HomeMy WebLinkAboutResolution - 2021-R0148 - Contract 15792 with MH Civil Constructors 4.27.2021Resolution No. 2021-RO 148
Item No. 6.12
April 27, 2021
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute
for and on behalf of the City of Lubbock, Public Works Contract No. 15792 for pressure zone
delineation and off -site water line as per RFP 21-15792-JM, by and between the City of
Lubbock and MH Civil Constructors, Inc., of Amarillo, Texas, and related documents. Said
Contract is attached hereto and incorporated in this resolution as if fully set forth herein and
shall be included in the minutes of the City Council.
Passed by the City Council on April 27, 2021
"
DANIEL M. POPE, MAYOR
ATTEST:
ou')K--
Rebec a Garza, City Secr a2y
APPROVED AS TO CONTENT:
QA92n2
Jesica McEachern, Assistant City Manager
APPROVED AS TO FORM:
K pA 'Aa(-
lineisure, Assistant City Attorney
ccdocs/RES.Contract 15792 — Pressure zonedelineation and off -site water line
April 5, 2021
REVISED:
PROPOSAL SUBMITTAL FORM
UNIT PRICE PROPOSAL CONTRACT
DATE: March 19, 2021
PROJECT NUMBER: RFP 21-15792-JM Pressure Zone Delineation and Off -Site Water line
Proposal of MH Civil Constructors, Inc. (hereinafter
called Offeror)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Offeror, in compliance with your Request for Proposals for the Pressure Zone Delineation and Off -Site
Water Lines having carefully examined the plans, specifications, instructions to offerors, notice to offerors
and all other related contract documents and the site of the intended work, and being familiar with all of the
conditions surrounding the construction of the intended project including the availability of materials and labor,
hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the
plans, specifications and contract documents, within the time set forth therein and at the price stated below.
The price to cover all expenses incurred in performing the work required under the contract documents.
ITEM
DESCRIPTION
QTY {+/-)
U/M
UNIT COST
EXTENDED
COST
1
Mobilization (not to exceed 5%)
1
LS
$102,571.00
$102,571.00
A
104'h Street Paving and Utility Work
4
F:
2
10" Water Line, C900 DR-18
270
LF
$81.00
$21,870.00
3
6" Water Line, C900 DR-18
70
LF
$75.00
$5,250.00
4
FH Assembly
1
EA
$4,000.00
$4,000.00
5
Connection to existing 10" Water Line
1
EA
$3,000.00
$3,000.00
6
8" Sewer Line
265
LF
$64.00
$16,960.00
5
ITEM
DESCRIPTION
QTY (+/-}
U/M
UNIT COST
EXTENDED
COST
7
5' Dia. Drop SSMH
1
EA
$14,000.00
$14,000.00
8
4' Dia. Std. SSMH
1
EA
$13,000.00
$13,000.00
9
1041h Street Paving; Earthwork
1
LS
$19,000.00
$19,000.00
10
2" type C HMAC Pavement on 6" Flexible
Base and Subgrade
601
SY
$99.00
$59,499.00
11
Concrete Curb and Gutter
173
LF
$40.00
$6,920.00
12
Concrete Sidewalk
254
SY
$107.00
$27,178.00
13
Trench Safety
605
LF
$1.00
$605.00
B
Milwaukee Ave. Water Line
14
20" Water Line
2437
LF
$170.00
$414,290.00
15
48" Casing Pipe, Other than Open Cut
110
LF
$1,900.00
$209,000.00
16
12" Water Line, AWWA C-900 DR-18
21
LF
$130.00
$2,730.00
17
10" Water Line, AWWA C-900 DR-18
10
LF
$120.00
$1,200.00
18
6" Water Line, AWWA C-900 DR-18
12
LF
$87.00
$1,044.00
19
24" Storm Drain, RCP
10
LF
$153.00
$1,530.00
ITEM
DESCRIPTION
QTY (+/-}
U/M
UNIT COST
EXTENDED
COST
20
4" Fiber Optic Conduit and Pull Boxes
2447
LF
$30.00
$73,410.00
21
20" Butterfly Valve
1
EA
$9,700.00
$9,700.00
22
12" Gate Valve
4
EA
$7,000.00
$28,000.00
23
10" Gate Valve
1
EA
$4,000.00
$4,000.00
24
6" Gate Valve
1
EA
$19200.00
$1,200.00
25
4" Air Valve and Vault
1
EA
$28;000.00
$28,000.00
26
Blowoff Valve and Vault
1
EA
$24,000.00
$249000.00
27
Connection to existing 6" Water Line
1
EA
$5,000.00
$5,000.00
28
Connection to existing 10" Water Line
1
EA
$5,700.00
$5,700.00
29
Connection to existing 12" Water Line
4
EA
$6,000.00
$24,000.00
30
Connection to existing 20" Water Line
1
EA
$10,500.00
$10.500.00
31
Reinforced Concrete Repair
290
SY
$114.00
$33,060.00
32
Curb and Gutter Repair
330
LF
$40.00
$13,200.00
33
Trench Safety
2490
LF
$1.00
$2,490.00
ITEM
DESCRIPTION
QTY (+l-)
U/M
UNIT COST
EXTENDED
COST
C
8711 Street Off -Site Work
34
20" Water Line
594
LF
$170.00
$109980.00
35
Connection to Existing 16" Water Line
2
EA
$7,000.00
$14,000.00
36
20" Butterfly Valve
1
EA
$9,700.00
$9,700.00
37
Asphalt Pavement Repair
290
SY
$100.00
$29,000.00
38
Trench Safety
584
LF
$1.00
$584.00
D
Indiana Ave. 12" Water Line
39
24" Water Line
17
LF
$280.00
$4,760.00
40
16" Water Line
27
LF
$220.00
$5,940.00
41
12" Water Line, AWWA C-900150 Class
1205
LF
$102.00
$122,910.00
42
6" Water Line, AWWA C-900 150 Class
25
LF
$87.00
$2,175.00
43
4" Water Line, AWWA C-900150 Class
35
LF
$60.00
$2,100.00
44
16" Butterfly Valve
2
EA
$6,000.00
$12,000.00
45
12" Gate Valve
2
EA
$7,000.00
$14,000.00
ITEM
DESCRIPTION
QTY (+/-)
U/M
UNIT COST
EXTENDED
COST
46
10" Gate Valve
1
EA
$4,000.00
$4,000.00
47
6" Gate Valve
I
EA
$1,200.00
$1,200.00
48
4" Gate Valve
3
EA
$1,000.00
$3,000.00
49
16" Line -stop
2
EA
$32,000.00
$64,000.00
50
Connection to existing 24" Water Line
I
EA
$26,000.00
$269000.00
51
Connection to existing 16" Water Line
2
EA
$6,000.00
$12,000.00
52
Connection to existing 10" Water Line
1
EA
$5,700.00
$5,700.00
53
Connection to existing 6" Water Line
2
EA
$5,000.00
$10,000.00
54
Connection to existing 4" Water Line
3
EA
$1,500.00
$4,500.00
55
Concrete Pavement Repair
287
SY
$114.00
$321718.00
56
Asphalt Pavement Repair
1120
SY
$100.00
$112,000.00
57
Trench Safety
1309
LF
$1.00
$1,309.00
E
Pressure Zone Delineation
1
F
#
Y4 1
58
12" Water Line, AWWA C-900 DR-18
55
LF
$102.00
$5,610.00
ITEM
DESCRIPTION
QTY (+/-}
U/M
UNIT COST
EXTENDED
COST
59
8" Water Line, AWWA C-900 DR-18
100
LF
$90.00
$9,000.00
60
30" Butterfly Valve
1
EA
$23,000.00
$23,000.00
61
24" Butterfly Valve
2
EA
$16,000.00
$32,000.00
62
16" Butterfly Valve
I
EA
$6,000.00
$6,000.00
63
16" Gate Valve
1
EA
$10,000.00
$10,000.00
64
12" Gate Valve
2
EA
$7,000.00
$14,000.00
65
8" Gate Valve
1
EA
$2,000.00
$2,000.00
66
36" Line -stop
1
EA
$57,000.00
$57,000.00
67
30" Line -stop
1
EA
$54,000.00
$54,000.00
68
24" Line -stop
1
EA
$30,000.00
$30,000.00
69
16" Line -stop
2
EA
$229500.00
$22,500.00
70
Connection to existing 36" Water Line
1
EA
$30,000.00
$30,000.00
71
Connection to existing 24" Water Line
3
EA
$20,000.00
$60,000.00
72
Connection to existing 14" Water Line
3
EA
$6,000.00
$18,000.00
10
ITEM
DESCRIPTION
QTY (+/-)
U/M
UNIT COST
EXTENDED
COST
73
Connection to existing 4" Water Line
1
EA
$11500.00
$1,500.00
74
Demo 24" Butterfly Valve
2
EA
$2,000.00
$2,000.00
75
Concrete Pavement Repair
68
SY
$114.00
$7,752.00
76
Asphalt Pavement Repair
158
SY
$100.00
$15,800.00
77
Traffic Control; 191b Street and Indiana Ave.
1
LS
$30,000.00
$30,000.00
Intersection
78
Traffic Control; Indiana Ave. between 19d' and
1
LS
$20,000.00
$20,000.00
22nd Street
79
Traffic Control; 50`' Street and Indiana Ave.
1
LS
$20,000.00
$20,000.00
Intersection
80
Traffic Control; 82" d Street and Indiana Ave.
1
LS
$20,000.00
$20,000.00
Intersection
81
Traffic Control; 82nd Street and Memphis Ave.
Intersection
1
LS
$101000.00
$10,000.00
82
Trench Safety
155
LF
$1.00
$155.00
F
Additional Items
83
Additional CLSM for Utility Protection
100
CY
$100.00
$10,000.00
84
Additional Coarse Gravel for Trench
100
CY
$50.00
$5,000.00
Foundation
85
Additional Pipe Zone Embedment Material for
100
CY
$50.00
$59000.00
Unstable Soils
11
ITEM
DESCRIPTION
QTY {+/-)
U/M
UNIT COST
EXTENDED
COST
86
Additional Concrete Encasement
100
LF
$200.00
$20,000.00
87
Additional Flowable Fill Encasement
100
LF
$200.00
$20,000.00
88
Additional High Early Strength Flowable Fill
100
CY
$200.00
$20,000.00
89
Additional Sidewalk
100
SY
$107.00
$10,700.00
90
Additional Curb and Gutter
250
LF
$40.00
$10,000.00
91
Additional 2,000 PSI Concrete
100
CY
$200.00
$20,000.00
12
CITY OF LUBBOCK
Pressure Zone Delineation and Off -Site Water Lines
Proposal Summary
Proposal Element I Price
TOTAL BASE PROPOSAL (ITEMS 1-91)
$2,426,000.00
TOTAL PROPOSAL FOR COMPLETE PROJECT I $23426,000.001
P Offeror's Initials
Offeror to Mark Which Pipe Material is Proposed for the 16", 20", and 24" Water Line Proposal
Items:
AWWA C-303 BWCCP Class 150
AWWA C-200 Steel Pipe and Fittings Class 150
X AWWA C-900 PVC Pipe (DR-18)
l Offeror's Initials
13
PROPOSED CONSTRUCTION TIME:
1. Contractors proposed CONSTRUCTION TIME for completion:
TOTAL CONSECUTIVE CALENDAR DAYS: 365 (to Substantial Completion)
TOTAL CONSECUTIVE CALENDAR DAYS: 400 (to Final Completion)
(not to exceed 365 consecutive calendar days to Substantial Completion / 400 consecutive calendar days to
Final Completion).
Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice
to Proceed" of the Owner and to substantially complete the project within 365 Consecutive Calendar Days
with final completion within 400 Consecutive Calendar Days as stipulated in the specification and other
contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $500 for
each consecutive calendar day after substantial completion and liquidated damages in the sum of $500 for each
consecutive calendar day after final completion set forth herein above for completion of this project, all as more
fully set forth in the General Conditions of the Agreement.
Offeror understands and agrees that this proposal submittal shall be completed and submitted in
accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the
Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The
Offeror agrees that this proposal shall be good for a period of six(60),calendar days after the scheduled
closing time for receiving proposals.
The undersigned Offeror hereby declares that he has visited the site of the work and has carefully
examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and
he further agrees to commence work on the date specified in the written notice to proceed, and to substantially
complete the work on which he has proposed; as provided in the contract documents.
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's
check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable
surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five
percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract,
obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after
notice of award of the contract to him.
Offeror's Initials
14
Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with
this proposal is a Cashier's Check or Certified Check for
Dollars ($ ) or a Proposal Bond in the sum of five percent of total contract
Dollars ($ 5% ), which it is agreed shall be collected and retained by the Owner as
liquidated damages in the event the proposal is accepted by the Owner and the undersigned
fails to execute the necessary contract documents, insurance certificates, and the required
bond (if any) with the Owner within ten (10) business days after the date of receipt of written
notification of acceptance of said proposal; otherwise, said check or bond shall be returned to
the undersigned upon demand.
Offeror understands and agrees that the contract to be executed by Offeror shall be bound
and include all contract documents made available to him for his inspection in accordance with the
Notice to Offerors.
Pursuant to Texas Local Government Code 252.043(g), a
competitive sealed proposal that has been opened may not be
changed for the purpose of correcting an error in the proposal
price. THEREFORE, ANY CORRECTIONS TO THE
PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL
SUBMITTAL FORM PRIOR TO PROPOSAL OPENING.
(Seal if Offeror is a Corporation)
ATTEST:
Sec tart'
Offeror acknowledges receipt of the following addenda:
Addenda No. 1 Date 03/08/2021
Addenda No. 2 Date 03/16/2021
Addenda No. Date
Addenda No. Date
Date: March 19, 2021
A ri.-j 1
-q ---
Authorized Sign re
Saul B. He andez, PE, CCM
(Printed or Typed Name)
MH Civil Constructors. Inc.
Company
1100 S. Fillmore St, Suite 105
Address
Amarillo
Potter
City,
County
Texas
79105
State
Zip Code
Telephone: 806 -
367-6043
Fax: N/A -
Email: hi amh-civil.com
FEDERAL TAX ID or SOCIAL SECURITY
No.
27-2016347
M/WBE Firm: Woman PBlack American I I Native American
Hispanic American Asian Pacific American I I Other (Specify)
15
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
1041
Complete Nos. 1- 4 and 6 if there are interested parties.
OFFICE USE ONLY
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties.
CERTIFICATION OF FILING
Certificate Number:
1
Name of business entity filing form, and the city, state and country of the business entity's place
of business.
2021-823996
MH Civil Constructors, Inc.
Amarillo, TX United States
Date Filed:
11/15/2021
2
Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
Lubbock, City of
Date Acknowledged:
3
Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
15792
Pressure Zone Delineation and Off -Site Water Line
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
Intermediary
Moreno, Juan
Amarillo, TX United States
X
Hernandez, Saul
Amarillo, TX United States
X
5
Check only if there is NO Interested Party. ❑
6
UNSWORN DECLARATION
My name is Saul B. Hernandez and my date of birth is
My address is 1100 S. Fillmore St., Ste 105 Amarillo Texas 79101 USA
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in Potter County, State of Texas on the 15th day of November, 20 21
(month) (year)
Digitally signed by Saul B. Hernandez
Location: B.I Amarillo, Texas Reason: I have reviewed this document
Contact Info: 806-282-9450
Da1e: 2021.11.15 16:37:36-06'00'
Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.191b5cdc
CERTIFICATE OF INTERESTED PARTIES FORM 1295
1 of 1
Complete Nos. 1- 4 and 6 if there are interested parties.
OFFICE USE ONLY
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties.
CERTIFICATION OF FILING
Certificate Number:
2021-823996
1
Name of business entity filing form, and the city, state and country of the business entity's place
of business.
MH Civil Constructors, Inc.
Amarillo, TX United States
Date Filed:
11/15/2021
2
Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
Lubbock, City of
Date Acknowledged:
05/04/2022
3
Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
15792
Pressure Zone Delineation and Off -Site Water Line
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
Intermediary
Hernandez, Saul
Amarillo, TX United States
X
Moreno, Juan
Amarillo, TX United States
X
5
Check only if there is NO Interested Party. ❑
6
UNSWORN DECLARATION
My name is and my date of birth is
My address is 1 1
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in County, State of on the day of , 20
(month) (year)
Signature of authorized agent of contracting business entity
(Declarant)
Forms proviaea Dy i exas Etnlcs uommission www.ethics.state.tx.us Version V1.1.191b5cdc
BOND CHECK
BEST RATING
LICENSED IN TEXAS
DATE BY:
CONTRACT AWARD DATE: April 27, 2021
CITY OF LUBBOCK
SPECIFICATIONS FOR
Pressure Zone Delineation and Off -Site Water Lines
RFP 21-15792-JM
CONTRACT: 15792
PROJECT NUMBER: 8622.9241.30000
Plans & Specifications may be obtained from
Bidsync.com
Lub
City of bock
TEXAS
CITY OF LUBBOCK
Lubbock, Texas
Pate Intentionally Left Blank
ADENDDUM
�► City
Lubbock
T E
ADDEND UM I
New ClosinOn
cr date and Q&A date
RFP 21-15792J M
Pressure Zone Delineation and Off -Site Water
Lines
DATE ISSUED: March 8, 2021
NEN1 : CLOSE DATE: March 18, 2021 at 2:00 p.m.
The following items take precedence over specifications for the above named Request for Proposals (RFP).
Where any item called for in the RFP documents is supplemented here, the original requirements, not
affected by this addendum, shall remain in effect.
Please review incorporate, and acknowledge the information in this addendum on the signature
page of the Revised Proposal Submittal Form.
Clarifications
l . New closing date and time will be March 18, 2021 at 2:00 P.M.
2. New Q&A date and time will be March 12, 2021 5:00 P.M.
All requests for additional Hil'ormation OI' clarification must be submitted in writing and directed to:
Jessie Montes, Buyer III
City of Lubbock
Purchasing and Contracts Management Office
1314 Avenue K, Floor 9
Lubbock, Texas 79401
Questions may be faxed to (806)775-2164 or Email to.[Montesci mylubbock.us
Questions are preferred to be posted on BidSync: www.bidsync.com
THANK YOU,
AM&
CITY OF LUBBOCK
Jessie Montes
Buyer III
City of Lubbock
Purchasing and Contracts Management Office
It is the intent and purpose of the City of Lubbock that this request permits competitive proposals.
It shall be the offeror's responsibilitN' to advise the Director of Purchasing and Contract Management if any language,
requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to
a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing
and Contract Management no later than five (5) business days prior to the close date. A review of such notifications
will be made.
City of
V4" Lubbock
TEXAS
ADDENDUM 2
Specifications, Drawing's, Revised Proposal
Submittal Form & Ne`v Closing Date
RFP 21-157924N]
Pressure Zone Delineation and Off -Site Water
Lines
DATE ISSUED: March 16, 2021
CLOSE DATE: March 19, 2021 at 2:00 p.m.
The following items take precedence over specifications for the above named Request for Proposals (RFP).
Where any item called for In the RFP documents is supplemented here, the original requirements, not
affected by this addendum, shall remain in effect.
Please review incorporate, and ackiio-*Oedge the information ill this addendum on the slgllature
page of the Revised Proposal Submittal Form.
Revised Proposal Submittal Form
The following items on the Revised Proposal Submittal Form have been revised and must be submitted
with the response. The Revised Proposal Submittal Form is attached to tills addendum. Please
acknowledge reception of this addendum on the signature page of the Revised Proposal Subinittai Form.
The following items have been revised:
1. Specifications
2. Drawings
3. Revised Proposal Submittal Form
Please see the attached addendum below
C'larifivatinnc
1. New closing date and time will be March 19, 2021 at 2:00 P.M.
All requests for additional information or clarification must be submitted in writing and directed to:
Jessie Montes, Buyer III
City of Lubbock
Purchasing and Contracts Management Office
1314 Avenue K, Floor 9
Lubbock, Texas 79401
Questions may be faxed to (806)775-2164 or Email to JMontesLu;mylubbock.us
Questions are preferred to be posted on B id S ync : www.bidsync.com
THANK YOU,
p4da w4N*4
CITY OF LUBBOCK
Jessie Montes
Buyer III
City of Lubbock
Purchasing and Contracts Management Office
It is the intent and purpose of the City of Lubbock that this request permits competitive proposals.
It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any lan , age
requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to
a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing
and Contract Management no later than five (5) business days prior to the close date. A review of such notifications
will be made.
2
CITY OF LUBBOCK, TEXAS
PRESSURE ZONE DELINEATION AND ELEVATED STORAGE TANK OFF -SITE WATER LINES
LU B18410
ADDENDUM NO. 001
03/16/2021
00 91 13 ADDENDUM NUMBER 001
The following additions, deletions, modifications, or clarifications shall be made to the appropriate
sections of the Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space
provided on the Bid Form.
FREE
TE `� f -•� - Tf-►� �f
'44
Addenda 001 00 91 13 - 1
LUB18410 Bid Package #1 — Pressure Zone Delineation and Elevated Storage Tank Off -Site Water Lines
SPECIFICATIONS:
REPLACE THE FOLLOWING SPECIFICATIONS:
Replace Specification
With Specification
Proposal Submittal Form
Unit Price Proposal Contract
Proposal Submittal Form
Unit Price Proposal Contract
Section 0129 01 "Measurement and Basis for
Payment"
Section 0129 01 "Measurement and Basis for
Payment"
Section 0135 00 "Special Procedures"
Section 0135 00 "Special Procedures"
DRAWINGS:
REPLACE THE FOLLOWING SHEETS:
Replace Sheet
With Sheet
Sheet C-14 — Valve Replacements 2
Sheet C-14 — Valve Replacements 2
END OF ADDENDUM NO.001
Addenda 001 00 91 13 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Elevated Storage Tank Off -Site Water Lines
REVISED:
PROPOSAL SUBMITTAL FORM
UNIT PRICE PROPOSAL CONTRACT
DATE:
PROJECT NUMBER: RFP 21-15792-JM Pressure Zone Delineation and Off -Site NN"ater line
Proposal of
called Offeror)
To the Honorable Mayor- and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
(hereinafter
The Offeror, in coilipliance with your Request for Proposals for the Pressure Zone Delhieation and Off -Site
Water Lines liar ing carefully examined the plans, specifications, instructions to offerors, notice to offerors
and all other related contract documents and the site of the intended work, and being familiar with all of the
conditions surrounding the construction of the intended project including the availability of materials and labor,
hereby intends to furnish all labor. materials, and supplies; and to construct the project in accordance with the
plans, specifications and contract documents, within the time set forth therein and at the price stated below.
The price to cover all expenses incurred in performing the work required tinder the contract documents.
ITEM
DESCRIPTION
QTN' (+/-)
U/M
UNIT COST
EXTENDED
COST
1
R lobi I ization (not to exceed 5%)
1
LS
A
1041h Street Paving and Utility Work
10" Water Line, C900 DR-18
270
L F
6" Water Line, C900 DR-18
70
LF
4
FH Assembly
1
LA
Connection to existing 10" Water Line
1
EA
6
81' Sewer Line
265
LF
ITEM
DESCRIPTION
QTY +/-
U/M
UNIT COST
EXTENDED
COST
7
5' Dia. Drop SSMH
1
EA
8
4' Dia. Std. SSMH
1
EA
9
104th Street Paving; Earthwork
1
LS
10
2" type C HMAC Pavement on 6" Flexible
Base and Subgrade
601
SY
11
Concrete Curb and Gutter
173
LF
12
Concrete Sidewalk
254
SY
13
Trench Safety
605
LF
B
Milwaukee Ave. Water Line
14
20" Water Line
2437
LF
15
48" Casing Pipe, Other than Open Cut
110
LF
16
12" Water Line, AWWA C-900 DR-18
21
LF
17
10" Water Line, AWWA C-900 DR-18
10
LF
18
6" Water Line, AWWA C-900 DR-18
12
LF
19
24" Storm Drain, RCP
10
LF
ITEM
DESCRIPTION
QTY (+l-)
U/M
UNIT COST
EXTENDEDCOST
20
4" Fiber Optic Conduit and Pull Boxes
2447
LF
21
20" Butterfly Valve
1
EA
22
12" Gate Valve
4
EA
23
10" Gate Valve
1
EA
24
6" Gate Valve
1
EA
25
4" Air Valve and Vault
1
EA
26
Blowoff Valve and Vault
1
EA
27
Connection to existing 6" Water Line
1
EA
28
Connection to existing 10" Water Line
1
EA
29
Connection to existing 12" Water Line
4
EA
30
Connection to existing 20" Water Line
1
EA
31
Reinforced Concrete Repair
290
SY
32
Curb and Gutter Repair
330
LF
33
Trench Safety
2490
LF
ITEM
DESCRIPTION
(STY +/-
U/M
UNIT COST
EXTENDED
COST
C
871h Street Off -Site Work
34
20" Water Line
594
LF
35
Connection to Existing 16" Water Line
2
EA
36
20" Butterfly Valve
1
EA
37
Asphalt Pavement Repair
290
SY
38
Trench Safety
584
LF
D
Indiana Ave. 12" Water Line
39
24" Water Line
17
LF
40
16" Water Line
27
LF
41
12" Water Line, A W WA C-900 150 Class
1205
LF
42
6" Water Line, AWWA C-900 150 Class
25
LF
43
4" Water- Line, AWWA C-900 150 Class
35
LF
44
16'' Butterfly Valve
2
EA
45
12" Gate Valve
2
EA
ITEM
DESCRIPTION
+ -
QTY ( �)
U/M
UNIT COST
EXTENDED
COST
46
10" Gate Valve
1
EA
47
6" Gate Valve
1
EA
48
4" Gate Valve
3
EA
49
16" Line -stop
2
EA
50
Connection to existing 24" Water Line
1
EA
51
Connection to existing 16" Water Line
2
EA
52
Connection to existing 10" Water Line
1
EA
53
Connection to existing 6" Water Line
2
EA
54
Connection to existing 4" Water Line
3
EA
55
Concrete Pavement Repair
287
SY
56
Asphalt Pavement Repair
1120
SY
57
Trench Safety
1309
LF
E
Pressure Zone Delineation
. j
58
12" Water Line, AWWA C-900 DR-18
55
LF
ITEM
DESCRIPTION
QTY (+/-)
U/M
UNIT COST
EXTENDED
COST
59
8" Water Line, AWWA C-900 DR-18
100
LF
60
30" Butterfly Valve
1
EA
61
24" Butterfly Valve
2
EA
62
16" Butterfly Valve
1
EA
63
16" Gate Valve
1
EA
64
12" Gate Valve
2
EA
65
8" Gate Valve
1
EA
66
3 6" Line -stop
1
EA
67
30" Line -stop
1
EA
68
24" Line -stop
1
EA
69
16" Line -stop
2
EA
70
Connection to existing 36" Water Line
1
EA
71
Connection to existing 24" Water Line
3
EA
72
Connection to existing 14" Water Line
3
EA
10
ITEM
DESCRIPTION
Q TY +/-
U/M
UNIT COST
EXTENDED
COST
73
Connection to existing 4" Water Line
1
EA
74
Demo 24" Butterfly Valve
2
EA
75
Concrete Pavement Repair
68
SY
76
Asphalt Pavement Repair
158
SY
Traffic Control; 19th Street and Indiana Ave.
77
Intersection
1
LS
78
Traffic Control; Indiana Ave. between 19t1' and
22"d Street
1
LS
Traffic Control; 50th Street and Indiana Ave.
79
Intersection
1
LS
80
Traffic Control; 82nd Street and Indiana Ave.
Intersection
1
LS
81
Traffic Control; 82"d Street and Memphis Ave.
Intersection
1
LS
82
Trench Safety
155
LF
F
Additional Items
83
Additional CLSM for Utility Protection
100
CY
84
Additional Coarse Gravel for Trench
Foundation
100
CY
85
Additional Pipe Zone Embedment Material for
Unstable Soils
100
CY
ITEM
DESCRIPTION
QTY (+/-)
U/M
UNIT COST
EXTENDED
COST
86
Additional Concrete Encasement
100
LF
87
Additional Flowable Fill Encasement
100
LF
88
Additional High Early Strength Flowable Fill
100
CY
89
Additional Sidewalk
100
SY
90
Additional Curb and Gutter
250
LF
91
Additional 2,000 PSI Concrete
100
CY
CITY OF LUBBOCK
Pressure Zone Delineation and Off -Site Water Lines
Proposal Summary
Proposal Element Price
TOTAL BASE PROPOSAL (ITEMS 1-91)
TOTAL PROPOSAL FOR COMPLETE PROJECT
Offeror's Initials
Offeror to Mark Which Pipe Material is Proposed for the 16", 20", and 24" Water Line Proposal
Items:
AWWA C-303 BWCCP Class 150
AWWA C-200 Steel Pipe and Fittings Class 150
AWWA C-900 PVC Pipe (DR-] 8)
Offeror's Initials
13
012901 MEASUREMENT AND BASIS FOR PAYMENT
1.00 GENERAL
1.01 Payment for Materials and Equipment
A. Payment will be made for materials and equipment materials properly stored and
successfully incorporated into the Project less the specified retainage.
B. Provide a bill of sale, invoice, or other documentation warranting that Owner has received
the materials and equipment free and clear of Liens. Provide documentation of payment for
materials and equipment with the next Application for Payment. Remove items from the
tabulation of materials and equipment if this documentation is not provided with the next
Application for Payment.
C. Provide evidence that the materials and equipment are covered by appropriate property
insurance or other arrangements to protect Owner's interest.
D. The Work covered by progress payments becomes the property of the Owner at the time of
payment. The Contractor's obligations with regard to proper care and maintenance,
insurance, and other requirements are not changed by this transfer of ownership until final
acceptance in accordance with the General Conditions.
E. Payment for materials and equipment does not constitute acceptance of the product.
1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS
A. Include all cost for completing the Work in accordance with the Contract Documents for
lump sum payment items. Include all direct cost for the Work associated with that lump
sum item and a proportionate amount for the indirect costs as described in Section 0129 00
"Application for Payment Procedures" for each lump sum item. Include cost not specifically
set forth as an individual payment item but required to provide a complete and functional
system in the lump sum price.
B. Measurement for progress payments will be made on the basis of the earned value for each
item shown as a percentage of the cost for the lump sum item as described in Section 01 29
00 "Application For Payment Procedures." Payment at Final Completion will be equal to the
total lump sum amount for that item.
1.03 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS
A. Include all cost for completing the Work in accordance with the Contract Documents in unit
price payment items. Include all direct cost for the Work associated with that unit price
item and a proportionate amount for the indirect costs as described in Section 0129 00
"Application for Payment Procedures" for each unit price item. Include cost not specifically
set forth as an individual payment item but required to provide a complete and functional
system in the unit price.
B. Measurement for payments will be made only for the actual measured and/or computed
length, area, solid contents, number, and weight, unless other provisions are made in the
Contract Documents. Payment on a unit price basis will not be made for Work outside
finished dimensions shown in the Contract Documents. Include cost for waste, overages,
and tolerances in the unit price for that line item. Measurement will be as indicated for
each unit price item.
Measurement and Basis for Payment 01 29 01 - 1
LUB18410 Bid Package #1 — Pressure Zone Delineation and Off -Site Water Lines
1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE OFFER ITEMS — —'
A. Offer Item 1 - Mobilization:
1. Include the following costs in this offer item:
a. Bonds and insurance;
b. Transportation and setup for equipment;
c. Transportation and/or erection of all field offices, sheds, and storage facilities;
d. Salaries for preparation of documents required before the first Application for
Payment;
e. Salaries for field personnel assigned to the Project related to the mobilization of the
Project; and
f. Mobilization may not exceed 5 percent of The Base Bid Price.
2. Measuring for payment is on a lump sum basis. This item includes all mobilization and
demobilization for the entire project and across all areas of the City where work is
planned to take place. Payment for mobilization will be based on the earned value of
Work completed.
1.05 PAYMENT PROCEDURES
A. Submit Applications for Payment per the procedures indicated in Section 0133 00
"Submittal Procedures." Submit a Schedule of Values in the Application for Payment format
to be used.
B. Applications for Payment may be submitted on a pre-printed form as provided or may be
generated by computer. Computer generated payment requests must have the same
format and information indicated in the pre-printed form and be approved by the Designer.
1. Indicate the total contract amount and the Work completed to date on the Tabulation
of Values for Original Contract Performed (Attachment "A.").
2. Include only approved Change Order items in the Tabulation of Extra Work on Approved
Change Orders (Attachment "B.").
3. List all materials on hand that are presented for payment on the Tabulation of Materials
on Hand (Attachment T.") Once an item has been entered on the tabulation it is not to
be removed.
4. Include the Project Summary Report (Attachment "D") with each Application for
Payment. Data included in the Project Summary Report are to be taken from the other
tabulations. Include a completed summary as indicated in with each Applications for
Payment submitted.
a. Number each application sequentially and indicate the payment period. Revised
Applications for Payment will be resubmitted as A. B, C and so forth to note changes
in content.
b. Show the total amounts for value of original Contract performed, extra Work on
approved Change Orders, and materials on hand on the Project Summary Report.
Show total amounts that correspond to totals indicated on the attached tabulation
for each.
Measurement and Basis for Payment 01 29 01 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
c. Note the number of pages in tabulations in the blank space on the Project Summary
Report to allow a determination that all sheets have been submitted.
d. Execute Contractor's certification by the Contractor's agent of authority and
notarize for each Application for Payment.
S. Do not alter the schedule of values and the form for the submission of requests without
the written approval of the Designer once these have been approved by the Designer.
6. Final payment requires additional procedures and documentation per Section 01 70 00
"Execution and Closeout Requirements."
C. Progress payments shall be made as the Work progresses on a monthly basis.
1. End the payment period on the day indicated in the Agreement and submit an
Application for Payment for Work completed and materials received since the end of
the last payment period.
2. At the end of the payment period, submit a draft copy of the Application for Payment
for that month to the Designer. Agreement is to be reached on:
a. The percentage of Work completed for each lump sum item.
b. The quantity of Work completed for each unit price item.
c. The percentage of Work completed for each approved Change Order item.
d. The amount of materials -on -hand.
3. On the basis of these agreements the Contractor is to prepare a final copy of the
Application for Payment and submit it to the Designer for approval.
4. The Engineer will review the Application for Payment and if appropriate will recommend
payment of the application to the Owner.
D. Provide a revised and up-to-date Progress Schedule per Section 0133 04 "Construction
Progress Schedules" with each Application for Payment.
E. Provide project photographs per Section 0133 05 "Video and Photographic Documentation"
with final Application for Payment.
1.06 ALTERNATES AND ALLOWANCES
A. Include amounts for specified Alternate Work in the Agreement in accordance with Section
01 23 10 "Alternates and Allowances."
B. Include amounts for specified Allowances for Work in the Agreement in accordance with
Section 01 23 10 "Alternates and Allowances."
1.07 MEASUREMENT PROCEDURES
A. Measure the Work described in the Agreement for payment. Payment will be made only for
the actual measured and/or computed length, area, solid contents, number and weight,
unless otherwise specifically provided. No extra or customary measurements of any kind
will be allowed. The lump sum pay items for the elevated storage tanks shall include all
Work associated with the Project except as listed in the other pay items.
Measurement and Basis for Payment 01 29 01 - 3
LUB18410 Bid Package #1 — Pressure Zone Delineation and Off -Site Water Lines
B. Description of Work
Bid Item 2, 17 — 10" Water Line, AWWA C-900 DR-18: Measurement and payment for
pipe of each pipe material shall be per linear foot of actual horizontal length from center
of fitting to center or end of pipe without any deduction for the length of intermediate
fittings, specials or valves. Payment made at a unit price bid shall include: furnishing,
hauling, and laying of pipe, fittings, flexible joints, joint bonds, special coatings (where
indicated), closure sections and tie-ins, welding joints, mechanical thrust restraint,
concrete thrust blocking, shoring, dewatering, and pumping where necessary, trench
excavation, backfilling, embedment material, pipeline and appurtenance markers,
clearing and grubbing, permanent grading, replacement of topsoil, diversion dikes,
terracing, protecting or replacing or temporarily relocating existing structures or
utilities, testing, disposal of surplus materials, cleaning up and maintenance, sign
replacement, surveying and replacement of monuments, dust control, removal of mud
from roadways, erosion and sedimentation control, test plugs and temporary piping,
replacement of sidewalks, pipeline markers and post, replacement of drainage
structures, temporary fencing and gates, temporary relocations of power poles,
mailboxes, street lights, fire hydrants, flowable fill for depths of cover over 15 feet; and
any incidental work and materials not otherwise indicated in other pay items, all in strict
accordance with the Plans and Specifications.
2. Bid Item 3, 18, 42 — 6" Water Line, AWWA C-900 DR-18: Measurement and payment for
pipe of each pipe material shall be per linear foot of actual horizontal length from center
of fitting to center or end of pipe without any deduction for the length of intermediate
fittings, specials or valves. Payment made at a unit price bid shall include: furnishing,
hauling, and laying of pipe, fittings, flexible joints, joint bonds, special coatings (where
indicated), closure sections and tie-ins, welding joints, mechanical thrust restraint,
concrete thrust blocking, shoring, dewatering, and pumping where necessary, trench
excavation, backfilling, embedment material, pipeline and appurtenance markers,
clearing and grubbing, permanent grading, replacement of topsoil, diversion dikes,
terracing, protecting or replacing or temporarily relocating existing structures or
utilities, testing, disposal of surplus materials, cleaning up and maintenance, sign
replacement, surveying and replacement of monuments, dust control, removal of mud
from roadways, erosion and sedimentation control, test plugs and temporary piping,
replacement of sidewalks, pipeline markers and post, replacement of drainage
structures, temporary fencing and gates, temporary relocations of power poles,
mailboxes, street lights, fire hydrants, flowable fill for depths of cover over 15 feet; and
any incidental work and materials not otherwise indicated in other pay items, all in strict
accordance with the Plans and Specifications.
3. Bid Item 3 — Fire Hydrant Assembly — Fire hydrants shall be measured per each
completely installed in place. Payment will be made at the unit price per each hydrant
which includes the hydrant, the line from the main to the hydrant, the hydrant isolation
valve, and any and all fittings, blocking, embedment and excavation, and labor for
working installation.
4. Bid Item 5, 27-30, 35, 50-54, 70-73 — Connection to Existing Water Lines of Various
Diameters: Payment for piping and appurtenances shall also include supplying all labor,
equipment, and materials for connecting to the existing water line including, but not
Measurement and Basis for Payment 01 29 01 - 4
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
limited to pipe, valves, insert -a valve, fittings, tapping sleeve and valve, thrust restraint
and blocking, embedment, backfilling, a dish head plug, and all other items required.
5. Bid Item 6 — 8" Sewer Line: Measurement for 8" Sanitary Sewer shall be per linear foot
installed, complete and in place, for sanitary sewer lines at the nominal diameter and
SDR and DR listed in the Proposal and shown in the Drawings measured horizontally
from center of fitting to center of fitting or end of pipe without any deduction for length
of intermediate specials or fittings. No additional payment will be made for vertical
lengths of pipe. Payment shall be made at the unit price bid per linear foot installed,
complete and in place, and shall be full compensation for supplying all labor, equipment
and materials including, but not limited to furnishing, hauling, and laying of pipe and
fittings, trench excavation, shoring and pumping when necessary, backfilling of trench,
connections (wet or dry) to existing sewer lines, and any incidental work and materials
required for a complete installation. 4" Sanitary Sewer service and connection to
existing 4" sewer service line shown on the drawings to be included in the unit cost of
this bid item.
6, Bid Item 7 — 5' Diameter Drop SSMH: complete and in place, shall be measured per each
manhole from the top of the rim to the invert elevation at the middle of manhole and
paid for at the contract unit price in the Proposal. The work shall include all labor,
materials and equipment to provide a new manhole, including: watertight manhole,
grout, reinforced concrete foundation, pipe connections, frame and cover, pipeline
marker, testing and inspection, excavation, backfill, restoration, cleaning and all other
incidentals necessary to complete the manholes as indicated.
7. Bid Item 8 — 4' Diameter SSMH: complete and in place, shall be measured per each
manhole from the top of the rim to the invert elevation at the middle of manhole and
paid for at the contract unit price in the Proposal. The work shall include all labor,
materials and equipment to provide a new manhole, including: watertight manhole,
grout, reinforced concrete foundation, pipe connections, frame and cover, pipeline
marker, testing and inspection, excavation, backfill, restoration, cleaning and all other
incidentals necessary to complete the manholes as indicated.
8. Bid Item 9 — 104' Street Paving; Earthwork: Payment shall be on a lump sum basis and
include any necessary equipment and hauling required to complete the work. Payment
shall include the necessary excavation, placement, compaction, and grading for the
asphalt road, the road embankment, and drainage ditch. Payment for this item will be
assessed after the complete installation of the asphalt paving and completion of the
drainage ditch.
9. Bid Item 10 — 2" Type C HMAC Pavement on 6" Flexible Base: Payment shall be at the
unit bid price per square yard for the 2" HMAC paving installed at the locations, width
and/or length specified on the contract drawings. Unit price to include any and all
subgrade preparation specified. Unit price shall also include placement of millings as
specified in the drawings.
10. Bid Item 11, 32 — Concrete Curb and Gutter: Payment shall be at the unit bid price on a
linear foot basis. Payment shall include any necessary equipment to install the curb and
gutter. Payment shall include material, reinforcement, formwork, and any additional
subgrade prep needed.
Measurement and Basis for Payment 01 29 01 - 5
LUB18410 Bid Package #1 — Pressure Zone Delineation and Off -Site Water Lines
11. Bid Item 12 — Concrete Sidewalk: Payment shall be at the unit bid price per square yard.
Payment shall include any necessary equipment to install the curb and gutter. Payment
shall include material, reinforcement, formwork, and any additional subgrade prep
needed.
12. Bid Item 13, 33, 38, 57, 82 — Trench Safety: Measurement for Trench Safety shall be per
linear foot for a trench depth of five (5) feet or greater. Trench safety includes any pipe
installed, and any location where required not specified therein. Payment shall be full
compensation for trench safety as outlined in the Contract Documents.
13. Bid Item 14, 34 — 20" Water Line: Measurement and payment for pipe of each pipe
material shall be per linear foot of actual horizontal length from center of fitting to
center or end of pipe without any deduction for the length of intermediate fittings,
specials or valves. Payment made at a unit price bid shall include: furnishing, hauling,
and laying of pipe, fittings, flexible joints, joint bonds, special coatings (where indicated),
closure sections and tie-ins, welding joints, mechanical thrust restraint, concrete thrust
blocking, shoring, dewatering, and pumping where necessary, trench excavation,
backfilling, embedment material, pipeline and appurtenance markers, clearing and
grubbing, permanent grading, replacement of topsoil, diversion dikes, terracing,
protecting or replacing or temporarily relocating existing structures or utilities, removal
of existing 12" pipe along Milwaukee Ave., testing, disposal of surplus materials,
cleaning up and maintenance, sign replacement, surveying and replacement of
monuments, dust control, removal of mud from roadways, erosion and sedimentation
control, test plugs and temporary piping, replacement of sidewalks, pipeline markers
and post, replacement of drainage structures, temporary fencing and gates, temporary
relocations of power poles, mailboxes, street lights, fire hydrants, flowable fill for depths
of cover over 15 feet; and any incidental work and materials not otherwise indicated in
other pay items, all in strict accordance with the Plans and Specifications.
14. Bid Item 15 — 48" Casing Pipe, Other than Open Cut: Measurement and payment for this
item will be made at the unit price bid per linear foot of tunnel for the particular
location in accordance with the details shown on the plans. Payment for the carrier
pipe inside the casing including heavy wall or additional strength pipe (steel pipe) will be
included in the price bid for main line pipe. Payment for tunnels shall include all costs of
bulkheads, guardrails, casing, spacers, tunneling, access pits, exterior grouting, interior
grouting, sealing ends of casing, pipe rails, and all other items for crossing as shown on
the plans and required for installation, except the carrier pipe.
15. Bid Item 16, 41, 58 — 12" Water Line, AWWA C-900 DR-18: Measurement and payment
for pipe of each pipe material shall be per linear foot of actual horizontal length from
center of fitting to center or end of pipe without any deduction for the length of
intermediate fittings, specials or valves. Payment made at a unit price bid shall include:
furnishing, hauling, and laying of pipe, fittings, flexible joints, joint bonds, special
coatings (where indicated), closure sections and tie-ins, welding joints, mechanical
thrust restraint, concrete thrust blocking, shoring, dewatering, and pumping where
necessary, trench excavation, backfilling, embedment material, pipeline and
appurtenance markers, clearing and grubbing, permanent grading, replacement of
topsoil, diversion dikes, terracing, protecting or replacing or temporarily relocating
existing structures or utilities, testing, disposal of surplus materials, cleaning up and
maintenance, sign replacement, surveying and replacement of monuments, dust
Measurement and Basis for Payment 01 29 01 - 6
LUB18410 Bid Package 41 — Pressure Zone Delineation and Off -Site Water Lines
control, removal of mud from roadways, erosion and sedimentation control, test plugs
and temporary piping, replacement of sidewalks, pipeline markers and post,
replacement of drainage structures, temporary fencing and gates, temporary
relocations of power poles, mailboxes, street lights, fire hydrants, flowable fill for depths
of cover over 15 feet; and any incidental work and materials not otherwise indicated in
other pay items, all in strict accordance with the Plans and Specifications.
16. Bid Item 19 — 24" Storm Drain Pipe, RCP - Includes the complete installation of the 24"
RCP Storm Drain. Payment made at unit price bid and shall be measured in linear feet by
station. Item includes materials, labor, equipment, and incidentals for complete
installation of the CMP Culvert as indicated in the Contract. Price shall include flowable
fill embedment and all excavation and backfill to completely install.
17. Bid Item 20 — Fiber Optic Conduit: Payment made at the unit price bid shall include
furnishing, hauling and laying of conduit shown on the plans, fittings, all adapters,
trench excavation, and backfilling, including embedment material as specified,
replacement of top soil, protecting or replacing existing structures or utilities, testing,
disposal of surplus materials, cleaning up and maintenance, any incidental work and
materials not otherwise provided for these specifications, all in strict accordance with
the plans and specifications.
a. Payment for conduit shall also include any and all extra precautions or construction
requirements necessary to adequately protect and support existing utilities.
Payment for the conduit and appurtenances shall include all costs required to have
utility companies repair any damage inflicted to their lines by the Contractor and
any cleanup, property damages, fines, etc. resulting from damage inflicted to any
utility line by the Contractor.
b. Payment shall include the cost for any and all required Fiber Optic Ground Pull
Boxes. The price shall include the box, excavation and backfill around the box, and
any other related appurtenances.
18. Bid Item 21, 36, 44, 60-62 — Butterfly Valves at Various Sizes: Payment made at the unit
price bid shall include furnishing, hauling, joint restraints, valves, extension stems, valve
covers, fittings as shown on the drawings, trench excavation, and backfilling, including
embedment material as specified, flowable fill, and replacement of top soil undisturbed
topsoil scenarios.
19. Bid Items 22-24, 45-48, 63-65 — Gate Valves at Various Sizes: Payment made at the unit
price bid shall include furnishing, hauling, joint restraints, valves, extension stems, valve
covers, fittings as shown on the drawings, trench excavation, and backfilling, including
embedment material as specified, flowable fill, and replacement of top soil undisturbed
topsoil scenarios.
20. Bid Item 25, 26 — Blow Offs and Air Valve Assemblies: Measurement and payment for Air
Valves, and Blowoffs, shall be per each at the price bid for the various sizes and types of
air valves and blowoffs. Separate pay items are not included for various types of vault
lids or various vault diameters, and these costs shall be included in the items provided.
Payment shall include all costs for air valves, piping, flanged outlets, valves, fittings,
vaults, lids, crushed gravel, concrete, structural backfill, 16-inch manways, vent piping,
painting, and all other accessories as indicated.
Measurement and Basis for Payment 01 29 01 - 7
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
21. Bid Item 31, 55, 75 — Reinforced Concrete Pavement Repair: Payment shall be at the unit
bid price per square yard for the 8" reinforced concrete paving installed at the locations,
width and/or length specified on the contract drawings. Payment shall include the cost
of all expansion and construction joints to tie to existing pavement. Payment shall also
include the cost of any curb, gutter, or toe wall repair/ replacement as required. Unit
price to include any and all subgrade preparation specified.
22. Bid Item 37, 56, 76 — Asphalt Pavement Repair: Measurement and payment for the
asphalt pavement replacement shall be per Square Yard at the unit price bid.
Measurement will be made per SY replaced as shown in plans and shall include all
required surveying. Payment shall include all costs for subgrade compaction, flexbase,
HMAC surface, and striping to match existing striping and all other work necessary to
meet the plan and specification requirements for Asphalt Pavement Repair.
23. Bid Item 39 — 24" Water Line: Measurement and payment for pipe of each pipe
material shall be per linear foot of actual horizontal length from center of fitting to
center or end of pipe without any deduction for the length of intermediate fittings,
specials or valves. Payment made at a unit price bid shall include: furnishing, hauling,
and laying of pipe, fittings, flexible joints, joint bonds, special coatings (where indicated),
closure sections and tie-ins, welding joints, mechanical thrust restraint, concrete thrust
blocking, shoring, dewatering, and pumping where necessary, trench excavation,
backfilling, embedment material, pipeline and appurtenance markers, clearing and
grubbing, permanent grading, replacement of topsoil, diversion dikes, terracing,
protecting or replacing or temporarily relocating existing structures or utilities, removal
of existing 12" pipe along Milwaukee Ave., testing, disposal of surplus materials,
cleaning up and maintenance, sign replacement, surveying and replacement of
monuments, dust control, removal of mud from roadways, erosion and sedimentation
control, test plugs and temporary piping, replacement of sidewalks, pipeline markers
and post, replacement of drainage structures, temporary fencing and gates, temporary
relocations of power poles, mailboxes, street lights, fire hydrants, flowable fill for depths
of cover over 15 feet; and any incidental work and materials not otherwise indicated in
other pay items, all in strict accordance with the Plans and Specifications.
24. Bid Item 40 — 16" Water Line: Measurement and payment for pipe of each pipe
material shall be per linear foot of actual horizontal length from center of fitting to
center or end of pipe without any deduction for the length of intermediate fittings,
specials or valves. Payment made at a unit price bid shall include: furnishing, hauling,
and laying of pipe, fittings, flexible joints, joint bonds, special coatings (where indicated),
closure sections and tie-ins, welding joints, mechanical thrust restraint, concrete thrust
blocking, shoring, dewatering, and pumping where necessary, trench excavation,
backfilling, embedment material, pipeline and appurtenance markers, clearing and
grubbing, permanent grading, replacement of topsoil, diversion dikes, terracing,
protecting or replacing or temporarily relocating existing structures or utilities, removal
of existing 12" pipe along Milwaukee Ave., testing, disposal of surplus materials,
cleaning up and maintenance, sign replacement, surveying and replacement of
monuments, dust control, removal of mud from roadways, erosion and sedimentation
control, test plugs and temporary piping, replacement of sidewalks, pipeline markers
and post, replacement of drainage structures, temporary fencing and gates, temporary
relocations of power poles, mailboxes, street lights, fire hydrants, flowable fill for depths
Measurement and Basis for Payment 01 29 01 - 8
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
of cover over 15 feet; and any incidental work and materials not otherwise indicated in
other pay items, all in strict accordance with the Plans and Specifications.
25. Bid Item 43 — 4" Water Line, AWWA C-900 DR-18: Measurement and payment for pipe
of each pipe material shall be per linear foot of actual horizontal length from center of
fitting to center or end of pipe without any deduction for the length of intermediate
fittings, specials or valves. Payment made at a unit price bid shall include: furnishing,
hauling, and laying of pipe, fittings, flexible joints, joint bonds, special coatings (where
indicated), closure sections and tie-ins, welding joints, mechanical thrust restraint,
concrete thrust blocking, shoring, dewatering, and pumping where necessary, trench
excavation, backfilling, embedment material, pipeline and appurtenance markers,
clearing and grubbing, permanent grading, replacement of topsoil, diversion dikes,
terracing, protecting or replacing or temporarily relocating existing structures or
utilities, testing, disposal of surplus materials, cleaning up and maintenance, sign
replacement, surveying and replacement of monuments, dust control, removal of mud
from roadways, erosion and sedimentation control, test plugs and temporary piping,
replacement of sidewalks, pipeline markers and post, replacement of drainage
structures, temporary fencing and gates, temporary relocations of power poles,
mailboxes, street lights, fire hydrants, flowable fill for depths of cover over 15 feet; and
any incidental work and materials not otherwise indicated in other pay items, all in strict
accordance with the Plans and Specifications.
26. Bid Items 49, 66-69 — Line Stops of Various Sizes: Payment made at the unit price bid
shall include furnishing, hauling, welding, joint restraints, valves, fittings, installation,
trench excavation, and backfilling, including embedment material as specified, flowable
fill, pavement repair and replacement of top soil undisturbed topsoil scenarios. Average
depth of line stops are unknown. Bid price includes excavation up to 8 feet in depth to
install valve. Anything over 8 feet in depth will result in extra compensation.
27. Bid Item 59 — 8" Water Line, AWWA C-900 DR-18: Measurement and payment for pipe
of each pipe material shall be per linear foot of actual horizontal length from center of
fitting to center or end of pipe without any deduction for the length of intermediate
fittings, specials or valves. Payment made at a unit price bid shall include: furnishing,
hauling, and laying of pipe, fittings, flexible joints, joint bonds, special coatings (where
indicated), closure sections and tie-ins, welding joints, mechanical thrust restraint,
concrete thrust blocking, shoring, dewatering, and pumping where necessary, trench
excavation, backfilling, embedment material, pipeline and appurtenance markers,
clearing and grubbing, permanent grading, replacement of topsoil, diversion dikes,
terracing, protecting or replacing or temporarily relocating existing structures or
utilities, testing, disposal of surplus materials, cleaning up and maintenance, sign
replacement, surveying and replacement of monuments, dust control, removal of mud
from roadways, erosion and sedimentation control, test plugs and temporary piping,
replacement of sidewalks, pipeline markers and post, replacement of drainage
structures, temporary fencing and gates, temporary relocations of power poles,
mailboxes, street lights, fire hydrants, flowable fill for depths of cover over 15 feet; and
any incidental work and materials not otherwise indicated in other pay items, all in strict
accordance with the Plans and Specifications.
28. Bid Item 74 — Existing 24" Butterfly Valve Removal: Payment made at the unit price bid
shall include furnishing, hauling, joint restraints, fittings as shown on the drawings,
Measurement and Basis for Payment 01 29 01 - 9
LUB18410 Bid Package #1 — Pressure Zone Delineation and Off -Site Water Lines
trench excavation, flowable fill backfill, removal of existing structure, replacement of
top soil, and sidewalk repair.
29. Bid Item 77-81 —Traffic Control at Various Locations: Contractor shall prepare traffic
control plan signed and sealed by a licensed engineer for each are where work is to take
place. Approved traffic control plan must be obtained 4 weeks prior to work taking
place.
1.08 MEASUREMENT AND BASIS FOR PAYMENT FOR EXTRA WORK ITEMS
A. Item F-83 — Additional CLSM for Utility Protection.
1. Measurement will by the cubic yard based on hauled volumes and truck tickets.
2. Payment will be made at the unit price per cubic yard.
B. Item F-84 — Additional Coarse Gravel for Trench Foundation.
1. Measurement will by the cubic yard based on hauled volumes and truck tickets.
2. Payment will be made at the unit price per cubic yard.
C. Item F-85 — Additional Pipe Zone Embedment Material for Unstable Soils.
1. Measurement will by the cubic yard based on hauled volumes and truck tickets.
2. Payment will be made at the unit price per cubic yard.
D. Item F-86 —Additional Concrete Encasement
1. Measurement will by the lineal foot for each foot that concrete encasement is
extended beyond the stations indicated in the Contract Documents and as approved
by the Engineer/PCM.
2. Payment will be made at the unit price per lineal foot.
E. Item F-87—Additional Flowable Fill Encasement
1. Measurement will by the linear foot for each foot that flowable fill encasement is
extended beyond the stations indicated in the Contract Documents and as approved
by the PCM.
2. Payment will be made at the unit price per linear foot.
F. Item F-88 —Additional High Early Strength Flowable Fill
1. The price bid per cubic yard for this extra high early strength flowable fill not shown on
the Plans, shall be payment for furnishing and installing flowable fill where directed in
writing by the Owner. The quantity will be based on actual volume deposited in
accordance with delivery tickets from supplier.
G. Item F-89 —Additional Sidewalk
1. Payment shall be at the unit bid price per square yard. Payment shall include any
necessary equipment to install the sidewalk. Payment shall include material,
reinforcement, formwork, and any additional subgrade prep needed.
H. Item F-90 — Additional Curb and Gutter
Measurement and Basis for Payment 01 29 01 - 10
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
1. Measurement and payment for the concrete curb and gutter shall be made at the unit
price bid per linear foot, and shall include all materials and labor necessary to furnish
and install new concrete curb and gutter to the limits shown on the drawings. No
additional compensation will be paid for curb replacement required due to damage by
Contractors operations. For extra concrete curb and gutter, the Contractor is to use
The City of Lubbock Public Works Engineering Design Standards and Specifications,
Plate 36-10, latest edition.
I. Item F-91 —Additional 2,000 PSI Concrete
1. The price bid per cubic yard for this extra concrete not shown on the Plans, shall be
payment for furnishing and installing 2,000 psi concrete where directed in writing by
the Owner. The quantity will be based on actual volume deposited in accordance with
delivery tickets from concrete supplier.
2.00 PRODUCTS (NOT USED)
3.00 EXECUTION (NOT USED)
END OF SECTION
Measurement and Basis for Payment 01 29 01 - 11
LUB18410 Bid Package 41— Pressure Zone Delineation and Off -Site Water Lines
013500 SPECIAL PROCEDURES
1.00 GENERAL
1.01 CONSTRUCTION SEQUENCE
A. Complete Work within the specified Milestones for these items:
Description
P
Milestone Date
Liquidated Damages
($/Day)
104th Street, 10" Water Line, and
Substantial completion:
8" Sewer line Sheet C-1 through
� g
October 29th 2021
'
$1 '000
C-3)
Milwaukee Avenue 20" Water Line
Substantial completion:
$5,000
Sheet C-4 through ) h Sheet C-8
October 29th 12021
Substantial Completion
As Specified in the
p
Remainder of Contract
Date Specified in
Contract
Proposal Form
B. Contractor shall prioritize Milwaukee Ave. 20" Water Line, 104th Street, 104th Street 10"
Water Line, and 104th Street 8" Sewer Line.
C. Consider the sequences, duration limitations, and governing factors outlined in this Section
to prepare the schedule for the Work.
D. Perform the Work not specifically described in this Section as required to complete the
entire Project within the Contract Times.
E. The following sequence is for information only and is intended to represent a general
sequence of construction of major activities in which the work can proceed. The sample
sequence provided in this specification is not intended to represent a complete shutdown
and work plan. Although the Contractor is not obligated to follow the sample sequence as
set forth in this specification, his plan shall conform to the construction constraints specified
herein. Where shutdown or diversion durations are indicated, they refer to one continuous
time period.
1. General Notes:
a. Contractor shall verify location and depth of all utilities prior to construction and
manufacturing of pipe.
b. Contractor shall verify the outside diameter of all existing water lines to be
connected to prior to shop drawing preparation and install. The water line
connections regardless of the installation shall be borne solely on the contractor at
no additional expense to the Owner.
c. Contractor shall support existing utilities as required. Replacement/repair of any
existing utilities shall be at no additional cost to the Owner.
d. Contractor shall contain all working operations within the ROW and working limits
identified. Any pavement damaged by the Contractor's operations that is shown to
be outside of the pavement replacement limits shall be replaced by the contractor
at no additional cost to the Owner.
Special Procedures 0135 00 -1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
e. Contractor/Pipe Manufacturer to review existing pipes for thrust and weld existing
pipe joints necessary to provided adequate restraint.
f. Contractor to determine the required number of restrained joints upstream and
downstream of existing pipe, and provided welded restrain or other restrain
approved by the Engineer.
g. Contractor shall coordinate with all residents that are to be taken out of water
service 2 weeks prior to water line shutdown work.
h. Contractor shall coordinate and obtain a ROW permit for all work 4 weeks prior to
work taking place.
i. Contractor shall prepare traffic control plan signed and sealed by a licensed
engineer for each intersection where work is to take place. Approved traffic control
plan must be obtained 4 weeks prior to work taking place.
2. 19th Street and Indiana Ave. Area
a. Work Associated with 19th Street and Indiana Ave. Intersection
1). Obtain approved traffic control permit for work taking place in this intersection.
2). Excavate and verify existing location and depth of all utilities prior to
construction and manufacturing of pipe, valves, and line stop. Verify the
outside diameter of all existing water lines to be connected to prior to shop
drawing preparation and install.
3). 16", 24", 30" Water Line Shutdown
a). Install 16" Line Stops (2) on Existing 16" Water Line Along 19th Street
b). Install 30" Line Stop (1) on Existing 30" Water Line along Indiana Avenue
north of 19th Street
c). Refer to 1.03 Critical Operations for Length of Time and Time of Year Water
Lines can be out of service.
d). Install 30" Butterfly Valve on Existing 30" Water Line along Indiana Avenue
north of 19th Street
e). Remove Existing 24" Butterfly Valve and Install 24" Restrained Flanged
Coupling Adapter within Existing Valve Vault
f). Install Proposed 16" and 24" Water Lines along 191h Street from STA 1+00 to
STA 1+27 including connections to existing 16" and 24" Water Lines and
including 12" valve installed at STA 1+27.
g). Remove 16" and 30" Line Stops.
h). Bring water system back into service.
4). Surface Repair
a). Install high early strength flowable fill (3123 23.34 — 2.02.A) within
excavation up to subgrade of pavement repair.
Special Procedures 0135 00 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
b). Install high early strength concrete repair (03 30 00 — 2.02.13.2). New
finished pavement must be installed and ready to accept traffic within 3
days following completion of water line shutdown.
b. Work Associated with 12" Water line Along Indiana Ave. between 191h Street and
22"d Street
1). Install remainder of 12" Water Line along Indiana Ave. (STA 1+27 to STA 12+90)
within 8 weeks of completion of work within 19th Street and Indiana Ave.
Intersection. This includes final surface repair.
3. 501h Street and Indiana Ave. Area
a. Work Associated with 50th Street and Indiana Ave. Intersection
1). obtain approved traffic control permit for work taking place in this
intersection. Traffic must be maintained through the intersection even during
the night time shutdowns.
2). Excavate and verify existing location and depth of all utilities prior to
construction and manufacturing of pipe, valves, and line stop. Verify the
outside diameter of all existing water lines to be connected to prior to shop
drawing preparation and install.
3). 16" Water Line Shutdown
a). Install 16" Line Stops (2) on the Existing 16" Water Line Along 50th Street
b). Refer to 1.03 Critical Operations for Length of Time and Time of Year
Water Lines can be out of service. This work is only allowed to take place
nightly over a consecutive period of days from Thursday through Monday.
Traffic control must be installed and removed on a daily basis to allow
unimpeded traffic flow during normal daylight hours.
c). Install 16" Gate Valve on Existing 16" Water Line 501h Street.
d). Remove 16" Line Stops.
e). Bring water system back into service.
4). Surface Repair
a). Install high early strength flowable fill (3123 23.34 — 2.02.A) within
excavation up to subgrade of pavement repair.
b). Install high early strength concrete repair (03 30 00 — 2.02.13.2). New
finished pavement must be installed and ready to accept traffic within 3
days following completion of water line shutdown.
4. 82"d Street Area
a. Work Associated with 82"d Street from Memphis Ave. intersection to Indiana Ave.
Intersection — Within Line Stop Window
1). Obtain approved traffic control permit for work taking place along 82"d Street.
2). Excavate and verify existing location and depth of all utilities prior to
construction and manufacturing of pipe, valves, and line stop. Verify the
Special Procedures 0135 00 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
outside diameter of all existing water lines to be connected to prior to shop
drawing preparation and install.
3). 24" and 36" Water Line Shutdown
a). Install 24" Line Stop (1) and 36" Line Stop (1) on Existing 24" and 36" Water
Lines Along 82"d Street
b). Refer to 1.03 Critical Operations for Length of Time and Time of Year Water
Lines can be out of service.
c). Install 24" Butterfly Valve on Existing 24" Water Line at the Indiana Avenue
and 82"d Street Intersection. Also install 24"X12" Tee and 12" Gate Valve
(Water Line B).
d). Remove Existing 24" Butterfly Valve and Existing 24"X36" Reducer west of
the Memphis Avenue and 82"d Street Intersection.
e). Install 24" Butterfly Valve and 24"X36" Reducer west of the Memphis
Avenue and 82"d Street Intersection.
f). Install 24"X12" Tapping Saddle and Valve on Existing 24" Water Line (Water
Line A)
g). Leave 12" Gate Valves installed off new 24" Water Line closed.
h). Remove 24" and 36" Line Stops.
i). Bring water system back into service.
4). Surface Repair
a). Install flowable fill within excavation up to subgrade of pavement repair.
b). Install high early strength concrete repair (03 30 00 — 2.02.13.2). New
finished pavement must be installed and ready to accept traffic within 3
days following completion of water line shutdown.
b. Work Associated with 82"d Street and Indiana Ave. Intersection — Associated with
14" Water Line Shutdown
1). Obtain approved traffic control permit for work taking place in this intersection.
2). Excavate and verify existing location and depth of all utilities prior to
construction and manufacturing of pipe, valves, and line stop. Verify the
outside diameter of all existing water lines to be connected to prior to shop
drawing preparation and install.
3). 4" and 14" Water Line Shutdown
a). City crews to isolate existing 14" Water Line
b). Refer to 1.03 Critical Operations for Length of Time and Time of Year Water
Lines can be out of service.
c). Install remainder of Water Line A and B.
d). Install Water Line C.
e). Bring water system back into service.
Special Procedures 0135 00 - 4
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
4). Surface Repair
a). Install high early strength flowable fill (3123 23.34 — 2.02.A) within
excavation up to subgrade of pavement repair.
b). Install high early strength concrete repair (03 30 00 — 2.02.13.2). New
finished pavement must be installed and ready to accept traffic within 3
days following completion of water line shutdown.
1.02 CRITICAL OPERATIONS
A. The Owner has identified critical operations that must not be out of service longer than the
designated maximum out of service time and/or must be performed only during the
designated times. These have been identified in the table below:
Max. Time
Operation Can
p
Liquidated
Critical Operation
Out of
Be Shut Down
Damages
Operation
($/hour)
Time of Week:
Between 6pm on a
19th Street Work
Friday and 6am on a
• 16" Water Line
Monday
• 24" Water Line
60 hours
Time of Year:
$500/hour
May 315t, 2021—
y
• 30" Water Line
August 13th, 2021 or
December 17th, 2021
— January 41h, 2022
Time of Week:
Nightly Shutdowns
Between 8pm and
6am Thursday, Friday,
501h Street Work
Saturday, Sunday, and
50 hours
Monday
$500/hour
• 16" Water Line
Time of Year:
May 315t, 2021—
August 131h, 2021 or
December 171h, 2021
— January 4th, 2022
Time of Week:
Between 6pm on a
82" d Street Work
Friday and 6am on a
• 14" Water Line
60 hours
Monday
Time of Year:
$500/hour
• 24" Water Line
May 315t, 2021-
0 36" Water Line
August 13th, 2021 or
December 17th, 2021
—January 41h, 2022
B. Submit a written Plan of Action per Section 013113 "Project Coordination" for approval for
critical operations.
Special Procedures 0135 00 - 5
LUB18410 Bid Package #1— Pressure tone Delineation and Off -Site Water Lines
C. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner's
normal operations have been restored.
D. Provide additional manpower and equipment as required to complete the Work affecting
critical operations within the allotted time.
E. Liquidated damages will be assessed if Work on critical operations is not completed within
the time indicated.
1.03 OWNER ASSISTANCE
A. The Owner will assist the Contractor in water line isolation, de -watering and refilling. The
Contractor will be responsible for connection and disinfection.
1.04 SHUT DOWNS AND PLANS OF ACTION
A. Shut downs of operations or equipment must be planned and scheduled.
1. Submit a written plan of action for approval for shutting down essential services. These
include:
a. Tie -In to 14" and larger pipelines.
b. Water for testing and filling
c. Disposal of water
2. Describe the following in the Plan of Action:
a. Construction necessary
b. Utilities, piping, or services affected
c. Length of time the service or utility will be disturbed
d. Procedures to be used to carry out the work
e. Plan of Action to handle emergencies
f. Contingency plan that will be used if the original schedule cannot be met
g. Time and procedure required for filling and draining pipelines
3. Tie-ins to existing pipelines may require disposal of water in pipelines where isolation
valves are not available. The Contractor shall be responsible for determining a plan of
action to dispose of water and make the tie-in. Others will refill the pipeline, if
necessary.
4. Plan must be received by the Owner two (2) weeks prior to beginning the work.
1.02 DISPOSAL OF EXCESS EXCAVATED MATERIAL
The Contractor is responsible for properly disposing of all excess excavated material in
accordance with all federal, state and local laws, ordinances, statutes, etc. Where indicated on
the plans, excess material may be disposed on the site.
END OF SECTION
Special Procedures 0135 00 - 6
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
i
I
I
I
_ t
I
I
Y 1
S
y�' 1
V N �
a mn
m
\ rr 1
1
a I
m2�N I_D
mz r
Gi A 7t
10.
��p;• '^Z'•Z ^'t •^'Z ty
W.�P _r y 2
y Pw e, c Y wn
lo
� 1
im�,',T 1`'`,�'omc j ',L,'7•
,Ac. ��,.. � 1 •^r mvz
rn i U J v '•' AT
A 2 y m! Y m
14 N
C. mar I4 L � ✓ I I ..__<
{ Y m II < I
1
�1
� 1
t� 1
�a
- A m
I A r N
rl mmr _
Z
D m
m
It
7 I `y^
, I
1
5 II
N �i£ y mm�� � ! Z f.' �. i CnmO 2 O;N A yZA 7 mn F D ✓.
W � G12� ���y�� y. / .' m v; 07_ y � C OO y ~ J0 Z p►
-
N
o w m F
T co, N z n n m 2
!1
_ i11Y Of IUbbUC K I tkAS
1I-=- =� ---- PRESSURE ZONE DELINEATION FF -,.-•
A--------- - — SIIf (IVII/jt I i•,v"�, r
--- VALVE REPLACEMENT 2
a,.w i
City of Lubbock, TX
Purchasing and Contract Management
Contractor Checklist for
RFP 21-15792-JM
Pressure Zone Delineation and Off -Site Water Lines
X Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL
FORM. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on
acceptance of his bid to execute a contract and any required bonds, according to the accompanying
forms, for performing and completing the said work within the time stated and for the prices stated
below. The bidder MUST submit his bid on forms furnished by the City, and all blank spaces in
the form shall be correctly filled in, stating the price in numerals for which he intends to do the
work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly
and legibly, or typewritten. In case of discrepancy between the unit price and the extended total
for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the
purpose of correcting an error in the bid price. Include corporate seal and Secretary's signature.
Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL
SECURITY number.
2. X Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a
bid surety WILL result in automatic rejection of your bid.
3. X Complete CITY OF LUBBOCK REFERENCE FORM.
4. X Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT.
Contractor's signature must be original.
5. X Complete CONTRACTOR'S STATEMENT OF QUALIFICATIONS
6. X Clearly mark the bid number, title, due date and time and your company name and address on the outside
of the envelope or container.
7. X Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office
prior to the deadline. Late bids will not be accepted.
8. X Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained
in detail and submitted with Bid.
9, X Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's
FEDERAL TAX ID number or Owner's SOCIAL SECURITY number.
10. X Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE (CIQ) FORM &
CERTIFICATE OF INTERESTED PARTIES
11. X Texas Government Code Section 2271.002 & 2252.152
12. X Complete and submit the LIST OF SUB -CONTRACTORS.
DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING:
13. Complete and submit the FINAL LIST OF SUB -CONTRACTORS.
DOCUMENTS REQUIRED BEFORE CONTRACT IS FINALIZED:
FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON-
RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS
COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL.
MH Civil Constructors Inc.
(Type or Print Company Name)
Page Intentionally Left Blank
1.
2.
3.
4.
5.
6.
7.
8.
9.
10
11
12
13
INDEX
NOTICE TO OFFERORS
GENERAL INSTRUCTIONS TO OFFERORS
TEXAS GOVERNMENT CODE § 2269
PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time)
4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM
4-2. SUBMITTAL OF DOCUMENTS ON CONTRACTOR'S CHECKLIST
4-3. CONTRACTOR'S STATEMENT OF QUALIFICATIONS
POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days
after the close date when proposals are due)
5-1. FINAL LIST OF SUB -CONTRACTORS
PAYMENT BOND
PERFORMANCE BOND
CERTIFICATE OF INSURANCE
CONTRACT
GENERAL CONDITIONS OF THE AGREEMENT
CITY OF LUBBOCK WAGE DETERMINATIONS
SPECIAL CONDITIONS (IF APPLICABLE)
SPECIFICATIONS
Page Intentionally Left Blank
NOTICE TO OFFERORS
Page Intentionally Left Blank
Notice to Offerors
RFP 21-15792-JM
Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of
Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management, Citizens
Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401, until 2:00 PM on March 11, 2021, or as changed by
the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the
construction of the following described project:
Pressure Zone Delineation and Off -Site Water Lines
After the expiration of the time and date above first written, said sealed proposals will be opened in the
office of the Director of Purchasing and Contract Management and publicly read aloud. It is the sole responsibility
of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing and Contract
Management for the City of Lubbock, before the expiration of the date above first written.
The Contractor is only required to submit one original copy of every item listed on the Contractor
Checklist in the proposal submittal.
Proposals are due at 2:00 PM on March 11, 2021, and the City of Lubbock City Council will consider
the proposals on April 13, 20211 at the Citizens Tower, 1314 Avenue K, Lubbock, Texas, or as soon thereafter
as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The
successful proposer will be required to furnish a performance bond in accordance with Chapter 2253, Government
Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and
the successful proposer will be required to furnish a payment bond in accordance with Chapter 2253, Government
Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said
statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. THE BONDS
MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE CONTRACT
SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND APPROVED.
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or
certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety
company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total
amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary
bonds within ten (10) business days after notice of award of the contract to the Offeror. FAILURE OF THE
PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL
CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE
PROPOSAL SUBMITTAL.
Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock
Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded
from hqp://www.bidsync.com at no cost. In the event of a large file size, please be patient when downloading
or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries.
It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offeror
regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such
factors have been thoroughly investigated and considered in the preparation of the proposal submitted. There will
be a non -mandatory pre -proposal conference on March 2, 2021, at 10:00AM. The Zoom meeting information is
as follows:
Website: hiips://zoom.us/j/9759171012
Meeting ID: 975 917 1012
Passcode: 1314
Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem
wages included in the contract documents on file in the office of the Purchasing and Contract Management Office
of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention
is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements
contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages
as heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this
advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals
in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability,
or national origin in consideration for an award.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -proposal
meetings and proposal openings are available to all persons regardless of disability. If you require special
assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 write to Post Office
Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK,
,4arta .Alvarez
Marta Alvarez
DIRECTOR OF PURCHASING &
CONTRACT MANAGEMENT
GENERAL INSTRUCTIONS TO OFFERORS
Pate Intentionally Left Blank
GENERAL INSTRUCTIONS TO OFFERORS
PROPOSAL DELIVERY, TIME & DATE
The City of Lubbock is seeking written and sealed competitive proposals to furnish Pressure Zone
Delineation and Off -Site Water Lines per the attached specifications and contract documents. Sealed
proposals will be received no later than 2:00 PM, March 11, 2021, at the office listed below. Proposals
will be opened via teleconference if date/time stamped on or before 2:00 p.m. CST at the office listed
below. The Zoom meeting information is as follows:
Website: htt2s://zoom.us/j/9759171012
Meeting ID: 975 917 1012
Passcode: 1314
Any proposal received after the date and hour specified will be rejected and returned unopened to the
proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly
labeled in the lower left-hand corner: "RFP 21-15792-JM, Pressure Zone Delineation and Off -Site
Water Lines" and the proposal opening date and time. Offerors must also include their company name
and address on the outside of the envelope or container. Proposals must be addressed to:
Marta Alvarez, Director of Purchasing and Contract Management
City of Lubbock
1314 Avenue K, Floor 9
Lubbock, Texas 79401
1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing and Contract
Management Office. Mailing of a proposal does not ensure that it will be delivered on time or
delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort
of delivery service that provides a receipt.
1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by
private courier service. Only written proposals submitted in conformance with the Instruction to
Offerors will be considered responsive and evaluated for award of a Contract.
1.3 Please submit one original and one electronic copy of the response, including all required forms
and applicable supporting documentation, as required. Failure to submit the required number of
copies may result in the proposal being declared unresponsive. The original must be clearly
marked "ORIGINAL".
• Electronic responses must be submitted not later than 2:00 p.m. CST on March 11, 2021,
through BidSync.com or via email submission to: JMontes(&,,mylubbock.us before the
deadline.
Please allow time to upload. Any submissions received after the date and hour specified will be
rejected.
• Original documents require submission by March 18, 2021, at 5:00 p.m.
The response must be inside a sealed envelope or container when submitted. The response
material must be addressed and delivered to:
City of Lubbock
Marta Alvarez, Director of Purchasing and Contract Management Office
1314 Avenue E, Floor 9
Lubbock, TX 79401
The outside of the envelope or container must state: RFP 21-15792-JM, Pressure Zone
Delineation and Off -Site Water Lines
Submittals received later than the above date and time may be rejected and returned
unopened.
1.4 The City of Lubbock reserves the right to postpone the date and time for opening proposals through
an addendum.
2 PRE -PROPOSAL MEETING
2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing
addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non -
mandatory pre -proposal conference will be held at 10:00AM, March 2, 2021, via teleconference.
The Zoom meeting information is as follows:
Website: hlt2s://zoom.us/j/9759171012
Meeting ID: 975 917 1012
Passcode: 1314
All persons attending the meeting will be asked to identify themselves and the prospective
proposer they represent.
2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not
mandatory. The City will not be responsible for providing information discussed at the pre -
proposal meeting to offerors who do not attend the pre -proposal meeting.
ADDENDA & MODIFICATIONS
3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information
available over the Internet at www.bidsync.com. We strongly suggest that you check for any
addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES
WITHOUT INTERNET ACCESS may use computers available at most public libraries.
3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents
may request an interpretation thereof from the Director of Purchasing and Contract Management.
At the request of the proposer, or in the event the Director of Purchasing and Contract Management
deems the interpretation to be substantive, the interpretation will be made by written addendum
issued by the Purchasing and Contract Management. Such addenda issued by the Purchasing and
Contract Management Office will be available over the Internet at htw://www.bidsync.com and
will become part of the proposal package having the same binding effect as provisions of the
original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING.
In order to have a request for interpretation considered, the request must be submitted in writing
and must be received by the City of Lubbock Purchasing and Contract Management Office no later
than five (5) calendar days before the proposal closing date.
3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of
Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only
information supplied by the City of Lubbock Purchasing and Contract Management Office in
writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer
may have had before or after receipt of this RFP with any individuals, employees, or
representatives of the City and any information that may have been read in any news media or seen
2
or heard in any communication facility regarding this proposal should be disregarded in preparing
responses.
3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors.
4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS
4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with
all requirements before submitting a proposal to ensure that their proposal meets the intent of these
specifications.
4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and
examinations that are necessary to ascertain conditions and requirements affecting the
requirements of this Request for Proposals. Failure to make such investigations and examinations
shall not relieve the proposer from obligation to comply, in every detail, with all provisions and
requirements of the Request for Proposals.
4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract
documents, shall be given to the Director of Purchasing and Contract Management and a
clarification obtained before the proposals are received, and if no such notice is received by
the Director of Purchasing and Contract Management prior to the opening of proposals,
then it shall be deemed that the proposer fully understands the work to be included and has
provided sufficient sums in its proposal to complete the work in accordance with these plans
and specifications. If proposer does not notify the Director of Purchasing and Contract
Management before offering of any discrepancies or omissions, then it shall be deemed for
all purposes that the plans and specifications are sufficient and adequate for completion of
the project. It is further agreed that any request for clarification must be submitted no later
than five (5) calendar days prior to the opening of proposals.
PROPOSAL PREPARATION COSTS
5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred
in the preparation and submission of a proposal.
5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any
services or equipment.
5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer.
6 TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION
ACT
6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial
decision, including trade secrets and commercial or financial information, clearly identify those
portions.
6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors
and keeps the proposals secret during negotiations. All proposals are open for public inspection
after the contract is awarded, but trade secrets and confidential information in the proposals are
not open for inspection. Tex. Loc. Govt. Code 252.049(a)
6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the
Texas Public Information Act.
6.4 Pursuant to Section 552.234(c) of the Texas Government Code, the City of Lubbock has
designated the following email address for which public information requests may be made by an
emailed request: orrkmylubbock.us. Please send this request to this email address for it to be
processed.
6.5 For more information, please see the City of Lubbock Public Information Act website at:
https:Hci.lubbock.tx.us/pages/Tublic-inforination-act
7 LICENSES, PERMITS, TAXES
The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer
is or may be required to pay.
8 UTILIZATION OF LOCAL BUSINESS RESOURCES
Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local
resources, and to outline in their proposal submittal how they would utilize local resources.
9 CONFLICT OF INTEREST
9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business
arrangement with any employee, official or agent of the City of Lubbock.
9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror
has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the
receipt of special treatment, advantage, information, recipient's decision, opinion,
recommendation, vote or any other exercise of discretion concerning this proposal.
10 CONTRACT DOCUMENTS
10.1 All work covered by the contract shall be done in accordance with contract documents described
in the General Conditions.
10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract
documents for the construction of this project and shall be responsible for the satisfactory
completion of all work contemplated by said contract documents.
11 PLANS FOR USE BY OFFERORS
It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project
covered by the contract documents be given a reasonable opportunity to examine the documents and
prepare a proposal without charge. The contract documents may be examined without charge as noted in
the Notice to Offerors.
12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals.
It shall be the offerors resaonsibility to advise the Director of Purchasina and Contract
Management if any language, requirements, etc., or any combinations thereof, inadvertentlX
restricts or limits the requirements stated in this RFP to a single source. Such notification must be
submitted in writing and must be received by the City Purchasing and Contract Management
Office no later than five (5) calendar days before the proposal closing date. A review of such
notifications will be made.
4
12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL
REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION
CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN
WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL
CLOSING DATE AND ADDRESSED TO:
Jessie Montes, Buyer III
City of Lubbock
Purchasing and Contract Management Office
1314 Avenue K, Floor 9,
Lubbock, Texas, 79401
Fax: 806-775-2164
Email: JMontesgmylubbock.us
Bidsync: www.bidsvnc.com
13 TIME AND ORDER FOR COMPLETION
13.1 The construction covered by the contract documents shall be substantially completed 365
Consecutive Calendar Days with final completion within 400 Consecutive Calendar Days
from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful
proposer.
13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided,
however, the City reserves the right to require the Contractor to submit a progress schedule of the
work contemplated by the contract documents. In the event the City requires a progress schedule
to be submitted, and it is determined by the City that the progress of the work is not in accordance
with the progress schedule so submitted, the City may direct the Contractor to take such action as
the City deems necessary to ensure completion of the project within the time specified.
13.3 Upon receipt of notice to proceed, and upon commencement of the work, the Contractor shall
ensure daily prosecution of the work is conducted every business day until the work is completed,
regardless if the work will be substantially or finally complete ahead of specified deadlines in the
agreement, unless the City determines time off from said prosecution is necessary or reasonable
and Contractor received said determination in writing from the City. Additionally, inclement
weather shall be the only other reason consistent, daily prosecution of the work may not take place
on those inclement weather days.
14 PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions
of the contract documents.
15 AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor
to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the
improvements contemplated by the contract documents have been paid in full and that there are no claims
pending, of which the Contractor has been notified.
16 MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and
grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail
will not relieve the Contractor of full responsibility for providing materials of high quality and for
protecting them adequately until incorporated into the project. The presence or absence of a representative
of the City on the site will not relieve the Contractor of full responsibility of complying with this provision.
The specifications for materials and methods set forth in the contract documents provide minimum
standards of quality, which the Owner believes necessary to procure a satisfactory project.
17 GUARANTEES
17.1 All equipment and materials incorporated in the project and all construction shall be
guaranteed against defective materials and workmanship. Prior to final acceptance, the
Contractor shall furnish to the Owner, a written general guarantee which shall provide that
the Contractor shall remedy any defects in the work, and pay for any and all damages of any
nature whatsoever resulting in such defects, when such defects appear within Two years from
date of final acceptance of the work as a result of defective materials or workmanship, at no
cost to the Owner (City of Lubbock).
17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor
represents and warrants fault -free performance and fault -free result in the processing date
and date -related data (including, but not limited to calculating, comparing and sequencing)
of all hardware, software and firmware products delivered and services provided under this
Contract, individually or in combination, as the case may be from the effective date of this
Contract. Also, the Contractor warrants calculations will be recognized and accommodated
and will not, in any way, result in hardware, software or firmware failure. The City of
Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the
procedures it intends to follow in order to comply with all the obligations contained herein.
17.3 The obligations contained herein apply to products and services provided by the Contractor,
its sub -contractor or any third party involved in the creation or development of the products
and services to be delivered to the City of Lubbock under this Contract. Failure to comply
with any of the obligations contained herein, may result in the City of Lubbock availing itself
of any of its rights under the law and under this Contract including, but not limited to, its
right pertaining to termination or default.
17.4 The warranties contained herein are separate and discrete from any other warranties specified
in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or
limitation to the Contractor's liability which may be specified in this Contract, its appendices,
its schedules, its annexes or any document incorporated in this Contract by reference.
18 PLANS FOR THE CONTRACTOR
The contractor will, upon written request, be furnished up to a maximum of five sets of plans and
specifications and related contract documents for use during construction. Plans and specifications for use
during construction will only be furnished directly to the Contractor. The Contractor shall then distribute
copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution
of the work contemplated by the Contractor.
19 PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials,
supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction,
and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such
work, until the date the City issues its certificate of completion to Contractor. The City reserves the right,
0
after the proposals have been opened and before the contract has been awarded, to require of a proposer
the following information:
(a) The experience record of the proposer showing completed jobs of a similar nature to the one
covered by the intended contract and all work in progress with bond amounts and percentage
completed.
(b) A sworn statement of the current financial condition of the proposer.
(c) Equipment schedule.
20 TEXAS STATE SALES TAX
20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to
provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to
buy the materials to be incorporated into the work without paying the tax at the time of purchase.
21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents
in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility
lines, conduits or other underground structures which might or could be damaged by Contractor during
the construction of the project contemplated by these contract documents. The City of Lubbock agrees
that it will furnish Contractor the location of all such underground lines and utilities of which it has
knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned.
All such underground lines or structures, both known and unknown, cut or damaged by Contractor during
the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to
the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense.
22 BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger
signals, and shall take such other precautionary measures for the protection of persons, property and the
work as may be necessary. The Contractor will be held responsible for all damage to the work due to
failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion
shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's
responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to
Contractor of City's certificate of acceptance of the project.
23 EXPLOSIVES
23.1 The use of explosives will not be permitted
23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
24 CONTRACTOR'S REPRESENTATIVE
The successful proposer shall be required to have a responsible local representative available at all times
while the work is in progress under this contract. The successful proposer shall be required to furnish the
name, address and telephone number where such local representative may be reached during the time that
the work contemplated by this contract is in progress.
7
25 INSURANCE
25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as
required in the General Conditions of the contract documents, from an underwriter authorized to
do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished
to the City and written notice of cancellation or any material change will be provided ten (10) days
in advance of cancellation or change. All policies shall contain an agreement on the part of the
insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost
and expense through the life of this contract, insurance protection as hereinafter specified.
Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be
carried with an insurance company authorized to transact business in the State of Texas and shall
cover all operations in connection with this contract, whether performed by the Contractor or a
subcontractor, or separate policies shall be provided covering the operation of each subcontractor.
A certificate of insurance specifying each and all coverages shall be submitted before contract
execution.
26 LABOR AND WORKING HOURS
26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per
diem wages included in these contract documents. The wage rate that must be paid on this project
shall not be less than specified in the schedule of general prevailing rates of per diem wages as
above mentioned. The proposer' attention is further directed to the requirements of Texas
Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage
schedules above mentioned and the proposer's obligations thereunder. The inclusion of the
schedule of general prevailing rate of per diem wages in the contract documents does not release
the Contractor from compliance with any wage law that may be applicable. Construction work
under this contract requiring an inspector will not be performed on Sundays or holidays unless the
following conditions exist:
26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the
necessary service to its citizens.
26.1.2 Delays in construction are due to factors outside the control of the Contractor. The
Contractor is approaching the penalty provisions of the contract and Contractor can show
he has made a diligent effort to complete the contract within the allotted time.
26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the
Contractor must notify the Owner's Representative not less than three full working days prior to
the weekend or holiday he desires to do work and obtain written permission from the Owner's
Representative to do such work. The final decision on whether to allow construction work
requiring an inspector on Sundays or holidays will be made by the Owner's Representative.
26.3 In any event, if a condition should occur or arise at the site of this project or from the work being
done under this contract which is hazardous or dangerous to property or life, the Contractor shall
immediately commence work, regardless of the day of the week or the time of day, to correct or
alleviate such condition so that it is no longer dangerous to property or life.
27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the
project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable
without discount, not less often than once each week. The Contractor and each of his subcontractors
shall keep a record showing the name and occupation of each worker employed by the Contractor
or subcontractor in the construction of the public work and the actual per diem wages paid to each
worker. This record shall be open at all reasonable hours to inspection by the officers and agents
of the City. The Contractor must classify employees according to one of the classifications set forth in
the schedule of general prevailing rate of per diem wages, which schedule is included in the contract
documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract
is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion
thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular
classification as set forth in the schedule of general prevailing rate of per diem wages included in these
contract documents.
28 PROVISIONS CONCERNING ESCALATION CLAUSES
Proposals submitted containing any conditions which provide for changes in the stated proposal price due
to increases or decreases in the cost of materials, labor or other items required for the project will be
rejected and returned to the proposer without being considered.
29 PREPARATION FOR PROPOSAL
29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the
form shall be correctly filled in, stating the price in numerals for which he intends to do the
work contemplated or furnish the materials required. Such prices shall be written in ink,
distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the
extended total for a bid item, the unit price will be taken. A bid that has been opened may
not be changed for the purpose of correcting an error in the bid price.
29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized
agent. If a proposal is submitted by a firm, association, or partnership, the name and address of
each member must be given and the proposal signed by a member of the firm, association or
partnership, or person duly authorized. If the proposal is submitted by a company or corporation,
the company or corporate name and business address must be given, and the proposal signed by
an official or duly authorized agent. Powers of attorney authorizing agents or others to sign
proposals must be properly certified and must be in writing and submitted with the proposal. The
proposal shall be executed in ink.
29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to
Offerors, and endorsed on the outside of the envelope in the following manner:
29.3.1 Proposer's name_
29.3.2 Proposal "RFP 21-15792-JM Pressure Zone Delineation and Off -Site Water Lines"
Proposal submittals may be withdrawn and resubmitted at any time before the time set for
opening of the proposals, but no proposal may be withdrawn or altered thereafter.
29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that
has been opened may not be changed for the purpose of correcting an error in the proposal
kro
31
price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE
MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING.
BOUND COPY OF CONTRACT DOCUMENTS
Proposer understands and agrees that the contract to be executed by proposer shall be bound and include
the following:
(a)
Notice to Offerors.
(b)
General Instructions to Offerors.
(c)
Proposer's Submittal Form.
(d)
Statutory Bonds (if required).
(e)
Contract Agreement.
(f)
General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates for Contractor and all Sub -Contractors.
(j) All other documents made available to proposer for his inspection in accordance with the Notice
to Offerors.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
UALIFICATIONS OF OFFERORS
The proposer may be required before the award of any contract to show to the complete satisfaction of the
City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service
specified therein in a satisfactory manner. The proposer may also be required to give a past history and
references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock
may make reasonable investigations deemed necessary and proper to determine the ability of the proposer
to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose
that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal
may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of
Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete
the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the service
required.
(b) The ability of the proposer to perform the work or provide the service promptly or within the time
specified, without delay or interference.
(c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer.
(d) The quality of performance of previous contracts or services.
(e) The safety record of the Contractor and proposed Sub -Contractors
(f) The experience and qualifications of key project personnel
10
(g) Past experience with the Owner
Before contract award, the recommended contractor for this project may be required to show that he has
experience with similar projects that require the Contractor to plan his work efforts and equipment needs
with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of
ALL similar municipal and similar non -municipal current and completed projects for the past five (5)
years for review. This list shall include the names of supervisors and type of equipment used to perform
work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s)
that will be used to perform work on this project in compliance with City of Lubbock specifications herein.
32 BASIS OF PROPOSALS AND SELECTION CRITERIA
The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas
Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is
equal to 100 points. The weight factor is 60 points for Price, 25 points for Contractor Qualifications, 5
points for Safety Record Questionnaire, and 10 points for Construction Time. The selection criteria used
to evaluate each proposal includes the following:
32.1 60 POINTS - PRICE: The quality of Offerors is not judged solely by a low initial cost proposal
or, conversely, eliminated solely because of a high initial cost proposal. The following is the
formula used when determining price as a factor for construction contract proposals. The lowest
proposal price of all the proposals becomes the standard by which all price proposals are evaluated.
One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the
price of the proposal being evaluated. That fraction is then multiplied by the maximum point value
of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x
Maximum Point Value = Price Score.
32.2 25 POINTS - CONTRACTOR QUALIFICATIONS: When evaluating a contractor's
qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and
past experience with the contractor. The City may also interview the job superintendent at a time
to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is
as follows: (Points = Score). Each evaluator assigns points based upon the responses the contractor
provides in the "Contractor's Statement of Qualifications" And any past experience with the
contractor. The "Contractor's Statement of Qualifications" is a minimum, and you may provide
additional pertinent information relevant to the project for which you are submitting this proposal.
32.3 5 POINTS - SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively
evaluated and the formula is as follows: (Points = Score). Each evaluator assigns points based
upon the responses you provide in your "Safety Record Questionnaire" and the Contractors
Experience Modification Ratio (EMR). Contractors with an EMR greater than 1.0, as well as those
Contractors not submitting EMRs, will receive zero points for this portion of the selection criteria.
The City may consider any incidence involving worker safety or safety of Lubbock residents, be
it related or caused by environmental, mechanical, operational, supervision or any other cause or
factor under the contractor's control. Evaluators base their rating primarily upon how well you
document previous offenses with the date of the offense, location where the offense occurred, type
of offense, final disposition of the offense, and any penalty assessed as well as the EMR.
11
32.4 10 POINTS - CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators
use the following formula when determining construction time as a factor for construction contract
proposals. The lowest construction time proposal of all the proposals becomes the standard by
which all the construction time proposals are evaluated. One at a time, each proposal is evaluated
by taking the lowest construction time and dividing it by the construction time of the proposal
being evaluated. That fraction is then multiplied by the maximum point value of the construction
time factor for the construction time score. For example: (Lowest construction time/Current
Proposal construction time) x Maximum Point Value = Construction Time Score)
32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The
Committee meets, during which time the Committee Chairperson totals the individual scores. If
the individual scores are similar, the Chairperson averages the scores then ranks offerors
accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates
discussion to determine the reasons for the differences and ensures that all evaluators are fully
knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based
on committee discussion. Please note that offerors with higher qualifications scores could be
ranked higher than offerors with slightly better price scores.
32.6 The estimated budget for the construction phase of this project is $1,650,000.00
32.7 Proposals shall be made using the enclosed Proposal Submittal Form.
33 SELECTION
33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most
advantageous to the City of Lubbock considering the relative importance of evaluation factors
included in this RFP.
33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER
UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY
COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR
GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE
REQUIREMENTS OF THIS REQUEST FOR PROPOSAL.
33.3 The City shall select the offeror that offers the best value for the City based on the published
selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract
with the selected offeror. The City and its engineer or architect may discuss with the selected
offeror options for a scope or time modification and any price change associated with the
modification. If the City is unable to negotiate a contract with the selected offeror, the City shall,
formally and in writing, end negotiations with that offeror and proceed to the next offeror in the
order of the selection ranking until a contract is reached or all proposals are rejected.
33.4 In determining best value for the City, the City is not restricted to considering price alone, but may
consider any other factor stated in the selection criteria.
33.5 A proposal will be subject to being considered irregular and may be rejected if it shows
omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of
12
the items specified, if the unit prices are obviously unbalanced (either in excess of or below
reasonably expected values), or irregularities of any kind.
34 ANTI -LOBBYING PROVISION
34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE
CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND
REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH
ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE
REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE
OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS.
34.2 This provision is not meant to preclude bidders from discussing other matters with City Council
members or City staff. This policy is intended to create a level playing field for all potential
bidders, assure that contract decisions are made in public, and to protect the integrity of the bid
process. Violation of this provision may result in rejection of the bidder's bid.
35 PROTEST
35.1 All protests regarding the RFP process must be submitted in writing to the City Director of
Purchasing and Contract Management within 5 working days after the protesting party knows of
the occurrence of the action which is protested relating to advertising of notices deadlines,
proposal opening and all other related procedures under the Local Government Code, as well as
any protest relating to alleged improprieties with the RFP process. This limitation does not
include protests relating to staff recommendations as to award of contract. Protests relating to
staff recommendations may be directed to the City Manager. All staff recommendations will be
made available for public review prior to consideration by the City Council as allowed by law.
FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A WAIVER OF
ANY PROTEST.
36 PREVAILING WAGE RATES
36.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage
Rates, with respect to the payment of prevailing wage rates for the construction of a public work,
including a building, highway, road, excavation, and repair work or other project development or
improvement, paid for in whole or in part from public funds, without regard to whether the work
is done under public supervision or direction. A worker is employed on a public work if the worker
is employed by the contractor or any subcontractor in the execution of the contract for the project.
