS 21 22 22 23 2.01 ACCESSORIES 23 24 24 25 A. See Section 11005. 25 26 26 27 2.02 SOURCE QUALITY CONTROL 27 28 28 29 A. If specifically required in the individual pump specification 29 30 sections, provide factory tests: 30 31 1. Adjustable speed units: 31 32 a. Head (FT) verses flow (gpm) pump curves: 32 33 1) Maximum, minimum and two equally spaced 33 34 intermittent speeds. 34 35 2) Efficiencies along each curve. 35 36 3) Brake horsepowers along each curve. 36 37 b. Hydrostatic test at 150 percent of shutoff head for a 37 38 minimum of 5 minutes. 38 39 2. Constant speed units: - 39 40 a. Head (FT) versus flow (gpm) pump curves: 40 41 1) Efficiencies along curve. 41 42 2) Brake horsepower along each curve. 42 43 3. Certified results by a Registered Professional Engineer. 43 44 44 45 45 46 PART 3 - EXECUTION 46 47 47 48 3.01 INSTALLATION 48 49 49 50 A. See Section 11005. 50 51 51 52 B. Floor or Pad -Mounted Units (Non -Submersible): 52 53 1. Align vertically and horizontally level, wedge and plumb 53 City of Lubbock, Municipal Water Treatment - Contract 3 11060-3 E. City of Lubbock, Municipal Water Treatment - Contract 3 r E 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 01 units to match piping interfaces. 02 2. Assure no unnecessary stresses are transmitted to 03 equipment flanges. 04 05 3. Tighten flange bolts at uniform rate and manufacturer's recommended torque for uniform gasket compression. 06 4. Support and match flange faces to uniform contact over 07 entire face area prior to bolting pipe flange and 08 equipment. 09 5. Permit piping connecting to equipment to freely move in 10 directions parallel to longitudinal centerline when and 11 while bolts in connection flange are tightened. 12 6. Grout equipment into place prior to final bolting of 13 piping but not before initial fitting and alignment. .. 14 7. Assemble connecting piping with gaskets in place and 15 minimum of four bolts per joint installed and tightened. 16 Test alignment by loosening flange bolts to see if there 17 is any change in relationship of piping flange with 18 equipment connecting flange. Realign as necessary, 19 install flange bolts and make equipment connection. 20 8. Field paint units as defined in Section 09905. ^ 21 9. Provide pressure gauge on discharge of all pumps and 22 blowers. 23 ^ 24 C. Submersible Units: 25 1. Comply with requirements defined in paragraphs 3.01 6.7, 26 8, and 9. 27 28 3.02 FIELD QUALITY CONTROL 29 30 A. Provide services of equipment manufacturer's field service - 31 representative(s) to: 32 1. Inspect equipment covered by these Specifications. 33 2. Supervise pre -start adjustments and installation checks. 34 3. Conduct initial startup of equipment and perform 35 operational checks. 36 4. Provide a written statement that manufacturer's equipment 37 has been installed properly, started up and is ready for 38 operation by Owner's personnel. 39 5. Instruct Owner's personnel for the specified minimum 40 number of hours at jobsite per Section 01650 on operation 41 and maintenance of each of following pumping equipment: 42 a. Section 11061 - Pumping Equipment: End Suction 43 Centrifugal, 8 HRS. . 44 b. Section 11069 - Pumping Equipment: Progressing 45 Cavity, 8 HRS. 46 . 47 END OF SECTION E. City of Lubbock, Municipal Water Treatment - Contract 3 r E 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 (THIS PAGE LEFT BLANK INTENTIONALLY) r 09220-2 City of Lubbock, Municipal Water Treatment - Contract 3 r- 01 detailing not indicated on the Drawings. 01 02 3. Product technical data including: 02 03 a. Acknowledgement that products submitted meet 03 04 requirements of standards referenced. 04 05 b. Manufacturer's installation instructions. 05 I 06 4. Certification of applicator qualifications. 06 07 07 08 08 09 PART 2 - PRODUCTS Og 10 10 PM 11 2.01 ACCEPTABLE MANUFACTURERS 11 12 12 13 A. Subject to compliance with the Contract Documents, the 13 14 following Manufacturers are acceptable: 14 15 1. Portland cement finish coat: 15 16 a. US Gypsum Company "Oriental Exterior Finish Stucco." 16 17 b. Thoro System Products. 17 18 18 19 B. Submit requests for substitution in accordance with 19 20 Specification Section 01640. 20 21 21 22 2.02 MATERIALS 22 23 23 24 A. Portland Cement: ASTM 0150, Type I. 24 _ 25 25 26 B. Lime: ASTM C206, Type S. 26 27 27 28 C. Aggregate: ASTM C35. 28 29 29 30 D. Water: Potable. 30 31 31 32 E. Portland Cement Finish Coat: Provide factory prepared 32 33 product containing all materials required for finish coat, 33 34 except water. 34 35 35 36 F. Lath and Accessories: See Section 09201. 36 37 37 38 38 39 PART 3 - EXECUTION 39 40 40 41 3.01 APPLICATION 41 42 42 43 A. Prepare and apply mix in accordance with manufacturer's 43 44 instructions. 44 45 45 46 B. Mix each batch of plaster in quantity which can be used 46 47 before it starts to set. Discard plaster which has started 47 48. to set. Do not retemper. 48 49 49 50 C. Cure exterior plaster in accordance with manufacturer's s0 51 recommendations and as required to prevent freezing or uneven 51 52 and excessive evaporation from hot dry air. 52 53 53 City of Lubbock, Municipal Water Treatment - Contract 3 r- f (THIS PAGE LEFT BLANK INTENTIONALLY) 09512-2 01 2. Light reflectance: Not less than 0.75. 02 3. Noise reduction coefficient: 0.80. 03 4. Class A non-combustible units. 04 5. Edges uniformly fabricated, true, square, and undamaged. O5 6. Sizes as required to fit suspension system and as 06 indicated on Schedule in PART 3. 07 7. Lay -in style: 3/4 IN thick. 08 8. Fissured pattern and non -directional fissured (NDF) 09 pattern. 10 11 2.03 MAINTENANCE MATERIALS 12 13 A.. Extra Materials: 14 1. Furnish Owner with the following extra materials: 15 a. One carton of each type and pattern of material. 16 17 PART 3 - EXECUTION 18 19 3.01 INSTALLATION 20 21 A. Install into suspension system in accordance with 22 manufacturer's instructions. 23 24 B. Perform field cutting as required to fit materials to grid. 25 Make all cuts square and true. 26 27 C. See Section 09130 for suspension system. 28 29 D. Mineral fiber ceiling tiles shall be installed in the new 30 carbon building and the new blower building. 31 32 END OF SECTION City of Lubbock, Municipal Nater Treatment - Contract 3 O1 02 03 04 05 O6 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 No Text 7 01 02 03 04 05 06 r 07 08 09 10 PM 11 12 13 ^' 14 15 16 ., 17 18 19 20 21 22 23 24 25 26 M 27 28 29 30 31 32 33 34 35 36 ft 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 09905-2 C. Corrosive Environment: Immersion in, or not more than 6 IN above, or subject to frequent spillage or splash of a corrosive material such as: Water, wastewater, or chemical solution; or chronic exposure to corrosive, caustic or acidic agent, chemicals, chemical fumes, chemical mixture, or solution. D. Exposed Exterior Surface: Surface which is exposed to weather but not necessarily exposed to view as well as surface exposed to view. E. Finished Room or Space: One that has finish called for on Room Finish Schedule or is indicated, on Drawings, to be painted. F. Painting Coverage Rate: Coverage expressed in SF/GAL/coat are manufacturer's published theoretical coverage in square foot per gallon. G. Paint includes fillers, primers, sealers, emulsions, oils, alkyds, latex, enamels, thinners, stains, epoxies, vinyls, chlorinated rubbers, coal tars, urethanes, shellacs, varnishes, and any other applied coating specified within this Section. H. Surface Hidden from View: Surfaces such as those within pipe chases, and between top side of ceilings (including drop-in the ceilings) and underside of floor or roof structure above. I. Thinned (when used in regard to VOC contents): with manufacturer's recommendations. J. VOC: Volatile Organic Compounds. 1.04 SUBMITTALS A. Manufacturer's approval of applicator. B. Applicator experience qualifications. C. Approval of application equipment. D. Painter's weekly record. In accordance E. Manufacturer's recommendation for universal barrier coat. F. Shop Drawings: I. See Section 01340. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's application instructions. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 09905-4 01 _ 01 02 2.02 MATERIALS 02 03 03 04 A. All materials used must contain not more -than 3.5 LBS/GAL VOC 04 05 as applied (in thinned state) unless noted otherwise. 05 06 06 07 B. For unspecified materials such as turpentine or linseed oil, 07 08 provide manufacturer's recommended products. 08 09 09 10 C.' Paint Systems - General: 10 11 1. P -prime coat. F1, F2 . Fn - first finish coat, 11 12 second finish coat . . . . nth finish coat, color as 12 13 selected by Engineer. 13 14 2. If two finish coats of same material are required, 14 15 Contractor may, at his option and by written approval 15 16 from paint manufacturer, apply one coat equal to mil 16 17 thickness of two coats specified. 17 18 18 19 D. Products specified are manufactured by Tnemec. 19 20 20 21 E. Paint Systems: 21 22 22 23 1. System #1 - Epoxy-Polyamide Primer with Epoxy-Polyamide 23 24 or Acrylic Polyurethane Enamel Top Coats. 24 25 25 26 Tnemec 26 21 27 28 P1=66-1211 Epoxoline Primer (Epoxy-Polyamide) VOC=3,42 28 29 1 coat, 3 mils 29 30 299 SF/GAL/coat 30 31 F1- Series 66 Hi -Build Epoxoline (Epoxy-Polyamide) 31 32 1 coat, 3 mils 32 33 300 SF/GAL/coat 33 34 *F2= Series 66 Hi -Build Epoxoline (Epoxy-Polyamide) 34 35 1 coat, 3 mils 35 36 300 SF/GAL/coat 36 37 *F2E Series 73 Endura -Shield III (Acrylic VOC=3.50 37 38 Polyurethane Enamel) 38 39 1 coat, 2.5 mils 39 40 372 SF/GAL/coat 40 41 *Replace F2 with F2E for exterior environment. 41 42 42 43 2. System #2 - Polyamidoamine Epoxy with Polyamidoamine 43 44 Epoxy Top Coat (with Polyurethane Enamel 44 45 Color Coat on Exposed Surfaces). 45 46 46 47 Tnemec 47 48 48 49 Pl- Series 69-1211 Epoxoline Primer 11 Primer VOC=2.75 49 50 (Polyamidoamine Epoxy) 50 51 1 coat, 5 mils 51 52 221 SF/GAL/coat 52 53 *FI= Series 69 High -Build Epoxoline 11 VOC=2.75 53 City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 ,. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 I^' 09905-6 1 coat, 2.5 mils 327 SF/GAL/coat *F1 -Series 66 Hi -Build Epoxoline (Epoxy-Polyamide) 1 coat, 4 mils 225 SF/GAL coat *FIE -Series 73 Endura -Shield III (Acrylic Polyurethane Enamel) 1 coat, 4 mils 233 SF/GAL/coat *Replace F1 with FIE for exterior environment. 6. System 06 - Epoxoprime with Tneme-Glaze Top Coat. Tnemec VOC-3.42 VOC-3.50 P1 -Series 201 Epoxoprime (Polyamine Epoxy Primer) VOC-0.33 I coat, 8 mils 192 SF/GAL/coat F1 -Series 282 Tneme-Glaze (Polyamine) VOC-0.25 2 coats, 8 mils each 194 SF/GAL/coat 7. System #7 - Epoxy-Polyamide Primer with Epoxy-Polyamide or Acrylic Polyurethane Enamel Top Coats. Tnemec P1 -Series 65 Proxiprime (Epoxy-Polyamide) VOC=3.46 1 coat, 2.5 mils 370 SF/GAL/coat *Fl -Series 66 Hi -Build Epoxoline VOC=3.42 (Epoxy-Polyamide) 1 coat, 5 mils 180 SF/GAL/coat *FIE -Series 73 Endura -Shield III (Acrylic VOC-3.50 Polyurethane Enamel) 1 coat, 4 mils 233 SF/GAL/coat *Replace F1 with FIE for exterior environment. 8. System #8 - Epoxy -Polyamine Potable Water System. Tnemec P1 -Series 139-1255 Primer VOC-1.90 1 coat, 6 mils 219 SF/GAL/coat F1 -Series 139-AA90 Finish VOC-1.90 1 coat, 8 mils 219 SF/GAL/coat 9. System #9 - Moisture -Cured Urethane Primer. City of Lubbock, Municipal Water Treatment Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 09905-8 200 SF/GAL/coat 14. System #14 - Vinyl -Acrylic Latex Sealer with Epoxy-Polyamide Top Coats.. Tnemec P1-51-792 PYA Sealer (Vinyl -Acrylic Latex) VOC=0.00 1 coat, 1.5 mils 299 SF/GAL/coat F1 -Series 66 Hi -Build Epoxoline VOC-3.42 (Epoxy-Polyamide) 1 coat, 3 mils 300 SF/GAL/coat F2 -Series 66 Hi -Build Epoxoline (Epoxy-Polyamide) 1 coat, 3 mils 300 SF/GAL/coat 15. System #15 - NOT USED. 16. System #16 - Epoxy-Polyamide Filler with Epoxy-Polyamide Top Coats. Tnemec P1-54-660 Epoxy-Polyamide Masonry Filler (Epoxy- Polyamide) 1 coat 80 to 100 SF/GAL/coat F1 -Series 66 Hi -Build Epoxoline (Epoxy-Polyamide) 1 coat, 4 mils 225 SF/GAL/coat F2 -Series 66 Hi -Build Epoxoline (Epoxy-Polyamide)` 1 coat, 4 mils 225 SF/GAL/coat 17. System #17 -.NOT USED. 18. System #18 NOT USED. 19. System #19 - Epoxy-Polyamide Coating. Tnemec P1 -Series 66 Hi -Build Epoxoline (Epoxy-Polyamide) 1 coat, 5 mils 180 SF/GAL/coat 20. System #20 - NOT USED. VOC=2.68 VOC-3.42 VOC-3.42 City of Lubbock-, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 ` 09905-10 i - 01 01 02 C. Interior Areas Not Considered Finished: 02 03 1. Paint following surfaces in areas not considered as 03 04 finished area: 04 05 a. Plain, insulated or wrapped, piping, valves, 05 06 07 fittings, and appurtenances except when covered by lagging. 06 07 08 b. Plain, insulated or wrapped, ductwork and 08 09 appurtenances except when covered by lagging. 09 10 c. Structural steel. 10 11 d. Miscellaneous ferrous metal. 11 12 12 13 D. New and/or Existing Equipment: 13 14 1. Paint new and/or existin equipment, except: 14 15 a. Where noted in Article 3.02. 15 ,., 16 b. Where specified elsewhere in the Contract Documents. 16 17 17 18 3.02 ITEMS NOT TO BE PAINTED 18 19 19 20 A. General: Do not paint items listed in Article 3.02 unless 20 21 specifically noted in the Contract Documents to be painted. 21 22 22 23 B. Items with Approved Factory Finish: 23 24 1. Do not field paint items with Approved Factory Finishes, 24 25 as defined; including the following: 25 i- 26 a. Storage equipment. 26 27 b. HVAC equipment. 27 P8 28 29 C. Electrical Equipment: 29 r" 30 1. Do not field paint certain items of electrical equipment 30 31 as listed in Section 11005; except where painting is 31 32 specifically stated elsewhere in these Contract 32 33 34 Documents, or where the equipment is subject to a corrosive environment. The list 33 of.equipment includes 34 35 specific types of equipment with Approved Factory 35 36 Finishes. 36 37 37 38 D. Surfaces Hidden from View including: 38 39 1. Conduit. 39 40 2. Ducts. 40 41 3. Insulation. 41 42 4. Structural steel and steel joist. 42 43 5. Miscellaneous steel. 43 44 6. Note: (Manufacturer's standard coatings, if any, may 44 45 remain). 45 .- 46 47 E. Other Items: 46 47 48 1. Stainless steel surfaces except: 48 49 a. Piping. 49 50 b. Banding as required to identify piping. 50 51 2. Aluminum surfaces except: 51 52 a. Where specifically shown in the Contract Documents. 52 53 b. Where imbedded in concrete. 53 r,. i City of Lubbock, Municipal Water Treatment - Contract 3 09905-12 01 1. Equipment specifically indicated in the Contract 01 02 Documents to be painted. Factory -applied coats to 02 03 remain. 03 04 04 05 G. Steel doors and frames and window frames primed in the 5 05 06 factory in conformance with ANSI A224.1. 06 07 07 08 H. Steel equipment with factory -applied prime or finish 5 08 09 including: 09 10 1. Equipment specifically indicated in the Contract' 10 11 Documents to be painted. Factory -applied -coats to 11 12 remain. 12 13 13 14 I. Non-ferrous metals (except galvanized): .Including 3 14 15 copper, brass, aluminum and aluminum flashing 15 16 specifically indicated to be painted. 16 17 17 18 J. Plastic Surfaces: 18 19 1. PVC, FRP, and CPVC surfaces. 3 19 20 20 21 K. Electrical Conduit: 21 22 1. Galvanized. 3 22 23 2. PVC coated. 3 23 24 24 25 L. Pipe, Valves, and Fittings: 25 26 1. Steel and cast-iron. 1 26 27 2. Stainless. 1 27 28 3. Brass and bronze. 3 28 29 4. PVC, FRP, and CPVC. 3 29 30 30 31 M. Bituminous Coated Pipe and Material. 10 31 32 32 33 N. Pipe insulation. 12 33 34 34 35 0. Aluminum buried in concrete and between dissimilar 19 35 36 metals which are not below liquid level. 36 37 37 38 P. Aluminum colored pipe thread touch-up, and aluminum 21 38 39 colored finish where top coat is not required. Not 39 40 for coating aluminum material. 40 41 41 42 Q. Gypsum board and gypsum plaster surfaces., 14 42 43 43 44 R. Interior of concrete tanks and boxes subjected 44 45 to corrosive environment. 45 46 1. Alum containment area. 6 46 47 2. Water softener containment area. 6 47 48 48 49 S. Ferrous metals subject to corrosive environment 2 49 50 including ferrous metal components of clarifier 50 51 mechanisms, and similar items. 51 52 52 53 T. Interior of PAC mixing basin. 13 53 City of Lubbock, Municipal Water Treatment - Contract 3 a 09905-14 01 3. Verify moisture content is less than 8 percent prior to 02 painting. 03 - �^ 04 H. Concrete and Concrete Block Masonry: 05 1. Cure for minimum of 28 days. 06 2. Verify that moisture content is below 8 percent. 07 08 I. Preparation by Abrasive Blasting: 09 1. Schedule the abrasive blasting operation so blasted 10 surfaces will not be wet after blasting and before 11 painting. 12 2. Reblast surfaces allowed to set overnight prior to 13 priming or surfaces that show rust bloom. 14 3. Profile depth of blasted surface: Not less than I mil or t 15 greater than 2 mils unless noted otherwise by coating 16 manufacturer. 17 18 4. Provide compressed air for blasting that is free of water and oil. Provide accessible separators and traps. 19 5. Confine blast abrasives to area being blasted. 20 a. Provide shields of polyethylene sheeting or other 21 such barriers to confine blast material. 22 b. Plug pipes, holes, or openings before blasting and 23 keep plugged until blast operation is complete and r 24 residue is removed. 25 6. Protect nameplates, valve stems, rotating equipment, 26 motors and other items that may be damaged from blasting. r,, 27 7. Reblast surfaces not meeting requirements of these k 28 Specifications. 29 8. Do not reuse abrasive blasting material. 30 9. Properly dispose of blasting material which has been 7 31 contaminated with debris from blasting operation. 32 33 J. Take samples of existing paint film, which is to be removed 7 34 by abrasive blasting, and have samples tested by a testing 35 laboratory to determine if existing paint film contains lead, 36 asbestos or any other health hazard. If existing paint film 37 is found to contain lead, asbestos, or any other health 38 hazard, notify the Engineer immediately. Contractor shall 39 prepare plan of action for safe removal of contaminated 40 paint. r 41 42 K. Preparation for Application of Liquid Water -Proofing 43 Compound: High pressure water blast concrete surfaces with 44 minimum water pressure of 3000 psi measured at the tip. water 1 45 pressure should be sufficient to remove curing compounds, form 46 release agents and other contaminants that might inhibit 47 48 penetration of water -proofing compound. 49 3.05 APPLICATION 50 51 A. General: l 52 1. Mix and apply coatings by brush, roller, or spray in 53 accordance with manufacturer's installation instructions. r f. City of Lubbock, Municipal Water Treatment - Contract 3 r 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32. 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 09905-16 01 thickness to be applied, surface preparation, and 02 method of application. 03 b. At Contractor's option, factory -applied coatings may 04 be removed, surface reprepared, and new coating 05 applied using appropriate paint system listed in 06 paragraph 2.02 E. 07 3. Apply primer to abrasive blasted surface the same day the 08 surface is blasted and before rust bloom occurs. 09 4. Prime ferrous metals embedded in concrete to minimum of l 10 IN below exposed surfaces. 11 5. Apply zinc -rich primers while under continuous agitation. 12 6. Ensure abrasive blasting operation does not result in 13 embedment of abrasive particles in paint film. 14 7. Brush or spray bolts, welds, edges and difficult access 15 ureas with,primer prior to primer application over entire 16 surface. 17 8. Backroll concrete, masonry, gypsum board and plaster 18 surfaces with a roller if primer has been spray applied. 19 9. fill all pores of concrete block completely using block 20 filler specified. 21 22 C. Finish Coat Application: 23 1. Apply finish coats in accordance with coating 24 manufacturer's written instructions and as written in 25 this Section. 26 2. Touch up damaged finish coats using same application 27 method and same material specified for finish coat. 28 Prepare damaged area in accordance with Article 3.04. 29 30 3.06 COLOR CODING 31 32 A. Color and band piping in accordance with Article 3.09 of this 33 Section. 34 1. Band piping using maximum of three different colors at 20 35 FT maximum centers. 36 2. Place bands: 37 a. Along continuous lines. 38 b. At changes in direction. 39 c. At changes of elevation. 40 d. On both sides of an obstruction (i.e., wall, ceiling) 41 that painted item passes through. 42 3. Band width forindividualcolors (pipe diameter measured 43 to outside of insulation) 44 a. Piping up to 8 IN DIA: 2 IN minimum. 45 b. Piping greater than 8 IN up to 24 IN DIA: 4 IN 46 minimum. 47 c. Piping greater than 24 IN up to 48 IN DIA: 6 IN 48 minimum. 49 d. Piping greater than 48 IN DIA: 8 IN minimum. 50 51 3.07 FIELD QUALITY CONTROL 52 53 A. Maintain daily record showing: City of Lubbock, Municipal, Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 s 09905-18 01 Chemical Piping: 01 02 Alum Solution Yellow-AM72 Green-AV12 02 03 03 04 Ferric Sulphate: White-AA90 Black/Brown/ 04 05 Orange-AB05/ 05 06 AE12/CB20 06 07 08 Odor and Taste Control: 07 Q8 09 Potassium Permanganate White-AA90 Red/Brown- 09 10 CE10/AE12 10 r" 11 Carbon Slurry White-AA90 Brawn-AE12 11 kk 12 12 13 Polymers: 13 14 Coagulant Aid White-AA90 Green/Brown- 14 15 AV12/AE12 15 16 16 17 END OF SECTION 17 f. s I City of Lubbock, Municipal Water Treatment - Contract 3 t"" (THIS PAGE LEFT BLANK INTENTIONALLY) 7 10400-2 D. Fiberglass Reinforced Plastic Signs (Type D): 1. Approved manufacturers and catalog numbers: a. W H Brady Co., Catalog S-10, #B-120. b. Or approved equal. 2. Material: Fiberglass reinforced plastic. 3. Size: a. Surface: As scheduled. b. Thickness: 0.10 IN. 4. Fabrication: a. Rounded corners. b. Drilled holes in corners with grommets. 5. Legend: Preprinted and permanently embedded. 01 E. Phenolic Name Plates (Type Q: c. Carlton Industries, Inc., #8813 or #8814 (aluminum), �.. 02 #BT -220 or #BT•230 (brass). a. W H Brady Co., Catalog S-10, #B-1. 03 2. Material: Brass or aluminum, optional, except where 04 2. Materials: Phenolic. specified. 46 05 3. Size: a. Surface: As required for text. b. Thickness: 1/16 IN. 06 49 a. 1-1/2 IN DIA for one line of text, 2 IN DIA for two 07 a. Three layers laminated. lines. 51 08 b. Brass: 0.04 IN.. lamination. 09 53 c. Aluminum: 0.04 IN. r— 10 4. Legend: Stamped and filled. 11 r 12 B. Fiberglass Reinforced Plastic Tags (Type B): 13 1. Approved manufacturers and catalog numbers: 14 a. W H Brady Co., Catalog S-10, #B-120. 15 b. Or approved equal. 16 2. Material: Fiberglass reinforced plastic. ., 17 3. Size: Approximately 2 x 2 IN. 18 4. Legend: Preprinted and permanently embedded. 19 20 C. Laminated Plastic Tags (Type C): 21 1. Approved manufacturers and catalog numbers: 22 a. W H Brady Co., Catalog S-10, #B-911. 23 b. Or approved equal. 24 2. Material: Polyester laminate. 25 3. Size: Approximately 2 x 2 IN. 26 4. Legend: Preprinted and permanently embedded. D. Fiberglass Reinforced Plastic Signs (Type D): 1. Approved manufacturers and catalog numbers: a. W H Brady Co., Catalog S-10, #B-120. b. Or approved equal. 2. Material: Fiberglass reinforced plastic. 3. Size: a. Surface: As scheduled. b. Thickness: 0.10 IN. 4. Fabrication: a. Rounded corners. b. Drilled holes in corners with grommets. 5. Legend: Preprinted and permanently embedded. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 41 E. Phenolic Name Plates (Type Q: 42 1. Approved manufacturers and catalog numbers: 43 a. W H Brady Co., Catalog S-10, #B-1. 44 b. Or approved equal. 45 2. Materials: Phenolic. 46 3. Size: 47 48 a. Surface: As required for text. b. Thickness: 1/16 IN. 49 4. Fabrication: 50 a. Three layers laminated. 51 b. Legend engraved through top lamination into center 52 lamination. 53 c. Drilled holes with grommets for mounting. r— City of Lubbock, Municipal Water Treatment - Contract 3 r 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 10400-4 01 stencils after completion and include in extra stock, along 01 02 with required stock of paints and applicators. 02 03 03 04 04 05 PART 3 - EXECUTION 05 06 06 07 3.01 INSTALLATION 07 08 08 09 A. Install tagging, stenciling, and identification items at 09 10 required locations. 10 11 11 12 B. Provide arrows and markers on piping and ducts. 12 13 1. At 20 FT maximum centers along continuous lines. 13 14 2. At changes in direction (route) or obstructions. 14 15 3. At valves, risers, "T" joints, machinery or equipment. 15 16 4. Where pipes and ducts pass through floor, wall,.ceiling, 16 17 cladding assemblies and like obstruction. 17 18 a. Provide markers on both sides of obstruction. 18 19 19 20 C. Position markers on both sides of pipe or duct with arrow 20 21 markers pointing in flow direction. If flow is in both 21 22 directions use double headed arrow markers. 22 23 23 24 D. Apply tapes and stenciling in uniform manner parallel to 24 25 piping and ducts. 25 26 26 27 E. Attach tags to equipment with sufficient surface or body area 27 28 with solvent activated adhesive,applied to back of each tag. 28 29 29 30 F. Attach tags with 1/8 IN round or flat head screws to 30 31 equipment without sufficient surface or body area, or porous 31 32 surfaces. Where attachment with screws should not or cannot 32 33 penetrate substrate, attach with plastic strap. 33 34 34 35 G. Single items of equipment enclosed in a housing or 35 36 compartment to be tagged on outside of housing. Several 36 37 items of equipment mounted in housing to be individually 37 38 tagged inside the compartment. 38 39 39 40 H. For electrical trenches with duct banks or directly buried 40 41 cable, install underground hazard tape 6.IN below finished 41 42 grade where conduit or duct bank is 12 IN or more below 42 43 finished grade, and 3 IN below finished grade where conduit 43 44 or duct bank is less than 12 IN below finished grade. 44 45 45 46 3.02 SCHEDULE 46 47 . 47 48 A. Identify, tag, or stencil the items shown in the following 48 49 schedule: 49 50 50 51 ITEM ID TYPE FASTENER 51 52 =a== __===== ===___== 52 53 1. Yard valves, buried, with A 53 City of Lubbock, Municipal Water Treatment - Contract 3 10400-6 k 01 letters on white background. 01 02 8. HVAC equipment: 02 03 a If possible: D or N Screws 03 04 - Alternate, with 04 05 approval of shop 05 06 drawing by Engineer. A or B BC or PS 06 07 b Legend: Item description 07 08 as indicated on Contract 08 09 Drawings. 09 10 c Size: As required by legend. 10 11 d Letters: 1 IN high black 11 12 letters on white background. 12 13 9. Enclosures for electrical, D Screws 13 14 mechanical, and I&C equipment, 14 15 e.g., motor control centers, 15 16 panelboards, switchboards, 16 17 safety switches, control 17 18 panels, PLC's, etc., that have 18 19 a name and number as shown 19 �- 20 on the Contract Drawings. 20 21 a. Legend: Name and number 21 22 of enclosure as indicated on 22 ., 23 the Contract Drawings. 23 24 b. Size: As required by legend. 24 { 25 c. Letters: 1 IN black 25 26 letters on white background. 26 i" 27 10. Panel -mounted controllers: E Screws or 27 l.: 28 a. Controller faceplate: Adhesive 28 29 - Legend: Instrument tag 29 •� 30 number; process variable; 30 31 variable units. 31 32 - Size: As required by 32 33 legend. 33 ,.. 34 - Letters: 1/4 IN high 34 35 letters. White letters 35 36 with black background 36 37 b. Controller case (visible from 37 38 panel back): 38 39 - Legend: Instrument tag 39 �^ 40 number. 40 41 Size: As required by 41 42 legend. 42 r. 43 Letters: 1/4 IN high 43 44 letters. White letters 44 45 with black background. 45 46 11. Nameplate for elements or E Screws 46 47 components within or surface 47 1 48 mounted on enclosures for 48 49 electrical, mechanical, and 49 50 I&C equipment including 50 � 51 switches, instruments, 51 52 etc: 52 ,.. 53 a. legend: Name and number 53 City of Lubbock, Municipal Water Treatment - Contract 3 r• 10400-8 01 d. Interval: 02 15. Electrical panelboards with F Self 03 120 V or more: 04 a. Legend: 05 b. Size: 06 c. Letters: 07 16. Electrical trenches with duct G N/A 08 banks or directly buried 09 conduit: 10 a. Legend: CAUTION CAUTION CAUTION (lst line), 11 BURIED ELECTRIC LINE (2nd line).: 12 b. Letters: 1-1/4 IN minimum. 13 c. Interval: Continuous. 14 d. Color: Red with black letters: 15 17. Trenches with direct buried or G N/A 16 conduit encased telephone lines: 17 a. Legend: CAUTION CAUTION CAUTION (1st line), -18 BURIED TELEPHONE LINE (2nd line). 19 b. Letters: 1-1/4 IN minimum. 20 c. Interval: Continuous. 21 d. Color: Orange with black 22 letters. 23 18. Buried natural gas piping: G N/A 24 a. Legend: CAUTION CAUTION CAUTION (lst line), 25 BURIED GAS LINE (2nd line). 26 b. Letters: 1-1/4 IN minimum. 27 c. Interval: Continuous. 28 d. Color: Yellow with black 29 letters, except 3 IN and 30 smaller irrigation pipe. 31 19. Buried potable water piping: G N/A 32 a. Legend: CAUTION CAUTION CAUTION (1st line), 33 BURIED WATER LINE (2nd line). 34 a. Letters: 1-1/4 IN minimum. 35 b. Interval: Continuous. 36 c. Color: Blue with black letters. 37 20. Buried storm and sanitary sewer G N/A 38 lines: 39 a. Legend: CAUTION CAUTION CAUTION (lst line), 40 BURIED SEWER LINE (2nd line). 41 b. Letters: 1-1/4 IN minimum. 42 c. Interval: Continuous. 43 d. Color: Green with black letters. 44 21. Buried (non -potable water piping, G N/A 45 except 3 IN and smaller irrigation 46 pipe: 47 a. Legend: CAUTION CAUTION CAUTION (1st line), 48 BURIED NON -POTABLE WATER LINE (2nd line). 49 b. Letters: 1-1/4 IN minimum. 50 c. Interval: Continuous. 51 d. Color: Green with black letters. 52 22. Trenches with direct buried or G N/A 53 conduit encased computer or SCADA City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 �., F 10444-2 01 d. The Southwell Co. 01 F 02 e. Andco Industries Corp. 02 i 03 03 04 B. Submit requests for substitution in accordance with 04 05 Specification Section 01640. 05 06 06 07 2.02 MATERIALS 07 �., 08 08 r' 09 A. Building Identification Signs: 09 ` 10 1. Cast aluminum ASTM B26. 10 11 11 r" 12 2.03 FABRICATION 12 13 13 14 A. Building Identification Signs: 14 r 15 1. Cast aluminum letters. 15 16 2. Style: Helvetical regular. 16 17 3. Size: As indicated on Drawing. 17 18 4. Depth: 3/8 IN. 18 19 5. Finish: Clear satin annodized aluminum. 19 20 6. Mounting: 1 IN projected. 20 21 7. Text as indicated on Drawings. 21 .. 22 22 23 23 24 PART 3 - EXECUTION 24 - 25 25 26 3.01 INSTALLATION 26 27 27 28 A. Building Identification Signs: 28 29 1. Install letters where indicated on Drawings. 29 30 2. Mount to walls with 1 IN projection in accordance with 30 31 manufacturer's instructions. 31 32 32 33 33 34 END OF SECTION 34 City of Lubbock, Municipal Water Treatment - Contract 3 (THIS PAGE LEFT BLANK INTENTIONALLY) City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 10520-2 01 02 Specification Section 01640. 03 2.02 MANUFACTURED UNITS 04 05 A. Wall Brackets: 06 1. Bracket type to fit specified extinguisher, with correct 07 mounting accessories to fit substrate. 08 2. Furnish bracket for each extinguisher not in cabinet. 09 10 B. Fire Extinguisher (FE -1): 11 12 1. Steel bodied, all metal top (head) and valves. 2. Multi-purpose dry UL Rated, chemical, 4A-60BC. 13 3. Provide hose and horn an each. 14 4. Furnish one extinguisher for each (FE) location. 15 5. Finish: Red with epoxy finish coat. 16 6. Provide"FIRE EXTINGUISHER" decal for each extinguisher. 17 7. Meeting NFPA 10. 19 20 PART 3 - EXECUTION '. 21 22 3.01 INSTALLATION 23 24 A. Install products in accordance with manufacturer's 255 instructions. 27 B. Install units with extinguisher top not over 60 IN above !^ 28 floor. 29 30 END OF SECTION City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 (THIS PAGE LEFT BLANK INTENTIONALLY) 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11005-2 a. More than one manufacturer is listed for a given "product" in Specifications. b. No manufacturer is listed. 2. Equipment, electrical assemblies, related electrical wiring, instrumentation, controls, and system components shall FULLY comply with specific NEC area and NEMA 250 and ICS -6 designations shown on Electrical Power Drawings and defined in Section 16010. 1.03 DEFINITIONS A. Product: Manufactured materials and equipment. B. Equipment: One or more assemblies capable of performing a complete function. Mechanical, electrical, instrumentation or other devices requiring an electrical, pneumatic, electronic or hydraulic connection. Not limited to items listed under "Equipment" article within specifications. 1.04 SUBMITTALS A. Shop Drawings: 1. General for all equipment: a. See Section 01340. b. Acknowiedgement,that products submitted comply with the requirements of the standards referenced. c. Sample form letter for equipment field certification. d. Certification that equipment has been installed properly, has been initially started up, has been calibrated and/or adjusted as required, and is ready for operation. e. Manufacturer's delivery, storage, handling, and installation instructions. f. Equipment identification utilizing numbering system and name utilized in Drawings. g. Equipment installation details: 1) location of anchorage. 2) Type, size, and materials of construction of anchorage. 3) Anchorage setting templates. 4) Manufacturer's installation instructions. h. Equipment area classification rating. i. Shipping and operating weight. J. Equipment physical characteristics: 1) Dimensions (both horizontal and vertical). 2) Materials of construction and construction details. k. Equipment factory primer and paint data. 1. Manufacturer's recommended spare parts list. m. Equipment lining and coatings. n. Equipment utility requirements include air, natural gas, electricity, and water. 2. Mechanical and process equipment: City of Lubbock, Municipal Water Treatment Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11005-4 8) Panel anchorage. e. Motor test reports, including field megger test reports. , f. Certification prior to Project closeout that electrical panel drawings for manufacturer -supplied control panels truly representpanel wiring including any field -make modifications. B. Operations and Maintenance Manuals: 1. See Section 01340. PART 2 - PRODUCTS 2.01 MANUFACTURED UNITS - A. Electric Motors: 1. Provide motors designed and applied in compliance with NEMA, IEEE, and the NEC for specific duty imposed by driven equipment. 2. Where used in conjunction with adjustable speed drives, provide motors fully compatible with the variable speed controllers. 3. Where frequent starting applications are specified, design for frequent starting duty equivalent to duty service required by driven equipment. 4. Rate for continuous duty at 40 DegC ambient. Design in accordance with the NEMA Standards for Class F insulation with Class B temperature rise above 40 DegC ambient on continuous operation or intermittent duty at service factor load. 5. Design for full voltage starting.; 6. Design bearing life based upon actual operating load conditions imposed by driven equipment. - 7. Size for altitude of Project. 8. Unless otherwise specified, size so that,under maximum continuous load imposed by .driven equipment, motor nameplate horsepower for continuous operation is minimum of 15 percent more than driven load. 9. Provide encapsulated windings in wet/corrosive and for outdoor applications. 10. Furnish with clamp -type grounding-terminals"inside motor conduit box. 11. Furnish with external conduit boxes oversized at least one size larger than NEMA Standard. 12. Furnish with stainless steel nameplates: a. Standard motor rating nameplate. b. Nameplate engraved with bearing and lubrication data. c. Space „heater nameplate to indicate space heater rating if applicable. d. Temperature detector nameplate to indicate type of detector provided, if applicable. e. Caution nameplates for space heaters,;etc. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11005-6 I, 01 greater than 6.3 times motor horsepower are not 01 02 acceptable. 02 03 19. Motor efficiencies: Q3 04 a. Unless otherwise specified, provide motors designed 04 05 as::"premium efficiency" or "energy-saving" type. 05 06 20. Provide motors with suitable lifting provisions. 06 07 21. Measure efficiencies by IEEE 112 - Method B (Method E 07 08 09 may be used for vertical motors 50 HP and larger. Vertical 08 motors may eliminate thrust bearing losses for 09 �^ 10 efficiency measurements). 10 11 22. See narrow -scope specifications for requirements of 11 12 motors above 250 HP or motors designed for submersible 12 13 service. 13 14 23. Unless otherwise specified, provide totally enclosed 14 15 motors on outdoor equipment, equipment installed below 15 16 grade, chemical feed and chemical handling equipment, and 16 r' 17 equipment operating in wet or dust -laden locations. 17 18 Dripproof motors, or totally enclosed at the supplier's 18 19 option, shall be furnished on equipment in indoor, 19 r 20 above -grade, clean, and dry locations. 20 21 21 22 B. V -Belt Drive: 22 �., 23 1. Provide each V -belt drive with sliding base or other 23 24 suitable tension adjustment. Adjustment mechanism to be 24 25 304 stainless steel. 25 26 2. Provide V -belt drives with a service factor of at least 26 27 1.6 at maximum speed. 27 28 3. Provide staticproof belts. P8 29 29 30 2.02 COMPONENTS 30 32 31 A. Gear Drives and Drive Components: 32 33 1. Size drive equipment capable of supporting full load 33 34 including losses in speed reducers and power 34 35 transmission. 35 36 2. Provide nominal input horsepower rating of each gear or 36 37 speed reducer at least equal to nameplate horsepower of 37 r 38 drive motor. 38 39 3. Design drive units for 24 HR continuous service, 39 40 constructed so oil leakage around shafts is precluded. 40 41 4. Utilize gears, gear lubrication systems, gear drives, 41 42 speed reducers, speed increasers and flexible couplings 42 43 44 meeting applicable standards of American Gear 43 Manufacturers Association. 44 ' 45 5. Gear reducers: 45 46 a. Provide gear reducer totally enclosed and oil 46 r' 47 lubricated. 47 E 48 b. Utilize antifriction bearings throughout. 48 49 c. Provide worm gear reducers having a service factor of 49 �- 50 at least 1.20. 50 51 d. Furnish other helical, spiral bevel, and combination 51 52 bevel -helical gear reducers with a service factor of 52 �. t 53 at least 1.50. 53 City of Lubbock, Municipal Water Treatment - Contract 3 r 4 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 11005-8 C. D. E. F. G. 22 2.05 23 24 25 26 27 28 29 30 31 32 33 34 35 36 A. field. Furnish like parts of duplicate units to be interchangeable. Ensure that equipment has not been in service at any time prior to delivery, except as required by tests. Furnish equipment which require periodic internal inspection or adjustment with access panels which will not require disassembly of guards, dismantling of piping or equipment or similar major efforts. Quick opening but sound, securable access ports or windows shall be provided for inspection of chains, belts, or similar items. Provide common, lipped base plate mounting for equipment and equipment motor where said mounting is a manufacturer's standard option. Provide drain connection for 3/4 IN PVC tubing. Machine the mounting feet of rotating equipment. SHOP OR FACTORY PAINT FINISHES Electrical Equipment: 1. Unless otherwise specified, the standard factory -applied paint coating system(s) of the listed approved manufacturers of motor control centers, panelboards, transformers, switchboards, and engine generator sets, are acceptable. 2. As an alternate to the acceptable standard factory -applied paint coating systems, a manufacturer may provide a paint coating system in accordance with Section 09905. B. Other Equipment: In accordance with Section 09905. 37 2.06 SOURCE QUALITY CONTROL 38 39 A. Motor Tests: 40 1. Test motors in accordance with NEMA and;IEEE procedures. 41 Include the following: 42 a. Routine test: 43 1) Running no-load amperes. 44 2) locked rotor amperes. 45 3) Winding resistance, DC. 46 4) High -potential test at twice rated voltage plus 47 1000 V, with a minimum of 2200 V for l minute, 48 winding to ground. 49 5) Vibration check. 50 b. Complete test: 51 1) Rated load temperature rise. 52 2) Slip in percent. 53 3) Locked rotor amperes (3 PH, full voltage). City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 1 11005-10 01 surface at each anchor bolt point. 02 b. Provide blocks and shims at each anchor bolt. Blocks 03 and shims that are square shape with "U" cut out to 04 allow blocks and shims to be centered on anchor 05 bolts. 06 c. After all leveling and alignment has been completed 07 and before grouting, tighten anchor bolts to proper " 08 torque value. 09 d. Do not use nuts below the machine base on anchor 10 bolts for base leveling. 11 12 G Couplings: 13 1. Align in the annular and parallel positions. 14 a. For equipment rotating at 1200 rpm or less, align 15 both annular and parallel within 0.001 IN tolerance r. 16 for couplings 4 IN size and smaller. Couplings f 17 larger than 4 IN size: Increase tolerance 0.0005 IN ` 18 per inches of coupling diameter, i.e., allow 6 IN 19 coupling 0.002 IN tolerance, and allow a 10 IN .. 20 coupling 0.004 IN tolerance. 21 b. For equipment rotating at speeds greater than 1200 22 rpm allow both annular and parallel positions within �^ 23 a tolerance rate of 0.00025 IN per inch coupling 24 diameter. 25 2. If equipment is delivered as a mounted unit from factory, 26 27 verify factory alignment on site after installation and realign if necessary. 28 3. Check surfaces for runout before attempting to trim or 29 align units. f" 30 31 H. Grouting: 32 1. After machine base has been shimmed, leveled, couplings t• 33 aligned and anchor bolts tightened to correct torque 34 value, a dam or formwork shall be placed around base to 35 contain grouting. Extend dam or formwork at least 1/2 IN 36 37 above the top of leveling shims and blocks. 2. Saturate top of roughened concrete subbase with water 38 before grouting. Add grout until entire space under 39 machine base is filled to the top of the base underside. j 40 Puddle grout by working a stiff wire through the grout 41 and vent holes to work grout in place and release any 42 entrained air in the grout or base cavity. �- 43 3. When the grout has sufficiently hardened, remove dam or 44 formwork and finish the exposed grout surface to fine, 45 smooth surface. Cover exposed grout surfaces with wet �,. 46 burlap and keep covering sufficiently wet to prevent too r 47 rapid evaporation of water from the grout. When the 48 grout has fully hardened (after a minimum of 7 days) 49 tighten all anchor bolts and recheck driver -driven unit j^ 50 for proper alignment. !! 51 52 3.02 IDENTIFICATION OF EQUIPMENT AND HAZARD WARNING SIGNS 53 �., I City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11005-12 O1 02 A. Demonstrate equipment in accordance with Section 01060 03 04 END OF SECTION 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 21 C. Qualifications: I 1. Furnish all AFD's by one manufacturer. 11040-2 23 2. Provide drives that have the standard factory 24 configuration of the variable speed drive listed and 01 b. Test and inspection of all power devices. labeled by Underwriter's Laboratories, Inc. (UL), 02 c. Circuit cards: 03 Laboratory (ETL), or that shall be capable of field 1) Component and functional tests. 28 04 2) Burn -in chamber for 50 HRS at 50 DegC. inspector. Where drives and controlling equipment are 05 3) System test after burn -in. mounted in a custom enclosure, UL listed components shall be furnished. 06 3. Subsequent to final assembly: 3. Drives shall be compatible with and tolerant of 07 a. Continuity and insulation test of 480 V AC circuits. 08 34 1) Test voltage shall be 2500 V DC. 09 b. Continuity and insulation test of 120 V AC circuits. r 10 D. Verify plan dimensions with equipment space requirements as 1) Test voltage shall be 500 V DC. 37 11 c. Drive tests: 1. Equipment which exceed the allotted maximum dimensions 12 39 1) No load operation with motor of suitable 13 40 horsepower rating.. 14 41 2) Verify all auxiliary circuits operation. 15 3) Monitor output variables. 43 16 d. Systems test: 44 17 1) Provide inputs to field connections and simulate 45 18 on-site operation. F. Each AFD shall be coordinated with the requirements of its 19 47 2) Test all auxiliary equipment. 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 21 C. Qualifications: 22 1. Furnish all AFD's by one manufacturer. 23 2. Provide drives that have the standard factory 24 configuration of the variable speed drive listed and 25 labeled by Underwriter's Laboratories, Inc. (UL), 26 Canadian Standards Association (CSA), Engineering Test 27 Laboratory (ETL), or that shall be capable of field 28 inspection and subsequent field labeling by a UL field 29 inspector. Where drives and controlling equipment are 30 31 mounted in a custom enclosure, UL listed components shall be furnished. .� 32 3. Drives shall be compatible with and tolerant of 33 disturbances produced by other static power conversion 34 equipment including other drives. t 35 36 D. Verify plan dimensions with equipment space requirements as 37 indicated on the Drawings. 38 1. Equipment which exceed the allotted maximum dimensions 39 may not be acceptable. 40 2. Equipment which reduces clear space below the minimums 41 established by the NEC will not be acceptable. 42 43 E. AFD supplier shall maintain an authorized service 44 organization within 200 miles of the project site. 45 46 F. Each AFD shall be coordinated with the requirements of its 47 load. The manufacturer of the load equipment (e.g., pump) 48 shall assume responsibility for matching motor and drive. 49 50 G. Each AFD shall be complete with all required control a 51 components. 52 53 H. In all locations where corrosive liquids and gases may exist City of Lubbock, Municipal Water Treatment - Contract 3 r 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 11040-4 between symptoms and corrective recommendations. f. Connection data to permit removal and installation of recommended smallest field -replaceable parts. B. Provide letter of certification from both the AFD manufacturer and each load equipment manufacturer that the specific application has been reviewed and that the combination will satisfy the drive duties required for the actual motor sizes furnished,regardless of deviations from the scheduled "nominal horsepower." C. Concurrent with shipment, provide certification that the tests described under testing above have been completed successfully. D. After installation is complete, furnish certified installation test report verifying that: 1. AFD are operational. 2. The AFD and the driven motor are compatible. 3. The AFD respond correctly to the input control. signals. 4. The AFD are not introducing harmonics to the power distribution system in excess of those recommended by IEEE 519. 26 PART 2 - PRODUCTS 27 28 2.01 29 30 A. 31 32 33 34 35 36 37 38 B. 39 40 ACCEPTABLE MANUFACTURERS Subject to compliance with the.Contract Documents, the following Manufacturers are acceptable: 1. Allen-Bradley. 2. Emerson. 3. General Electric. 4. Robicon. 5. Westinghouse. Submit requests for substitution in accordance with Specification Section 01640. 41 2.02 TYPE OF DRIVE 42 43 A. For Motors Rated 150 HP and Below: 44 1. Pulse -Width Modulated (PWM) type. 45 46 B. For Motors Rated 200 to 500 HP: 47 1. PWM (sine -coded). 48 2. Six -step voltage source (VVI). 49 3. Six -step current source (CST or LCI). 50 51 2.03 PERFORMANCE AND DESIGN REQUIREMENTS 52 53 A. Performance: City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 7 11040-6 Oft Ol 02 03 04 7 05 06 07 7 08 09 10 11 12 13 PM 14 15 16 17 PM 18 19 20 �- 21 22 23 .. 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 7 7 3. Load protection: a. Inverse -Time overload. b. Overvoltage. c. Overfrequency. d. Short circuit. e. Ground fault. D. Each AFD shall be designed and provided with all necessary equipment to protect the AFD and the power system ahead of the AFD from voltage distortion. 1. Each AFD shall be designed to operate from a power bus that may contain up to 5 percent voltage distortion as defined by IEEE 519. 2. Each single or multiple set of AFD's powered from the same bus shall be designed to limit percent distortion factor to a maximum total of 5 percent voltage distortion, as defined by IEEE 519. 3. Line -to -line notching at the input to the drive shall have a maximum notch depth of 20 percent and a maximum notch area of 22,800 volt -microseconds reflected back to the power source as defined by IEEE 519. 2.04 EQUIPMENT CONSTRUCTION A. Fabrication and Assembly: 1. Each AFD system shall be shop assembled in a single enclosure and shall utilize interchangeable plug-in printed circuit boards and power conversion components wherever possible Shop assembly shall be performed by the AFD manufacturer or his authorized agent. Systems fabricated or assembled in whole or in part by parties other than the AFD manufacturer or his authorized agent will not be acceptable. 2. Input,line reactors, fuses, circuit breaker, filters and output contactors, where required, shall be mounted within the drive enclosure without exception. B. Wiring: 1. The wiring in the AFD shall be neatly installed in wire ways or with wire ties where wire ways are not; practical. Where wire ties are used, the wire bundles are to be at the back panel with a screw -mounted wire tie mounting base. Bases with a self -sticking back will not be allowed. 2. Terminal blocks shall be complete with marking strip, covers and pressure connectors. They shall be nonbrittle, interlocking, track -mounted type. Screw terminals will not be allowed. A terminal shall be provided for each conductor of external circuits plus one ground for each shielded cable. For free-standing panels, 8 IN of clearance shall be provided between terminals and the panel base for conduit and wiring space. Not less than 25 -percent spare terminals shall be City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11040-8 01 01 02 C. Input line high speed fuses rated 200,000 amperes 02 03 interrupting. 03 04 04 .. 05 D. Manual speed adjustment. 05 06 06 07 E. Indication of power ON and AFD RUN. 07 08 08 09 F. Elapsed time meter: 09 10 10 11 G. Speed indication - calibrated in percent. 11 12 12 13 H. Automatic restart with one restrike on a power outage. 13 14 14 15 I. Critical frequency lockout. 15 16 16 17 J. Gold-plating on all plug-in contacts. 17 18 18 19 K. Control circuits shall not be :more"than 115 V as supplied by 19 20 internal control power transformers. Control power 20 21 transformer shall have additional minimum capacity of 60 VA 21 22 above that required by external devices indicated on the Drawings. 22 23 23 24 L. Automatic controller shutdown on motor overtemperature and 24 25 drive fault conditions. Controller shutdown shall be 25 26 manually reset type. Incoming terminals shall accept wiring 26 27 from temperature switch located in the motor. 27 28 28 29 M. Diagnostic indicators that pinpoint failure and fault 29 30 conditions. Manual reset to restore operation after abnormal 30 31 shutdown. 31 32 32 33 N. Isolated process follower with offset, gain, and span 33 34 adjustment for accepting a remote 4-20 mA speed control 34 35 signal rated 60 to 100 -percent speed. 35 36 36 37 0. 4-20 mA do output for remote speed indication 37 38 calibrated 0 to 100 percent speed. 38 39 39 40 P. NEMA rated output contactor for at least the horsepower 40 41 rating of the motor. 41 42 1. The output contactor shall be electrically interlocked 42 43 with the input circuit breaker such that when the circuit 43 44 breaker is opened, the drive is disconnected from the 44 45 motor, and when the circuit breaker is closed, the drive 45 46 is connected to the motor. 46 47 2. A warning nameplate shall be provided on the AFD to warn 47 48 the operator to trip the circuit breaker prior to 48 49 performing any maintenance. 49 50 50 51 Q. Spare interlock contacts shall be wired separately to the 51 52 unit terminal board. One NO and one NC isolated spare 52 53 interlock shall be furnished with each drive. Additional 53 City of Lubbock, Municipal Water Treatment - Contract 3 11040-10 01 6. Coordinate instrumentation signals with instrumentation 02 installer and ensure compatibility. 03 04 END OF SECTION k r f { 4 e I Oak i. City of Lubbock, Municipal Water Treatment - Contract 3. O1 02 03 04 11060-2 01 3) Test procedure. 01 02 4) Certified performance curves plotted against 02 03 capacity: 03 04 a) Head. 04 05 b) Bhp. 05 06 c) Efficiency. 06 07 d) Actual speed. 07 08 e) Net positive suction head available. 08 09 5) Plot curve to be easily read at scales consistent 09 10 with the performance requirements. 10 11 c. Test only one pump for each service, i.e., one RASP, 11 12 one WASP, etc. 12 13 1) When pumps are fabricated notify Owner with 13 14 serial numbers and Owner will select pump to have 14 15 a certified performance test. 15 16 16 17 B. Operation and Maintenance Manuals: 17 18 1. See Section 01340. 18 19 19 20 20 21 PART 2 - PRODUCTS 21 22 22 23 2.01 ACCESSORIES 23 24 24 25 A. See Section 11005. 25 26 26 27 2.02 SOURCE QUALITY CONTROL 27 28 28 29 A. If specifically required in the individual pump specification 29 30 sections, provide factory tests: 30 31 1. Adjustable speed units: 31 32 a. Head (FT) verses flow (gpm) pump curves: 32 33 1) Maximum, minimum and two equally spaced 33 34 intermittent speeds. 34 35 2) Efficiencies along each curve. 35 36 3) Brake horsepowers along each curve. 36 37 b. Hydrostatic test at 150 percent of shutoff head for a 37 38 minimum of 5 minutes. 38 39 2. Constant speed units: 39 40 a. Head (FT) versus flow (gpm) pump curves: 40 41 1) Efficiencies along curve. 41 42 2) Brake horsepower along each curve. 42 43 3. Certified results by a Registered Professional Engineer. 43 44 44 45 45 46 PART 3 - EXECUTION 46 47 47 48 3.01 INSTALLATION 48 49 49 50 A. See Section 11005. 50 51 51 52 B. Floor or Pad -Mounted Units (Non -Submersible): 52 53 1. Align vertically and horizontally level, wedge and plumb 53 City of Lubbock, Municipal Water Treatment - Contract 3 City of Lubbock, Municipal Water Treatment - Contract 3 11061-1 �. 002 92E13 SECTION 11061 : 01 02 03 PUMPING EQUIPMENT: END SUCTION CENTRIFUGAL 03 04 04 05 05 06 PART 1 - GENERAL 06 07 07 r 08 1.01 SUMMARY 08 09 09 10 A. Section Includes: 10 �. 11 1. End suction centrifugal pumps. 11 12 12 13 B. Related Sections include but are not necessarily limited to: 13 14 1. Division 0 - Bidding Requirements, Contract Forms, and 14 (� 15 Conditions of the Contract. 15 ! 16 2. Division 1 - General Requirements., 16 17 3. Section 11060 - Pumping Equipment: General Requirements. 17 18 18 19 1.02 QUALITY ASSURANCE 19 20 20 21 22 A. Referenced Standards: 1. American Iron and Steel Institute (AISI): 21 22 23 a. Steel Products Manual. 23 24 2. American National Standard Institute (ANSI). 24 25 3. American Society for Testing and Materials (ASTM): 25 26 a. A48, Standard Specification for Gray Iron Castings. 26 27 b. A108, Steel Bars, Carbon, Cold Finished, Standard 27 r 28 Quality. 28 29 c. B584, Specification for Copper Alloy Sand Coatings 29 30 for General Application. 30 31 4. Hydraulic Institute Standards for Centrifugal, Rotary and 31 32 Reciprocating Pumps (HI). 32 33 33 34 1.03 SUBMITTALS 34 35 36 A. Shop Drawings: 36 37 1. Requirements in Section 11060. 37 38 2. Source quality control test reports. 38 39 3. Certification statement of solids passage. 39 40 40 41 B. Operation and Maintenance Manuals: 41 42 1. See Section 01340. 42 43 43 44 44 S" 45 PART 2 - PRODUCTS 45 46 46 47 2.01 ACCEPTABLE MANUFACTURERS 47 �^ 48 48 I 49 A. Subject to compliance with the Contract Documents, the 49 50 following Manufacturers are acceptable: 50 51 1. Non -clog centrifugal pumps: 51 52 a. Fairbanks -Morse. 52 53 b. Morris. 53 City of Lubbock, Municipal Water Treatment - Contract 3 11061-2 01 c. Worthington. 02 d. Gould. 03 04 B. Submit requests for substitution in accordance with 05 Specification Section 01640. 06 07 2.02 MATERIALS 08 09 A. Carbon Slurry Booster Pump, CSBP-1: 10 ` 1. Pump volute: 11 a. Cast iron, ASTM A48, Class 30 (minimum). 12 2. Impeller: 13 a.' Bronze, ASTM B584 (836). 14 3. Shaft: 15 a. Carbon steel, ASTM A108-0141. 16 4. Impeller wear rings: Stainless steel, AISI 400. 17 5. Shaft sleeve: Stainless steel, AISI Series 303. 18 6. Mechanical seals: A151 303 Stainless Steel, "Buna-N" 19 elastomers, "Ni -Resist": seat, and carbon washers. 20 7. Frame: Cast iron, ASTM A48. 21 8. Bearing housing:' Cast iron, ASTM A48. 22 9. Baseplate: Steel. 23 24 2.03 EQUIPMENT 25 26 A. Performance and Configuration Requirements. 27 1. Carbon Slurry Booster Pump, CSBP-1: 28 a. Design condition: 90 gpm at 90 FT TDH with 29 minimum pump efficiency of 60 percent. 30 b. Secondary condition: 120 gpm at 85 FT TDH with 31 minimum pump efficiency of 70 percent. 32 c. Shutoff condition: 0 gpm at 95 FT TDH. 33 d. Pump configuration: Horizontal. 34 e. Maximum pump speed: 3500 rpm. 35 f. Nameplate.driver horsepower: 5. 36 g. Drive type: Constant speed. 37 h. Drive configuration: Flexible coupled. 38 39 B. Assure increasing head characteristic from secondary design 40 condition to shutoff condition. 41- 42 43 2.04 ACCESSORIES 44 45 - A. See Section 11060. 46 47 2.05 FABRICATION 48 49 A. Horizontal Units: 50 1. Furnish casing to withstand 160 percent of shutoff. 51 head. 52 2. Provide single suction non -clog type wastewater pump. 53 3. Built -together units are not acceptable. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 " 53 11061-3 01 4. Provide tapped and plugged openings for 1/2 -IN IPS gage 01 02 connections. 02 03 03 04 05 B. Suction and Discharge: 1. Provide units with ANSI Class 125 LB rated 04 05 06 flanged suction and discharge nozzles of the following 06 07 diameters: 07 08 08 t 09 SERVICE CATEGORY SUCTION, IN DISCHARGE, IN 09 10 ---------------- ----------- ------------- 10 11 CSBP-1 3 1-1/2 11 12 12 13 D. Impeller: i3 14 1. Use two or three vane impeller with smooth water 14 15 passages to prevent clogging by stringy or fibrous 15 16 materials. 16 17 2. Secure to keyed shaft by stainless steel connector. 17 18 3. Install replaceable type wear `rings or adjustable 18 19 shims. 19 20 4. Statically and dynamically balance per Hydraulic 20 •- 21 Institute Standards. 21 22 22 23 E. Impeller Adjustment: 23 �., 24 1. At manufacturer's option provide the following: 24 25 a. Alternate A: 25 26 1) Replaceable case and impeller wear rings allowing 26 27 a minimum of 1/4 IN wearing surface. 27 28 2) Impeller wear ring with a Brinnell hardness of 28 29 190-220. 29 30 3) Fronthead/casing wear ring with Brinnell hardness 30 31 of 300-350. 31 32 b. Alternate B: 32 33 1) Externally adjustable shims or jackscrews with 33 34 locking device to take up impeller wear using 34 35 split ring shims and to be installed at 35 36 outboard bearing for horizontal units. 36 37 37 38 F. Mechanical Seals: 38 39 1. Furnish with materials specified. 39 40 2. Assure ample space for repacking stuffing box. 40 r- 41 41 i 42 G. Shaft and Sleeve: 42 43 1. Size shaft to transmit full driver output. 43 44 2. Use accurately machined and constructed shaft. 44 45 3. Incorporate shaft sleeve in stuffing box area to protect 45 46 shaft from pumped liquid. 46 47 4. Provide positive shaft seal between shaft sleeve and 47 48 shaft for full length of sleeve. 48 49 5. Fabricate shaft for maximum deflection of 0.002 IN 49 50 measured at the stuffing box. 50 51 52 H. Bearings, Bearing Support, Frame: 51 and 52 53 1. Provide bearing housings complete with grease seals and 53 City of Lubbock, Municipal Water: Treatment - Contract 3 r 11061-4 01 provisions to preclude moisture and foreign matter from 02 , entering both ends of the frame. 03 - 2. Tap 3/4 IN drain hole in frame to convey leakage from 04 packing gland. 05 3. Supply bearings for a minimum B-10 life of 100,000 H,RS at 06 design condition. 07 4. Furnish radial inboard bearings of either ball or roller 08 type suitable to sustain all loads encountered in service 09 conditions. 10 5. Provide axial thrust outboard bearings of deep groove 11 single or triple row ball type or angular contact double 12 row ball type suitable for thrust loads in two planes. 13 14 I. Pump Support: 15 1. Design base to support weight of shafting and pump. 16 2. Comply with Hydraulic Institute vibration limitations. 17 3. Mount horizontal pump, motor, and coupling on drip lip 18 type baseplate. 19 4. Attach coupling guards and accessories to baseplate. 20 21 J. Rotation: 22 1. Pump rotation to conform with piping arrangement shown on 23 Drawings. 24 25 '2.06 SOURCE QUALITY CONTROL 26 27 A. Factory test one pump. 28 29 30 31 PART 3 - EXECUTION 32 33 3.01 INSTALLATION 34 35 A. See Section 11060. 36 37 3.02 FIELD QUALITY CONTROL 38 39 A. See Section 11060. 40 41 END OF SECTION City of Lubbock, Municipal Water Treatment- Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 11069-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 . 92E13 02 SECTION 11069 03 04 PUMPING EQUIPMENT: PROGRESSING CAVITY y 05 06 PART 1 - GENERAL 07 08 1.01 SUMMARY Og 10 A. Section Includes: 11 1. Progressive cavity pumps for carbon slurry. I 12 13 B. Related Sections include but are not necessarily limited �- 14 to: 15 1. Division 1 - General Requirements. 16 2. Section 11040 - Adjustable Frequency Drives ,.. 17 3. Section 11060 - Pumping Equipment: General 2 18 Requirements. k, 19 20 1.02 QUALITY ASSURANCE "'.• 21 22 A. Referenced Standards: 23 1. American Iron and Steel Institute (AISI): 24 a. Steel Products Manual. 25 2. American National Standards Institute (ANSI). 26 3. American Society for Testing and Materials (ASTM): �., 27 a. A48,Gray Iron Castings. 28 4. Hydraulic Institute (HI). a 29 30 1.03 SUBMITTALS 31 32 A. Shop Drawings: 33 1. Requirements in Section 11060. 34 2. Source quality control test reports. 35 36 B. Operation and Maintenance Manuals j' 37 38 1. See Section 01340. l 39 40 PART 2 - PRODUCTS 41 42 2.01 ACCEPTABLE MANUFACTURERS 43 44 A. Subject to compliance with the Contract Documents, the 7 45 following Manufacturers are acceptable: 46 1. Progressive cavity pumps: 47 a. Moyno-. 48 b. Netzsch. 49 c. Or approved equal. 50 51 B. Submit requests for substitution in accordance with 52 Specification Section 01640. 53 PM City of Lubbock, Municipal Water Treatment - Contract 3 7 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11069-2 01 2.02 MATERIALS 02 03 A. Carbon Slurry Pump, CSP -1,2,3,4: 04 1. Pump body: Cast iron, ASTM A48 Class 35. 05 2. Rotor: Chrome plated 316 stainless steel. 06 3. Stator: 07 a. Buna-N synthetic rubber, Shore A Durometer 65 plus or 08 minus 5, enclosed in a steel pipe sleeve. 09. b. Butyl or EDPM rubber, Hardness -70 durometer (min) 10' enclosed in a steel pipe sleeve. 11 4. Base Plate: Cast iron, ASTM A48, Class 35 or 12 fabricated steel. 13 5. Stuffing box gland: Ductile iron'. IC 6. Lantern ring: 316 stainless steel. 15 7. Packing: Braided, graphited or teflon impregnated 16 Kevlar. 17 S. Bearing: Anti -friction, grease lubricated. 18 9. Drive shaft: 316 stainless steel. 19 10. Connecting rod and universal joints: 316 stainless 20 steel. 21 22 2.03 EQUIPMENT 23 24 A. Performance and Configuration Requirements: 25 1. CSP -1: 26 a. Design condition: 60 gpm at 6.5 psig. 27 b. Nameplate driver horsepower: 2 HP 28 c. Drive type: Constant speed. 29 d. Drive configuration: L arrangement. 30 e. Minimum solids passage: 1 IN. 31 f. -Max pump operating speed: 272 rpm. 32 g. Power supply: 480 volts, 3 phase, 60 hertz. 33 2. CSP -2, CSP -3, and CSP -4 34 a. Design condition: 35 1. 22 gpm (max) @ 90 psi 36 2. 2.2 gpm (min) @ 90 psi 37 b. Nameplate driver horsepower: 3 HP 38 c. Drive type: adjustable frequency drive. 39 d. Drive configuration: L arrangement. 40 e. Minimum solids passage: 1 IN 41 f. Max pump operating speed: 215 rpm 42 g. Power supply: 480 volts, 3 phase, 60 hertz. 43 44 2.04 ACCESSORIES 45 46 A. See Section 11060. 47 48 2.05 FABRICATION 49 50 A. Pump Body: 51 1. Provide body containing two inspection ports 180 52 degrees apart. 53 2. Cradle mount pump to permit suction port to be rotated City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 G 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 ., 21 22 23 24 25 26 27 w 28 29 30 ., 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 at 90 -degree increments perpendicular to pump centerline. B. Drive Train: I. Include crown gear -type universal joints, seals, connecting rod, drive shaft, and shaft bearings. 2. Connect rotor drive shaft by a connecting rod equipped with two crowned -gear type grease lubricated seal universal joints. 3. Use universal joints to transmit thrust torque whine allowing the rotor to move through an eccentric path. 4. Clamp gear joint seals at both outside and inside diameters and recess within heavy walled steel tubing. 5. Connecting rods: a. Operating angle not to exceed 1-1/4 degrees off center. b. Telescope connecting rod within a hollow drive shaft and attach to same near the bearings. 6. Mount drive shaft in two ball or tapered roller bearings. 7. Bearing B-10 life: 30,000 HRS at design operating conditions specified. S. Provide fittings for grease lubrication of bearings. 9. Stuffing box: a. Design for water seal. b. Permits gland adjustment and repacking without dismantling pump. C. Suction and Discharge: 1. Provide ANSI, Class 150, 125 LB rate flanged 4 IN suction and 4 IN discharge. D. Base Plate. Provide common base plate for pump, drive and motor. 2.06 SOURCE QUALITY CONTROL A. Testing: I. Perform Level I test for each pump as defined by Hydraulic Institute Standards to assure conformance to manufacturer's commercial performance criteria. 2. Perform hydrostatic test for each pump in compliance with HI Standards. 3. Perform required Net Inlet Pressure Testas defined by HI Standards to verify compliance with specified performance criteria for the specified viscosity and pump speed. For variable speed pumps, perform tests for the maximum, minimum, and three intermediate speeds equally spaced between the maximum and minimum. 2.07 MAINTENANCE MATERIALS A. Furnish Owner one set of spare parts for each pump: 1. Stuffing box hardware. City of Lubbock, Municipal Water Treatment - Contract 3 11069-3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11069-4 01 2: Rotor. 02 3. Packing. 03 4. Connecting rod assembly equipped with universal joints 04 and seals. 05 5. Lantern rings. 06 6. Stator. 07 7. Bearings. 08 S. Protect spare parts from moisture with suitable _ 09 coatings or wrappings. 10 9. Furnish spare parts in substantial wooden boxes 11 identifying labels. 12 13 3.01 INSTALLATION 14 15 A. See Section 11060. 16 17 3.02 FIELD QUALITY CONTROL 18 19 A. See Section 11060. 20 21 END OF SECTION 22 e City of Lubbock, Municipal Water Treatment - Contract 3 a Poo 01 k 02 03 04 05 06 07 I" 08 09 10 11 12 13 14 15 16 P" 17 18 19 20 21 22 23 •• 24 25 26 27 28 29 30 31 32 33 •. 