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