35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less
than the general prevailing rate of per diem wages for the work of a similar character in the locality
in which the work is performed, and not less than the general prevailing rate of per diem wages
for legal holiday and overtime work.
13
35.3 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay
to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that
the worker is paid less than the wage rates stipulated in the contract.
2
TEXAS GOVERNMENT CODE 2269
SUBCHAPTER D.
SELECTING CONTRACTOR FOR CONSTRUCTION
SERVICES THROUGH COMPETITIVE SEALED PROPOSALS
Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In
this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests
proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the
construction, rehabilitation, alteration, or repair of a facility.
(b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow
the procedures provided by this subchapter.
Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or
designate an architect or engineer to prepare construction documents for the project. The selected or designated
engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as
applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental
entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as
provided by Section 2254.004, Government Code.
Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for
competitive sealed proposals that includes construction documents, selection criteria and the weighted value for
each criterion, estimated budget, project scope, estimated project completion date, and other information that a
contractor may require to respond to the request. The governmental entity shall state in the request for proposals
the selection criteria that will be used in selecting the successful offeror.
Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly
open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later
than the 45th day after the date on which the proposals are opened, the governmental entity shall evaluate and
rank each proposal submitted in relation to the published selection criteria.
Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror that
submits the proposal that offers the best value for the governmental entity based on:
(1) the selection criteria in the request for proposal and the weighted value for those criteria in
the request for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to
negotiate a contract with the selected offeror. The governmental entity and its architect or engineer may discuss
with the selected offeror options for a scope or time modification and any price change associated with the
modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected
offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to
the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. In
determining best value for the governmental entity, the governmental entity is not restricted to considering
price alone, but may consider any other factor stated in the selection criteria.
Page Intentionally Left Blank
PROPOSAL SUBMITTAL FORM
Pate Intentionally Left Blank
REVISED:
PROPOSAL SUBMITTAL FORM
UNIT PRICE PROPOSAL CONTRACT
DATE: March 19, 2021
PROJECT NUMBER: RFP 21-15792-JM Pressure Zone Delineation and Off -Site Water line
Proposal of MH Civil Constructors Inc. (hereinafter
called Offeror)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Offeror, in compliance with your Request for Proposals for the Pressure Zone Delineation and Off -Site
Water Lines having carefully examined the plans, specifications, instructions to offerors, notice to offerors
and all other related contract documents and the site of the intended work, and being familiar with all of the
conditions surrounding the construction of the intended project including the availability of materials and labor,
hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the
plans, specifications and contract documents, within the time set forth therein and at the price stated below.
The price to cover all expenses incurred in performing the work required under the contract documents.
ITEM
DESCRIPTION
QTY (+/-)
U/M
UNIT COST
EXTENDED
COST
1
Mobilization (not to exceed 5%)
1
LS
$102,571.00
$102,571.00
A
104th Street Paving and Utility Work
2
10" Water Line, C900 DR-18
270
LF
$81.00
$21,870.00
3
6" Water Line, C900 DR-18
70
LF
$75.00
$5,250.00
4
FH Assembly
1
EA
$4,000.00
$4,000.00
5
Connection to existing 10" Water Line
1
EA
$3,000.00
$3,000.00
6
8" Sewer Line
265
LF
$64.00
$16,960.00
ITEM
DESCRIPTION
QTY (+/-)
U/M
UNIT COST
EXTENDED
COST
7
5' Dia. Drop SSMH
1
EA
$14,000.00
$14,000.00
8
4' Dia. Std. SSMH
1
EA
$13,000.00
$13,000.00
9
104'' Street Paving; Earthwork
1
LS
$19,000.00
$19,000.00
10
2" type C HMAC Pavement on 6" Flexible
Base and Subgrade
601
SY
$99.00
$59,499.00
11
Concrete Curb and Gutter
173
LF
$40.00
$6,920.00
12
Concrete Sidewalk
254
SY
$107.00
$27,178.00
13
Trench Safety
605
LF
$1.00
$605.00
B
Milwaukee Ave. Water Line
14
20" Water Line
2437
LF
$170.00
$414,290.00
15
48" Casing Pipe, Other than Open Cut
110
LF
$1,900.00
$209,000.00
16
12" Water Line, AWWA C-900 DR-18
21
LF
$130.00
$2,730.00
17
10" Water Line, AWWA C-900 DR-18
10
LF
$120.00
$1,200.00
18
6" Water Line, AWWA C-900 DR- IS
12
LF
$87.00
$1,044.00
19
24" Storm Drain, RCP
10
LF
$153.00
$1,530.00
ITEM DESCRIPTION
QTY (+/-)
U/M
UNIT COST
EXTENDED
COST
20 4" Fiber Optic Conduit and Pull Boxes
2447
LF
$30.00
$73,410.00
21 20" Butterfly Valve
1
EA
$9,700.00
$9,700.00
22 12" Gate Valve
4
EA
$7,000.00
$28,000.00
23 10" Gate Valve
1
EA
$4,000.00
$4,000.00
24 6" Gate Valve
1
EA
$1,200.00
$1,200.00
25 4" Air Valve and Vault
1
EA
$281000.00
$28,000.00
26 Blowoff Valve and Vault
1
EA
$24,000.00
$24,000.00
27 Connection to existing 6" Water Line
1
EA
$5,000.00
$5,000.00
28 Connection to existing 10" Water Line
1
EA
$5,700.00
$5,700.00
29 Connection to existing 12" Water Line
4
EA
$6,000.00
$24,000.00
30 Connection to existing 20" Water Line
1
EA
$10,500.00
$10.500.00
31 Reinforced Concrete Repair
290
SY
$114.00
$33,060.00
32 Curb and Gutter Repair
330
LF
$40.00
$13,200.00
33 Trench Safety
2490
LF
$1.00
$2,490.00
ITEM
DESCRIPTION
QTY (+/-)
U/M
UNIT COST
EXTENDED
COST
C
87h Street Off -Site Work
34
20" Water Line
594
LF
$170.00
$10,980.00
35
Connection to Existing 16" Water Line
2
EA
$7,000.00
$14,000.00
36
20" Butterfly Valve
1
EA
$9,700.00
$9,700.00
37
Asphalt Pavement Repair
290
SY
$100.00
$29,000.00
38
Trench Safety
584
LF
$1.00
$584.00
D
Indiana Ave. 12" Water Line
39
24" Water Line
17
LF
$280.00
$4,760.00
40
16" Water Line
27
LF
$220.00
$5,940.00
41
12" Water Line, AWWA C-900 150 Class
1205
LF
$102.00
$122,910.00
42
6" Water Line, AWWA C-900 150 Class
25
LF
$87.00
$2,175.00
43
4" Water Line, AWWA C-900 150 Class
35
LF
$60.00
$2,100.00
44
16" Butterfly Valve
2
EA
$6,000.00
$12,000.00
45
12" Gate Valve
2
EA
$7,000.00
$14,000.00
ITEM
DESCRIPTION
QTY (+/-)
U/M
UNIT COST
EXTENDED
COST
46
10" Gate Valve
1
EA
$4,000.00
$4,000.00
47
6" Gate Valve
1
EA
$1,200.00
$1,200.00
48
4" Gate Valve
3
EA
$1,000.00
$3,000.00
49
16" Line -stop
2
EA
$32,000.00
$64,000.00
50
Connection to existing 24" Water Line
1
EA
$26,000.00
$26,000.00
51
Connection to existing 16" Water Line
2
EA
$6,000.00
$12,000.00
52
Connection to existing 10" Water Line
1
EA
$5,700.00
$5,700.00
53
Connection to existing 6" Water Line
2
EA
$5,000.00
$10,000.00
54
Connection to existing 4" Water Line
3
EA
$1,500.00
$4,500.00
55
Concrete Pavement Repair
287
Sy
$114.00
$32,718.00
56
Asphalt Pavement Repair
1120
SY
$100.00
$112,000.00
57
Trench Safety
1309
LF
$1.00
$1,309.00
E
Pressure Zone Delineation
58
12" Water Line, AWWA C-900 DR-18
55
LF
$102.00
$5,610.00
ITEM
DESCRIPTION
QTY (+/-)
U/M
UNIT COST
EXTENDED
COST
59
8" Water Line, AWWA C-900 DR-18
100
LF
$90.00
$9,000.00
60
30" Butterfly Valve
1
EA
$23,000.00
$23,000.00
61
24" Butterfly Valve
2
EA
$16,000.00
$32,000.00
62
16" Butterfly Valve
1
EA
$6,000.00
$6,000.00
63
16" Gate Valve
1
EA
$10,000.00
$10,000.00
64
12" Gate Valve
2
EA
$7,000.00
$14,000.00
65
8" Gate Valve
1
EA
$2,000.00
$2,000.00
66
36" Line -stop
1
EA
$57,000.00
$57,000.00
67
30" Line -stop
1
EA
$54,000.00
$54,000.00
68
24" Line -stop
1
EA
$30,000.00
$30,000.00
69
16" Line -stop
2
EA
$22,500.00
$22,500.00
70
Connection to existing 36" Water Line
1
EA
$30,000.00
$30,000.00
71
Connection to existing 24" Water Line
3
EA
$20,000.00
$60,000.00
72
Connection to existing 14" Water Line
3
EA
$6,000.00
$18,000.00
10
ITEM
DESCRIPTION
QTY (+/-)
U/M
UNIT COST
EXTENDED
COST
73
Connection to existing 4" Water Line
1
EA
$1,500.00
$1,500.00
74
Demo 24" Butterfly Valve
2
EA
$2,000.00
$2,000.00
75
Concrete Pavement Repair
68
SY
$114.00
$7,752.00
76
Asphalt Pavement Repair
158
SY
$100.00
$15,800.00
77
Traffic Control; 19"' Street and Indiana Ave.
1
LS
$30,000.00
$30,000.00
Intersection
78
Traffic Control; Indiana Ave. between 19th and
1
LS
$20,000.00
$20,000.00
22nd Street
79
Traffic Control; 50th Street and Indiana Ave.
1
LS
$20,000.00
$20,000.00
Intersection
80
Traffic Control; 82"d Street and Indiana Ave.
1
LS
$20,000.00
$20,000.00
Intersection
81
Traffic Control; 82°d Street and Memphis Ave.
Intersection
1
LS
$10,000.00
$10,000.00
82
Trench Safety
155
LF
$1.00
$155.00
F
Additional Items
83
Additional CLSM for Utility Protection
100
CY
$100.00
$10,000.00
84
Additional Coarse Gravel for Trench
100
CY
$50.00
$5,000.00
Foundation
85
Additional Pipe Zone Embedment Material for
Unstable Soils
100
CY
$50.00
$5,000.00
11
ITEM
DESCRIPTION
QTY (+/-)
U/M
UNIT COST
EXTENDED
COST
86
Additional Concrete Encasement
100
LF
$200.00
$20,000.00
87
Additional Flowable Fill Encasement
100
LF
$200.00
$20,000.00
88
Additional High Early Strength Flowable Fill
100
CY
$200.00
$20,000.00
89
Additional Sidewalk
100
SY
$107.00
$10,700.00
90
Additional Curb and Gutter
250
LF
$40.00
$10,000.00
91
Additional 2,000 PSI Concrete
100
CY
$200.00
$20,000.00
12
CITY OF LUBBOCK
Pressure Zone Delineation and Off -Site Water Lines
Proposal Summary
Proposal Element I Price
TOTAL BASE PROPOSAL (ITEMS 1-91) I $2,426,000.00
TOTAL PROPOSAL FOR COMPLETE PROJECT 1 $2,426,000.00
0 Offeror's Initials
Offeror to Mark Which Pipe Material is Proposed for the 16", 20", and 24" Water Line Proposal
Items:
AWWA C-303 BWCCP Class 150
AWWA C-200 Steel Pipe and Fittings Class 150
X AWWA C-900 PVC Pipe (DR-18)
Offeror's Initials
13
PROPOSED CONSTRUCTION TIME:
1. Contractors proposed CONSTRUCTION TIME for completion:
TOTAL CONSECUTIVE CALENDAR DAYS: 365 (to Substantial Completion)
TOTAL CONSECUTIVE CALENDAR DAYS: 400 (to Final Completion)
not to exceed 365 consecutive calendar days to Substantial Completion 1400 consecutive calendar days to
Final Completion).
Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice
to Proceed" of the Owner and to substantially complete the project within 365 Consecutive Calendar Days
with final completion within 400 Consecutive Calendar Days as stipulated in the specification and other
contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $500 for
each consecutive calendar day after substantial completion and liquidated damages in the sum of $500 for each
consecutive calendar day after final completion set forth herein above for completion of this project, all as more
fully set forth in the General Conditions of the Agreement.
Offeror understands and agrees that this proposal submittal shall be completed and submitted in
accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the
Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The
Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled
closing time for receiving proposals.
The undersigned Offeror hereby declares that he has visited the site of the work and has carefully
examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and
he further agrees to commence work on the date specified in the written notice to proceed, and to substantially
complete the work on which he has proposed; as provided in the contract documents.
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's
check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable
surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five
percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract,
obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after
notice of award of the contract to him.
�) Offeror's Initials
14
Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with
this proposal is a Cashier's Check or Certified Check for
Dollars ($ ) or a Proposal Bond in the sum of five percent of total contract
Dollars ($ 5% J, which it is agreed shall be collected and retained by the Owner as
liquidated damages in the event the proposal is accepted by the Owner and the undersigned
fails to execute the necessary contract documents, insurance certificates, and the required
bond (if any) with the Owner within ten (10) business days after the date of receipt of written
notification of acceptance of said proposal; otherwise, said check or bond shall be returned to
the undersigned upon demand.
Offeror understands and agrees that the contract to be executed by Offeror shall be bound
and include all contract documents made available to him for his inspection in accordance with the
Notice to Offerors.
Pursuant to Texas Local Government Code 252.043(g), a
competitive sealed proposal that has been opened may not be
changed for the purpose of correcting an error in the proposal
price. THEREFORE, ANY CORRECTIONS TO THE
PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL
SUBMITTAL FORM PRIOR TO PROPOSAL OPENYNG.
(Seal if Offeror is a Corporation)
ATTEST:
Sec tart'
Offeror acknowledges receipt of the following addenda:
Addenda No. 1 Date 03/08/2021 _®
Addenda No. 2 Date 03116/2021 i,a
Addenda No. Date
Addenda No. Date
Date: _ March 19.2021
Saul B. Hetandez, PE, CCM
(Printed or Typed Name)
_ MH Civil Constructors Inc.
Company
1100 S. Fillmore St Suite 105
Address
Amarillo Potter
City, County
Texas , 79105
State
Zip Code
Telephone: 806 - 367-6043
Fax: N/A -
Email: b' mh civil.com
FEDERAL TAX ID or SOCIAL SECURITY
No.
27-2016347
M/WBE Firm: Woman I I Black American Native American
Hispanic American I I Asian Pacific American Other (Specify)
15
AIA Document A310
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, that we
MH Civil Constructors, Inc.
(Here Insert full name and address or legal tltle of contractor)
as Principal, hereinafter called Principal, and,
FCCI Insurance Company, 6300 University Parkway, Sarasota, FL 34240-8424
(Here Insert lull name and address or legal title of Surety)
a corporation duly organized under the laws of the State of Florida
as Surety, hereinafter called the Surety, are held and firmly bound unto
City of Lubbock, TX
(Here Insert full name and address or legal title of Corporation
as Obligee, hereinafter called the Obligee, in the sum of
Five -Percent of the Total Contract Amount Dollars ($ 5% of Contract ),
for the payment of which sum well and truly to be made, the said Principal and the said Surety,
bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally,
firmly by these presents.
WHEREAS, the Principal has submitted a bid for
Pressure Zone Delineation and Off -Site Water Lines
(Here Insert lull name and address description of project)
NOW THEREFORE, if the obligee shall accept the bid of the principal and the principal shall enter into Contract with the
Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or
Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt
payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter
such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the
penalty hereof between the amount specified in said bid and such larger amount for which the obligee may in good faith
contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise
to remain in full force and effect.
Signed and sealed this 11th day of March , 20 21
MH Civil Constructors, Inc.
(Principal) (Seal)
C•
(Witness)
Saul B. Hernandez (Title) Principal
yy
(Witness)
FCCI Insurance Company
(Surety) (Seal)
Cory B. 6 ;lay Attorney -In -Fact
INSURANCE
FCcr.R.U,.
GENERAL POWER OF ATTORNEY
Know all men by these presents: That the FCCI Insurance Company, a Corporation organized and existing under
the laws of the State of Florida (the "Corporation") does make, constitute and appoint:
Cory B Bentley; Lauren Freeman; Robert B Bentley; Jarrett Hudson; Tracy Velasquez; Brian Herrera
Each, its true and lawful Attorney -In -Fact, to make, execute, seal and deliver, for and on its behalf as surety, and
as its act and deed in all bonds and undertakings provided that no bond or undertaking or contract of suretyship executed
under this authority shall exceed the sum of (not to exceed $10,000,000.00): $10,000,000.00
This Power of Attorney is made and executed by authority of a Resolution adopted by the Board of Directors. That
resolution also authorized any further action by the officers of the Company necessary to effect such transaction.
The signatures below and the seal of the Corporation may be affixed by facsimile, and any such facsimile
signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any
bond, undertaking or contract of surety to which it is attached.
In witness whereof, the FCCI Insurance Company has caused these presents to be signed by its duly authorized
officers and its corporate Seal to be hereunto affixed, this 23rd day of July , 2020.
Attest.
Christina D. Welch, President
FCCI Insurance Company
State of Florida
County of Sarasota
'LL' SEAL Christopher Shoucair,
EVP, CFO, Treasurer, Secretary
At*• FCCI Insurance Company
Before me this day personally appeared Christina D. Welch, who is personally known to me and who executed
the foregoing document for the purposes expressed therein.
My commission expires: 2/27/2023 "°"ypItuSnow """
�n�ciz
Notary Public
State of Florida
County of Sarasota
Before me this day personally appeared Christina D. Welch, who is personally known to me and who executed
the foregoing document for the purposes expressed therein.
ry Rkft lbw d Rbn&
My commission expires: 2/27/2023 (�r&+�
,
o W
iVC��1
ems°0�'
Notary Public
CERTIFICATE
I, the undersigned Secretary of FCCI Insurance Company, a Florida Corporation, DO HEREBY CERTIFY that the
foregoing Power of Attorney remains in full force and has not been revoked; and furthermore that the February 27, 2020
Resolution of the Board of Directors, referenced in said Power of Attorney, is now in ,force.
Dated this 11 th T day of Larch 2021
ff
Christopher Shoucair, EVP, CFO, Treasurer, Secretary
FCCI Insurance Company
1-IONA-3592-NA-04, 72020
IMPORTANT NOTICE
To obtain information or make a complaint:
You may call FCCI Insurance Group's (FCCI)* toll -free telephone number for information or to make a complaint
at 1-800-226-3224.
You may also write to FCCI Insurance Group Compliance Department e-mail at 5tatecomplaints(d]foci-group.com.
For Claims, you may write to FCCI Insurance Group Claim Department e-mail at newclaim@fcci-group_com.
You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or
complaints at 1-800-252-3439.
You may write the Texas Department of Insurance:
PO Box 149104
Austin TX 78714-9104
Fax: 1-512-490-1007
Web: http://www.tdi.texas.gov
E-mail: ConsumerProtections tdi.texas. ov
PREMIUM OR CLAIM DISPUTES
Should you have a dispute concerning your premium or about a claim you should contact FCCI first. If the
dispute is not resolved, you may contact the Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR BOND
This notice is for information only and does not become a part or condition of the attached documents.
*The FCCI Insurance Group includes the following insurance carriers: Brierfield Insurance Company, FCCI Advantage
Insurance Company, FCCI Commercial Insurance Company, FCCI Insurance Company, Monroe Guaranty Insurance
Company, and National Trust Insurance Company.
1-BD-TX-21690-NTP-0715 Page 1 of 1
Copyright 2015 FCCI Insurance Group.
City of Lubbock, TX
RFP 21-15792-JM
Pressure Zone Delineation and Off -Site Water Lines
Reference Form
Please list three references of current customers who can verify the quality of service your
company provides. The City prefers users of similar size and scope of work. Please do not use
the City of Lubbock.
REFERENCE ONE
Biggs & Mathews, Inc. (Monahans SW Sandhills WSC 2020 Water
Government/ Company Name: System Improvements 12" Water Dist. Line
Address: 2500 Brook Ave, Wichita Falls, TX 76301
Contact Person and Title:
Phone: (325) 695-1070 Fax: N.A.
REFERENCE TWO
Enprotec / Hibbs & Todd (City of Stamford Contract A - Raw Water
Government/ Company Name: Transmission Pipeline
Address: 402 Cedar Street Abilene TX 79601
Contact Person and Title: Snot Haye, P. E_
Phone: (325) 698-5560 Fax: N.A.
REFERENCE THREE
Parkhill, Smith, & Cooper (City of Borger Main St. Water &
Government/ Company Name: _ewer McGee St. Sewer Improvements)
Address: _ 800 S Polk St #200, Amarillo, TX 79101
Contact Person and Title: Kole Glover, P.E.
Phone: (806)-473-3634 Fax: N.A.
16
Paze Intentionally Left Blank
Contractors Statement of Qualifications
Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the
Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate
evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following
Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of
the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER.
In evaluating a firm's qualifications, the following major factors will be considered:
A. FINANCIAL CAPABILITY:
For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the
CONTRACTOR'S ability to secure bonding satisfactory to the OWNER.
B. EXPERIENCE:
Do the organization and key personnel have appropriate technical experience on similar projects?
C. SAFETY:
Does the organization stress and support safety as an important function of the work process?
D. QUALITY OF WORK:
(1) Does the organization have a commitment to quality in every facet of their work - the process as well
as the product?
(2) Does the organization have a written quality philosophy and/or principles that exemplifies their
work? If so, submit as Attachment "A".
(3) Has this organization ever received an award or been recognized for doing "quality" work on a
project? If so, give details under Attachment "A".
E. CONFORMANCE TO CONTRACT DOCUMENTS:
(1) Does the organization have a commitment and philosophy to construct projects as designed and as
defined in the Contract Documents?
The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to
require the submission of additional information.
The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the
lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non-
responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and
developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm.
Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any
such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of
the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER
resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages.
Complete the following information for your organization:
17
Paze Intentionally Left Blank
Contractor's General Information
Organization Doing Business As
MH Civil Constructors Inc.
Business Address of Principle Office
1100 S. Fillmore St., Suite 105
Amarillo TX 79109
Telephone Numbers
Main Number
806) 367-6043
Fax Number
N.A.
Web Site Address
www.mh-civil.com
Form of Business (Check, One)
If a Corporation
Date of Incorporation
X I A Corporation A Partnership An Individual
February 26, 2010
State of Incorporation
Texas
Chief Executive Officer's Name
Saul B. Hernandez, PE, CCM
President's Name
Juan A. Moreno
Vice President's Name(s)
N.A.
Secretary's Name
Treasurer's Name
Ifa Partnership
Date of Organization
Saul B. Hernandez, PE, CCM
N.A.
State whether partnership is general or
limited
If an Individual
Name N.A.
Business Address
Identify all individuals not previously named which exert a significant amount of business control over the
organization
N.A.
Indicators of Organization Size
Average Number of Current Full Time 52 Average Estimate of Revenue for theF$15,000,000.00
Employees Current Year
18
Contractor's Organizational Experience
Organization Doing Business As
MH Civil Constructors, Inc.
Business Address of Regional Office
1100 S. Fillmore St., Suite 105
Amarillo TX 79105
Name of Regional Office Manager
Saul Hernandez, PE, CCM
Telephone Numbers
Main Number
806) 367-6043
Fax Number
N.A.
Web Site Address hUp:Rmh-dvi1.com/
Organization History
List of names that this organization currently, has or anticipates operating under over the history of the organization,
including the names of related companies presently doing business:
Names of Organization
From Date
To Date
MH Civil Constructors, Inc.
February 26, 2010
Present
List of companies, firms or organizations that own any part of the
organization.
Name of companies, firms or organization
Percent Ownership
N.A.
ExperienceConstruction
Years experience in projects similar to the proposed project:
As a General Contractor
12
As a Joint Venture Partner
N.A.
Has this or a predecessor organization ever defaulted on a project or failed to complete any work
awarded to it?
NO
If yes provide full details in a separate attachment. See attachment No.
Has this or a predecessor organization been released from a bid or proposal in the past ten years?
No
If yes provide full details in a separate attachment. See attachment No.
Has this or a predecessor organization ever been disqualification as a bidder or proposer by any
local, state, or federal agency within the last five ears?
No
If yes provide full details in a separate attachment. See attachment No_
Is this organization or your proposed surety currently in any litigation or contemplating
litigation?
No
If yes provide full details in a separate attachment. See attachment No.
Has this or a predecessor organization ever refused to construct or refused to provide materials
defined in the contract documents?
No
If yes provide full details in a separate attachment. See attachment No.
19
Contractor's Proposed Key Personnel
Organization Doing Business As MH Civil Constructors, Inc.
Proposed Project Organizatioii
Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart.
Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment
No.
Saul Hernandez serves as MH's General Manager in charge of pre -construction activities, project management,
and general day to day activities.
Juan Moreno services as MH's Construction Manager in charge of coordinating and scheduling projects,
materials deliveries, meeting with Owners, and serves as our ombudsman.
Manuel Flores serves as the MH's General Superintendent assisting project superintendents and foremen.
Raul Hernandez serves as MH's project and quality control engineer in charge of submittals, project
management, startup and testing, coordinating with suppliers and subcontractors.
Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational
cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this
description. See attachment No.
Saul B. Hernandez will serve as the project manager.
Juan A. Moreno serves as the project superintendent.
Manuel Flores will serve as the safety officer and will assist the project superintendent when needed.
Raul Hernandez will serve as the project engineer / quality control.
Experience of Key Personnel
Provide information on the key personnel proposed for this project that will provide the following key functions.
Provide information for candidates for each of these positions on the pages for each of these key personnel. Also
provide biographical information for each primary and alternate candidate as an attachment. The biographical
information must include the following as a minimum: technical experience, managerial experience, education and
formal training, work history which describes project experience, including the roles and responsibilities for each
assignment, and primary language. Additional information highlighting experience which makes them the best
candidate for the assignment should also be included.
Role
Primary Candidate
Alternate Candidate
Project Manager
Saul B. Hernandez, PE
Raul B. Hernandez
Project Superintendent
Juan A. Moreno
Manuel A. Flores
Project Safety Officer
Manuel A. Flores
Juan A. Moreno
Quality Control Manager
Raul B. Hernandez
Saul B. Hernandez, PE
If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much
time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will
be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided
between this project and their other assignments.
20
Proposed Project Managers
Organization Doing Business As
Name of Individual
MH Civil Constructors, Inc.
Saul B. Hernandez, PE, CCM
Years of Experience as Project Manager
15
Years of Experience with this organization
10
Number of similar projects as Project Manager
45
Number of similar projects in other positions
30
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
City of Lubbock WTP
15
August 2021
City of Borger LS & SSL Improvements
5
July 2020
White River MWD SWTP
5
Janua 2021
Reference Contact
Information(listing names indicates ap roval to contactingthe
names individuals as a reference)
Name
Kerry Maroney, PE
Name
Kirt Harle PE
Title/ Position
Project Mana er / President
Title/ Position
Project Manager
Organization
Biqqs & Mathews
Organization
Jacob & Martin
Tele hone
(4 766-0156
Telephone
-1 7
E-mail
skdm@bmiwf.com
E-mail
kirth@'acobmartin.com
Project
Archer Citv WTP
Project
Snyder WTP
Candidate role on
Project
Alternate Candidate
Name of Individual
Project Engineer/Manager
Candidates role Pro ect En sneer I Manager
on Pro'cct g g
Raul B. Hernandez
Years of Experience as Project Manager
4
Years of Experience with this organization
3
Number of similar projects as Project Manager
10
Number of similar projects in other positions
15
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
City of Monahans SW Sandhills WSC Water Line
5
March 2021
City of Lubbock WTP
25
August 2021
White River MWD SWTP
20
March 2021
Refierence Contact
Name
Inforination (listing names indicates approval
Scott D. Haye, PE
n_
Name
pwi hl
Brandl, PE
Title/ Position
Project Manager
Title/ Position
Project Manager
Organization
Enprotec / Hibbs & Todd
Or anization
Brandt Engineers
Telephone
325 698-5560
Telephone
(806) 353-7233
E-mail
scott.ha e-ht.com
E-mail
DLBrandt brandten ineers.com
Project
Stamford Raw Water Trans. Line
Project
Canadian WWTP Fritch WL
Candidate role on
Project
Project Manager/Executive
Candidate role on
Project
Project Manager/Executive
21
Proposed Project Superintendent
Organization Doing Business As
Name of Individual
MH Civil Constructors, Inc.
Juan A. Moreno
Years of Experience as Project Superintendent
14
Years of Experience with this organization
10
Number of similar projects as Superintendent
39
Number of similar projects in other positions
26
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
City of Lubbock WTP
25
August 2021
City of Borger LS & SSL Improvements
2
July 2020
White River MWD SWTP
15
January 2021
Reference Contact
Information (listing names indicates ap roval to contactingthe
names individuals as a reference)
Name
Allen Phillips, PE
Name
Dwight Brandt, PE
Title/ Position
Pro'ect Mana er
Title/ Position
Project Manager
Organization
Jacob & Martin
Organization
Brandt Engineers
Telephone
325 695-1070
Telephone
806 353-7233
E-mail
kirth acobmartin.com
E-mail
DLBrandt@brandtengineers.com
Project
Buffalo ap Sanitary Sewer System
Project
Post Water Line Improve
Candidate roleJo,Project
Pro.'ect
Alternate Caiididate
Name of Individual
Superintendent
Candidate role on Project Superintendent
Project
Manuel A. Flores
Years of Experience as Project Superintendent
13
Years of Experience with this organization
9
Number of similar projects as Superintendent
24
Number of similar projects in other positions
16
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
Amarillo Martin Rd. Imps.
5
June 2020
City Lubbock WTP
25
August 2021
i
Scott D. Ha e, PE
Name
Allen Philli s, PE
osition
Project Mana er
Title/ Position
Project Mara er
zation
En rotec / Hibbs & Todd
Or anization
Jacob & Martin
one
325 698-5560
Telephone
325 695-1070
E-mail
scott.hay@e-ht.com
E-mail
a hilli s acobmartin.com
Project
Stamford Raw Water Trans. Line
Project
Stonewall Co. PS I Buffalo Gap San. Sys.
Candidate role on
Project
Project Superintendent
Candidate role on
Project
Project Superintendent
22
Proposed Project Safety Officer
Organizat'ian Doing Business As
Name of Individual
MH Civil Constructors, Inc.
Manuel A. Flores
Years of Experience as Project Safety Officer
13
Years of Experience with this organization
9
Number of similar projects as Safety Officer
24
Number of similar projects in other positions
16
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
City of Amarillo Martin Rd. Imps.
5
June 2020
City of Lubbock WTP
25
August 2021
Reference Contact
Information (listing names indicates a roval to contacting
the names individuals as a reference)
Name
Scott D. Haye, PE
Name
Allen Philli s. PE
Title/ Position
Pro'ect Manager
Title/ Position
Project Manager
Organization
En rotec / Hibbs & Todd
Or anization
Jacob & Martin
Telephone
325 698-5560
Telephone
325 695-1070
E-mail
scott.ha e-ht.com
E-mail
a hilli s 'acobmartin.com
Project
I Stamford Raw Water Trans. Line
Project
Stonewall Co. PS / Buffalo Gap San. Sys.
Candidate role on
Project
Alternate Candidate
Name of Individual
Project Superintendent
t p
Candidate role on
Project Project Superintendent
Juan A. Moreno
Years of Experience as Project Safety Officer
14
Years of Experience with this organization
10
Number of similar projects as Safety Officer
39
Number of similar projects in other positions
26
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
City of Lubbock WTP
25
August 2021
City of Borger LS & SSL Improvements
2
July 2020
White River MWD SWTP
15
January 2021
Contact
Name
Information (listing naines indicates _
approvalReference
Allen Phalli 5 PE Name
Dwi ht
Brandt PE
Title/ Position
Project Mana er
Title/ Position
Project Manager
Organization
Jacob & Martin
Organization
Brandt Enonneers
Telephone
325 695-1070
Telephone
806 353-7233
E-mail
kirth@jacobmartin.com
E-mail
DLBrandt brandten ineers.com
Project
Buffalo ap Sanitary Sewer S stem
Project
Post Water Line Improvements
Candidate role on
Project I
Project Superintendent
Candidate role on
Project
Project Superintendent
23
Proposed Project Quality Control Manager
Doing Business As
Name of Individual
Years of Experience as Quality Control Manager
Years of Experience with this organization
Number of similar projects as Quality Manager
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
City of Monahans SW Sandhills WSC Water Line
City of Amarillo Martin Rd. Improvements
White River MWD SWTP
Reference Contact Information (listing names indicates
Name Kerry Maronev. PE
Title/ Position Project Mana er / President
Organization Biggs & Mathews
E-mail I skdm bmiwf.co.
Project Archer ON WTP
Candidate role on
Proiect Project Engineer
Name of Individual
Years of Experience as Quality Control Manager
Years of Experience with this organization
Number of similar projects as Quality Manager
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
City of Lubbock WTP
City of Borger LS & SSL Improvements
White River MWD SWTP
MH Civil Constructors. Inc.
Raul B. Hernandez
4
2
10
Percent of Time Used for
this Project
Estimated Project
Completion Date
5
June 2020
5
May 2020
20
January 2021
oval to contacting the
names individuals as a reference)
Name
I Kirt Harle PE
Title/ Position
I Prniart Mananar
E-mail kirthdoacobrnartin.
Project Abilene 2nd Pressure Plane / Snyder WTP
Candidate role on
Proiect Project Engineer / Manager
Saul B. Hernandez. PE. CCM
15
10
45
30
Percent of Time Used for Estimated Project
this Project Com letion Date
15 August 2021
5 July 2020
5 January 2021
Name I Scott D. Have PE I Name J Dwight Brandt, PE
Title/ Position I Proiect Manager I Title/ Position I Prniart MnnnnPr
Organization
En rotec / Hibbs & Todd
Telephone
325 698-5560
E-mail
scoft-hay@e-ht.com
Project
Stamford Raw Water Trans. Line
Candidate role on
Project
Project Manager/Executive
Organization
Brandt Engineers
Telephone
806 353-7233
E-mail
Mrandtabrancitengineer
Project
Canadian WWTP Fritch W
Candidate role on
Project
Project Manager/Executive
24
Contractor's Project Experience and Resources
Organization Doing Business As MH Civil Constructors, Inc.
Provide a list of major projects that are currently underway, or have been completed within the last ten years on
Attachment A
Provide a description of your organizations approach to completing this project to provide best value for the Owner.
Including a description of your approach in the following areas:
1. Contract administration
2. Management of subcontractor and suppliers
3. Time management
4. Cost control
5. Quality management
6. Project site safety
7. Managing changes to the project
8. Managing equipment
Refer to SOQ.
9. Meeting HUB / MWBE Participation Goal
Equipment
Provide a list of major a ui ment proposed for use on this projcct. Attach Additional Information if necessary
Equipment Item
Primary Use on Project
Own
Bull
Lease
CAT 345 Excavator
Excavation
X
CAT 320 Excavator
Backfill
X
Belly dump trailer and truck
Aggregate delivery/haulingdelivery/hauling
X
Skid steer loaders
Remove s halt and misc i s
X
Trench rollers
Compaction of backfill materials
X
2000 gal water truck
Deliver water to site
X
Trench boxes and manhole shields
Excavation/safety
X
Concrete formwork
Form concrete structures
X
Beam and lag shoring
Excavation protection
X
Di�ision of Work between Or-anization and Subcontractor
What work will the -organization com Ictc using its own resources?
Installation of pipeline, valves, concrete paving, tunneling
What work does the organization propose to subcontract on this roject?
Traffic control, HMAC, line stops
25
Contractor's Subcontractors and Vendors
Organization Doing Business As MH Civil Constructors, Inc.
Projcct Subcontractors
Provide a list of subcontractors that will provide more than 10 percent of the work {based on contract amounts
Name
Work to be Provided
Est. Percent
of Contract
HUB/MWBE
Firm
FC Traffic Control. Inc.
Traffic control
1.7%
No
Ran eline
Lines stops
10.5%
No
Pavecon LTD
HMAC
9°
o
Provide information on the proposed key personnel, project experience and a description of past relationship and work
experience for each subcontractor listed above using the Proiect Information Forms.
Provide a list of major equipment ra osed for use on this project. Attach Additional Information if necessary
Vendor Name
Equipment / Material Provided
Furnish
Onlyand
Furnish
Install
HUB/M
WBE
Firm
Benmark Supply
Pipe, valves, and fiftings
X
No
26
Attachment A
Current Projects and Project Completed within the last 10 Years
Project Owner
I Citv of Stamford
Project Name
TWDB Project 62685 Contract A Raw Water Transmission Pipeline
General Description of Project:79,600 LF of 14" Fusible PVC, 19 gate vales, 28 air valves, gates
Project Cost
$5,175,639.23
FDate Project Completed
August 2018
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Saul B. Hernandez, PE
Juan A. Moreno
Manuel A. Flores
Raul Hernandez, PE
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
Alan Plumlee
City Manager
City of Stamford
(325) 773-2591
Alan.Plumlee@stamfordtx.net
Designer
Scott Haye, PE
Design Engineer
Enprotec / Hibbs & Todd
(325) 698-5560
scott.hay@e-ht.com
Construction Manager
N.A.
Project Owner
I Town of Buffalo Gap
Project Name
I New Sanitary Sewer System
General Description of Project: The project consisted of construction a completely new sanitary sewer system including the installation of 29,034 LF of 8" and 16,985 LF of 6" gravity sanitary sewer pipe.
Project Cost
$3,749,252.87
1 Date Project Completed
I March 31, 2016
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Saul B. Hernandez, PE
Juan A. Moreno
Manuel A. Flores
Raul Hernandez, PE
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
Dana Sowell
Public Works / Engineering
Town of Buffalo Gap
(325) 370-5796
buffalogap@taylortel.net
Designer
Allen Phillips, PE
Civil Engineer/PM
Jacob and Martin
(325) 695-1070
aphillips@jacobmartin.com
Construction Manager
N.A.
Project Owner
I SW Sandhills
Water Supply Corporation
Project Name
2020 Water System Improvements 12" Water Dist. Line
General Description of Project: Installation of approximately five miles of 12" water transmission line, two pump stations with PEMB's. Water line includes various bores totaling 1355'.
Project Cost $2,245,000.00 Date Project Completed I May 2020
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Raul B. Hernandez, PE
Manuel Flores
Saul B. Hernandez, PE
Raul B. Hernandez, PE
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
Loredia Potts
President
SW Sandhills WSC
(432) 943-9970
swsh@cebridge.net
Designer
KegMaroney
Design Engineer
Biggs & Mathews Inc.
(940) 766-0156
kdm@bmiwf.com
Construction Manager
N/A
27
Attachment B
Pro iect Information
Project Owner I City of Stamford
Name
ITWDB Project 62685 Contract A Raw Water Transmission Pipeline
General Description of Project
79,600 LF of 14" Fusible PVC, 19 gate vales, 28 air valves, gates
Project Budget and Schedule Pci-fornizince
Budget History Schedule Performance
Amount
% of Bid
Amount
Date
Days
Bid
$5,152,000.00
100.0%
Notice to Proceed
Dec. 18, 2017
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Nov. 23, 2018
340
Owner Enhancements
$23,639.23
0.5%
Contract Final Completion Date at Notice to Proceed
Dec. 13, 2018
360
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Nov. 23, 2018
340
Design Issues
Change Order Authorized Final Completion Date
Dec. 18, 2018
360
Total
$23,639.23
0.5%
Actual / Estimated Substantial Completion Date
Aug. 23, 2018
248
Final Cost $5.175,639.23 100.5%
Key Pro.ject Personnel
Actual / Estimated Final Completion Date Au . 23.2018
Project Manager Project Sup Safety Officer Quality Control
248
Manager
Name
Saul B. Hernandez, PE
Juan A. Moreno
Manuel Flores Saul B. Hernandez, PE
Percentage of Time Devoted to the Project
10%
100%
50% 10%
Proposed for this Project
Saul B. Hernandez, PE
Juan A. Moreno
Manuel Flores Saul B. Hernandez, PE
Did Individual Start and Complete the Project?
Yes
Yes
Yes Yes
If not, who started or completed the project in their place.
Reason for change.
Rct'erencc Contact Information (listing nanies indicales approval to conLacLilig L11C nanies individuals as a reference)
Name Title/ Position Organization Telephone
E-mail
Owner
Alan Plumlee
City Manager
City of Stamford (325) 773-2591 Alan.PIumlee@stamfordtx.net
Designer
Scott Haye. PE
Design Engineer
Enprotec / Hibbs & Todd (325) 698-5560 scott.hay@e-ht.com
Construction Manager
N.A.
Surety I Cory B. Bentlei I Attome -In-Fact
Issues / Disputes lZesolved or Pendin,,, ]ZeSOILItion by ArbitcaLion. Litigation or Dispute
Number of Issues Total Amount involved in
Resolved 0 0 Resolved Issues
Merchants Bordiiiy Corn
lZcvickv Boards
Number of Issues Total Amount involved in
Pending0 Resolved Issues 0
16
Page Intentionally Left Blank
City of Lubbock, TX
Insurance Requirement Affidavit
To Be Completed by Offeror
Must be submitted with Proposal
I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed
by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten
(10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the
City meeting all of the requirements defined in this proposal.
Contractor (Original ignature)
Saul B. Hernandez, PE, CCM
Contractor (Print)
CONTRACTOR'S BUSINESS NAME: _ MH CIVII Constructors, Inc.
(Print or Type)
CONTRACTOR'S FIRM ADDRESS: 1100 S. Fillmore St., Suite 105
Amarillo, TX 79101
NOTE TO CONTRACTOR
If the time requirement specified above is not met, the City has the right to reject this proposal and award the
contract to another contractor. If you have any questions concerning these requirements, please contact the
Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572.
RFP 21-15792-JM - Pressure Zone Delineation and Off -Site Water Lines
Paze Intentionally Left Blank
Safety Record Questionnaire
The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code,
and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section
252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for
accurately determining the safety record of a proposer prior to awarding proposals on City contracts.
The definition and criteria for determining the safety record of a proposer for this consideration shall be:
The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may
consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by
environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among
other things:
a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC),
against the proposer for violations of OSHA regulations within the past three (3) years.
b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the
past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army
Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection
Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource
Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services
(DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies
of local governments responsible for enforcing environmental protection or worker safety related laws or
regulations, and similar regulatory agencies of other states of the United States. Citations include notices of
violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed,
pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and
judicial final judgments.
C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death.
d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the
offeror and his or her ability to perform the services or goods required by the proposal documents in a safe
environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock.
In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential
contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following four
(4) questions and submit them with their proposals:
QUESTION ONE
Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years?
YES X NO
If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its
proposal submission, the following information with respect to each such citation:
Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty
assessed.
Offeror's Initials
QUESTION TWO
Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations,
of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement,
suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints,
indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments.
YES NO X
If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its
proposal submission, the following information with respect to each such conviction:
Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and
penalty assessed.
OUESTION THREE
Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm,
corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which
resulted in serious bodily injury or death?
YES NO X
If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its
proposal submission, the following information with respect to each such conviction:
Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed.
QUESTION FOUR
Provide your company's Experience Modification Rate and supporting information:
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF LUBBOCK
0.77
I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my
statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated,
with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected.
Signature
General
Title
City of Lubbock, TX
RFP 21-15792-JM
Suspension and Debarment Certification
Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting
with or making sub -awards under covered transactions to parties that are suspended or debarred or whose
principals are suspended or debarred. Covered transactions include procurement contracts for goods or services
equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients).
Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their
organization and its principals are not suspended or debarred by a Federal agency.
Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its
principals are not suspended or debarred by a Federal agency.
I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are
suspended or debarred by a Federal agency.
COMPANY NAME: MH Civil Constructors, Inc.
FEDERAL TAX ID or SOCIAL
Signature of Company Official: C`^
Printed name of company official signing above:
No. 27-2016347
Saul B. Hernandez, PE, CCM
Date Signed: March 19, 2021
Page Intentionally Left Blank
PROPOSED LIST OF SUB -CONTRACTORS
Minority Owned
Company Name
Location
Services Provided
Yes No
1.
FC Traffic Control; Inc.
Amarillo, TX
Traffic control
° X
2.
Pavecon. LTD
Lubbock, TX
HMAC
° x
3.
Rangeline
Haslet, TX
Line Stops
° X
4.
° °
5.
° °
6.
° °
7.
° °
8.
° °
9.
° °
10.
° °
11.
12.
° °
13.
° °
14.
° °
15.
° °
16.
° °
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
SUBMITTED BY:
MH Civil Constructors Inc.
(PRINT NAME OF COMPANY)
RFP 21-15792-JM - Pressure Zone Delineation and Off -Site Water Lines
Paze Intentionally Left Blank
POST -CLOSING DOCUMENT REQUIREMENTS
The below -listed document must be received in the Purchasing and Contract Management Office
Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due.
FINAL LIST OF SUB -CONTRACTORS
Page Intentionally Left Blank
FINAL LIST OF SUB -CONTRACTORS
Minority Owned
Company Name
Location Services Provided
Yes No
1.
FC Traffic Control, Inc.
Amarillo, TX Traffic control
❑ X
2.
Pavecon, LTD
Lubbock, TX HMAC
❑ X
3.
Rangeline
Haslet, TX Line Steps
❑ X
4
❑ ❑
5
❑ ❑
6
❑ ❑
7.
❑ ❑
g
❑ ❑
9
❑ ❑
10.
❑ ❑
11.
❑ ❑
12.
❑ ❑
13.
❑ ❑
14.
❑ ❑
15.
❑ ❑
16.
❑ ❑
SUBMITTED BY:
MH Civil Constructors. Inc.
(PRINT NAME OF COMPANY)
THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS
DAYS AFT_.R THE CLOSE DATE WHEN PROPOSALS ARE DUE
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
RFP 21-15792-JM — Pressure :done Delineation and OFF -Site Water Lines
Page Intentionally Left Blank
PAYMENT BOND
Page Intentionally Left Blank
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $50,000)
KNOW ALL MEN BY THESE PI"ESENTS, that MH Civil Constructors, Inc. (hereinafter called the Principal(s), as
Principal(s), and
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount of Two Mi Ilion Four Hundred Twenty Six Thousand Dollars ($2,426,000,) lawful money of the
United States for the payment wl ereof, the said Principal and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, . ointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 2=day of April
2021, to RFP 21-15792-JM Press ire Zone Delineation and Off -Site Water Lines
and said Principal under the law is -equired before commencing the work provided for in said contract to execute a bond in
the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if
copied at length herein.
NOW, THEREFORE, TH " ; CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay
all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said
contract, then, this obligation shall ')e void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas
Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to
the same extent as if it were copies; at length herein.
IN WITNESS WHEREOc', the said Principal (s) and Surety (s) have signed and sealed this instrument this
_day of 2021.
Surety
*By.
(Title)
(Company Name)
By:
(Printed Name)
(Signature)
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates an agent resident in Lubbock County to whom any requisite notices may be delivered
and on whom service of process may be had in matters arising out of such suretyship.
Surety
* By:
Approved as to form:
City of Lubbock
By:
City Attorney
(Title)
* Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
PERFORMANCE BOND
Pate Intentionally Left Blank
STATUTORY PF, g �FORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
KNOW ALL MEN BY THESE 1F .�ESENTS, that MH Civil Constructors, Inc. (hereinafter called the Principal(s), as
Principal(s), and
(hereinafter called the Surety(s), a, Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount of Two Mlion Four Hundred Twenty Six Thousand Dollars ($2,426,000) lawful money of the
United States for the payment w14, c1reof, the said Principal and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, o intly and severally, firmly by these presents.
WHEREAS, the Principal Aas entered into a certain written contract with the Obligee, dated the 2=day of April
2021, to RFP 21-15792-JM Press,! re Zone Delineation and Off -Site Water Lines
and said principal under the law is � quired before commencing the work provided for in said contract to execute a bond in
the amount of said contract which ntract is hereby referred to and made a part hereof as fully and to the same extent as if
copied at length herein.
NOW, THEREFORE, TY ' ; CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall
faithfully perform the work in acc� .-dance with the plans, specifications and contract documents, then this obligation shall
be void; otherwise to remain in fail Orce and effect.
PROVIDED, HOWEVER, : liat this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas
Government Code, and all liabilitj : �s on this bond shall be determined in accordance with the provisions of said article to
the same extent as if it were copied t length herein.
IN WITNESS WHEREOI .the said Principal (s) and Surety (s) have signed and sealed this instrument this _day
of 132021.
Surety
* By:
(Title)
(Company Name)
By:
(Printed Name)
(Signature)
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates
an agent resident in Lubbock County to whom any requisite notices may be delivered
and on whom service of process may be had in matters arising out of such suretyship.
Surety
By:
(Title)
Approved as to Form
City of Lubbock
By:
City Attorney
* Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
CERTIFICATE OF INSURANCE
Page Intentionally Left Blank
CERTIFICATE OF INSURANCE
TO: CITY OF LUBBOCK DATE:
P.O. BOX 2000,
LUBBOCK, TX 79401 TYPE OF PROJECT:
THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate,
insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions
f the standard policies used by this company, the further hereinafter
described. Exceptions to standard policy noted hereon.
TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
EFFECTIVE
LIMITS
DATE
DATE
GENERAL LIABILITY
❑ Commercial General Liability
General Aggregate $
❑ Claims Made
Products-Comp/Op AGG $
❑ Occurrence
Personal & Adv. Injury $
❑ Owner's & Contractors Protective
Each Occurrence $
❑
Fire Damage (Any one Fire) $
Med Exp (Any one Person)
$
AUTOMOTIVE LIABILITY
❑ Any Auto
Combined Single Limit $
❑ All Owned Autos
Bodily Injury (Per Person) $
❑ Scheduled Autos
Bodily Injury (Per Accident) $
❑ Hired Autos
Property Damage $
❑ Non -Owned Autos
11
GARAGE LIABILITY
❑ Any Auto
Auto Only - Each Accident $
❑
Other than Auto Only:
Each Accident $
Aggregate $
❑ BUILDER'S RISK
❑ 100% of the Total Contract Price
$
❑ INSTALLATIONFLOATER
$
EXCESS LIABILITY
❑ Umbrella Form
Each Occurrence $
Aggregate $
❑ Other Than Umbrella Form
$
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
The Proprietor/ ❑ Included
Statutory Limits
Partners/Executive ❑ Excluded
Each Accident $
Officers are:
Disease Policy Limit $
Disease -Each Employee $
OTHER
The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less
than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less
than five days in advance of cancellation.
FIVE COPIES OF THE CERTIFICATE OF INSURANCE
MUST BE SENT TO THE CITY OF LUBBOCK
(Name of Insurer)
By:
Title:
The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto General
Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. THE ADDITIONAL INSURED
ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS.
CONTRACTORCHECKLIST
A CONTRACTOR SHALL:
(1) provide coverage for its employees providing services on a project, for the duration of the project based on
proper reporting of classification codes and payroll amounts and filling of any coverage agreements;
(2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior
to beginning work on the project;
(3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project;
(4) obtain from each person providing services on a project, and provide to the governmental entity:
(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons providing services
on the project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after
the contractor knew or should have known, of any change that materially affects the provision of coverage
of any person providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to provide
coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission
rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish
and any other language common to the worker population. The text for the notices shall be the following
text provided by the commission on the sample notice, without any additional words or changes:
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM
OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED
SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL
LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS
OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF
THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO
PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS
INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR.
COPIES OF THE ENDORSEMENTS ARE REQUIRED.
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must be
covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and
materials, or providing labor or transportation or other service related to the project, regardless of the identity of their
employer or status as an employee."
"Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal
requirement for coverage, to verify whether your employer has provided the required coverage, or to report
an employer's failure to provide coverage." and contractually require each person with whom it contracts
to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and filing
of any coverage agreements for all of its employees providing services on the project, for the
duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the project;
(C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of coverage
ends during the duration of the project;
(D) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during
the duration of the project;
(E) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days
after the person knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project; and
(G) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.
Page Intentionally Left Blank
CONTRACT
Pate Intentionally Left Blank
STATE OF TEXAS Contract 15792
COUNTY OF LUBBOCK
THIS AGREEMENT, mai and entered into this 27th day of April, 2021 by and between the City of Lubbock,
County of Lubbock, State of Tex: , acting by and through the Mayor, City of Lubbock, thereunto authorized to do so,
hereinafter referred to as OWNER- -ind MH Civil Constructors, Inc. of the City of Amarillo, County of Potter and the
State of Texas hereinafter termed t ONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and i ider the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees v 'th OWNER to commence and complete the construction of certain improvements
described as follows:
RFP 21-15792-JM Delineation aw 1 OFF -Site Water Lines
and all extra work in connection t rewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to fumisi-. dl materials, supplies, machinery, equipment, tools, superintendence, labor, insurance
and other accessories and services ecessary to complete the said construction in accordance with the contract documents
as defined in the General Conditi a of Agreement.MH Civil Constructors, Inc.'s proposal dated March 19, 2021 is
incorporated into and made a part ( 'this agreement.
The CONTRACTOR hereby as: -es to commence work within ten days after the date written notice to do so shall have
been given to him and to substanti. ly complete same within the time specified in the contract documents.
The OWNER agrees to pay the ONTRACTOR in current funds for the performance of the contract in accordance with
the proposal submitted therefore, : bject to additions and deductions, as provided in the contract documents and to make
payment on account thereof as piv ded therein.
IN WITNESS WHEREOF, the )arties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first abo ; written.
CONTRACTOR:
MH Civil Constructors, Inc.
By: �0, A
PRINTED NAME- . L
TITLE: CrMeA t4A✓'
COMPLETE ADDRESS:
MH Civil Constructors, Inc.
1100 S. Fillmore St, Suite 105
Amarillo, Texas 79101
A
Co orate Secretary
CITY O LUBB I TEXAS (OWNER):
By:
Daniel M. Pope, Mayor
ATTEST:
Rebec h,,GGarza, City Secretary
APPROVED AS TO CONTENT:
isWorks, En ineering
Name (Printed) batt
&W�x
:
K lli Leisure, Assistant City Attorney
Page Intentionally Left Blank
CONFLICT OF INTEREST QUESTIONNAIRE (CIQ) FORM
It is not necessary to fill out the CIQ Form unless you have a business relationship that might cause a conflict
of interest with the City of Lubbock
Effective January 1, 2006, Chapter 176 of the Texas Local Government Code requires that any vendor or person
considering doing business with a local government entity disclose in the Questionnaire, Form CIQ, the vendor
or person's affiliation or business relationship that might cause a conflict of interest with a local government
entity. By law, the questionnaire must be filed with the records administrator of the City of Lubbock not later
than the 7th business day after the date the person becomes aware of the facts that require the statement to
be filed. The questionnaire can be found at:
hLtps://www.ethics.state.tx.us/forms/conflict/
For the City of Lubbock, these forms should be filed with the City Secretary's Office, P.O. Box 2000, Lubbock,
Texas, 79401
See Section 176.006, Local Government Code:
http://www.statutes.legis.state.tx.us/SOTWDocs/LG/htm/LG. 176.htm.
A person commits an offense if the person violates Section 176.006, Local Government Code.
An offense under this section is a Class C misdemeanor.
CERTIFICATE OF INTERESTED PARTIES
Effective January 1, 2016, Section 2252.908, as amended, of Chapter 2252 of the Texas Government Code
requires certain business entities to submit an electronic disclosure form to the Texas Ethics Commission before
entering into a contract with a local government entity when any of the following apply:
1) Contract requires an action or vote by the City Council (governing body); OR
2) Contract value is $1 Million or greater; OR
3) Contract is for services that would require a person to register as a lobbyist under Chapter 305
of the Government Code.
This must be done before executing the contract. The disclosure form may be found at
https://www.ethics.state.tx.us/whatsnew/elf info_form1295.htm. You must log in and create an account the
first time you fill out the form. Tutorial videos on how to log in for the first time and how to fill out the form
can be found through the link above. After you electronically submit the disclosure form, a screen will come up
confirming the submission and assigning a certificate number. Then, you must print the form, have an authorized
agent complete the declaration and sign, and provide it to the City (scanned email copy is acceptable).
TEXAS GOVERNMENT CODE SECTION 2271.002
By signing below, Company hereby certifies the following:
1. Company does not boycott Israel; and
2. Company will not boycott Israel during the term of the contract.
Company Name:
SIGNED BY:
Print Name &
Title:
Date Signed:
The following definitions apply to this state statute:
(1) "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise
taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations
specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory,
but does not include an action made for ordinary business purposes; and
(2) "Company" means an organization, association, corporation, partnership, joint venture, limited
partnership, limited liability partnership, or limited liability company, including a wholly owned subsidiary,
majority -owned subsidiary, parent company, or affiliate of those entities or business associations that exists to
make a profit.
This Certification is required from a Company if the Company has 10 or more full-time employees
and the contract for goods or services (which includes contracts formed through purchase orders)
has a value of $100,000 or more that is to be paid wholly or partly from public funds of the
governmental entity.
TEXAS GOVERNMENT CODE SECTION 2252.152
I, the undersigned representative of
(Company or business name) being an adult over the
age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152, certify
that the company named above is not listed on the website of the Comptroller of the State of Texas concerning
the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further
certify that should the above -named company enter into a contract that is on said listing of companies on the
website of the Comptroller of the State of Texas, which do business with Iran, Sudan or any Foreign Terrorist
Organization, I will immediately notify the City of Lubbock Purchasing and Contract Department.
Company Name:
SIGNED BY:
Print Name &
Title:
Date Signed:
Page Intentionally Left Blank
GENERAL CONDITIONS OF THE AGREEMENT
Pate Intentionally Left Blank
GE,",! ERAL CONDITIONS OF THE AGREEMENT
1. OWNER
Whenever the word Owncz-, or First Party, are used in this contract, it shall be understood as referring to the City of
Lubbock, Texas.
2. CONTRACTOR
Whenever the word Coa } - tor, or Second Party, is used, it shall be understood to mean the person, persons, co-
partnership or corporation, to wit NISI Civil Constructors, Inc. who has agreed to perform the work embraced in
this contract, or their leg(,i I ,-epresentative.
3. OWNER'S REPRESENTA,rIVE
Whenever the word Own c -'s Representative or representative is used in this contract, it shall be understood as
referring to, City of Lubt)cck, or its representative Josh Kristinek, Assistant City Engineer so designated who
will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may
be authorized by said Ow n r ° r to act in any particular under this agreement. Engineers, supervisors or inspectors will
act for the Owner under i direction of Owner's Representative, but shall not directly supervise the Contractor or
persons acting on behalf (A. the Contractor.
4. CONTRACT DOCUME"'V ",S
The contract's documents s`�all consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed
Agreement, Statutory Bo. As (if required), General Conditions of the Agreement, Special Conditions of the
Agreement (if any), Spec 1-,rations, Plans, Insurance Certificates, and all other documents made available to Offeror
for inspection in accorda '; c with the Notice to Offerors. The above described materials are sometimes referred to
herein as the "contract" c; -,contract documents".
5. INTERPRETATION Of'-1, 1RASES
Whenever the words "DI11
red," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or
words of like import are tps A, it shall be understood that the direction, requirement, permission, order, designation
or prescription of the O ,v , f,.1,,r's Representative is intended; and similarly, the words "Approved," "Acceptable,"
"Satisfactory," or words ( like import shall mean approved by or acceptable or satisfactory to the Owner's
Representative.
6. SUBCONTRACTOR
The term Subcontractor, r, employed herein, includes only those having a direct contract with the Contractor for
performance of work on A project contemplated by these contract documents. Owner shall have no
responsibility to any Sub C ctractor employed by Contractor for performance of work on the project contemplated
by these contract documc° A �, but said Subcontractors will look exclusively to Contractor for any payments due
Subcontractor. The City rk serves the right to approve or disapprove the selection of any subcontractor(s).
7. WRITTEN NOTICE
Written notice shall be er'1c :red to have been duly served if delivered in person to the individual or to a member of
the firm or to an officer c f t ie corporation for whom it is intended, or if delivered at or sent certified mail to the last
business address known `_ -) *le party who gives the notice.
CONTRACTOR'S RESPONSIBILITIES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment,
tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities
necessary for the execution and completion of the work covered by the contract documents. Unless otherwise
specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor
shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described
in words which so applied have well known, technical or trade meaning shall be held to refer such recognized
standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents
has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still
may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall
accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check
the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's
request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in
accordance with the Plans and Specifications.
it. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and
Contractor shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed
work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's
Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or
quantity of the work, nor will Owner's Representative be responsible for the construction means, methods,
techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's
Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's
failure to perform the work in accordance with the Contract Documents.
13. LINES AND GRADES
The Contractor is responsible for construction layout based on the control provided in the construction documents.
All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project
Representative(s)) deems said lines and grades are necessary for the commencement of the work contemplated by
these contract documents or the completion of the work contemplated by these contract documents. Whenever
necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this
requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation
therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and
grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless
destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced
by the Owner's Representative at Contractor's expense.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative (as distinguished from Resident Project Representative(s))has the authority to review all work
included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be
necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine
the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and
shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide
every question which may arise relative to the execution of this contract on the part of said Contractor. The decision
of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's
Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the
absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be
deemed waived.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project
Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work
done under this Agreement, and to see that said material is furnished and said work is done in accordance with the
specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate
engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall
regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed,
when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans
and specifications provided, however, should the Contractor object to any orders by any subordinate engineer,
supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's
Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any
and all objection or objections shall be deemed waived.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to
Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given
to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by
competent and reasonable representatives of the Contractor is essential to the proper performance of the work and
lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor
and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and
location of the work, the confirmation of the ground, the character, quality and quantity of materials to be
encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work,
and the general and local conditions, and all other matters which in any way affect the work under the contract
documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's
Representative either before or after the execution of this contract, shall affect or modify any of the terms or
obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications
and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and
Contractor.
Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work
to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the
work, shall be sustained and borne by the Contractor at its own cost and expense.
18. CHARACTER OF WORKERS
The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of
work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform
Contractor in writing that any person or persons on the work, are, in Owner's Representative's sole opinion,
incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such person or
persons shall be discharged from the work and shall not again be employed on the work without the Owner's
Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and
completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is
also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of
any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted.
The building of structures for the housing of workers or equipment will be permitted only at such places as the
Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure
shall at all times be maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation,
shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by
the Owner's Representative and their use shall be strictly enforced.
21. OBSERVATION AND TESTING
The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent
required by the contract documents. The Owner or Owner's Representative shall have the right at all times to
observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access
for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall
ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall
give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's
Representative may reject any such work found to be defective or not in accordance with the contract documents,
regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether
Owner's Representative has previously accepted the work. If any such work should be covered without approval
or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination
at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location
where it is not convenient for Owner or Owner's Representative to make observations of such work or require
testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner
or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform
such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in
accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable
organization as may be required by law or the contract documents.
4
If any such work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be
uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and
approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such
tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and
shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner,
Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests,
or approvals shall relieve the Contractor ftom its obligation to perform the work in accordance with the requirements
of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in
the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in
conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice
thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such
work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action
contemplated as hereinabove set forth shall be at Contractor's expense.
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in
the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either
before or after the beginning of the construction, without affecting the validity of this contract and the accompanying
bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a
claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of
work, and the increased work can fairly be classified under the specifications, such increase shall be paid according
to the quantity actually done and at the unit price established for such work under this contract; otherwise such
additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or
alterations as shall make useless any work already done or material already furnished or used in said work, then the
Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in
preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be required
by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or
addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's
proposal, except as provided under Changes and Alterations in Paragraph 23.
It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative
when presented with a written work order signed by the Owner's Representative; subject, however, to the right of
the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the
compensation to be paid to the Contractor for performing said extra work shall be determined by the following
methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced,
then the Contractor shall be paid the lesser of the following: (1) actual field cost of the
extra work, plus fifteen (15%) percent to the firm actually performing the work, and
additional higher -tier markups limited to 5% to cover additional overhead and insurance
costs; or (2) the amount that would have been charged by a reasonable and prudent
Contractor as a reasonable and necessary cost for performance of the extra work, as
estimated by the Engineer and approved by the Owner..
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph
shall apply and the "actual field cost" is hereby defined to include the cost of all workers, such as foremen,
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for
the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred,
together with all expenses incurred directly on account of such extra work, including Social Security, Old Age
Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them
agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and
records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may
also specify in writing, before the work commences, the method of doing the work and the type and kind of
machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless
otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%,
unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated
General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment
shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid
to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field
office expense, and all other elements of cost and expense not embraced within the actual field cost as herein
defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such
Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case
any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive
compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra
work, make written request to the Owner's Representative for a written order authorizing such extra work. Should
a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and
the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making
written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as
provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement
of any extra work, any claim for payment due to alleged extra work shall be deemed waived.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of the contract documents that all work described in the proposal, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that
such price shall include all appurtenances necessary to complete the work in accordance with the intent of these
contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these
plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification
obtained before the proposals are received, and if no such notice is received by the Owner's Representative
prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to
be included and has provided sufficient sums in its proposal to complete the work in accordance with these
plans and specifications. If Contractor does not notify Owner's Representative before offering of any
discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are
sufficient and adequate for completion of the project. It is further agreed that any request for clarification
must be submitted no later than five (5) calendar days prior to the opening of proposals. In the absence of a
0
requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed
that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of
work with the rate of progress required under this contract, the Owner or Owner's Representative may order the
Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall
comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress
herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an
extent as to give reasonable assurance of compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers'
Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the
safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state
and municipal laws and building and construction codes. All machinery and equipment and other physical hazards
shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General
Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The
Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer
and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims
and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated,
including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out
of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution
and/or supervision of this contract, and the project which is the subject matter of this contract.
The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent
Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners
or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as
reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety
precautions by either the Contractor or any of its subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas
and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or
any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of
insurance, required herein, including policies of insurance required to be provided by Contractor and its
subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights
to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of
any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity
with the provisions hereof shall establish such waiver.
The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall
cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or
separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance
specifying each and all coverages shall be submitted prior to contract execution.
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE
FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES
FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON
AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO
INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF
SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE
CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF
COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION
COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE
REQUIRED.
A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required)
The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined
Single Limit in the aggregate and $1,000,000 per occurrence to include:
Products & Completed Operations Hazard
Contractual Liability
Personal Injury & Advertising Injury
w/Heavy Equipment
XCU
B. Owner's and Contractor's Protective Liability Insurance — NOT REQUIRED
C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required)
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $1,000,000 Combined Single Limit per occurrence, to include all owned
and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles.
D. Builder's Risk Insurance/Installation Floater Insurance — NOT REQUIRED
E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required)
The Contractor shall have Umbrella Liability Insurance in the amount of $9,000,000 on all contracts with
coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability
coverage's.
F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required)
Worker's Compensation Insurance $500,000 covering all employees whether employed by the Contractor
or any Subcontractor on the job with Employers Liability of at least $1,000,000
1. Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority
to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-
83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or
entity's employees providing services on a project, for the duration of the project.
8
Duration of the project - includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code)
- includes all persons or entities performing all or part of the services the Contractor has undertaken
to perform on the project, regardless of whether that person contracted directly with the Contractor
and regardless of whether that person has employees. This includes, without limitation,
independent contractors, subcontractors, leasing companies, motor carriers, owner -operators,
employees of any such entity, or employees of any entity which furnishes persons to provide
services on the project. "Services" include, without limitation, providing, hauling, or delivering
equipment or materials, or providing labor, transportation, or other service related to a project.
"Services" does not include activities unrelated to the project, such as food/beverage vendors, office
supply deliveries, and delivery of portable toilets.
2. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements of
Texas Labor Code, Section 401.411(44) for all employees of the contractor providing services on
the project, for the duration of the project.
The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. If the coverage period shown on the Contractor's current certificate of coverage ends during the
duration of the project, the Contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
The Contractor shall obtain from each person providing services on the project, and provide to the
governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(b) no later than seven days after receipt by the Contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
6 The Contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project.
8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by
the Texas Workers' Compensation Commission, informing all persons providing services on the
project that they are required to be covered, and stating how a person may verify coverage and
report lack of coverage.
9. The Contractor shall contractually require each person with whom it contracts to provide services
on the project, to:
9
G
(a) provide coverage, based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401.011(44) for all of its employees providing services on the project,
for the duration of the project;
(b) provide to the Contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
(c) provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the project;
and
(2) a new certificate of coverage showing extension of coverage, prior to the end of
the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the person knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project; and
(g) contractually require each person with whom it contracts to perform as required by
paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom
they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the
Contractor is representing to the governmental entity that all employees of the Contractor who will
provide services on the project will be covered by worker's compensation coverage for the duration
of the project, that the coverage will be based on proper reporting of classification codes and payroll
amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or,
in the case of a self -insured, with the commission's Division of Self -Insurance Regulation.
Providing false or misleading information may subject the Contractor to administrative penalties,
criminal penalties, civil penalties, or other civil actions.
11. The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor which entitles the governmental entity to declare the contract void if the Contractor does
not remedy the breach within ten days after receipt of notice of breach from the governmental
entity.
Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner
for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence
of compliance with the above insurance requirements, signed by an authorized representative of the
insurance company setting forth:
10
(1)
(2)
(3)
(4)
(5)
(6)
(7)
(8)
(9)
The name and address of the insured.
The location of the operations to which the insurance applies.
The name of the policy and type or types of insurance in force thereunder on the date borne by such
certificate.
The expiration date of the policy and the limit or limits of liability thereunder on the date borne by
such certificate.
A provision that the policy may be canceled only by mailing written notice to the named insured at
the address shown in the proposal specifications.
A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
The certificate or certificates shall be on the form (or identical copies thereof) contained in the job
specifications. No substitute of nor amendment thereto will be acceptable.
If policy limits are paid, new policy must be secured for new coverage to complete project.
A Contractor shall:
(a) provide coverage for its employees providing services on a project, for the duration of the
project based on proper reporting of classification codes and payroll amounts and filling of
any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
Contractor's current certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the governmental
entity:
(1) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage
for all persons providing services on the project; and
(ii) no later than seven days after receipt by the Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the Contractor knew or should have known, of any change that materially affects
the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current coverage
and report failure to provide coverage. This notice does not satisfy other posting
requirements imposed by the Texas Worker's Compensation Act or other commission
rules. This notice must be printed with a title in at least 30-point bold type and text in at
least 19-point normal type, and shall be in both English and Spanish and any other language
common to the worker population. The text for the notices shall be the following text
provided by the commission on the sample notice, without any additional words or
changes:
11
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to
this construction project must be covered by workers' compensation insurance. This
includes persons providing, hauling, or delivering equipment or materials, or providing
labor or transportation or other service related to the project, regardless of the identity
of their employer or status as an employee. "
"Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804-4000
(www.tdi.state.tx.us) to receive information of the legal requirements for coverage, to
verify whether your employer has provided the required coverage, or to report an
employer's failure to provide coverage, " and
(h) contractually require each person with whom it contracts to provide services on a project,
to:
(i) provide coverage based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements for all of its employees providing
services on the project, for the duration of the project;
(ii) provide a certificate of coverage to the Contractor prior to that person beginning
work on the project;
(iii) include in all contracts to provide services on the project the following language:
"By signing this contract or providing or causing to be
provided a certificate of coverage, the person signing this
contract is representing to the governmental entity that all
employees of the person signing this contract who will provide
services on the project will be covered by workers'
compensation coverage for the duration of the project, that
the coverage will be based on proper reprinting of
classification codes and payroll amounts, and that all coverage
agreements will be filed with the appropriate insurance
carrier or, in the case of a self -insured, with the commission's
Division of Self -Insurance Regulation. Providing false or
misleading information may subject the Contractor to
administrative penalties, criminal penalties, civil penalties, or
other civil actions.";
(iv) provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(v) obtain from each other person with whom it contracts, and provide to the
Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown
12
on the current certificate of coverage ends during the duration of the
project;
(vi) retain all required certificates of coverage on file for the duration of the project and
for one year thereafter;
(vii) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (i)-(viii), with the certificate of coverage to be provided to
the person for whom they are providing services.
29. DISABLED EMPLOYEES
Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of
1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such
individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee
compensation, job training, and other terms, conditions, and privileges of employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND
FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and
employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising
out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men
and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance
of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor
shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid,
discharged or waived.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material
or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof.
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save
the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof,
except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular
design, device, material or process or the product of a particular manufacturer or manufacturers is specified or
required in these contract documents by Owner; provided, however, if choice of alternate design, device, material
or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers,
agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary,
if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor
shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative
prior to offering.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form,
13
the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the
Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of
any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the
Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's
Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract
for changes in the work. In the absence of timely written notification to Owner's Representative of such variance
or variances within said time, any objection and/or assertion that the plans and specifications are at variance with
any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees
or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such
notice to the Owner's Representative, Contractor shall bear all costs arising there from.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as
the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may
enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though
embodied herein.
33. SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this
contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required
in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as
provided by the contract documents.
34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning
and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be
done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the
work embraced in this contract shall be commenced as provided in the contract documents.
If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified,
then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may
withhold permanently from Contractor's total compensation, the sum of $500 PER CONSECUTIVE
CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth
for each and every working day that the Contractor shall be in default after the time stipulated for substantially
completing the work.
If the Contractor should neglect, fail, or refuse to Finally complete the work within the time herein specified, then
the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may
withhold permanently from Contractor's total compensation, the sum of $500 PER CONSECUTIVE
CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth
for each and every working day that the Contractor shall fail to meet the time requirements stipulated for
substantially completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial
completion of the work described herein is reasonable time for the completion of the same, taking into consideration
the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is
fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would
sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is
a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be
not disproportionate to actual damages as measured at time of breach.
14
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT
TIME IS OF THE ESSENCE OF THIS CONTRACT.
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall
be allowed to prosecute its work in such order of precedence, and in such manner as shall be most conductive to
economy of construction. The Contractor shall ensure daily prosecution of the work is conducted every business
day until completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in
the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor
received said determination in writing from the City. Further, when the Owner is having other work done, either by
contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative)
may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and
the construction of the various works being done for the Owner shall be harmonized. Additionally, inclement
weather shall be the only other reason consistent, daily prosecution of the work may not take place on those
inclement weather days.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules
which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor
will start the several parts of the work and estimated dates of completion of the several parts.
36. TIME OF PERFORMANCE
The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion
of this project, taking into consideration the average climatic range and industrial conditions prevailing in this
locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly
agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work
has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other
contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the
public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting
forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20)
calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to
affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor
shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request
for extension, as provided herein, any request for extension by Contractor shall be deemed waived.
37. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in
securing material or workers, or any other cause or occurrence. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except
where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which
event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be
paid by Owner to Contractor.
38. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the
event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the
specifications, plans and other contract documents are intended to show clearly all work to be done and material to
15
be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be
estimates, for the various classes of work to be done and material to be furnished under this contract, they are
approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their
proposals offered for the work. In the event the amount of work to be done and materials to be furnished are
expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and
agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ
somewhat from these estimates, and that where the basis for payment under this contract is the unit price method,
payment shall be for the actual amount of work done and materials furnished on the project, provided that the over
run or under run of estimated quantities32 note exceed 15% of the estimated quantity.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
encountered, which may be injured or seriously affected by any process of construction to be undertaken under this
agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for
any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting,
in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees
to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against
any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or
growing out of the performance of this contract.
40. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by
the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the
specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the
proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive
such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses
incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and
according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's
Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work.
Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative
with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work.
Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding
liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final
payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees,
which have not theretofore been timely filed as provided in this contract.
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for
partial payment. Owner's Representative shall review said application for partial payment if submitted, and the
progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial
payment showing as completely as practical the total value of the work done by the Contractor up to and including
the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall
be in accordance with Paragraph 14 hereof.
16
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the
Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained
until final payment, and further, less all previous payments and all further sums that may be retained by Owner
under the terms of the contract documents.
Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent
standard retainage until actually incorporated into the project.
Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce
the express terms of the contract documents, and all remedies provided therein, as to any and all work performed,
to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment
is attributable.
43. SUBSTANTIAL COMPLETION
Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31)
working days after the Contractor has given the Owner's Representative written notice that the work has been
substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time,
if the work be found to be substantially completed in accordance with the contract documents, the Owner's
Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the
issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the
work within the time provided in this contract.
44. FINAL COMPLETION AND PAYMENT
The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of
final completion, the Owner's Representative shall proceed to make final measurement to determine whether final
completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's
Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion,
Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final
completion, the balance due Contractor under the terms of this agreement. Neither the certification of final
completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or
warranties implied by law or otherwise.
45. CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and
Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to
the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other
contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such
condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the
Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all
claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects,
attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or
relating to such correction or removal.
Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the
contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and
Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which
shall appear within a period of two (2) years from the date of certification of final completion by Owner's
Representative.
17
46. PAYMENT WITHHELD
The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify
the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of -
(a) Defective work not remedied and/or work not performed,
(b) Claims filed or reasonable evidence indicating possible filing of claims,
(c) Damage to another contractor,
(d) Notification to owner of failure to make payments to Subcontractors or Suppliers,
(e) Failure to submit up-to-date record documents as required,
(f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner,
(g) Failure to provide Project photographs required by Specifications.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the
amount withheld, payment shall be made for amounts withheld because of them.
47. CLAIM OR DISPUTE
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
shall be in writing and fled with the Owner's Representative within fifteen (15) calendar days after the Owner's
Representative has given any direction, order or instruction to which the Contractor desires to take exception.
Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner
shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right
under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by
Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative,
said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the
Owner's Representative, shall be final and conclusive in the absence of fraud. It is farther agreed that the acceptance
by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver
of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by
Contractor.
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after
written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the
written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on
the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered
to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further
notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any
machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and
equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit
therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under
paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately
reduce the cost to complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice
hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with
diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract
documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or
18
otherwise, including, but not limited to, providing for completion of the work in either of the following elective
manners:
(a) The Owner may employ such force of persons and use of machinery, equipment, tools, materials and
supplies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be
deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time
become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the
sum which would have been payable under this contract, if the same had been completed by the Contractor,
then said Contractor shall receive the difference. In case such expense is greater than the sum which would
have been payable under this contract, if the same had been completed by said Contractor, then the
Contractor and/or its Surety shall pay the amount of such excess to the Owner; or
(b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper
having a general circulation in the County of location of the work, may let the contract for the completion
of the work under substantially the same terms and conditions which are provided in this contract. In case
of any increase in cost to the Owner under the new contract as compared to what would have been the cost
under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain
bound therefore. Should the cost to complete any such new contract prove to be less than that which would
have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited
therewith.
In the event the Owner's Representative elects to complete the work, as described above, when the work shall have
been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided
in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts,
certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his
Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance
due as reflected by said statement within 30 days after the date of certification of completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would have
been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when
the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then
all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the
Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the
Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work,
notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and
his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual
written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such
property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner
to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the
Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such
sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private
sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools,
materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if
applicable, to their proper owners.
The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted
by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph
shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies
hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law,
equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34,
hereinabove set forth.
19
49. LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be
liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the
project which is the subject matter of this contract.
50. BONDS
The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in
the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the
Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount
of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted
on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list
and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until
such bonds are so furnished.
51. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special conditions
conflict with any of the general conditions contained in this contract, then in such event the special conditions shall
control.
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual
obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the
prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense.
53. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to
direct, supervise, and control its own employees and to determine the method of the performance of the work
covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's
work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and
vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or
effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's
Representative or to the Contractor's own employees or to any other person, firm, or corporation.
54. CLEANING
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the
completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials
and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case
of dispute Owner may remove the debris and charge the cost to the Contractor.
55. HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U. S.C. S. §9601(14)) and the regulations promulgated thereunder, as same may
be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any
form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project;
20
or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without
the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous
Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction
of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property
of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos,
Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior
to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever
requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of
Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the
receipt of said request, said request shall be deemed to be denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for
ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper
performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage,
disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or
asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective
gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum
products or byproducts and/or asbestos.
56. NONAPPROPRIATION
All funds for payment by the City under this contract are subject to the availability of an annual appropriation for
this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for
the goods or services provided under the contract, the City will terminate the contract, without termination charge
or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current
year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds
are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30)
days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated
under this contract beyond the date of termination.
57. THE CITY RIGHT TO AUDIT
At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized
audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to
audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit
by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such
overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct
such amounts owing the City from any payments due Contractor.
58. NON -ARBITRATION
The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise,
including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction.
Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek
judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently.
To the extent of any conflict between this provision and another provision in, or related to, this document, this
provision shall control.
21
59. CONTRACTOR ACKNOWLEDGES
Contractor acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and
will be in full compliance with all terms and conditions and the descriptive material contained herein and any
additional associated documents and Amendments. The City disclaims any terms and conditions provided by the
Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions
and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail.
The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting
terms shall be of no force or effect.
60. LABOR CODE CHAPTER 214
Sec. 214.008. MISCLASSIFICATION OF CERTAIN WORKERS; PENALTY. (a) A person who
contracts with a governmental entity to provide a service as defined by Section 2155.001, Government
Code, shall properly classify, as an employee or independent contractor in accordance with Chapter 201,
any individual the person directly retains and compensates for services performed in connection with the
contract. (b) In this subsection, "subcontractor" means a person directly retained and compensated by a
person who contracts with a governmental entity to provide a service as defined by Section 2155.001,
Government Code. A subcontractor shall properly classify, as an employee or independent contractor in
accordance with Chapter 201, any individual the subcontractor directly retains and compensates for
services performed in connection with the contract for which the subcontractor is retained. (c) A person
who fails to properly classify an individual as required by Subsection (a) or (b) shall pay to the commission
a penalty equal to $200 for each individual that the person has not properly classified. (d) The commission
may not take action to collect a penalty under this section from a person after the third anniversary of the
date on which the violation occurred.
61. CERTIFICATE OF INTERESTED PARTIES
House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908
requires a business entity entering into certain contracts with a governmental entity or state agency to file with the
governmental entity or state agency a disclosure of interested parties at the time the business entity submits the
signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be
signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under
oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the
governing body of the governmental entity or state agency before the contract may be signed or has a value of at
least $1 million. Instructions for completing Form 1295 are available at:
hgps:Hci.lubbock.tx.us/departments/purchasing/vendor-information
62. TEXAS GOVERNMENT CODE SECTION 2252.155
Vendors/Contractors/Providers must be in compliance with the provisions of §2252.152 and §2252.153 of
the Texas Government Code, which states in part, contracts with companies engaged in business with Iran,
Sudan, or Foreign Terrorist Organizations are prohibited. A governmental entity may not enter into a
contract with any company listed on the Comptroller of the State of Texas website identified under Section
806.051 or Section 2253.253, which do business with Iran, Sudan or any Foreign Terrorist Organization.
By submitting a signed response to this request, contractor verified to Lubbock County that it is not on any
such list.
63. TEXAS GOVERNMENT CODE SECTION 2271.002
The Contractor warrants that it complies with Chapter 2274.002 of the Texas Government
Code by verifying that:
22
1. The Contractor does not boycott Israel; and
2. The Contractor will not boycott Israel during the term of the Agreement.
64. CONTRACTOR ACKNOWLEDGES
Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully understands,
and will be in full compliance with all terms and conditions and the descriptive material contained herein and any
additional associated documents and Amendments. The City disclaims any terms and conditions provided by the
Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and
conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein
shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any
prior conflicting terms shall be of no force or effect.
65. TEXAS PUBLIC INFORMATION ACT
The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the
contractor or vendor agrees that the contract can be terminated if the contractor or vendor knowingly or
intentionally fails to comply with a requirement of that subchapter.
To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees to: (1)
preserve all contracting information related to the contact as provided by the records retention requirements
applicable to the governmental body for the duration of the contract; (2) promptly provide to the governmental body
any contracting information related to the contract that is in the custody or possession of the entity on request of the
governmental body; and (3) on completion of the contract, either: (A) provide at no cost to the governmental body
all contracting information related to the contract that is in the custody or possession of the entity; or (B) preserve
the contracting information related to the contract as provided by the records retention requirements applicable to
the governmental body.
66. CONFIDENTIALITY
The Contractor shall retain all information received from or concerning the City and the City's business in strictest
confidence and shall not reveal such information to third parties without prior written consent of the City, unless
otherwise required by law.
— 31I►1D ul►
The Contractor shall indemnify and save harmless the city of Lubbock and its elected officials, officers, agents,
and employees from all suits, actions, losses, damages, claims, or liability of any kind, character, type, or
description, including without limiting the generality of the foregoing, all expenses of litigation, court costs, and
attorney's fees, for injury or death to any person, or injury to any property, received or sustained by any person or
persons or property, to the extent arising out of, related to or occasioned by, the negligent acts of the Contractor,
its agents, employees, and/or subcontractors, related to the performance, operations or omissions under this
agreement and/or the use or occupation of city owned property. The indemnity obligation provided herein shall
survive the expiration or termination of this agreement.
23
CITY OF LUBBOCK WAGE DETERMINATIONS
24
EXHIBIT A
City of Lubbock
Building Construction
Prevailing Wage Rates
Craft Hourly Rate
Automatic Fire Sprinkle Fitter, Certified
28.00
Block, Brick, and Stone Mason
23.00
Carpenters -Acoustical Ceiling Installation
16.00
Carpenter -Rough
13.00
Carpenter -All other work
16.50
Caulker/Sealers
12.00
Cement & Concrete Finishers
16.67
Commercial Truck Drivers
10.26
Crane & Heavy Equipment Operator
20.00
Door & Hardware Specialist
16.00
Drywall and Ceiling Tile Installers
16.00
Drywall Finishers & Tapers
12.00
Electrician
21.21
Floor Layers -Carpet and Resilient
18.00
Floor Layers -Specialty
18.00
Floor Layers -Wood
18.00
Glaziers
17.00
Heating, Air Conditioning & Refrigeration Svc. Tech
21.31
HVAC Mechanic Helper
13.62
HVAC Sheet metal Ductwork Installer
19.30
HVAC Sheet metal Ductwork Installer Helper
13.85
Insulation Workers -Mechanical
12.00
Irrigator -Landscape Certified
13.50
Laborer: Common or General
11.65
Laborer: Mason Tender -Brick
17.00
Laborer: Mason Tender-Cement/Concrete
16.92
Laborer: Roof Tear off
11.09
Roofer
17.44
Painters (Brush, Roller & Spray)
12.00
Paper Hanger
13.00
Pipe Fitters & Steamfitters
24.10
Plaster, Stucco, Lather and EIFS Applicator
17.00
Plumber/Medical Gas Installer
22.83
Plumber Helper
14.20
25
EXHIBIT B
City of Lubbock
Heavy and Highway
Prevailing Wage Rates
Craft
Hourly Rate
Power Equipment Operator -Tower Crane
30.00
Hydraulic Crane Operators 60 tons & above
32.00
Operator Backhoe/Excavator/Truck hoe
20.25
Bobcat/Skid Steer/Skid Loader
15.22
Drill
16.00
Grader Blade
18.00
Loader
18.00
Mechanic
22.85
Paver (Asphalt, Aggregate, & Concrete)
17.00
Roller
15.00
Reinforcing Iron & Rebar Workers
14.33
Sheet Metal Workers, Excludes HVAC Duct Installation
21.38
Structural Iron & Steel Workers/Metal Building Erector
15.00
Asphalt Distributor Operator
16.50
Asphalt Paving Machine Operator/Spreader Box Operator
18.75
Backhoe Operator
18.00
Cement Mason/Concrete Finishers (Paving Structures)
15.00
Crane Operator (Hydraulic)
25.00
Electrician
17.50
Laborer
13.50
Laborer, Common
15.64
Laborer, Utility
13.50
Crane, Lattice Boom 80 Tons or Less
30.00
Loader/Backhoe
18.00
Roller/Other
15.00
Welder Certified/Structural Steel Weld
25.00
26
EXHIBIT C
City of Lubbock
Overtime
Legal Holiday
Prevailing Wage Rates
The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor
Standards Act.
The rate for legal holidays shall be as required by the Fair Labor Standard
Page Intentionally Left Blank
SPECIFICATIONS
SEAL SHEET
Division: 01, 03, 09, 31, 32, 33,40
FREESE AND NICHOLS, INC.
TEXAS REGISTERED
ENGINEERING FIRM
F-2144
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines Seal Sheet 1
SPECIAL CONDITIONS
SPECIFICATIONS
DIVISION 1
GENERAL REQUIREMENTS
010050 DEFINITIONS AND TERMINOLOGY
1.00 GENERAL
1.01 SPECIFICATION TERMINOLOGY
A. "Engineer" or "Architect" or "Owners Project Team (OPT)" or "Project Construction Manager
(PCM)" means Freese and Nichols, Inc., Architects and Engineers, 4055 International Plaza,
Ste. 200, Fort Worth, Texas 76109-4895, or its designated representative.
B. "Furnish" means to supply, deliver and unload materials and equipment at the project site
ready to install.
C. "Install" means the operations at the project site including unpacking, assembly, erection,
placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning,
training and similar operations required to prepare the materials and equipment for use,
verify conformance with Contract Documents and prepare for acceptance and operation by
the Owner.
D. "Provide" means to furnish and install materials and equipment.
E. "Perform" means to complete the operations necessary to comply with the Contract
Documents.
F. "Indicated" means graphic representations, notes, or schedules on drawings, or other
requirements in Contract Documents. Words such as "shown", "noted", "scheduled", are
used to help locate the reference. No limitation on the location is intended unless
specifically noted.
G. "Specified" means written representations in the bid documents or the technical
specifications.
H. "Regulation" means laws, statutes, ordinances, and lawful orders issued by authorities
having jurisdiction, as well as, rules, conventions, and agreements within the construction
industry that control performance of work, whether they are lawfully imposed by
authorities having jurisdiction or not.
I. "Installer" means an entity engaged by Contractor, either as an employee, subcontractor, or
sub subcontractor to install materials and/or equipment. Installers are to have successfully
completed a minimum of five projects similar in size and scope to this project, have a
minimum of five years of experience in the installation of similar materials and equipment,
and comply with the requirements of the authority having jurisdiction.
J. "Manufacturer" means an entity engaged by Contractor, as a subcontractor, or sub
subcontractor to furnish materials and/or equipment. Manufacturers are to have a
minimum of five years experience in the manufacture of materials and equipment similar in
size, capacity and scope to the specified materials and equipment.
K. "Project site" means the space available to perform the work, either exclusively or in
conjunction with others performing construction at the project site.
L. "Testing laboratory" means an independent entity engaged to perform specific inspections
or tests, either at the project site or elsewhere, and to only report the results of those
inspections or tests.
Definitions and Terminology 0100 50 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
M. "Listed" means equipment is included in a list published by a nationally recognized
laboratory which makes periodic inspection of production of such equipment and states that
such equipment meets nationally recognized standards or has been tested and found safe
for use in a specified manner.
N. "Labeled" means equipment that embodies a valid label, symbol, or other identifying mark
of a nationally recognized testing laboratory such as Underwriters Laboratories, Inc., and
production is periodically inspected in accordance with nationally recognized standards or
tests to determine safe use in a specified manner.
O. "Certified" used in context with materials and equipment means the material and
equipment has been tested and found by a nationally recognized testing laboratory to meet
specification requirements, or nationally recognized standards if requirements are not
specified, and is safe for use in the specified manner. Production of the equipment must be
periodically inspected by a nationally recognized testing laboratory and the equipment must
bear a label, tag, or other record of certification.
"Certified" used in context with labor performance or ability to install materials and
equipment means that the abilities of the proposed installer have been tested by an
representative of the specified testing agency authorized to issue certificates of competency
and has met the prescribed standards for certification.
"Certified" used in context with test reports, payment requests or other statements of fact
means that the statements made on the document are a true statement as attested to by
the certifying entity.
1.02 SPECIFICATION SENTENCE STRUCTURE
A. Specifications are written in modified brief style. Requirements apply to all work of the
same kind, class, and type even though the word "all" is not stated.
B. Simple imperative sentence structure is used which places a verb as the first word in the
sentence. It is understood that the words "furnish", "install", "provide", or similar words
include the meaning of the phrase "The Contractor shall..." before these words.
C. It is understood that the words "directed", "designated", "requested", "authorized",
"approved", "selected", or similar words include the meaning of the phrase "by the
Engineer" after these words unless otherwise stated. Use of these words does not extend
the Engineer's responsibility for construction supervision or responsibilities beyond those
defined in the General Conditions.
D. "At no additional cost to Owner", "With no extra compensation to Contractor", "At
Contractor's own expense", or similar words mean that the Contractor will perform or
provide specified operation of work without any increase in the Contract Amount. It is
understood that the cost for performing all work is included in the amount bid and will be
performed at no additional cost to the Owner unless specifically stated otherwise.
1.03 DOCUMENT ORGANIZATION
A. The contract requirements described in the General Conditions and Division 1 apply to each
and all specification sections unless specifically noted otherwise.
Definitions and Terminology 0100 50 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
B. Organization of Contract Documents is not intended to control or to lessen the
responsibility of the Contractor when dividing work among subcontractors, or to establish
the extent of work to be performed by any trade, subcontractor or vendor. Specifications or
details do not need to be indicated or specified in each specification or drawing. Items
shown in the contract documents are applicable regardless of location in the Contract
Documents.
C. Standard paragraph titles and other identifications of subject matter in the specifications
are intended to aid in locating and recognizing various requirements of the specifications.
Titles do not define, limit, or otherwise restrict specification text.
D. Capitalizing words in the text does not mean that these words convey special or unique
meanings or have precedence over other parts of the Contract Documents. Specification
text governs over titling and it is understood that the specification is to be interpreted as a
whole.
Drawings and specifications do not indicate or describe all of the work required to complete
the project. Additional details required for the correct installation of selected products are
to be provided by the Contractor and coordinated with the Engineer. Provide any work,
materials or equipment required for a complete and functional system even if they are not
detailed or specified.
1.04 INTERPRETATIONS OF DOCUMENTS
A. Comply with the most stringent requirements where compliance with two (2) or more
standards is specified, and they establish different or conflicting requirements for minimum
quantities or quality levels, unless Contract Documents indicate otherwise.
Quantity or quality level shown or indicated shall be minimum to be provided or
performed in every instance.
2. Actual installation may comply exactly with minimum quality indicated, or it may exceed
that minimum within reasonable limits.
3. In complying with these requirements, indicated numeric values are minimum or
maximum values, as noted, or appropriate for context of requirements.
4. Refer instances of uncertainty to the Engineer for a decision before proceeding.
B. Provide materials and equipment comparable in quality to similar materials and equipment
incorporated in the project or as required to meet the minimum requirements of the
application if the materials and equipment are shown in the drawings but are not included
in the specifications.
1.05 REFERENCE STANDARDS
A. Comply with applicable construction industry standards as if bound or copied directly into
the Contract Documents regardless of lack of reference in the Contract Documents. Apply
provisions of the Contract Documents where Contract Documents include more stringent
requirements than the referenced standards.
1. Standards referenced directly in the Contract Documents take precedence over
standards that are not referenced but recognized in the construction industry as
applicable.
Definitions and Terminology 0100 50 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
2. Comply with standards not referenced but recognized in the construction industry as
applicable for performance of the work except as otherwise limited by the Contract
Documents. The Engineer determines whether code or standard is applicable, or which
of several are applicable.
B. Consider a referenced standard to be the latest edition with supplements or amendments
when a standard is referred to in an individual specification section but is not listed by title
and date.
C. Trade association names and title of general standards are frequently abbreviated.
Acronyms or abbreviations used in the Contract Documents mean the recognized name of
trade association, standards generating organization, authority having jurisdiction, or other
entity applicable in the context of the Contract Documents. Refer to "Encyclopedia of
Associations," published by Gale Research Company.
D. Make copies of reference standards available as requested by Engineer or Owner.
1.06 SUBSTITUTIONS AND EQUAL PRODUCTS
Provide materials and equipment manufactured by the entities specifically listed in each
technical specification section. Submit a Contractor's Modification Request per Section 0133
00, SUBMITTAL PROCEDURES for substitution of materials and equipment of manufacturers not
specifically listed or for materials and equipment that does not strictly comply with the Contract
Documents.
END OF SECTION
Definitions and Terminology 0100 50 - 4
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
01 11 00 SUMMARY OF WORK
1.00 GENERAL
1.01 WORK INCLUDED
A. Construct Work as described in the Contract Documents.
1. Provide the materials, equipment, and incidentals required to make the Project
completely and fully useable.
2. Provide the labor, equipment, tools, and consumable supplies required for a complete
Project.
3. Provide the civil, architectural, structural, mechanical, electrical, instrumentation and all
other Work required for a complete and operable Project.
4. Test and place the completed Project in operation.
5. Provide the special tools, spare parts, lubricants, supplies, or other materials as
indicated in Contract Documents for the operation and maintenance of the Project.
6. Install Owner provided products and place in operation.
7. The Contract Documents do not indicate or describe all of the Work required to
complete the Project. Additional details required for the correct installation of selected
products are to be provided by the Contractor and coordinated with the PCM.
1.02 JOB CONDITIONS
A. The General Conditions, the Supplementary Conditions, and General Requirements apply to
each Section of the Specifications.
B. Comply with all applicable state and local codes and regulations pertaining to the nature
and character of the Work being performed.
1.03 DESCRIPTION OF WORK
A. Work for the Pressure Zone Delineation is described in general, non -inclusive terms as:
1. Construction of a 12" water line and associated appurtenances along Indiana Avenue.
2. Installation of valves at strategic locations along the pressure zone border.
B. Work for the Milwaukee Avenue area is described in general, non -inclusive terms as:
1. Construction of a 20" water line and associated appurtenances along Milwaukee
Avenue.