34 35 36 37 38 39 40 41 42 43 .. 44 45 46 47 48 49 50 51 52 53 I 92E19 SECTION 11072 PUMPING EQUIPMENT: VERTICAL TURBINE PART 1 - GENERAL 1.01 SUMMARY A. Section includes: 1. Propeller pumps. B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 11005 - Equipment: General Requirements. 4. Section 11060 - Pumping Equipment: General Requirements. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. American Iron and Steel Institute (AISI): a. Steel Products Manual. 2. American National Standard Institute (ANSI): a. B16.1, Cast -Iron Pipe Flanges and Flanged Fittings Class 2$, 125, 250, and 800. 3. American Society for'Testing and Materials (ASTM): a. A48, Standard Specification for Gray Iron Castings. b. A53, Standard Specification for Pipe, Steel, Black and Hot Dipped, Zinc -Coated Welded and Seamless. c. A108, Steel Bars, Carbon, Cold -Finished, Standard Quality. d. A582, Standard Specification for Free -Machining Stainless and Heat -Resisting Steel Bars, Hot Rolled or Cold -Finished. e. 8505, Standard Specification for Copper -Base Alloy Continuous Castings. f.. B584, Standard Specification for Copper Alloy Sand Castings for General Applications. 4. Hydraulic Institute Standards for Centrifugal Rotary and Reciprocating Pumps (HI). 1.03 SUBMITTALS A. Shop Drawings: 1. See Section'11060. 2. Source quality control test reports. B. Operation and Maintenance Manuals: I. See Section 01340. City of Lubbock, Municipal Water Treatment - Contract 3 11072-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11072-2 01 PART 2 - PRODUCTS 02 03 2.01 ACCEPTABLE MANUFACTURERS 04 05 A. Subject to compliance with the Contract Documents, the 06 following Manufacturers are acceptable: 07 1. Propeller pumps. 08 a. Fairbanks -Morse. 09 b. Worthington. 10 c. Ingersol-Rand. 11 d. Cascade Pump Co. 12 13 B. Submit requests for substitution in accordance with 14 Specification Section 01640. 15 16 2.02 MATERIALS 11 18 A. All Pumps, Open or Enclosed Line'Shaft: 19 1. Pump shaft: 416 stainless steel, ASTM A582 (416). 20 2. Bowls: Cast iron, ASTM A48, Class 30. 21 3. Bowl bearings: Bronze B584, ASTM B505 (932). 22 4. Impeller: Bronze, ASTM 8584 (836). 23 5. Suction bell: Cast iron, ASTM A48, Class 30. 24 6. Suction bell bearing: Bronze, ASTM B505 (932). 25 7. Connector bearing: Bronze, `ASTM 8505 (932). 26 8. Column coupling -threaded: Steel, ASTM A83, Grade B. 27 9. Column and flanges: Steel, ASTM A83,.Grade`B. 28 10. Shaft coupling: Steel, ASTM A108, Grade 12L14. 29 11. Lineshaft: Steel, ASTM AISI 1045. 30 12. Discharge head: Steel, ASTM A53, Grade B. 31 13. Subbase: Steel or cast iron. 32 33 B. Open Line Shaft Pumps: 34 1. Bearingretainer: Bronze, ASTM 6584 (836). 35 2. Bearing: Rubber, neoprene: 36 3. Lineshaft sleeve: 304 stainless steel. 37 4. Stuffing box and gland: Cast iron, ASTM'A48 Class 30. 38 5. Top shaft sleeve: 304 stainless Steel. 39 6. Gland bolt and nut: 304'stainless'steel. 40 7. Stuffing box bushing: Bronze, ASTM: -B505 (932). 41 S. Stuffing: Graphited synthetic: 42 43 2.03 EQUIPMENT 44 45 A. Performance and Configuration Requirements: 46 1. Wastewater Return Pumps (WRP-01 thru WRP-02): 47 a. Pump configuration: Open -line shaft.'' 48 b. Drive type: Constant speed.' 49 c. Primary design conditions: 3,300 gpm at 110 FT 50 TDH and 82.5 percent efficiency. 51 d. Secondary design conditions: 3,500 gpm at'105 FT 52 TDH and 81.5 percent efficiency. 53 e. Stages: 2 @ 60 FT per stage. City of Lubbock, Municipal` Water Treatment Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 . 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11072-3 b City of Lubbock, Municipal Water Treatment - Contract 3 r 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 f. Maximum speed: 1770'rpm. 02 g. Minimum horsepower: 111 HP. 03 h. Maximum horsepower: 116 HP. 04 1. Minimum shutoff condition: 0 gpm at 180 FT. 05 J. Column size: 14 IN. 06 k. Discharge flange: 14 IN. 07 1. Motor horsepower: 125 HP. �^ 08 f w 09 2.04 ACCESSORIES 10 11 A. See Section 11060. 12 13 2.05 FABRICATION 14 �., 15 A. Design pumps to operate without damage from reverse rotation 16 due to return of water through column. 17 18 B. Support weight of rotating assembly and thrust on motor 19 bearings. ' 20 21 22 C. Design driver shaft to allow impeller adjustment relative to bowls. 23 24 D. Support pump from baseplate sized to support entire operating 25 pump assembly. 26 27 E. Locate shaft seal at or above baseplate. 28 29 F. Mount driver on support stand or column extension from base 30 plate with access provided to shaft seal. 31 32 G. Balance statically and dynamically impeller in accordance 33 with HI Standards. 34 r' 35 H. Fabricate line shaft and column in maximum 10 FT lengths. i 36 37 I. Fabricate enclosed line shaft tube in maximum 5 FT lengths. r 38 ( 39 J. Coat all wetted steel with a minimum of polyamide epoxy, 10 40 mils dry thickness. ,.. 41 42 K. Provide units with Plain End (PE) discharge suitable for 43 installing.Dresser type coupling and two lugs for 3/4 IN 44 harness bolts per AWWA M-11. I 45 46 2.06 MAINTENANCE MATERIALS 47 �^ 48 A. Extra Materials: 49 1. Furnish Owner following spare parts for each pump service 50 category. 51 a. Bearing: One set. 52 b. All gaskets: One set. 53 b City of Lubbock, Municipal Water Treatment - Contract 3 r 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11072-4 01 02 PART 3 - EXECUTION 03 04 3.01 INSTALLATION 05 06 A. See Sections 11005 and 11060. 01 08 B. WRP-01 and WRP-02 replace two existing wastewater return 09 pumps in the pump building. Remove existing pumps and salvage' 10 for Owner. Install new pumps in existing openings. Modify 11 existing pump base openings as required. Finish floor 12 elevation in pump building is 3255.6±. Bottom of sump, 13 elevation 3226.0+. 14 15 3.02 FIELD QUALITY CONTROL 16 17 A. See Sections 11005 and 11060. 18 19 END OF SECTION City of Lubbock, Municipal Water Treatment — Contract 3 01 02 03 04 05 06 07 08 09 10 11 _ 12 13 14 15 16 17 18 19 11080-1 92EIS SECTION 11080 AERATION'EQUIPMENT: GENERAL REQUIREMENTS PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Three multi -stage centrifugal blowers in blower building to provide mixing and aeration of the powder activated carbon contact basin. 2. One blower to fluidize the settled carbon in the existing powder'activited carbon slurry tanks. B. Related Sections include but are not necessarily limited to: 1. Division 1 - General Requirements. 2. Section 11005 -:Equipment: General Requirements. 3. Section 11081 -'Blowers: Centrifugal (Multistage). 4. Section 11082 - Blowers: Positive Displacement. 5. Section 11083 - Aeration System: Coarse Bubble Type. C. Coordination: 1. Ensure blowers specified in Sections 11081 are supplied through a single manufacturer or distributor. 2. Ensure and secure testing at aeration system through the respective manufacturer of specified equipment. 3. Verify coordinator of instrumentation through Division .13 of these Specifications. Identify all items included with appropriate instrumentation loop tag number. 4. Ensure coordination with electrical as specified in Division 16. D. Specific Requirements: 1. For aeration system equipment, assemble in factory to ensure proper fit. Mark parts with erection marks, disassemble for shipment. 2. For equipment furnished under the following sections: a. Section 11081. b. Section 11082. 3. Employ and pay for the services of authorized manufacturer's factory or service representative to: 4. Inspect equipment installed by these Specifications. 5. Supervise adjustments, perform modifications as necessary. 6. Conduct start-up of equipment. 7. Supervise specified performance tests and operational test. Provide personnel needed to conduct and set up tests, perform testing and calculations. 8. Write complete field report covering but not necessarily City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11080-2 01 limited to results of installation check, startup, 01 02 testing, and adjustments. 02 03 9. Instruct Owner's personnel for a minimum period on 03 04 jobsite on operation of following: 04 05 05 06 SPECIFICATION SECTION PERIOD (HOURS) 06 07 07 08 11081 8 08 09 11082 8 09 10 10 11 1.02 DEFINITIONS 11 12 12 13 A. SCFM (Standard Cubic Feet Per Minute): Flow of air or gas at 13 14 standard conditions.defined by American Society of Mechanical 14 15 Engineers (ASME) and Compressed Gas institute (CGI) with 15 16 quantity expressed as volume in cubic feet per minute at 68 16 17 DegF 14.70 pounds per square inch absolute pressure and 17 18 36 -percent relative humidity. 18 19 19 20 B. ICFM (Inlet _Volume in Cubic Feet Per Minute): Volume of air 20 21 or gas in cubic feet per minute (cfm) actually entering the 21 22 blower device in reference. 22 23 23 24 C. References: Refer to the following specification for 24 25 detailed requirements of _aeration and associated equipment 25 26 and requirements included in the Project. 26 27 1. Section 11081: 'Blowers: Centrifugal (Multistage). 27 28 2. Section.11083:..Aeration System: Coarse Bubble Type.. 28 29 3. Section 11082: Blowers: Positive Displacement. 29 30 30 31 1.03 SUBMITTALS .: 31 32 32 33 A. See Section 01340. 33 34 34 35, B. Provide six copies'of written report covering "Specifier 35 36 Requirements" as previously outlined. Ensure reports are 36 37 certified by manufacturer of equipment. 37 38 38 39 39 40 PART 2 - PRODUCTS - NOT USED 40 41 41 42 42 43 PART 3 - EXECUTION 43 44 44 45 3.01 FIELD QUALITY CONTROL 45 46 46 47 A. See Section 11083. 47 48 48 49 :' END OF SECTION 49 City of Lubbock, Municipal Water Treatment - Contract -3 11081-1 k 01 92E19 SECTION 11081 02 03 04 CENTRIFUGAL BLOWER 05 06 PART 1 - GENERAL r^ 07 . 08 1.01 SUMMARY 09 10 A. Section Includes: 11 1. Three multistage PAC centrifugal blowers B1, B2 and B3. 12 13 B. Related Sections include but are not necessarily limited 14 to: 15 1. Division 0 - Bidding Requirements, Contract Forms, and 16 Conditions of the Contract. 17 2. Division 1 - General Requirements. '. 18 3. Section 01340 - Shop Drawings, Product Data and 19 Samples, Operation and Maintenance Manuals, Equipment 20 Record Sheets. 21 4. Section 01400 — Quality Control. 22 5. Section 01650 - Facility Startup. 23 6. Section 11005 - Equipment: General Requirements. 24 7. Section 11080 - Aeration Equipment: General 25 Requirements. 26 8. Section 13440 - Instrumentation for Process Control: 27 General Requirements. 28 9. Section 16010 - Electrical: General Requirements. 29 r 30 1.02 QUALITY ASSURANCE 31 32 A. Referenced Standards: 33 1. Anti -Friction Bearing Manufacturer's Association 34 (AFBMA) 35 a. B-10 Standards. 36 2. American Iron and Steel Institute (AISI): �^ 37 a. C1117, Carbon Steel, Type 416 Stainless Steel. 38 3. American National Standard Institute (ANSI): 39 a. B16.1, Cast -Iron Pipe Flanges and Flanged 40 Fittings, Class 25, 125, 250, and 800. 41 4. American Society of Mechanical Engineers (ASME): 42 a. 10, Power Test Code for Centrifugal Compressor and 43 Exhausts. 44 5. American Society for Testing and Materials (ASTM): 45 a. A48, Gray Iron Castings. 46 b. A307, Carbon Steel Externally Threaded Standard 47 Fasteners. 48 c. B85, Aluminum -Alloy Die Castings. 49 6. National Electrical Manufacturer's Association (NEMA): 50 51 a. MG -1, Motors and Generators. 7. Steel Structures Painting Council (SSPC): 52 a. SP -1, Solvent Cleaning. 53 S. U S Department of Labor, Occupational Safety and 6 City of Lubbock, Municipal Water Treatment - Contract 3 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11081-2 01 Health Administration (OSHA): 02 03 1.03 SYSTEM DESCRIPTION 04 05. A. Provide blower, driver, and accessories through single 06 manufacturer. 07 08 1.04 SUBMITTALS 09 10 A. Shop Drawings: 11 1. See Section 01340. 12 2. Product technical data including: 13 a. Acknowledgement that products submitted meet 14 requirements of standards referenced. 15 b. Manufacturer's installation instructions. 16 c. Furnish computations verifying performance 17 criteria including but not necessarily limited to: 18 1) SCFM at discharge pressure. 19 2) ICFM at EAP discharge pressure. 20 3) Complete operating curve, factory certified. 21 4) Surge pressure. 22 5) Brake horsepowers at identified points'. 23 d. Furnish a detailed identification of motor driver, 24 couplings, supports, and accessories Identify 25 valves and instrumentation with designated tag 26 numbers. 27 3. Certifications: 28 a. Submit data to verify and certify bearing life in 29 accordance with specified parameters. 30 4. Test reports: 31 a. Furnish certified test report from factory- at` 32 testing to date and place of dynamic balance and 33 accuracy obtained. 34 b. Field performance test for blowers. 35 36 B. Operation and Maintenance Manuals: 37 1. See Section 01340. 38 39 C. Spare Parts: 40 1. One set bearings and seals for each blower. 41 42 PART 2 - PRODUCTS 43 44 .2.01 ACCEPTABLE MANUFACTURERS 45 46 A. Subject to compliance with the Contract Documents, the 47 following manufacturers are acceptable: 48 1. Hoffman. 49 2. Lawson. 50 3. Or approved equal. 51 52 B. Submit requests for substitution in accordance with 53 specification Section 01640. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11081-3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 2.02 MATERIALS 03 �^ 04 A. General: ( 05 1. Standardization: Equipment shall be serviceable 06 without need of special,tools. �. 07 2. Ensure that industry standard or appropriate SAE grade 08 lubricants are acceptable for equipment operation. 09 3. Furnish blower of multi -stage centrifugal (dynamic) 10 type with impellers mounted on separate shaft. 11 4. Parts for duplicate blowers must be interchangeable. 12 5. Provide blowers built from parts cast or fabricated in 13 patterns from units previously constructed, tested, 14 and operating. 15 6. Surge Point: Less than 50 percent of air volume 16 specified for design condition. 17 I 18 B. Blower Housing: 19 1. Construct housing of rabbeted cast iron minimum 0.125 20 IN thick sections held rigid between cast iron minimum 21 0.125 IN thick fabricated inlet and outlet heads. 22 2. Provide inlet and outlet connections sized as shown on 23 Drawings and rated for ANSI Class 150, 125 LB complete 24 with drilled and tapped flanges constructed integral 25 with blower heads. 26 3. Utilize ASTM A307 steel tie rods to hold housing 27 sections in rigid fashion. 28 4. Bolt blower heads to housing to ensure ease in access 29 for maintenance. 30 5. Where blower shaft passes through both inlet and 31 outlet heads, provide carbon ring or labyrinth air 32 seals to ensure positive prevention of air leakage 33 between shaft and inlet and outlet heads. Design •� 34 blower to permit replacement of air seals without 35 requiring disconnection of inlet or discharge piping 36 or valves. r„ 37 38 C. Impellers: 39 1. Provide impellers which are one piece cast aluminum 40 alloy or fabricated aluminum alloy keyed to shaft by !^' 41 locknut and lockwasher. 42 2. Balance impellers both statically and dynamically to 43 assure mechanical operation over specified blower 44 performance capability with not.more than 1.5 mils of 45 total amplitude of vibration when measured on bearing 46 housing at design speed. 47 3. Design blower impellers such that tip speed will not 48 exceed 400 FT per second. 49 4. Design impellers whose pressure curve descends with 50 increasing volume. 51 5. Dynamically balance complete rotary assembly. 52 6. Assure impeller hubs butt against each other directly 53 or through one piece metal spacer of same material as City of Lubbock, Municipal Water Treatment - Contract 3 r 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11081-4 01 shaft. 02 7. Provide a minimum of 0.050 IN clearance between 03 impellers and stationary blower parts. 04 05 D. Shaft: 06 1. Design shaft of sufficient diameter to operate unit at 07 specified operating parameters. Size shaft so that 08 rotating assembly operates at minimum of 20 percent 09 below first critical speed. 10 2. Shaft material shall be AISI Type 416 stainless steel. 11 3. Assure shaft speed does not exceed 3600 rpm.' 12 13 E. Bearing and Bearing Housing: 14 1. Design blower such that only contact between shaft 15 rotor and housing is through two anti -friction 16 bearings. 17 2. Design bearings such that lubrication, inspection, or 18 replacement can be performed without disconnecting 19 piping or valves or disassembling blower. 20 3. Provide bearings which are oil lubricated through 21 constant level oilers with a minimum 14 -day oil 22 capacity for continuous operation and sight glass. 23 4. Design and size bearings for minimum expected life of 24 10 years in full accordance with AFBMA B-10 Standards. 25 5. Provide cast-iron bearing housing of outboard 26 construction to isolate bearings from blower 27 temperature. 28 6. Fabricated steel housings insulated with a minimum of 29 2 IN of fiberglass to protect bearings from blower' 30 heat. 31 7. Provide each bearing with heat -dissipating fan on 32 blower shaft. 33 34 F. Diffusing Vanes: 35 1. Provide diffusing vanes between impellers, integrally 36 cast with blower housing minimum 0.125 IN thick properly 37 curved with blower housing. 38 2. Provide spiral baffle between blower intake and 39 entrance to first stage. 40 41 G. Drive: 42 1. Provide drive configuration as shown on Drawings or as 43 described under minimum design criteria. 44 2. Drive types -shall be as described: 45 a. Flexible coupled -direct: Connect motor drive by 46 flexible coupling using Falk, Thomas, or approved 47 equal. Size coupling to transmit power required 48 by blower under performance requirements with 49 minimum factor of safety of 1.5. Provide OSHA 50 approved guard constructed of aluminum or 51 stainless steel. 52 b. V -belt driven: Connect motor drive by V -belt 53 drive arrangement according to intent of Drawings. City of Lubbock, Municipal Water'Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11081-5 p� 01 Orient drive to maximize equipment access. 01 02 Provide V -belt drive equal in capability to 02 03 flexible coupling in durability and load 03 04 transmission. Assure that drives permit sheeve 04 05 changing. Provide OSHA approved guard constructed 05 06 of steel, painted with safety yellow. 06 r- 01 07 08 H. Equipment Base: 08 09 1. Mount each blower and motor drive on single, full 09 10length fabricated steel frame. Design base with rigid 10 11 crossbracing to support entire unit. Mount each 11 12 blower base on anti -vibration strips for vibration 12 13 isolation. Provide each blower base with lifting 13 �- 14 lugs. 14 15 15 16 I. Motors: 16 �. 17 1. 480 V, 3 PH, 60 HZ, 3600 rpm squirrel cage induction 17 18 motors with 1.15 service factor, factory mounted and 18 ` 19 aligned on blower -motor base. 19 20 2. Guarded end suction, top discharge, open dripproof 20 21 enclosure. 21 22 3. Comply with Section 11005. 22 23 4. Provide motor space heater, wired to a separate space 23 r^ 24 heater terminal box. 24 t 25 5. Noise level shall not exceed 85 db when measured in 25 26 accordance with IEEE Standard No. 85. 26 �'• 27 27 28 J. Miscellaneous Attachments: 28 29 1. Provide machine bolts, nuts, and capscrews of 29 30 high-strength application with hex heads. 30 31 2. Attach a stainless steel nameplate to each blower. Include 31 , 32 permanently stamped information on nameplates to 32 33 include but not necessarily limited to the following: 33 34 a. Manufacturer's name. 34 35 b. Size and type. 35 36 c. Serial number. 36 ,. 37 d. Speed. 37 38 e. Impeller diameter. 38 39 f. Lubrication data. 39 40 g. Maximum number of consecutive starts. 40 41 3. Provide each blower and motor with lifting lugs. 41 42 42 43 2.03 ACCESSORIES 43 �- 44 44 45 A. Furnish flexible rubber expansion joints for both suction 45 46 and discharge of blowers. 46 47 47 A 48 B. Provide each blower with calibrated ammeter that indicates 48 i. 49 SUM and amps. Provide ammeter in control panel and 49 50 locally where control panel is not visible or within 20 50 51 ft. of blower inlet throttling valve. 51 i 52 52 53 C. Equip each blower and motor with hand -reset bearing 53 City of Lubbock, Municipal Water Treatment - Contract 3 r E t 11081-6 01 temperature relays._ Provide one for each inlet and outlet 02 bearing housing. furnish each relay with Single pale, 03 double throw contacts rated 5 amperes at 120 V ac which. 04 close on high bearing temperature to stop the blower and 05 to annunciate on the blower control panel. Relays shall 06 be wired to separate junction box., Bearing temperature 07 sensors shall be mounted in intimate contact with the 08 bearing block. 09 10 D. Furnish each blower with a NEMA Type 12, freestanding 11 control panel. The panel shall be a completely enclosed 12 metal cubicle assembled from formed structural members and 13 steel plates. The panel shall be 7'-6" high, 2'-0" wide, 14 and 2'-0" deep. 15 16 The panels shall be shop assembled and shall be shipped 17 completely assembled and wired. Suitable handling 18 facilities shall be provided. Each panel shall be of 19'' sufficient strength to support all equipment mounted 20 within, withstand handling and shipment, maintain proper 21 alignment, and be rigid and freestanding. 22 23 The front of the panels shall be stationary and fabricated 24 from 3/16 IN steel plate. The sides, top, and rear door 25 shall be not less than 10 gauge steel. The panels shall 26 be reinforced as required to support instruments in.the 27 general.arrangement as indicated on the drawings. The 28 rear shall consist of a full height hinged door permitting: 29 easy access to the interior. The hinges shall be strong 30 continuous piano type. Positive acting latches shall hold 31 the door securely closed. Heavy channel -iron bases shall 32 be supplied with the flanges up so that they may be 33 anchored to the floor. 34 35 Doors shall have turned back edges and additional bracing 36 where required to assure rigidity. Knobs, handles, and 37 other exposed hardware shall be chromium plated. The 38 cubicles shall be dusttight Conduits shall enter the 39 bottom of the cubicle for remote wiring. 40 41 The front of the each panel shall contain the following 42 flush -mounted or semi -flush mounted instruments and 43 devices: 44 45 1 5 unit annunciator 46 1 Set "Test -Acknowledge -Reset" pushbuttons 47 1 Annunciator alarm horn 48 1 Ammeter relay air flow indicator 49 1 Blower "Start -Stop" pushbuttons 50 1 Set of nameplates with,legend as indicated on the 51 Drawings. 52 53 1. Annunciator: City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11081-7 01 a. The annunciator panels'shall consist of 01 02 03 back -lighted nameplate type annunciator points. 02 The annunciator points shall be flush -mounted, 03 04 05 provided with a common wiring box and shall have 04 06 the following operating sequence.- 05. 07 08 BACK -LIGHTED ALARM RELAY 06 07 CONDITION NAMEPLATE OR HORN 08 09 --------- ------------ ---Off----- 10 Normal Off 109 0 11 Off -Normal Flashing On 11 12 Acknowledge Steady -on Off 12 13 Return to 13 14 Normal On Off 14 15 Reset Off Off 15 16 17 b. The annunciators panel shall be suitable for 16 17 18 19 operation on a 120 volt ac system, and its 18 20 components shall be designed to function properly 19 21 at 73 percent to 115 percent of normal voltage. 20 Each unit shall be wired and its circuits 21 22 completely tested at the factory. 22 23 c. The annunciator units furnished shall be of the 23 24 type that can be used with NO and NC alarm 24 25 contacts. 25 26 27 d. The wiring box for the annunciators shall contain 26 28 all wiring and terminal blocks required and shall 27 29 house a motor operated flasher switch. The back 28 30 cover shall be removable and shall provide easy 29 31 access to the interior. The annunciator panel and 30 32 its components shall be assembled and wired by one 31 33 manufacturer in an integral package type unit, 32 34 suitable for installation by the panel fabricator, 33 35 with no additional wiring except for the external 34 36 sensing, power, reset, acknowledge, lamp test, 35 37 horn and common alarm for all points for 36 connection to a remote annunciator. The 37 38 annunciator shall have relays for each point with 38 39 auxiliary alarm contacts that are wired in 39 40 41 parallel for connection to a remote annunciator. 40 e. Silencing, lamp test, and reset pushbutton 41 42 stations shall be provided'on the panel. 42 43 f. All wiring required on the panel and to the 43 44 terminals for external connections shall be 44 45 provided. 45 46 47 g. -A heavy-duty horn shall be provided on the control 46 48 h. panel. The flasher relay shall be separately mounted 47 48 49 inside the panel. 49 50 2. Air Flow Indicator: 50 51 a. Each blower control panel shall have a factory 51 52 53 calibrated air flow indicating system. Each meter 52 shall be transformer rated for operation with a 53 City of Lubbock, Municipal Water Treatment - Contract 3 11081-8 01 current transformer with an output of 0 to 5 02 amperes fuil scale. The transformer shall have 03 600 V insulation and shall be connected in one 04 phase of the motor supply circuit. The 05 transformer shall be housed in the motor junction 06 box._ Provide oversize junction box. The meter 07 shall be an ammeter relay with adjustable low and 08 high alarms. The relay shall have two separate 09 sets of contacts for low and high alarm contacts. 10 One set of low and high alarm contacts shall be 11 wired to the annunciatorand the second set of low 12 and high alarm contacts shall be wired to trip the 13 motor starter. Provide adjustable time delay 14 relay to permit normal startup. 15 16 The ammeters shall be flush -mounted in the front 17 of the blower control panel. The meter shall have 18 a scale not less than 4 IN long indicating scfm 19' and engraved with the surge point, rated point, 20 and motor overload point. The portions of the 21 meter face below the surge point and above the 22 motor overload point shall be masked with 23 transparent red over -lay. 24 3. Panel Wiring: All instrument and component device 25 wiring shall be as normally furnished by the 26 manufacturer. All interconnecting wiring and wiring 27 to terminals for external connection shall be not less 28 than 14 AWG copper, insulated for not less than 600 29 volts with type.SIS switchboard wire. Terminal blocks 30 for external connection shall be fabricated complete 31 with marking strip, covers, screw connectors similar 32 to G.E. Company "Type CR151C" terminal boards. All 33 wiring shall be,grouped or cabled and firmly supported 34 to the panel. Not less than 8 IN clearance shall be 35 provided between the terminal strips and the base for 36 conduit and wiring space. All instruments and 37 devices, including chart drives, shall be separately 38 fused as required to protect the equipment. Panels 39 requiring greater than 1000 watts shall be provided 40 with bolt -in type molded case circuit breakers serving 41 individual load groups not exceeding 1000 watts each. 42 4. Nameplates: Nameplates, where specified on panels, 43 shall be approximately 1 IN by'3.IN constructed of 44 black and white laminated phenolic material having. 45 engraved letters approximately 3/16 IN high extending 46 through the black face into the white layer. 47 5. Indicating lights:; Round indicating lights shall be 48 General Electric Company "Type CR104P" with reduced 49 voltage lamps. The complete lamp unit shall include 50 the receptacle, lamp, color cap, escutcheon, and 51 resistor or transformer support. Units shall be 52 connected for 120 volt ac operation. 53 6. Control stations: Two position switches and City of Lubbock, Municipal Water Treatment -'Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 4 i.. i S.f .).i 11081-9 01 pushbutton stations shalT'be heavy-duty oiltight 02 pushbuttons, General Electric Company "Type CR104P" 03 complete with rubber covers. Switches and pushbuttons 04 shall have standard size nameplates. 05 06 E. Furnish an air filter unit model OF -H as manufactured by 07 American Air Filter. The inlet air filter shall be common 08 to all blowers. The air filter unit shall use cleanable 09 and replaceable Permanent Aluminum Filters. Provide unit 10 of a size and minimum capacity of 120 percent of "Design 11 Condition Capacity" of two blowers. Furnish weather 12 louvers for outdoor use. 13 14 15 2.04 PERFORMANCE AND DESIGN REQUIREMENTS 16 17 A. Blower Building: PAC Blowers B1, B2 and B3. Provide 18 multi -stage dynamic blowers with individual unit 19 operating parameters as'follows: 20 1. Blower units B1, B2 and 83: 21 a. Design condition capacity: 3651 ICFM. 22 b. Discharge equivalent air pressure (EAP): 8.1 psig 23 at design condition. 24 c. Inlet air temperature: Min -10 DegF, Max 110 25 DegF. 26 d. Minimum motor nameplate horsepower: 200 HP. 27 e. Maximum brake horsepower for unthrottled inlet 28 condition at inlet temperature of 50 DegF with 29 discharge: 177 HP. 30 f. Drive configuration: Flexible coupled direct. 31 g. Inlet connection: 12 IN. 32 h. Outlet connection: 10 IN. 33 i. Maximum rotative speed: 3600 rpm. 34 j. Elevation above MSL: 3255 FT. 35 k. Size motor that blower operation will not cause 36 overloading at 8.1 psig and -10 DegF. 37 38 39 B. Expansion Joints on Suction and Discharge: 40 1. Suitable for an operating temperature of 250 DegF 41 (discharge only). 42 2. Joint to have flanges conforming to ANSI Class 150, 43 125 psi and retaining rings. 44 3. Joints shall allow a minimum of 0.6875 IN pipe 45 expansion (joint compression), 0.375 IN pipe 46 compression (joint expansion). 47 4. Provide single arch joints if synthetic rubber. 48 5. Provide tie rods at discharge expansion joints of 49 sufficient number and strength to restrain connection 50 at test pressure; use a minimum of two 5/8 IN DIA tie 51 rods at connections. 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11081-10 01 PART 3 - EXECUTION 02 - 03 3.01 INSTALLATION 04 05 A. Comply with Section 11005. 06 07 B. Comply with manufacturer's written instructions. 08 09 3.02 FIELD QUALITY CONTROL 10 11 A. Provide services of manufacturer's field representative. 12 1. See Sections 11005 and 11080. 13 14 B. Performance Test: 15 1. Field test each motor and blower in full accordance with 16 requirements and recommendations of ASME Power Test Code 17 for Centrifugal Compressors and Exhausters. 18 2. Ensure tests are conducted at a minimum of five points 19 _ approximately equal distance on capacity axis from surge 20 point to 120 percent of design volume. 21 3. Plot and certify test curves with results to include but 22 not necessarily be limited to the following: 23 a. Design condition capacity and discharge pressure. 24 b. Secondary condition capacity and discharge pressure. 25 c. Brake horsepower at surge and maximum specified 26 condition. 27 d. Inlet air temperatures., 28 e. Field vibration results. 29 30 C. Prepare and submit written test report. 31 32 END OF SECTION City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 4 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11082-1 92E15 SECTION 11082 01 02 AERATION EQUIPMENT: POSITIVE DISPLACEMENT BLOWERS 03 04 05 PART 1 - GENERAL 06 07 1.01 SUMMARY 08 09 A. Section Includes: 10 1. Positive displacement blowers for air agitation to 11 maintain PAC in suspension. 12 13 B. Related Sections include but are not necessarily limited to: 14 1. Division 0 - Bidding Requirements, Contract Forms, and 15 Conditions of the Contract. 16 2. Division 1 - General Requirements. 17 3. Section 09905 - Painting and Protective Coatings. 18 4. Section 11005 - Equipment: General Requirements. 19 5. Section 11080 - Aeration Equipment: General 20 Requirements. 21 6. Section 15060 - Pipe and Pipe Fittings: General 22 Requirements. 23 7. Section 15100 - Valves: General Requirements. 24 25 1.02 QUALITY ASSURANCE 26 27 A. Referenced Standards: 28 1. Anti -Friction Bearing Manufacturer's Association (AFBMA). 29 2. American Iron and Steel Institute (AISI). 30 3. American Iron and Steel Institute (ANSI). 31 4. American Society of Mechanical Engineer (ASME). 32 5. American Society for Testing and Materials (ASTM). 33 34 B. Qualifications: 35 1. Each blower and motor shall be supplied through a single 36 manufacturer with single source responsibility including 37 warranty• 38 39 1.03 SUBMITTALS 40 41 A. See Section 11080. 42 43 B. Submit six copies of certified test results as specified. 44 45 C. Submit copies of nameplate data. 46 47 D. Submit verification of bearing requirements to certify AFBMA 48 rating. 49 50 1.04 DELIVERY, STORAGE, AND HANDLING' 51 52 A. Ensure units are shipped with openings sealed after injection 53 City of Lubbock, Municipal Water Treatment - Contract 3 11082-2' 01 of rust inhibiting powder. 01 02,:.. 02 03 .4.05- PROJECT/SITE CONDITIONS 03 04 ` . 04 05', A. Base blower selections using an operating elevation of 992 M 05 06 (3255 FT) above sea level. 06 07 07 08 08 09 PART 2 - PRODUCTS 09 10 10 11 2.01 EQUIPMENT11 12 _ 12 13 A. Performance Requirements: 13 14 1. Furnish and install one positive displacement blower for 14 15 package treatment unit aeration. Blower shall meet the 15 16 following operating parameters: 16 17 a. Blowers: B-101. 17 18 1) Design condition capacity: 1,223 CU.M/HR (720 18 19 scfm).' 19 20 2) Equivalent air pressure at discharge: 62 kPa 20 21 (9.0 psig) for design condition. 21 22 3) Inlet air temperature: 49 DegC (120 DegF). 22. 23 4) Maximum blower rpm: 1800. 23 24 5) Minimum driver nameplate horsepower: 60. 24 25 6) Drive configuration: Direct in-line with 25 26 flexible coupling. 26 27, 7) Discharge flange: 150 mm. 27 28` 8) Maximum air temperature rise through unit: 42 28 29 DegC'(108 DegF). 29 30 9) Power Supply: 480 volts, 3 phase, 60 Hz. 30 31 31 32 B. Design and Fabrication Requirements:` 32 33 1. Case: Furnish blower casing as one piece with two 33 34 separate headplates with castings consisting of 34 35 close -grained cast iron ribbed to prevent distortion 35 36 under specified operating conditions. Furnish inlets and 36 37 outlets of minimum size shown on Drawings and required to 37 38 meet "Performance Requirements and Physical Parameters." 38 39' 2. Impellers and shafts: Design blower using ductile 39 40 iron impellers. Construct as straight, two lobe 40 41 involute type capable of operation without rubbing, 41 42 requiring liquid seals or lubrication. Ensure a 42 43 positive timing of _impeller by using accurately 43 44 machined heat treated alloy steel helical timing gears. 44 45' Positively attach timing gear to shaft by means of 45 46 press -on tapers. 46 47 3. Shafting: Provide alloy -steel drop forged shafts, 47 48 flange -connected to impellers. Size shaft for maximum 48 49 torsional load imposed to include vibration and 49 50. critical speed parameters. 50 51 4. Bearings: Support impeller/shaft at each end by 51 52 - cylindrical roller bearings or by spherical roller_ 52 53 bearings. Design bearings for a minimum of 30,000 HRS 53 City of Lubbock, Municipal Water Treatment - Contract 3 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 r 15 16 17 18 19 20 r 21 22 23 r., 24 r 25 26 27 r28 29 30 +- 31 32 33 34 35 36 37 ^ 38 39 40 r- 41 C 42 43 44 R 45 46 47 48 49 50 ,• 51 E . 52 53 7 AFBMA B10. 5. Lubrication: Provide a positive method of lubrication for timing gears, gear, and bearings by a splash oil system from oil maintained in gear housing. Lubricate drive and bearings by constant level oiler with sight reservoir and a minimum oil capacity for 14 days of constant operation. Provide carbon ring seals where shaft passes through headplates. Vent impeller side of oil seal to atmosphere to eliminate possible carry-over of lubricant into air stream. 6. Motor: Furnish blower with motor as specified under Section 11005 of these specifications with 1.15 service factor. Provide flexible coupling between motor and blower with guard. 7. Base: Mount blower and motor on a common base. Construct base of fabricated steel. Rigidly brace base to support entire load of assembly during operation, loading, and placing. Provide resilient vibration isolators between base and mounting position. Provide enclosed base frame assembly with integral resonance absorption silencer which can be continuously adjusted to the pulse frequency of the blower. Blower shall discharge directly into base assembly. See Drawings for base assembly discharge location. Provide with mineral wool absorption material. 8. Miscellaneous hardware: Provide machine bolts, nuts and capscrews of high-strength application of corrosion resistant material with hex heads. Do not use hardware requiring special tools or wrenches. Information shall be permanently stamped on plate and include but not necessarily be limited to the following: a. Design condition capacity and discharge pressure. b. Manufacturer's name and type. c. Serial number. d. Speed. e. Motor voltage, phase, hertz, speed, service factor, horsepower, ambient temperature rating. 2.02 ACCESSORIES A. Install as close to blower as possible before first line valve, a spring loaded pressure relief valve. Furnish unit with stainless steel spring seat and stem guide. Unit shall be rated for complete passage of design condition capacity of design discharge pressure. Install pressure relief in vertical position and checked for operation at manufacturer's recommended setting. B. Provide flexible rubber expansion joints at both inlet and outlets. Ensure units are rated for maximum 120 DegC (250 DegF) and maximum pressure of 105 kPA (15 psig). Provide anchorage on discharge to restrict axial movement. City of Lubbock, Municipal Water Treatment - Contract 3 11082-3 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27, 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11082-4 01 C. 02 03 04 05 06. D. 07 08 09 10 11 12 13 14 15 E. 16 17 18 19 20 21 2.03 22 23 A. 24 25 26 27 28 29 30 31 2.04 32 33 A. 34 35 36 37 38 39 Provide 75 mm (3 IN) DIA hermetically sealed temperature gages at blower outlet. Furnish case of stainless steel or cast aluminum of dust -tight, watertight construction. Provide temperature range of 120 DegC. Equip blower inlet with combination inlet air filter and silencer. Maximum free field noise level at 3 FT from blower shall be 85dBA. Furnish unit rated for 150 percent of design condition ICFM at pressure drop not to exceed 50 mm (2 IN) of water. Furnish unit with filtering medium capable of removing 99 percent of the 10 micron particles. Ensure unit has replaceable filters which may be washed with detergent freed of excess water and replaced to service. Provide valves and operators as indicated on Drawings and specified. Valves and piping to be in full accordance with Sections 15060 and 15100 of these Specifications. Ensure outlet throttling valve is multi -position valve using a lever or worm gear operator. SOURCE QUALITY CONTROL Factory Tests:' 1. Perform static and 'dynamic testing.of impellers. Provide copies of results to Construction Manager. 2. Perform factory slip test to determine when discharge is blanked off the rpm necessary to maintain 7 kPA (1 psig). This rpm shall be less than allowable factory slip to meet ASME Code requirements. MAINTENANCE MATERIALS Extra Materials: 1. Provide the following spare parts for each blower: a. Two bearing sets. b. Two inlet filter mediums. c. Two sets of seals. 40 PART 3 EXECUTION 41 42 '3.01 INSTALLATION 43 44 A. 45 46 47 3.02 48 49 A. 50 51 Install products in accordance with manufacturer's written instructions. FIELD QUALITY CONTROL See Section 11080. END OF SECTION City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 r City of Lubbock, Municipal Water Treatment - Contract 3 11083-1 01 92E19 SECTION 11083 01 02 - 02 03 AERATION SYSTEM:, COARSE BUBBLE TYPE 03 04 04 05 PART 1 - GENERAL 05 06 06 07 1.01 DESCRIPTION 07 08 08 09 A. The Contractor shall furnish all labor, materials, tools 09 10 equipment, and perform all work and services necessary for 10 11 or incidental to the furnishing and installation, 11 12 complete, of all coarse bubble -type aeration systems as 12 13 shown on Drawings and as specified, in accordance with 13 14 provisions of the Contract Documents, and completely 14 15 coordinated with work of all other trades. 15 16 16 17 B. Related specification sections include but are not 17 18 necessarily limited to: 18 19 1. Division 1 - General Requirements. 19 20 2. Section 11005 - Equipment: General Requirements. 20 21 3. Section 11080 - Aeration Equipment: General 21 22 Requirements. 22 23 4. Section 15060 — Pipe and Pipe Fittings: General 23 24 Requirements. 24 25 25 26 C. Items in Project include but are not necessarily limited 26 27 to the following: 27 28 1. One carbon contact basin (concrete tank). 28 29 a. Dimensions: 29 30 1) Length: 288 FT. 30 31 2) Width: 27.67 FT. 31 32 3) SWD: 11.25 FT. 32 33 4) Type of Header: Fixed Header 33 34 34 35 D. Although such work is not specifically shown or specified, 35 36 all supplementary or miscellaneous items, appurtenances 36 37 and devices incidental to or necessary for a sound, 37 38 secure, complete and compatible installation shall be 38 39 furnished and installed as part of this work. 39 40 40 41 1.02 QUALITY STANDARDS 41 42 42 43 A. See Section 11080. 43 44 44 45 1.03 SUBMITTALS 45 46 46 47 A. See Section 11080. 47 48 48 49 B. Submit specific data to include but not necessarily be 49 50 limited to following: 50 51 1. Details of diffusers. 51 52 2. Details of supports. 52 53 3. Layouts of headers. 53 City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51. 52 53 11083-2 4. Air distribution calculation. S. Expansion and contraction calculation and design provisions. 6. Headloss calculations. 7. Performance curves. S. Performance test data; results; and report. 1.04 CONDITIONS OF SERVICE AND PERFORMANCE CONDITIONS A. Application of Services: 1. Carbon Contact Basins. Provide equipment to aerate and completely mix contents of carbon contact basin. Contents include water and carbon slurry. Provide equipment which operates effectively in . environment produced by these conditions. Elevation of site is 3255 Ft. MSL. B. Mixing Requirements: When air flow is set at following rates for the basin, complete mixing shall be achieved within the basin. Air rates are as follows: BASIN LOCATION AIR SUPPLY (1) Carbon Contact Basin 6000 SCFM or More Ensure mixing prevents deposition of solids in or near basin corners behind columns, supports and incidental structural components, ensure no progressive buildup of solids exists or is such that process can be adversely affected. PART 2 - PRODUCTS 2.01 EQUIPMENT A. Fixed Header System Equipment: Provide equipment as specified in the carbon contact basin. Include as System the completed air piping and header system, air manifolds, downcomers, supports, diffusers, and testing. 1. Air Piping. Provide air piping, manifold, and downcomer, constructed of following piping materials. a. Steel piping: See Section 15060. 2. Diffusers: Furnish diffusers constructed of a molded ABS polymer of black cycolac resin. Acceptable manufacturer: a. 3/16 IN Monosparj, Walker Process. 3. Moisture Blowoff System: - a. Provide at locations shown on drawings. b. Provide 3/4" 316 stainless steel. c. Ball valve and discharge point: locations City of Lubbock, Municipal Water Treatment = Contract 3 01 02 03 04 05 06_ 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 71 City of Lubbock, Municipal Water Treatment - Contract 3 11083-3 01 shown on drawings. Ball valve easily accessible 01 02 and horizontal. Support from vertical walls at 02 03 4'-0" with stainless steel pipe clamps and 03 04 stainless steel expansion anchors. 04 05 d. System complete with all pipes, valves, fittings 05 06 and accessories. 06 07 e. Piping, fittings: 3/4" stainless steel. 07 08 f. Ball valves: 3/4" stainless steel. 08 09 g. Provide flexible pipe connections and all other 09 10 allowances for expansion and contraction. 10 11 h. Design: manufacturer's standard except as 11 12 indicated above. 12 13 13 14 14 15 PART 3 - EXECUTION 15 16 16 17 3.01 DEMONSTRATION AND TESTING 17 18 18 19 A. Test diffuser to show air flow verses diffuser head loss 19 20 in inches of water. Demonstrate by actual installation 20 21 that diffuser selection will provide complete mixing in 21 22 the PAC basin. 22 23 23 r• 24 END OF SECTION 24 71 City of Lubbock, Municipal Water Treatment - Contract 3 (THIS PAGE LEFT BLANK INTENTIONALLY) 7 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 r 20 21 22 23 24 25 26 27 28 29 30 31 32 33 Oft 34 35 36 37 38 c 39 40 41 t ! 42 43 44 7 45 46 47 48 49 50 51 52 53 i 92H12 PART 1 - GENERAL 1.01 DESCRIPTION SECTION 11220 FLOCCULATION EQUIPMENT INSTALLATION A. General: 1. Furnish all labor, materials, tools, equipment, and services for installation of flocculation equipment provided by Owner and as indicated, in accordance with provisions of the Contract Documents. 2. Completely coordinate work with equipment supplier and of all other trades. 3. Although such work is not specifically indicated, furnish and install all supplemental or miscellaneous items, appurtenances and devices incidental to or necessary for a sound, secure and complete installation. 4. See Division 1 for General Requirements. B. Work included consists of but is not necessarily limited to installation of: 1. Flocculator mechanisms and all drive equipment for the flocculator mechanisms. 2. Support, bearings, and all appurtenances. C. Related specification sections include but are not necessarily limited to: 1. Section 01600 - Product Delivery, Storage, and Handling. 2. Section 09905 - Painting. 3. Section 11005 - Equipment: General Requirements. 4. Section 13440 - Instrumentation for Process Control: General Requirements. 5. Section 16010 - Electrical: General Requirements. 1.02 SUBMITTALS A. Shop Drawings: 1. Submit in accordance with requirements in Section 11005. B. Operation and Maintenance Manuals 1. Submit in accordance with requirements of Section 01340. PART 2 - PRODUCTS 2.01 WELDING City of Lubbock, Municipal Water Treatment - Contract 3 11220-1 01 02 03 04 05 06 07 08 09 10 11 12 13. 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11220-2 01 A. All welding practices shall be in accordance with the 01. 02 requirements of the American Welding Society. All welders 02 03 shall be certified in accordance with AWS for type of 03 04 welding work performed under this section. 04 05 05 06 B. Normal assembly of the oscillating flocculator equipment 06 07 will be by bolting. Field welding will not be allowed 07 08 except in special cases with the permission of the 08 09 Engineer. 09 10 10 11 2.02 SURFACE PREPARATION AND PAINTING 11 12 12 13 A. All fabricated steel surfaces shall be shipped bare for.. 13 14 field painting in accordance with Division 9 of these 14 15 Specifications. 15 16 16 17 B. All machined metal surfaces will be coated with a 17 18 suitable, easily removable rust inhibitive compound. prior 18 19 to shipment. Upon receipt of any materials coated with a 19 20 rust inhibitive compound, the Contractor shall insure that 20, 21 the coating is intact prior to storage and maintain the 21 22. coating until installation of the oscillating flocculator 22 23 equipment. 23 24 24 25 25 26 PART 3 - EXECUTION 26 27 27 28 3.01 INSTALLATION 28 29 29 30 A. The mechanisms shall be installed in,accordance with the 30 31 manufacturer's recommendations as approved by the 31 32 Engineer. Installation to include mounting of paddles on 32 33 flocculator support arms. Prior to start-up of the 33 34 ` flocculator equipment, a field service engineer employed 34 35 directly by the manufacturer shall inspect the assembled 35 36 equipment, make necessary minor final adjustments and certify 36 37 the equipment ready for operation. 37 38 38 39 B. Flocculation equipment and scope of services described in 39 40 Appendix. 40 41 41 42 3.02 SERVICE 42 43 43 44 A. Prior to commencing erection'of the flocculator equipment, 44 45 a pre -erection conference shall be held at the jobsite 45 46 with a factory trained field service representative to 46 47 insure that the Contractor is well versed in the erection 47 48 of the equipment. 48 49 49 50 3.03 PERFORMANCE DEMONSTRATION TEST 50 51 51 52 A. After start-up and prior to final acceptance, the 52 53 Contractor shall conduct Engineer witnessed performance 53 City of Lubbock, Municipal Water Treatment - Contract 3 11220-3 O1 demonstration tests on the flocculator equipment. 02 03 END OF SECTION City of Lubbock, Municipal Water Treatment - Contract 3 O1 02 03 (THIS PAGE LEFT BLANK INTENTIONALLY) a 7 O1 02 03 04 05 06 07 08 09 10 11 12 13 14' 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 92E15 PART I - GENERAL 1.01 DESCRIPTION SECTION 11221 CARBON SLURRY TANK MIXERS A. Scope: Furnish three complete mixer for the carbon slurry mixing and storage tanks including the following: 1. Motor. 2. Gearbox. 3. Coupling. 4. Impeller. 5. Mixer shaft. 6. Accessories. B. Related specification sections include but are not necessarily limited to: 1. Division 1 - General Requirements. 2. Section 09905 - Painting and Protective Coatings. 3. Section 11005 Equipment: General Requirements. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. Philadelphia Mixer. 2. Mixing Equipment Company, Inc. (Lightnin). B. Reference Standards: 1. Anti -Friction Bearing Manufacturers Association (AFBMA). 2. American Gear Manufacturers Association (AGMA). 3. U.S. Department of Labor Occupational Safety and Health Administration (OSHA). 4. National Electrical Manufacturers Association (NEMA). 5. Steel Structures Painting Council (SSPC); a. SP -1, Solvent Cleaning. 1.03 SUBMITTALS A. Shop Drawings and Product Data: 1. General: a. Materials. b. Parts. c. Accessories. d. Assembly. e. Installation instructions. 2. Impellers and shafts: a. Manufacturer. b. Type and model. c. Design rotative speeds. d. Bearings types and life Calculations. e. Dimensions and net weight including thickness of City of Lubbock, Municipal Water Treatment - Contract 3 11221-1 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11221-2 01 all components. 02 f. Materials of construction. 03 g. Mounting requirements -and design forces: Torque, 04 bending lead, and vertical live loads. 05 h. Disassembly procedure for impeller access. 06 i. Critical speed calculations. 07 j. Shaft and impeller stress calculations. 08 k. Pumping rate calculations. 09 3. Drive Units: 10 a. Manufacturer. 11 b. Type and model. 12 c. Rated size. 13 d. Efficiency of components. 14 e. Temp rating and service factor. 15 f. Dimensions and weight. 16 g. Lubrication systems. 17 h. Shaft section modules. 18 i. Service factor. 19 j. Shaft deflection calculations. 20 21 B. Operating and Maintenance'Manual. 22 23 C. Certification of proper installation and satisfactory 24 performance. 25' 26 1.04 PRODUCT DELIVERY, STORAGE, AND HANDLING 27 28 A. Procedures for product delivery are specified in Section 29 01600. 30 31 B. Run speed reducers with rust inhibitive oil before shipment. 32 33 C. Spray preservative oil on internal reducer housing 34 surfaces before shipment. 35 36 1.05 JOB CONDITIONS' 37 38 A. Outdoor installation. 39 40' - B. Continuous mixing. 41 42 C. Tank size: 43 44 45 PART 2 PRODUCTS 46 16 FT -0 IN x 16 FT -0 IN x 16 SWD. 47 2.01 PERFORMANCE AND DESIGN REQUIREMENTS 4$ 49 A. Mixers: 50 1. Heavy duty top entering type. 51 2. Independent impeller shaft support system. 52 3. No underwater steady bearing to be ,used or required. 53 4. Two -speed motors`:; City of Lubbock, Municipal Water Treatment - Contract.3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 r O1 a. High speed used during wetting process and during 02 feed. 03 b. Low speed used to maintain carbon in suspension 04 during storage. 05 5. Motor capable of restarting without damage to motor, 06 drive system or impellers in the event carbon settles 07 out of suspension. 08 6. Full load operating noise level within current OSHA 09 noise standard limits. 10 11 2.02 MATERIALS 12 13 A. Gear Housing and Motor Support:Fabricated steel. 14 15 B. Impeller Shaft: One piece, stainless steel, AISI 316. 16 17 C. Impeller: Stainless steel, AISI 316. 18 19 D. Mounting Flange: Carbon steel, stainless steel facing, 20 AISI 316. 21 22 E. Stabilizing Ring: Stainless steel, AISI 316. 23 24 2.03 FABRICATION AND MANUFACTURE 25 26 A. Impeller: 27 1. Lower impeller: 28 a. Flat radial flow turbine type. 29 b. Minimum diameter: 36 IN. 30 c. Stabilizer ring mounted in conjunction with lower 31 impeller. 32 d. Impellers and stabilizer designed in order to pass 33 through a 36 1N diameter manhole prior to 34 attachment to shaft. 35 2. Upper impeller: 36 a. High efficiency axial flow turbine type. 37 b. Minimum diameter: 68 IN. 38 c. Number of blades, shape and pitch determined by 39 mixer manufacturer. 40 41 B. Gear Drive and Bearings: 42 1. General 43 a. Designed, manufactured and rated per AGMA standards 44 for industrial speed reducers. 45 b. Minimum noise levels shall comply with OSHA noise 46 standards. 47 2. Type: 48 a. Hollow quill design with independent bearing 49 support and with flexible coupling connection. 50 b. Totally enclosed. 51 3. Gears: 52 a. Sized in accordance with AGMA for industrial speed 53 reducers. City of Lubbock, Municipal Water Treatment - Contract 3 11221-3 O1 02 03 04 05 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11221-4 01. b. Combination helical and spiral bevel. 02 c. Norm gears and spur gears not acceptable. _.. 03 d. Drive flexibly coupled to impeller shaft. 04 4. Service factor: 2.0 based on nameplate hp of motor. 05 5. Bearings: 06 a. Ball or roller. 07 b. Oil or grease lubricated, easily accessible. 08 Positive protection to prevent leakage of lubricants. 09 c. Thrust bearings independent, designed to carry 125 10 percent of shaft and impeller loads. 11 d. All bearings within drive except output shaft 12 bearing: AFBMA B-10 life of 100,000 HRS at full 13 motor nameplate horsepower and at design speed. 14 e. Output shaft bearing: AFBMA B-10 life of 300,000 HRS 15 at full motor nameplate horsepower and at design 16 speed. 17 f. Located above support platform. 18 6. Lubrication: 19 a. Oil or grease lubricated. 20 b. Positive lubrication of all gears and bearings. 21 c. Sight glass and dipstick oil level indicators. 22, d. Adequate separation between oil- and grease - 23 lubricated parts. 24 e. Oil breather located above possible oil foam level. 25 f. Magnetic drain plug. 26 g. Dry well feature to eliminate oil leakage down 27 output shaft. 28 h. Oil fill and drain lines easily accessible. 29 i. Grease fittings: Protected by removable neoprene 30 covers and easily accessible. 31 J. Greased bearing seals: Lip type to retain grease. 32 7. Case: 33 a. Removable cover to provide access to gear reducer 34 and all bearings without removing unit. 35 b. Provide lifting lugs. 36 c. Stress relieved and reinforced. 37 38 C. Impeller Shaft: 39 1. No underwater steady bearing. 40 2. Solid and a minimum 3-1/2 IN in diameter. Maximum 41 stress at max operating load: 8,000 psi.. 42 3. Maximum total indicated runout at lowest point of 43 shaft as measured when turning over by hand: 1/8 IN 44 per 10 FT of overhang. 45 4. One piece, output coupled to _gearbox by rigid coupling. 46 5. Minimum keyway length of 18 IN for final positioning 47 of impellers in field. 48 49 D. Motor: 50 1. Two -speed and two windings. 51 2. 460 V, 3 PH, 60 HZ. 52 3. TEFC motor enclosure suitable for outdoor operation. 53 4. Lifting lugs. City of Lubbock, Municipal Water Treatment - Contract'3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 .31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 v 11221-5 O1 5. Exact speed of motor and impeller determined by Manufacturer. 01 02 02 . 03 E. Mounting Arrangement: 03 04 1. Mount gearbox and motor on common baseplate. 04 05 2. Provide channel frame support as required for adequate 05 06 clearance of rigid coupling. 06 07 07 08 08 09 PART 3 - EXECUTION 09 10 10 11 3.01 FIELD QUALITY CONTROL 11 12 12 13 A. Manufacturer's Field Services: 13 14 1. Provide services of manufacturer's field representative. 14 15 2. Field representative to: 15 16 a. Inspect and verify equipment properly installed as 16 17 specified and per manufacturer's recommendations. 17 18 b. Direct initial startup and instruct plant personnel 18 19 in proper operation and maintenance of equipment. 19 20 c. Preside at field test of equipment. 20 21 d. Instruct Owner's personnel in operation and 21 22 maintenance of equipment. 22 23 e. Submit a certification of proper installation and 23 24 satisfactory performance. 24 25 f. Provide field representative for equipment 25 26 startup. 26 27 27 28 B. Mixer equipment requiring special tools for repair, 28 29 adjustments or maintenance shall be furnished with such 29 30 tools or accessory devices. 30 31 31 32 C. Upon installation of mixers, connect the electrical motor 32 33 space heaters as soon as practically possible, and provide 33 34 lubrication to the gear and bearing system as recommended 34 35 by the mixer manufacturer. 35 36 36 37 3.02 ADJUSTMENTS AND TESTING 37 38 38 39 A. Operating Checks: 39 40 1. Pre-operation checks: 40 41 a. Impeller shaft alignment. 41 42 b. Speed reducer - bearing lubrication. 42 . 43 c. Impeller rotation. 43 44 d. Motor shaft - input shaft alignment. 44 45 e. Water level. 45 46 f. Ensure carbon slurry mixing chamber is clear of 46 47 debris which would damage the impellers. 47 48 2. Post-operation checks: 48 49 a. Check bearing temp against manufacturer's 49 50 recommendation. 50 51 b. Check for motor overload. 51 52 c. Check shaft alignment: 52 53 1) Test impeller shaft by hand turn operation. 53 City of Lubbock, Municipal Water Treatment - Contract 3 11221-6 O1 :2) Deflection: Not to exceed 1/8 IN per 10 FT,of 02- length. 03 d. Check vibration: 04 1) Test gearbox unit for vibration when operated 05 by motor. 06 2) Maximum allowable deflection: 5 MILS anywhere 07 on motor or speed reducer. 08 09 B. Performance Testing: 10 1. Water test: 11 a. With carbon slurry mixing chamber at normal 12 operating level, operate mixer for 4 HRS. 13 b. Measure power consumption and vibration every 5 MIN 14 for the first hour. 15- 2. Testing: 16 a. Costs: 17 1) Owner will pay for energy costs associated 18 with testing. 19 2) Supplier will pay for all other costs 20 associated with testing and retesting. 21 b. Failure to perform: 22 1) Equipment not meeting specified performance 23 requirements will not be accepted. 24 2) Supplier to remove equipment, modify, reinstall, 25 and retest as required to meet test requirements. 26 c. Test personnel and equipment: 27 1) Personnel: Qualified and familiar with operation 28 and equipment furnished. 29 2) Equipment: Calibrated. 30 d. All tests shall be performed in the presence of the 31 Engineer and Owner. 32 e. Schedule: 33 1) Coordinate testing with Construction 34 Contractor, Owner, and Engineer. 35 36 3.03 SPECIAL CONDITIONS 37 38 A. Shop Painting: 39 1. All welds shall be thoroughly cleaned and ground smooth 40 in preparation for painting. All iron and steel 41 surfaces, except for motors and speed reducers, shall 42 be solvent cleaned in accordance with SSPC-SP1 before 43,' shop primer is applied. 44 2. All iron and steel surfaces, except motors, speed 45 reducers, sprockets, drive chains, and stainless steel. 46 shall be given a shop coat of the manufacturer's 47 standard rust inhibitive primer. 48 49 END OF SECTION City of Lubbock, Municipal Water Treatment Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 " 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 01 92A31 SECTION 11235 02 03 WATER SOFTENER ,.. 04 05 PART 1 - GENERAL 06 07 1.01 SUMMARY 08 09 A. General work included in this section: r d d 10 1. Two (2) automatic heavy duty industrial water 11 softeners operating in parallel sharing a common brine 12 tank. 13 14 B. Related sections include but are not necessarily limited 15 to: 16 1. Division 1 - General Requirements. 17 2. Section 09905 - Painting and Protective Coatings. 18 3. Section 15060 - Pipe and Pipe Fittings: General 19 Requirements. 20 21 1.02 SUBMITTALS 22 23 A. Shop drawings: 24 1. See Section 01340. 25 2. Product technical data including: 26 a. Manufacturers installation instructions. 27 b. Piping diagrams. 28 29 1.03 PRODUCT DELIVERY, STORAGE, AND HANDLING 30 31 A. See Section 01600. 32 33 PART 2 - PRODUCTS 34 35 2.01 PERFORMANCE AND DESIGN 36 37 A. Minimum capacity per tank: 900,000 grains of hardness. 38 B. Minimum operating flow rate: 140 GPM. 39 C. Brine tank capacity: Two regeneration cycles. 40 D. Maximum pressure drop: 16 psig. 41 E. Maximum regeneration time: 90 MIN. 42 43 2.02 ACCEPTABLE MANUFACTURERS 44 45 A. Subject to compliance with Contract Documents, the 46 following manufacturers are acceptable: 47 1. Illinois Water Treatment. 48 2. Or approved equal. 49 50 B. Submit requests for substitution in accordance with 51 Specification Section 01640. 52 53 2.03 MATERIALS City of Lubbock, Municipal Water Treatment - Contract 3 11235-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11235-2 01 02 A. Water softening tanks: FRP 150 psig working pressure. 03 04 B. Brine tank: FRP. 05 06 2.04 FABRICATION AND MANUFACTURE 07 08 A. Provide hand hole in top of water softener tank for 09 access. 10 11 B. Regeneration of resin shall be automatic and shall be 12 initiated by a mechanical batch controller. Provide for 13 push button, manual initiation of regeneration cycle. 14 15 C. Provide automatic switch -over of water softener tanks when 16 regeneration is initiated. 11 18 PART 3 - EXECUTION 19 20 3.01 INSTALLATION 21 22 A. Install duplex water softener as per manufacturer's 23 written instructions 24 25 B. Provide sufficient quantity of approved regeneration salt 26 to fill brine tank five (5) times. 27 28 END OF SECTION City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 7 i. 11920-1 �., 92EIS SECTION 11920 01 002 02 03 CHEMICAL FEED, HANDLING AND STORAGE EQUIPMENT 03 04 04 r 05 PART 1 - GENERAL 05 06 06 07 1.01 DESCRIPTION 07 08 08 ` 09 A. General: 09 10 1. Furnish all labor, materials, tools, equipment, and 10 11 12 services for all chemical feed equipment as indicated, in accord with provisions of Contract Documents. 11 12 13 2. Relocate polymer feed pumps from existing temporary 13 14 building to the new blower building. 14 15 3. Completely coordinate with work of all other trades. 15 16 4. Although such work is not specifically indicated, 16 17 furnish and install all supplementary or miscellaneous 17 18 items, appurtenances and devices incidental to or 18 ` 19 necessary for a sound, secure and complete 19 20 installation. 20 21 5. See Division 1 for General Requirements. 21 22 22 23 B. Work included consists of but is not necessarily limited 23 24 to: 24 r" 25 1. Furnish and install two (2) potassium 25 26 permanganate feed systems in existing Chemical 26 27 Building. 27 �^ 28 2. Furnish and install two (2) ferric sulfate feed systems 28 ( 29 in existing Chemical Building. 29 30 30 31 C. Related Sections include but are not necessarily limited to: 31 32 1. Division 1 - General Requirements. 32 33 2. Section 09905 - Painting and Protective Coatings. 33 34 3. Section 11005 -Equipment: General Requirements. 34 35 4. Section 15114 - Miscellaneous Valves. 35 36 36 37 D. System Description: 37 �- 38 1. Work specified shall be provided as an integrated 38 39 operating system. Provide single source coordination 39 40 responsibility through the chemical feed system 40 41 manufacturer. 41 42 42 43 1.02 QUALITY ASSURANCE 43 44 44 45 A. Furnish feed systems made by a recognized, reputable 45 46 manufacturer. Insure that feeders selected are locally 46 47 serviceable and replacement parts are readily available. 47 48 48 17 49 1.03 SUBMITTALS 49 50 50 51 A. Shop Drawings: 51 52 1. See Section 11005. 52 53 53 7 City of Lubbock, Municipal Water Treatment - Contract 3 11920-2 01 B. Submit manufacturer's installation instructions and 02 indicated on operation and maintenance manuals. 03 shall include but not be limited to the following: 04* 1. Two (2) 05 PART 2 - PRODUCTS 06 variable area flowmeters to regulate dilution 38 07 2.01 ACCEPTABLE MANUFACTURERS 08 3. Two (2) 09 A. Subject to compliance with Contract Documents, the 10 handwheel type gates between hopper and - following manufacturers are acceptable: 11 hopper extension. 1. Chemical feed systems: 12 Two (2) a. Wallace and Tiernan. 13 b. Or approved equal. 14 44 6. 15 2.02 MATERIALS 16 hopper. 17 A. Furnish and install.potassium permanganate feed system 18 47 as indicated on the drawings and as specified herein. The 19 solution at a back pressure of 32 psig. system shall include but not be limited to the following: 20 Two (2) 1. Two (2) screw type volumetric feeders. 21 2. Two (2) rectangular hopper extension. 22 . 3. Two'(2) handwheel type gates between hopper and 23 hopper extension. 24 CRITERIA 4. Two (2) flexible connections between hopper extensions 25 and feeder. 26 5. Two (2) electric vibrators to be mounted on the 27 hopper section. 28- 6. One (1) dust collector. 29 7. Two (2) eductors capable of delivering 1.5 GPM of 30 potassium permanganate solution at a back pressure of 25 31 psig. 32 33 B. Furnish and install ferric sulfate feed system as 34- indicated on the drawings and as specified herein. The system 35 shall include but not be limited to the following: 36 1. Two (2) screw type volumetric feeders. 37 2. Two (2) variable area flowmeters to regulate dilution 38 water in the feeder discharge line. 39 3. Two (2) rectangular hopper extensions. 40 4. Two (2) handwheel type gates between hopper and - 41 hopper extension. 42 5. Two (2) flexible connections between hopper extension 43 and feeder. 44 6. Two (2) electric vibrators to be mounted on the - 45 hopper. 46 7. Two (2) eductors capable of delivering 5'GPM of ferric 47 sulfate solution at a back pressure of 32 psig. 48 8. Two (2) float valves for dissolving tank water supply 49 control see Section 15114, Miscellaneous Valves. 50 51 2.03 MINIMUM DESIGN CRITERIA 52 53 A. Potassium Permanganate: City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 7 11920-3 . I. Bulk density of chemical: ,90-105.abs/cu,ft: 2. Capacity of feeder: X00 lb/day. 3. Operating range of feeder: 20:1. B. Ferric Sulfate: I. Bulk density of chemical: 60-70 lbs/cu. ft. 2. Capacity of feeder: 500 lb/hr. 3. Operating range of feeder: 20:1. 2.04 PERFORMANCE AND DESIGN REQUIREMENTS A. Potassium Permanganate Feeder: 1. The capacity of the feeder shall be 500 lbs/day based on a bulk chemical density of 90 lb/cu. ft. The feeder shall be of the volumetric type, with a 304 stainless steel feed screw and flushing cone discharge spout as manufactured by Wallace and Tiernan, Series 35-050 Potassium Permangenate Feed System. Changes in feed rate shall be accomplished manually by a potentiometer or automatically from a 4-20 mA do flow pacing signal controlling an SCR drive. Feeder SCR drive shall operate on single-phase, 60 -Hertz, 115 -volts varying the speed of the do feeder motor. 2. Hopper Extension. Provide hopper extension as required by equipment furnished. Provide flexible connection to attach hopper extension to feeder. Provide electric vibrator on hopper extension. Construct hopper extension of minimum 16 gauge hot rolled steel with a minimum side wall slope of 60 Deg. The inlet of the hopper extension shall have the same dimensions as the outlet of the slide gate. The inlet of the chute extension shall be flange mounted to the new gate at the bottom of the hopper. The outlet of the hopper extension shall have the same dimensions as the inlet of the volumetric feeder and shall be flange mounted to a flexible connection located between the hopper extension and the volumetric feeder inlet. Paint exterior in accordance with Section 09905. 3. Dust Collector. Provide electric motor driven, blower operated dust collector, complete with filters housed in a dust -tight construction. Mount dust collectors on top of filling hopper. Provide a minimum filter cloth area of 150 sq. ft. Motor shall be l HP minimum and be suitable for 480V, 3 phase, 60 Hz power supply. 4. Shut -Off Gate. Provide one shut-off gate between extension hopper and feeder. Shut-off gate shall be Meyer rack and pinion dust tight slide gate No. 253-F-5 or approved equal. 5. Flexible Connections: Provide one(1) flexible connection between each extension hopper and feeder. B. Ferric Sulfate Feeder: 1. The capacity of the feeder shall be 500 lbs./hour based City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11920-4`� on a bulk chemical density of 60 lbs/cu. ft. The feeder shall be of the volumetric type as manufactured by Wallace and Tiernan, Series 32-050. All -parts which contact the ferric sulfate being fed shall be constructed of materials compietely resistant to corrosion by ferric sulfate. Changes in feed rate shall be accomplished manually by a potentiometeror automatically from a 4-20 mA do flow pacing signal controlling an SCR drive. Feeder SCR drive shall operate on single-phase, 60 hertz, 115 volts varying the speed of the do feeder motor. 2. The volumetric feeders shall be used in conjunction with the existing solution tanks. 3. Hopper Extension.' Provide hopper extension as required by equipment furnished. Provide flexible connection to attach hopper extension to feeder. Provide electric vibrator on hopper extension. Construct hopper extension of minimum 16 gauge hot rolled steel with a minimum side wall slope of 60 Deg. The inlet of the hopper extension shall have the same dimensions as the outlet of the slide gate. The 'inlet of the chute extension shall be flange mounted to the new gate at the bottom of the hopper. The outlet of the hopper extension shall have the same dimensions as the inlet of the volumetric feeder and shall be flange mounted to -a flexible connection located between the hopper extension and the volumetric feeder inlet. Paint exterior in accordance with Section 09905. 4. Shut -Off Gate. Provide one`shut-off gate between extension hopper and feeder.. Shut-off gate shall be Meyer rack and pinion dust tight slide gate No. 253-F-5 or approved equal 5. Flexible Connections. Provide one (1) flexible connection between each hopper and feeder. 2.05 CONTROLS A. Furnish control panel for each feed system containing the following items in a NEMA 12 enclosure: 1. Local -Start -Stop switch for feeder control. 2. Manual speed adjusting and dosage control potentiometers. 3. Speed indicator. 4. On -Off switch`for,vibrator. 5. On -Off switch.for mixer (ferric sulfate only). 6. Panel shall require only the connection of 120 volts, single phase, 60 Hz power supply. 7. Remote alarm and feeder run dry output contacts to the plant SCADA System. 8. Run lights for mixer (ferric sulfate) and feeder. PART 3 - EXECUTION City of Lubbock, Municipal Water Treatment —Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 4 r* 01 3.01 INSTALLATION 02 03 A. Feeders shall be furnished, installed, and assembled with �.. 04 all necessary piping and valving as indicated on Drawings. 05 06 B. Factory representatives shall be on site after 07 installation for 4 hours to provide instruction to the Owner 08 and Engineer in proper start-up, operation, and maintenance. 09 The system shall be demonstrated to perform per Contract 10 Documents. 11 12 C. Any problems encountered during reinstallation of the 13 polymer feed pumps shall be the responsibility of the 14 Contractor. The Contractor shall be responsible for the 15 cost to employ the equipment manufacturer's service 16 representative to perform the following tasks: 17 1. Inspect equipment covered by these Specifications. 18 2. Supervise any adjustments and installation checks. 19 3. Conduct startup of equipment and perform operational 20 checks. 21 4. Provide Owner, through the Contractor, with a written 22 statement that manufacturer's equipment has been 23 installed properly, started up, and is ready for 24 operation by Owner's personnel. 25 26 END OF SECTION City of Lubbock, Municipal Water Treatment - Contract 3 r p 11920-5 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 (THIS PAGE LEFT BLANK INTENTIONALLY) 11923-1 01 92E15 SECTION 11923 01 02 02 03 CHEMICAL FEED EQUIPMENT: ALUM FEED SYSTEM 03 04 04 05 05 06 PART 1 - GENERAL Q6 ., 07 07 08 1.01 SUMMARY 08 09 09 10 A. Section Includes: 10 i- 11 1. Chemical feed equipment: Alum feed system. 11 t 12 12 13 B. Related Sections include but are not necessarily limited to: 13 14 1. Division I - General Requirements. 14 15 2. Section 13441 - Control Loop Descriptions. 15 16 3. Section 15060 - Pipe and Pipe Fittings: General 16 17Requirements. 18 17 18 ` 19 1.02 QUALITY ASSURANCE 19 20 20 21 A. Reference Standards: 21 22 1. Factory Mutual (FM). 22 23 2. National Electric Code (NEC). 23 24 3. National Electrical Manufacturers Association (NEMA). 24 25 4. Underwriters Laboratories, Inc.(UL). 25 26 26 27 28 B. Secure and coordinate entire system including but not 27 necessarily limited to metering pumps, electric equipment, 28 29 controls, hardware, valving, and piping through the metering 29 30 pump manufacturer. 30 r 31 31 32 1.03 SUBMITTALS 32 33 33 34 A. Shop Drawings: 34 35 1. See Section 11005. 35 36 36 ,.. 37 B. Submit manufacturer's installation instructions and 37 388 operation and maintenance manual. 38 39 40 40 41 PART 2 - PRODUCTS 41 42 42 43 2.01 ACCEPTABLE MANUFACTURERS 43 r 44 44 45 A. Subject to compliance with these specifications, the 45 46 following manufacturers are acceptable: 46 47 1. Metering Pumps. 47 48 a. Pulsafeeder. 48 49 b. Milton Roy. 49 50 c. Or approved equal. 50 �^ 51 51 52 2.02 METERING PUMPS 52 53 53 r r City of Lubbock, Municipal Water Treatment - Contract 3 r 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 11923-2 A. Provide (3) metering pumps (AMP -1, AMP -2, AMP -3) to be installed as indicated on the Drawings. Each pump shall be of the positive displacement type, using hydraulic plunger activated diaphragm. A pump shall not have more than one head. Each pump shall have automatic control of the stroke rate based on a 4-20mA DC signal for open or closed loop control. The control shall be provided by SCR variable speed drive motor controllers. Manual override shall be provided. Stroke length adjustment shall be manual. Capacity control range, percent 0-100 Metering range, gph 0-60 Minimum drive motor, hp 1/2 Nominal maximum stroke rate, spm 117 Accuracy, percent of scale over 1 metering range Nominal discharge pressure, psig 5 MIN%15 MAX Pumping heads 316 Stainless Steel Pumping diaphragms Flat PTFE Ball, seat, check, guide 316 Stainless Steel Motor horsepower for each pump shall be based on the above requirements and on the discharge backpressure required by the pump furnished. Motors shall be not less than the indicated horsepower and shall be rated 120 volts, 1' phase, 60 Hz. B. Each metering pump assembly shall be provided with PVC suction lines, PVC discharge lines, and PVC valves as indicated on the Drawings. All pump accessories shall be fully resistant to pumped solution. All PVC piping shall be Schedule 80. C. Provide pressure relief valve metering pump, (3) required. directly back to alum storage indicate flow, materials must solution. in discharge line of each Pipe pressure relief valve tank with a sight glass to be fully resistant to pumped D. Provide back pressure valves, (3) required, in the discharge lines of each pump. The back pressure valve must be externally adjustable to allow different pressure settings to ensure accurate metering. The valve shall have the capability of being set at a maximum of 55 psig. E. Install unions near the pump suction and discharge valves to facilitate removal of pump heads for routine maintenance. F. Provide a calibration chambers on each suction line, (3) required. Calibration chamber shall be 4 liter capacity, graduated in milliliters, and constructed of PVC. G. Provide amounting stand for chemical solution pumps and City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 k 91 11923-3 01 drives. Stand to be arc welded 'steel'th'eoughout and 01 02 constructed of minimum 14GA steel and coated with a coating 02 03 resistant to alum, see Section 09905. 03 •- 04 04 p 05 H. Provide (1) pulsation dampener on the common discharge 05 06 line as indicated on the Drawings. Dampener shall be 06 07 constructed of 316 stainless steel housing and equipped with a 07 08 stainless steel pressure gauge, glycerine -filled. Pulsation 08 09 dampeners shall be sized to ensure that the pressure in the 09 10 pipe remains within the range of three percent above or below 10 11 the mean operating pressure. Pulsation dampener gas volume 11 12 shall not be less than 110 cubic inches. 12 13 13 14 14 15 PART 3 - EXECUTION 15 16 16 ,. 17 3.01 INSTALLATION 17 18 18 19 A. Metering pumps shall be furnished and installed and assembled 19 20 with all necessary piping and valving as indicated on Drawings. 20 21 21 22 B. Factory representative shall be on site after installation 22 23 for 4 hours to provide instruction to the Owner and Engineer 23 ►. 24 in proper start-up and operation and maintenance. The system 24 25 shall be demonstrated to perform per Contract Documents. 25 26 26 27 C. The manufacturer shall submit a letter of certification 27 28 that equipment has been installed properly and is operating 28 29 properly. 29 30 30 31 END OF SECTION 31 City of Lubbock, Municipal Water Treatment - Contract 3 7 No Text 7 SPECIAL CONSTRUCTION 13 (THIS PAGE LEFT BLANK INTENTIONALLY) 13081-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 92E19 SECTION 13081 02 03 NOISE CONTROL �- 04 05 06 PART 1 - GENERAL 07 08 1.01 SUMMARY 09 10 A. Section Includes: 11 1. Acoustical panels: i. 12 a. Provide acoustical panels on walls of Carbon 13 Slurry Dry Well, Carbon Building, and Blower 14 Building. 15 t 16 B. Related Sections include but are not necessarily limited to: �., 17 1. Division 1 - General Requirements. I 18 19 1.02 QUALITY ASSURANCE 20 21 A. Referenced Standards: 22 1. US Department of Labor, Occupational Safety and Health 23 Administration (OSHA). � 24 25 B. Qualifications: 26 1. Installer: Minimum of three project installations of 27 comparable or greater extent as proposed project. t 29 1.03 DEFINITIONS 30 31 A. Installer or Applicator: Installer or applicator is the 32 person actually installing or applying the product in the 33 field at the Project site. 34 1. Installer or applicator are synonymous. 35 36 1.04 SUBMITTALS 37 r 38 A. Shop Drawings: a 39 1. See Section 01340. 40 2. Product technical data including: 41 a. Acknowledgement that products submitted meet 42 requirements of standards referenced. 43 b. Manufacturer's installation instructions. .M 44 c. Sufficient to verify compliance with specifications k 45 and to illustrate construction or assembly of the 46 products. 47 A 48 B. Samples: , 49 1. Submit samples of each type of acoustical material to 50 illustrate color and range of appearance ^ 51 r,. 52 C. Operation and Maintenance Manuals: 53 1. See Section 01340. r - i City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 13081-2 01 02 1.05 DELIVERY, STORAGE, AND HANDLING 03 04 A. Deliver materials in original, unopened protective packaging, 05 with manufacturers' labels indicating brand name, pattern, 06 size, thickness and fire rating, as applicable. 07 08 B. Store materials in original protective packaging to prevent 09 soiling, physical damage or swelling. 10 11 C. Do not install until all material is received. 12 13 14 PART 2 - PRODUCTS 15 16 2.01 ACCEPTABLE MANUFACTURERS' 17 18 A. Subject to compliance with the Contract Documents, the 19 following Manufacturers are acceptable: 20 1. Gold Bond. 21 2. Celotex. 22 3. Peabody Noise Control, 'Inc. 23 4. Or equal 24 25 B. Submit requests for substitution in accordance with 26 Specification Section 01640. 27 28 '2.02 MATERIALS 29 30 A. Acoustical Panels: 31 1. Fiberglass core: 3 LBS/CF nominal. 32 2. Protective film: Neoprene coated, fiberglass reinforced, 33 aluminized polyester reflective film, 10 mil thick. 34 3. Flame spread: 15. 35 4. Suitable for steam cleaning. 36 37 2.03 PERFORMANCE AND DESIGN REQUIREMENTS 38 39 A. Acoustical Panels: 40 1. Size: Nominal 48 IN x 96 IN x 2 IN minimum. 41 2. Sound absorption coefficient: 42 a. 0.94 average in frequency range of 125 to 4,000 HZ. 43 44 45 PART 3 - EXECUTION 46 47 3.01 INSTALLATION 48 49 A. General: 50 1. Install products in accordance with manufacturer's' 51 instructions. 52 2. All walls to be cleaned and prepared as required by 53 mounting method. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 7 13081-3 City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 01 3. Apply primer if recommended by manufacturer. 02 03 B. Acoustical Panels: 04 1. Secure to concrete and block walls using edge clips, 05 batten strips, or adhesive mounting. 06 2. Trim around cut edges using protective film. .. 07 3. Coverage: 08 a. Floor to floor. 09 b. Wall to wall. 10 c. Floor clearance: 6 IN. 11 d. Ceiling clearance: 2 IN. 12 e. Corner and equipment clearance: 4 IN. 13 4. Do not install any panel less than 12 IN in width or height 14 15 3.02 FIELD QUALITY CONTROL 16 17 A. Provide manufacturer's field services. t 18 19 3.03 SCHEDULE 20 i" 21 A. Acoustical Panels: 22 1. Blower Building. 23 a. Install on all walls. ►* 24 2. Carbon Slurry Dry Well. 25 a. Install on south, east, and west walls. 26 3. Carbon Building. ,,. 27 a. Install on north, east, and west walls. 28 b. Exclude stairwell leading to dry well. 29 30 3.04 SPARE PANELS 31 32 A. Provide 2 percent spare panels (full sized) for future 33 replacement. .. 34 35 END OF SECTION City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 (THIS PAGE LEFT BLANK INTENTIONALLY) 7 01 92A14 SECTION 13440 02 03 INSTRUMENTATION FOR PROCESS CONTROL: GENERAL REQUIREMENTS 04 05 06 PART 1 - GENERAL 07 08 1.01 SUMMARY' 09 10 A. Section Includes: 11 1. General requirements for complete instrumentation system 12 for process control. 13 14 B. Related Sections include but are not necessarily limited to: 15 1. Division 0 - Bidding Requirements, Contract Forms, and 16 Conditions of the Contract. 17 2. Division 1 - General Requirements. 18 3. Section 10400 - Identification, Stenciling, and Tagging 19 Systems. ' 20 4. Division 16 - Electrical. 21 22 1.02 QUALITY ASSURANCE 23 24 A. Referenced Standards: 25 1. American Society of Mechanical Engineer (ASME): 26 a. B31.1, Power Piping. 27 b. SEC II -A SA -182, Specification for Forged or Rolled 28 Alloy Steel Pipe Flanges, Forged Fittings, and Valves 29 - and Parts for High -Temperature. 30 c. SEC II -A SA -419, Specification for Stainless and 31 Heat -Resisting Steel Bars and Shapes for Use in 32 Boilers and Other Pressure Vessels. 33 2. American Society for Testing and Materials (ASTM): 34 a. A269, Standard Specification for Seamless and Welded 35 Austenitic Stainless Steel Tubing for General 36 Service. 37 b. A276, Specification for Stainless and Heat -Resisting 38 Steel Bars and Shapes. 39 c. A479, Standard Specification for Stainless and 40 Heat -Resisting Steel Bars and Shapes for use in 41 Boilers and other Pressure Vessels. 42 d. B16, Standard Specification for Free -Cutting Brass 43 Rod, Bar and Shapes for Use in Screw Machines. 44 e. B68, Standard Specification for Seamless Copper Tube, 45 Bright Annealed. 46 f. 675, Standard Specification for Seamless Copper Tube. 47 g. B124, Standard Specification for Copper and 48 Copper -Alloy Forging Rod, Bar, and Shapes. 49 h. B283, Standard Specification for Copper and 50 Copper -Alloy Die Forgings (Hot -Pressed). 51 i. B453, Standard Specification for Copper -Zinc -lead 52 Alloy (Leaded -Brass) Rod. 53 3. Institute of Electrical and Electronics Engineers (IEEE): City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 210 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 13440-2 B. 32 1.03 33 34 35 36 37 38 39 40 41 42 43 44 45 A. a. C37.90.1, Standard Surge Withstand Capability (SWC) Tests for Protective Relays and Relay Systems. 4. Instrument Society of America (ISA): a. S5.1, Instrumentation Symbols and Identification. b. S5.2, Binary Logic Diagrams for Process Operations. c. S5.3, Graphic Symbols for Distributed Control/Shared Display Instrumentation, Logic and Computer Systems. d. S5.4, Standard Instrument Loop Diagrams. e. S20, Specification Forms for Process Measurement and Control Instruments, Primary Elements and Control Valves. f. RP7.1-56, Pneumatic Control Circuit Pressure Test. 5. National Bureau of Standards (NBS). Qualifications: 1. Instrumentation subcontractor: a. Financial capability. b. Maintain a'qualified technical staff. c. Have design capability. d. Have a physical plant and fabricating personnel. e. Have competent service, startup, and authorized training personnel. f. Experience: 1) Provide a list of references of five projects of similar size and functional magnitude which the. instrumentation subcontractor has performed. Include name and telephone numbers of most knowledgeable Owner and Design Engineer contacts. 2) Has successfully provided similar work for.at least 5 years. DEFINITIONS Instrument Air Header: The segment of air supply piping and .tubing which transports air from the compressed instrument air source through the branch isolation valve of any takeoff (branch) line. B. Branch Line: The segment of air supply piping and tubing which transports air from the outlet of the air header branch isolation valve through an air user's isolation valve. C. Calibrate: To standardize a device so that it provides a specified response to known inputs. 46 1.04 SYSTEM DESCRIPTION 47 48 A. Control System Requirements: 49 1. This Specification Section 13440 provides the general 50 requirements for the instrument and control system. 51 2. The instrument and control system consists of all primary 52 elements, transmitters, switches, controllers, recorders, 53 indicators, panels, signal converters, signal boosters, City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 13440-3 City of Lubbock, Municipal Water Treatment - Contract 3 01 amplifiers, special power supplies; special or shielded 01 02 cable, special grounding or isolation, auxiliaries, 02 03 software, wiring, programmable logic controllers, remote 03 04 terminal units (RTU's)', and other devices required to 04 05 provide complete control of the plant as specified in the 05 06 Contract Documents. 06 07 07 08 B. Unless otherwise required for instrument compatibility, 08 4 09 electric control signals shall be 4 to 20 milliampere, 24 V 09 10 direct current. 10 '- 11 11 12 C. All signals shall be directly linearly proportional to 12 13 measured variable unless specifically noted otherwise. 13 14 15 D. Single Instrumentation Subcontractor: 14 15 .. 16 1. Furnish and coordinate instrumentation system through a 16 17 single instrumentation subcontractor. The 17 18 instrumentation subcontractor will be responsible for 18 19 functional operations of all systems, performance of 19 20 control system engineering, supervision of installation, 20 21 final connections, calibrations, preparation of drawings 21 22 and operation and maintenance manuals, startup, training, 22 23 demonstration of substantial completion and all other 23 24 aspects of the control system. 24, I 25 25 26 1.05 SUBMITTALS 26 27 27 r 28 A. Shop Drawings: 28 i. 29 1. See Section 01340. 29 30 2. Product technical data including: 30 31 32 a. Acknowledgement that, products submitted meet requirements of standards 31 referenced. 32 33 b. Manufacturer's installation instructions. 33 34 c. Single submittal containing: 34 35 1) Loop diagram per ISA S5.4. 35 36 a) Each loop diagram and description on a 36 37 separate 8-1/2 x 11 IN sheet. 37 7 38 b) Each sheet shall contain the following 38 39 minimum information. 39 40 (1) All loop devices clearly identified. 40 41 (2) Identification of the loop and each loop 41 42 component, including connections to such 42 43 things as recorders and PLC's or RTU's. 43 44 Numbering and tagging must agree with the 44 45 P&ID. 45 46 (3) Word description of loop functions. 46 47 (4) All interconnections with identifying 47 48 numbers for: 48 49 (a) Electrical cables. 49 50 (b) Conductor pairs. 50 .. 51 (c) Pneumatic or hydraulic tubing. 51 52 (5) Identification of connections including: 52 53 (a) Junction boxes. 53 City of Lubbock, Municipal Water Treatment - Contract 3 13440-4 O1 (b)- Terminals. 01 -- 02 (c) Bulkheads. 02 03 (d) Ports. 03 04 (e) Computer input/output connections. 04 -, 05 (f) Grounding systems. 05 06 (6) Signal levels and ranges. 06 07 (7) Device location. 07 r- 08 (8) Energy sources designating voltage, 08 09 pressure, and other applicable 09 10 requirements. 10 11 (9) Enough process lines and equipment to 11 — 12 clearly show the process side of the loop 12 13 and provide clarity of control action. 13 14 This includes: 14 — 15 (a) What is being measured. 15 16 (b) What is being controlled. 16 17 -(c) Other information' required to 17 _ 18 complete the process loop. 18 19 Reference to supplementary records and 19 20 .(10) drawings to show inter -relation to other 20 21 control loops. 21 22 (11) Controller action. 22 23 (12) Control valve action upon' electronic or 23 24 pneumatic failure. 24 -- 25 2) Instrument component technical brochures. 25 26 3) Instrument data sheets: 26 27 a) ISA S20 or approved equal. 27 _ 28 b) Separate data sheet for each type of 28 29 instrument. 29 30 4) Process connected instrument installation details 30 31 containing the following minimum information: 31 _ 32 a) Bill of materials providing as a minimum the 32 33 following information:' 33 34 (1) Tube material and size. 34 — 35 (2) Connection size. 35 36 (3) Fitting size, material, and rating. 36 37 (4) Valve type and material. 37 _ 38 (5) Instrument description. 38 39 (6) Pipe stand size and material. 39 40 b) Tube slope requirements. 40 41 c) Minimum clearances. 41 42 d) Required elevations and dimensions. 42 43 5) Comprehensive set of point-to-point wiring 43 44 diagrams showing all interconnections between 44 — 45 packaged systems or equipment control panels, 45 46 motor control centers, instrumentation and all 46 47 other electrical equipment as required to depict 47 48 a complete and functional plant -wide electrical 48 49 control system. Instrumentation wiring already 49 50 shown on loop diagrams need not be included on 50 51 point-to-point wiring diagrams. 51 _ 52 a) Diagrams shall provide the following minimum 52 53 information: 53 City of Lubbock, Municipal Water Treatment - Contract 3 r 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 •- 21 22 23 24 25 26 27 28 29 30 r 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 �., 51 52 53 (1) Termi nal b "ock'identification ( includes terminals on remote equipment furnished by Others). (2) Wire size. (3) Wire type. (4) Wire color. (5) Wire shielding and insulation type. (6) Conductor quantities and associated conduit size. (7) Ground points. (8) Interconnection requirements to existing systems or equipment furnished by Others. b) Diagrams shall be provided on Drawings of sufficient size so as to minimize the number of drawings. (1) Maximum drawing size: 24 x 36 IN. (2) Minimum drawing size: 11 x 17 IN. 6) Electrical schematic control diagrams. Diagrams shall include: a) Terminal identification. b) Unique identification of all control devices and contacts. (1) Utilize Owner's device identification numbers where applicable. c) Wire identification. d) Equipment identification. e) Indication of remote and local devices and wiring. f) Overcurrent protection indication. g) Voltage. h) All control logic. 7) Panel fabrication drawings. 8) Scaled floor plan layouts of control room. 9) PLC/DCS equipment drawings. 10) Nameplate layout drawings. 3. Drawings, systems, and other elements are represented schematically in accordance with ISA S5.1 and S5.3. The nomenclature, tag numbers, equipment numbers, panel numbers, and related series identification contained in the Contract Documents shall be employed exclusively throughout submittals. 4. Provide circuit diagrams and certification with the shop drawing indicating how voltage transient protection requirements are met. 5. Warranties: Provide copies of warranties and list of factory authorized service editors. 6. Testing reports: a. Source quality control reports. B. Operation and Maintenance Manuals: 1. See Section 01340. 1.06 DELIVERY, STORAGE, AND HANDLING City of Lubbock, Municipal Water Treatment - Contract 3 13440-5 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 13440-6 01 01 02 A. Do not remove shipping blocks, plugs, caps,,and desiccant 02 03 dryers installed to protect the instrumentation during 03 04 shipment until the instruments are installed and permanent 04 05 - connections are made. 05 06 06 07 07 08 PART 2 - PRODUCTS 08 09 09 10 2.01 TUBING AND FITTINGS 10 11 11 12 A. Acceptable Manufacturers: 12 13 1. Subject to compliance with the Contract Documents, the 13 14 following Manufacturers are acceptable: 14 15 a. Tube fittings: 15 16 1) Parker CPI. 16 17 2) Swagelok. 17 18 _ 18 19 B. Submit requests for substitution in accordance with 19 20 Specification Section 01640, 20 21 21 22 C. Instrument Process Tubing: 22 23 1. Material: ASTM A269, Grade TP 316 stainless steel. 23 24 2. Design and fabrication: 24 25 a. Seamless. 25 26 b. Fully annealed. 26 27 c." Maximum hardness: 80 Rb: 27 28 d. Free from surface scratches and imperfections. 28 29 e. Diameter: 1/2 IN OD unless specified otherwise. 29 30 f. Wall thickness: 30 31 1) Meet requirements of paragraph 122.3 of ASME 31 32 B31.1. 32 33 2) Minimum 0.049 IN for 1/2 IN OD tubing. 33 34 34 35 D. Instrument Process Fittings: 35 36 1. Material: 36 37 a. Straight fittings: 316 stainless steel per ASME 37 38 SA -479 or ASTM A276. 38 39 b. Shaped bodies: ASME SA -182 F316 stainless steel. 39 40 2. Design and fabrication: 40 41 a. Flareless. 41 42 b. Compression type. 42 43 43 44 2.02 INSTRUMENT VALVES 44 45 45 46 A. Process instrument multi -valve manifolds, isolation, vent and 46 47 blow -down valves: 47 48 1. Acceptable manufacturers: 48 49 a. Subject to compliance with the Contract Documents, 49 50 the following Manufacturers' are acceptable: 50 51 1) Whitey Co. 51 52 2) Anderson -Greenwood USA, Inc. 52 53 b. Submit requests for substitution in accordance with 53 City of Lubbock, Municipal Water Treatment - Contract 3 13440-7 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 Specification Sectiw 01640: 02 2. Materials; 03 a. Packing: 04 1) 450 DegF and above: Graphite. d 05 2) Below 450 DegF: Graphite or teflon. 06 b. Body: 316 stainless steel per ASTM A479. 07 c. Stem: 316 stainless steel per ASTM A276. 08 d. Ball: 316 stainless steel per ASTM A276. 09 e. Support rings: 336 stainless steel per ASTM A276. 10 f. Seats: 11 1) Metal: 12 a) 316 stainless steel per ASTM A276. 13 2) Soft: 14 a) Teflon, Delrin, or equivalent. 15 b) Only utilized on applications where 16 manufacturer's temperature and pressure 17 ratings exceed process design conditions. 18 3. Design and fabrication: 19 a. Either of the following: 20 1) Ball valve with 1/4 turn activation. .. 21 2) Free-swiveling ball stem. f 22 b. Provide body wall thickness sufficient for process 23 design conditions per ASME 831.1. 24 c. Temperature: Manufacturer's temperature rating for i 25 all components shall exceed process design 26 conditions. 27 7 28 2.03 MATERIALS L 29 30 A. Support Angle for Tubing: �.. 31 1. 2 x 2 IN x 12 GA aluminum or galvanized finish steel. 32 2. Aluminum or galvanized steel bolts, nuts, and 33 accessories. 34 35 B. Tubing Tray or Channel: Aluminum. 36 37 2.04 PERFORMANCE AND DESIGN REQUIREMENTS 38 r 39 A. System Operating Criteria: 40 1. Stability: After controls have taken corrective action, 41 42 as result of a change in the controlled variable or.a change in setpoint, oscillation of final control element 43 shall not exceed two cycles per minute or a magnitude of 44 movement of 0.5 percent full travel. 45 2. Response: Any change in setpoint or change in controlled 46 variable shall produce a corresponding corrective change 47 in position of final control element and become 48 stabilized within 30 seconds. 49 3. Agreement: Setpoint indication of controlled variable k 50 and measured indication of controlled variable shall 51 agree within 3 percent of full scale over a 6:1 operating 52 range. 53 4. Repeatability: For any repeated magnitude of control City of Lubbock, Municipal Water Treatment - Contract 3 13440-7 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 13440-8 01 signal, from either an increasing or decreasing 01 02 ' direction, the final control element shall take a 02 03 repeated position within 0.5 percent of full travel- 03 04 regardless of force required to position,final element. 04 05 5. Sensitivity: Controls shall respond to setpoint 05 06 deviations and measured variable deviations within 1.0 06 07 percent of full scale. 07 08 6. Performance: All instruments and control devices shall 08 09 perform in accordance with manufacturer's specifications. 09 10 10 11 B. Equipment Surge Protection: 11 12 1. Provide electronic equipment to withstand without damage 12 13 a power line transient of 2500 V peak with waveshapes as 13 14 required by the oscillatory and fast transient tests of 14 15 IEEE C37.90.1. 15 16 2. Provide electronic equipment to withstand without damage 16 17 a signal line transient of 1000 V peak with a 10 x 560 17 18 microsecond waveshape. 18 19 19 20 2.05 ACCESSORIES 20 21 21 22 A. Provide instruments with manufacturer's identification 22 23 nameplate showing: 23 24 1. Manufacturer's model number. 24 25 2. Manufacturer's serial number. 25 26 3. Range. 26 27 4. Power supply requirement. 27 28 28 29 29 30 PART 3 - EXECUTION 30 31 31 32 3.01 INSTALLATION 32 33 33 34 A. Install products in accordance with manufacturer's 34 35 instructions. 35 36 36 37 B. Install instrument mounting pipe stands level and plumb. 37 38 38 39 C. Instrument Valves: 39 40 1. Orient stems for proper operation. 40 41 2. Install arrays orderly and neat in appearance with true 41 42 horizontal and vertical lines. 42 43 3. Provide a minimum of 2 IN clearance between valve handle 43 44 turning radii where there are multiple valve handles 44 45 appearing in a straight line. 45 46 4. Valves shall have bonnets and any soft seals removed 46 47 during welding or soldering into the line. When cool, 47 48 reassemble the valves. 48 49 5. Support each valve individually. The tubing system does 49 50 not qualify as support for the valve. 50 51 51 52 D. Locate instrument piping and tubing so as to be free of 52 53 vibration and interference with other piping, conduit, or 53 City of_Lubbock, Municipal Water Treatment - Contract 3 r r 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 City of Lubbock, Municipal Water Treatment - Contract 3 13440-9 equipment. :. 01 02 E. Keep foreign matter out of the system. 03 04 F. Remove all oil on piping and tubing with solvent before 05 piping and tubing installation. 06 07 G. Plug all open ends and connections to keep out contaminants. 08 09 H. Tubing Installation: 10 1. General: 11 a. Install such that tube shows no sign of crumpling, 12 bends of too short a radius, or,flattening, etc. 13 b. Make tube runs straight and parallel or perpendicular 14 to the floor, equipment and piping runs. 15 c. For liquid and steam applications, slope continuously 16 from the process to the instrument with a minimum 17 slope of 0.50 IN per foot. 18 d. For gas and air applications, slope continuously from 19 the instrument to the process with a minimum slope of 20 0.50 IN per foot. 21 e. If the sensing line cannot be continuously sloped, 22 install high point vents and low point drains. 23 f. Keep instrument tubing clean during all phases of 24 work. 25 g. Blow out with clean, dry, oil -free air immediately 26 before final assembly. 27 2. Stainless steel tubing: 28 a. Cut by sawing only and debur. 29 b. Make each bend with tube bender of the correct size 30 for the tube. 31 c. Make all bends smooth and continuous. 32 d. Rebending is not permitted. 33 e. Make bends true to angle and radius. 34 f. Maintain a true circular cross section of tubing 35 without buckling or undue stretch of tube wall. 36 g. Allowable tolerance for flattening out of tubing 37 bends: Maximum of 8 percent of the OD for stainless 38 steel tubing. 39 h. Minimum bending radius. 40 41 MINIMUM BENDING 42 TUBE OD INCHES RADIUS, INCHES 43 44 1/4 9/16 45 3/8 15/16 46 1/2 1-1/2 47 48 3. Tubing support: 49 a. Intermittently support by clamping to support angle. 50 b. Install supports to be self -draining, supported by 51 hangers, or cantilevered from walls or structural 52 beams. 53 City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 13440-10 4. 5. c. Support at 5 FT -0 IN maximum spans for horizontal or vertical runs. d. Use tubing trays in areas where spans between supports are greater than 5 FT and for all.signal tubing support. e. Support each tubing tray at 10 FT maximum spans. f. Align tubing in orderly rows and retain in the tray by bolted clips. The use of spring or speed clips is not acceptable. g. Maintain order of the tubing throughout the length of the tray. h. Locate angle, channel and tray installation to protect tubing from spills and mechanical damage. i.- Locate support members to clear all piping, conduit, equipment, hatchways, monorails, and personnel access ways and allow access for equipment operation and maintenance. j. Support trays to prevent torsion, sway or sag. k. Permanently attach supports to building steel or other permanent structural members. 1. Arrange supports and trays so that they do not become a trough or trap Routing and orientation: a. Route to maintain'a minimum headroom clearance of 8 FT. b. Locate and orient valves and specialties so that they are accessible for operation and maintenance from the operating floor. Do not route through or over equipment removal areas, below monorails or cranes nor above or below hatches. Expansion and vibration provisions: a. Provide horizontal expansion loops at the process connections. b. Route tubing parallel'to relative motion through sleeved supports that allow linear tube movement. c. Cold springing of tubing to compensate for thermal expansion is prohibited. d. Utilize flexible hoses to connect pneumatic tubing to air users which may move or vibrate. I. Threaded Connection Seals: 1. Use Tite-Seal or acceptable alternate. 2. Use of lead base pipe dope or teflon tape is not acceptable. 3. Do not apply Tite-Seal to tubing threads of compression fittings. J. Use bottom entry for all conduit entry to instruments and Junction boxes. K. Install electrical components per -Division 16. L. Instrument Mounting: City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16' 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 13440-11 1. Mount all instruments -;where they`will,e.be;,-accessible from fixed ladders, platforms, or grade: 2. Mount all local indicating instruments with face forward toward the normal operating area, within reading distance, and in the line of sight. 3. Mount instruments level, plumb, and support rigidly. 4. Mount to provide: a. Protection from heat, shock, and vibrations. b. Accessibility for maintenance. c. Freedom from interference with piping, conduit and equipment. 5. Do not mount current -to -pressure transducers on the. control valves unless the transducers are received from the Manufacturer already valve mounted and tubed, or specific instructions to valve mount the transducers are given on the Drawings. M. Connect surge arresters to ground. N. Panel -Mounted. Instruments: 1. Mount and wire so removal or replacement may be accomplished without interruption of service to adjacent devices. 2. Locate all devices mounted inside enclosures so terminals and adjustment devices are readily accessible without use of special tools and with terminal markings clearly visible. 3.02 FIELD QUALITY CONTROL A. See Section 01650. B. Maintain accurate daily log of all startup activities, calibration functions, and final setpoint adjustments. C. In the event that instrument air is not available during calibration and testing, supply either filtered, dry, instrument quality air from a portable compressor or bottled, dry, instrument quality air. Do not, under any circumstances, apply hydrostatic test to any part of the air supply system or pneumatic control system. D. Instrumentation Calibration: 1. Verify that all instruments and control devices are calibrated to provide the performance required by the Contract Documents. 2. Calibrate all field -mounted instruments, other than local pressure and temperature gages, after the device is mounted in place to assure proper installed operation. 3. Calibrate in accordance with the manufacturer's specifications. 4. Bench calibrate pressure and temperature gages. Field mount gage within 1 day of calibration. City of Lubbock, Municipal Water Treatment - Contract 3 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 ._. 53 13440-12 01 5. Calibrate each transmitter and gage across its specified 02 range at 0, 25, 50, 75, and 100 percent. Check for both 03 increasing and decreasing -input signals to detect 04 hysteresis. 05 6. Many instruments contain small supply pressure gages or 06 output pressure gages. Calibration of these gages will 07 not be required if they are smaller than 3 IN in 08 diameter. 09 7. Replace any instrument which cannot be properly adjusted. 10 8. Stroke control valves with clean dry air to verify 11 control action, positioner settings, and solenoid 12 functions. 13 9. Mark range, date, setpoint-and calibrator's initials on 14 each instrument by means of blue or black ink on a 15 waterproof tag affixed to the instrument. 16 10. Certify calibration equipment by an independent agency 17 with traceability to the National Bureau of Standards 18 immediately prior to utilization of the equipment on this 19 Project. Re -certify calibration equipment if the 20 accuracy of the equipment is questioned by the Engineer. 21 11. Dead weight calibrate precision°test gages and use as 22 secondary calibration standards. Recalibrate precision 23 test gages on a weekly basis or as requested by Engineer. 24 Provide a dead weight testercertified with traceability 25 to the National Bureau of Standards. 26 27 E. Loop checkout requirements are as follows: 28 1. Check control signal generation, transmission, reception 29 and response for all control loops under simulated 30 operating conditions by imposing a signal on the loop at 31 the transmitter connections. Use actual signals where 32 available. Closely observe controllers, recorders, alarm 33 and trip units, remote setpoints, ratio systems, and 34 other control components. Make corrections as required. 35 Following any corrections, retest the loop as before. 36 2. Stroke all control valves, cylinders, drives and 37 connecting linkages from the panel or local control 38 device. 39 3. Check all interlocks with motor control circuits to the 40 maximum extent possible. 41 4. In addition to any other as=recorded documents, record 42 all setpoint and calibration changes on all affected 43 Contract Documents and turn over to the Owner. 44 45 F. Provide verification of system assembly, power, ground, and 46 I/O tests. 47 48 G. Verify existence and measure adequacy of all grounds required 49 for instrumentation_and controls. 50 51 END OF SECTION City of Lubbock, Municipal Water'Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 r - P 7 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 92E15 SECTION 13442 ; PRIMARY ELEMENTS AND TRANSMITTERS PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Level elements. 2. Pressure elements. B. Related Sections include but are not necessarily limited to: 1. Section 13440 • Instrumentation for Process Control: General Requirements. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. American National Standards Institute (ANSI): a. 816.5, Pipe Flanges and Flanged Fittings. 2. National Electrical Manufacturers Association (NEMA): a. ICS 6, Enclosures for Industrial Controls and Systems. B. Miscellaneous: 1. Assure units comply with electrical classifications and NEMA enclosure types shown -on Drawings. 1.03 SYSTEM DESCRIPTION A. The instruments specified in this Section are the primary element components for the control loops indicated on the P&ID's and specified. These instruments are integrated with other control system components specified under the 13440 specification series to produce the functional control defined in the Contract Documents. 1.04 SUBMITTALS A. Shop Drawings: 1. See Section 13440. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Materials of construction. d. Minimum and maximum flow ranges. e. Pressure loss curves. f. Physical limits of components including temperature and pressure limits. g. Size and weight. City of Lubbock, Municipal Water Treatment - Contract 3 13442-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 13442-2 01 h. Electrical power requirements and wiring diagrams. 02 3. Certifications: 03 a. Electrical area classification certification. .04 05 B. Operation and Maintenance Manuals: 06 1. See Section 13440. 07 08 09 PART 2 - PRODUCTS 10 11 2.01 ACCEPTABLE MANUFACTURERS 12 13 14 15 16 17 18 19 A. Subject to compliance with the Contract Documents, the Manufacturers listed in the articles describing,the elements are acceptable. A 20 2.02 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 Submit requests for substitutions in accordance with, Specification Section 01640. LEVEL ELEMENTS A. Ultrasonic level sensor and transmitter: 1. Acceptable manufacturer: a. Milltronics MultiRanger Plus. 2. Design and fabrication: a. Transducer: 1) CPVC body. 2) Polyetheylene foam face forpotassium permanganate bins. 3) PVC face for liquid measurements. b. Temperature compensated. c. Operating temperature: -4 to 140 DegF. d. Humidity: 95 percent non -condensing. e. Transmitter: 1) Capable of producing output signal proportional to level of 4-2OmA DC into 350 ohm load., . 2) Power supply: 120 V AC (±10 percent), 60 HZ. 3) Accuracy: .25 percent of full range. 4) Resolution: 0.1 percent of range. 5) Memory: EEPROM. 6) Display: Four -digit LCD scaleable to engineering units with selectable decimal point. 7) Temperature:. -5 to 140 DegF. 8) Range: As required. 9) Enclosure:..NEMA 4. 10) Outputs: 5 multipurpose relays with SPDT contacts rate 5A at 220 V AC. 3. Schedule: TAG NUMBER SERVICE LIT -62 Potassium Permanganate Storage Bin 4. Accessories: City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 r Poll r 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 a. Furnish all mounting brackets,''hardware'and appurtenances required for mounting transmitters. Provide "Easy Aimer Kit" for bin applications. B. Float -Tilt Type Level Switches: 1. Acceptable manufacturers: a. Anchor Scientific, Inc. b. Consolidated Electric. 2. Materials a. Float material: Polypropylene or teflon coated type 316 stainless steel. b. Cable jacket: PVC, neoprene or equal.' c. Cable clamp: Polypropylene or 316 stainless steel. d. Design and fabrication: 1) Sealed mercury switch in float. 2) Provide switch complete with flexible electrical cables. 3) SPDT contact rated at 4.5 A at 120 V AC. 4) Direct acting float switch: a) Switch actuates on rising level. b) Switch deactuates when liquid falls 1 IN below actuation level. 5) Terminate cables in junction box. 2.03 PRESSURE COMPONENTS A. Flange -Mounted Pressure Sensing Type Level Transmitters: 1. Acceptable manufacturers a. Foxboro Model 827DF. b. Fischer and Porter Model 50DPL. 2 Materials: a. Isolating diaphragm: Flush -mounted 316 stainless steel. b. Process flanges: 3 IN ANSI B16.5, Class 150 cadmium plated carbon steel. c. Housing: Aluminum weatherproof. d. Fill fluid: Silicone. 3. Design and fabrication: a.- Output: 4-2OmA DC proportional to level. b. Solid-state electronics. c. Power supply: 24 V`DC. d. Adjustable zero and span. e. Temperature limits: 0 to 175 DegF. f. Overpressure limits: Withstand 150 percent of stated maximum service pressure without damage. g. Humidity limits: 0 to 100 percent relative humidity. h. Damping: Time constant adjustable between 0.2 and 1.67 seconds. i.. Accuracy (includes effects of linearity, repeatability and hysteresis): ±0.25 percent of calibrated span. J. Linearity: +0.1 percent of calibrated span. City of Lubbock, Municipal Water Treatment - Contract 3 13442-3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 13442-4 k. Hysteresis: f0.1 percent of calibrated span. 1. Stability:. ±0.2 percentrof upper range limit for 6 months. m. Minimum 1/4 IN pressure connection. n. Zero elevation: 600 percent of calibrated span. o. Zero suppression: 500 percent of calibrated span. p. Provide locally mounted indicator intergrally mounted to or near the transmitter: Transmitter to have Z IN scale with 0 - 100 percent reading. B. Differential Pressure Transmitter: 1. Acceptable manufacturers: a. Rosemount Model 1151DP. b. Foxboro Model 823. c. Fisher and Porter Model 50 OPF. 2. Materials: a. Isolating diaphragm: 316 stainless steel or Hastelloy C. b. Fill fluid: Silicone. 3. Design and fabrication: a. Output: 4-20mA DC proportional to flow. b. Solid-state electronics. c. Power supply: 24 Y DC. d. Adjustable zero and span. e. Temperature limits: 0 to 175 DegF. f. Overpressure limits: 1) Withstand body rated pressure on either side without damage or loss of calibration. 2) Withstand 150 percent.of stated maximum service pressure without damage. g. Humidity limits: 0 to 100 percent relative humidity. h. Damping: Time constant adjustable between 0.2 and 1.67 seconds. i. Accuracy (includes effects of linearity, repeatability and hysteresis): ±0.25 percent of calibrated span. j. Linearity: ±0.1 percent of calibrated span. k. Hysteresis: ±0.1 percent of calibrated span. 1. Minimum 1/2 IN pressure connection. m. Zero elevation: 600 percent of calibrated span. n. Zero suppression: 500 percent'of -calibrated span. C. Pressure Switches: 1. Acceptable manufacturers: a. Mercoid. b. SOR. 2. Materials: a. Bourdon tube: 316 stainless steel. b. Diaphragm seal housing: 316 stainless steel.. c. Pulsation dampeners: 316'stainless steel. d. Switch isolating ball valves: 316 stainless steel. 3. Accessories: City of Lubbock, Municipal'Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 i a. Provide ball.valve:to,isolate.pressure;switch from source. b. Provide pulsation dampeners on all pressure switch applications which involve positive displacement equipment including: 1) Positive displacement pump systems. c. Provide protector to separate process fluid from the pressure element. d. System fill applications: 1) Diaphragm seal. 2) Sealed sleeve. e. System fill material: 1) Utilize.halocarbon fill for process applications involving strong oxidizing agents. Agents include but are not limited to: C12, KMN04, FeCL, NaOH, and NaOC1. 2) Utilize manufacturer's standard fill for other applications. Ensure fill is suitable for application temperatures. f. On applications where a pressure switch and a. pressure gage are used at the same location, it is permissible to utilize one pulsation dampener and diaphragm seal to isolate both elements from the process fluid. 4. Design and fabrication: a. Two SPOT contacts rated: 1) 1 amp inductive at 125 V DC. 2) 5 A inductive at 120 V AC. b. Switch set points: 1) Set points between 30 and 70 percent of switch rated working range. 2) Operating pressure not to exceed 75 percent of switch rated working range. c. Accuracy: Better than 1 percent of full scale. d. Process connection: Minimum of 1/4 IN. PART 3 - EXECUTION 3.01 INSTALLATION A. Install in accordance with manufacturer's instructions. END OF SECTION City of Lubbock, Municipal Water Treatment - Contract 3 13442-5 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 No Text r 13445-1 01 92E15 SECTION 13445 01 02 02 03 INDICATORS 03 04 04 05 05 06 PART 1 - GENERAL 06 07 07 08 1.01 SUMMARY 08 09 09 10 A. Section Includes: 10 11 12 1. Small case vertical indicators. 11 12 13 B. Related Sections include but are not necessarily limited to: 13 14 1. Section 13440 -'Instrumentation for Process Control: 14 r 15 General Requirements. 15 16 16 17 1.02 QUALITY ASSURANCE 17 ^' 18 18 19 A. Referenced Standards: 19 20 1. National Electrical Manufacturers Association (NEMA): 20 21 a. ICS 6, Enclosures for Industrial Controls and 21 22 Systems. 22 23 23 24 1.03 SUBMITTALS 24 25 25 26 A. Shop Drawings: 26 27 1. See Section 13440. 27 '^ 28 28 29 29 30 PART 2 - PRODUCTS 30 r., 31 31 32 2.01 ACCEPTABLE MANUFACTURERS 32 33 33 34 A. Subject to compliance with the Contract Documents, the 34 35 following Manufacturers are acceptable: 35 36 1. Small case vertical indicators: 36 37 a. Westinghouse (Model 252). 37 �- 38 b. General Electric (Model 180). 38 39 39 40 B. Submit requests for substitution in accordance with 40 41 Specification Section 01640. 41 42 42 43 2.02 INDICATORS 43 44 44 OM 45 A. Small Case Vertical Indicator: 45 is 46 1. Design and fabrication: 46 47 a. Capable of receiving signals linearly proportional to 47 48 process variable indicated. 48 49 b. Continuous, instantaneous indication of process 49 50 variable. 50 51 52 c. Nominal 4.5 IN vertical scale, direct reading 51 calibrated in engineering units. 52 53 d. 4-20 mA DC input. 53 City of Lubbock, Municipal Water Treatment- Contract 3 13445-2 01 e. Case: 01 02 1) Nominal 2 x 6 IN. 02 03 2) Dustproof. 03 04 3) Suitable for panel mounting. 04 �- 05 f. Major scale divisions shall be equally spaced and 05 06 shall be in whole integers. 06 07 07 08 08 09 PART 3 - EXECUTION 09 10 10 11 3.01 INSTALLATION 11 12 12 13 A. Install products in accordance -with ,manufacturer's 13 14 instructions. 14 15 15 16 END OF SECTION 16 City of Lubbock, Municipal'Water Treatment - Contract 3 13446-1 �^ 01 92E15 SECTION 13446 01 02 02 03 CONTROL AUXILIARIES 03 04 04 05 05 06 PART 1 - GENERAL 06 07 07 08 1.01 SUMMARY 08 P . 09 09 10 A. Section Includes: 10 rr 11 1. Power supplies. 11 12 2. Electronic signal boosters or isolators. 12 13 3. Relays. 13 r 14 4. Selector switches. 14 15 5. Pushbuttons. 15 16 6. Indicating lights. 16 17 17 18 B. Related Sections include but are not necessarily limited to: 18 19 1. Section 13440 - Instrumentation for Process Control: 19 20 General Requirements. 20 21 21 22 1.02 QUALITY ASSURANCE 22 23 23 24 A. Referenced Standards: 24 (^ 25 1. National Electrical Manufacturers Association (NEMA): 25 26 a. ICS 2, Standards for Industrial Control Devices, 26 27 Controllers and Assemblies. 27 ^ 28 b. ICS 6, Enclosures for Industrial Controls and 28 a' 29 Systems. 29 30 30 31 B. Miscellaneous: 31 32 1. Assure units comply with electrical area classifications 32 33 and NEMA enclosure type shown on Drawings. 33 34 34 35 1.03 SUBMITTALS 35 36 36 37 A. Shop Drawings: 37 r" 38 1. See Section 13440. 38 39 39 40 40 �- 41 PART 2 - PRODUCTS 41 42 42 43 2.01 ACCEPTABLE MANUFACTURERS 43 44 44 45 A. Subject to compliance with the Contract Documents, the 45 46 following Manufacturers are acceptable: 46 47 1. Electronic signal boosters or isolators: 47 ^ 48 a. Rochester Instrument Systems. 48 49 b. Acromag. 49 50 2. Relays: 50 �•• 51 a. Potter and Brumfield. 51 52 b. Eagle. 52 53 c. Struthers -Dunn. 53 r City of Lubbock, Municipal Water Treatment - Contract 3 r 13446-2- 01 3. Selector switches and push buttons: 02 a. Cutler Hammer. 03 b. Allen Bradley. 04 4. Indicating lights: 05 a. Cutler Hammer. 06 b. Allen Bradley. 07 08 B. Submit requests for substitution in accordance with 09 Specification Section 01640. 10 11 2.02 POWER SUPPLIES 12 13 A. Arrangement 14 1. Loss of one power supply shall not affect more than one 15 instrument loop or system. 16 2. Multiloop or multisystem power supplies will be 17 acceptable if backup power supply units provided which 18 will automatically supply load upon failure of the 19 primary supply. 20 a. Power distribution shall be selectively fused so that 21 a fault in one instrument loop will be isolated from 22 other loops fed from same supply. 23 b. Oversized multiloop power supplies 10 percent. 24 c. Indicate failure of multiloop supply on panel front. 25 3. Backup power supply systems shall be such that either 26 primary or backup supply can be removed, repaired, and 27 returned to service without disrupting instrument system 28 operation. 29 30 B. 31 32 33 34 35 36 2.03 37 38 A. 39 40 4.1 42 43 44 2.04 45 46 A. 47 48 49 50 51 52 53 Design: 1. Suitable for input voltage variation of ±10 percent. 2. Supply output fused or short circuit protected. 3. Fuses shall be clearly labeled and located for easy access. ELECTRONIC SIGNAL BOOSTERS OR ISOLATORS Design: 1. Solid-state circuitry. 2. Complete electrical isolation between power supply, input signal, and output signal. 3. Accuracy: ±0.15 percent of span. RELAYS Design: 1. Control circuit relays: a. Silver -cadmium oxide contacts. b. Rated 10 A at 120 V AC. 2. Electronic switching -duty: a. Gold-plated or gold alloy contacts. b. Rated not less than 3 A. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 13446-3 r 01 B. Construction: 01 02 1. Plug-in socket base type. 02 03 2. Dustproof enclosures. 03 �• 04 3. Double -pole, double -throw contacts minimum. 04 05 05 06 2.05 SELECTOR SWITCHES 06 07 07 i^ 08 A. Design and fabrication unless indicated otherwise on the 08 09 Drawings: 09 10 1. Heavy-duty type. 10 11 2. Oiltight. 11 12 3. Rotary cam units conforming to NEMA ICS 2-216.22. 12 13 4. Supply switches having number of positioners required 13 e... 14 with contact blocks to fulfill functions shown and 14 15 specified. 15 16 5. Maintained contact type. 16 17 6. Knob type operators. 17 18 7. Black colored operators. 18 19 S. Designed with cam and contact block with approximate area 19 20 of 2 IN SQ. 20 �^ 21 9. Appropriately marked legend plate. 21 22 22 23 2.06 PUSHBUTTONS 23 24 25 A. Materials: 24 25 26 1. Backing diaphragm: Buna-N. 26 27 27 28 B. Design and fabrication unless indicated otherwise on the 28 29 Drawings: 29 30 1. Heavy-duty type. 30 r- 31 2. Oiltight. 31 32 3. Conforming to NEMA ICS 2-216.22. 32 33 4. Diaphragm backed. 33 �., 34 5. Single -function type: 34 E 35 a. Momentary contact with necessary contact blocks. 35 36 b. Molded, solid color melamine buttons. 36 37 c. Standard flush operators. 37 38 d. Green colored buttons for OFF or STOP and red color 38 39 for START or ON. 39 40 e. Appropriately engraved legend plate. 40 41 41 42 2.07 INDICATING LIGHTS 42 43 43 �.. 44 A. Design and fabrication unless indicated otherwise on the 44 45 Drawings: 45 46 1. Heavy duty. 46 47 '2. Oiltight. 47 48 3. Type allowing replacement of bulb without removal from 48 49 control panel. 49 50 4. Full voltage push -to -test indicating lights. 50 51 a. Heavy duty. 51- 52 b. Glass lens. 52 53 c. Appropriately engraved legend plate for each light. 53 r t City of Lubbock, Municipal Water Treatment - Contract 3 13446-4 01 d. Contact blocks as required. 01 02 02 03 03 04 PART 3 - EXECUTION 04 05 05 06 3.01 INSTALLATION 06 07 07 _ 08 A. Install products in accordance :with manufacturer's 08 09 instructions. 09 10 10 11 END Of SECTION 11 City of Lubbock, Municipal Water Treatment - Contract.3 13456-1 01 92EIS SECTION 13456 01 02 02 03 03 r" 04 CLOSED CIRCUIT TELEVISION SYSTEM 04 t 05 05 06 06 07 PART 1 - GENERAL 07 08 08 09 1.01 SUMMARY 09 10 10 'i 11 A. Section Includes: 11 12 1. Closed circuit television systems. 12 13 13 14 B. Related Sections include but are not necessarily limited to: 14 !. 15 1. Section 16010 - Electrical: General Requirements. 15 16 2. Section 16111 - Conduit, Conduit fittings, Conduit Supports, 16 17 Wireway, and Underfloor Duct. 17 18 3. Section 16120 - Cable - 600 Volt and Below. 18 19 19 20 1.02 SYSTEM DESCRIPTION 20 21 21 22 A. Provide a total of five cameras, one installed at the Lab/ 22 23 Administration building entrance and four installed at various 23 r' 24 locations throughout the plant. Also provide two monitors, 24 25 switching mechanism, pan & tilt and zoom controls for the 25 26 four field cameras, and a video cassette recorder. Switching 26 r► 27 mechanism, pan & tilt and zoom controls, and VCR to be mounted 27 28 in the existing plant control console. 28 29 29 30 B. Provide a cabling system, and auxiliary and accessory devices 30 r 31 required to provide a complete operating system. 31 32 32 33 C. Although such work is not specifically indicated or specified, 33 34 all supplementary or miscellaneous items, appurtenances and 34 35 devices incidental to or necessary for a sound, secure, 35 36 complete, and compatible installation shall be furnished and 36 .- 37 installed as part of this Work. 37 38 38 39 1.03 SUBMITTALS 39 40 40 r 41 A. Shop Drawings: 41 42 1. See Section 01340. 42 43 2. Provide fabrication and/or layout drawings: 43 44 a. Coordinate with control console provided under a 44 45 previous contract. 45 46 3. Product technical data including: 46 �., 47 a. Manufacturer's installation instructions. 47 48 48 49 B. Operation and Maintenance: 49 50 1. See Section 01340. 50 51 51 52 52 53 PART 2 - PRODUCTS 53 City of Lubbock, Municipal Water Treatment - Contract 3 r - f 13456-2 01 02 2.01 ACCEPTABLE MANUFACTURERS 03 04 A. Subject to compliance with the Contract Documents, the 05 following Manufacturers are acceptable`: 06 1. Burle Security Products. 07 08 B. Submit requests for substitution in accordance with 09 Specification Section 01640. 10 11 2.02 CAMERAS 12 13 A. Provide cameras to the locations indicated on the Drawings. 14 15 B. Self-contained, solidstate cameras designed for continuous 16 operation.° 17 18 C. Capable of providing 700 lines of horizontal resolution on 19 standard EIA test pattern, with random interlaced scanning. 20 System geometry within 2 percent and linearity within l 21 percent with no adjustment. 22 23 D. Automatic sensitivity control which compensates for scene 24 illumination changes up'to 4000 to 1 with less than 50 25 percent plus 3 db change in output video level automatic 26 video (peak to peak). Also function as automatic video gain 27 control. 28 29 E. Capable of being remotely controlled up to 4000 FT away by 30 - unplugging its control panel and substituting the standard 31 interconnecting cable between control point and camera. 32 33 F. Operates on normal 525 line scan rate, but is capable of 34 operating at 675 line scan rate for increased vertical 35 resolution. 36 37 G. Full interlace scanning by addition of binary synogenerator 38 module which mounts within each camera. 39 40 H. Incorporate video polarity reversal capability. 41 42 I. No camera component operates greater than 80 percent of its 43 specified rating. 44 45 J. Capable of operating from standard EIA drive pulses up 4 V, 46 peak to peak. 47 48 K. Balanced keyed clamp circuitry with camera. 49 50 L. Supply plug: UL approved, three -wire AC line cord to prevent 51 accidental shock to operating personnel, and supplied at each 52 camera location. 53 City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41' 42 43 44 45 46 47 48 49 50 51 52 53 13456-3 �^ 01 M. Design camera mounts for:'Zeiling'or pole mounting which 01 02 permit 360 -degree adjustment in both planes. Provide mounts 02 03 of sturdy light -weight aluminum and provide mounting holes 03 04 05 for attachments to the mounting surface and provisions for attaching and locking the camera in place. Furnish a solid 04 05 06 and secure mounting by reinforcing the ceiling if required. 06 07 07 !� 08 2.03 MONITORS 08 09 09 10 A. Furnish all monitor operating controls, adjustments, and 10 11 fuses contained within locking compartment to prevent 11 12 tempering. 12 13 13 14 15 B. Provide monitor picture tubes with bonded and etched safety shield to minimize specular reflections, to increase the 14 15 16 viewing angle, and to permit rapid and convenient tube 16 17 cleaning. 17 18 18 19 C. Provide video response of 10 MC plus db (800 line 19 20 resolutions) and utilize 90=degree deflection for best '20 21 possible corner focus. 21 22 22 23 D. Accept video signal input of 0.25 V minimum, 4.0 V maximum, 23 24 with a minimum input signal providing at least 50 bolts at 24 25 kinescope. 25 26 26 21 E. Furnish lenses designed for television application and not of 27 28 movie variety. 28 29 29 30 F. Ensure operator is able to zoom lens for close up viewing and 30 +� 31 to change the direction of viewing remotely. Provide camera 31 32 capable of being rotated 30 degrees above and below the 32 33 horizontal and a full 180 -degree horizontally. 33 ,., 34 34 k 35 2.04 ACCESSORIES 35 36 36 37 A. Towers: 37 38 1. Towers shall be furnished and installed for mounting 38 39 of -CCTV cameras as indicated on the Drawings. Towers 39 40 shall be Rohn No. 45 with an 18 IN equilateral traingular 40 41 pattern. Tower sections shall be completely hot -dip 41 42 galvanized after fabrication. Tower heights shall be as 42 43 indicated on the Drawings. Tower bases shall be concrete, 43 44 3 FT deep by 2 FT square, furnished and installed as 44 45 recommended by the tower manufacturer, and only by 45 46 experienced and trained personnel. 46 47 47 '^ 48 48 49 PART 3 - EXECUTION 49 50 50 .• 51 3.01 INSTALLATION 51 52 52 53 A. Install closed circuit television system as indicated on 53 City of Lubbock, Municipal Water Treatment - Contract 3 r 13456-4 01 Drawings, in accordance with manufacturer's written 01 02 instructions. 02 03 03 04 B. For installation comply with the following Sections:.: 04 -- 05 1. 16111 - Conduit, Conduit Fittings, Conduit Supports, 05 06 and Wireway. 06 07 2. 16120 - Cable - 600 Volt and Below. 07 08 08 09 END OF SECTION 09 r - City of Lubbock, Municipal Water Treatment- Contract 3 13510-1 is 01 92E22 SECTION 13510 01 02 02 03 CATHODIC PROTECTION SYSTEM 03 i 04 04 0 05 05 06 PART 1 - GENERAL 06 07 07 a. 08 1.01 SUMMARY 08 09 09 �- 10 A. General work included in this Section: 10 a 11 1. The work consists of furnishing all labor, equipment 11 12 and materials necessary to install an automatic impressed 12 13 current type cathodic protection system to control 13 14 corrosion of the submerged steel surfaces of the subject 14 15 water treatment equipment; The work will be done in 15 16 strict accordance with the plans and specifications, 16 17 subject to the terms and conditions of the contract. This 17 ', 18 includes furnishing and installing power unit, conduit, 18 19 cables, junction boxes, anodes and all other materials 19 r, 20 required for a complete cathodic protection system. 20 21 21 22 B. Related sections include but are not limited to: 22 23 1. Division 0. 23 24 2. Division 1. 24 f 25 25 26 1.02 SUBMITTALS 26 .-� 27 27 !' 28 A. Shop Drawings: 28 29 1. See Section 01340. 29 30 2. Submit design calculations. 30 31 3. Submit proposed design drawings. 31 32 4. Submit details of system and anode placement. 32 33 33 34 1.03 QUALITY ASSURANCE 34 35 35 36 A. All cathodic protection work shall be performed under the 36 ,., 37 direct supervision of an accredited corrosion specialist 37 38 by the National Association of Corrosion Engineers (NAGE) and 38 39 who is also a registered professional engineer in the State of 39 40 Texas. All drawings, submittals and reports shall bear the 40 f" 41 NACE corrosion specialist's number and the professional 41 l 42 engineering stamp. Contractor shall submit proof of 42 43 qualifications. 43 r 44 44 45 B. All design, equipment, materials, installation, and 45 46 testing shall be consistent with sound corrosion engineering 46 47 practice. 47 48 48 49 1.04 INTENT 49 50 50 Flo 51 A. These specifications are intended to cover a complete 51 E 52 cathodic protection system, properly installed and suitable 52 53 for safe and satisfactory operation. Unless expressly 53 City of Lubbock, Municipal Water Treatment - Contract 3 15060-12 01 throughout the specified duration: 02 1) Exposed piping. 03 2) Buried insulated piping and buried or exposed 04 pressure piping. 05 b. Unless otherwise specified, leakage from gravity 06 buried liquid piping systems shall be less than.25 GAL 07 per day per inch -mile. 08 4. Hydrostatic pressure testing: 09 a. All joints, including welds, are to be left 10 exposed for examination during the test. Provide 11 additional temporary supports for piping systems 12 designed for vapor or gas to support the weight of 13 the test water. 14 b._ Provide temporary restraints for expansion joints 15 for additional pressure load under test. 16 Equipment 'in piping system with rated pressure 17 lower than pipe test pressure shall be isolated by 18 valves or blind flanges. 19 c. Do not paint or insulate exposed piping until 20 successful performance of pressure test. 21 d. Test soil, waste, drain and vent piping at 22 completion of installation of each stack or section 23 of piping by filling system with water to highest 24 point and checking joint and fitting for leaks. 25 Leaks must be eliminated before proceeding with 26 work or concealing pipe. Minimum test heights 27 shall be 10 FT. 28 5. Low pressure air test: 29 a. Check pneumatic plugs for proper sealing. 30 b. Place plugs in line at each manhole and inflate to 3I 25 psig. 32 c. Introduce low pressure air into sealed line 33 segment until air pressure reached 4 psig greater 34 than ground water than may be over the pipe. Use 35 test gage conforming to ANSI B40.1 with 0 to 15 36 psi scale and accuracy of l percent of full range. 37 d. Allow 2 minutes of air pressure to stabilize. 38 e. After stabilization period (3.5 psig minimum 39 pressure in pipe) discontinue air supply to.line 40 segment: 41 1) Acceptable time for loss of l prig of air 42 pressure shall be: 43 44 PIPE SIZE TIME, MINUTES/100 FT 45 -------- ------------------ -- -- -- - ---- 46 46 6 0.7 47 8 1.2 48 10 1.5 49 12 1.8 50 15 2.1 51 18 2.4 52 21 and larger 3.1 - 53 City of Lubbock, Municipal Water Treatment - Contract 3 01 02' 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 7, 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15060-13 6. Hydrostatic Exfiltration and Infiltration Test (groundwater level is below the top of pipe): a. Leakage rate: 200 GAL per IN diameter per mile of pipe per day at average head on test section is 3 FT. b. Average head is defined from groundwater elevation to average pipe crown. c. Acceptable test head leakage rate for heads greater than 3 FT: Acceptable leakage rate (gal per IN diameter per mile per day) = 115 x (actual test head to the 1/2 power). 