2. Installation of fiber optic conduit along with 20" water Line installation.
3. Construction of 10" and 8" water lines and associated appurtenances along 1041h Street.
4. Construction of an 8" sewer line along 104th Street.
5. Making tie-ins as required to existing pipelines.
6. Construction of asphalt paving along 104th Street.
Summary of Work 01 11 00 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
7. Restoring the project area upon completion of the construction.
C. Work for the 871h Street EST site is described in general, non -inclusive terms as:
1. Construction of a 20" water line and associated appurtenances along 871h Street.
2. Making tie-ins as required to existing pipelines.
3. Restoring the project area upon completion of the construction.
1.04 WORK BY OWNER
A. The Owner plans to perform the following items of work which are not included in this
Contract, but may impact construction scheduling, testing, and startup.
1. Filling and draining activities for pipelines.
2. Contractor shall coordinate construction activities through the Engineer.
B. Completion of the Work described in this Contract may impact the construction and testing
of the items listed above.
1. Coordinate construction activities through the PCM.
2. Pay claims for damages which result from the late completion of the Project or any
specified Milestones.
C. Owner will provide normal operation and maintenance of the existing facilities during
construction, unless otherwise stated.
1.05 CONSTRUCTION OF UTILITIES
A. Utility companies or their contractors will provide new or enhanced utilities for this Project.
Coordinate with others performing Work associated with this Project.
B. Power and Electrical Services:
1. The Contractor shall provide permanent power connections for the Site through the
power utility unless indicated otherwise in the Contract Documents.
2. Pay for permits and for providing permanent power.
3. Coordinate and cooperate with others performing this Work.
4. Test conductors in accordance with Section 0140 00 "Quality Management" and
coordinate with the power utility to energize the system when ready.
5. Pay for temporary power, including but not limited to construction cost, meter
connection, fees and permits.
6. Contractor may use the permanent power source in lieu of temporary power source
when permanent power is available at the Site.
a. Notify PCM and Owner of intent to use the permanent power source.
b. Arrange with the power utility and pay the charges for connections and monthly
charges for use of this power.
7. Pay for the power consumed until the Project has been accepted as substantially
complete, unless noted otherwise.
Summary of Work 01 11 00 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
1.06 USE PRIOR TO FINAL COMPLETION
A. Owner has the right to use or operate any portion of the Project that is ready for use after
notifying the Contractor of its intent to do so.
B. Testing of equipment and appurtenances including specified test periods, training, and
startup does not constitute acceptance for operation.
C. Owner may accept the facility for continued use after startup and testing at the option of
the Owner. If acceptance is delayed at the option of the Owner, shut down facilities per
approved operation and maintenance procedures.
D. The execution of Bonds is understood to indicate the consent of the surety to these
provisions for use of the Project.
E. Provide an endorsement from the insurance carrier permitting use of the Project during the
remaining period of construction.
F. Conduct operations to insure the least inconvenience to the Owner and general public.
2.00 PRODUCTS
2.01 MATERIALS
A. Provide materials and products per the individual Sections of the Specifications.
3.00 EXECUTION (NOT USED)
END OF SECTION
Summary of Work 01 11 00 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
01 23 10 ALTERNATES AND ALLOWANCES
PART 1 - GENERAL
1.01 SUMMARY
A. Alternates:
1. This Section describes each alternate by number and describes the basic changes to be
incorporated into the Work when this alternate is made a part of the Work in the
Agreement.
2. The Drawings and Specifications will outline the extent of Work to be included in the
alternate Contract Price.
3. Coordinate related Work and modify surrounding Work as required to properly
integrate the Work under each alternate, and provide a complete and functional
Project as required by the Contract Documents.
4. Alternate Bids or Proposals may be accepted or rejected at the option of the Owner.
5. Owner may incorporate these alternates in the Contract when executed, or may issue
a Change Order to incorporate these alternates within 120 days of the opening of
Contractor's Bid or Proposal at the prices offered in the Contractor's Bid or Proposal,
unless noted otherwise. A Request for a Change Proposal may be issued after 120 days
or other designated time period to negotiate a new price for incorporating the Work
into the Project.
B. Allowances:
1. Include the specified allowance amounts in the Contract Price.
2. The amount of each allowance includes:
a. The cost of the product to the Contractor less any applicable trade discounts;
b. Delivery to the Site; and
c. Applicable taxes.
3. Include in the Contract Price all costs for:
a. Handling at the Site, including unloading, uncrating, and storage per
Section 01 31 00 "Project Management and Coordination."
b. Cost for labor and equipment for installation and finishing.
C. Cost for related products not specifically listed in the allowance required for
installation, including consumable supplies and materials.
d. All overhead, profit, and related costs.
4. Assist Owner in the selection of products.
a. Identify qualified Suppliers.
b. Obtain bids or proposals from qualified Suppliers.
Alternates and Allowances 01 23 10 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
C. Present available alternates to the Owner through the Construction Manager.
Notify Construction Manager of:
1) Any objections to a particular Supplier or product.
2) Effect on the construction schedule anticipated by the selection of each
option.
3) Cost of each option.
5. Upon selection of the product:
a. Purchase and install the product.
b. Contractor's responsibilities for products will be the same as for products
selected by the Contractor.
6. Submit a Change Proposal per Section 01 31 14 "Change Management" to adjust the
Contract Price if the net cost of the product is more or less than the specified amount.
a. Adjust the unit cost applied to the quantities installed per the method of payment
described in Section 0129 00 "Application for Payment Procedures" for products
specified as Unit Price Work.
b. Do not perform Work until selection of alternate has been approved by the
Owner.
C. Provide actual invoices for the materials.
1.02 DOCUMENTATION
A. Provide documents for materials furnished as part of each alternate in accordance with
Section 0133 00 "Submittal Procedures."
1.03 DESCRIPTION OF ALLOWANCES (NOT USED)
1.04 DESCRIPTION OF ALTERNATES (NOT USED)
PART 2 - PRODUCTS (NOT USED)
PART 3 - EXECUTION (NOT USED)
fa►UX91XIM41111IIQZ]
Alternates and Allowances 01 23 10 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
01 29 00 APPLICATION FOR PAYMENT PROCEDURES
1.00 GENERAL
1.01 WORK INCLUDED
A. Submit Applications for Payment for completed Work and for materials and equipment in
accordance with the General Conditions, the Supplementary Conditions, the Agreement,
and this Section. The Contract Price is to include costs for:
1. Providing the Work in accordance with the Contract Documents;
2. Installing Owner furnished equipment and materials;
3. Providing Work for Alternates and Allowances;
4. Commissioning, start-up, training and initial maintenance and operation;
5. Acceptance testing in manufacturer's facilities or on Site;
6. All home office overhead costs and expenses, including profit made directly or
indirectly for the Project;
7. Project management, Contract administration, field office, and field operations staff,
including supervision, clerical support, and technology system support;
8. Professional services including design fees, legal fees, and other professional services;
9. Bonds and insurance;
10. Permits, licenses, patent fees, and royalties;
11. Taxes;
12. Providing all documents and Samples required by the Contract Documents;
13. Facilities and equipment at the Site including:
a. Field offices, office furnishings, and all related office supplies, software, and
equipment,
b. Storage facilities for Contractor's use, storage facilities for stored materials and
equipment, including spare parts storage,
c. Shops, physical plant, construction equipment, small tools, vehicles, technology
and telecommunications equipment,
d. Safety equipment and facilities to provide safe access and working conditions for
workers and for others working at the Site,
e. Temporary facilities for power and communications,
f. Potable water and sanitation facilities, and
g. Mobilization and demobilization for all of these facilities and equipment;
14. Products, materials, and equipment stored at the Site or other suitable location;
15. Products, materials, and equipment permanently incorporated into the Project;
Application for Payment Procedures 01 29 00 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
16. Temporary facilities for managing water, including facilities for pumping, storage, and
treatment as required for construction and protection of the environment;
17. Temporary facilities for managing environment conditions and Constituents of
Concern;
18. Temporary facilities such as sheeting, shoring, bracing, formwork, embankments,
storage facilities, working areas, and other facilities required for construction of the
Project;
19. Temporary and permanent facilities for protection of all overhead, surface, or
underground structures or features;
20. Temporary and permanent facilities for removal, relocation, or replacement of any
overhead, surface, or underground structures or features;
21. Products, materials, and equipment consumed during the construction of the Project;
22. Contractor labor and supervision to complete the Project, including that provided
through Subcontractors or Suppliers;
23. Correcting Defective Work during the Contract Times, during the Correction Period, or
as required to meet any warranty provision of the Contract Documents;
24. Risk associated with weather and environmental conditions, start-up, and initial
operation of facilities including equipment, processes, and systems;
25. Contractor's safety programs, including management, administration, and training;
26. Maintenance of facilities, including equipment, processes, and systems until operation
is transferred to Owner;
27. Providing warranties, extended or special warranties, or extended service agreements;
28. Cleanup and disposal of any and all surplus materials; and
29. Demobilization of all physical, temporary facilities not incorporated into the Project.
B. Include the cost not specifically set forth as an individual payment item but required to
provide a complete and functional system in the Contract Price.
C. Provide written approval of the surety company providing Bonds for the Schedule of
Values, Application for Payment form, and method of payment prior to submitting the first
Application for Payment. Submit approval using the Consent of Surety Company to
Payment Procedures form provided. Payment will not be made without this approval.
D. PCM may withhold processing Applications for Payment if any of the following processes or
documentation are not up to date:
1. Progress Schedule per Section 0133 04 "Construction Progress Schedule."
2. Project photographs per Section 0133 05 "Video and Photographic Documentation."
3. Record Documents per Section 01 31 13 "Project Coordination."
4. Certified test reports for testing provided by Contractor per 0133 00 "Submittal
Procedures"
Application for Payment Procedures 01 29 00 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
1.02 SCHEDULE OF VALUES
A. Submit a detailed Schedule of Values for the Work at least 10 days prior to submitting the
first Application for Payment.
B. Submit the Schedule of Values in the form for Attachment A - Tabulation of Earned Value of
Original Contract Performed.
C. Do not submit an Application for Payment until the Schedule of Values has been approved
by the PCM/Engineer.
D. Use each unit price line item in the Agreement as a unit price line item in the Schedule of
Values.
Divide lump sum line items, including Subcontractor and Supplier amounts in the Schedule
of Values into smaller components to allow more accurate determination of the earned
value for each item.
1. Provide adequate detail to allow a more accurate determination of the earned value
expressed as a percentage of Work completed for each item.
2. Line items may not exceed $50,000.00, unless they are for products, materials, or
equipment permanently incorporated into the Project that cannot be subdivided into
units or subassemblies.
3. Lump sum items may be divided into an estimated number of units to determine
earned value.
The estimated number of units times the cost per unit must equal the lump sum
amount for that line item.
Contractor will receive payment for the lump sum for the line item, regardless of
the number of units installed, unless an adjustment is made by Change Order.
4. Include Contractor's overhead and profit in each line item in proportion to the value of
the line item to the Contract Price.
5. Include the cost not specifically set forth as an individual payment item but required to
provide a complete and functional system in the Contract Price for each item.
6. These line items may be used to establish the value of Work to be added or deleted
from the Project.
7. The sum of all values listed in the schedule must equal the total Contract Price.
Where a percentage of the line value is allowed for a specified stage of completion, show
the value for each stage of completion as a component of that line item cost.
1.03 SCHEDULE OF ANTICIPATED PAYMENTS AND EARNED VALUE
A. Submit a schedule of the anticipated Application for Payments showing the application
numbers, submission dates, and the anticipated amount to be requested. Incorporate
retainage into the development of this schedule of anticipated payments.
B. Submit a tabulation of the anticipated Total Earned Value of Fees, Work, and Materials to
create a graphic (curve) representation of the anticipated progress on the Project each
month. Adjust this table and curve to incorporate Modifications. Use this curve to
Application for Payment Procedures 01 29 00 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
compare actual progress on the Project each month by comparing the anticipated
cumulative Total Earned Value of Fees, Work, and Materials to the actual Total Earned
Value of Fees, Work, and Materials each month. Use the comparison of values to
determine performance on budget and schedule.
C. Update the Schedule of Payments as necessary to provide a reasonably accurate indication
of the funds required to make payments each month to the Contractor for Work
performed.
1.04 BASIS FOR PAYMENTS
A. Lump Sum Contracts:
1. Payment will be made for the earned value of Work completed during the payment
period expressed as a percentage of Work completed for each line item during the
payment period per the Contract Documents.
2. Payment amount is the value of Work completed per the Contract Documents
multiplied by the percentage of Work completed.
3. Payment for lump sum items divided into an estimated number of units to determine
earned value per Paragraph 1.02.E.3 will be made for the measured number of units.
4. Payment for stored materials and equipment will be made per Paragraph 1.05.
B. Unit Price Contracts:
1. Payment will be made for the actual quantity of Work completed during the payment
period and for materials and equipment stored during the payment period per the
Contract Documents.
a. Payment amount is the Work quantity measured per the Contract Documents
multiplied by the unit prices for that line item in the Agreement.
b. Payment for stored materials and equipment will be made per Paragraph 1.05.
2. Measure the Work described in the Agreement for payment. Payment will be made
only for the actual measured and/or computed length, area, solid contents, number,
and weight, unless other provisions are made in the Contract Documents. Payment on
a unit price basis will not be made for Work outside finished dimensions shown in the
Contract Documents. Include cost for waste, overages, and tolerances in the unit price
for that line item.
1.05 PAYMENT FOR STORED MATERIALS AND EQUIPMENT.
A. Store materials and equipment properly at the Site.
1. Payment will be made for the invoice amount less the specified retainage.
2. Payment for materials and equipment show in the Application for Payment on
Attachment A or Attachment B - Tabulation of Work on Approved Contract
Modifications will be made for the invoice amount, up to the value show in the
Schedule of Values for that line item. Costs for material and equipment in excess of
the value shown in the Schedule of Values may not be added to other line items.
Application for Payment Procedures 01 29 00 - 4
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
3. Payment will be made in full for the value shown in the line item for products and
materials if invoices for materials and equipment are less than the amount shown in
the line item and it can be demonstrated that no additional materials or equipment
are required to complete Work described in that item.
4. Provide invoices at the time materials are included on Attachment "D" - Tabulation of
Values for Materials and Equipment. Include invoice numbers on Attachment "D" so
that a comparison can be made between invoices and amounts included on
Attachment "D".
B. Provide a bill of sale, invoice, or other documentation warranting that Owner has received
the materials and equipment free and clear of Liens. Provide documentation of payment
for materials and equipment with the next Application for Payment. Adjust payment to the
amount actually paid if this differs from the invoice amount. Remove items from the
tabulation of materials and equipment if this documentation is not provided. Payment will
not be made for material and equipment without documentation of payment.
C. Provide evidence that the materials and equipment are covered by appropriate property
insurance or other arrangements to protect Owner's interest.
D. The Work covered by progress payments becomes the property of the Owner at the time of
payment. The Contractor's obligations with regard to proper care and maintenance,
insurance, and other requirements are not changed by this transfer of ownership until
accepted in accordance with the General Conditions.
E. Payment for materials and equipment does not constitute acceptance of the product.
1.06 ALTERNATES AND ALLOWANCES
A. Include amounts for specified Alternate Work in the Agreement in accordance with
SECTION 0123 10 Alternates and Allowances.
B. Include amounts for specified Allowances for Work in the Agreement in accordance with
SECTION 0123 10 Alternates and Allowances.
1.07 RETAINAGE AND SET -OFFS
A. Retainage will be withheld from each Application for Payment per item 42 of the General
Conditions.
1.08 PROCEDURES FOR SUBMITTING AN APPLICATION FOR PAYMENT
A. Submit a draft Application for Payment to the PCM each month per item 42 of the General
Conditions. Do not submit Applications for Payment more often than monthly. Review the
draft Application for Payment with the PCM to determine concurrence with:
1. The earned value for each lump sum item including the value of properly stored and
documented materials and equipment for each item in the original Contract.
2. The quantity of Work completed for each unit price item.
3. Values requested for materials and equipment consistent with invoices for materials
and equipment.
Application for Payment Procedures 01 29 00 - 5
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
B. Submit Applications for Payment monthly through the PCM after agreement has been
reached on the draft Application for Payment.
1. Number each application sequentially and include the dates for the application period.
2. Show the total amounts for earned value of original Contract performed, earned value
for Work on approved Contract Amendments and Change Orders, retainage, and set-
offs. Show total amounts that correspond to totals indicated on the attached
tabulation for each.
3. Include Attachment A to show the earned value on each line item in the Schedule of
Values for Work shown in the original Contract.
4. Include Attachment B to show the earned value on line item for approved Change
Orders. Add items to Attachment B as Change Orders are approved. Change Orders
must be approved before payment can be made on Change Order items.
5. Include Attachment C to document set -offs required per the Contract Documents.
Show each set-off as it is applied. Show a corresponding line item to reduce the Set
off amount if a payment held by a set-off is released for payment.
6. Include Attachment D to allow tracking of invoices used to support amounts requested
as materials in Attachments A and B. Enter materials to show the amount of the
invoice assigned to each item in Attachment A or B if an invoice includes materials
used on several line items.
7. Complete the certification stating that all Work, including materials and equipment,
covered by this Application for Payment have been completed or delivered and stored
in accordance with the Contract Documents, that all amounts have been paid for
Work, materials, and equipment for which previous payments have been made by the
Owner, and that the current payment amount shown in this Application for Payment is
now due.
C. Submit attachments in Portable Document Format (PDF):
1. Generate attachments to the Application for Payment using the Excel spreadsheet
provided.
2. Submit PDF documents with adequate resolution to allow documents to be printed in
a format equivalent to the document original. Documents are to be scalable to allow
printing on standard 8-1/2 x 11 or 11 x 17 paper.
1.09 RESPONSIBILITY OF PCM
A. PCM will review draft Application for Payment with Contractor to reach an agreement on
the values that will be recommended for payment by the PCM.
B. PCM will review Application for Payment submitted by Contractor to determine that the
Application for Payment has been properly submitted and is in accordance with the agreed
to draft Application for Payment.
C. PCM is to either recommend payment of the Application for Payment to Owner or notify
the Contractor of the OPT's reasons for not recommending payment. Contractor may make
necessary corrections and resubmit the Application for Payment if it is not recommended
within 10 days after receipt of the notice. PCM will review resubmitted Application for
Application for Payment Procedures 01 29 00 - 6
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
Payment and reject or recommend payment of the Application for Payment to Owner as
appropriate.
D. PCM's recommendation of the Application for Payment constitutes a representation by
OPT that based on their experience and the information available:
1. The Work has progressed to the point indicated;
2. The quality of the Work is generally in accordance with the Contract Documents; and
3. Requirements prerequisite to payment have been met.
E. This representation is subject to:
1. Further evaluation of the Work as a functioning whole;
2. The results of subsequent tests called for in the Contract Documents; or
3. Any other qualifications stated in the recommendation.
F. OPT does not represent by recommending payment:
1. Inspections made to check the quality or the quantity of the Work as it has been
performed have been exhaustive, extended to every aspect of the Work in progress, or
involved detailed inspections of the Work; or
2. Other matters or issues between the parties that might entitle Contractor to additional
compensation or entitle Owner to withhold payment to Contractor may or may not
exist.
G. Neither OPT's review of Contractor's Work for the purposes of recommending payments
nor PCM's recommendation of payment imposes responsibility on OPT:
1. To supervise, direct, or control the Work;
2. For the means, methods, techniques, sequences, or procedures of construction, or
safety precautions and programs;
3. For Contractor's failure to comply with Laws and Regulations applicable to
Contractor's performance of the Work;
4. To make examinations to ascertain how or for what purposes Contractor has used the
monies paid on account of the Contract Price; or
5. To determine that title to the Work, materials, or equipment has passed to Owner free
and clear of Liens.
1.10 FINAL APPLICATION FOR PAYMENT
A. Include adjustments to the Contract Price in the final Application for Payment for:
1. Approved Change Orders and Contract Amendments,
2. Allowances not previously adjusted by Change Order,
3. Deductions for Defective Work that has been accepted by the Owner,
4. Penalties and bonuses,
5. Deductions for liquidated damages,
Application for Payment Procedures 01 29 00 - 7
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
6. Deduction for all final set -offs, and
7. Other adjustments if needed.
B. PCM will prepare a final Change Order reflecting the approved adjustments to the Contract
Price which have not been covered by previously approved Change Orders and if necessary
reconcile estimate unit price quantities with actual quantities.
C. Submit the final Application for Payment per the General Conditions, including the final
Change Order. Provide the following with the Final Application for Payment:
1. Evidence of payment or release of liens on the forms provided and as required by the
General Conditions.
2. Consent from Surety to Final Payment.
1.11 PAYMENT BY OWNER
A. Owner is to pay the amount recommended for monthly payments within 30 days after
receipt of the PCM's recommended Application for Payment.
2.00 PRODUCTS (NOT USED)
3.00 EXECUTION (NOT USED)
fa►UxelS1011119[Q 0II
Application for Payment Procedures 01 29 00 - 8
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
01 29 01 MEASUREMENT AND BASIS FOR PAYMENT
1.00 GENERAL
1.01 Payment for Materials and Equipment
A. Payment will be made for materials and equipment materials properly stored and
successfully incorporated into the Project less the specified retainage.
B. Provide a bill of sale, invoice, or other documentation warranting that Owner has received
the materials and equipment free and clear of Liens. Provide documentation of payment for
materials and equipment with the next Application for Payment. Remove items from the
tabulation of materials and equipment if this documentation is not provided with the next
Application for Payment.
C. Provide evidence that the materials and equipment are covered by appropriate property
insurance or other arrangements to protect Owner's interest.
D. The Work covered by progress payments becomes the property of the Owner at the time of
payment. The Contractor's obligations with regard to proper care and maintenance,
insurance, and other requirements are not changed by this transfer of ownership until final
acceptance in accordance with the General Conditions.
E. Payment for materials and equipment does not constitute acceptance of the product.
1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS
A. Include all cost for completing the Work in accordance with the Contract Documents for
lump sum payment items. Include all direct cost for the Work associated with that lump
sum item and a proportionate amount for the indirect costs as described in Section 0129 00
"Application for Payment Procedures" for each lump sum item. Include cost not specifically
set forth as an individual payment item but required to provide a complete and functional
system in the lump sum price.
B. Measurement for progress payments will be made on the basis of the earned value for each
item shown as a percentage of the cost for the lump sum item as described in Section 0129
00 "Application For Payment Procedures." Payment at Final Completion will be equal to the
total lump sum amount for that item.
1.03 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS
A. Include all cost for completing the Work in accordance with the Contract Documents in unit
price payment items. Include all direct cost for the Work associated with that unit price
item and a proportionate amount for the indirect costs as described in Section 0129 00
"Application for Payment Procedures" for each unit price item. Include cost not specifically
set forth as an individual payment item but required to provide a complete and functional
system in the unit price.
B. Measurement for payments will be made only for the actual measured and/or computed
length, area, solid contents, number, and weight, unless other provisions are made in the
Contract Documents. Payment on a unit price basis will not be made for Work outside
finished dimensions shown in the Contract Documents. Include cost for waste, overages,
and tolerances in the unit price for that line item. Measurement will be as indicated for
each unit price item.
Measurement and Basis for Payment 01 29 01- 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE OFFER ITEMS
A. Offer Item 1 - Mobilization:
1. Include the following costs in this offer item:
a. Bonds and insurance;
b. Transportation and setup for equipment;
c. Transportation and/or erection of all field offices, sheds, and storage facilities;
d. Salaries for preparation of documents required before the first Application for
Payment;
e. Salaries for field personnel assigned to the Project related to the mobilization of the
Project; and
f. Mobilization may not exceed 5 percent of The Base Bid Price.
2. Measuring for payment is on a lump sum basis. This item includes all mobilization and
demobilization for the entire project and across all areas of the City where work is
planned to take place. Payment for mobilization will be based on the earned value of
Work completed.
1.05 PAYMENT PROCEDURES
A. Submit Applications for Payment per the procedures indicated in Section 0133 00
"Submittal Procedures." Submit a Schedule of Values in the Application for Payment format
to be used.
B. Applications for Payment may be submitted on a pre-printed form as provided or may be
generated by computer. Computer generated payment requests must have the same
format and information indicated in the pre-printed form and be approved by the Designer.
1. Indicate the total contract amount and the Work completed to date on the Tabulation
of Values for Original Contract Performed (Attachment "A.").
2. Include only approved Change Order items in the Tabulation of Extra Work on Approved
Change Orders (Attachment "B.").
3. List all materials on hand that are presented for payment on the Tabulation of Materials
on Hand (Attachment "C.") Once an item has been entered on the tabulation it is not to
be removed.
4. Include the Project Summary Report (Attachment "D") with each Application for
Payment. Data included in the Project Summary Report are to be taken from the other
tabulations. Include a completed summary as indicated in with each Applications for
Payment submitted.
a. Number each application sequentially and indicate the payment period. Revised
Applications for Payment will be resubmitted as A, B, C and so forth to note changes
in content.
b. Show the total amounts for value of original Contract performed, extra Work on
approved Change Orders, and materials on hand on the Project Summary Report.
Show total amounts that correspond to totals indicated on the attached tabulation
for each.
Measurement and Basis for Payment 01 29 01- 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
c. Note the number of pages in tabulations in the blank space on the Project Summary
Report to allow a determination that all sheets have been submitted.
d. Execute Contractor's certification by the Contractor's agent of authority and
notarize for each Application for Payment.
5. Do not alter the schedule of values and the form for the submission of requests without
the written approval of the Designer once these have been approved by the Designer.
6. Final payment requires additional procedures and documentation per Section 0170 00
"Execution and Closeout Requirements."
C. Progress payments shall be made as the Work progresses on a monthly basis.
1. End the payment period on the day indicated in the Agreement and submit an
Application for Payment for Work completed and materials received since the end of
the last payment period.
At the end of the payment period, submit a draft copy of the Application for Payment
for that month to the Designer. Agreement is to be reached on:
a. The percentage of Work completed for each lump sum item.
b. The quantity of Work completed for each unit price item.
c. The percentage of Work completed for each approved Change Order item.
d. The amount of materials -on -hand.
3. On the basis of these agreements the Contractor is to prepare a final copy of the
Application for Payment and submit it to the Designer for approval.
4. The Engineer will review the Application for Payment and if appropriate will recommend
payment of the application to the Owner.
D. Provide a revised and up-to-date Progress Schedule per Section 0133 04 "Construction
Progress Schedules" with each Application for Payment.
E. Provide project photographs per Section 0133 05 "Video and Photographic Documentation"
with final Application for Payment.
1.06 ALTERNATES AND ALLOWANCES
A. Include amounts for specified Alternate Work in the Agreement in accordance with Section
0123 10 "Alternates and Allowances."
B. Include amounts for specified Allowances for Work in the Agreement in accordance with
Section 0123 10 "Alternates and Allowances."
1.07 MEASUREMENT PROCEDURES
A. Measure the Work described in the Agreement for payment. Payment will be made only for
the actual measured and/or computed length, area, solid contents, number and weight,
unless otherwise specifically provided. No extra or customary measurements of any kind
will be allowed. The lump sum pay items for the elevated storage tanks shall include all
Work associated with the Project except as listed in the other pay items.
Measurement and Basis for Payment 01 29 01- 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
B. Description of Work
1. Bid Item 2, 17 — 10" Water Line, AWWA C-900 DR-18: Measurement and payment for
pipe of each pipe material shall be per linear foot of actual horizontal length from center
of fitting to center or end of pipe without any deduction for the length of intermediate
fittings, specials or valves. Payment made at a unit price bid shall include: furnishing,
hauling, and laying of pipe, fittings, flexible joints, joint bonds, special coatings (where
indicated), closure sections and tie-ins, welding joints, mechanical thrust restraint,
concrete thrust blocking, shoring, dewatering, and pumping where necessary, trench
excavation, backfilling, embedment material, pipeline and appurtenance markers,
clearing and grubbing, permanent grading, replacement of topsoil, diversion dikes,
terracing, protecting or replacing or temporarily relocating existing structures or
utilities, testing, disposal of surplus materials, cleaning up and maintenance, sign
replacement, surveying and replacement of monuments, dust control, removal of mud
from roadways, erosion and sedimentation control, test plugs and temporary piping,
replacement of sidewalks, pipeline markers and post, replacement of drainage
structures, temporary fencing and gates, temporary relocations of power poles,
mailboxes, street lights, fire hydrants, flowable fill for depths of cover over 15 feet; and
any incidental work and materials not otherwise indicated in other pay items, all in strict
accordance with the Plans and Specifications.
2. Bid Item 3, 18, 42 — 6" Water Line, AWWA C-900 DR-18: Measurement and payment for
pipe of each pipe material shall be per linear foot of actual horizontal length from center
of fitting to center or end of pipe without any deduction for the length of intermediate
fittings, specials or valves. Payment made at a unit price bid shall include: furnishing,
hauling, and laying of pipe, fittings, flexible joints, joint bonds, special coatings (where
indicated), closure sections and tie-ins, welding joints, mechanical thrust restraint,
concrete thrust blocking, shoring, dewatering, and pumping where necessary, trench
excavation, backfilling, embedment material, pipeline and appurtenance markers,
clearing and grubbing, permanent grading, replacement of topsoil, diversion dikes,
terracing, protecting or replacing or temporarily relocating existing structures or
utilities, testing, disposal of surplus materials, cleaning up and maintenance, sign
replacement, surveying and replacement of monuments, dust control, removal of mud
from roadways, erosion and sedimentation control, test plugs and temporary piping,
replacement of sidewalks, pipeline markers and post, replacement of drainage
structures, temporary fencing and gates, temporary relocations of power poles,
mailboxes, street lights, fire hydrants, flowable fill for depths of cover over 15 feet; and
any incidental work and materials not otherwise indicated in other pay items, all in strict
accordance with the Plans and Specifications.
3. Bid Item 3 — Fire Hydrant Assembly — Fire hydrants shall be measured per each
completely installed in place. Payment will be made at the unit price per each hydrant
which includes the hydrant, the line from the main to the hydrant, the hydrant isolation
valve, and any and all fittings, blocking, embedment and excavation, and labor for
working installation.
4. Bid Item 5, 27-30, 35, 50-54, 69-72 —Connection to Existing Water Lines of Various
Diameters: Payment for piping and appurtenances shall also include supplying all labor,
equipment, and materials for connecting to the existing water line including, but not
Measurement and Basis for Payment 01 29 01- 4
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
limited to pipe, valves, insert -a valve, fittings, tapping sleeve and valve, thrust restraint
and blocking, embedment, backfilling, a dish head plug, and all other items required.
Bid Item 6 — 8" Sewer Line: Measurement for 8" Sanitary Sewer shall be per linear foot
installed, complete and in place, for sanitary sewer lines at the nominal diameter and
SDR and DR listed in the Proposal and shown in the Drawings measured horizontally
from center of fitting to center of fitting or end of pipe without any deduction for length
of intermediate specials or fittings. No additional payment will be made for vertical
lengths of pipe. Payment shall be made at the unit price bid per linear foot installed,
complete and in place, and shall be full compensation for supplying all labor, equipment
and materials including, but not limited to furnishing, hauling, and laying of pipe and
fittings, trench excavation, shoring and pumping when necessary, backfilling of trench,
connections (wet or dry) to existing sewer lines, and any incidental work and materials
required for a complete installation. 4" Sanitary Sewer service and connection to
existing 4" sewer service line shown on the drawings to be included in the unit cost of
this bid item.
Bid Item 7 — 5' Diameter Drop SSMH: complete and in place, shall be measured per each
manhole from the top of the rim to the invert elevation at the middle of manhole and
paid for at the contract unit price in the Proposal. The work shall include all labor,
materials and equipment to provide a new manhole, including: watertight manhole,
grout, reinforced concrete foundation, pipe connections, frame and cover, pipeline
marker, testing and inspection, excavation, backfill, restoration, cleaning and all other
incidentals necessary to complete the manholes as indicated.
Bid Item 8 — 4' Diameter SSMH: complete and in place, shall be measured per each
manhole from the top of the rim to the invert elevation at the middle of manhole and
paid for at the contract unit price in the Proposal. The work shall include all labor,
materials and equipment to provide a new manhole, including: watertight manhole,
grout, reinforced concrete foundation, pipe connections, frame and cover, pipeline
marker, testing and inspection, excavation, backfill, restoration, cleaning and all other
incidentals necessary to complete the manholes as indicated.
8. Bid Item 9 — 104t" Street Paving; Earthwork: Payment shall be on a lump sum basis and
include any necessary equipment and hauling required to complete the work. Payment
shall include the necessary excavation, placement, compaction, and grading for the
asphalt road, the road embankment, and drainage ditch. Payment for this item will be
assessed after the complete installation of the asphalt paving and completion of the
drainage ditch.
9. Bid Item 10 — 2" Type C HMAC Pavement on 6" Flexible Base: Payment shall be at the
unit bid price per square yard for the 2" HMAC paving installed at the locations, width
and/or length specified on the contract drawings. Unit price to include any and all
subgrade preparation specified. Unit price shall also include placement of millings as
specified in the drawings.
10. Bid Item 11, 32 — Concrete Curb and Gutter: Payment shall be at the unit bid price on a
linear foot basis. Payment shall include any necessary equipment to install the curb and
gutter. Payment shall include material, reinforcement, formwork, and any additional
subgrade prep needed.
Measurement and Basis for Payment 01 29 01- 5
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
11. Bid Item 12 — Concrete Sidewalk: Payment shall be at the unit bid price per square yard.
Payment shall include any necessary equipment to install the curb and gutter. Payment
shall include material, reinforcement, formwork, and any additional subgrade prep
needed.
12. Bid Item 13, 33, 38, 57, 81— Trench Safety: Measurement for Trench Safety shall be per
linear foot for a trench depth of five (5) feet or greater. Trench safety includes any pipe
installed, and any location where required not specified therein. Payment shall be full
compensation for trench safety as outlined in the Contract Documents.
13. Bid Item 14, 34 — 20" Water Line: Measurement and payment for pipe of each pipe
material shall be per linear foot of actual horizontal length from center of fitting to
center or end of pipe without any deduction for the length of intermediate fittings,
specials or valves. Payment made at a unit price bid shall include: furnishing, hauling,
and laying of pipe, fittings, flexible joints, joint bonds, special coatings (where indicated),
closure sections and tie-ins, welding joints, mechanical thrust restraint, concrete thrust
blocking, shoring, dewatering, and pumping where necessary, trench excavation,
backfilling, embedment material, pipeline and appurtenance markers, clearing and
grubbing, permanent grading, replacement of topsoil, diversion dikes, terracing,
protecting or replacing or temporarily relocating existing structures or utilities, removal
of existing 12" pipe along Milwaukee Ave., testing, disposal of surplus materials,
cleaning up and maintenance, sign replacement, surveying and replacement of
monuments, dust control, removal of mud from roadways, erosion and sedimentation
control, test plugs and temporary piping, replacement of sidewalks, pipeline markers
and post, replacement of drainage structures, temporary fencing and gates, temporary
relocations of power poles, mailboxes, street lights, fire hydrants, flowable fill for depths
of cover over 15 feet; and any incidental work and materials not otherwise indicated in
other pay items, all in strict accordance with the Plans and Specifications.
14. Bid Item 15 — 48" Casing Pipe, Other than Open Cut: Measurement and payment for this
item will be made at the unit price bid per linear foot of tunnel for the particular
location in accordance with the details shown on the plans. Payment for the carrier
pipe inside the casing including heavy wall or additional strength pipe (steel pipe) will be
included in the price bid for main line pipe. Payment for tunnels shall include all costs of
bulkheads, guardrails, casing, spacers, tunneling, access pits, exterior grouting, interior
grouting, sealing ends of casing, pipe rails, and all other items for crossing as shown on
the plans and required for installation, except the carrier pipe.
15. Bid Item 16, 41, 58 —12" Water Line, AWWA C-900 DR-18: Measurement and payment
for pipe of each pipe material shall be per linear foot of actual horizontal length from
center of fitting to center or end of pipe without any deduction for the length of
intermediate fittings, specials or valves. Payment made at a unit price bid shall include:
furnishing, hauling, and laying of pipe, fittings, flexible joints, joint bonds, special
coatings (where indicated), closure sections and tie-ins, welding joints, mechanical
thrust restraint, concrete thrust blocking, shoring, dewatering, and pumping where
necessary, trench excavation, backfilling, embedment material, pipeline and
appurtenance markers, clearing and grubbing, permanent grading, replacement of
topsoil, diversion dikes, terracing, protecting or replacing or temporarily relocating
existing structures or utilities, testing, disposal of surplus materials, cleaning up and
maintenance, sign replacement, surveying and replacement of monuments, dust
Measurement and Basis for Payment 01 29 01- 6
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
control, removal of mud from roadways, erosion and sedimentation control, test plugs
and temporary piping, replacement of sidewalks, pipeline markers and post,
replacement of drainage structures, temporary fencing and gates, temporary
relocations of power poles, mailboxes, street lights, fire hydrants, flowable fill for depths
of cover over 15 feet; and any incidental work and materials not otherwise indicated in
other pay items, all in strict accordance with the Plans and Specifications.
16. Bid Item 19 — 24" Storm Drain Pipe, RCP - Includes the complete installation of the 24"
RCP Storm Drain. Payment made at unit price bid and shall be measured in linear feet by
station. Item includes materials, labor, equipment, and incidentals for complete
installation of the CMP Culvert as indicated in the Contract. Price shall include flowable
fill embedment and all excavation and backfill to completely install.
17. Bid Item 20 — Fiber Optic Conduit: Payment made at the unit price bid shall include
furnishing, hauling and laying of conduit shown on the plans, fittings, all adapters,
trench excavation, and backfilling, including embedment material as specified,
replacement of top soil, protecting or replacing existing structures or utilities, testing,
disposal of surplus materials, cleaning up and maintenance, any incidental work and
materials not otherwise provided for these specifications, all in strict accordance with
the plans and specifications.
Payment for conduit shall also include any and all extra precautions or construction
requirements necessary to adequately protect and support existing utilities.
Payment for the conduit and appurtenances shall include all costs required to have
utility companies repair any damage inflicted to their lines by the Contractor and
any cleanup, property damages, fines, etc. resulting from damage inflicted to any
utility line by the Contractor.
b. Payment shall include the cost for any and all required Fiber Optic Ground Pull
Boxes. The price shall include the box, excavation and backfill around the box, and
any other related appurtenances.
18. Bid Item 21, 36, 44, 60-62 — Butterfly Valves at Various Sizes: Payment made at the unit
price bid shall include furnishing, hauling, joint restraints, valves, extension stems, valve
covers, fittings as shown on the drawings, trench excavation, and backfilling, including
embedment material as specified, flowable fill, and replacement of top soil undisturbed
topsoil scenarios.
19. Bid Items 22-24, 45-48, 63-64 — Gate Valves at Various Sizes: Payment made at the unit
price bid shall include furnishing, hauling, joint restraints, valves, extension stems, valve
covers, fittings as shown on the drawings, trench excavation, and backfilling, including
embedment material as specified, flowable fill, and replacement of top soil undisturbed
topsoil scenarios.
20. Bid Item 25, 26 — Blow Offs and Air Valve Assemblies: Measurement and payment for Air
Valves, and Blowoffs, shall be per each at the price bid for the various sizes and types of
air valves and blowoffs. Separate pay items are not included for various types of vault
lids or various vault diameters, and these costs shall be included in the items provided.
Payment shall include all costs for air valves, piping, flanged outlets, valves, fittings,
vaults, lids, crushed gravel, concrete, structural backfill, 16-inch manways, vent piping,
painting, and all other accessories as indicated.
Measurement and Basis for Payment 01 29 01- 7
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
21. Bid Item 31, 55, 74 — Reinforced Concrete Pavement Repair: Payment shall be at the unit
bid price per square yard for the 8" reinforced concrete paving installed at the locations,
width and/or length specified on the contract drawings. Payment shall include the cost
of all expansion and construction joints to tie to existing pavement. Payment shall also
include the cost of any curb, gutter, or toe wall repair/ replacement as required. Unit
price to include any and all subgrade preparation specified.
22. Bid Item 37, 56, 75 — Asphalt Pavement Repair: Measurement and payment for the
asphalt pavement replacement shall be per Square Yard at the unit price bid.
Measurement will be made per SY replaced as shown in plans and shall include all
required surveying. Payment shall include all costs for subgrade compaction, flexbase,
HMAC surface, and striping to match existing striping and all other work necessary to
meet the plan and specification requirements for Asphalt Pavement Repair.
23. Bid Item 39 — 24" Water Line: Measurement and payment for pipe of each pipe
material shall be per linear foot of actual horizontal length from center of fitting to
center or end of pipe without any deduction for the length of intermediate fittings,
specials or valves. Payment made at a unit price bid shall include: furnishing, hauling,
and laying of pipe, fittings, flexible joints, joint bonds, special coatings (where indicated),
closure sections and tie-ins, welding joints, mechanical thrust restraint, concrete thrust
blocking, shoring, dewatering, and pumping where necessary, trench excavation,
backfilling, embedment material, pipeline and appurtenance markers, clearing and
grubbing, permanent grading, replacement of topsoil, diversion dikes, terracing,
protecting or replacing or temporarily relocating existing structures or utilities, removal
of existing 12" pipe along Milwaukee Ave., testing, disposal of surplus materials,
cleaning up and maintenance, sign replacement, surveying and replacement of
monuments, dust control, removal of mud from roadways, erosion and sedimentation
control, test plugs and temporary piping, replacement of sidewalks, pipeline markers
and post, replacement of drainage structures, temporary fencing and gates, temporary
relocations of power poles, mailboxes, street lights, fire hydrants, flowable fill for depths
of cover over 15 feet; and any incidental work and materials not otherwise indicated in
other pay items, all in strict accordance with the Plans and Specifications.
24. Bid Item 40 —16" Water Line: Measurement and payment for pipe of each pipe
material shall be per linear foot of actual horizontal length from center of fitting to
center or end of pipe without any deduction for the length of intermediate fittings,
specials or valves. Payment made at a unit price bid shall include: furnishing, hauling,
and laying of pipe, fittings, flexible joints, joint bonds, special coatings (where indicated),
closure sections and tie-ins, welding joints, mechanical thrust restraint, concrete thrust
blocking, shoring, dewatering, and pumping where necessary, trench excavation,
backfilling, embedment material, pipeline and appurtenance markers, clearing and
grubbing, permanent grading, replacement of topsoil, diversion dikes, terracing,
protecting or replacing or temporarily relocating existing structures or utilities, removal
of existing 12" pipe along Milwaukee Ave., testing, disposal of surplus materials,
cleaning up and maintenance, sign replacement, surveying and replacement of
monuments, dust control, removal of mud from roadways, erosion and sedimentation
control, test plugs and temporary piping, replacement of sidewalks, pipeline markers
and post, replacement of drainage structures, temporary fencing and gates, temporary
relocations of power poles, mailboxes, street lights, fire hydrants, flowable fill for depths
Measurement and Basis for Payment 01 29 01- 8
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
of cover over 15 feet; and any incidental work and materials not otherwise indicated in
other pay items, all in strict accordance with the Plans and Specifications.
25. Bid Item 43 — 4" Water Line, AWWA C-900 DR-18: Measurement and payment for pipe
of each pipe material shall be per linear foot of actual horizontal length from center of
fitting to center or end of pipe without any deduction for the length of intermediate
fittings, specials or valves. Payment made at a unit price bid shall include: furnishing,
hauling, and laying of pipe, fittings, flexible joints, joint bonds, special coatings (where
indicated), closure sections and tie-ins, welding joints, mechanical thrust restraint,
concrete thrust blocking, shoring, dewatering, and pumping where necessary, trench
excavation, backfilling, embedment material, pipeline and appurtenance markers,
clearing and grubbing, permanent grading, replacement of topsoil, diversion dikes,
terracing, protecting or replacing or temporarily relocating existing structures or
utilities, testing, disposal of surplus materials, cleaning up and maintenance, sign
replacement, surveying and replacement of monuments, dust control, removal of mud
from roadways, erosion and sedimentation control, test plugs and temporary piping,
replacement of sidewalks, pipeline markers and post, replacement of drainage
structures, temporary fencing and gates, temporary relocations of power poles,
mailboxes, street lights, fire hydrants, flowable fill for depths of cover over 15 feet; and
any incidental work and materials not otherwise indicated in other pay items, all in strict
accordance with the Plans and Specifications.
26. Bid Items 49, 65-68 — Line Stops of Various Sizes: Payment made at the unit price bid
shall include furnishing, hauling, welding, joint restraints, valves, fittings, installation,
trench excavation, and backfilling, including embedment material as specified, flowable
fill, pavement repair and replacement of top soil undisturbed topsoil scenarios. Average
depth of line stops are unknown. Bid price includes excavation up to 8 feet in depth to
install valve. Anything over 8 feet in depth will result in extra compensation.
27. Bid Item 59 — 8" Water Line, AWWA C-900 DR-18: Measurement and payment for pipe
of each pipe material shall be per linear foot of actual horizontal length from center of
fitting to center or end of pipe without any deduction for the length of intermediate
fittings, specials or valves. Payment made at a unit price bid shall include: furnishing,
hauling, and laying of pipe, fittings, flexible joints, joint bonds, special coatings (where
indicated), closure sections and tie-ins, welding joints, mechanical thrust restraint,
concrete thrust blocking, shoring, dewatering, and pumping where necessary, trench
excavation, backfilling, embedment material, pipeline and appurtenance markers,
clearing and grubbing, permanent grading, replacement of topsoil, diversion dikes,
terracing, protecting or replacing or temporarily relocating existing structures or
utilities, testing, disposal of surplus materials, cleaning up and maintenance, sign
replacement, surveying and replacement of monuments, dust control, removal of mud
from roadways, erosion and sedimentation control, test plugs and temporary piping,
replacement of sidewalks, pipeline markers and post, replacement of drainage
structures, temporary fencing and gates, temporary relocations of power poles,
mailboxes, street lights, fire hydrants, flowable fill for depths of cover over 15 feet; and
any incidental work and materials not otherwise indicated in other pay items, all in strict
accordance with the Plans and Specifications.
28. Bid Item 73 — Existing 24" Butterfly Valve Removal: Payment made at the unit price bid
shall include furnishing, hauling, joint restraints, fittings as shown on the drawings,
Measurement and Basis for Payment 01 29 01- 9
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
trench excavation, flowable fill backfill, removal of existing structure, replacement of
top soil, and sidewalk repair.
29. Bid Item 76-80 — Traffic Control at Various Locations: Contractor shall prepare traffic
control plan signed and sealed by a licensed engineer for each are where work is to take
place. Approved traffic control plan must be obtained 4 weeks prior to work taking
place.
1.08 MEASUREMENT AND BASIS FOR PAYMENT FOR EXTRA WORK ITEMS
A. Item F-82 —Additional CLSM for Utility Protection.
1. Measurement will by the cubic yard based on hauled volumes and truck tickets.
2. Payment will be made at the unit price per cubic yard.
B. Item F-83 — Additional Coarse Gravel for Trench Foundation.
1. Measurement will by the cubic yard based on hauled volumes and truck tickets.
2. Payment will be made at the unit price per cubic yard.
C. Item F-84 — Additional Pipe Zone Embedment Material for Unstable Soils.
1. Measurement will by the cubic yard based on hauled volumes and truck tickets.
2. Payment will be made at the unit price per cubic yard.
D. Item F-85 —Additional Concrete Encasement
1. Measurement will by the lineal foot for each foot that concrete encasement is
extended beyond the stations indicated in the Contract Documents and as approved
by the Engineer/PCM.
2. Payment will be made at the unit price per lineal foot.
E. Item F-86—Additional Flowable Fill Encasement
1. Measurement will by the linear foot for each foot that flowable fill encasement is
extended beyond the stations indicated in the Contract Documents and as approved
by the PCM.
2. Payment will be made at the unit price per linear foot.
F. Item F-87 —Additional High Early Strength Flowable Fill
1. The price bid per cubic yard for this extra high early strength flowable fill not shown on
the Plans, shall be payment for furnishing and installing flowable fill where directed in
writing by the Owner. The quantity will be based on actual volume deposited in
accordance with delivery tickets from supplier.
G. Item F-88—Additional Sidewalk
1. Payment shall be at the unit bid price per square yard. Payment shall include any
necessary equipment to install the sidewalk. Payment shall include material,
reinforcement, formwork, and any additional subgrade prep needed.
H. Item F-89—Additional Curb and Gutter
Measurement and Basis for Payment 01 29 01 - 10
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
1. Measurement and payment for the concrete curb and gutter shall be made at the unit
price bid per linear foot, and shall include all materials and labor necessary to furnish
and install new concrete curb and gutter to the limits shown on the drawings. No
additional compensation will be paid for curb replacement required due to damage by
Contractors operations. For extra concrete curb and gutter, the Contractor is to use
The City of Lubbock Public Works Engineering Design Standards and Specifications,
Plate 36-10, latest edition.
Item F-90 —Additional 2,000 PSI Concrete
1. The price bid per cubic yard for this extra concrete not shown on the Plans, shall be
payment for furnishing and installing 2,000 psi concrete where directed in writing by
the Owner. The quantity will be based on actual volume deposited in accordance with
delivery tickets from concrete supplier.
2.00 PRODUCTS (NOT USED)
3.00 EXECUTION (NOT USED)
END OF SECTION
Measurement and Basis for Payment 01 29 01 - 11
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
013100 PROJECT MANAGEMENT AND COORDINATION
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish resources required to complete the Project with an acceptable standard of quality
within the Contract Times.
B. Construct Project in accordance with current safety practices.
C. Manage Site to allow access to Site and control construction operations.
D. Construct temporary facilities to provide and maintain control over environmental
conditions at the Site. Remove temporary facilities when no longer needed.
E. Provide temporary controls for pollutions, management of water and management of
excess earth as required in Section 0157 00 "Temporary Controls."
1.02 QUALITY ASSURANCE
A. Employ competent workmen, skilled in the occupation for which they are employed.
Provide Work meeting quality requirements of the Contract Documents.
B. Remove Defective Work from the Site immediately unless provisions have been made and
approved by the OPT to allow repair of the product at the Site. Clearly mark Work as
Defective until it is removed or allowable repairs have been completed.
1.03 DOCUMENT SUBMITTAL
A. Provide documents in accordance with Section 0133 00 "Submittal Procedures."
1. Provide copies of Supplier's printed storage instructions prior to furnishing materials
or products and installation instructions prior to beginning the installation.
2. Incorporate field notes, sketches, recordings, and computations made by the
Contractor in Record Drawings.
1.04 STANDARDS
A. Perform Work to comply with Laws and Regulations.
B. Provide materials and equipment that has National Science Foundation (NSF) 60/61
approval for use in potable water supply systems. Advise the PCM of any material
requirements in the Contract Documents that conflict with NSF 60/61 requirements.
1.05 PERMITS
A. Obtain building permits for the Project from the local authorities having jurisdiction. The
City will pay building permit fees.
B. Obtain environmental permits required for construction at the Site.
C. Provide required permits for transporting heavy or oversized loads.
D. Provide other permits required to conduct any part of the Work.
Project Management and Coordination 01 3100 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
E. Arrange for inspections and certification by agencies having jurisdiction over the Work.
F. Make arrangements with private utility companies and pay for fees associated with
obtaining services, or for inspection fees.
G. Retain copies of permits and licenses at the Site and observe and comply with all
regulations and conditions of the permit or license.
1.06 SAFETY REQUIREMENTS
A. Manage safety to protect the safety and welfare of persons at the Site.
B. Provide safe access to move through the Site. Provide protective devices to warn and
protect from hazards at the Site.
C. Provide safe access for those performing tests and inspections.
D. Comply with latest provisions of the Occupational Health and Safety Administration and
other Laws and Regulation.
E. Cooperate with accident investigations. Provide two copies of all reports, including
insurance company reports, prepared concerning accidents, injury, or death related to the
Project to the PCM as Record Data per Section 0133 03 "Record Data."
1.07 COORDINATION
A. Coordinate the efforts of various trades having interdependent responsibilities for Work.
B. Conceal ducts, pipes, wiring, and other non -finish items in finished areas, except as
otherwise shown. Coordinate locations of concealed items with finish elements. Install
access panel or doors where units requiring access for maintenance or operation are
concealed behind finished surfaces.
C. Coordinate the installation of items to be installed later, including:
1. Accepted alternates.
2. Products purchased using allowances.
3. Work by others.
4. Owner -supplied, Contractor -installed items.
D. Sequence, coordinate, and integrate the various elements of mechanical, electrical, and
other systems, materials, and equipment. Comply with the following requirements:
1. Coordinate mechanical and electrical systems, equipment, and materials installation
with other building components.
2. Verify all dimensions by field measurements.
3. Arrange for chases, slots, and openings in other building components during progress
of construction.
4. Coordinate the installation of required supporting devices, sleeves, embedded items,
and other structural components to be set in concrete before concrete is placed.
5. Install systems, materials, and equipment to provide the maximum headroom possible
where mounting heights are not detailed or dimensioned.
Project Management and Coordination 01 3100 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
6. Coordinate the connection of systems with exterior underground and overhead
utilities and services. Comply with the Laws and Regulations and requirements of
franchise service companies. Provide required connection for each service.
7. Install systems, materials, and equipment to conform with approved document data,
including coordination drawings, to the greatest extent possible. Conform to
arrangements indicated by the Contract Documents, recognizing that portions of the
Work are shown only in diagrammatic form. Adjust routing of piping, ductwork,
utilities, and location of equipment as needed to resolve spatial conflicts between the
various trades. Document changes in the indicated routings on the Record Drawings.
8. Install systems, materials, and equipment level and plumb, parallel and perpendicular
to other building systems and components.
9. Install systems, materials, and equipment to facilitate servicing, maintenance, and
repair or replacement of components.
10. Install systems, materials, and equipment giving right-of-way priority to systems
required to be installed at a specified slope.
1.08 ACCESS TO THE SITE
A. Maintain access to the facilities at all times. Do not obstruct roads, pedestrian walks, or
access to the various buildings, structures, stairways, or entrances. Provide safe access for
normal operations during construction.
B. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffolding, and
protective equipment in place until inspections have been completed. Construct additional
safe access if required for inspections.
C. Use roadways for construction traffic only with written approval of the appropriate
representatives of each entity. Roadways may not be approved for construction traffic.
Obtain written approval to use roads to deliver heavy or oversized loads to the Site.
Furnish copies of the written approvals to the Owner as Record Data per Section 0133 03
"Record Data."
1.09 CONTRACTOR'S USE OF SITE
A. Limit the use of Site for Work and storage to those areas designated on the Drawings or
approved by the PCM. Coordinate the use of the premises with the PCM.
B. Provide security at the Site as necessary to protect against vandalism and loss by theft.
C. Do not permit alcoholic beverages or illegal substances on the Site. Do not allow persons
under the influence of alcoholic beverages or illegal substances to enter or remain on the
Site at any time. Persons on Site under the influence of alcoholic beverages or illegal
substances will be permanently prohibited from returning to the Site. Criminal or civil
penalties may also apply.
D. Park construction equipment in designated areas only and provide spill control measures as
discussed in Section 01 S7 00 "Temporary Controls."
E. Park employees' vehicles in designated areas only.
Project Management and Coordination 01 3100 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
F. Obtain written permission of the Owner before entering privately -owned land outside of
the Owner's property, rights -of -way, or easements.
G. Do not allow the use of audio devices, obnoxious, vulgar or abusive language, or sexual
harassment in any form. These actions will cause immediate and permanent removal of
the offender from the premises. Criminal or civil penalties may apply.
H. Require Workers to wear clothing that is inoffensive and meets safety requirements. Do
not allow sleeveless shirts, shorts, exceedingly torn, ripped, or soiled clothing to be worn
on the Project.
Do not allow firearms or weapons of any sort to be brought on to the Site under any
conditions. No exception is to be made for persons with concealed handgun permits.
Remove any firearms or weapons and the person possessing these firearms or weapons
immediately from the Site.
1.10 PROTECTION OF EXISTING STRUCTURES AND UTILITIES
A. Examine the Site and review the available information concerning the Site. Locate utilities,
streets, driveways, fences, drainage structures, sidewalks, curbs, and gutters. Verify the
elevations of the structures adjacent to excavations. Report any discrepancies from
information in the Contract Documents to the PCM before beginning construction.
B. Determine if existing structures, poles, piping, or other utilities at excavations will require
relocation or replacement. Prepare a Plan of Action per Section 0135 00 "Special
Procedures." Coordinate Work with local utility company and others for the relocation or
replacement.
C. Protect buildings, utilities, street surfaces, driveways, sidewalks, curb and gutter, fences,
wells, drainage structures, piping, valves, manholes, electrical conduits, and other systems
or structures unless they are shown to be replaced or relocated on the Drawings. Restore
damaged items to the satisfaction of the OPT and utility owner.
D. Carefully support and protect all structures and/or utilities so that there will be no failure
or settlement where excavation or demolition endangers adjacent structures and utilities.
Do not take existing utilities out of service unless required by the Contract Documents or
approved by the PCM. Notify and cooperate with the utility owner if it is necessary to
move services, poles, guy wires, pipelines, or other obstructions.
Protect existing trees and landscaping at the Site.
1. Identify trees that may be removed during construction with OPT.
2. Mark trees to be removed with paint.
3. Protect trees to remain from damage by wrapping trunks with 2 x 4 timbers around
the perimeter, securely wired in place, where machinery must operate around existing
trees. Protect branches and limbs from damage by equipment.
4. Protect root zone from compaction.
F. Protect buildings from damage when handling material or equipment. Protect finished
surfaces, including floors, doors, and jambs. Remove doors and install temporary wood
protective coverings over jambs.
Project Management and Coordination 01 3100 - 4
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
1.11 DISRUPTION TO SERVICES / CONTINUED OPERATIONS
A. Existing facilities are to continue in service as usual during the construction unless noted
otherwise. Owner or utilities must be able to operate and maintain the facilities. Keep
disruptions to existing utilities, piping, process piping, or electrical services to a minimum.
1. Do not restrict access to critical valves, operators, or electrical panels.
2. Do not store material or products inside structures.
3. Limit operations to the minimum amount of space needed to complete the specified
Work.
4. Maintain storm sewers and sanitary sewers in service at all times. Provide temporary
service around the construction or otherwise construct the structure in a manner that
the flow is not restricted.
B. Provide a Plan of Action in accordance with Section 0135 00 "Special Procedures" if
facilities must be taken out of operation.
1.12 FIELD MEASUREMENTS
A. Perform complete field measurements prior to purchasing products or beginning
construction for products required to fit existing conditions.
B. Verify property lines, control lines, grades, and levels indicated on the Drawings.
C. Verify pipe class, equipment capacities, existing electrical systems, and power sources for
existing conditions.
D. Check Shop Drawings and indicate the actual dimensions available where products are to
be installed.
E. Include field measurements in Record Drawings as required in Section 01 31 13 "Project
Coordination."
1.13 REFERENCE DATA AND CONTROL POINTS
A. The OPT will provide the following control points:
1. Base line or grid reference points for horizontal control.
2. Benchmarks for vertical control.
B. Locate and protect control points prior to starting the Work and preserve permanent
reference points during construction. Designated control points may be on an existing
structure or monument. Do not change or relocate points without prior approval of the
PCM. Notify PCM when the reference point is lost, destroyed, or requires relocation.
Replace Project control points on the basis of the original survey.
C. Provide complete engineering layout of the Work needed for construction.
1. Provide competent personnel. Provide equipment including accurate surveying
instruments, stakes, platforms, tools, and materials.
Project Management and Coordination 01 3100 - 5
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
2. Provide surveying with accuracy meeting the requirements established for Category 5
Construction Surveying as established in the Manual of Practice of Land Surveying in
Texas published by the Texas Society of Professional Surveyors, latest revision.
3. Record Data and measurements per standards.
1.14 DELIVERY AND STORAGE
A. Deliver products and materials to the Site in time to prevent delays in construction.
B. Deliver packaged products to Site in original undamaged containers with identifying labels
attached. Open cartons as necessary to check for damage and to verify invoices. Reseal
cartons and store properly until used. Leave products in packages or other containers until
installed.
C. Deliver products that are too large to fit through openings to the Site in advance of the
time enclosing walls and roofs are erected. Set in place, raised above floor on cribs or
pallets.
D. Assume full responsibility for the protection and safekeeping of products stored at the Site.
E. Store products at locations acceptable to the PCM and to allow Owner access to maintain
and operate existing facilities
F. Store products in accordance with the Supplier's storage instructions immediately upon
delivery. Leave seals and labels intact. Arrange storage to allow access for maintenance of
stored items and for inspection. Store unpacked and loose products on shelves, in bins, or
in neat groups of like items.
G. Provide additional storage areas as needed for construction. Store products subject to
damage by elements in substantial weather -tight enclosures or storage sheds. Provide and
maintain storage sheds as required for the protection of products. Provide temperature,
humidity control, and ventilation within the ranges stated in the Supplier's instructions.
Remove storage facilities at the completion of the Project.
H. Protect the pipe interior. Keep all foreign materials such as dirt, debris, animals, or other
objects out of the pipe during the Work. Cap or plug ends of installed pipe in an approved
manner when pipe is not being installed. Clean or wash out pipe sections that become
contaminated before continuing with installation. Take precautions to prevent the pipe
from floating or moving out of the proper position during or after laying operations.
Immediately correct any pipe that moves from its correct position.
Provide adequate exterior storage for products that may be stored out-of-doors.
1. Provide substantial platforms, blocking, or skids to support materials and products
above ground which has been sloped to provide drainage. Protect products from
soiling or staining.
2. Cover products subject to discoloration or deterioration from exposure to the
elements, with impervious sheet materials. Provide ventilation to prevent
condensation below covering.
3. Store loose, granular materials on clean, solid surfaces, or on rigid sheet materials, to
prevent mixing with foreign matter.
Project Management and Coordination 01 3100 - 6
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
4. Provide surface drainage to prevent erosion and ponding of water.
5. Prevent mixing of refuse or chemically injurious materials or liquids with stored
materials.
6. Pipes and conduits stored outdoors are to have open ends sealed to prevent the
entrance of dirt, moisture, and other injurious materials. Protect PVC pipe from
ultraviolet light exposure.
7. Store light weight products to prevent wind damage.
Protect and maintain mechanical and electrical equipment in storage.
1. Provide Supplier's service instructions on the exterior of the package.
2. Service equipment on a regular basis as recommended by the Supplier. Maintain a log
of maintenance services. Submit the log as Record Data when Owner assumes
responsibility for maintenance and operation.
3. Provide power to and energize space heaters for all equipment for which these devices
are provided.
4. Provide temporary enclosures for all electrical equipment, including electrical systems
on mechanical devices. Provide and maintain heat in the enclosures until equipment is
energized.
K. Maintain storage facilities. Inspect stored products on a weekly basis and after periods of
severe weather to verify that:
1. Storage facilities continue to meet specified requirements;
2. Supplier's required environmental conditions are continually maintained; and
3. Products that can be damaged by exposure to the elements are not adversely
affected.
L. Replace any stored item damaged by inadequate protection or environmental controls.
M. Payment may be withheld for any products not properly stored.
1.15 TRANSFER OF SPARE PARTS
A. Develop a list of all spare parts and special equipment to be provided as part of this
Contract using the Spare Parts Inventory form provided. Submit to PCM in accordance with
Section 0133 02 "Shop Drawings." List spare parts by Specification Section and paragraph.
B. Provide spare parts as listed in the Specification Sections and those listed as recommended
spare parts in the final version of the Operations and Maintenance Manuals. In the event
of a conflict between the number of recommended spare parts, provide the greater
number required by either document.
C. Spare parts should be in new condition in original packaging with part numbers clearly
labeled as required by the Contract Documents. Damaged parts will not be accepted.
D. Parts that have not been properly stored will only be accepted if restored to "as new"
condition and packaged "as new" with part identification as required by the Contract
Documents and as determined by the PCM.
Project Management and Coordination 01 3100 - 7
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
E. Transfer all of the spare parts for each specified equipment package or system at the same
time. No partial transfer of spare parts will be accepted.
1. Provide notice to PCM that spare parts are ready to transfer to Owner.
2. Meet with the Owner at the designated time and location to inspect the parts and
inventory the items transferred. Open boxes or crates to count parts, compare to the
inventory form, and inspect for damage.
3. Note discrepancies in the number or recommended parts and inspect for damage.
Submit a Defective Work Notice to report any damaged or missing spare parts.
4. Owner will acknowledge receipt of spare parts.
Document the transfer of spare parts using the Transfer of Spare Parts form provided.
Transfer to the area designated by the Owner, or area constructed as part of the Project for
the storage of spare parts. This area is to be locked and under the control of the Owner.
G. Replace any spare parts that are removed from the spare parts inventory to make repairs
prior to Final Completion. Note the spare parts that are removed from inventory using the
Spare Parts Transfer form provided. Verify that inventory is complete as part of the
closeout process per Section 0170 00 "Execution and Closeout Requirements."
1.16 CLEANING DURING CONSTRUCTION
A. Provide positive methods to minimize raising dust from construction operations and
provide positive means to prevent air -borne dust from disbursing into the atmosphere.
Control dust and dirt from demolition, cutting, and patching operations.
B. Clean the Project as Work progresses and dispose of waste materials, keeping the Site free
from accumulations of waste or rubbish. Provide containers on Site for waste collection.
Do not allow waste materials or debris to blow around or off of the Site. Control dust from
waste materials. Transport waste materials with as few handlings as possible.
C. Comply with Laws and Regulations. Do not burn or bury waste materials. Remove waste
materials, rubbish and debris from the Site and legally dispose of these at public or private
disposal facilities.
1.17 MAINTENANCE OF ROADS, DRIVEWAYS, AND ACCESS
A. Maintain roads and streets in a manner that is suitable for safe operations of public
vehicles during all phases of construction unless the Owner approves a street closing. Do
not close public roads overnight.
B. Submit a Notification by Contractor for Owner's approval of a street closing. The request
shall state:
1. The reason for closing the street.
2. How long the street will remain closed.
3. Procedures to be taken to maintain the flow of traffic.
C. Construct temporary detours, including by-pass roads around construction, with
adequately clear width to maintain the free flow of traffic at all times. Maintain barricades,
signs, and safety features around the detour and excavations. Maintain barricades, signs,
Project Management and Coordination 01 3100 - 8
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
and safety features around the Work in accordance with all provisions of the latest edition
of the Manual on Uniform Traffic Control Devices (MUTCD).
D. Assume responsibility for any damage resulting from construction along roads or drives.
1.18 AREA ACCESS AND TRAFFIC CONTROL
A. Provide traffic control measures to assure a safe condition and to provide a minimum of
inconvenience to motorists and the public. Provide all-weather access to all residents and
businesses at all times during construction. Provide temporary driveways and/or roads of
approved material during wet weather. Maintain a stockpile of suitable material on the
Site to meet the demands of inclement weather.
B. Schedule operations to minimize adverse impact on the accessibility of adjoining
properties. Sequence construction to build driveways in half widths, construct temporary
ramps, or any other measure required to maintain access to adjoining properties.
C. Comply with the Owner's Uniform Barricading Standards and Practices. Copies of this
document are available through the Owner's Traffic Engineering Department. Secure
required permits from the Owner's Traffic Engineering Department.
1.19 OVERHEAD ELECTRICAL WIRES
A. Comply with OSHA safety requirements regarding construction equipment working
beneath overhead electrical wires. Prevent and pay for repairs for damage to existing
overhead electrical wires or facilities.
B. Provide for adequate safety with regard to overhead lines whether overhead lines are or
are not shown in the Contract Documents.
1.20 BLASTING
A. Blasting is not allowed for any purpose.
1.21 ARCHAEOLOGICAL REQUIREMENTS
A. Cease operations immediately and contact the Owner for instructions if historical or
archaeological artifacts are found during construction.
B. Conduct all construction activities to avoid adverse impact on the Sites where significant
historical or archaeological artifacts are found or identified as an area where other artifacts
could be found.
1. Obtain details for Working in these areas.
2. Maintain confidentiality regarding the Site.
3. Adhere to the requirements of the Texas Historical Commission.
4. Notify the PCM and the Texas Historical Commission.
C. Do not disturb archaeological sites.
1. Obtain the services of a qualified archaeological specialist to instruct construction
personnel on how to identify and protect archaeological finds on an emergency basis.
Project Management and Coordination 01 3100 - 9
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
2. Coordinate activities to permit archaeological work to take place within the area.
a. Attempt to archaeologically clear areas needed for construction as soon as
possible.
b. Provide a determination of priority for such areas.
D. Assume responsibility for any unauthorized destruction that might result to such Sites by
construction personnel, and pay all penalties assessed by the State or Federal agencies for
non-compliance with these requirements.
E. Contract Times will be modified to compensate for delays caused by such archaeological
finds. No additional compensation will be paid for delays.
1.22 CUTTING AND PATCHING
A. Perform cutting, fitting, and patching required to complete the Work or to:
1. Uncover Work to provide for installation of new Work or the correction of Defective
Work.
2. Provide routine penetrations of non-structural surfaces for installation of mechanical,
electrical, and plumbing Work.
3. Uncover Work that has been covered prior to observation by the PCM.
B. Submit Notification by Contractor in accordance with Section 01 31 13 "Project
Coordination" to the PCM in advance of performing any cutting which affects:
1. Work of any other Contractor or the Owner.
2. Structural integrity of any structure or system of the Project.
3. Integrity or effectiveness of weather exposed or moisture resistant structure or
systems.
4. Efficiency, operational life, maintenance, or safety of any structure or system.
5. Appearance of any structure or surfaces exposed occasionally or constantly to view.
C. Include in request:
1. Identification of the Project.
2. Location and description of affected Work.
3. Reason for cutting, alteration, or excavation.
4. Effect on the Work of any separate contractor or Owner.
5. Effect on the structural or weatherproof integrity of the Project.
6. Description of proposed Work, including:
a. Scope of cutting, patching, or alteration.
b. Trades that will perform the Work.
C. Products proposed for use.
d. Extent of refinishing to be performed.
Project Management and Coordination 01 3100 - 10
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
e. Cost proposal, when applicable.
7. Alternatives to cutting and patching.
8. Written authorization from any separate Contractor whose Work would be affected.
9. Date and time Work will be uncovered or altered.
D. Inspect existing conditions prior to starting the Work, including elements subject to damage
or movement during cutting and patching. Uncover elements where required for an
adequate inspection. Notify the PCM of any conditions that negatively impacts the ability
to perform cutting and patching. Contractor is deemed to have accepted the existing
conditions and assumed the risk associated with completing the Work when cutting or
patching is started after the inspection.
E. Provide adequate support to maintain the structural integrity of facilities, structures, or
elements that could be affected by cutting, patching, or installing new Work. Provide
devices and methods to protect facilities, structures, or elements from damage that could
be affected by Contractor's efforts. Provide protection from the weather for portions of
the Project that may be exposed by cutting and patching.
F. Make cuts or penetrations using methods that prevent damage to other work and provide
proper surfaces for patching and repairs.
G. Fit and adjust installed products to comply with specified products, functions, tolerances,
and finishes.
H. Patch or repair facilities, structures, or elements to provide completed Work per the
Contract Documents.
I. Fit Work air -tight to pipes, sleeves, ducts, conduit, and other penetrations through the
surfaces. Where fire rated separations are penetrated, fill the space around the pipe or
insert with materials with physical characteristics equivalent to fire resistance requirements
of penetrated surface.
J. Patch finished surfaces and building components using new products specified for the
original installation. Refinish entire surfaces as necessary to provide an even finish to
match adjacent finishes:
1. For continuous surfaces, refinish to the nearest intersection.
2. For an assembly, refinish the entire unit.
1.23 PRELIMINARY OCCUPANCY
A. Owner may deliver, install, and connect equipment, furnishings, or other apparatus in
buildings or other structures. These actions do not indicate acceptance of any part of the
building or structure and does not affect the start of warranties or correction periods.
B. Protect the Owner's property after installation is complete.
C. OPT may use any product for testing or to determine that the product meets the
requirements of the Contract Documents. This use does not constitute acceptance by OPT.
These actions do not indicate acceptance of any part of the product and does not affect the
start of warranties or correction periods.
Project Management and Coordination 01 3100 - 11
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
1.24 ENDANGERED SPECIES RESOURCES
A. Do not perform any activity that is likely to jeopardize the continued existence of a
threatened or endangered species as listed or proposed for listing under the Federal
Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on
Endangered Species, or to destroy or adversely modify the habitat of such species.
B. Cease Work immediately in the area of the encounter and notify the PCM if a threatened or
endangered species is encountered during construction. OPT will implement actions in
accordance with the ESA and applicable State statutes. Resume construction in the area of
the encounter when authorized to do so by the PCM.
1.25 COOPERATION WITH PUBLIC AGENCIES
A. Cooperate with all public and private agencies with facilities operating within the limits of
the Project.
B. Provide a 48-hour notice to any applicable agency when work is anticipated to proceed in
the vicinity of any facility by using Texas 811 at 811 and the Lone Star Notification Company
at 1-800-669-8344.
2.00 PRODUCTS
2.01 MATERIALS
A. Provide materials in accordance with the requirements of the individual sections.
3.00 EXECUTION
3.01 PERFORMANCE OF WORK
A. Provide resources to incorporate the requirements of this section into the work.
END OF SECTION
Project Management and Coordination 01 3100 - 12
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
01 31 13 PROJECT COORDINATION
1.00 GENERAL
1.01 WORK INCLUDED
A. Administer Contract requirements to construct the Project. Provide documentation per the
requirements of this Section. Provide information as requested by the OPT.
1.02 DOCUMENT SUBMITTAL
A. Provide documents in accordance with Section 0133 00 "Submittal Procedures."
B. Use the forms provided for Contract administration, applications for payment, document
submittals, documentation of test results, equipment installation and documentation, and
Project closeout. A digital copy of the required forms will be provided to the Contractor
before or at the pre -construction conference.
1.03 COMMUNICATION DURING THE PROJECT
A. The PCM is to be the first point of contact for all parties on matters concerning this Project.
B. The PCM will coordinate correspondence concerning:
1. Documents, including Applications for Payment.
2. Clarification and interpretation of the Contract Documents.
3. Contract Modifications.
4. Observation of Work and testing.
5. Claims.
C. The PCM will normally communicate only with the Contractor. Any required
communication with Subcontractors or Suppliers will only be with the direct involvement of
the Contractor.
D. Direct written communications to the PCM at the address indicated at the pre -construction
conference. Include the following with communications as a minimum:
1. Name of the Owner.
2. Project name.
3. Contract title.
4. Project number.
5. Date.
6. A reference statement.
E. Submit communications on the forms referenced in this Section or in Section 0133 00
"Submittal Procedures."
Project Coordination 01 31 13 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
1.04 PROJECT MEETINGS
A. Pre -Construction Conference:
1. Attend a pre -construction conference.
2. The location of the conference will be determined by the PCM.
3. The time of the meeting will be determined by the PCM but will be after the Notice of
Award is issued and not later than 15 days after the Notice to Proceed is issued.
4. The OPT, Contractor's project manager and superintendent, representatives of utility
companies, and representatives from major Subcontractors and Suppliers may attend
the conference.
5. Provide and be prepared to discuss:
a. Preliminary construction schedule per Section 0133 04 "Construction Progress
Schedule."
b. Schedule of Values and anticipated Schedule of Payments per Section 0129 00
"Application for Payment Procedures."
C. List of Subcontractors and Suppliers.
d. Contractor's organizational chart as it relates to this Project.
e. Letter indicating the agents of authority for the Contractor and the limit of that
authority with respect to the execution of legal documents, Contract
Modifications, and payment requests.
B. Progress Meetings:
1. Attend meetings with the PCM and Owner.
a. Meet on a monthly basis or as requested by the PCM to discuss the Project.
b. Meet at the Site or other location as designated by the PCM.
C. Contractor's superintendent and other key personnel are to attend the meeting.
Other individuals may be requested to attend to discuss specific matters.
d. Notify the PCM of any specific items to be discussed a minimum of 1 week prior
to the meeting.
2. Provide information as requested by the PCM or Owner concerning this Project.
Prepare to discuss:
a. Status of overall Project schedule.
b. Contractor's detailed schedule for the next month.
c. Anticipated delivery dates for equipment.
d. Coordination with the Owner.
e. Status of documents.
f. Information or clarification of the Contract Documents.
g. Claims and proposed Modifications to the Contract.
Project Coordination 01 31 13 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
h. Field observations, problems, or conflicts.
Maintenance of quality standards.
3. PCM will prepare minutes of meetings. Review the minutes of the meeting and notify
the PCM of any discrepancies within 10 days of the date of the meeting memorandum.
The minutes will not be corrected after the 10 days have expired. Corrections will be
reflected in the minutes of the following meeting or as an attachment to the minutes.
C. Pre- Submittal and Pre -Installation Meetings:
1. Conduct pre -submittal and pre -installation meetings as required in the individual
technical Specifications or as determined necessary by the PCM (for example,
instrumentation, roofing, concrete mix design, etc.).
2. Set the time and location of the meetings when ready to proceed with the associated
Work. Submit a Notification by Contractor in accordance with Paragraph 1.07 for the
meeting 2 weeks before the meeting. OPT must approve of the proposed time and
location.
3. Attend the meeting and require the participation of appropriate Subcontractors and
Suppliers in the meeting.
4. Prepare minutes of the meeting and submit to the OPT for review. OPT will review the
minutes of the meeting and notify the Contractor of any discrepancies within 10 days
of the date of the meeting memorandum. The minutes will not be corrected after the
10 days have expired. Corrections will be reflected in a revised set of meeting
minutes.
1.05 REQUESTS FOR INFORMATION
A. Submit a separate Request for Information for each item on the form or in the PMIS
workflow provided by the PCM.
1. Attach adequate information to permit a written response without further
clarification. PCM will return requests that do not have adequate information to the
Contractor for additional information. Contractor is responsible for all delays resulting
from multiple document submittals due to inadequate information.
2. A response will be made when adequate information is provided. Response will be
made on the RFI form or in attached information.
B. Response to an RFI is given to provide additional information, interpretation, or clarification
of the requirements of the Contract Documents, and does not modify the Contract
Documents.
C. PCM will initiate a Request for a Change Proposal (RCP) per Section 01 31 14 "Change
Management" if the RFI indicates that a Contract Modification is required.
D. Use the Project Issues Log to document decisions made at meetings and actions to be taken
in accordance with Paragraph 1.06.
E. Use the Action Item Log to document assignments for actions to be taken in accordance
with Paragraph 1.06.
Project Coordination 01 31 13 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
1.06 DECISION AND ACTION ITEM LOG
A. PCM will maintain a Project Decision Log to document key decisions made at meetings,
telephone conversation or Site visits using the format provided:
1. Review the log prior to each regular meeting.
2. Report any discrepancies to the PCM for correction or discussion at the next monthly
meeting.
B. PCM will maintain an Action Item log in conjunction with the Project Decision Log to track
assignments made at meetings, telephone conversation, or Site visits using the format
provided:
1. Review the Action Item Log prior to each regular meeting.
2. Report actions taken subsequent to the previous progress meeting on items in the log
assigned to the Contractor or through the Contractor to a Subcontractor or Supplier to
the PCM. Report on status of progress 1 week prior to each progress meeting
established in Paragraph 1.04 to allow PCM to update the log prior to the Progress
meetings.
3. Be prepared to discuss the status at each meeting.
C. Decisions or action items in the log that require a change in the Contract Documents will
have the preparation of a Modification as an action items if appropriate. The Contract
Documents can only be changed by a Modification.
1.07 NOTIFICATION BY CONTRACTOR
A. Notify the PCM of:
1. Need for testing.
2. Intent to work outside regular working hours.
3. Request to shut down facilities or utilities.
4. Proposed utility connections.
5. Required observation by PCM, Designer, or inspection agencies prior to covering
Work.
6. Training.
B. Provide notification a minimum of 2 weeks in advance in order to allow OPT time to
respond appropriately to the notification.
C. Use "Notification by Contractor" form provided.
1.08 RECORD DOCUMENTS
A. Maintain at the Site one complete set of printed Record Documents including:
1. Drawings.
2. Specifications.
3. Addenda.
Project Coordination 01 31 13 - 4
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
4. Modifications.
5. Record Data and approved Shop Drawings.
6. Construction photographs.
7. Test Reports.
8. Clarifications and other information provided in Request for Information responses
9. Reference standards.
B. Store printed Record Documents and Samples in the Contractor's field office.
1. Record Documents are to remain separate from documents used for construction.
2. Provide files and racks for the storage of Record Documents.
3. Provide a secure storage space for the storage of Samples.
4. Maintain Record Documents in clean, dry, legible conditions, and in good order.
5. Make Record Documents and Samples available at all times for inspection by the OPT.
C. Maintain a digital record of Specifications and Addenda to identify products provided in the
PMIS in PDF format.
1. Reference the Record Data number, Shop Drawings number, and O&M manual
number for each product and item of equipment furnished or installed.
2. Reference Modifications by type and number for all changes.
D. Maintain a digital record of Drawings in the PMIS in PDF format.
1. Reference the Record Data number, Shop Drawings number, and O&M manual
number for each product and item of equipment furnished or installed.
2. Reference Modifications by type and number for all changes.
3. Record information as construction is being performed. Do not conceal any Work until
the required information is recorded.
4. Mark Drawings to record actual construction, including the following:
a. Depths of various elements of the foundation in relation to finished first floor
datum or the top of walls.
b. Horizontal and vertical locations of underground utilities and appurtenances
constructed and existing utilities encountered during construction.
C. Location of utilities and appurtenances concealed in the Work. Refer
measurements to permanent structures on the surface. Include the following
equipment:
1) Piping.
2) Ductwork.
3) Equipment and control devices requiring periodic maintenance or repair.
4) Valves, unions, and traps.
5) Services entrance.
Project Coordination 01 31 13 - 5
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
6) Feeders.
7) Outlets.
d. Changes of dimension and detail.
e. Changes by Modifications.
f. Information in Request for Information or included in the Project Issues Log.
g. Details not on the original Drawings. Include field verified dimensions and
clarifications, interpretations, and additional information issued in response to
RFIs.
5. Mark Drawings with the following colors:
a. Highlight references to other documents, including Modifications in blue;
b. Highlight mark ups for new or revised Work (lines added) in yellow;
C. Highlight items deleted or not installed (lines to be removed) in red; and
d. Highlight items constructed per the Contract Documents in green.
6. Submit Record Documents to PCM for review and acceptance 30 days prior to Final
Completion of the Project.
E. Applications for Payment will not be recommended for payment if Record Documents are
found to be incomplete or not in order. Final payment will not be recommended without
complete Record Documents.
2.00 PRODUCTS (NOT USED)
3.00 EXECUTION (NOT USED)
END OF SECTION
Project Coordination 01 31 13 - 6
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
01 31 14 CHANGE MANAGEMENT
1.00 GENERAL
1.01 REQUESTS FOR CHANGE PROPOSAL
A. OPT will initiate Modifications by issuing a Request for a Change Proposal (RCP).
1. PCM and Designer will prepare a description of proposed Modifications.
2. PCM will issue the Request for a Change Proposal form to Contractor. A number will
be assigned to the Request for a Change Proposal when issued.
3. Return a Change Proposal in accordance with Paragraph 1.02 to the PCM for
evaluation by the OPT.
1.02 CHANGE PROPOSALS
A. Submit a Change Proposal (CP) to the PCM for Contractor initiated changes in the Contract
Documents or in response to a Request for Change Proposal.
1. Use the Change Proposal form provided.
2. Assign a number to the Change Proposal when issued.
3. Include with the Change Proposal:
a. A complete description of the proposed Modification if Contractor initiated or
proposed changes to the OPT's description of the proposed Modification.
b. The reason the Modification is requested, if not in response to a Request for a
Change Proposal.
c. A detailed breakdown of the cost of the change if the Modification requires a
change in Contract Price. The itemized breakdown is to include:
1) List of materials and equipment to be installed;
2) Man hours for labor by classification;
3) Equipment used in construction;
4) Consumable supplies, fuels, and materials;
5) Royalties and patent fees;
6) Bonds and insurance;
7) Overhead and profit;
8) Field office costs;
9) Home office cost; and
10) Other items of cost.
Change Management 01 31 14 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
Provide the level of detail outline in the paragraph above for each Subcontractor
or Supplier actually performing the Work if Work is to be provided by a
Subcontractor or Supplier. Indicate appropriate Contractor mark-ups for Work
provided through Subcontractors and Suppliers. Provide the level of detail
outline in the paragraph above for self -performed Work.
Submit Change Proposals that comply with Article 13 of the General Conditions
for Cost of Work.
Provide a revised schedule. Show the effect of the change on the Project
Schedule and the Contract Times.
B. Submit a Change Proposal to the PCM to request a Field Order.
C. A Change Proposal is required for all substitutions or deviations from the Contract
Documents.
D. Request changes to products in accordance with Section 0133 02 "Shop Drawings."
1.03 PCM WILL EVALUATE THE REQUEST FOR A MODIFICATION.
A. PCM will issue a Modification per the General Conditions if the Change Proposal is
acceptable to the Owner. PCM will issue a Change Order or Contract Amendment for any
changes in Contract Price or Contract Times.
1. Change Orders and Contract Amendments will be sent to the Contractor for execution
with a copy to the Owner recommending approval. A Work Change Directive may be
issued if Work needs to progress before the Change Order or Contract Amendment
can be authorized by the Owner.
2. Work Change Directives, Change Orders, and Contract Amendments can only be
approved by the Owner.
Work performed on the Change Proposal prior to receiving a Work Change
Directive or approval of the Change Order or Contract Amendment is performed
at the Contractor's risk.
b. No payment will be made for Work on Change Orders or Contract Amendments
until approved by the Owner.
B. The Contractor may be informed that the Request for a Change Proposal is not approved
and construction is to proceed in accordance with the Contract Documents.
1.04 EQUAL NON SPECIFIED PRODUCTS
A. The products of the listed Suppliers are to be furnished where Specifications list several
manufacturers but do not specifically list "or equal" or "or approved equal" products. Use
of any products other than those specifically listed is a substitution. Follow the procedures
in Paragraph 1.05 for a substitution.
Change Management 01 31 14 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
B. Contractor may submit other manufacturers' products that are in full compliance with the
Specification where Specifications list one or more manufacturers followed by the phase
"or equal" or "or approved equal."
1. Submit a Shop Drawing as required by Section 0133 02 "Shop Drawings" to document
that the proposed product is equal or superior to the specified product.
2. Prove that the product is equal. It is not the OPT's responsibility to prove the product
is not equal.
a. Indicate on a point by point basis for each specified feature that the product is
equal to the Contract Document requirements.
b. Make a direct comparison with the specified manufacturer's published data
sheets and available information. Provide this printed material with the Shop
Drawing.
c. The decision of the Designer regarding the acceptability of the proposed product
is final.
3. Provide a typewritten certification that, in furnishing the proposed product as an
equal, the Contractor:
a. Has thoroughly examined the proposed product and has determined that it is
equal or superior in all respects to the product specified.
b. Has determined that the product will perform in the same manner and result in
the same process as the specified product.
c. Will provide the same warranties and/or bonds as for the product specified.
d. Will assume all responsibility to coordinate any modifications that may be
necessary to incorporate the product into the construction and will waive all
claims for additional Work which may be necessary to incorporate the product
into the Project which may subsequently become apparent.
e. Will maintain the same time schedule as for the specified product.
4. A Change Proposal is not required for any product that is in full compliance with the
Contract Documents. If the product is not in full compliance, it may be offered as a
Substitution.
1.05 SUBSTITUTIONS
A. Substitutions are defined as any product that the Contractor proposes to provide for the
Project in lieu of the specified product. Submit a Change Proposal per Paragraph 1.02 along
with a Shop Drawing as required by Section 0133 02 "Shop Drawings" to request approval
of a substitution.
B. Prove that the product is acceptable as a substitute. It is not the Designer's responsibility
to prove the product is not acceptable as a substitute.
1. Indicate on a point by point basis for each specified feature that the product is
acceptable to meet the intent of the Contract Documents requirements.
2. Make a direct comparison with the specified Suppliers published data sheets and
available information. Provide this printed material with the documents submitted.
Change Management 01 31 14 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
3. The decision of the Designer regarding the acceptability of the proposed substitute
product is final.
C. Provide a written certification that, in making the substitution request, the Contractor:
1. Has determined that the substituted product will perform in substantially the same
manner and result in the same ability to meet the specified performance as the
specified product.
2. Will provide the same warranties and/or bonds for the substituted product as
specified or as would be provided by the manufacturer of the specified product.
3. Will assume all responsibility to coordinate any modifications that may be necessary to
incorporate the substituted product into the Project and will waive all claims for
additional Work which may be necessary to incorporate the substituted product into
the Project which may subsequently become apparent.
4. Will maintain the same time schedule as for the specified product.
D. Pay for review of substitutions in accordance with Section 0133 02 "Shop Drawings."
2.00 PRODUCTS (NOT USED)
3.00 EXECUTION (NOT USED)
END OF SECTION
Change Management 01 31 14 - 4
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
01 33 00 SUBMITTAL PROCEDURES
1.00 GENERAL
1.01 WORK INCLUDED
A. Submit documentation as required by the Contract Documents and as reasonably
requested by the OPT.
1.02 QUALITY ASSURANCE
A. Submit legible, accurate, complete documents presented in a clear, easily understood
manner. Documents not meeting these criteria will be returned without review.
1.03 CONTRACTOR'S RESPONSIBILITIES
A. Review documents prior to submitting. Make certifications as required by the Contract
Documents and as indicated on forms provided.
B. Provide a Schedule of Documents to list the documents that are to be submitted, the dates
on which documents are to be sent to the PCM for review, and proposed dates that
documents must be returned to comply with the Project schedule. Use the form provided
for this list.
C. Incorporate the dates for processing documents into the Progress Schedule required by
Section 0133 04 "Construction Progress Schedule."
1. Provide documents in accordance with the schedule so construction of the Project is
not delayed.
2. Allow a reasonable time for the review of documents when preparing the Progress
Schedule. Assume a 14 day review cycle for each document unless a longer period of
time is indicated in the Contract Documents or agreed to by PCM and Contractor.
3. Schedule submittal of documents to provide all information for interrelated Work at
one time.
4. Allow adequate time for processing documents so construction of the Project is not
delayed.
1.04 FORMS AND WORKFLOWS
A. Use the forms provided by the PCM for Project documentation. A digital copy of the
required forms will be available to the Contractor on the Project Website.
B. Selected documentation processes are conducted directly in the Owners Project
Management Information System (PMIS) as Workflows. Enter data directly into the web
based forms online and attached backup information as indicated.
1.05 DOCUMENT SUBMITTAL PROCEDURES
A. Submit documents through the PMIS. Send all documents in digital format for processing.
1. Provide all information requested using the PMIS workflow for each type of document.
If information is not applicable, enter NA in the space provided.
Submittal Procedures 01 33 00 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
2. The Document Transmittal form is to be the first page in the document submitted.
3. Submit all documents in Portable Document Format (PDF).
a. Create PDF document using Bluebeam Revu software or other compatible
software that will create files that can be opened and annotated using Bluebeam
Revu software.
b. Create PDF documents from native format files unless files are only available from
scanned documents.
C. Rotate pages so that the top of each document appears at the top of the monitor
screen when opened in PDF viewing software.
d. Submit PDF document with adequate resolution to allow documents to be printed
in a format equivalent to the document original. Documents are to be scalable to
allow printing on standard 8-1/2 x 11 or 11 x 17 paper.
e. Submit color PDF documents where color is required to interpret the document.
f. Create or convert documents to allow text to be selected for comments or
searched using text search features. Run scanned documents through Optical
Character Recognition (OCR) software if necessary.
g. Flatten markups in documents to prevent markups made by Contractor from
being moved or deleted. Flatten documents to allow markup recovery.
h. Use Bluebeam Revu software to reduce file size using default settings except the
option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing
file size
Add footers to each document with the Project name.
1.06 DOCUMENT REQUIREMENTS
A. Furnish documents as indicated in individual Specification Sections. Submit documents per
the procedures described in the Contract Documents.
B. Submit documents per the Specification Section shown in the following table:
Document Type
Specification Section
Application for Payment
01 29 00
Change Proposal
01 31 14
Certified Test Report
0133 02 for approval of product
0140 00 to demonstrate compliance
Equipment Installation Report
01 75 00
Notification by Contractor
01 31 13
Operation & Maintenance Manuals
01 33 06
Photographic Documentation
01 33 05
Progress Schedules
01 33 04
Record Data
01 33 03
Submittal Procedures 01 33 00 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
Document Type
Specification Section
Request for Information
01 31 13
Shop Drawing
013302
Schedule of Values
012900
Substitutions
01 31 14
Suppliers and Subcontractors
01 31 13 and 0133 03
2.00 PRODUCTS (NOT USED)
3.00 EXECUTION (NOT USED)
END OF SECTION
Submittal Procedures 01 33 00 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
0133 00.01 TABLE OF REQUIRED SUBMITTALS
1.00 GENERAL
1.01 REQUIRED SUBMITTALS
A. The following tabulation lists the submittals required for each Submittal Section. Each
Specification section may provide more detailed information regarding the data to be
provided for each product, materials, equipment or component required by the
specification. Provide additional documentation as required by the Contract Documents in
accordance with Section 0133 00 "Submittal Procedures" and each Specification section
and as reasonably requested by the Owner, Construction Manager and Engineer.
B. Incorporate each submittal in the Construction Schedule and Indicate the date each
submittal is anticipated to be submitted.
Table of Required Submittals 0133 00.01- 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
SUBMITTAL SCHEDULE
tw
L
v
�
C
i
N
d
O
+L+
O
f6
L
Q
O
�_
+T+
0l
4- O
-0
3
Gl
v
OC
Q.
a,
LPL
C
L
L
to
T
N
C
Spec
°1
�
"
3
" w
p
6-1ca
Number
Description
p
£
M
Q
`—'
0
_
a
s
V
,�
o
a
a,
L^
L
c
o
4+
o
v
o
_
a,
U
v
w
G/
p
0
O
Q
t'
W
i
U
w
U
U
a..
N
Q.
O
c�
013100
Project Management and Coordination
X
01 31 13
Project Coordination
X
01 33 04
Construction Progress Schedule
X
01 33 05
Video and Photographic Documentation
X
01 33 06
Operation and Maintenance Data
X
01 45 16.16
Hydrostatic Test
X
01 50 00
Temporary Facilities and Controls
X
01 57 00
Temporary Controls
X
X
X
01 74 23
Final Cleaning
X
01 75 00
Starting and Adjusting
X
X
01 78 35
Training of Operation and Maintenance Personnel
X
X
X
031100
Concrete Forming
X
032100
Reinforcing Steel
X
X
X
03 30 00
Cast -In -Place Concrete
X
X
X
09 96 00.01
High -Performance Coatings
X
X
X
Table of Required Submittals 0133 00.01- 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
SUBMITTAL SCHEDULE
L
v
�
i
N
d
tw
O
+L+
O
C
f6
L
Q
O
�_
+T+
0l
4- O
-0
3
Gl
v
OC
Q.
a,
LPL
C
L
L
to
T
N
C
Spec
°1
�
"
3
" w
p
6-1ca
Number
Description
p
£
M
Q
`—'
0
_
a
s
V
,�
o
a
a,
L^
L
c
o
4+
o
v
o
_
a,
U
w
G/
p
0
O
Q
t'
W
i
U
U
U
a..
N
Q.
w
O
c�
09 97 16
Pipeline Coatings and Linings
X
X
31 05 16
Aggregates for Earthwork
X
31 23 10
Structural Excavation and Backfill
X
X
31 23 23.33
Flowable Fill
X
X
31 23 33
Trenching and Backfill [Utilities]
X
X
32 01 29
Rigid Paving Repair
X
32 91 13
Hydro -Mulching
X
33 05 01.05
Bar -Wrapped Concrete Cylinder Pipe and Fittings
X
X
X
X
X
33 05 01.09
Polyvinyl Chloride (PVC) Pressure Pipe and Fittings
X
X
X
33 05 01.13
Sanitary Sewer Pipe (PVC)
X
33 10 13
Disinfecting of Water Utility Distribution
X
33 11 13.13
Steel Pipe and Fittings
X
X
X
X
33 13 19
Water Utility Distribution Fire Hydrants
X
40 05 43
Miscellaneous Valves
X
X
40 05 61
Gate Valves
X
X
X
Table of Required Submittals 0133 00.01- 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
r
C
W
00
N
O
W
Q
v
v
rD
xx
I
v
(D
c
N
O
7
(D
(D
v
rt_
O
v
Q
O
a
m
(D
='
rD
m
z
v
O
n
LA
m
f)
O
z
O
O
z
O
Ln
00
O
Ui
A
= Vf
n
M
D
00
�
rD
rt
f+
rD
rD
v
�
rD
v
G
�
O_
rD
D
v
7
Q
G
C
3
LM
n
G
rD
Ln
3
N
C
W
D
r
n
x
m
x
x
Shop Drawing
v
m
Sample
Certified Test Report
Certification of Local Field Service
Extended Warranty
Extended Service Agreement
Certificate of Adequacy of Design
Certification of Applicator/Subcontractor
Record Data
x
Operation and Maintenance Manuals
Equipment Installation Report
01 33 02 SHOP DRAWINGS
1.00 GENERAL
1.01 WORK INCLUDED
A. Shop Drawings are required for those products that cannot adequately be described in the
Contract Documents to allow fabrication, erection, or installation of the product without
additional detailed information from the Supplier.
B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested
by the OPT to:
1. Record the products incorporated into the Project for the Owner;
2. Provide detailed information for the products proposed for the Project regarding their
fabrication, installation, commissioning, and testing; and
3. Allow the Designer to advise the Owner if products proposed for the Project by the
Contractor conform, in general, to the design concepts of the Contract Documents.
C. Contractor's responsibility for full compliance with the Contract Documents is not relieved
by the review of Shop Drawings, Samples, or mockups. Contract modifications can only be
approved by Change Order or Field Order.