7. Hydrostatic Infiltration Test (groundwater level is above the top of pipe): a. Allowable leakage rate: 200 GAL per IN diameter per mile of pipe per day when depth of groundwater over top of pipe is 2 to 6 FT. b. Leakage rate at heads greater than 6 FT: Allowable leakage rate (gallons per IN diameter per mile of pipe per day) - 82 x (actual head to the 1/2 power). C. Dielectric Testing Methods and Criteria: 1. Provide electrical check between metallic non-ferrous pipe or.appurtenances and ferrous elements of construction to.assure discontinuity has been maintained. 2. Wherever electrical contact is demonstrated by such test, locate the point or points of continuity and correct the condition. 3.05 CLEANING AND DISINFECTION A. Cleaning: 1. Clean interior of piping systems thoroughly before installing. 2. Maintain pipe in clean condition during installation. 3. Before jointing piping, thoroughly clean and wipe joint contact surfaces and then properly dress and make joint. 4. Immediately prior to pressure testing, clean and remove grease, metal cuttings, dirt, or other foreign materials which may have entered the system. 5. At completion of work and prior to Final Acceptance, thoroughly clean work installed under these Specifications. Clean equipment, fixtures, pipe, valves, and fittings of grease, metal cuttings, and sludge which may have accumulated by operation of system, from testing, or from other causes. Repair any stoppage or discoloration or other damage to parts of building, its finish, or furnishings, due to failure to properly clean piping system, without cost to Owner. 6. After erection of piping and tubing, but prior to installation of service outlet valves, blow natural gas systems clear of free moisture and foreign matter by means of cylinder water -pumped nitrogen or cylinder City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15060-14 01 water -pumped compressed air. 01 02 7. Clean chlorine piping by pulling;a cloth saturated 02 03 with trichlorethylene or other suitable chlorinated 03 04 solvent through each length of pipe. Disassemble 04 05 valves and clean with suitable solvent. All surfaces 05 06 which may come in contact with chlorine gas shall be 06 07 thoroughly dry, and free of oil or grease before 07 08 placing in service. 08 09 09 10 B. Disinfection.of Potable Water Systems: 10 11 1. After favorable performance of pressure test and prior to 11 12 Final Acceptance, thoroughly flush entire potable water 12 13 piping. 13 14 2. Drain flushing water to sanitary sewer. Do not drain 14 15 flushing water to receiving stream. 15 16 16 17 3.06 LOCATION OF BURIED OBSTACLES 17 18 18 19 A. Furnish exact location and description of buried utilities 19 20 and thrust blocks encountered. 20 21 _ . 21 22 B. Reference items to definitive reference point locations such 22 23 as found property corners, entrances to buildings, existing 23 24 structure lines, fire hydrants and related fixed structures. 24 25 25 26 C. Include such information as location,lelevation, coverage,' 26 27 supports and additional pertinent information which will be 27 28 required by future contractors for replacement servicing, or 28 29 adjacent construction around any buried facility. 29 30 30 31 D. Incorporate information on "As -Recorded" Drawings. 31 32 32 33 '3.07 PIPE INSTALLATION 33 34 34 35 A. Insulate pipe and pipe fittings`in accordance with Section 15183. 35 36 36 37 3.08 SCHEDULES - UNLESSOTHERWISE NOTED ON THE DRAWINGS. 37 3$ 38 39 A. PIPING SPECIFICATION SCHEDULE — SYSTEM 1 39 40 40 41 1. General: 41 42 a. Piping symbol and service:' 42 43 1) WR,- Waste Return to Terminal Storage: 43 44 2) S - Sludge. - 44 45 3) SO - Sludge Decant. 45 46 b. Test requirements: 46 47 1) Test medium: Low pressure air. 47 48 2) Pressure: See paragraph 3.09 B. 48 49 3) Duration: See paragraph 3.09 B. 49 50 c. Gasket requirements: 50 51 1) Push -on: Rubber-AWWA C111. 51 52 2) Mechanical (gland type): Rubber'AWWA C111. 52 53 2. System components: 53 City of'Lubbock, Municipal Water Treatment - Contract 3 15060-15 a. Pipe size: 3 through 48 IN. 1) Buried service: a) Materials: Ductile iron, Grade.60-42-10, Class 53. b) Reference: ANSI C151. c) Lining: Cement. d) Coating: Bituminous. e) Fittings and joints: Ductile iron fittings complying with ANSI C110, iron Grade 70-50-05 with 250 psi rating for larger than 12 IN and 350 psi rating for 12 IN and less. Alternate gray cast fittings complying with ANSI C110 with 150 psi rating for larger than 12 IN and 250 psi rating for 12 IN and less. Push -on joints with mechanical (gland type) joints at fittings and valves. B. PIPING SPECIFICATION SCHEDULE - SYSTEM 2 THRU 6 - NOT USED C. PIPING SPECIFICATION SCHEDULE - SYSTEM 7 1. General: a. Piping symbol and service: 1) AL - Alum Solution. 2) FS - Ferric Sulfate Solution. 3) PO - Polymer. 4) CS - Carbon Slurry. 5) PP - Potassium Permanganate Solution. 6) CL - Chlorine Solution. b. Test requirements: 1) Test medium: Water. 2) Pressure: 50 psig. 3) Duration: 6 HRS. c. Gasket requirements: 1) Flange: EPDM. 2) Unions: Buna-N 0 -rings. 2. System components: a. Pipe size: Through 3 IN. 1) Exposed service: a) Materials: PVC, Type 1, Grade 1, Schedule 80. b) Reference: ASTM D1785. c) Lining: None. d) Coating: Paint. e) Fitting and joints: Solvent welded socket type fittings complying with ASTM D2467 with unions at valves, penetrations through structure and equipment connections for pipe 2 IN and less and flanges at those locations for pipe above 2 IN. 2) Buried service: a) Materials: PVC, Type 1, Grade 1, Schedule 40. b) Reference: 01785. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15060-16 01 c) Lining: None. 01 02 d) Coating: None. 02 03 e) Fittings and joints: Solvent welded 03 04 socket type fitting complying with ASTM D2466. 04 05 b. Pipe size: 6 IN: 05 06 1) Buried service: 06 07 a) Materials: PVC, C-900. 07 08 b) Reference: AWWA C-900. 08 09 c) Lining: None. 09 10 d) Coating: None. 10 11 e) Fittings and joints: Ductile iron 11 12 fittings complying with ANSI C110, iron Grade 12 13 70-50-05 with 350 psi rating. Alternate gray 13 14 cast fittings complying with ANSI C110 with 14 15 250 psi rating. Push -on joints with mechanical 15 16 (gland type) joints at fitting and valves. 16 17 17 18 D. PIPING SPECIFICATION SCHEDULE - SYSTEM 8 - NOT USED 18 19 19 20 E. PIPING SPECIFICATION SCHEDULE - SYSTEM 9 20 21 21 22 1. General: 22 23 a. Piping symbol and service: P3 24 1) SW - Seal Water. 24 25 b. Test requirements: 25 26 1) Test medium: Water. 26 27 2) Pressure: 100 psig. 27 28 3) Duration: 6 HRS. 28 29 c. Gasket requirements: 29 30 1) Flange: Rubber, AWWA C207 and C111. 30 31 2) Push -on: Rubber, AWWA C111. 31 32 3) Mechanical coupling: As recommended by 32 33 coupling manufacturer. 33 34 4) Unions: Same as flange gasket. 34 35 2. System components: 35 36 a. Pipe size: to 1 IN. 36 37 1) Exposed service: 37 38 a) Materials: Stainless steel tubing, TP -304L. 38 39 b) Reference: ASTM A269. 39 40 c) Lining: None. 40 41 d) .Coating: None. 41 42 e) Fitting and joints: Stainless steel 304L 42 43 fittings with compression type tube fittings 43 44 and couplings, unions and equipment and 44 45 - valves. 45 46 46 47 F. PIPING SPECIFICATION SCHEDULE - SYSTEM 10 47 48 1 48 49 1. General:, f49 50 a. Piping symbol and servicer 50 51 1) PW - Potable Water. 51 52 b. Test requirements: 52 53 1) Test medium: Water. 53 City of Lubbock, Municipal Water Treatment Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 r 13510-2 Ir' 01 excluded by these specifications any and all equipment, 02 materials, and/or labor not included, but necessary to produce 03 such a product are to be furnished by the Contractor without 41 04 additional cost. 05 06 1.05 SCOPE 07 08 A. The following structures will require cathodic protection 09 systems: 10 1. Three (3) basins with 2 separate clarifier mechanisms r 11 in each. 12 a. Basin dimensions of Numbers 1, 2, & 3, 220 ft. -H, 13 110 ft. -W, 13 ft. -D. ell 14 2. Three (3) basins with a single clarifier mechanism in i, 15 each. 16 a. Basin dimensions of Numbers 4, 5, & 6, 110 ft. -H, ,.. 17 100 ft. -W, 14 ft. -D. 18 3. One (1) carbon contact basin with steel aeration 19 piping. 20 �,. 21 B. Water: 22 1. Total Dissolved Solids 1089-1272 mg/L 23 2. Total Hardness (CaCO3) 157-172 mg/L 24 25 C. Work included- all work will be performed and complete 26 and completed in a thorough and workman -like manner. 27 1. Furnish and install power unit(s). 28 2. Furnish and install anodes complete with lead wires. 29 3. Furnish and install all conduit, cables, junction 30 boxes and wires between the power units and anodes. 31 4. Furnish and install any supplementary equipment and/or z 32 materials in addition to those specified which are 33 necessary to insure safe and satisfactory operation of the r 34 equipment within the limits of the specifications. 35 5. The A.C. service to the cathodic protection power unit 36 is not covered in these specifications and will be 37 furnished by others. 38 39 40 PART 2 - PRODUCTS 41 42 2.01 EQUIPMENT 43 44 A. Power Unit 7 45 1. This specification outlines the minimum quality 46 required for long-term economy and reliability of the 47 cathodic protection power unit. The power unit will be "I' 48 solid-state, air-cooled and consist of the necessary !1 49 potential control circuitry, transformers, rectifiers, 50 circuit breaker, meter, wiring, terminals and r+ 51 appurtenances of adequate capacity to meet the 52 requirements of the system. Where multiple D.C. output 53 circuits are required, each circuit will consist of City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 13510-3 01 separate transformers, rectifier and control. The output 02 of each circuit will'be electronically controlled in all 03 modes of operation, no variable resistors or other 04 mechanical devices will be used. Transformer voltage tap 05 adjusters will not be used to control the operation of the 06 power unit. The entire power unit will be field 07 serviceable. 08 a. Automatic control of current output to maintain 09 potential at a preselected level. 10 b. Accept all standard reference electrodes without 11 internal wiring modification or replacement of 12 components. 13 c. Measure and display potential in any operating 14 mode continuously or on demand. 15 d. Linear current limiting. 16 e. Auto -restart after power outage. 17 f. Short circuit and surge protection. 18 g. Automatic circuit check. 19 h. Dead front panel. 20 i. Clock circuit. 21 j. Fingertip panel control. 22 k. Digital readout. 23 1. Automatic overprotection control in all modes of 24 operation. 25 m. Automatic temperature compensating circuit. 26 n. Illuminated panel display. 27 o. Complies with FCC regulation for digital devices. 28 p. RS232 Compatibility. 29 30 B. Transformer - 31 1. The transformer will be of the separate primary and 32 secondary type and will withstand continuous°operation 10% 33 above rated input voltage at the maximum hot spot heat 34 rise not to exceed 500C. 35 36 C. Rectifiers 37 1. The rectifier elements will be silicon with'adequate 38 cooling surfaces so that their normal temperature rise at 39 rated capacity will not exceed that specified by NEMA. 40 The rectifier elements will be air-cooled and will be 41 housed in the power unit cabinet. 42 43 D. Control Circuits 44 1. The control circuit of.the power unit will be designed 45 to continuously monitor the 'potential of the structure and 46 automatically regulate the protective current as required 47 to maintain the potential -at the preselected level. A 48 microprocessor'wil.l be used for overall system control and 49 phase controlled SCR's for current regulation. 50 2. The current output of'the unit will be controlled in 51 all modes of operation to prevent overprotection. the 52 control will be fixed, preset, not resetable and will 53 override all other operating parameters. City of Lubbock, Municipal Water Treatment Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 13510-4 r City of Lubbock, Municipal Water Treatment - Contract 3 01 01 02 2.02 MODE OF OPERATION _ 02 03 03 04 A. Manual Mode 04 w 05 1. The power unit will operate as a constant current 05 06 rectifier, continuously delivering preselected current to 06 r 07 the anodes. In this his mode, the automatic control will be 07 08 locked out without affecting the preprogrammed settings. 08 09 The output of the power unit will be regulated form 0-100•ti 09 10 of rated capacity without the use of transformer taps. 10. 1! 11 12 B. Auto -1 Mode 12 13 1. In the Auto -1 mode, the controller will automatically 13 r' 14 and continuously monitor the potential of the structure 14 15 and make necessary adjustments in the current output to 15 16 maintain the structure potential at the preselected value. 16 r- 17 A single reference electrode placed within 1 to 2 cm. from 17 18 the protected structure will be used to measure the 18 19 potential and control the operation of the power unit. 19 20 20 21 C. Auto -2 Mode (IR Drop Free) 21 ! 22 1. The Auto -2 mode will function the same as Auto -1 22 23 except the potential will be monitored against a reference 23 r- 24 electrode located some distance from the protected 24 25 structure. The measured and displayed potential will be 25 26 free of IR drop error. 26 27 27 i^ 28 2.03 CIRCUIT BREAKER 28 E 29 29 30 A. The Circuit breaker will be of the single phase, 2 pole, 30 31 series trip, manually reset, magnetic type not affected by 31 32 change in ambient temperature. 32 33 33 34 35 2.04 POWER UNIT WIRING 34 35 ( { 36 A. The wires to connect components of the power unit will be 36 37 stranded or solid copper and will meet the requirements of the 37 38 NEC for allowable current -carrying capacities. The D.C. 38 ` 39 output terminals will be conveniently located and will be of 39 40 the solderless pressure type sized to accommodate wires as 40 !^ 41 required for safe operation of the cathodic protection system. 41 I' 42 Provision for connecting the A.C. power will be made available 42 43 in the form of insulated pigtails or shielded terminals. 43 44 44 45 2.05 ENCLOSURE 45 46 46 47 A. The entire power unit will be housed in a NEMA 4 metal 47 48 cabinet having a tamper proof, single latch, 3 point locking 48 `i 49 mechanism and tabs for a keyed lock. 49 50 50 �.., 51 2.06 CONDUIT 51 52 52 53 A. The wiring between the power unit and the anode feeders 53 r City of Lubbock, Municipal Water Treatment - Contract 3 13510-5 01 will be run in rigid electrical grade conduit of a type and 01 02 size conforming to NEC and all other applicable codes. 02 03 03 04 2.07 WIRING 04 05 05 06 A. Wires will be insulated strandedcopper, sized per the 06 07 'NEC for allowable current carrying capacity but not smaller 07 08 that #12 AWG. 08 09 09 10 B. Control signal wires will be insulated copper not small 10 11 than #22 AWG suitable for the mechanical and environmental 11 12 exposure anticipated. 12 13 13 14 2.08 ANODES 14 15 15 16 A. The anodes will be supported by the structure to be 16 17 protected. 17 18 18 19 B. Anode material will be metallurgcially bonded platinum on 19 20 a niobium substrate, 0.063" diameter with a minimum design 20 21 life of ten (10) years. The anodes can be full length or 21 22 segmented on a continuous stranded copper wire. 22 23 23 24 C. A commutator should be provided between the rotating and 24 25 stationary portions of the structures. Anodes should be 25 26 placed on the rotating portion of the structures where 26 27 practical, and close to the structures to improve the 27 28 protection effect. The anodes should not be placed remote �28 29 from the structure where there would be a high percentage of 29 30 protection current diverted to the rebar in the concrete 30 31 walls. 31 32 32 33 -2.09 REFERENCE ELECTRODES 33 34 34 35 A. Copper -copper sulfate reference electrodes will be used to 35 36 measure the level of protection on the submerged` steel 36 37 surfaces.37 38 - 38 39 B. The electrodes will be constructed for extended usage 39 40 (permanent type) and remain stable for a minimum of five (5) 40 41 years._ 41 42 42 43 43 44 PART 3 - EXECUTION 44 45 - 45 46 3.01 INSTALLATION 46 47 47 48 A. Cathodic protection system shall be installed in accordance 48 49 with current NACE practices. - 49 50 50 51 B. Cathodic protection system shall be installed as per 51 52 manufacturers written instructions. 52 53 53 City of Lubbock, Municipal Water Treatment— Contract'3 City of Lubbock, Municipal Water Treatment - Contract 3 7 13510-6 O1 3.02 FIELD QUALITY CONTROL O1 02 02 03 A. The Contractor shall perform all tests necessary to 03 04 demonstrate that the installed system is functioning per 04 05 specifications. Any adjustments and/or additional anodes and 05 06 materials required shall be at the expense of the Contractor. 06 07 07 08 B. Provide services of equipment manufacturer's field service 08 09 representative(s) to: 09 10 1. Inspect equipment covered by these Specifications. 10 11 2. Supervise pre -start adjustments and installation 11 12 checks. 12 13 3. Conduct initial startup of equipment and perform 13 14 operational checks. 14 15 4. Provide a written statement that manufacturer's 15 16 equipment has been installed properly, started up and is 16 17 ready for operation by Owner's personnel. 17 18 5. Instruct Owner's personnel for a minimum number of 8 18 19 hours at jobsite per Section 01650 on operation and 19 20 maintenance of equipment. 20 21 21 22 C. Tests shall be conducted to determine the following: 22 23 1. Static electrolyte -to -structure potentials. 23 24 2. Electrical continuity of submerged structures. 24 25 3. Protective and polarized electrolyte -to -structure of 25 26 each cathodic protection systems. 26 27 4. Rectifier outputs in volts and amperes. 27 28 5. Current output of each anode. 28 29 29 30 D. Five (5) bound copies of the final report including in 30 31 tabular form, structure -to -water potentials and test 31 32 locations, shall be submitted for review and approval by 32 33 the Engineer. 33 34 34 35 E. All final cathodic protection tests shall be performed by 35 36 the accredited corrosion specialist. The final report shall 36 37 bear the NACE accreditation number as well as the registered 37 38 professional engineers stamp. 38 39 39 40 F. Maintenance and Operating Manuals 40 41 1. Maintenance and operating manuals will be provided with 41 42 sufficient detail to permit the owner's operator to 42 43 properly maintain and adjust the system. They will 43 44 include a description of the main components and their 44 45 function, as well as a schematic drawing of the power/unit 45 46 controller. 46 47 47 48 48 49 END OF SECTION 49 50 50 51 51 52 52 City of Lubbock, Municipal Water Treatment - Contract 3 7 No Text r CONVEYING SYSTEMS 14 7 (THIS PAGE LEFT BLANK INTENTIONALLY) t 14305-1 01 92A14 SECTION 14305 01 It 02 02 03 BRIDGE CRANES 03 04 04 05 05 06 PART 1 - GENERAL 06 07 07 r 08 1.01 SUMMARY 08 09 09 10 A. Section Includes: 10 11 1. Manually operated underhung bridge crane, complete 11 i 12 with trolley and hoist, for installation in the blower 12 13 building as indicated on the drawing and specified 13 14 herein. The crane for the blower building shall have 14 15 a manually operated bridge, trolley, and hoist. 15 16 16 17 B. Related Sections include but are not necessarily limited to: 17 18 1. Division 1 - General Requirements. 18 19 2. Section 11005 - Equipment: General Requirements. 19 20 3. Section 05221 - Steel Joists. 20 21 21 22 1.02 QUALITY ASSURANCE 22 23 23 24 25 A. Referenced Standards: 1. American Gear Manufacturers Association (AGMA). 24 25 26 2. Crane Manufacturers Association of America, Inc. (CMAA): 26 27 a. 74, 1987, Specifications for Top Running and Under 27 28 Running Single Girder Electric Overhead Traveling 28 c 29 Cranes Utilizing Under Running Trolley Hoist. 29 30 b. ANSI MH 27.1 "Specifications for Underhung Cranes 30 31 and Monorail Systems". 31 32 c. ANSI B30, "Safety Standards for Cranes, Derricks, 32 33 Hoists, Hooks, Jacks, and Slings". 33 r- 34 35 B. Qualifications: 34 35 36 1. Welding shall be done by certified welders and shall be 36 37 in accordance with the American Welding Society 37 38 Standards. 38 39 39 40 C. Coordinate installation to assure proper operation within the 40 r^ 41 confines dictated by structural, equipment, and 41 42 mechanical installations. 42 43 43 44 D. Verify hook and lifting heights for each application to 44 45 assure each system is completely operational over range 45 46 intended. 46 47 47 j 48 E. Coordinate installation with steel joist manufacturer to 48 �I 49 assure proper fastening to steel joist system. 49 50 50 511.03 DEFINITIONS 51 52 52 53 A. Hook Height: The minimum acceptable distance in feet from 53 City of Lubbock, Municipal Water Treatment - Contract 3 7 14305-2 01 1. Equipment tag number C-1: bottom of hook in full raised position to the nearest 02 Duty cycle rating: Class Al. floor surface. 03 Type: Underhung, single girder, manually operated. 47 04 B. Lift Height: The distance in feet from the bottom of the 05 Span: See Drawings. hook in full raised position to the surface of the lowest 06 Crane overhead clearance: 3 IN minimum to nearest floor from which items may be hoisted. 07 obstruction. 51 08 C. Ultimate Load -Carrying Capacity: Live load, weights of 09 building manufacturer. all equipment and an allowance for impact. 10 Maximum chain pull at rated capacity; 11 D. Total Trolley Capacity: The ultimate load -carrying 12 capacity of the trolley based on the ultimate strength of 13 the material used'(with a 51 safety factor) and the 14 bearing life. 15 16 1.03 SUBMITTALS 17 18 A. Shop Drawings: 19 1. See Section 11005. 20 2. Girder layout including supports, connections and 21 appurtenances. 22 3 L d oa test results. 23 24 B. Operation and Maintenance Manuals. 25 26 27 PART 2 - PRODUCTS 28 29 2.01 ACCEPTABLE MANUFACTURERS 30 31 A. Subject to compliance with the Contract Documents, the 32 following Manufacturers are acceptable: 33 1. Bridge cranes: 34 a. Acco. 35 b. P & H. 36 c. Or approved equal. 37 38 B. Submit requests for substitution in accordance with 39 Specification Section 01640. 40 41 2.02 MANUFACTURED UNITS 42 43 A. Performance and Configuration Requirements: 44 1. Equipment tag number C-1: 45 a. Duty cycle rating: Class Al. 46 b. Type: Underhung, single girder, manually operated. 47 c. Rated capacity: 5.tons. 48 d. Span: See Drawings. 49 e. Crane overhead clearance: 3 IN minimum to nearest 50 obstruction. 51 f. Size of runway beams: To be determined by metal 52 building manufacturer. 53 g. Maximum chain pull at rated capacity; City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 14305-3 01 1. To move crane: 80 02 2. To move hoist trolley: 80 LB. 03 3. To operate hoist: 80 LB. 04 h. Distance center -to -center of runway beams: 18 FT. 05 i. Approximate over all length of runway beams: 24 06 FT. 07 J. Bottom of runway beam, EL (Min.): 3,267.00 08 k. Operating floor, EL: 3,252.50 09 1. Required hook travel: 10 1. Hook at highest position, EL: 3,263.00. 11 2. Hook at lowest position, EL: 3,255.00. 12 13 B. Design load carrying parts, except structural members and 14 gears, so that the calculated stress in the material, based 15 on rated load, shall not exceed 20 percent of the published 16 average ultimate strength of the material. 17 18 C. Comply with ANSI MH 27.1 and ANSI B30. 19 20 D. Trolley and hoist (Section 14301) compatible with the 21 specified bridge crane. 22 23 E. Runway Rails: 24 1. Straight, parallel and level. 25 2. Sufficient strength and rigidity to prevent detrimental 26 lateral or vertical deflection. 27 28 F. Bridge Girder: 29 1. Structural steel from standard structural shapes. 30 2. Design girder to resist vertical, lateral and torsional 31 forces and stresses as defined by CMAA #74. 32 3. The maximum vertical deflection of the girder produced by 33 the dead load, weight of the trolley and hoist and the 34 rated load shall not exceed 1/600 of the span. 35 4. Locate safety stops at each end of bridge girder to 36 prevent overtravel of trolley hoist. 37 5. Comply with applicable portions of the specifications 38 of the American Institute of Steel Construction. 39 Loadings, impact allowances, and allowable stresses 40 shall be in accordance with the governing standards. 41 42 G. End Trucks: 43 1. Carry crane bridge on end trucks sited to carry the rated 44 load when it is lifted at one end of the crane bridge. 45 2. End truck wheelbase minimum of 1/8 of the crane span. 46 3. Construct from structural channels welded and bolted into 47 a rigid box section. 48 4. Assure proper alignment of axles. 49 5. Design so that drop of truck is limited to 1 IN in case' 50 of axle or wheel failure. 51 52 H. Crane Wheels: 53 1. Single flange type, of rolled, forged or cast steel City of Lubbock, Municipal'Water Treatment - Contract l 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 14305-4 with machined universal crowned or tapered hardened treads, designed to operate oh.the specified runway. 2. One pair of wheels in each truck shall have integrally cut spier gear teeth or machines -cut gears pressed on hubs to serve as drive wheels. The other wheels shall be idlers. 3. Support each wheel on roller bearings mounted on stationary axles suitable to take radial and thrust loads. 4. Wheel bearings shall be permanently shielded, lifetime -lubricated, and antifriction type. 5. Wheels may be heat treated. I. Bridge Dr-ive-Mechanism: 1. Cross shaft to drive one pair of wheels of each end truck and a chain -operated drive wheel. 2. Cross shaft shall be designed to withstand torsional strain, and shall be supported by brackets and self -aligning bearings at intervals sufficient to prevent distortion of the shaft. J. Bearings: 500OHRS B-10. K. Gearing: 1. All gearing except the final reduction at the wheels shall run in oil or be splash lubricated. 2. Comply with AGMA specifications for load ratings. 3. Gears not enclosed in gear boxes. a. Safety guards. b. Provisions for lubrication and inspection 4. Helical, spur, or herringbone type, made from rolled or cast steel and shall have machine -cut teeth. All shafts shall be made from alloy steel and heat treated. L. Bridge Brake: I. Capable of stopping bridge within a distance in feet equal to 10 percent of full load speed (in fpm) when traveling at full speed with full load. M. Bumpers and Stops: 1. `Capable of stopping the crane at a rate of deceleration not to exceed three feet per second when traveling in either direction at 20 percent of rated speed. 2. Sufficient energy absorbing capacity to stop the crane when traveling at full speed with full load. 3. Stops designed to resist full load speed. 4. Locate stops at limit of bridge travel. S. Runway stops shall not engage wheel treads. N. Trolleys: 1. Push -type. City of Lubbock, Municipal Water Treatment, -,Contract 3 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 14305-5 01 2. Completely compatible with hoist and crane specified. 01 02 3. Minimum B-10 bearing'life"of 5008 HRS based on 75 02 03 percent of the wheel load, excluding impact, 03 04 4. Frame consisting of thick rolled steel sections 04 05 extending beyond wheel flanges to protect wheels. 05 06 5. Alloy steel hardened axler, ball -bearings and pressed 06 07 steel wheels. 07 08 a. Carburized and hardened ball tread wheels. 08 09 b. Factory lubricated requiring no additional 09 10 lubrication. 10 11 11 12 0. Hand chain hoists: 12 13 1. Spur -geared. 13 14 2. Design load -carrying parts so that the calculated 14 15 static stress in the material, based on rated capacity, 15 L. 16 does not exceed 25 percent of the average ultimate 16 17 strength of the material. 17 r* 18 3. For all hand chain hoists, provide hook -type mounting. 18 19 4. Load chain and wheels: 19 20 a) Close link coil or roller -type chain. 20 21 b) Links of uniform size and shape and free from 21 22 scale. 22 23 c) Manufacture load chain wheels from steel, 23 24 pearlitic malleable iron or modular cat -iron. 24 25 Form load and idler sheaves to fit chain. 25 1, 26 5. Hand chain and wheels: 26 27 a) Hand chain of the endless coil -type with a drop 27 28 that is about 2 FT less than the specified lift of 28 29 the hoist. 29 30 b) Chain yield point at least three times the 30 31 required hand chain pull for rated load. 31 32 c) Manufacture hand chain wheels from steel, 32 I 33 malleable iron, high strength cast iron, or 33 34 aluminum alloy. 34 �^ 35 d) Equip handwheel with suitable chain guard to 35 36 prevent the hand chain from slipping or jumping 36 37 the wheel rim. 37 •, 38 6. Hooks: 38 39 a) forged steel. 39 ` 40 b) Bottom hook mounted on antifriction bearings, free 40 41 to swivel in the loaded condition without twisting 41 42 the chain. 42 43 c) Gate or swing type latch hooks. 43 44 d) Provided with a safety latch. 44 45 7. Automatic mechanical load brake which will prevent 45 j 46 lowering of the load unless manual power is applied to 46 47 the hand chain. 47 48 49 8. 9. Sleeve or antifriction type bearings. Enclose gearing in sealed construction and provde 48 49 50 life -time lubrication. 50 51 10. Load limit clutch to automatically prevent hoist from 51 7 52 lifting loads greater than rated capacity. 52 G 53 11. For Class I, Division 1 or 2, Group D locations, 53 City of Lubbock, Municipal Water Treatment - Contract 3 14305-6 O1 provide spark and corrosion -resistant models -with 01 02 bronze hooks, stainless steel load chains, bronze or 02 03 aluminum hand chain, and bronze:trollery wheels. 03 04 12. Mark each hoist'.with the following information: 04 05 a) Name and address of manufacturer. 05 06 b) Manufacturer's unit identification number. 06 07 c) Rated load. 07 08 08 09 09 10 10 11 PART 3 - EXECUTION , 11 12 12 13 3.01 INSTALLATION 13 14 14 15 A. Install runway rails with center -to -center distance and 15 16 elevation within ±1/8 IN. 16 17 _. 17 18 B. Warning Signs: 18 19 1. At stairs or ladders located 6FT or less from the 19 20 rail(s). _ 20 21 2. Warning sign legend and colors: 21 22 a. DANGER (red). 22 23 b. KEEP OFF (red). 23 24 24 25 C. The bridge, trolley, and hoist shall each have a 25 26 conspicuous easy -to -read label showing manufacturer's 26 27 name, crane serial number, and rated capacity of 27 28 equipment. The rated capacity of the hoist shall also be 28 29 shown on the load block. 29 30 30 31 3.02 FIELD QUALITY CONTROL 31 32 32 33 A. Test each crane using 110 percent rated load. 33 34 34 35 B. Employ and pay for services of equipment manufacturer's field 35 36 service representative(s) to: 36 37 1. Inspect equipment covered by these Specifications. 37 38 2. Supervise pre -startup adjustments and installation checks 38 39 and all field tests. 39 40 3. Conduct initial startup of equipment and perform 40 41 operational checks. 41 42 4. Provide a written statement that manufacturer's equipment 42 43 has been installed properly, started up and is ready for 43 44 operation by Owner's personnel. 44 45 S. Instruct Owner's personnel for (8) HRS at jobsite on 45 46 operation and maintenance of the hoist, trolley, monorail 46 47 and crane equipment. 47 48 48 49 END OF SECTION 49 City of Lubbock, Municipal Water Treatment - Contract 3 roll i 7 7 MECHANICAL is (THIS PAGE LEFT BLANK INTENTIONALLY) - 15010-1 91F19 SECTION 15010 MECHANICAL: GENERAL REQUIREMENTS PART 1 — GENERAL 1.01 SUMMARY A. Section Includes: 1. Mechanical equipment. B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 — General Requirements. 3. Section 09905 Painting and Protective Coatings. 4. Section 11005 - Equipment: General Requirements. 5. Section 15990 - HVAC Systems: Balancing and Testing. 6. Division 16 - Electrical. 1.02 QUALITY ASSURANCE A. Comply with requirements of Section 11005, B. Perform work in strict accordance with rules, regulations, codes, ordinances, or laws of Local, State, and Federal governments, or of other authorities having lawful jurisdiction. Such rules, regulations, codes, ordinances, or laws include but are not necessarily limited to the following: 1. State building and fire codes. 2. State plumbing and mechanical codes. 3. City building and fire codes. 4. City plumbing and mechanical codes. 5. American Gas Association (AGA). 6. National Electric Code (NEC). 7. National Fire Protection Association (NFPA). S. Occupational Safety and Health Act (OSHA). C. Referenced Standards: 1. American National Standards Institute (ANSI): a. B40.1, Gauges -Pressure Indicating Dial Type Elastic Element. 2. American Society of Mechanical Engineers (ASME). 3. American Society for Testing and Materials (ASTM): a. A36, Specification for Structural Steel. 4. Factory Mutual Association (FM). 5. Instrument Society of America (ISA): a. S20, Specification Forms for Process Measurement and Control Instruments, Primary Elements and Control Valves. 6. National Electric Manufacturers Association (NEMA). City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15010-2 7. Sheet Metal and Air -Conditioning National Contractors Association (SMACNA). 1.03 SUBMITTALS A. See Section 01340. B. Verify on sheet metal shop drawings dimensions, transverse Joints, reinforcement, seams, seals, fittings, hangers and miscellaneous appurtenances. Include on fabrication drawings location and connection details of jointed sections to permit access and maintenance of connected equipment, dampers, and controls. C. Submit copies of any manufacturer's written directions regarding equipment and material handling, installation, operation and maintenance. D. Detail coordinations, connections, offsets and crossovers in work. E. Locate and dimension equipment items with reference to other items of work accurately. 1.04 PERMITS A. Permits, Fees, Licenses, and Inspections: 1. Make arrangements for, obtain, and pay for necessary permits, licenses, and inspections. Pay necessary fees in conjunction with mechanical work. PART 2 - PRODUCTS 2.01 MATERIALS A. Electric Wiring, Motors and Controls: I. Comply to requirements of Sections 11005, 13440 and Division 16. PART 3 - EXECUTION 3.01 INSTALLATION A. Cutting, Fitting, Repairing, Patching, and Finishing: 1. Arrange and pay for cutting, fitting, repairing, patching, and finishing of work of other trades where it is necessary to disturb such work to permit installation of mechanical work. Perform work only with craftsmen skilled in their respective trades. 2. Avoid cutting, insofar as possible, by setting frames and related work and by requesting openings in advance. City of Lubbock, Municipal Water Treatment - Contract 3 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 i^ 02 03 04 05 06 07 �^ 08 09 10 11 r 12 13 14 15 16 17 18 a 19 20 �., 21 22 23 24 25 k 26 27 28 ° 29 30 31 32 33 34 35 36 37 38 39 40 41 c 42 43 44 45 x 46 47 48 49 50 r 51 52 53 r 7 15010-3 Assist other trades in.securing rcorrect location and placement of rough -frames;' openings, and related work for piping. 3. Before cutting obtain permission from Engineer. Cut holes neatly and as small as possible to admit work. Include cutting where openings have been omitted. Perform cutting in manner so as not to weaken walls, partitions or floors. Drill holes cut in floors without breaking out around holes. 4. Where cutting of holes through reinforced concrete is necessary, cut by rotary type drill. Use of pneumatic hammer type drills, impact type electric drills, and hand or manual hammer type drills will not be allowed. Locate holes so as not to affect structural sections such as ribs or beams. Layout holes in advance and perform drilling only after approval by Engineer. 5. Where alterations are necessary, including outside trenching, disturbing lawns, walks, paving, etc., or where new or old work join, cut, remove, patch, repair and restore adjacent surfaces and leave in as good condition as existed prior to start of work. 6. Fireproofing repair: Install hangers, inserts, supports, anchorages, etc., prior to installation of fireproofing materials. Do not remove or damage fireproofing on roof deck, roof beams, roof framing, floor beams, floor framing members, columns, or wind bracing during installation of mechanical work. If fireproofing is damaged or is removed, repair or replace to satisfaction of Engineer and at no additional expense to Owner. B. Installation of Equipment: 1. Comply to requirements of Section 11005. 2. Use galvanized structural steel installed in areas of high humidity or locations where moisture may collect due to condensation. 3. Use structural steel members conforming to ASTM A36. Furnish with shop coat primer and retouch primer after field welding, in accordance with Section 09905. C. Provisions for Later Installation: 1. When mechanical work can not be installed as structure is being erected, provide and arrange for building -in of boxes, sleeves, insets, fixtures or devices necessary to permit installation later. Lay out chases, holes or other openings which must be provided in masonry, concrete or other work. 2. Verify nature and arrangements of materials and construction to which this work attaches or passes through. D. Access to Equipment for Maintenance: 1. Install equipment and piping in such manner as to permit access for normal maintenance. Maintain easy access to City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15010-4 01 motors, drives,,compressors, and arrange piping, conduit, 02 and related work to facilitate maintenance. Perform 03 relocation of pipes and other obstacles required to 04 permit access.at request of:Engineer at no additional 05 cost to Owner. 06 2. Provide access doors or panels in walls, floors, and 07 ceilings to permit access to valves, strainers, traps, 08 cleanouts, motors, and equipment and piping requiring 09 service. 10 3. Size of access panels to allow inspection and removal of 11 items served, minimum 12 x 12 IN size. Fabricate door 12 and frame of minimum 14 GA, stretcher leveled stock, 13 cadmium plated or galvanized after fabrication and fitted 14 with screw driver lock of cam type. Furnish panels 15 with prime coat of paint. Style and type as required for 16 material in which door installed. 17 18 E. Painting: 19 1. See Section 09905. 20 2. If factory finish on equipment is damaged in shipment or 21 during construction, refinish equipment to satisfaction 22 of Engineer. 23 24 3.02 FIELD QUALITY CONTROL 25 26 A. Balancing and Performance Tests: 27 1. Comply with Section 15990. 28 2. On date predetermined and agreed upon by manufacturer, 29 Engineer, and Installer', prior to acceptance of 30 installation by Owner, conduct various tests witnessed by 31 Engineer to determine operational and'`functional 32 acceptability of equipment installed. Tests will 33 determine that items of equipment and materials installed 34 fully meet requirements as to type, quality, design, and 35 performance as stipulated in Contract Documents. If any 36 work performed or any equipment furnished and -installed 37 is found to be defective take remedial'measures and 38 arrange for new tests at no 'extra cost to Owner. If, 39 after retests, installation is still found to be 40 inadequate, remove defective equipment and reinstall 41 equipment of operational adequacy to satisfy Engineer 42 that Contract Documents have been satisfied. Perform 43 this work at no additional cost to Owner. 44 45 END OF SECTION City of Lubbock, Municipal Water Treatment Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 P" S r 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 92E15, SECTION' 15060 ` PIPE AND PIPE FITTINGS: PART 1 - GENERAL 1.01 SUMMARY GENERAL REQUIREMENTS A. Section Includes: 1. Process piping systems 2. Utility piping systems. 3. Plumbing piping systems. B. Related Sections include but are not necessarily limited to: 1. Division 0 —Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements, 3. Section 02221 - Trenching, Backfilling, and Compacting for Utilities. 4. Section 09905 - Painting and Protective Coatings. 5. Section 10400 - Identification, Stenciling, and Tagging Systems. 6. Section 11080 - Aeration Equipment: General Requirements. 7. Section 11083 - Aeration Equipment: Coarse Bubble Type. 8. Section 15090 - Pipe Support Systems. 9. Section 15183 - Pipe, Duct and Equipment Insulation. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. American National Standards Institute (ANSI): a. 840.1, Gauges - Pressure Indicating Dial Type - Elastic Element. b. C110, Ductile Iron and Gray Iron Fittings, 3 IN through 48 IN for Water and Other Liquids. c. C115, Flanged Ductile Iron Pipe with Threaded Flanges. d. C151, Ductile -Iron Pipe, Centrifugally Cast In Metal Molds or Sand -Lined Molds for Water or Other Liquids. 2. American Society for Testing and Materials (ASTM): a. A53, Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc -Coated Welded and Seamless. b. A74, Cast -Iron Soil Pipe and Fittings. c. A106, Specification for Seamless Carbon Steel Pipe for High -Temperature Service d. A269, Specification for Seamless Austenitic Stainless Steel Tubing for General Service. e. C564, Rubber Gaskets for Cast -Iron Soil Pipe and Fittings. f. D1785, Specification for Rigid Poly Vinyl Chloride City of Lubbock, Municipal Water Treatment - Contract 3 15060-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15060-2 01 (PUC) Compounds and Chlorinated Poly Vinyl 02 Chloride (CPVC) Compounds. 03 g. D2466, Socket Type (PVC) Plastic Pipe Fittings, 04 Schedule 40. 05 h. D2467, Socket Type (PVC) Plastic Pipe Fittings, 06 Schedule 80. - 07 i. F439, Specification for Socket -Type Chlorinated 08 Poly (Vinyl Chloride) (CPVC) Plastic Pipe Fittings, 09 Schedule 80. 10 J. F441, Specification for Chlorinated Poly (Vinyl 11 Chloride) (CPVC) Plastic Pipe, Schedules 40 to 80. 12 3. American Water Works Association (AWWA): 13 a. 0111, Rubber -Gasket Joints for Ductile Iron and Gray 14 Iron Pressure Pipe and Fittings. 15 b. C207,"Steel Pipe Flanges for Waterworks Service - 16 Sizes 4 IN through 144 IN, 17 C. C900, Standard for Polyvinyl Chloride (PVC) 18 Pressure Pipe, 4 IN through 12 IN, for Water. 19 4. Cast Iron Soil Pipe Institute (CISPI): 20 a. 301, Hubless Cast -Iron Sanitary System: With No Hub 21 Pipe and Fittings. 22 23 1.03 SYSTEM DESCRIPTION 24 25 A. Piping Systems Organization and Definition: 26 1. Pipingservices are grouped into designated systems 27 according to the chemical and physical properties of the 28 fluid conveyed, system pressure, piping size and system 29 materials of construction. 30 2. Table A below defines each service classification, its 31 symbol, and the designated system classification of each 32 service. 33 34 TABLE A PIPING SERVICES 35 36 SYMBOL SERVICE SYSTEM 37 -----• ------- 38 WR Waste Return 1 39 S Sludge 1 40 SO Sludge Decant 1 41 BD Basin Drain (PAC) 1 42 AL Alum Solution 7 43 FS Ferric Sulfate Solution 7 44 CL Chlorine Solution 7 45 CS Carbon Slurry 7 46 PP Potassium Permanganate Solution 7 47 PO Polymer"'Sol ution 7 48 SW Seal Water 9 49 PW Potable Water 10 50 LPA Low Pressure Air 12 51 VT Vent P1 52 FD Floor Drain 21 53 City of Lubbock, Municipal Water Treatment— Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 s 15060-3 01 3. See PIPING SPECIFICATION SCH OULC5 in'PART 3. 02 02 03 03 1.04 SUBMITTALS 04 04 05 A. Shap Drawings: 05 D6 06 1. See Section 01340. 07 07 2. Fabrication and/or layout drawings: 009 08 a. Exterior yard piping drawings (minimum scale 1 IN 09 equals 10 FT) with information including: 10 1) Dimensions of piping lengths. 10 11 2) Invert or centerline elevations of piping 11 4 12 crossings. 12 13 13 3) Acknowledgement of bury depth requirements. �- 14 4) Details of fittings, tapping locations, thrust 14 15 blocks, restrained joint segments, harnessed 15 16 joint segments, hydrants, and related 16 17 appurtenances. 11 ,., 1g 5) Acknowledge designated valve or gate tag numbers, 18 19 manhole numbers, instrument tag numbers, pipe and 19 20 line numbers. 20 !'"21 6) Line slopes and vents. 21 22 b. Interior piping drawings (minimum scale 1/8 IN equals 22 23 1 FT) with information including: 23 �- 24 1) Dimensions of pipfing and end connections. 24 25 2) Invert or centerline dimensions. 25 ` 26 3) Centerline elevation and size of intersecting 26 27 ductwork, conduit/conduit racks, or other 27 28 potential interferences requiring coordination. 28 G 29 4) Location and type of pipe supports and anchors. 29 30 5) Locations of valves and valve operator type. 30 31 6) Details of fittings, tapping locations, equipment 31 32 connections, flexible expansion joints, 32' 33 connections to equipment, and related 33 ,.. 34 35 appurtenances. 7) Acknowledgement of valve and equipment tag 34 35 36 numbers and instrument tag numbers. 36 37 8) Provisions for expansion and contraction. 37 OM 38 9) Line slopes and air release vents. 38 #. 39 10) Rough -in data for plumbing fixtures. 39 40 c. Schedule of interconnections to existing piping. 40 41 3. Product technical data including:. 41 42 a. Acknowledgement that products submitted meet 42 43 requirements of standards referenced. 43 44 b. Copies of manufacturer's written directions regarding 44 45 material handling, delivery, storage and 45 46 installation. 46 47 c. Master schedule showing piping appurtenances, pipe 47 48 size, schedule of pipe, type linings and,coatings. 48 49 d. Technical product data on piping appurtenances. 49 50 4. Certifications: 50 .• 51 a. Qualifications of lab performing disinfection 51 52 analysis on water systems. 52 53 5. Test reports: 53 `1 City of Lubbock, Municipal Water Treatment - Contract 3 I 15060-4 01 a. Copies of pressure test results on all piping 02 systems. 03 b. Reports defining results of dielectric testing and 04 _ corrective action taken. 05 c. Disinfection test report. 06 d. Notification of time and date of piping pressure 07 tests. 08 _ 09 1.05 DELIVERY, STORAGE, AND HANDLING 10 11 A. Protect pipe coating during handling using methods 12 recommended by manufacturer. Use of bare cables, chains, 13 hooks, metal bars or narrow skids in contact with coated pipe 14 is not permitted. 15 16 B. Prevent damage to pipe during transit. Repair abrasions, 17 scars, and blemishes. If repair of satisfactory quality 18 cannot be achieved, replace damaged material immediately. 19 20 21 PART 2 - PRODUCTS 22 23 2.01 ACCEPTABLE MANUFACTURERS 24 25 A. Subject to compliance with the Contract Documents,,the 26 following Manufacturers are acceptable: 27 1. Gauges: 28 a. Ashcroft. 29 b. Or approved equal. 30 2. Pressure Switches: 31 a. Mercoid. 32 b. SOR 33 34 B. Submit requests for substitution in accordance with 35 Specification Section 01640. 36 37 2.02 PIPING SPECIFICATION SCHEDULES 38 39 A. Piping system materials, fittings and appurtenances are 40 subject to requirements of specific piping specification 41 schedules located at the end of '`PART 3 of this Specification; 42 unless otherwise shown on Drawings or Drawing Schedule. 43 44 2.03 COMPONENTS AND ACCESSORIES 45 46 A. Protective Coating and Lining: 47 1. Include pipe, fittings, and appurtenances, where 48 coatings, -linings, paint, tests and other items are 49 stated. 50 2. Field paint pipe in accordance with Section 09905. 51 52 B. Underground Warning Tape: 53 1. See Section 10400. City of Lubbock,'Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15060-5 01 I 02 C. Pressure Switches: 03 1. Materials: r" 04 a. Bourdon tube: 316 stainless steel. 05 b. Diaphragm seal housing: 316 stainless steel. 06 c. Switch isolating ball valves: as specified for r 07 chemical piping. 1 08 2. Accessories: 09 a. Provide ball valve to isolate pressure switch from 710 11 source. b. Provide protector to separate process fluid from 12 the pressure element. 13 c. System fill applications: 14 1. Diaphragm seal. G. 15 2. Sealed sleeve. 16 d. System fill material: 17 1. Utilize halocarbon fill for process 7 18 applications involving strong oxidizing 19 agents. Agents include but are not limited 20 to: C12, KMN04, Fe2(SO4)3, and AL (SO4)3- r, 21 2. Utilize manufacturer's standard fi�1 for other 22 applications. Ensure fill is suitable for 23 application temperatures. 24 e. On applications where a pressure switch and a 25 pressure gage are used at the same location, it is 26 permissible to utilize one pulsation dampener and 27 diaphragm seal to isolate both elements from the 28 process fluid. 29 3. Design and fabrication: 30 a. Utilize hermetically sealed mercury contact or 31 snap action switches. 32 b. Two SPDT contacts rated: 33 1. 5 A inductive at 120 V -AC. 34 c. Switch set points: 35 1. Set points between 30 and 70 percent of switch 36 rated working range. 37 38 2. Operating pressure not to exceed 75 percent of switch rated working range. 39 d. Accuracy: Better than l percent of full scale. 40 e. Process connection: Minimum of 1/4 IN. 41 ► 42 PART 3 - EXECUTION 43 44 3.01 EXTERIOR PIPING INSTALLATION 45 46 A. Unless otherwise shown on the Drawings, provide a minimum of 47 48 4 FT and maximum of 8 FT earth cover over exterior buried piping systems and appurtenances conveying water, fluids, or 49 solutions subject to freezing. so ., 51 B. Enter and exit through structure walls, floors, and ceilings 52 by using wall penetrations specified in Section 01800 or as 53 shown on Drawings. i! City of Lubbock, Municipal Water Treatment - Contract'3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 , 45 46 47 48 49 50 51 52 53 15060-6 C. Install flexible joint within 2 FT of point where pipe enters or leaves structure. Install second flexible joint not more than 6 FT nor less than 4 F from first joint. Provide balance of piping with standard laying lengths. D. Install expansion devices as necessary to allow expansion and contraction movement. E. Laying Pipe In Trench: 1. Excavate and backfill trench in accordance with Section 02221. 2. Clean each pipe length thoroughly and inspect for compliance to Specifications. 3. Grade trench bottom and excavate for pipe bell and pipe on trench bottom. 4. Install gasket or joint material according to manufacturer's directions after joints have been thoroughly cleaned and examined. 5. Except for first two joints, before making final connections of joints, install two full sections of with earth tamped along side of pipe or final with bedding material placed. 6. Lay pipe in only suitable weather with good trench conditions. Never lay pipe in water except where approved by Engineer._ ; 7. Seal open end of line with watertight plug if pipe stopped. 8. Remove water in trench before removal of plug. lay Pipe laying F. Lining Up Push -On Joint Piping: I. Lay piping on route lines shown on Drawings. 2. Deflect from straight alignments or grades by vertical or horizontal curves or offsets. 3. Observe maximum deflection values stated in manufacturer's written literature. 4. Provide special bends when specified or where required alignment exceeds allowable deflections stipulated. 5. Install shorter lengths of pipe in such length and number that angular deflection of any joint, as represented by specified maximum deflection, is not exceeded. G. Anchorage and Blocking: I. Provide reaction blocking, anchors, joint harnesses, or other acceptable means for preventing movement of piping caused by forces in or on.buried piping tees, wye branches, plugs, or bends. 2. Place concrete blocking so that it extends from fitting into solid undisturbed earth wall. Concrete blocks shall not cover pipe joints. 3. Provide bearing area of concrete in accordance with drawing detail. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15060-7 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 H. See Section 10400 for Underground Hazard Warning Tape. 02 03 I. Install insulating components where dissimilar metals are joined together. 05 06 3.02 INTERIOR PIPING INSTALLATION 07 08 A. Install piping in vertical and horizontal alignment as shown 09 on Drawings. ..► i 10 11 B. Alignment of piping smaller than 4 IN may not be shown. 12 However, install according to Drawing intent and with ample 13 clearance and allowance for: 14 1. Expansion and contraction. 15 2. Operation and access to equipment, doors, windows, 16 hoists, moving equipment. 17 3. Headroom and walking space for working areas and aisles. 18 •4. System drainage and air removal. 19 20 C. Enter and exit through structure walls, floor and ceilings �. i 21 using wall penetrations as specified in Section 01800 and t 22 as shown on the Drawings. 23 24 D. Install vertical piping runs plumb and horizontal piping runs 25 parallel with structure walls. 26 27 E. Use methods of piping support as shown on Drawings and as 28 required in Section 15090. Where pipes run parallel and at 29 same elevation or grade, they may be grouped and supported 30 from common trapeze -type hanger, provided hanger rods are 31 increased in size as specified for total supported weight. 32 The pipe in the group requiring the least maximumdistance 33 between supports shall set the distance between trapeze 7 34 hangers. 35 36 F. Locate and size sleeves required for piping system. Arrange r- 37 for chases, recesses, inserts or anchors at proper elevation 38 and location. 39 40 G. Use reducing fittings throughout piping systems. Bushings �., E 41 will not be allowed unless specifically approved. 42 43 H. Install expansion devices as necessary to allow 44 expansion/contraction movement. 45 46 I. Install all interior drain, waste, vent and potable water 74478 concealed unless otherwise indicated on Drawings. 49 J. Soil and Waste Piping Installation: 50 1. Install horizontal soil or waste lines less than 4 IN 51 diameter with a slope of not less than 1/4 IN/FT or 2 d 52 percent toward the point of disposal. Install 4 IN 53 and larger piping at 1/8 IN per foot. 71 City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15060-8 O1 2. Install,as close to construction as possible to 01 02 maintain maximum head room. 02 03 3. Make changes of direction with 1/8 bends and junctions 03 04 with wye fittings. 04 05 4. Use short wye fittings in vertical pipe only. 05 06 5. Install handhole test tee at base of each stack. 06 07 6. Install cleanouts at dead ends, at changes of 07 08 direction and at 50 FT intervals on horizontal runs. 08 09 Where cleanouts occur in concealed spaces, provide 09 10 with extensions to floors above or to walls as 10 11 required. 11 12 7. Install piping true to grade and alignment. Begin at 12 13 the system low point.13 14 S. Locate vertical extensions of underground piping below 14 15 partition walls for concealment in wall. In locations 15 16 where hubs are wider than partition, set hubs 1.IN 16 17 below final floor. 17 18 18 19 K. Vent Piping Installation: lg 20 1. Run vent stack parallel to each soil or waste stack to 20 21 receive branch vents from fixtures. 21 22 2. Originate each vent stack from soil or waste pipe at,: 22 23 its base. 23 24 3. Where possible, combine soil, waste or vent stack 24 25 before passing through roof so as to minimize roof 25 26 openings. 26 27 4. Offset pipes running close to exterior walls away from 27 28 such walls before passing through roof to permit proper 28 29 flashing. 29 30 5. Provide pipes passing through roofs with cast iron 30 31 increasers minimum of 12 IN below roof one size larger 31 32 than pipe but in no case less than 4 IN. 32 33 6. Terminate each vent with approved frostproof jacket. 33 34 7. Carry vent stacks 4 IN and larger full size through 34 35 roof. Extend vent stacks at least 12 IN above roofing. 35 36 8. Pipe vents from pressure regulating devices in 36 37 compliance with local codes. 37 38 38 39 L. Potable Water Piping Installation: 39 40 1. Install drain tees with capped nipples of IPS brass 3 40 41 IN long at low points. Iflowpoint occurs in 41 42 concealed piping, provide approved flush access panel. 42 43 These drains are not shown on Drawings. 43 44 2. Slope water lines down to drain points not less than 1 44 45 IN in 60 FT. 45 46 3. Install all threaded piping with clean-cut tapered 46 47 threads and with ends thoroughly reamed after cutting 47 48 to remove burrs. Pipe joint cement permitted only on 4$ 49 external threads. For screwed nipples for connections 49 50 to flush valves,;lavatory supplies, and other 50 51 equipment with threaded connections use iron, copper, 51 52 or brass pipe. 52 53 4. Install ball, butterfly and plug valves where 53 City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15060-9 indicated or required to adequately service all parts of system and equipment: a. Install valves on each branch serving restroom. b. Install valves on inlet and outlet connections of heat exchangers and on other equipment connected to water lines. 5. Install unions between valves and connections to each piece of equipment, and install sufficient number of unions throughout piping system to facilitate installation and servicing. On copper pipe lines, install wrought, solder -joint, copper to copper unions for lines 2 IN and smaller and, for line 2-1/2 IN and over install brass flange unions. 6. Install piping so as to be free to expand with proper loops, anchors and joints without injury to system or structure. 7. Provide approved type vacuum breaker and backflow preventer installations indicated or as required by Code. M. Anchorage and Blocking: 1. Block, anchor, or harness exposed piping subjected to forces, in which mechanical, push on, flexible, or similar joints are installed, to prevent separation of joints and transmission of stress into equipment or structural components not designed to resist those stresses. N. Equipment Pipe Connections: 1. Exercise care in bolting flanged joints so that there is no restraint on the opposite end of pipe or fitting which would prevent uniform gasket pressure at connection or would cause unnecessary stresses to be transmitted to equipment flanges. 2. Where push -on joints are used in conjunction with flanged joints, final positioning of push -on joints shall not be made until flange joints have been tightened without strain. 3. Tighten flange bolts at uniform rate which will result in uniform gasket compression over entire area of joint. Provide tightening torque in accordance with manufacturer's recommendations. 4. Support and match flange faces to uniform contact over their entire face are prior to installation of any bolt between the piping flange and equipment connecting flange. 5. Permit piping connecting to equipment to freely move in directions parallel to longitudinal centerline when and while bolts in connection flange are tightened. 6. Align, level, and wedge equipment into place during fitting and alignment of connecting piping. 7. Grout equipment into place prior to final bolting of piping but not before initial fitting and alignment. 8. To provide maximum flexibility and ease of alignment, City of Lubbock, Municipal Water Treatment - Contract 3 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15060-10 01 assemble connecting piping with gaskets in place and . 02 minimum of four bolts per joint installed and 03 tightened. Test alignment -by loosening flange bolts 04 to see if there is any change in relationship of 05 piping flange with equipment connecting flange. 06 Realign as necessary, install flange bolts and make 07 equipment connection. 08 9. Provide utility connections to equipment shown on 09 Drawings, scheduled or specified: 10 11 0. Provide insulating components where dissimilar metals are 12 joined together. 13 14 P. Assure gage tapping position is clear of equipment 15 functions and movements, and location is protected from 16 maintenance and operation of equipment. Assure gage is 17 readable from an accessible'standing position. 18 19 3.03 CONNECTIONS WITH EXISTING PIPING 20 21 A. Where connection between new work and existing work is made, 22 use suitable and proper fittings to suit conditions 23 encountered. 24 25 B. Perform connections with existing piping at time and under 26 conditions which will least interfere with service to 27 customers affected by such operation. 28 29 C. Undertake connections in fashion which will disturb system as 30 little as possible. 31 32 D. Provide suitable equipment and facilities to dewater, drain, 33 and dispose of liquid removed without damage to adjacent 34 property. 35 36 E. Where connections to existing systems necessitate employment 37 of past installation methods not currently part of trade 38 practice, utilize necessary special piping components. 39 40 F. Where connection involves potable water systems, provide 41 disinfection methods as prescribed in these Specifications. 42 43 G. Once tie-in to each existing system is initiated, continue 44 work continuously until tie-in is made and tested. 45 46 3.04 FIELD QUALITY CONTROL 47 48 _ A. General: 49 1. Test all piping systems upon completion of piping and 50 prior to application of insulation on exposed piping or 51 covering concealed or buried piping. 52 2. Utilize pressures, media and pressure test durations as 53 specified on Piping Specification Schedules. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 r 15060-11 7 15061-7 01 8. Use all long radius welding elbows for expansion loops 01 02 and bends. 02 03 9. Use long radius reducing welding elbows 90 degree bends 03 r 04 and size changes are required. 04 05 05 06 D. Joining Method -Couplings: 06 07 1. Compression sleeve: 07 `` 08 a. Install coupling to allow space of not less than 1/4 08 09 IN but not more than 1 IN. 09 10 b. Provide harnessed joint. Use joint harness 10 Pft 11 arrangements detailed in AWWA M11. 11 12 c. Design harness assembly with adequate number of tie 12 13 rods for test pressures indicated in Section 15060 13 14 and allow for expansion of pipe. 14 15 d. Provide ends to be joined or fitted with compression 15 16 sleeve couplings of the plain end type. 16 ., 17 e. Grind smooth welds the length of one coupling on 17 18 either side of joint to be fitted with any coupling. 18 19 f. Assure that outside diameter and out -of -round 19 20 tolerances are within limits required by coupling 20 21 manufacturer. 21 22 2. Mechanical coupling: 22 23 a. Arrange piping so that pipe ends are in full contact. 23 • 24 b. Groove and shoulder ends of piping in accordance with 24 25 manufacturer's recommendations. 25 26 c. Provide coupling and grooving technique assuring a 26 27 connection which passes pressure testing 27 28 requirements. 28 29 29 30 E. Joining Method -Threaded and Coupled (T/C): 30 31 1. Provide T/C end conditions that meet ANSI B2.1 31 32 requirements. 32 33 2. Furnish pipe with factory -made T/C ends. 33 34 3. Field cut additional threads full and clean with sharp 34 35 dies. 35 36 4. Leave not more than three pipe threads exposed at each 36 37 branch connection. 37 38 5. Ream ends of pipe after threading and before assembly to 38 39 remove burrs. 39 40 6. Use teflon thread tape on male thread in mating joints. 40 " 41 41 42 F. Support exposed piping in accordance with Section 15060. 42 43 44 G. Install buried piping per Section 15060. 43 44 45 45 46 3.02 FIELD QUALITY CONTROL 46 47 47 48 A. Test piping systems in accordance with Section 15060. 48 49 49 50 END OF SECTION 50 No Text I City of Lubbock, Municipal Water Treatment - Contract 3 15061-7 01 S. Use all long radius welding elbows for expansion loops 01 ;. 02 and bends. 02 03 9. Use long radius reducing welding elbows 90 degree bends 03 04 and size changes are required. 04 05 05 06 D. Joining Method -Couplings: 06 07 1. Compression sleeve: 07 08 a. Install coupling to allow space of not less than 1/4 08 09 IN but not more than 1 IN. 09. 10 b. Provide harnessed joint. Use joint harness 10 11 arrangements detailed in AWWA M11. 11 12 c. Design harness assembly with adequate number of tie 12 13 rods for test pressures indicated in Section 15060 13 14 and allow for expansion of pipe. 14 15 d. Provide ends to be joined or fitted with compression 15 16 sleeve couplings of the plain end type. 16 .. 17 e. Grind smooth welds the length of one coupling on 17 18 either side of joint to be fitted with any coupling. 18 19 f. Assure that outside diameter.and out -of -round 19 20 tolerances are within limits required by coupling 20 21 manufacturer. 21 22 2. Mechanical coupling: 22 23 a. Arrange piping so that pipe ends are in full contact. 23 24 b. Groove and shoulder ends of piping in accordance with 24 25 manufacturer's recommendations. 25 26 c. Provide coupling and grooving technique assuring a 26 27 connection which passes pressure testing 27 28 requirements. 28 29 29 30 E. Joining Method -Threaded and Coupled (T/C): 30 31 1. Provide T/C end conditions that meet ANSI B2.1 31 32 requirements. 32 33 2. Furnish pipe with factory -made T/C ends. 33 34 3. Field cut additional threads full and clean with sharp 34 35 dies. 35 36 4. Leave not more than three pipe threads exposed at each 36 37 branch connection. 37 38 5. Ream ends of pipe after threading and before assembly to 38 39 remove burrs. 39 40 6. Use teflon thread tape on male thread in mating joints. 40 41 41 42 F. Support exposed piping in accordance with Section 15060. 42 43 43 44 G. Install buried piping per Section 15060. 44 45 46 3.02 FIELD QUALITY CONTROL 45 46 " 47 47 48 A. Test piping systems in accordance with Section 15060. 48 49 50 END OF SECTION 49 50 I City of Lubbock, Municipal Water Treatment - Contract 3 No Text City of Lubbock, Municipal Water Treatment - Contract 3 E 15060-11 1 01 02 3. Isolate equipment`which.may bq..damaged by,.the specified 01 pressure test conditions. 02 03 04 4. Perform pressure test using calibrated pressure gages and calibrated volumetric measuring equipment to determine 03 05 06 leakage rates. Select each gage so that the specified 04 05 07 test pressure falls within the upper half of the gage's 06 08 S. range. Notify the Engineer 24 HRS prior to each test. Completely assemble and test new piping systems prior to 07 08 09 10 connection to existing pipe systems, unless otherwise 09 specified. 10 11 6. Acknowledge satisfactory performance of tests and 11 12 13 inspections in writing to Engineer prior to final 12 acceptance. 13 14 15 7. Provide all necessary equipment and perform all work 14 16 S. required in connection with the tests and inspections. Bear the cost of all testing and inspecting, locating and 15 16 ., 17 18 remedying of leaks and any necessary retesting and 17 re-examination. 18 1919 20 B. Pressure Testing Methods and Criteria: 20 21 22 1. Types of pressure testing and inspection to be 21 23 employed include hydrostatic pressure testing, 22 24 cylinder water pumped compressed air or cylinder 23 25 nitrogen testing, low pressure air testing, and 24 hydrostatic infiltration/exfiltration testing. 25 26 2. Gas and air systems: 26 27 28 a. Unless otherwise specified in Piping Specification 27 29 Schedule, utilize the following testing medium for 28 30 gas and air systems. 