1.02 QUALITY ASSURANCE
A. Submit legible, accurate, and complete documents presented in a clear, easily understood
manner. Shop Drawings not meeting these criteria will be rejected.
B. Demonstrate that the proposed products are in full and complete compliance with the
design criteria and requirements of the Contract Documents, or will be if deviations
requested per Paragraph 1.10 are approved.
C. Furnish and install products that fully comply with the information included in the
document submittal.
1.03 CONTRACTOR'S RESPONSIBILITIES
A. Furnish Shop Drawings for products as indicated in Section 0133 00.01 "Table of Required
Submittals" or in individual Specification Sections.
B. Include Shop Drawings in the Schedule of Documents required by Section 0133 00
"Submittal Procedures" to indicate the Shop Drawings to be submitted, the dates on which
documents are to be sent to the PCM for review and proposed dates that the product will
be incorporated into the Project.
C. Incorporate the dates for processing Shop Drawings into the Progress Schedule required by
Section 0133 04 "Construction Progress Schedule."
1. Submit Shop Drawings in accordance with the schedule so construction of the Project
is not delayed.
2. Allow a reasonable time for the review of Shop Drawings when preparing the Progress
Schedule. Include time for making revisions to the Shop Drawings and resubmitting
Shop Drawings 01 33 02 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
the Shop Drawing for a least a second review. Assume a 14 day review cycle for each
time a Shop Drawing is submitted for review unless a longer period of time is indicated
in the Contract Documents.
3. Schedule document submittals to provide all information for interrelated Work at one
time.
4. Allow adequate time for ordering, fabricating, delivering, and installing product so
construction of the Project is not delayed.
D. Complete the following before submitting a Shop Drawing or Sample:
1. Prepare Shop Drawing Review and coordinate the Shop Drawing or Sample with other
Shop Drawings and Samples and with the requirements of the Work and the Contract
Documents;
2. Determine and verify specified performance and design criteria, installation
requirements, materials, catalog numbers, and similar information with respect to
Shop Drawings and Samples;
3. Determine and verify the suitability of materials and equipment offered with respect
to the indicated application, fabrication, shipping, handling, storage, assembly, and
installation pertaining to the performance of the Work; and
4. Determine and verify information relative to Contractor's responsibilities for means,
methods, techniques, sequences, and procedures of construction, and safety
precautions and programs incident thereto.
Determine and verify:
1. Accurate field measurements, quantities, and dimensions are shown on the Shop
Drawing;
2. Location of existing structures, utilities, and equipment related to the Shop Drawing
have been shown and conflicts between the products existing structures, utilities, and
equipment have been identified;
3. Conflicts that impact the installation of the products have been brought to the
attention of the OPT through the PCM;
4. Shop Drawing are complete for their intended purpose; and
5. Conflicts between the Shop Drawing related to the various Subcontractors and
Suppliers have been resolved.
Review Shop Drawings prior to submitting to the PCM. Certify that all Shop Drawings have
been reviewed by the Contractor and are in strict conformance with the Contract
Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment
when submitting Shop Drawings except for deviations specifically brought to the Designer's
attention on an attached Shop Drawing Deviation Request form in accordance with
Paragraph 1.10.
G. Fabrication or installation of any products prior to the approval of Shop Drawings is done at
the Contractor's risk. Defective products may be rejected at the Owner's option.
H. Payment will not be made for products for which Shop Drawings or Samples are required
until these are approved by the Designer.
Shop Drawings 01 33 02 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
1.04 SHOP DRAWING REQUIREMENTS
A. Provide adequate information in Shop Drawings and Samples so Designer can:
1. Assist the Owner in selecting colors, textures, or other aesthetic features.
2. Compare the proposed features of the product with the specified features and advise
Owner that the product does, in general, conform to the Contract Documents.
3. Compare the performance features of the proposed product with those specified and
advise the Owner that the product does, in general, conform to the performance
criteria specified in the Contract Documents.
4. Review required certifications, guarantees, warranties, and service agreements for
compliance with the Contract Documents.
B. Include a complete description of the product to be furnished, including:
1. Type, dimensions, size, arrangement, and operational characteristics of the product;
2. Weights, gauges, materials of construction, external connections, anchors, and
supports required;
3. Performance characteristics, capacities, engineering data, motor curves, and other
information necessary to allow a complete evaluation of mechanical components;
4. All applicable standards such as ASTM or Federal specification numbers;
5. Fabrication and installation drawings, setting diagrams, manufacturing instructions,
templates, patterns, and coordination drawings;
6. Wiring and piping diagrams and related controls;
7. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and
8. Complete and accurate field measurements for products which must fit existing
conditions. Indicate on the document submittal that the measurements represent
actual dimensions obtained at the Site.
C. Submit Shop Drawings that require coordination with other Shop Drawings at the same
time. Shop Drawings requiring coordination with other Shop Drawings will be rejected until
a complete package is submitted.
D. Submit information for all of the components and related equipment required for a
complete and operational system in one Shop Drawing.
1. Include electrical, mechanical, and other information required to indicate how the
various components of the system function together as a system.
2. Provide certifications, warranties, and written guarantees and service contracts with
the document submittal package for review when these are required.
1.05 SPECIAL CERTIFICATIONS AND REPORTS
A. Provide all required certifications with the Shop Drawings as specified in the individual
Specification Sections:
Shop Drawings 01 33 02 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving
results of tests performed on products to indicate their compliance with the
Specifications. This report is to demonstrate that the product when installed will meet
the requirements and is part of the Shop Drawing. Field tests may be performed by
the Owner to determine that in place materials or products meet the same quality as
indicated in the CTR submitted as part of the Shop Drawing.
2. Certification of Local Field Service (CLS): A certified letter stating that field service is
available from a factory or supplier approved service organization located within a 300
mile radius of the Site. List names, addresses, and telephone numbers of approved
service organizations on or attach it to the certificate.
3. Certification of Adequacy of Design (CAD): A certified letter from the manufacturer of
the equipment stating that they have designed the equipment to be structurally stable
and to withstand all imposed loads without deformation, failure, or adverse effects to
the performance and operational requirements of the unit. The letter shall state that
mechanical and electrical equipment is adequately sized to be fully operational for the
conditions specified or normally encountered by the product's intended use.
4. Certification of Applicator/Subcontractor (CSQ): A certified letter stating that the
Applicator or Subcontractor proposed to perform a specified function is duly
designated as factory authorized and trained for the application of the specified
product.
1.06 WARRANTIES AND GUARANTEES
A. Provide all required warranties, guarantees, and related documents with the Shop Drawing.
The effective date of warranties and guarantees will be the date of acceptance of the Work
by the Owner.
B. Identify all Extended Warranties, defined as any guarantee of performance for the product
or system beyond the 1 year correction period described in the General Conditions. Issue
the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended
Warranties if required by Specification Sections.
C. Include an additional copy of equipment warranties in Operation and Maintenance
Manuals.
D. Provide a copy of all warranties in a separate document in accordance with Section 0170
00 "Execution and Closeout Requirements."
1.07 SERVICE AGREEMENTS
A. Provide Extended Service Agreement (ESA) and related documents with the Shop Drawing.
An Extended Service Agreement is a contract between the Owner and an approved
Subcontractor or Supplier to provide service and or maintenance beyond that required to
fulfill requirements for warranty repairs, or to perform routine maintenance for a definite
period beyond the 1 year correction period specified in the General Conditions.
B. Requirements for the Extended Service Agreement are described in the Specification
Sections for each piece of equipment or system requiring an Extended Service Agreement.
Shop Drawings 01 33 02 - 4
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
C. Enter into a contract with the service provider and assign the service contract to the Owner
on the date of acceptance of the Work by the Owner. Once assigned to the Owner,
Contract requirements for the Extended Service Agreement will be complete and will not
extend the Contract between the Owner and Contractor.
D. Owner may require that a performance bond be provided for the Extended Service
Agreement. Provide a separate bond meeting the same requirements as those for the
Contractor's performance bond if required. The bond will be in the amount of the
Extended Service Agreement.
Include an additional copy of Extended Service Agreements in Operation and Maintenance
Manuals.
Provide a copy of Extended Service Agreements in a separate document in accordance with
Section 0170 00 "Execution and Closeout Requirements."
1.08 SHOP DRAWING SUBMITTAL PROCEDURES
A. Submit Shop Drawings through the PCM. Send all documents in digital format for
processing.
1. Provide all information requested in the Shop Drawing submittal form. Do not leave
any blanks incomplete. If information is not applicable, enter NA in the space
provided. The Shop Drawing submittal form is to be the first document in the file
submitted.
2. Submit all documents in Portable Document Format (PDF).
Create PDF document using Bluebeam Revu software or other compatible
software that will create files that can be opened and annotated using Bluebeam
Revu software.
b. Create PDF documents from native format files unless files are only available from
scanned documents.
C. Rotate pages so that the top of each document appears at the top of the monitor
screen when opened in PDF viewing software.
d. Submit PDF document with adequate resolution to allow documents to be printed
in a format equivalent to the document original. Documents are to be scalable to
allow printing on standard 8-1/2 x 11 or 11 x 17 paper.
e. Submit color PDF documents where color is required to interpret the Shop
Drawing. Submit Samples and color charts per Paragraph 1.09.A.
f. Create or convert documents to allow text to be selected for comments or
searched using text search features. Run scanned documents through Optical
Character Recognition (OCR) software if necessary.
Flatten markups in documents to prevent markups made by Contractor from
being moved or deleted. Flatten documents to allow markup recovery.
Use Bluebeam Revu software to reduce file size using default settings except the
option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing
file size.
Shop Drawings 01 33 02 - 5
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
i. Add footers to each document with the Project name.
3. Submit each specific product, class of material, or equipment system separately so
these can be tracked and processed independently. Do not submit Shop Drawings for
more than one product in the same Shop Drawing.
4. Submit items specified in different Specification Sections separately unless they are
part of an integrated system.
5. Define abbreviations and symbols used in Shop Drawings.
a. Use terms and symbols in Shop Drawings consistent with the Contract Drawings.
b. Provide a list of abbreviations and their meaning as used in the Shop Drawings.
C. Provide a legend for symbols used on Shop Drawings.
6. Mark Shop Drawings to reference:
a. Related Specification Sections,
b. Drawing number and detail designation,
C. Product designation or name,
d. Schedule references,
e. System into which the product is incorporated, and
f. Location where the product is incorporated into the Project.
B. Use the following conventions to markup Shop Drawings for review:
1. Make comments and corrections in the color blue. Add explanatory comments to the
markup.
2. Highlight items in black that are not being furnished when the Supplier's standard
drawings or information sheets are provided so that only the products to be provided
are in their original color.
3. Make comments in the color yellow where selections or decisions by the Designer are
required, but such selections do not constitute a deviation from the Contract
Documents. Add explanatory comments to the markup to indicate the action to be
taken by the Designer.
4. Make comments in the color orange that are deviation requests. Include the deviation
request number on the Shop Drawing that corresponds to the deviation request on
the Shop Drawing Deviation Request form. Include explanatory comments in the Shop
Drawing Deviation Request form.
5. Mark dimensions with the prefix FD to indicate field verified dimensions on the Shop
Drawings.
C. Submit a Change Proposal per Section 01 31 14 "Change Management" to request
modifications to the Contract Documents, including those for approval of "or equal"
products when specifically allowed by the Contract Documents or as a substitution for
specified products or procedures.
Shop Drawings 01 33 02 - 6
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
D. Designate a Shop Drawing as requiring priority treatment in the comment section of the
Shop Drawing submittal form to place the review of the Shop Drawing ahead of other Shop
Drawings previously delivered. Shop Drawings are typically reviewed in the order received,
unless Contractor requests that a different priority be assigned. Priority Shop Drawings will
be reviewed before other Shop Drawings for this Project already received but not yet
reviewed. Use of this priority designation for Shop Drawings may delay the review of Shop
Drawings previously submitted, pushing the processing of Shop Drawings beyond the 14
day target. Contractor is responsible for delays resulting from the use of the priority
designation status on Shop Drawings.
E. Complete the certification required by Paragraph 1.03.
1.09 SAMPLE AND MOCKUP SUBMITTAL PROCEDURES
A. Submit color charts and Samples for every product requiring color, texture, or finish
selection.
1. Submit color charts and Samples only after Shop Drawings for the products have been
approved.
2. Deliver all color charts and Samples at one time.
3. Provide Samples of adequate size to clearly illustrate the functional characteristics of
the product, with integrally related parts and attachment devices.
4. Indicate the full range of color, texture, and patterns.
5. Deliver color charts and Samples to the field office and store for the duration of the
Project
6. Notify the PCM that color charts and Samples have been delivered for approval using
the Notification by Contractor form.
7. Submit color charts and Samples not less than 30 days prior to when these products
are to be ordered or released for fabrication to comply with the Project schedule.
8. Remove Samples that have been rejected. Submit new Samples following the same
process as for the initial Sample until Samples are approved.
9. Dispose of Samples when related Work has been completed and approved and
disposal is approved by the PCM. At Owner's option, Samples will become the
property of the Owner.
B. Construct mockups for comparison with the Work being performed.
1. Construct mockups from the actual products to be used in construction per detailed
Specification Sections.
2. Construct mockups of the size and in the area indicated in the Contract Documents.
3. Construct mockups complete with texture and finish to represent the finished product.
4. Notify the PCM that mockups have been constructed and are ready for approval using
the Notification by Contractor form. Allow 2 weeks for OPT to approve of the mockup
before beginning the Work represented by the mockup.
Shop Drawings 01 33 02 - 7
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
5. Remove mockups that have been rejected. Construct new mockups following the
same process as for the initial mockup until mockup is approved.
6. Protect mockups until Work has been completed and accepted by the OPT.
7. Dispose of mockups when related Work has been completed and disposal is approved
by the PCM.
1.10 REQUESTS FOR DEVIATION
A. Submit requests for deviation from the Contract Documents for any product that does not
fully comply with the Contract Documents.
B. Submit requests for deviation using the Shop Drawing Deviation Request form provided.
Identify each deviation request as a separate item. Include all requested deviations that
must be approved as a group together and identify them as a single item.
C. Include a description of why the deviation is required and the impact on Contract Price or
Contract Times. Include the amount of any cost savings to the Owner for deviations that
result in a reduction in cost.
D. Submit as a Change Proposal prior to submitting the Shop Drawing if the deviation will
result in a change in Contract Price or Contract Times.
E. A Modification must be issued by the PCM for approval of a deviation. Approval of a
requested Shop Drawing deviation by the Designer on the Shop Drawings Deviation
Request form indicates approval of the requested deviation only on its technical merits as
generally conforming to the Contract Documents. Deviations from the Contract Documents
can only be approved by a Modification.
1.11 PCM AND DESIGNER RESPONSIBILITIES
A. Shop Drawings will be received by the PCM. PCM will log the documents and forward to
the Designer for review per this Section for general conformance with the Contract
Documents.
1. Designer's review and approval will be only to determine if the products described in
the Shop Drawing or Sample will, after installation or incorporation into the Work,
conform to the information given in the Contract Documents and be compatible with
the design concept of the completed Project as a functioning whole as indicated by the
Contract Documents.
2. Designer's review and approval will not extend to means, methods, techniques,
sequences, or procedures of construction or to safety precautions or programs
incident thereto.
3. Designer's review and approval of a separate item as such will not indicate approval of
the assembly in which the item functions.
B. Comments will be made on items called to the attention of the Designer for review and
comment. Any marks made by the Designer do not constitute a blanket review of the
document submittal or relieve the Contractor from responsibility for errors or deviations
from the Contract requirements.
Shop Drawings 01 33 02 - 8
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
1. Designer will respond to Contractor's markups by either making markups directly in
the Shop Drawings file using the color green or by attaching a Document Review
Comments form with review comments.
2. Shop Drawings that are reviewed will be returned with one or more of the following
status designations:
Approved: Shop Drawing is found to be acceptable as submitted.
b. Approved as Noted: Shop Drawing is Approved so long as corrections or
notations made by Designer are incorporated into the Show Drawing.
Not Approved: Shop Drawing or products described are not acceptable.
3. Shop Drawing will also be designated for one of the following actions:
a. Final distribution: Shop Drawing is acceptable without further action and has
been filed as a record document.
b. Shop Drawing not required: A Shop Drawing was not required by the Contract
Documents. Resubmit the document per Section 0133 03 "Record Data."
C. Cancelled: This action indicates that for some reason, the Shop Drawing is to be
removed from consideration and all efforts regarding the processing of that
document are to cease.
d. Revise and resubmit: Shop Drawing has deviations from the Contract Documents,
significant errors, or is inadequate and must be revised and resubmitted for
subsequent review.
Resubmit with corrections made: Shop Drawing is "Approved as Noted," but has
significant markups. Make correction and notations to provide a revised
document with markup incorporated into the original document so that no
markups are required.
Returned without review due to excessive deficiencies: Document does not meet
the requirement of the Specifications for presentation or content to the point
where continuing to review the document would be counterproductive to the
review process or clearly does not meet the requirements of the Contract
Documents. Revise the Shop Drawing to comply with the requirements of this
Section and resubmit.
Actions a through c will close out the Shop Drawing review process and no further
action is required as a Shop Drawing. Actions d through f require follow up action
to close out the review process.
4. Drawings with a significant or substantial number of markings by the Contractor may
be marked "Approved as Noted" and "Resubmit with corrections made." These
drawings are to be revised to provide a clean record of the Shop Drawing. Proceed
with ordering products as the documents are revised.
5. Dimensions or other data that does not appear to conform to the Contract Documents
will be marked as "At Variance With" (AVW) the Contract Documents or other
information provided. The Contractor is to make revisions as appropriate to comply
with the Contract Documents.
Shop Drawings 01 33 02 - 9
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
C. Bring deviations to the Shop Drawings to the attention of the Designer for approval by
using the Shop Drawing Deviation Request form. Use a single line for each requested
deviation so the Status and Action for each deviation can be determined for that requested
deviation. If approval or rejection of a requested deviation will impact other requested
deviations, then all related deviations should be included in that requested deviation line so
the status and action can be determined on the requested deviation as a whole.
D. Requested deviations will be reviewed as possible Modification to the Contract Documents.
1. A Requested deviation will be rejected as "Not Approved" if the requested deviation is
unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections
for approval.
2. A Field Order will be issued by the PCM for deviations approved by the Designer if the
requested deviation is acceptable and if the requested deviation will not result in a
change in Contract Price or Contract Times. Requested deviations from the Contract
Documents may only be approved by Field Order.
3. A requested deviation will be rejected if the requested deviation is acceptable but the
requested deviation will or should result in a change in Contract Price or Contract
Times. Submit any requested deviation that requires as change in Contract Price or
Contract Times as a Change Proposal for approval prior to resubmitting the Shop
Drawing.
E. Contractor is to resubmit the Shop Drawing until it is acceptable and marked Approved or
Approved as Noted and is assigned an action per Paragraph 1.11.13 that indicates that the
Shop Drawing process is closed.
Information that is submitted as a Shop Drawings that should be submitted as Record Data
or other type of document, or is not required may be returned without review, or may be
deleted. No further action is required and the Shop Drawing process for this document will
be closed.
1.12 RESUBMISSION REQUIREMENTS
A. Make all corrections or changes in the documents required by the Designer and resubmit to
the PCM until approved.
1. Revise initial drawings or data and resubmit as specified for the original document.
2. Highlight or cloud in green those revisions which have been made in response to the
previous reviews by the Designer. This will include changes previously highlighted or
clouded in yellow to direct attention to Designer to items requiring selections or
decisions by the Designer or highlighted or clouded in orange for a requested
deviation from the Contract Documents.
3. Highlight and cloud new items in yellow where selections or decisions by the Designer
are required, but such selections do not constitute a deviation from the Contract
Documents. Add explanatory comments to the markup to indicate the action to be
taken by the Designer.
4. Highlight and cloud new items in orange that are deviation requests. Include the
deviation request number on the Shop Drawing that corresponds to the deviation
request on the Shop Drawing Deviation Request form. Numbering for these new items
Shop Drawings 01 33 02 - 10
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
is to start with the next number following the last Shop Drawing deviation requested.
Include explanatory comments in the Shop Drawing Deviation Request form.
B. Pay for excessive review of Shop Drawings.
1. Excessive review of Shop Drawings is defined as any review required after the original
review has been made and the first resubmittal has been checked to see that
corrections have been made.
2. Review of Shop Drawings or Samples will be an additional service requiring payment
by the Contractor if the Contractor submits a substitution for a product for which a
Shop Drawing or Sample has previously been approved, unless the need for such
change is beyond the control of Contractor.
3. A Set-off will be included in each Application for Payment to pay cost for the additional
review to the Owner on a monthly basis. The Set-off will be based on invoices
submitted to Owner for these services.
4. Need for more than one resubmission or any other delay of obtaining Designer's
review of Shop Drawings will not entitle the Contractor to an adjustment in Contract
Price or an extension of Contract Times.
2.00 PRODUCTS (NOT USED)
3.00 EXECUTION (NOT USED)
END OF SECTION
Shop Drawings 01 33 02 - 11
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
01 33 03 RECORD DATA
1.00 GENERAL
1.01 WORK INCLUDED
A. Submit Record Data as required by the Contract Documents and as reasonably requested
by the OPT. Provide Record Data for all products unless a Shop Drawing or and/or
Operation and Maintenance Manuals are required for the same item.
B. Submit Record Data to provide documents that allow the Owner to:
1. Record the products incorporated into the Project for the Owner;
2. Review detailed information about the products regarding their fabrication,
installation, commissioning, and testing; and
3. Provide replacement or repair of the products at some future date.
C. Contractor's responsibility for full compliance with the Contract Documents is not relieved
by the receipt or cursory review of Record Data. Contract modifications can only be
approved by Change Order or Field Order.
D. Provide various reports or other documents that Contract Documents required be
submitted for record purposes.
1.02 QUALITY ASSURANCE
A. Submit legible, accurate, and complete documents presented in a clear, easily understood
manner. Record Data not meeting these criteria will be rejected.
1.03 CONTRACTOR'S RESPONSIBILITIES
A. Furnish Record Data for products as indicated in Section 0133 00.01 "Table of Required
Submittals" or in individual Specification Sections.
B. Include Record Data in the Schedule of Documents required by Section 0133 00 "Submittal
Procedures" to indicate the Record Data to be submitted, the dates on which documents
are to be sent to the PCM for review, and proposed dates that the product will be
incorporated into the Project.
C. Complete the following before submitting Record Data:
1. Prepare Record Data and coordinate with Shop Drawings or Samples, other Record
Data, and with the requirements of the Work and the Contract Documents;
2. Determine and verify specified performance and design criteria, installation
requirements, materials, catalog numbers, and similar information;
3. Determine and verify the suitability of materials and equipment offered with respect
to the indicated application, fabrication, shipping, handling, storage, assembly, and
installation pertaining to the performance of the Work; and
4. Determine and verify information relative to Contractor's responsibilities for means,
methods, techniques, sequences, and procedures of construction, and safety
precautions and programs incident thereto.
Record Data 01 33 03 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
D. Determine and verify:
1. Accurate field measurements, quantities, and dimensions are shown on the Record
Data;
2. Location of existing structures, utilities, and equipment related to the Record Data
have been shown and conflicts between the products existing structures, utilities, and
equipment have been identified;
3. Conflicts that impact the installation of the products have been brought to the
attention of the OPT through the PCM;
4. Record Data are complete for their intended purpose; and
5. Conflicts between the Record Data related to the various Subcontractors and Suppliers
have been resolved.
Review Record Data prior to submitting to the Designer. Certify that all Record Data has
been reviewed by the Contractor and is in strict conformance with the Contract Documents
as modified by Addenda, Change Order, Field Order, or Contract Amendment when
submitting Record Data.
1.04 RECORD DATA REQUIREMENTS
A. Include a complete description of the material or equipment to be furnished, including:
1. Type, dimensions, size, arrangement, model number, and operational parameters of
the components;
2. Weights, gauges, materials of construction, external connections, anchors, and
supports required;
3. Performance characteristics, capacities, engineering data, motor curves, and other
information necessary to allow a complete evaluation of mechanical components;
4. All applicable standards such as ASTM or Federal specification numbers;
5. Fabrication and installation drawings, setting diagrams, manufacturing instructions,
templates, patterns, and coordination drawings;
6. Wiring and piping diagrams and related controls;
7. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and
8. Complete and accurate field measurements for products which must fit existing
conditions. Indicate on the document submittal that the measurements represent
actual dimensions obtained at the Site.
B. Submit information for all of the components and related equipment required for a
complete and operational system in one Record Data. Include electrical, mechanical, and
other information required to indicate how the various components of the system function
together as a system.
Record Data 01 33 03 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
1.05 SPECIAL CERTIFICATIONS AND REPORTS
A. Provide all required certifications with the Record Data as specified in the individual
Specification Sections:
1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving
results of tests performed on products to indicate their compliance with the
Specifications. This report is to demonstrate that the product when installed will meet
the requirements and is part of the Record Data. Field tests may be performed by the
Owner to determine that in place materials or products meet the same quality as
indicated in the CTR submitted as part of the Record Data.
2. Certification of Local Field Service (CLS): A certified letter stating that field service is
available from a factory or supplier approved service organization located within a 300
mile radius of the Site. List names, addresses, and telephone numbers of approved
service organizations on or attach it to the certificate.
3. Certification of Adequacy of Design (CAD): A certified letter from the manufacturer of
the equipment stating that they have designed the equipment to be structurally stable
and to withstand all imposed loads without deformation, failure, or adverse effects to
the performance and operational requirements of the unit. The letter shall state that
mechanical and electrical equipment is adequately sized to be fully operational for the
conditions specified or normally encountered by the product's intended use.
4. Certification of Applicator/Subcontractor (CSQ): A certified letter stating that the
Applicator or Subcontractor proposed to perform a specified function is duly
designated as factory authorized and trained for the application of the specified
product.
1.06 WARRANTIES AND GUARANTEES
A. Provide all required warranties, guarantees, and related documents with the Record Data.
The effective date of warranties and guarantees will be the date of acceptance of the Work
by the Owner.
B. Identify all Extended Warranties, defined as any guarantee of performance for the product
or system beyond the 1 year correction period described in the General Conditions. Issue
the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended
Warranties if required by Specification Sections.
C. Provide a copy of all warranties in a separate document in accordance with Section 0170
00 "Execution and Closeout Requirements."
1.07 SERVICE AGREEMENTS
A. Provide Extended Service Agreement (ESA) and related documents with the Record Data.
An Extended Service Agreement (ESA) is a contract between the Owner and an approved
Subcontractor or Supplier to provide service and or maintenance beyond that required to
fulfill requirements for warranty repairs, or to perform routine maintenance for a definite
period beyond the 1 year correction period specified in the General Conditions.
B. Requirements for the Extended Service Agreement are described in the Specification
Sections for each piece of equipment or system requiring an Extended Service Agreement.
Record Data 01 33 03 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
C. Enter into a contract with the service provider and assign the service contract to the Owner
on the date of acceptance of the Work by the Owner. Once assigned to the Owner,
Contract requirements for the Extended Service Agreement will be complete and will not
extend the Contract between the Owner and Contractor.
D. Owner may require that a performance bond be provided for the Extended Service
Agreement. Provide a separate bond meeting the same requirements as those for the
Contractor's performance bond if required. The bond will be in the amount of the
Extended Service Agreement.
Provide a copy of Extended Service Agreements in a separate document in accordance with
Section 0170 00 "Execution and Closeout Requirements."
1.08 RECORD DATA SUBMITTAL PROCEDURES
A. Submit Record Data through the PCM. Send all documents in digital format for processing.
1. Provide all information requested in the Record Data submittal form. Do not leave any
blanks incomplete. If information is not applicable, enter NA in the space provided.
The Record Data submittal form is to be the first document in the file.
2. Submit all documents in Portable Document Format (PDF).
Create PDF document using Bluebeam Revu software or other compatible
software that will create files that can be opened and annotated using Bluebeam
Revu software.
b. Create PDF documents from native format files unless files are only available from
scanned documents.
Rotate pages so that the top of each document appears at the top of the monitor
screen when opened in PDF viewing software.
Submit PDF document with adequate resolution to allow documents to be printed
in a format equivalent to the document original. Documents are to be scalable to
allow printing on standard 8-1/2 x 11 or 11 x 17 paper.
Submit color PDF documents where color is required to interpret the Record
Data.
Create or convert documents to allow text to be selected for comments or
searched using text search features. Run scanned documents through Optical
Character Recognition (OCR) software if necessary.
Flatten markups in documents to prevent markups made by Contractor from
being moved or deleted. Flatten documents to allow markup recovery.
Use Bluebeam Revu software to reduce file size using default settings except the
option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing
file size.
Add footers to each document with the Project name.
3. Submit each specific product, class of material, or product separately so these can be
tracked and processed independently. Do not submit Record Data for more than one
system in the same Record Data.
Record Data 01 33 03 - 4
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
4. Submit items specified in different Specification Sections separately unless they are
part of an integrated system.
S. Define abbreviations and symbols used in Record Data.
a. Use terms and symbols in Record Data consistent with the Contract Drawings.
b. Provide a list of abbreviations and their meaning as used in the Record Data.
c. Provide a legend for symbols used on Record Data.
6. Mark Record Data to reference:
a. Related Specification Sections,
b. Drawing number and detail designation,
C. Product designation or name,
d. Schedule references,
e. System into which the product is incorporated, and
f. Location where the product is incorporated into the Project.
B. Submit a Change Proposal per Section 01 31 14 "Change Management" to request
modifications to the Contract Documents, including those for approval of "or equal"
products when specifically allowed by the Contract Documents or as a substitution for
specified products or procedures. Deviations from the Contract Documents can only be
approved by a Modification.
C. Complete the certification required by Paragraph 1.03.
1.09 PCM'S RESPONSIBILITIES
A. Record Data will be received by the PCM, logged, and provided to Owner as the Project
record.
1. Record Data may be reviewed to see that the information provided is adequate for the
purpose intended. Record Data not meeting the requirements of Paragraph 1.02 may
be rejected as unacceptable.
2. Record Data is not reviewed for compliance with the Contract Documents. Comments
may be returned if deviations from the Contract Documents are noted during the
cursory review performed to see that the information is adequate.
3. Contractor's responsibility for full compliance with the Contract Documents is not
relieved by the review of Record Data. Contract modifications can only be approved
by a Modification.
B. PCM may take the following action in processing Record Data:
1. File Record Data as received if the cursory review indicates that the document meets
the requirements of Paragraph 1.02. Document will be given the status of "Filed as
Received" and not further action is required on that Record Data.
Record Data 01 33 03 - 5
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
2. Reject the Record Data for one of the following reasons:
a. The document submittal requirements of the Contract Documents indicate that
the document submitted as Record Data should have been submitted as a Shop
Drawing. The Record Data will be marked "Rejected" and "Submit Shop
Drawing." No further action is required on this document as Record Data and the
Record Data process will be closed. Resubmit the document as a Shop Drawing
per Section 0133 02 "Shop Drawings."
b. The cursory review indicates that the document does not meet the requirements
of Paragraph 1.02. The Record Data will be marked "Rejected" and "Revise and
Resubmit." Contractor is to resubmit the Record Data until it is acceptable and
marked "Filed as Received." When Record Data is filed, no further action is
required and the Record Data process will be closed.
c. The Record Data is not required by the Contract Documents nor is applicable to
the Project. The Record Data will be marked "Rejected" and "Cancel - Not
Required." No further action is required and the Record Data process will be
closed.
C. Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as
Received."
2.00 PRODUCTS (NOT USED)
3.00 EXECUTION (NOT USED)
END OF SECTION
Record Data 01 33 03 - 6
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
01 33 04 CONSTRUCTION PROGRESS SCHEDULE
1.00 GENERAL
1.01 REQUIREMENTS
A. Prepare and submit a Progress Schedule for the Work and update the schedule on a
monthly basis for the duration of the Project.
B. Provide schedule in adequate detail to allow Owner to monitor progress and to relate
document processing to sequential activities of the Work.
C. Incorporate and specifically designate the dates of anticipated submission of documents
and the dates when documents must be returned to the Contractor into the schedule.
D. Assume complete responsibility for maintaining the progress of the Work per the schedule
submitted.
E. Take the requirements of Section 0135 00 "Special Procedures" into consideration when
preparing schedule.
1.02 DOCUMENT SUBMITTAL
A. Submit Progress Schedules in accordance with Section 0133 00 "Submittal Procedures."
B. Submit a preliminary schedule within 10 days after the Notice of Award. The schedule is to
be available at the pre -construction conference.
C. Submit a detailed schedule at least 10 days prior to the first payment request.
D. Submit Progress Schedules updates monthly with Applications for Payment to indicate the
progress made on the Project to that date. Failure to submit the schedule may cause delay
in the review and approval of Applications for Payment. 4-week detailed task schedule to
be updated monthly.
1.03 SCHEDULE REQUIREMENTS
A. Schedule is to be in adequate detail to:
1. Assure adequate planning, scheduling, and reporting during the execution of the
Work;
2. Assure the coordination of the Work of the Contractor and the various Subcontractors
and Suppliers;
3. Assist in monitoring the progress of the Work; and
4. Assist in evaluating proposed changes to the Contract Times and Project schedule.
B. Provide personnel with 5 years' minimum experience in scheduling construction work
comparable to this Project. Prepare the schedule using acceptable scheduling software.
C. Provide the schedule in the form of a computer generated critical path schedule which
includes Work to be performed on the Project. It is intended that the schedule accomplish
the following:
1. Give early warning of delays in time for correction.
Construction Progress Schedule 01 33 04 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
2. Provide detailed plans for the execution of the Work in the form of future activities
and events in sequential relationships.
3. Establish relationships of significant planned Work activities and provide a logical
sequence for planned Work activities.
4. Provide continuous current status information.
5. Allow analysis of the Contractor's program for the completion of the Project.
6. Permit schedules to be revise when the existing schedule is not achievable.
7. Log the progress of the Work as it actually occurs.
D. Prepare a time scaled CPM arrow or precedence diagram to indicate each activity and its
start and stop dates.
1. Develop Milestone dates and Project completion dates to conform to time constraints,
sequencing requirements and Contract completion date.
2. Use calendar day durations while accounting for holidays and weather conditions in
the projection of the duration of each activity.
3. Clearly indicate the critical path for Work to complete the Project.
E. Provide a time scaled horizontal bar chart which indicates graphically the Work scheduled
at any time during the Project. The chart is to indicate:
1. Complete sequence of construction by activity;
2. Identification of the activity by structure, location, and type of Work;
3. Chronological order of the start of each item of Work;
4. The activity start and stop dates;
5. The activity duration;
6. Successor and predecessor relationships for each activity;
7. A clearly indicated single critical path; and
8. Projected percentage of completion, based on dollar value of the Work included in
each activity as of the first day of each month.
F. Provide a schedule incorporating the Schedule of Documents provided in accordance with
Section 0133 00 "Submittal Procedures" indicating:
1. Specific dates each document is to be delivered to the PCM.
2. Specific dates each document must be received in order to meet the proposed
schedule.
3. Allow a reasonable time to review documents, taking into consideration the size and
complexity of the document, other documents being processed, and other factors that
may affect review time.
Construction Progress Schedule 01 33 04 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
4. Allow time for re -submission of each document. Contractor is responsible for delays
associated with additional time required to review incomplete or erroneous
documents and for time lost when documents are submitted for products that do not
meet Specification requirements.
1.04 SCHEDULE REVISIONS
A. Revise the schedule if it appears that the schedule no longer represents the actual progress
of the Work.
1. Submit a written report if the schedule indicates that the Project is more than 30 days
behind schedule. The report is to include:
a. Number of days behind schedule;
b. Narrative description of the steps to be taken to bring the Project back on
schedule; and
c. Anticipated time required to bring the Project back on schedule.
2. Submit a revised schedule indicating the action that the Contractor proposes to take to
bring the Project back on schedule.
B. Revise the schedule to indicate any adjustments in Contract Times approved by
Modification.
1. Include a revised schedule with Change Proposals if a change in Contract Times is
requested.
2. OPT will deem any Change Proposal that does not have a revised schedule and request
for a change in Contract Times as having no impact on the ability of the Contractor to
complete the Project within the Contract Times.
C. Updating the Project schedule to reflect actual progress is not considered a revision to the
Project schedule.
D. Applications for Payment may not be recommended for payment without a revised
schedule and if required, the report indicating the Contractor's plan for bringing the Project
back on schedule.
1.05 FLOAT TIME
A. Define float time as the amount of time between the earliest start date and the latest start
date of a chain of activities on the construction schedule.
B. Float time is not for the exclusive use or benefit of either the Contractor or Owner.
C. Where several subsystems each have a critical path, the subsystem with the longest time of
completion is the critical path and float time is to be assigned to other subsystems.
D. Contract Times cannot be changed by the submission of a schedule. Contract Times can
only be modified by a Change Order or Contract Amendment.
E. Schedule completion date must be the same as the Contract completion date. Time
between the end of construction and the Contract completion date is float time.
Construction Progress Schedule 01 33 04 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
2.00 PRODUCTS (NOT USED)
3.00 EXECUTION (NOT USED)
END OF SECTION
Construction Progress Schedule 01 33 04 - 4
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION
1.00 GENERAL
1.01 WORK INCLUDED
A. Provide a video recording of the Site prior to the beginning of construction.
1. Record the condition of all existing facilities in or abutting the construction area (right-
of-way) including but not limited to streets, curb and gutter, utilities, driveways,
fencing, landscaping, etc.
2. Record after construction staking is complete but prior to any clearing.
3. Provide three (3) copies of the recording, dated and labeled to the PCM before the
start of construction. Provide additional recording as directed by the PCM if the
recording provided is not considered suitable for the purpose of recording pre-existing
conditions.
B. Furnish an adequate number of photographs of the project site monthly to clearly depict
the progress of construction from the last time photographs were taken.
1. Provide a minimum of 20 different views.
2. Photograph significant areas of construction progress.
3. Submit photographs with the monthly pay request.
C. Furnish an adequate number of photographs of the Site to clearly depict the completed
Project. Provide monthly photographs with each pay request.
1. Provide a minimum of 20 different views.
2. Photograph a panoramic view of the entire Site.
3. Photograph all significant areas of completed construction.
4. Completion photographs are not to be taken until all construction trailers, excess
materials, trash, and debris have been removed.
5. Employ a professional photographer approved by the PCM to photograph the Project.
6. Provide one aerial photograph of the Site from an angle and height to include the
entire Site while providing adequate detail.
D. All photographs, video recordings, and a digital copy of this media are to become the
property of the Owner. Photographs or recordings may not be used for publication, or
public or private display without the written consent of the Owner.
1.02 QUALITY ASSURANCE
A. Provide clear photographs and recordings taken with proper exposure. View photographs
and recordings in the field and take new photographs or recordings immediately if photos
of an adequate print quality cannot be produced or video quality is not adequate. Provide
photographs with adequate quality and resolution to permit enlargements.
Video and Photographic Documentation 01 33 05 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
1.03 DOCUMENT SUBMITTAL
A. Submit photographic documentation as Record Data in accordance with Section 0133 00
"Submittal Procedures."
B. Submit two DVDs of the video recording as Record Data in accordance with Section 0133
00 "Submittal Procedures."
2.00 PRODUCTS
2.01 PHOTOGRAPHS
A. Provide photographs in digital format with a minimum resolution of 1280 x 960,
accomplished without a digital zoom.
B. Take photographs at locations acceptable to the PCM.
C. Provide three (3) color prints of each photograph and a digital copy on a DVD of each
photograph taken.
D. Identify each print on back with:
1. Project name.
2. Date, time, location, and orientation of the exposure.
3. Description of the subject of photograph.
E. Submit photograph in clear plastic sheets designed for photographs. Place only one
photograph in each sheet to allow the description on the back to be read without removing
the photograph.
F. Final photographs are to include two 8-by-10-inch glossy color prints for each of ten
photographs selected by the PCM. These photographs are in addition to normal prints.
2.02 VIDEO RECORDING
A. Provide digital format on DVD that can be played with Windows Media Player in common
format in full screen mode.
B. Identify Project on video by audio or visual means.
C. Video resolution shall be 1080p.
D. The quality of the video must be sufficient to determine the existing conditions of the
construction area. Camera panning must be performed while at rest, do not pan the
camera while walking or driving. Camera pans should be performed at intervals sufficient
to clearly view the entire construction area.
E. DVD shall be labeled with construction stationing and stationing should be called out, voice
recorded, in the video.
F. The entire construction area recording shall be submitted at once. Sections submitted
separately will not be accepted.
G. Pump stations, ground storage tanks, water treatment plants, and other Site components
shall be video recorded in an organized sequential order with major components identified.
Video and Photographic Documentation 01 33 05 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
3.00 EXECUTION (NOT USED)
END OF SECTION
Video and Photographic Documentation 01 33 05 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
01 33 06 OPERATION AND MAINTENANCE DATA
1.00 GENERAL
1.01 WORK INCLUDED
A. Prepare a complete and detailed Operation and Maintenance (O&M) Manual for each type
and model of equipment or product furnished and installed under this Contract. Provide
information specifically written for the exact model of equipment or product furnished.
B. Prepare the manuals in the form of an instruction manual for the Owner. The manuals are
to be suitable for use in providing operation and maintenance instructions as required by
Section 0178 35 "Training of Operation and Maintenance Personnel."
C. Provide manuals in addition to information packed with or attached to the product when
delivered. Take information packed with or attached to the product and provide it as an
attachment to the manual.
D. Include cost for O&M Manuals provided by Suppliers and Subcontractors as described in
this Section in the Cost of Work for the equipment package.
1.02 DOCUMENT SUBMITTAL
A. Submit manuals in accordance with Section 0133 00 "Submittal Procedures." Attach a
copy of the Operation and Maintenance Manual Review Report form with pertinent
information completed to each manual.
B. Provide one preliminary electronic copy of the O&M Manual to the Owner/Engineer for
approval within 15 days after approval of any equipment document submittal by the
Owner.
C. Final O&M Manual:
1. Complete the final O&M Manuals after the preliminary manual information has been
approved, all field test records have been provided, and Record Document information
has been completed by the Contractor. Incorporate this information in the final O&M
Manual.
2. Provide one electronic copy and three printed copies of the Final O&M Manual after
approval of the final O&M Manual
1.03 GUARANTEES
A. Provide copies of the Manufacturer's warranties, guarantees, or service agreements in
accordance with Section 0170 00 "Execution and Closeout Requirements."
2.00 PRODUCTS
2.01 MATERIALS
A. Provide digital files for each manual.
1. Provide final documents in Portable Document File (PDF) format in accordance with
the requirements of Section 0133 00 "Submittal Procedures."
Operation and Maintenance Data 01 33 06 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
2. Provide manual text in Microsoft Word and drawing files in their native format to
allow future editing. All files shall be compatible with the latest software version
available.
3. Use filenames that correspond to the equipment designation shown in the Contract
Documents or other equipment designations provided by the OPT.
B. Provide three printed copies of the final manual.
1. Print manuals on 8-1/2 x 11 or 11 X 17, bright white, 24# text quality paper.
a. Reduced drawings and diagrams must be legible and fonts must be equivalent to
10 point font after reduction.
b. Fold 11 x 17 drawings using a tri-fold to equate to 8-1/2 x 11 size when folded.
C. Fold drawings larger than 11 x 17 and place each drawing in a separate clear,
super heavy weight, top loading polypropylene sheet protector designed for ring
binder use. Provide a printed identification label on each sheet protector.
d. Punch paper for standard three-ring binders.
2. Place manuals in heavy duty presentation binders with clear front, back, and spine
covers.
a. Identify each manual by placing a printed cover sheet in the front cover of the
binder and as the first page in the manual. The first page is to be placed in a clear
polypropylene sheet protector. The information on first page and the cover page
are to include:
1) Name of Owner;
2) Project name;
3) Volume number; and
4) Table of Contents.
b. Insert the Project name and volume number into the spine of each manual.
c. Provide sheet lifters for each binder.
d. Binders must be between 2-inch and 3-inch capacity. Fill binders to only three -
fourths of its indicated capacity to allow for addition of materials to each binder
by the Owner.
3. Provide index tabs for each section in the manual constructed of heavy-duty paper
with a reinforced binding edge for each section of the manual. The designation on
each index tab is to correspond to the number and letter assigned in the Table of
Contents.
4. Manuals for several products or systems may be provided in the same binder.
Correlate the data into related groups when multiple binders are used.
Operation and Maintenance Data 01 33 06 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
Sections for each product or system must be included in the same binder.
Sections must be in numerical order from volume to volume.
3.00 EXECUTION
3.01 MANUAL ORGANIZATION AND CONTENTS
A. Provide a table of contents listing each section of the manual for each product or system.
1. Assign a number to each product or system. The number is to correspond to the
Owner's equipment numbering system or other system designated by the OPT. Assign
a corresponding number to each section in the manual.
2. Identify each product or system using the nomenclature shown in the Contract
Documents. Provide a cross reference to the Owner's numbering system and
designations for equipment indicated in the Contract Documents if these are different.
B. Include only the information that pertains to the product or system described. Annotate
each sheet to:
1. Reference the applicable Specification Section and Drawing sheets for each product or
system. Clearly identify the specific products or components installed.
2. Clearly identify the data applicable to the installation using highlighters, clouds or
flags.
3. Delete or strike through references to inapplicable information.
C. Supplement manual information with drawings as necessary to clearly illustrate relations of
component parts of equipment and systems, and control and flow diagrams.
3.02 EQUIPMENT AND SYSTEMS MANUAL CONTENT
A. Provide the following information in the manual:
1. A description of the unit and component parts and how it functions.
2. Operating instructions for pre -startup, startup, normal operations, regulation, control,
shutdown, emergency conditions, and limiting operating conditions.
3. The sequence of operation by the controls manufacturer. Provide control diagrams by
the manufacturer, modified to reflect the as -built, as -installed condition.
4. Include general assembly Contract Drawings, sections, and photographic views as
necessary to completely depict and properly identify the equipment. Indicate the
dimensions, weight, capacity, and design conditions for the equipment.
5. Include detailed information to allow for the proper installation, calibration, testing,
and preventative and corrective maintenance procedures in the second section of the
manual or of each section of the manual information if the manual covers a multi -
component equipment system.
Operation and Maintenance Data 01 33 06 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
6. Maintenance instructions including assembly, installation, alignment, clearances,
tolerances, and interfacing equipment requirements, adjustment, and checking
instructions. Include any special rigging required to place the equipment into place,
and any special test equipment required to place the equipment in service.
7. Include a safety subsection which shall address all safety and tag -out procedures
necessary to safely operate and maintain the equipment.
8. Lubrication schedule and lubrication procedures. Include a cross reference for
recommended lubrication products.
9. Troubleshooting guide.
10. Provide a table showing the schedule of routine maintenance requirements and
seasonal work which is not performed at a set frequency Preventative maintenance
tasking shall address:
a. Daily/weekly inspections performed by operations personnel
b. Routine preventative maintenance scheduled weekly, monthly, quarterly, semi-
annually, or annually through major overhauls by maintenance personnel
C. Predictive maintenance work such as alignment, analysis of the equipment,
vibration, flow, oil sampling, etc.
11. Schedule of routine maintenance requirements.
12. Description of sequence of operation.
13. Warnings for detrimental maintenance practices.
14. Include detailed corrective maintenance procedures.
a. Detail equipment for complete disassembly and assembly
b. Provide cross -sectional drawings or exploded views with all parts numbered to
correspond with the numbers in the parts list to permit identification of the
various parts
c. Provide a table of normal clearances, diameters, thickness of new parts, and
limits permissible for wearing parts.
d. List torque settings for nuts, bolts, and fasteners when critical to the equipment's
performance.
15. Parts lists including:
a. Part numbers for ordering new parts.
b. Assembly illustrations showing an exploded view of the complex parts of the
product.
C. Predicted life of parts subject to wear.
d. List of the manufacturer's recommended spare parts, current prices with effective
date and number of parts recommended for storage.
e. Directory of a local source of supply for parts with company name, address, and
telephone number.
Operation and Maintenance Data 01 33 06 - 4
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
f. Complete nomenclature and list of commercial replacement parts.
g. Complete list of spare parts, spare equipment, tools, and materials that are
turned over to the Owner.
B. Provide equipment name plate data installed on equipment and valves and equipment data
sheets as required and furnished by the Owner in the sixth section of the manual.
C. Provide a copy of warranties and the date the warranty expires for equipment in the
seventh section of the manual.
1. Outline, cross-section and assembly drawings, engineering data, test data, and
performance curves.
2. Control schematics and point to point wiring diagrams prepared for field installation,
including circuit directories of panel boards and terminal strips.
3. Include all necessary diagrammatic piping and wiring diagrams and miscellaneous
Contract Drawings and equipment in the third section of the manual or of each section
of the manual if the manual covers a multi -component equipment system.
4. List of identification nameplates installed on equipment and valve identification per
the Contract Documents.
5. Other information as may be required by the individual Specification Sections.
3.03 ELECTRICAL AND ELECTRONICS SYSTEMS MANUAL
A. Provide all of the information listed in Paragraph 3.02 as appropriate and include the
following information:
1. Control schematics and point to point wiring diagrams prepared for field installation.
2. Circuit directories of panel boards and terminal strips and as installed color coded
wiring diagrams.
3. Other information as may be required by the individual Specification Sections.
3.04 ARCHITECTURAL PRODUCTS MANUAL
A. Provide the following information in the manual:
1. Information required for ordering replacement products.
2. Instructions for care and maintenance.
3. List of the manufacturer's recommended lubricants.
4. The manufacturer's recommendations for types of cleaning agents and methods.
5. Cautions against cleaning agents and methods that are detrimental to the product.
6. Recommended maintenance and cleaning schedule.
B. Final balancing reports for mechanical systems.
C. Other information as may be required by the individual Specification Sections.
Operation and Maintenance Data 01 33 06 - 5
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
END OF SECTION
Operation and Maintenance Data 01 33 06 - 6
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
01 35 00 SPECIAL PROCEDURES
1.00 GENERAL
1.01 CONSTRUCTION SEQUENCE
A. Complete Work within the specified Milestones for these items:
Description
Milestone Date
Liquidated Damages
($/Day)
104' Street, 10" Water Line, and
Substantial completion:
„
8 Sewer Line (Sheet C-1 through
October 291h, 2021
$1,000
C-3)
Milwaukee Avenue 20" Water Line
Substantial completion:
$5,000
(Sheet C-4 through Sheet C-8)
October 291h, 2021
Substantial Completion
As Specified in the
Remainder of Contract
Date Specified in
Contract
Proposal Form
B. Contractor shall prioritize Milwaukee Ave. 20" Water Line, 1041h Street, 1041h Street 10"
Water Line, and 1041h Street 8" Sewer Line.
C. Consider the sequences, duration limitations, and governing factors outlined in this Section
to prepare the schedule for the Work.
D. Perform the Work not specifically described in this Section as required to complete the
entire Project within the Contract Times.
The following sequence is for information only and is intended to represent a general
sequence of construction of major activities in which the work can proceed. The sample
sequence provided in this specification is not intended to represent a complete shutdown
and work plan. Although the Contractor is not obligated to follow the sample sequence as
set forth in this specification, his plan shall conform to the construction constraints specified
herein. Where shutdown or diversion durations are indicated, they refer to one continuous
time period.
1. General Notes:
a. Contractor shall verify location and depth of all utilities prior to construction and
manufacturing of pipe.
b. Contractor shall verify the outside diameter of all existing water lines to be
connected to prior to shop drawing preparation and install. The water line
connections regardless of the installation shall be borne solely on the contractor at
no additional expense to the Owner.
c. Contractor shall support existing utilities as required. Replacement/repair of any
existing utilities shall be at no additional cost to the Owner.
d. Contractor shall contain all working operations within the ROW and working limits
identified. Any pavement damaged by the Contractor's operations that is shown to
be outside of the pavement replacement limits shall be replaced by the contractor
at no additional cost to the Owner.
Special Procedures 01 35 00 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
e. Contractor/Pipe Manufacturer to review existing pipes for thrust and weld existing
pipe joints necessary to provided adequate restraint.
f. Contractor to determine the required number of restrained joints upstream and
downstream of existing pipe, and provided welded restrain or other restrain
approved by the Engineer.
g. Contractor shall coordinate with all residents that are to be taken out of water
service 2 weeks prior to water line shutdown work.
h. Contractor shall coordinate and obtain a ROW permit for all work 4 weeks prior to
work taking place.
i. Contractor shall prepare traffic control plan signed and sealed by a licensed
engineer for each intersection where work is to take place. Approved traffic control
plan must be obtained 4 weeks prior to work taking place.
2. 191h Street and Indiana Ave. Area
a. Work Associated with 191h Street and Indiana Ave. Intersection
1). Obtain approved traffic control permit for work taking place in this intersection.
2). Excavate and verify existing location and depth of all utilities prior to
construction and manufacturing of pipe, valves, and line stop. Verify the
outside diameter of all existing water lines to be connected to prior to shop
drawing preparation and install.
3). 16", 24", 30" Water Line Shutdown
a). Install 16" Line Stops (2) on Existing 16" Water Line Along 19th Street
b). Install 30" Line Stop (1) on Existing 30" Water Line along Indiana Avenue
north of 19th Street
c). Refer to 1.03 Critical Operations for Length of Time and Time of Year Water
Lines can be out of service.
d). Install 30" Butterfly Valve on Existing 30" Water Line along Indiana Avenue
north of 19th Street
e). Remove Existing 24" Butterfly Valve and Install 24" Restrained Flanged
Coupling Adapter within Existing Valve Vault
f). Install Proposed 16" and 24" Water Lines along 19th Street from STA 1+00 to
STA 1+27 including connections to existing 16" and 24" Water Lines and
including 12" valve installed at STA 1+27.
g). Remove 16" and 30" Line Stops.
h). Bring water system back into service.
4). Surface Repair
a). Install high early strength flowable fill (31 23 23.34 — 2.02.A) within
excavation up to subgrade of pavement repair.
Special Procedures 01 35 00 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
b). Install high early strength concrete repair (03 30 00 — 2.02.13.2). New
finished pavement must be installed and ready to accept traffic within 3
days following completion of water line shutdown.
b. Work Associated with 12" Water line Along Indiana Ave. between 19th Street and
22nd Street
1). Install remainder of 12" Water Line along Indiana Ave. (STA 1+27 to STA 12+90)
within 8 weeks of completion of work within 191h Street and Indiana Ave.
Intersection. This includes final surface repair.
3. 50th Street and Indiana Ave. Area
a. Work Associated with 50th Street and Indiana Ave. Intersection — Permanent 16"
Line Stop
1). Obtain approved traffic control permit for work taking place in this intersection.
2). Excavate and verify existing location and depth of all utilities prior to
construction and manufacturing of pipe, valves, and line stop. Verify the
outside diameter of all existing water lines to be connected to prior to shop
drawing preparation and install.
3). 16" Permanent Line Stop Work
a). Install the permanent 16" Line Stop on the Existing 16" Water Line Along
50th Street
b). Refer to 1.03 Critical Operations for Length of Time and Time of Year Water
Lines can be out of service. This work is only allowed to take place nightly
over a consecutive period of days from Thursday through Monday. Traffic
control must be installed and removed on a daily basis to allow unimpeded
traffic flow during normal daylight hours.
c). Survey X,Y, and Z coordinates of the top of the Line Stop and submit to
Owner and Engineer for records.
4). Surface Repair
a). Install high early strength flowable fill (31 23 23.34 — 2.02.A) within
excavation up to subgrade of pavement repair.
b). Install high early strength concrete repair (03 30 00 — 2.02.13.2). New
finished pavement must be installed and ready to accept traffic within 3
days following completion of water line shutdown.
4. 82nd Street Area
a. Work Associated with 82nd Street from Memphis Ave. intersection to Indiana Ave.
Intersection — Within Line Stop Window
1). Obtain approved traffic control permit for work taking place along 82nd Street.
2). Excavate and verify existing location and depth of all utilities prior to
construction and manufacturing of pipe, valves, and line stop. Verify the
outside diameter of all existing water lines to be connected to prior to shop
drawing preparation and install.
Special Procedures 01 35 00 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
3). 24" and 36" Water Line Shutdown
a). Install 24" Line Stop (1) and 36" Line Stop (1) on Existing 24" and 36" Water
Lines Along 82n1 Street
b). Refer to 1.03 Critical Operations for Length of Time and Time of Year Water
Lines can be out of service.
c). Install 24" Butterfly Valve on Existing 24" Water Line at the Indiana Avenue
and 82nd Street Intersection. Also install 24"X12" Tee and 12" Gate Valve
(Water Line B).
d). Remove Existing 24" Butterfly Valve and Existing 24"X36" Reducer west of
the Memphis Avenue and 82nd Street Intersection.
e). Install 24" Butterfly Valve and 24"X36" Reducer west of the Memphis
Avenue and 82nd Street Intersection.
f). Install 24"X12" Tapping Saddle and Valve on Existing 24" Water Line (Water
Line A)
g). Leave 12" Gate Valves installed off new 24" Water Line closed.
h). Remove 24" and 36" Line Stops.
i). Bring water system back into service.
4). Surface Repair
a). Install flowable fill within excavation up to subgrade of pavement repair.
b). Install high early strength concrete repair (03 30 00 — 2.02.13.2). New
finished pavement must be installed and ready to accept traffic within 3
days following completion of water line shutdown.
b. Work Associated with 82n1 Street and Indiana Ave. Intersection —Associated with
14" Water Line Shutdown
1). Obtain approved traffic control permit for work taking place in this intersection.
2). Excavate and verify existing location and depth of all utilities prior to
construction and manufacturing of pipe, valves, and line stop. Verify the
outside diameter of all existing water lines to be connected to prior to shop
drawing preparation and install.
3). 4" and 14" Water Line Shutdown
a). City crews to isolate existing 14" Water Line
b). Refer to 1.03 Critical Operations for Length of Time and Time of Year Water
Lines can be out of service.
c). Install remainder of Water Line A and B.
d). Install Water Line C.
e). Bring water system back into service.
4). Surface Repair
Special Procedures 01 35 00 - 4
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
a). Install high early strength flowable fill (31 23 23.34 — 2.02.A) within
excavation up to subgrade of pavement repair.
b). Install high early strength concrete repair (03 30 00 — 2.02.13.2). New
finished pavement must be installed and ready to accept traffic within 3
days following completion of water line shutdown.
1.02 CRITICAL OPERATIONS
A. The Owner has identified critical operations that must not be out of service longer than the
designated maximum out of service time and/or must be performed only during the
designated times. These have been identified in the table below:
Max. Time
Liquidated
Critical Operation
Out of
Operation Can
Damages
Operation
Be Shut Down
($/hour)
Time of Week:
19t" Street Work
Between 6pm on a
• 16" Water Line
Friday and 6am on a
60 hours
Monday
$500/hour
• 24" Water Line
Time of Year:
• 30" Water Line
November 15t", 2021
—April 15t", 2022
Time of Week:
Nightly Shutdowns
Between 8pm and
501" Street Work
6am Thursday, Friday,
50 hours
Saturday, Sunday, and
$500/hour
• 16" Water Line
Monday
Time of Year:
November 15t", 2021
—April 151", 2022
Time of Week:
82nd Street Work
Between 6pm on a
• 14" Water Line
Friday and 6am on a
60 hours
Monday
$500/hour
• 24" Water Line
Time of Year:
• 36" Water Line
November 15t", 2021
—April 15t", 2022
B. Submit a written Plan of Action per Section 01 31 13 "Project Coordination" for approval for
critical operations.
C. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner's
normal operations have been restored.
D. Provide additional manpower and equipment as required to complete the Work affecting
critical operations within the allotted time.
E. Liquidated damages will be assessed if Work on critical operations is not completed within
the time indicated.
Special Procedures 01 35 00 - 5
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
1.03 OWNER ASSISTANCE
A. The Owner will assist the Contractor in water line isolation, de -watering and refilling. The
Contractor will be responsible for connection and disinfection.
1.04 SHUT DOWNS AND PLANS OF ACTION
A. Shut downs of operations or equipment must be planned and scheduled.
1. Submit a written plan of action for approval for shutting down essential services. These
include:
a. Tie -In to 14" and larger pipelines.
b. Water for testing and filling
c. Disposal of water
2. Describe the following in the Plan of Action:
a. Construction necessary
b. Utilities, piping, or services affected
c. Length of time the service or utility will be disturbed
d. Procedures to be used to carry out the work
e. Plan of Action to handle emergencies
f. Contingency plan that will be used if the original schedule cannot be met
g. Time and procedure required for filling and draining pipelines
3. Tie-ins to existing pipelines may require disposal of water in pipelines where isolation
valves are not available. The Contractor shall be responsible for determining a plan of
action to dispose of water and make the tie-in. Others will refill the pipeline, if
necessary.
4. Plan must be received by the Owner two (2) weeks prior to beginning the work.
1.02 DISPOSAL OF EXCESS EXCAVATED MATERIAL
The Contractor is responsible for properly disposing of all excess excavated material in
accordance with all federal, state and local laws, ordinances, statutes, etc. Where indicated on
the plans, excess material may be disposed on the site.
END OF SECTION
Special Procedures 01 35 00 - 6
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
014000 QUALITY MANAGEMENT
1.00 GENERAL
1.01 CONTRACTOR'S RESPONSIBILITIES
A. Review the OPT's Quality Management Program and prepare and submit the Contractor's
Quality Control Plan.
B. Implement the Contractor's Quality Control Plan to control the quality of the Work and
verify that the Work meets the standards of quality established in the Contract Documents.
1. Inspect products to be incorporated into the Project. Ensure that Suppliers have
adequate quality control systems to ensure that products that comply with the
Contract Documents are provided.
2. Integrate quality control measures into construction activities to produce Work which
meets quality expectations of the Contract Documents. Inspect the Work of the
Contractor, Subcontractors, and Suppliers. Correct Defective Work.
3. Provide and pay for the services of an approved professional materials testing
laboratory acceptable to the OPT to provide testing that demonstrates that products
proposed in Shop Drawings and Record Data for the Project fully comply with the
Contract Documents.
4. Provide facilities, equipment, and Samples required for quality control inspections and
tests:
Give the PCM adequate notice before proceeding with Work that would interfere
with inspections or testing;
Notify the PCM and testing laboratories prior to the time that testing is required,
providing adequate lead time to allow arrangements for inspections or testing to
be made;
C. Do not proceed with any Work that would impact the ability to correct defects or
Work that would require subsequent removal to correct defects until testing
services have been performed and results of tests indicate that the Work is
acceptable;
d. Cooperate fully with the performance of sampling, inspection, and testing;
e. Provide personnel to assist with sampling or to assist in making inspections and
field tests;
f. Obtain and handle Samples for testing at the Site or at the production source of
the product to be tested;
Provide adequate quantities of representative products to be tested to the
laboratory at the designated locations;
Provide facilities required to store and cure test Samples;
Provide calibrated scales and measuring devices for the OPT's use in performing
inspections and testing;
Quality Management 0140 00 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
j. Provide adequate lighting to allow OPT observations; and
k. Make Contract Documents available to testing agencies when requested.
S. Provide safe access for all inspection and testing activities, including those to be
conducted as part of the OPT's Quality Management Program.
6. Document Defective Work though Certified Test Reports and Defective Work Notices.
Document that corrective actions have been taken to correct any defects and that
corrected Work is in compliance with the Contract Documents.
7. Apply quality control measures to documentation provided for the Project.
8. Implement countermeasures to prevent future Defective Work.
C. Perform tests as indicated in this and other Sections of the Specifications. Technical
Specifications govern if any testing and inspection requirements of this Section conflict with
the testing and inspection requirements of the technical Specifications.
D. All verification testing is to be observed by the PCM or designated representative.
E. Send test reports to the PCM.
F. Provide an update on quality control activities at monthly progress meetings required by
Section 01 31 13 "Project Coordination."
G. Owner will withhold payment for Defective Work, or Work that has not been tested or
inspected in accordance with the Contractor's Quality Control Plan, the OPT's Quality
Control Program, or the Contract Documents.
H. Work performed that is connected or adjacent to Defective Work or Work that would have
to be removed to correct Defective Work is also considered to be Defective. Contractor is
responsible for all cost with replacing any acceptable Work that must be removed, or might
be damaged by corrective actions.
1.02 QUALITY MANAGEMENT ACTIVITIES BY THE OPT
A. OPT will perform its own quality assurance tests independent of the Contractor's Quality
Control Program. Assist the OPT and testing organizations in performing quality assurance
activities per Paragraph 1.01.
B. Quality assurance testing performed by the OPT will be paid for by the Owner, except for
verification testing required per Paragraph 1.07.
C. Quality assurance activities of the OPT, through their own forces or through contracts with
consultants and materials testing laboratories are for the Owner's purpose. Quality
assurance activities or non-performance of quality assurance activities by the OPT do not:
1. Relieve the Contractor of its responsibility to provide Work or furnish products that
conform with the requirements of the Contract Documents;
2. Relieve the Contractor of its responsibility for providing adequate quality control
measures;
3. Relieve the Contractor of its responsibility for damage to or loss of Work or products
before OPT's acceptance;
4. Constitute or imply OPT's acceptance; and
Quality Management 0140 00 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
5. Affect the continuing rights of the Owner after OPT's acceptance of the completed
Work.
D. The cost for re -testing of failed tests shall be paid for by the Contractor.
Work is subject to OPT's quality assurance observations or testing at any time. Products
which have been tested or inspected and approved by OPT at a supply source or staging
area may be inspected or tested again by the OPT before, during or after incorporation into
the Work and rejected if products do not comply with the Contract Documents.
The OPT will perform the following tests as part of its Quality Assurance program:
Test
Frequency
Notes
Soils Proctor
1
Each soils type (Anticipate 20)
Embedment Proctor
1
Each embedment type (Anticipate 2)
Pipeline Density Testing
4
In trench every 200 LF (Anticipate 15)
Pipe Welding (CWI)
Random
Mag-particle/Visual on random welds
Structural Concrete
4
Cylinders every 50 CY
Structural Welding (CWI)
All
Structural Steel : Mag-particle/Visual
Soils Density Testing
2
Every 100 SY
Flowable Fill
3
Cylinders every 50 CY
1.03 CONTRACTOR'S USE OF OPT'S TEST REPORTS
A. OPT has prepared a Quality Management Plan that describes, in general, the OPT's
anticipated quality assurance testing program for this Project. This testing program will be
made available to Offerors during the proposal phase. This plan outlines only the testing in
general terms and may not reflect actual testing. Actual testing will depend on the
Contractors means, methods and procedures of construction which will not be known until
the Contractor begins Work and submits their own Quality Control Plan for review. There is
no guarantee that all testing will be performed.
B. Contractor will receive copies of all test reports documenting OPT's quality assurance
activities. Contractor is entitled to rely on the accuracy of these tests results and use these
as part of their quality control efforts.
C. Contractor is to determine additional testing or inspections that may be required to
implement the Contractor's Quality Control Plan. Include cost for additional testing and
inspections required to meet Contractors quality control obligations, including the cost for
correcting Defective Work in the Contract Price.
D. Contractor may submit a Change Proposal if OPT's quality assurance testing program
deviates significantly from the OPT's Quality Management Plan, and Contractor can
demonstrate that additional cost was incurred to implementing the Contractor's Quality
Control Plan resulting from these deviations.
Quality Management 0140 00 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
1.04 DOCUMENTATION
A. Provide documentation which includes:
1. Contractor's Quality Management Plan that establishes the methods of assuring
compliance with the Contract Documents. Submit this plan as a Shop Drawings per
Section 0133 02 "Shop Drawings."
2. A Statement of Qualification for any proposed testing laboratories that includes a list
of the engineers and technical staff that will provide testing services on the Project,
descriptions of the qualifications of these individuals, list of tests that can be
performed, equipment used with date of last certification, and a list of recent projects
for which testing has been performed with references for those projects.
3. Provide Certified Test Reports for products to be incorporated into the Project.
Provide reports to indicate that proposed products comply with the Contract
Documents or indicate that proposed products do not comply with the Contract
Documents and why it does not comply. Submit these test reports as part of a Shop
Drawings submitted per Section 0133 02 "Shop Drawings."
4. Provide Certified Test Reports for inspection and testing required in this Section and in
other Specification Sections. Provide reports to indicate that Work complies with the
Contract Documents or indicate that Work does not comply with the Contract
Documents they are not in compliance and why it does not comply. Submit these test
reports on forms provided per Section 0133 00 "Submittal Procedures."
1.05 STANDARDS
A. Provide testing laboratories that comply with the American Council of Independent
Laboratories (ACIL) "Recommended Requirements for Independent Laboratory
Qualifications."
B. Perform testing per recognized test procedures as listed in the various Sections of the
Specifications, standards of the State Department of Highways and Public Transportation,
American Society of Testing Materials (ASTM), or other testing associations. Perform tests
in accordance with published procedures for testing issued by these organizations.
1.06 DELIVERY AND STORAGE
A. Handle and protect test specimens of products and construction materials at the Site in
accordance with recognized test procedures. Provide facilities for storing, curing,
processing test specimens as required by test standard to maintain the integrity of
Samples.
1.07 VERIFICATION TESTING FOR CORRECTED DEFECTS
A. Provide verification testing on Work performed to correct Defective Work to demonstrate
that the Work is now in compliance with the Contract Documents. Document that
Defective Work has been corrected and verify that the PCM closes the item in the Defective
Work Register.
B. Pay for verification testing. OPT may perform verification testing as part of their Quality
Management Program and impose a Set-off to recover the cost for this testing.
Quality Management 0140 00 - 4
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
C. Conduct the same tests or inspections used to determine that the original Work was
Defective. Different tests or methods may be used if approved by the OPT.
1.08 TEST REPORTS
A. Certified Test Reports are to be prepared for all tests.
1. Tests performed by testing laboratories may be submitted on their standard test
report forms if acceptable to the OPT. These reports must include the following:
a. Name of the Owner, Project title and number and Contractor;
b. Name of the laboratory, address, and telephone number;
C. Name and signature of the laboratory personnel performing the test;
d. Description of the product being sampled or tested;
e. Date and time of sampling, inspection, and testing;
f. Date the report was issued;
g. Description of the test performed;
h. Weather conditions and temperature at time of test or sampling;
i. Location at the Site or structure where the test was taken;
j. Standard or test procedure used in making the test;
k. A description of the results of the test;
I. Statement of compliance or non-compliance with the Contract Documents; and
m. Interpretations of test results, if appropriate.
2. Submit reports on tests performed by Contractor, Subcontractors or Suppliers on the
forms provided by the PCM.
3. OPT will prepare test reports on test performed by the OPT.
B. Send test report to PCM within 24 hours of completing the test. Flag tests reports with
results that do not comply with Contract Documents for immediate attention.
C. Payment for Work may be withheld until test reports indicate that the Work is not
Defective.
1.09 DEFECTIVE WORK
A. Immediately correct any Defective Work or notify the PCM why the Work is not to be
corrected immediately and when corrective action will be completed.
B. No payment will be made for Defective Work. Remove Work from the Application for
Payment if Work paid for on a previous Application for Payment is found to be Defective.
1.10 LIMITATION OF AUTHORITY OF THE TESTING LABORATORY
A. The testing laboratory representatives are limited to providing testing services and
interpreting the results of the test performed.
Quality Management 0140 00 - 5
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
B. The testing laboratory is not authorized to:
1. Alter the requirements of the Contract Documents;
2. Accept or reject any portion of the Work;
3. Perform any of the duties of the Contractor; or
4. Direct or stop the Work.
1.11 QUALITY CONTROL PLAN
A. Submit the Contractor's Quality Control Plan for approval as a Shop Drawing per Section 01
33 02 "Shop Drawings." Use Contractor's Quality Control Plan Checklist provided to review
the document before submitting and include a copy of the completed checklist with the
Contractor's Quality Control Plan. Do not begin Work until the Contractor's Quality Control
Plan is approved. Submit an interim plan covering only the portion of Work to be
performed if the Contractor plans to begin Work prior to submitting the Contractor's
Quality Control Plan for the Project. Do not begin Work on other parts of the Project until
the Contractor's Quality Control Plan is approved or another interim plan covering the
additional Work to be started is approved.
B. Provide a Contractor's Quality Control Plan that incorporates construction operations at
both the Site and production Work at remote locations and includes Work by
Subcontractors and Suppliers. The Contractor's Quality Control Plan is to include:
1. A description of the quality control organization, including an organization chart
showing lines of authority to control the quality of Work;
2. Documentation describing name, qualifications (in resume format), duties,
responsibilities, and level of authority of the Quality Control Manager;
3. The name, qualifications (in resume format), duties, responsibilities, and authorities of
other persons assigned a quality control function;
4. Procedures for scheduling, reviewing, certifying, and managing documentation,
including documentation provided by Subcontractors and Suppliers;
5. Control, verification, and acceptance testing procedures for each specific test. Include:
a. Name of tests to be performed,
b. Specification paragraph requiring test,
c. Parameters of Work to be tested,
d. Test frequency,
e. Persons responsible for each test, and
f. Applicable industry testing standards and laboratory facilities to be used for the
test;
6. Integrate the OPT quality assurance testing into the Contractor's Quality Control Plan,
specifically identifying the tests or inspections in Paragraph 1.11.13.5 that will be
provided by the OPT as part of their Quality Management Program;
7. Procedures for tracking and documenting quality management efforts.
Quality Management 0140 00 - 6
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
8. Procedures for tracking Defective Work from initial identification through acceptable
corrective action. Indicate how documentation of the verification process for
deficiencies will be made.
9. Reporting procedures which incorporate the use of forms provided by the PCM.
10. The name of the proposed testing laboratories along with documentation of
qualifications per Paragraph 1.04.
C. The Quality Control Manager must have authority to reject Defective Work and redirect the
efforts of the Contractor's Team to prevent or correct Defective Work.
D. Notify the PCM of any changes to the Contractor's Quality Control Plan or quality control
personnel.
Meet with the OPT 7 days after Contractor's Quality Control Plan is submitted and before
start of construction to discuss the Contractor's Quality Control Plan and expedite its
approval.
2.00 PRODUCTS (NOT USED)
3.00 EXECUTION
3.01 IMPLEMENT CONTRACTOR'S QUALITY CONTROL PLAN
A. Perform quality control observations and testing as required in each Section of the
Specifications and where indicated on the Drawings.
B. Includes the following phases for each definable Work task. A definable Work task is one
which is separate and distinct from other tasks, has separate control requirements, may be
provided by different trades or disciplines, or may be Work by the same trade in a different
environment.
1. Planning Phase: Perform the following before beginning each definable Work task:
a. Review the Contract Drawings.
b. Review documents and determine that they are complete in accordance with the
Contract Documents.
C. Check to assure that all materials and/or equipment have been tested, submitted,
and approved.
d. Examine the work area to assure that all required preliminary Work has been
completed and complies with the Contract Documents.
e. Examine required materials, equipment, and Sample Work to assure that they are
on hand, conform to Shop Drawings and Record Data, and are properly stored.
f. Review requirements for quality control inspection and testing.
g. Discuss procedures for controlling quality of the Work. Document construction
tolerances and workmanship standards for the Work task.
h. Check that the portion of the plan for the Work to be performed incorporates
document review comments.
Quality Management 0140 00 - 7
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
Discuss results of planning phase with the PCM. Conduct a meeting attended by
the Quality Control Manager, the PCM, superintendent, other quality control
personnel as applicable, and the foreman responsible for the Work task. Instruct
applicable workers as to the acceptable level of workmanship required in order to
meet the requirements of the Contract Documents. Document the results of the
preparatory phase actions by separate meeting minutes prepared by the Quality
Control Manager and attached to the quality control report.
Do not move to the next phase unless results of investigations required for the
planning phase indicate that requirements have been met.
2. Work Phase: Complete this phase after the Planning Phase:
a. Notify the PCM at least 24 hours in advance of beginning the Work and discuss
the review of the planning effort to indicate that requirements have been met.
b. Check the Work to ensure that it is in full compliance with the Contract
Documents.
c. Verify adequacy of controls to ensure full compliance with Contract Documents.
Verify required control inspection and testing is performed.
d. Verify that established levels of workmanship meet acceptable workmanship
standards. Compare with required Sample panels as appropriate.
Repeat the Work phase for each new crew to work on -site, or any time
acceptable specified quality standards are not being met.
3. Follow-up Phase: Perform daily checks to assure control activities, including control
testing, are providing continued compliance with Contract requirements:
Make checks daily and record observations in the quality control documentation.
b. Conduct follow-up checks and correct all deficiencies prior to the start of
additional Work tasks that may be affected by the Defective Work. Do not build
upon nor conceal Defective Work.
C. Conduct a review of the Work one month prior to the expiration of the correction
period prescribed in the General Conditions with the OPT. Correct defects as
noted during the review.
C. Conduct additional planning and Work phases if:
1. The quality of on -going Work is unacceptable;
2. Changes are made in applicable quality control staff, on -site production supervision or
crews;
3. Work on a task is resumed after a substantial period of inactivity; or
4. Other quality problems develop.
3.02 PVC PRESSURE AND LEAKAGE TEST
A. Perform hydrostatic pressure and leakage tests using methods, and per performance
requirements of AWWA C605 Underground Installation of Polyvinyl Chloride (PVC) Pressure
Pipe and Fittings for Water.
Quality Management 0140 00 - 8
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
1. Test Pressure: 1.5 times working pressure
2. Test Duration: 8 hours
END OF SECTION
Quality Management 0140 00 - 9
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
0145 16.16 HYDROSTATIC TEST
1.00 GENERAL
1.01 WORK INCLUDED
After elevated storage tank yard piping, potable PVC piping or sewerage PVC piping is installed and
backfilled, it shall be subjected to hydrostatic pressure test by raising the pressure to the test
pressure indicated in Paragraph 3.02. Each test plug or bulkhead shall be designed to withstand
the test pressure on either side with only atmospheric pressure on the opposite side. The
Contractor shall install temporary internal test plugs or bulkheads for hydrostatic tests, except
where valves are available for testing. Do not test against a closed valves if differential pressure
exceeds 75 psi.
The Contractor is responsible for procuring and purchasing the water for filling and testing the
pipeline. The City of Lubbock will provide treated water from the nearest fire hydrant. The
contractor shall apply and pay for City issued meter. The contractor will be provided water for
construction activities, water for filling, test and disinfecting one time at no charge. The City issued
meter shall stay on the project site and shall not be used for any other City projects. The Contractor
will provide the necessary piping, connections, valves, pressure reducing and backflow prevention
services required for testing. The Contractor shall coordinate use of water with other Contractors
and the Owner. The Contractor shall leave the pipeline full of water upon completion of the
hydrostatic test, except where internal test plugs must be removed to allow construction to
continue. The Contractor shall provide, pumps, piping and any appurtenances to retrieve the water.
1.02 SUBMTTALS
A. Submit Hydrostatic Pipe Test Reports per Section 0133 00 "Submittal Procedures."
1.03 STANDARDS
A. The applicable provisions of the following standards shall apply as if written here in their
entirety:
American Water Works Association (AWWA)
AWWA M11
Steel Pipe — A Guide for Design and Installation
AWWA C-605
Underground Installation of PVC Pressure Pipe
2.00 PRODUCTS (NOT APPLICABLE)
3.00 EXECUTION
3.01 GENERAL
A. Perform hydrostatic test on steel pipe in accordance with AWWA M11 and the pipe
Supplier's recommendations.
3.02 TEST CONDITIONS
Hydrostatic Test 0145 16.16 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
A. Test pipe at the test pressure for the duration as indicated below for the various pipe
materials:
Pipe Type
Duration(hours)
Test Pressure (psi)
Steel pipe, AWWA C-200
8
1.2 Times Pipe Pressure Class
AWWA C-900
8
1.5 Times Working Pressure
Schedule 80 PVC
8
1.5 Times Working Pressure
Bar -wrapped Concrete Pipe,
g
1.2 Times the Pressure Class
AWWA C-303
3.03 PROCEDURE
A. Pipe:
1. Hydrostatically test the pipe after installation. Test the section of pipe after it has been
installed for no less than 7 days. Slowly fill the line with water and vent all air from the
pipeline during filling.
2. For mortar lined pipe, allow the pipe to stand under a slight pressure for at least 48
hours to allow the lining to become saturated and/or to allow the escape of remaining
air trapped in the line. Examine bulkheads, valves, manholes, flanges, and connections
for leaks during this period.
3. Stop leaks before continuing with the test.
4. Measure water volume during the test if existing valves in the mainline leak during the
test. Measure the water volume leaking from the valve through a meter or by other
means approved by the Owner. Furnish all necessary equipment and include the cost for
this effort in the Contract Price.
5. Expel all air from the pipe before applying the specified test pressure. Provide taps in
the line to expel air from high points where air valves are not provided. These taps must
be made by the pipe manufacturer and approved by the Engineer. Tightly plug the tap
after tests are complete. Include the cost for these taps in the Contract Price.
3.04 EXAMINATION UNDER PRESSURE
A. Inspect the pipe during the test to locate any leaks or breaks, defective joints, cracked or
defective pipe, fittings, or valves. Correct defective Work identified during the pressure
test.
B. Correct all identified leaks even if leakage is within the parameters for permissible make up
water.
C. Test the pipe again after defective Work has been corrected. Repeat the test and correction
of defective Work until satisfactory test results are obtained.
Hydrostatic Test 0145 16.16 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
If during the hydrostatic test, the pressure drops 5 psi or more, the Contractor is to
immediately pump the line back up to test pressure and record the volume of the water to
regain the test pressure.
END OF SECTION
Hydrostatic Test 0145 16.16 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
01 50 00 TEMPORARY FACILITIES AND CONTROLS
PART 1 - GENERAL
1.01 SUMMARY
A. Provide temporary facilities, Contractor's field offices, storage sheds, workshops, and other
facilities needed to complete the Work.
B. Provide temporary utilities needed to support the operation of the facilities and
construction activities.
C. Provide and maintain temporary project identification signs for Owner.
D. Provide temporary informational signs to identify key elements of construction and direct
the flow of traffic.
E. Provide a weatherproof kiosk for display of permits and other notices required by Laws and
Regulations.
1.02 QUALITY ASSURANCE
A. Inspect and test each utility before using facilities. Arrange for all required inspections and
tests by regulatory agencies, and obtain required certifications and permits for use of
facilities.
1.03 DELIVERY, STORAGE, AND HANDLING
A. Transport, unload, and set up all temporary buildings and utilities.
1.04 JOB CONDITIONS
A. Locate buildings and sheds at the Site as indicated or as approved by the OPT.
B. Prepare the Site by removing trees, brush, or debris and performing demolition or grubbing
needed to clear a space adequate for the structures.
C. Provide Contractor's temporary facilities and utilities in time to avoid delays in the
performance of the Work.
D. Provide and maintain temporary facilities and utilities.
E. Operate temporary facilities in a safe and efficient manner.
1. Restrict loads on utilities to operate within their designed or designated capacities.
2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from
developing or existing at the Site.
3. Prevent freezing of pipes, flooding, or the contamination of water.
4. Maintain site security and protection of the facilities.
F. Remove temporary facilities and utilities when construction is complete and removal is
approved by the Construction Manager.
Temporary Facilities and Controls 01 50 00 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
PART 2 - PRODUCTS
2.01 SIGN MATERIALS
A. Provide wood or metal signs in sound condition, structurally adequate to withstand wind
and weather.
B. Provide 3/4-inch exterior grade A/D face veneer plywood with medium density overlay for
sign surface.
C. Provide galvanized or stainless steel bolts, brackets, fasteners, and other hardware.
D. Provide exterior quality coatings.
2.02 OPT FIELD OFFICES
A. A field office for the OPT is not required on this project.
2.03 CONTRACTOR'S FIELD OFFICE
A. Furnish a field office of adequate size for Contractor's use.
B. Subcontractors may provide their own field offices only when space is available on the Site
and the OPT agrees to its size, condition, and location.
C. The temporary construction easements shown in the plans are not for the Contractor's
Field Office. The work limits depicted on the plans are not for the Contractor's Field Office.
D. Notify the Owner's Project Team of the Contractor's Field Office location.
2.04 TEMPORARY STORAGE BUILDINGS
A. Furnish storage buildings of adequate size to store any materials or equipment delivered to
the Site that might be affected by weather.
2.05 TEMPORARY SANITARY FACILITIES
A. Provide sanitary facilities at the Site for the entire duration of the Project. Maintain these
facilities in a clean and sanitary condition at all times, and comply with the requirements of
the local health authority. On large sites, provide portable toilets at such locations so that
no point at the Site will be more than 600 feet from a toilet.
B. Use these sanitary facilities. Do not use restrooms within existing or Owner -occupied
buildings.
2.06 TEMPORARY HEAT
A. Provide heating devices needed to protect buildings during construction. Provide fuel
needed to operate the heating devices and attend the heating devices at all times they are
in operation, including overnight operations.
Temporary Facilities and Controls 01 50 00 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
2.07 TEMPORARY UTILITIES
A. Provide the temporary utilities for administration, construction, testing, disinfection, and
startup of the Work, including electrical power, water, and telephone. Pay all costs
associated with furnishing temporary utilities.
1. Provide a source of temporary electrical power of adequate size for construction
procedures.
Use existing power systems where spare capacity is available. Provide temporary
power connections that do not adversely affect the existing power supply. Submit
connections to the Construction Manager for approval prior to installation.
b. Provide electrical pole and service connections that comply with Laws and
Regulations and the requirements of the power company.
2. Provide temporary water. Potable water may be purchased from City of Lubbock.
3. Provide telephone service to the Site and install telephones inside the Contractor's
and OPT's field offices.
B. Provide power for construction and storage. Provide power to energize space heaters for
stored electrical equipment.
2.08 WATER FOR CONSTRUCTION
A. Provide temporary water. Potable water may be purchased from the Owner by obtaining a
water meter from the Owner and transporting water from a water hydrant. Non -potable
water may be used for hydraulic testing of non -potable basins or pipelines. Include the cost
of water in the Contract Price.
PART 3 - EXECUTION
3.01 LOCATION OF TEMPORARY FACILITIES
A. Locate temporary facilities in areas approved by the Construction Manager. Construct and
install signs at locations approved by the Construction Manager. Install informational signs
so they are clearly visible.
3.02 PROJECT IDENTIFICATION SIGNS
A. Arrange for a professional sign painter to paint and erect a sign for the Site in accordance
with the sign information provided in the Contract Documents or provided by Owner. Sign
will include identification of the OPT and Contractor (including appropriate logos, as
required) and other Project information as determined by the Construction Manager. Paint
sign on a 4-foot by 8-foot by 3/4-inch exterior grade plywood board. Frame plywood with 2
x 4 wood frame and mount on not less than two 4 x 4 posts. House plywood board in a
channel routed 1/2 inch deep in the 2 x 4 frame. Shoulder, glue, and screw corners.
3.03 TEMPORARY LIGHTING
A. Provide temporary lighting inside buildings once buildings are weatherproof.
B. Provide exterior security lighting.
Temporary Facilities and Controls 01 50 00 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
C. Provide lighting that is adequate to perform Work within any space. Temporary lights may
be removed once the permanent lighting is in service.
D. Provide portable flood lights at any time that Work will be performed outside the structure
at night. Provide adequate lighting at any location Work is being performed.
3.04 DRINKING WATER
A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if
bottled drinking water is provided.
B. Pay for water services and maintain daily.
3.05 CONSTRUCTION FENCE
A. Install and maintain a chain -link construction fence around the Site and off -site storage
yards. Fence must be a minimum 6 feet high. Provide gates with padlocks.
3.06 REMOVAL OF TEMPORARY FACILITIES
A. Remove temporary buildings, sheds, and utilities at the conclusion of the Project and
restore the Site to original condition or finished condition in accordance with the Drawings.
B. Remove informational signs upon completion of construction.
C. Remove project identification signs, framing, supports, and foundations upon completion
of the Project.
3.07 MAINTENANCE AND JANITORIAL SERVICE
A. Maintain signs and supports in a neat, clean condition. Repair damage to structures,
framings, or signs.
B. Repair any damage to Work caused by placement or removal of temporary signage.
END OF SECTION
Temporary Facilities and Controls 01 50 00 - 4
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
01 57 00 TEMPORARY CONTROLS
1.00 GENERAL
1.01 WORK INCLUDED
A. Provide labor, materials, equipment, and incidentals necessary to construct temporary
facilities to provide and maintain control over environmental conditions at the Site.
Remove temporary facilities when no longer needed.
B. Construct temporary impounding works, channels, diversions, furnishing and operation of
pumps, installing piping and fittings, and other construction for control of conditions at the
Site. Remove temporary controls at the end of the Project.
C. Prepare a Storm Water Pollution Prevention Plan (SWPPP) as required by Texas Pollutant
Discharge Elimination System (TPDES) General Permit No. TXR150000 for stormwater
discharges from construction activities. Comply with all requirements of the Texas
Commission on Environmental Quality (TCEQ) and Laws and Regulations. File required legal
notices and obtain required permits prior to beginning any construction activity. This
SWPPP must be signed and sealed by a professional engineer licensed in the state of
Texas.
D. Provide labor, materials, equipment, and incidentals necessary to prevent stormwater
pollution for the duration of the Project. Provide and maintain erosion and sediment
control structures as required to preventive sediment and other pollutants from the Site
from entering any stormwater system including open channels. Remove pollution control
structures when no longer required to prevent stormwater pollution.
1.02 QUALITY ASSURANCE
A. Construct and maintain temporary controls with adequate workmanship using durable
materials to provide effective environmental management systems meeting the
requirements of the Contract Documents and Laws and Regulations. Use materials that
require minimal maintenance to prevent disruption of construction activities while
providing adequate protection of the environment.
B. Periodically inspect systems to determine that they are meeting the requirements of the
Contract Documents.
1.03 DOCUMENT SUBMITTAL
A. Provide documents requiring approval by the OPT as Shop Drawings in accordance with
Section 0133 02 "Shop Drawings."
B. Provide copies of notices, records, and reports required by the Contract Documents or
Laws and Regulations as Record Data in accordance with Section 0133 03 "Record Data."
1.04 STANDARDS
A. Provide a SWPPP that complies with all requirements of TPDES General Permit No.
TXR150000 and any other applicable Laws and Regulations.
Temporary Controls 01 57 00 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
1.05 PERMITS
A. Submit the following to the TCEQ and the Operator of any Municipal Separate Storm Sewer
System (MS4) receiving stormwater discharges from the Site:
1. Notice of Intent (N01) at least 48 hours prior to beginning construction activity.
Construction activity may commence 24 hours after the submittal of an electronic N01.
2. Notice of Change (NOC) letter when relevant facts or incorrect information was
submitted in the NOI, or if relevant information in the NOI changes during the course
of construction activity.
3. Notice of Termination (NOT) when the construction Project has been completed and
stabilized.
B. Post a copy of the NOI at the Site in a location where it is readily available for viewing by
the general public and as required by Laws and Regulations prior to starting construction
activities and maintain the posting until completion of the construction activities.
C. Maintain copies of a schedule of major construction activities, inspection reports, and
revision documentation with the SWPPP.
D. The Owner shall be jointly listed as primary operator on the permit
E. Submit a hard copy of the SWPPP and the NOI to the City of Lubbock, for review,
approval, and signature before any field work is started.
1.06 STORMWATER POLLUTION CONTROL
A. Comply with the current requirements of TPDES General Permit No. TXR150000 as set forth
by the TCEQ for the duration of the Project:
1. Develop a SWPPP meeting all requirements of the TPDES General Permit.
2. Submit of a Notice of Intent to the TCEQ.
3. Develop and implement appropriate Best Management Practices as established by
local agencies of jurisdiction.
4. Provide all monitoring and/or sampling required for reporting to the TCEQ.
5. Submit reports to the TCEQ as required as a condition of the TPDES General Permit.
6. Submit copies of the reports to the PCM as Record Data in accordance with Section 01
33 03 "Record Data."
7. Retain copies of these documents at the Site at all times for review and inspection by
the OPT or regulatory agencies. Post a copy of the permit as required by Laws and
Regulations.
8. Assume sole responsibility for implementing, updating, and modifying the TPDES
General Permit per Laws and Regulations for the SWPPP and Best Management
Practices.
B. Use forms required by the TCEQ to file the Notice of Intent. Submit the Notice of Intent at
least 2 days prior to the start of construction. Develop the SWPPP prior to submitting the
Temporary Controls 01 57 00 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
Notice of Intent. Provide draft copies of the Notice of Intent, SWPPP, and any other
pertinent TCEQ submittal documents to Owner for review prior to submittal to the TCEQ.
C. Return any property disturbed by construction activities to either specified conditions or
pre -construction conditions as set forth in the Contract Documents. Provide an overall
erosion and sedimentation control system that will protect all undisturbed areas and soil
stockpiles/spoil areas. Implement appropriate Best Management Practices and techniques
to control erosion and sedimentation and maintain these practices and techniques in
effective operating condition during construction. Permanently stabilize exposed soil and
fill as soon as practical during the Work.
D. Assume sole responsibility for the means, methods, techniques, sequences, and procedures
for furnishing, installing, and maintaining erosion and sedimentation control structures and
procedures and overall compliance with the TPDES General Permit. Modify the system as
required to effectively control erosion and sediment.
E. Retain copies of reports required by the TPDES General Permit for 3 years from date of
Final Completion.
1.07 POLLUTION CONTROL
A. Prevent the contamination of soil, water, or atmosphere by the discharge of noxious
substances from construction operations. Provide adequate measures to prevent the
creation of noxious air -borne pollutants. Prevent dispersal of pollutants into the
atmosphere. Do not dump or otherwise discharge noxious or harmful fluids into drains or
sewers, nor allow noxious liquids to contaminate public waterways in any manner.
B. Provide equipment and personnel and perform emergency measures necessary to contain
any spillage.
1. Contain chemicals in protective areas and do not dump on soil. Dispose of such
materials at off -site locations in an acceptable manner.
2. Excavate contaminated soil and dispose at an off -site location if contamination of the
soil does occur. Fill resulting excavations with suitable backfill and compact to the
density of the surrounding undisturbed soil.
3. Provide documentation to the Owner which states the nature and strength of the
contaminant, method of disposal, and the location of the disposal site.
4. Comply with Laws and Regulations regarding the disposal of pollutants.
C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge,
or sludge -contaminated soil is considered contaminated. Contaminated water must not be
allowed to enter streams or water courses, leave the Site in a non -contained form, or enter
non -contaminated areas of the Site.
1. Pump contaminated water to holding ponds constructed by the Contractor for this
purpose, or discharge to areas on the interior of the Site, as designated by the PCM.
2. Construct temporary earthen dikes or take other precautions and measures as
required to contain the contaminated water and pump to a designated storage area.
3. Wash any equipment used for handling contaminated water or soil within
contaminated areas three times with uncontaminated water prior to using such
Temporary Controls 01 57 00 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
equipment in an uncontaminated area. Dispose of wash water used to wash such
equipment as contaminated water.
1.08 EARTH CONTROL
A. Remove excess soil, spoil materials, and other earth not required for backfill at the time of
generation. Control stockpiled materials to eliminate interference with Contractor and
Owner's operations.
B. Dispose of excess earth off the Site. Provide written approval from the property owner for
soils deposited on private property. Obtain approval of the Owner if this disposal impacts
the use of Site or other easements.
1.09 MANAGEMENT OF WATER
A. Manage water resulting from rains or ground water at the Site. Maintain trenches and
excavations free of water at all times.
B. Lower the water table in the construction area by acceptable means if necessary to
maintain a dry and workable condition at all times. Provide drains, sumps, casings, well
points, and other water control devices as necessary to remove excess water.
C. Provide continuous operation of water management actions. Maintain standby equipment
to provide proper and continuous operation for water management.
D. Ensure that water drainage does not damage adjacent property. Divert water into the
same natural watercourse in which its headwaters are located, or other natural stream or
waterway as approved by the Owner. Assume responsibility for the discharge of water
from the Site.
E. Remove the temporary construction and restore the Site in a manner acceptable to the
PCM and to match surrounding material at the conclusion of the Work.
1.10 DISPOSAL OF HIGHLY CHLORINATED WATER
A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner's
requirements and Laws and Regulation regarding the disposal of contaminated water,
including water with levels of chlorine, which exceed the permissible limits for discharge
into wetlands or environmentally sensitive areas. Comply with the requirements of all
regulatory agencies in the disposal of all water used in the Project. Include a description
and details for disposal of this water in a Plan of Action per Section 0135 00 "Special
Procedures." Do not use the Owner's sanitary sewer system for disposal of contaminated
water.
1.11 WINDSTORM CERTIFICATION
A. All affected materials and installation shall comply with Texas Department of Insurance
Requirements for windstorm resistant construction for design wind speed as required by
IBC 2012. Contractor shall be responsible for contracting with a licensed structural
engineer in the State of Texas to perform all inspections and provide documentation for
windstorm certification to the Texas Board of Insurance. The Contractor shall be
responsible for providing all necessary design/assembly documentation for all new
Temporary Controls 01 57 00 - 4
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
windows, doors, louvers, etc. to the windstorm engineer/inspectors required to conform
with the requirements of the Texas Department of Insurance.
2.00 PRODUCTS
2.01 MATERIALS
A. Provide materials that comply with Laws and Regulations.
3.00 EXECUTION
3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS
A. Construct temporary controls in accordance with Laws and Regulations.
B. Maintain controls in accordance with regulatory requirements where applicable, or in
accordance with the requirements of the Contract Documents.
C. Remove temporary controls when no longer required, but before the Project is complete.
Correct any damage or pollution that occurs as the result of removing controls while they
are still required.
END OF SECTION
Temporary Controls 01 57 00 - 5
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
01 60 00 PRODUCT REQUIREMENTS
1.00 GENERAL
1.01 WORK INCLUDED
A. Provide products for this Project that comply with the requirements of this Section.
Specific requirements of the detailed equipment Specifications govern in the case of a
conflict with the requirements of this Section.
B. Comply with applicable specifications and standards.
C. Comply with size, make, type, and quality specified or as modified per Section 01 31 13
"Project Coordination."
1.02 QUALITY ASSURANCE
A. Design Criteria:
1. Provide products designed for structural stability and operational capability.
2. Provide members designed to withstand loads imposed by installation, erection, and
operation of the product without deformation, failure, or adversely affecting the
operational requirements of the product. Size and strength of materials for structural
members are specified as minimums only.