29 • 31 SPECIFIED 3031 32 33 PIPE LINE SIZE TEST PRESSURE TESTING MEDIUM -------------- 32 34 35 ------------- 2 IN and smaller 75 psi or less Air or water 33 34 2 IN and smaller Greater than 75 psi Water 35 36 37 Greater than 2 IN 3 psi or less Air or water 36 38 Greater than 2 IN Greater than 3 psi Water 37 39 40 b. The allowable leakage rate for hazardous gas 38 39 41 systems, systems receiving insulation, and systems 40 42 tested with water is zero at the specified test 41 43 pressure throughout the specified test period. 42 44 Hazardous gas systems include digester gas, 43 45 chlorine and natural gas systems. 44 46 c. The allowable leakage rate for systems tested with 45 47 air shall be based on a maximum pressure drop of 5 46 48 percent of the specified test pressure for the 47 49 duration'of the period. Prior to starting a test 48 50 interval using air, assure air is at ambient 49 51 3. temperature and specified test pressure. Liquid systems: 50 52 53 a. The following liquid piping systems shall have 51 52 zero leakages at the specified test pressure 53 City of Lubbock, Municipal Water Treatment - Contract 3 15060-17 01 2) Pressure: 150 psig. 01 02 02 3) Duration: 6;HRS, 03 03 c. Gasket requirements: -- 04 04 1) Flange: Rubber, AWWA C207 and C111. 05 05 2) Push -on: Rubber, AWWA C111. 06 06 3). Mechanical coupling: As recommended by _ 07 07 coupling manufacturer. 08 08 4) Unions: Same as flange gasket. 09 09 2. System components: 10 — 10 a. Pipe size: 1/2 to 4 IN. 11 11 12 1) Exposed service: a) Materials: PVC, Type 1, Grade 1, Schedule 12 13 14 80. b) Reference: ASTM D1785. 13 — 14 15 c) Lining: None. 15 16 16 17 d) Coating:' None. e) Fitting and joints: Solvent welded socket 17 18 type fittings complying with ASTM D2467 with 18 19 unions at valves, penetrations through 19 20 structure and equipment connections for pipe 2 20 21 IN and less and flanges at.those locations for 2 1 22 pipe above 2 IN. 23 23 24 2) Buried service: a) Materials: PVC, Type 1, Grade 1, Schedule -- 24 25 26 40. b), Reference: ASTM D1785. 25 26 27 c). Lining: None. 27 28 28 29 d) Coating: None. e) Fittings and joints: Solvent welded 29 30 socket type fitting complying with ASTM D2466. 30 — 31 b. Pipe size: 3 IN and larger. 31 32 32 33 1) Exposed service:, a) Materials: Ductile iron Grade 60-42-10, 33 34 Class 53. 34 35 35 b) Reference: ANSI C115. 36 36 c) Lining: Cement. 37 37 d) Coating: Paint. 38 38 e) Fittings and joints: Ductile iron 39 fittings complying with ANSI C110, iron,Grade 39 40 70-50-05 with 350 psi rating for 12 IN and less. 40 41 Alternate gray cast fittings complying with 41 42 ANSI C110 with 250 psi rating for 12 IN'and less. 42 43 Flanged or Mechanical coupling joints with 43 44 flanges at valves, equipment and structure 44 45 penetration. 45 46 46 47 2) Buried servicer a) Materials: Ductile iron Grade 60-42-10, 47 48 Class 51. 48 49 49 b) Reference: ANSI C151. 50 50 c) Lining: Cement. 51 51 d) Coating: Butuminous. 52 52 e) fittings and joints: Ductile iron 53 fittings complying with ANSI C110, iron Grade 53 City of Lubbock, Municipal'Water Treatment - Contract 3 15060-18 City of Lubbock, Municipal Water Treatment - Contract 3 01 02 70-50-05 with 250 psi rating for larger than pi 03 12 IN and 360 psi rating'for 12 IN and less. 02 04 Alternate gray cast fittings complying with 03 ,., f 05 ANSI C110 with 150 psi rating for larger than 04 06 12 IN and 250 psi rating for 12 IN and less. 05 07 Push -on joints with mechanical (gland type) 0 •, 08 joints at fitting valves. 07 09 G. PIPING SPECIFICATION SCHEDULE - SYSTEM 11 NOT USED 08 09 10 ^ 11 H. PIPING SPECIFICATION SCHEDULE - SYSTEM 12 10 11 12 1. General: 12 13 a. Piping symbol and service. 13 14 1) LPA - Low Pressure Air. 14 15 b. Test requirements: 15 16 1) Test medium: Air. 16 17 2) Pressure: 20 prig. 17 _ 1$ 3) Duration: 6 HRS. 18 19 c. Gasket requirements: 19 20 1) Fla Flange: Viton, 300 DegF. 21 22 2) Mechanical coupling: Vitron, 300 DegF. 21 d. Temperature: 22 23 1) Normal: 170 DegF. 23 24 2) Maximum: 250 Deg F. 24 25 26 2. System components (excluding that supplied at aeration 25 equipment supplier): 26 ft 27 a. Pipe size: All. 27 28 29 1) Service outside of PAC basin and with PAC basin: 28 30 a) Material: Steel, Schedule 10, Grade B, 29 . 31 black. b) Reference: ASTM A53. 30 31 32 c) Lining: None. 32 33 d) Coating: Paint 33 34 35 e) Fittings and joints: Fittings of 34 36 malleable iron or steel meeting ASTM A106, 35 37 Grade B. Welded joints with flanges at 36 38 equipment and valves. Harnessed compression 37 39 sleeve couplings where indicated on Drawings. 38 40 2) Service inside carbon slurry mixing tanks: 39 41 a) Materials: CPVC. 40 42 b) Reference: ASTM F441. 41 43 c) Lining: None. 42 44 d) Coating: None. 43 45 e) Fittings and joints: Solvent welded 44 46 socket type fittings complying with ASTM F439 45 47 with unions at valves, penetrations through 46 48 structures and equipment connections for pipe 47 49 2 IN and less and flanges at those locations 48 50 for pipe above 2 IN. 3. Aeration equipment: 49 51 52 a. See Sections 11080 and 11083 for limits of 50 51 53 responsibility and materials specification. 51 53 City of Lubbock, Municipal Water Treatment - Contract 3 15060-19 01 I. PIPING SPECIFICATION.SCHEDULE - SYSTEMS 13 THRU 20 - NOT USED 01 02 03 J. PIPING SPECIFICATION SCHEDULE - SYSTEM 21 03 04 04 05 05 1. General: 06 06 a. Piping symbol and service: 07 07 1FD - Floor drains. 08 08 2) VT - Vent. 09 09 b. Test requirements: 10 10 11 1) Test medium: Water. 2) Pressure: 10 FT of head pressure minimum. 11 12 3) Duration: 6 HRS. 12 13 13 c. Gasket requirements: 14 14 1) Neoprene. 15 15 2. System components: 16 16 a. Pipe size: 2 IN and larger. 17 17 1) Exposed service: 18 18 a) Material: Cast iron soil pipe. lg b) Reference: ASTM A74, ASTM C564, CISPI 301. 10 20 c) Lining: None. 21 21 22 d) Coating: Paint. e) Fittings and joints: No -hub with 22 Z3 elastomeric sealing sleeve and stainless 23 24 steel clamp -assembly conforming to CISPI 25 25 26 301. 2) Buried service (to 5 FT outside of structure): 25 27 a) Material: Cast-iron soil pipe. 27 28 28 b) Reference: ASTM A74 and C564. 29 29 c) Lining: None. 30 30 31 d) Coating: Bituminous. e) Fittings and joints: Hub and spigot, hub 31 32 facing upstream. 32 33 33 34 K. PIPING SPECIFICATION SCHEDULE - SYSTEM 22 THRU 24 - NOT USED 35 35 36 END .OF SECTION 35 City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 •. 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 92EIS PART 1 - GENERAL 1.01 SUMMARY SECTION 15061 PIPE: STEEL A. Section Includes: 1. Steel pipe, fittings, and appurtenances. B. Related Sections include but arenot necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 09905 - Painting and Protective Coatings. 4. Section 15060 - Pipe and Pipe Fittings: General Requirements. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. American National Standards Institute (ANSI): a. B1.1, Unified Inch`Screw Threads (UN and UNR Thread Form). b. B2.1, Gages and Gaging for Unified Inch Screw Threads. c. B16.3, Malleable Iron Threaded Fittings. d. B16.5, Pipe Flanges and Flanged Fittings. e. B16.9, Factory -Made Wrought Steel Butt -Welding Fittings. f. 816.11, Forged Steel fittings, Socket Welding and Threaded. 2. American Society for Testing and Materials (ASTM): a. A53, Standard Specification for Pipe, Steel, Black and Hot -Dipped, -Zinc -Coated Welded and Seamless. b. A234, Standard Specification for Pipe Fittings of Wrought Carbon Steel and Alloy Steel for Moderate and Elevated Temperatures. c. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. 3. American Water Works Association (AWWA): a. C200, Steel Water Pipe 6 IN and Larger. b. C205, Standard for Cement -Mortar Lining and Coating for Steel Water Pipe 4 IN and Larger Shop Applied. c. C206, Field Welding of Steel Water Pipe. d. C207, Steel Pipe Flanges for Waterworks Service, Sizes 4 IN through 144 IN. e. C208, Dimensions for Fabricated Steel Water Pipe Fittings. f. C210 Standard for Liquid Epoxy _Coating Systems for Interior and Exterior of Steel Water Pipelines. City of Lubbock, Municipal Water Treatment - Contract .3 15061-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15061=2 01 01 02 02 03 B. Qualifications: 1. Application of coal -tar lining and coating materials 03 04 including preparation of surfaces, priming, and lining 04 005 05 and coating of pipe, fittings, and specials...., in shop, 06 07 repairs of any damage to lining or coating occurring during shipment or any other time, and field lining and 07 08 coating of ends where linings or coatings have been held 008 09 back for welded field joints, shall be done by 10 established and recognized pipe company acceptable to 10 11 12 Engineer. 2. Use only certified welders meeting procedures and 11 12 13 performance outlined in Section 9 of the ASME, Section 13 14 3.3.3 of AWWA C200 and other codes and requirements per, 15 local building and utility requirements. 115 5 16 17 1.03 SUBMITTALS 17 18 18 19 A. Shop Drawings: 19 20 20 1. See Section 15060. 21 21 22 2. Factory test reports. 3. If mechanical coupling system is used, submit piping, 22 23 fittings, and appurtenant items which will be utilized. 24 24 4. Coating manufacturer's qualifications. 25 25 5. Welders 'certificates. 25 26 27 27 28 PART 2 - PRODUCTS 28 29 29 30 2.01 ACCEPTABLE MANUFACTURERS 30 31 31 32 A. Subject to compliance with the Contract Documents, the 32 33 33 following Manufacturers are acceptable: 34 34 35 1. Flanged adaptors: a. Rockwell`Style 913 (steel) or (Style 912.(cast). 335 5 36 . b. Dresser Style 128 (steel) or (Style 127 (cast). 37 c. Or approved equal. 37 38 38 2. Insulating couplings: 39 39 a. Rockwell (Style 416). 40 40 b. Dresser (Style 39). 41 41 c. Or approved equal. 42 42 3. Reducing couplings: 43 43 a. Rockwell (Style 415). 44 44 b. Dresser (Style 62). 45 45 c. Or approved equal. 45 46 4. Transition coupling: 47 47 a. Rockwell (Style 413). 48 48 b. Dresser (Style 62). 49 49 c. Or approved equal. 50 50 51 5. Compression sleeve coupling: a. Rockwell (Style 411 (steel)) or (Style 431 (cast)). 51 52 b. Dresser (Style ,38 (steel)) or (Style 53 (cast)): 53 = c. Or approved equal. 552 3 City of Lubbock, Municipal Water Treatment -,Contract 3 r 7, 01 6. Mechanical couplings and fittings: 02 a. Victaulic (Style 07 or 77). 03 b. Gustin Bacon (Series 100). 04 c. Or approved equal. 05 06 7. Vibration isolation equipment connections for natural gas: 07 a. Flexonics (Model 401H). 08 b. Or approved equal. 09 10 8. Flexible connectors for hot water equipment: a. Flexonics (FLG Series). 11 b. Thermo Tech (F/J/R Series). 12 c. Or approved equal. 13 9. Factory -applied plastic or epoxy coatings: 14 15 a. "Encoat" Division of Lukens General Industries. "Scotchkote" b. Division of 3M Company. 16 c. Or approved equal. 17 18 B. Submit requests for substitution in accordance with 19 Specification Section 01640. 20 21 2.02 MATERIALS 22 23 A. Steel Pipe (Fabricated Type): 24 1. AWWA C200: 25 a. ASTM A36, Grade C Steel Plate. 26 b. ASTM A283, Grade D Steel Plate. 27 c. ASTM A570, Steel Sheet. 28 d. ASTM A572, Steel Plate. 29 30 B. Steel Pipe (Mill Type): 31 1. ASTM A53, Type E or S. 32 33 C. Fittings (For Fabricated Pipe): 34 1. AWWA C208. 35 36 D. Fittings (For Mill Type Pipe): 37 1. ASTM A234. 38 2. ANSI B16.3. 39 3. ANSI 616.5. 40 4. ANSI B16.9,, 41 5. ANSI B16.11. 42 43 E. Flanges (Fabricated Pipe): 44 1. AWWA C207, Class B. 45 46 2. Flange material: ASTM A283, Grade C or D, ASTM A181 Grade 1. 47 3. Flange finish: Flat faced. 48 49 F. Flanges (Mill Type Pipe): 50 1. ANSI 816.5, Class 150. 51 2. Flat faced. 52 3. Slip-on flanges. 53 City of Lubbock, Municipal Water Treatment - Contract 3 15061-3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15. 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15061-4 01 02 G. Nuts and Bolts: 1. Hot -dipped zinc galvanized steel meeting ASTM A307, Grade 01 02 03 04 A or B. 2. Heads and dimensions per ANSI B1.1. 03 04 05 3. Threaded per ANSI B1.1. 05 06 06 4. For mechanical couplings: ASTM A183 or ASTM A194. 07 5. Two nuts provided for one inch diameter bolt and larger 008 08 applications. 09 09 6. Project ends 1/4 to 1/2 IN beyond nuts. 10 10 11 H. Gaskets: Butyl or EPDM - 150 to 300 DegF. 11 12 12 13 I. If mechanical coupling system is used, utilize pipe and 13 14 fitting thickness/grade and fittings require by coupling 14 15 system. 15 16 16 . 17 J. See piping schedules in Section 15060.. 17 18 18 19 2.03 MANUFACTURED UNITS 19 20 20 21 A. Couplings: 21 22 22 23 1. Flanged adaptors: a. Unit consisting of steel or carbon steel body sleeve, 23 24 flange, followers, Grade 30 rubber gaskets, and ASTM 24 25 A307 bolts and nuts. 25 26 b. Provide units equal to those specified in Article 26 27 2.01. 27 28 c. Supply flanges meeting standards of adjoining 28 29 flanges. 29 30 d. Tie bolt assembly. 30 31 1) For pipe 14 IN and larger. 31 32 2) Minimum four bolts equally spaced around the pipe 32 33 and extending from cast steel lugs welded on the 33 34 pipe to lugs welded on the coupling middle ring. 34 35 e. Entire.assembly to be rated for test pressure 35 36 specified on Piping Schedule for each respective 36 37 application. 37 38 2. Compression sleeve coupling: 38 39 a. Unit consisting of steel sleeve, followers Grade 30 39 .40 rubber gaskets, and ASTM A307 nuts and bolts. 40 41 b. Provide units equal to those specified in'Article 41 42 2.01. 42 43 c. Supply flanges meeting standards of adjoining 43 44 flanges. 44 45 d. Tie bolt assembly. 45 46 1) For pipe 14 IN and larger. 46 47 2) Minimum four bolts equally spaced around the pipe 47 48 and extending from cast steel lugs welded on the 48 49 pipe to lugs welded on the coupling middle ring. 49 50 e. Entire assembly to be rated for test pressure 50 51 specified on Piping Schedule for each respective 51 52 application. 52 53 f. Provide field coating for buried couplings per AWWA 53 City of Lubbock, Municipal Water Treatment - Contract 3 j� 15061-5 01 C203. 01 02 3. Mechanical coupling joint: 02 03 a. Use of mechanical couplings and fittings in lieu of 03 ,.. 04 flanged joints is acceptable where specifically 04 05 specified in Section 15060. 05 06 b. Utilize units defined in Article 2.01. 06 07 07 08 2.04 FABRICATION 08 09 09 10 A. Provide piping (mill or fabricated) for use in this Project 10 11with minimum wall thicknesses as follows: 11 12 1. 1/8 - 5 IN DIA pipe: Schedule 40. 12 13 2. 6 - 10 IN DIA pipe: 3/16 IN. 13 14 3. 12 - 14 IN DIA pipe: 7/32 IN. 14 15 4. 16 - 42 IN DIA pipe: 1/4 IN. 15 16 5. 48 - 60 IN DIA pipe: 3/8 IN. 16 17 6. Sizes through 24 IN are nominal OD. Sizes greater than 17 18 24 are ID. 18 19 19 20 B. Furnish cast parts with lacquer finish compatible with finish 20 21 coating. 21 22 22 23 C. Furnish without outside coating of bituminous material any 23 r. 24 exposed pipe scheduled to be painted. 24 25 25 26 D. For fabricated fittings, assure ratio of radius of bend to 26 27 diameter of pipe equal to or greater than 1.0. 27 28 28 29 E. Taper cement mortar linings as required for valve 29 30 interfacing. 30 31 31 32 F. Protective Coatings and Linings: 32 33 1. Provide coating and lining in accordance with Section 33 34 09905. 34 �., 35 2. Provide cement mortar lining in accordance with AWWA 0205. 35 36 3. Provide liquid epoxy coating in accordance with AWWA 36 37 C210. - 37 38 4. Galvanize surface in accordance with hot dip method using 38 39 any grade of zinc acceptable to ASTM B6. 39 40 5. Field paint pipe in accordance with Section 09905. 40 41 41 42 2.05 SOURCE QUALITY CONTROL 42 43 43 44 A. Testing: 44 45 1. Shop hydrostatic test fabricated steel pipe and fittings. 45 46 2. Field hydrostatic test all pipe as specified,in Section 46 47 15060. 47 48 48 49 49 50 PART 3 - EXECUTION 50 ,.• 51 51 52 3.01 INSTALLATION 52 53 53 City of Lubbock, Municipal Water Treatment - Contract 3 PM 15061-6 01 A. Install products in accordance with manufacturer's 01 02 instructions. 02 03 03 04 B. Joining Methods - Flanges: 04 05 1. Facing method: 05 06- a. Insert slip-on flange.on pipe. 06 07 b. Assure maximum tolerances for flange faces from 07 08 normal with respect to axis of pipe is 0.005 IN per 08 09 foot of flange diameter. 09 10 c. Test flanges after welding to pipe for true to face 10 11 condition and reface, if necessary, to bring to 11 12 specified tolerance. 12 13 2. Joining method: 13 14 a. Leave 1/8 to 3/8 IN of flange bolts projecting beyond 14 15 face of nut after tightening. 15 16 b. Coordinate dimensions and drillings of flanges with 16 17 flanges for valves, pumps, equipment, tank, and other 17 18 interconnecting piping systems. 18 19 c. When bolting flange joints, exercise extreme care to 19 20 assure that there is no restraint on opposite end of 20 21 pipe or fitting which would prevent uniform gasket 21 22 compression or cause unnecessary stress, bending or 22 23 torsional strains being applied to cast flanges or 23 24 flanged fittings. Allow one flange free movement in 24 25 any direction while bolts are being tightened. 25 26 d. Do not assemble adjoining flexible coupled, 26 27 mechanical coupled or welded joints until flanged 27 28 joints in piping system have been tightened. 28 29 e. Gradually tighten flange bolts uniformly to permit 29 30 even gasket compression. 30 31 f. Do not overstress bolts to compensate for poor 31 32 installation. 32 33 33 34 C. Joining Method - Welded Joints: 34 35 1. Perform welding in accordance with AWWA C206 and this 35 36 Section. 36 37 2. For flange attachment perform in accordance with AWWA 37 38 C207. 38 39 3. Have each welding operator affix an assigned symbol to 39 40 all his welds. Mark each longitudinal joint at the 40 41 extent of each operator's welding. Mark each 41 42 circumferential joint, nozzle, or other weld into places 42 43 180 degrees apart. 43 44 4. Welding for all process piping shall conform with ANSI 44 45 - 631..3. Welding of utility piping 125 psi and less shall 45 46 be welded per ANSI B31.9. 'Utility piping above 125 psi 46 47 shall conform to ANSI B31.1. 47 48 5. Provide caps, tees, elbows, reducers, etc. manufactured 48 49 for welded applications. 49 50 6. Weldolets may be used for 5 IN and larger pipe provided - 50 51 all slag is removed from inside the pipe. 51 52 7. Weld -in nozzles may be used for branch connections to 52 53 mains and where approved by Engineer. 53 City of Lubbock, Municipal Water'Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 91H06 SECTION 15062 PIPE: DUCTILE PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Ductile iron piping, fittings, and appurtenances. B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 15060 - Pipe and Pipe Fittings: General Requirements. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. American National Standards Institute (ANSI): a. B1.1, Unified Inch Screw Threads (UN and UNR Thread Form). b. B16.1, Cast -Iron Pipe Flanges and Flanged Fittings, Class 25, 125, 250, and 800. c. B16.21, Nonmetallic Flat Gaskets for Pipe Flanges. d. C105, Polyethylene Encasement for Gray and Ductile Cast -Iron Piping for Water and Other Liquids. e. C110, Ductile Iron and Gray Iron Fittings, 3 IN through 48 IN for Water and Other Liquids. f. C111, Gasket Joints for Cast Iron and Ductile Iron Pressure Pipe and Fittings. g. C115, Flanged Ductile Iron Pipe with Threaded Flanges. h. C150, Thickness Design of Ductile Iron Pipe. i. C151, Ductile Iron Pipe, Centrifugally Cast -In -Metal Molds or Sand -Lined Molds, for Water or Other Liquids. 2. American Society for Testing and Materials (ASTM): a. A183, Carbon Steel Track Bolts. b. A193, Alloy -Steel and Stainless Steel Bolting Materials for High Temperature Service. c. A194, Carbon and Alloy Steel Nuts and Bolts for High Pressure and High Temperature Service. d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. e. 01330, Rubber Sheet Gaskets. 1.03 SUBMITTALS A. Shop Drawings: City of Lubbock, Municipal Water Treatment - Contract 3 15062-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15062-2 01 1. See Section 15060, 01 02 2. Certification of factory hydrostatic testing. 02 03 3. If mechanical coupling system is used, submit piping, 03 04 fittings, and appurtenant items which will be utilized to 04 05 meet coupling manufacturer's system requirements. 05 06 06 07 07 08 PART 2 - PRODUCTS 08 09 09 10 2.01 ACCEPTABLE MANUFACTURERS 10 11 11 12 A. Subject to compliance with the Contract Documents, the 12 13 following Manufacturers are acceptable: 13 14 1. Flanged adapters: 14 15 a. Rockwell (Style 912 (cast)). 15 16 b. Dresser (Style 127 (cast)). 16 17 c. Or approved equal. 17 18 2. Compression sleeve coupling: 18 19 a. Rockwell (Style 431 (cast)). 19 20 b. Dresser (Style 53 (cast)). 20 21 c. Or approved equal. 21 22 3. Insulating couplings: 22 23 a. Rockwell (Style 416). 23 24 b. Dresser (Style 39). 24 25 4. Reducing couplings: 25 26 a. Rockwell (Style 415). 26 27 b. Dresser (Style 62). 27 28 5. Transition coupling: 28 29 a. Rockwell (Style 413). 29 30 b. Dresser (Style 62): 30 31 c. Or approved equal. 31 32 6. Polyethylene encasement tape: 32 33 a. Chase (Chasekote 750). 33 34 b. Kendall (Polyken 900). 34 35 c. 3 M (Scotchrap 50). 35 36 d. Or approved equal. 36 37 7. Restrained joints: 37 38 a. American (Lock Fast) - 12 IN and below. 38 39 b. US Pipe (TR -Flex) - 12 IN and below. 39 40 c. American (Lock Fast) - Above 12 IN. 40 41 d. US Pipe (Lock-Tite) - Above 12 IN. 41 42 e. Or approved equal. 42 43 43 44 B. Submit requests for substitution in accordance with 44 45 Specification Section 01640. 45 46 46 47 2.02 MATERIALS 47 48 48 49 A. Ductile Iron Pipe: 49 50 1. ANSI C115. 50 51 2. ANSI C150. 51 52 3. ANSI C151. 52 53 53 City of Lubbock, Municipal Water Treatment - Contract 3 r 4 r 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 B. Fittings and Flanges: 1. ANSI C110. 2. ANSI C115. 3. Flanges drilled and faced per ANSI 816.1 for both 125 and 250 psi applications. C. Nuts and Bolts: 1. Hot -dipped zinc galvanized meeting ASTM A307, Grade B. 2. Heads and dimensions per ANSI B1.1. 3. Threaded per ANSI B1.1. 4. For mechanical couplings, furnish ASTM A183 or A194. D. Gaskets: Buna-N - 150 DegF or less. E. If mechanical coupling system is used, utilize pipe thickness and grade required by coupling system. F. See Piping Schedules in Section 15060. 2.03 MANUFACTURED UNITS A. Couplings: 1. Flanged adaptors: a. Unit consisting of steel or carbon steel body sleeve, flange, followers, Grade 30 rubber gaskets, and ASTM A307 bolts and nuts. b. Provide units equal to those specified in Article 2.01. C. Supply flanges meeting standards of adjoining flanges. d. Rate entire assembly for test pressure specified on piping schedule for each respective application. 2. Compression sleeve coupling: a. Unit consisting of steel sleeve, followers Grade 30 rubber gaskets, and ASTM A307 nuts and bolts. b. Provide units equal to those specified in Article 2.01. C. Supply flanges meeting standards of adjoining flanges. d. Entire assembly to be rated for test pressure specified on piping schedule for each respective application. e. Provide field coating for buried couplings per AWWA C203. 2.04 FABRICATION A. Furnish and install without outside coatings of bituminous material any exposed pipe scheduled to be painted. B. Furnish cast parts with lacquer finish compatible with finish coat. City of Lubbock, Municipal Water Treatment - Contract 3 15062-3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15062-4 01 ,2.05 LININGS AND COATINGS 02 03 A. Where specified in piping schedule, provide epoxy linings and 04 coatings in accordance with ANSI C151 to a minimum thickness 05 of 20 mils in not less than two coats. Where specified in 06 piping schedule, provide cement mortar lining in accordance 07 with AWWA C104. 08 09 2.06 SOURCE QUALITY CONTROL 10 11 A. Factory Test: 12 1. Subject pipe to hydrostatic test of not less than.500 psi 13 with the pipe under the full'test pressure for at least 14 10 seconds. 15 16 17 PART 3 - EXECUTION 18 19 3.01 INSTALLATION 20 21 A. Joining Method - Flanged Joints: 22 1. Install in accordance with ANSI C115. 23 2. Extend pipe completely through screwed -on flanged and 24 machine flange face and pipe in single operation. 25 3. Make flange faces flat and perpendicular to pipe 26 centerline. 27 4. When bolting -flange joints, exercise extreme care to 28 ensure that there is no restraint on opposite end of pipe 29 or fitting which would prevent uniform gasket compression 30 or would cause unnecessary stress, bending or torsional 31 strains to be applied to cast flanges or flanged 32 fittings. 33 5. Allow one flange free movement in any direction while 34 bolts are being tightened. 35 6. Do not assemble adjoining flexible joints until flanged 36 joints in piping system have been tightened. 37 7. Gradually tighten flange bolts uniformly to permit even 38 gasket compression. 39 40 B. Joining Method - Mechanical Coupling Joint: 41 1. Arrange piping so that pipe ends are in full contact. 42 2. Groove and shoulder ends of piping in accordance with 43 manufacturer's recommendations. 44 3. Provide coupling and grooving technique assuring a 45 connection which passes pressure testing requirements. 46 47 C. Flange Adaptors 12 IN and Less: 48 1. Locate and drill holes for anchor studs after pipe is in 49 place and bolted tight. 50 2. Drill holes not more than 1/8 IN larger than diameter of 51 stud projection. 52 53 D. Cutting: City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 r ` 15062-5 i. 01 1. Do not damage interior lining material during cutting. 01 02 2. Use abrasive wheel cutters or saws. 02 03 3. Make square cuts. 03 004 4. Bevel and free cut ends of sharp edges after cutting. 5 004 5 06 E. Support exposed pipe in accordance with Sections 15060. 06 !� 07 F. Install polyethylene encasement in full compliance to ANSI 07 08 A21.5 (AWWA C105). 08 09 1. Encasement shall include underground appurtenances 09 10 required as part of installation. 10 11 2. Make sections 2 FT longer than pipe section to be 11 12 covered. 12 P- 13 3. Slip tube over pipe while pipe is suspended 13 14 immediately before placing in trench. 14 15 4. After installing in trench, pull tube ends over joint 15 ^ 16 and overlap. 16 17 5. Fasten securely in-place on each side of each joint 17 18 with joint tape or strapping. 18 19 .6. Pull loose tube along pipe barrel up snugly around pipe 19 ^ 20 and fasten in-place with joint tape at 3 FT intervals. 20 21 7. Completely cover fittings and connections with film 21 22 held snugly in-place with joint tape or strapping. 22 ^ 23 23 24 G. Install buried piping in accordance with Sections 15060. 24 25 25 ^ 26 26 27 3.02 FIELD QUALITY CONTROL 27 28 28 29 A. Test piping systems in accordance with Section 15060. 29 ^ 30 30 31 END OF SECTION 31 City of Lubbock, Municipal Water Treatment - Contract 3 (THIS PAGE LEFT BLANK INTENTIONALLY)' 15063-1 01 89G6 SECTION 15063 01 02 02 03 PIPE: COPPER 03 r' 04 04 05 05 06 PART 1 - GENERAL 06 r- 07 07 08 1.01 SUMMARY 08 09 09 10 A. Section Includes: 10 11 1. Copper piping, fittings, and appurtenances. 11 12 12 13 B. Related Sections include but are not necessarily limited to: 13 14 1. Division 0 - Bidding Requirements, Contract Forms, and 14 15 Conditions of the Contract. 15 16 2. Division 1 - General Requirements. 16 ,^ 17 3. Section 02221 - Trenching, Backfilling, and Compacting 17 18 for Utilities. 18 19 4. Section 15060 - Pipe and Pipe Fittings: General 19 20 Requirements. 20 21 21 22 1.02 QUALITY ASSURANCE 22 23 - 23 24 A. Referenced Standards: 24 25 1. American National Standards Institute (ANSI): 25 26 a. B16.18, Cast Bronze Solder - Joint Pressure Fittings. 26 �.. 27 b. B16.22, Wrought Copper and Bronze Solder - Joint 27 28 Pressure Fittings. 28 `" 29 c. B16.23, Cast Bronze Solder Joint Drainage Fittings - 29 30 DWV. 30 31 d. 816.24, Bronze Flanges and Flanged Fittings, 150 and 31 32 300 LBS. 32 33 e. B16.26, Cast Bronze Fittings for Flared Copper Tubes. 33 34 f. B42, Seamless Copper Pipe, Standard Sizes. 34 35 2. American Society for Testing and Materials (ASTM): 35 36 a. B32, Solder Metal. 36 37 b. B88, Seamless Copper Water Tube (ANSI H23.1).. 37 38 c. B306, Copper Drainage Tube (DWV) (ANSI H23.6). 38 39 3. American Welding Society (AWS): 39 40 a. 5.8, Brazing Filler Material. 40 41 41 42 1.03 SUBMITTALS 42 43 43 44 A. See Section 15060. 44 45 45 46 46 47 48 PART 2 - PRODUCTS 47 4$ 49 2.01 MATERIALS 49 50 50 (" 51 A. Copper Tubing: 51 r. 52 1. Pressure non -buried: ASTM B88, Type L hard. 52 53 2. Pressure buried: ASTM B88, Type K. 53 City of Lubbock, Municipal.Water Treatment -.Contract 3 r 15063-2 01 3. Non -pressure: ASTM B306. 02 03 B. Copper Pipe: ASTM B42, regular strength. 04 05 C. Fittings: 06 1. Pressure non -buried: ANSI B16.22. 07 2. Pressure buried: ANSI B16.22 or B16.26. 08 3. Non -pressure: ANSI B16.23 09 10 D. Soldering and Brazing: 11 1. Non -buried: 12 a. ASTM B32 solder with a tin/antimony ratio of 95/5 and 13 non -corrosive flux up to 180 DegF water temperature. 14 b. At 180 DegF and above, use brazing alloy with melting 15 temperature above 1000 DegF and suitable flux. 16 2. Buried: Silver solder per AWS 5.8, 17 18 E. See Piping Schedules in Section 15060. 19 20 F. Unions: 21 1. Pipe sizes 2 IN and smaller: 22 a. Copper, ground joint. 23 2. Pipe sizes 2-1/2 IN and larger: 24 a. Brass flanged unions. 25 26 27 PART 3 - EXECUTION 28 29 3.01 INSTALLATION 30 31 A. Comply with Section 15060. 32 33 3.02 FIELD QUALITY CONTROL 34 35 A. Test piping systems in accordance with Section 15060. 36 37 B. Utilize only.annealed (soft) type tubing where flared joints 38 are used and drawn temper (hard) type tubing where soldered 39 or brazed joints are used. 40 41 C. Support exposed piping in accordance with Sections 15060 and 42 15090. 43 44 D. Install buried piping in accordance with Sections 02221 and 45 15060. 46 47 END OF SECTION City of Lubbock, Municipal Water Treatment -.Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 r� i r 01 91E28 02 03 7 04 05 06 PART 1 - GENERAL PM 07 08 1.01 SUMMARY 09 10 A. Section Includes: SECTION 15064 PIPE: PLASTIC i 11 1. Plastic pipe. 12 13 B. Related Sections include but are not necessarily limited to: 14 1. Division 0 - Bidding Requirements, Contract Forms, and 15 Conditions of the Contract. 16 2. Division 1 - General Requirements. 17 3. Section 15060 - Pipe and Pipe Fittings: General 18 Requirements. 19 20 1.02 QUALITY ASSURANCE 21 22 A. See Section 15060. 23 !" 24 B. Referenced Standards: 25 1. American Society for Testing and Materials (ASTM): 26 a. PVC (polyvinyl chloride) materials: �. 27 1) F949, Polyvinyl chloride) (PVC) Corrugated Sewer 28 Pipe with a Smooth Interior and Fittings. 29 2) D1784, Rigid Polyvinyl Chloride)(PVC) Compounds 30 and Chlorinated Polyvinyl Chloride). ^, 31 3) D1785, Polyvinyl Chloride) PVC Plastic Pipe 32 (Schedules 40, 80 and 120). 33 4) D2241, (PVC) -Plastic Pipe (SDR -PR and Class T). 34 5) D2464, Threaded (PVC) Plastic Pipe Fittings, 35 Schedule 80. 36 6) 02466, Socket Type (PVC) Plastic Pipe Fittings, r 37 Schedule 40. 38 7) D2467, Socket Type (PVC) Plastic Pipe Fittings, 39 Schedule 80. 40 8) D2564, Solvent Cements for (PVC) Plastic Pipe, 7 41 1Tubing, and Fittings. r. 42 9) D2665, (PVC) Plastic Drain, Waste, and Vent Pipe 43 and Fittings. 7 44 10) D2729, (PVC) Sewer Pipe and Fittings. i 45 11) D3034, Type PSM - PVC Sewer Pipe and Fittings. 46 1.03 SUBMITTALS 749 447 8 A. See Section 15060. 50 51 R, 52 PART 2 - PRODUCTS 53 f' w City of Lubbock, Municipal Water.Treatment - Contract 3 15064-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15064-2 2.01 PVC PRESSURE PIPING (EXPOSED) A. General: Provide Schedule 80 pipe with Schedule 80 fittings and appurtenances to locations shown on Drawings. Furnish materials in full compliance to following material specifications: 1. Manufacture pipe, fittings and appurtenances from polyvinyl chloride (PVC) compound which meets the requirements of Type 1, Grade I (12454-B) Polyvinyl Chloride as outlined in ASTM D1784. 2. Manufacture pipe, fittings and valves from materials that have been tested and approved for conveying potable water by the National Sanitation Foundation'(NSF). B. Pipe: Furnish pipe meeting requirements of ASTM D1785. Pipe 2 IN and less to be solvent welded. Pipe larger than 2 IN may be either flanged or solvent welded unless shown otherwise on Drawings. C. Fittings: Provide ASTM D2467 PVC socket type fittings having the same pressure and temperature rating as the pipe. D. Installation: 1. Field threading PVC will not be permitted. 2. Perform required threaded connections or attachments by the use of factory molded socket by.threaded adapters. 3. Employ installation and pipe support practicesand solvent welding all in compliance to the manufacturer's printed recommendation. 4. Continuously support PVC piping at liquid operating temperatures in excess of 100 DegF 5. For vertical piping, band the pipe at intervals to rigidly supportloadof twice vertical load. 6. Support riser clamps on spring hangers. 7. Do not clamp PVC tightly or restrict movement for expansion and contraction. 2.02 PVC DRAINAGE, SEWER PIPING AND UNDERGROUND AIR DUCTS A. Materials:` Furnish materials in full compliance to the following material specification. PVC pipe shall be rigid, unplasticized polyvinylchloride (PVC) made of PVC plastic having a cell classification of 12454-B or 12454-C as described in specification ASTM D1784. The requirements of this Specification are intended to provide for`pipe and fittings suitable for non -pressure drainage of wastewater and surface water. Joining systems shall consist of an elastomeric gasket joint meeting requirements of ASTM D3212. 1,. Supply to the Engineer all information and sample of joining method for his evaluation. Only jointing methods acceptable to the Engineer will be permitted. 2. Provide pipe and fittings meeting or exceeding all requirements of ASTM D3034 with a minimum Standard City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 i 15064-3 City of Lubbock, Municipal Water Treatment - Contract 3 Dimension Ratio (SDR) - 35 or ASTM F949. Ensure impact 01 strengths and pipe stiffnesses in full compliance to 02 these Specifications. 03 04 B. Installation: Install pipe and fittings in accordances with 05 ASTM D2321 and as recommended by the manufacturer. 06 1. Provide for a maximum deflection of not more than 5 07 percent. 08 09 C. Infiltration and Exfiltration: The maximum allowable 10 infiltration measured by test shall not exceed 100 GAL per 11 inch of pipe diameter per mile per 24 MRS. For exfiltration 12 all the pipe and fittings shall exceed performance 13 requirements by an air test procedure as specified in Section 14 15060. 15 1. Observe full instructions of the Engineer for carrying of 16 testing procedures. Perform tests only during presence 17 of the Engineer or his authorized representative. 18 2. Should any test on any section of pipe line disclose 19 either infiltration rates greater than allowed or 20 disclose air loss rate greater than that permitted, 21 locate and repair the defective joints or pipes at no 22 cost to Owner and retest until requirements stated are 23 met. 24 25 D. Deflection: After backfilling, each section of pipe shall be 26 checked for deflection by pulling a mandrel through the pipe. 27 Pipe with deflection exceeding 5 percent of the inside 28 diameter shall have backfill removed and replaced to provide 29 a deflection of less than 5 percent. Any repaired pipe shall 30 be retested. 31 '32 33 PART 3 - EXECUTION 34 35 3.01 IDENTIFICATION 36 37 A. Identify each length of pipe clearly at intervals of 5 FT or 38 less. Include manufacturer's name and trademark. Nominal 39 size of pipe, appurtenant information regarding polymer cell 40 classification and critical identifications regarding 41 performance specifications, and "NSF" approvals when 42 applicable. 43 44 END OF SECTION 45 City of Lubbock, Municipal Water Treatment - Contract 3 No Text e 01 8900 SECTION 15073 c . 02 03 PIPE: CAST-IRON SOIL 04 05 06 PART 1 GENERAL 07 08 1.01 SUMMARY 09 10 A. Section Includes: r r- 11 1. Cast-iron soil piping, fittings and appurtenances. 12 13 B. Related Sections include but are not necessarily limited to: 14 1. Division 0 - Bidding Requirements, Contract Forms, and 15 Conditions of the Contract. 16 2. Division 1 - General Requirements. 17 3. Section 15060 - Pipe and Pipe Fittings: General 18 Requirements. 19 20 1.02 QUALITY ASSURANCE 21 22 A. See Section 15060. 23 24 B. Provide joint type specifically approved by applicable 25 plumbing code. 26 27 C. Referenced Standards: 28 1. American Society for Testing and Materials (ASTM): 29 a. A74, Cast -Iron Soil Pipe and Fittings. 30 b. C564, Rubber Gaskets for Cast -Iron Soil Pipe and 31 Fittings. 32 2. Cast Iron Soil Pipe Institute (CISPI): 33 a. 301, Hubless Cast -Iron Sanitary System: With No Hub 34 Pipe and Fittings. 35 b. 310, Hubless Cast Iron Joints. 36 3. Federal Specifications (Fed Spec): 37 a. QQ-C-40, Calking: Lead Wool and Lead Piga 38 4. International Association of Plumbing and Mechanical 39 Officials (IAPMO): 40 a. IS6, Installation Standard for Hubless Cast Iron 41 Sanitary Systems. 42 43 1.03 SUBMITTALS 44 45 A. Shop Drawings: 46 1. See Section 15060. 47 48 49 PART 2 - PRODUCTS 50 51 2.01 MATERIALS 52 53 A. Pipe (General Application): City of Lubbock, Municipal Water Treatment - Contract 3 15073-1 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15073-2 01 1. ASTM A74. 01 02 2. No hub: CISPI 301. 02 03 3. SV Service. 03 04 04 05 B. Joints (General Application): 05 06 1. Mechanical: No hub, CISPI 310. 06 07 2. Compression Joint: Neoprene gasket, ASTM C564. 07 -- 08 08 09 C. See Piping Schedules in Section 15060. 09 10 10 11 11 12 12 13 13 14 PART 3 - EXECUTION 14 -- 15 15 16 3.01 INSTALLATION 16 17 17 18 A. Observe manufacturer's recommendation for handling, cutting, 18 19 jointing, installing, and testing. 19 20 20 21 B. Install products in accordance with CISPI. 21 22 22 23 C. Support exposed piping in accordance with Section 15060. 23 24 24 -- 25 D. Install buried piping in accordance with Section 15060. 25 26 26 27 3.02 FIELD QUALITY CONTROL 27 28 28 29 A. Test piping systems in accordance with Section 15060. 29 30 30 31 END OF SECTION 31 City of Lubbock, Municipal Water Treatment - Contract 3 ^" 15090-1 01 91G12 SECTION 15090 01 02 02 03 PIPE SUPPORT SYSTEMS 03 04 04 05 05 06 PART 1 - GENERAL 06 07 07 08 1.01 SUMMARY 08 ! Og 09 10 A. Section Includes: 10 11 1. Pipe support and anchor systems. 11 12 12 13 B. Related Sections include but are not necessarily limited to: 13 14 15 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 14 15 16 2. Division 1 - General Requirements. 16 17 3. Section 09905 - Painting and Protective Coatings. 17 18 18 G 19 1.02 QUALITY ASSURANCE 19 20 20 21 A. Referenced Standards: 21 22 1. American National Standards Institute (ANSI): 22 23 a. 831.1, Power Piping. 23 �., 24 b. B31.3, Chemical Plant and Petroleum Refinery Piping. 24 25 2. American Society for Testing and Materials (ASTM): 25 26 a. A153, Standard Specification for Zinc Coating 26 27 (Hot -Dip) on Iron and Steel Hardware. 27 �r^ 28 b. A385, Standard Practice for Providing High Quality 28 I+ 29 Zinc Coatings (Hot -Dipped). 29 30 c. A575, Merchant Quality Hot -Rolled Carbon Steel Bars. 30 31 3. American Welding Society (AWS): 31 32 a. D1.1, Structural Welding Code - Steel. 32 33 4. Manufacturer's Standardization Society of the Valve and 33 34 35 Fittings Industry (MSS): SP -58, Pipe Hangers and Supports - Materials, Design 34 35 a. 36 and Manufacture. 36 37 b. SP -69, Pipe Hangers and Supports - Selection and 37 r 38 Application. 38 39 39 40 1.03 SUBMITTALS 40 r 41 41 42 A. Shop Drawings: 42 43 1. See Section 01340. 43 44 2. Product technical data including: 44 45 a. Acknowledgement that products submitted meet 45 46 requirements of standards referenced. 46 47 b. Manufacturer's installation instructions. 47 48 c. Itemized list of wall sleeves, anchors, support 48 g; 49 devices and all other items related to pipe support 49,. 50 system. 50 r 51 d. Scale drawings showing guides, hangers, supports, 51 52 anchors, structural members and appurtenances to 52 53 describe the pipe support system. 53 r City of Lubbock, Municipal Water Treatment - Contract,3 15090-2 01 01 -- 02 02 03 PART 2 - PRODUCTS 03 04 04 _ 05 2.01 MANUFACTURED UNITS 05 06 06 07 A. General: 07 — 08 1. Contact between dissimilar metals shall be prevented. 08 09 2. Pipe in contact with dissimilar metal shall be rubber or 09 10 vinyl coated, 10 _ 11 3. Pipe supports in the following areas shall be stainless 11 12 steel (AISI Type 304 or 316): 12 13 a. Inside water containing structures. 13 14 4. All others, unless otherwise noted, shall be hot- dipped 14 _ 15 galvanized in accordance with ASTM A153 and A385. 15 16 16 17 B. Hanger Rods: 17 18 1. Material: ASTM A575. _ 18 19 2. Continuously threaded. 19 20 3. Electro -galvanized or cadmium plated after threads are 20 _ 21 cut. 21 22 4. Load limit: 22 23 23 24 NOMINAL ROD DIAMETER MAXIMUM SAFE LOAD, (LBS) 24 25 ------------------'-- _------------------------ 25 26 3/8 IN DIA (min) 610 26 27 1/2 IN DIA 1,130 27 - 28 5/8 IN D:IA 1,810 28 29 3/4 IN DIA 21710 29 30 7/8 IN DIA 3,770 30 31 1 IN DIA 4,960 _ 31 32 32 33 C. Hangers: 33 34 1. Hangers for use directly on copper pipe: topper or 34 35 cadmium plated. 35 36 2. Hangers for use other,than directly on copper pipe: 36 37 Cadmium plated or galvanized. 37 .- 38 3. Hanger type schedule: 38 39 39 40 APPLICATION PIPE SIZE HANGER TYPE 40 41 ----------- --------- ----------- 41 42 42 43 All except noted 4 IN & less ITT Grinnell Figure 108 43 44 with Figure 114 44 45 45 46 All except noted Thru 24 IN ITT Grinnell Figure 46 47 260, except Figure 590 47 — 48 for cast iron pipe 48 49 49 50. Steam, condensate All ITT Grinnell Figure 181 50 51 and.hot water and Figure 82 _ 51 52 52 53 D. Concrete Inserts for Hanger Rods: 53 City of Lubbock, Municipal Water Treatment - Contract 3 r 1. Continuous slots: Unistrut #P3200. 2. Individual inserts ITT Grinnell Figure 281. 3. Self -drilling expansion anchors:' Phillips flush -end or snap -off end type. E. Beam Clamps for Hanger Rods: 1. Heavy duty. 2. ITT Grinnell Figure 134. F. Trapeze Hangers for Suspended Piping: 1. Material: Steel, galvanized. 2. Angles, channels, or other structural shapes. 3. Curved roller surfaces at support point corresponding . with type of hanger required. G. Vertical Pipe Supports: 1. At base of riser. 2. Lateral movement: a. Clamps or brackets: 1) ITT Grinnell Figure 261 with: a) Figure 112 and 113 for 2-1/2 IN DIA and less. b) Figure C-211 for 3 INDIA and larger or pipe rack. H. Expanding Pipe Supports: 1. Spring hanger type. 2. MSS SP -58. I. Pipe Support Saddle: 1. For pipe located 3 FT or less from floor elevator, except as.otherwise indicated on Drawings. 2. ITT Grinnell Figure 264. J. Pipe Support Risers: 1. Schedule 40 steel pipe. 2. Finish: Galvanized. 3. As recommended by saddle manufacturer. K. Pipe Support Base Plate: 1. 4 IN larger than support. 2. Collar 3/16 IN thickness, circular in shape, and sleeve type connection to pipe. 3. Collar fitted over outside of support pipe and extended 2 IN from floor plate. 4. Collar welded to floor plate 5. Edges ground smooth. 6. Assembly hot dipped galvanized after fabrication. L. Pipe Covering Protection Saddle: 1. For insulated pipe at point of support. 2. ITT Grinnell Figure 167, Type B. M. Wall Brackets: City of Lubbock, Municipal Water Treatment - Contract 3 15090-3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15090-4 01 1. For pipe located near walls and 8 FT or more above floor 02 elevation or as otherwise indicated on"the Drawings. 03 2. ITT Grinnell Figure 199. 04 05 N. Pipe Anchors: 06 1. For locations shown on the Drawings. 07 2. 1/4 IN steel plate construction. 08 3. Not dipped galvanized after fabrication. 09 4. Designed to prevent movement of pipe at point of 10 attachment. 11 12 0. Pipe Guides: 13 1. For locations on both sides on.each expansion joint or 14 loop. 15 2. To ensure proper alignment of expanding or contracting 16 pipe. 17 3. ITT Grinnell Figure 256. 18 19 P. Substitutions: 20 ` 1. Submit requests for substitutionsin accordance with 21 Specification' Section 01640. 22 23 2.02 DESIGN REQUIREMENTS 24 25 A. Supports capable of supporting the pipe for all service and 26 testing conditions. 27 28 B. Allow free expansion and contraction of the piping to prevent 29 excessive stress resulting from service and testing 30 conditions or from weight transferred from the piping or 31 attached equipment. 32 33 C. Design supports and hangers to allow for proper pitch of 34 pipes. 35 36 D. For chemical and waste piping, design, materials'of 37 construction and installation of pipe hangers, supports, 38 guides, restraints, and anchors: 39 1. ANSI B31.3. 40 2. MSS SP -58 and SP -69. 41 3. Except where modified by this Specification. 42 43 E. For steam and hot and cold water piping; design, materials of 44 construction and installation of pipe hangers, supports, 45 guides, restraints, and anchors: 46 1. ANSI 831.1. 47 2. MSS SP -58 and SP -69. 48 49 F. Check all physical clearances between piping, support system 50 and structure. 51 1. Provide for vertical adjustment after erection. 52 53 G. Support vertical pipe runs in pipe chases at base of riser. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15090-5 Support pipes for lateral movement with clamps or brackets. H. Place hangers on outside of pipe insulation. Use a pipe covering protection saddle for insulated pipe at support point. 1. Insulated piping 1-1/2 IN and less: a. Provide a 9 IN length of 9 LB density fiberglass insulation at saddle. 2. Insulated piping over 1-1/2 IN: a. Provide a 12 IN length of 9 LB density fiberglass insulation on saddle. I. Provide 20 GA galvanized steel pipe saddle for fiberglass and plastic support points to ensure minimum contact width of 4 IN. J. Pipe Support Spacing: 1. General: a. Locate pipe supports at maximum spacing scheduled unless indicated otherwise on the Drawings. b. Provide at least one support for each length of pipe at each change of direction and at each valve. 2. Steel, stainless steel, cast-iron pipe support schedule: PIPE SIZES - IN MAXIMUM SPAN - FT 1-1/2 and less 5 2 thru 4 8 5 thru 8 10 10 and greater 10 3. Copper Pipe Support Schedule: PIPE SIZES - IN MAXIMUM SPAN FT 2-1/2 and less 5 3 thru 6 8 8 and greater 8 4. PVC Pipe Support Schedule: PIPE SIZES - IN MAXIMUM SPAN FT 1-1/4 and less 3 1-1/2 thru 3 4 4 and greater 5 * Maximum fluid temperature of 120 DegF. 5. Support each length and every fitting: a. Bell and spigot piping: 1) At least one hanger. 2) Applied at bell. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15090-6 01 b. Mechanical coupling joints: 02 1) Place hanger within 2 FT of each side of fittings 03 to keep pipes in alignment. 04 6. Space supports for soil and waste pipe and other piping 05 systems not included above every 5 FT. 06 7. Provide continuous support for nylon tubing. 07 08 09 PART 3 - EXECUTION 10 11 3.01 INSTALLATION 12, 13 A. Provide piping systems exhibiting pulsation, vibration, 14 swaying,'or impact with suitable constraints to correct the 15 condition. 16 1. Included in this requirement are movements from: 17 a. Trap discharge. 18 b. Water hammer. 19 c. 'Similar internal forces'. 20 21 B. Provide additional supports as required adjacent to 22 couplings. 23 24 C. Piping Connections to Equipment: Support pipe with pipe_. 25 support and not'on equipment. 26 27 D. Stacked Pipes: -No pipe to be supported from pipe above. 28 29 E. Pedestal Pipe Supports: 30 1. Provide isolation pad under anchoring flanges. ' 31 2. Locations: 32 a. Adjacent to equipment. 33 b. At other locations as required to provide vibration 34 isolation. 35 36 F. Support all piping to prevent undue strain on any valve, 37 fitting or piece of equipment. 38 1. Locations: 39 a. Changes in direction. 40 b. Change in elevation. 41 c. Adjacent to,flexible couplings. 42 43 G. Weld Supports: 44 1. AWS D1.1. 45 2. Weld anchors to pipe in accordance with ANSI B31.3. 46 47 H. Locate piping and pipe supports as to not interfere with open 48 accesses, walkways, platforms, and with maintenance or 49 disassembly of equipment. 50 51 I. Inspect hangers for: 52 1. Design offset. 53 2. Adequacy of clearance for piping and supports in the hot City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15090-7 I 01 and cold positions. 01 02 3. Guides to permit movement without binding. 02 03 4. Adequacy of anchors. 03 04 04 05 J. Inspect hangers after erection of piping systems and prior to 05 06 pipe testing and flushing. 06 PM 07 07 08 K. Install individual or continuous slot concrete inserts for 08 ` 09 use with hangers for piping and equipment. 09 10 1. Install concrete inserts as concrete forms are installed. 10 11 11 k 12 L. Welding: 12 13 1. Welding rods: ASTM and AWS standards. 13 14 2. Integral attachments: 14 15 a. Include welded -on ears, shoes, plates and angle 15 16 clips. 16 �.. 17 b. Ensure material for integral attachments is of good 17 18 weldable quality. 18 19 3. Preheating, welding and postheat treating: ANSI B31.3, 19 20 Chapter V. 20 21 21 �. 22 M. Field Painting: 22 23 1. Comply with Section 09905. 23 !� 24 24 25 END OF SECTION 25 City of Lubbock, Municipal Water Treatment - Contract 3 (THIS PAGE LEFT BLANK INTENTIONALLY) 15100-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 92A15 SECTION 15100 02 03 VALVES: GENERAL REQUIREMENTS 04 05 06 PART 1 - GENERAL �. 07 08 1.01 SUMMARY 09 .. 10 A. Section Includes: 11 1. Valving, operators, and valving appurtenances. 12 13 B. Related Sections include but are not necessarily limited to: 14 1. Division 0 - Bidding Requirements, Contract Forms, and 15 Conditions of the Contract. 16 2. Division 1 - General Requirements. ^ 17 3. Section 11005 - Equipment: General Requirements. 18 4. Section 15060 — Pipe and Pipe Fittings: General 19 Requirements. �., 20 5. Section 15101 - Gate Valves. 21 6. Section 15102 - Plug Valves. 22 7. Section 15103 — Butterfly Valves. 23 8. Section 15105 - Globe Valves. 24 9. Section 15106 - Check Valves. 25 10. Section 15114 - Miscellaneous Valves. 26 �^ 27 1.02 QUALITY ASSURANCE 28 29 A. Referenced Standards: r, 30 1. American National Standards Institute (ANSI): 31 a. B1.20.1, Pipe Threads, General Purpose. 32 b. B16.1, Cast Iron Pipe Flanges and Flanged Fittings. 33 c. 816.18, Cast Copper Alloy Solder Joint Pressure 34 Fittings. 35 2. American Water Works Association (AWWA): 36 a. C111, Rubber -Gasket Joints for Ductile Iron and Gray 37 Iron Pressure Pipe and Fittings. 38 b. C207, Steel Pipe Flanges for Waterworks Service - 39 Sizes 4 IN through 144 IN. 40 c. C500, Gate Valves for Water and Sewerage Systems. 41 d. C504, Rubber -Seated Butterfly Valves. 42 e. C509, Resilient -Seated Gate Valves 3 through 12 NPS, 43 for Water and Sewage Systems. 44 3. Manufacturers Standardization Society of the Valve and 45 Fittings Industry, Inc.(MSS). 46 �- 47 1.03 DEFINITIONS (NOT USED) 48 49 1.04 SUBMITTALS 50 51 A. Shop Drawings: 52 1. Product technical data including: 53 a. Acknowledgement that products submitted meet City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15100-2 01 requirements of standards referenced. ,02 b. Manufacturer's installation instructions. 03 c. Valve pressure/temperature rating. 04 d. Valve material of construction. 05 e. Special linings. 06 f. Valve dimensions and weight. 07 g. Valve flow coefficient. 08 2. For valves with electric or cylinder actuators 09 additionally provide wiring and control diagrams. 10 11 B. Operation and Maintenance Manuals: 12 1. See Section 01340. 13 14 15 PART 2 - PRODUCTS 16 17 2.01 ACCEPTABLE MANUFACTURERS 18 19 A. Refer to individual valve specification sections. 20 21 2.02 MATERIALS 22 23 A. Refer to individual valve specification sections. 24 25 2.03 ACCESSORIES 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 A. Valve Operators - General: 1. Provide operators as shown on Drawings or specified. 2. Counter clockwise opening as viewed from the top. , 3. Direction of opening and the word OPEN to be cast in handwheel or valve bonnet 4. Size operator to produce required torque with a maximum pull of 80 LB and withstand without damage a pull of 200 LB. B. Buried Valve Operators: 1. Provide screw or slide type adjustable cast.iron box, 5 IN minimum diameter, and identifying cover. 2. Box base to `enclose buried valve gear box or bonnet. 3. Provide 2 IN AWWA standard valve -operation nut. a. Stands. or operator to include thrust bearings for valve operation and weight of accessories. C. Manual Operators: 1. Provide for all exposed valves not having,electric or cylinder operators. 2. Provide handwheels for gate and globe valves 4 IN and, less. a. Size handwheels for gate valves in accordance with AWWA C500. 3. Provide lever operators for plug valves, butterfly valves and ball valves 4 IN DIA and smaller. a. Lever operators for butterfly valves to have a City of Lubbock,.Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15100-3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 minimum of 5 intermediate lock positions between full 02 open and full close. 03 4. Gear operators required for plug valves, butterfly 1^" 04 valves and ball valves 4 IN DIA and smaller. 05 5. Provide gearing for gate valves 16 IN and larger in 06 accordance with AWWA C500. 07 6. Gear operators to be totally enclosed, permanently 08 lubricated and with sealed bearings. 09 7. Furnish chain operators for valves 6 FT or higher from 10 finish floor. 11 a. Cadmium -plated chain looped to within 3 FT of 12 finish floor. 13 b. Equip chain wheels with chain guide to permit 14 rapid operation without "gagging" the wheel and with 15 reasonable side pull. 16 2.04 FABRICATION t' 17 18 A. Valves: ' 19 1. End connections: 20 a. Provide end connections for valves as required in the 21 Piping Schedules presented in Section 15060. 22 b. Assure end connections meet the following standards: 23 1) Threaded: ANSI B1.20.1. 24 2) Flanged: ANSI B16.1 Class 125 unless otherwise k' 25 noted or'AWWA 'C207. 26 3) Bell and spigot or mechanical (gland) type: AWWA 27 C111. 28 4) Soldered: ANSI B16.18. 29 2. Refer to individual sections for specifications of each ^ 30 type of valve on Project. 31 32 33 PART 3 - EXECUTION ^ 34 C' 35 3.01 INSTALLATION 36 37 A. Install in accordance with manufacturer's instructions. 38 ` 39 B. Protect all bolts with corrosion -resistant paint or 40 polyethylene wrapping. 41 1. Refer to Section 09905 for painting and protective 42 coatings. 43 44 C. Setting Outside Valves: 45 1. Locate valves installed in trenches where indicated on 46 Drawings. r. 47 2. Set valves and valve boxes plumb. 48 3. Place valve boxes directly over valves with top of box 49 being brought to surface of finished grade. 50 4. After installation, fill in earth for distance of 4 FT on ^ 51 each side of box. 52 53 D. Support exposed piping adjacent to valves to eliminate pipe City of Lubbock, Municipal Water Treatment - Contract 3 r 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15100-4 01 loads being transferred to valve. 01 02 02 03 E. Install electric or cylinder operator above or horizontally 03 04 adjacent to valve and gear box. 04 05 05 06 F. For threaded valves, provide union on: one side to allow valve 06 07 removal. 07 08 08 09 3.02 ADJUSTING 09 10 10 11 A. Make all adjustments to valves, operators and appurtenant 11 12 equipment prior to Project acceptance. Operate valve, open, 12 13 close at system pressures. 13 14 14 15 3.03 SCHEDULES 15 16 16 17 A. Unless shown otherwise on Drawings and drawing schedules, 17 18 provide valves as follows: 18 19 19 20 SERVICE SIZE TYPE 20 21 ------- ---- ---- 21 22 22 23 Water 2-1/2 IN 125 LB bronze gate, screwed bonnet, 23 24 non -rise stem, solid wedge disc, 24 25 Stockham 8104 or Nibco 113. 25 26 or 26 27 150 LB bronze globe, union 27 28 bonnet, renewable Teflon disc, 28 29 Stockham 824 or Nibco Z11Y. 29 30 30 31 Water 3 IN and Gate valves, double disc, AWWA 31 32 Larger C500; Resilient seated, AWWA 32 33 C509; see Section 15101 33 34 - Gate Valves. 34 35 35 36 Air, less 3 IN and Butterfly valve, rubber seated, 36 37 than 15 psi Larger AWWA C504; See Section 151031 37 38 38 39 Carbon 3 IN and Plug valves, eccentric, 39 40 Slurry Larger non -lubricated; See Section 40 41 15102 41 42 42 43 Wastewater 1 IN and Gate valves, solid wedge or 43 44 to Terminal Larger double disc, OS&Y, AWWA C500; 44 45 Storage Area See Section 15101 45 46 46 47 47 4$ 48 49 END OF SECTION 49 City of Lubbock, Municipal Water Treatment - Contract 3 10 A. Section Includes: 7 11 1. Gate valves. 15101-1. SECTION 15101 GATE VALVES , 01 91KO8 OS&Y: 02 13 03 04 1. Division 0 - Bidding Requirements, Contract Forms, and 05, 15 06 PART 1 - GENERAL PM 38 07' 08 1.01 SUMMARY 2. Division 1 - General Requirements. 09 10 A. Section Includes: 7 11 1. Gate valves. 15101-1. SECTION 15101 GATE VALVES , 32 33 1.03 DEFINITIONS �- 34 35 12 OS&Y: Outside Screw and Yoke. 13 B. Related Sections include but are not necessarily limited to: 14 1. Division 0 - Bidding Requirements, Contract Forms, and B. 15 Conditions of the Contract. PM 38 16 2. Division 1 - General Requirements. 18 3. Section 15100 - Valves: General Requirements. RS: Rising Stem. 40 19 1.02 QUALITY ASSURANCE 41 20 WOG: 7 21 A. Referenced Standards: 22 1. American Water Works Association (AWWA): 23 a. C500, Gate Valves for Water and Sewerage Systems. r24 b. C509, Resilient Seated Gate Valves, 3 through 12 NPS, 25 for Water and Sewerage Systems. 26 2. Manufacturer's Standardization Society of the Valve and 27 Fittings Industry, Inc (MSS): 7 28 a. SP -9, Spot Facing for Bronze, Iron and Steel Flanges. 29 b. SP -70, Cast Iron Gate Valves, Flanged and Threaded 30 Ends. 31 c. SP -80, Bronze Gate, Globe, Angle and Check Valves. 32 33 1.03 DEFINITIONS �- 34 35 A. OS&Y: Outside Screw and Yoke. 36 37 B. NRS: Nonrising Stem. PM 38 39 C. RS: Rising Stem. 40 41 D. WOG: Nonshock Cold Water, Oil or Gas. 42 43 1.04 SUBMITTALS 44 l 45 A. Shop Drawings: 46 1. See Section 15100. 47 48 B. Operation and Maintenance Manuals: i 49 1. See Section 01340. 50 51 52 PART 2 - PRODUCTS 53 City of Lubbock, Municipal Water Treatment Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15101-2 01 2.01 02 03 A. 04 05 06 07 2.02 08 09 A. 10' 11 12 13 14 15 16 17 18 19 20 21 B. 22 23 24 25 26 27 . 28 29 30 31 32 33 34 2.03 35 36 A. 37 38 39 B. 40 41 2.04 42 43 A. 44 45 46 47 48 B. 49 50 51 52 53 ACCEPTABLE MANUFACTURERS Subject to compliance with the Contract Documents, the Manufacturers listed under the specific valve types are approved. MANUFACTURED UNITS Water 2-1/2 IN and Smaller: 1. Class 125 bronze gate valve: a. 200 psi nonshock WOG. b. Conform to MSS SP -80. c. Screw in bonnet, nonrising stem, solid wedge. d. Body, bonnet, wedge: Bronze. e. Stem: Silicon bronze. f. Packing: Teflon or TFE impregnated fibre. g. Manufacturer: 1) Nibco 113. 2) Stockham 8103, B104. Water, 3 IN and larger: 1. Double disc gate valve: a. 200 psi working pressure. b: Conform to AWWA C500. c. Buried - NRS, 0 -ring stem seal, 2 IN operation nut. d. Exposed - NRS, 0 -ring, stem seal.. e. Handwheel operator. 2. Manufacturers: a. Clow. b. Mueller. c. American Darling. d. M & H. ACCESSORIES Refer to Drawings for type of operators. Furnish operator integral with valve. Refer to Section 15100 for operator requirements. FABRICATION - General: 1. Provide valves with clear waterways the full diameter of the valve. 2. Fabricate to meet AWWA or MSS standard referenced. Gear Operators: 1. Provide with accurately formed, smooth.running bevel gears, with pinion shaft operating in bronze (permanently sealed) antifriction bearings. 2. Provide valves with grease cases for bevel gearing. City of Lubbock, Municipal Water Treatment --Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 .19, 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 r� 15101-3 01 C. Spot valves in accordance with MSS SP-9: 01 02 02 03 2.05 SOURCE QUALITY CONTROL 03 04 04 05 A. Perform following tests, in accordance with AWWA C500, on 05 06 valves constructed in accordance with AWWA C500: 06 07 08 1. Operation test. 2. Hydrostatic test. 07 08 09 09 10 B. Perform following tests, in accordance with AWWA C509, on 10 r 11 valves constructed in accordance with AWWA C509: 11 12 1. Operation test. 12 13 2. Shell test. 13 �^ 14 3. Seal test. 14 15 4. Hydrostatic test. 15 16 S. Torque test. 16 17. 6. Leakage test. 17 18 7. Pressure test. 18 19 19 20 20 21 PART 3 - EXECUTION 21 22 22 23 3.01 INSTALLATION 23 24 24 25 A. See Section 15100. 25 26 26 27 B. Install buried valves in the closed position. Place valve on 27 28 firm footing in trench to prevent settling and excessive 28 29 strain on the connection to the pipe. 29 30 30 31 C. Larger buried valves utilizing smaller bypass valves shall 31 32 have a second valve box installed over the bypass valve 32 33 operating nut. 33 r- 34 34 35 D. Do not install gate valves inverted or with the stems sloped 35 36 more than 45 degrees from the upright unless the valve was 36 ,. 37 ordered and manufactured specifically for this orientation. 37 38 38 39 END OF SECTION 39 City of Lubbock, Municipal Water Treatment - Contract 3 (THIS PAGE LEFT BLANK INTENTIONALLY) F 15102-1 01 92A14 SECTION 15102 02 03 PLUG VALVES 04 05 06 PART 1 - GENERAL 07 08 1.01 SUMMARY l 09 10 A. Section Includes: r 11 1. Plug valves. f 12 13 B. Related Sections include but are not necessarily limited to: 14 1. Division 0 - Bidding Requirements, Contract Forms, and r 15 Conditions of the Contract. 16 2. Division 1 - General Requirements. 17 3. Section 15100 - Valves: General Requirements. 18 19 1.02 QUALITY ASSURANCE 20 r 21 A. Referenced Standards: 22 1. American National Standards Institute (ANSI)• 23 a. A21.11, Rubber - Gasket Joints for Ductile - Iron and 24 Gray - Iron Pressure Pipe and Fittings. 25 b. B16.1, Cast Iron Pipe Flanges and Flanged Fittings 26 Class 25, 125, 250 and 800. 27 2. American Society for Testing and Materials (ASTM): i 28 a. A126, Gray Iron Castings,for Valves, Flanges and Pipe 29 Fittings. 30 31 1.03 SUBMITTALS 32 33 A. Shop Drawings: 34 35 1. See Section 15100. 36 B. Operation and Maintenance Manuals: 37 1. See Section 15100. j� 38 1 39 40 PART 2 - PRODUCTS r 41 42 2.01 ACCEPTABLE MANUFACTURERS 43 44 A. Subject to compliance with the Contract Documents, the 45 following Manufacturers are acceptable: 46 1. Non -lubricated eccentric plug valves: 47 a. DeZurik, Series 100. r 48 b. Or approved equal. 1. 49 50 B. Submit requests for substitution in accordance with 51 Specification Section 01640. 52 53 2.02 MATERIALS City of Lubbock, Municipal Water Treatment - Contract 3 i 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 151024 01 01 02 A. Nonlubricated Eccentric Plug Valve: 02 03 1. Body: Cast-iron ASTM A126, Class B (semi -steel). 03 04 2. Plug: Resilient. 04 05 3. Plug facing: Grease and/or petroleum -resistant Hycar or 05 06 Buna-N compound. 06 07 4. Shaft bearing bushings: Permanently lubricated stainless 07 08 steel or bronze. 08 09 5. Valve seats: Welded -in overlay of 90 percent nickel. 09 10 6. Packing: Nitrile Butadiene. 10 11 11 12 B. Bolts, Nuts, and Washers: Zinc -plated or stainless steel. 12 13 13 14 2.03 ACCESSORIES - 14 15 15 16 A. Refer to Drawings and valve schedule for type of operator. 16 17 Furnish operator integral with valve. 17 18 18 19 B. Refer to Section 15100 for operator requirements. Provide 19 20 gear operators for valves 4 IN and larger. 20 21 21 22 2.04 FABRICATION 22 23 23 24 A. General: 24 25 1. Port area: 25 26 a. Valves 4 IN through 20 IN: Equal to or exceed 80 26 27 percent of full pipe area. 27 28 b. Valves greater than 20 IN: 100 percent equivalent 28 29 full pipe area. 29 30 2. Valve body: 30 31 a. Fitted with bolted bonnet. 31 32 3. End connections: 32 33 a. Flanges: Faced and drilled per ANSI 616.1, Class 33 34 125 LB. 34 35 b. Mechanical: In compliance with ANSI A21.11. 35 36 4. Packing: 36 37 a. Adjustable and replaceable without disassembling 37 38 valve. 38 39 b. 0 -ring seals are not acceptable. 39 40 5. Designed for seating drip tight in any flow direction. 40 41 41 42 B. Non -Lubricated Eccentric Plug Valves: 42 43 1. Actuator gearing in enclosure suitable for running in oil 43 44 with seals on shaft to prevent entry of dirt or water. 44 45 2. Positive identification on actuator indicating valve 45 46 position. 46 47 3. Adjustable stop to set closing torque. 47 48 4. Valve packing adjustment accessible without removing 48 49 actuator from valve. 49 50 5. Rating: 50 51 a. 1/2 through 12 IN, 175 psi working pressure. 51 52 b. 14 through 36 IN, 150 psi working pressure. 52 53 6. Memory stop ring. 53 City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 PART 3 - EXECUTION 04 05 3.01 INSTALLATION 06 07 A. See Section 15100. 08 09 B. Install valves with valve stem horizontal, plug seat on inlet 10 side and with plug rotating up into the open position for 11 valves in horizontal lines. 12 13 C. Install buried valves in the closed position. Place valve on 14 firm footing in trench to prevent settling and excessive 15 strain on the connection to the pipe. 16 17 END OF SECTION City of Lubbock, Municipal Water Treatment - Contract 3 15102-3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 (THIS PAGE LEFT BLANK INTENTIONALLY) 7 01 02 03 04 05 06 �. 07 I 08 09 10 11 12 13 •• 14 15 16 ,^ 17 18 19 20 21 22 23 .. 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 r' 92A14 PART 1 - GENERAL 1.01 SUMMARY SECTION 15103 BUTTERFLY VALVES A. Section Includes: 1. Butterfly valves. B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 15060 - Pipe and Pipe Fittings: General Requirements. 4. Section 15100 - Valves: General Requirements. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. American National Standards Institute (ANSI): a. B16.5, Pipe Flanges and Flanged Fittings. 2. American Society for Testing and Materials (ASTM): a. A48, Specifications for Gray Iron Castings. b. A126, Gray Iron Castings for Valves, Flanges and Pipe Fittings. c. A276, Specifications for Stainless and Heat -Resisting Steel Bars and Shapes. d. A743, Standard Specification for Castings, Iron -Chromium, Iron -Chromium -Nickel, Corrosion Resistant, for General Application. e. A395, Standard Specification for Ferritic Ductile Iron Pressure -Retaining Castings for Use at Elevated Temperatures. f. A436, Austenitic, Gray Iron Castings. g. A536, Ductile Iron Castings. h. 8148, Standard Specification for Aluminum Bronze Rod, Bar, and Shapes. 3. American Water Works Association (AWWA): a. C504, Rubber Seated Butterfly Valves. 1.03 SUBMITTALS A. Shop Drawings: 1. See Section 15100. 2. For valves 8 IN and larger, furnish "Affidavit of Compliance" with Owner in accordance with AWWA C504. B. Operation and Maintenance Manuals: 1. See Section 15100.' City of Lubbock, Municipal Water_ Treatment - Contract 3 15103-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15103-2 01 01 02 02 03 PART 2 - PRODUCTS 03 — 04 Q4 05 2.01 ACCEPTABLE MANUFACTURERS 05 06 06 07 A. Subject to compliance with the Contract Documents, the 07 08 following Manufacturers are acceptable: 08 09 1. Potable and Non -potable Water and Low Pressure Air 09 10 Service: 10 — 11 a. DeZurik. 11 12 b. Clow.12 13 c. M & H Valve Company. 13 _ 14 d. Keystone. 14 15 e. Pratt. 15 16 16 17 B. Submit requests for substitution in accordance with 17 — 18 Specification Section 01640. 18 19 19 20 2.02 MATERIALS 20 -- 21 21 22 A. Potable and Non -potable Water and Low Pressure Air 22 23 Service: 23 _ 24 1. Butterfly Valves (AWWA C504): 24 25 a. Valve bodies: 25 26 1) ASTM A126, ClassB or ASTM A536 Grade 65-45-12 26 27 ductile iron. 27 — 28 2) Wafer valves may be constructed of ASTM A48, 28 29 Class 40 cast iron. 29 30 b.'' Valve shafts: 30 _ 31 1) Stainless steel, 18-8,.Type 304 or 316. 31 32 c. Valve discs: 32 33 1) ASTM A48, Class 40 cast iron. 33 — 34 2) ASTM A536, Grade 65-45-12 ductile iron. 34 35 3) ASTM A436, Type 1 alloy cast iron. 35 36 4) Bronze in accordance with AWWA C504. 36 37 d. Valve seats: 37 — 38 1) Potable and nonpotable water, below 180 DegF: 38 39 Buna-N. 39 40 e. 'Mating surfaces: 40 — 41 1) Valves less than 30 IN: ASTM A276, 18-8, 41 42 stainless steel or bronze. 42 43 2) Valves 30 IN and larger: ASTM A276, 18-8, 43 44 stainless steel. 44 45 45 46 2.03 ACCESSORIES 46 47 47 — 48 A. Refer to Drawings and valve schedule for type of operators. 48 49 Furnish operator integral with,valve. 49 50 50 51 B. Refer to Section 15100 for operator requirements. Provide 51 52 gear operators for valves 4 IN DTA and larger. 52 53 53 City of Lubbock, Municipal'Water Treatment - Contract 3' 7, 15103-3 City of Lubbock, Municipal Water Treatment - Contract 3 01 2.04 FABRICATION O1 02 02 03 A. Potable and Non -potable and Low Pressure Air Service: 03 04 1. Butterfly valves (AWWA C504): 04 05 a. Furnish resilient seated type meeting AWWA C504. 05 06 b. Exposed and submerged valves 3 IN through 20 IN: 06 07 1) Wafer type. (Laying length may vary from AWWA 07 p 08 C504.) 08 t, 09 2) Rated for 150 psi working pressure (Class 1508 09 10 per AWWA C504). 10 11 3) Equip with fully tapped anchor lugs drilled per 11 12 ANSI B16.5. 12 13 c. Exposed and submerged valves 24 IN and larger: 13 14 15 1) Short body flange type. 2) Rated for 75 working 75A 14 psi pressure (Class per 15 16 AWWA C504). 16 17 d. Direct buried valves: 17 18 1) All valves rated for 75 psi working pressure 18 E 19 (Class 75A per AWWA C504). 19 20 2) Short body mechanical joint type. 20 21 21 22 B. On insulated piping, provide valves with extended stems to 22 23 permit proper insulation application without interference 23 ,. 24 from the handle. 24 25 25 26 26 27 PART 3 - EXECUTION 27 28 28 29 29 30 3.01 INSTALLATION 30 31 31 32 A. See Section 15100. 32 33 33 34 35 B. Install valves in closed position. Support connecting piping to strain body. 34 prevent on valve 35 36 36 37 C. Install valves with operator above or at side of valve. 37 r' 38 38 39 3.02 SCHEDULE 39 40 40 �- 41. A. Provide following valves with electric actuators per Section 41 42 15100. 42 43 43 44 45 VALVE NUMBER SIZE, IN ------------ -------- 44 45 46 46 47 47 48 END OF SECTION 48 City of Lubbock, Municipal Water Treatment - Contract 3 No Text r 01 91K08 SECTION 15104 02 03 BALL VALVES 04 05 06 PART 1 - GENERAL 07 08 1.01 SUMMARY 09 10 A. Section Includes: 11 1. Ball valves. 12 13 B. Related Sections include but are not necessarily limited to: 14 1. Division 0 - Bidding Requirements, Contract forms, and 15 Conditions of the Contract. 16 2. Division l - General Requirements. 17 3. Section 15100 - Valves: General Requirements. 18 19 1.02 QUALITY ASSURANCE 20 21 A. Referenced Standards: 22 1. American Society for Testing and Materials (ASTM): 23 a. A48, Gray Iron Castings (Class 35 Minimum). 24 b. A126, Gray Iron Castings for Valves Flanges, and Pipe 25 Fittings. 26 c. D1784, Standard Specification for Rigid Poly(Vinyl 27 Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl 28 Chloride) (CPVC) Compounds. 29 30 1.03 SUBMITTALS 31 32 A. Shop Drawings: 33 1. See Section 15100. 34 35 B. Operation and Maintenance Manuals: 36 1. See Section 01340. 37 38 39 PART 2 - PRODUCTS 40 41 2.01 ACCEPTABLE MANUFACTURERS 42 43 A. Subject to compliance with the Contract Documents, the 44 following Manufacturers are acceptable:' 45 1. Metallic ball valves 1/4 to 3 IN DIA: 46 a. Apollo. 47 b. Jamesbury. 48 c. Watts. 49 d. Stockham. 50 e. Or approved equal. 51 2. Plastic'ball valves 1/2 to 4 IN DIA: 52 a. Chemtrol. 53 b. ASAHI/America. City of Lubbock, Municipal Water Treatment,- Contract 3 15104-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 .17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15104-2 c. Or approved equal. B. Submit requests for substitution in accordance with Specification Section 01640. 2.02 MATERIALS A. Metallic Ball Valves 1/4 to 3 IN DIA: 1. Body: Bronze. 2. Stem, stem gland nut: Brass. 3. Ball: Brass, chrome plated, 4. Seats, stuffing box ring, and thrust washer: Reinforced Teflon. 5. Handle: Vinyl coated or zinc -,or cadmium -plated steel. B. Plastic Ball Valves 1/2 to 4 IN DIA: 1. Body, stem, ball, handle, end connectors: a. PVC ASTM D1784-124548. 2. Seat: Teflon. 3. 0 -rings: Viton. 2.03 ACCESSORIES A. Refer to Drawings for type of operators. Furnish operator integral with valve. B. Each motor actuated valve not specified elsewhere shall be suitable for operation on 120 volts, 60 Hz, single phase power supply and shall have an operation cycle time of 30 seconds from full open to full closed. The electric operator shall be integrally assembled to the vavle and shall consist of the motor, gearing, limit switches, lubricants, heating elements, wiring, and terminals all constructed as a self-contained unit with a NEMA 4x housing. The motor shall be totally enclosed, high torque design made expressly for valve operator service, capable of operating the valve under full differential pressurefor a complete open -close and reverse cycle of travel at least twice in immediate succession without overheating. The motor shall be designed in accordance with NEMA standards, provided with Class B insulation, and operate successfully at any voltage within 10 percent above or below rate voltage. Motor bearings shall be permanently lubricated. Built-in motor thermal overload protection shall be provided. The motor shall be permanent split capacitor type reversible motor. Two internal limit switches shall be furnished foreach extremity of valve travel. City of Lubbock, Municipal Water Treatment - Contract 3 01 _ 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 I 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 Terminal facilities for connection to motor leads, remote connections, and heating elements shall be provided in readily accessible terminal compartments. C. Refer to Section 15100 for operator requirements. 2.04 FABRICATION A. Metallic Valves 1/4 to 3 IN DIA: 1. Rated for 600 psi/250 DegF, WOG for threaded end applications and 285 psi WOG and 150 psi saturated steam service for flanged end applications. 2. Handles showing direction of opening. 3. Stuffing boxes capable of being repacked under pressure and adjustable for wear. 4. Stem with reinforced teflon stuffing box ring and blowout -proof design. 5. Renewable reinforced teflon seats. 6. Ball design which does not allow media contact with stem. 7. Stem extensions for piping systems with insulation. 8. Balancing stop for all applications. 9. Bodies with mounting pad for applications requiring actuators. 10. Provide valves in pneumatic piping systems meeting OSHA requirements for automatic drains. 11. Body with 3/4 IN hose connection for blow down and hose bibb application. B. Plastic Valves 1/2 to 4 IN DIA: 1. Rated at 150 psi at 75 DegF. 2. Double or true union design. 3. Blocks both directions, upstream and downstream. 4. External adjustment for seat wear. 5. Stem extensions for insulated piping. 6. Body with mounting pad for actuators where required. PART 3 - EXECUTION 3.01 INSTALLATION A. See Section 15100. END OF SECTION City of Lubbock, Municipal Water Treatment - Contract 3 15104-3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 No Text r 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 �R� PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Globe valves. SECTION 15105 GLOBE VALVES B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division i - General Requirements. 3. Section 15100 - Valves: General Requirements. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. Manufacturer's Standardization, Society of the Valve and Fittings Industry, Inc (MSS): a. SP -9, Spot FAcing for Bronze, Iron and Steel Flanges. b. SP -80, Bronze Gate, Globe, Angle and Check Valves. c. SP -85, Cast Iron Globe and Angle Valves, Flanged and Threaded Ends. 1.03 SUBMITTALS A. Shop Drawings: I. See Section 15100. B. Operation and Maintenance Manuals: 1. See Section 01340. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the Manufacturers listed under the specific valve types are approved. B. Submit requests for substitution in accordance with Specification Section 01640. 2.02 MANUFACTURED UNITS A. Water, 2-1/2 IN and Smaller: 1. Class 150 bronze globe valve: a. 150 psi steam at 400 DegF, 300 psi non -shock WOG. City of Lubbock, Municipal Water Treatment - Contract 3 15105-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15105-2 01 b. Conform to MSS SP -80. 01 02 c. Union bonnet, rising stem, renewable teflon disc. 02 03 d. Body, bonnet, disc holder and nut: Bronze. 03 04 e. Stem: Copper silicon alloy. 04 05 f. Packing: Teflon impregnated fibre. 05 06 g. Disc: Teflon. 06 07 h. Manufacturer: 07 08 1) Nibco T235Y. 08 09 2) Stockham B22. 09 10 10 11 11 12 PART 3 - EXECUTION 12 13 13 14 3.01 INSTALLATION 14 15 15 16 A. See Section 15100. 16 17 17 18 B. Install valves accessible for operation, inspection and 18 19 maintenance. 19 20 20 21 C. Install globe valves with stem in horizontal position. 21 22 wherever possible. 22 23 23 24 END OF SECTION 24 City of Lubbock, Municipal Water Treatment Contract 3 7 15106-1 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 91H06 SECTION 15106 02 03 CHECK VALVES 04 05 06 PART 1 - GENERAL 07 08 I.01 SUMMARY 09 10 A. Section Includes: 11 1. Check valves. 12 13 B. Related Sections include but are not necessarily limited to: 14 1. Division 0 - Bidding Requirements, Contract Forms, and 15 Conditions of the Contract. 16 2. Division 1 - General Requirements. 7 17 3. Section 15100 - Valves: General Requirements. 18 19 1.02 QUALITY ASSURANCE 20 21 A. Referenced Standards: 22 1. American Water Works Association (AWWA): 23 a. C508, Swing Check Valves for Waterworks Service, 2 7 24 through 24 IN NPS. 25 2. Manufacturer's Standardization, Society of the Valve and 26 Fittings Industry, Inc (MSS): �.. 27 a. SP -9, Spot Facing for Bronze, Iron and Steel Flanges. r 28 b. SP -71, Cast Iron Swing Check Valves, Flanged and `' 29 Threaded Ends. 30 c. SP -80, Bronze Gate, Globe, Angle and Check Valves. 31 IL 32 1.03 SUBMITTALS 33 �^ 34 A. Shop Drawings: 35 1. See Section 15100. 36 �., 37 B. Operation and Maintenance Manuals: r 38 1. See Section 01340. 39 40 41 PART 2 - PRODUCTS L 42 43 2.01 ACCEPTABLE MANUFACTURERS �- 44 45 A. Subject to compliance with the Contract Documents, 46 Manufacturers listed under the valve with types are approved. 47 48 B. Submit requests for substitution in accordance with ;- 49 Specification Section 01640. 50 51 2.02 MANUFACTURED UNITS 52 53 A. Check Valves (2 IN and Smaller): City of Lubbock, Municipal Water Treatment - Contract 3 15106-1 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15106-2 01 1. Class 125 bronze swing check: 01 02 a. 125 psi steam to 406 DegF, 200 psi WOG. 02 03 - b. Conform to MSS SP -80. 03 04 c. Horizontal swing, renewable disc. 04 05 d. Body, bonnet, disc: Bronze. 05 06 e. Manufacturer: 06 07 1) Nibco 413B. 07 08 2) Stockham 8319. 08 09 3) Or approved equal. 09 10 10 11 B. Swing Check Valves (3 to 12 IN): 11 12 1. Swing check valve: 12 13 a. 175 psi working pressure (3 to 12.IN). 13 14 b.Conform to AWWA C508: 14 15 c. Body and cover: Cast iron. 15 16 d. Seat ring, hinge: Bronze. 16 17 e. Disc: 17 18 1) 3 to 4 IN: Bronze. 18 19 f. Hinge shaft: Stainless steel. 19 20 g. Bearings, connecting hardware: Bronze. 20 21 h. Furnish with outside weight and lever or lever and 21 22 spring. 22 23 i. Manufacturer: 23 24 1) Clow. 24 25 2) Or approved equal. 25 26 26 27 27 28 PART 3 - EXECUTION 28 29 29 30 3.01 INSTALLATION 30 31 31 32 A. See Section 15100. 32 33 33 34 B. Support valve body and adjacent piping as necessary to avoid 34 35 stressing valve body. 35 36 36 37 END OF SECTION ' 37 City of Lubbock, Municipal Water'Treatment' Contract'3 15114-:1 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 92E19 SECTION 15114 02 ,,. 03 MISCELLANEOUS VALVES 04 05 06 PART 1 - GENERAL 07 08 1.01 SUMMARY 09 ,. 10 A. Section Includes: 11 1. Air release valves. 12 2. Back flow preventers. 13 3. Float valves. 14 4. Solenoid valves. 15 16 B. Related Sections include but are not necessarily limited to: r 17 1. Division 0 - Bidding Requirements, Contract Forms, and 18 Conditions of the Contract. 19 2. Division 1 - General Requirements. �., 20 3. Section 11005 - Equipment: General Requirements. 21 4. Section 15100 - Valves: General Requirements. 22 23 1.02 QUALITY ASSURANCE 24 25 A. Referenced Standards: 26 1. See Section 15100. 27 28 1.03 SUBMITTALS 29 30 A. Shop Drawings: "^ 31 1. See Section 15100. 32 33 B. Operation and Maintenance Manuals: *^ p 34 1. See Section 15100 . a 35 . 36 37 38 PART 2 - PRODUCTS 39 2.01 ACCEPTABLE MANUFACTURERS 40 41 A. Subject to compliance with the Contract Documents, the 42 Manufacturers listed under the specific valve types are 43 approved. 44 45 B. Submit requests for substitution in accordance with 46 Specification Section 01640. 47 48 2.02 MANUFACTURED UNITS r 49 50 A. Backflow Preventers: 51 1. Install on potable water line as required by Code. ( 52 2. Consist of two check valves, test cocks and relief valve, 53 all assembled as an integral unit. 7 City of Lubbock, Municipal Water Treatment - Contract 3 r O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 '25 .26 27 28 29 30 31 32 33' 34 35 36 37 38` 39 40' 41 42 43 44 45 46 47 48 49 50 51 52 53 15114-2 3. Threaded ends: 2 IN and smaller. 4. Flanged ends: 2-1/2 IN and larger. 5. Pressure loss: Less' than 14 psi at design flow. 6. Provide air gap and pipe discharge to within 6 IN of finished floor. 7. Manufacturer: a. Watts, "Model 900." b. Bego. c. Clayton. d. Or approved equal. B. Float Valves (1 IN): 1. Install on ferric sulfate chemical dilution tanks as indicated on Drawings. 2. Both inlet and outlet parts shall be threaded. 3. Body shall be used as an angle or globe simple by changing position of the body plug. 4. Working pressure: 70 psig. 5. Materials: a. Body: 304 Stainless Steel. b. Float, float rod, and lever: 304 Stainless steel. c. Seals: EPDM. 6. All parts shall be fully resistant to corrosion by ferric sulfate. C. Solenoid Valves (1 IN and Smaller): 1. General service (water): a. Materials: 1) Body: Brass. 2) Seat: Buna-N. 3) Insulation: Class F. b. 110 V AC. c. Two-way, normally closed. d. Enclosure: Compatible with area classifications indicated on Drawings. e. Working pressure, water: 125 psig. f. Accessories: Provide strainer on supply. g. Manufacturer: 1) ASCO. 2) Or approved equal. D. Air Release Valves (1 IN thru 3 IN): 1. General Service: a. Materials: 1) 'Body: Cast iron. 2) Float: Stainless steel 3) Seat: Buna-N. b. Acceptable Manufacturers: 1) APCO, Series 140. 2) Or approved equal. E. Rectangular Butterfly Valves (BFV-40, BFV-41, BFV-42): 1. Shall be installed in the existing settled water City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 r 15114-3 channels as indicated on the Drawings: 01 a. Materials: 02 1) Shafts: Centerless ground, 18-8 Type 304 03 stainless steel. 04 2) Packing: Shall be self-adjusting "V" type, 05 nylon packing retainer accessible without 06 dismantling the valve. 07 3) Bearings: Shall be self-lubricating sleeve- 08 type, Telfon with special non-metallic backing. 09 4) Rubber -seat: Shall be synthetic rubber, 10 highly abrasion resistant and of a durometer to 11 prevent leakage throughout life of valve. Shall 12 be fully adjustable and field replaceable without 13 dismantling operator, disc, or shaft. Shall be 14 retained by 18-8 Type 304 stainless steel segments 15 and screws to insure bubble tight closure 16 throughout life of valve. 17 5) Taper pins: Disc shall be fastened to shaft 18 by conservatively sized Type 304 stainless steel 19 taper pins, threaded at one end and secured with 20 lockwashers and nuts. Disc shall be fastened to 21 shaft by two pins at top and one at the bottom. 22 6) Disc: Shall be carbon steel A-36 with an 18-8 Type 23 304 stainless steel seating edge. Shall be of 24 streamline design providing minimal pressure drop 25 and no turbulence in the full open position. 26 7) Body: Shall be fabricated of steel containing 27 the seat assembly. 28 b. Acceptable manufacturer: 29 1) Pratt. 30 31 2.03 ACCESSORIES 32 33 A. Furnish any accessories required to provide a completely 34 operable valve. 35 36 2.04 FABRICATION 37 38 A. Completely shop assemble unit including any interconnecting 39 piping, speed control valves, control isolation valves and 40 electrical components. 41 42 B. Provide internal epoxy coating suitable for potable water for 43 all iron body valves. 44 45 2.05 SOURCE QUALITY CONTROL 46 47 A. Shop hydrostatically test to unit test pressure. 48 49 2.06 MAINTENANCE MATERIALS 50 51 A. Provide one set of any special tools or wrenches required for 52 operation or maintenance for each type valve. 53 City of Lubbock, Municipal Water Treatment Contract 3 15114-4 O1 02 03 PART 3 - EXECUTION 04 O5 3.01 PREPARATION 06 07 A. Clean, inspect,'and operate valve to ensure all parts are 08 operable and valve seats properly., 09 10 3.02 INSTALLATION 11 12 A. General: 13 1. See Section 11005. 14 2. See Section 15100. 15 16 B. Backflow Preventers: 17 1. Install in an area not subject to flooding. 18 19 3.03 FIELD QUALITY CONTROL 20 21 A. Check and adjust valves and accessories in accordance with 22 manufacturer's instructions and place into operation. 23 24 END OF SECTION City of Lubbock, Municipal Water Treatment Contract 3 15115-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 92E15 SECTION 15115 02 03 WATER CONTROL GATES 04 05 06 PART 1 - GENERAL 07 08 1.01 SUMMARY 09 10 A. Section Includes: 11 1. Water control gates. 12 a. Slide (fabricated) gates. 13 14 B. Related Sections include but are not necessarily limited to: 15 1. Division 0 - Bidding Requirements, Contract Forms, and 16 Conditions of the Contract. 17 2. Division 1 - General Requirements. 18 3. Section 11005 - Equipment: General Requirements. 19 20. 1.02 QUALITY ASSURANCE 21 22 A. Referenced Standards: 23 1. American Society for Testing Materials (ASTM): 24 25 a. A276, Stainless and Heat -Resisting Steel Bars and Shapes. 26 b. B209, Aluminum and Aluminum Alloy Sheet and Plate. 27 2. American Water Works Association (AWWA): 28 a. C501, Cast -Iron Sluice Gates. 29 30 1.03 SUBMITTALS 31 32 A. Shop Drawings: 33 1. See Sections 01340 and 11005. 34 2. Product technical data including: 35 a. Acknowledgment that products submitted meet the 36 requirements of standards referenced. 37 38 B. Operation and Maintenance Manuals: - 39 1. See Section 01340. 40 . 41 42 PART 2 - PRODUCTS 43 44 2.01 ACCEPTABLE MANUFACTURERS 45 46 A. Subject to compliance with the Contract Documents, the 47 following Manufacturers are acceptable: 48 1. Water control gates: 49 a. Rodney Hunt. 50 b. Waterman. 51 52 B. Submit requests for substitution in accordance with 53 Specification Section 01640. City.of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15115-2 01 01 02 02 03 2.02 SLIDE GATES 03 04 04 05 A. General: 05 06 1. Self-contained slide gates with operators in accordance 06 07 with the configuration noted in the gate schedule or 07 08 shown on the Contract Drawings. 08 09 2. Maximum leakage rate: Not to exceed 0.1 gpm.per foot of 09 10 seat perimeter with water at top of gate slide and 10 11 operating in seating position. 11 .12 12 13 B. Material: 13 14 1. Slide: i4 15 a. Aluminum: ASTM B209, alloy 6061. 15 16 2. Frame, guides, guide rails, cross bars, and head rails: 16 17 a. Aluminum: ASTM B209, alloy 6061. 17 18 3. Anchor bolts: lg 19 a. Stainless steel: ASTM A276, Type 304 or 316. 19 20 4. Stems and stem couplings: 20 21, a. Stainless steel: ASTM A276, Type 304 or 316. 21 22 22 23 C. Fabrication: 23 24 1. Frame and guides: 24 25 a. Rigid, welded gate frame and guides: Composed of the 25 26 guide rails, cross bars, and headrails, with a clear 26 27 opening the same size as the waterway, unless 27 28 otherwise specified.' 28 29 b. Flatback, spigotback, or embedded type as shown on 29 30 Contract Drawings. 30 31 c. Construct guides incorporating a dual slot design. 31 32 1) The primary slot will accept the plate of the. 32 33 slide (disc). 33 34 2) The secondary slot will be sufficiently wide to 34 35 accept the reinforcing ribs of the disc. 35 36 d. Design guides for maximum rigidity: Weight not less 36 37 than 3 LBS per foot. 37 38 e. Guides of sufficient length to support two-thirds the 38 39 height of the slide, when the gate is fully open. 39 40 f. Extend the head angle or yoke 42 IN above the 40 41 operating floor. 41 42 g. Provide guides of sufficient strength so that no 42 43 further reinforcing will be required. 43 44 h. Design yoke to support the operating device formed by 44 45 members welded or bolted at the top of the ,guides. 45 46 i. Design yoke arrangementsuch that the disc and stem 46 47 can be removed without disconnecting yoke. 47 48 J. Design yoke to support the lift forces when subjected 48 49 to a load of 80 LB pull on the operator. 49 50 k. Design gates with J -seals at the side attached to 50 51 frame. 51 52 1. For embedded type gates provide molded resilient seat 52 53 mounted at bottom of disc for flush bottom closure 53 City of Lubbock, Municipal Water Treatment - Contract'3 p 7 01 .. .02 34 03 04 05 06 �^ 07 38 08 l 09 10 11 41 12 13 43 14 44 15 16 17 18 19 20 51 21 22 23 24 25 26 27 28 29 30 31 32 33 r 15115-3 and seal against embedded portion of the frame in the -channel invert or have a resilient seat mounted on frame flush at channel invert. m. Utilize J -seals and resilient seats of synthetic rubber conforming to AWWA C501. 2. Slide (disc): a. Plate reinforced slide with structural shapes welded to the plate. b. Slide cover maximum deflection: 1/360 of the span of the gate under maximum head. c. Extend reinforcing ribs to guides so that the seating surface of the guide is reinforced. d. Stem connection of either clevis type, with structural members welded to slide and a bolt to act as pivot pin, or a threaded and bolted (or keyed) thrust nut supported in welded nut pocket. e. Pocket and yoke of gate capable of taking at least twice the rated thrust output of the operator at 40 LBS pull. Slide material same as frame and guides. 3. Stem: a. Of suitable length and ample strength for the intended service. b. Stem diameter capable of withstanding twice the rated output of the operator at 40 LB pull, and supported such that L/r ratio for unsupported part of the stem shall not exceed 200. 2.03 GATE OPERATORS AND LIFTS A. General: Provide lifts in accordance with AWWA C501 or as modified in these Specifications. Provide all lifts with clear butyrate plastic stem cover with Mylar open -close indicator. B. Manual Operators: 1. Centerline of crank or handwheel approximately 36 IN above operating floor. Unless otherwise shown. 2. Maximum effort of 40 LBS on crank or handwheel shall operate gate after unseating gate from wedges bored upon seating head specified. 2.04 ALL GATES, VALVES, OPERATORS AND LIFTS A. Comply to requirements of Section 11005. B. Provide gates, including lift, designed with a minimum factor of safety of five. Provide rising stems on all gates. PART 3 - EXECUTION 3.01 FIELD QUALITY CONTROL City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 34 35 36 37 38 l 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 r 15115-3 and seal against embedded portion of the frame in the -channel invert or have a resilient seat mounted on frame flush at channel invert. m. Utilize J -seals and resilient seats of synthetic rubber conforming to AWWA C501. 2. Slide (disc): a. Plate reinforced slide with structural shapes welded to the plate. b. Slide cover maximum deflection: 1/360 of the span of the gate under maximum head. c. Extend reinforcing ribs to guides so that the seating surface of the guide is reinforced. d. Stem connection of either clevis type, with structural members welded to slide and a bolt to act as pivot pin, or a threaded and bolted (or keyed) thrust nut supported in welded nut pocket. e. Pocket and yoke of gate capable of taking at least twice the rated thrust output of the operator at 40 LBS pull. Slide material same as frame and guides. 3. Stem: a. Of suitable length and ample strength for the intended service. b. Stem diameter capable of withstanding twice the rated output of the operator at 40 LB pull, and supported such that L/r ratio for unsupported part of the stem shall not exceed 200. 2.03 GATE OPERATORS AND LIFTS A. General: Provide lifts in accordance with AWWA C501 or as modified in these Specifications. Provide all lifts with clear butyrate plastic stem cover with Mylar open -close indicator. B. Manual Operators: 1. Centerline of crank or handwheel approximately 36 IN above operating floor. Unless otherwise shown. 2. Maximum effort of 40 LBS on crank or handwheel shall operate gate after unseating gate from wedges bored upon seating head specified. 2.04 ALL GATES, VALVES, OPERATORS AND LIFTS A. Comply to requirements of Section 11005. B. Provide gates, including lift, designed with a minimum factor of safety of five. Provide rising stems on all gates. PART 3 - EXECUTION 3.01 FIELD QUALITY CONTROL City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15115-4 01 02 3.02 SCHEDULE 03 04 A. The following is a schedule of the water control gates 05 required: 06 SIZE SEAT UNSEAT TYPE 07 ' ID# TYPE WXH HD -FT HD -FT LIFT CLOSURE 08 ------- ---- ----- ---- ---- ------- 09 SDG -1 Slide 60x36 IN 5 FT 5 FT Hdwl Conv, 10 11 SDG -2 Slide 60x36 IN 5 FT 5 FT Hdwl Conv 12 13 SDG -20 Slide 72x42 IN 5 FT 5 FT Hdwl Conv 14 15 SDG -21 Slide 72x42 IN 5 FT 5 FT Hdwl Conv 16 17 SDG -22 Slide 72x42 IN 5 FT 5 FT Hdwl Conv 18 19 ABBREVIATIONS: 20 21 Hdwl - Handwheel 22 Conv - Conventional 23 Elec - Electrical 24 F.B. - Flush Bottom 25 26 END OF SECTION City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 r 15183-1 91K08 PART 1 - GENERAL 1.01 SUMMARY SECTION 15183 PIPE INSULATION A. Section Includes: 1. Insulation: a. Piping insulation. b. Valve and fitting insulation. B. Related Sections include but are not necessarily limited to: 1. Division 0'- Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 15060 Pipe,and Pipe Fittings: General Requirements. 4. Section 15100 - Valves: General Requirements. 5. Section 16620 - Relocation of and modifications to Diesel Engine Generator. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. American Society _for Testing and Materials (ASTM): a. 396, Water Vapor Transmission of Materials in Sheet Form. b. C177, Steady -State Thermal Transmission Properties by means of Guarded Not Plate. c. C355, Water Vapor Transmission of Thick Materials. d. C518, Steady -State Thermal Transmission Properties by means of the Heat Flow Meter. e. C534, Preformed Flexible Elastomeric Cellular Thermal Insulation in Sheet and Tubular Form. f.C548, Dimensional Stability of Low Temperature . Thermal Block and Pipe Insulation. g. C680, Heat Gain or Loss, and Surface Temperatures of Insulated Pipe and Equipment Systems by the use of a Computer Program. h. 01056, Flexible Cellular Sponge or Expanded Rubber. i. E84, Surface Burning Characteristics of Building Materials. 2. Armstrong Cork Company: a. Bulletin 10/77 15P Mechanical Systems Insulation, Section 3. 3. National Fire Protection Association (NFPA): a. 255, Surface Burning Characteristics of Building Materials. 4. Underwriters Laboratories, Inc (UL): a. 723, Test for Surface Burning Characteristics of City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15183-2 01 02 03 1.03 04 05 A. 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 Building Materials. SUBMITTALS Shop Drawings: I. See Section 01340. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Submit complete specification of insulation materials, adhesives, cement, together with manufacturer's recommended methods of application and coverage for coatings and adhesives. 3. Submit itemized schedule by building of proposed insulation systems showing density, thermal conductivity, thickness, adhesive, jackets and vapor barriers. 4. Certifications: a. Products will meet the requirements of the Contract Documents. 23 PART 2 - PRODUCTS 24 25 2.01 26 27 A. 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 PIPE AND FITTING INSULATION Pipe and Fitting Insulation: 1. Preformed fiberglass pipe insulation; density - 4 LBS/CF; temperature rated - 650 DegF.Average thermal conductivity not to exceed 0.22 (Btu -IN) per square foot-DegF-hour at mean temperature of 75 DegF. 2. Minimum insulation thickness: Conform to the following schedule or as shown on the Drawings: APPLICATION PIPE SIZE THICKNESS Cold Water (domestic) 3 IN and less' 3/4 IN Over 3 IN 1 IN Chemical Solution 6 IN and less 1 IN (i.e., Carbon, alum, ferric sulfate, polymer, etc.) 3. Exposed piping jackets (general applications): a. Factory applied 16 mil aluminum, field applied 16 mil aluminum or field applied factory preformed 0.028 IN thick PVC jackets fabricated from B F Goodrich PVC sheeting V-66 with proven resistance to ultraviolet degradation when temperatures do not exceed the limits of PVC. 4. Concealed piping jackets: City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 7 t 15183-3 a. All purpose -white. 5. Generator exhaust pipe insulation a. Removable insulation blanket mesh. b. Acceptable insulatio9 blanket materials: 1. High density (11 /ft ), 1200OF f1ber$lass: "TEMP -MART" or equal. 2. 8 /ft density, 1900 F ceramic fiber: Carborundum Fiber-Frax or equal. c. Wear resistent mesh will totally encapsulate the insulation blanket and fasten to the pipe with stainless steel tie wires, acceptable materials: 1. Silicon impregnated fiberglass cloth. 2. 2 mil 304 stainless steel foil. 3. Fiberglass impregnated teflon. 4. 2 mil 321 stainless steel foil. PART 3 - EXECUTION 3.01 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. General: 1. Piping below ground covered with earth will not be insulated unless otherwise shown on the Drawings. 2. Consider piping as exposed, except as otherwise indicated. 3. Consider piping above ceilings as concealed. 4. Provide release for insulation application after installation and testing is complete. Apply insulation on clean, dry surfaces after inspection. 5. Provide insulation continuous through wall, roof and ceiling openings, pipe hangers, supports and sleeves. 6. Provide insulation with vapor barrier for piping where surfaces may be cooler than surrounding air temperatures. Provide vapor barrier (0.11 perm -IN; ASTM C355) continuous and unbroken. Hangers, supports, anchors, and related items that are secured directly to cold surfaces must be adequately insulated and vapor -sealed to prevent condensation. 7. Apply specified adhesives, mastics and coatings at the manufacturer' recommended coverage per unit volume. C. Pipe and Fittings: 1. Slip insulation on pipe prior to connection. Whenever the slip-on technique is not possible provide insulation neatly slit and snapped over the pipe. 2. Fabricate and install fitting cover insulation according to manufacturer's recommendations. 3. Seal joints, slits, miter -cuts and other exposed edges of insulation with adhesive, recommended by the insulation City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15183-4 O1 manufacturer, to ensure complete vapor barrier. 01 02 02 03 D. Fittings, Valves, Unions, and Related Items:. 03 04 1. Insulate fittings, valves and flanges with premolded pipe 04 05 insulation. Insulation thickness to equal adjacent pipe 05 06 insulation jacketed with preform aluminum or PVC covers 06 _ 07 of same material and manufacturer as jacket. 07 08 08 09 E. Pipe Jackets: 09 10 1. Apply jacketing with a minimum of 1 IN overlap.. Weld 10 -- 11 longitudinal and circumferential seams with adhesives as 11 12 recommended by manufacturer. 12 13 2. Provide slip -joints every 30 FT and between fittings if 13 14 distance exceeds 8 FT. Construct slip -joints by 14 15 overlapping jacket sections 6 to 10 IN. 15 16 3. Provide premolded PVC covers of same material and 16 17 manufacturer as jacket for fittings, valves, flanges, and _ 17 18 related items in insulated piping systems. 18 19 4. Concealed piping jackets (general applications): 19 20 a. Secure longitudinal jacket laps with outward clinch 20 -� 21 staples on maximum 6 IN centers. Securely staple 21 22 both edges and laps of butt strips. 22 23 23 24 3.02 REPAIR 24 25 25 26 A. Whenever any factory applied insulation or job applied 26 27 insulation is removed or damaged, replace with the same 27 28.: quality of material and workmanship. 28 29 29 30 END OF SECTION 30 City of Lubbock, Municipal Water Treatment - Contract 3 7 7 r 21 22 1.02 QUALITY ASSURANCE 23 24 A. Referenced Standards: 25 1. American National Standards Institute (ANSI): 26 a. A112.21.1M, Floor Drains. 27 b. A112.36.2M, Cleanouts. 28 29 1.03 SUBMITTALS 30 31 A. Shop Drawings: 32 1. See Sections 11005 and 15060. 33 34 35 PART 2 - PRODUCTS 36 37 2.01 ACCEPTABLE MANUFACTURERS 38 39 A. Subject to compliance with the Contract Documents, the! 40 following Manufacturers are acceptable: 41 1. Drains: 42 a. Wade. 43 b. Josam. 44 c. Zurn. 45 d. Smith. 46 e. Or approved equal. 47 48 B. Submit requests for substitution in accordance with 49 Specification Section '01640. 50 51 2.02 MANUFACTURED UNITS 52 53 A. Drains: City of Lubbock, Municipal Water Treatment - Contract 3 15440-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 92A14 SECTION`15440` 02 03 PLUMBING FIXTURES AND EQUIPMENT 04 05 06 PART 1 - GENERAL 01 08 1.01 SUMMARY 09 10 A. Section Includes: 11 1. Plumbing fixtures, trim, and equipment. 12 13 B. Related Sections include but are not necessarily limited to: 14 1. Division 0 -Bidding Requirements, Contract Forms, and 15 Conditions of the Contract. 16 2. Division 1 - General Requirements. 17 3. Section 07900 - Joint Sealants. 18 4. Section 11005 — Equipment: General Requirements. 19 5. Section 15060 - Pipe and Pipe Fittings: General 20 Requirements. 7 r 21 22 1.02 QUALITY ASSURANCE 23 24 A. Referenced Standards: 25 1. American National Standards Institute (ANSI): 26 a. A112.21.1M, Floor Drains. 27 b. A112.36.2M, Cleanouts. 28 29 1.03 SUBMITTALS 30 31 A. Shop Drawings: 32 1. See Sections 11005 and 15060. 33 34 35 PART 2 - PRODUCTS 36 37 2.01 ACCEPTABLE MANUFACTURERS 38 39 A. Subject to compliance with the Contract Documents, the! 40 following Manufacturers are acceptable: 41 1. Drains: 42 a. Wade. 43 b. Josam. 44 c. Zurn. 45 d. Smith. 46 e. Or approved equal. 47 48 B. Submit requests for substitution in accordance with 49 Specification Section '01640. 50 51 2.02 MANUFACTURED UNITS 52 53 A. Drains: City of Lubbock, Municipal Water Treatment - Contract 3 15440-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15440-2 01 1. Floor drain: 01 02 a. Cast-iron body. 02 03 b. Bottom outlet. 03 04 c. Clamping seepage flange. 04 05 d. Seepage openings. 05 06 e. Size as shown on Drawings. 06 07 f. Type: 07 08 1) FD -2 (finished area) adjustable satin nickel 08 09 bronze strainer: Wade W-1100. 09 10 10 11, B. Traps: 11 12 1. Floor drains: 12 13 a. Same material and coating as the piping system. 13 14 b. 3 IN minimum seal. 14 15 15 16 C. Cleanouts: 16 17 1. Cleanouts: 17 18 a. Cleanouts for cast-iron pipe: 18 19 1) Tapped extra heavy cast-iron ferrule. 19 20 2) Calked into cast-iron fittings. 20 21 3) Extra heavy brass neoprene seal screw plug with 21 22 solid hexagonal nut. 22 23 b. Cleanouts up through floor shall be.made by long 23 24 sweep ells or "y" and 1/8 bends.witb`plugs and face 24 25 or deck plates to conform to architectural finish in 25 26 . room. 26 27 c. Cleanout openings on waste lines as indicated and as 27 28 required by Code. 28 29 1) Provide cleanouts of same size as pipe up to 4 `29 30 IN, and not less than 4 IN for larger pipes. 30 31 2) Close access openings for concealed cleanouts 31 32 with flush floor. 32 33 3) Provide screws which match cover plate material. 33 34 d. Cleanouts installed in floor with ceramic tile, 34 35 concrete, or Terrazzo finish: Wade W -6000 -SB. 35 36 36 37 37 38 PART 3 - EXECUTION 38 39 39 40 3.01 INSTALLATION 40 41 41 42 A. Drains: 42 43 1. Install drains at locations indicated on Drawings and in 43 44 compliance with local codes. 44 45 2. In uncovered concrete slabs: 45 46 a. Install at the low points of surface areas to be 46 47 drained or as indicated. 47 48 b. Set tops of drains flush with the finished floor. 48 49 c. Install drain flashing collar or a flange so that no 49 50 leakage occurs between the drain and the adjoining 50 51 surfaces. 51 52 d. Maintain the integrity of waterproof membranes, where 52 53 penetrated. 53 City of Lubbock, Municipal Water Treatment - Contract 3 O `" 1 02 B. Cleanouts: R„ 03 1. Install cleanouts: 04 a. As required by local code. E 05 06 3.02 FIELD QUALITY CONTROL 07 ?; 08 A. Test piping and fixtures for leaks per Section 15060. 09 10 END OF SECTION City of Lubbock, Municipal Water Treatment - Contract 3 15440-3 01 02 03 04 05 06 07 08 09 10 (THIS PAGE LEFT BLANK INTENTIONALLY) M a 01 92A14 02 03 04 05 06 PART 1 - GENERAL 07 08 1.01 SUMMARY 09 10 A. Section Includes: SECTION 15605 HVAC: EQUIPMENT 15605-1 11 1. Ventilating equipment. 12 13 B. Related Sections include but are not necessarily limited to: 14 1. Division 0 - Bidding Requirements, Contract Forms, and 15 Conditions of the Contract. 16 2. Division 1 - General Requirements. 17 3. Section 11005 - Equipment: General Requirements. 18 4. Section 15890 - HVAC: Ductwork. 19 5. Section 15970 - Instrumentation and Control For HVAC 20 Systems. 21 6. Section 15990 - HVAC Systems: Balancing and Testing. 22 7. Division 16 - Electrical. 23 24 1.02 QUALITY ASSURANCE 25 26 A. Referenced Standards: 27 1. American Gas Association (AGA). 28 2. Air Movement and Control Association (AMCA): 29 a. 210-74, Laboratory Methods of Testing Fans for Rating 30 Purposes. 31 b. AS401, Fans, Standard Classifications for 32 Spark -Resistant Construction. 33 3. Air Conditioning and Refrigeration Institute (ARI): 34 a. 410-72, Force -Circulation Air -Cooling and Air -Heating 35 Coils. 36 b. 430-74, Central Station Air Handling Units. 37 4. American Society of Heating, Refrigeration and Air 38 Conditioning Engineers (ASHRAE): 39 a. Systems Handbook, Chapter on Sound and Vibration 40 Control. 41 5. National Electrical Manufacturers Association (NEMA). 42 6. National Fire Protection Association (NFPA): 43 a. 90A, Installation of Air Conditioning and Ventilating 44 Systems. 45 7. National Roofing Contractor Association (NRCA). 46 8. Underwriters Laboratories, Inc.(UL). 47 48 B. Miscellaneous: 49 1. Gage thickness specified herein shall be Manufacturer's 50 standard gage for: steel and Brown and Sharpe gage for 51 non-ferrous metals. 52 53 1.03 SUBMITTALS City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15605-2 A. Shop Drawings: I. See Section 01340. 2. Fabrication and/or layout drawings. 3. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Wiring diagrams. d. Control diagrams. e. Manufacturer's catalog cuts and technical data. f. Corrosion -protection information. g. Fan curves. h. Sound data. i. Vibration isolation. J. Control description. k. Performance data on all equipment. PART 2 - PRODUCTS 2.01 MANUFACTURED UNITS A. Unit Heater - Electric: 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. ILG Industries, Inc. b. Brasch. c. Chromalox: d. Or approved equal. 2. Type: Horizontal 3. UL listed for non -rated areas. 4. Material: a. Cabinet: 18 GA steep: b. Heating elements: Copper -clad steel. 5. Fan motors: a. See Section 11005. b. Built-in automatic reset overload protection. 5. Dynamically balanced fan, low noise rated 7. Built-in automatic reset cutout protection. 8. Accessories: a. Mounting bracket. b. 40 to 90 DegF, 5 DegF'differential thermostat. 9. Electrical, fan motor, and airflow data as scheduled. 10. Built-in electric contactor. 11. Control transformer for 120 volt control. B. Roof -Mounted Centrifugal.Exhaust Fans: 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. Loren Cook. b. Greenheck. c. Penn Ventilator Co., Inc. City of Lubbock, Municipal Water Treatment - Contract 3 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15605-3 d. Aerovent e. Or approved equal. 2. AMCA certified. 3. Non -overloading horsepower capability. 4. Materials: a. Top cap: Spun aluminum. b. Wheel and inlet shroud: Aluminum. c. Baffle: Aluminum. d. Base: One-piece aluminum. e. Drive assembly supports: Steel. f. Drive shaft: Solid stainless steel. 5. Backward inclined blades. 6. Tapered inlet shroud. 7. Statically and dynamically balanced wheel. 8. Bearings: a. Permanently sealed, flange type, ball -bearings. b. Five -to -one load capability to actual load ratio. c. 200,000 HR average life. 9. Weathertight compartment for motor and drives. a. Separated from airstream. 10. Motor: See Section 11005. 11. Variable pitch drives or direct. 12. V -belt and drives sized for 150 -percent motor capacity. 13. Vibration isolated drive assembly. 14. Accessories: a. Prefabricated insulated aluminum roof curb. b. Bird screen. c. Provide safety disconnect switch in the hood. 15. Size and capacity as scheduled. PART 3 - EXECUTION 3.01 INSTALLATION A. Install in accordance with Section 11005. 3.02 FIELD QUALITY CONTROL A. Comply with Section 15990. END OF SECTION City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 No Text 7 II 01 02 03 04 05 06 07 08 • 09 10 11 12 13 14 15 16 17 18 ,. 19 20 21 22 23 24 25 •. 26 27 28 29 30 31 32 W& 33 34 35 36 37 38 39 40 41 42 �• 43 44 45 46 7 47 48 49 50 51 52 53 15890-1 92A14 PART 1 - GENERAL 1.01 SUMMARY SECTION 15890 HVAC: DUCTWORK A. Section Includes: 1. HVAC ductwork and accessories. B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 09905 - Painting and Protective Coatings. 4. Section 11005 - Equipment: General Requirements. 5. Section 15970 - Instrumentation and Control for HVAC Systems. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. American Architectural Manufacturer's Association (AAMA): a. 605.2, Voluntary Specification for High Performance Organic Coatings on Architectural Extrusions and Panels. 2. Air Diffusion Council (ADC): a. 1062, Test code for Grilles, Registers and Diffusers. 3. Air Movement and Control Association (AMCA): a. 210, Test Code for Air Moving Devices. b. 500, Test Method for Louvers, Dampers, and Shutters. 4. American Society of Heating, Refrigerating and Air Conditioning Engineers (ASHRAE): a. Handbook of Fundamentals, Chapter 33, Duct Design. b. 52, Method of Testing Air Conditioning Devices Used in General Ventilation for Removing Particulate Matter. c. 70, Method for Testing for Rating the Air Flow Performance of Outlets and Inlets. 5. American Society for Testing and Materials (ASTM): a. A167, Stainless and Heat -Resisting Chromium -Nickel Steel Plate, Sheet, and Strip. b. 8209, Aluminum -Alloy Sheet and Plate. c. 8221, Specification for Aluminum -Alloy Extruded Bars, Rods, Wire, Shapes, and Tubes. d. D3299, Filament Wound Glass Fiber Reinforced Thermoset Resin. 6. American Welding Society (AWS). 7. National Fire Protection Association (NFPA): a. 90A, Installation of Air Conditioning and Ventilating Systems. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52' 53 15890-2 8. National Bureau of Standards (NBS): a. Voluntary Product•Standard PS -15. 9. Sheet Metal and Air Conditioning Contractor's National Association (SMACNA)• a. Ducted Electrical Heat Guide for Air Handling Systems. b. HVAC Duct Construction Standards - Metal and Flexible. 10. Underwriters Laboratory, Inc (UL): a. Building Materials Directory. b. 555, Fire Damper and Ceiling Fire Damper. B. Qualifications: 1. Fabricator: Firms regularly engaged in the manufacture of -the specific product, of type, size required, whose products have been in use in similar service for not less than 3 years. 2. Installers: Firm with at least 5 years installation experience on products similar to that required for this Project. 1.03 DEFINITIONS A. Installer or Applicator: Installer or applicator is the person actually installing or applying the product in the field at the Project site. 1. Installer or applicator are synonymous. 1.04 SUBMITTALS A. Shop Drawings: 1. See Section 11005. B. Operation and Maintenance Manuals: I. 'See Section 01340. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: I. Automatic dampers: a. Air Balance. b. Ruskin. c. American Warming. d. Or approved equal. 2. Louvers; a. Ruskin. b. Air balance. c. American Warming. d. Or approved equal City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 . 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 4 15890-3 01 ' 01 -02 B.—Submit requests for substitution -in accordance with 02 03 Specification Section 01640. 03 04 04 05 05 2.02 COMPONENTS 06 06 07 A. Duct and Fittings (Metallic): 07 08 1. Materials: 3003 I -H-14 aluminum alloy or galvanized 08 09 steel metal - ASTM A527, A528 or A642, with general 09 10 requirements conforming to ASTM A525. 10 11 2. Fabrication: 11 12 a. Ducts with largest side or diameter to 30 IN: 0.05 12 13 IN thick. 13 14 b. Ducts with largest side or diameter greater than 30 14 15 IN: 0.08 IN thick. 15 16 c. Meet SMACNA HVAC Duct Construction Standards for 16 17 minimum of 2 IN water gauge static pressure. 17 r 18 d. Continuously weld seams on factory assembled units. 18 19 e. Transverse joints (Alternate A): 19 20 1) SMACNA T-22 companion flange. 20 21 2) Gasketed. 21 22 3) Rigidity class: 22 23 a) Ducts with largest side or diameter to 30 IN: 23 �., 24 SMACNA Class D (1-1/2 x 1-1/2 x 1/8 IN 24 25 angles). 25 ` 26 b) Ducts with largest side or diameter greater 26 27 than 30 to 54 IN: SMACNA Class H (2-1/2 x 27 28 2-1/2 x 3/16 IN angles). 28 29 f. Transverse joints (Alternate B): 29 30 1) Materials and fabrication: 30 31 a) Angles: Aluminum. 31 32 b) Corners: Aluminum. 32 33 c) Snap or drive cleats: Aluminum or stainless 33 34 steel. 34 PM 35 d) Gaskets: Closed cell neoprene. 35 36 e) Bolts: Stainless steel. 36 37 f) Sheet metal screws: Self -drilling stainless 37 r" 38 steel with unthreaded section under head. 38 39 2) Fabrication: 39 40 a) Rigidity class: SMACNA Class H. 40 41 b) 3/8 IN DIA x 1 IN bolts. 41 42 3) Minimum four per joint. 42 43 a) Use 0.040 IN roll formed angles with integral 43 44 seal. 44 45 b) 0.10 IN corners. 45 46 46 47 B. Louvers: 47 48 1. Stormproof. 48 49 2. continuous blade appearance. 49 50 3. ASTM B221 extruded aluminum, alloy 6063T5, minimum 0.081 50 r 51 52 IN thick. 4. Minimum free area: As scheduled. 51 52 53 5. Maximum pressure drop: 0.10 IN of water at 900 fpm at 53 City of Lubbock, Municipal Water Treatment - Contract 3 20 PART 3 - EXECUTION 21 22 3.01 INSTALLATION 23 24 A. See Section 11005. 25 26 B. Metal Ductwork: 27 28 15890-4 Install with longitudinal seams sealed for zero leakage. 01 zero water penetration. a. Welded seams may be used upon acceptance of welded 02 6. Bird screen: seam samples by Engineer. 03 a. 1/2 IN SQ mesh. Install gaskets at each transverse joint and fasten 04 b. 16 GA aluminum. sections together with bolts. 05 c. Install in standard, folded frame. 06 07 7. Anchors, fasteners, reinforcing: Aluminum or stainless steel. with SMACNA HVAC Duct Construction Standards. 08 8. Finish: Install turning vanes in square elbows. Q9 a. Clear anodized finish.` a. Unsupported vane length not to exceed 48 IN. 10 b. Position vanes at properangle' to meet specified 11 2.03 MAINTENANCE MATERIALS pressure drop. 12 5. Install flexible connections at fans. 13 A. Extra Materials: a. Locate as close as possible to fan. 14 1. Furnish Owner with the following extra materials: 15 16 a. Twelve complete filter media changes for each filter 43 44 unit. c. Install thrust restraints across connectors. 17 18 b. Filter media used during construction is in addition to this requirement. 1. 19 48 D. Extended Air Filters: 20 PART 3 - EXECUTION 21 22 3.01 INSTALLATION 23 24 A. See Section 11005. 25 26 B. Metal Ductwork: 27 28 1. Install with longitudinal seams sealed for zero leakage. 29 a. Welded seams may be used upon acceptance of welded seam samples by Engineer. 30 2. Install gaskets at each transverse joint and fasten 31 sections together with bolts. 32 a. Tighten for zero leakage. 33 34 3. Install supports and hangers with anchors in accordance with SMACNA HVAC Duct Construction Standards. 35 4. Install turning vanes in square elbows. 36 a. Unsupported vane length not to exceed 48 IN. 37 38 b. Position vanes at properangle' to meet specified pressure drop. 39 5. Install flexible connections at fans. 40 a. Locate as close as possible to fan. 41 b. Allow 1 IN of slack to prevent vibration 42 transmission. 43 44 c. Install thrust restraints across connectors. 45 C. Dampers; 46 47 1. Install where indicated on Drawings of sizes shown. 48 D. Extended Air Filters: 49 1. Install on all building intake ventillation'damper/ 50 louvers. Filters equal to AM -AIR #300X extended surface 51 air filter by American Air Filter. 52 53 END OF SECTION City of Lubbock,'Municipal Water Treatment - Contract 3 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 r 27 1.02 QUALITY ASSURANCE 01 91KOS SECTION 15970' ' 02 03 A. INSTRUMENTATION AND CONTROL FOR HVAC SYSTEMS "" 04 05 B. Referenced Standards: 06 PART 1 - GENERAL 7 Q7 a. S5.1, Instrumentation Symbols and Identification. r 08 1.01 SUMMARY 09 2. Scientific Apparatus Makers Association (SAMA): 10 A. Section Includes: 11 1. Heating control. r 12 2. Ventilation control. 13 C. 3. Miscellaneous. 14 15 B. Related Sections include but are not necessarily limited to: 16 1. Division 0 - Bidding Requirements, Contract Forms, and r. 17 Conditions of the Contract. 18 2. Division 1 - General Requirements. r 19 3. Section 10400 -Identification, Stenciling, and Tagging 20 Systems. 21 4. Section 15010 - Mechanical: General Requirements. 22 5. Section 15605 - Heating, Ventilating, and Cooling 23 Equipment. PM 24 6. Section 15890 - HVAC: Ductwork. 25 1.03 7. Division 16 - Electrical. 26 15970-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 " 51 52 " 53 27 1.02 QUALITY ASSURANCE 28 ' 29 A. See Section 11005. 30 31 B. Referenced Standards: 32 1. Instrument Society of America (ISA): 33 a. S5.1, Instrumentation Symbols and Identification. r 34 b. S5.4, Standard Instrument Loop Diagrams. 35 2. Scientific Apparatus Makers Association (SAMA): 36 a. PM C20.1, Process Measurement and Control 37 Terminology. r 38 39 C. Miscellaneous: 40 1. Controls to be in compliance with Section 16010 for NEMA 41 and NEC enclosure class requirements unless noted or 42 specified otherwise. 43 2. Unless specifically noted otherwise, components of r 44 systems shall be industrial duty suitable for moist, 45 corrosive environments. 46 3. Express control device performance requirements in 47 terminology in accordance with SAMA PM C20.1. Process 48 measurement and control terminology. 49 50 1.03 SYSTEM DESCRIPTION 51 I 52 A. Work shall be provided as an integrated operating system. 53 City of Lubbock, Municipal Water Treatment - Contract 3 r 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 " 51 52 " 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15970-2 B. Provide a complete system of automatic temperature control, thermostats, relays, valves, damper operators and other associated controls and appurtenances required to maintain minimum conditions described in detail herein and on Drawings, together with thermometers, gages and other accessory equipment. 1. Assemble control system with complete system of wiring and air piping to fulfill requirements of the Contract Documents. C. Install system using competent mechanics under direct supervision of control manufacturer. D. Controls, as set out in "Sequence of Operations," are designed to illustrate operating functions only. 1. Control sequence shall be considered supplementary to. sequence of operation. 2. These minimum specified items, and any additional controls, not indicated but required to meet performance as outlined in the Contract Documents, shall be furnished and installed at no additional cost to Owner to make a complete system. E. Sequence of Operation - General: 1. Sequence of operations indicated illustrates basic operating functions only. Contractor shall review Drawings and submit complete installation data, including minor details, to provide proper operation in his proposal. Where an item differs from specifications,: control manufacturer shall submit manufacturer's recommendations subject to Engineer's approval. See Drawings for sequences of operation. 1.04 SUBMITTALS A. See Section 01340. B. Shop Drawings: 1. Wiring diagrams showing point to point termination with auxiliary interlocks for each item in each control loop. C. Quality Control Submittals: 1. Secure from equipment manufacturers, detailed and complete control and power wiring diagrams, word descriptions of controls provided as part of the HVAC equipment or equipment interfaced or interlocked thereto, and submit with equipment manufacturer's submittals. a. Provide the above information to control manufacturer. D. Operation and Maintenance Data: 1. See Section 01340. , City of Lubbock, Municipal Water'Treatment --Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 7 15970-3 PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Manufacturer's catalog numbers hereinafter are for reference to type, style, dimension, related items and to establish a standard of quality. Reference to a manufacturer's number hereinafter does not imply full compliance to these Specifications. 2. Instrumentation and control systems: a. Honeywell. b. Johnson Control Co. B. Submit requests for substitution in accordance with Specification Section 01640. 2.02 EQUIPMENT A. Dampers: 1. Refer to Section 15890. B. Damper Operators: 1. Provide operators'of proper site and number to secure true throttling or two -position action as required. 2. Furnish damper operators for installation inside ductwork and attached to frame of damper, or installed outside ductwork and connected to extended shaft'as required. 3. Provide operators for outside air, spring-loaded with sufficient power to assure tight closing of dampers on fan shutdown or in the fail safe position indicated by "Sequence of Controls." 4. Provide electric operators with fully immersed in oil gear train, in closed cast aluminum housing. a. Provide damper operators with integral spring return motor springs to make controls fail safe in position specified under "Sequence of Controls." b. Provide end switches permitting simultaneous operation or interlocking with other equipment. 5. Ensure coordination to provide for the installation of tight closing dampers low leakage type (6 cmf per square foot at 4 IN WC pressure across damper) with compatible dampers, damper operators and related controls. C. Electric Control Instruments: 1. Provide stainless steel sensing elements type thermostats with liquid filled, compensated thermal systems so that equally spaced dial graduations are possible over entire range. a. Make thermal systems field detachable with averaging or plain bulbs as installation conditions dictate. City of Lubbock,, Municipal Water Treatment - Contract 3 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15970-4 01 b. Provide sensing elements minimum of 60 IN in length 02 and suitable for operation from -30 to 300 DegF. 03 c. Provide multiple stage thermostats where designated 04 in sequence of operation. 05 2. Provide transformers for supplying current to control 06 equipment operating at lessthan120 V and where required 07 by manufacturer's automatic control system design capable 08 of supplying 125 percent of energy requirements of 09 equipment connected for not less than 1 HR. 10 a. Provide in full compliance with Division 16 11 Specifications. 12 3. Provide each thermostat with an accurate red -reading 13 thermometer sensing temperature outside of enclosure. 14 15 16 2.03 FABRICATION 17 18 A. Protect metal parts of controls, instrumentation and related 19 items from corrosive atmosphere by either protective coatings 20 or select materials. 21 1. Aluminum and stainless steel require no further 22 protection. 23 24 B. Provide NEMA 4X fiberglass control enclosures with tempered 25 glass windows and vapor tight gaskets, illustrated in Hoffman 26 Bulletin A-50 or approved equal, for protection of controls 27 from corrosive environment. 28 1. Install control instruments inside enclosure and extend 29 remote stainless steel sensing elements through enclosure 30 wall. 31 2. Provide vaportight seals for penetrations of enclosure. 32 33 C. Provide in each enclosure industrial corrosion inhibitors, 34 Hoffman Corrosion Inhibitors, as illustrated in Hoffman's 35 technical Bulletin HCI or approved equal. 36 37 D. Protect metal accessory items such as mounting brackets and 38 fasteners not stainless steel, fiberglass or aluminum by 39 epoxy ,or phenolic coatings. 40 41 E. Protect electric motor operator with corrosion inhibitors 42 inside enclosure. 43 44 45 PART 3 - EXECUTION 46 47 3.01 INSTALLATION 48 49 A. Comply -with requirements of Section 16120. 50 51 B. Identification: See Section 10400. 52 53 C. Connect control devices to'perform functions indicated and City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 05 06 07 08 09 10 11 12 perform in required sequence. D: In general, locate thermostats for room control immediately inside door, above light switch, unless shown otherwise. 1. Where light switch is in an entryway to room, locate thermostat on wall within room so it is capable of sensing true space conditions. 2. Prior to installation, coordinate thermostat location with Engineer. END OF SECTION City of Lubbock, Municipal Water Treatment - Contract 3 15970-5 01 02 03 04 05 06 07 08 09 10 11 12 No Text 15990-1 91F13 SECTION 15990 HVAC SYSTEMS: BALANCING AND TESTING PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Adjusting, balancing, and testing of all heating and ventilating systems. B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 15605 - HVAC: Equipment. 4. Section 15890 - HVAC: Ductwork. 5. Section 15970 - Instrumentation and Control for HVAC Systems. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. Associated Air Balance Council (AABC): a. National Standard for Total System Balance, Fourth Edition, 1982. 2. American Society of Heating, Refrigerating and Air Conditioning Engineers (ASHRAE): a. ASHRAE Handbook, Systems, chapter entitled "Testing, Adjusting, and Balancing." b. ASHRAE Handbook, Applications, chapter entitled "Laboratories." 3. National Environmental Balancing Bureau (NEBB): a. Procedural Standards for Testing Adjusting Balancing of Environmental Systems. 4. Sheet Metal and Air Conditioning Contractors National Association, Inc (SMACNA): a. HVAC Systems, Testing, Adjusting and Balancing. B. Qualifications: 1. Work of this Section to be accomplished by an independent testing and balancing firm certified by one of the following: a. Associated Air Balance Council (AABC). b. National Air Balance Bureau (NABB). c. Other certification entity approved by Engineer. 1.03 SUBMITTALS A. Shop Drawings: 1. See Section 01340. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15990=2 01 2. Certifications: 02 a. Letter stating the name and qualifications of the 03 firm proposed. 04 b. Evidence that relevant subcontractors have been 05 notified of the requirement to coordinate balance and 06 test elements in the work with the testing and 07 balancing firm. 08 3. Test reports: 09 a. Procedures and forms to be used in calibrating of 10 test instruments, balancing systems, and recording 11 and reporting test data. 12 b. Completed test reports and data forms upon completion 13 of installation, balance and testing of HVAC systems. 14 1) Insert recorded information on report forms 15 required by specifications and approved for use 16 on project. 17 2) Additional written verification and other related 18 information clearly identifying project, date and 19 specifics of verification: 20 3) Utilize report forms similar to those shown in 21 Section V of AABC Standard. 22 4) Provide forms typed and signed by the testing and 23 balancing firm. 24 25 B. Operation and Maintenance Manuals: 26 1. See Section 01340. 27 28 29 PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) 30 31 32 PART 3 - EXECUTION 33 34 3.01 PREPARATION 35 36 A. Secure 'approved shop drawings of all HVAC equipment. 37 38 B. Procedures and Forms: 39 1. Submit procedures and forms to be used in calibration of 40 test instruments, balancing systems, and recording and 41 reporting test data. 42 2. Obtain approval before beginning balancing and testing. 43 44 C. Do not begin balancing and testing until HVAC systems are 45 complete and in full .working order. 46 1. Place HVAC systems into full operation and continue their 47 operation during each working day of balancing and, 48 testing. 49 50 D. Provide qualified heating and ventilating Engineer(s) to 51 supervise and perform balancing and testing. 52 53 E. Review design Drawings, Specifications, approved shop City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 15990-3 drawings and other related items to become thoroughly acquainted with the design of HVAC systems. F. Check all installed systems against Contract Drawings, Specifications and shop drawings to see that system is installed as required. 1. Report deficiencies to the Engineer. 2. Report deficiencies to Contractor for remedial action including providing corrective measures required in the function of any part of system to complete balancing. G. Make necessary adjustments as required to balance the systems. 3.02 FIELD QUALITY CONTROL A. Balance and Test Air Systems: 1. Adjust equipment RPM to design requirements. 2. Report motor full load amperes. 3. Obtain des.ign CFM at fans. Make pilot tube traverse of main supply and exhaust ducts within 5 percent. 4. Test and record system static pressures, suction and discharge. 5. Obtain design CFM for recirculated air. 6. Obtain design CFM outside air. 7. Test and record entering air temperatures., (DB, heating and cooling). 8. Test and record leaving air temperatures., (DB, heating and cooling). 9. Test and record leaving air temperatures., (WB, cooling). 10. Adjust dampers in supply, exhaust and return air ducts to design CFM. 11. Identify and list size, type and manufacturer of diffusers, grilles, registers, and HVAC equipment. a. Use manufacturer's ratings on equipment to make required calculations. 12. Adjust and assure that the operation of automatically operated dampers are as specified. Check and calibrate controls. 13. Prepare and submit reports. END OF SECTION City of Lubbock, Municipal Water Treatment - Contract 3 O1 02 03 04 05 06 O7 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 No Text ELECTRICAL 16 (THIS PAGE LEFT BLANK INTENTIONALLY) 16010-1 91G10 SECTION 16010 01 02 ELECTRICAL: GENERAL REQUIREMENTS 03 04 05 PART 1 - GENERAL - 06 07 1.01 SUMMARY 08 09 A. Section Includes: 10 1. All electrical work as indicated or specified in the 11 Contract Documents. 12 13 B. Related Sections include but are not necessarily limited to: 14 1. Section 02221 - Trenching, Backfilling and Compacting for 15 Utilities. 16 2. Section 09905 - Painting and Protective Coatings. 17 3. Section 10400 - Identification, Stencilling, and Tagging 18 Systems. 19 4. Section 11005 - Equipment: General Requirements. 20 5. Division 16'- Electrical. 21 22 C. Drawings Use and Interpretation: 23 1. Drawings are diagrammatic and indicate general 24 arrangement of systems and equipment, except when 25 specifically dimensioned or detailed. 26 2. For exact locations of building elements, refer to 27 dimensioned architectural/structural drawings. 28 3. Field measurements take precedence over dimensioned 29 drawings. 30 4. Intention is to show size, capacity, approximate 31 location, direction and general relationship of one work 32 phase to another, but not exact detail or arrangement. 33 34 D. Installation of all systems and equipment is subject to 35 clarification as indicated in reviewed shop drawings and 36 field coordination drawings. 37 38 E. Dimensions indicated anywhere are limiting dimensions. 39 40 F. Do not use equipment exceeding dimensions indicated or 41 equipment or arrangements that reduce required clearances or 42 exceed specified maximum dimensions. 43 44 G. Make arrangements for and pay for necessary permits, 45 licenses, and inspections. - 46 47 1.02 CLASSIFIED AREAS 48 49 A. As a minimum, outdoor areas are classified as wet. Certain 50 other indoor and outdoor areas are classified wet and/or 51 corrosive on the electrical drawings. In such areas, 52 ensure enclosures, devices, wiring system and installation 53 City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 16010-2 details comply with the classified area requirements as defined by NEC, NEMA, and any state,'local, or federal codes. 1.03 QUALITY ASSURANCE A. Referenced Standards: I. American Society for Testing and Materials (ASTM): a. A36, Specification for Structural Steel. 2. American National Standard Institute (ANSI). 3. ETL Testing Laboratories, Inc (ETL). 4. Factory Mutual System (FM) requirements. 5. Insulated Cable Engineers Association (ICEA). 6. National Electrical Manufacturers Association (NEMA). 7. Applicable NFPA codes. S. National Electrical Code (NEC), 1990 Edition. 9. Occupational Safety and Health Act (OSHA). 10. Underwriters Laboratories, Inc (UL). B. In case of conflict or disagreement between codes, standards, laws, ordinances, rules, regulations, drawings and specifications, or within either document itself, the more stringent condition shall govern. 1.04 SYSTEM DESCRIPTION A. Furnish and install all materials to provide functioning systems in compliance with performance requirements specified, and any modifications resulting from reviewed shop drawings and field coordinated drawings. 1.05 SUBMITTALS A. Shop Drawings: 1. See Sections 01340 and 11005. 2. Submit shop drawings prior totpurchase or fabrication of equipment. See, individual Division 16 sections for specific requirements. 3. Prior to submittals of shop drawings, coordinate electrical equipment, particularly motor control equipment, control'panels, and instrumentation, with all applicable equipment and systems of individual- sections of the contract specification. 