3. Design mechanical and electrical components for loads, currents, stresses, and wear
imposed by start-up and normal operations of the equipment without deformation,
failure, or adversely affecting the operation of the unit. Mechanical and electrical
components specified for equipment are specified as the minimum acceptable for the
equipment.
B. Coordination:
1. Provide coordination of the entire Project, including verification that structures,
piping, and equipment components to be furnished and installed for this Project are
compatible.
2. Determine that the equipment furnished for this Project is compatible with the
Contract Document requirements and with the equipment and materials furnished by
others.
3. Provide electrical components for equipment that comply with all provisions of the
Contract Documents.
4. Provide protective coatings and paints applied to equipment that are fully compatible
with the final coatings to be field applied in accordance with the Contract Documents.
C. Adapting Substitute Products
1. Drawings and Specifications are prepared for the specified products. Make
modifications to incorporate the products into the Project if a substitution for a
product is requested and approved in accordance with Section 01 31 14 "Change
Management." Pay costs for substitution of products and changes required to adapt
the product for use on this Project.
Product Requirements 01 60 00 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
2. Do not provide a product with a physical size that exceeds the available space.
Consideration may be given to the acceptance of these products or equipment if the
Contractor assumes all costs necessary to incorporate the item and the Designer
approves such revisions.
3. Coordinate electrical requirements for the products to be installed in the Project,
including revisions in electrical equipment components wiring and other elements
necessary to incorporate the component.
1.03 DOCUMENT SUBMITTAL
A. Provide documents in accordance with Section 0133 00 "Submittal Procedures," including:
1. Certificates of Adequacy of Design.
2. Equipment Installation Reports per Section 0175 00 "Starting and Adjusting."
3. Other documentation as required by detailed equipment Specifications.
1.04 STANDARDS
A. The applicable industry standards referenced in the Specifications apply as if written here
in their entirety.
B. Provide items of equipment that use structural and miscellaneous fabricated steel
conforming to the standards of the American Institute of Steel Construction, except where
indicated otherwise.
1.05 GUARANTEES AND WARRANTIES
A. Guarantee and warrant products furnished by the Contractor against:
1. Faulty or inadequate design.
2. Improper assembly or erection.
3. Defective workmanship or materials.
4. Leakage, breakage, or other failure.
B. Guarantee and warrant the products installed under this Contract, including products
furnished by the Owner, against leakage, breakage, or other failure due to improper
assembly or erection and against improper installation of the equipment. The correction
period is as defined in the General Conditions. Individual Specification Sections may have
more stringent warranty requirements than stated in the General Conditions. The most
stringent warranty will be provided in the event of conflicts.
2.00 PRODUCTS
2.01 MATERIALS
A. Design, fabricate, assemble, deliver, store, and install products according to normally
accepted engineering and shop practices, except where a higher standard of quality is
required by the Contract Documents.
Product Requirements 01 60 00 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
B. Manufacture like parts of duplicate units to standard sizes and gages. Like parts are to be
interchangeable.
C. Two or more items of the same kind are to be identical and made by the same Supplier.
D. Provide products suitable for the intended service.
E. Adhere to the equipment capacities, sizes, and dimensions indicated by the Contract
Documents.
F. Do not use products for any purpose other than that for which they were designed.
G. Provide new products unless previously used products are specifically allowed in the
Contract Documents.
H. Provide equipment that has not been in service at any time prior to delivery, except as
required for factory tests.
I. Provide materials suitable for service conditions.
J. Provide tough, close -grained gray iron castings free from blowholes, flaws, or excessive
shrinkage that conform to ASTM A48.
K. Design and provide structural members that are adequate for shock or vibratory loads.
L. Provide steel with a 1/4-inch minimum thickness for all steel which may be totally or
partially submerged during normal operation of the equipment.
M. Chamfer all steel edges to preclude sharp exposed edges.
2.02 ELECTRIC MOTORS
A. Provide equipment with motors that comply with the following requirements unless
detailed equipment Specifications have different requirements:
1. Provide motors designed in compliance with NEMA, ANSI, IEEE, and AFBMA standards
and the NEC for the specific duty imposed by the driven equipment and are
appropriate for the application per these same standards.
2. Provide motors designed for frequent starting duty equivalent to the duty service
required by the driven equipment where frequent starting occurs.
3. Provide motors rated for continuous duty at 40 C ambient unless recognized and
defined by the standards and codes for intermittent duty as a standard industry
practice. Provide motors for which motor temperature rise above 40 C ambient on
continuous operation at nameplate horsepower does not exceed the NEMA limit.
4. Provide motors designed to start with an appropriate starter or variable speed drive.
5. Provide motors designed for motor bearing life based upon the actual operating load
conditions imposed by the driven equipment.
6. Provide motors sized for the altitude of the location where the equipment is to be
installed.
7. Provide motors that meet the following service factor requirements:
Maximum load of 87 percent of the nameplate horsepower for Motors with a 1.0
service factor; and
Product Requirements 01 60 00 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
b. Maximum load of 100 percent of the nameplate horsepower for Motors with a
1.15 service factor.
8. Provide motors that comply with the latest applicable provisions of NEMA MG1 and
are manufactured using the following process when the detailed specifications call for
encapsulated motor windings:
a. Seal the stator assembly by vacuum -pressure impregnation (VPI) of epoxy resin
after stator assembly;
b. Provide two VPI treatments for stator, each treatment consisting of a dip
followed by an oven bake; and
C. Provide a final (third) coating of a durable epoxy varnish suitable for protection
against dust, moisture, and chemical degradation after the final cure for the
stator assembly.
9. Provide motors with a clamp -type grounding terminal inside the motor conduit box.
10. Provide oversized conduit boxes for motors with external conduit boxes.
11. Provide motors with maximum starting current that meets NEMA MG1, Class H.
12. Provide motors with efficiencies that comply with NEMA MG1 for premium efficiency
motors.
13. Provide motors with minimum insulation Type F.
14. Provide motors that are random wound with copper coils.
15. Provide motors rated for the appropriate classification when motors are installed in a
hazardous location.
B. Provide the manufacturer's standard motor on integrally constructed motor driven
equipment such as appliances, hand tools, etc. if redesign of the complete unit would be
required to provide a motor with the specified features.
C. Provide motors within the horsepower ranges indicated below shall be rated and
constructed as follows unless otherwise required by the detailed equipment specifications:
1. Below 1/2 HP:
a. 115-volt, 60-Hz, 1-phase.
b. Dripproof in clean and dry locations; TEFP in all other locations.
C. Permanently lubricated sealed bearings.
d. Built-in manual -reset thermal protector; or furnished with integrally mounted
stainless steel enclosed manual motor -overload switch.
2. 1/2 to 1 HP:
a. 230/460-volt, 60-Hz, 3-phase.
b. Dripproof in clean and dry locations; TEFC in all other locations.
C. Permanently lubricated sealed bearings.
Product Requirements 01 60 00 - 4
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
3. 1-1/2 HP and Above:
a. 208/230/460 --volt, 60-Hz, 3-phase.
b. Dripproof in clean and dry locations; TEFC in all other locations.
c. Oil or grease lubricated anti -friction or oil lubricated sleeve bearings.
d. Vertical motors shall have 15 year average life thrust bearings.
D. Provide space heaters operating on 120-volt, single-phase service for motors with
horsepower ratings of 15 horsepower or greater.
2.03 EQUIPMENT APPURTENANCES
A. Provide a safety guard covering all side on belt or chain drives, fan blades, couplings, and
other moving or rotating parts:
1. Fabricate safety guards from 16 USS gage or heavier galvanized or aluminum -clad
sheet steel or 1/2-inch mesh galvanized expanded metal;
2. Design guards for easy installation and removal;
3. Provide galvanized supports and accessories for each guard;
4. Provide stainless steel bolts and hardware; and
5. Provide safety guards designed to prevent the entrance of rain and dripping water in
outdoor locations.
2.04 ANCHOR BOLTS
A. Provide suitable anchor bolts for each product.
B. Provide anchor bolts with templates or setting drawings in time to permit casting the
anchor bolts in the concrete when concrete is placed.
C. Provide two nuts for each bolt.
D. Provide anchor bolts for products mounted on baseplates that are long enough to permit 1-
1/2 inches of grout beneath the baseplate and to provide adequate anchorage into
structural concrete.
E. Provide stainless steel anchor bolts, nuts, and washers.
2.05 SPECIAL TOOLS AND ACCESSORIES
A. Furnish tools, instruments, lifting and handling devices, and accessories necessary for
proper maintenance and adjustment that are available only from the product Supplier or
are not commonly available.
2.06 EQUIPMENT IDENTIFICATION PLAQUES
A. Provide a plaque for each piece of equipment in accordance with process and identification
plans and specs
Product Requirements 01 60 00 - 5
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
2.07 LUBRICATION SYSTEMS FOR EQUIPMENT
A. Provide equipment lubricated by systems which:
1. Require attention no more frequently than weekly during continuous operation.
2. Do not require attention during start-up or shutdown.
3. Do not waste lubricants.
B. Provide lubricants to fill lubricant reservoirs and to replace lubricant consumed during
testing, start-up, and operation prior to acceptance of equipment by the Owner.
2.08 INSULATION OF PIPING
A. Insulate all piping on or related to equipment as required to prevent freezing under any
condition. Insulate piping per the manufacturer's written instruction or per requirements
put forth in DIVISION 23 HEATING, VENTILATING, AND AIR CONDITIONING (HVAC)
whichever is more stringent.
3.00 EXECUTION
3.01 INSTALLATION
A. Install equipment including equipment pre -selected or furnished by the Owner. Assume
responsibility for proper installation, start-up and making the necessary adjustments so
that the equipment is placed in proper operating condition per Section 0175 00 "Starting
and Adjusting."
3.02 LUBRICATION
A. Lubricate all products provided or installed for this Project, including products furnished by
the Owner, per the Supplier's written recommendations until the product is accepted by
the Owner.
END OF SECTION
Product Requirements 01 60 00 - 6
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS
1.00 GENERAL
1.01 WORK INCLUDED
A. Comply with requirements of the General Conditions and specified administrative
procedures in closing out the Contract.
1.02 DOCUMENT SUBMITTAL
A. Submit certifications and releases on forms provided.
1.03 SUBSTANTIAL COMPLETION
A. Notify the PCM that the Work or a designated portion of the Work is substantially complete
per the General Conditions. Include a list of the items remaining to be completed or
corrected before the Project will be considered to be complete.
B. OPT will visit the Site to observe the Work within a reasonable time after notification is
received to determine the status of the Project.
C. PCM will notify the Contractor that the Work is either substantially complete or that
additional Work must be performed before the Project will be considered substantially
complete.
1. PCM will notify the Contractor of items that must be completed before the Project will
be considered substantially complete.
2. Correct the noted deficiencies in the Work.
3. Notify the PCM when the items of Work in the PCM's notice have been completed.
4. OPT will revisit the Site and repeat the process.
5. PCM will issue a Certificate of Substantial Completion to the Contractor when the OPT
considers the Project to be substantially complete. The Certificate will include a
tentative list of items to be corrected before Final Payment will be recommended.
6. Review the list and notify the PCM of any objections to items on the list within 10 days
after receiving the Certificate of Substantial Completion.
1.04 FINAL INSPECTION
A. Notify the PCM when:
1. Work has been completed in compliance with the Contract Documents;
2. Equipment and systems have been tested per Contract Documents and are fully
operational;
3. Final Operation and Maintenance Manuals have been provided to the Owner and all
operator training has been completed;
4. Specified spare parts and special tools have been provided; and
5. Work is complete and ready for final inspection.
Execution and Closeout Requirements 01 70 00 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
B. OPT will visit the Site to determine if the Project is complete and ready for Final Payment
within a reasonable time after the notice is received.
C. PCM will notify the Contractor that the Project is complete or will notify the Contractor that
Work is Defective.
D. Take immediate steps to correct Defective Work. Notify the PCM when Defective Work has
corrected. OPT will visit the Site to determine if the Project is complete and the Work is
acceptable. PCM will notify the Contractor that the Project is complete or will notify the
Contractor that Work is Defective.
E. Submit the Request for Final Payment with the closeout documents described in Paragraph
1.06 if notified that the Project is complete and the Work is acceptable.
1.05 REINSPECTION FEES
A. Owner may impose a Set-off against the Application for Payment in accordance with the
General Conditions to compensate the OPT for additional visits to the Project if additional
Work is required.
1.06 CLOSEOUT DOCUMENTS SUBMITTAL
A. Record Documents per Section 01 31 13 "Project Coordination."
B. Keys and keying schedule.
C. Warranties and bonds.
D. Equipment installation reports on equipment.
E. Shop Drawings, Record Data, Operation and Maintenance Manuals, and other documents
as required by the Contract Documents.
F. Specified spare parts and special tools per Section 01 31 00 "Project Management and
Coordination."
G. Certificates of Occupancy, operating certificates, or other similar releases required to allow
the Owner unrestricted use of the Work and access to services and utilities.
H. Evidence of continuing insurance and bond coverage as required by the Contract
Documents.
I. Final Photographs per Section 0133 05 "Video and Photographic Documentation."
1.07 TRANSFER OF UTILITIES
A. Transfer utilities to the Owner when the Certificate of Substantial Completion has been
issued, final cleaning has been completed per Section 0174 23 "Final Cleaning," and the
Work has been occupied by the Owner.
B. Submit final meter readings for utilities and similar data as of the date the Owner occupied
the Work.
Execution and Closeout Requirements 01 70 00 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
1.08 WARRANTIES, BONDS, AND SERVICES AGREEMENTS
A. Provide warranties, bonds, and service agreements required by Section 0133 02 Shop
Drawings or by the individual Specification Sections.
B. The date for the start of warranties, bonds, and service agreements is established per the
General Conditions.
C. Compile warranties, bonds, and service agreements and review these documents for
compliance with the Contract Documents.
1. Provide a log of all equipment covered under the 1 year correction period specified in
the General Conditions and all products for which special or extended warranties or
guarantees are provided. Index the log by Specification Section number on forms
provided. Include items 2.e through 2.g below in the tabulation.
2. Provide a copy of specific warranties or guarantees under a tab indexed to the log.
Each document is to include:
a. A description of the product or Work item;
b. The firm name, with the name of the principal, address, and telephone number;
c. Signature of the respective Supplier or Subcontractor to acknowledge existence
of the warranty obligation for extended warranties and service agreements;
d. Scope of warranty, bond, or services agreement;
e. Indicate the start date for the correction period specified in the General
Conditions for each product and the date on which the specified correction
period expires.
f. Indicate the start date for extended warranties for each product and the date on
which the specified extended warranties period expires.
g. Start date, warranty or guarantee period, and expiration date for each warranty
bond and service agreement;
h. Procedures to be followed in the event of a failure; and
Specific instances that might invalidate the warranty or bond.
D. Submit digital copies of the documents to the PCM for review.
E. Submit warranties, bonds and services agreements within 10 days after equipment or
components placed in service.
2.00 PRODUCTS (NOT USED)
3.00 EXECUTION (NOT USED)
END OF SECTION
Execution and Closeout Requirements 01 70 00 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
01 74 23 FINAL CLEANING
1.00 GENERAL
1.01 WORK INCLUDED
A. This Section specifies administrative and procedural requirements for final cleaning at
Substantial Completion.
B. Perform a thorough cleaning of the Site, buildings, or other structures prior to Owner
occupancy of the buildings, and prior to Final Completion. Leave the Project clean and
ready for occupancy.
1.02 DOCUMENT SUBMITTAL
A. Provide data for maintenance per Section 0133 06 "Operation and Maintenance Data."
1.03 QUALITY CONTROL
A. Use experienced workmen or professional cleaners for final cleaning.
2.00 PRODUCTS
2.01 MATERIALS
A. Furnish the labor and products needed for cleaning and finishing as recommended by the
manufacturer of the surface material being cleaned.
B. Use cleaning products only on the surfaces recommended by the Supplier.
C. Use only those cleaning products which will not create hazards to health or property and
which will not damage surfaces.
3.00 EXECUTION
3.01 FINAL CLEANING
A. Thoroughly clean the entire Site and make ready for occupancy.
1. Remove construction debris, boxes, and trash from the Site.
2. Remove construction storage sheds and field offices.
3. Restore grade to match surrounding condition and remove excess dirt.
4. Sweep all drives and parking lots clean of dirt and debris. Use water trucks or hose
down paved site to like new appearance.
B. Clean floors and inspect for damage.
1. Remove oil, grease, paint drippings, and other contaminants from floors, then mop
repeatedly until thoroughly clean. Replace damaged flooring.
2. Clean resilient flooring with an approved cleaner and provide one coat liquid floor
polish as recommended by the flooring Supplier. Polish to a buffed appearance with
powered floor buffer.
Final Cleaning 01 74 23 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
3. Vacuum all carpets with powered floor sweeper to remove dirt and dust. Remove glue
or other substances from nap of carpet.
C. Clean and polish inside and outside glass surfaces. Wash with window cleaner and water,
apply a coat of high quality glass polish and wipe clean. Do not scratch or otherwise mar
glass surfaces.
D. Clean wall surfaces to remove dirt or scuff marks. Remove excess adhesive along top edges
of wall base. Remove adhesive from surfaces of vinyl wall coverings.
E. Align tile to fit properly in grid and replace cracked or damaged tile. Remove smear marks
and other dirt from tile and clean surface of grid system.
F. Spot paint nicks and other damage. Repaint the wall from inside corner to inside corner if
spot -painting does not blend into the existing color and texture of the surrounding
surfaces. Touch up damaged surfaces on factory finished equipment using special paint
furnished by the manufacturer.
G. Clean plumbing fixtures, valves, and trim. Clean toilet seats and covers. Remove labels and
adhesive from fixtures. Remove floor drains and clean baskets or buckets. Polish strainers
and exposed chrome or brass.
H. Remove dirt, oil, grease, dust, and other contaminants from floors, equipment, and
apparatus in mechanical and electrical rooms with vacuum.
Clean and polish ceramic tile floors and wall surfaces to remove mildew or other stains.
Tuck point Defective joints.
J. Inspect exterior painted surfaces. Spot paint any damaged surfaces.
K. Clean permanent filters and replace disposable filters on heating, ventilating, and air
conditioning systems. Clean ducts, blowers, and coils if units were operated without filters
during construction.
L. Clean roof areas of debris, flush roof drainage systems with water until clear.
M. Broom clean exterior paved surfaces and rake clean other surfaces of the grounds.
N. Clean and polish all electrical equipment and exposed conduits. Remove paint overspray.
Provide a blemish free appearance on all exposed equipment and conduits.
O. Clean/vacuum the inside of all electrical gear/equipment.
IALMIX9]SUVIIII MON
Final Cleaning 01 74 23 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
01 75 00 STARTING AND ADJUSTING
1.00 GENERAL
1.01 WORK INCLUDED
A. Provide step-by-step procedures for starting provided systems, including equipment,
pumps, and processes.
B. Provide pre -start-up inspections by equipment manufacturers.
C. Place each system in service and operate the system to prove performance and to provide
for initial correction of defects in workmanship, calibration, and operation.
D. Provide for initial maintenance and operation.
E. Include costs for starting and adjusting provided by manufacturer's representative in the
Cost of Work for the equipment package.
F. Owner will provide chemicals, if any, required for continued operations.
1.02 DOCUMENT SUBMITTAL
A. Provide the following documents in accordance with Section 0133 00 "Submittal
Procedures":
1. A Plan of Action for testing, checking, and starting equipment per Section 0135 00
"Special Procedures."
2. Equipment Installation Reports on the form provided certifying that the equipment
and related appurtenances have been thoroughly examined and approved for start-up
and operation
3. Operation and Maintenance Manuals per Section 0133 06 "Operation and
Maintenance Data."
1.03 STANDARDS
A. Comply with the specified standards associated with the testing or start-up of equipment.
1.04 SPECIAL JOB CONDITIONS
A. Do not start or test any equipment until the complete unit has been installed and
thoroughly checked.
B. Provide the services of a qualified representative of the manufacturer to attend the tests
and start-up procedures as required by this Section.
C. Do not start or test any equipment until the Preliminary O&M Manual per Section 0133 06
"Operation and Maintenance Data" has been approved.
Starting and Adjusting 01 75 00 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
2.00 PRODUCTS
2.01 TESTING INSTRUMENTATION
A. Provide new instrumentation and testing devices needed to conduct tests for maintenance
and operation as recommended in the Operation and Maintenance Data. This equipment
is to become the property of the Owner and transferred in good working order as a spare
part at Substantial Completion. This equipment is to be calibrated and ready for use during
the start-up procedure and for training provided in accordance with Section 0178 35
"Training of Operation and Maintenance Personnel."
3.00 EXECUTION
3.01 SERVICES OF MANUFACTURER'S REPRESENTATIVES
A. Provide the services of experienced and technically competent representatives of the
manufacturer for inspections, tests, supervision of installation, training, and assistance with
placing equipment in operation.
B. Perform installation, adjustment, and testing of the equipment under the direct supervision
of the manufacturer's representative where specified. Certify that the equipment and
related appurtenances have been thoroughly examined and approved for start-up and
operation in the Equipment Installation Reports.
C. Provide on -site services as necessary for proper and trouble free operation of the
equipment.
3.02 INSPECTION AND STARTUP
A. Inspect equipment prior to placing any equipment or system into operation. Make
adjustments as necessary for proper operation. Do not start or test any apparatus until the
complete unit has been installed and thoroughly checked.
1. Check for adequate and proper lubrication.
2. Determine that parts or components are free from undue stress from structural
members, piping, or anchorage.
3. Adjust equipment for proper balance and operations.
4. Determine that vibrations are within acceptable limits.
5. Determine that equipment operates properly under full load conditions.
6. Determine that the equipment is in true alignment.
7. Ensure that the proper procedure is employed in start-up of systems.
3.03 STARTING REQUIREMENTS
A. Refer to the individual Specification Sections for specific startup procedures.
Starting and Adjusting 01 75 00 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
3.04 INITIAL OPERATION
A. Start, test, and place equipment and systems into operation for 30 days to allow the OPT to
observe the operation and overall performance of the equipment and to determine that
controls function as intended.
B. Operate equipment which is used on a limited or part-time basis in the presence of the OPT
for a period long enough to demonstrate that controls function as specified.
C. Perform acceptance test as specified in individual Specification Sections. Demonstrate that
equipment and systems meet the specified performance criteria.
D. Equipment and systems may be considered as substantially complete at the end of this
initial operation period if the equipment is placed in continuous beneficial use by the
Owner, unless specifically stated otherwise in the individual equipment Specifications.
3.05 INITIAL MAINTENANCE
A. Maintain equipment in accordance with the Operations and Maintenance Manual until
Project is Substantially Complete and provisions have been made by the Owner for
accepting responsibility for equipment operation in accordance with the General
Conditions.
B. Service equipment in accordance with the Operations and Maintenance Manual
immediately before releasing the equipment to the Owner.
END OF SECTION
Starting and Adjusting 01 75 00 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
01 78 35 TRAINING OF OPERATION AND MAINTENANCE PERSONNEL
1.00 GENERAL
1.01 WORK INCLUDED
A. Provide services of Supplier's operation and maintenance training specialists to instruct
Owner's personnel in recommended operation and maintenance procedures for equipment
furnished. Details for training may be established in the Specifications for that equipment.
B. Provide a combination of classroom and hands on training.
C. Training may be conducted at Contractor's or Supplier's facilities provided Contractor pays
for travel, lodging, and per diem costs of the Owner.
D. Record training sessions on video and submit to the Owner on DVD disk in MPEG-4 format
for Owner's later use in instructing Owner's personnel. Include this recording as part of the
final Operations and Maintenance Manual. Provide legal releases or pay additional fees
required to allow training by the manufacturer to be recorded.
Include the cost for training and start-up in the Cost of Work for each equipment package.
1.02 DOCUMENT SUBMITTAL
A. Provide documents in accordance with Section 0133 00 "Submittal Procedures" and
include:
1. Equipment Installation Reports on forms provided;
2. Operation and maintenance manuals per Section 0133 06 "Operation and
Maintenance Data";
3. A lesson plan for training in accordance with Paragraph 3.01.C; and
4. Credentials of manufacturer's proposed operations and maintenance instructors
demonstrating compliance with requirements of Paragraph 1.04.
1.03 SCHEDULING OF TRAINING
A. Coordinate training services with startup and initial operation of equipment on days and
times when Owner is available.
B. Training may be required outside of normal business hours to accommodate schedules of
operations and maintenance personnel.
C. Provide training of Owner's personnel after acceptable preliminary Operation and
Maintenance Data has been approved.
D. Provide a proposed training schedule for review and acceptance by Owner showing all
training required in the Contract Documents. Demonstrate compliance with specified
training requirements relative to number of hours of training, number of training sessions,
and scheduling.
E. Submit initial training schedule at least 60 days before scheduled start of first training
session. Submit final training schedule, incorporating revisions in accordance with Owner's
comments, no later than 30 days prior to starting the first training session.
Training of Operation and Maintenance Personnel 01 78 35 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
F. Owner reserves the right to modify personnel availability for training in accordance with
process or emergency needs.
G. Schedule for training is to be approved by Owner.
1. Schedule training and start-up operations for no more than one piece of equipment or
system at a time.
2. Owner may require re -scheduling of training if operations personnel are not available
for training on a scheduled date.
3. Provide a minimum of 2 weeks' notice if training must be rescheduled.
4. Training is to be limited to 24 hours per week.
5. Time required for training is to be included in the development of the Project
schedule.
H. Schedule and coordinate training for equipment or systems which depend upon other
equipment or systems for proper operation so that trainees can be made familiar with the
operation and maintenance of the entire operating system.
1.04 SERVICES OF SUPPLIER'S REPRESENTATIVE
A. Supplier's instructors shall be factory -trained by the equipment manufacturer.
B. Instructors must have knowledge of the theory of operation and practical experience with
the equipment or system.
C. Instructors must be proficient and experienced in conducting training of the type required
and must have successfully conducted similar training courses.
D. Qualifications of instructors are subject to acceptance by Owner. Provide services of
replacement instructor with acceptable qualifications if Owner does not accept
qualifications of proposed instructor. Include each instructor's resume and specific details
of instructor's operating, maintenance, and training experience relative to the specific
equipment for which instructor will provide training to demonstrate their qualifications.
2.00 PRODUCTS (NOT USED)
3.00 EXECUTION
3.01 OPERATOR TRAINING
A. Provide classroom and hands-on training of the care and operation of the equipment to the
Owner's personnel.
B. Provide training in adequate detail to ensure that the trainees who complete the program
will be qualified and capable of operating and maintaining the equipment, products, and
systems provided.
C. Provide a training plan that indicates the schedule and sequence of the training programs.
The training plan is to include for each course:
1. Number of hours for the course.
2. Agenda and narrative description, including the defined objectives for each lesson.
Training of Operation and Maintenance Personnel 01 78 35 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
3. Draft copy of training handbooks.
4. A descriptive listing of suggested reference publications.
5. Audio-visual equipment required for training.
6. Type and number of tools or test equipment required for each training session.
D. Provide and use training aids to complement the instruction and enhance learning.
1. Provide training handbooks for use in both the classroom and the hands-on phases of
training for each course.
2. Instructional materials shall include references to the Operation and Maintenance
Manuals and identify and explain the use of the manual.
3. Provide a copy of all audio/visual training materials used in the presentations to the
Owner.
E. Operations training is to include:
1. Orientation to provide an overview of system/subsystem configuration and operation.
2. Terminology, nomenclature, and display symbols.
3. Operations theory.
4. Equipment appearance, functions, concepts, and operation.
5. Operating modes, practices and procedures under normal, diminished, and emergency
conditions.
6. Start-up and shutdown procedures.
7. Safety precautions.
8. On-the-job operating experience for monitoring functions, supervisory, or command
activities. Include functions and activities associated with diminished operating
modes, failure recognition, and responses to system/subsystem and recovery
procedures.
9. Content and use of Operation and Maintenance Manuals and related reference
materials.
F. Provide training for performing on -site routine, preventive, and remedial maintenance of
the equipment or system. Maintenance training is to include but not be limited to:
1. Orientation to provide an overview of system/subsystem concept, configuration, and
operation.
2. Operations theory and interfaces.
3. Instructions necessary to ensure a basic theoretical and practical understanding of
equipment appearance, layout and functions.
4. Safety precautions.
5. Use of standard and special tools and test equipment.
6. Adjustment, calibration, and use of related test equipment.
7. Detailed preventive maintenance activities.
Training of Operation and Maintenance Personnel 01 78 35 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
8. Troubleshooting, diagnostics, and testing.
9. Equipment assembly and disassembly.
10. Repair and parts replacement.
11. Parts ordering practices and storage.
12. Failure and recovery procedures
13. Cabling and/or interface connectors.
14. Content and use of Operation and Maintenance Manuals and related reference
materials.
15. Procedures for warranty repairs.
16. Lubrication.
17. Procedures, practices, documentation, and materials required to commence system
maintenance.
G. Provide training for the equipment as required in the Contract Documents.
END OF SECTION
Training of Operation and Maintenance Personnel 01 78 35 - 4
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
DIVISION 3
CONCRETE
031100 CONCRETE FORMING
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish material and labor to form, tie, brace and support wet concrete, reinforcing steel
and embedded items until the concrete has developed sufficient strength to remove forms.
1.02 QUALITY ASSURANCE
A. Design Criteria: Forms shall be designed for the pressure exerted by a liquid weighing 150
pounds per cubic foot. The rate of placing the concrete, the temperature of the concrete,
and all other pertinent factors shall be taken into consideration when determining the depth
of the equivalent liquid. An additional design live load of 50 pounds per square foot shall be
used on horizontal surfaces.
B. Alignment Control:
1. True alignment of walls and other vertical surfaces having straight lines or rectangular
shapes shall be controlled and checked by the following procedures:
a. Forming shall be arranged with provisions for adjusting the horizontal alignment of a
form, after the form has been filled with concrete to grade, using wedges, turn
buckles, or other adjustment methods. Establish a transit line or other reference so
that adjustments can be made to an established line while the concrete in the top of
the form is still plastic.
b. Adjusting facilities shall be at intervals which permit adjustments to a straight line.
Concrete shall not be placed until adequate adjusting facilities are in place.
C. Tolerances: Construct formwork so concrete members and structures are of size, shape,
alignment, elevation, and position indicated, within tolerance limits of ACI 117.
1.03 SUBMITTALS
A. Submittals shall be in accordance with Section 0133 00 "Submittal Procedures" and shall
include:
1. Record Data.
a. Manufacturers' literature for specified products.
b. Record Data for Form Systems
1.04 STANDARDS
A. The applicable provisions of the following standards shall apply as if written here in their
entirety:
1. American Concrete Institute (ACI) Specifications:
ACI 117
Specifications for Tolerances for Concrete Construction and Materials
ACI 301
Specifications for Structural Concrete
Concrete Forming 03 1100 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
ACI 318 Building Code Requirements for Structural Concrete
2. American Institute of Steel Construction (AISC) Publication:
a. AISC Manual of Steel Construction.
3. American Iron and Steel Institute (AISI) Publication:
a. AISI Cold Formed Steel Design Manual.
4. American Plywood Association (APA) Standards:
a. APA Design/Construction Guide: Concrete Forming.
1.05 DELIVERY AND STORAGE
A. Lumber for forms shall be stacked neatly on platforms raised above ground.
1.06 JOB CONDITIONS
A. The Contractor shall notify the Engineer upon completion of various portions of the work
required for placing concrete so that compliance with the plans and specifications may be
monitored. The Engineer will authorize the Contractor to proceed with the placement after
this has been completed and corrections, if required, have been made.
B. In hot weather, both sides of the face forms may be required to be treated with oil to
prevent warping and to secure tight joints.
2.00 PRODUCTS
2.01 MATERIALS
A. Lumber: Properly seasoned and of good quality; free from loose or unsound knots, knot
holes, twists, shakes, decay, splits, and other imperfections which would affect its strength
or impair the finished surface of the concrete.
B. Fiber Board Form Lining: Hardboard finished smooth on one side; minimum thickness of
3/16 inch thoroughly wet with water at least 12 hours before using.
C. Plywood Form Lining: Conforming to APA HDO; exterior exposure waterproof adhesive, 3/8
inch thick.
D. Form Oil: Light, clear oil; shall not discolor or injuriously affect the concrete surface,
subsequent coatings, or delay or impair curing operations.
2.02 FABRICATIONS
A. Lumber: Lumber for facing or sheathing shall be surfaced on at least one side and two
edges, and sized to uniform thickness. Lumber of nominal 1-inch thickness or plywood of
3/4-inch thickness shall be permitted for general use on structures, if backed by a sufficient
number of studs and wales.
B. Special Form Lumber:
1. Molding for chamfer strips or other uses shall be made of redwood, cypress, or pine
materials of a grade that will not split when nailed, and which can be maintained to a
Concrete Forming 03 1100 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
true line without warping. The form shall be mill cut and dressed on all faces. Fillet
forms at sharp corners, both inside and outside and at edges, with triangular chamfer
strips at all non-contiguous edges exposed to view. Thoroughly oil chamfer strips before
installation on forms.
2. Construct forms for railings and ornamental work to standards equivalent to first class
mill work.
3. All moldings, panel work, and bevel strips shall be straight and true with neatly mitered
joints, and designed so that the finished work shall be true, sharp and clean cut.
C. Forms:
1. Forms shall be built mortar tight and of material sufficient in strength to prevent bulging
between supports.
2. Reused forms or form lumber shall be maintained clean and in good condition as to
accuracy, shape, strength, rigidity, tightness, and smoothness of surface.
3. All forms shall be so constructed as to permit removal without damage to the concrete.
Exercise special care in framing forms for copings, offsets, railing and ornamental work,
so that there will be no damage to the concrete when the forms are removed.
D. Carton Forms:
1. Use new carton forms of corrugated cardboard for slab and grade beam construction on
drilled shafts for buildings. Forms shall be impregnated throughout with paraffin and
laminated with water resistant adhesive.
2. Forms of the height indicated on the drawings shall be designed to support the concrete
load plus a normal construction load.
3. Install carton forms according to the manufacturer's recommendations and maintain in
dry condition before concrete is placed. Carton forms which have not been maintained
in a dry condition shall be replaced before concrete is placed.
4. Do not used trapezoidal carton forms.
5. Carton forms shall be fabricated using vertical internal cells and dividers.
6. Acceptable manufacturers:
a. SureVoid Products, Inc., Englewood, CO (800) 458-5444.
b. Savway Carton Forms, Inc., Irving TX (800) 552-6937.
c. Other manufacturers with products meeting the requirements of this specification
and approved by the Engineer.
E. Metal Forms:
1. The specifications for "Forms" regarding design, mortar tightness, filleted corners,
beveled projections, bracing, alignment, removal, re use, oiling, and wetting shall apply
equally to metal forms.
2. The metal used for forms shall be of such thickness that the forms will remain true to
shape. Bolt and rivet heads on the facing sides shall be countersunk. Clamps, pins, or
Concrete Forming 03 1100 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
other connecting devices shall be designed to hold the forms rigidly together and to
allow removal without injury to the concrete.
3. Metal forms which do not present a smooth surface or line up properly shall not be
used. Exercise special care to keep metal free from rust, grease, or other foreign
material that discolors the concrete.
F. Form Linings:
1. Timber forms for exposed concrete surfaces which are to be given a rubbed finish shall
be face -lined with an approved type of form lining material.
2. If plywood is used for form lining, it shall be made with waterproof adhesive and have a
minimum thickness of 3/4 inch. It shall preferably be oiled at the mill and then re -oiled
or lacquered on the job before using.
If fiber board is used, apply water to the screen side on the board. Stack the boards
screen side to screen side. Use the smooth hard face as the contact surface of the form.
Such surfaces may be formed with 3/4-inch thick plywood made with waterproof
adhesive if backed with adequate studs and wales. The greatest strength of the outer
plies should be at right angles to the studding. In this case, form lining will not be
required.
4. Carefully align edges and faces of adjacent panels and fill the joints between panels with
patching plaster or cold water putty to prevent leakage. Lightly sand with No. 0
sandpaper to make the joints smooth.
5. Forms which are reused shall have all unused form tie holes filled and smoothed as
specified above.
G. Form Ties:
1. Metal form ties shall be used to hold forms in place and to provide easy metal removal.
The use of wire for ties shall not be permitted.
Leave no metal or other material within 1-1/2 inches of the surface, when removing
form tie assemblies which are used inside the forms to hold the forms in correct
alignment. The assembly shall provide cone -shaped depressions in the concrete
surface at least 1 inch in diameter and 1-1/2 inches deep to allow filling and patching.
Such devices, when removed, shall leave a smooth depression in the concrete surface
without undue injury to the surface from chipping or spalling.
3. Burning off rods, bolts, or ties shall not be permitted.
4. Metal ties shall be held in place by devices attached to wales. Each device shall be
capable of developing the strength of the tie.
5. Metal and wooden spreaders which are separate from the forms shall be wired to top of
form and shall be entirely removed as the concrete is placed.
6. In the construction of basement or water bearing walls, the portion of a single rod tie
that is to remain in the concrete shall be provided with a tightly fitted washer at
midpoint to control seepage. Multi -rod ties do not require washers. The use of form
ties which are tapered on encased in paper or other material to allow the removal of
complete tie, and which leave a hole through the concrete structure, shall not be
permitted.
Concrete Forming 03 1100 - 4
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
H. Falsework:
1. Falsework shall be designed and constructed so that no excessive settlement or
deformation occurs. Falsework shall provide necessary rigidity.
2. Timber used in falsework centering shall be sound, in good condition and free from
defects which impair its strength.
3. Steel members shall be of adequate strength and shape for the intended purpose.
4. Timber piling used in falsework may be of any wood species which satisfactorily
withstands driving and which adequately supports the superimposed load.
5. When sills or timber grillages are used to support falsework columns, unless founded on
solid rock, shale or other hard materials, place them in excavated pits. Backfill to
prevent the softening of the supporting material from form drip or from rains that may
occur during the construction process. Sills or grillages shall be of ample size to support
the superimposed load without settlement.
6. Falsework not founded on a satisfactory spread footing shall be supported on piling,
which shall be driven to a bearing capacity to support the superimposed load without
settlement.
3.00 EXECUTION
3.01 PREPARATION
A. Before placing concrete, insure that embedded items are correctly, firmly and securely
fastened into place. Embedded items shall be thoroughly clean and free of oil and other
foreign material. Anchor bolts shall be set to the correct location, alignment and elevation
by the use of suitable anchor bolt templates.
3.02 INSTALLATION
A. Pre -Placement:
1. During the elapsed time between building the forms and placing the concrete, maintain
the forms to eliminate warping and shrinking.
Treat the facing of forms with suitable form oil before concrete is placed. Apply oil
before the reinforcement is placed. Wet form surfaces which will come in contact with
the concrete immediately before the concrete is placed.
At the time of placing concrete, the forms shall be clean and entirely free from all chips,
dirt, sawdust, and other extraneous matter at the time. Forms for slab, beam and girder
construction shall not have tie wire cuttings, nails or any other matter which would mar
the appearance of the finished construction. Clean forms and keep them free of foreign
matter during concrete placement.
B. Placement:
Set and maintain forms to the lines designated, until the concrete is sufficiently
hardened to permit form removal. If, at any stage of the work, the forms show signs of
bulging or sagging, immediately remove that portion of the concrete causing this
condition. If necessary, reset the forms and securely brace against further movement.
Concrete Forming 03 1100 - 5
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
2. Provide adequate cleanout openings where access to the bottom of the forms is not
otherwise readily attainable.
3. Carefully and accurately place and support reinforcement in concrete structures.
C. Removal: Remove forms so that the underlying concrete surface is not marred or damaged
in any way. Forms shall not be removed until the concrete has attained sufficient strength
to safely carry the dead load, but in no case less than the number of curing days set forth in
the following table:
Forms for concrete of minor structural load carrying importance
1 day
Forms for walls, columns, sides of drilled shafts, massive structural
components and other members not resisting a bending moment during
1 day
curing
Forms and falsework under slabs, beams and girders where deflections due to
7 days
dead load moment may exist (for spans < or = 10 feet)
Forms and falsework under slabs, beams and girders where deflections due to
14 days
dead load moment may exist (for spans > 10 feet and < or = 20 feet)
D. Carton Forms:
1. Do not wrap carton forms in waterproof sheeting.
All flat carton forms for beams and slabs shall be protected by a 1/4-inch exterior
hardboard siding or cementitious tile backer board placed on top of the forms.
Carton forms shall be fit neatly together. To correctly form the circular edge of drilled
shafts, use manufactured fittings or cut neatly to fit and fill small voids with expanding
urethane foam.
END OF SECTION
Concrete Forming 03 1100 - 6
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
032100 REINFORCING STEEL
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish labor and reinforcing materials required to cut, bend, tie, splice, place and support
the reinforcement in the material grades, sizes, quantities and locations specified.
1.02 QUALITY ASSURANCE
A. Tolerances:
1. Reinforcement shall be placed where specified, with the following maximum tolerances,
plus or minus:
a. Concrete Cover: 1/4 inch.
b. Rebar Spacing: 1/4 inch in 12 inches.
1.03 SUBMITTALS
A. Submittals shall be in accordance with Section 0133 00 "Submittal Procedures" and shall
include:
1. Shop Drawings:
a. Reinforcing bar layout drawing with bar lists clearly marked and referenced to the
Drawings.
2. Record Data:
a. Manufacturers' literature for specified products.
3. Certified Test Reports:
a. Certification of steel quality, size, grade and manufacturer's origin.
1.04 STANDARDS
A. The applicable provisions of the following standards shall apply as if written here in their
entirety:
1. American Society for Testing and Materials (ASTM) Standards:
Standard Specification for Carbon -Steel Wire and Welded Wire
ASTM A1064
Reinforcement, Plain and Deformed, for Concrete
Specification for Deformed and Plain Carbon -Steel Bars for Concrete
ASTM A615
Reinforcement
2. American Concrete Institute (ACI) Publications:
ACI 301
Specification for Structural Concrete
ACI SP-66
ACI Detailing Manual
ACI 318
Building Code Requirements for Structural Concrete
Reinforcing Steel 03 2100 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
3. Concrete Reinforcing Steel Institute (CRSI) Publications:
CRSI Manual of Standard Practice
1.05 DELIVERY AND STORAGE
A. Store steel reinforcement above the surface of the ground upon platform skids or other
supports. Protect from mechanical and chemical injury and surface deterioration caused by
exposure to conditions producing rust. When placed in the Work, steel reinforcement shall
be free from dirt, scale, dust, paint, oil and other foreign material. Tag and store steel
reinforcement for ease of correlation with Shop Drawings.
1.06 JOB CONDITIONS
A. Proposed deviations from reinforcing indicated on the Drawings or Specifications shall be
approved in writing by the Engineer prior to fabrication.
B. Lap lengths shall be of the length shown on the Drawings or noted in lap and embedment
table, and shall be in compliance with ACI 318.
C. Specified cover for reinforcing shall be maintained throughout construction. Bars shall be
cut to lengths necessary to allow for proper clearances. Cover of concrete shall be
measured from face of forms to outside face of reinforcement.
D. Stirrups shall be hooked.
2.00 PRODUCTS
2.01 MATERIALS
A. Steel Reinforcing Bars: Billet -Steel bars for concrete reinforcement conforming to ASTM
A615; Grade 60, with minimum yield strength of 60,000 psi. Steel reinforcing bars shall be
produced in the United States of America.
B. Welded Wire Fabric: Cold -drawn steel wire conforming to ASTM A1064; flat sheets
fabricated in accordance with ASTM A1064.
C. Supports (Chairs): Bar supports shall be of the proper type for the intended use. Bar
supports shall be uniform high density polyethylene (plastic) or fiberglass reinforced plastic
(FRP) conforming to CRSI Class 1, Maximum Protection.
D. Spacers: Precast mortar blocks with a 28-day compressive strength that is greater than the
specified concrete strength in which the blocks are being placed.
Mechanical Bar Splices: Cadweld splices as manufactured by Erico Products, Inc., or
approved equal, installed in strict accordance with the manufacturer's instructions and
recommendations. The mechanical devices shall develop at least 125 percent of the
specified yield of the spliced bars.
F. Mechanical Threaded Splices: Mechanical threaded connections shall utilize a metal
coupling sleeve with internal threads which engage threaded ends of the bars to be spliced
and shall develop in tension or compression 125 percent of the specified yield strength of
the bar.
Reinforcing Steel 03 2100 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
2.02 FABRICATIONS
A. Bending: Reinforcement shall be bent cold by machine to shapes indicated on the Drawings;
true to shapes indicated; irregularities in bending shall be cause for rejection. Unless
otherwise noted, all hook and bend details and tolerances shall conform to the
requirements of ACI SP-66 and ACI 318.
3.00 EXECUTION
3.01 PREPARATION
A. Before any concrete is placed, all mortar blocks to be used for holding steel in position
adjacent to formed surfaces shall be cast in individual molds, after which time the blocks
shall be immersed in water for the remainder of at least a 4-day curing period. The blocks
shall be cast with the sides beveled and in such a manner that the size of the block increases
away from the surface to be placed against the forms. Blocks shall be in the form of a
frustum of a cone or pyramid. Suitable tie wires shall be provided in each block for
anchoring the block to the reinforcing steel, and to avoid displacement when placing the
concrete. The size of the surface to be placed adjacent to the forms shall not exceed 2-1/2
inches square or the equivalent thereof when circular or rectangular areas are provided.
Blocks shall be accurately cast to the thickness required, and the surface to be placed
adjacent to the forms shall be a true plane free of surface imperfections.
3.02 INSTALLATION
A. General: Place the reinforcement carefully and accurately in the concrete structures.
Rigidly tie and support the reinforcement. Welding of any type of reinforcement shall not
be permitted.
B. Splices:
1. Splicing of bars, except where indicated on the Drawings, shall not be permitted unless
approved by the Engineer prior to fabrication. Splices shall be kept to a minimum.
Splices shall preferably occur at points of minimum stress. Lap splices which are
permitted shall have a lap in accordance with ACI 318. Rigidly clamp or wire the bars at
all splices, in accordance with ACI. Overlap sheets of wire fabric sufficiently to maintain
a uniform strength and securely fasten.
2. Welding of reinforcing steel splices shall not be permitted.
Make mechanical splices where shown on the Drawings using Cadweld splices or
approved equal, installed in accordance with the manufacturer's instructions and
recommendations. The mechanical device shall develop at least 125 percent of the
specified yield strength of the bar.
C. Placement:
Place steel reinforcement, as indicated on the Drawings with the specified tolerances.
Hold securely in place during the placing of the concrete. The minimum clear distance
between bars shall be per ACI 318 unless noted otherwise. Always pass vertical stirrups
around the main tension members and securely attach thereto. Wire reinforcing
together at a sufficient number of intersections to produce a sound, sturdy mat or cage
Reinforcing Steel 03 2100 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
of reinforcement that will maintain the reinforcement in correct positions when the
concrete is placed.
2. Hold the reinforcing steel in concrete slabs firmly in place with wire supports or "chairs."
Sizing and spacing of the chairs shall be sufficient to properly support the steel, and shall
be in accordance with CRSI Publications "Manual of Standard Practice in."
3. Space the reinforcing steel in concrete walls the proper distance from the face of the
forms, as indicated on the Drawings:
a. For wall surfaces exposed to view, use chairs.
b. For wall surfaces not exposed to view, use chairs or precast mortar blocks.
4. Where reinforcing conflicts with location of anchor bolts, inserts, etc., submit prompt
notifications so that revisions can be made before concrete is placed. No cutting of
reinforcing shall be permitted without the prior approval of the Engineer.
5. Welded wire shall be fabricated flat sheets, in longest practical lengths. Lap joints one
mesh. Do not locate end laps over beams of continuous structures or midway between
supporting beams. Offset end laps of adjacent widths to prevent continuous lap. Fasten
ends and sides of welded wire fabric at 48 inches O.C. with tie wire.
6. Reinforcing shall extend through construction joints.
3.03 FIELD QUALITY CONTROL
A. Concrete shall not be placed until the Engineer has observed the final placing of the
reinforcing steel, and has given permission to place concrete.
END OF SECTION
Reinforcing Steel 03 2100 - 4
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
03 30 00 CAST -IN -PLACE CONCRETE
1.00 GENERAL
1.01 SUMMARY
A. Furnish labor, materials, mixing and transporting equipment and incidentals necessary to
proportion, mix, transport, place, consolidate, finish, and cure concrete in the structure.
1.02 DEFINITIONS
A. Cementitious Materials: Portland cement alone or in combination with one or more of the
following: blended hydraulic cement, fly ash and other pozzolans, ground granulated blast -
furnace slag, and silica fume; subject to compliance with requirements.
1.03 SUBMITTALS
A. Submittals shall be in accordance with Section 0133 00 "Submittal Procedures" and shall
include:
1. Shop Drawings for:
a. Mix design: For each concrete mix, complete the form "Concrete Mix Design" and
one of the following forms: "Documentation of Required Average Strength — Field
Strength Test Record" or "Documentation of Average Strength —Trial Mixtures."
b. Submit a schedule to the Owner's representative which shows the sequence of
concrete placements.
2. Certified Test Reports for:
a. Materials used in the trial mix design.
b. Water: Verification that all potable mix water and curing water sources do not
exceed the non -potable water limits listed in ASTM C1602 Table 2.
c. Aggregate, conforming to ASTM C33, including the test reports for soundness and
abrasion resistance.
d. Aggregate:
1). Verification that aggregate is not "potentially reactive" per ASTM C1260.
e. 7-day and 28-day compressive strength tests results.
1). When more than 15, 28-day compressive tests results are available from the
current Project for a given class of concrete, include the 15-test running average
compressive strength versus the required average compressive strength (based
on the previous 15 tests) in graphical form.
f. If the sum total of chlorides in mix water and aggregates exceeds 80 percent of the
specified limit for hardened concrete, then prior to use of concrete, test mix design
to verify acceptable chloride ion concentrations in accordance with ASTM C1218.
3. Record Data for:
a. Manufacturer's literature on specified materials.
Cast -In -Place Concrete 03 30 00 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
b. Documentation indicating conformance with ASTM C94 requirements.
1.04 QUALITY ASSURANCE
A. Installer Qualifications: An experienced installer who has completed concrete work similar
in material, design, and extent to that indicated for this Project and whose work has
resulted in construction with a record of successful in-service performance.
B. Manufacturer Qualifications:
1. A firm experienced in manufacturing ready -mixed concrete products complying with
ASTM C94 requirements for production facilities and equipment.
2. Manufacturer must be certified according to the National Ready Mixed Concrete
Association's Certification of Ready Mixed Concrete Production Facilities.
C. Testing Agency Qualifications:
1. An independent testing agency, acceptable to authorities having jurisdiction and the
Engineer, qualified according to ASTM C1077 and ASTM E329 to conduct the testing
indicated.
2. Personnel conducting field tests shall be qualified as ACI Concrete Field Testing
Technician, Grade 1, according to ACI CP-1 or an equivalent certification program.
D. Source Limitations: Obtain each type or class of cementitious material of the same brand
from the same manufacturer's plant, each aggregate from one source, and each admixture
from the same manufacturer.
Welding: Qualify procedures and personnel according to AWS D1.4, "Structural Welding
Code --Reinforcing Steel."
1.05 DELIVERY, STORAGE, AND HANDLING
A. Deliver cement in bulk or bags which are plainly marked with the brand and manufacturer's
name. Immediately upon receipt, store cement in a dry, weather -tight, and properly
ventilated structure which excludes moisture. Storage facilities shall permit easy access for
inspection and identification. Cement not stored in accordance with the requirements shall
not be used.
B. Sufficient cement shall be in storage to complete placement of concrete started. In order
that cement may not become unduly aged after delivery, maintain records of delivery dates.
Use cement which has been stored at the Site for 60 days or more before using cement of
lesser age. No cement shall be used which is lumped, caked, stored more than 90 days, or
whose temperature exceeds 170 F.
1.06 STANDARDS
A. Mixing, sampling, placing, curing and testing of concrete, and the materials used shall be in
compliance with the latest revisions of the following standards, unless otherwise noted in
the Contract Documents. The Contractor shall maintain one copy of each of the applicable
standards at the construction field office.
Cast -In -Place Concrete 03 30 00 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
1. American Society for Testing and Materials (ASTM) Standards:
ASTM Standards
Standard Practice for of Making and Curing Concrete Test
ASTM C31
Specimens in the Field
ASTM C33
Standard Specification for Concrete Aggregates
Standard Specification Test Method for Compressive Strength of
ASTM C39
Cylindrical Concrete Specimens
Standard Specification Test Method for Obtaining and Testing
ASTM C42
Drilled Cores and Sawed Beams of Concrete
Standard Specification Test Method for Effect of Organic
ASTM C87
Impurities in Fine Aggregate on Strength of Mortar
ASTM C94
Standard Specification of Ready Mixed Concrete
Standard Test Method for Compressive Strength of Hydraulic
ASTM C109
Cement Mortars
ASTM C125
Terminology Relating to Concrete and Concrete Aggregates
ASTM C143
Standard Test Method for Slump of Hydraulic Cement Concrete
ASTM C150
Standard Specification for Portland Cement
Standard Test Method for Water Retention by Concrete Curing
ASTM C156
Materials
ASTM C171
Standard Specification for Sheet Materials for Curing Concrete
ASTM C172
Standard Practice for Sampling Freshly Mixed Concrete
Standard Test Method for Air Content of Freshly Mixed Concrete
ASTM C173
by the Volumetric Method
Standard Test Method for Time of Setting of Hydraulic Cement by
ASTM C191
Vicat Needle
Standard Practice for Making and Curing Concrete Test Specimens
ASTM C192
in the Laboratory
Standard Test Method for Air Content of Freshly Mixed Concrete
ASTM C231
by the Pressure Method
ASTM C260
Standard Specification for Air -Entraining Admixtures for Concrete
Standard Test Method for Flexural Strength of Concrete (Using
ASTM C293
Simple Beam with Center -Point Loading)
Standard Specification for Liquid Membrane Forming Compounds
ASTM C309
for Curing Concrete
ASTM C494
Standard Specification for Chemical Admixtures for Concrete
Standard Test Methods for Compressive Strength of Chemical
ASTM C579
Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer
Concretes
Standard Test Method for Flexural Strength and Modulus of
ASTM C580
Elasticity of Chemical Resistant Mortars, Grouts, Monolithic
Surfacings, and Polymer Concretes
ASTM C595
Standard Specification for Blended Hydraulic Cements
Cast -In -Place Concrete 03 30 00 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
ASTM Standards
Standard Specification for Coal Fly Ash and Raw or Calcined
ASTM C618
Natural Pozzolan for Use in Concrete
Standard Test Method for Restrained Expansion of Expansive
ASTM C806
Cement Mortar
Standard Test Method for Change in Height at Early Stages of
ASTM C827
Cylindrical Specimens of Cementitious Mixtures
ASTM C845
Standard Specification for Expansive Hydraulic Cement
Standard Test Method for Restrained Expansion of Shrinkage
ASTM C878
Compensating Concrete
Standard Specification for Epoxy Resin Base Bonding Systems for
ASTM C881
Concrete
Standard Specification for Silica Fume used in Cementitious
ASTM C124O
Mixtures
Standard Test Method for Potential Alkali Reactivity of Aggregates
ASTM C1260
(Mortar -Bar Method)
Standard Test Method for Water -Extractable Chloride in
ASTM C1524
Aggregate (Soxhlet Method)
Standard Specification for Mixing Water Used in the Production of
ASTM C1602
Hydraulic Cement Concrete
ASTM D570
Standard Test Method for Water Absorption of Plastics
ASTM D638
Standard Test Method for Tensile Properties of Plastics
Standard Test Method for Brittleness Temperature of Plastics and
ASTM D746
Elastomers by Impact
Standard Specification for Preformed Expansion Joint Filler for
ASTM D994
Concrete (Bituminous Type)
Standard Specification for Preformed Sponge Rubber Cork and
ASTM D1752
Recycled PVC Expansion Joint Fillers for Concrete Paving and
Structural Construction
ASTM D2240
Standard Test Method for Rubber Property Durometer Hardness
Standard Specification for Joint and Crack Sealant, Hot Applied,
ASTM D6690-07
for Concrete and Asphalt Pavements
Standard Test Methods for Water Vapor Transmission of
ASTM E96
Materials
2. American Concrete Institute (ACI) Standards:
ACI Standards
ACI 211.1
Standard Practice for Selecting Proportions for Normal, Heavy -weight,
and Mass Concrete
ACI 214
Recommended Practice for Evaluation of Strength Test Results
ACI 223
Standard Practice for Use of Shrinkage Compensating Concrete
ACI 301
Specification for Structural Concrete
ACI 304
Guide for Measuring, Mixing, Transporting & Placing Concrete
Cast -In -Place Concrete 03 30 00 - 4
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
ACI Standards
ACI 304.211
Placing Concrete by Pumping Methods
ACI 305.1
Hot Weather Concreting
ACI 306.1
Cold Weather Concreting
ACI 308.1
Standard Practice for Curing Concrete
ACI 309
Guide for Consolidation of Concrete
ACI 318
Building Code Requirements for Structural Concrete
3. Corps of Engineers, Department of the Army Specification:
a. CRD C621 83 - Corps of Engineers Specification for Non -Shrink Grout.
4. Federal Specification:
a. TT S 00227E - Type II, Class A or B, Expansion Joint Sealant.
5. Concrete Plant Manufacturers Bureau (CPMB) Standards:
a. Concrete Plant Standards.
2.00 PRODUCTS
2.01 MANUFACTURERS
A. In other Part 2 articles where titles below introduce lists, the following requirements apply
to product selection:
1. Available Products: Subject to compliance with requirements, products that may be
incorporated into the Work include, but are not limited to, products specified.
2. Products: Subject to compliance with requirements, provide one of the products
specified.
3. Available Manufacturers: Subject to compliance with requirements, manufacturers
offering products that may be incorporated into the Work include, but are not limited
to, manufacturers specified.
4. Manufacturers: Subject to compliance with requirements, provide products by one of
the manufacturers specified.
2.02 CONCRETE MATERIALS
A. Cementitious Material; General: If the fine and/or coarse aggregates test "Potentially
Reactive", in accordance with ASTM C1260, then a low alkali cementitious material shall be
used. A low alkali cementitious material shall be such that, the total alkali content
calculated as the percentage of sodium oxide (Na20) plus 0.658 times the percentage of
potassium oxide (K20) shall not exceed 0.6 percent of the total cementitious material
content.
B. Cement; Type:
1. Type I or 1/11 Portland cement, conforming to ASTM C150; used for all concrete, unless
noted otherwise.
Cast -In -Place Concrete 03 30 00 - 5
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
2. Type III Portland cement, conforming to ASTM C150, may be used where high -early
strength is needed.
C. Fly Ash/Pozzolans: Conforming to ASTM C618, Class [C or F]] fly ash; used in all classes of
concrete. A supplier's certificate of the analysis and composition of the fly ash shall be
supplied.
D. Coarse Aggregate:
1. Crushed stone or gravel conforming to ASTM C33, in the gradation size specified.
2. For gradation size number 467, a maximum aggregate size of 1-1/2 inches is:
Sieve Size
Percent Retained
Percent Passing
2"
0
100
1-1/2"
0-5
95-100
3/4"
30-65
35-70
3/8"
70-90
10-30
No.4
95-100
0-5
3. For gradation size number 57, the maximum aggregate size of 1 inch is:
Sieve Size
Percent Retained
Percent Passing
1-1/2"
0
100
1"
0-5
95-100
1/2"
40-75
25-60
No.4
90-100
0-10
No.8
95-100
0-5
4. For gradation size number 67, the maximum aggregate size of 3/4 inch is:
Sieve Size
Percent Retained
Percent Passing
1"
0
100
3/4"
0-10
90-100
3/8"
45-80
20-55
No.4
90-100
10-10
No.8
90-100
0-5
5. For gradation size number 8, the maximum aggregate size of 3/8 inch is:
Sieve Size
Percent Retained
Percent Passing
1"
0
100
3/8"
0-15
85-100
No.4
70-90
10-30
No.8
90-100
0-10
Cast -In -Place Concrete 03 30 00 - 6
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
Sieve Size
Percent Retained
Percent Passing
No.16
95-100
0-5
E. Fine Aggregate:
1. Washed and screened natural sands or sands manufactured by crushing stones;
conforming to ASTM C33. The gradation in ASTM C33 for air entrained concrete is:
Sieve Size
Percent Retained
Percent Passing
3/8"
0
100
#4
0-5
95-100
#8
0-20
80-100
#16
15-50
50-85
#30
40-75
25-60
#50
70-90
10-30
Fine aggregate shall have not more than 45 percent retained between any two
consecutive sieves. Its fineness modulus, as defined in ASTM C125, shall be not less
than 2.3 nor more than 3.1.
F. Water: Potable and complying with ASTM C1602 and ASTM C1602 Table 2.
2.03 ADMIXTURES
A. Air Entraining Admixture: Conforming to ASTM C260.
B. Water Reducing Admixtures: Conforming to ASTM C494; Types "A" or "D" only; accurately
measured and added to the mix according to the manufacturer's recommendations.
C. Set Retarding Admixtures: Conforming to ASTM C494; Types "B" and "D" only; accurately
measured and added to the mix in according to the manufacturer's recommendations.
D. Water Reducing Admixtures - High Range (HRWR): High Range Water Reducer shall comply
with ASTM C494, Type F or G. HRWR shall be accurately measured in accordance with the
manufacturer's recommendations. HRWR shall be added to the concrete mix at the
concrete batch plant. HRWR may not be added at placement site except to redose a batch
and only after approval of the HRWR manufacturer. The high range water reducing
admixture shall be able to maintain the plasticity range without significant loss of slump or
rise in concrete temperature for 2 hours. Other admixtures may only be used with the
HRWR if approved by the HRWR manufacturer. A representative of the HRWR
manufacturer shall be present during any large placement, placement of slabs, or during
times of unusual circumstance which may require changes to the product formulation.
1. Manufacturers:
a. BASF Corporation.
b. W. R. Grace & Co.
c. Sika Corporation.
Cast -In -Place Concrete 03 30 00 - 7
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
2.04 WATERSTOPS
A. Self -Expanding Strip Waterstops (Hydrophilic): Self -expanding strip waterstops shall be used
only where specifically indicated. Manufactured rectangular or trapezoidal strip, sodium
bentonite or other hydrophylic material for adhesive bonding to concrete.
1. Products:
a. Swellseal Joint; De Neef Construction Chemicals (U.S.) Inc.
b. Adeka Ultra Seal; Mitsubishi International Corporation.
c. Sika Hydrotite; Sika Corporation — U.S.
B. Steel Waterstops: Steel waterstops shall be 1/4-by-4-inch steel plates. Steel shall be ASTM
A36. Plates shall be continuous.
2.05 VAPOR RETARDERS
A. Plastic Vapor Retarder: ASTM E1745, Class A. Include manufacturer's recommended
adhesive or pressure -sensitive tape.
1. Available Products:
a. Fortifiber Corporation; Moistop Ultra A.
b. Raven Industries Inc.; Vapor Block 15.
c. Reef Industries, Inc.; Griffolyn Type-105.
d. Stego Wrap (15-mil) Vapor Barrier; STEGO INDUSTRIES LLC.
2.06 FLOOR AND SLAB TREATMENTS
A. Floor Hardener: Hardening agent for exposed concrete floors shall be dry -shake surface
hardener Masterplate 200 by Master Builders, Inc. The standard application rate for this
product shall be in accordance with the manufacturer's recommendations.
B. Slip -Resistive Aggregate Finish: Factory -graded, packaged, rustproof, non -glazing, abrasive
aggregate of fused- aluminum -oxide granules or crushed emery with emery aggregate
containing not less than 50 percent aluminum oxide and not less than 25 percent ferric
oxide; unaffected by freezing, moisture, and cleaning materials.
C. Epoxy Broadcast Overlay System: Moisture tolerant, traffic bearing, skid resistant, seamless,
protective, overlay system for application by the broadcast method.
1. Binder: 100 percent solids epoxy resin
2. Aggregate: Proprietary mixture or aluminum oxide, or silicon carbide, or roofing
granules, or silica sand or trap rock passing the #50 sieve and retained on the #60 sieve.
2.07 CURING MATERIALS
A. Sheet Curing Material: Conforming to ASTM C171.
1. Waterproof paper.
2. Polyethylene film.
Cast -In -Place Concrete 03 30 00 - 8
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
3. White burlap - polyethylene film.
B. Membrane Curing Compounds: Membrane curing compound conforming to ASTM C309;
having a color to indicate coverage when applied; non -staining; applied according to the
manufacturer's recommendations. No curing compound shall be used on walls which are to
receive a plaster mix finish. When tested according to ASTM C156, the curing compound
shall provide a film which has retained, within the specimen, the following percentages of
moisture present when the curing compound was applied:
1. At least 97 percent at the end 24 hours.
2. At least 95 percent at the end of 3 days.
3. At least 91 percent at the end of 7 days.
C. Concrete Curing and Sealing Compound:
1. Where a sealer is necessary, use a concrete curing and sealing compound. Application
of this product shall be in accordance with the manufacturer's recommendations.
2. Sonneborn Jure-N-Seal W by BASF Corporation.
D. Finishing Aid: Spraying material designed to form a monomolecular film on fresh concrete
that reduces the rate of evaporation of surface moisture prior to finishing; conforming to
Confilm, as manufactured by Master Builders, Inc. This material is not a curing compound.
Concrete must be cured as specified.
2.08 RELATED MATERIALS
A. Joint Materials for Water -Retaining Structures:
1. Pre -molded, resilient, non -bituminous expansion joint filler conforming to ASTM D1752,
Type "II", in the thickness specified.
2. Joint sealer conforming to ASTM D6690.
Expansion joint sealant for non -potable water shall be a two -component, non -sag,
polysulfide-base, elastomeric sealing compound. The material shall conform to Federal
Specification TT S 00227E, Type "II", Class B; installed according to the manufacturer's
recommendations. Backing material for sealant shall be a rod of a diameter and
composition recommended by the sealant manufacturer.
4. Expansion joint sealant for potable water shall be a two -component, non -sag,
polysulfide sealant containing no lead or mercury; conforming to Fed. Spec. TT S
0O227E, Type "II", Class A; applied according to the manufacturer's specifications.
Backing material for sealant shall be a rod of a diameter and composition recommended
by the sealant manufacturer.
5. Where surface is to receive a swept in grout topping, a 3-inch wide, 1-mil polyethylene
strip shall be placed above the joint sealant and held in place with 1-inch wide
polyethylene tape spaced at 12-inch centers (maximum).
B. Joint Materials for Non -Water -Retaining Structures:
1. Bituminous -type, preformed, expansion joint filler; conforming to ASTM D994.
Cast -In -Place Concrete 03 30 00 - 9
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
2. Pre -molded, resilient, non -bituminous expansion joint filler conforming to ASTM D1752,
Type "II", in the thickness specified.
C. Bonding Agents: Install according to the manufacturer's recommendations and written
instructions.
1. Bonding agent shall be Sika Armatec 110 EpoCem by Sika Corporation.
D. Non -Shrink Grout:
1. General: Non -shrink grout for grouting of pump, motor, and equipment baseplates or
bedplates, column baseplates, other miscellaneous baseplates, piping block outs and
other uses of grout. Grout shall meet the following requirements, as verified by
independent laboratory tests:
a. No shrinkage from the time of placement, or expansion after set, under ASTM C827
and CRD C62183 (Corps of Engineers). When non -shrink grouts are tested under
CRD C62183, the grout shall be tested in a fluid state. A fluid state shall be defined
as flowing through a flow cone at a rate of 20 seconds, plus or minus 5 seconds.
b. An initial set time of not less than 45 minutes under ASTM C191.
2. Non -Shrink Non Metallic Grout: Pre mixed, non -staining, non -shrink grout; minimum
28-day compressive strength of 5000 psi.
a. Do not use for vibrating equipment.
b. Products:
1). Masterflow 713 Plus by BASF The Chemical Company.
2). Five Star Grout by Five Star Products, Inc.
3). SikaGrout 212 by Sika Corporation.
3. Non -Shrink Epoxy Structural Grouts: Furnished in two components from the factory and
mixed on the Site; conforming to ASTM C579, ASTM C580, and ASTM C827; chemical
resistant, water resistant and a minimum 7-day compressive strength of 12,000 psi.
a. Use for vibrating equipment.
b. Products:
1). Sikadur 42, Grout -Pak by Sika Corporation.
2). Five Star HP Epoxy Grout by Five Star Products, Inc.
3). Masterflow 648 CP by BASF The Chemical Company.
E. Foundation Waterproofing: Foundation coating shall be used only on the exterior of
concrete walls not exposed to view where indicated on the Drawings.
1. MasterSeal 581 (Thoroseal) as manufactured BASF Corporation.
2. Approved Equal.
F. Zinc Rich Primer: Aluminum surfaces which contact or are embedded in concrete shall be
coated with zinc rich primer. Primer shall be Tneme-Zinc.
Cast -In -Place Concrete 03 30 00 - 10
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
2.09 REPAIR MATERIALS
A. Structural Concrete Repair Material: Low -shrink, non -slump, non-metallic, quick setting
patching mortar; as approved by the manufacturer for each application and applied
accordance with the manufacturer's recommendations.
1. Products:
a. Sikatop 123 by Sika Corporation.
b. Sikatop 122 by Sika Corporation.
c. Five Star Structural Concrete by Five Star Products, Inc.
2.10 CONCRETE MIXTURES
A. Design Criteria:
1. Provide a mix design for each concrete application indicated. This may necessitate
multiple mix designs for each class of concrete depending on HRWR, entrained air, and
other requirements.
2. All Concrete shall be normal weight concrete composed of Portland cement, fine
aggregate, coarse aggregate, admixtures, and water, as specified.
3. ACI 211.1 shall be the basis for selecting the proportions for concrete made with
aggregates of normal and high density and of workability suitable for usual cast in place
structures.
4. The workability of any mix shall be as required for the specific placing conditions and the
method of placement. The concrete shall have the ability to be worked readily into
corners and around reinforcing steel without the segregation of materials or the
collection of free water on the surface. Compliance with specified slump limitations
shall not necessarily designate a satisfactory mix.
5. In no case shall the amount of coarse material produce harshness in placing or
honeycombing in the structure, when forms are removed.
6. The maximum amount of coarse aggregate (dry loose volume) per cubic foot of finished
concrete shall not exceed 0.82 cubic feet.
7. In calculating water -cement ratio: The water content shall include the amount of water
batched or to be added later, plus the free water in the aggregate, and minus the water
content at SSD conditions.
8. No allowance shall be made for the evaporation of water after batching. If additional
water is required to obtain the desired slump, a compensating amount of cement shall
also be added. In no case shall the maximum water cement ratio exceed the specified
maximum or that of the approved mix design.
9. Air Entrainment: Provide the percent air entrainment in each concrete mix design as
recommended by ACI 318 and ACI 350 for "Moderate Exposure" (Class F1), unless
otherwise specified/restricted:
a. Do not provide air -entrainment in drilled shafts unless placed underwater.
Cast -In -Place Concrete 03 30 00 - 11
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
b. Do not provide air -entrainment and entrapped air shall not exceed 3 percent for the
following applications:
1). Interior slabs.
2). Slabs on composite metal decks.
10. When job conditions dictate, water -reducing and set -controlling admixtures may be
used. Only specified admixtures shall be used. Admixtures shall be batched at the
batch plant.
11. High Range Water Reducer (HRWR): Provide HRWR in mix designs as indicated for
specified applications. Slump of concrete with the addition of HRWR may be increased
to 8 inches (+/- 1 inch).
a. Drilled shafts, footings, walls, columns, and beams.
b. Interior of building curbs which are not cast monolithically with slabs.
c. Precast concrete.
d. Do not provide HRWR in slabs and pavement (a water reducer is permitted provided
performance requirements are met).
12. If fly ash is to be used in place of cement, no more than 25 percent of the cement may
be replaced.
13. Concrete shall be capable of developing two-thirds of the required 28-day compressive
strength in 7 days.
14. Maximum water-soluble chloride ion content in concrete, by percent weight of
concrete, shall not exceed ACI 318 and ACI 350 limits for Exposure Class C1.
B. Concrete Classifications:
Max.
Min. Sacks of
Min. 28-Day
Max. Size
Water:
Slump +/-
Cement Per
Class
Compressive
Aggregate
Cement
1 (inches)
Cubic Yard
Strength (psi)
(inches)
Ratio
**
1.5
A
4000
0.45
3 (8*)
5.75
Size No. 467
1.5
B
3000
0.47
3
5.75
Size No. 467
C
4000
1.0
0.45
4 (8*)
5.75
Size No. 57
0.75
D
5000
0.47
4
6.00
Size No. 67
1.5
E
1500
0.70
4
4.00
Size No. 467
0.375
F
4000
0.47
3
6.50
Size No. 8
* Slump shown is with HRWR
** Provide one additional sack of cement per cubic yard if concrete must be deposited in
standing water.
Cast -In -Place Concrete 03 30 00 - 12
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
C. Concrete Usage:
Class
Usage
Class A Use
Footings and slabs, and other unless noted otherwise
Class B Use
Pavement, gutters, and sidewalks
Class C Use
Walls, columns, beams, drilled shafts
Class D Use
Precast concrete and precast panels
Class E Use
Cradling, Blocking, mud slab, lean concrete backfill
[Class F Use
Stair Pans and Landings, interior building curbs.
D. Required Average Compressive Strength:
1. All concrete is required to have an average compressive strength greater than the
specified strength. The required average compressive strength shall be established
according to the requirements of ACI 301, 4.2.3.3.
Standard Deviation: If the production facility has records of field tests performed within
the past 12 months and spanning a period of not less than 60 calendar days for a class of
concrete within 1000 psi of that specified for the Work, calculate a standard deviation
and establish the required average strength fcr' in accordance with ACI 301, 4.2.3.2 and
4.2.3.3.a. If field test records are not available, select the required average strength
from ACI 301, Table 4.2.3.3.b.
E. Documentation of Required Average Compressive Strength:
1. Documentation indicating the proposed concrete proportions will produce an average
compressive strength equal to or greater than the required average compressive
strength, shall consist of field strength records or trial mixture.
2. Field Strength Records: Document field strength records according to ACI 301, 4.2.3.4.a
and including the following:
a. Field test data shall not be older than 1 year.
If field test data are available and represent a single group of at least 10 consecutive
strength tests for one mixture, using the same materials, under the same
conditions, and encompassing a period of not less than 60 days, verify that the
average of the field test results equals or exceeds fcr'. Submit for acceptance the
mixture proportions along with the field test data.
c. If the field test data represent two groups of compressive strength tests for two
mixtures, plot the average strength of each group versus the water-cementitious
materials ratio of the corresponding mixture proportions and interpolate between
them to establish the required mixture proportions for fcr'.
3. Trial Mixtures:
Establish trial mixture proportions according to ACI 301, 4.2.3.4.b and including the
following.
1). Make at least three trial mixtures complying with performance and design
requirements. Each trial mixture shall have a different cementitious material
Cast -In -Place Concrete 03 30 00 - 13
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
content. Select water-cementitious materials ratios that will produce a range of
compressive strengths encompassing the required average compressive
strength fcr'.
2). Submit a plot of a curve showing the relationship between water-cementitious
materials ratio and compressive strength.
3). Establish mixture proportions so that the maximum water-cementitious
materials ratio is not exceeded when the slump is at the maximum specified.
b. Laboratory Samples shall be taken in accordance with the trial mix designs for
laboratory testing purposes.
c. The fresh concrete shall be tested for Slump (ASTM C143) and Air Content (ASTM
C173 and ASTM C231). Strength test specimens shall be made, cured, and tested for
7-day and 28-day strength in accordance with ASTM C192, ASTM C39, and ASTM
C293.
d. Suitable facilities shall be provided for readily obtaining representative Samples of
aggregate from each of the weigh batchers for test purposes and for obtaining
representative Samples of concrete for uniformity tests. The necessary platforms,
tools, and equipment for obtaining Samples shall be furnished. Aggregates shall be
tested in accordance with ASTM C1260.
e. The cement contents specified are minimum values. If additional quantities are
required to obtain the specified strengths, supply the cement at no additional cost
to the Owner.
A trial mix shall be designed by an independent testing laboratory, retained and paid
by the Contractor and approved by the Owner. The testing laboratory shall submit
verification that the materials and proportions of the trial concrete mix design meet
the requirements of the Specifications.
g. From these trial mix tests, the ratios between 7-day and 28-day strengths shall be
established. The 7-day strength which corresponds to the required 28-day strength
shall be determined.
h. The final results of the trial mix design shall be submitted to the Engineer at least 10
days prior to the scheduled beginning of concrete placement and shall be approved
by the Engineer prior to the placement of any concrete.
4. Revisions to concrete mixtures:
a. When less than 15 compressive strength tests results for a given class of concrete
are available from the current Project:
1). If any of the following criteria are met, take immediate steps to increase
average compressive strength of the concrete.
a). A 7-day compressive strength test result multiplied by 1.5 falls below the
required 28-day compressive strength.
b). A 28-day compressive strength test result is deemed not satisfactory.
Cast -In -Place Concrete 03 30 00 - 14
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
b. When at least 15 compressive strength test results for a given class of concrete
become available from the current Project:
1). Calculate the actual average compressive strength, standard deviation and
required average compressive strength using the previous 15 consecutive
strength tests. Submit results in graphical form with each 28-day test result for
that class of concrete.
2). If any of the following criteria are met, take immediate steps to increase
average compressive strength of the concrete.
a). A 7-day compressive strength test result multiplied by the average job -to -
date ratio of 7-day to 28-day compressive strength falls below the required
28-day compressive strength.
b). A 28-day compressive strength test result is deemed not satisfactory.
c). The average compressive strength falls below the required average
compressive strength.
c. When revisions to the mix design are required, notify the Engineer in writing of the
corrective actions taken.
2.11 OFF -SITE BATCH PLANT
A. Batch plants shall be an established concrete batching facility meeting the requirements of
the Concrete Plant Standards of the Concrete Plant Manufacturers Bureau.
2.12 CONCRETE MIXING
A. Mixers may be stationary, truck, or paving mixers of approved design. They shall be capable
of combining the materials into a uniform mixture and of discharging without mixture
segregation. Stationary and paving mixers shall be provided with an acceptable device to
lock the discharge mechanism until the required mixing time has elapsed. The mixers or
mixing plant shall include a device for automatically counting the total number of batches of
concrete mixed. The mixers shall be operated at the drum or mixing blade speed designated
by the manufacturer on the name plate.
B. The mixing time for stationary mixers shall be based upon the mixer's ability to produce
uniform concrete throughout the batch and from batch to batch. For guidance purposes,
the manufacturer's recommendations, or 1 minute for 1 cubic yard plus 1/4 minute for each
additional cubic yard may be used. Final mixing time shall be based on mixer performance.
Mixers shall not be charged in excess of the capacity specified by the manufacturer.
C. When a stationary mixer is used for partial mixing of the concrete (shrink mixed), the
stationary mixing time may be reduced to the minimum necessary to intermingle the
ingredients (about 30 seconds).
D. When a truck mixer is used, either for complete mixing (transit -mixed) or to finish the partial
mixing in a stationary mixer and in the absence of uniformity test data, each batch of
concrete shall be mixed not less than 70 nor more than 100 revolutions of the drum, at the
rate of rotation designated by the manufacturer of the equipment as mixing speed. If the
batch is at least 1/2 cubic yard less than the rated capacity, in the absence of uniformity test
data, the number of revolutions at mixing speed may be reduced to no less than 50.
Cast -In -Place Concrete 03 30 00 - 15
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
Additional mixing shall be performed at the speed designated by the manufacturer of the
equipment as agitating speed. When necessary for proper control of the concrete, mixing of
transit -mixed concrete shall not be permitted until the truck mixer is at the Site of the
concrete placement. Truck mixers shall be equipped with accurate revolution counters.
Paving mixers may be either single compartment drum or multiple compartment drum type.
A sled or box of suitable size shall be attached to the mixer under the bucket to catch any
concrete spillage that may occur when the mixer is discharging concrete into the bucket.
Multiple compartment drum paving mixers shall be properly synchronized. The mixing time
shall be determined by time required to transfer the concrete between compartments of
the drum.
Vehicles used in transporting materials from the batching plant to the paving mixers shall
have bodies or compartments of adequate capacity to carry the materials and to deliver
each batch, separated and intact, to the mixer. Cement shall be transported from the
batching plant to the mixers in separate compartments which are equipped with windproof
and rain proof covers.
3.00 EXECUTION
3.01 PREPARATION
A. Notify the Owner's representative upon completion of various portions of the work required
for placing concrete, so that inspection may be made as early as possible. Keep the Owner's
representative informed of the anticipated concrete placing schedules.
B. All items, including lines and grades, forms, waterstops, reinforcing, inserts, piping,
electrical, plumbing and the Contractor's concreting materials and equipment shall be in
compliance with the Contract Documents before proceeding.
C. Do not place any concrete until formwork and the placing reinforcement in that unit is
complete. Place no concrete before the completion of all adjacent operations which might
prove detrimental to the concrete.
D. Brilliantly light the Site so that all operations are plainly visible when concrete mixing,
placing, and finishing, continues after daylight. Whenever possible, concrete finishing shall
be completed in daylight hours.
E. When placing concrete, the forms shall be clean and entirely free from all chips, dirt,
sawdust and other extraneous matter. Forms for slab, beam and girder construction shall
not have tie wire cuttings, nails, or any other matter which would mar the appearance of
the finished construction. Clean forms and keep them free of any foreign matter during
concrete placing.
F. The concrete shall be mixed in quantities required for immediate use. Any concrete which is
not in place within the time limits specified shall not be used. Concrete shall not be re -
tempered.
G. Concrete shall not be placed if impending weather conditions would impair the quality of
the finished Work.
H. Unless otherwise provided, the following requirements shall govern the time sequence on
which construction operations shall be carried.
Cast -In -Place Concrete 03 30 00 - 16
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
Forms for walls or columns shall not be erected on concrete footings until the concrete
in the footing has cured for at least 2 curing days. Concrete may be placed in a wall or
column as soon as the forms and reinforcing steel placements are approved.
Steel beams or forms and falsework for superstructures shall not be erected on concrete
substructures until the substructure concrete has cured for at least 4 curing days.
Falsework required for superstructures shall not be erected until the substructure has
cured for 4 curing days, and shall not be removed until the superstructure has cured.
3.02 EMBEDDED ITEMS
A. Where aluminum anchors, aluminum shapes, or aluminum electrical conduits are
embedded in concrete, paint aluminum contact surfaces with zinc rich primer. Allow the
paint to thoroughly dry before placing the aluminum in contact with the concrete.
B. Paint steel or other ferrous metal to be mounted on or placed in contact with dry/cured
concrete, and coat in accordance with Section 09 95 00 "Coatings for Water Storage Tanks"
prior to installation.
3.03 VAPOR RETARDERS
A. Place, protect, and repair vapor -retarder sheets according to ASTM E1643 and
manufacturer's written instructions.
B. Granular fill below the vapor retarder shall be smoothed and free of protrusions that might
damage or rupture the polyethylene film. Completely cover porous fill with film. Lap film
not less than six inches at all joints, with the top placed in the direction of concrete
spreading. Use pressure -sensitive tape at all laps of vapor barrier. Lap reinforcement
directly over film before placing concrete, taking precautions to prevent film punctures.
Carefully cut film around pipes and wiring outlets, and then apply pressure sensitive tape
around these protrusions to insure maximum barrier effectiveness.
3.04 JOINTS
A. Expansion Joints and Devices:
Workmanship: Exercise careful workmanship in joint construction to separate the
concrete sections by an open joint or by the joint materials, and make the joints true to
the outline indicated.
Expansion Joints: Construct expansion joints and devices to provide expansion and
contraction. Construct joints which are to be left open or filled with poured joint
material with forms which are adaptable for loosening or early removal. In order to
avoid jamming by the expansion action of the concrete and the consequent likelihood of
injuring adjacent concrete, remove or loosen these forms as soon as possible after the
concrete has initially set. Make provisions for loosening the forms to permit free
concrete expansion without requiring full removal.
Armored Joints: Carefully construct armored joints to avoid defective anchorage of the
steel and porous or honeycombed concrete adjacent to same. Anchor pre -molded
materials to the concrete on one side of the joint with approved adhesive. Anchor so
that the material does not fall out of the joint.
Cast -In -Place Concrete 03 30 00 - 17
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
B. Construction Joints:
Construction joints are formed by placing plastic concrete in direct contact with
concrete which has attained its initial set. When concrete is specified as monolithic, the
term shall be interpreted as the manner and sequence of concrete placement so that
construction joints do not occur.
Unless noted otherwise, the maximum horizontal spacing of construction joints shall
be 40 feet.
b. For slabs on grade, the maximum spacing between two construction joints or
between a construction joint and a control joint shall be 15 feet, unless noted
otherwise.
c. Unless noted otherwise or approved by the Engineer, the maximum vertical spacing
of construction joints shall be 15 feet. If not detailed on the Drawings, construction
joint details and locations shall be submitted to the Engineer for approval.
Additional horizontal and vertical construction joints, when submitted and approved by
the Engineer, may have an impact on reinforcing details. Revise reinforcing details to
reflect additional joints.
3. Unless otherwise provided, construction joints shall be square and normal to the forms.
Provide bulkheads in the forms for all joints except horizontal joints.
4. At the proper time, clean horizontal construction joints for receiving the succeeding lift
using air water cutting. The surface shall be exposed sound, clean aggregate. The air
pressure supply to the jet shall be approximately 100 lb. per square inch, and the water
pressure sufficient to bring the water into effective influence of the air pressure. After
cutting, wash the surface until there is no trace of cloudiness in the wash water.
5. In areas where air water cutting cannot be satisfactorily accomplished, or in areas where
it is undesirable to disturb the surface of the concrete before it has hardened, prepare
the surface for receiving the next lift by wet sand blasting to immediately remove all
laitance and unsound concrete prior to placing of the next lift. Thoroughly wash the
surface of the concrete after sand blasting to remove all loose material.
6. Provide construction joints with concrete keyways, reinforcing steel dowels, and
waterstops. The method of forming keys in keyed joints shall permit the easy removal
of forms without chipping, breaking, or damaging the concrete.
C. Existing Hardened Concrete: Where new concrete or grout is to be placed in contact with
existing hardened concrete, texture the existing surface by chipping or other means so that
an irregular surface having a height variance of not less than 1/4 inch is created. The
existing concrete shall then be coated with a bonding agent and new concrete or grout
placed.
3.05 WATERSTOPS
A. Self -Expanding Strip Waterstops:
Install in construction joints and at other locations indicated, according to
manufacturer's written instructions, bonding or mechanically fastening and firmly
pressing into place.
Cast -In -Place Concrete 03 30 00 - 18
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
a. Waterstop shall be bonded to the substrate using a continuous bead of swelling
sealant or adhesive as recommended by the manufacturer.
1). ADEKA Ultra Seal P-201.
2. Install in longest lengths practicable.
3. Protect from moisture, oil, dirt, and sunlight prior to the placement of concrete.
Coordinate with manufacturer for additional requirements.
B. Steel Waterstops:
1. Splices shall be factory made, where possible. Splices shall be water -tight, with ends of
joined pieces in true alignment.
2. Install waterstops to form a continuous watertight diaphragm in each joint.
3. Correctly position waterstops in the forms and adequately support forms to prevent
movement or disturbance during the placing of concrete.
3.06 CONCRETE PLACEMENT
A. Cold Weather:
1. If air temperature has fallen to, or is expected to fall below 40 F during the protection
period (a minimum of 48 hours unless longer time frame is recommended by ACI 306R),
then cold weather concreting shall be performed in accordance with ACI 306.1.
2. In cases where the temperature drops below 40 F after the concreting operations have
been started, sufficient canvas and framework or other type of housing shall be
furnished to enclose and protect the structure, in accordance with the requirements of
ACI 306R. Sufficient heating apparatus to provide heat shall be supplied, and heating
source and protection from combustion gas shall be in accordance with ACI 306.1. The
concrete shall be protected when placed under all weather conditions. Should concrete
placed under such conditions prove unsatisfactory, remove and replace the concrete at
no cost to the Owner.
3. When the air temperature is above 30 F:
The minimum concrete temperature at the time of mixing shall be 60 F unless other
requirements of ACI 306.1 are met, which may allow for a lower mix temperature.
The minimum concrete temperature at the time of placement and during the
protection period shall be 55 F unless other requirements of ACI 306.1 are met,
which may allow for a lower temperature.
4. The means used to heat a concrete mix shall be in accordance with ACI 306.1.
5. Salts, chemicals, or other foreign materials shall not be mixed with the concrete to
preventing freezing. Calcium chloride is not permitted.
B. Hot Weather:
1. Hot weather is defined as any combination of high air temperature, low relative
humidity, and wind velocity that impairs the quality of the concrete. Hot weather
concreting shall be in accordance with ACI 305.1. Concrete shall be placed in the forms
without the addition of any more water than that required by the design (slump). No
Cast -In -Place Concrete 03 30 00 - 19
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
excess water shall be added on the concrete surface for finishing. Control of initial set
of the concrete and extending the time for finishing operations may be accomplished
with the use of approved water reducing and set retarding admixture, as specified.
2. Maximum time intervals between the addition of mixing water and/or cement to the
batch, and the placing of concrete in the forms shall not exceed the following (excluding
HRWR admixture use):
Concrete Temperature
Maximum time From
Water Batch to Placement
Non -Agitated Concrete
Up to 80 F
30 Minutes
Over 80 F
15 Minutes
Agitated Concrete
Up to 75 F
90 Minutes
75 F to 89 F
60 Minutes
The use of an approved set -retarding admixture will permit the extension of the
above time maximums by 30 minutes, for agitated concrete only.
The use of an approved high range water reducing (HRWR) admixture will allow
placement time extensions as determined by the manufacturer.
3. The maximum temperature of concrete shall not exceed 90 F at the time the concrete is
placed. The temperatures of the mixing water shall be reduced by the use of chilled
water or ice.
4. The maximum temperature of concrete with high range water reducing admixture shall
not exceed 100 F at the time concrete is placed.
5. Under extreme heat, wind, or humidity conditions, concreting operations may be
suspended if the quality of the concrete being placed is not acceptable.
C. Handling and Transporting:
1. Delivery tickets shall be required for each batch and shall be in accordance with ASTM
C94, Section 16. Each delivery ticket must show plainly the amount of water, in gallons
that can be added to the mixer truck at the Site without exceeding the maximum water
cement ratio approved for that mix design. Amount of water added must be in
proportion to contents of truck.
2. Arrange and use chutes, troughs, or pipes as aids in placing concrete so that the
ingredients of the concrete are not segregated. They shall be steel or steel lined. When
steep slopes are necessary, equip the chutes with baffles or make in short lengths that
reverse the direction of movement. Extend open troughs and chutes, if necessary,
inside the forms or through holes left in the forms. Terminate the ends of these chutes
in vertical downspouts.
3. Keep chutes, troughs, and pipes clean and free from coatings of hardened concrete by
thoroughly flushing with water before and after placement. Discharge water used for
flushing away from the concrete in place.
Cast -In -Place Concrete 03 30 00 - 20
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
4. Concrete pumping is permitted and shall comply with ACI 304.2R.
5. Carting or wheeling concrete batches on completed concrete floor slab shall not be
permitted until the slab has aged at least 4 curing days. Unless pneumatic tired carts
are used, wheel the carts on timber planking so that the loads and impact are
distributed over the slab. Curing operations shall not be interrupted for the purpose of
wheeling concrete over finished slabs.
D. Depositing:
1. The method and manner of placing shall prevent segregation or separation of the
aggregate or the displacement of the reinforcement. Use drop chutes of rubber or
metal when necessary. Prevent the spattering of forms or reinforcement bars if the
spattered concrete dries or hardens before it is incorporated into the mass.
2. Fill each part of the forms by directly depositing concrete as near its final position as
possible. Work the coarse aggregate back from the face and force the concrete under
and around the reinforcement bars without displacing them. Depositing large quantities
at one point in the forms, then running or working it along the forms shall not be
permitted.
3. After the concrete has taken initial set, the forms shall not be jarred. No force or load
shall be placed upon projecting reinforcement.
4. Deposit the concrete through vertical drop chutes of rubber or metal of satisfactory size
when operations involve placing concrete from above, such as directly into an excavated
area, or through the completed forms, particularly in walls, piers, columns, and similar
structures. Drop chutes shall be made in sections or provided in several lengths so that
the outlet may be adjusted to proper heights during placing.
Except for drilled shafts, concrete shall not be dropped free more than 10 feet when
HRWR admixture is used or 5 feet without HRWR. Place in continuous horizontal layers
with a depth of from 1 to 3 feet, depending upon the wall thickness. Each layer shall be
soft when a new layer is placed upon it. No more than 1 hour shall elapse between the
placing of successive concrete layers in any portion of the structures included in
continuous placement.
6. Place required sections in one continuous operation to avoid additional construction
joints.
7. If excessive bleeding causes water to form on the surface of the concrete in tall forms,
make the mix dryer to reduce the bleeding. In tall walls, place the concrete to a point
about 1 foot below the top of the wall and allow to settle for 1 to 2 hours. Resume and
complete concreting before set occurs.
8. For slopes greater than two percent, start concrete placement at low end and proceed
upslope.
E. Consolidating:
Compact each layer of concrete and flush the mortar to the surface of the forms by
continuous -working mechanical vibrators. Vibrators which operate by attachment to
forms shall not be used. Apply the vibrator to the concrete immediately after deposit.
Move vibrator throughout the layer of the newly placed concrete, several inches into
Cast -In -Place Concrete 03 30 00 - 21
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
the plastic layer below. Thoroughly work the concrete around the reinforcement,
embedded fixtures and into the corners and angles of the forms until it is well -
compacted.
2. Mechanical vibrators shall not be operated so that they penetrate or disturb previously
placed layers which are partially set or hardened. They shall not be used to aid the flow
of concrete laterally. The vibration shall be of sufficient duration to completely compact
and embed reinforcement and fixtures, but not to an extent causing segregation.
3. Keep vibrators constantly moving in the concrete and apply vertically at points
uniformly spaced, not farther apart than the radius over which the vibrator is visibly
effective. The vibrator shall not be held in one location longer than required to produce
a liquified appearance on the surface.
4. When submerged in concrete, internal vibrators shall maintain a frequency of not less
than 6000 impulses per minute for spuds with diameters greater than 5 inches and
10,000 impulses for smaller spuds. The vibration intensity (amplitude) shall be sufficient
to produce satisfactory consolidation.
5. Provide one vibrator (powered pneumatically or electrically) for each 10 cubic yards of
concrete per hour being placed. Provide at least one vibrator, which may be of the
gasoline powered type, as a standby for each two vibrators in service. To produce
satisfactory consolidation, and based upon the observed performance, the Owner's
representative may require the use of a larger sized and powered vibrator.
6. Check vibrators intended for regular service or standby service before beginning
concreting operations.
F. Placement in Water:
1. Deposit concrete in water only when dry conditions cannot be obtained. The forms,
cofferdams, or caissons shall be sufficiently tight to prevent any water flowing through
the space where concrete is to be deposited. Pumping of water shall not be permitted
while the concrete is being placed, nor until it has set for at least 36 hours.
Carefully place the concrete compact mass using a tremie, closed bottom dumping
bucket, or another approved method which does not permit the concrete to fall through
the water without protection. The concrete shall not be disturbed after being
deposited. Regulate depositing to maintain horizontal surfaces.
3. When a tremie is used, it shall consist of a tube constructed in sections having water-
tight connections. The means of supporting the tremie shall permit the movement of
the discharge end over the entire top surface of the work, and shall allow the tremie to
be rapidly lowered to retard the flow. The number of times it is necessary to shift the
location of the tremie shall be held to a minimum for any continuous placement of
concrete. During the placing of concrete, keep the tremie tube full to the bottom of the
hopper. When a batch is dumped into the hopper, slightly raise the tremie, but not out
of the concrete at the bottom, until the batch discharges to the level of the bottom of
the hopper. Stop the flow by lowering the tremie. Continue placing operations until the
work is completed.
4. When concrete is placed by means of the bottom dump bucket, the bucket shall have a
capacity of not less than 1/2 cubic yard. Lower the bucket gradually and carefully until it
Cast -In -Place Concrete 03 30 00 - 22
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
rests upon the concrete already placed. Raise it very slowly during the discharge travel
to maintain still water at the point of discharge and to avoid agitating the mixture.
Use a sump or other approved method to channel displaced fluid and concrete away
from the shaft excavation. Recover slurry and dispose of it as approved. Do not
discharge displaced fluids into or in close proximity to streams or other bodies of water.
G. Placement in Slabs:
1. Allow concrete in columns, walls and deep beams or girders to stand for at least 1 hour
to permit full settlement from consolidation, before concrete is placed for slabs they are
to support. Haunches are considered as part of the slab and shall be placed integrally
with them.
2. When monolithic slabs are placed in strips, the widths of the strips, unless otherwise
specified or indicated, shall insure that concrete in any one strip is not allowed to lie in
place for more than 1 hour before the adjacent strips are placed.
3. Immediately before placing concrete, thoroughly dampen the earthen cushion to
receive concrete to prevent moisture absorption from the concrete.
4. As soon as concrete placing is complete for a slab section of sufficient width to permit
finishing operations, level the concrete, strike off, tamp and screed. The screed shall be
of a design adaptable to the use intended, shall have provision for vertical adjustment
and shall be sufficiently rigid to hold true to shape during use.
5. The initial strike off shall leave the concrete surface at an elevation slightly above grade
so that, when consolidation and finishing operations are completed, the surface of the
slab is at grade elevation.
6. Continue tamping and screeding operations until the concrete is properly consolidated
and free of surface voids. Bring the surface to a smooth, true alignment using
longitudinal screeding, floating, belting, and/or other methods.
7. When used, templates shall be of a design which permits early removal so satisfactory
finishing at and adjacent to the template is achieved.