4. Submittals shall be made in the following combinations. a. Conduits, ductbank details, wire and cable, wiring devices,-boxes,:fittings, and grounding. b. Major electrical equipment such as motor control centers and control equipment, safety switches, dry -type (specialty) transformers, panelboards, power, factor correction capacitors, and switchboards. c. Lamps, interior lighting, exterior building lighting, and site lighting. d. Specialty systems such as intercom, security, and fire alarm. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 16010-3 City of Lubbock, Municipal Water Treatment - Contract 3 5. Product technical data 'to include: 01 02 a. Ratings and dimensions on each unit. b. Manufacturer's technical information on each product 03 used. 04 6. Ensure that all submittals clearly indicate the equipment 05 is UL or ETL listed or is constructed utilizing UL or ETL 06 listed or UL recognized components. Where a UL standard 07 has not been established clearly identify that no UL 08 standard exists for that equipment. 09 10 B. Operation and Maintenance Manuals: 11 1. See Section 01340. 12 13 1.06 DELIVERY, STORAGE, AND HANDLING 14 15 A. Provide covering and shielding for all equipment to protect 16 from damage. 17 18 B. Ensure that equipment is not used as steps, ladders, 19 scaffolds, platforms, or for storage -either inside or on top 20 of enclosures. 21 22 C. Protect nameplates on motors and similar equipment to prevent 23 defacing. 24 25 D. Repair, restore or replace damaged, corroded and rejected 26 items at no additional cost to the Owner. 27 28 E. See Section 01600. 29 30 31 PART 2 - PRODUCTS 32 . 33 2.01 ACCEPTABLE MANUFACTURERS 34 35 A. Refer to related Division 16 Sections. 36 37 2.02 MATERIALS 38 39 A. Use electrical materials approved by UL or ETL and bearing UL 40 or ETL label, where listing has been established for 41 materials or devices in,question. 42 1. Manufactured items and fabricated assemblies of 43 electrically operating equipment: UL or ETL approved or 44 UL recognized devices. 45 46 B. Structural Steel Supports: 47 1. Galvanized steel: ASTM A36. 48 2. Stainless steel: Type 316. 49 50 2.03 FABRICATION 51 52 A. Shop or Factory Finishes: 53 City of Lubbock, Municipal Water Treatment - Contract 3 16010-4 01 1.. See Section 11005. 01 02 03 02 04 PART 3 - EXECUTION 03 04 05 05 06 3.01 INSTALLATION 06 0707 08 - A. When changes in location of any work are required, obtain 08 09 approval of Engineer before making change. 09 10 10 11 B. Do not change indicated sizes without written approval of 11 12 Engineer. - 11 13 13 14 C. Provide all necessary offsets andcrossovers in conduits, 14 15 whether indicated or not. 15 16 16 17 D. Install all conduits exposed, except in offices and other 17 18 areas with stud walls. Run exposed conduits adjacent to and 18 19 parallel to walls and ceilings and vertically plumb, unless 19 20 otherwise indicated. Conduits may be buried in, or under, 20 21 floor slabs with the approval of the Engineer, or when so 21 22 indicated on the drawings. 22 23 23 24 E. Perform excavation and backfill in accordance with Section 24 25 02221. 25 26 26 27 F. Provide all necessary anchoring devices and supports. 27 28 1. Use structural supports suitable for equipment, or as 28 29 indicated. 29 30 2. Check loadings and dimensions of equipment with shop 30 31 drawings. 31 32 3. Do not cut or weld to building structural members. 32 33 4. Do not mount safety switches and external equipment to 33 34 enclosures of HVAC equipment, unless enclosure mounting 34 35 wall is properly braced to accept mounting of external 35 36 equipment. 36 37 37 38 G. Verify that equipment will fit support layouts indicated. 38 39 39 40 H. Arrange for necessary openings to allow for admittance of 40 41 equipment. 41 ". 42 1. Where equipment cannot be installed as structure is being 42 43 erected, provide and arrange for building -in of boxes, 43 44 sleeves or other devices to allow later installation. 44 45 45 46 I. Install equipment to permit easy access for normal 46 47 maintenance. 47 48 48 49 J. Provide identification of electrical equipment, conduits, and 49 50 circuits in accordance with Section 10400. 50 51 51 52 K. Provide electrical hazard warning signs in accordance with 52 53 Section 10400. 53 City of Lubbock,.Municipal Water Treatment - Contract 3 , 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 16010-5 of 02 L. Provide concrete foundations or pads required for electrical 03 equipment, as indicated. 04 05 M. Field paint in accordance with Section 09905. 06 .• 07 N. Device Mounting Schedule: 08 1. Dimensions are to center of item unless otherwise ' 09 indicated. 10 2. Mounting heights as indicated below: 11 a. Switch: 48 IN. 12 b. Receptacle in offices & other finished areas: 18 IN. 13 c. Receptacle in all other locations: 48 IN. 14 d. Telephone outlet for desk mounted phone: 18 IN. 15 e. Bracket light above lavatory: 78 IN. 16 f. Safety switch: 54 IN. 17 18 g. Panelboard (to top): 72 IN. h. Motor starter: 54 IN. 19 i. Pushbutton motor control station: 48 IN. 20 21 0. Install all equipment level and plumb. Separate sheet metal G 22 boxes and raceways, equipment enclosures, and similar items 23 mounted on water- or earth -bearing walls from the wall not !^ 24 less than 1/4 IN by corrosion -resistant spacers. 25 26 P. Permanently seal all outdoor equipment such as motor control 27 centers, switchgear, unit substations, etc., at the base with 28 concrete grout. Openings into equipment shall be screened or 29 sealed to prevent the entrance of rodents and insects the 30 size of wasps. Small cracks and openings shall be sealed 31 from inside with silicone sealant. 32 33 3.02 FIELD QUALITY CONTROL 34 35 A. Test equipment and systems unless otherwise recommended by 36 manufacturer. Verify all components are operational. 37 38 B. Perform ground fault equipment testing as required by NEC. 39 40 C. Replace equipment and systems found inoperative or defective j 41 and re -test. l 42 1. If equipment or system fails re -test, replace it with 43 products which conform with Contract Documents. 44 2. Continue remedial measures and re -tests until 45 satisfactory results are obtained. 46 3. Remedial measures and re -tests will be done at no cost to 47 the Owner. r 48 49 3.03 ADJUSTING 50 51 A. Adjust all installed equipment for proper operation. 52 53 3.04 CLEANING r City of Lubbock, Municipal Water Treatment - Contract 3 r- 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 16010-6 01 02 A. See Section 01710. 01 — 02 03 04 B. Inspect all equipment and put in good working order. 03 04 — 05 06 C. Clean all exposed and concealed surfaces. 05 06 07 08 D. Thoroughly vacuum the interior of all enclosures to remove 07 08 — 09 dirt and debris. 09 10 10 11 3.05 DEMONSTRATION 11 12 12 13 A. Demonstrate equipment in accordance with Section 01650. 13 14 14 15 15 16 ENO OF SECTION 16 City of Lubbock, Municipal water Treatment - Contract,3 w r 01 91GIO SECTION 16111 01 02 02 03 CONDUIT, CONDUIT FITTINGS, CONDUIT SUPPORTS, AND WIREWAY 03 04 04 05 05 06 PART 1 - GENERAL 06 07 �^ 07 08 1.01 SUMMARY 08 09 09 10 A. Section Includes: 10 11 1. Conduits, conduit fittings, conduit supports, and 11 12 wireway. 12 13 13 14 B. Related Sections include but are not necessarily limited to: 14 15 1. Section 09905 - Painting and Protective Coatings. 15 16 2. Section 16010 - Electrical: General Requirements. 16 17 3. Section 16115 - Underground Conduit, Ducts, and Manholes. 17 18 4. Section 16130 - Outlet, Pull, and Junction Boxes. 18 r- 19 5. Section 16450 - Grounding. 19 20 -20 21 1.02 QUALITY ASSURANCE 21 7 22 22 23 A. Referenced Standards: 23 24 1. American National Standards Institute (ANSI): 24 25 a. C80.1, Rigid Steel Conduit - Zinc -Coated. 25 26 2. American Society for Testing and Materials (ASTM): 26 27 a. A36, Standard Specification for Structural Steel. 27 28 b. A153, Zinc Coating (Hot -Dip) on Iron and Steel 28 29 Hardware. 29 30 c. A307, Carbon Steel Externally Threaded Standard 30 31 Fasteners. 31 32 d. A563. Standard Specification for Carbon Steel Nuts. 32 k 33 e. A569, Steel Carbon, Hot -Rolled Sheet and Strip, 33 34 Commercial Quality. 34 35 f. A570, Hot -Rolled Sheet and Strip, Structural Quality. 35 36 g. A575, Merchant Quality Not -Rolled Carbon Steel Bars. 36 37 h. A635, Standard Specification for Steel, Sheet and 37 r 7 38 Strip, Heavy -Thickness Coils, Carbon, Hot -Rolled. 38 39 i. D1784, PVC Extrusion Compound Cell Classification 39 40 Testing.71 40 41 J. D1788, Standard Specification for Rigid 41 42 42 Acrylonitrile -Butadiene -Styrene (ABS) Plastics. 43 k. D2564, Solvent Cements for (PVC) Plastic Pipe, 43 44 45 Tubing, and Fittings. 1. F512, Standard Specification for Smooth -Wall 44 45 46 Poly(Vinyl Chloride) (PVC) Conduit and Fittings for 46 47 Underground Installation. 47 48 3. ETL Testing Laboratories, Inc (ETL). 48 494. National Electric Manufacturers Association (NEMA): 49 50 a. MG -1, Motors and Generators. 50 r- 51 b. RN -1, Polyvinyl -Chloride (PVC) Externally Coated 51 52 Galvanized Rigid Steel Conduit and Intermediate Metal 52 4 53 Conduit. 53 City of Lubbock, Municipal Water Treatment - Contract 3 r 16111-2 01 02 C. TC -2, Electrical Plastic Tubing (EPT) and Conduit 01 03 (EPC -40 and EPC -80) 02 04' d. TC -6, PVC`and ABS Plastic Utilities Duct for 03 Underground Installation. 04 05 06 5. National Fire Protection Association (NFPA): 05 07 a. National Electric Code (NEC). 05 6. Underwriters Laboratories Inc (UL): 07 OS 09 a. 1, Flexible Metal Conduit. 08 10 b. 6, Rigid Metal Conduit. 09 11 c. 209, Cellular Metal Floor Raceways and Fittings. 10 12 d. 360, Liquid -Tight Flexible Steel Conduit. 11 13 e. 467, Grounding and Bonding Equipment. 12 14 f. 514, Nonmetallic Outlet Boxes, Flush -Device Boxes, 13 15 and Covers. 14 16 g. 651; Schedule 40 and 80 Rigid PVC Conduit. 15 17 h. 870, Wireways, Auxiliary Gutters, and Associated 16 18 Fittings. 17 19 i. 884, Underfloor Raceways and Fittings. 18 20 j. 886, Outlet Boxes and Fittings for Use in Hazardous 19 (Classified) Locations. 20 21 k. 1242, Intermediate Metal Conduit. 21 22 23 1.03 SUBMITTALS 22 24 23 25 A. Shop Drawings: 24 26 1. Refer to Section 16010. 25 27 28 2. Product technical data including.but`not limited to: 26 29 a. Manufacturer's technical information on products to be 28 30 31 used. b. Acknowledgement that products submitted meet the 29 30 32 requirements of the standards referenced. 31 33 c. Acknowledgement,that products submitted are UL or ETL 'listing 32 34 listed or that no UL has been established for that product. 33 35 36 'd. When general data sheets,constitute part of the 34 35 37 submittal,` specifically identify the products to be 36 38 used on this Project. 3 7 39 1.04 DELIVERY, STORAGE, AND HANDLING' 38 39 40 41 A. Rigid, Non -Metallic Conduit and°Fittings: _ 40 42 43 1. Store not exposed to sunlight or other UV rays. 42 44 43 45 PART 2 - PRODUCTS 44 46 45 47 2.01 ACCEPTABLE MANUFACTURERS 46 47 48 49 50 A. The manufacturers listed in Articles 2.02 through 2.13 are 49 51 acceptable subject to compliance with the Contract Documents. 50 52 2.02 GALVANIZED RIGID STEEL CONDUIT (GRS) 51 52 53 53 City of Lubbock, Municipal`Water Treatment - Contract 3 r - 16111-3 O1 A. Acceptable Manufacturers:` 02 1. Allied Tube and Conduit Corp. 03 2. Triangle PWC Inc. 04 3. Western Tube and Conduit Corp. 05 4. Wheatland Tube Co. 06 07 B. Mild steel with continuous welded seam. 08 09 C. Metallic zinc applied by hot -dip galvanizing or 10 electro -galvanizing. 11 1. Threads: Galvanized after cutting. 12 13 D. Internal Coating: Baked lacquer, varnish or enamel for a 14 smooth surface. 15 16 E. Standard: ANSI C80.1. 17 18 2.03 PVC -COATED RIGID STEEL CONDUIT (PVC-GRS) 19 20 A. Acceptable Manufacturers: 21 1. Occidental Coating Co. 22 2. Protective Coating Division Triangle PWC Inc. 23 3. Rob -Roy Ind. 24 25 B. Acceptable Manufacturers of PVC Coating Repair Kits: 26 1. Occidental Coating Co. 27 2. Protective Coating Division Triangle PWC Inc. - 28 3. Rob -Roy Ind. 29 4. Raychem "GelTek" tape. 30 31 C. Nominal 40 mil polyvinyl chloride exterior coating. 32 1. Coating: Bonded to hot -dipped galvanized rigid steel 33 conduit conforming to ANSI C80.1. 34 2. The bond between the PVC coating and the conduit surface: 35 Greater than the tensile strength of the coating. 36 37 D. Nominal 3 mil, minimum, phenolic interior coating. 38 39 E. Conduit: Epoxy prime coated prior to application of PVC and 40 phenolic coatings. 41' 42 F. Female Ends: Have a plastic sleeve extending a nominal 2 IN 43 44 beyond the opening. 1. Inside diameter of the sleeve: The same as the outside 45 diameter of the conduit to be used with it. 46 47 G. Standards: 48 1. ANSI C80.1. 49 2. NEMA RN -1. 501 2.04 INTERMEDIATE METAL CONDUIT (IMC 52 53 A. Acceptable Manufacturers: City of Lubbock, Municipal Water Treatment - Contract 3 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 1. Allied Tube and Conduit Corp. 01 02 2. Republic Steel Corp. - 02 03 3. Triangle PWC Inca 03 04 4. Western Tube and Conduit Corp. 04 05 5. Wheatland Tube Co. 05 06 07 B. Mild steel with continuous welded seam. 06 07 08 09 C. Metallic zinc a lied b hot -di PP Y p galvanizing or 08 � 09 10 electro -galvanizing. 10 11 1. Threads shall be galvanized after cutting. 11 12 13 D. Internal Coating: Baked lacquer, varnish or enamel for a' 12 13 14 smooth surface. 14 15 16 E. Standard: UL 1242. 15 16 17 18 2.05 RIGID NON-METALLIC CONDUIT 17 18 19 20 A. Acceptable Manufacturers: 19 20 21 1. Poly -vinyl chloride (PVC) conduit: 21 22 a. Carlon. 22 23 b. Certainteed Corp. 23 24 c. Highland Plastics Inc. 24 25 d. Western Plastics Corp. 25 26 27 B. Schedules 40 and 80: 26 21 28 1. Polyvinyl -chloride (PVC) plastic compound which meets, as 28 29 a minimum, ASTM D1784 cell classification 'PVC 12233-A, B, 29 30 or C. 30 31 2. Rated for direct sunlight exposure. 31 32 3. Fire retardant and low smoke emission. 32 33 4. Standards: 33 34 a. NEMA TC -2., 34 35 b. ANSI/UL 651. 35 36 37 2.06 PVC -COATED FLEXIBLE GALVANIZED STEEL '(LIQUID -TIGHT) CONDUIT 36 37 38 (FLEX -LT) 38 39 40 A. Acceptable Manufacturers: 39 40 41 1. Anaconda Metal Hose Division. 41 42 2. Carol Cable Co. 42 43 3. Electri-Flex Co. 43 44 4. International Metal Hose Co. 44 45 5. OZ Gedney. 45 46 47 B. Core formed of continuous, spiral wound, hot -dip galvanized 46 47 48 steel strip with successive convolutions securely 48 49 interlocked. 49 50 51 C. Extruded PVC outer jacket positively locked to the steel 50 51 52 core. 52 53 53 City of Lubbock, Municipal Water Treatment - Contract 3 16111-5 D. Liquid and vaportight. E. Standard: UL 360. 2.07 WIREWAY A. Acceptable Manufacturers: 1. Crouse -Hinds. 2. E.M.Wiegmann and Co. Inc. 3. Hoffman Engineering Co. B. Enclosure: Minimum wall thickness of 0.040 IN. C. Furnished without knockouts. D. Designed for continuous grounding. E. Suitable for lay -in conductors. F. Not smaller than 4 by 4 IN unless otherwise indicated on the Contract Drawings. G. Covers: 1. When passing through partitions: a. Solid and non -removable. 2. Accessible: Solid, hinged, with captive screw fasteners. H. General Purpose (NEMA 1) Wireway: 1. Steel, finished with rust inhibiting phosphatizing coating and gray baked enamel finish on interior and exterior surfaces. 2. Standards: a. UL 870. b. NEMA 1. I. Dusttight (NEMA 12) Wireway: 1. Steel, finished with rust inhibiting phosphatizing coating and gray baked enamel finish on interior and exterior surfaces. 2. Cover: Fully gasketed and provided with captive clamp type latches. 3. Standards: a. UL 870. b. NEMA 12. c. JIC EGP-1-1967. d. JIC EMP -1-1967. J. Watertight (NEMA.4) Wireway: 1. Enclosure: Type 304 stainless steel. 2. Cover: Fully gasketed and provided with captive external screw type clamps. 3. Standards: a. UL 870. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 16111-6 01 b. JIC EGF -111-1967. O1 02 C. JIC EMP -1-1967. 0 2 03 04 2.08 CONDUIT FITTINGS AND ACCESSORIES 03 04 05 06 A. Acceptable Manufacturers: 05 06 07 1. Adalet. 08 2. Appleton. 07 09 3. Carlon. 08 10 4. Certainteed. 09 11 5. Canadian General Electric Co. 10 11 12 6. Crouse -Hinds. 12 13 7. Highland Plastics Inc. 13 14 8. Killark. 14 15 9. Midwest. 15 16 10. Occidental Coating Co. 16 17 11. OZ Gedney Co. 17 18 12. Protective Coating Division Triangle PWC Inc. 18 19 13. RACO. 20 14. Rob -Roy Ind. 19 20 21 15. Steel City. 21 22 16. Thomas and Betts. 22 23 17. Western Plastics Co. 23 24 25 B. See Section 01800. 24 25 26 27 C. Fittings for Use with GRS and IMC in Non -Hazardous and 26 27 28 Non -Corrosive Locations: 28 29 1. Materials: Following minimum requirements unless 30 otherwise noted.29 31 32 a. Body: Malleable iron, zinc- or cadmium -plated; 31 33 steel, hot -dipped galvanized; or steel zinc plated 32 34 with aluminum lacquer or aluminum enamel finish. 33 35 b. Covers: Malleable iron, zinc plated. 34 36 c. Gaskets: Neoprene or PVC, integrally fused to or 35 recessed into the body. 36 37 d. Insulators -phenolic, thermosetting; 37 38 1) Minimum 105 DegC UL rating. 38 39 40 e. Grounding saddles tin-plated copper or bronze 39 41 suitable for use with copper and aluminum conductors. 40 42 f. Bonding jumpers: Tinned copper flexible braid. 41 43 g. Locknuts: Malleable iron, zinc plated. 42 2. All fittings: Threaded unless otherwise noted. 43 44 3. All covers: Gasketed. 44 45 4. Standards: 45 46 a. UL 6. 46 47 b. UL 467. 47 48 c. UL 514. 48 49 d. UL 1242. 49 50 5. Hubs shall be raintight. 50 51 52 6. Straight couplings: Same material and finish as the 51 conduit with which they are used. 52 53 7. Expansion couplings: 53 City of Lubbock, Municipal Water Treatment - Contract 3 16111-7 4. Listed for use in Class I, Groups C and D locations. 5. Expansion fittings: a. 1/2 to 1 IN straight-line total conduit movement. b. Steel, zinc -plated. 6. Conduit seals: a. Drain and breather: Stainless steel or brass. b. Fiber and sealing compound: UL listed for use with the sealing fitting. 50 E. Fittings for Use with PVC-GRS: 51 1. In corrosive locations and G' 52 a. The same material and 53 listed under paragraph direct buried: construction as those fittings 2.08 C "Fittings for Use with City of Lubbock, Municipal Water Treatment Contract 3 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 a. 2 IN nominal straight-line conduit movement in either . direction. b. Weathertight. c. Insulating bushing. d. Sleeve -steel, zinc plated. 8. Expansion/deflection couplings: a. 2 IN nominal straight-line conduit movement in either b. direction. 30 -degree nominal deflection from the normal in all directions. c. Watertight. d. Insulating bushing. e. End couplings/hubs - bronze; or steel zinc -plated with aluminum cellulose lacquer finish. f. Outer jacket -neoprene. g. Jacket clamps -stainless steel. h. Inner sleeve (when used) — molded plastic. 9. Service entrance heads: a. Weather resistant. b. Body - malleable iron, hot -dipped galvanized or copper -free aluminum. 10. Pulling elbows and tees: a. Raintight. b. Cover - steel, zinc -plated. 11. Mogul pulling elbows: a. Die cast copper free aluminum. D. Fittings For Use with GRS in Hazardous Locations: 1. Materials: Following minimum requirements unless otherwise noted: a. Malleable iron, zinc- or cadmium -plated; steel, zinc plated with aluminum lacquer or enamel finish; or copper -free aluminum. b. Gaskets: Neoprene. c. Bonding jumpers: Tinned copper flexible braid or beryllium copper grounding spring. 2. All fittings: Threaded. 3. Standards: a. UL 514. b. UL 886. 4. Listed for use in Class I, Groups C and D locations. 5. Expansion fittings: a. 1/2 to 1 IN straight-line total conduit movement. b. Steel, zinc -plated. 6. Conduit seals: a. Drain and breather: Stainless steel or brass. b. Fiber and sealing compound: UL listed for use with the sealing fitting. 50 E. Fittings for Use with PVC-GRS: 51 1. In corrosive locations and G' 52 a. The same material and 53 listed under paragraph direct buried: construction as those fittings 2.08 C "Fittings for Use with City of Lubbock, Municipal Water Treatment Contract 3 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 16111-8 GRS and IMC in Non -Hazardous and Non -Corrosive Locations"; and coated as defined under Article 2.03 "PVC-GRS." 2. In hazardous locations: a. The same material and construction as those fittings listed under paragraph 2.08 0 -"Conduit Fittings for Use with GRS in Hazardous Locations"; and coated as defined under Article 2.03 "PVC-GRS." F. Fittings for Use with Rigid Non -Metallic Conduit: 1. Fittings shall be of the same material, thickness, and construction as the conduits with which they are used. a. Standards: 1) UL 651. 2) NEMA TC -2-1978. 2. Solvent cement for welding fittings shall be supplied by the same manufacturer as the conduit and fittings. a. Shall not be more than 1 year past date of manufacture. b. Standard: ASTM D2564. G. Fittings for Use with FLEX -LT: 1. Fittings shall meet the following minimum requirements unless otherwise noted: a. Body: Malleable iron, zinc -plated. b. Ferrule: Steel, zinc -plated. c. Locknuts and compression nuts: Malleable iron, zinc -plated. d. Sealing ring: Neoprene. 2. Standard: UL 514. 2.09 CONDUIT SUPPORT SYSTEMS A. For Use with GRS and IMC: 1. Acceptable manufacturers: a. Unistrut Building Systems. b. B -Line Systems Inc. c. Kindorf. 2. All components shall be hot -dipped galvanized. a. Standard: ASTM A153. 3. Channels and brackets: a. Formed from hot rolled carbon steel sheet and strip. b. Standard: ASTM A570. 4. Fittings: a. Formed from structural steel or hot -rolled carbon steel sheet and strip." b. Standards: 1) ASTM A36 and A635. 5. Clamps: a. Formed from low carbon hot rolled steel sheet and strip. b. Standard: ASTM A569. 6. Channel nuts: City of Lubbock, Municipal Water Treatment - Contract 3 . 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 16111-9 a. Formed from mild steel bar stock, case hardened. b. Standard: ASTM A575. 7. Screws, nuts, bolts and continuous threaded rods. a. Formed from mild steel bar stock. b. Standards: 1) ASTM A307 and A563. B. For Use with PVC-GRS: 1. All components: Comply with the requirements of paragraph 2.13 A "For Use with GRS and IMC"; and with the coating requirements of Article 2.03 "PVC-GRS"; except screws, nuts and bolts shall be stainless steel. a. Stainless steel channels, brackets, fittings, clamps, channel nuts and continuous threaded rod may be used in lieu of PVC coating these components. 2.10 SLEEVES THROUGH WALLS AND FLOORS A. See Section 01800. 2.11 ALL CONDUIT FITTINGS AND WIREWAYS A. Mark Products: 1. UL or ETL listed. 2. Identify the nominal trade size on the product. 3. Stamp with the name or trademark of the manufacturer. B. Substitution: Submit requests for substitution in accordance with Specification Section 01640. PART 3 - EXECUTION 3.01 INSTALLATION A. Conduits shall be routed in the field unless otherwise indicated on the Contract Drawings. 1. Whenever possible avoid routing conduits through areas of high ambient temperature or radiant heat. B. Size of Raceways and Conduits: 1. Raceway sizes are normally shown on the Contract Drawings. If a size is not shown on the Contract Drawings, size.in accordance with the NEC unless a minimum size is stated in these Specifications. 2. Conduits shall not be smaller than 3/4 IN trade size, unless otherwise shown on the Contract Drawings. C. Provide all required openings in walls, floors, and ceilings for conduit penetration. 1. See Section 01800. D. Conduit Runs: City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 16111-10 ' :' 01 02 1. Expose within structures all conduits except as follows: 01 a. Above suspended ceilings. 02 03 04 b. Within stud, masonry and concrete walls of finished 03 05 areas. c. With the Engineer's permission, or where shown on the 04 05 06 07 Contract Drawings, may be embedded in floor slabs and 06 columns or buried under floor slabs. 07 08 2. Expose exterior to structure conduits only where shown on 08 09 the Contract Drawings. 09 10 11 12 E. Conduit: Shall not interfere with, or prevent access to, 10 11 13 piping, valves, ductwork, or other, equipment for operation, 12 maintenance and repair.13 14 15 F. Total of Bends in a Conduit Run: Less than 360 degree. 14 15 16 17 1. Provide pull boxes, conduits, or pulling elbows or tees 16 as needed. 17 18 19 G. Raceway runs, where shown, are diagrammatic and intended to 18 19 20 be used as a guide. Site conditions may affect actual 20 21 routing. Coordinate routing and measurement with other 21 22 trades and with equipment suppliers to avoid interference 22 23 with equipment, piping, ductwork, etc. 23 24 25 N. GRS: 24 26 1. Not installed: 25 26 27 28 a. In Class 1, Division 1 areas. Except where indicated 27 on the Contract Drawings. 28 29 b. In corrosive areas. 29 30 c. Direct buried. Except where indicated on the 30 31 Contract Drawings. 31 32 d. In exposed outdoor locations. 32 33 2. Where not restricted by the above, install: 33 34 a. Exposed. Except where intermediate metal conduit 34 35 is allowed by this Section. 35 36 37 b. In crawl spaces. Except where 'Intermediate metal 36 conduit is allowed by this Section. 37 38 c. Above suspended ceilings. Except where intermediate 38 39 metal conduit is allowed by this Section. 39 40 d. In stud, masonry and concrete walls of finished 40 41 areas. Except where intermediate metal conduit is 41 42 allowed by this Section. 42 43 e. In ductbanks within 5 FT of exterior walls of 43 44 structures. .Does'not apply to manholes and 44 45 handholes. 45 46 f. For long sweep bends in ductbanks. 46 47 g. For instrumentation shielded conductors, including 47 48 runs in ductbanks and through manholes and handholes. 48 49 h.- Embedded in floor slabs. 49 50 51 I. PVC-GRS: 50 51 52 1. Install: 52 53 a. In Class I, Division I areas. 53 City of Lubbock, Municipal Water Treatment`'- Contract 3 r! 16111-11 r- 01 b. In corrosive areas. Except where rigid non-metallic 01 02 conduit is allowed by this Section. 02 03 c. Where direct -buried steel conduit is required.- 03 d. In all exposed outdoor locations. 04 004 5 05 06 J. IMC: 06 07 1. Not installed: 07 08 a. In Class I, II, or III areas. 08 09 b. In corrosive areas. 09 10 c. Direct buried. 10 11 d. In exposed outdoor locations. 11 12 2. Where not restricted by the above, may be installed: 12 13 a. Exposed. 13 14 b. In crawl spaces. 14 15 c. Above suspended ceilings. 15 16 d. In stud, masonry and concrete walls of finished 16 17 areas. 17 r 18 18 ` 19 K. Rigid Non -Metallic Conduit': 19 20 1. Not installed: 20 21 a. In Class I, II, or III areas. 21 22 b. Exposed. Except where indicated on the Contract 22 23 Drawings. 23 24 c. In crawl spaces. Except where indicated on the 24 ^, 25 Contract Drawings. 25 r, 26 d. Above suspended ceilings. 26 27 e. In stud, masonry or concrete walls of finished areas. 27 !" 28 Except where indicated on the Contract Drawings. 28 29 f. For long sweep bends in ductbanks. 29 30 g. For instrumentation shielded conductors. 30 �. 31 h. Embedded in floor slabs. Except where indicated on 31 32 the Contract Drawings. 32 33 2. Where not restricted by the above, install in concrete 33 34 encased ductbanks and conduit runs: 34 35 a. Schedule 40 PVC. 35 36 3. In direct -buried ductbanks and conduit runs where 36 37 indicated on the Drawings: 37 38 a. Schedule 80 PVC. 38 39 39 40 L. FLEX -LT: 40 41 42 1. Install as the final conduit to motors, electrically operated valves, primary elements (instrumentation), 41 42 43 dry -type transformers, and electrical equipment that is 43 44 liable to vibrate. 44 45 2. Not used as a conduit run. 45 46 a. Maximum length shall not exceed: 46 47 1) 36 IN to motors. 47 �^ 48 2) 24 IN to all other equipment. 48 49 49 50 M. Wireways: 50 ., 51 1. Not installed: 51 52 a. In Class I, II, or III areas. 52 53 b. In corrosive areas. 53 City of Lubbock, Municipal Water Treatment - Contract 3 s, 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 16111-12 2. Where not restricted by the above, may be installed: a. Where indicated in the Contract Drawings: Installed exposed. N. Conduit Seals: 1. Installed: a. In each conduit entering or leaving a Class I area. b. In each conduit in a Class I Division I area entering or leaving an enclosure containing switches, circuit breakers, fuses, relays, resistors or other apparatus which may produce arcs, sparks or high temperature. c. In each conduit 2 IN or larger in a Class I Division 1 area entering or leaving an enclosure containing terminals, splices and taps. d. In each conduit in a Class I Division 2 area entering or leaving an enclosure required to be approved for use in Class I environments. e. In each conduit in a Class II location between an enclosure required to be dust ignition -proof and an enclosure that is not required to be dust ignition -proof. f. In each conduit in a corrosive area entering or leaving that area and entering or leaving an electrical equipment enclosure in that area. g. So that the filler plug and drain are, accessible. h. Complete with sealing fiber and compound. 0. Conduit Support Systems: I. Compatible with the material and finish of the conduit supported.. a. Hot -dipped galvanized steel for use with GRS, IMC and EMT. b. PVC coated hot -dipped galvanized steel for use with PVC-GRS. P. Field Bending of Conduits: 1. Utilize tools and equipment designed for the purpose and for the material being processed to make all field bends. 2. Do not reduce the internal diameter of the conduit when making conduit bends. 3. GRS and IMC: a. Use a hydraulic bender to make bends in 1 IN and larger conduit. 4. PVC-GRS: a. Prepare tools and equipment to prevent or minimize damage to the PVC coating. b. Per the manufacturer's instructions. Q. Field Cutting and Threading Conduit: 1. Utilize tools and equipment designed for the purpose and for the material being processed when cutting and threading. 2. GRS and IMC: City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 7 r 7 i r' r r - s r 16111-13 01 a. Use pipe roller cutter for cutting to length. 01 02 b. Use reamer to debur, smooth, and evenly chamfer the 02 03 inside. 03 04 c. Use pipe threader to thread the conduit. 04 05 1) Degrease threads after threading and apply a zinc 05 06 rich paint. 06 07 3. PVC-GRS: 07 08 a. Cut to length per the manufacturer's instructions. 08 09 b. Use reamer to debur, smooth, and evenly chamfer the 09 10 inside. 10 11 c. Cut threads per the manufacturer's instructions. 11 12 1) Degrease and apply a zinc rich paint after 12 13 threading the threads. 13 14 4. Rigid non-metallic conduit: 14 15 a. Use fine tooth handsaw and miter box for cutting to 15 16 length. 16 17 b. Use reamer to debur, smooth, and evenly chamfer the 17 18 inside. 18 19 c. Smooth exterior to remove all. burrs. 19 20 5. FLEX -LT: 20 21 a. Use hacksaw and cutting vise or miter box for cutting 21 22 to length. 22 23 b. Debur interior and exterior after cutting. 23 24 24 25 R. Conduit Installation: 25 26 1. Install conduit and fittings, as required, for a complete 26 27 system that has a neat appearance and is in compliance- 27 28 with all applicable codes. 28 29 2. Accessible conduit and wireway:, 29 30 a. Run in straight lines parallel to or at right angles 30 31 to building lines. 31 32 1) Install conduit adjacent to walls and floors. 32 33 2) Maintain minimum 6 IN separation between 33 34 instrumentation and power conduits. 34 35 b. Maintain minimum 6 IN separation from process, gas, 35 36 air and water pipes. 36 37 3. Conduit support systems: 37 38 a. Support conduit from the building structure. 38 39 1) Do not support conduit from process, gas, air or 39 40 water piping; or from other conduits. 40 41 b. Provide hangers and brackets to limit the maximum 41 42 uniform load on a single support to 25 LBS; or to the 42 43 maximum uniform load recommended by the manufacturer 43 44 if the support is rated less than 25 LBS. 44 45 1) Do not exceed maximum concentrated load 45 46 recommended by the manufacturer on any support. 46 47 2) Conduit hangers: Continuous threaded rods 47 48 combined with struts or conduit clamps: 48 49 a) Do not use perforated strap hangers and iron 49 50 bailing wire. 50 51 3) Do not use suspended ceiling support systems to 51 52 support raceways. 52 53 4) Hangers in metal roof decks: 53 City of Lubbock, Municipal Water Treatment - Contract 3 16111-14 01 a) Utilize fender washers. 01 02 b) Not extend above top of ribs. 02 03 c) Not interfere with vapor barrier, insulation, 03 04 or roofing. 04 05 c. Conduit support system fasteners: 05 06 1) Use sleeve -type expansion anchors as fasteners in 06 07 masonry wall construction. Do not use concrete 07 08 nails and powder -driven fasteners. 08 09 2) Comply with the requirements of Section 03311 for 09 10 fasteners in cast -in-place concrete construction. 10 11 d. Maximum spacing between conduit supports: 11 12 1) GRS and IMC: 10 FT. 12 13 e. Support all conduits within 3 FT of the conduit 13 14 termination. 14 15 f. Support all conduits at 90 -degree bends and at 15 16 vertical drops. 16 17 g. Provide substantial vertical support for all conduit 17 18 drops for stability and to minimize vibration. 18 19 h. Where sufficient room exists within the housing, 19 20 conduit to roof -mounted equipment shall be stubbed up 20 21 inside the housing. 21 22 4. Conduit embedded in columns and floor slabs or buried 22 23 under slab -on -grade: 23 24 a. Run in the most direct, practical route. 24 25 b. Not to be installed under equipment pads. 25 26 c. No crossovers. 26 27 d. Secured in place to prevent movement during the pour. 27 28 e. Maintain minimum 6 IN separation between 28 29 instrumentation and power conduits. 29 30 f. Maintain minimum 6 IN separation from process, gas, 30 31 air and water pipes. 31 32 5. Conduits and accessories embedded in concrete where shown 32 33 on the Contract Drawings: 33 34 a. Aluminum conduit not used. 34 35 b. Requires approval of the Engineer. 35 36 c. Shall not be considered to replace structurally the 36 37 displaced concrete except as indicated in the 37 38 following: 38 39 1) Conduit and fittings shall not displace more than 39 40 4 percent of the area of the cross-section of a 40 41 column.on which stress is calculated or which is 41 42 required for fire protection. 42 43 2) Size and locate sleeves or conduits passing 43 44 through floors, walls, or beams so as not to 44 45 significantly impair the strength of the 45 46 construction. 46 47 3) Sleeves or conduits passing through floors,`walls 47 48 or beams may be considered as replacing the 48 49 displaced concrete structurally in compression. 49 50 a) Shall not be exposed to rusting or other 50 51 deterioration. - 51 52 b) Nominal inside diameter shall not exceed 2 52 53 IN. 53 City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 r" 11 12 13 14 15 16 17 18 19 20 21 22 23 r 24 25 26 27 28 29 30 31 r 32 33 .- 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 4 r 16111-15 c) Minimum spacing: 3'pIA'OC.' d. Shall not be larger in outside diameter than one-third the thickness of the slab, column or beam. e: Minimum spacing: 3 DIA OC. f. Reinforced concrete construction: 1) Conduit not run in beams. 2) Place conduit after reinforcing steel has been laid and the reinforcement steel shall not be displaced. 3) Provide a minimum of 1-1/2 IN of cover over conduit, excluding surface finish. 4) Locate on the span center line conduits that do not run parallel with the principal reinforcing steel. 6. Underground conduit: a. See Section 16115. 7. Male threads of conduit systems shall be coated with an electrically conductive anti -seize compound. S. Threaded connections shall be made wrench -tight. 9. Conduit joints shall be watertight. a. Where exposed to possible submersion. b. In areas classified as wet. c. Underground. 10. Conduits shall be installed to'eliminate moisture pockets. Where water cannot drain to openings, provide drain fittings in the low spots of the conduit run. 11. Rigid non-metallic conduit and fittings shall be joined utilizing solvent cement. a. Immediately after installation of conduit and fitting, the fitting or conduit shall be rotated 1/4 turn to provide uniform contact. 12. Install expansion fittings whenever conduits span across a structural expansion joint. a. Provide fittings with 2 IN straight-line movement in either direction. 13. Expansion/deflection fittings shall be installed on the exterior of the structure, whenever a conduit enters a structure from outside, and elsewhere as identified on the Contract Drawings. a. Provide fittings with 2 IN straight-line movement in either direction, and 30 degree angular displacement. b. Except when the conduit is in a ductbank that is tied to the structure with reinforcing steel. 14. Provide conduit seals: a. Not more than 18 IN from where they are required. b. To be accessible. 15. Terminate conduits: a. In NEMA 1 and 12 type enclosures: 1) With an insulated grounding bushing on the interior. 2) With a locknut on the exterior. b. In NEMA 3R, 4, 0 and 7/9 type enclosures: City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 16111-16'' O1 1) Into a threaded hub. 01 02 2) With an insulating bushing, unless the hub 02 03 provides equivalent protection to the conductors. 03 04 c. When stubbed up through the floor: 04 05 1) With an insulated grounding bushing. 05 06 06 07 S. The protective coating integrity of conduits, fittings, and 07 08 accessories shah be maintained. 08 09 1. Repair GRS.and IMC utilizing a zinc rich paint. 09 10 2. Repair PVC-GRS'utilizing a patching compound, of the same 10 — 11 material as the coating, provided by the manufacturer of 11 12 the conduit; or a self-adhesive, highly conformable, 12 13 cross-linked silicone composition strip, followed by a 13 14 protective coating of vinyl tape. The total nominal 14 15 thickness: 40 mil. 15 16 3. Repair surfaces which will be inaccessible after 16 17 .' installation prior to installation. 17 18 18 19 T. Remove moisture and debris from conduit before wire is pulled 19 20 into place. 20 -- 21 1. Pull mandrel with diameter nominally 1/4 IN 'smaller than 21 22 the interior of the conduit, to remove obstructions. 22 23 2. Swab conduit by pulling a clean, tight -fitting rag 23 24 through the conduit. 24 25 3. Tightly plug ends of conduit with tapered wood plugs or 25 26 plastic inserts until wire is pulled.' 26 27 27 28 U. Only nylon or polyethylene rope shall be used to pull wire 28 29 and cable in rigid non-metallic conduit systems. 29 30 30 - 31 V. Fill openings in walls, floors, and ceilings and finish flush 31 32 with surface. 32 33 1. See Section 01800. 33 City of Lubbock, Municipal Water Treatment - Contract 3 7 City of Lubbock, Municipal Water Treatment - Contract 3 7 16111-17 01 W. Painting: 01 02 1. See Section 09905. 02 03 2. Painting shall not be required: 03 04 a. Of conduits above suspended ceilings. 04 l 05 b. Of conduits in crawl spaces. 05 06 c. Of fiberglass conduit support systems. 06 07 r07 08 END OF SECTION 08 7 City of Lubbock, Municipal Water Treatment - Contract 3 7 (THIS PAGE LEFT BLANK INTENTIONALLY t 16115-1 r 01 .91GIO SECTION 16115 01 02 02 03 UNDERGROUND CONDUIT, DUCTS, AND MANHOLES 03 04 04 05 05 06 PART 1 - GENERAL 06 07 07 08 1.01 SUMMARY 08 09 09 10 11 A. Section Includes: 1. Manholes; handholes; and.underground power, control, and 10 11 G i2 instrumentation conduits and ductbanks. 12 13 �^ 13 14 B. Related Sections include but are not necessarily limited to: 14 15 1. Section 02221 - Trenching, Backfilling and Compacting for 16 Utilities. 15 17 17 18 2. Section 03108 - Formwork. 3. Section 03208 - Reinforcement. 18 Proportioning. 19 19 4. Section 03308 - Concrete, Materials and 20 5. Section 03311 - Concrete Mixing, Placing, Jointing, and 20 21 Curing. 21 22 22 6. Section 03350 - Testing. 23 23 7. Section 16010 - Electrical: General Requirements. 24 8. Section 16111 - Conduit, Conduit Fittings, Conduit 24 !^ 25 Supports, and Wireway. 25 26 26 9. Section 16450 - Grounding. 27 27 28 1.02 QUALITY ASSURANCE 28 x ; 29 29 30 A. Referenced Standards: 30 r' 31 1. American Association of State Highway & Transportation 31 . 32 Officials (AASHTO). 32 33 2. American Society for Testing Materials (ASTM): 33 34 a. A615, Specification for Deformed and Plain Billet 34 35 Steel Bars for Concrete Reinforcement Including 35 36 Supplementary Requirements S1, Grade 60. 36 37 b. A536, Standard Specification for Ductile Iron 37 38 Castings. 38 39 39 3. National Fire Protection Association (NEPA): 40 a. National Electrical Code (NEC). 40 41 41 f 42 B. Miscellaneous: 42 43 1. Ductbanks and direct buried conduit runs, where shown, 43 �•- 44 are diagrammatic and intended to be used as a guide. 44 45 Field conditions may affect actual routing. 45 46 46 47 1.03 DEFINITIONS 47 j^ 48 48 49 A. Direct -buried conduit means individual (single) underground 49 50 conduits without concrete encasement. 50 51 51 C 52 B. Direct -buried ductbank means multiple underground conduits, 53 in a common trench, without concrete encasement. 53 ` t " City of Lubbock, Municipal Water Treatment - Contract 3 16115-2 01 02 C. Concrete encased ductbank means any combination of 03 underground conduits encased in a'common concrete envelope. 04 05 1.04 SUBMITTALS 06 07 A. Shop Drawings: 08 1. See Section 01340. 09 2. Fabrication and layout drawings. 10 3. Product technical data: 11 a. Acknowledgement that products submitted meet 12 requirements of standards referenced. 13 b. Manufacturer's installation instructions. 14 15 16 PART 2 - PRODUCTS 17 18 2.01 ACCEPTABLE MANUFACTURERS. 19 20 A. Subject to compliancewith the Contract Documents, the 21 following Manufacturers are acceptable: 22 1. Manhole and handhole covers: 23 a. Neenah. 24 b. Utility Vault Co. 25 2. Cable racks: 26 a. Unistrut. 27 28 B. Submit requests for substitution in accordance with 29 Specification Section 01640. 30 31 2.02 MANHOLES AND HANDHOLES 32 33 A. Size and Shape: 34 1. Square or rectangular as shown on Drawings. 35 36 B. Cast -in-place. 37 38 :2.03 CAST -IN-PLACE MANHOLES AND HANDHOLES 39 40 A. Comply with Sections 03108, 03208, 03311, and 03350. 41 42, B. Comply with Drawings. 43 44 2.04 ACCESSORIES 45 46 A. Cable Racks: 47 1. Unistrut "P-3259" inserts with "P-2544" brackets or 48 equal. 49` 2. Fiberglass reinforced polyester cable saddles. 50 51 52 PART 3 - EXECUTION 53 City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 . 42 43 44 45 46 47 48 49 50 51 52 53 16115-3 3.01 INSTALLATION 01 02 A. General: 1. Install products in accordance with manufacturer's 03 04 2. instructions. Comply with Section 02221 for trenching, backfilling and 05 06 3. compacting. Comply with Sections 03108, 03208, 03311, and 03350 for 07 08 concrete work. 09 10 B. Manholes and Handholes: 11 12 1. Provide minimum 8 IN of crushed rock or gravel prior to setting the manhole or handhole base. 13 14 2. Construct manhole or handhole approximately where shown on the Drawings. Determine the exact locations after 15 careful consideration has been 'given to location of other 16 utilities, grading, and paving. 17 18 a. Locations are to be approved by the Engineer prior to excavation and construction of the manhole or 19 handhole. 20 b. Grout or seal all joints: 21 22 3. Support cables on walls by cable racks equipped with six adjustable hooks. a. Install a minimum of two racks on each wall in each 23 24 manhole or handhole. b. Space cable racks so that both ends of splice will be 25 26 supported horizontally. 27 c. Install not less than two spare hooks on each rack. 28 d. Install a cable -pulling iron in each wall opposite 29 each ductbank entrance as indicated on the Drawings. 30 4. Grounding: In each manhole and handhole, drive 3/4 IN x 31 10 FT long copper clad ground rod into the earth and 32 extend ground rod approximately 4 IN above finished 33 floor. a. Connect all metallic conduits, racks, and other 34 35 metallic components to ground rod by means of No.8 36 AWG minimum copper wire and approved grounding 37 clamps. 38 5. After installation is complete, backfill and compact soil 39 around manhole and handhole. 40 41 C. Underground Conduits: 42 43 1. Concrete encased ductbank: a. Provide electrical duct system consisting of conduits 44 completely encased in concrete as indicated on the 45 Drawings. 46 b. Provide 2 FT minimum earth cover except where 47 indicated otherwise. 48 2. Direct -buried ductbank or conduit: 49 a. Provide electrical duct system consisting of conduits 50 directly buried in earth as indicated on the 51 Drawings. 52 b. Provide 2 FT minimum earth cover except where 53 City of Lubbock, Municipal Water Treatment - Contract 3 16115-4 01 indicated otherwise. 01 02 03 3. Minimum grade shall be 4 IN per 100 FToras detailed on 02 the Drawings. 03 04 4. Accomplish changes in direction of runs exceeding a total 04 05 06 of 10 degrees by long sweep bends having a minimum radius 05 of 25 FT. 06 Q7 a. Sweep bends shall be made with RGS conduit and may be 07 08 09 made up of one or more curved or straight sections or 08 combinations thereof. 09 .10 S. Furnish manufactured bends at end of runs. 10 11 a. Minimum radius of 36 IN for conduits;3 IN and larger 11 12 in diameter. 12 13 6. Transition from PVC to RGS conduit a minimum of 5 FT 13 14 prior to entering a structure or going above ground. 14 15 a. Unless otherwise indicated on the Drawings. 15 16 b. PVC conduit may be extended directly to pull, 16 17 junction and transformer boxes. 17 18 7. Place conduit joints side by side horizontally. 18 19 8. Make conduit joints watertight and in accordance with 19 20 manufacturer's recommendations. 20 21 a. Make plastic conduit joints by uniformly brushing a _ 21 22 plastic solvent cement on inside of plastic coupling 22 23 fitting and outside of conduit ends. Slip conduit 23 24 and fitting together,with a quick one-quarter turn P4 25 twist to set joint tightly. 25 26 27 b., Where ,it is necessary to cut a tapered end on a piece 26 of conduit at site, make cut with a tool or lathe P7 -- 28 29 designed to cut a taper to match taper of particular 28 conduit being used. 29 30 9. Provide conduit supports and separators of concrete, 30 31 plastic, or other suitable nonmetallic, nondecaying 31 _ 32 material designed for that purpose. 32 33 34 a. Concrete encasement supports shall provide a uniform 33 minimum clearance between the bottom of the trench 34 35 36 and the bottom row of conduit and between conduits as 35 indicated on the Drawings. 36 37 38 b. Place supports and separators on maximum centers as 37 follows: 38 39 1) Rigid nonmetallic conduit trade size: 39 40 a) 1 IN and less: 3 FT. 40 41 b) 1-1/4 to 3 IN: 5 FT. 41 42 c) 3-1/2 to 6 IN: 7 FT. 42 43 2) Rigid galvanized steel conduit trade size: 43 44 a) 1 IN and less: 10 FT.-- 44 45 b) 1-1/4 to 2-1/2 IN: 14 FT. 45 46 c) 3 IN and larger: 20 FT. 47 48 c. Securely anchor conduits to supports and separators 47 to prevent movement during placement of concrete or 48 49 soil. 49 50 d. Do not place concrete or soil until conduits have 50 51 been observed by the Engineer. 51 52 10. After the conduit run has been completed, pull a 52 53 standard flexible mandrel having a length of not less 53 City of,Lubbock, Municipal,Water Treatment - Contract 3 11. 12. 13. 16115-5 than 12 IN and a diameter approximately 1/4 IN less than 01 the inside diameter of the conduit through each conduit. 02 Then pull a brush with stiff bristles through each 03 conduit to remove any foreign material left in conduit. 04 During construction and after conduit installation is 05 complete, plug the ends of all conduits. 06 Pneumatic rodding may be used to draw in lead wire. 07 a. Install a heavy nylon cord free of kinks and splices 08 in all unused new ducts. 09 b. Extend cord 3 FT beyond ends of conduit. 10 c. Provide waterproof tags at both ends which identify 11 the size of conduit and location of the other end of 12 the conduit. 13 Where conduits enter pull, junction and transformer 14 boxes: 15 a. Terminate rigid PVC conduits in end bells. 16 b. Terminate steel conduits in insulated bushings. 17 18 END OF SECTION 19 City of Lubbock, Municipal Water Treatment - Contract 3 (THIS PAGE LEFT BLANK INTENTIONALLY) 16120-1 01 91GIO SECTION 16120 01 02 02 03 CABLE - 600 VOLT AND BELOW 03 04 04 F . 05 05 06 PART 1 - GENERAL 06 r" 07 07 08 1.01 SUMMARY 08 09 09 10 A. Section Includes: 10 11 1. Power, lighting, multiconductor, control, and instrument 11 12 cable (600 V and below). 12 13 13 14 B. Related Sections include but are not necessarily limited to: 14 15 1. Section 16010 — Electrical: General Requirements. 15 16 16 17 1.02 QUALITY ASSURANCE 17 18 18 19 A. Referenced Standards: 19 20 1. Insulated Cable Engineers Association (ICER). 20 21 a. S-61-402. 21 22 b. S-66-524. 22 r. 23 2. National Electrical Manufacturers Association (NEMA): 23 r 24 a. WC -5. 24 25 b. WC -7. 25 26 3. National Fire Protection.Association (NFPA): 26 �^ 27 a. National Electrical Code (NEC). 27 Y; 28 4. Underwriters Laboratories, Inc (UL): 28 29 a. 62. 29 �^ 30 b. 83. 30 31 c. 1277. 31 32 32 �.. 33 34 1.03 SUBMITTALS 33 34 35 A. Shop Drawings: 35 36 1. See Section 01340. 36 37 2. Product technical data including: 37 1 38 a. Acknowledgement that products submitted meet 38 39 requirements of standards referenced. 39 40 b. Manufacturer's installation instructions. 40 41 3. Test reports. 41 42 42 43 44 B. Samples: 1. Provide sample of largest size of each type of cable for 43 44 45 review before installation. 45 46 2. Sample shall have a legible and complete surface printing 46 !" 47 of cable identification. 47 48 48 49 49 PART 2 - PRODUCTS 50 550 51 52 2.01 MANUFACTURED UNITS 52 ., 53 53 City of Lubbock, Municipal Water Treatment - Contract 3 i a, O1 02 03 04 05 O6 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 16120-2 A. Power Cable (Includes both XHHW and RHH-RHW-USE): 01 1. Subject to compliance with Contract Documents, the 02 following Manufacturers are acceptable: 03 a. American Insulated Wire Corp. 04 b. Cablec Corp. 05 c. Hi -Tech Corp. 06 d. Okonite Co. 07 e. Pirelli Cable Corp. 08 f. Rome Cable Corp. 09 g. Tamaqua Cable Products Co. - 10 h". Triangle PWC, Inc. 11 2. Conform to ICEA S-66-524 (NEMA WC -7). 12 13 B. Lighting Cable (THHN-THWN); 14 1. Subject to compliance with Contract Documents,'the 15 following Manufacturers are acceptable: 16 a. American Insulated Wire Corp. 17 b. Hi -Tech Corp. 18 c. Rome Cable Corp. 19 d. Tamaqua Cable Products Co. 20 e. Triangle PWC, Inc. 21 2. Conform to UL 83. 22 23 C. Multiconductor Control Cable (Type THHN-THWN): 24 1. Subject to compliance with Contract Documents, the 25 following Manufacturers are acceptable: 26 a. American Insulated Wire Corp: 27 b. Cablec Corp. 28 c. Dekoron. 29 d. Okonite Co. 30 e. Rome Cable. Corp. 31 f. Tamaqua Cable Products Co. 32 g. Triangle PWC, Inc. 33 2. Conform to UL 83 and 1277, and ICEA S-61-402 (NEMA WC -5). 34 35 D. Instrument Cable: 36 1. Subject to compliance with Contract Documents, the 37 following Manufacturers are acceptable: 38 a. Dekoron. 39 b. Okonite Co. 40 c. Rome Cable Corp. 41 d. Belden. 42 2. Conform to UL 62 and UL 1277. 43 3. Additional requirements: 44 a. 16 AWG, 7 -strand, concentric lay. 45 b. Twisted pair with 1-1/2 to 2-1/2 IN lay. 46 c. Combination aluminum -polyester tape'and 7 -strand, 20 47 AWG tinned copper drain wire, shield applied to 48 achieve 100 -percent coverage. 49 d. One conductor black, one conductor white. -50 51 E. All Power, Lighting, Multiconductor Control, and Instrument 52 Cable: 53 City of Lubbock, Municipal Water Treatment - Contract 3 OM 16120-3 01 1. UL listed. 02 29 2. Surface mark each conductor with manufacturer's name or 03 trademark, conductor size, insulation type, and UL label. 04 3. Rated for 600 V. 05 06 F. Splices and Taps: 07 1. Subject to compliance with Contract Documents, the 08 following Manufacturers are acceptable: 09 A. Color code all a. 3M Company. 10 35 b. Raychem Electric Power Products. 11 36 c. Penn Union. 12 d. Thomas and Betts. 13 120/208 V480 e. Ideal. 14 2. UL listed. 15 39 Phase 1 16 G. Electrical Tape: 17 Red 1. Pressure sensitive vinyl. 18 Phase 3 2. Premium grade. 19 42 3. Heat, cold, moisture, and sunlight resistant. 20 White 4. UL listed. 21 Green 5. For cold weather or outdoor location, tape must also be 22 all-weather. 23 24 H. Pulling Lubricant: Polywater "J." 25 26 I. Submit requests for substitutions in accordance with 27 Specification Section 01640. 28 29 30 PART 3 - EXECUTION 31 32 3.01 INSTALLATION 33 34 A. Color code all wiring as follows: 35 1. Lighting and power wiring: 36 37 120/208 V480 V 38 --------- ----- 39 Phase 1 Black Brown 40 Phase 2 Red Orange 41 Phase 3 Blue Yellow 42 Neutrals White White 43 Ground Green Green 44 45 2. Color code ends of feeder phase conductors and in exposed 46 locations such as manholes, handholes, and pull or 47 junction boxes. 48 49 B. Install all wiring in conduit. 50 1. Home runs indicated are for identification purposes only. 51 52 C. Run feeders and 480 V branch circuits in individual conduits 53 unless otherwise indicated on Drawings. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 16120-4' �01 01 02 D. Do not install 120/208 V circuit in same conduit as 480 V 02 03 circuit, except as follows: 03 04 1. When the 120 V control circuit and the 480 V circuit are 04 05 serving and controlling the same equipment. 05 06 06 07 E. Install instrumentation and control circuits in separate 07 08 conduits as follows: 08 09 1. 4-20 mA DC. 09 10 2. 24 V DC. 10 11 3. 120 V AC. 11 12 4. Do not combine 4-20 mA DC, 24 V DC, or 120 V AC 12 13 conductors in common conduit. 13 14 5. Do not combine 4-20 mA DC, or 24 V DC conductors in 14 15 common conduit with 208, 240 or 480 V AC conductors. 15 16 6. Do not combine 120 V AC feeders or branch circuits in 16 17 common conduit with 208, 240, or 480 V AC conductors 17 18 unless specifically called for on the Drawings. 18 19 7. Ground drain wire of shielded conductors at one end only. 19 20 8. Maintain electrical continuity of the shield when 20 21 splicing twisted shielded pair conductors. 21 22 22 23 F. Make splices and taps only at readily accessible locations.-, 23 24 -1. Crimp or indenter -type connectors not allowed, except for 24 25 control circuits landed on terminal strips. 25 26 2. For wire smaller than#6 AWG: Use A nsulated conical 26 27 spring type. 27 28 3. For #6 AWG and larger wire: Use solderless lugs and 28 29 screw type connectors. 29 30 30 31 G. Electrical Tape Usage: 31 32 1. For connections of #8 AWG wire and smaller: 7 mil vinyl 32 33 tape. 33 34 2. For splices and taps of #6 AWG wire or larger: 10 mil 34 35 vinyl tape. 35 36 3. For connections made in cold weather or, in outdoor 36 37 locations: 8.5 mil,.all weather vinyl tape. 37 38 38 39 H. Terminate instrumentation and control wiring at control. 39 40 panels and motor control centers, at terminal boards mounted 40 41 inside the equipment. 41 42 1. Contractor will supply terminal boards as required. 42 43 2. Do not field wire directly to devices. 43 44 44 45 I. Usage of Cable Types: 45 46 1. Lighting cable: For lighting and receptacle circuits 46 47 operating at 277 V and below, #8 AWG and smaller. 47 48 2. Power cable: For power, control, indication, and alarm 48 49 circuits except where lighting, multiconductor control, 49 50 and instrument cables are permitted or required. 50 51 3. Multiconductor control cable: Where indicated on the 51 52 Drawings. 52 53 4. Instrument cable: Where indicated on the Drawings. 53 City of Lubbock, Municipal'Water Treatment - Contract 3 City of Lubbock, Municipal Water Treatment - Contract 3 16120-5 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 01 02 J. No wire smaller than #12 AWG allowed, except: 03 1. Where specifically indicated. 04 2. Pilot control and signal circuits: #14 AWG. 05 06 K. Terminate spare instrumentation and control wires at terminal �. 07 boards mounted inside control panels and motor control 08 centers. 09 1. Ground both ends of spare wires. 10 2. Contractor shall supply terminal boards as required. 11 12 L. Cable shall not be pulled tight against bushings nor pressed 13 heavily against enclosures. 14 15 M. Cables in vertical risers shall be supported by Kellums, or 16 equal, woven grips where necessary to prevent heavy loading .. 17 on cable connections. 18 19 N. Spare cable ends shall be taped and coiled unless otherwise 20 specified. 21 22 0. Cables shall not be bent to a radius less than the 23 manufacturer's recommended minimum bending radius. -� 24 25 P. All cables, including grounds, in one conduit over 1 FT long, 26 or with any bends, shall be pulled in or out simultaneously. ., 27 28 Q. Before pulling cable through each underground conduit, a 29 properly sized swab shall be pulled through the conduit. 30 31 END OF SECTION City of Lubbock, Municipal Water Treatment - Contract 3 16120-5 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 (THIS PAGE LEFT BLANK INTENTIONALLY) 16130-1 01 91G10 SECTION 16130 01 02 02 03 OUTLET, PULL, AND JUNCTION BOXES 03 04 04 05 05 06 PART 1 - GENERAL 06 07 07 08 1.01 SUMMARY 08 09 09 10 A. Section Includes: 10 11 1. Outlet, pull and junction boxes. 11 12 12 13 B. Related Sections include but are not necessarily limited to: 13 14 1. Section 09905 - Painting and Protective Coatings. 14 15 2. Section 16010 - Electrical: General Requirements. 15 16 3. Section 16111 - Conduit, Conduit Fittings, Conduit 16 17 Supports, and Wireway. 17 18 4. Section 16140 - Wiring Devices. 18 19 5. Section 16450 - Grounding. 19 20 20 21 1.02 QUALITY ASSURANCE 21 22 22 23 A. Referenced Standards: 23 24 1. Refer to Section 16010. 24 25 25 26 1.03 SUBMITTALS 26 27 28 A. Shop Drawings: 27 28 29 1. Refer to Section 01340. 29 30 2. Product technical data including: 30 31 a. Manufacturer's technical information on products .to 31 32 be used. 32 , 33 b. Acknowledgement that products submitted meet 33 34 requirements of standards referenced. 34 , 35 c. Acknowledgement that the products submitted are UL or 35 36 ETL listed. 36 37 38 d. When general data sheets constitute part of the submittal, specifically identify the products to be 37 38 39 used on this Project. 39 40 40 41 1.04 DELIVERY, STORAGE, AND HANDLING 41 42 42 43 A. See Section 16010. 43 t' 44 44 45 45 46 PART 2 - PRODUCTS 46 �. 47 47. 48 2.01 ACCEPTABLE MANUFACTURERS 48 ` 49 49 50 A. Subject to compliance with the Contract Documents, the 50 51 following Manufacturers are acceptable: 51 52 1. Galvanized steel boxes: 52 53 a. Appleton Electric Co. 53 City of Lubbock, Municipal Water Treatment - Contract 3 16130-2 01 b. Steel City. 01 02 c. Raco. 02 03 2. Sheet metal boxes for non -classified areas: 03 04 a. Hoffman Engineering Co. 04 05 3. Corrosion -resistant boxes: 05 06 a. Hoffman Engineering Co. 06 07 b. Crouse -Hinds. 07 08 4. Hazardous location boxes (Class I): 08 09 a. Appleton Electric Co. 09 10 b. Crouse -Hinds. 10 11 c. Killark. 11 12 d. 0-Z/Gedney. 12 13 5. Raintight and watertight boxes: 13 14 a. Appleton Electric Co. 14 15 b. Crouse -Hinds. 15 16 6. Terminal boxes: 16 17 a. Hoffman Engineering Co. 17 18 7. Boxes in earth: 18 19 a. Carlon Electric Products. 19 20 S. Exposed switch and receptacle boxes: 20 21 a. Appleton Electric Co. 21 22 b. Crouse -Hinds. 22 23 c. Killark. 23 24 24 25 B. Submit requests for substitution in accordance with 25 26 Specification Section 01640. '26 27 27 28 2.02 MATERIALS 28 29 29 30 A. Pull and Junction Boxes for Architecturally Finished Areas: 30 31 1. Material: 14 GA galvanized steel. 31 32 2. Concentric knockouts on all four sides. 32 33 3. Flat cover fastened with screws. 33 34 4. NEMA 1 classification. 34 35 5. UL listed. 35 36 36 37 B. Pull and Junction Boxes for General Use Unclassified Areas: 37 38 1. Material: 14 GA galvanized steel with seams continuously 38 39 welded, ground smooth and no knockouts. 39 40 2. Zinc rich coating on all seams. 40 41 3. Stainless steel captivated cover screws threaded into '41 42 sealed wells. 42 43 4. Flat door with oil resistant gasket. 43 44 5. NEMA 12 classification. 44 45 6. UL listed. 45 46 46 47 C. Pull and Junction Boxes for Wet Areas: 47 48 1. Material: 14 GA steel with polyesterpowder coating 48 49 inside and out over phosphatized surfaces. 49 50 2. Seams continuously welded, ground smooth, no knockouts. 50 51 3. Stainless steel clamps on four sides. 51 52 4. Flat cover with oil resistant gasket. 52 53 5. NEMA 4 classification. 53 City of Lubbock, Municipal Water Treatment - Contract 3 16130-3 of 6. UL listed. ` 02 03 D. Pull and Junction Boxes for Corrosive Areas: 04 1. Material: 14 GA steel with powdered epoxy resin coating 05 inside and out or fiberglass -reinforced polyester 06 material. �^ 07 2. Steel boxes: 08 a. Seams continuously welded, ground smooth, no 09 knockouts. �. 10 b. Rolled lip around all sides. 11 c. Hinged door. 12 d. Captivated stainless steel door screws. 13 e. Flat door with oil -resistant gasket. 14 3. Fiberglass -reinforced polyester boxes: 15 a. Hinged door with latch and lockout. 16 b. Neoprene door gasket. 17 c. Grounding bushing(s). 18 4. NEMA 4X classification. 19 5. UL listed. 20 21 E. Pull and Junction Boxes for Hazardous Areas: 22 1. Material: Cast gray iron alloy or copper -free cast 23 aluminum. 24 2. Drilled and tapped openings or tapered threaded hub 25 equipped. 26 3. Flat bolted -down or threaded cover with neoprene gasket. 27 4. Stainless steel.hex head screws. 28 5. Explosionproof, UL listed for Class 1 Groups C and D. 29 30 F. Large Junction and Pull Boxes (100 CU IN and larger): 31 1. Located in wet and corrosive areas: Unless otherwise 32 specified or indicated on the Drawings, Type 304 L welded 33 stainless steel, NEMA 4X with stainless steel screws. 34 2. Located in general use areas: NEMA 12 constructed of 35 welded steel and furnished with gray enamel inside and 36 out over phosphatized surfaces. 37 38 3. Constructed of 14 GA steel with seams continuously welded, ground smooth, no knockouts. 39 4. Rolled lip around all sides. 40 5. Rigid handles for covers larger than 9 SF or heavier than 41 25 LBS. 42 6. Split covers for covers larger than 25 LBS or 3 FT -0 IN x 43 4 FT -0 IN. 44 45 G. Terminal Boxes: 46 1. Galvanized 16 GA steel box provided with plain blank 47 48 2. screw cover, subpanel, and terminal points. Refer to Drawing for dimensions and number of terminals. 49 3. Terminal blocks shall be screw -post barrier -type, white 50 center marker strip. r, 51 4. Rated 20 ampere, minimum 600 V. �. 52 53 H. Fiberglass Cable -Pulling Enclosure: r l City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 16130-4 1. Use: Access points to facilitate pulling of electrical cables in buried conduit runs. 2. Size and quantity: As shown on Drawings. 3. Type: Rectangular fiberglass composite, suitable for direct burial pedestrian traffic on top, -50 DegF, chemical, sunlight, and weather resistant. 4. Provide matching top with "ELECTRIC" logo. I Outlet Boxes: 1. Use: Installation of wiring devices. 2. Boxes for exposed wiring: a. Cadmium plated, cast, ferrous metal, with threaded hubs. 3. Boxes for concealed wiring: a. Code gage, hot -dip galvanized steel. b. Include bar hangers for metal'stud partitions. c. Provide barriers between switches in boxes with 277 V switches on opposite phases. d. Use extension and plaster rings where required. e. Provide grounding screw. PART 3 - EXECUTION 3.01 INSTALLATION A. Use locknut and bushing for boxes in non -classified areas. B. Use cast metal boxes with threaded conduit hubs in hazardous areas. C. Use Type FS and FO boxes in wet areas and where exposed rigid steel conduit is required. D. Use epoxy resin coated, stainless steel, cast aluminum or fiberglass boxes for corrosive areas. E. Fill unused punched-out, tapped, or threaded hub openings with insert plugs. F. Paint boxes in accordance with Section 09905. G. Use outlet boxes sized to accommodate quantity of conductors enclosed. H. Install pull boxes or junction boxes in conduit runs where indicated or required to facilitate pulling of wires or making connections. 1. Make covers of boxes accessible. I. Install pull boxes or junction boxes rated for the area classification. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 16130-5 J. Install boxes of size to accommodate quantity of conduit 01 tying into box. 02 03 K. Install rigid conduit squarely into boxes which do not have 04 hubs or are drilled and tapped. 05 1. Install with locknut on the outside and bushing on 06 inside. 07 08 L. Install conduit into boxes with hubs or that are tapped, 09 using thread lubricant. 10 11 M. Do not use back-to-back boxes on this Project. 12 13 N. Seal all points of conduit entry into fiberglass 14 cable -pulling enclosures for a waterproof installation. 15 16 0. Support outlet boxes for incandescent fixtures and other 17 ceiling -mounted devices in lay -in acoustical the ceilings by 18 bar hangers anchored to ceiling construction members which do 19 not interfere with tile removal. 20 21 P. All exposed conduit entrances into boxes or wiring gutters 22 located outdoors or in areas where the boxes or wiring 23 gutters may be exposed to moisture shall be provided with a 24 Myers hub. 25 26 Q. All conduits that enter enclosures shall be terminated by a 27 fitting which ensures that the NEMA rating of the enclosure 28 is not affected or changed. 29 30 END OF SECTION 31 City of Lubbock, Municipal Water Treatment - Contract 3 No Text 4, 01 91E30 SECTION 16140 02 03 WIRING DEVICES z ; 04 05 PART 1 - GENERAL 06 r 07 1.01 SUMMARY 08 09 A. Section Includes: 10 1. Lighting switches, receptacles, device plates, and 4 11 dimmers. 12 13 B. Related Sections include but are not necessarily limited to: 14 1. Section 16010 - Electrical: General Requirements. 15 2. Section 16130 - Outlet, Pull, and Junction Boxes. 16 17 1.02 QUALITY ASSURANCE I 18 19 A. Referenced Standards: 20 1. Refer to Section 16010. 21 22 B. Miscellaneous: 23 1. Wiring devices shall be thermoplastic mounted on a steel 24 mounting strap. 25 26 27 1.03 SUBMITTALS 28 A. Shop Drawings: 29 1. Refer to Section 01340. 30 2. Product technical data including: 31 a. Acknowledgement that products submitted meet 32 requirements of standards referenced. 33 b. Manufacturer's installation instructions. 34 c. Manufacturer's technical information on products to 35 be used. 36 d. Acknowledgement that products submitted are UL or ETL 37 listed. 38 e. When general data sheets constitute part of the 39 submittal specifically identify the products to be 40 used on this project. 41 42 PART 2 - PRODUCTS 43 44 2.01 ACCEPTABLE MANUFACTURERS 45 46 A. Subject to compliance with the Contract Documents, the 47 following Manufacturers are acceptable: 48 1. Lighting switches, base: 49 a. Hubbell. 50 b. Slater. 51 c. P&S. 52 d. Arrow Hart. 53 e. General Electric. City of Lubbock, Municipal Water Treatment - Contract 3 ,. 16140-1 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 16140-2 01 f. Leviton. 01 02 2. Receptacle outlets, base: 02 03 a. Hubbell. 03 04 04 b. Slater. 05 05 c. P&S. 06 06 d. Arrow Hart. 07 e. General Electric. 07 08 f. Leviton. 08 09 3. Dimmers, base: 09 10 a. Lutron. 10 11 11 b. General Electric. 