8. While the concrete is still plastic, straightedge the surface using a standard 10-foot
metal straightedge. Lap each straightedge pass one-half of the preceding pass. Remove
high spots and fill depressions with fresh concrete and re -float. Continue to check with
a straightedge during the final finishing operation, until the surface is true to grade and
free of depressions, high spots, voids, or rough spots.
9. Check the final surface with a straightedge. Ordinates measured from the face of the
straightedge to the surface of the slab shall not exceed 1/16 inch per foot from the
nearest point of contact. The maximum ordinate shall be 1/8 inch per 10 feet.
10. Unless noted otherwise, where floor drains or hub drains are shown in slabs of
buildings, vaults, or treatment basin units and sloping the slab is not indicated, slope
slab to drain on a grade of 1/16 inch per foot with a maximum total slope of 1-1/4
inches. The thickness of slab at floor or hub drain shall be the thickness of slab, as
indicated on the Drawings.
H. Placement in Foundations: Place concrete in deep foundations so that segregation of the
aggregates or displacement of the reinforcement is avoided. Provide suitable chutes or
Cast -In -Place Concrete 03 30 00 - 23
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
vertical pipes. When footings can be placed in dry foundation pits without the use of
cofferdams or caissons, forms may be omitted and the entire excavation filled with concrete
to the elevation of the top of footing. The placing of concrete bases above seal courses is
permitted after the forms are free from water and the seal course cleaned. Execute
necessary pumping or bailing during concreting from a suitable sump located outside the
forms.
3.07 FINISHING FORMED SURFACES
A. Forms for walls, columns, and sides of beams and girders shall be removed as specified in
Section 03 1100 "Concrete Forming." Patch, repair, finish, and clean concrete after form
removal. Finish concrete within 7 days of form removal. Cure concrete as finishing
progresses.
B. Air voids, for all types of finishes, are defects and shall be removed by rubbing or patching.
C. Finish Schedule:
Type of Finish
Location
Surfaces which are not visible from the inside or
No Finish
outside of the completed structure or more than 12"
below finish grade (i.e. back of retaining walls below
embankment, etc.)
Smooth Finish
Surfaces exposed to view and areas below to a point
12" below grade
D. No Finish: After forms are removed, repair or patch -tie holes and defects. Otherwise, no
additional finish is required.
Rough Finish: Surfaces for which rough finish is indicated or required shall have tie holes
and defects larger than 1/4 inch in width or depth patched or repaired. Remove fins flush
with the adjacent surface by rubbing or grinding and dress rough edges. Otherwise, leave
surfaces with the texture imparted by the forms.
F. Smooth Finish: Unless otherwise shown on the schedule above, provide smooth form finish
for concrete surfaces to be exposed to view. Surfaces to receive a rubbed finish shall have a
smooth form finish. The form facing material shall produce a smooth, hard, uniform texture
on the concrete. The arrangement of the facing material shall be orderly and symmetrical
with a minimum number of seams. Patch tie holes and defects and remove fins flush with
the adjacent surface.
G. Smooth Rubbed Finish:
Rub surfaces with fluted carborundum stone rubbing at the proper time in the concrete
aging process. Rubbing shall remove form marks, surface imperfections, and otherwise
smooth, shape, or finish the surface. Proceed with surface rubbings when the forms are
removed.
After form removal, perform necessary pointing. When the pointing has set sufficiently
to permit rubbing, wet surfaces requiring surface finish and rub surface with a No. 16
Carborundum Stone or an abrasive of equal quality. Bring the surface to a paste, to
remove all form marks and projections, and to produce a smooth dense surface without
pits or irregularities.
Cast -In -Place Concrete 03 30 00 - 24
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
3. Carefully spread or uniformly brush the material ground to a paste over the surface and
allow to take a reset. The use of cement or plaster to form a surface shall not be
permitted.
4. Prepare a 4-by-8-foot panel for the Owner's approval which shows how final finished
surfaces will appear. This panel shall be used as a guide for judging the workmanship of
surface finish.
H. Plaster Mix Finish:
1. Do not apply plaster mix finish when temperature is 40 For expected to drop below 40 F
within 24 hours after application.
2. Areas to receive a plaster mix finish shall have smooth form finish. Application of the
plaster mix shall be either by trowel and float or by spray gun. Surface texture finish
shall be determined by the Owner. Areas designated to receive this finish shall receive a
two coat application, as specified and in accordance with the manufacturer's
recommendations. Form treatments or curing compounds shall be removed on areas
receiving a plaster mix finish. Removal of these treatments/compounds shall be in
accordance with the manufacturer's requirements for surface preparation.
Light Sand Blast Finish: Surfaces to receive a light sand blast finish shall first receive a
smooth rubbed finish. Blast the concrete surface with an abrasive (sand or grit) until the
aggregate is in uniform relief. The depth of penetration shall be sufficient to remove only
the surface mortar. Prepare a 4-by-8-foot panel for the Owner's review. Subsequent sand
blast finishing shall match the Sample panels.
J. Medium Sand Blast Finish: Treat surfaces to receive a medium sand blast finish as specified
for Light Sand Blast finish, except that the depth of penetration shall be sufficient to remove
the surface mortar and expose the surface of some coarse aggregate. Prepare a 4-by-8-foot
Sample panel.
K. Form Liner Finish: Finish shall be as specified in Section 03 1100 "Concrete Forming."
3.08 FINISHING FLOORS AND SLABS
A. General: Comply with recommendations in ACI 302.1R for screeding, restraightening, and
finishing operations for concrete surfaces. Do not wet concrete surfaces.
B. Finish slabs, platforms, and steps monolithically and apply as indicated on the Drawings and
the following schedule of finishes:
Type of Finish
Location
Float Finish
Exterior Slab Surfaces exposed to view
Trowel Finish
Slab surfaces exposed to view or to be covered with resilient
flooring, carpet, and ceramic or quarry tile set over a cleavage
membrane, paint, or another thin film -finish coating system.
Trowel and Fine
Broom Finish
Surfaces where ceramic or quarry tile is to be installed by either
thickset or thin -set method
Broom Finish
Exterior concrete platforms, steps, and ramps.
1. Rough Finish: Provide a rough surface by screeding only without further finish.
Cast -In -Place Concrete 03 30 00 - 25
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
2. Scratch Finish: While still plastic, texture concrete surface that has been screeded and
bull -floated or darbied. Use stiff brushes, brooms, or rakes.
Float Finish: Finish surfaces using a float to a true, even plane with no coarse aggregate
visible. In the initial floating, while the concrete is plastic, use sufficient pressure on the
float to bring excess moisture to the surface for removal. Apply a final "light float" finish
to the surface as the concrete hardens. The surface shall have a uniform granular
texture and shall meet the straightness requirements.
4. Trowel Finish:
After applying float finish, apply first trowel finish and consolidate concrete by hand
or power -driven trowel. Continue troweling passes and re -straighten until surface is
free of trowel marks and uniform in texture and appearance. Grind smooth any
surface defects that would telegraph through applied coatings or floor coverings.
b. Finish and measure surface so gap at any point between concrete surface and an
unleveled freestanding 10-foot long straightedge, resting on two high spots and
placed anywhere on the surface, does not exceed the following:
1). 1/4 inch.
Trowel and Fine -Broom Finish: Apply a partial trowel finish, stopping after second
troweling. Immediately after second troweling, and when concrete is still plastic,
slightly scarify surface with a fine broom.
Broom Finish: Immediately after float finishing, slightly roughen trafficked surface by
brooming with fiber -bristle broom perpendicular to main traffic route. Coordinate
required final finish with Architect before application.
C. Give sidewalks a brush finish, unless noted otherwise. Score sidewalks at a spacing equal to
the width of the walk and edge on each side using a tool with a radius of approximately 1/4
inch.
D. Epoxy Broadcast Overlay System: Clean the surface and prepare for spraying, brushing, or
rolling with an epoxy compound. Immediately after applying the epoxy, broadcast the
aggregate by hand or machine at 1.5 pounds per square yard.
Finishing in Hot, Dry Weather: During periods of high temperature and/or low humidity,
take extreme care in finishing the slabs to eliminate initial shrinkage cracks. Following the
initial set of concrete, but while the concrete is still "green" continue to finish as required to
remove shrinkage cracks which may occur. In hot, dry weather, keep a cement finisher on
the job following normal finishing operations for a sufficient length of time to insure the
removal of initial shrinkage cracks.
3.09 GROUT FINISHED SEDIMENTATION TANK/BASIN FLOORS
A. Grout shall be normal shrinkage grout, as specified.
B. Prior to the application of grout, operate the sweep mechanism for monitoring:
Accurately determine the elevation of a reference point near the end of each arm and
monitor that elevation at every 45-degree rotation for two full rotations of the
mechanism. The following measurements shall be recorded and if either of the stated
criteria is not met, seek guidance from the Engineer prior to grout installation.
Cast -In -Place Concrete 03 30 00 - 26
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
Elevations shall be measured with respect to the theoretical surface of the earth and not
with respect to the basin floor.
a. Reference point elevations shall not vary from one side of the basin to the other
more than 1/2 of an inch (± 1/4-inch).
The reference elevations shall not vary more than one -quarter of an inch (±1/8-inch)
for any given reference point on the arms at any given rotation angle when
compared between rotations.
2. Monitor the gap between the base of the arms to the top of the structural slab to verify
that the minimum required thickness of grout can be achieved in all locations with
appropriate clearance for squeegee adjustment.
3. All weight shall be on the arms, including corner sweeps, when verifying gaps.
4. Adjust the arms as necessary to achieve the minimum specified thickness of grout.
Notify the Owner and Engineer if the arms are not adjustable and minimum grout
thickness cannot be achieved.
5. Verify that the corresponding leading and trailing edges of adjacent blades match in
elevations for a seamless transition between blades. The elevations of the
corresponding leading and trailing edges shall be as compared either by rotating the
mechanism and measuring vertically with respect to a common point on the basin floor
or by keeping the mechanism stationary and measuring with respect to the theoretical
surface of the earth.
C. Screeds shall consist of wood planking of proper dimension and length with the bottom
edge beveled such that not more than half of an inch width is in contact with the grout
surface. Attach a light gauge metal (sheet) formed and nailed to the wood with butt joints
to the bottom of wood screeds. The sheet metal shall serve as a trowel and prevents the
splintering and fraying of the timbers. Firmly attach screeds to the bottom of the truss arms
to prevent dislocation in the screeding operations.
D. Prior to the application of grout, thoroughly clean floors of all foreign matter and wet down.
With the floor in a saturated surface dry condition and just prior to grouting, sprinkle lightly
with cement to improve the bond between the grout and tank bottoms. Block grout from
entering any sludge hopper, drain line, etc. Apply grout over the floor surface of the tanks.
Grouting shall be according to the Specifications, the recommendations of the equipment
manufacturer and the grout manufacturer.
E. Execute grouting by power operation of the equipment in the tank (i.e., by motor turning
the mechanism, not by hand turning of the arms). Make final adjustments to truss arms of
the equipment and attach a screed to the bottom of both arms for sweeping in the grout.
All weight shall be on the arms, including corner sweeps, while placing the grout.
F. Start grouting at the walls of the tanks and spiral inward toward the center. Perform
grouting in a workmanlike manner. Excess grout should not be allowed to accumulate in
front of the screed and cause the screed to float on top of the grout.
G. Verify the profile of the finish floor by measuring from the arm with screeds removed and
not contact between the arm and the floor. The finish grout surface shall vary no more than
a range of half of an inch (± 1/4 inch) for any concentric circle in the finished floor.
Cast -In -Place Concrete 03 30 00 - 27
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
3.10 MISCELLANEOUS CONCRETE ITEMS
A. Normal Shrinkage Grouting:
Prior to grout application, thoroughly clean the surface of all foreign matter and wet
down. Thoroughly clean the foundation and the forms set in place and securely anchor,
with holes or cracks in forms caulked with rags, cotton waste or dry sand mixture to
prevent the loss of grout. The necessary materials and tools shall be on hand before
starting grouting operations. Concrete shall be damp when the grout is poured, but
shall not have excess water to dilute the grout.
2. After wetting and just prior to grouting, sprinkle the surface lightly with cement to
improve the bond between the grout and the surface.
3. After mixing, quickly and continuously place the grout to avoid overworking, segregation
and breaking down of the initial set. Mix and place the grout according to the
manufacturer's recommendations. Cure grout using wet curing method for concrete.
Grout shall receive a steel trowel finish.
B. Non -Shrink Grout:
1. Obtain field technical assistance from the Grout manufacturer, as required, to insure
that grout mixing and installation comply with the manufacturer's recommendations
and procedures.
2. Saturate the foundation for non -shrink grouts 24 hours before installation and clear of
excess water. Free baseplates or bedplates of oil, grease, laitance and other foreign
substances.
3. Place grout according to the manufacturer's directions so that spaces and cavities below
the top of the baseplates and bedplates are completely filled. Provide forms where
structural components of the baseplates or bedplates do not confine the grout. Where
necessary and acceptable under the manufacturer's procedures, a round head pencil
vibrator, 3/4-inch maximum diameter may be used to consolidate the grout.
4. Steel trowel finish the non -shrink grout where the edge of the grout is exposed to view
and after the grout has reached its initial set. Cut off the exposed edges of the grout at
a 45-degree angle to the baseplate, bedplate, member, or piece of equipment.
5. Wet curing should occur for at least 3 days, unless specified by manufacturer, with wet
rags, wet burlap or polyethylene sheets. Keep cloths constantly wet for the curing cycle.
6. Clean and dry the foundation, baseplate or other surface of epoxy grouts prior to
installation. Dry curing is acceptable for epoxy grouts.
7. Use epoxy non -shrink grout under all machinery, pumps, equipment, and where
chemicals are present that would abate cementitious non -shrink grouts.
8. Mix, install, cure, and finish epoxy grouts according to the manufacturer's
recommendations. Install grout in recommended lifts to prevent excess heat.
3.11 CONCRETE PROTECTION AND CURING
A. General: Give careful attention to proper concrete curing. The curing methods shall be wet
curing, sheet materials conforming to ASTM C171, or membrane curing compound
Cast -In -Place Concrete 03 30 00 - 28
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
conforming to ASTM C309. Membrane curing is not permitted on surfaces to be rubbed or
on surfaces to which additional concrete, plaster mix mortar, or terrazzo is to be applied.
Unless the curing method is specified otherwise, select the appropriate curing method.
B. Length of Curing Period:
A "curing day' shall be any day on which the atmospheric temperature taken in the
shade, or the air temperature adjacent to the concrete, remains above 50 F for at least
18 hours.
Cure concrete for a period of 7 consecutive days. In cold weather, when curing may be
retarded, extend this period to 7 "curing days", up to a limit of 14 consecutive days.
C. Wet Curing:
Immediately following the finishing operations, cover concrete slabs, including roof
slabs, with wet cotton mats or with a temporary covering of canvas or burlap. Keep
thoroughly wet for a period of 4 curing days after the concrete is placed. The covering
shall be held in direct contact with the concrete. A temporary covering shall be required
when the size of slab, size of mats, or other factors dictate that the mats cannot be
placed immediately after the finishing operations without marring the finishing of the
slab.
2. Water used for curing shall be free from injurious amounts of oil, acid, alkali, salt, or
other deleterious substances.
3. Canvas or burlap covering material shall weigh not less than 12 ounces per square yard.
Place the sections with a lap at the edges of at least 8 inches. Saturate cover material
with water previous to placing. Keep saturated as long as it remains in place. Use care
in the placing of the cover material to prevent marring the concrete surface.
4. When temporary coverings are used, keep them in place only until the slab has
sufficiently hardened so that a cotton mat covering can be substituted without marring
or disturbing the slab finish. Thoroughly saturate cotton mats before placing and keep
the mats on the slab in a saturated condition for a period of at least 4 curing days.
D. Sheet Curing: Sheet materials shall conform to ASTM C171. They shall be in contact with
the entire concrete surface and applied according to the manufacturer's recommendations.
Patch all holes. Where pedestrian traffic is unavoidable, provide suitable walkways to
protect the sheet material.
E. Membrane Curing:
Membrane curing shall not be used on surfaces which receive paint, floor hardener, or
plaster mix finish or other finish which would be hindered by the use of the curing
compound.
Cover the surface of the concrete with a continuous, uniform, water -impermeable
coating, conforming to ASTM C309 "Liquid Membrane Forming Compounds for Curing
Concrete" and apply according to ACI 308.
3. Immediately after the removal of the side and end forms, apply a coating to the sides
and ends of all concrete. Apply the solution under pressure with a spray nozzle so that
the entire exposed surface is completely covered with a uniform film. The rate of
Cast -In -Place Concrete 03 30 00 - 29
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
application shall insure complete coverage, but the area covered shall not exceed 150
square feet per gallon of curing compound.
4. The coating shall be sufficiently transparent and free of permanent color to not result in
a pronounced color change from that of the natural concrete at the conclusion of the
curing period. The coating shall, however, contain a dye of color strength to render the
film distinctively visible on the concrete for a period of at least 4 hours after application.
After application and under normal conditions, the curing compound shall be dry to
touch within 1 hour and shall dry thoroughly and completely within 4 hours. When
thoroughly dry, it shall provide a continuous flexible membrane free from cracks or
pinholes and shall not disintegrate, check, peel, or crack during the required curing
period.
If the seal is broken during the curing period, immediately repair it with additional
sealing solution.
3.12 CONCRETE SURFACE REPAIRS
A. After the tie rods are broken back or removed, thoroughly clean the holes to remove grease
and loose particles. Patch holes with structural concrete repair material. After the holes are
completely filled, strike off flush excess mortar and finish the surface to render the filled
hole inconspicuous.
B. If the surface of the concrete is bulged, uneven, or shows honeycombing or form marks,
which in the Engineer's opinion cannot be repaired satisfactorily, remove and replace the
entire section.
C. Patch honeycomb and minor defects in all concrete surfaces with structural concrete repair
material. Cut back each defective area with a pneumatic chipping tool as deep as the defect
extends, but in no case less than 1/2 inch. Prepare the existing concrete according to the
recommendations of patching material manufacturer's. Apply repair material according to
the manufacturer's recommendations. Finish the surface of the patches to match finish on
surrounding concrete.
3.13 FIELD QUALITY CONTROL
A. Testing:
1. General:
a. Tests shall be required throughout the Work to monitor the quality of concrete.
Samples shall be taken in accordance with ASTM C172.
The Engineer may waive these requirements on concrete placements of ten cubic
yards or less. However, evidence shall be furnished showing a design mix which
meets the Specifications.
c. Unless noted otherwise, testing of the materials, ready mix, transit mix, or central
plant concrete will be by an independent testing agency. The independent testing
agency will be approved by the Owner and paid by the Contractor. A summary of all
tests performed will be available. No concrete shall be placed without a
representative present at either the plant or at the Site.
Cast -In -Place Concrete 03 30 00 - 30
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
d. Unless the Owner's laboratory is on the Site, provide housing for the curing and
storage of test specimens and equipment.
2. Slump Test: Slump tests, in accordance with ASTM C143, shall be used to indicate the
workability and consistency of the concrete mix from batch to batch. Generally, a slump
test shall be made at the start of operations each day, at regular intervals throughout a
working day, and at any time when the appearance of the concrete suggests a change in
uniformity.
3. Air Content Test: Tests for the concrete's air content shall be made in accordance with
ASTM C231 or ASTM C173, at the point of delivery of concrete, prior to placing in forms.
The test shall be made frequently to monitor a proper air content uniform from batch to
batch.
4. Temperature Test: Test for the concrete's temperature in accordance with ASTM C1064
and as follows: the temperature of the concrete to be placed shall be taken with a
thermometer immediately before placement, with the point of measurement being in
the chute or bucket. Temperature test shall be performed for each truck. Record
temperatures on batch ticket.
5. Compression Test:
a. Compression test specimens shall be 6-by-12-inch concrete cylinders made and
cured in accordance with ASTM C31. If the maximum aggregate size is no larger
than 1 inch, 4-by-8-inch concrete cylinders are acceptable. No fewer than two 6-by-
12-inch or three 4-by-8-inch specimens shall be made for each test Sample.
Samples shall be taken at a minimum of every 50 cubic yards of concrete for each
class placed. At least one set of test specimens per day shall be made for each class
of concrete used that day. Specimens shall be cured under laboratory conditions
specified in ASTM C31. Additional concrete cylinders may be required for curing on
the job under actual job curing conditions. These Samples could be required when:
1). There is a possibility of the air temperature surrounding the concrete falling
below 40 F, or rising above 90 F.
2). The curing procedure may need to be improved and/or lengthened.
3). It is necessary to determine when the structure may be put into service.
b. Compression strength tests shall be made on the laboratory -cured and job -cured
concrete cylinders at 7 and 28 days, in accordance with ASTM C39. The value of
each test result shall be the average compressive strength of all of the cylinders in
the test Sample. All cylinders within a test Sample shall be taken at the same time
from the same batch of concrete. For the 28-day cylinders, the strength level shall
be satisfactory if the averages of all sets of three consecutive strength test results
exceed the required design compressive strength, and no individual strength test
result falls below the required compressive strength by more than 500 psi.
6. High Early Strength Concrete Test: When Type "III" High Early Strength Portland cement
is used instead of Type "I" Portland cement, the minimum allowable 28-day strength for
Type "I" Portland cement concrete shall be at 7 days. The ages at time of test for Type
"III" shall be 1 day and 3 days, instead of 7 days and 28 days, respectively, for Type "I."
Cast -In -Place Concrete 03 30 00 - 31
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
7. Failure to Meet Requirements:
Should the 7-day strengths shown by the test specimens fall below the required
values, additional curing shall be performed on those portions of the structures
represented by the test specimens at the Contractor's expense. Test cores shall be
obtained and tested in accordance with ASTM Test Method for Obtaining and
Testing Drilled Cores and Sawed Beams of Concrete, Designation C 42. If additional
curing does not give the strength required, the Owner reserves the right to require
strengthening, replacement of those substandard portions of the structure, or
additional testing, at the Contractor's expense.
Upon receipt of the Contractor's written request, substandard concrete work may
be reexamined in place by nondestructive testing methods or core Samples, in
accordance with ACI 301. The services of an independent testing laboratory shall be
retained and all expenses paid without compensation from the Owner. Laboratory
results shall be evaluated by the Engineer, who shall make the final decision on
acceptability of the concrete in question. Core Sample holes shall be repaired.
B. The Owner may withhold payment for any section of concrete which does not meet the
requirements of the Specifications. Withheld payment shall be based upon the unit prices
established for concrete and reinforcing steel. Payment shall be withheld until the
unacceptable concrete has been refinished, removed and replaced or otherwise brought
into conformance with the Specifications.
C. PVC Waterstops: Waterstops shall be observed by the Owner's representative prior to
concrete placement. Unacceptable splicing defects include:
1. Misalignment of center bulb, ribs, and end bulbs greater than 1/16 inch.
2. Bond failure at joint deeper than 1/16 inch.
3. Misalignment which reduces waterstop cross-section more than 15 percent.
4. Bubble or visible porosity in the weld.
5. Visible signs of splice separation when a cooled splice is bent by hand at a sharp angle.
6. Charred or burnt material.
END OF SECTION
Cast -In -Place Concrete 03 30 00 - 32
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
Concrete Mix Design
Project Name:
FNI Project Number:
Project Location:
Owner:
General Contractor:
Mix Number / Class:
A. Mix Design:
Cement = Ib/yd3
Fly Ash = Ib/yd3
Other Cementitious Material:
Ib/yd3
Fine Aggregate = Ib/yd3
Course Aggregate = Ib/yd3
Water = Ib/yd3
Water Reducing Admixture = oz/yd3
High Range Water Reducer = oz/yd3
Air Entraining Admixture = oz/yd3
Other Admixture:
=
oz/yd3
Slump =
inches
Gross Weight =
Ib/yd3
Air Content =
percent
Water/Cement Ratio =
Materials:
Source
ASTM
Type
Remarks
Cement
Fly Ash
Other Cementitious Material:
Fine Aggregate
Coarse Aggregate
Water
Water Reducer
High Range Water Reducer
Air Entraining
Cast -In -Place Concrete 03 30 00 - 33
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
Source ASTM Type Remarks
Other Admixture:
C. Determination of Average Strength Required (fcr'):
1. Test Records Available:
A. Summary of Test Records (Provide Supporting Documentation):
Test
Group
No.
No. of
Consecutive
Tests
Specified
Strength
(psi)
Standard
Deviation
(psi)
Average Standard Deviation:
B. Standard Deviation Modification Factor (ACI 30 1, Table 4.2.3.3.a):
C. Standard Deviation Used:
D. Average Compressive Strength Required:
2. Test Records Not Available:
A. Average Compressive Strength Required (ACI 30 1, Table 4.2.3.3.b, if required):
D. Documentation of Required Average Compressive Strength (Check One):
1. Field Strength:
a. Field Strength Test Records (ACI 30 1, Table 4.2.3.3.a): . *Complete Attachment A.
2. Trial Mixtures:
a. Trial Mixtures (ACI 301, Table 4.2.3.3.b, if required): . *Complete Attachment B.
I, certify that the above information is correct and all gradations,
cement certifications, and test results are located at our place of business for review by the Engineer.
Name: Date:
Title:
Company:
Address:
Cast -In -Place Concrete 03 30 00 - 34
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
Attachment A
Documentation of Required Average Strength — Field Strength Records
(ACI 301, 4.2.3.4.a)
A. Summary of Test Records (Provide Supporting Documentation):
Test Record No.
No. of Tests in
Record
Duration of
Record (days)
Water-
Cementitious
Materials Ratio
Average
Strength (psi)
B. Interpolation used?
1. Provide an interpolation calculation or plot of strength versus proportions.
C. Submit the following data for each mix:
1. Brand, type, and amount of cement.
2. Brand, type, and amount of each admixture.
3. Source of each material used.
4. Amount of water.
5. Proportions of each aggregate material per cubic yard.
6. Gross weight per cubic yard.
7. Measured slump.
8. Measured air content.
9. Results of consecutive strength tests.
Cast -In -Place Concrete 03 30 00 - 35
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
Attachment B
Documentation of Required Average Strength —Trial Mixtures
(ACI 301, 4.2.3.4.b)
A. Summary of Test Record(s):
Trial Mix
No.
7-Day Tests
28-Day Tests
Water -
Cementitious
Materials
Ratio
Slump
(in)
Air Content
(percent)
Temperature
(F)
No. of
Test
Cylinders
Strength
(psi)
No. of
Test
Cylinders
Strength
(psi)
B. Maximum water-cementitious materials ratio
1. Provide an interpolation calculation or plot of strength versus water-cementitious materials
ratio.
C. Submit the following data for each mix:
1. Brand, type, and amount of cement.
2. Brand, type, and amount of each admixture.
3. Amount of water used in trial mixes.
4. Proportions of each aggregate material per cubic yard.
5. Gross weight per cubic yard.
6. Measured slump.
7. Measured air content.
8. Compressive strength developed at 7 days and 28 days, from not less than three test cylinders
cast for each 7-day and 28-day test.
END OF ATTACHMENTS
Cast -In -Place Concrete 03 30 00 - 36
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
DIVISION 9
FINISHES
09 96 00.01 HIGH-PERFORMANCE COATINGS
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish labor, materials, equipment and incidentals necessary to apply protective coatings
to material and equipment as specified herein, including the preparation of surfaces prior to
application of coatings.
B. Protective coatings are special coatings to be used at specific locations or on specific
surfaces as indicated herein.
C. Protective coatings must be applied to the following surfaces:
1. Metal surfaces located outside of buildings and other structures anywhere on the Site.
2. Petrolatum (Wax) Tape at the following locations:
a. Buried flexible couplings
b. Buried Valves
D. The following must not be coated and must be protected from drips, overspray, etc. unless
indicated otherwise
1. Stainless steel piping, materials and equipment
2. Galvanized steel piping, materials and equipment unless specifically indicated to be
coated.
3. Aluminum materials and equipment
4. Interior electrical items
E. Special applications for painting include the following:
1. Aluminum surfaces in contact with or embedded in concrete must be treated in
accordance with Section 03 30 00 "Cast -In -Place Concrete."
2. Buried pipe and valves must receive a shop applied protective coating as described in
the appropriate section of the Specifications.
F. Contain, treat, and dispose of any dust, spray, drainage, or spillage resulting from coating
operations. It is the Contractor's responsibility to determine if the materials to be disposed
of are classified as Hazardous Waste. Disposed of waste, hazardous or otherwise, must be
in accordance with applicable regulations. The Contractor must be aware of and understand
the regulations concerning disposal of waste generated by coating operations.
1.02 QUALITY ASSURANCE
A. Acceptable Manufacturers: Products which comply with the Contract Documents and are
manufactured by the following companies will be acceptable:
1. Tnemec Company, Inc.
2. Carboline.
3. PPG Protective & Marine Coatings
High -Performance Coatings 09 96 00.01- 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
4. The Sherwin-Williams Company.
5. Akzo Nobel / International Paint, LLC.
6. ICI Devoe High Performance Coatings.
It is desired that the paint products be furnished by as few manufacturers as possible to
meet the requirements of the Specifications. Coating products of the same type must be
supplied by the same manufacturer. Do not mix products from different sources.
B. Applicator's Qualifications: Applicators must be qualified in this line of work and have a
minimum of 5 years' experience in the application of the protective coatings of the types
specified herein. Submit a list of recent projects and names of references for those projects.
C. Product Quality:
Use only the coatings specified in this Section. Use only those thinners and solvents
recommended by the manufacturer, only in the amounts necessary to produce the
manufacturer's recommended spreading rate, and in amounts not exceeding the
maximum quantities stated in the manufacturer's literature.
The coating material must not show excessive settling in a freshly opened full can and
must be easily re -dispersed with a paddle to a smooth, homogeneous state. It must
show no curdling, livering, caking, or color separation and must be free of lumps or skim
surfaces.
D. Inspection
1. Inspect and provide substrate surfaces prepared in accordance with the Contract
Documents and the printed directions and recommendations of paint manufacturer
whose product is to be applied.
2. Provide Engineer minimum 3 days' notice prior to start of surface preparation work or
coating application work.
3. Perform Work only in the presence of Engineer, unless Engineer grants prior approval to
perform such Work in Engineer's absence. Approval to perform Work in the Engineer's
absence is limited to the current day unless specifically noted to extend beyond the
completion of the work day.
4. Inspection by the Engineer, or the waiver of inspection of any particular portion of the
Work, must not be construed to relieve the Contractor of responsibility to perform the
Work in accordance with the Contract Documents.
5. The Contractor is solely responsible for testing for this Section, at no further cost to the
Owner. The Engineer may also make such tests if it is considered necessary. Cooperate
with the Engineer, providing equipment, scaffolds, and other equipment as requested
by the Engineer.
E. Testing Equipment: Furnish the testing apparatus necessary for testing coatings, including
the following:
One set of U.S. Department of Commerce thickness calibration plates, certified by the
National Bureau of Standards, to test dry film thickness.
Wet -film thickness gauges. Give one to Owner's representative. Each painter must
keep one to test paint as it is applied.
High -Performance Coatings 09 96 00.01- 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
One electronic dry -film thickness gauge capable or measuring 0-200 mils with
calibration standards approved by the Bureau of Standards.
4. One Elcometer 319 Dewpoint Meter or approved equal.
One Tinker and Rasor Model M 1 Holiday Detector and recommended wetting agent
and/or High Voltage Holiday Detector if required for coating thickness specified.
6. One set of SSPC VIS 1, 3 and 4 -Visual Standards as applicable.
Testing Reports: Submit an inspection report for each coating applied on the Project. The
testing report must be completed on a form furnished by the Engineer and must bear the
signature of the Contractor and the Owner's representative.
G. The Contractor must schedule a construction conference prior to any fieldwork being
completed. The meeting will be onsite and will include the Owner, Contractor, painting
superintendent, Engineer, Owner's Representative and Coating Manufacturer's
Representative. At this meeting the coating plan and schedule will be reviewed in detail.
1.03 SUBMITTALS
A. Submittals must be in accordance with Section 0133 00 "Submittal Procedures."
B. The following Record Data for products, including manufacturer's data sheets, are due prior
to ordering coating and surface preparation materials:
1. Coating Manufacturer's color selection literature for coating materials and caulk.
2. Sample warranty document for products.
Provide certification from the manufacturer that all coatings will not contain more than
0.06% by weight of lead in the cured coating for each coat applied.
4. Coating Manufacturer's Product Information and Safety Data Sheets (SDS) for each
coating and caulk material. Product Information must include the following:
The Manufacturer's published instructions for use in specifying and applying all
proposed coatings.
b. Application instructions written and published by the Coating Manufacturer.
c. All anticipated limitations, precautions and requirements that may adversely affect
the coating, that may cause unsatisfactory results after the application or that may
cause the coating not to serve the purpose for which it was intended, must be
clearly and completely stated in the instructions. Limitations and requirements
must include, but are not necessarily limited to the following:
1) Surface preparation
2) Method(s) of application
3) Thickness of each coat (maximum and minimum DFT)
4) Drying and curing time of each coat
5) Time (minimum and maximum) allowed between coats
High -Performance Coatings 09 96 00.01- 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
6) Thinner and use of thinner
7) Proper mixing of coating before application
8) Weather limitations during and after application (temperature and humidity,
time weighted)
9) Physical properties of coating, including percent solids content by volume
10) Equipment settings (air cap, fluid tip, equipment pressure settings, etc.)
11) Pot life at various temperature and humidity conditions.
12) Provide documentation that interior coating system is compatible with the
cathodic protection system.
C. The following samples are required prior to ordering the materials:
Three (3) samples of selected exterior finish colors for approval on 6" x 6" swatches.
Label each swatch with the manufacturer's name, coating name/type, color name and
number.
D. The following Record Data is required prior to coating work:
1. Coating Plan:
a. Anticipated coating process schedule by date, including dates when hold -point
inspections are anticipated. Schedule must indicate detailed activities on a daily
basis.
b. Detailed procedures and schedule for all pre -cleaning, surface preparation and
application of coating, including touch-up and repair procedures for all coating
systems.
c. Recoat schedule on the submitted coating materials.
d. Data sheets must include curing characteristics and recommendations regarding
complete coating curing.
e. Provide a written plan documenting how spent cleaning debris and/or paint over
spray or droplets will be contained/confined to the jobsite and tank site during the
surface preparation and coating application operations. Reasonable care must be
exercised by the Contractor to prevent damage, nuisance, or hazardous conditions
to adjacent or nearby property Owners. Include all materials and method to be
used for protection of exterior surfaces, and allow for recovery and disposal of paint
scraps and blast media.
2. Provide documentation on proposed containment system methods for blasting and
coating operations.
3. The Contractor must submit evidence of notification of the appropriate office of the
Texas Commission on Environmental Quality (TCEQ) prior to abrasive blasting as
required. Submit copies of any obtained permits.
4. Coating Manifest -Within 48 hours of coating delivery to the job site, the Contractor
must record the batch number stamped on each coating container and submit a typed
list to the Owner's Representative. Minimum information required is listed below.
High -Performance Coatings 09 96 00.01- 4
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
a. Date of delivery to job site
b. Name and signature of Superintendent recording the data
c. List of batch number including corresponding coating identification, color, date of
manufacture and volume of each container
E. The following Certified Test Report(s) are required prior to coating work:
1. SIDS sheets for all abrasive to be used on the project.
2. Certification and laboratory test results indicating recycled metallic abrasive per SSPC-
AB 2 or 4 and atomic absorption test results.
1.04 STANDARDS
A. The applicable provisions of the following standards apply as if written here in their entirety.
Adhere to the latest standards and codes published by the following organizations.
B. In the event of a conflict between the published standards, codes, and this Section, the
more stringent requirement govern as interpreted by the Engineer.
1. ANSI (American National Standards Institute)
ANSI/NSF Standard 61 Drinking Water Components
2. ASTM (American Society for Testing and Materials)
ASTM D 523
Standard Test Method for Specular Gloss
ASTM D 610
Standard Test Method for Evaluating Degree of Rusting on Painted
Steel Surfaces
ASTM D 2244
Standard Practice for Calculation of Color Tolerances and Color
Differences from Instrumentally Measured Color Coordinates
ASTM D 3359
Standard Test Methods for Rating Adhesion by Tape Test
ASTM D 4214
Standard Test Methods for Evaluating the Degree of Chalking of
Exterior Paint Films
ASTM D4258
Standard Practice for Surface Cleaning Concrete for Coating
ASTM D4259
Standard Practice for Abrading Concrete
ASTM D4260
Standard Practice for Liquid and Gelled Acid Etching of Concrete
ASTM D 4263
Standard Test Method for Indicating Moisture in Concrete by the
Plastic Sheet Method
ASTM D 4285
Standard Test Method of Indicating Oil and Water in Compressed Air
ASTM D4417
Standard Test Methods for Field Measurement of Surface Profile of
Blast Cleaned Steel
ASTM D4541
Standard Test Method for Pull -Off Strength of Coatings Using
Portable Adhesion Tester
ASTM D4787
Standard Practice for Continuity Verification of Liquid or Sheet
Linings Applied to Concrete Substrates
ASTM D5162
Standard Practice for Discontinuity (Holiday) Testing of
Nonconductive Protective Coating on Metallic Substrates
ASTM D6386
Standard Practice for Preparation of Zinc (Hot -Dip Galvanized)
Coated Iron and Steel Product and Hardware Surfaces for Painting
High -Performance Coatings 09 96 00.01- 5
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
ASTM D7234
Standard Test Method for Pull -Off Adhesion Strength of Coatings on
Concrete Using Pull -Off Adhesion Testers
ASTM D7682
Standard Test Method for Replication and Measurement of Concrete
Surface Profiles Using Replica Putty
ASTM E337
Standard Practice Test Method for Measuring Humidity with a
Psychrometer (the Measurement of Wet- and Dry -Bulb
Temperatures)
ASTM F1869
Standard Test Method for Measuring Moisture Vapor Emission Rate
of Concrete Subfloor Using Anhydrous Calcium Chloride
3. AWWA (American Water Works Association)
AWWA C210 Liquid -Epoxy Coating and Linings for Steel Water Pipelines
AWWA C222 Polyurethane Coatings and Linings for Steel Water Pipe and Fittings
4. Consumer Product Safety Act, Part 1303
5. Environmental Protection Agency (EPA)
63 FR 48848 Clean Air Act — National Volatile Organize Compound Emission
Standards for Architectural Coatings
6. International Concrete Repair Institute (ICRI)
Technical
Selecting and Specifying Concrete Surface Preparation for
Guideline No.
Coatings, Sealers and Polymer Overlays
03732
Standard 310.2
Selecting and Specifying Concrete Surface Preparation for Sealers,
Coatings, Polymer Overlays and Concrete Repair with CSP Chips
7. NACE International (National Association of Corrosion Engineers)
NACE TPC2
Coating and Lining for Immersion Service: Chapter Safety, Chapter
2 Surface Preparation, Chapter 3 Curing, and Chapter 4 Inspection
NACE SP0178
Design Fabrication, and Surface Finish Practices for Tanks and
Vessels to be Lined for Immersion Service
NACE SP0188
Discontinuity (Holiday) Testing of New Protective Coatings on
Conductive Substrates
NACE SP0178
Surface Finishing of Welds Prior to Coating; Weld Replica Only to
be used with NACE SP0178
NACE RP0287
Field Measurement of Surface Profile of Abrasive Blast Cleaned
Steel Surfaces Using a Replica Tape
8. National Association of Pipe Fabricators (NAPF)
NAPF 500-03 Surface Preparation Standard for Ductile Iron Pipe and Fittings in
Exposed Locations Receiving Special External Coatings and/or
Special Internal Linings
9. OSHA (Occupational Safety & Health Administration)
1915.35 Standards - 29CFR
Painting
1926.62 Standards— 29 CFR
Lead
High -Performance Coatings 09 96 00.01- 6
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
10. SSPC (Society for Protective Coatings)
SSPC-VIS 1
Guide and Reference Photographs for Steel Surfaces Prepared by
Dry Abrasive Blast Cleaning
SSPC-VIS 3
Guide and Reference Photographs for Steel Surfaces Prepared by
Power and Hand Tool Cleaning
SSPC Vol. 1
Good Painting Practices
SSPC-AB1
Mineral and Slag Abrasives
SSPC-AB2
Cleanliness of Recycled Ferrous Metallic Abrasives
SSPC-AB3
Ferrous Metallic Abrasives
SSPC-AB4
Recyclable Encapsulated Abrasive Media in a Compressible Matrix
SSPC-SP1
Solvent Cleaning
SSPC-SP2
Hand Tool Cleaning
SSPC-SP3
Power Tool Cleaning
SSPC-SP11
Bare Metal Power Tool Cleaning
SSPC-SP 16
Brush -Off Blast Cleaning of Coated and Uncoated Galvanized Steel,
Stainless Steels, and Non -Ferrous Metals
SSPC-PA 1
Shop, Field and Maintenance Painting of Steel
SSPC-PA 2
Determining Compliance to Required DFT
SSPC-PA 10
Guide to Safety and Health Requirements for Industrial Painting
Projects
SSPC-PA 17
Procedure for Determining Conformance to Steel Profile/Surface
Roughness/Peak Count Requirements
SSPC-Guide 6
(CON)
Containment of Debris
SSPC-Guide 12
Illumination of Painting Projects
SSPC-Guide 15
Retrieval and Analysis of Soluble Salts
11. SSPC/NACE International Joint Standards
SSPC-SP5/NACE 1
White Metal Blast Cleaning
SSPC-SP6/NACE 3
Commercial Blast Cleaning
SSPC-SP7/NACE 4
Brush - Off Blast Cleaning
SSPC-SP10/NACE 2
Near - White Metal Blast Cleaning
SSPC-SP13/NACE 6
Surface Preparation of Concrete
12. Texas Commission on Environmental Quality (TCEQ)
30 TAC Chapter Rules and Regulations for Public Water Systems
290 Subchapter D
1.05 DELIVERY AND STORAGE
A. Deliver coating products to the Site in original unopened containers, with manufacturer's
label and batch number attached. Do not apply products until the Owner's field
representative has approved the product for use.
B. Use one location at each site for the storage of coating products. Protect the floor from
spills and other damage. Protect the products from extreme heat or cold. Keep containers
covered. Keep the storage rooms clean of trash and debris. Dispose of oily or used rags
High -Performance Coatings 09 96 00.01- 7
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
daily. Under no circumstances will they be allowed to accumulate. Take precautions to
prevent fires. The storage of flammable liquids must comply with the City, State, or other
fire codes.
C. Storage of coatings and other products must be in accordance with the manufacturer's
requirements. Coatings that have been damage or not stored properly must not be applied
and must be removed from the site.
D. All products and coatings that are not approved for the project must be removed from the
site and must not be stored at the site.
All materials must be delivered to the job site in original sealed containers with the date of
manufacture and batch number stamped thereon by the Coating Manufacturer. Materials
are subject to random observations by the Owner's Representative at the job site.
1.06 ENVIRONMENTAL CONDITIONS:
A. Do not apply coatings under conditions that are unsuitable for the production of good
results. Remove trash and debris from enclosed buildings and thoroughly clean prior to
application of coatings. Do not begin application of coatings in areas where other trades are
working, or where construction activities result in airborne dust or other debris. Do not
apply coatings in conditions which do not conform to the recommendations of the coatings
manufacturer.
B. Coatings must only be applied when conditions fall within the parameters listed in the
manufacturer's printed data.
C. Contractor must provide dehumidification equipment sized to maintain dew point
temperature S° F or more above surface temperature of metal surfaces to be prepared and
coated.
D. Do not apply any coatings when weather conditions are unfavorable. In the event that
climatic conditions are not conducive for best results, postpone application of coatings until
conditions conform to the manufacturer's recommendations and the provisions of this
Section.
Do not apply coatings to a wet or damp surface in wet or damp weather conditions, or when
there is dust in the air. Surfaces exposed to direct sunlight must be shaded by awnings or
other protective devices while coatings are being applied, if recommended by coating
manufacturer. When necessary, provide temporary heating devices of a type that produces
no fumes or water vapor which will discolor the paint system.
F. Heating and Dehumidification
1. Dehumidification equipment must be used to control the environment during surface
preparation, rehabilitation, coating application and coating curing at no additional cost
to the Owner, if acceptable environmental conditions cannot be met.
If the Contractor cannot meet the required environmental conditions to apply the
interior coating system per this specification and the coating manufacturer's written
recommendations, Contractor will cease operations until approved dehumidification
equipment has been provided and acceptable environmental conditions are achieved.
High -Performance Coatings 09 96 00.01- 8
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
If coating system is applied without dehumidification or in conditions not acceptable by
this specification and by the coating manufacturer's written requirements, Contractor
must fully remove coating system applied and replace per the Engineer's direction.
The Contractor must furnish all labor, materials, equipment, fabrication and quality
control inspections, and all other incidentals required to control and maintain the
environment of the reservoir within the parameters stated in this specification and must
incorporate these and any other expenses into their bid.
The Owner reserves the rights, in the event the dehumidification equipment is not
performing to the minimum requirements stated in this specification, to require the
Contractor to modify and or add additional equipment to satisfy the conditions of this
specification, at the sole cost to the Contractor.
4. It is the Contractor's responsibility to provide adequate dehumidification equipment to
meet this specification and Coating Manufacturer's requirements. The Coating
Manufacturer's limits of surface temperature, tank inside air temperature and relative
humidity requirements will govern, if more stringent than the requirements stated
within this specification.
G. Forced Ventilation
1. Provide continuous forced fresh air ventilation when working inside of containment
systems or enclosed areas that are not openly vented from the beginning of surface
preparation through final coating operations and coating curing.
2. Forced ventilation must be supplied per the recoat time required by the coating
manufacturer and at least 48 hours after the final coat has been applied.
3. From the beginning of interior coating applications to until the coating system is cured,
the Contractor must monitor the air for the lower explosion limit (LEL) as published in
the Coating Manufacturer's product SDS's.
4. Contractor is responsible for supplying, installing and maintaining the forced ventilation
system.
H. Containment System
1. Contractor must provide containment methods, either full or partial, which allows for
the containment of the environmentally sensitive waste, dust and paint over spray that
will be generated during the abrasive blasting and painting operation.
2. Minimum Containment for Field Surface Preparation
a. Provide a minimum SSPC Guide 6 (CON) Class 2A containment system when dry
abrasive blasting.
b. Provide a minimum SSPC Guide 6 (CON) Class 2W containment system when wet
abrasive blasting. All water must be contained and properly disposed of.
c. Provide a minimum SSPC Guide 6 (CON) Class 2P.E3 containment system when
power tool cleaning.
3. The ground surrounding the project area must be protected from all debris, emissions,
dust, and other materials generated in the cleaning operations with a minimum of two
High -Performance Coatings 09 96 00.01- 9
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
layers of polyethylene covered with plywood or the same material used for the
perimeter containment system.
4. Containment is not required when blasting on the interior of a completely enclosed area
(i.e. roof is in place) as long as no visible emissions are created.
5. The Contractor must ensure that no spent cleaning/blasting debris, dust, overspray,
coating droplets, or emissions of any kind, escape to the atmosphere, or to adjacent
buildings, private property, work sites, parking lots, etc.
The Owner reserves the right to stop work or require containment, additional
containment or different containment methods if the Contractor's operations create a
nuisance beyond the tank site property line in the sole opinion of the Owner, the
Engineer, the Owner's Representative, any regulatory agency, or neighbor. All costs of
providing an adequate containment system must be included by the Contractor in the
Base Bid.
7. The Contractor must be responsible for all materials that are used and for any apparatus
used to contain dust emissions, debris, overspray, and coating droplets. The
containment system attachments to existing or proposed structures must be designed
by a professional engineer (P.E.) registered in the State of Texas not to impose excessive
loading on the structure. The Contractor must submit the P.E. designed and sealed
details of the containment system on the tank.
Any damage to the structure(s) as a direct or indirect result of the containment system
must be repaired or sections replaced by the Contractor at no additional cost to the
Owner. Neither the Owner nor the Owner's Engineer assumes any responsibility for the
structural ability of the structure to support the containment system.
8. If tarps are used as part of the containment system, the tarps must be an impervious,
solid, flame -resistant material, reinforced with a fiber mesh and must allow as much
light as possible to pass through the material.
I. Visible Emissions
1. Contractor must control visible emissions and releases while dust producing activities
are underway.
2. Visible emissions more than SSPC Guide 6, Level 1 (1% of the workday or 5 minutes in an
8-hour shift) are unacceptable. Sustained emissions of more than 1 minute, regardless
of the total time of emissions for the day is unacceptable. If unacceptable emissions are
observed, Contractor must shut down immediately and correct the situation and clean
up any debris generated from the release to the satisfaction of the Engineer before
continuing work.
1.07 WORKING CONDITIONS:
A. Provide adequate lighting at any location that coatings are being applied or testing is
performed. Illumination must be of sufficient intensity to achieve good results. Provide
explosion -proof lighting when required.
B. Temporary ladders and scaffolds must conform to applicable safety requirements. Erect
temporary scaffolds where needed to cover large areas. Provide ladders or scaffolding
during testing procedures.
High -Performance Coatings 09 96 00.01 - 10
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
1.08 GUARANTEES
A. Protective coating must be guaranteed for a period of 2-year from the date of the Owner's
acceptance of the Project.
B. A warranty inspection must be conducted prior to the end of the warranty period. Any
defective work discovered at this date must be corrected by the Contractor in accordance
with the Contract Documents at no additional cost to the Owner.
2.00 PRODUCTS
2.01 GENERAL COATING REQUIREMENTS
A. All coatings must be free of heavy metals such as arsenic, barium, chromium, selenium,
silver, lead, mercury and cadmium.
B. All coatings in contact with potable water must be certified as per ANSI/National Sanitation
Foundation (NSF), Standard 61.
C. All coatings submitted or used on this project must comply with the EPA's Clean Air Act for
maximum VOC (volatile organic compound) limits.
D. Finish coatings must be from the same batch.
2.02 MATERIALS
A. Coating products are to be as follows:
Type A - Alkyd -Phenolic Universal Primer
Manufacturer
Approved Coating
Tnemec
Series 37H Chem -Prime H.S.
Sherwin-Williams
Kern Kromik Universal
Akzo Nobel /
International Paint, LLC
Interlac 573
Devoe Coatings
Devprime 1403
Carboline
Carbocoat 150UP
PPG
Multiprime 4360
Type B - Epoxy-Polyamide Primer
Manufacturer
Approved Coating
Tnemec
Series 66
Sherwin-Williams
Copoxy Primer
Akzo Nobel /
International Paint, LLC
Intergard 251; Intergard 269 for valves and gates, submerged
structural steel and misc. metals, and submerged piping
Devoe Coatings
Devran 201V Series
Carboline
890
PPG
Amercoat 385
High -Performance Coatings 09 96 00.01 - 11
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
Type C — Penetrating Epoxy Pre -Primer
Manufacturer
Approved Coating
Tnemec
Approved Equal
Sherwin-Williams
Macropoxy 920 Pre -Prime
Akzo Nobel /
International Paint, LLC
Interbond 600
Devoe Coatings
Approved Equal
Carboline
Rustbond Penetrating Sealer
PPG
Amerlock Sealer
Type D - Inorganic Zinc Primer (Minimum 80% Zinc by Weight)
Manufacturer
Approved Coating
Tnemec
Series 90-98 Tneme-Zinc
Carboline
Carbozinc 12 VOC
Sherwin-Williams
Zinc Clad II Plus
PPG
Dimetcote 9 VOC
Approved Manufacturer
Approved Equal
Type E - Organic Zinc Primer (Minimum 80% Zinc by Weight)
Manufacturer
Approved Coating
Tnemec
Series 90-97 or 90G-1K97 Tneme-Zinc
Carboline
Carbozinc 859
Sherwin-Williams
Corothane I Galvapac
PPG
Amercoat 68HS
Akzo Nobel /
International Paint, LLC
Interzinc 52
Approved Manufacturer
Approved Equal
Type F — Alkyd Enamel
Manufacturer
Approved Coating
Tnemec
Series 2H Hi -Build Tneme-Gloss
Sherwin-Williams
DTM Alkyd Enamel
Akzo Nobel /
International Paint, LLC
Interlac 665
Devoe Coatings
Devlac 1431
Carboline
Carbocoat 8225
High -Performance Coatings 09 96 00.01 - 12
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
PPG Fast Dry 35
Type G - Epoxy-Polyamide Coatings
Manufacturer
Approved Coating
Tnemec
Series 66
Sherwin-Williams
Macropoxy 646 Epoxy
Akzo Nobel /
International Paint, LLC
Intergurd 475HS; Interseal 670HS for valves and gates, PVC
pipe and conduit, submerged structural steel and misc.
metals, and submerged piping
Devoe Coatings
Bar -Rust 235
Carboline
Carboguard 60
PPG
Amerlock 385
Type H - Epoxy-Polyamide Coatings for Potable Water (NSF 61 Certified)
Manufacturer
Approved Coating
Tnemec
Series 20 Pota-Pox or N140 Pota-Pox Plus
Sherwin-Williams
Tank Clad Epoxy
Akzo Nobel /
International Paint, LLC
Interline 850 or Interseal 670HS (NSF colors)
Devoe Coatings
Bar -Rust 233H Series
Carboline
Carboguard 61
PPG
Amerlock 2/400
Type I - Aliphatic Polyurethane Enamel
Manufacturer
Approved Coating
Tnemec
Series 1074 Endura-Shield II
Sherwin-Williams
Hi -Solids Polyurethane
Akzo Nobel /
International Paint, LLC
Interthane 990 Series
Devoe Coatings
Devthane 379 Series
Carboline
Carbothane 133HB (Satin) or Carbothane 134HG (High Gloss)
PPG
Pitthane Ultra Series
Type M - High Solids Epoxy Siloxane
Manufacturer
Approved Coating
Carboline
Carboxane 2000
Sherwin-Williams
Sher-Loxane 800
High -Performance Coatings 09 96 00.01 - 13
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
PPG PSX 700 Polysiloxane
Approved Manufacturer Approved Equal
Type N - Epoxy Mastic
Manufacturer
Approved Coating
Carboline
Carbomastic 15
Sherwin-Williams
Epoxy Mastic II
PPG
Amerlock 2/400 AL
Tnemec
Chembuild Series 135
AkzoNobel/International
Paint, LLC
Interseal 670HS
B. PETROLATUM (WAX) TAPE
Petrolatum (wax) tape must be installed per the manufacturer's written recommendations.
Provide all primers and appurtenant materials as required for installation per the
recommendations.
Approved Manufacturers:
1. Trenton Corp. - Trenton Primer and #1 Wax -tape
2. Denso North America, Inc. — Denso Paste and Densyl Tape
3. Approved Equal
C. Pipe Wrap Tape System
1. System must be designed to mechanically protect coated piping from corrosion and
abrasion in above ground, below ground and submerged conditions and be compatible
with specified pipe coating system(s).
2. System must be UV resistant and may be constructed of HDPE, PVC, or fiberglass with
an adhesive backing on one side for application to coated piping.
3. System must include a fiberglass reinforced outer shield for abrasion resistance and be
able to be top coated for aesthetics.
4. Approved Manufacturers:
a. SealForLife
b. Denso North America, Inc.
c. Approved Equal
2.03 COLOR SELECTION
A. The color chart must include the complete available range of colors, including tints and
shades. The Owner will select the colors during construction.
High -Performance Coatings 09 96 00.01 - 14
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
B. Use a multi -color system coating for any surface receiving more than one coat. Each coat
must be tinted differently from the preceding coat in a manner that will allow the various
coats to be easily distinguished. Colors must generally be from light to dark shades, but the
Contractor may have the option to select tint shades to insure coats will receive adequate
coverage without bleeding or otherwise showing through the preceding coat.
C. Piping and equipment must be color coded in accordance with the requirements of the
Texas Commission on Environmental Quality (TCEQ).
3.00 EXECUTION
3.01 GENERAL
A. All coatings must be applied in strict conformance with the Coating Manufacturer's
published specifications, this specification or as approved by the Engineer.
B. Surfaces which will be inaccessible after installation must be coated prior to installation, or
must be coated and approved in stages as the work is installed.
C. The Engineer will approve surfaces for application of coatings at each stage. Any material
that is coated prior to the Engineer's approval will be stripped back to bare metal and
repainted.
D. At least 7-days or as required by the coating manufacturer, must be allowed for drying of
finished surfaces before any machinery can be placed into service.
E. The number of coats called for in this specification are considered the minimum required. If
more coats are required to provide the specified dry film thickness or for complete coverage
and uniform appearance, they must be provided at no additional cost to the Owner.
3.02 STEEL SURFACE PREPARATION
A. The adequacy of the preparation of steel surfaces will be determined by comparing the
surface with SSPC VIS 1 "Pictorial Surface Preparation Standards for Painting Steel Surfaces"
and SSPC VIS 3 "Guide and Reference Photographs for Steel Surfaces Prepared by Power and
Hand Tool Cleaning." Prepare surfaces in accordance with the following requirements:
1. SSPC-SP1 "Solvent Cleaning"
2. SSPC-SP2 "Hand Tool Cleaning"
3. SSPC-SP3 "Power Tool Cleaning"
4. SSPC-SP5 / NACE 1 "White Metal Blast Cleaning"
5. SSPC-SP6 / NACE 3 "Commercial Blast Cleaning"
6. SSPC-SP7 / NACE 4 "Brush -Off Blast Cleaning"
7. SSPC-SP10 / NACE 2 "Near -White Blast Cleaning"
8. SSPC-SP11 "Power Tool Cleaning to Bare Metal"
B. The resulting surface profile must be in accordance with the coating manufacturer's
recommendations.
High -Performance Coatings 09 96 00.01 - 15
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
C. "Solvent Cleaning' must be performed prior to subsequent surface preparation, including
abrasive blast cleaning.
D. All sharp edges and welds must be ground smooth to a rounded contour and all weld
splatter must be removed prior to abrasive blasting. Edges of metal to be coated must be
rounded to a minimum of 1/16" radius of chamfered a minimum of 1/16" at an angle of 45-
degrees.
E. Welds and adjacent areas:
1. Prepared such that there is:
a. No undercutting or reverse ridges on the weld bead.
b. No weld spatter on or adjacent to the weld or any other area to be painted.
c. No sharp peaks or ridges along the weld bead.
d. Grind embedded pieces of electrode or wire flush with the adjacent surface of the
weld bead.
2. Weld profiles must conform to NACE RP0178, Profile V.
3.03 DUCTILE IRON PIPE AND FITTINGS SURFACE PREPARATION
A. Prepare surfaces in accordance with the following requirements:
1. NAPF 500-03-01 "Solvent Cleaning"
2. NAPF 500-03-02 "Hand Tool Cleaning"
3. NAPF 500-03-03 "Power Tool Cleaning"
4. NAPF 500-03-04 "Abrasive Blast Cleaning for Ductile Iron Pipe"
5. NAPF 500-03-05 "Abrasive Blast Cleaning for Cast Ductile Iron Fittings"
B. "Solvent Cleaning" must be performed prior to subsequent surface preparation as specified
in NAPF 500-03.
3.04 PETROLATUM (WAX) TAPE
A. Petrolatum (wax) tape must be installed per the manufacturer's written recommendations.
Provide all primers and appurtenant materials as required for installation per the
recommendations.
B. Tape must be installed on all buried flexible couplings and at locations indicated on the
drawings and as specified.
3.05 PIPE WRAP TAPE SYSTEM
A. Tape must be installed per the manufacturer's written recommendations. Provide all
primers and appurtenant materials as required for installation per the recommendations.
B. Tape must be installed on all piping at the transition between above grade and below grade.
Coat piping a minimum of 2-feet vertically above and below the ground surface.
C. Paint wrap to match adjacent piping.
High -Performance Coatings 09 96 00.01 - 16
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
3.06 CONCRETE SURFACE PREPARATION
A. The adequacy of the preparation of concrete surfaces will be determined by comparing the
surface with ICRI Surface Finish Comparators. Prepare surfaces in accordance with the
following requirements and the coating manufacturer's recommendations:
1. SSPC-SP13 / NACE 6 —Surface Preparation of Concrete
2. ICRI CSP 3 — 5, or as required by the coating manufacturer.
B. Allow a minimum of 28-days curing time to elapse before coatings are applied. Concrete
surfaces which are scheduled to receive coatings must be in accordance with the coating
manufacturer's moisture requirements. Contractor must provide any primers required by
the coating manufacturer to address outgassing, as needed.
C. Contractor must field verify that the pH of the concrete is suitable for application per the
coating manufacturer's product requirements.
D. Bug holes, air pockets, voids or imperfections in the concrete surface must be filled or
patched with a cementitious resurfacing material approved by the coating manufacturer.
E. All coating terminations points, including from concrete to metal are to include a %" key cut.
F. Concrete Surface Preparation Inspection:
1. Adhesion Testing:
a. Tensile testing of the surface preparation must be performed by the Contractor
using a Type 4 or Type 5 pneumatic adhesion testing equipment in accordance with
ASTM D7234 using 2-inch diameter dollies for concrete surface adhesion testing.
Provide a minimum of three tests (dollies) per area and coating system. Engineer
will select location of test dollies.
b. Concrete surface or applied coating must be scored for concrete adhesion testing.
c. Adhesive failure greater than 50 percent of the dolly surface area indicate
inadequate surface preparation.
d. Cohesive failures which results in loss of sound concrete will be acceptable provided
the loss is greater than 50 percent of the dolly surface area.
e. Low adhesion cohesive failures with a thin layer of concrete due to weak concrete
or laitance over 50 percent of the dolly surface will be rejected.
2. Concrete Soundness:
Concrete soundness will be determined using the scratching or hammer impact
methods as defined in SSPC SP-13.
3. Moisture Content:
Moisture must be tested as specified in SSPC SP-13 and in accordance with ASTM D
4263 and F 1869 (for conditioned spaces). Moisture content cannot exceed the
moisture content recommended by the coating manufacturer.
3.07 SURFACE PREPARATION
High -Performance Coatings 09 96 00.01 - 17
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
A. Clean and degrease surfaces prior to abrasive blasting by solvent cleaning as specified using
solvents, detergent/water, emulsions, and steam. Proposed method must be documented
in the coating plan. Contractor must contain and properly dispose of all runoff and debris
from cleaning.
B. If the following conditions exist or are prevalent, surface preparation and coating must be
delayed or postponed until conditions are favorable. Each day's coating must be completed
in time to permit the film sufficient drying time prior to damage by atmospheric conditions
or changes. No surface preparation can begin or coating applied:
1. When the surface, air or material is below or above the Manufacturer's printed
instructions.
2. When surfaces are wet or damp.
3. During weather conditions of rain, snow, fog or mist.
4. When the air and steel temperature is less than 5° F above the dew point temperature.
5. If the relative humidity is above 85%.
6. When it is expected that the dew point, air and/or surface temperature will be below or
above the Coating Manufacturer's recommended temperatures within four (4) hours
after applications of coating, minimum. Coating manufacturer may require additional
time between application and temperature and weather changes.
C. Shop Surface Preparation
1. Notify Engineer at least 7 days prior to start of shop blast cleaning to allow for
inspection of the Work during surface preparation and shop application of paints. Work
is subject to the Engineer's approval before shipment to the jobsite.
2. Items such as structural steel, metal doors and frames, metal louvers, and similar items
as reviewed and approved by the Engineer may be shop prepared and primed.
Centrifugal wheel blast cleaning is an acceptable alternate to shop blast cleaning. Blast
clean and prime in accordance with the Specifications.
Prepare surfaces by abrasive blasting as specified and apply shop prime coat. Shop
primed steel plates must not have primer extended within 4-inches along all edges to be
welded. All primer within 4-inches of an area to be welded must be removed prior to
welding. Welding of painted surfaces will not be allowed.
D. All pre -assembled shop primed items must be prepared in accordance with these
specifications and inspected by the Owner's Representative before and after priming.
E. Abrasive Blasting
Prior to commencing abrasive blasting operations, the Contractor must perform a test
blast to verify that the surface cleanliness and profile meet the requirements of the
specification and meet the coating manufacturer's requirements for the coating to be
applied. If the test section does not meet the requirements, the Contract must make
changes to the abrasive materials and/or methods to provide suitable blast.
Abrasive blast only the amount of surface area which can be primed the same day or
before any rust starts to form, whichever occurs first. Areas which are not painted the
same day must be re -blasted on the day the prime coat is applied.
High -Performance Coatings 09 96 00.01 - 18
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
3. Shrouding or recovery of all blast material will be mandatory during all exterior blasting.
4. The CONTRACTOR must contain all waste and process discharge in accordance with the
accepted methods for the process and materials that are in abatement.
Where abrasive blast cleaning will not remove or properly prepare metal surfaces, hand
and/or power tool cleaning must be used to remove such conditions as weld splatter,
laminations and radius -sharp edges. Hand tool or power tool must be used on areas less
than two (2) foot diameter or smaller or on corners and edges.
All abrasive blast equipment must be equipped with, including but not limited to the
following:
a. Noise reducing devices
b. Hose coupling safety devices
c. Electrical grounding devices
d. Moisture traps and filters
e. Fresh air hoods for all blasters
f. "Dead Man" switches on all blast hoses
g. Air Dryers
F. Surface profile must be in accordance with manufacturer's printed requirements.
G. The adequacy of the preparation of surfaces must be determined by comparing the surface
with SSPC VIS 1, SSPC VIS 3, NACE RP0178 and ICRI Surface Finish Comparators.
H. Adequate surface preparation must be verified throughout surface preparation per SSPC-PA
17. Minimum testing requirements:
1. Test the surface profile within the first 15-minutes and one additional time during each
work shift or 12-hour period, whichever is shorter for each gun or blasting apparatus
used or at any time the process producing the acceptable profile indicated above is
changed, as interpreted by the Engineer.
2. Select a minimum of three 6-inch square locations and take two readings. The average
to the two readings is a "profile measurement." The group of three locations is the
"location average." The location average must be within the specified profile range.
3. Contractor must report the location averages (lowest location average and highest
location average, and the profile measurement for each surface preparation apparatus.
4. If the substrate has been previously coated, an existing profile may exist. Contactor
must adjust blast media size to ensure that the resulting surface profile meets the
profile required.
Wherever the words "solvent cleaning", "hand tool cleaning", "wire brushing", or "blast
cleaning", or similar words of equal intent are used in the specifications or in paint
manufacturer's specifications, they are understood to refer to the applicable specifications
indicated.
High -Performance Coatings 09 96 00.01 - 19
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
J. Where OSHA or EPA regulations preclude standard abrasive blast cleaning, wet or vacuum -
blasting methods may be required. Coating manufacturers' recommendations for wet blast
additives and first coat application will apply.
K. Clean surfaces of dust and residual particles from cleaning operations by dry (no oil or water
vapor) air blast cleaning or other method prior to painting. Vacuum clean enclosed areas
and other areas where dust settling is a problem and wiped with a tack cloth.
3.08 PREPARATION OF HOT -DIP GALVANIZED COATED STEEL, STAINLESS STEEL AND NON-FERROUS
M ETALS
A. For galvanized coated steel, remove all soluble and insoluble contaminants. Prepare hot -
dipped galvanized coated iron and steel products in accordance with ASTM D 6386.
B. Abrasive blast per SSPC-SP 16 to achieve an angular anchor profile as required by the coating
manufacturer.
C. Contractor is responsible for coordinating with the coating manufacturer to verify
compatibility of the specified coating system with the provided surface preparation.
3.09 PREPARATION OF EXISTING COATED OR SHOP PRIMED SURFACES:
A. General:
Factory -applied primers to equipment must be those specified or verified by the
Contractor to be compatible with the specified coating systems. Where possible, notify
manufacturers which shop prime coats will be required in order to be compatible with
field -applied finish coats.
Where equipment is purchased which has the manufacturer's standard primer or a
factory finish which is other than as specified in this section, remove the factory -applied
paint system or apply passivators or other special coatings as required to make the
surface compatible with the finish coat specified.
2. Do not apply any coating to machinery, piping, or other surfaces before testing has been
completed and systems approved. Any damage to coatings resulting from subsequent
corrective procedures must be stripped back to bare metal and repainted with the
appropriate paint system as directed by the Engineer.
3. Check for compatibility when applying coatings over existing coatings. Apply a test
patch of the recommended coating system, covering at least 2 to 3 square feet or as
directed by the Engineer. Allow to cure one week before testing adhesion per ASTM
D3359 in the presence of the Engineer. If adhesion does not meet the manufacturer's
published data, consult with the Engineer.
4. Shop primed or coated surfaces must be reviewed with the Engineer to determine if the
extent of damage to the coating and suitability of finish coats to adhere to shop applied
coats.
If a cured epoxy, polyurethane, or plural -component material is to be top coated
provide brush-off blast as specified herein or as recommended by the coating
manufacturer.
High -Performance Coatings 09 96 00.01 - 20
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
6. Surface preparation recommendations of coating manufacturer are subject to approval
of the Engineer.
B. To be Recoated or Final Coated:
1. Solvent clean.
2. Perform touch-up repairs of existing coating.
3. Asphaltic coated ductile iron pipe will require an application of a seal coat prior to the
application of a cosmetic finish coat.
C. Touch-up Repairs:
1. Clean loose, abraded, or damaged coatings to substrate by power tool to bare metal per
SSPC-SP11 and/or NAPF 500-03-03 "Power Tool Cleaning."
2. Feather surrounding intact coating.
3. Apply one spot coat of the specified primer to bare areas overlapping the prepared
existing coating.
4. Apply one full finish coat of the specified primer or finish coat(s) overall.
D. Application of a Cosmetic Coat:
1. The exact nature of shop -applied coatings is not known in all cases.
2. Check compatibility by application to a small area prior to starting the coating.
3. If lifting or other problems occur, request disposition from the Engineer.
3.10 APPLICATION
A. The Contractor and painting technicians are responsible for the application of the coating
system and must have current applicator approvals from the Coating Manufacturer, as
required.
B. After abrasive blast cleaning, dust and spent abrasive must be removed from the surfaces by
vacuum process or with clean, dry, oil -free compressed air.
C. The prime coat must be applied as soon as possible after the blasting and surface cleaning is
completed, inspected and approved by the Inspector. Blasted surfaces must be coated
before rust forms on the surface. No prepared surface will be allowed to receive a coating if
"rust bloom" or surface discoloration has occurred. All blasted surfaces must be coated to
within 6-inches of the edge of a blasted area. No visible rust must be coated under any
circumstances, including rust bloom or if discoloration has occurred, regardless of elapsed
time between blasting and coating. Leave an uncoated strip of exposed metal to clearly
identify where abrasive blasting was halted.
D. Provide mist coat if recommended by the Coating Manufacturer.
E. All weld seams, gaps, edges, bolts and difficult areas to coat must receive a stripe coat.
Stripe coat must be a contrasting color. Stripe coat may be applied with intermediate or
finish coating, but must be applied prior to the installation of the finish coat.
F. The Contractor must apply each coat at the rate and in the manner specified by the Coating
Manufacturer, except as may be modified herein. If material has thickened or must be
High -Performance Coatings 09 96 00.01 - 21
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
diluted for application, coating must be built up to achieve the dry film thickness as specified
for each coat of the complete system.
G. Maximum and minimum DFT must be per the supplied Coating Manufacturer's printed
requirements and as required by this specification. DFT will be measured per SSPC-PA 2,
Level 2 with an allowable measurement of spot DFT of:
1. Minimum DFT, as specified.
2. 120% of maximum DFT specified.
H. The Contractor and painting technicians are responsible for the application of coating
system and must have current applicator certifications from the Coating Manufacturer.
Submit certifications with coating submittal.
I. Coatings which have an expired shelf or pot life may not be used and must be removed from
the site.
J. Coating must be applied by skilled workmen and must be brushed out or sprayed evenly,
without runs, crazing, sags, or other blemishes.
K. Sand between coats to remove over spray and dry fall.
L. Apply the first coat to the surface, including cutting in around edges, before the second coat
is applied. The second coat and any successive coats must not to be applied before
notifying the Owner's field representative and obtaining approval. Each coat must be tested
before the successive coat is applied.
M. The coating curing period must be adjusted to compensate for less than adequate weather
conditions, as recommended by the Coating Manufacturer, for complete curing of the entire
coating system. The full curing time recommended by the manufacturer must be provided.
N. Coating must be continuous and must be accomplished in an orderly manner to facilitate
proper inspection control.
O. Where a roller or brush is used to apply the coating, additional coats may be necessary to
achieve the recommended dry film thickness and/or to achieve total coverage of the
underlying surface. Coated surfaces must be totally free of all roller nap, roller marks, brush
bristles and brush marks.
When using conventional coating spray equipment for coating operations, effective oil and
water separators combined with after coolers or deliquescent dryers must be used in
compressed air lines to remove detrimental oil and moisture from the air. Separators must
be placed as far as practical from the compressor. Compressors must be tested periodically
by the Contractor for oil and water contamination of compressed air. Testing must follow
ASTM D4285 "Standard Test Method of Indicating Oil and Water in Compressed Air". All
compressor units found to produce unacceptable amounts of oil and or water, as
determined by results of ASTM D4285 test data must be replaced with a compressor that is
acceptable.
Q. For porous surfaces, such as concrete or masonry, a prime coat may be thinned to provide
maximum penetration and adhesion. The type and amount of thinning must be determined
by the coating manufacturer and is dependent on surface density and type of coating.
R. Concrete and Steel Floors and Walks, including Bulk Storage Areas
High -Performance Coatings 09 96 00.01 - 22
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
1. Provide non-skid surface in walkway areas and on floors.
Contractor is to include non-skid additive such as aluminum oxide to coatings or may
use 50 mesh dry wash silica sand broadcasted into the film and back rolled to
encapsulate as recommended by the coating manufacturer.
Contractor is to provide a test area to confirm with Owner that the non-skid surface is
adequate and consistent. Contractor must modify method or products used as required
to provide an acceptable surface.
3.11 WATER AND WASTEWATER PIPE COLORS
A. General coating colors in accordance with the TCEQ areas follows for general selection of
pipe coatings. Contractor must provide samples for Engineer's approval prior to ordering as
specified.
Pipe/Pumps/Valves System
Description
Color
Backwash Waste/Drain
Dark Grey
Settled Water
Green
Effluent after Clarification
Dark Green
Filter Effluent
Light Blue
Gray Water
Purple with Yellow Lettering
Heated Water
Blue with 6-inch Red Bands Spaced 30-inches apart
Potable Water/Treated Water
Light Blue
Power Conduits
In compliance with the National Fire Protection
Association 70 National Electrical Code
Raw Water
Tan
Reclaimed Water
Purple with Black Lettering
Sewage
G rey
Sludge
Brown
3.12 FIELD QUALITY CONTROL
A. Field Tests: Make wet film tests during painting operations to assure proper thicknesses of
coating are being applied. After each coat has been applied, test the paint film thickness
with a nondestructive, magnetic type thickness gauge. The total dry -film thickness for each
coat must be per 3.09.G. Apply additional coats until the specified thickness is reached or
exceeded.
B. Holiday Testing
1. Holiday testing must be performed in accordance with NACE SP0188 or ASTM D5162 for
steel substrates and ASTM D4787 for concrete substrates.
High -Performance Coatings 09 96 00.01 - 23
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
2. Test the entire surface of coated steel and piping in moderate or severe environments,
as determined by the Engineer, with a holiday detector. For thickness between 10 and
20 mils (250 to 500 microns) a non-sudsing type wetting agent, as recommended by the
holiday detector manufacturer, must be added to the water prior to wetting the
detector sponge.
Holiday detect coatings in excess of 20 mils with high voltage holiday testers as
recommended by the coating manufacturer.
4. Mark and repair failures in accordance with the manufacturer's printed instructions,
then retest failure areas. No failures or other irregularities will be permitted in the final
coats. Areas containing holidays must be repaired until tests indicate no holidays.
3.13 PROTECTION OF SURFACES NOT TO BE PAINTED
A. Remove, mask, or otherwise protect hardware, lighting fixtures, switch plates, aluminum
surfaces, machined surfaces, couplings, shafts, bearings, nameplates on machinery, and
other surfaces not intended to be painted.
B. Provide drop cloths to prevent paint materials from falling on or marring adjacent surfaces.
C. Protect working parts of mechanical and electrical equipment from damage during surface
preparation and painting process.
D. Mask openings in motors to prevent paint and other materials from entering the motors.
3.14 DAMAGED COATINGS, PINHOLES, AND HOLIDAYS:
A. Feather edges and repaired in accordance with the recommendations of the paint
manufacturer.
B. Repair fusion bonded coatings to be as recommended by the original applicator. Applicator
must provide liquid repair kits for this purpose as recommended by the coating
manufacturer.
C. Apply finish coats, including touchup and damage -repair coats in a manner that will present
a uniform texture and color -matched appearance.
3.15 UNSATISFACTORY APPLICATION:
A. If the item has an improper finish color, or insufficient film thickness, clean and topcoat
surface with specified paint material to obtain the specified color and coverage. Obtain
specific surface preparation information from the coating manufacturer.
Hand or power sand visible areas of chipped, peeled, or abraded paint and feather the
edges. Follow with primer and finish coat in accordance with the Specifications. Depending
on the extent of repair and its appearance, a finish sanding and topcoat may be required.
B. Evidence of runs, bridges, shiners, laps, or other imperfections are cause for rejection.
C. Repair defects in coating system per written recommendations of coating manufacturer.
D. Leave all staging up until the Engineer has inspected the surface or coating. Replace staging
removed prior to approval by Engineer.
3.16 COATING INSPECTION
High -Performance Coatings 09 96 00.01 - 24
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
A. General:
1. All coats will be subject to inspection by the Engineer and the coating manufacturer's
representative.
2. Visually inspect concrete, nonferrous metal, plastic, and wood surfaces to ensure proper
and complete coverage has been attained.
3. Give particular attention to edges, angles, flanges, and other areas where insufficient
film thicknesses are likely to be present and ensure proper millage in these areas.
B. Coating Thickness Testing:
1. Owner's Representative may conduct coating thickness testing as necessary and without
limitation.
2. Measure coating thickness specified in mils with an electronic type dry film thickness
gauge.
3. Check each coat for the correct millage.
4. Tests for concrete coating thickness may be taken using a Tooke Gauge or gauge
approved for testing coatings over concrete substrates. Contractor must repair coating
after thickness testing, if required.
C. Coating Continuity (Holiday) Testing:
Owner's Representative will witness holiday testing performed by the Contractor.
3.17 CLEAN AND ADJUST
A. Promptly remove trash and debris resulting from painting operation from the Site. Remove
drop cloths, masking tapes and other protective coverings. Remove paint spills, splatters,
overlap of paint from adjacent material and other defects. Spot paint nicks and other
defects.
B. Remove paint containers and waste products. Thoroughly clean paint storage rooms,
removing spilled paint from walls and floors.
C. Damages due to over spray on buildings, vehicles, trees, or other surfaces not specified to
be painted would be the responsibility of the Contractor.
3.18 SCHEDULES
Protective coatings must be applied in accordance with the following paint schedule. If
additional or alternate primers, etc. are recommended by the coating manufacturer for any of
the coatings specified, they must be provided at no additional cost to the Owner to provide a
complete and compatible coating system, as approved by the Engineer.
High -Performance Coatings 09 96 00.01 - 25
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
PROTECTIVE COATINGS PAINT SCHEDULE
No. of
DFT/Coat
System
Application Description
Surface Prep:
Product Type
Coats
(mils)
Submerged Metal — Potable Water
All metal surfaces new and existing below a plane 1-foot
above the maximum liquid surface, metal surfaces above the
SSPC-SP1
maximum liquid surface which are a part of the immersed
SSPC-SP10
TYPE H — Epoxy-Polyamide
1
4.0
No. 1
equipment, concrete embedded surfaces of metallic items
NAPF S00-03-01
TYPE H - Stripe Coat
under submerged or buried conditions, such as wall pipes,
NAPF S00-03-04
TYPE H — Epoxy-Polyamide
2
4.0
pipes, wall or floor sleeves, access manholes, gate guides
NAPF 500-03-05
and thimbles, and structural steel. Not to be used for
potable water storage tanks. All coatings must be NSF 61
certified.
Total Minimum Dry Film Thickness
12 mils
Above -Grade Interior/Exterior Steel and D.I. Piping
TYPE N — Epoxy Mastic
1
5.0
Non-Immersion/Non-Corrosive Environment
For New Piping
TYPE C — Penetrating Epoxy
1
2.0
and Valves:
Pre -Primer
All metal surfaces new and existing, such as inside pump
SSPC-SP1
TYPE M — Stripe Coat
station buildings, exterior piping and valves, exterior
SSPC-SP6
Type M - HS Epoxy Siloxane
1
5.0 — 7.0
structural steel, etc.
NAPF 500-03-01
Application Notes:
NAPF 500-03-04
1. Proposed piping and valves may be provided with
NAPF 500-03-05
No. 2
factory applied prime coat(s), with fusion bonded epoxy
or Type H epoxy. For damaged factory applied coatings
For Previously
spot prime with Epoxy Mastic. Provide application of
Coated Piping
Type C and Type M coatings in the field.
and Valves:
2. Proposed Field Coated and Existing Previously Coated
SSPC-SP1
Piping and Valves - Prepare as indicated and provide full
SSPC-SP3
coat of Epoxy Mastic and continue with stripe,
NAPF 500-03-01
intermediate and top coat as indicated.
NAPF 500-03-03
Total Minimum Dry Film Thickness
12 mils
High -Performance Coatings 09 96 00.01 - 26
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
No. of
DFT/Coat
System
Application Description
Surface Prep:
Product Type
Coats
(mils)
Electrical Equipment - Exterior
TYPE A — Alkyd -Phenolic
1
2.0
SSPC-SP1
Universal Primer
No. 4
All new and existing exterior electrical panels and equipment
SSPC-SP2
TYPE F —Stripe Coat
with factory coatings. Not for pumps and motors.
TYPE F — Alkyd Enamel
2
3.0
Total Minimum Dry Film Thickness
8.0 mils
TYPE B — Epoxy-Polyamide
1
3.0
Above -Grade Interior and Exterior PVC Pipe
SSPC-SP1
Primer
No. 6
Exterior surfaces PVC piping.
Light Sanding
TYPE I —Aliphatic
1
3.0
Polyurethane Enamel
Total Minimum Dry Film Thickness
6.0 mils
New and Existing Metal Piping and Valves within Vaults
and Under Insulation
For New Piping
Moderate to Severe Environment
and Valves:
All metal surfaces new and existing that will be installed in
SSPC-SP1
areas where temporary submerged conditions can occur,
SSPC-SP6
such as within vaults and for piping and valves covered with
NAPF 500-03-01
TYPE N — Epoxy Mastic
1
4.0
insulation.
NAPF 500-03-04
TYPE C — Penetrating Epoxy
1
2.0
Application Notes:
NAPF 500-03-05
Pre -Primer
No. 8
1. Proposed piping and valves may be provided with
TYPE G - Stripe Coat
factory applied prime coat(s), with fusion bonded epoxy
For Previously
TYPE G — Epoxy-Polyamide
2
4.0
or Type H epoxy. For damaged factory applied coatings
Coated Piping
spot prime with Epoxy Mastic. Provide application of
and Valves:
Type C and Type M coatings in the field.
SSPC-SP1
2. Proposed Field Coated and Existing Previously Coated
SSPC-SP3
Piping and Valves - Prepare as indicated and provide full
NAPF 500-03-01
coat of Epoxy Mastic and continue with stripe,
NAPF 500-03-03
intermediate and top coat as indicated.
Total Minimum Dry Film Thickness
12 mils
High -Performance Coatings 09 96 00.01- 27
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
END OF SECTION
High -Performance Coatings 09 96 00.01 - 28
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
09 97 16 PIPELINE COATINGS AND LININGS
1.00 GENERAL
1.01 WORK RESULTS
A. This Section covers the Work necessary to apply external mortar coatings on pipe, field
coating of joints, and field repair of coating damage, complete.
B. Exposed steel pipe will be coated as specified in Section 09 96 00.01 "High -Performance
Coatings" unless specified otherwise.
1.02 SUBMITTAL REQUIREMENTS
A. Contractor submittals shall be made in accordance with Section 0133 00 "Document
Management."
B. Shop Drawings: Catalog cuts and other information for all products proposed. Provide copy
of approved coating system submittals to the coating applicator.
C. Quality Control Submittals: Furnish the following:
1. Applicator's Experience with list of references substantiating compliance.
2. Coating manufacturer's certification stating the applicator meets or exceeds their
coating application requirements and recommendations.
3. Coating manufacturer shall provide a copy of the manufacturer's coating application
quality assurance manual.
4. If the manufacturer of field -applied coating differs from that of the shop applied primer,
provide written confirmation from both manufacturers' that the two coating materials
are compatible.
1.03 QUALITY ASSURANCE
A. Coating Applicator's Experience and Certification:
1. Coating Application Company and coating application supervisor (Certified Applicator)
shall have a minimum of 5 years' experience applying the specified coating system.
Coating application personnel, whom have direct coating application responsibility, shall
have a minimum of 2 years' practical experience in application of the indicated coating
system.
2. Coating applicator shall be certified by the coating manufacturer as an approved
applicator.
B. Coating and/or lining manufacturer technical representative shall be present for a minimum
of 3 days technical assistance and instruction at the start of coating and/or lining operations
within the shop. During this visit, the technical representative shall observe surface
preparation and coating application and conduct tests of the coating to insure conformance
with application instructions, recommended methods, and conditions.
C. Coating and/or lining manufacturer's technical representative shall be on -Site for 3 working
days, minimum, at the start of each construction season to inspect coating application and
Pipeline Coatings and Linings
099716-1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
procedures in the field. During this visit, the technical representative shall observe surface
preparation and coating application and conduct tests of the coating to insure conformance
with application instructions, recommended methods, and conditions.
D. Coating and/or lining manufacturer shall include 8 hours per month of field or shop coating
technical support when requested by the Engineer.
Technical representative shall provide a written report to the Engineer for each visit. Report
shall include copies of test data collected, description of observations, and all recommended
corrective actions. Report shall be submitted within 5 working days after the visit. When
deemed necessary by the Engineer, Work will not be permitted to proceed until the
recommended corrective actions have been implemented. After all corrective
recommendations have been completed; the manufacturer representative shall return and
certify that the application complies with the manufacturer's coating application
recommendations.
Additional visits by the manufacturer's representative shall be made at sufficient intervals
during surface preparation and coating or lining as may be required for product application
quality assurance, and to determine compliance with manufacturer's instructions, and as
may be necessary to resolve problems attributable to, or associated with, manufacturer's
products furnished for this Project.
1.04 ABBREVIATIONS
A. The following abbreviations are used in this Section:
Abbreviations
MDFT Minimum Dry Film Thickness
Mil Thousandths of an Inch
1.05 DEFINITIONS
A. Manufacturer's Representative: Employee of coating manufacturer who is factory trained
and knowledgeable in all technical aspects of their products and systems. Sales
representatives are not acceptable as a technical representative unless written
authorization from the coating manufacture is provided which states the sales
representative has full authority to act on the behalf of the coating manufacturer.
1.06 REFERENCE STANDARDS
A. The applicable provisions of the following standards shall apply as if written here in their
entirety:
1. American National Standards Institute (ANSI) / NSF Standards:
ANSI/NSF 60 Drinking Water Treatment Chemicals — Health Effects
ANSI/NSF 61 Drinking Water System Components — Health Effects
2. American Society for Testing and Materials (ASTM) Standards:
ASTM C33 Standard Specification for Concrete Aggregates
Pipeline Coatings and Linings
099716-2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
ASTM C150
Standard Specification for Portland Cement
Standard Test Methods for Vulcanized Rubber and Thermoplastic
ASTM D412
Elastomers — Tension
Standard Test Methods for Mandrel Bend Test of Attached Organic
ASTM D522
Coatings
ASTM D570
Standard Test Method for Water Absorption of Plastics
ASTM D2240
Standard Test Method for Rubber Property— Durometer Hardness
Standard Test Method for Abrasion Resistance of Organic Coatings
ASTM D4060
by the Taber Abraser
Standard Test Method for Pull -Off Strength of Coatings Using
ASTM D4541
Portable Adhesion Testers
ASTM E96
Standard Test Methods for Water Vapor Transmission of Materials
Standard Test Method for Impact Resistance of Pipeline Coatings
ASTM G14
(Falling Weight Test)
Standard Test Method for Cathodic Disbondment Test of Pipeline
ASTM G95
Coatings (Attached Cell Method)
3. American Water Works Association (AWWA) Standards:
AWWA C205
Cement -Mortar Protective Lining and Coating for Steel Water Pipe-
4-inch and Larger- Shop Applied
AWWA C209
Cold Applied Tape Coatings for the Exterior of Special Sections,
Connections, and Fittings for Steel Water Pipelines
AWWA C210
Liquid -Epoxy Coating Systems for the Interior and Exterior of Steel
Water Pipelines
AWWA C216
Heat -shrinkable Cross -linked Polyolefin Coatings for the Exterior of
Special Sections, Connections, and Fittings for Steel Water Pipelines
AWWA C217
Petrolatum and Petroleum Wax Tape Coatings for the Exterior of
Connections and Fittings for Steel Water Pipelines
AWWA C222
Polyurethane Coatings for the Interior and Exterior of Steel Water
Pipe and Fittings
4. National Association of Corrosion Engineers (NACE) Standards:
NACE RP 0274 1 High Voltage Electrical Inspection of Pipeline Coatings
5. Steel Structures Painting Council (SSPC) Standards:
SSPC-SP-1
Solvent Cleaning
SSPC-SP-2
Hand Tool Cleaning
SSPC-SP-3
Power Tool Cleaning
SSPC-SP-5
White Metal Blast Cleaning
SSPC-SP-6
Commercial Blast Cleaning
SSPC-SP-10
Near -White Blast Cleaning
SSPC-SP-11
Power Tool Cleaning to Bare Metal
Pipeline Coatings and Linings
099716-3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
1.07 SPECIAL WARRANTY REQUIREMENTS
A. The Contractor and coating applicator shall warrant to the Owner and guarantee the Work
under this Section against defective workmanship and materials for a period of 2 years
commencing on the date of final acceptance of the Work.
1.08 OBSERVATION OF WORK
A. The Contractor shall give the Owner Representative a minimum of 14 days advance notice
of the start of any Work to allow scheduling for shop or field observation. Provide Owner
Representative a minimum 3 days' notice for actual start of surface preparation and coating
application Work.
B. Provisions shall be made to allow Owner's representative full access to facilities and
appropriate documentation regarding coating application.
C. Observation by the Owner's representative or the waiver of observation of any particular
portion of the Work shall not be construed to relieve the Contractor of his responsibility to
perform the Work in accordance with the Contract Documents.
D. Materials shall be subject to testing for conformance with the Contract Documents as the
Owner's representative may determine, prior to or during incorporation into the Work.
2.00 MATERIALS
2.01 GENERAL
A. Exterior and interior pipe and fitting surfaces shall be prepared and coated in accordance
with referenced standards, written directions of the coating or lining manufacturer's, and
this Section, whichever is more stringent.
B. Coatings and linings will be stored, handled, and applied per manufacturer's written
directions.
C. Pipeline coating or lining shall be the product of a single manufacturer. Product
substitutions during the Project will not be permitted.
2.02 EXTERIOR SHOP -APPLIED COATINGS
A. General:
Steel pipe shall be mortar coated in accordance with AWWA C205, except as modified
herein. The outside mortar coating shall be shop applied, and shall be in accordance
with AWWA C205. Mortar coating reinforcing shall be electrically continuous with the
steel cylinder; 1-inch minimum thickness; cut back coating from joint ends no more than
2 inches to facilitate joining and welding of pipe.
2. Pipe that is atmospherically exposed shall be shop primed as specified herein and in
Section 09 96 00.01 "High -Performance Coatings."
3. Buried dielectrically coated pipe and fittings passing through a structure wall or floor
shall be coated for a minimum of 2 inches beyond the interior wall or floor surface.
Pipeline Coatings and Linings
099716-4
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
B. Exterior Coating for Exposed Steel Pipe: All atmospherically exposed or vault piping shall be
shop primed with the coating system as specified in Section 09 96 00.01 "High -Performance
Coatings."
2.03 INTERIOR SHOP -APPLIED LININGS
A. Cement Mortar Lining:
1. Clean and cement mortar line steel pipe and fittings in accordance with AWWA C205.
2. Cement: Conform to ASTM C150, Type II.
3. Shop applied cement mortar lining shall be uniform in thickness over the full length of
the pipe joint.
4. Aggregate shall be silica sand or other aggregate that is not subject to leaching.
Conform to ASTM C33.
5. Water for cement mortar: Clean and free from organic matter, strong alkalis, vegetable
matter, and other impurities.
B. Liquid Applied Epoxy Coating:
1. Provide liquid epoxy primer and lining in all cement mortar lined metallic pipe at
insulating joints for a minimum of two pipe diameters on each side of the insulated
joint.
2. Epoxy coatings shall be NSF approved coatings suitable for potable water contact in
accordance with ANSI/NSF Standards 60 and 61.
3. Epoxy shall be applied over the cement mortar lining where specified for the pipeline
lining material.
4. Prepare the cement mortar lining by abrasive blasting to remove all laitance and provide
a surface profile.
5. Cement mortar shall be allowed to cure for a minimum of 15 days prior to surface
preparation and coating application or 7 days with steam curing.
6. Mortar lining shall be dry when epoxy lining is applied.
2.04 SPECIALS, FITTINGS, AND CONNECTIONS
A. Coating and lining application for special sections, connections, and fittings for steel or
ductile iron pipe shall conform to coating system and application requirements as specified
in this Section.
B. Specials, fittings, and connections shall be defined as any pipe section with turnouts for
blowoffs, interconnects, any valve, or other appurtenances; tees; crosses; wyes; laterals;
manholes; mitered angles or elbows; and pipes which require special fabrication that
prevents mechanical production application of the specified coating system from end to end
of pipe joint.
C. In addition to the items listed as specials, the following items shall also be considered as
specials:
1. Pipe joints with pass through holes.
Pipeline Coatings and Linings 09 97 16 - 5
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
D. Hand applied tape coatings will not be permitted on any specials, fittings, connections, and
elbow fittings.
E. Specials, fittings, and connections shall be externally coated with polyurethane coating
system applied from end to end of pipe joint on all specials, fittings, and connections.
2.05 EXTERIOR FIELD JOINT COATING
A. Pipe joints shall be field coated after pipe assembly with joint wrapper and mortar unless
noted otherwise.
B. Buried ferrous metal such as flanges, bolts, nuts and couplings which cannot be protected
with factory or field -applied polyurethane coatings or heat shrink sleeves shall be coated
with two wraps of wax tape meeting AWWA C217 and encased in flowable fill.
C. Cement Grout Mixture: One part cement to two parts of fine, sharp clean sand. Mix
interior joint mortar with as little water as possible until very stiff, but workable. Mix
exterior joint mortar with water until it has consistency of thick cream. Mix cement grout to
specific gravity of 19 lb/gallon or greater as measured by grout/slurry balance. Use balance
manufactured grout/slurry by Baroid or approved equal. Perform test in presence of and at
request of Owner's Representative. Add additional cement grout or water to mixed cement
grout to bring mix to proper moisture content or specific gravity. Discard cement grout that
has been mixed more than 20 minutes and is not at proper specific gravity or moisture
content.
1. Portland Cement: ASTM C 150, Type II. Provide one type of cement for entire project.
2. Sand:
a. Interior joints: ASTM C 35 fine graded plaster sand.
b. Exterior joints: ASTM C 33; natural sand with 100 percent passing No. 16 sieve.
3. Water: Potable water with total dissolved solids less than 1,000 mg/I; ASTM D 512
chloride ions less than 100 mg/I for slurry and mortar cure; ASTM D 1293 pH greater
than 6.5. Use potable water with 250 ppm limit on chlorides and sulfates.
D. Provide approved Nonshrink Grout for Special Applications, Patches, and Repairs.
1. Conform to requirements of ASTM C 1107, Nonshrink Grout.
2. Pre -blended factory -packaged material manufactured under rigid quality control,
suitable for use in joints of prestressed concrete cylinder pipe.
3. Contain non-metallic natural aggregate and be nonstaining and noncorrosive.
4. Meeting NSF 61 Standard suitable for use in contact with potable water supply.
5. Exterior: Highly flowable to fill joint wrapper without leaving voids or trapped air.
Interior capable of being placed with plastic consistency.
6. Compressive strength: ASTM C 1107 2,500 psi minimum 7-day unconfined; 5,000 psi
minimum 28-day unconfined.
7. Non -bleeding and non -segregating at fluid consistency.
8. Contain no chlorides or additives which may contribute to corrosion of steel pipe.
Pipeline Coatings and Linings
099716-6
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
9. Free of gas -producing, gas -releasing agents.
10. Resist attack by oil or water.
11. Mix, place, and cure in accordance with manufacturer's instructions and
recommendations. Upon 72 hours notice, provide services of qualified representative
of nonshrink grout manufacturer to aid in assuring proper use of product under job
conditions. Representative to be on site when product is first used.
12. Mix cement grout to specific gravity of 17.7 lb/gallon or greater as measured by
grout/slurry balance. Use balance manufactured grout/slurry by Baroid or approved
equal. Perform test in presence of and at request of Owner's Representative. Add
additional cement grout to mixed cement grout or water to bring mix to proper
moisture content or specific gravity. Discard cement grout that has been mixed more
than 20 minutes and is not at proper specific gravity or moisture content.
13. Compressive strength: ASTM C 1107 2,500 psi minimum 7-day unconfined; 5,000 psi
minimum 28-day unconfined.
Finished surface of lining and interior joint to be comparable to surface rubbed with No. 16
Carborundum stone. Rub joint mortar sufficiently to bring paste to surface, to remove
depressions and projections, and to produce smooth, dense surface. Add cement to form
surface paste as necessary. Leave interior with clean, neat, and uniform -appearing finish.
Joint Wrapper: Minimum width of 9 inches for 33-inch diameter and smaller; minimum
width of 12 inches for diameters greater than 33-inch hemmed at edge to allow threading
with minimum [1]-inch wide steel strap. Provide minimum 6-inch wide Ethafoam strip sized,
positioned, and sewn such that two circumferential edges of Ethafoam are 1%-inches from
outer edge of wrapper.