12 c. P&S. 12 13 13 4. Plug-in strip, base: 14 a. Wiremold. 14 15 b. Walker'. 15 16 16 17 2.02 MATERIALS 17 18 18 19 A. Lighting Switches for Unclassified Areas: 14 20 1. Toggle type, quiet action, specification grade with 20 21 grounding terminal. 21 22 2. Back and side wired. 22 23 3. Solid silver cadmium oxide contacts. 23 24 4. One-piece switch arm rated 20 A, 120/211 V AC., 24 25 5. UL listed. 25 26 6. Color: Ivory. 26 27 7. Wall plate: Type 304 stainless steel. 27 28 8. Type: As indicated on Drawings. 28 29 29 30 B. Receptacle for Unclassified Areas: 30 31 1. Straight blade, grounding type, specification grade. 31 32 2. Back and side 'wired with wrap-around,bridge. 32 33 3. Rated 20 A, 125 V AC. 33 34 4. UL listed. 34 35 5. Color: Ivory. 35 36 6. Wall plate: Type 304 stainless steel. 36 37 7. Type: As indicated on Drawings. 37 38 38 39 C. Lighting Switches for Wet Areas: 39 40 1. Presswitch type, quiet action, specification grade, with 40 41 grounding terminal. 41 42 2. Back and side wired. 42 43 3. Solid silver cadmium oxide contacts. 43 44 4. One-piece switch arm rated 20 A, 120/277 V AC. 44 45 5. UL listed. 45 46 6. Color: Ivory. 46 47 47 7. Wall plater Gray weatherproof presswitch,type. 48 8. Type: As indicated on Drawings. 48 49 49 50 D. Receptacles for Wet Areas: 50 51 1. Straight blade, grounding type, specification grade. 51 52 2. Back and side wired with wrap around bridge. 52 53 3. Rated 20 A, 125 V AC. 53 City of. Lubbock,_ Municipal Water Treatment - Contract 3 16140-3 01 4. UL listed. 01 02 5. Color: Ivory. 02 ,. 03 6. Wall plate: Weatherproof, cast aluminum, UL listed, WDL 03 04 open and closed. 04 05 7. Type: As indicated on Drawings.. 05 06 06 07 E. Ground Fault Circuit Interrupter Receptacle: 07 I I 08 1. Straight blade, grounding type., specification grade. 08 09 2. Rated 20 A, 125 V AC. 09 10 3. UL listed. 10 11 4. Test and reset buttons. 11 12 5. Wall plate: Indoor or weatherproof as required. 12 13 6. Feed-thru type. 13 14 14 15 F. Lighting Switches for Corrosive Areas: 15 16 1. Corrosion -resistant NEMA U enclosure with switch 16 rc 17 consisting of: 17 18 a. Fiberglass reinforced polyester enclosure. 18 19 b. Fiberglass reinforced polyester gasketed wall plate 19 20 with built-in toggle lever switch with stainless 20, W r 21 steel shaft. 21 22 c. Grounding bushing. 22 23 d. Rated 20 A, 125 V AC. 23 24 e. UL listed. 24 25 f. Type: As indicated on Drawings. 25 26 2. Optional: Corrosion -resistant enclosure and switch 26 27 consisting -of: 27 28 a. Cast copper -free aluminum "FS" or "FD" ridge type hub 28 29 box. 29 30 b. Toggle type, quiet action, specification grade 30 G 31 switch, rated 20 A, 125 V AC with solid silver 31 32 cadmium oxide contacts, UL listed. 32 33 c. Neoprene gasket. 33 PM 34 d. Cast aluminum cover with stainless-steel screws and 34 35 lever to activate switch. 35 36 e. Type: As indicated on Drawings. 36 �" 37 37 38 G. Receptacles for Corrosive Areas: 38 39 1. Corrosion -resistant straight blade, grounding type, 39 40 specification grade. 40 41 2. Back and side wired with wrap-around bridge. 41 42 3. Rated 20 A, 125 V AC. 42 43 4. UL listed. 43 44 5. Color: Yellow. 44 45 6. Box: "FS" or "FD" ridge type cast hub box of copper -free 45 46 aluminum. 46 47 7. Gasket: Neoprene. 47 p 48 S. Wall plate: Weatherproof, cast aluminum, UL listed, WDL 48 49 open or closed. 49 �.. 50 9. Type: As indicated on Drawings. 50 � ! 51 51 52 H. Plug -In Strip: Surface steel raceway plug-in strip with 52 53 single 15 A, 125 V, 3 wire grounding -type receptacles spaced 53 d, City of Lubbock, Municipal Water Treatment - Contract 3 �"'" 16140-4 01 18 IN on center. 01 02 1. Prewired with two #12 .TW and one #12 TW green insulated, 02 03 ground. 03 04 2. Minimum 1-1/4 IN wide x 3/4 IN deep. 04 05 3. Suitable fittings and snap -in cover. 05 06 06 07 I. Lighting Dimmers for Incandescent and Fluorescent Lamps: 07 08 1. Electronic solid state type, rated for load, 120,and 277 08 09 V AC. 09 10` 2. Circuit design: Silicon symmetrical_ gate to provide full 10' 11 wave dimming,and withstand current and inverse voltage 11 12 surges. 12 13 3. Controls: Linear slide or rotary with positive off. 13 14 4. Provide built-in filter to minimize noise interference in 14 15 nearby audio lines. 15 16 5. Rated 100 DegF maximum, ambient. 16 17 6. UL listed. 17 is 7. Finish: Ivory or white. 18 19 19 20 PART 3 - EXECUTION 20 21 21 22 3.01 INSTALLATION 22 23 23 24 A. Mount devices where indicated on the Drawings and as 24 25 scheduled in Section 16010. 25 26 26 27 B. Surface mount receptacles and light switches in concrete 27 28 construction. 28 29 29 30 C. In masonry and metal stud construction, recess mount 30 31 receptacles and light switches 'unless device precludes 31 32 recessed mounting. 32 33 33 34 D. Where more than one receptacle is installed in a room, they 34 35 shall be symmetrically arranged. 35 36 36 37 E. Set switches and receptacles plumb and vertical to the floor. 37 38 38 39 F. Set recess -mounted switches and receptacles flush with face 39 40 of walls. 40 41 41 42 G. Do not connect dimmers to loads in excess of 80 percent of 42 43 the rating of the dimmer. 43 44 44 45 H. Provide blank plates for empty outlets. 45 46 46 47 END OF SECTION 47 City of Lubbock, Municipal Water Treatment - Contract3 16150-1 *•. L 01 91GIO SECTION 16150 02 �.. 03 PANELBOARDS 04 05 06 PART 1 - GENERAL 07 08 1.01 SUMMARY 09 10 A. Section Includes: 11 1. Panelboards. 12 2. Panelboards which are combined with a dry -type 13 14 transformer in an overall enclosure to form an integral power assembly or mini -power center. 15 16 B. Related Sections include but are not necessarily limited to: 17 1. Section 16010 - Electrical: General Requirements. 18 2. Section 16190 - Dry -Type Transformers. 19 3. Section 16450 - Grounding. 20 4. Section 16474 - Motor Control Centers and Control 21 Equipment. 22 23 24 1.02 QUALITY ASSURANCE 25 A. Referenced Sections: 26 1. National Fire Protection Association (NFPA): 27 a. National Electric Code (NEC) 28 2. Underwriters Laboratories, Inc (UL): 29 a. 67, Panelboards. 30 31 1.03 SUBMITTALS 32 33 A. Shop Drawings: 34 1. See Section 01340. 35 2. Product technical data including: 36 a. Acknowledgement that products submitted meet 37 requirements of standards referenced. 38 b. Manufacturer's installation instructions. 39 c. Panel layout with alphanumeric designation, branch 40 circuit breaker sizes and types, as indicated in the 41 panel schedules. 42 d. Manufacturer's technical product information. 43 44 45 PART 2 - PRODUCTS 46 47 2.01 ACCEPTABLE MANUFACTURERS l . 48 49 A. Subject to compliance with the Contract Documents, the 50 following Manufacturers are acceptable: 51 1. Panelboards and circuit breakers: 52 a. Westinghouse. 53 b. General Electric. r City of Lubbock, Municipal Water Treatment - Contract 3 rr G 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 16150-2 City of Lubbock, Municipal Water Treatment - Contract 3 c. Square D. 01 d. Cutler -Hammer. 02 e. Siemens -ITE. 03 04 B. Submit requests for substitution in accordance with 05 Specification Section 01640. 06 07 2.02 MANUFACTURED UNITS 08 09 A. Panelboards: 10 1. UL 67 listed. 11 2. Designed in accordance with NEC Article 384. 12 3. Dead -front type. 13 4. Fronts: 14 a. Steel reinforced. 15 b. Concealed or semi -concealed hinges. 16 c. Trim adjusting screws. 17 d. Directory card mounted inside front door. 18 e. Corrosionproof lock with retractable latch. 19 f. Surface or flush mounting as required or indicated on 20 the Drawings. 21 5. Bus bars: 22 a. Sequenced phased. 23 b. Fully insulated. 24 c. Drilled and tapped on circuit pole centers. 25 d. Copper. 26 6. Main lugs: 27 a. Solderless type. 28 b. Approved for copper UL listed wire. 29 7. Solid neutral bar with solderless mechanical type 30 connectors. 31 8. Non -insulated grounding strip including: 32 a. Main ground lug. 33 b. Individual grounding terminals for each circuit 34 breaker and circuit breaker space. 35 9. Maximum panel voltage: 36 a. 240 V AC for lighting and small power panels. 37 b. 600 V AC for power distribution panels. 38 10. See Drawings for additional requirements. 39 40 B. Panel Boxes and Cabinets: 41 1. UL 50 listed. 42 2. Gutter space per NEC and UL requirements. 43 3. Code gage galvanized steel. 44 4. Furnish with knockouts in side, top and bottom panels. 45 5. Nominal 5-3/4 IN deep. 46 47 C. Circuit Breakers: 48 1. Thermal -magnetic type, UL listed. 49 a. Quick -Make, quick -break. 50 b. Do not use tandem or half-size breakers. 51 2. Molded case switches. 52 3. Bolt -on type. 53 City of Lubbock, Municipal Water Treatment - Contract 3 16150-3 4. Three -position handles indicating "ON" and "OFF" and "TRIPPED." 5. Removable from front of panelboard without disturbing adjacent breakers. 6. Single, two, or three pole as required. 7. Rated 10,000 AIC minimum. S. See Drawings for types required. D. Integral Power Assemblies or Mini -Power Centers: 1. UL listed assembly consisting of a transformer and panelboard assembly in one unit. 2. Conform with Article 450-3 of the NEC. 3. Equipped with grounding terminal on case. 4. Transformer: a. UL 506 listed. b. Air cooled two winding type. c. Meet ANSI C89.2 and NEMA -ST -20 requirements. d. 180 degree C insulation system temperature. e. Voltage, KVA, and number of phases as indicated on the drawings. 5. Unit Assembly: a. Enclosure: NEMA 3R rated. b. Bolt -on primary main circuit breaker. c. Bolt -on secondary circuit breaker. d. Secondary branch circuit breakers. e. Ground bar for secondary circuits. f. Neutral bar grounded to case. g. Hinged access cover to panelboard with provision for padlock. h. Knockouts on side of panel. PART 3 - EXECUTION 3.01 INSTALLATION A. Provide each panelboard with a typed "as installed" directory. END OF SECTION City of Lubbock, Municipal Water Treatment - Contract 3 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 No Text 7 01 02 03 04 05 06 07 08 09 �. 10 11 12 13 14 `, 15 16 17 i, 18 19 20 21 ` 22 23 24 25 26 27 r. 28 29 ,. 30 31 32 33 34 35 36 37 38 39 �., 40 41 42 43 44 45 46 47 48 49 50 51 52 53 91G10 PART 1 - GENERAL 1.01 SUMMARY SECTION 16190 DRY -TYPE TRANSFORMERS A. Section Includes: 1. Separately mounted dry -type transformers. 2. Dry -type transformers which are combined with a panelboard in an overall enclosure to form an integral power assembly or mini -power center. B. Related Sections include but are not necessarily limited to: 1. Section 16010 - Electrical: General Requirements. 2. Section 16150 - Panelboards. 3. Section 16450 - Grounding. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. American National Standard Institute (ANSI). 2. National Electrical Manufacturers Association (NEMA). 3. Underwriters Laboratories Inc (UL): a. 506, Specialty'Transformers. 1.03 SUBMITTALS A. Shop Drawings: 1. See Section 01340. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Manufacturers technical literature to include KVA rating, phase, frequency, primary voltage, and secondary voltage. d. UL nameplate data. 3. Certifications: a. Sound level certifications. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Dry -type transformers: a. Westinghouse. b. General Electric. City of Lubbock, Municipal Water Treatment - Contract 3 16190-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 16190-2 c. Square D. B. Submit requests for substitution in accordance with Specification Section 01640. 2.02 MANUFACTURED UNIT A. Dry -Type Transformers: 1. UL 506 listed. 2. Ventilated or non -ventilated, air cooled, two winding type• 3. Cores: High grade, non -aging silicon steel with high magnetic permeability, and low hysteresis and eddy current losses. Magnetic flux densities are to be kept well below the saturation point. 4. Coils: Continuous wound construction and impregnated with non -hygroscopic, thermosetting varnish. 5. Sound levels: Manufacturer shall guarantee not to exceed the following: a. 5 to 50 KVA: 50 dB. 6. Transformers shall meet or exceed ANSI C89.2 and NEMA 20 requirements. 7. Insulating material (600 V and below): In accordance with NEMA 20 standard for a 220 DegC UL component recognized insulation system. 8. Voltage, KVA rating, and phase as indicated on the Drawings. 9. Minimum impedance shall be 2-1/2 percent. B. Accessories for General Purpose Dry -Type Transformers 1. Painted metal wall brackets. 2. UL listed weathershield kit. C. Transformers for Use with Integral Power Assemblies or Mini -Power Centers: 1. See Specification Section 16150. 2.03 FABRICATION A. Mount core -and -coil assemblies of transformers on rubber isolation pads. B. Furnish taps for transformers as follows: 1. 1 PH, 25 KVA and below: Two 2-1/2 percent,FCAN and two 2-1/2 percent FCBN. 2. 3 PH, 15 KVA and below: Two 2-1/2 percent FCAN and two 2-1/2 percent FCBN. 3. 3 PH, 30 KVA and above: Two 2-1/2 percent FCAN and four 2-1/2 percent FCBN. PART 3 - EXECUTION City of Lubbock, Municipal Water Treatment - Contract 3 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 16190-3 O1 3.01 INSTALLATION 02 03 A. Install products in accordance with manufacturer's 04 instructions. 05 06 07 END OF SECTION City of Lubbock, Municipal Water Treatment - Contract 3 O1 02 03 04 05 06 07 (THIS PAGE LEFT BLANK INTENTIONALLY) 16450-1 c O191G10 SECTION 16450 01 02 02 ,. 03 GROUNDING 03 04 04 05 05 06 PART 1 - GENERAL 06 r• 07 07 08 1.01 SUMMARY 08 09 09 10 A. Section Includes: 10 11 1. Grounding. 11 12 12 13 B. Related Sections include but are not necessarily limited to: 13 14 1. Section 16010 - Electrical: General Requirements. 14 15 2. Section 16111 - Conduit, Conduit Fittings, Conduit 15 16 Supports, and Wireway. 16 17 3. Section 16120 - Cable - 600 Volt and Below. 17 18 4. Section 16130 - Outlet, Pull, and Junction Boxes. 18 19 5. Section 16140 - Wiring Devices. 19 O- 20 20 21 1.02 QUALITY ASSURANCE 21 22 22 23 A. Assure ground continuity is continuous throughout the entire 23 24 Project. 24 25 25 26 B. Referenced Standards: 26 !" 27 1. American Society for Testing and Materials (ASTM): 27 28 a. B8, Standard Specification for 28 29 Concentric -Lay -Stranded Copper Conductors, Hard, 29 r- 30 Medium -Hard, or Soft. 30 31 2. National Fire Protection Association (NFPA): 31 32 a. National Electric Code (NEC). 32 33 3. Institute of Electrical and Electronic Engineers (IEEE): 33 34 a. 837, Qualifying Permanent Connections Used in 34 i; 35 Substation Grounding. 35 36 4. Underwriters Laboratories, Inc. (UL): 36 37 a. 467, Grounding and Bonding Equipment Sixth Edition. 37 38 38 39 1.03 SUBMITTALS 39 P" 40 40 41 A. Shop Drawings: 41 42 1. See Section 01340. 42 43 2. See Section 16010. 43 44 3. Product technical data including: 44 45 a. Grounding Systems: 45 46 1) Building grounding system. 46 47 2) Service entrance grounding." 47 48 3) Equipment grounding. 48 49 49 •- 50 50 a 51 PART 2 - PRODUCTS 51 52 52 53 2.01 ACCEPTABLE MANUFACTURERS 53 t, City of Lubbock, Municipal Water Treatment - Contract 3 7 16450-2 01 02 A. 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 B. 25 26 27 2.02 28 29 A. 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 B. 51 52 C. 53 Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Cable: a. As specified in Section 16120. 2. Conduit: a. As specified in Section 16111. 3. Ground rods: a. Thompson. b. Joslyn. c. Heary Brothers. 4. Grounding clamps and connectors: a. Thompson. b. Burndy. c. Heary Brothers. d. Joslyn. 5. Exothermic weld connections: a. Erico Products inc., Cadweld. b. Burndy. 6. Fall -of -potential test device: a. "Ground Megger" device: 1) James G. Biddle Co. Submit requests for substitution in accordance with Specification Section 01640. COMPONENTS Wire and Cable: 1. As specified in Section 16120. 2. Grounding electrode conductor: a. Bare copper ground cable: 1) Soft drawn stranded bare copper cable. 2) ASTM B8. b. Sized as required by Table 250-94 of the NEC, except where a larger size conductor is shown on the. Contract Drawings, 1) Minimum conductor allowed: 2/0. 3. Grounding conductor: a. Bare copper ground cable: 1) Soft drawn stranded bare copper cable. 2) ASTM B8. b. 2/0 unless otherwise shown on Contract Drawings. 4. Equipment grounding conductor: a. Bare or green insulated, soft drawn copper conductor. b. Sized as required by Table 25045 of the NEC, except where a larger size conductor is shown on the Contract Drawings. Conduit: As specified in Section 16111. Grounding Clamps: 1. High copper alloy content: Compression type. City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 2. UL 467 listed. 3. Noncorrosive. D. Ground Rods: 1. 3/4 IN x 10 FT, except as otherwise indicated on the Contract Drawings. 2. Copperclad: a. Heavy uniform coating of electrolytic copper molecularly bonded to a rigid -steel cone. b. Corrosion resistant bond between the copper and steel. 3. Hard drawn for a scar -resistant surface. 4. UL listed. E. Exothermic Weld Connections: 1. Copper oxide reduction by 2. Molds properly sized for PART 3 - EXECUTION 3.01 INSTALLATION aluminum process. each application. A. General: I. Install products in accordance with manufacturer's instructions. 2. -Remove paint, rust, or other nonconducting material from contact surfaces before making ground connections. 3. Where ground conductors pass through floor slabs or building walls, sleeves of intermediate metal conduit of the required size, shape, and length shall be provided, unless otherwise specified or shown on Drawings. B. Ground Grid: 1. Locate ground rods at approximate locations shown on Drawings. 2. Install rods in firm soil outside of excavated areas. 3. Place perimeter rods a minimum of 10 FT from the building foundation. 4. Drive top of rod to depth of 2 FT -6 IN below grade unless otherwise noted on Contract Drawings. 5. Use driving studs or other suitable means to prevent damage to threaded ends of sectional rods. 6. Interconnect all ground rods with ground electrode conductor: a. Size as indicated on Contract Drawings. b. Sized in accordance with NEC if no size indicated on the Contract Drawings. 7. Do not splice grounding electrode conductor. 8. Provide excavation required for installation of ground conductors buried in earth. 9. Allow sufficient slack to prevent breakage during backfill or due to ground movement. City of Lubbock, Municipal Water Treatment_- Contract 3 16450-3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 16450-4 Al 10. Leave taps, junctions, and splices uncovered,until 02 inspected by Engineer. 03 11. Bond underground metal piping to the ground grid in 04 accordance with NEC 254., Grounding clamps ,may be 05 utilized on piping if exothermic welds maydamage 06 structural integrity. 07 12. All underground.connections: 08 a. Shall meet the requirements of IEEE 837. 09 1) Cadweld "Exothermic." 10 2) Burndy "Hyground." 11 12 C. Raceway Grounding Conduit: 13 1. All metallic conduit electrically continuous. 14 2. Provide grounding type insulating bushings: 15 a. For all equipment not supplied with a conduit hub. 16 b. On ends of steel ductbank conduit. 17 3. Bond all conduit: 18 a. At entrance and exit to: 19 1) Equipment ground bus. 20 2) Or grounding lug. 21 4. Provide bonding jumpers if conduit are installed in 22 concentric knockouts. 23 S. Make all metallic raceway fittings and grounding clamps 24 tight to ensure equipment grounding system will operate 25 continuously at ground potential to provide low impedance 26 current path for proper operation of overcurrent devices 27 - during passible ground fault conditions. 28 6. Provide bonding jumper from equipment ground lug to RGS 29 conduit, if flexible conduit is utilized for equipment 30 connections. 31 7. Provide bonding jumpers identical in conductor size to 32 the largest ground conductor run within the conduit. 33 D. Equipment Grounding: 34 1. Ground all voltage levels at the supply transformer from 35 the secondary neutral to the ground grid. Provide two 36 separate grounding conductors. 37 2. Provide a grounding conductor between the supply 38 transformer and the grounding buses of all supplied MCC's 39 and/or switchgear, 40 3. Ground all'equipment supplied from an MCC or switchgear 41 through the distribution equipment ground bus. Provide . 42 an equipment grounding conductor connected to the ground 43 bus and equipment ground lug. 44 4. Provide two separate grounding conductors for bonding all 45 MCC and switchgear ground buses to the ground grid. 46 5. Bond MCC's and/or 'switchgear fed from other distribution 47 equipment to that equipment. 48 6. Bond 480:120/208 V AC transformers and lighting panels to 49 the supplying MCC ground bus. 50 7. Ground all equipment fed from lighting panels through the 51 lighting panel ground bus. Providegroundconductors for 52 all connections. 53 8. Consider control devices (switches, indicating lights, City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 J O1 meters, starters, relays, etc.) mounted in MCC's, 02 switchgear, control panels, or other metal enclosures to 03 be adequately grounded, if the enclosure ground lug or 04 ground bus is properly grounded. 05 9. Do not splice grounding conductors. 06 10. Run all equipment grounding conductors in conduit. �- 07 11. Provide separate grounding conductors bonded to the 08 ground grid for all DC equipment. 09 12. Provide a bare 2/0 conductor bolted to the motor frame ,., 10 and connected to the ground grid, for all motors 100 HP 11 and larger. i 12 13. Bond all lightning protection equipment to the ground 13 grid. 14 14. Provide lightning and surge arresters: 15 a. All communication cables entering or leaving the 16 plant. e- 17 b. Incoming utility feeds at the plant distribution 18 switchboard. 19 c. Generator leads. 20 d. Instrument circuits. f 21 15. Ground power and. control cable at both ends. 22 16. Size all grounding conductors in accordance with Tables 23 250-94 and 250-95 of the NEC. Oft 24 25 E. Structural Grounding: 26 1. Bond concrete foundation reinforcing steel to the ground 27 at all corners of the structure and at locations along 28 the perimeter. Maximum spacing between bonds but shall 29 not exceed 50 FT. Utilize a bare 2/0 conductor, unless 30 otherwise shown on Contract Drawings. Do not use 31 exothermic welding if it will damage structural integrity 32 of the foundation. 33 2. Make all reinforcing steel electrically continuous. 34 35 3.02 FIELD QUALITY CONTROL 36 37 A. Test resistance of installed ground system prior to 38 backfilling of trenching. 39 40 B. Test ground by fall -of -potential test using "ground megger" 41 device furnished by Contractor. . 42 43 C. Submit test report of ground test. 44 45 46 END OF SECTION City of Lubbock, Municipal Water Treatment - Contract 3 711 16450-5 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 (THIS PAGE LEFT BLANK INTENTIONALLY) w 16474-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33- 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 92E13 SECTION 16474 02 03 MOTOR CONTROL CENTERS AND CONTROL EQUIPMENT 04 05 06 PART 1 - GENERAL r 07 08 1.01 SUMMARY 09 10 A. Section Includes: 11 1. Motor control equipment including 600 volt class motor 12 control centers, manual starters with thermal element, �. 13 individually mounted motor starters, and miscellaneous ( 14 devices. 15 16 B. Related Sections include but are not necessarily limited to: 17 1. Section 11005 - Equipment: General Requirements. 18 2. Section 13448- Control Panels. 19 3. Section 16010 - Electrical: General Requirements. 20 4. Section 16115 - Underground Conduit, Ducts, and Manholes. 21 5. Section 16450 - Grounding. 22 �., 234 1.02 QUALITY ASSURANCE F, 25 A. Referenced Standards: 26 1. Canadian Standards Association (CSA). 27 2. National Electrical Manufacturers Association (NEMA): 28 a. ICS 1 (ANSI C19.1), General Standards for Industrial 29 Control and Systems. 30 b. ICS 2, Industrial Control Devices, Controllers, and 31 Assemblies. 32 c. 250, Enclosures for Electrical Equipment (1000 Volt 33 Maximum). 34 3. National Fire Protection Association (NFPA): 35 a. 70, National Electrical Code (NEC). 36 4. Underwriters Laboratories, Inc (UL): 37 a. 845, Electric Motor Control Centers. 38 39 B. Miscellaneous: 40 1. Verify motor horsepower loads, other equipment loads, and 41 controls from approved shop drawings and notify Engineer 42 of any discrepancies. Match control transformers, 43 overloads, heaters, and minimum sizes of starters to 44 equipment furnished which may differ from assumed values 45 on the Drawings. Overloads shall reflect any load -side 46 power factor capacitors. 47 2. Verify the required instrumentation and control wiring 48 for a complete system and notify Engineer of any 49 discrepancies. r- 50 i 51 1.03 SUBMITTALS 52 53 A. Shop Drawings: City of Lubbock, Municipal Water Treatment - Contract 3 16474-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33- 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 16474-2 '01 1. See Section 16010. 02 2. Product technical data including: 03 a. Name of manufacturer and manufacturer's technical 04 information on all products to be used, including 05 starters, breakers, control devices, etc., mounted 06 within MCC's or separately mounted enclosures. 07 b. MCC elevation drawings and complete description of 08 units in the MCC. 09 c. MCC unit schematic and wiring diagrams. 10 d. Wiring diagrams shall be revised as marked by the 11 Engineer to show external circuit cable 12 identification for interconnecting the associated 13 equipment. 14 15 B. Operation and Maintenance Manuals: 16 1. See Section 01340. 17 18 19 PART 2 - PRODUCTS 20 21 2.01 ACCEPTABLE MANUFACTURERS 22 23 A. Subject to compliance with the Contract Documents, the 24 following Manufacturers are acceptable: 25 1. Motor control centers: 26 a. General Electric. 27 b. Westinghouse. 28 c. Square D. -29 d. Siemens Energy and Automation. 30 2. Separately mounted motor starters: 31 a. General Electric. 32 b.Westinghouse. 33 c. Square D. 34 d. Siemens Energy and Automation. 35 3. Control relays: 36 a. Square D. 37 b. General Electric. 38 c. Siemens Energy and Automation. 39 4. Mechanical timers: 40 a. Tork. 41 5. Timing relays: 42 a. Eagle. 43 b. Agastat. 44 c. Square D. 45 d. General Electric. 46 e. Siemens Energy and Automation. 47 6. Enclosures: 48 a. Hoffman. 49 7. Manual starters with thermal element units: 50 a. General Electric. 51 b. Westinghouse. 52 c. Square D. '53 d. Siemens Energy and Automation. City of Lubbock, Municipal'Water Treatment- Contract 3 01 02 03 04 05 06 07 08 09 " 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 r PM 7 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 B. Submit requests for substitution in accordance with Specification Section 01640. 2.02 COMPONENTS A. Motor Control Centers: 1. Designed in accordance with NEMA ICS 1 (ANSI C19.1), NEMA ICS 2, and UL 845. a. Service voltage: 480 V, 3 PH, grounded.three.wire, 60 HZ, unless otherwise indicated on the Drawings. b. Main horizontal bus: 600 A. 1) Unless indicated otherwise on the Drawings. c. Vertical bus: 1) Same rating as main horizontal bus when connected to incoming power feeder. 2) Current rating not less than 150 percent of connected load specified for its respective vertical section. d. Short circuit withstand rating: 42,000 AIC symmetrical. 1) Unless otherwise indicated on the Drawings. e. Provide main horizontal bus in each structure; full capacity, full-length, with provisions for extension. 1) Bus bars: a) High-strength copper. b) Rectangular cross section. c) Support in each structure by means of bus supports. f. Provide each structure with full length vertical copper bus to distribute incoming power to each circuit breaker and starter in structure: 1) Starters NEMA size 5 and 'larger and certain other components may be cable connected to the main bus with the approval of the Engineer. 2) Vertical bus shall be extended to spaces provided for future equipment. g. Provide ground bus: 1) Continuous. 2) 1/4 x 2 IN copper. 3) Solidly grounded to each structure. 4) Locate near bottom of structure. 5) Provide for lug connection of equipment ground wires. 6) Provide solderless connector at each end section for external grounding cable, sized for 4/0 AWG. h. Provide guides for supporting and aligning starters. i. Provide dry type control power transformer: 1) 480/120 V. 2) Fused on both primaries and one secondary side, with one secondary side grounded. 3) Rated for 140 percent of required load. 4) For all motor starters. City of Lubbock, Municipal Water Treatment - Contract 3 16474-3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 16474-4 01 2. Construction: 01 02 a. NEMA Class II, Type B. 02 03 b. NEMA 12, free standing. 03 04 c. Unit structures: 04 05 1) Totally enclosed. 05 06 2) Joined together to form one assembly: 06 07 a) Each unit structure will be nominal 20 IN 07 08 wide, 20 IN deep, and 90 IN high, unless 08 09 otherwise indicated on the Contract Drawings. 09 10 d. Fabricate of not less than 14 GA steel with 16 GA 10 11 steel doors in standardized units. 11 12 e. Provide each structure with two horizontal wiring 12 13 spaces. 13 14 1) One at top. 14 15 2) One at bottom. 15 16 3) Spaces will line up with adjacent units to form 16 17 convenient wiring raceway entire length of 17 18 control center. 18 19 f. Provide each structure with one vertical wireway for 19 20 unit wiring. 20 21 1) With cable tie supports to hold wiring in place. 21 22 2) With a separate door. 22 23' g.' Bottom shall have ample unrestricted space for 23 24 conduit'entry. 24 25 h. Doors:25 26' 1) Formed round corners and rolled edges. 26 27 2) Gasketed. 27 28 3) Minimum of two heavy-duty hinges or continuous 28 29 piano hinge. 29 30 4)' Held closed,by means.of captive fasteners. 30 31 i. Fabricate doors:' 31 32 1) Part of structure and not part of starter. 32 33 2) To cover openings after starters have been 33' 34 removed. 34 35 j. Cubicles: 35 36 1) Totally enclosed. 36 37 2) Effectively baffled to isolate any ionized gases 37 38 which may occur within unit starter. 38 39 k. Assemblies effectively ventilated, to allow 39 40 relocation of starters and other components: 40 41 1) Within the assembly. 41 42 2) With the same load. 42 43 3) Without having to compensate for changes in 43 44 location. 44 45 3. "Combination full or reduced voltage, as indicated on 45 46 the Drawings, magnetic' starters mounted in MCC: 46 47 a., Circuit breaker: 47 48 1) Motor circuit protector (MCP) type. 48: 49 2) Provide auxiliary switch for remote annunciation 49 50 ' as indicated on the Drawings. 50 51 b. Contactor NEMA rated. 51 52 c. Line plug-in, pull-out, lock -out type. 52 53 1) Except starters NEMA size 5 and larger. 53 City of Lubbock, Municipal Water Treatment - Contract 3 16474-5 01 a) Fixed mounted with the approval of the 01 02 Engineer. 02 03 2) Provide guides in structure for supporting and 03 04 aligning unit starter during removal or 04 05 replacement. 05 06 3) Plug-in units: 06 07 a) Silver-plated. 07 08 b) Pressure type line disconnecting stabs. 08 09 c) High-strength copper alloy. 09 10 4) Lock -out latch to padlock unit in "pull-out" 10 11 position and at same time isolate stubs and 11 12 entire unit from bus. Hold each unit in place by 12 13 means of quick -captive fasteners. 13 14 d. Operating handle shall clearly indicate whether 14 15 circuit breaker is ON, OFF, or TRIPPED. 15 16 1) Provide means to lock each circuit breaker handle 16 17 in OFF position with cover closed by means of up 17 18 to three padlocks. 18 19 2) Interlock so that circuit breaker must be in OFF 19 20 position before door can be opened: 20 21 a) Provide defeater mechanism for use by 21 22 authorized personnel. 22 23 e. Provide starter unit with external manually 23 24 resettable three bimetallic type overload relays. 24 25 Coordinate size with actual motor full load current. 25 26 1) For motors with power factor correction 26 27 capacitors, size heater elements to compensate 27. 28 for the capacitors effect on load current. 28 29 f. Provide heavy-duty devices: 29 30 1) Oiltight selector switches. 30 31 2) Pushbuttons. 31 32 3) Pilot lights: 32 33 a) Push -to -test type. 33 34 4) Or other devices as indicated on the Drawings. 34 35 5) Devices will be accessible with the door closed. 35 36 g. Provide each starter with two extra field reversible 36 37 N.O.auxiliary contacts for future use. 37 38 h. Provide six -digit readout elapsed time meter. 38 39 1) Where indicated on Drawings. 39 40 1. Starter units will have the same fault current 40 41 withstand rating as the main bus fault current 41 42 withstand rating. 42 43 J. Provide each starter with the following status 43 44 signals, wired to terminal boards: 44 45 1) Motor run contact (N.O.). 45 46 2) Motor stop contact (N.C.). 46 47 3) Auxiliary overload relay contact (N.O.). 47 48 k. Spare starters shall have breakers and overloads 48 49 sized for their largest rated motor and 100 VA extra 49 50 transformer capacity unless indicated otherwise. 50 51 1.Reduced-voltage starters shall be auto -transformer 51 52 1type, closed -transition. 52. 53 4. Main and feeder circuit breakers: Molded case thermal 53 City of Lubbock, Municipal Water Treatment -Contract 3 16474-6 01 magnetic or solid state trip type, with minimum 02 interrupting rating equal to the main bus fault current 03 rating: 04 a. Circuit breaker frame sizes 150 A and less: 05 1) Non -interchangeable, non-adjustable, thermal 06 magnetic trip units. 07 b. Circuit breaker frame sizes 225 A and higher: 08 1) Interchangeable and adjustable thermal magnetic 09 trip units. 10 c. .Circuit breaker frame sizes 600 A and greater: 11 1) Solid state trip units, unless otherwise noted on 12 the Drawings. 13 2) Current sensor or rating plug. 14 3) Adjustable current setting: Minimum range 70 to 15 100 percent of current sensor or rating plug. 16 4) Adjustable instantaneous pickup: Minimum range 3 17 to 8 times.. 18 5) On circuit breakers 1000 A and larger provide 19 ground fault protector. 20 a) Adjustable pick-up. 21 b) Adjustable delay. 22 d. Provide main circuit breaker with service entrance 23 label. 24 e. All circuit breakers to be provided with padlocking 25 provision in the OFF position for up to three 26 padlocks. 27 f. Circuit breakers rated 1000 A or above: 100 percent 28 rated. 29 5. Metering equipment: Provide, where indicated on the 30 Drawings, meter of circular scale, flush or semi -flush 31 switchboard type, 250 degree, nonparallax scale. 32 a. Shatterproof case, minimum 4 IN DIA or 6 IN SQ. 33 b. Uniformly scaled with accuracy of one percent in 34 multiples of 10 or 100 of standard scale, match 35 scales with current and potential transformer 36 ratings. 37 c. Voltmeter: 38 1) Instrument type with range of 0-600 V. 39 2) Provide three -position rotary switch: 40 a) For selecting line -to -line voltage. 41 b) With OFF position. 42 d. Ammeter: 43 1), Instrument type with range as required by.main 44 bus rating, unless otherwise indicated on the 45 Drawings.' 46 2) Provide three -position rotary switch for 47 selecting phase currents and OFF position. 48 e. Current Transformer (CT): 49 1) Dry. 50 2). Indoor type. 51 3) 600 V. 52 4) With ratio as required by the main bus rating: 53 a) Unless otherwise noted on the Drawings. City of.Lubbock,,Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 r r- City of Lubbock, Municipal Water Treatment - Contract 3 16474-7 O1 5) Short circuiting device. 01 02 6) A minimum ANSI metering accuracy class of 0.3 02 03 thru B-0.5. 03 04 7) Mount and brace to withstand mechanical stresses 04 05 resulting from short circuit currents. 05 06 6. Provide ambient compensated devices where the controlled 06 07 load is located outdoors or as indicated on the Drawings. 07 08 08 09 B. Manual Starters with Thermal Element: 09 10 1. Quick -make, quick -break toggle mechanism. 10 11 2. Trip free. 11 12 3. Clearly indicate ON, OFF, and TRIPPED position. 12 13 4. NEMA 12 enclosure unless otherwise indicated on the 13 14 Drawings. 14 15 15 16 C. Separately Mounted Starters (1 or 3 PH): 16 17 1. Circuit breaker shall be motor circuit protector (MCP) 17 18 type. 18 19 2. Contactor shall be NEMA rated. 19 20 a. One-half size starters not permitted. 20 21 3. Operating handle shall clearly indicate whether circuit 21 22 breaker is ON, OFF, or TRIPPED. 22 23 a. Provide means to lock each circuit breaker handle in 23 24 OFF position with cover closed by means of up to 24 25 three padlocks. 25 26 b. Interlock so that circuit breaker must be in OFF 26 27 position before door can be opened. Provide defeater 27 28 mechanism for use by authorized personnel. 28 29 4. Provide starter unit with external manually resettable 29 30 bimetallic type overload relay for each phase lead. 30 31 Coordinate size with actual motor full load current. 31 32 a. For motors with power factor correction capacitors 32 33 size heater elements to compensate for the capacitors 33 34 effect on load current. 34 35 5. Provide heavy-duty oiltight selector switches, 35 36 pushbuttons and pilot lights, and other devices as 36 37 indicated on the Drawings. These devices will be 37 38 accessible with the door closed. Provide protective caps 38 39 for push buttons on starters outdoors. 39 40 6. Provide each starter with two'extra field reversible NO 40 41 auxiliary contacts for future use. 41 42 7. Provide each 480 V starter with 480/120 V control power 42 43 transformer fused on both primaries and on one secondary 43 44 side, with one secondary lead grounded, and rated for 140 44 45 percent of required load. 45 46 8. Provide six -digit readout elapsed time meter where 46 47 indicated on Drawings. 47 48 9. Starter units shall have the same fault current withstand 48 49 rating as the MCC main bus fault current withstand rating 49 50 which supplies the starter unless otherwise indicated. 50 51 10. Provide each starter with the following status signals, 51 52 wired to terminal boards. 52 53 a. Motor run contact (N.O.). 53 City of Lubbock, Municipal Water Treatment - Contract 3 16474-8 01 b. Motor stop contact (N.C.). 01 02 c. Auxiliary: overload relay contact (M.O.). 02 03 11. Enclosure Types: Q3 04 a. NEMA 4 for outdoor applications or where indicated 04- 05 on the Drawings. 05' 06 b. NEMA 12 for indoor applications or where indicated 06 07 on the Drawings. 07 08 c. NEMA 4X for corrosive areas. 08 09 d. NEMA 7 for Class I, Groups C and D hazardous 09 10 locations. 10 11 11 12 D. Miscellaneous Devices: 12 13 1. Selector switches, indicating lights, and pushbuttons: 13 14 a. Heavy-duty oiltight/watertight for unclassified or 14 15 wet areas. 15 16 b. NEMA 4 for outdoor applications or panels specified 16 17 WP. 17 18 c. NEMA 4X for corrosive areas. 18 19 d. NEMA.? and 9 for Class I, Division I Groups C and D; 19 20 and Class II, Division I, Groups E, F, and G 20 21 hazardous locations. 21 22 e. Selector switches shall have standard gloved 22 23 operator. 23 24 f. Pushbuttons shall have standard flush operator. 24 25 g. Provide switch positions and contacts: 25 26 1) As specified on Contract Drawings or as necessary 26 27 for proper control. - 27 28 h. Switch contacts shall be NEMA A600 rated. 28 29 i. Full voltage indicating lights, unless specified 29 30 otherwise. 30 31 2. Alarm horns: 31 32 a. Siren type. 32 33 b. Sheet metal housing. 33 34 1) Primer and finish coat of paint shall be suitable 34 35 for use in corrosive areas. 35 36 c. Adjustable mounting bracket. 36 37 d. For use on 120 V AC. 37 38 e. Universal motor. 38 39 f. Nominal 106 dB at 10 FT from source. 39 40 g. Federal Signal Model "A" or approved equal. 40 41 3. Control relays: 41 42 a. Provide industrial control relays as specified on the 42 43 Drawings and as required for proper operation and 43 44 control of supplied equipment. 44 45 b. All control relays shall have 120 V coils capable of 45 46 operating on-line voltage fluctuations of ±10 46 47 percent unless specified otherwise. 47' 48 c. Relays shall be provided NEMA A600 rated contacts, 48 49 and shall be capable of supporting a minimum of eight 49 50 contacts. 50 51 d. Provide relays with all N.O.contacts unless otherwise 51 52 specified. 52 53 e. Provide contacts for all -required control plus two 53 City of Lubbock, Municipal Water Treatment - Contract 3 16474-9 01 spares. 01 02 4. Time delay relays: 02 03 a. Provide time delay relays with delayed pickup or 03 04 release as specified on Drawings. 04 05 b. All time delay relays shall operate at 115 V AC 05 �.. 06 :10 percent. 06 07 c. Heavy duty, solid state construction. 07 08 d. Contact rating: 10 amps. 08 09 e. Provide external adjust dial with 0-30 second range 09 10 unless specified otherwise. 10 11 f. Operating temperature ranges: -18 to +50 DegC. 11 12 g. Repeat accuracy: t3 percent plus ±lOms over 12 �- 13 specified voltage range. 13 14 h. Provide all required contacts plus two N.O.spares. 14 15 1. Provide auxiliary relays as required to perform 15 1*6 functions specified on Drawings. 16 17 5. Terminal strips: 17 18 a. 600 V. 18 19 b. Full size. 19 FM 20 c. Rated for 10 A continuous current. 20 1. 21 6. Electromechanical Timers: 21 22 a. Time switches: 22 FM 23 1) Duty cycle type. 23 24 2) Capable of programming at 15 -minute intervals of 24 25 the day. 25 26 3) Schedule tabs provided: 26 = 27 a) Easily set by hand without tools to obtain or 27 28 change the desired schedule. 28 29 b. The unit: 29 7 30 1) Powered by a self-starting, enclosed, 120 V, 60 30 31 HZ, synchronous motor capable of continuous and 31 32 accurate operation. 32 33 c. The switch mechanism: 33 34 1) Self-contained unit rated at not less than 20 A, 34 35 120 V, single pole, double throw. 35 36 2) Readily replaceable in the field. 36 i, 37 d. An omitting device: 37 38 1) Furnished as an integral part of the time switch: 38 39 a) To enable the switching operation to be 39 40 skipped for any preselected day or days of 40 41 the week. 41 42 e. Verify that the timer is compatible with all 42 43 44 associated control relays, and furnish schematics showing all connections. 43 44 45 f. Provide detailed instructions as part of the 45 46 operation and maintenance manuals: 46 47 1) Setting and changing the timing intervals. 47 48 7. Enclosures and control panels: 48 49 a. NEMA 12 for unclassified areas. 49 PM 50 b. NEMA 4 for outdoor or wet areas. 50 51 c. NEMA U for corrosive areas. 51 52 d. NEMA 7 and 9 for Class I or II hazardous locations. 52 7 53 53 City of Lubbock, Municipal Water Treatment - Contract 3 r i 6, 16474-10 01 01 02 PART 3 - EXECUTION 02 03 . 03 — 04 3.01 INSTALLATION 04 05 05 06 A. Install as indicated and in accordance with manufacturer's 06 07 recommendations and instructions. _ 07 08 08 09 B. Mount MCC on 4 IN high concrete pad as indicated on the 09 10 Drawings: 10 11 1. Install two 4 IN wide channel sills flush in pads to 11 12 support and maintain alignment of the MCC. 12 13 2. Align front of MCC with top edge of pad chamfer. 13 — 14 14 15 C. Furnish with each motor control center the following boxed 15 16 spare parts: 16 17 1. 100 percent replacement on fuses. 17 18 2. 100 percent replacement on indicating lamps. 18 19 3. 100 percent replacement on color caps. 19 20 4. Boxes shall be clearly labeled as to their contents. 20 21 21 22 3.02 FIELD QUALITY CONTROL 22 23 23 24 A. Field test and verify operation of the equipment. 24 25 25 26 END .OF SECTION t ' 26 City of Lubbock, Municipal Water Treatment - Contract 3 16475-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32' 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 E.. 01 91E28 SECTION 16475 02 03 SAFETY SWITCHES 04 05 06 PART 1 - GENERAL 07 08 1.01 SUMMARY 09 ^ 10 A. Section Includes: 11 1. Safety switches. 12 13 B. Related Sections include but are not necessarily limited to: E 14 1. Section 16010 - Electrical: General Requirements. 15 2. Section 16111 - Conduit, Conduit Fittings, Conduit 16 Supports, and Wireway. 17 3. Section 16130 - Outlet, Pull, and Junction Boxes. 18 4. Section 16450 - Grounding. 19 ±� 20 1.02 QUALITY ASSURANCE 21 22 A. Referenced Standards: 23 24 1. See Section 16010. 2. National Electrical Manufacturers Association (NEMA): 25 a. KS 1, Enclosed and Miscellaneous Distribution 26 Equipment switches (600 Volts Maximum). 27 28 1.03 SUBMITTALS 29 30 A. Shop Drawings: 31 1. See Section 16010. 32 2. Product technical data including: 33 a. Provide a tabulation showing safety switch and �., 34 equipment coordination. 35 b. Identify each item of equipment requiring a safety 36 switch, and show catalog number of safety switch 37 provided for that equipment. 138 39 40 PART 2 - PRODUCTS 41 42 2.01 ACCEPTABLE MANUFACTURERS 43 44 A. Subject to compliance with the Contract Documents, the 45 following safety switch manufacturers are acceptable: 46 1. Westinghouse. 47 2. Square D. 48 3. General Electric. 49 50 B. Submit requests for substitution in accordance with 51 Specification Section 01640. 52 53 2.02 SAFETY SWITCHES r t City of Lubbock, Municipal Water Treatment - Contract 3 r 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32' 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 16475-2 01 01 02 A. General: 02 03 1. Non -fusible, unless otherwise indicated. 03 04 2. NEMA Type HD heavy-duty construction. 04 05 3. Minimum of a NEMA 12 enclosure. 05 06 4. Switch blades will be fully visible in the OFF position 06 07 with the enclosure door open. 07 08 5. Contact operation will be quick -make, quick -break. 08 09 6. Provide padlocking provisions in OFF position. 09 10 a. Minimum of three -padlock capability. 10 11 7. UL 98 listed, horsepower rated, and meet NEMA KS 1. 11 12 8. Defeatable door interlocks which prevent door from being 12 13 opened 'while the operating handle is in the "ON" 13 14 position. 14 15 15 16 B. Weatherproof Switches: 16 17 1. NEMA 4 stainless steel type watertight enclosures. 17 18 18 19 C. Explosionproof Switches: 19 20 1. NEMA 9 cast -aluminum enclosures. 20 21 21 22 D. Corrosion -Resistant Switches: 22 23 1. NEMA 4X stainless steel enclosure. 23 24 2. Crouse -Hinds "Krydon" enclosure. 24 25 25 26 26 27 PART 3 - EXECUTION 27 28 28 29 3.01 INSTALLATION 29 30 30 31 A. Install as indicated and in accordance with manufacturer's 31 32 instructions and recommendations: 32 33 1. Securely mount and support safety switches. 33 34 a. Switch enclosures will not vibrate, turn or shake 34 35 when the handle is actuated. 35 36 2. Switches shall be installed adjacent to the equipment 36 37 they are intended to serve unless otherwise indicated on 37 38 the Drawings. 38 39 39 40 40 41 END OF SECTION 41 City of `Lubbock, Municipal Water Treatment —Contract 3 7 16501-1 j 01 91E20 SECTION 16501 02 03 LAMPS 04 b, 05 06 PART 1 — GENERAL .- 07 08 1.01 SUMMARY 09 10 A. Section Includes: 11 1. Lamps. 12 13 B. Related Sections include but are not necessarily limited to: 14 1. Section 16010 - Electrical: General Requirements. ,.. 15 2. Section 16510 - Lighting. 16 3. Section 16525 - Exterior Building Lighting. 17 4. Section 16530 - Site Lighting. 18 19 1402 QUALITY ASSURANCE 20 21 A. Referenced Standards: { 22 1. Refer to Section 16010. 23 24 B. Miscellaneous: 25 1. Lamps are identified for each luminaire in the Lighting 26 Fixture Schedule on the Drawings. �., 27 2. In Class I Division 1 or Class I Division 2 areas, the 28 temperature rating of the luminaire and lamp combination 29 shall not exceed the auto -ignition temperature of the 30 atmosphere in which the luminaire/lamp is used. r 31 32 1.03 SUBMITTALS 33 1^ 34 A. Shop Drawings: 35 1. Refer to Section 01340. 36 2. Product technical data including: ., 37 a. Acknowledgement that products submitted meet 38 requirements of standards referenced. 39 b. Manufacturer's technical information on products to 40 be used. 41 c. Acknowledgement that products submitted are UL or ETL 42 listed. 43 d. When general data sheets constitute part of the 44 submittal specifically identify the products to be 45 used on this project. 46 47 48 1.04 DELIVERY, STORAGE, AND HANDLING 49 A. See Section 16010. 50 51 �.. 52 PART 2 - PRODUCTS 53 7 City of Lubbock, Municipal Water Treatment - Contract 3 t 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 16501-2 01 2.01 ACCEPTABLE MANUFACTURERS 02 03 A. Subject to compliance with the Contract Documents, the 04 following Manufacturers are acceptable: 05 1. General Electric. 06 2. North American/Phillips. 07 3. Sylvania. 08 09 2.02 MATERIALS 10 11 A. General: 12 1. See lighting fixture schedule on drawings for wattage, 13 voltage and number required. 14 15 B. Incandescent Lamps: 16 1. Types: 17 a. 30-135 watts: Energy efficient. 18 b. 200-500 watts: Standard. 19 2. Inside frost. 20 3. Base: Aluminum or brass. 21 22 C. Fluorescent Lamps: 23 1. Rapid start. 24 2. Cool white. 25 3. Energy efficient or standard as noted on the lighting 26 fixture schedule. 27 28 D. High -Pressure Sodium Lamps: 29 1. Bulb finish: Clear. 30 2. Any burning position. 31 32 2.03 MAINTENANCE MATERIALS 33 34 A. Spare Parts: 35 1. Furnish Owner with a minimum of two lamps or 20 percent 36 of total of each _type and watt rating, whichever is 37 greater. 38 39 40 PART 3 - EXECUTION 41 42 3.01 INSTALLATION 43 44 A. Install lamps in all luminaires. 45 46 B. Replace all incandescent lamps installed as part of this 47 Contract and operated during construction and all failed 48 fluorescent, and high pressure sodium lamps with new lamps 49 prior to final acceptance by Owner. 50 1. Relamping is to be done at end of Project. 51 52 53 END OF SECTION City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 I r- 01 91G10 SECTION 16510 02 03 04 LIGHTING 05 06 PART 1 - GENERAL jj 07 CJ 08 1.01 SUMMARY 09 r- 10 A. Section Includes: 11 1. Interior and exterior lighting. 12 13 14 B. Related Sections include but are not necessarily limited to: 1. Section 16010 - Electrical: General Requirements. 15 2. Section 16130 - Outlet, Pull, and Junction Boxes. 16 3. Section 16450 - Grounding. 17 4. Section 16501 - lamps. f 18 19 1.02 QUALITY ASSURANCE r- 20 21 A. Referenced Standards: 22 1. See Section 16010. 23 24 B. Miscellaneous: l . 25 1. Lighting fixtures and electrical components: 26 a. UL labeled. 27 b. Rated for.area classification as indicated on 28 Drawings. 29 r- 30 1.03 SUBMITTALS 31 32 A. Shop Drawings: 33 1. See Section 01340. 34 2. See Section 16010. i.. 35 3. Product technical data including: 36 a. Name of manufacturer, catalog cuts, and photometric r" 37 performance curves for fixtures. l 38 b.. Identification of fixtures by Lighting Fixture 39 Schedule number. P- 40 c. Finishes, colors, and mountings available. r 41 d. Ballast data. 42 e. UL nameplate data for fixtures used in Class 1 43 Division 1, and Class 1 Division 2 areas. 44 f. UL listing. 45 g. Lens warranty. 46 47 1.04 WARRANTY 48 49 A. Warrant lenses to provide satisfactory performance for 20 50 years without objectionable discoloration. 51 52 53 PART 2 - PRODUCTS City of Lubbock, Municipal Water Treatment- Contract 3 r x, 16510-1 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 16510-2 O1 02 2.01 ACCEPTABLE MANUFACTURERS 03 04 A. Subject to compliance with the Contract Documents, the 05 following Manufacturers are acceptable: 06 1. Ballasts: 07 a. General Electric. 08 ` b. Advance. 09 c. Jefferson. 10 d. Universal. 11 e. Bodine. 12 f. Lithonia. 13 14 2.02 MANUFACTURED UNITS 15 16 A. All Fixtures: 17 1. Fabricate fixtures as a complete unit ready to be mounted 18 and wired in field. 19 2. Fixtures to be furnished with lamps. 20 3. Provide pendant fixtures with swivel hangers which allow 21 fixture to swing in any direction without allowing stem 22 to rotate. 23 4. Finish fixtures in manufacturer's standard polyester or. 24 acrylic enamel or epoxy powder coating. 25 5. Reflector coating to have a minimum 89 percent 26 reflectance factor. 27 6. There shall be no live parts normally exposed to contact. 28 7. When intended for use in wet areas: 29 a. Mark fixtures "Suitable for wet locations." 30 8. When intended for use in damp areas: 31 a. Mark fixtures "Suitable for damp locations" or 32 "Suitable for wet locations." 33 34 B. Fixture Schedule: 35 1. The fixture schedule in the Contract Drawings: 36 a. Identifies the required fixtures. 37 b. Establishes a standard of quality including, but not 38 necessarily limited to: 39 1) Construction features. 40 2) Materials of construction. 41 3) Finish. 42 4) Photometrics. 43 44 C. Submit requests for substitution in accordance with 45 Specification Section 01640. 46 47 48 PART 3 - EXECUTION 49 50 3.01 INSTALLATION 'S1 52 A. Install lighting fixtures, where shown and at heights 53 indicated or as detailed on Contract Drawings. City of Lubbock, Municipal Water Treatment —Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 B. Location and arrangement of lighting fixtures on Contract Drawings are intended to be used as a guide. Field conditions may affect actual locations. Fixtures in rows shall be aligned both vertically and horizontally unless otherwise required. Fixtures shall be clear of pipes, mechanical equipment, structural openings, indicated future equipment and structural openings, and other obstructions. C. Provide mounting brackets and/or structural mounting support for wall -mounted fixtures. 1. Do not support fixture from conduit system. 2. Do not support fixture from outlet boxes. END OF SECTION City of Lubbock, Municipal Water Treatment - Contract 3 16510-3 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 (THIS PAGE LEFT BLANK INTENTIONALLY) 01 02 03 04 05 06 07 08 09 ., 10 11 12 13 14 15 16 17 18 19 •• 20 21 22 23 24 25 26 27 28 29 .. 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 i. 91GIO PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Site lighting. SECTION 16530 SITE LIGHTING B. Related Sections include but are not necessarily limited to: 1. Section 16010 - Electrical: General Requirements. 2. Section 16130 Outlet, Pull, and Junction Boxes. 3. Section 16501 - Lamps. 1.02 SUBMITTALS A. Shop Drawings: 1. Pole, fixture, and accessories. 2. Pole wind loading. PART 2 - PRODUCTS 2.01 FABRICATION AND MATERIALS A. Luminaires: 1. Base: As indicated in Lighting Fixture Schedule shown on Contract Drawings. B. Poles: As indicated in Lighting Fixture Schedule shown on Contract Drawings. I. Include base template, four -anchor bolts, cadmium -plated hardware and pole grounding lug, handhole, cast aluminum anchor base and bolt covers. C. Pole Foundations: As indicated. D. Underground Wiring: Type THHN/THWN installed in PVC coated rigid galvanized steel conduit. 1. Provide all wiring runs with separate green equipment grounding conductor, and ground all pole bases. E. Ballasts for Exterior HID Lamps: UL approved, high power factor, designed for -20 DegF temperature starting. F. Pole Wiring from Base to Ballast: #12 Type XHHW, each phase protected by a 30 A, 600 V, Type Tron waterproof fuseholder, Bussman "Limitron" type fuse, size rating 3 -times load current. City of Lubbock, Municipal Water Treatment - Contract 3 16530-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 16530-2 01 01 02 PART 3 - EXECUTION 02 03 03 04 3.01 INSTALLATION 04 05 05 06 A. Install all site lighting and associated wiring as indicated. 06 -- 07 07 08 08 09 END OF SECTION 09 City of Lubbock, Municipal Water Treatment - Contract 3 _ PM 01 4 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 •• 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 92EIS SECTION 16670 LIGHTNING PROTECTION SYSTEM. PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: I. Lightning protection systems. B. Related Sections include but are not necessarily limited to: 1. Division l - General Requirements. 2. Section '16010 - General Electrical Requirements. 3. Section 16450 - Grounding. 1.02 QUALITY ASSURANCE A. Referenced Standards: I. Lightning Protection Institute (LPI): a. Installation Code LPI 175. 2. National Fire Protection Code (NFPA): a. 78, Lightning Protection Code. 3. Underwriters Laboratories, Inc. (UL): a. 96A, Lightning Protection Components. 1.04 SUBMITTALS A. Shop Drawings: I. See Section 01340. 2. See Section 16010. 3. Product technical data including: a. Component catalog data. b. LPI certification of compounds used. c.- UL master "C" label. d. Roof penetration details. e. Type, size, and locations of all equipment, ground rods, and cable routings, etc. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Thompson Lightning Protection, Inc. 2. Robbins Lightning Protection Co. 3. Heary Bros. 4. Independent Protection Co., Inc. 2.02 MATERIALS City of Lubbock,_ Municipal Water Treatment - Contract 3 16670-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 16670-2 01 . A. The installation shall be accomplished by -an experienced 02 installer who is Certified Master Installer of the LPI or who 03 A. All main and secondary conductors shall be copper cable or 04 copper solid strip sized according to tables 3-4 and 3-5 of 05 NFPA 78, 06 07 B. Provide copper bronze fittings, stainless steel set screws. 08 Size weigh and construction for building type. 09 10 C. All connection devices shall be brass or bronze with 11 stainless steel framed bolting pressure connectors. 12 13 D. Air terminal bases shall be cast aluminum with bolt pressure 14 cable connections. Provide stainless steel mounting bolts or 15 screws. 16 17 E. Ground rods shall 18 19'- F. All bolts, 20 21 22 -PART 3 - EXECUTION 23 24 3 02 INSTALLATION be in accordance with Section_16450. nuts, and screws shall be stainless steel. 25 26 . A. The installation shall be accomplished by -an experienced 27 installer who is Certified Master Installer of the LPI or who 28 is working under the direct supervision of an LPI 29 manufacturer or his authorized LPI Certified Master Installer 30 representative. 31 32 B. Installation and materials shall be in accordance with LPI 33 and NFPA standards. 34 35 C. Provide a minimum of two unspliced down conductors with a 36 maximum spacing of 100 FT along the perimeter of a building. 37 38 D. All exterior metal objects on non-metallic roofs or siding 39 within 6 FT of a primary conductor or lightning rod shall be 40 bonded to the primary conductor utilizing a secondary 41 conductor sized in accordance with Table 3-4 or 3-5, NFPA 78. 42 Metal linings and ladders shall be bonded at both upper and 43 lower levels. 44 45 E. No bend of a conductor shall form an included angle of less 46 than 90 DegF nor shall have a radius of bend less than 8 IN. 47 When mounting conductors, maintain.a horizontal course free 48 from U or Y pockets. 49 50 F. All roof -mounted metallic objects on.non-metallic roofs 51 having an area of 400 SQ IN or greater, 'a volume of 1000 CU 52 IN or greater, or a height equal to or greater than the 53 adjacent air terminal shall be bonded to the lightning City of Lubbock, Municipal Water Treatment - Contract 3 ' 01 02 . 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 16670-3 !li 01 protection system. Use main size conductors and bonding 01 02 plates having a surface area of not less than 3 SQ IN. 02 03 04 G. Metal objects required to be bonded to the roof conductor 03 04 05 that are less than 3/16 IN thick shall be protected by an air 05 06 terminal in accordance with LPI and NFPA standards. 06 07 07 08 H. Securely attach conductors to the building using 08 09 non -corrosive fasteners spaced no more than 3 FT apart. 09 r, 10 11 I. Connector fittings shall be used on all lightning conductors 10 11 12 at end-to-end tee or "Y" splices. They shall be attached so 12 13 as to withstand a pull test of 200 LB (890 N). 13 14 i. 15 J. Do not install copper conductors or fasteners in contact with 14 15 16 aluminum surfaces. 16 17 17 18 K. Install all down conductors in conduit. Metallic conduit i8 19 shall be bonded to the conductor at both ends. 19 20 21 L. Provide connection to incoming electric and telephone service 20 21 22 ground per NEC for common bonding. 22 a" 23 24 M. Connection to ground grid shall be made in accordance with 23 P4 25 Section 16450. 25 26 27 N. All components shall be installed to blend in with the 26 27 28 appearance of the building so that they appear as part of the 28 29 building. Down conductors shall be mounted in low observable 29 30 locations along the structure walls. 30 31 32 0. Fasten air terminal flat roof bases to roof with plastic roof 31 32 33 cement as recommended by the manufacturer. Do not penetrate 33 34 roof surface for mechanical fasteners. 34 35 36 P. Bonding between steel columns and roof conductor shall be 35 36 37 watertight. 37 38 39 Q. All steel columns utilized as down conductors shall be bonded 38 39 40 41 to the ground grid in accordance with Section 16450. 40 t. 42 R. Steel support columns shall be utilized as down conductors on 41 42 43 all metal framed buildings. Properly bond roof support 43 44 columns to building frame at a minimum of every other column. 44 45 46 A 2/0 conductor and bonding plate with pressure connectors 45 having a surface contact area of not less than 8 SQ IN 46 47 bolted, welded, or brazed securely to a cleaned area. 47 48 49 S. All steel columns utilized as down conductors shall be bonded 48 49 ^, 50 to the ground grid in accordance with Section 16450. 50 51 52 51 .53 T. Reinforcing steel shall be electrically continuous and 53" r- City of Lubbock, Municipal Water Treatment - Contract 3 r 0 16670-4 :01 bonded to the lightning protection system at the upper and 01 02 lower ends at down -lead locations. 02 03 03 . 04 END OF SECTION 04 City of Lubbock, Municipal Water Treatment — Contract 3 16708-1 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 92E15 INTERCOMMUNICATIONS SYSTEMS 02 03 04 05 PART 1 - GENERAL 06 07 1.01 SUMMARY 08 09 A. Section Includes: 10 1. Intercommunications systems. 11 12 B. Related Sections include but are not necessarily limited to: 13 14 1. Section 11005 - Equipment: General Requirements. 2. Section 13456 Closed - Circuit Television System. 15 3. Section 16010 - Electrical: General Requirements. 16 17 1.02 QUALITY STANDARDS m . 18 19 A. See Section 16010. 20 21 1.03 SUBMITTALS 22 23 A. See Section 16010. 24 25 26 27 PART 2 - PRODUCTS 28 29 2.01 ACCEPTABLE MANUFACTURERS 30 31 A. Subject to compliance with the Contract Documents, the 32 following Manufacturers are acceptable: 33 1. GAI - Tronics Corporation, Reading, Pennsylvania. 34 35 B. Submit requests for substitution in accordance with 36 Specification Section 01640. r 37 38 2.02 PAGING AND INTERCOMMUNICATION SYSTEM 39 40 A. Furnish and install a general paging and station -to -station 41 communication system to locations indicated on Drawings. 42 43 B. Provide system with page and multi-party line. 44 45 C. When a handset station is in use on the page channel the 46 nearby speaker or speakers are to be silenced (muted). 47 When same handset station is used on party line channel, 488 specific associated speaker is to receive and reproduce page calls. r- 50 51 D. Handset: 52 1. Equip each handset with a noise -cancelling dynamic 53 transmitter and breath shield. l City of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 16708-2 ; E. Equipment Connections and Installation: 1. Install intercom cable in a separate conduit system inside each unit. Open wiring will not be permitted. Size conduits per NEC unless a larger size is shown. Route cable through duct banks with other conventional control circuits between structures, except where otherwise shown. Intercom circuiting routes are not shown on drawings except where necessary to clarify intended route or connections. Where seven -conductor cable is required, provide GAI-Tronics #60023-201 or ,approved equal. Where two -conductor twisted pair cable is required, provide GAI-Tronics #60021-301, 2/c #14 Type. THWN, or approved equal. 16 -conductor cable shall be GAI-Tronics #60029-101. At Contractor's option, wire between units with seven -conductor or 16 -conductor cable and provide 120V power connection only at Control Building;, or, wire between units with two sets of two -conductor twisted pair and provide 120 V power connection at each unit. 120 V power connections are not shown on Drawings; connect to spare 20 A, one pole branch circuit breaker in main lighting panel of selected unit or units in accordance with branch circuit wiring Specifications. 2. The Drawings show approximate locations of speakers, amplifiers and handsets. Exact locations are to be determined in the field as directed by Engineer. PART 3 - EXECUTION 3.01 FIELD QUALITY CONTROL A. Employ and pay for authorized manufacturer's field technical representative(s) to: I. Inspect and supervise installation. 2. Perform final installation checks; commissioning, balancing, muting and testing. 3. Start up system from all points. 4. After startup is complete, provide instructions to Owner's designated personnel for a minimum of 4 hours at jobsite regarding, operation, maintenance, and service of the system. r. B. Comply with Section 11005 of these Specifications. C. System Responsibility: 1. Furnish and coordinate furnishing of ,entire system through a single manufacturer. Provide complete system with all necessary interconnecting cable, line balance assemblies, power supplies, and other components in accordance with manufacturer's recommendations to achieve functional and operation system. Any components other than as recommended by the authorized manufacturer City.of Lubbock, Municipal Water Treatment - Contract 3 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 16708-3 01 will not be acceptable. 0 02 1 03 END OF SECTION 02 03 City of Lubbock, Municipal Water Treatment - Contract 3 (THIS PAGE LEFT BLANK INTENTIONALLY) Office of Purchasing City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 606-767-2167 October 26, 1992 , Red River Construction Company, Inca 13725 Omega Road Attn: Mr. Jimmy D. Smith Dallas, TX 75224 r•• SUBJECT: Water Treatment Plant Improvements i General Facilities Contract 3 The City of..Lubbock, having considered the proposals submitted and opened on the 1st day of October,'1992, for work to be done and `t ;x materials to.;be furnished in and for: -City of Lubbock Bid # 12040 Water Treatment Plant Improvements �'°6eneral Facilities Contract 3 as set forth in detail in the Specifications, Plans, and Contract' Documents for such work for the City of Lubbock; it appearing that your proposal is fair, equitable and to the best interest of said City, please take notice that said proposal was accepted by the City Council of the City of Lubbock on October 22, 1992, at the bid price contained therein, subject to the execution of and furnishing of all other documents specified and required to be executed and furnished under the contract documents. It will be necessary for you to execute and furnish to the City of Lubbock all such documents,within ten (10) days from your receipt of this Notice. The five percent (5%) bid security, submitted with your proposal, will be returned upon the execution of such contract documents and bonds within the above specified ten (10) day period. In the event you should fail to execute and furnish such contract documents and bonds within the time limit specified, said bid security will be retained by the City of Lubbock. CITY OF LUBBOCK l Victor Kilm n Senior Buyer r