G. Field joint coating shall be compatible with the shop -applied coating system and provided by
the same manufacturer or a manufacturer approved by the pipe coating manufacturer.
H. Field joint coating materials shall be as follows or an approved equal.
1. Wax Tape Coating:
a. Apply coating in accordance with AWWA C217, except as modified herein.
b. Wax tape coatings shall be field applied on all buried flexible joints, thrust restraint
rods and brackets, and on joints, fittings, or irregular shapes or complex
configurations that are not suited for the use of heat shrink coating system.
c. Do not use wax tape coating systems on vault piping, atmospherically exposed
piping and appurtenances, or where subject to UV exposures.
d. Provide filler material to fill and smooth all irregular surfaces, such that no tenting
or voids remain under the applied wax tape.
e. Use sand backfill to protect wax coating from damage.
f. Coating System:
1). Surface Preparation: SP11 Power Tool to Bare Metal.
2). Primer: Petroleum or petrolatum wax.
3). Filler Material: Filled Petroleum or petrolatum wax.
Pipeline Coatings and Linings
099716-7
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
4). Inner Tape: Petroleum or petrolatum wax impregnated fabric, 6-inch width
maximum, 40 mils thick.
5). Outer Wrap: PVC or tape suitable for application to inner tape.
g. Wax tape coating system shall be as manufactured by:
1). Denso North American.
2). Trenton.
3). Or approved equal.
2.06 INTERIOR FIELD JOINT COATING
A. Mortar Lining:
1. After the backfill has been completed to final grade, the interior joint recess shall be
filled with grout. The grout shall be tightly packed into the joint recess and troweled
flush with the interior surface. Excess shall be removed.
At no point shall there be an indentation or projection of the mortar exceeding 1/16
inch.
With pipe smaller than 24 inches in diameter, before the spigot is inserted into the bell,
the bell shall be daubed with grout. The joint shall be completed and excess mortar on
the inside of the joint shall be swabbed out.
2.07 REPAIR OF COATINGS AND LININGS
A. General:
1. Coating or lining repair materials shall be compatible with the shop -applied coating or
lining system and shall be approved by the coating or lining manufacturer.
2. On mortar coated pipe, have the Pipe Manufacturer repair any joint of pipe that has
exterior coating cracks larger than 0.005 inch (a hairline) by using an approved method.
If, in the opinion of the OPT, the pipe is not suitable for repair, reject, plainly mark, and
remove the pipe from the project site.
Remove, replace or reject any disbonded coating. Apply bonding agent to patch area.
Excessive field -patching of coating shall not be permitted. Patching will not be allowed
where area to be repaired exceeds 100 square inches or has dimensions greater than 12
inches. In general, there shall not be more than one patch on either the lining or
coating on any one joint of pipe. A patch larger than 100 square inches or 12 inches in
greatest dimension shall not be accepted. Adequately cure patches.
4. Minor coating repairs for polyurethane coated or exposed pipe shall be as specified
herein.
B. Exposed Pipe Coating System: Touch-up repair all damage to the primer and/or
intermediate coats with the specified coating system prior to final coating of the pipeline in
accordance with Section 09 96 00.01 "High -Performance Coatings."
3.00 EXECUTION
Pipeline Coatings and Linings
099716-8
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
3.01 ENVIRONMENTAL LIMITATIONS
A. General:
1. Products shall comply with federal, state, and local requirements limiting the emission
of volatile organic compounds and worker exposure.
2. Comply with applicable federal, state, and local, air pollution and environmental control
regulations for surface preparation, blast cleaning, disposition of spent aggregate and
debris, and coating application.
3. Do not perform abrasive blast cleaning whenever the relative humidity exceeds 85
percent, whenever surface temperature is less than 5 degrees above the dew point of
the ambient air.
4. Do not apply coatings when:
a. Surface and ambient temperatures exceeds the maximum or minimum
temperatures recommended by the coating manufacturer or the Specifications.
b. In dust or smoke -laden atmosphere, blowing dust or debris, damp or humid
weather, or under conditions that could cause icing on the metal surface.
c. For epoxy coatings or linings when it is expected that surface temperatures would
drop below 5 degrees above dew point within 4 hours after application of coating.
d. Whenever relative humidity exceeds 85 percent for polyurethane coating
application.
5. Where weather conditions or Project requirements dictate, Contractor shall provide and
operate heaters and/or dehumidification equipment to allow pipe surfaces to be
abrasive blasted and coated as specified and in accordance with the manufacturer's
coating application recommendations.
6. Work activities can be restricted by the Engineer until adequate temperature and
humidity controls are in place and functioning within the environmental limits specified.
7. Coating applicator shall provide a monitoring system approved by the coating
manufacturer that constantly records pipe and coating conditions during coating
application. Recorded monitoring parameters shall include pipe temperature, line
speed, surface preparation, holiday test and other parameters applicable to the type of
coating.
B. Temperature Control:
1. In cold weather or if moisture collects on the pipe, preheat pipe to a temperature
between 45 and 90 degrees and 5 degrees above dew point, whichever is greater.
2. When temperatures are above or below the coating manufacturer's recommended
application temperatures, the Contractor will provide temperature controls as necessary
to permit Work to precede within the manufacturer's temperature limitations.
3. Provide tenting, insulating blankets, baffles, or bulkheads as required to zone and
control heating or cooling effectiveness.
4. Heating shall be with indirect fired heaters that do not increase humidity levels within
the work area. Heaters shall be sized for the area to be heated.
Pipeline Coatings and Linings 09 97 16 - 9
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
C. Dehumidification:
1. Contractor shall provide dehumidification equipment when necessary for shop or field
environmental control during surface preparation and/or coating application.
Dehumidification equipment shall be properly sized to maintain dew point temperature
5 degrees or more below surface temperature of metal surfaces to be cleaned and
coated.
2. Cleaned metal surfaces shall be prevented from flash rusting throughout the Project
duration, condensation or icing shall be prevented throughout surface preparation and
coating application.
3. Equipment size and power requirements shall be designed by personnel trained in the
operation and setup of dehumidification equipment based on Project requirements and
anticipated weather conditions.
4. Dehumidification equipment shall operate 24 hours per day and continuously
throughout surface preparation and coating application.
5. Contractor to provide personnel properly trained in the operation and maintenance of
the dehumidification equipment or provided training by the dehumidification
equipment Supplier.
6. Daily maintenance requirements of the equipment shall be documented in writing and
posted near the equipment for review by the Engineer.
7. Reblasting of flash rusted metal surfaces or removal of damaged coatings, because of
equipment malfunction, shutdown, or other events that result in the loss of
environmental control, will be at the sole expense of the Contractor.
3.02 SURFACE PREPARATION
A. General:
Inspect and provide substrate surfaces prepared in accordance with the Contract
Documents and the printed directions and recommendations of coating manufacturer
whose product is to be applied.
2. Visible oil, grease, dirt, and contamination shall be removed in accordance with SSPC-
SP1, solvent cleaning.
3. Surface imperfections such as metal slivers, burrs, weld splatter, gouges, or
delaminations in the metal shall be removed by filing or grinding prior to abrasive
surface preparation.
4. Protect prepared pipe from humidity, moisture, and rain. All flash rust, imperfections,
or contamination on cleaned pipe surface shall be removed by reblasting.
5. Priming and coating of pipe shall be completed the same day as surface preparation.
B. Weld Surface Preparation:
1. Requirements: Spray applied coating systems do not require weld grinding.
C. Steel Surface Preparation:
Pipeline Coatings and Linings
09 97 16 - 10
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
1. Surface preparation of steel pipe shall be in accordance with SSPC surface preparation
standards utilizing the degree of cleanliness specified for the coating system to be
applied or as specified herein, whichever is more stringent.
2. Grit and/or shot abrasive mixture and gradation shall be as required to achieve the
degree of cleanliness and coating adhesion specified.
3. Pipe cleaned by abrasive blasting with recyclable steel grit and/or shot or other abrasive
shall be cleaned of debris and spent abrasive in an air wash separator.
4. Polyurethane coating system shall have a sharp angular surface profile of the minimum
depth specified.
5. Work shall be performed in a manner that does not permit the cleaned metal surface to
rust back or flash rust.
6. Rust back or flash rust shall be fully removed with the steel surface cleanliness equal to
the metal surface cleanliness prior to rust back or flash rusting. Determination of the
equivalent surface cleanliness shall be at the Engineer's sole discretion.
3.03 SHOP -APPLIED COATING SYSTEMS
A. Steel pipe shall be coated in accordance with AWWA C205.
3.04 EXTERIOR COATING HOLDBACK
A. Coating holdbacks shall be straight and cut through the full thickness of the coating.
B. Cutbacks shall be completed in a manner that permits field coating of joints in accordance
with the manufacturer's recommendations and as specified herein.
C. Holdbacks shall be as required for proper jointing of pipe, considering joint welding
requirements, and be as follows:
Holdbacks
Push -on joint, spigot
1 inch before centerline gasket
Push -on, bell
Flush with bell end
Welded, spigot
3 inches, minimum
Welded, Bell
4-inches, minimum
D. Holdback Corrosion Protection:
1. Holding primer for corrosion protection of cutbacks or holdbacks shall be compatible
with the specified joint coating system and weld after backfill requirements, when
applicable.
2. Approved holdback primers are:
a. Tnemec Omnithane: Suitable for all joints, except joints subject to weld after
backfill.
b. Tnemec 90E-92 Ethyl Silicate Inorganic Zinc Primer: Suitable for all joints, including
weld after backfill joints.
Pipeline Coatings and Linings
09 97 16 - 11
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
c. Devoe Cathacoat 304V Ethyl Silicate Inorganic Zinc Primer: Suitable for all joints
including weld after backfill joints.
d. Polyken or Other Tape Primers: Not allowed.
3. Primer shall not result in running or melting of the coating or cause toxic fumes when
heated during weld after backfill operations.
4. Application and thickness of holding primer shall be in accordance with the coating
manufacturer's recommendations, but shall not impair the clearances required for
proper joint installation.
5. Primer application on spigot end of field welded pipe shall be held back 1 to 2 inches
from the end of the spigot or as necessary to prevent toxic fumes during field welding.
6. Any corrosion within the holdback areas shall be abrasively blasted to near white metal
in accordance with SSPC-SP10 or power tool cleaned to bare metal in accordance with
SSPC-SP11 prior to applying joint coating.
3.05 PIPE LINING APPLICATION
A. Shop -applied Cement Mortar Lining:
1. Centrifugally line straight sections of pipe. Lining of special pieces or fittings shall be by
mechanical, pneumatic, or hand placement. Provide cement mortar lining of uniform
thickness. Finish to a smooth dense surface.
2. Steel plate specials larger than 16 inches in diameter shall have lining reinforced with 2-
by-4-inch No. 13 gage welded steel wire mesh.
3. Centrifugally line straight sections of pipe. Lining of special pieces or fittings shall be by
mechanical, pneumatic, or hand placement. Provide cement mortar lining of uniform
thickness. Finish to a smooth dense surface.
4. Steel plate specials larger than 16 inches in diameter shall have lining reinforced with 2-
by-4-inch No. 13 gage welded steel wire mesh.
5. Brace and support pipe during lining application to minimize pipe distortion or vibration.
Bracing and supports shall not damage the pipe, coating, or lining.
Tightly close ends of pipe and fittings with plastic sheet caps. Plastic end caps shall be of
sufficient thickness and strength to resist shipping, handling, and storage stresses.
7. Damage to the cement mortar lining, including disbondment, cracking, or blistering,
caused by improper curing, shipping, handling, or installation shall be repaired in
accordance with AWWA specifications and to the satisfaction of the Engineer.
8. Other requirements of mortar lining materials and processes: As specified in AWWA
C205.
B. Liquid Epoxy Lining:
Clean and coat the interior of cement mortar lined pipe at insulating joints or where
specified with two coats of epoxy coating.
Pipeline Coatings and Linings
09 97 16 - 12
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
2. Epoxy coating applied at insulating joints shall be applied to both sides of the insulating
joint for a minimum of one pipe diameter. If only one side of the joint can be coated the
coating shall be applied for a minimum of two pipe diameters.
3. Mortar lining shall be allowed to cure 15 days or steam cured not less than 7 days prior
to surface preparation of the mortar and epoxy coating application. Hand applied
mortar lining shall be allowed to cure a minimum of 15 days or as required to meet the
coating manufacturer's requirements for application on cement or concrete, whichever
is greater.
4. Prepared mortar lining by abrasive blasting to remove all laitance and create a suitable
anchor profile.
5. Epoxy coating shall be applied in two coats minimum, at a total coating thickness of 16
mils dry film thickness. Coating applied over cement mortar lining shall be applied in a
manner that will minimize gassing and pinholes in the completed lining.
6. Mortar lining shall be dry during epoxy lining application.
3.06 FIELD COATING JOINTS
A. General:
1. Remove all oil or grease contamination by solvent wiping the pipe and adjacent coating
in accordance with SSPC-SP1, Solvent cleaning.
Clean pipe surface and adjacent coating of all mud, corrosion, and other foreign
contaminates in accordance with SSPC-SP11, Power Tool Cleaning to Bare Metal or
abrasive blast joints in accordance with SSPC-SP10, near white metal blast, that exhibit
any surface corrosion or staining. When required, clean the full circumference of the
pipe and a minimum of 6 inches onto the existing coating.
Remove all loose or damaged pipe coating at joint and either repair the coating as
specified herein or increase the length of the joint coating, where reasonable and
practical.
4. Complete joint bonding of pipe joints before application of joint coating. Joint bonds
shall be installed as specified in Section 26 42 00.01 "Corrosion Monitoring System" and
the Drawings. Joint bonds shall be low profile bonds and all gaps and crevices around
the bonds shall be filled with mastic sealant.
S. Contractor to electrically test completed joint coating for holidays with high voltage
spark tester.
B. Exterior Joint Protection for Mortar Coated Steel Pipe: Make the exterior joint by placing a
joint wrapper around the pipe and secure in place with two (2) metal straps. The wrapper
shall be 9" wide for pipe 36" and larger, and 7" wide for smaller pipe, hemmed on each side.
The wrapper shall be fiberglass reinforced or burlap cloth, with lengths encircling the pipe,
leaving enough opening between ends to allow the mortar to be poured inside the wrapper
into the joint. Fill the joint with mortar from one side in one (1) continuous operation until
the grout has flowed entirely around the pipe. During the filling of the joint, pat or
manipulate the sides of the wrapper to settle the mortar and expel any entrapped air.
Leave wrappers in place undisturbed until the mortar has set-up.
Pipeline Coatings and Linings
09 97 16 - 13
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
C. Weld After Backfill Joint Requirements:
Post -welded or 'Weld after Backfill' joints are defined as welded pipe joints that have
been coated and backfilled prior to completing interior welds.
2. Post welded joints shall be coated and protected as follows:
a. Hold back primer shall be suitable for post weld conditions as specified in this
Section and shall not exhibit any binder breakdown in the heat effect zone that
causes loss of joint coating adhesion to the holdback primer.
b. Joints shall be fully buried prior to welding, with not less than 36 inches cover of soil
or flowable fill material on all sides. Sand or flowable fill backfill is preferred for
weld after backfill joints.
Welding of the joints shall be in conformance with the Specification 33 05 01.05 "Bar -
Wrapped Concrete Cylinder Pipe and Fittings" and as modified herein:
All welding shall be with stick electrodes and two or more weld passes as required
to meet the specified AWS qualified welding procedures and maximum coating
temperature limitations. 'Weld after Backfill' procedures on wall thicknesses of
inch or less must be approved by the Construction Manager based on field testing
demonstrating the welding procedures can comply with the requirements of this
Section.
b. Welding speed, amperage, and voltage shall be as required to maintain a maximum
heat input of 23,000 joules or a maximum surface temperature at the coating/steel
interface of 800 F, whichever is least.
c. Maximum weld temperature and duration shall not result in carbonization of the
joint coating adhesive. Carbonization is defined as the loss of volatile organic
compounds that result in loss of tackiness, adhesion to the steel, and corrosion
protection properties.
d. Finished joint coating shall not have any visual creases of folds in the joint coating
backing material that extends through both the inner protective layer and outer
joint sleeve.
4. If Contractor elects to post -weld any joints, Contractor shall demonstrate that the joint
welding procedures will not significantly damage the coating by fully excavating the first
two joints for evaluation of the joint coating condition. Engineer will randomly select up
to three additional post -welded joints for excavation by Contractor for evaluation of
joint coating condition. Joint coating will be destructively evaluated by the Engineer.
Contractor will remove and replace joint heat shrink sleeve upon completion of the
evaluation.
In the event that any excavated post welded joint exhibits any heat related damage as
defined herein, Contractor shall modify and test a new post welding procedure prior to
completing any additional post -welded joints. Contractor shall demonstrate that the
revised joint welding procedure will not significantly damage the coating by repeating
the weld after backfill evaluation requirements defined in this Section, including
excavation of the three additional randomly selected joints for destructive evaluation.
3.07 REPAIR OF COATING AND LININGS
Pipeline Coatings and Linings
09 97 16 - 14
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
A. General:
1. All areas where holidays are detected or coating is visually damaged, such as blisters,
tears, rips, bubbles, wrinkles, cuts, or other defects shall be repaired. Areas where no
holidays are detected, but are visually damaged shall also be repaired.
2. Mortar coating or lining repair materials shall be compatible with the shop -applied
coating or lining system and shall be approved by the coating or lining manufacturer.
3. Cement mortar coating that is cracked or disbanded shall be repaired in accordance
with AWWA C205, except for mortar overcoat or dielectric steel.
4. Disbonded coating with disbondment greater than 25 percent of the pipe surface shall
be rejected and recoated.
3.08 INSPECTION AND TESTING
A. General:
1. Applicator shall inspect and test the coating system in accordance with referenced
standards and this Section, whichever is more stringent.
2. The frequency of the testing shall be determined by the applicator, but shall not be less
than the requirements of this Section.
3. Owner or Owner's representative will conduct random independent inspections and
tests for the final acceptance or rejection of pipe coating or lining.
B. Adhesion Testing:
1. General:
a. Adhesion testing shall be conducted at the shop prior to shipment. Pipe shipped
without adhesion testing will be field-tested. Pipe rejected in the field will be
returned to the shop for repair at the sole expense of the Contractor.
A minimum of two pipes will be tested for adhesion from each lot of pipe coated up
to 3000 square feet of pipe. An additional adhesion test will be conducted on every
increment up to 2000 square feet of pipe coated in excess of the first 3000 square
feet of pipe. (i.e. if one workday of production is 6000 square feet of pipe, four
adhesion tests will be conducted on the pipe lot.) Adhesion testing shall be
conducted on not less than 50 percent of each pipe produced within a lot.
c. A pipe lot is defined as the quantity of pipe that is coated by a single crew within a
work shift, but not to exceed 12 hours.
d. The pipe coating applicator shall repair all coating damage from shop adhesion
testing. Contractor shall be responsible for coating repairs for all field adhesion
testing.
e. Adhesion tests will be performed not less than 24 hours after coating application.
Tests conducted prior to 24 hours will be acceptable only if the test meets or
exceeds the adhesion criteria specified and the test was requested by the pipe
fabricator.
f. Pipe will be randomly selected for adhesion testing.
Pipeline Coatings and Linings
09 97 16 - 15
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
g. Owner or the Owner's representative has the right to conduct additional adhesion
testing as deemed necessary to assure the pipe meets or exceeds the requirements
of this Section at any time and location.
2. Rejection of Coating:
3. If any pipe within a lot fails to meet the test criteria specified for the coating type, that
pipe shall be rejected along with all other pipes within the lot. Each pipe within the
rejected pipe lot will then be individually tested and rejected on a pipe -by -pipe basis in
conformance with the test procedures and criteria specific for the coating type.
4. All rejected pipe shall have all coating removed from the full length pipe and the pipe
abrasive blasted and recoated.
5. Polyurethane Adhesion Testing:
a. Acceptance Criteria:
1). Polyurethane coating or lining shall have an adhesion to steel of 1750 pounds
per square inch, minimum. Acceptance will be based on one pull minimum,
with no pulls less than the minimum criteria where multiple pulls are conducted
on the same joint of pipe.
2). The median value for all coating or lining adhesion pulls performed within a lot
of pipe shall not be less than 2000 psi.
3). Each pipe failing the minimum adhesion criteria shall be rejected. AWWA C222
rejection of pipe based on multiple adhesion pulls is specifically excluded from
this Section.
4). Pipe lots failing the median value for all adhesion pulls shall be rejected and
each pipe within the lot tested for adhesion. Each pipe that fails the adhesion
criteria shall be rejected.
5). Failure shall be by adhesive and cohesive failure only. Adhesive failure is
defined as separation of the coating from the steel substrate. Cohesive failure is
defined as failure within the coating, resulting in coating remaining both on the
steel substrate and dolly.
b. Test Procedures:
1). Polyurethane coating adhesion to steel substrates shall be tested using self -
aligning pneumatic pull off equipment, such as the Defelsko Positest, and test
procedures in accordance with ASTM D4541 and AWWA C222, except as
modified in this Section.
2). All adhesion test pull records shall be maintained in an electronic spreadsheet
that includes pipe identification, pipe coating date, adhesion test date, surface
tested (interior or exterior), surface temperature, coating thickness, tensile
force applied, rate of pressure change per second, mode of failure, and
percentage of substrate failure relative of dolly surface.
3). Dollies for adhesion testing shall be 20 millimeters in diameter, and glued to the
coating surface and allowed to cure for a minimum of 12 hours before testing.
Pipeline Coatings and Linings
09 97 16 - 16
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
4). Polyurethane coatings shall be scored around the dolly prior to conducting the
adhesion test. Scoring shall be completed manually, normal to the pipe surface,
or in a manner that does not stress or over heat the coating.
5). Adhesion testing shall be performed at temperatures between 55 and 100 F.
Tests may be performed at temperatures up to 115 F if no significant affect in
the test results are statistically detectable.
6). Partial substrate and glue failures will be retested if the substrate failure is less
than 50 percent relative of the dolly surface area and the applied tension was
less than the specified adhesion. Pipes that have partial substrate failures
greater than 50 percent and less than the specified adhesion will be rejected as
a substrate adhesion failure.
7). Glue failures in excess of the minimum required tensile adhesion would be
accepted as meeting the specified adhesion requirements.
8). If multiple adhesion pulls on the same pipe are performed, adhesion pulls shall
be performed in a circumferential direction with all pulls in a straight line and
within an area 1-1/2 inches in width and spacing between dollies between 1 and
2 inches.
9). Adhesion tests will be conducted on polyurethane pipe coating and lining
independently and will be accepted or rejected independently of the other.
c. Adhesion Test Repairs:
1). Repair patches on the polyurethane coating shall be randomly selected for
adhesion testing in a manner as described herein and at the discretion of the
coating inspector conducting the adhesion tests. Adhesion of repairs shall be as
specified for the type of repair.
C. Holiday Testing:
1. Holiday tests on polyurethane coatings or linings will be conducted on the completed
coating or lining after cure or 24 hours, whichever is less, using a high voltage spark test
in accordance with NACE Standard RP 0274 and the Specifications.
Coating thickness used for holiday testing shall be the minimum specified coating
thickness.
D. Dry Film Thickness Testing:
Coatings shall be tested for dry film thickness using a properly calibrated magnetic pull
off or eddy current equipment.
Coating thickness measurements shall be conducted as necessary and without
limitation. Testing conformance to the requirements of SSPC PA-2 is specifically
excluded from this Section.
3.09 HANDLING, TRANSPORTATION, AND STORAGE
A. Pipe shall be handled in such a manner as to protect the pipe and coating from damage.
B. Coated pipe shall not be shipped or installed until coating has developed full adhesion and
cure.
Pipeline Coatings and Linings 09 97 16 - 17
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
C. During coating application, storage, loading, transportation, unloading, laying and
installation, every precaution shall be taken to protect and prevent damage to pipe, lining,
and coating. Forklift equipment shall have all bearing surfaces padded with suitable padding
material. Lift pipe with web slings a minimum of 12 inches wide and of a type that will not
damage the coating. Metal chains, cable, tongs, forklifts or other equipment likely to
damage the coating will not be permitted. Dragging or skidding of pipe on grade or in the
trench will not be permitted.
D. Provide transportation vehicles with padded bolsters between each layer of pipe and heavy
padding under load ties. Bolsters shall be curved to fit the outside of the pipe and 12 inches
wide, minimum. All pipe contact locations shall be heavily padded with carpet and strips of
the outer tape wrap material (adhesive side against the carpet) during shipment to the Site
and from the storage yard to the point of installation.
E. Pipe shall not be stored on rocks, gravel, or other hard materials that might damage the
coating. Provide padded 12-inch wide skids and chucks, sand bags, select loamy or sand
berms, or suspended from cutback ends, where possible, to minimize coating damage. Pipe
shall not be laid on asphalt without suitable padding at all contact points.
F. Pipe shall be inspected by the Contractor at the Site for damage. Any damage to the pipe,
lining, or coating shall be repaired as directed if, in the opinion of the Engineer, a
satisfactory repair can be made; otherwise, the damaged section shall be replaced at the
sole expense to the Contractor.
G. No metal tools or heavy objects shall be permitted to come into contact unnecessarily with
the finished coating. Workmen shall not be permitted to walk on the coating except when
absolutely necessary and approved by the Engineer. When permitted, shoes with rubber or
composition soles and heels or other suitable footwear that will not damage coating shall be
used.
H. Long-term Exposure: Pipe shall either be provided with UV inhibitor for lengthy above grade
exposure or covered to prevent UV degradation of outer wrap. Amount of UV stabilizers
required will depend on the Project location, laying schedule, anticipated length of
exposure, and type of outer wrap. Manufacturer shall be consulted for recommended UV
inhibitors requirements or pipe shall be stored under a protective cover. Protective
covering can be colored plastic sheeting, canvas, or other UV blocking material. Clear plastic
sheets are not acceptable. Areas of coating that display UV degradation shall be removed
and repaired at sole cost of the Contractor.
End Caps: Pipe ends of mortar lined pipe and fittings shall be tightly closed with a plastic
wrap to aid in curing and to minimize drying out of and contamination of the lining. Plastic
end cap shall consist of a minimum of one 10-mil sheet of polyethylene or other suitable
material. End caps shall be substantial enough to resist shipment, handling, and storage
loads and firmly attached in place. The plastic end cap shall remain intact and in place until
pipe installation. Damaged or missing plastic end caps shall be repaired or replaced.
J. Bracing:
The steel pipe manufacturer shall furnish and install adequate bracing or strutting to
keep the pipe from becoming deformed or damage from occurring to the coating or
linings. Strut -type bracing shall be installed as soon as possible after application of
Pipeline Coatings and Linings
09 97 16 - 18
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
lining. Struts shall remain in place during handling, storage, transportation, and
installation of pipe and fittings until after the pipe zone material is compacted.
2. The struts shall be installed with pads and wedges in such a manner that the pipe lining
will not be damaged and the struts will not be dislodged during shipping and handling of
the pipe. If struts are welded, they shall be installed and removed in such a manner to
prevent damage to the steel cylinder, lining, or coatings. All damage shall be repaired to
the satisfaction of the Engineer.
END OF SECTION
Pipeline Coatings and Linings
09 97 16 - 19
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
DIVISION 31
EARTHWORK
310513 SOILS FOR EARTHWORK
1.00 GENERAL
1.01 WORK INCLUDED
A. This Section of the specifications describes the various classes of Earth Fill. All of the classes
of Earth Fill contained in this specification may not be used on this project. The classes of
Earth Fill used on this project are shown on the drawings or specified in other sections of
the specifications. This Section does not include specifications for placement and
compaction of Earth Fill. Specifications for placement and compaction of Earth Fill are
included in other sections of the specifications and/or shown on the drawings.
1.02 STANDARDS
A. Soil materials shall be classified into the appropriate class of Earth Fill shown below
according to ASTM D2487 "Standard Classification of Soils for Engineering Purposes (Unified
Soil Classification System)" or other appropriate methods as designated by the Engineer.
2.00 PRODUCTS
2.01 MATERIALS; CLASSIFICATIONS
A. Class 1 Earth Fill: Limited to clays and sandy clays classified as CH material with a liquid limit
greater than or equal to 50, a plasticity index greater than or equal to 25, and a minimum of
60 percent passing the No. 200 sieve, which are free of organic materials.
B. Class 2 Earth Fill: Limited to clays and sandy clays classified as CH and CL materials with a
coefficient of permeability less than or equal to 1.0 x 10-' cm/sec, a liquid limit greater than
or equal to 30, a plasticity index greater than or equal to 15, and more than 50 percent
passing the No. 200 sieve, which are free of organic materials.
C. Class 3 Earth Fill: Consist of any materials classified as CH, CL, SM, SP, SP-SM, SC, and GC,
which have a minimum plasticity index of 4, which are free of organic materials.
D. Class 4 Earth Fill: Consist of materials which are classified as SP, SM, SC, CL, or dual
classifications thereof, which have a liquid limit less than or equal to 35 and a plasticity
index of a minimum of 4 and a maximum of 15, which are free of organic materials.
E. Class 5 Earth Fill: Consist of materials classified as SP or SP-SM which have a plasticity index
less than or equal to 4 and a maximum of 12 percent passing the No. 200 sieve, which are
free of organic materials.
F. (Class 6 through Class 11 Reserved)
G. Class 12 Earth Fill: Consist of soils suitable for topsoil which are relatively free of stones or
other objectionable debris, which have sufficient humus content to readily support
vegetative growth. The suitability of soils for topsoil shall be subject to the approval of the
Engineer.
3.00 EXECUTION (NOT APPLICABLE)
END OF SECTION
Soils for Earthwork 3105 13 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
310516 AGGREGATES FOR EARTHWORK
1.00 GENERAL
1.01 WORK INCLUDED
A. This Section of the specifications describes the various classes of Aggregate Fill. All of the
classes of Aggregate Fill contained in this specification may not be used on this project. The
classes of Aggregate Fill used on this project are shown on the drawings or specified in other
sections of the specifications. This Section does not include installation. Installation of
Aggregate Fill is included in other sections of the specifications and/or on the drawings.
1.02 QUALITY ASSURANCE
A. Classification Testing:
1. Contractor Testing:
a. Arrange and pay for the services of an independent testing laboratory to sample and
test proposed Aggregate Fill materials.
Submit the test results to the Engineer, and obtain approval prior to providing
Aggregate Fill.
Owner Testing: The Owner shall arrange and pay for additional testing on the Aggregate
Fill after delivery to the project site as determined necessary by the Engineer.
B. Contamination Certification:
1. Obtain a written, notarized certification from the Supplier of each proposed Aggregate
Fill source stating that to the best of the Supplier's knowledge and belief there has
never been contamination of the source with hazardous or toxic materials.
2. Submit these certifications to the Engineer prior to proceeding to furnish Aggregate Fill
to the site. The lack of such certification on a potential Aggregate Fill source shall be
cause for rejection of that source.
1.03 STANDARDS
A. Aggregate Fill shall be classified into the appropriate class listed below according to ASTM
testing procedures as specified for the various classes.
1. American Society for Testing and Materials (ASTM) Standards:
ASTM C33
Specification for Concrete Aggregates
Test Method for Soundness of Aggregates by Use of Sodium Sulfate
ASTM C88
or Magnesium sulfate
ASTM C125
Terminology Relating to Concrete and Concrete Aggregates
Test Method for Resistance to Degradation of Small -Size Coarse
ASTM C131
Aggregate by Abrasion and Impact in the Los Angeles Machine
Test Method for Resistance to Degradation of Large -Size Coarse
ASTM C535
Aggregate by Abrasion and Impact in the Los Angeles Machine
ASTM D448
Classification for Sizes of Aggregate for Road and Bridge Construction
Aggregates for Earthwork 3105 16 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
2.00 PRODUCTS
2.01 MATERIALS; CLASSIFICATIONS
A. Class 1 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other
unsuitable materials and have a percentage of wear of not more than 40 percent when
tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of
the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution,
the weighted percentage of loss shall not exceed 12 percent. The source of the material
shall be approved by the Engineer and meet the following gradation in accordance with
ASTM D448, size number 57:
Sieve Size
Square Opening
Percent Passing
1-1/2"
100
1"
95-100
1/2"
25-60
No. 4
0-10
No. 8
0-5
B. Class 2 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other
unsuitable materials and have a percentage of wear of not more than 40 percent when
tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of
the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution,
the weighted percentage of loss shall not exceed 12 percent. The source of the material
shall be approved by the Engineer and meet the following gradation in accordance with
ASTM D448, size number 67:
Sieve Size
Square Opening
Percent Passing
1"
100
3/4"
90-100
3/8"
20-55
No. 4
0-10
No. 8
0-5
C. Class 3 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other
unsuitable materials and have a percentage of wear of not more than 40 percent when
tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of
the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution,
the weighted percentage of loss shall not exceed 12 percent. The source of the material
shall be approved by the Engineer and meet the following gradation in accordance with
ASTM D448, size number 7:
Sieve Size
Percent Passing
Square Opening
3/4"
100
Aggregates for Earthwork 3105 16 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
1/2"
90-100
3/8"
40-70
No. 4
0-15
No. 8
0-5
D. Class 4 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other
unsuitable materials and have a percentage of wear of not more than 40 percent when
tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of
the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution,
the weighted percentage of loss shall not exceed 12 percent. The source of the material
shall be approved by the Engineer and meet the following gradation in accordance with
ASTM D448, size number 467:
Sieve Size
Square Opening
Percent Passing
2"
100
1-1/2"
95-100
3/4"
35-70
3/8"
10-30
No. 4
0-5
Class 5 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other
unsuitable materials and have a percentage of wear of not more than 40 percent when
tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of
the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution,
the weighted percentage of loss shall not exceed 12 percent. The source of the material
shall be approved by the Engineer and meet the following gradation in accordance with
ASTM D448, size number 357:
Sieve Size
Square Opening
percent Passing
2-1/2"
100
2"
95-100
1"
35-70
1/2"
10-30
No. 4
0-5
Aggregates for Earthwork 3105 16 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
F. Class 6 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other
unsuitable materials and have a percentage of wear of not more than 40 percent when
tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of
the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution,
the weighted percentage of loss shall not exceed 12 percent. The source of the material
shall be approved by the Engineer and meet the following gradation in accordance with
ASTM D448, size number 1:
Sieve Size
Square Opening
Percent Passing
4"
100
3-1/2"
90-100
2-1/2"
25-60
1-1/2"
0-15
3/4"
0-5
G. Class 7 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other
unsuitable materials and shall have a percentage of wear of not more than 40 percent when
tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of
the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution,
the weighted percentage of loss shall not exceed 12 percent. The source of the material
shall be approved by the Engineer and meet the following gradation in accordance with
ASTM D448, size number 6:
Sieve Size
Square Opening
Percent Passing
1"
100
3/4"
90-100
1/2"
20-55
3/8"
0-15
No. 4
0-5
H. Class 8 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other
unsuitable materials and shall have a percentage of wear of not more than 40 percent when
tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of
the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution,
the weighted percentage of loss shall not exceed 12 percent. The source of the material
shall be approved by the Engineer and meet the following gradation in accordance with
ASTM D448, size number 56:
Sieve Size
Square Opening
Percent Passing
1-1/2"
100
1"
90-100
3/4"
40-85
Aggregates for Earthwork 3105 16 - 4
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
1/2"
10-40
3/8"
0-15
No. 4
0-5
Class 9 Aggregate Fill:
1. Consist of washed and screened gravel and natural sands or sands manufactured by
crushing stones complying with the requirements of ASTM C33, except that the
gradation shall be as follows:
Sieve Size
Square Opening
percent Passing
1/2"
100
3/8"
95-100
No. 4
80-95
No. 8
65-85
No. 16
50-75
No. 30
25-60
No. 50
10-30
No. 100
0-10
2. Class 9 Aggregate Fill shall have not more than 45 percent passing any sieve and
retained on the next consecutive sieve of those shown above, and its fineness modulus,
as defined in ASTM C125, shall be not less than 2.3 nor more than 3.1.
J. Class 10 Aggregate Fill:
1. Consist of washed and screened natural sands or sands manufactured by crushing
stones complying with the requirements and tests of ASTM C33. The gradation as
included in ASTM C33 is as follows:
Sieve Size
Square Opening
Percent Passing
3/8"
100
No. 4
95-100
No. 8
80-100
No. 16
50-85
No. 30
25-60
No. 50
10-30
No. 100
0-10
2. Class 10 Aggregate Fill shall have not more than 45 percent passing any sieve and
retained on the next consecutive sieve of those shown above, and its fineness modulus,
as defined in ASTM C125, shall be not less than 2.3 nor more than 3.1.
Aggregates for Earthwork 3105 16 - 5
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
K. Class 11 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or
other unsuitable material and have a percentage of wear of not more than 40 percent when
tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of
the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution,
the weighted percentage of loss shall not exceed 12 percent. The source of the material
shall be approved by the Engineer and meet the following gradation:
Sieve Size
Square Opening
Percent Passing
1-3/4"
100
7/8"
65-90
3/8"
50-70
No. 4
35-55
No. 40
15-30
No. 100
0-12 (Wet Sieve Method)
L. Class 12 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or
other unsuitable material and have a percentage of wear of not more than 40 percent when
tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of
the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution,
the weighted percentage of loss shall not exceed 12 percent. The source of the material
shall be approved by the Engineer and meet the following gradation:
Sieve Size
Square Opening
Percent Passing
1-1/2"
100
1"
85-100
3/4"
60-95
3/8"
50-80
No. 4
40-65
No. 16
20-40
No. 100
0-12 (Wet Sieve Method)
M. Class 13 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or
other unsuitable material and have a percentage of wear of not more than 40 percent when
tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of
the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution,
the weighted percentage of loss shall not exceed 12 percent. The source of the material
shall be approved by the Engineer and shall meet the following gradation:
Sieve Size
Percent Passing
Square Opening
1-3/4"
100
7/8"
65-90
Aggregates for Earthwork 3105 16 - 6
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
3/8"
50-70
No. 4
35-55
No. 40
15-30
No. 100
0-3 (Wet Sieve Method)
N. Class 14 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or
other unsuitable material and have a percentage of wear of not more than 40 percent when
tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of
the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution,
the weighted percentage of loss shall not exceed 12 percent. The source of the material
shall be approved by the Engineer and meet the following gradation:
Sieve Size
Square Opening
Percent Passing
1-1/2"
100
1"
85-100
3/4"
60-95
3/8"
50-80
No. 4
40-65
No. 16
20-40
No. 100
0-3 (Wet Sieve Method)
O. Class 15 Aggregate Fill: Consist of durable particles of silica sand, washed clean, chemically
inert, and packaged by the Supplier. The material shall meet applicable regulatory
requirements for monitor well filter pack. The source of the material shall be approved by
the Engineer and shall meet the following gradation requirements:
Sieve Size
Percent Passing
Square Opening
No. 20
98-100
No. 40
0-2
3.00 EXECUTION (NOT APPLICABLE)
END OF SECTION
Aggregates for Earthwork 3105 16 - 7
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
311100 CLEARING AND GRUBBING
1.00 GENERAL
1.01 WORK INCLUDED
A. Provide labor, materials, equipment and incidentals necessary to perform operations in
connection with clearing, grubbing, and disposal of cleared and grubbed materials.
1.02 QUALITY ASSURANCE; DEFINITIONS
A. Clearing: Clearing is defined as the removal of trees, shrubs, bushes, and other organic
matter at or above original ground level.
B. Grubbing: Grubbing is defined as the removal of stumps, roots, boards, logs, and other
organic matter found at or below ground level.
2.00 PRODUCTS (NOT APPLICABLE)
3.00 EXECUTION
3.01 PREPARATION
A. Mark areas to be cleared and grubbed prior to commencing clearing operations. The
Owner's Representative shall approve clearing and grubbing limits prior to commencement
of clearing operations.
B. Trees and shrubs outside of the clearing limits, which are within 10 feet of the clearing
limits, shall be clearly marked to avoid damage during clearing and grubbing operations.
C. Remove trees and brush outside the clearing limits, but within the immediate vicinity of the
work, upon receipt of approval by the Owner's Representative, when the trees or brush
interfere with the progress of construction operations.
D. Clearly mark trees and shrubs within the clearing limits, which are to remain, and protect
the trees and shrubs from damage during the clearing and grubbing operations.
E. The clearing limits shall not extend beyond the project limits.
F. Establish the clearing limits as follows:
1. Embankments plus 10 feet beyond the toe of the embankment.
2. Excavations plus 5 feet beyond the top of the excavation.
3. Concrete structures plus 10 feet beyond the edge of the footing.
4. Roadways, runways, taxiways, and parking areas plus 5 feet beyond the edge of
pavement or R.O.W. limits.
5. Underground utility trench top width plus 8 feet.
G. Establish the grubbing limits as follows:
1. Embankments plus 2 feet beyond the toe of the embankment.
2. Concrete structures plus 2 feet beyond the edge of the footing.
Clearing and Grubbing 31 1100 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
3. Roadways, runways, taxiways, and parking areas plus 1 foot beyond the edge of
pavement.
3.02 INSTALLATION
A. Clearing: Clearing shall consist of the felling, cutting up, and the satisfactory disposal of
trees and other vegetation, together with the down timber, snags, brush, rubbish, fences,
and debris occurring within the area to be cleared.
B. Grubbing:
1. Grubbing shall consist of the removal and disposal of stumps and roots larger than 1
inch in diameter.
2. Extend grubbing to the depth indicated below: In the case of multiple construction
items, the greater depth shall apply.
a. Footings: 18 inches below the bottom of the footing.
b. Walks: 12 inches below the bottom of the walk.
c. Roads and Taxiways: 18 inches below the bottom of the subgrade.
d. Parking Areas: 12 inches below the bottom of the subgrade.
e. Embankments: 24 inches below existing ground.
f. Concrete Structures: 18 inches below the bottom of the concrete.
3.03 FIELD QUALITY CONTROL
A. Completely remove timber, logs, roots, brush, rotten wood, and other refuse from the
Owner's property. Disposal of materials in streams shall not be permitted and no materials
shall be piled in stream channels or in areas where it might be washed away by floods.
Timber within the area to be cleared shall become the property of the Contractor, and the
Contractor may cut, trim, hew, saw, or otherwise dress felled timber within the limits of the
Owner's property, provided timber and waste material is disposed of in a satisfactory
manner. Materials shall be removed from the site daily, unless permission is granted by the
Engineer to store the materials for longer periods.
END OF SECTION
Clearing and Grubbing 31 1100 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
APPENDIX A
A1.00 MEASUREMENT AND PAYMENT
A1.01 MEASUREMENT
A. Measurement is not required.
A1.02 PAYMENT
A. Payment for the work specified will be made at the lump sum price bid for "Clearing and
Grubbing", which payment shall constitute full compensation for labor, equipment, tools,
and incidentals necessary to complete the specified work, including refilling of depressions .
No payment will be made for clearing and grubbing in the borrow or waste disposal areas,
and all costs thereof shall be included in the appropriate bid price of the type of work
involved.
B. The amount bid for "Clearing and Grubbing" shall not exceed 1 percent of the total amount
bid, exclusive of "Mobilization" and "Clearing and Grubbing."
END OF APPENDIX A
Clearing and Grubbing 31 1100 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
31 23 10 STRUCTURAL EXCAVATION AND BACKFILL
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish labor, materials, equipment and incidentals necessary to complete structural
excavation, filling, backfilling, and compacting; to provide protection to equipment and cuts;
to include backfill material; the construction or installation of cofferdams, and other similar
facilities which may be necessary to perform excavations and/or backfilling; to include the
necessary pumping, bailing, or associated drainage; to remove and dispose of surplus
materials, cofferdams, and debris; and to provide final grading, as required.
B. The work does not include excavation, filling, and backfilling for utility lines, manholes,
vaults, valve boxes, and related structures. Work shall be performed in accordance with
Section 3123 33 "Trenching and Backfill"
1.02 SUBMITTALS
A. Submittals shall be in accordance with Section 0133 00 "Submittal Procedures" and shall
include:
1. Submit qualifications of independent testing laboratory for approval.
2. Backfill material classifications. Provide certification by an approved independent
testing laboratory.
3. Compaction test results. Provide compaction test results within 24 hours.
1.03 STANDARDS
A. The following publications, referred to hereafter by basic designation only, form a part of
this specification as if written herein in their entirety:
1. American Society for Testing and Materials (ASTM) Standards:
ASTM D698
Test Methods for Laboratory Compaction Characteristics of Soil Using
Standard Effort (12,400 ft-Ibf/ft3 (600 kN-m/m3))
ASTM D1556
Test Method for Density and Unit Weight of Soil in Place by the Sand -
Cone Method
ASTM D6938
Standard Test Methods for In -Place Density and Water Content of
Soil and Soil -Aggregate by Nuclear Methods (Shallow Depth)
ASTM D4253
Test Methods for Maximum Index Density and Unit Weight of Soils
Using a Vibratory Table
ASTM D4254
Test Methods for Minimum Index Density and Unit Weight of Soils
and Calculation of Relative Density
B. Any other testing required by these specifications and not specifically referenced to a
standard shall be performed under ASTM or other appropriate standards as designated by
the Engineer.
Structural Excavation and Backfill 31 23 10 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
C. References herein or on the drawings to soil classifications shall be understood to be
according to ASTM D2487, "Standard Classification of Soils for Engineering Purposes (Unified
Soil Classification System)" unless indicated otherwise.
1.04 DELIVERY AND STORAGE
A. Deposit material to be used for backfill in storage piles at points convenient for handling of
the material during the backfilling operations.
1.05 JOB CONDITIONS
A. Review the site and determine the conditions which may affect the structural excavation,
prior to the commencement of the excavation.
2.00 PRODUCTS
2.01 MATERIALS
A. Structural Earth Backfill: Structural backfill shall be Class 4 Earth Fill as specified in Section
3105 13 "Soils for Earthwork."
B. Structural Aggregate Backfill: Structural aggregate backfill shall be Class 1 Aggregate Fill as
specified in Section 3105 16 "Aggregates for Earthwork."
C. Lean Concrete Backfill: Lean concrete shall be in accordance with Section 03 30 00 "Cast -In -
Place Concrete."
D. Topsoil: Topsoil shall be Class 12 Earth Fill as specified in Section 3105 13 "Soils for
Earthwork."
E. Compacted Select Fill: Fill shall be Class 5 Earth Fill as specified in Section 3105 13 "Soils for
Earthwork."
F. Fine -Graded Granular Material: Clean mixture of crushed stone, crushed gravel, and
manufactured or natural sand; ASTM D448, Size 10, with 100 percent passing a 3/8-inch
sieve, 10 to 30 percent passing a No. 100 sieve, and 5 to 15 percent passing No. 200 sieve;
maximum plasticity index of 7; complying with deleterious substance limits of ASTM C33 for
fine aggregates.
2.02 COMPACTION EQUIPMENT
A. Compaction equipment shall conform to the following requirements and shall be utilized as
specified herein.
1. Pneumatic Rollers: Pneumatic rollers shall have a minimum of four wheels equipped
with pneumatic tires. The tires shall be such size and ply as can be maintained at tire
pressures between 80 and 100 pounds per square inch for a 25,000-pound wheel load
during roller operations. The roller wheels shall be located abreast and be designed so
that each wheel will carry approximately equal load in transversing uneven ground. The
spacing of the wheels shall be such that the distance between the nearest edges of
adjacent tires will not be greater than 50 percent of the tire width of a single tire at the
operating pressure of a 25,000-pound wheel load. The roller shall be provided with a
body suitable for ballast loading such that the load per wheel may be varied, from
Structural Excavation and Backfill 31 23 10 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
18,000 to 25,000 pounds. The roller shall be towed at speeds not to exceed 10 miles
per hour. The character and efficiency of this equipment shall be subject to the
approval of the Engineer.
Vibratory Rollers: Vibratory rollers shall have a total static weight of not less than
20,000 pounds, with at least 90 percent of the weight transmitted to the ground
through a single smooth drum when the roller is standing in a level position. The
diameter of the drum shall be between 5 and 5-1/2 feet and the width between 6 and 9
feet. The unsprung weight of the drum, shaft, and internal mechanism shall not be less
than 12,000 pounds. The frequency of vibration during operation shall be between
1100 and 1500 i.e., and dynamic force shall not be less than 40,000 pounds at 1400 i.e.
No backing of the vibratory roller will be allowed on the embankment unless the
vibrating mechanism is capable of being reversed. Self-propelled and towed vibratory
rollers shall be operated at speeds not exceeding 3 miles per hour and 1-1/2 miles per
hour, respectively.
Power Hand Tampers and Vibratory Plate Hand Compactors: Compaction of material in
areas where it is impracticable to use a roller or tractor shall be performed with
approved power hand tampers, vibratory plate hand compactors, or other approved
equipment. Approval shall be based upon performance in a test section.
3.00 EXECUTION
3.01 PREPARATION
A. Clear and grub the area to be excavated prior to the start of excavation in accordance with
Section 31 11 00 "Clearing and Grubbing."
3.02 EXCAVATION
A. When footing concrete or masonry is to rest upon rock, remove the rock to a depth
sufficient to expose sound rock. Level off or cut the rock to approximate grades, and
roughen the area. When footing concrete or masonry is to rest on an excavated surface
other than rock, take care not to disturb the bottom of the excavation, and do not make
final removal of the foundation material to grade until just before the concrete or masonry
is placed. Foundation material shall be protected, after exposure, with a concrete seal slab.
B. When the material encountered at footing grade is found to be partially rock or
incompressible material, but otherwise satisfactory for the foundation, remove the
incompressible material to a depth of 6 inches below the footing grade and backfill with
compacted select fill.
C. For footings where the soil encountered at established footing grade is an unstable material,
use the following procedure unless other methods are specified: Remove unstable soil.
Carry the excavation at least 1 foot beyond the horizontal limits of the structure on all sides.
Replace the unstable soil with compacted select fill. Place in uniform layers at a suitable
depth for compaction. Wet each layer if necessary and compact by rolling or tamping to
provide a stable foundation for the structure.
D. When unfeasible to construct a stable footing as outlined above, construct footing by the
use of special materials, such as flexible base, cement stabilized base, cement stabilized
backfill, or other material, as directed by the Engineer.
Structural Excavation and Backfill 31 23 10 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
E. Perform excavation to permit surfaces to be brought to final line and grade within plus or
minus 0.1 foot. Restore over -break at the Contractor's expense. In general, perform
excavation in open -cut from the surface of the ground and at the line and grade indicated.
F. The sides of the excavation, from the bottom of the excavation to the top of the ground
shall be supported in accordance with OSHA requirements. Maintain the supports
throughout construction. Remove supports after the completion of the work.
3.03 DEWATERING OF SITE
A. Pumping or bailing from the interior of any foundation enclosure shall be done in a manner
which precludes the possibility of movement of water through or alongside any concrete
being placed. No pumping or bailing shall be permitted during the placing of structural
concrete, or for a period of at least 24 hours thereafter, unless from a suitable sump
separated from the concrete work by a water -tight wall. Pumping or bailing during
placement of seal concrete shall be only to the extent necessary to maintain a static head of
water within a cofferdam. Do not start pumping or bailing to de -water a sealed cofferdam
until the seal has aged at least 36 hours.
3.04 PLACEMENT OF MATERIAL
A. General:
1. Backfill excavated spaces and areas not occupied by the permanent structure, except
that no backfill shall be placed against any structure until the concrete has reached its
28-day compressive strength or 7 days whichever is longer. Do not place backfill
adjacent to support walls until the top slab has been in place at least 4 days.
Take care to prevent wedging action when placing backfill around structures. If backfill
is to be placed on two or more sides of the structure or facility, simultaneously place the
backfill on all sides to avoid uneven loading on the structure.
3. Do not permit rollers to operate within 3 feet of structures.
4. Maximum placement lifts measured in the loose condition are as follows:
a. 8 inches when heavy compaction equipment is used.
b. 4 inches when hand -directed compaction equipment is used.
5. Subgrade preparation for slab -on -grade:
a. Provide a 3-inch layer of compacted Class 1 Aggregate Fill.
B. Moisture Control:
1. General: The materials in each layer of the fill shall uniformly contain the amount of
moisture within the limits specified below necessary to obtain the maximum dry density
for the soil. Compact Class 1 and Class 2 Earth Fill with a moisture content of at or
within 5 percentage points wet of optimum moisture content. Compact Class 3, Class 4,
and Class 5 Earth Fill with a moisture content within 2 percentage points dry to 5
percentage points wet of optimum moisture content. The moisture content ranges
specified above for the various classes of earth fill represent maximum upper and lower
limits of the particular range. Determination of the maximum dry density -optimum
moisture shall be by one or more of the following ASTM procedures D 1556 or D 6938.
Structural Excavation and Backfill 31 23 10 - 4
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
Completely cohesionless materials which are to be compacted to a specified relative
density shall be at a moisture content which will allow use of the specified compaction
equipment and consistent achievement of the specified density.
Moisture Control During Placement: After spreading the soil, adjust the moisture
content of the soil if necessary by either aeration or the addition of water to bring the
moisture content within the range specified. Uniformly distribute the moisture content
throughout the layer of soil to be compacted. In order to accomplish this distribution,
thoroughly mix the layer of soil by disking, harrowing, or by the use of a power -driven
pulverizer. Should the surface of a previously compacted layer become dry due to
exposure to the elements, appropriately wet surface of the compacted layer prior to
placing the succeeding layer of soil, and properly disk or harrow the surface. Should a
layer of soil be over wet, allow the layer to dry to a proper moisture content prior to
compacting. Should the surface of a layer become smooth and hard, roughen the
surface by scarifying, and wet the surface if necessary prior to placing the next layer of
soil. Reprocess any layer which becomes damaged by weather conditions to meet the
specification requirements. There shall be no additional payment made for such
reprocessing.
C. Compaction:
1. Compaction shall be by power hand equipment or rubber tired equipment, provided the
rubber tired equipment does no damage. Compaction by power hand equipment or
rubber tired equipment shall be completed such that there will be a 24-inch overlap by
roller compaction.
Compact the Class 1 and Class 2 Earth Fill zones by a minimum of eight passes with a
tamping roller. Compact the Class 3, Class 4, and Class 5 Earth Fill zones by a minimum
of eight passes with a tamping roller or by a minimum of four passes with a tamping
roller, followed by a minimum of four passes with a pneumatic roller. A vibratory roller
shall be required if the material is sandy and if requested by the Engineer. A pass shall
consist of one trip over the area being compacted. The front and rear axle rollers on
self-propelled models shall only be considered as one pass per trip. The initial and final
area to be rolled shall each have eight passes. Stagger passes between the initial and
final area in order to establish overlapping with at least eight passes at all locations.
Approve the exact method based upon the test section. Dumping, spreading, sprinkling,
and compacting may be performed at the same time at different points along a section
where there is sufficient area to permit these operations to proceed simultaneously.
3. Areas of the fill being compacted with power hand tampers or vibratory plate hand
compactors shall receive a minimum of eight passes of the equipment with an overlap
of 50 percent of the equipment base plate width.
4. The in -place density of Class 1 through Class 5 Earth Fill shall not be less than 95 percent
of maximum dry density as determined by ASTM D698, Standard Proctor, except
compact the top 12 inches of fill underneath roadways and parking areas to not less
than 100 percent of maximum dry density as determined by ASTM D698, Standard
Proctor. In areas cut underneath roadways and parking areas scarify and re -compact
the top 8 inches of the subgrade within the specified moisture content, to not less than
100 percent of maximum dry density as determined by ASTM D698, Standard Proctor.
Structural Excavation and Backfill 31 23 10 - 5
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
5. Compact cohesionless materials, on which it is not practical to control the density by
proctor methods, to a minimum of 95 percent of the maximum density as determined
by ASTM D4253. At the discretion of the Engineer, an alternate method of determining
the maximum density may be used which has been correlated with methods ASTM
D4253 and ASTM D4254.
6. If necessary, to achieve the specified density, increase the number of passes of the
compaction equipment, and/or modify the weight of the compaction equipment.
7. Regardless of the density achieved, the number of passes of the compaction equipment
shall not be less than eight.
3.05 FIELD QUALITY CONTROL
A. The Contractor is responsible for the costs involved in providing an approved testing
laboratory to perform quality control testing of backfill operations. The testing laboratory
shall make tests of in -place density in accordance with ASTM Standards. The testing
laboratory shall monitor backfill operation continuously or at intervals acceptable to the
Owner and Engineer at structures. It shall be the responsibility of the Contractor to notify
the testing laboratory before backfill operations begin.
1. In -place density tests shall be conducted at a rate acceptable to the Owner's Resident
Representative.
END OF SECTION
Structural Excavation and Backfill 31 23 10 - 6
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
31 23 23.34 FLOWABLE FILL
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish labor, materials, equipment, and incidentals necessary to mix and place flowable fill,
consisting of Portland cement, fine aggregate, fly ash, and water in the proper proportions
as specified hereinafter. Flowable fill (Controlled Low -Strength Material, CLSM) shall be
used to bed and backfill around piping, utilities, and structures where indicated.
1.02 QUALITY ASSURANCE
A. Design Criteria — Flowable Fill Proportions and Consistency: Flowable fill shall be
proportioned to give the necessary workability, strength, and consistency, and shall conform
to the following governing requirements:
1. Permeability: Maximum permeability limit of 1x10-6 cm/sec. This limit shall apply at all
locations where flowable fill is used as a utility trench plug (dam) within trench backfill
materials.
1. Subsidence: Evaporation of bleed water shall not result in shrinkage of more than 10.4
mm per m (1/8 inch per ft.) of flowable fill depth. Measurement of a Final Bleeding shall
be as measured in Section 10 of ASTM C940.
2. Strength for Non-Excavatable Flowable Fill: Unconfined compressive strength at 28-
days when tested in accordance with ASTM D4832: 150 psi minimum.
a. Where indicated provide Non-Excavatable Flowable Fill below structures and/or
around structures, unless noted otherwise.
3. Fluidity: Flowable fill shall be self -consolidating and non -segregating in accordance with
ASTM C1611:
a. Slump Flow Test: Minimum 20-inch mean spread.
b. Visual Stability Index (VSI) Test: Less than or equal to 1.
B. Factory Testing: The Contractor shall be responsible for the design of the material. A trial
mix shall be designed by an independent testing laboratory, retained by the Contractor. The
testing laboratory shall submit verification that the materials and proportions of the trial
mix design meets the requirement of the Specifications. In lieu of trial mix design,
Contractor may submit historical data for a mix design used successfully in previous similar
work. The Contractor shall not make changes in materials, either in gradation, source, or
brand, or proportions of the mixture after having been approved, except by specific
approval of the Engineer.
C. Owner Testing: It is the responsibility of the Contractor to achieve and maintain the quality
of material required by this Section. However, the Owner may secure the services of an
independent testing laboratory to verify the quality of the flowable fill. The Owner shall
have the right to require additional testing, strengthening, or replacement of flowable fill
which has failed to meet the minimum requirements of this Section.
Flowable Fill 3123 23.34 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
1.03 SUBMITTALS
A. Submit mix design on each material required. Provide backup data as required below.
B. Submit historical or trial mix data and test results as a basis for mix design approval.
Required data shall include:
1. Permeability test results if plugs are required on Project.
2. Subsidence test results.
3. Strength test results for Excavatable and Non-Excavatable Flowable Fill if used on
Project.
4. Fluidity test results.
1.04 STANDARDS AND REFERENCES
A. Materials shall meet recommendation for mix design and placement, as published by
National Ready Mixed Concrete Association.
B. The applicable provisions of the following references and standards shall apply to this
Section as if written herein in their entirety.
1. American Society for Testing and Materials (ASTM) Standards:
ASTM C33
Specification for Concrete Aggregates
ASTM C40
Test Method for Organic Impurities in Fine Aggregates for Concrete
ASTM C150
Specification for Portland Cement
Specification for Fly Ash and Raw or Calcined Natural Pozzolan for
ASTM C618
Use as Mineral Admixture in Portland Cement Concrete
Standard Test Method for Expansion and Bleeding of Freshly Mixed
ASTM C 940
Grouts for Preplaced-Aggregate Concrete in the Laboratory
ASTM C 1611
Standard Test Method for Slump flow of Self Consolidating Concrete
Standard Test Method for Preparation and Testing of Controlled Low
ASTM D 4832
Strength Material (CLSM) Test Cylinders
2.00 PRODUCTS
2.01 MATERIALS
A. Cement: Portland cement conforming to the specifications and test for Type I Portland
cement of the American Society for Testing and Materials, Designation C-150.
B. Fine Aggregate: Fine aggregate consisting of natural, washed and screened sand having
clean, hard, strong, durable, uncoated grains complying with the requirements for ASTM
C33. The sand shall generally be of such size that all will pass a 3/8-inch sieve, at least 95
percent pass a 1/4-inch screen and at least 80 percent pass a No. 8 sieve. Aggregate shall
not contain strong alkali, or organic material which gives a color darker than the standard
color when tested in accordance with ASTM Specification Designation C40.
C. Fly Ash/Pozzolans: Fly ash shall be an ASTM C618, Class "C" fly ash. The fly ash may be used
in controlled low -strength material.
Flowable Fill 3123 23.34 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
D. Water: Water for flowable fill shall be clean and free from oil, acid, alkali, organic matter or
other harmful impurities. Water which is suitable for drinking or for ordinary household use
will be acceptable for concrete. Where available, water shall be obtained from mains of a
waterworks system.
E. Performance Additive: As required to meet specification requirements:
1. "Darafill" by Grace Construction Products.
2. Rheocell Rheofill by BASF The Chemical Company.
3. Sika Lightcrete Powder by Sika Corporation.
4. Approved equal.
F. Chemical Admixtures for Concrete per ASTM C 494, as required by performance
requirements.
2.02 MIXES
A. High Early Strength Flowable Fill shall be:
1. Custom -Crete Fast Fix Flowable Fill Base (4FB)
2. Approved Equal
B. In the determination of the amount of water required for mix, consideration shall be given
to the moisture content of the aggregate. The net amount of water in the mix will be the
amount added at the mixer; plus the free water in the aggregate; and minus the absorption
of the aggregate, based on a 30 minute absorption period. No water allowance shall be
made for evaporation after batching.
C. The methods of measurement of materials shall be such that the proportions of water to
cement can be closely controlled during the progress of the Work and easily checked at any
time by the Owner's representative. To avoid unnecessary or haphazard changes in
consistency, the aggregate shall be obtained from sources which will insure a uniform
quality and grading during any single day's operation and they shall be delivered to the
Work and handled in such a manner that the variation in moisture content will not interfere
with the steady production of flowable fill of reasonable degree of uniformity. Sources of
supply shall be approved by the Owner's representative.
D. All material shall be separately and accurately measured. Measurement may be made by
weight or by volume, as determined by the Contractor; however; all equipment for
measurement of materials shall be subject to approval by the Owner's representative.
3.00 EXECUTION
3.01 INSTALLATION
A. Contractor shall give the Owner's representative sufficient advance notice before starting to
place material in any area, to permit inspection of the area, and preparation for pouring.
B. Conduct the operation of depositing the material so as to forma compact, dense,
impervious mass, and so as not to develop air pockets in confined spaces.
Flowable Fill 3123 23.34 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
C. High Early Strength Flowable Fill shall be used for valve repair and line stop work in the
following work areas within pavement:
1. 191h Street and Indiana Avenue Intersection
2. 501h Street and Indiana Avenue Intersection
3. 82"d Street and Indiana Avenue Intersection
4. 82"d Street and Memphis Avenue Intersection
D. Unless specified otherwise, flowable fill shall be uniformly placed to the depth shown on the
Drawings. The fill shall be brought up uniformly to the top of excavation elevation.
Placement of flowable fill shall then cease and the fill protected from traffic for a period of
72 hours.
1. To prevent pipe flotation place material in lifts or provide alternate means.
Around structures, material shall be placed in lifts. Lift depth shall not exceed one -tenth
of total structure embedment into subgrade nor 5 feet, whichever is less.
3. When multiple lifts are required, material shall be allowed to harden before placing next
lift. Hardening time varies with each mix. Verify flowable fill has reached a penetration
number of 1500, in accordance with ASTM C 403, but not less than 5 hours.
E. The material shall be placed against undisturbed trench walls, and shall not be placed on or
against frozen ground.
F. At time of placement the ambient temperature shall be 35 F and rising.
3.02 FIELD QUALITY CONTROL
A. An approved testing laboratory shall perform the quality control testing of backfill
operations. The testing laboratory shall sample material in accordance with ASTM D5971.
The testing laboratory shall monitor backfill operation continuously or at intervals
acceptable to the Owner and Engineer at structures. It shall be the responsibility of the
Contractor to provide sufficient advance notification to the testing laboratory before backfill
operations begin.
1. Strength: A strength test is the average of two cylinders per ASTM D4832.
2. Fluidity: A fluidity test is a Slump Flow Test and a VSI Test per ASTM C1611.
3. For all tests required, at a minimum perform one test per day, but not less than one per
150 cubic yards.
END OF SECTION
Flowable Fill 3123 23.34 - 4
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
3123 33.14 TRENCH SAFETY
1.00 GENERAL
1.01 WORK INCLUDED
A. This specification consists of the basic requirements which the Contractor must comply with
in order to provide for the safety and health of workers in a trench. This specification is for
the purpose of providing minimum performance specifications, and the Contractor shall
develop, design, and implement the trench safety system. The Contractor shall bear the
sole responsibility for the adequacy of the trench safety system and providing "a safe place
to work" for the workman.
B. Should the trench safety protection system require wider trenches than specified
elsewhere, the Contractor shall be responsible for the costs associated with determining
adequacy of pipe bedding and class, as well as, purchase and installation of alternate
materials.
1.02 STANDARDS
A. The following standard shall be the minimum governing requirement of this specification
and is hereby made a part of this specification as if written in its entirety.
1. Occupational Safety and Health Standards - Excavations (29CFR Part 1926), U.S.
Department of Labor, latest edition.
B. Comply with the applicable federal, state, and local rules, regulations, and ordinances.
2.00 PRODUCTS (NOT APPLICABLE)
3.00 EXECUTION (NOT APPLICABLE)
END OF SECTION
Trench Safety 3123 33.14 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
31 23 33.16 TRENCHING AND BACKFILL
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish labor, materials, equipment and incidentals necessary to excavate and backfill as
required for the construction of the facilities to the line, grade and extent indicated.
1.02 SUBMITTALS
A. Submittals shall be in accordance with Section 0133 00 "Document Management" and shall
include:
1. Certified test reports for embedment material, course gravel, and flexbase. Certified
Test Reports shall be from an independent laboratory. Test reports shall include sieve
analysis, soil classification, and Atterburg limits, and soil resistivity tests for embedment
material.
1.03 STANDARDS
A. The applicable provisions of the following standards shall apply as if written here in their
entirety:
1. American Society for Testing and Materials (ASTM) Standards:
ASTM C33
Specifications for Concrete Aggregates
Test Methods for Moisture -Density Relations of Soils and Soil
ASTM D698
Aggregate Mixtures, Using 5.5-lb Rammer and 12-Inch Drop
Classification of Soils for Engineering Purposes (Unified Soil
ASTM D2487
Classification System)
Maximum Index Density and Unit Weight of Soils Using Vibratory
ASTM D4253
Tests
Method for Field Measurement of Soil Resistivity Using the Wenner
ASTM G57
Four -Electrode Method
2. American Water Works Association (AWWA) Standards:
AWWA C151
Ductile Iron Pipe
AWWA C200
Steel Water Pipe 6 Inches and Larger
AWWA C301
Prestressed Concrete Pressure Pipe - Steel Cylinder Type for Water
and Other Liquids
AWWA C303
Concrete Pressure Pipe — Steel Cylinder Type for Water and other
Liquids
3. Texas Highway Department Standard Specifications for Road and Bridge Construction,
latest edition.
1.04 JOB CONDITIONS
A. Classification of Excavation: Excavation shall be "unclassified" and involves the removing of
the necessary materials to provide the trench to the required width and depth. The
Trenching and Backfill 3123 33.16 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
Contractor, prior to submitting a proposal, must satisfy himself as to the actual sub surface
conditions. No extra or separate payments shall be made for rock, dewatering, or any other
condition.
B. City, County, and Private Road Crossings: Where the work is in the right of way of City,
County and privately owned roads, the Owner will secure the necessary permits and
easements for the work. Work to be performed within the limits of the public right of way
shall be in full accordance with the requirements of the easements and permits and as
requested by the City, County, or private owner. Provide temporary access and detours for
roads and driveways cut off during pipe laying operations.
C. Protection of Existing Structures and Utilities:
Prior to the start of construction and preparation of pipe layout sheets, the Contractor
shall communicate with the local representative of the utility companies including, but
not limited to the oil companies, gas company, electric company, telephone company,
water utilities, sanitary sewer utilities, and any other public and private utility
companies in the location of the proposed construction in order to obtain the assistance
of the utility companies in locating utility lines and in the avoidance of conflicts with
utility lines. The Contractor shall uncover and determine the elevation and location of
conflicts well ahead of the manufacture of the pipe. No additional compensation will be
considered for lowering or raising the pipe grade to accommodate existing utilities. The
Engineer has shown the estimated location of existing utilities as determined from field
surveys and record data from utility companies. The fact that some utilities are not
shown or are incorrectly shown in no way relieves the Contractor from his responsibility
to locate all existing utilities.
2. The Contractor shall advise the Engineer of any existing utilities which are not shown on
the plans, incorrectly shown, and which "affect the pipe layout." Contractor shall also
propose a resolution of the utility conflict. The Engineer will decide if the existing utility
should be relocated, or whether the proposed pipeline location will be revised. If the
proposed pipeline is adjusted, an adjustment in contract price will be made by adjusting
quantities for the various unit price pay items. If the proposed pipe grade is adjusted
by 2 vertical feet or less, no contract price adjustment will be made. If the proposed
pipe grade is adjusted by more than 2 vertical feet, a contract price adjustment will be
agreed to per the General Conditions.
3. Utilities which "affect the pipe layout" will be interpreted by the Engineer as follows:
Utilities which conflict with the grade of the proposed pipe will be interpreted as
"affecting the pipe layout."
Utilities which would conflict with operations and maintenance of the proposed
pipe will be interpreted as "affecting the pipe layout."
4. Where excavation endangers adjacent slopes, structures and utilities, the Contractor
shall, at his own expense, carefully support and protect such structures and/or utilities
so that there shall be no damage. Costs of temporarily or permanently relocating the
conflicting utilities shall be borne by the Contractor without extra compensation from
the Owner.
5. If in the opinion of the Engineer, concrete backfill is necessary for the support of utility
lines crossing trenches, the Engineer may direct 2000 psi concrete backfill to be used.
Trenching and Backfill 3123 33.16 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
Payment shall be made to the Contractor at the unit price bid for the installation of such
quantity of the concrete backfill as directed by the Engineer.
1.05 GUARANTEES; MAINTENANCE AGREEMENT
A. Following the certification of completion by the Engineer, maintain paved surfaces, unpaved
trench surfaces, fences, curbs, sidewalks, and gutters, for a period of 12 months thereafter.
Material and labor required for the maintenance shall be supplied by the Contractor, and
the work shall be done in a manner satisfactory to the Engineer.
2.00 PRODUCTS
2.01 MATERIALS
A. Concrete Embedment, Cap, Blocking, and Encasement: Where concrete embedment, cap,
blocking, or encasement is indicated or requested by the Engineer, it shall be 2000 psi unless
otherwise indicated.
B. Granular Embedment:
Granular embedment material shall be sandy gravel or blended sand and crushed rock,
free from large stones, clay, and organic material. Embedment material shall be a soil
classification of GW, GP, SW, or SP as determined by ASTM D2487. The embedment
material shall be such that when wet, the fine material shall not form mud or muck or
be dispersive. The embedment material shall be composed of tough durable particles,
reasonably free from thin, flat and elongated pieces, and of suitable quality to insure
permanence in the trench. The P.I. of the fines shall not exceed 3. Light weight
aggregate is not acceptable for granular embedment. Material used for granular
embedment shall have a resistivity of not less than 5000 ohms/cm as measured by
ASTM G57.
2. Granular Embedment for Rigid Pipe: This shall be cohesionless material meeting the
following gradation requirements:
Sieve Size
Square Opening
Percent Passing
1/2"
100
3/8"
85-100
No. 4
10-30
No. 8
0-10
No. 16
0-5
3. Pipe Classification:
For the purpose of this specification, "rigid pipe" shall be defined as the following:
1). All diameters Prestressed Concrete Pressure Pipe (AWWA C301).
2). 24-inch and smaller diameters Bar -Wrapped Concrete Cylinder Pipe (AWWA
C303).
3). All diameters Ductile Iron Pipe (AWWA C151).
Trenching and Backfill 3123 33.16 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
b. For the purpose of this specification, "semi -rigid pipe" shall be defined as the
following:
1). 27-inch and larger diameters Bar -Wrapped Concrete Cylinder Pipe (AWWA
C303).
2). All diameters Steel Water Pipe (AWWA C200).
C. Coarse Gravel: Where coarse gravel is required for water drainage, restoration of trench
foundation, or other uses, it shall be crushed stone or washer gravel and in compliance with
ASTM C33 for Coarse Concrete Aggregate. Gradation shall be ASTM C33 No. 57, No. 67, or
as follows:
Sieve Size
Square Opening
Percent Passing
1"
95-100
3/4"
55-85
1/2"
25-50
No. 4
0-5
D. Select Material: This material shall consist of soil material with a liquid limit (LL) less than or
equal to 40, a plasticity index (PI) less than or equal to 20, a maximum of 70 percent passing
the No. 200 mesh sieve, a minimum of 80 percent passing the No. 4 mesh sieve, 100
percent passing a 1-1/2-inch square mesh sieve. The material shall be free of organic or
other deleterious materials.
E. Ordinary Backfill Material: Trench excavated material free from rock fragments and clods
larger than 6 inches greatest dimension. The ordinary material shall be free from organic
materials.
F. Flexible Base Course: Complying with Item 248 of the Texas Highway Department Standard
Specifications for Road and Bridge Construction, latest edition, Type A, Grade 1 or 2, Flexible
Base (Crushed Stone) or Type F, Grade 2 or 3 (Caliche).
G. Hot Mix Asphalt Concrete (HMAC): Complying with Item 340 of the Texas Highway
Department Standard Specifications for Road and Bridge Construction, latest edition.
H. Flowable Fill: Flowable fill shall be as specified in Section 3123 23.34 "Flowable Fill."
Utility Detection Tape: Utility pipe detection tape, green in color for sewer, blue in color for
water, with black non -degradable printing reading "CAUTION SANITARY SEWER LINE BURIED
BELOW" or "CAUTION WATER LINE BURIED BELOW" shall be installed over all PVC, HDPE, or
fiberglass pipelines 8 inches and larger. The tape shall be bright -colored, continuous -printed
plasticized aluminum tape, intended for direct -burial service; not less than 6 inches wide by
5 mils thick. Detection tape must be installed above the pipe zone, 12 inches above pipe.
Tracer Wire: All PVC piping shall be installed with a continuous, insulated TW, THW, THWN
or HMWPE insulated copper, 10 gauge or thicker wire for pipeline location purposes by
means of an electronic line tracer. The wire shall be installed along the entire length of
pipe. The insulation color shall match the color of the pipe being installed. Sections of wire
shall be spliced together using approved splice caps and water proof seals. Twisting the
wires together is not acceptable.
Trenching and Backfill 3123 33.16 - 4
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
3.00 EXECUTION
3.01 TRENCH EXCAVATION
A. General:
Excavate trenches to the alignment, width, and depth as indicated or as required for the
proper installation of the pipe. Brace the trench and/or dewater the trench if necessary
so that the workmen may work safely and efficiently.
Comply with all applicable laws, ordinances, rules, regulations and orders of any public
body having jurisdiction for the safety of persons or property or to protect them from
damage, injury or loss. Comply with the requirements of Section 3123 33.14 "Trench
Safety."
Dewater excavations so that the work is performed in the "dry." Bailing, pumping, and
dewatering shall be at the Contractor's expense. Use coarse gravel instead of
embedment material under the pipe at no extra cost to the Owner to provide for the
free drainage and flow of water in the pipe trench, where it is necessary, in order to
keep the water level below the pipe barrel and bell holes for joints. The water removed
from trenches shall be conducted to natural drainage ways, drains, or storm sewers in
such a manner as to prevent damage to adjacent property or to the public. Pumps of
ample capacity and in duplicate must be provided to ensure that once an excavation is
made dry, the water is kept down until that part of the work under construction is
completed.
4. It is intended that the line be laid to the grades as shown on the plans. The precise and
detailed pipe layout is to be prepared by the Contractor and submitted to the Engineer
for information and review. The responsibility for the workability of the detailed layout
remains with the Contractor. High points shall be located at air valves and the pipe
sections containing air valves shall have a horizontal grade. At drainage crossings, the
depth of cut shall be increased to prevent uncovering of the pipe by surface erosion, as
shown on the plans.
5. Where unforeseen conditions warrant a revised grade during construction, the
Contractor shall submit a revised pipe layout to the Engineer for approval. No
intermediate "highs" or "lows" will be allowed in the pipe grade without the approval of
the Engineer.
B. Pipe Trench:
1. For the purpose of this specification, the "pipe zone" shall be defined as the zone from
the bottom of the trench to 6 inches above the top of the pipe.
2. The trench walls in the "pipe zone" shall be vertical.
3. Trench width shall be as follows:
Minimum
Maximum
Pipe Diameter
Trench Width
Trench Width
32" and Smaller
Pipe O.D. plus 20"
Pipe O.D. plus 24"
33" and Larger
Pipe O.D. plus 24"
Pipe O.D. plus 36"
Trenching and Backfill 3123 33.16 - 5
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
4. Trench walls above the pipe zone may be laid back or benched where room permits as
necessary to meet the requirements of OSHA.
Where the character of the trench walls is loose, unstable, saturated soft clays,
quicksand, or otherwise unable to provide adequate side support to maintain the
required pipe deflection, the Contractor shall modify the trenching and backfill to keep
the pipe within the limits of the specified deflection. The Contractor shall widen the
trench excavation one pipe diameter on each side of the pipe. The trench shall then be
backfilled with coarse gravel to the top of the pipe. The coarse gravel shall be
compacted to 95 percent maximum density as measured by ASTM D4253. Care shall be
used so that the exterior pipe coating is not damaged. Concrete encasement, soil
cement, or some other method approved by the Engineer, may be used in lieu of this
procedure. Payment shall be made to the Contractor at the unit price bid for the
installation of such quantity of coarse gravel as directed by the Engineer.
C. Pipe Foundation:
Excavate the trench to an even grade so that the full length of the pipe barrel is
supported and joints make up properly. Excavate the trench to the line and grade
indicated and as directed by the Engineer. Grades shall be uniform between high points
and low points to eliminate intermediate "highs and lows."
2. For 32-inch diameter and smaller pipe, the trench shall be "rough cut" a minimum of 4
inches below the bottom of the pipe. For 33-inch and larger pipe, the trench shall be
"rough cut" a minimum of 6 inches below the bottom of the pipe. The "rough cut"
dimension shall be increased as necessary to provide a minimum clearance of 2 inches
from the bottom of the trench to the bottom of the bells, flanges, valves, fittings, etc.
3. The entire foundation area in the bottom of all excavations shall be firm, stable
material. Loose material shall be removed, leaving a clean, flat trench bottom, and
material shall not be disturbed below required sub grade except as hereinafter
described. If the subgrade is soft, spongy, disintegrated, or where the character of the
foundation materials is such that a proper foundation cannot be obtained at the
elevation specified, then when directed by the Engineer the Contractor shall deepen the
excavation to a depth where a satisfactory foundation can be obtained. The sub grade
shall then be brought back to the required grade with course gravel, thoroughly
compacted to 95 percent of maximum density in accordance with ASTM D4253.
Payment shall be made to the Contractor at the unit price bid for the installation of such
quantity of coarse gravel as directed by the Engineer.
D. Correcting Faulty Grade: If the trench is excavated to a faulty grade (at a lower elevation
than indicated), correct the faulty grade as specified below:
In uniform, stable dry soils, correct the faulty grade with granular embedment material
thoroughly compacted to 95 percent of maximum density.
2. In soft spongy disintegrated soils or where necessary to allow proper drainage, correct
the faulty grade with course gravel compacted to 95 percent of maximum density.
3. No extra payment will be made for coarse gravel or other material to correct faulty
grade.
Trenching and Backfill 3123 33.16 - 6
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
E. Pipe Clearance in Rock: Remove ledge rock, rock fragments, or unyielding shale or marl to
provide a clearance of at least 6 inches below the parts of the pipe, valves or fittings.
Provide adequate clearance for properly jointing pipe laid in rock trenches at bell holes.
Refill the excavation to grade with granular embedment material.
F. Blasting Procedure: Blasting will not be allowed.
G. Bell Holes Required: Bell holes of ample dimension shall be dug in trenches at each joint of
pipe to permit the jointing to be made properly, visually inspected, and so that the pipe will
rest on the full length of the barrel. Polyurethane, coated steel pipe shall have the joints
excavated to a sufficient depth to allow proper cleaning, application, testing and inspection
of field applied coating system.
H. Care of Surface Material for Reuse: Surface materials such as top soil in its natural state,
suitable for reuse in restoring the excavated surface, shall be kept separate from the general
excavation material. The top 12 inches of the trench backfill shall be topsoil. Save the
topsoil to be used as backfill of the top 12 inches of the trench after pipe laying. Where the
natural topsoil is less than 12 inches deep and with the approval of the Engineer, the
Contractor may strip less than 12 inches of topsoil.
Manner of Piling Excavated Material: Place excavated material so that work is not
endangered or interferes with public traffic or other construction. Do not place excavated
material over buried pipelines or existing utilities unless adequate provisions are made to
protect those pipelines and/or utilities. Roads and driveways must be kept open in every
case. Keep drainage channels clear of obstructions or make other satisfactory provisions for
drainage.
J. Trenching by Machine or by Hand: The use of trench digging machinery is approved except
in places where operations of same will cause damage to existing structures or pipelines
above or below ground, in which case employ hand methods.
K. Open Trench: Owner's Representative shall have the right to limit the amount of trench
which may be opened or partially opened at any time in advance of the completed line; and
also the amount of trench left not backfilled. Not over 500 feet of trench in open country or
pasture land shall be opened at any one time, and not more than 150 feet of trench in
populated areas shall be left open unless otherwise permitted in writing by the Owner.
Backfill and/or protect trenches as necessary to prevent injury to livestock, adjacent
property, and the public. Trenches left open overnight in public areas shall be fenced with
adequate construction fencing. No trenches shall be left open overnight in streets.
L. Structural Excavation: Excavation shall extend a sufficient distance from walls and footings
to allow for form installation and inspection, except where concrete for walls and footings is
authorized or required to be deposited directly against excavated surfaces. Where
excavation, through the fault of the Contractor, is made below the elevation specified or
directed by the Engineer, restore the excavation to the proper elevation with stabilized
backfill (lean concrete) or other approved material at the Contractor's expense.
3.02 BACKFILLING OF TRENCHES OUTSIDE ROADWAYS
A. General: This Section of the specification is intended to cover the requirements for trench
backfill where trench is in open fields, unimproved alleys, fields, and other similar open
areas outside of existing or proposed public and private roadways.
Trenching and Backfill 3123 33.16 - 7
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
B. Time of Backfilling: Backfill operations shall immediately follow pipe jointing, joint coating
application, and curing.
C. Braced and Sheeted Trenches: Remove sheeting and shoring as backfilling operations
progress. Incorporate methods so that a good bond is obtained between the backfill
material and the undisturbed trench walls.
D. Protection of Pipe During Backfilling Operations: Take the necessary precautions to protect
the pipe during backfilling operations. Take care to prevent damage to the pipe or to the
pipe coating, and repair any damaged pipe before being "covered up." Backfill the trench to
prevent the deformation or otherwise deflection of the cylindrical shape of the pipe by
more than the allowable pipe deflection as specified elsewhere. Use methods such as
stulling or ellipsing as necessary.
Site and Preparation: In addition to clearing and grubbing of brush and trees along the right
of way for this project, alteration to the topography shall be done if indicated on the Plans,
at the locations and to the extent shown.
F. Backfill Procedures in the Pipe Zone for Rigid Pipe:
1. Place the specified granular embedment material on satisfactory trench foundation to
the indicated dimensions in two lifts. The first lift shall extend from the bottom of the
trench to slightly above the bottom of the pipe grade. Lay pipe on the first lift of
embedment material to the indicated grade. The second lift shall be the remainder of
the embedment material to 0.25 of the outside diameter of the pipe. Compact granular
embedment material on both sides of the pipe to 95 percent of the maximum density as
measured by ASTM D4253. Compact embedment by vibration, mechanical tamping, or
a combination thereof.
2. Place first lift of embedment material true to line and grade with bell holes of ample
dimension to permit the pipe to rest on the full length of the barrel and to permit joint
make-up and coating application at joints.
3. Place second lift of embedment material carefully to prevent voids under the haunches
of the pipe and to prevent disturbing pipe alignment.
4. After placement of the embedment material, deposit select material in the trench
simultaneously and evenly on both sides of the pipe for the full width of the trench to
the top of the pipe zone. Consolidate this material by mechanical compaction within 2
percent of optimum moisture content. Compaction in this zone shall be a minimum of
95 percent of Standard Proctor Density.
5. Mechanical compaction of select backfill material shall be in lifts not exceeding 18
inches loose depth.
6. Perform the mechanical compaction to prevent floating or damaging the pipe. Relay
any pipe which is floated or otherwise disturbed to the original grade at the Contractor's
expense.
G. Backfill Procedure in the Pipe Zone for Semi Rigid Pipe:
Place the first lift of granular embedment material to a depth slightly above the bottom
of pipe grade. Lay pipe on this embedment material to the indicated grade. Provide
Trenching and Backfill 3123 33.16 - 8
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
bell holes to permit the pipe to rest on the full length of the barrel and to permit joint
make-up and coating.
2. For semi -rigid pipe construction, extend the embedment material from the bottom of
the trench as shown in the plans.
Place the second lift of embedment material, uniformly on both sides of the pipe to a
loose depth of one-half of the outside diameter of the pipe, taking precautions not to
disturb the pipe alignment. Compact the second lift of embedment material using
vibration or mechanical tamping to produce a uniformly blended and compacted
backfill. Contractor shall take precautions to ensure no voids occur under the haunches
of the pipe and to prevent disturbance of the pipe alignment.
4. Compaction of granular embedment in the pipe zone shall be as required in the plans.
H. Procedure Above Pipe Zone: Mechanical compaction may be utilized. Place the backfill
material above the pipe zone in lifts not exceeding 18 inches loose depth and compact as
required by the plans. The Contractor shall be responsible for any damage which may occur
to the pipe using his method of compaction.
I. Surface Material Replacement:
The top 12 inches of the trench backfill shall be composed of the original surface
material or topsoil excavated from the trench. Place the topsoil over the consolidated
trench backfill material. Grade the surface to allow drainage in the same manner as
existed prior to construction.
Topsoil shall not contain rocks or clods larger than those adjacent to the trench in the
undisturbed condition.
J. Backfill Around Structures:
1. After completion of foundations, walls, etc., remove forms and clean excavation of
debris or other objectionable matter prior to placing backfill. Comply with the
requirements of Section 3123 10 "Structural Excavation and Backfill" for backfill
adjacent to cast -in -place structures.
2. In areas where structures such as slabs, foundations, or pipes are to be constructed on
backfill, backfill shall be lean concrete or; flowable fill, unless otherwise indicated.
For pre -cast concrete structures, mechanically tamp earth backfill around and over
structures, using select material, and placed in layers not to exceed 8 inches, loose
thickness. Bring material to within 2 percent of optimum moisture content and compact
each layer to a uniform density of not less than 95 percent of maximum density as
determined by ASTM D698. Laboratory control shall be used to secure compliance with
this requirement.
K. Inspection and Test Pits:
1. Excavate test pits after the embedment has been placed and compacted in the pipe
zone for the purpose of taking field density tests and inspecting the haunch areas under
the pipe for voids.
2. Excavate the test pits to a depth and area of sufficient size to allow the inspector to
visually inspect the haunch area of the pipe for voids or loose material next to the pipe
Trenching and Backfill 3123 33.16 - 9
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
and to make a field density test. Provide a safety trench shield to protect the inspector
while in the pit.
3. After inspection, backfill and compact the test pit area in accordance with the applicable
specification herein.
4. Dig one test pit for inspection of each day's work if deemed necessary or may be
required more or less frequently as determined by the Owner's representative. Repair
and replace areas which are found not to be in compliance with the specification
requirements, until satisfactory results are consistently and uniformly attained.
5. Provide special attention to assure that the material flows under the pipe haunches.
This may require the removal of pipe joints to observe the results and make density
tests. Pipe laying shall not begin until satisfactory results are achieved by the
Contractor's proposed method.
3.03 BACKFILL PROCEDURE FOR PUBLIC AND PRIVATE ROADS
A. Trench excavation, pipe laying, backfill within the pipe zone and other general requirements
shall be as indicated for trenches outside roadways. Backfill material around and above the
pipe zone for existing roads including City Roads, County Roads, paved or improved private
roads, driveways, and any proposed roads as indicated shall consist of flowable fill. Replace
asphalt paved roads with 6 inches of flexbase material compacted to 95 percent Standard
Proctor Density and 2 inches of HMAC. Replace concrete roadways with high early strength
3000 psi concrete reinforced equal or better than existing. Saw -cut asphalt roads prior to
placement of HMAC. Cut concrete roads back to expose reinforcing prior to replacing
concrete paving. Backfill and compact unimproved field road as per the backfill
requirements for open areas, except compact the top 12 inches to 95 percent Standard
Proctor Density.
3.04 MAINTENANCE OF SURFACES
A. Rock and Organic Material Exclusion: Rock and organic material removed from the trench
excavated material shall be removed from the right of way at the Contractor's expense.
B. Deficiency of Backfill - by Who Supplied: Any deficiency in the quantity of material for
backfilling the trenches or for filling depressions caused by settlement shall be supplied by
the Contractor at his expense. Make-up material shall be approved by the Owner's
representative.
C. Restoration of Surfaces: Replace surface material and restore paving, curbing, sidewalks,
gutters, shrubbery, fences, grass or turf, and other surfaces disturbed, as nearly as possible
to a condition equal to that before the work begin.
D. Seeding and Sodding:
1. Provide sodding at disturbed residential or commercial lawns and where indicated.
Provide seeding in TxDOT right-of-way and where indicated.
2. Where seeding is specified, it shall be done between August 15 and June 15. Use
sodding in lieu of seeding between June 15 and August 15. Seeding and sodding shall
immediately follow backfill and cleanup unless otherwise specified.
Trenching and Backfill 3123 33.16 - 10
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
3. Surfaces for seeding or sodding shall have a minimum of 12 inches of topsoil. Apply
pelleted or granular fertilizer with a minimum analysis of 16-8-8 at a rate of 400 pounds
per acre or equivalent rate if other analysis fertilizer is used.
4. Water seeded and sodded areas as necessary to obtain grass coverage of 95 percent of
area, with no bald areas larger than 10 square feet.
5. Perform seeding and sodding in accordance with the following items of the Texas State
Department of Highways and Public Transportation Standard Specifications:
a. Item 162: Sodding for Erosion Control.
b. Item 162.4 (1): Bermuda Grass - Spot Sodding.
c. Item 162.5: Block Sodding.
d. Item 162.7: Mulch Sodding.
e. Item 164: Seeding for Erosion Control.
f. Item 166: Fertilizer.
3.05 CLEAN AND ADJUST
A. Remove surplus pipeline materials, tools, rubbish, trees, and temporary structures, and
leave the construction site clean, to the satisfaction of the Engineer. Grade the surface, and
re-establish drainage. Removal of rock and other excess excavated material and general
leveling and grading of the right of way surface to a presentable appearance shall proceed
so as to not be further than 2500 feet behind the backfilling operations. The Contractor
shall be responsible for location of sites for disposal of excess material and the Owner shall
make no additional payment for expenses incurred in such disposal.
END OF SECTION
Trenching and Backfill 3123 33.16 - 11
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
DIVISION 32
EXTERIOR IMPROVEMENTS
32 01 29 RIGID PAVING REPAIR
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish labor, materials, equipment and incidentals necessary to repair and resurface
pavement. This section shall govern for the repair or replacement of pavement or other
improved surfaces damaged or destroyed in performing the construction of water and
sewer lines. Construction of such projects below pavement subgrade is covered by Section
3123 33.16 "Trenching and Backfill".
1.02 SUBMITTALS
A. Submittals shall be in accordance with Section 0133 00 "Submittal Procedures" and shall
include:
1. Proposed material list and sources as record data.
2. Experience record of proposed paving subcontractor as record data.
1.03 STANDARDS
A. The applicable provisions of the following standards shall apply as if written here in their
entirety:
1. Texas Department of Transportation (TXDOT), Standard Specifications for Construction
of Highways, Streets, and Bridges, latest edition.
1.04 JOB CONDITIONS
A. Do not place materials when, in the opinion of the Owner's Representative, weather
conditions are unsuitable. Do not place concrete when the temperature is 407 and falling.
Concrete may be placed when temperature is above 357 and rising. Do not place asphalt or
asphaltic concrete when the temperature is below 50°F and falling. Asphalt or asphaltic
concrete may be placed when temperature is above 407 and rising.
2.00 PRODUCTS
2.01 MATERIALS
A. Concrete Pavement:
1. High -Early Strength Concrete: 3000 psi conforming to Section 03 30 00 "Cast -In -Place
Concrete."
2. Reinforcing Steel: Of the same size and spacing as in the existing concrete pavement
unless otherwise indicated. New billet steel, deformed bars, conforming to ASTM A615,
Grade 60.
B. Asphalt Pavement:
1. Hot Mix Asphaltic Concrete:
Rigid Paving Repair 32 01 29 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
a. HMAC Surface Course: Conforming to TXDOT Standard Specifications, Item 340,
Type D.
Asphaltic Materials Used in the Mix: Conforming to TXDOT Standard Specifications,
Item 300. The grade of asphalt shall be AC-10. Other grades of asphalt will be
considered if weather conditions or mix design appear to warrant a change.
c. Aggregate: Conforming to TXDOT Standard Specification, Item 340.2.
d. Prime Coat: Conforming to TXDOT Standard Specifications, Item 300, Grade MC-30,
or an appropriate asphalt emulsion.
e. Tack Coat: Cut -back asphalt RC-250 or MC-30 conforming to TXDOT Standard
Specification, Item 300 unless otherwise approved by the Owner's Representative.
Two -Course Surface Treatment: Conforming to TXDOT Standard Specifications, Item
316. Asphaltic materials shall conform to TXDOT Standard Specifications, Item 300, AC-
10 for hot weather and AC-5 for cooler weather. Aggregates shall conform to TXDOT
Standard Specifications, Item 302. First course shall be Grade 1 and second course shall
be Grade 2 (TXDOT Table 2 Aggregate Gradation Requirements).
Flexible Base: Of the depth and to the extent shown on the plans. Unless otherwise
shown on plans, flexible base shall be one or more of the following listed options:
Flexible Base Material: Conforming to TXDOT Standard Specifications, Item 247,
Type A, B, C, or D, Grade 1 or Grade 2.
Full Depth Asphaltic Concrete: Conforming to TXDOT Standard Specifications, Item
340, Type A (Coarse Base), B (Fine Base), or C (Coarse Surface).
3.00 EXECUTION
3.01 PREPARATION
A. Concrete Pavement: Cut pavement in parallel straight lines a minimum of 1 foot outside
trench walls on each side to permit pavement removal before trench excavation. Make cuts
by sawing partial pavement depth to avoid cutting reinforcing steel. After concrete
pavement is broken up and removed, cut off existing reinforcing steel to provide a minimum
of 30 bar diameters lap with new reinforcing steel on each side and bent back to clear the
trench for excavation and pipe laying.
B. Asphalt Pavement: Cut paved surface in parallel straight lines outside trench walls prior to
trench excavation. Before pavement replacement has begun, make additional straight line
cuts and remove pavement a minimum of 1 foot outside trench walls.
C. Subgrade: The subgrade, including granular trench backfill, shall be approved by the
Owner's Representative before any base or pavement surface is replaced. Moisten,
reshape, and re -compact subgrade as necessary to receive the base material.
3.02 INSTALLATION
A. Concrete Pavement Replacement:
Install reinforcing steel on the approved subgrade and securely tie in place. Bend down
existing reinforcing into proper position and securely tie each bar to new reinforcing
Rigid Paving Repair 32 01 29 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
bars. Support and tie reinforcing to steel bar chairs or other suitable supporting devices.
New reinforcement shall be of equal size and spacing to existing steel, unless otherwise
indicated. Install substantial forms to proper grade at pavement edges
Rapidly deposit concrete on the subgrade in successive batches and distribute to the
required depth and for the entire width of the pavement by shoveling or other
approved methods. Do not use rakes in handling concrete. The placing operation shall
be continuous. Level the concrete, as soon as placed, and then struck off and screed to
such elevation above grade that when consolidated and finished the surface of the
pavement shall be at the proper elevation. Tamp the entire surface and consolidate the
concrete so as to insure maximum compaction and a minimum of voids.
After final floating and while the concrete is still workable, finish the surface to provide
a uniform surface of gritty texture by brooming, use of belting, burlap drags or other
approved methods.
4. Cure the concrete with an approved curing compound or other approved means.
Concrete pavement shall not be opened to traffic until it has gained sufficient strength
to withstand traffic without damage unless approved protective devices are provided.
B. Flexible Base:
1. Where the base course exceeds 6 inches in thickness, construct the flexible base in two
or more courses of equal thickness. Wet, manipulate, and compact material to 95
percent maximum density as determined by ASTM D698. Where deemed necessary by
the Owner's Representative, apply a uniform application of prime coat asphaltic
material to the surface of the prepared subgrade, applied at a rate of not less than 0.30
gallon per square yard of surface.
2. Where plant mix asphalt material is used for base, construction shall be in accordance
with TXDOT Standard Specifications, Item 351, as applicable to small areas.
C. Asphalt Pavement Replacement:
1. Hot Mix Asphaltic Concrete: Apply prime coat to base or tack coat base as indicated.
Coat contact surfaces of pavement edges and structures with asphalt before any
pavement is placed. Do not place pavement until the Owner's Representative has
approved the base. Hauling or transporting of the material to the project site, placing,
compaction, and shaping shall be in accordance with TXDOT Standard Specification Item
340.6 as applicable for small areas. After final compaction of the pavement, no
vehicular traffic of any kind shall be permitted until the pavement has cooled and
hardened for at least 6 hours. Smooth the finished surface course, upon completion of
final rolling true to grade and cross-section. Immediately correct low or defective areas
by cutting out the faulty areas and replacing with fresh, hot mixture. Compact the area
to conform to the remainder of the pavement.
2. Two -Course Asphalt Surface Treatment: On the approved surface of the finished base,
asphalt at the rate of 0.20 to 0.30 gallons per square yard shall be applied by an
approved distributor so operated to result in a uniform, proper distribution at the
correct temperature. Immediately cover the surface with No. 1 aggregate, distribute at
a rate of one cubic yard per 80 square yards, broom as necessary for uniform
distribution, and roll with a flat wheel roller of ample weight. Make a second
application of asphalt in the manner specified for the first application, at a rate of 0.30
Rigid Paving Repair 32 01 29 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
to 0.40 gallon per square yard. Make the second application with No. 2 aggregate at a
rate of one cubic yard per 110 square yards and process as specified for the first
application. After the work has been completed, there should be a slight excess of
aggregate on the surface.
D. Other Improved Surfaces: Where water, storm drains, or sewer lines to be constructed
traverse or cross through gravel surfaced public roads or shoulders, or private dirt or gravel
driveways or parking areas, replace the surface with a quality material, workmanship and at
a thickness at least equal to the existing surfaces.
END OF SECTION
Rigid Paving Repair 32 01 29 - 4
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
32 91 13 SOIL PREPARATION
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish labor, materials, equipment and incidentals necessary to place topsoil, free from
rock and foreign material in areas designated to receive sodding or seeding.
2.00 PRODUCTS
2.01 TOPSOIL
A. General: The topsoil shall be fertile loam, easily cultivated and free from objectionable
material, and shall have a relatively high erosion resistance and be readily able to support
the growth of the planting, seeding, or sodding specified on the plans.
B. Sources:
The topsoil may be obtained from the right-of-way at sites of proposed excavation, or it
may be obtained from sources outside the right-of-way, secured by the Contractor, and
meeting the approval of the Engineer.
Topsoil required in addition to salvaged topsoil from the project shall be secured from
approved off -site borrow sources. Excavated material from construction which is
suitable for topsoil shall be salvaged and used before any topsoil is obtained from
borrow source.
3.00 EXECUTION
3.01 INSTALLATION
A. Stockpile topsoil material at locations approved by the Owner's Representative. Remove
any trash, wood, brush, stumps or other objectionable materials prior to placement. The
source and stockpile areas shall be kept drained and in a neat and presentable condition.
Place and spread topsoil to a uniform depth to provide 6-inch compacted depth, while
maintaining drainage in areas to be seeded or sodded.
END OF SECTION
Soil Preparation 32 91 13 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
32 92 13 HYDRO -MULCHING
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish labor, material, equipment and incidentals necessary to prepare the ground, furnish
and install fertilizer and hydro -mulching seed or a mixture of seed of the kind specified in
areas disturbed by the construction operations.
1.02 SUBMITTALS
A. Submittals shall be in accordance with Section 0133 00 "Submittal Procedures" and shall
include:
1. Texas Testing Seed Label.
2. Specification of fertilizer to be used.
1.03 STANDARDS
A. The applicable provision of the following standard shall apply as if written here in its
entirety:
1. Texas Seed Law.
1.04 GUARANTEES
A. The Contractor shall fertilize and reseed any area which fails to survive for a period of 1 year
from the date the project is accepted by the Owner.
2.00 PRODUCTS
2.01 MATERIALS
A. General: Seed used must carry a Texas Testing Seed label showing purity and germination,
name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed
furnished shall be of the previous season's crop and the date of analysis shown on each tag
shall be within 9 months of the time of delivery to the project. Each variety of seed shall be
furnished and delivered in separate bags or containers.
B. Seed: The specified seed shall equal or exceed the following percentages of purity and
germination:
Common Name
Purity
Germination
Common Bermuda Grass
95%
90%
Gulf Coast Annual Rye
95%
90%
C. Mulch: The mulch shall be natural cellulose fiber mulch produced from grinding clean,
whole wood chips, or fiber produced from ground newsprint with a labeled ash content not
to exceed 7 percent. The mulch shall be designed for use in conventional mechanical
planting, hydraulic planting of seed or hydraulic mulching of grass seed, either alone or with
Hydro -Mulching 32 92 13 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
fertilizers and other additives. The mulch shall be such that, when applied, the material
shall form a strong, moisture -retaining mat without the need of an asphalt binder.
D. Fertilizer: Pelleted or granulated type fertilizer of the composition for the season of the year
at which applied shall be used:
1. Early season (April 1-June 1) 21-0-0.
2. Normal season (June 1-Sept 1) 10-10-5.
3. Late season (Sept 1-Nov 1) 6-12-12.
3.00 EXECUTION
3.01 PREPARATION
A. After the areas disturbed by construction operations have been backfilled and completed to
the original pre -construction lines and grades shown on the plans and as provided for in
other items of this contract, perform hydro -mulch seeding in accordance with the
requirements hereinafter described.
3.02 INSTALLATION
A. Cultivation: Cultivate areas to be seeded to a depth of at least 4 inches. Cultivate the
seedbed sufficiently to reduce the soil to a state of good tilth when the soil particles on the
surface are small enough and lie closely enough together to prevent the seed from being
covered too deep for optimum germination. Cultivation of seedbed will not be required in
loose sand where depth of sand is 4 inches or more. Maintain the cross-section previously
established throughout the process of cultivation and any necessary reshaping shall be done
prior to any planting of seed.
B. Planting Season and Application Rates: Perform planting between the dates specified for
each type except when specifically authorized in writing. The seeds planted per acre shall
be of the type specified with the mixture, rate, and planting dates as follows:
Common Bermuda Grass - hulled, 20 pounds per acre - February through August or a
combination of.
2. Common Bermuda Grass - unhulled, 15 pounds per acre and Gulf Coast Annual Rye -
unhulled, 15 pounds per acre - August through February.
3. Apply fertilizer uniformly at the average rate of 400 pounds per acre.
C. Hydro -Mulch (Cellulose Fiber) Seeding: Uniformly distribute the fertilizer, seed or seed
mixture, in the quantity specified over the areas to be seeded. Mechanical equipment shall
be such that all varieties of seed as well as fertilizer may be distributed at the same time,
provided that each component is uniformly applied at the specified rate. When seed and
fertilizer are to be distributed as a water -slurry, apply the mixture to that area to be seeded
within 30 minutes after all components are placed in the equipment. Upon completion of
planting the seed, spread cellulose fiber mulch uniformly over the area at the following
rates:
1. Sandy soils with 3:1 slope or less: min. 2000 lb./acre.
2. Sandy soils with greater than 3:1 slope: min. 2300 lb./acre.
Hydro -Mulching 32 92 13 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
3. Clay soils with 3:1 slope or less: min. 2500 lb./acre.
4. Clay soils with greater than 3:1 slope: min. 3000 lb./acre.
The rates are given in dry weight of mulch per acre. A mulching machine, approved by
the Owner's Representative, shall be equipped to eject the thoroughly wet mulch
material at a uniform rate to provide the mulch coverage specified.
D. Maintenance: Water the planted area at such times as necessary for a period of 1 year after
final acceptance of the project by the Owner. Fertilize and reseed any area which fails to
survive for a period of 1 year from the date the project is accepted by the Owner.
END OF SECTION
Hydro -Mulching 32 92 13 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
DIVISION 33
UTILITIES
33 05 01.05 BAR -WRAPPED CONCRETE CYLINDER PIPE AND FITTINGS
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish labor, materials, equipment and incidentals necessary to furnish and install bar -
wrapped concrete cylinder pipe and fittings, and specials, including connections and
appurtenances as required for the proper installation and function of the system as
indicated herein and in accordance with AWWA C303. All pipe shall be new and no pipe
shall be delivered from inventory.
B. The pipeline shall be suitable to carry treated and disinfected domestic water with a
chlorine residual and shall meet the requirements of NSF 61.
1.02 QUALITY ASSURANCE
A. Experience Requirements: Finished pipe shall be the product of one manufacturer that has
had not less than 5 years successful experience manufacturing pipe of the types and sizes
indicated. Pipe manufacturing operations (pipe, fittings, lining, coating) shall be performed
at one location in the continental USA. Approved pipe manufacturer include Thompson
Pipe Group. Pipe manufacturer shall be certified either through ACPPA's Lloyd's Register or
ISO 9001.
B. Factory Testing:
1. The Owner reserves the option to have an independent testing laboratory, at the
Owner's expense, inspect pipe and fittings at the pipe manufacturer's plant. The
Owner's testing laboratory and Engineer shall have free access to the manufacturer's
plant. The pipe manufacturer shall notify the Owner, in writing, at least 2 weeks ahead
of pipe fabrication as to start of fabrication and fabricating schedule so that the Owner
can advise the, manufacturer as to Owner's decision regarding tests to be performed by
an independent testing laboratory. In event the Owner elects to retain an independent
testing laboratory to make material tests and weld tests, it is the intent that the tests be
limited to spot testing of each category unless the tests do not show compliance with
the standard. If these tests do not show compliance, the Owner reserves the right to
have the laboratory make additional tests and observations.
2. The Owner will require the manufacturer to furnish mill test certificates on reinforcing
steel or wire, steel plate, steel coil, and cement. The manufacturer shall perform the
tests described in AWWA C303, for all pipe, fittings, and specials.
3. Absorption Test: Absorption testing shall be done in accordance with AWWA C303.
4. Strength of Coating: Tests shall be made of cured mortar coating for the purpose of
qualifying the mortar coating machine and the mortar mix design. One -inch cubes shall
be tested in accordance with ASTM C109. The equivalent cylinder compressive strength
of the mortar (0.80 times the cube strength) shall be not less than 5500 psi in 28 days.
5. Hydrostatic Pressure Testing: Each joint of pipe shall be hydrostatically tested prior to
application of lining or coating. The internal test pressure shall be that which results in a
fiber stress equal to 75 percent of the minimum yield strength of the steel used. Each
joint of pipe tested shall be completely watertight under maximum test pressure. As a
Bar -Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
part of testing equipment, the pipe manufacturer shall maintain a recording pressure
gauge and reference number of pipe tested, etc. The pipe shall be numbered in order
that this information can be recorded.
Fittings shall be fabricated from hydrostatically tested pipe or rolled plate. Fittings shall
be tested by hydrostatic test, air test, or magnetic particle test. Air test shall be made
by applying air to the welds at 10 psi pressure and checking for leaks around and
through welds with a soap solution. In addition, 5 percent of welds shall be checked
with x-ray or ultrasonic testing by a third party independent Certified Weld Inspector
paid for by the pipe manufacturer.
7. Charpy V-Notch Test: Each heat of steel 0.25 inches and thicker used for pipe cylinders
shall be tested to verify minimum full size impact values of 25 ft-lb at 30 F in accordance
with ASTM A370. Minimum Charpy values for sub -size samples shall be as defined in
ASTM A370.
8. Elongation Tests: Perform tensile test as specified in ASTM A370, with 2-inch test
specimens. Test shall show elongations not less than 22 percent for each heat of coil or
plate steel. When 8-inch test specimens are used in lieu of 2-inch test specimens, the
specimens shall show elongations not less than 18 percent for each heat of steel.
C. Manufacturer's Technician for Pipe Installation: During the construction period, the pipe
manufacturer shall furnish the services of a factory trained, qualified, job experienced
technician assistant as necessary in pipe laying and pipe jointing. This technician shall assist
and advise the construction Contractor in his pipe laying operations and shall instruct
construction personnel in proper joint assembly and joint inspection procedures. The
technician is not required to be on -site full time; however, the technician shall be on -site
during the first 2 weeks of pipe laying and thereafter as requested by the Engineer, Owner,
or Contractor.
D. Welder Qualifications:
1. Shop Welders: Qualified by testing in accordance with ASME BPVC Section IX or AWS
D1.1.
2. Field Welders: Qualified by testing in accordance with AWS D1.1.
1.03 SUBMITTALS
A. Submittals shall be in accordance with Section 0133 00 "Submittal Procedures" and shall
include:
1. Prior to the creation of fabrication and laying Shop Drawings, the Contractor shall
submit drawings to the Engineer showing the northing, easting, and top of pipe
elevation at each joint location where the proposed pipe connects to existing pipes.
Prior to the fabrication of the pipe, submit fabrication and laying drawings to the
Engineer as Shop Drawings. Shop Drawings shall include a complete description of the
pipe offered, including cuts, tabulated layout and pertinent design data. Shop Drawings
shall reference stationing on the plan/profile sheets and shall incorporate changes
necessary to avoid conflicts with existing utilities and structures and adjustments
necessary to make tie-ins. Details for the design and fabrication of all fittings and
specials and provisions for thrust shall be included.
Bar -Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
Provide details and design calculations for fittings, specials, closures, outlets, joints, and
special requirements for pipe in tunnels.
4. Provide certification for gasket joints, indicating it is designed to meet AWWA Standards
and these documents.
Design calculations shall show methods and processes used to satisfy the pipe and
fittings design criteria specified in the Contract Documents. All calculations shall be
prepared, signed, and sealed be a Professional Engineer licensed in the State of Texas.
6. Shop and Field Welding Data:
a. On a weld map, show the location, type, size, and extent of welds, with reference
called out for Welding Procedure Specification (WPS) and non-destructive
examination (NDE) numbers in tail of welding symbols, in accordance with AWS 2.4.
b. Submit welding terms and definitions in accordance with AWS 3.0.
c. Indicate by welding symbols or sketches, details of welded joints, and preparation of
base metal.
d. Distinguish between shop and field welds.
e. Submit welding data together with Shop Drawings as a complete package.
7. Flanged Joints:
a. For each flanged connection, provide: reference standard; dimensional data; bolt
hole number, pattern, and diameter; bolt diameter and length; and face condition.
Gaskets and Bolting: Technical data sheets itemizing chemical composition, and
technical and performance information that indicates compliance with this
Specification.
c. Installation: Provide installation instructions including recommended bolt
tightening sequence, torque, lubricant, and gasket.
8. Prior to delivery of the pipe to the Site, the manufacturer shall furnish an affidavit
certifying that all pipe, fittings, and specials, and other products and materials furnished,
comply with this Section and AWWA C303. Copies of results of factory tests and mill
certificates for steel and cement shall be provided.
9. Mill Certificates, including chemical and physical test results for each heat of steel.
10. Certified Test Reports for factory and field welder certification. Submit Welder
Qualification Records (WQR) in accordance with AWWA C206, ASME BPVC Section IX, or
AWS D1.1.
11. Certified Test Reports for all factory welds from the pipe manufacturer. Certified Test
Reports from a third party independent Certified Welding Inspector for inspections of
fitting welds per Paragraph 1.02.6.6.
12. Certified Test Reports for all field welds from a third party independent Certified Weld
Inspector for all field welds.
13. Keep daily welding reports which identify the welder's name and the joint welded.
Joints must be shown on the daily welding reports with the identification number
Bar -Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
assigned in the lay drawings (ex. ID#1— ID#2). Provide three copies of all daily welding
reports to the Owner's representative every month.
14. Copies of results of factory hydrostatic tests.
15. Plan and profile layout sheets in AutoCAD (or compatible) format showing X, Y, and Z
coordinates for each joint of pipe.
16. Prior to Final Completion, submit as -built, top -of -pipe survey as Record Data. Top -of -
pipe survey shall include station and top -of -pipe elevation for each pipe joint. Survey
information shall be provided on the Contractor's "As -Built" drawings.
1.04 STANDARDS
A. Except as modified or supplemented herein, bar -wrapped concrete cylinder pipe shall
conform to the applicable requirements of the following standard specifications, latest
edition.
American National Standards Institute (ANSI) / NSF
ANSI/NSF 61 Drinking Water System Components — Health Effects
American Society of Mechanical Engineers (ASME)
BPVC-IX
Boiler and Pressure Vessel Code: Section IX — Welding, Brazing, and
Fusing Qualifications
American Welding Society (AWS)
AWS B2.1 Specification for Welding Procedure and Performance
AWS D1.1 Structural Welding Code
American Society for Testing and Materials (ASTM)
ASTM A33
Standard Specification for Concrete Aggregates
ASTM A193
Specification for Alloy -Steel and Stainless Steel Bolting for High
Temperature or High Pressure Service and Other Special Purpose
Applications
ASTM A194
Specification for Carbon Steel, Alloy Steel, and Stainless Steel Nuts for
Bolts for High Pressure or High Temperature Service, or Both
ASTM A307
Specification for Carbon Steel Bolts, Studs, and Threaded Rod 60,000 psi
Tensile Strength
ASTM A370
Test Methods and Definitions for Mechanical Testing of Steel Products
ASTM A563
Specification for Carbon and Alloy Steel Nuts
ASTM A1011
Carbon, Structural, High -Strength low -alloy
ASTM C33
Specification for Concrete Aggregates
ASTM C35
Specification for Inorganic Aggregates for Use in Gypsum Plaster
ASTM C144
Specification for Aggregate for Masonry Mortar
Bar -Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 4
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
American Society for Testing and Materials (ASTM)
ASTM C150
Specification for Portland Cement
ASTM C150
Specification for Portland Cement
ASTM D522
Test Methods for Mandrel Bend Test of Attached Organic Coatings
ASTM D698
Test for Moisture -Density Relations for Soils
ASTM E165
Practice for Liquid Penetrant Examination for General Industry
ASTM E709
Guide for Magnetic Particle Testing
ASTM E1444
Practice for Magnetic Particle Testing
ASTM F436
Specification for Hardened Steel Washers
American Water Works Associations (AWWA)
AWWA C206
Field Welding of Steel Water Pipe
AWWA C207
Steel Pipe Flanges for Waterworks Service — Sizes 4-Inch Through 144-
Inch
AWWA C208
Dimensions for Fabricated Steel Water Pipe Fittings
AWWA C217
Petrolatum and Petroleum Wax Tape Coatings for the Exterior of
Connections and Fittings for Steel Water Pipelines
AWWA C303
Standard for Concrete Pressure Pipe — Bar -Wrapped, Steel Cylinder Type
AWWA M9
Manual: Concrete Pressure Pipe
1.05 DELIVERY AND STORAGE
A. Packing:
1. The pipe shall be prepared for shipment to afford maximum protection from normal
hazard of transportation and allow pipe to reach the Site in an undamaged condition.
Pipe damaged in shipment shall not be delivered to the Site unless such damaged pipe is
properly repaired.
Pipes shall be carefully supported during shipment and storage. Pipe, fittings, and
specials shall be separated so that they do not bear against each other in transmit. Ship
pipe on padded bunks with tie -down straps. Store pipe on padded skids, sand or dirt
berms, tires, or other suitable means to protect the pipe from damage. Each length of
pipe 36 inches and larger shall be internally supported and braced with stulls to
maintain a true circular shape. Internal supports shall consist of steel or timber stulls
firmly wedged and secured so that the stulls remain in place during handling. The pipe
manufacturer's stulling shall meet the requirements of ASCE MOP79. Pipe shall be
rotated so that one stull is vertical. Stulls shall not be removed until pipe is set to final
grade and backfilled.
3. Deliver, handle, and store pipe in accordance with the manufacturer's
recommendations to protect coating systems.
B. Marking for Identification: Each joint of pipe and each fitting shall have plainly marked on
one end, the class for which it is designed, the date of manufacturer, and the identification
Bar -Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 5
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
number as shown on the Shop Drawings. Beveled pipe shall be marked with the amount of
bevel. The top centerlines shall be marked on all specials.
C. Point of Delivery: It is desired that pipe be hauled direct from pipe plant to the Site and
strung along pipeline route, thus avoiding rehandling of pipe and the possibility of damage
thereto. Where fully loaded truck and trailer cannot operate along the pipeline route, pipe
may be unloaded at access points along the route, and brought to the trench side by
approved methods; however, the Contractor shall be responsible that pipe is undamaged at
the time of installation.
2.00 PRODUCTS
2.01 MATERIALS
A. Cement: Cement for use in concrete and mortar shall be Type I or II Portland Cement for
interior pipe mortar and Type II for the pipe exterior conforming to ASTM C150.
B. Aggregates: Aggregates for concrete lining and coating shall conform to ASTM C33.
Aggregate for lining shall be silica base and shall not leach in water.
C. Sand: Sand used for inside and outside joints shall be of silica base, conforming to ASTM
C144, and shall not leach in water.
D. Special Coating:
1. Pipe to be laid in casing shall have two built up rings or mortar each approximately 2
feet long and slightly higher than the pipe bell to prevent pipe being supported by the
bell. Rings to be at the quarter points of the pipe section.
E. Steel: Steel shall meet the requirements of AWWA C303. Steel shall be homogeneous and
shall be suitable for field welding and shall be of continuous casting. Steel shall be fully
killed and fine austenitic grain size. Steel coil, plate, and sheet shall have a measured
minimum thickness tolerance of 0.005 inches.
2.02 MIXES; CEMENT MORTAR
A. Cement mortar used for pipe joints shall consist of 1 part Portland cement to 3 parts clean,
fine, sharp silica sand, mixed with water. Exterior joint mortar shall be mixed to the
consistency of thick cream. Interior joint mortar shall be mixed with as little water as
possible so that the mortar is very stiff, but workable. Portland Cement shall be ASTM C150,
Type I or Type II. Sand shall conform to ASTM C144. Cement mortar used for patching shall
be mixed as per cement mortar for inside joints.
B. Water for cement mortar shall be low in salts, treated and suitable for drinking water.
Bonding agent for interior joints and pipe patching shall be Probond Epoxy Bonding Agent
ET-150, parts A and B, Sikadur 32 Hi -Mod or approved equal.
C. Cement mortar lining shall be centrifugally cast to leave a smooth lining. All rough spots
shall be ground down with a rubbing stone or other approved methods.
Bar -Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 6
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
2.03 MANUFACTURED PRODUCTS
A. Pipe:
1. General: Pipe, specials and fittings shall be designed, manufactured, and tested in
accordance with the applicable requirements of AWWA C303 and AWWA M9, and the
special requirements of this Section. Maximum joint length shall be 36 feet.
2. Pipe Design Criteria:
Sizes and pressure classes (working pressure) shall be as shown on the Drawings.
For the purposes of pipe design, the working pressure shall be 1.0 times the
pressure class. The working pressure plus transient pressure shall be equal to 1.5
times the pressure class specified. Fittings, specials and connections shall be same
class as the associated pipe. Pipe and fittings shall be clearly marked with the
pressure class and piece number to permit easy identification in the field. Pipe shall
be designed for full vacuum pressure. Pipe design shall be based on trench
conditions and design pressure class specified. Pipe shall be designed according to
the methods indicated in AWWA C303 and AWWA Manual M9 for trench
construction, using the following parameters:
1). Unit Weight of Fill (w) = 130 pcf.
2). Live Load = AASHTO HS 20.
3). Live Load = Coopers E 80 at railroad.
4). Trench Depth = As indicated.
5). Coefficient Ku' = 0.150.
6). Trench Width (Bd) = As indicated.
7). Bedding Conditions = As indicated.
8). Deflection Lag Factor (D1) = 1.1.
9). Soil Reaction Modulus - (E') = 1500 (typical trench section) or 3000 (where
encased in flowable fill or concrete).
10). Coefficient k = 0.090.
11). Maximum steel stress at working pressure = 18,000 psi.
12). Maximum calculated deflection, Dy = Dx = 1.0 percent or Dz/4000, whichever is
less.
b. The fittings and specials shall be designed in accordance with AWWA C208 and
AWWA M9 except that crotch plates shall be used for outlet reinforcement for all
pressure diameter values (PDV) greater than 6000 unless otherwise specified; and
the M factor shall be 1.0 below PDV of 4000 and equal to PDV/4000 for PDVs
between 4000 and 6000. Where indicated on the Drawings, collars or wrapper shall
be used in lieu of crotch plates to allow for working space and supports.
c. Trench depths indicated shall be verified after existing utilities are located. Vertical
alignment changes required because of existing utility or other conflicts shall be
Bar -Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 7
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
accommodated by an appropriate change in pipe design depth. In no case shall pipe
be installed deeper than its design allows.
3. Provisions for Thrust:
Thrusts at bends, tees, plugs, or other fittings shall be resisted by restrained joints.
Thrust at bends adjacent to casing shall be restrained by welding joints through
casing and a sufficient distance each side of casing. No thrust restraint contribution
shall be allowed for pipe in casing unless the annular space in the casing is filled with
grout.
b. Restrained joints shall be used for a sufficient distance from each side of the bend,
tee, plug, or other fitting to resist thrust which will be developed at the design
pressure of the pipe. For the purpose of thrust restraint, design pressure shall be
1.5 times pressure class (working pressure). Restrained joints shall consist of
welded joints. In areas where restrained joints are used for thrust restraint, the
pipe cylinder and all welds shall have adequate thickness to transmit the thrust
forces. For welded joints, if the thickness of the steel cylinder adjacent to the
welded joint is greater than or equal to 0.1875 inches, the joints to be welded shall
be prepared by trimming the spigot in the shop.
c. Thrust restraint design shall be the complete responsibility of the pipe
manufacturer. The length of pipe with welded joints, the pipe cylinder thickness
necessary to resist thrust forces, and all other provisions necessary for thrust
restraint shall be determined by the pipe manufacturer, in accordance with AWWA
Manual M9, the Thrust Restraint Design Program (TRDP), and the following:
1). The Weight of earth (We) shall be calculated as the weight of the projected soil
prism above the pipe.
2). Soil density = 60 pcf buoyant weight.
3). Coefficient of friction = 0.25 (maximum value to be used).
4). Use the minimum soil cover over the entire restrained area.
5). Soil type is Class V.
4. Inside Diameter: The inside diameter, including the cement mortar lining, shall be a
minimum of the nominal diameter of the pipe specified.
B. Joint Wrappers: Similar and equal to those manufactured by Mar Mac Manufacturing
Company.
C. Flexible Joint Couplings and Expansion Joints: See Section 40 05 43 "Miscellaneous Valves."
D. Pipe Ends: The standard pipe end shall include Carnegie steel joint ring as per AWWA
Manual M9 and AWWA C303, welded to the cylinder on the inside or the outside of the ring,
per the pipe manufacturer's design, with rubber gasket. Welded joints shall be provided as
required for thrust restraint. Harnessed joints and flanged joints shall be provided where
indicated on the Drawings. Harnessed joints may be used in lieu of welded joints adjacent
to structures, if approved by the Engineer.
E. Bend Fittings: All bend fittings shall be long radius (minimum of 2.5 times the pipe ID) to
permit easy passage of pipeline pigs.
Bar -Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 8
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
F. Butt Strap Closure Joints: Where necessary to make closure to pipe previously laid, closure
joints shall be installed using butt strap joints in accordance with AWWA C206 and
applicable provisions of this Section. Where butt -strap closure joints cannot be
hydrostatically tested in the field with the main pipeline, the butt strap shall have an inside
and outside weld and shall be air tested. Air test shall be operated at 5 psi for a minimum of
5 minutes, from a threaded fitting between the welds.
G. Fittings: Bend fittings over 15 degrees, pipe with outlets 24 inches and larger, main line tees
and wyes shall have a minimum wall thickness of 0.25 inches for 36-inch and smaller pipe
and a minimum wall thickness of 0.375 inches for 37-inch and larger pipe, and shall meet
the requirements of AWWA M9. Exposed piping and valves in vaults shall have an epoxy
coating.
H. Flanges, Nuts, Bolts, and Gaskets: Furnish and install all bolts, nuts, flange gaskets, and
insulation kits.
Flanges shall conform to the AWWA C207 class equal to or greater than the pipe class,
unless otherwise specified, and shall match the class of valves or appurtenances which
are attached.
2. All nuts, bolts, and washers exposed inside buildings or vaults shall be steel and coated
in accordance with the specifications for adjacent pipe. All bolts shall be long enough
that a minimum of three threads are exposed beyond the nut. Use an anti -seize
compound during installation. Bolts shall conform to ASTM A193, Grade B7. Nuts shall
conform to ASTM A194, Grade 2H heavy hex nuts. Washers shall conform to ASTM
F436.
All buried nuts, bolts, and washers shall be Type 316 stainless steel of suitable strength
to meet the service requirements. Bolts shall conform to ASTM A193, Grade BBM. Nuts
shall conform to ASTM A194, Grade 8M. Washers shall conform to ASTM A193. All
bolts shall be long enough that a minimum of three threads are exposed beyond the
nut. Use an anti -seize compound during installation.
4. Non -Insulated Flange Gaskets:
a. For working pressures up to 175 psi, gaskets shall be rubber.
For working pressures above 175 psi, gaskets shall be non -asbestos compressed
fiber.
c. Gasket configuration shall be in accordance with AWWA C207. Gasket shall be NSF
61 certified. Acceptable manufacturers are Gasket Resources, Garlock, or approved
equal.
5. Flange Insulating Kits:
a. Flange insulating kits shall be installed within 6 months of the date of manufacture
of all components.
b. Do not store insulating flange gaskets, sleeves, or washers under direct sunlight or
at temperatures exceeding 110 F.
c. Insulating gaskets shall be full -face, Type E with an EPDM 0-ring seal. Minimum
total gasket thickness shall not be less than 1/8 inch. The gasket shall have the
same outside diameter as the pipe flange. The gasket's inside diameter shall be
Bar -Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 9
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
equal to the inside diameter of the pipe's steel cylinder. The complete assembly
shall have a pressure rating equal to or higher than that of the joint and pipeline.
The gasket material shall be resistant to intended chemical exposure, operating
temperatures, and pressures in the pipeline. Insulating sleeves shall be one-piece,
full-length, Mylar or NEMA G10 fiberglass reinforced epoxy with a minimum
thickness of 1/8 inch.
d. Insulating washers shall be NEMA G10 fiberglass reinforced epoxy.
e. Gasket configuration shall be in accordance with AWWA C207. Gasket shall be NSF
61 certified. Acceptable manufactures are GPT, Houston, TX; or Georg Fischer
Central Plastics LLC, Shawnee, OK.
f. Flange bolt holes shall be oversized for bolt insulating sleeves.
Outlets for Weld Leads: The Contractor may use outlets for access for weld leads. Spacing
of outlets shall be as determined by the Contractor and pipe manufacturer. Outlet
configuration shall be approved by the Engineer. Outlets for weld leads shall be flanged not
threaded. Northing and Easting and top of flange shall be recorded on the as-builts. Weld a
plate onto the outlet for closure and encase in cement mortar.
J. Epoxy Lining at Insulated Joints: Provide 40-mil epoxy top coat over cement mortar lining
for two pipe diameters on each side of insulated joints.
K. Test Bulkheads: Furnish test bulkheads in accordance with the Drawings. Additional test
bulkheads not shown in the Contract Drawings but requested by the Installation Contractor
shall be paid for by the Installation Contractor.
Each test plug or bulkhead shall be designed to withstand the test pressure on either
side with only atmospheric pressure on the opposite side. The manufacturer may use
either one or two plugs to allow testing on each side.
Each test plug or bulkhead specified shall have a 30-inch flanged outlet on each side of
the plug. The 30-inch outlets shall be supplied with a 30-inch by 16-inch reducing flange
with a 16-inch blind flange. If pipeline diameter is less than 30 inches, the flanged outlet
shall match the pipe diameter.
3.00 EXECUTION
3.01 INSTALLATION
A. General:
Install pipe, fittings, specials, and appurtenances as specified and required for the
proper functioning of the completed pipe line. Install pipe, fittings, and specials in
accordance with the manufacturer's recommendations and AWWA M9. Pipe shall be
laid to the line and grade indicated. Inspect pipe for coating damage and repair before
pipe is laid.
The requirements of Section 3123 33.16 "Trenching and Backfill" govern for the
excavation and backfilling of trenches for laying steel pipe, fittings, and specials.
Maximum allowable pipe deflection is limited to 1 percent or D2/4000, whichever is less
for bar -wrapped concrete cylinder pipe measured in any direction. Contractor shall
repair pipe not meeting this requirement at no additional cost to the Owner.
Bar -Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 10
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
3. Keep the pipe clean during the laying operation and free of sticks, dirt, animals, and
trash, and at the close of each operating day, effectively seal the open end of the pipe
against the entrance of water using a gasketed night cap. Do not lay pipe in water.
4. Install electrical bonds at all pipe joints, other than welded joints or insulated joints.
5. It is intended that the pipe be laid to the depth specified or shown on the Drawings.
Cover shall be defined as the distance from the top of the pipe barrel to the natural
ground surface. The Contractor shall be required to lay the pipe, to conform to the
profiles shown on the approved Shop Drawings within 6 inches vertically and 1 foot
horizontally.
6. The grades shall be constructed so as to provide a uniform grade between low points
and high points, and intermediate high and low points shall be eliminated. No
additional compensation shall be made for extra trench depth required to meet these
conditions.
B. Pipe Deflection:
1. Pipe Deflection Measurements:
Average allowable pipe deflection is limited to 1 percent or D1/4000, whichever is
less. In no case shall a single measurement in any direction exceed 1.5 times the
average allowable deflection. These measurements include the allowable tolerance
for lining thickness. Percent deflection shall be calculated as:
Percent De f lection =
actual (plan) ID — installed (measured) ID
actual (plan) ID
x 100
b. Deflection measurements shall be made by the Contractor in the presence of the
Owner. Method for taking measurements shall be agreed to by the Owner and
Engineer in writing prior to installing the first joint of pipe.
c. The Contractor shall measure deflection approximately 30 days after backfill to final
grade. At the beginning of the Project, the first mile of pipe shall be checked 7 days
after backfill and again 30 days after backfill. Payment for pipe installation will not
be made until pipe deflection is measured, unless otherwise approved by the
Owner.
d. The Owner may at his discretion perform additional verification measurements on
any area prior to Substantial Completion.
e. Average deflection shall be determined by averaging the pipe's measured vertical
deflection as indicated below. Locations where measurements are taken shall be
clearly marked on the interior of the pipe.
f. For pipe joints 36 feet in length or less, measurements shall be taken at two
locations, one-fourth distance from each pipe end.
g. For pipe joints longer than 36 feet, measurements shall be taken at three locations
including one-fourth distance from each pipe end and at the pipe midpoint.
h. If the average calculated deflections for any stick of pipe or any single measurement
fails to meet specifications, the entire stick of pipe shall be reworked in accordance
with the manufacturer's recommendations and as directed by the Engineer at no
Bar -Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 11
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
additional cost to the Owner. This may include uncovering the pipe and re -
compaction of the pipe embedment, and repair of coating. A pipe stick shall be
defined as a length of manufactured pipe between manufactured or field
constructed joints.
Installed pipe joints will also be examined for flat spots and internal lining stress
cracks by the Owner. Lining damage shall be repaired in accordance with the
manufacturer's recommendations and as directed by the Engineer at no additional
cost to the Owner. Repair of flat spots may include uncovering the pipe and re -
compaction of the pipe embedment, and repair of the coating.
Where pipe has been reworked to comply with the deflection requirements,
Contractor shall re -measure for deflection no earlier than 7 days after the repaired
pipe is backfilled. Owner will re -inspect for flat spots at this time.
k. No pipe installation shall be accepted until the entire installation is in compliance
with the above deflection requirements.
2. All costs associated with measuring for pipe deflection and any repairs or rework
associated with meeting these requirements shall be borne by the Contractor.
3. Pipe Deflection Reports:
a. A monthly report shall be submitted as Record Data showing the following for each
joint of pipe:
1). Allowable deflection of 1 percent or Dz/4000, whichever is less, and 1.5 times
allowable deflection in any one direction for each pipe diameter installed.
2). Deflection measurements and calculated deflection for each location measured
per joint.
3). It is the responsibility of the Contractor to verify that the nominal pipe diameter
meets specifications at all measured locations. Contractor shall coordinate pipe
replacement with the pipe manufacturer for any pipe not meeting the specified
internal diameter.
C. Pipe Handling:
Haul, pipe, fittings, valves and other accessories to the Site. At all times handle the pipe
with care to avoid damage. Load and unload pipe using hoists or cranes as specified
below. Under no circumstances shall pipe be dropped or dragged.
At all times handle pipe with wide nonabrasive slings, wire ropes, belts or other
equipment designed to prevent damage to the coating and keep this equipment in such
repair that its continued use is not injurious to the coating. The use of tongs, bare
pinch -bars, chain slings, or pipe hooks without proper padding or any other handling
equipment which the Engineer deems to be injurious to the coating shall not be
permitted. Provide adequate spacing of pipe supports to prevent cracking or damage to
the cement mortar lining.
Carefully observe the pipe for cracking and check the inside lining and coating, and
should cracking occur, take immediate steps to protect the pipe. Have the pipe
manufacturer repair any joint of pipe that has shrinkage cracks with a width of 1/16 inch
or greater in the inside lining by using an approved method. If, in the opinion of the
Bar -Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 12
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
Engineer, the pipe is not suitable for repair, reject, plainly mark, and remove the pipe
from the Site.
4. Have the pipe manufacturer repair any joint of pipe that has exterior coating cracks
larger than 0.005 inches (a hairline) by using an approved method. If, in the opinion of
the Engineer, the pipe is not suitable for repair, reject, plainly mark, and remove the
pipe from the Site.
Remove, replace or reject any disbonded lining or coating. Apply bonding agent to
patch area. A patch larger than 100 square inches or 12 inches in greatest dimension
shall not be accepted. Adequately cure patches.
Provide the proper implements, tools, equipment and facilities for safe and convenient
prosecution of the Work. Lower pipe, fittings, specials, valves, etc. into the trench by
means of a crane or other machine. Do not roll or dump into the trench. The crane
shall be of a sufficient size for handling the pipe, and shall lift and lower the pipe at a
slow rate of speed. The crane shall be capable of stopping the lifting operation at any
point without producing a shock or otherwise jerking or vibrating the pipe.
Keep the pipe clean during the laying operation and free of sticks, dirt, and trash. At the
close of each operating day, effectively seal the open end of the pipe using a gasketed
night cap.
D. Pipe Jointing:
1. General:
Thoroughly clean the bell and spigot rings before laying each joint of pipe by
brushing and wiping. If any damage to the protective coating on the metal has
occurred, repair the damage before laying the pipe. Lubricate the gasket and the
inside surface of the bell with an approved lubricant (flax soap) which will facilitate
the telescoping of the joint. After the gasket has been placed in the gasket groove,
insert a metal bar between the gasket and groove and run it around several times in
each direction to equalize volume and stretch the gasket. Tightly fit together
sections of pipe and exercise care to secure true alignment and grade. When a joint
of pipe is being laid, place the gasket on the spigot ring and enter the spigot end of
the pipe into the bell of the adjoining pipe and push into position. The inside joint
space between ends of the pipe sections shall have an opening within the tolerances
as recommended by the pipe manufacturer. Use metal spaces to ensure the
minimum lining gap is provided. No "blocking up" of pipe or joints will be
permitted, and if the pipe is not uniformly supported or the joint not made up
properly, remove the joint and properly prepare the trench. After joining, check the
position of the gasket with a feeler gauge. If the gasket is out of position,
disassemble the joint and repeat the joint laying procedure.
For interior welded joints, complete backfill before welding. After welding, apply
the interior joint coating.
c. Where pipe horizontal or vertical alignment is on a curve, pull joints to make the
curve. Pulled joint deflection of rubber gasket joints shall not exceed 75 percent of
the manufacturer's maximum allowable pull.
Bar -Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 13
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
2. Exterior Joints: Make the exterior joint by placing a joint wrapper around the pipe and
secure in place with two metal straps. The wrapper shall be 9 inches wide for pipe 36
inches and larger, and 7 inches wide for smaller pipe, hemmed on each side. The
wrapper shall be fiberglass reinforced or burlap cloth, with lengths encircling the pipe,
leaving enough opening between ends to allow the mortar to be poured inside the
wrapper into the joint. Leave a 2-inch minimum gap in the embedment below the joint
to allow mortar to coat the bottom of the joint. Fill the joint with mortar from one side
in one continuous operation until the grout has flowed entirely around the pipe. During
the filling of the joint, pat or manipulate the sides of the wrapper to settle the mortar
and expel any entrapped air. Leave wrappers in place undisturbed until the mortar has
set-up. Do not backfill the embedment around the joint for at least 2 hours until the
mortar has set up. At the start of construction, uncover at least three joints to verify the
exterior joint mortar does not have shrinkage cracks.
3. Interior Joints:
Upon completion of backfilling of the pipe trench and the pipe cooling to ground
temperature, fill the inside joint recess with a stiff cement mortar. Prior to placing
of mortar, clean out dirt or trash that has collected in the joint, and moisten the
concrete surfaces of the joint space by spraying or brushing with a wet brush.
Where the mortar joint opening is 2 inches or wider, such as where trimmed spigots
are required, apply a bonding agent to mortar and steel surface prior to placing joint
mortar. Ram or pack the stiff mortar into the joint space and take extreme care to
ensure that no voids remain in the joint space. After the joint has been filled, level
the surfaces of the joint mortar with the interior surfaces of the pipe with a steel
trowel so that the surface is smooth.
Interior joints of pipe 24 inches and smaller shall have the bell buttered with mortar,
prior to inserting the spigot, such that when the spigot is pushed into position it will
extrude surplus mortar from the joint. The surplus mortar shall be struck off flush
with the inside of the pipe by pulling a filled burlap bag or an inflated ball through
the pipe with a rope.
c. Remove and replace any joints that show cracking or spalling.
4. Welded Joints:
Pipe 36 inches and smaller shall be welded from the outside using the following
procedures:
1). Telescope together the joints to be welded with a rubber gasket as specified
above and align perfectly with the adjacent section of pipe. Accomplish welding
by laying a filler rod between the steel bell of one section and the steel spigot of
the other and welding the bell to the outside of the spigot. Use no less than
three complete passes to make the weld. When the joint weld is completed,
pour the exterior joint with mortar as specified above. After all sections are in
final position, fill the interior joint as specified above. Welded joints shall meet
the requirements of AWWA Manual M9.
Bar -Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 14
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
Pipe 42 inches and larger shall be welded from the inside, using the following
procedures:
1). Joint spigots shall be trimmed where the stress in the gasket groove exceeds
12,000 psi due to axial thrust load. Trim the joint ring behind the gasket groove.
After the adjacent pipe sections are aligned and tack welded, weld the bell to
the spigot with a full fillet weld. Welded joints shall meet the requirements of
AWWA Manual M9. When the joint weld is completed, grout the inside joint,
pour the exterior joint with mortar as specified above.
c. General weld requirements shall be as follows:
1). Weld joints in accordance with the AWWA C206 for Field Welding of Steel
Water Pipe. Unless otherwise specified, welds shall be full circle fillet welds.
2). Adequate provisions for reducing temperature stresses shall be the
responsibility of the Contractor.
3). After the pipe have been joined and properly aligned and prior to the start of
the welding procedure, the spigot and bell shall be made essentially concentric
by jacking, shimming, or tacking to obtain clearance tolerance 1/8 inch or
smaller around the periphery of the joint. In no case shall the clearance
tolerance be permitted to accumulate.
4). Before welding, thoroughly clean pipe ends. Weld pipe by machine or by the
manual shielded electric arc process. Welding shall be performed so as not to
damage lining or coating. Cover the coating as necessary to protect from
welding.
5). Furnish labor, equipment, tools and supplies, including shielded type welding
rod. Protect welding rod from any deterioration prior to its use. If any portion
of a box or carton is damaged, reject the entire box or carton.
6). In all hand welding, the metal shall be deposited in successive layers. For hand
welds, not more than 1/8 inch of metal shall be deposited in each pass. Each
pass except the final one, whether in butt or fillet welds, shall be thoroughly
bobbed or peened to relieve shrinkage stresses and to remove dirt, slag, or flux
before the succeeding bead is applied. Each pass shall be thoroughly fused into
the plates at each side of the welding groove or fillet and shall not be permitted
to pile up in the center of the weld. Undercutting along the side shall not be
permitted.
7). Welds shall be free from pin holes, non-metallic inclusions, air pockets,
undercutting and/or any other defects.
8). If the ends of the pipe are laminated, split or damaged to the extent that
satisfactory welding contact cannot be obtained, remove the pipe from the line.
9). Furnish each welder employed with a steel stencil for marking the welds, so that
the work of each welder may be identified. Have each welder stencil the pipe
adjacent to the weld with the stencil assigned to him. In the event any welder
leaves the job, his stencil shall be voided and not duplicated if another welder is
employed.
Bar -Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 15
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
10). Use only competent, skilled and qualified workmen. Each welder employed by
the Contractor shall be required to satisfactorily pass a welding test in
accordance with AWWA C206 and AWS D1.1 for the welding procedure
qualification approved for the project. All welders shall have been certified
within the last 6 months or shall provide a weld continuity log to be allowed to
weld on the Project. Field welding shall be provided by one of the following
firms:
a). Thompson Pipe Group, Ernest Lott, (972) 262-3600.
b). Fuller's Service Company, Barry Fuller, (817) 946-5458.
c). Scott's Welding, Scott Fowler, (972) 978-7865.
d). Fletcher's Welding, Darrell Fletcher.
e). Eddie's Welding Service, Eddie Pierce, (817) 909-6089.
f). National Welding Corporation, Nash Williams, (801) 255-5959.
g). Rangeline Services
h). Others will be accepted with approval from the Owner or Engineer.
11).After each welder has qualified in the preliminary tests referred to above,
inspections shall be made of joints in the line. Any welder making defective
welds shall not be allowed to continue to weld.
12).Visual tests and magnetic particle tests in accordance with AWWA C206, ASTM
E709, and ASTM E1444, shall be performed by the Contractor's independent
testing laboratory on all welded joints. Welds that prove to be defective will be
replaced or repaired, whichever is deemed necessary by the Engineer, at
Contractor's expense. The Installation Contractor shall provide adequate
ventilation and a safe environment for welding inspection.
13),If the Contractor disagrees with the Engineer's interpretation of welding tests,
test sections may be cut from the joint for physical testing. The Contractor shall
bear the expense of repairing the joint, regardless of the results of physical
testing. The procedure for repairing the joint shall be approved by the Engineer
before proceeding.
Protection of Buried Metal: Protect buried ferrous metal such as flanges, nuts, bolts,
dresser couplings, etc. by applying two wraps of wax tape in accordance with AWWA C217
and encasing it with flowable fill.
F. Patching:
Excessive field -patching of lining or coating shall not be permitted. Patching of lining or
coating will not be allowed where area to be repaired exceeds 100 square inches or has
dimensions greater than 12 inches. In general, there shall not be more than one patch
on either the lining or the coating of any one joint of pipe.
2. Wherever necessary to patch the pipe, make patch with cement mortar as previously
specified for interior joints. Apply a bonding agent to a clean, dry surface prior to
cement mortar patch. Do not install patched pipe until the patch has been properly and
Bar -Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 16
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
adequately cured and approved for laying by the Engineer. Promptly remove rejected
pipe from the Site.
G. Pipe Bedding and Backfill: Pipe bedding and backfill shall be as specified in
Section 3123 33.16 "Trenching and Backfill." Remove sheeting and shoring in a manner
such that a good bond is achieved between the backfill material and the undisturbed trench
walls.
H. Flanged Joints: Flange bolt torque and sequence shall be determined by the pipe
manufacturer in accordance with AWWA C604 and AWWA M11. Use lubricant for threads
and washers. Before the joint is assembled, thoroughly clean the flange faces of foreign
material. Center the gasket in the connecting flanges and draw -up watertight, without
unnecessarily stressing the flanges. Tighten bolts in a progressive diametrically opposite
sequence and torqued with a suitable, approved, and calibrated torque wrench. Torque
values shall be as recommended by the pipe manufacturer. Apply clamping torque to the
nuts only.
3.02 FIELD QUALITY CONTROL
A. Perform a hydrostatic test as specified in Section 33 05 05.31 "Hydrostatic Testing."
B. Disinfect the piping system as specified in Section 33 10 13 "Disinfection Water Utility
Distribution."
END OF SECTION
Bar -Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 17
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
33 05 01.09 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE AND FITTINGS
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish labor, materials, equipment and incidentals necessary to install polyvinyl chloride
(PVC) pressure pipe, appurtenances, and fittings to the diameters indicated for water supply
and wastewater pressure piping. Trenching, backfilling, and pipe embedment shall be in
accordance with Section 3123 33 "Trenching and Backfill [Utilities]."
1.02 QUALITY ASSURANCE
A. Certification: Domestic water piping shall be approved by the Underwriters Laboratory and
shall be accepted by the State Fire Insurance Commission for use in water distribution
systems. PVC water pipe shall bear the seal of approval (or "NSF" mark) of the National
Sanitation Foundation Testing Laboratory for potable water pipe.
B. Design Criteria: The maximum allowable load for PVC pipe installations shall produce a
maximum deflection of 4 percent.
1.03 SUBMITTALS
A. Submittals shall be in accordance with Section 0133 00 "Document Management" and shall
include:
1. Certified Test Reports from the Manufacturer's testing facility or an approved testing
laboratory.
2. Shop Drawing including the following information:
a. Manufacturer.
b. Dimension ratio.
c. Joint types.
d. Gaskets material.
e. Means of restraint.
f. Manufacturer's recommendation for maximum deflected joint angle and minimum
longitudinal bending radius
g. Thrust restraint lengths and lay schedule as Shop Drawing. Lay schedule shall
include the following:
1). Pipe class.
2). Joint type.
3). Fittings.
4). Stationing.
5). Transitions.
6). Joint deflection.
Polyvinyl Chloride (PVC) Pressure Pipe and Fittings 33 05 01.09 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
3. Shop Drawing of Detectable Warning Tape.
1.04 REFERENCE SPECIFICATIONS
A. Section 0133 00 "Document Management."
B. Section 0140 00 "Quality Management."
C. Section 33 10 13 "Disinfecting of Water Utility Distribution."
D. Section 3123 33 "Trenching and Backfill [Utilities]."
1.05 STANDARDS
A. The applicable provisions of the following standards shall apply as if written here in their
entirety. PVC piping and fittings shall be in full compliance with the applicable standards
and specifications for each type of plastic pipe involved. Pipe may be rejected for failure to
comply with any requirement of this Section.
1. American Society for Testing and Materials (ASTM) Standards:
Standard Specification for Rigid Poly(Vinyl Chloride) (PVC)
ASTM D1784
Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds
Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40,
ASTM D1785
80, and 120
Standard Specification for Poly(Vinyl Chloride) (PVC) Pressure -Rated
ASTM D2241
PVC Pipe (SDR) Series
Standard Specification for Threaded Poly(Vinyl Chloride) (PVC) Plastic
ASTM D2464
Pipe Fittings, Schedule 80
Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe
ASTM D2466
Fittings Schedule 40
Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe
ASTM D2467
Fittings, Schedule 80
Standard Practice for the Two -Step (Primer and Solvent Cement)
Method of Joining Poly (Vinyl Chloride) (PVC) or Chlorinated Poly
ASTM D2855
(Vinyl Chloride) (CPVC) Pipe and Piping Components with Tapered
Sockets
Standard Specification for Joints for Plastic Pressure Pipes Using
ASTM D3139
Flexible Elastomeric Seals
Standard Test Method for Joint Restraint Products for Use with PVC
ASTM F1674
Pipe
2. American Water Works Association (AWWA) Standards:
AWWA C104
Cement -Mortar Lining for Ductile Iron Pipe and Fittings
AWWA C105
Polyethylene Encasement for Ductile -Iron Pipe Systems
AWWA C110
Ductile -Iron and Gray -Iron Fittings
AWWA C153
Ductile -Iron Compact Fittings
Polyvinyl Chloride (PVC) Pressure Pipe and Fittings
330501.09-2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
Underground Installation of Polyvinyl Chloride (PVC) and
AWWA C605
Molecularly Oriented Polyvinyl Chloride (PVCO) Pressure Pipe and
Fittings
AWWA C900
Poly Vinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4
through 60 Inches (100 mm Through 1,500 mm)
AWWA M23
PVC Pipe — Design and Installation.
AWWA M41
Ductile — Iron Pipe and Fittings
3. NSF International (NSF):
NSF 61 Drinking Water System Components — Health Effects
4. Underwriters Laboratories, Inc. (UL).
1.06 DELIVERY AND STORAGE
A. Store PVC material so that there is no exposure to sunlight.
2.00 PRODUCTS
2.01 MATERIALS
A. Pipe:
1. 8 Inch Pipe for Water Line C in 82"d Street:
Class 250 (SDR-17) Restrained
Certa-Lok ASTM D2241 with cast Potable water lines.
iron outside dimensions
2. Four to 60 inches:
Class 235 (DR18) C900 with cast
Potable water lines.
iron outside dimensions
B. PVC Pressure Piping:
1. Smaller than 4 inches in size shall be Type 1, Grade 1, Polyvinyl Chloride, Schedule 40
pipe conforming to ASTM D1785.
2. For pipe 2 inches in diameter and smaller, joints shall be glued.
3. For pipe larger than 2 inches in diameter, joints shall be bell and spigot push -on type as
specified in ASTM D3139.
4. PVC Pressure Pipe for potable water shall meet the requirements of NSF 61.
5. PVC Pressure Pipe for Sanitary Sewer shall conform to either C900 or ASTM D2241.
C. Fittings: 3- through 24-inch ductile iron and conforming to AWWA C110 or AWWA C153.
Fittings for piping smaller than 3 inches shall be in accordance with ASTM D2466.
D. Thrust Restraint: Thrust restraint devices shall be Mega -lug or approved equal and shall be
factory tested and pressure rated in accordance with ASTM F1674.
Polyvinyl Chloride (PVC) Pressure Pipe and Fittings 33 05 01.09 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
1. Joint restraint devices shall be designed specifically for use with PVC pipe of the joint
type and pressure rating specified.
2. Restrained joints shall be used for a sufficient distance from each bend, tee, plug, valve
or other fitting to resist thrust which will be developed at the design pressure of the
pipe. For the purposes of thrust restraint, working pressure shall be 150, design
pressure shall be 1.5 times the design working pressure of 150 or the pipe pressure class
indicated.
3. The length of pipe with restrained joints to resist thrust forces shall be the sole
responsibility of and determined by the Pipe Manufacturer using the following
parameters:
a. Laying condition equal to AWWA C605 Type 3 bedding.
b. No thrust restraint contribution shall be allowed for pipe in casing.
c. Soil density = 60 pcf.
d. Concrete thrust blocking shall not be accounted for in joint restraint calculations.
E. Detectable Warning Tape:
1. Provide detectable warning tape as follows:
a. Thickness: 5.0 mil overall thickness.
b. Width: 3 inch minimum.
c. Weight: 27.5 pounds per inch per 1000 square feet.
d. Triple layer with:
1). Minimum thickness 0.35 mils solid aluminum foil encased in a protective inert
plastic jacket.
2). 100 percent virgin low density polyethylene.
3). Impervious to all known alkalis, acids, chemical reagents and solvents within
soil.
4). Aluminum foil visible to both sides.
e. Locatable by conductive and inductive methods.
f. Printing encased to avoid ink rub -off.
g. Color and Legends:
1). Potable Water Lines:
a). Color: Blue (in accordance with APWA Uniform Color Code).
b). Legend: Caution Potable Water Line Below (repeated every 24 inches).
F. Flanges, Nuts, Bolts and Gaskets: Furnish and install all bolts, nuts, flange gaskets, and
insulation kits.
1. Flanges shall conform to the AWWA C207 class equal to or greater than the pipe class,
unless otherwise specified, and shall match the class of valves or appurtenances which
are attached.
Polyvinyl Chloride (PVC) Pressure Pipe and Fittings 33 05 01.09 - 4
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
2. All nuts, bolts, and washers exposed inside buildings or vaults shall be steel and coated
in accordance with the specifications for adjacent pipe. All bolts shall be long enough
that a minimum of three threads are exposed beyond the nut. Use an anti -seize
compound during installation. Bolts shall conform to ASTM A193, Grade B7. Nuts shall
conform to ASTM A194, Grade 2H heavy hex nuts. Washers shall conform to ASTM
F436.
3. All buried nuts, bolts, and washers shall be Type 316 stainless steel of suitable strength
to meet the service requirements. Bolts shall conform to ASTM A193, Grade 138M. Nuts
shall conform to ASTM A194, Grade 8M. Washers shall conform to ASTM A193. All
bolts shall be long enough that a minimum of three threads are exposed beyond the
nut. Use an anti -seize compound during installation.
4. Non -Insulated Flange Gaskets:
a. For working pressures up to 175 psi, gaskets shall be rubber.
b. For working pressures above 175 psi, gaskets shall be non -asbestos compressed
fiber.
c. Gasket configuration shall be in accordance with AWWA C207. Gasket shall be NSF
61 certified. Acceptable manufacturers are Gasket Resources, Garlock, or approved
equal.
5. Flange Insulating Kits:
a. Flange insulating kits shall be installed within 6 months of the date of manufacture
of all components.
b. Do not store insulating flange gaskets, sleeves, or washers under direct sunlight or
at temperatures exceeding 110 F.
c. Insulating gaskets shall be full -face, Type E with an EPDM 0-ring seal. Minimum
total gasket thickness shall not be less than 1/8 inch. The gasket shall have the
same outside diameter as the pipe flange. For steel pipe the gasket's inside
diameter shall be equal to the inside diameter of the pipe's steel cylinder. The
complete assembly shall have a pressure rating equal to or higher than that of the
joint and pipeline. The gasket material shall be resistant to intended chemical
exposure, operating temperatures, and pressures in the pipeline. Insulating sleeves
shall be one-piece, full-length, Mylar or NEMA G10 fiberglass reinforced epoxy with
a minimum thickness of 1/8 inch.
d. Insulating washers shall be NEMA G10 fiberglass reinforced epoxy.
e. Gasket configuration shall be in accordance with AWWA C207. Gasket shall be NSF
61 certified. Acceptable manufactures are GPT, Houston, TX; or Georg Fischer
Central Plastics LLC, Shawnee, OK.
f. Flange bolt holes shall be oversized for bolt insulating sleeves.
2.02 MARKINGS
A. The Pipe Manufacturer shall mark the piping with the size and appropriate AWWA/ASTM
Standard designations as applicable.
Polyvinyl Chloride (PVC) Pressure Pipe and Fittings
330501.09-5
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
3.00 EXECUTION
3.01 INSTALLATION
A. Install pipe, fittings, and specials to the lines and grades indicated. Begin installation at the
main supply line valve and make connections where indicated.
B. Excavate trenches to alignment and depth specified or as required for proper installation of
pipe. Carefully lower pipe, fittings, and specials into the trench to avoid damage to the pipe
and/or fittings. Take necessary precautions to protect pipe during backfilling operations.
Replace any damaged pipe before it is buried. Keep the pipe clean during laying operations,
and seal the pipe against the entrance of objects at the close of each operating day.
C. Place thrust restraint fittings at bends, tees, crosses, valves, and plugs in the pipe line in
accordance with approved Shop Drawing lay schedule and Paragraph 2.01.D.
D. Buried ductile iron fittings shall be double wrapped in 8mm high density polyethylene
encasement in accordance with AWWA C105, repair or replace encasements which have
tears, rips or punctures in the polyethylene wrap.
E. The minimum cover for 1- to 4-inch PVC piping shall be 36 inches. For 6-inch PVC piping and
larger, the minimum cover shall be 48 inches.
F. Solvent weld joints shall be in accordance with ASTM D2855, and shall be made generally as
follows: cut square and smooth the ends of the plastic pipe and wipe clean. Apply primer
and solvent cement to the outside of the pipe and the inside of the fitting socket with a
small brush. Immediately push the coated surfaces snugly together and rotate the pipe
approximately one-half turn to insure uniform distribution of the cement. Remove the
excess cement by wiping. Cement shall be of type which welds plastic surfaces together.
Cement shall be as recommended by the Pipe Manufacturer and shall be compatible with
the chemical conveyed.
G. Push -on joints shall be in accordance with the manufacturer's instructions.
H. Use of deflected joints shall be at 75 percent of the manufacturer recommendation or
longitudinal deflection shall be 133 percent of the manufacturer's minimum radius.
I. Joint lubricant shall be as recommended by the pipe manufacturer.
3.02 FIELD CONTROL HYDROSTATIC TESTING
A. Test PVC pressure piping for leakage by a hydrostatic pressure test in accordance with
Section 0145 16.16 "Hydrostatic Test."
3.03 PURGING OF WATER LINES
A. Purge, sterilize, and test the constructed water lines in accordance with Section 33 10 13
"Disinfecting of Water Utility Distribution."
1. During construction operations, maintain the installed surfaces of the system, which
come in contact with the City's water supply, in a sanitary condition.
2. Every effort must be made to keep the inside of the pipe, fittings, and valves free of
loose foreign matter.
Polyvinyl Chloride (PVC) Pressure Pipe and Fittings 33 05 01.09 - 6
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
Should the Contractor's carrier be required to transport potable water to the job site for
main testing, sterilize tankage and piping, including pumps used to transport or transfer
potable water into the main.
B. When the entire pipeline or selected sections have been completed and are ready for use,
disinfect the line or section according to the following procedures:
3.04 SERVICE CONNECTIONS
A. Make service connections in accordance with AWWA Manual M23 "PVC Pipe - Design and
Installation" and the instructions from the Manufacturer. Use a service clamp or saddle to
connect 2-inch and smaller services to PVC pipe sizes 4 to 12 inches. Use a ductile iron
tapped tee to connect 3-inch service connections.
3.05 FIELD QUALITY CONTROL
A. Do not enclose or cover any Work until inspected.
END OF SECTION
Polyvinyl Chloride (PVC) Pressure Pipe and Fittings
330501.09-7
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
33 05 01.13 SANITARY SEWER PIPE (PVC)
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish labor, materials, equipment, and incidental necessary to install 4- through 48-inch
gravity flow PVC pipe. Trenching, backfilling, and pipe embedment shall be in accordance
with Section 3123 33 "Trenching and Backfill."
1.02 QUALITY ASSURANCE
A. Certification: The sewer pipe manufacturer shall provide certification that the pipe supplied
conforms to these specifications and shall include laboratory tests results that support such
certification. If the manufacturer is unable to provide the certification, an independent
testing facility shall be utilized and retained at no cost to the Owner. The pipe supplied shall
be permanently marked with the manufacturer's name, the date of manufacture, and
identification with the tests performed to warrant its certification as being in conformance
with this standard.
B. Testing:
1. At a minimum, actual test results shall be required as follows:
a. Load bearing tests.
b. Material tests.
c. Hydrostatic tests.
2. Tests on PVC pipe 4 through 48 inches shall be made in accordance with appropriate
ASTM standard testing procedures and shall be performed on a minimum of 1 percent
of the pipe purchased.
C. Inspection: An inspection of the pipe after delivery to the Project shall be made by a
representative of the Owner. Pipe with visible defects which are indicative of poor
structural condition or poor workmanship shall be rejected and replaced without cost to the
Owner. Visible defects shall include cracks of any type, honeycombs, or any other defects of
poor workmanship. Any pipe rejected shall not be returned under any condition to the
Project.
1.03 SUBMITTALS
A. Submittals shall be in accordance with Section 0133 00 "Submittal Procedures" and shall
include:
1. Shop Drawing including the following information:
a. Product data sheet.
b. Manufacturer.
c. Nominal pipe diameter.
d. Standard dimension ratio (SDR).
Sanitary Sewer Pipe (PVC) 33 05 01.13 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -site Water Line Work
e. Cell classification.
f. Laying lengths.
g. Joint methods.
h. Manufacturers minimum radii for horizontal deflection.
1.04 REFERENCE SPECIFICATIONS
A. Section 0133 00 "Submittal Procedures."
B. Section 0140 00 "Quality Management."
C. Section 3123 33 "Trenching and Backfill."
1.05 STANDARDS
A. The applicable provisions of the following standards shall apply as if written here in their
entirety:
1. American Society of Testing and Materials (ASTM) Standards:
Standard Specification for Rigid Poly(Vinyl Chloride) (PVC)
ASTM D1784
Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC)
Compounds
Standard Specification for Poly (Vinyl Chloride) PVC Pressure Rated
ASTM D2241
Pipe (SDR Series)
Standard Test Method for determination of External Loading
ASTM D2412
Characteristics of Plastic Pipe by Parallel -Plate Loading
Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC)
ASTM D3034
Sewer Pipe and Fittings
"Standard Specification for Joints for Drain and Sewer Plastic Pipes
ASTM D3212
Using Flexible Elastomeric Seals"
Standard Specification for Elastomeric Seals (Gaskets) for Joining
ASTM F477
Plastic Pipe
ASTM F679 &
Standard Specification for Poly(Vinyl Chloride) (PVC) Large
Annex
Diameter Plastic Gravity Sewer Pipe and Fittings
Standard Specification for Poly(Vinyl Chloride) (PVC) Profile Wall
ASTM F794
Gravity Sewer Pipe and Fittings Based on Controlled Inside
Diameter
Standard Specification for Poly(Vinyl Chloride) (PVC) Closed Profile
ASTM F1803
Wall Gravity Sewer Pipe and Fittings Based on Controlled Inside
Diameter
2. American Water Works Association (AWWA) Standards:
AWWA C900 Standard for Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated
Fittings, 4 In. through 60 In. (100 mm Through 1,500 mm)
2.00 PRODUCTS
2.01 MATERIALS
Sanitary Sewer Pipe (PVC) 33 05 01.13 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -site Water Line Work
A. Gravity Pipe: ASTM D3034 4- to 15-inch SDR 35 (26) Polyvinyl chloride pipe with bell and
spigot compression joints. Pipe shall have a home mark on the spigot to indicate proper
penetration when the joint is made.
1. Use green coloring for ground identification as sanitary sewer pipe.
2. PVC meeting the requirements of ASTM D1784, with a cell classification of 12454 or
12364.
B. Gaskets: Conform to ASTM F477.
C. Joints: Tested in accordance with ASTM D3212.
D. Services: Where pressure rated piping is called for on the Drawings, PVC service laterals
shall be pressure rated.
E. Detectable Warning Tape:
1. Provide detectable warning tape as follows:
a. Thickness: 5.0 mil overall thickness.
b. Width: 3 inch minimum.
c. Weight: 27.5 pounds per inch per 1000 square feet.
d. Triple Layer with:
1). Minimum thickness 0.35 mils solid aluminum foil encased in a protective inert
plastic jacket.
2). 100 percent virgin low density polyethylene.
3). Impervious to all known alkalis, acids, chemical reagents and solvents within
soil.
4). Aluminum foil visible to both sides.
e. Locatable by conductive and inductive methods.
f. Printing encased to avoid ink rub -off.
g. Color and Legends:
1). Sewer Line:
a). Color: Green (in accordance with APWA Uniform Color Code).
b). Legend: Caution Sewer Line Below (repeated every 24 inches).
3.00 EXECUTION
3.01 INSTALLATION
A. Install pipe to the lines and grades indicated. Begin installation at the downstream
discharge connection point and make connections where indicated.
B. Carefully lower sanitary sewage pipe into the trench to avoid damage to the pipe. Remove
dirt and trash from the pipe while suspended. Keep pipe clean during laying operations, and
seal the pipe against entrance of objects at the close of each operating day.
Sanitary Sewer Pipe (PVC) 33 05 01.13 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -site Water Line Work
C. Where a gravity flow PVC wastewater line is within 9 feet of, and parallels a waterline,
construct the sewer of PVC meeting ASTM or AWWA specifications with a minimum
pressure rating for both the pipe and joints of 150 psi. The vertical separation shall be a
minimum of 2 feet between outside diameters and the horizontal separation shall be a
minimum of 4 feet between outside diameters. The gravity flow line shall be located below
the waterline.
D. Where a gravity flow PVC wastewater line crosses a waterline, construct the wastewater line
of PVC with a minimum pressure rating of 150 psi, and maintain an absolute minimum
distance of 6 inches between outside diameters. In addition, the wastewater line shall be
located below the waterline where possible and one length of the wastewater pipe must be
centered on the waterline.
E. Where a gravity flow PVC wastewater line crosses over a waterline, construct all portions of
the wastewater line within 9 feet of the waterline of PVC pipe with a pressure rating of at
least 150 psi with one joint of pipe centered on the waterline, using appropriate adapters.
F. Minimum horizontal deflection shall be 133 percent of manufacturers minimum radius or
75 percent of the manufacturer's maximum recommended joint deflection.
3.02 FIELD QUALITY CONTROL
A. Testing shall be as specified in Section 0140 00 "Quality Management."
B. Do not enclose or cover any Work until inspected.
END OF SECTION
Sanitary Sewer Pipe (PVC) 33 05 01.13 - 4
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -site Water Line Work
33 10 13 DISINFECTING OF WATER UTILITY DISTRIBUTION
1.00 GENERAL
1.01 WORK INCLUDED
A. Disinfect the facilities for pumping, storing, or conveying potable water to comply with the
standards for potable water of the regulatory agency of jurisdiction. Potable water is
defined as any water that has been filtered, disinfected or otherwise treated to the meet
regulatory standards (in the water treatment plant this includes the inside surfaces of the
filters).
B. Disinfect piping systems that are used to convey water, solutions, or chemicals to the
potable water facilities.
C. Test water from the disinfected system per regulatory standards to verify that water is
acceptable. Repeat procedure if tests do not meet standards.
D. For critical operations identified in Section 0135 00 "Special Procedures" the Contractor
shall plan and perform the repairs/work in a manner to allow the Bac-T samples to be taken
by noon. In accordance with Texas Commission on Environmental Quality (TCEQ) Chapter
290 regulations, disinfection must be performed when repairs are made to existing facilities
and before new facilities are placed into service. When it is necessary to return the facility
back to service as rapidly as possible, it is acceptable to increase the doses to 500 mg/I and
the contact time reduced to 30 minutes. This Project will require the critical operations to
be disinfected by 500 mg/I for 30 minutes followed by flushing prior to the sample being
taken. The Owner will take the sample and have it tested. Contractor may also take a
sample to be tested. Cost for failed tests and all associated re -disinfection, flushing shall be
borne by the Contractor. Prior to the 30 minute test time, all new valves shall be fully
closed and opened.
2.00 PRODUCTS
2.01 MATERIALS
A. Liquid Chlorine: Meeting the requirements of AWWA B301 - Liquid Chlorine.
B. Calcium Hypochlorite: Meeting the requirements of AWWA B300 - Hypochlorites.
3.00 EXECUTION
3.01 NEW FACILITIES
A. New facilities shall be thoroughly disinfected in accordance with AWWA C651- Disinfecting
Water Mains, AWWA C652 - Disinfection of Storage Facilities, and AWWA C653 -
Disinfection of Water Treatment Plants, and then flushed and sampled before being placed
in service. Samples shall be collected and tested in accordance with the TCEQ Rules and
Regulations, Chapter 290.
B. During construction keep basins, pipe, fittings, equipment, and appurtenances free from dirt
and debris.
Disinfecting of Water Utility Distribution 33 10 13 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
1. Clean basins thoroughly before disinfection.
2. Seal the open ends of pipe with water -tight plugs when pipe is not being laid.
3. Pump water from trenches before removing the plug when water accumulates in the
trench.
C. Complete hydrostatic test of the line prior to disinfection.
D. Wash the surfaces to be disinfected.
1. Flush pipelines. The minimum quantity of water used for flushing must exceed the
capacity of the line to ensure that clean water has traversed the entire length of pipe.
2. Power wash the surfaces of basins and reservoirs using high pressure wash systems.
E. Disinfect facilities per the following procedures of AWWA:
1. Water Mains: AWWA C651 - latest revision.
2. Water Storage Facilities: AWWA C652 - latest revision.
3. Water Treatment Plants: AWWA C653 - latest revision.
F. Fill the system with potable water. Test the water to see that it meets the requirements of
the regulatory agency of jurisdiction for potable water. Monitor the system for 2 days. If
water test fails to meet the prescribed standards, repeat the disinfection process until water
meets quality standards for disinfection.
3.02 REPAIRS OR CONNECTIONS TO EXISTING LINES
A. Clean and sterilize the interior surfaces of new piping, fittings, equipment, and
appurtenances to be installed in an existing potable water system or connected to an
existing system.
B. Clean and sterilize the existing pipe or facilities for a minimum distance of 3 pipe diameters
back from the ends of the pipe. Plug the ends of the line when work is not being performed
on the pipe.
C. Perform sterilization by swabbing each item with a concentrated chlorine solution.
1. Each piece is to be disinfected prior to being assembled for installation in the existing
pipe.
2. Disinfect each piece just prior to assembly to help prevent re contamination.
3. Plug the ends of the assembly until a new item is to be added to the assembly.
4. Store disinfected materials on blocks to prevent contact with the ground.
3.03 DISPOSAL OF FLUSHING AND DISINFECTION WATER
A. Chlorinated water used in flushing and disinfecting pipelines, storage tanks, or vessels prior
to connection to the distribution system shall be disposed of by the Contractor in an
acceptable manner. Chlorinated water must be "de -chlorinated" prior to disposal to
eliminate adverse impacts to the surrounding environment. Water released to the
environment shall meet all AWWA, EPA, and TCEQ regulatory requirements.
Disinfecting of Water Utility Distribution 33 10 13 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
1. The Contractor is responsible for complying with all of the applicable requirements of
the TPDES General Permit TXG670000, issued by the TCEQ, regarding the discharge of
hydrostatic test water. Maximum discharge chlorine concentration for compliance is
0.10 mg/I. Discharges within the Edwards Aquifer recharge area must meet special
requirements under the terms of the General Permit. Contractor compliance is
required.
2. Residual chlorine concentrations may be reduced using sulfur dioxide, sodium bisulfite,
sodium sulfite, sodium thiosulfate, or ascorbic acid.
3. The discharge must be to a splash pad or paved area, and may not be located within 300
feet of the intake for a domestic drinking water supply or 500 feet of any public or
private water well.
4. An effluent water sample must be taken during the first hour of discharge at a location
immediately near the point of discharge, and collected prior to commingling with storm
water, wastewater, or other flows.
5. For discharges that extend beyond an hour in duration, a second sample must be taken
of the last 10 percent of the effluent.
6. Sampling protocol, sample containers, holding times, preservation methods, and
analytical methods must follow the requirements set forth in the general permit.
7. The effluent grab sample(s) must be analyzed for total residual chlorine by an accredited
and certified laboratory.
8. Any noncompliance that endangers human health or safety, or the environment must
be reported to the TCEQ in accordance with the general permit.
9. Any effluent violation which deviates from the permitted effluent limitation by more
than 40 percent must be reported to the TCEQ in accordance with the general permit.
10. The Contractor must record all hydrostatic test water sample results on an approved
DMR (EPA Form 3320-1). These monitoring records shall be retained for a period of 3
years from the date of the record and be readily available for review by the TCEQ upon
request.
B. With the written permission of the Owner of the system, chlorinated water may be disposed
of in a sanitary sewer system if one is available. In the case of larger pipelines and the larger
volumes of water involved, the Contractor will not be permitted to use the sanitary sewer
system for disposal even if one is available.
END OF SECTION
Disinfecting of Water Utility Distribution 33 10 13 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
33 11 13.13 STEEL PIPE AND FITTINGS
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish labor, materials, equipment, and incidentals necessary to install steel pipe, fittings,
and specials as specified, including connections, and appurtenances, as required for the
proper installation and function of the pipe as indicated herein.
B. The pipeline coating shall be in accordance with Section 09 97 16 "Pipeline Coatings and
Linings." Buried pipe shall be mortar -coated (Section 09 97 16).
C. The pipeline shall be suitable to carry treated and disinfected domestic water with a
chlorine residual and shall meet the requirements of NSF 61.
1.02 QUALITY ASSURANCE
A. Experience Requirements:
Pipe shall be the product of one manufacturer who has had not less than 5 years of
successful experience manufacturing pipe of the type and size indicated. Pipe
manufacturing operations (fabrication of pipe and fittings, lining, and coating) shall be
performed at one location unless otherwise approved by the Engineer. The lining and
coating for the pipe or the fitting shall be done at the same location as the manufacture
of the pipe or fittings. The pipe and fittings may be manufactured at different locations.
The Engineer will waive the requirement for 5 years of experience in manufacturing of
the pipe when, at the sole discretion of the Engineer, the manufacturer's experience
and capabilities meet the intent of the experience requirement. All pipe shall be new
and not supplied from inventory. All pipe and fittings shall be manufactured in the
continental U.S.A., and shipping over salt waterways will not be allowed.
2. The lining for pipe diameters 108 inches and smaller shall be shop -applied, spun cement
mortar lining per Section 09 97 16 "Pipeline Coatings and Linings."
3. The manufacturer shall be certified under Steel Pipe Fabricators Association (STI/SPFA)
or ISO 9001 quality certification program for steel pipe and accessory manufacturing.
4. Approved manufacturers are:
a. Thompson Pipe Group.
b. Northwest Pipe.
c. American Spiralweld.
d. Mid America Pipe.
B. Testing and Inspection:
Pipe may be subject to inspection by an independent testing laboratory selected and
retained by the Owner. Representatives of the laboratory or the Engineer shall have
access to the Work whenever it is in preparation or progress, and the pipe manufacturer
shall provide proper facilities for access and for inspection. The pipe manufacturer shall
notify the Owner, in writing, a minimum of 2 weeks prior to the pipe fabrication so that
Steel Pipe and Fittings 33 1113.13 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
the Owner may advise the manufacturer as to the Owner's decision regarding tests to
be performed by an independent testing laboratory. Material, fabricated parts, and
pipe which are discovered to be defective and/or do not meet the Specifications shall be
subject to rejection at any time prior to Owner's final acceptance of the product. Pipe
manufacturer shall be responsible for repairs to the polyurethane coating system that
are required as a result of Owner testing at no additional cost to the Owner.
The inspection and testing by the independent testing laboratory anticipate that
production of pipe shall be done over a normal period of time and without "slow-
downs" or other abnormal delays. In the event that an abnormal production time is
required, and the Owner is required to pay excessive costs for inspection, then the
Installation Contractor shall reimburse the Owner for costs over and above those which
would have been incurred under a normal schedule of production as determined by the
Engineer.
C. Factory Testing: The manufacturer shall perform all tests as required by the applicable
AWWA standards and as listed herein.
D. Cement Mortar Lining: Shop -applied cement mortar linings shall be as specified in
Section 09 97 16 "Pipeline Coatings and Linings" and tested in accordance with AWWA
C205.
E. Pipe Coatings: Pipe coatings shall be as specified in Section 09 97 16 "Pipeline Coatings and
Linings."
F. Hydrostatic Pressure Testing:
Each joint of pipe shall be hydrostatically tested prior to application of lining and
coating. The internal test pressure shall be that which results in a fiber stress equal to
75 percent of the minimum yield strength of the steel used. Each joint of pipe tested
shall be completely watertight under maximum test pressure. As a part of testing
equipment, the pipe manufacturer shall maintain a recording pressure gauge and
reference number of pipe tested, at a minimum. The pipe shall be numbered in order
that the pressure gauge information can be recorded.
Fittings shall be fabricated from hydrostatically tested pipe. Fittings shall be tested by
hydrostatic test, air test, ultrasonic, or magnetic particle test. Air test shall be made by
applying air to the welds at 40 psi pressure and checking for leaks around and through
welds with a soap solution. In addition, 5 percent of welds shall be checked with x-ray
or ultrasonic testing by a third party Certified Welding Inspector paid for by the pipe
manufacturer.
G. Charpy V-Notch Test: Each heat of steel for plates or coil used for pipe barrels 1/4 inches
and thicker shall be tested to verify minimum full-size impact values of 25 ft-lb at 30 F in
accordance with ASTM A370. Minimum Charpy values for sub size samples shall be defined
by ASTM A370.
H. Elongation: For the tensile test specified in ASTM A370, 2-inch test specimens shall show
elongations not less than 22 percent for each heat of steel. When 8-inch test specimens are
used in lieu of 2-inch test specimens, the specimens shall show elongations not less than 18
percent for each heat of steel.
Steel Pipe and Fittings 33 1113.13 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
Mill Certification: The Owner will require the manufacturer to furnish mill test certificates
on reinforcing steel or wire, steel plate, steel coil, and cement. The manufacturer shall
perform the tests described in AWWA C200 for all pipe, fittings, and specials.
J. Manufacturer's Technician for Pipe Installation:
During the construction period, the pipe manufacturer shall furnish the services of a
factory trained, qualified, job -experienced technician to advise and instruct as necessary
in pipe laying and pipe jointing. The technician shall assist and advise the Installation
Contractor in his pipe laying operations and shall instruct construction personnel in
proper joint assembly and joint inspection procedures. The technician is not required to
be on -site full time; however, the technician shall be on -site during the first 2 weeks of
pipe laying and thereafter as requested by the Engineer, Owner, or Installation
Contractor.
The pipe manufacturer shall provide the services of a representative from both the
polyurethane coating manufacturer and the heat -shrink sleeve manufacturer, for a
period of not less than 1 week at the beginning of pipe laying operations.
Representatives shall advise the Installation Contractor and Owner regarding
installation, including but not limited to, handling and storage, cleaning and inspecting,
coating repairs, field -applied coating, heat -shrink sleeve installation procedures, and
general construction methods and how they may affect the pipe coating.
The manufacturer's representative shall be required to return if, in the opinion of the
Engineer, the polyurethane coating or the Installation Contractor's construction
methods do not comply with the Specifications. Cost for the respective manufacturer's
representative to return to the Site shall be at no additional cost to the Owner.
K. Welders and Welding Operations:
1. Shop Welders: Qualified by testing in accordance with ASME BPVC Section IX or AWS
D1.1.
2. Field Welders: Qualified by testing in accordance with AWS D1.1.
1.03 SUBMITTALS
A. Submittals shall be in accordance with Section 0133 00 "Document Management" and shall
include:
1. Shop Drawings:
a. Prior to the fabrication of the pipe, submit fabrication and laying drawings to the
Engineer which shall include:
1). Schematic location; including a profile and a tabulated layout schedule, both of
which shall reference the stationing shown on the plan and profile sheets.
2). Any deviation from the Drawings necessary to avoid conflicts with existing
utilities and structures. The specific number of each pipe and fitting, location of
each pipe, and direction of each fitting in the pipeline shall be depicted.
3). Full details of reinforcement and dimensions for pipe and fittings.
4). Location of all outlets as required by the Installation Contractor to install welds.
Steel Pipe and Fittings 33 1113.13 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
5). Location and details for the fabrication of all fittings and specials. The line
layout shall include the pipe station and invert elevation at all changes in grade
or horizontal alignment.
6). Provisions for thrust restraint, external loading, bedding, and vacuum collapse.
7). Welding requirements, welding procedures, provisions for thermal stress
control, and provisions for control of coating damage for locations where
welded joints are required.
8). Provide details and design calculations for fittings, specials, closures, outlets,
joints, and special requirements for pipe in tunnels.
9). Provide certification for gasket joints, indicating it is designed to meet AWWA
Standards and these documents.
10). Design calculations shall show methods and processes used to satisfy the pipe
and fittings design criteria specified in the Contract Documents. All calculations
shall be prepared, signed, and sealed be a professional engineer licensed in the
state the Project is located in.
11).Shop and Field Welding Data:
a). On a weld map, show the location, type, size, and extent of welds, with
reference called out for Welding Procedure Specification (WPS) and non-
destructive examination (NDE) numbers in tail of welding symbols, in
accordance with AWS 2.4.
b). Submit welding terms and definitions in accordance with AWS 3.0.
c). Indicate by welding symbols or sketches, details of welded joints, and
preparation of base metal.
d). Distinguish between shop and field welds.
e). Submit welding data together with Shop Drawings as a complete package.
12).Flanged Joints:
a). For each flanged connection, provide: reference standard; dimensional
data; bolt hole number, pattern, and diameter; bolt diameter and length;
and face condition.
b). Gaskets and Bolting: Technical data sheets itemizing chemical composition,
and technical and performance information that indicates compliance with
this Specification.
c). Installation: Provide installation instructions including recommended bolt
tightening sequence, torque, lubricant, and gasket.
Certification of Compliance with Contract Documents: Prior to shipment of the pipe,
submit an affidavit certifying that the pipe, fittings, specials, and other products and
materials furnished, comply with the Specifications and Drawings, NSF 61 and the
applicable requirements of the AWWA standards.
Steel Pipe and Fittings 33 1113.13 - 4
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
3. Certified Test Reports:
a. Submit the following Certified Test Reports prior to shipment of the pipe:
1). Results of factory hydrostatic tests and test of fittings.
2). Mill certificates; including chemical and physical test results for each heat of
steel, Charpy v-notch tests, and elongation tests.
3). From the coating manufacturer, indicating that the coatings were applied in
accordance with manufacturer's requirements and in accordance with the
Specifications on all pipe, fittings, and joints made in the factory.
4). Welder Qualifications Records (WQR) in accordance with AWWA C206, ASME
BPVC Section IX, or AWS D1.1 as required for both factory and field welders.
5). Cement mortar tests.
6). Gasket certification, in accordance to AWWA C200, shall be provided where bell
and spigot gasket joint pipe is specified.
7). All manufacturer's factory quality control tests.
4. Record Data:
a. Prior to fabrication, submit the following:
1). Inspection procedures to be used by manufacturer for quality control and
assurance for materials and welding.
2). Standard repair procedures that describe in detail shop and field work to be
performed.
3). Certification showing calibration within the last twelve months for equipment
such as scales, measuring devices, and calibration tools used in manufacture of
pipe. Each device used in manufacture of pipe is required to have tag recording
date of last calibration. Devices are subject to inspection by Owner.
b. Prior to pipe delivery, submit "Release for Manufacture" layout sheets.
c. Daily welding reports for field welding showing welder and joint welded shall be
submitted monthly. Indicate welder's name, joint welded with identification
number assigned to match lay drawings.
d. After construction, the pipe manufacturer shall provide AutoCAD drawings of the
pipe plan and profile layout sheets showing each joint of pipe and all appurtenances
to the same coordinate system as used on the Drawings.
e. After construction, the Installation Contractor shall provide ASCII electronic record
data showing top -of -pipe survey every 50 feet along the pipeline and at horizontal
and vertical deflections.
Steel Pipe and Fittings 33 1113.13 - 5
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
1.04 STANDARDS
A. Except as modified or supplemented herein, the steel pipe, coatings, fittings, and specials
shall conform to the applicable requirements of the following standard specifications, latest
edition:
1. American National Standards Institute (ANSI) / NSF International (NSF):
a. ANSI/NSF 61 — Drinking Water System Components— Health Effects.
2. American Society of Civil Engineers (ASCE):
a. MOP 79 — Manual of Practice: Steel Penstocks.
3. American Society of Mechanical Engineers (ASME):
a. BPVC-IX — Boiler and Pressure Vessel Code: Section IX — Welding, Brazing, and
Fusing Qualifications.
4. ASTM International ASTM:
ASTM International (ASTM)
ASTM A193
Specification for Alloy -Steel and Stainless Steel Bolting for High
Temperature or High Pressure Service and Other Special Purpose
Applications
ASTM A194
Specification for Carbon Steel, Alloy Steel, and Stainless Steel Nuts for
Bolts for High Pressure or High Temperature Service, or Both
ASTM A307
Specification for Carbon Steel Bolts, Studs, and Threaded Rod 60,000
psi Tensile Strength
ASTM A370
Test Methods and Definitions for Mechanical Testing of Steel
Products
ASTM A563
Specification for Carbon and Alloy Steel Nuts
ASTM C33
Specification for Concrete Aggregates
ASTM C35
Specification for Inorganic Aggregates for Use in Gypsum Plaster
ASTM C150
Specification for Portland Cement
ASTM D16
Terminology for Paint, Related Coatings, Materials, and Applications
ASTM D522
Test Methods for Mandrel Bend Test of Attached Organic Coatings
ASTM D1000
Test Methods for Pressure -Sensitive Adhesive -Coated Tapes Used for
Electrical and Electronic Applications
ASTM E165
Practice for Liquid Penetrant Examination for General Industry
ASTM E709
Guide for Magnetic Particle Testing
ASTM E1444
Practice for Magnetic Particle Testing
ASTM F436
Specification for Hardened Steel Washers
5. American Welding Society (AWS):
American Welding Society (AWS)
AWS B2.1 Specification for Welding Procedure and Performance
Steel Pipe and Fittings 33 11 13.13 - 6
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
American Welding Society (AWS)
AWS D1.1 Structural Welding Code — Steel
6. American Water Works Association (AWWA):
American Water Works Association (AWWA)
AWWA C200
Steel Water Pipe 6-Inch and Larger
Cement -Mortar Protective Lining and Coating for Steel Water Pipe 4-
AWWA C205
Inch and Larger —Shop Applied
AWWA C206
Field Welding of Steel Water Pipe
Steel Pipe Flanges for Waterworks Service — Sizes 4-Inch Through 144-
AWWA C207
Inch
AWWA C208
Dimensions for Fabricated Steel Water Pipe Fittings
AWWA C210
Liquid -Epoxy Coating and Linings for Steel Water Pipe and Fittings
Heat Shrinkable Cross -Linked Polyolefin Coatings for Steel Water Pipe
AWWA C216
and Fittings
Petrolatum and Petroleum Wax Tape Coatings for the Exterior of
AWWA C217
Connections and Fittings for Steel Water Pipelines
Polyurethane Coatings for the Interior and Exterior of Steel Water
AWWA C222
Pipe and Fittings
AWWA C602
Cement -Mortar Lining of Water Pipelines in Place — 4-Inch and Larger
AWWA C604
Installation of Buried Steel Water Pipe — 4-Inch and Larger
AWWA M11
Manual: Steel Pipe — A Guide for Design and Installation
7. Society for Protective Coatings (SSPC):
Society for Protective Coatings (SSPC)
SSPC-SP1
Solvent Cleaning
SSPC-SP2
Hand Tool Cleaning
SSPC-SP3
Power Tool Cleaning
SSPC-SP10
Near -White Blast Cleaning
SSPC-PA2
Procedure for Determining Conformance to Dry Coating
Thickness Requirements
rSSPC-P—A Guide 10
Guide to Safety and Health Requirements
1.05 DELIVERY AND STORAGE
A. Packing:
1. The pipe shall be prepared for shipment to afford maximum protection from normal
hazard of transportation and allow pipe to reach the Site in an undamaged condition.
Pipe segments damaged in shipment that require more than two repairs per segment
will not be accepted at the Site. No more than 10 percent of all segments shall have
damage repairs or all damaged pipe segments will be rejected. Normal factory repair of
lining and coating for fabrication of fittings and specials is acceptable.
Steel Pipe and Fittings 33 1113.13 - 7
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
2. Pipe sections shall be handled in accordance with Paragraph [3.01.C]. In all instances
deliver, handle, and store pipe in accordance with the manufacturer's recommendations
to protect coating systems. Upon delivery of the pipe, notify the Engineer so that
inspection can be made.
For mortar -lined pipe, after the completed pipe and fittings have been removed from
the final cure at the manufacturing plant, the pipe lining shall be protected from drying
by means of plastic end covers banded to the pipe ends. Covers shall be maintained
over the pipe ends at all times until ready to be placed in the trench. Moisture shall be
maintained inside the pipe by periodic addition of water as necessary.
4. Pipes shall be carefully supported during shipment and storage. Pipe, fittings, and
specials shall be separated so that they do not bear against each other, and the whole
load shall be securely fastened to prevent movement in transit. Ship pipe on padded
bunks with tie -down straps approximately over stulling. Store pipe on padded skids,
sand or dirt berms, tires, or other suitable means to protect the pipe from damage.
Each end and middle of each length of pipe, fitting, or special shall be internally
supported and braced with stulls to maintain a true circular shape. Stulling shall meet
the following requirements:
Install stulling in 36-inch and larger pipe, specials, and fittings in accordance with
approved submittal and as soon as practical after pipe is fabricated or for shop -lined
pipe after lining has been applied. Six -point stulls shall be equally spaced
circumferentially (approximately 60-degree spacing) within the pipe. Additional
stulls shall be included, as determined by the pipe manufacturer, to protect the pipe
from damage. The pipe manufacturer's stulling shall meet or exceed the standards
listed in ASCE MOP No. 79.
b. Pipe shall be rotated so that one stull remains vertical during storage, shipment and
installation.
c. Stulls shall not be removed until pipe is laid, set to grade, and backfilled.
d. Internal Stulls shall consist of timber or steel, firmly wedged and secured so that
Stulls remain in place during storage, shipment, and installation. Timber Stulls will
be allowed in diameters above 84 inches, if it can be demonstrated that the timbers
will stay in place until backfilling. All timber for stulls must be cured wood. Vertical
stull shall be 4-inch by 6-inch timber (min.), Cross stulls shall be 4-inch by 4-inch
timber (minimum). Connect Stulls with bolts. Shim as needed to maintain tight fit
and roundness of pipe.
e. Install stulling in a manner that will not harm lining. Pipe and liner shall be
protected from damage from Stulls using wood pads, or similar devices, unless it can
be demonstrated that the wood pads are not required to prevent damage to the
pipe lining. Pad shall be shaped to conform to pipe diameter. Pad shall be 4-inch by
6-inch timber and a minimum of 18 inches in length.
Stulls shall not be welded directly to the pipe, except at the end of the pipe where
the mortar is held back.
Steel Pipe and Fittings 33 1113.13 - 8
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
B. Marking for Identification:
Each joint of pipe, fitting, and special shall have plainly marked on one end of the
exterior: the class for which it is designed, the date of manufacturer, and the
identification number as shown on the Shop Drawings. Beveled pipe shall be marked
with the amount of bevel. The top centerlines shall be marked on all fittings and
specials.
Each joint of pipe, fitting, and special shall also be marked at each end on the interior
lining, near but not inside the bell or spigot, with the section designation and pipe
identification number as shown on the approved Shop Drawings. Markings should be
visible from inside the pipe after installation, during and after field welding, joint
grouting, and inspection. Markings should be applied a minimum of 3 inches in height
with a waterproof paint or dye resistant to fading due to UV exposure.
C. Point of Delivery: Whenever possible, pipe shall be hauled directly from the manufacturing
plant to the Site and strung along pipeline route, avoiding re -handling and the possibility of
damage to the pipe. Where a fully loaded truck and trailer cannot operate along the
pipeline route, pipe may be unloaded at access points along the route and brought to the
trench side by approved methods; however, the Installation Contractor shall be responsible
for pipe being undamaged at the time of installation.
2.00 PRODUCTS
2.01 MATERIALS
A. Flanges, Nuts, Bolts, and Gaskets: Furnish and install all bolts, nuts, flange gaskets, and
insulation kits.
Flanges shall conform to the AWWA C207 class equal to or greater than the pipe class,
unless otherwise specified, and shall match the class of valves or appurtenances which
are attached.
All nuts, bolts, and washers exposed inside buildings or vaults shall be steel and coated
in accordance with the specifications for adjacent pipe. All bolts shall be long enough
that a minimum of three threads are exposed beyond the nut. Use an anti -seize
compound during installation. Bolts shall conform to ASTM A193, Grade B7. Nuts shall
conform to ASTM A194, Grade 2H heavy hex nuts. Washers shall conform to ASTM
F436.
All buried nuts, bolts, and washers shall be Type 316 stainless steel of suitable strength
to meet the service requirements. Bolts shall conform to ASTM A193, Grade 68M. Nuts
shall conform to ASTM A194, Grade 8M. Washers shall conform to ASTM A193. All
bolts shall be long enough that a minimum of three threads are exposed beyond the
nut. Use an anti -seize compound during installation.
4. Non -Insulated Flange Gaskets:
a. For working pressures up to 175 psi, gaskets shall be rubber.
For working pressures above 175 psi, gaskets shall be non -asbestos compressed
fiber.
Steel Pipe and Fittings 33 1113.13 - 9
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
c. Gasket configuration shall be in accordance with AWWA C207. Gasket shall be NSF
61 certified. Acceptable manufacturers are Gasket Resources, Garlock, or approved
equal.
5. Flange Insulating Kits:
a. Flange insulating kits shall be installed within 6 months of the date of manufacture
of all components.
b. Do not store insulating flange gaskets, sleeves, or washers under direct sunlight or
at temperatures exceeding 110 F.
c. Insulating gaskets shall be full -face, Type E with an EPDM O-ring seal. Minimum
total gasket thickness shall not be less than 1/8 inch. The gasket shall have the
same outside diameter as the pipe flange. For steel pipe the gasket's inside
diameter shall be equal to the inside diameter of the pipe's steel cylinder. The
complete assembly shall have a pressure rating equal to or higher than that of the
joint and pipeline. The gasket material shall be resistant to intended chemical
exposure, operating temperatures, and pressures in the pipeline. Insulating sleeves
shall be one-piece, full-length, Mylar or NEMA G10 fiberglass reinforced epoxy with
a minimum thickness of 1/8 inch.
d. Insulating washers shall be NEMA G10 fiberglass reinforced epoxy.
e. Gasket configuration shall be in accordance with AWWA C207. Gasket shall be NSF
61 certified. Acceptable manufactures are GPT, Houston, TX; or Georg Fischer
Central Plastics LLC, Shawnee, OK.
f. Flange bolt holes shall be oversized for bolt insulating sleeves.
B. Steel: Steel shall meet the requirements of AWWA C200 and shall be of continuous casting.
Steel shall be homogeneous and shall be suitable for field welding, fully killed, and of a fine
austenitic grain size. Steel shall have a minimum yield strength of 42,000 psi.
C. Bend Fittings: All bend fittings shall have a minimum radius of 2.5 times the pipe diameter
to permit easy passage of pipeline pigs unless otherwise shown on the Drawings.
D. Threaded Outlets: No threaded outlets will be allowed.
E. Outlets for Weld Leads: Installation Contractor may use factory manufactured outlets for
access for weld leads. Outlets shall be welded after use. Outlet configuration shall be
shown in the Shop Drawings. Spacing of outlets shall be no closer than 500 feet. Outlets for
appurtenances shall be used in the calculation of outlet spacing. Outlet configuration shall
be approved by the Engineer.
F. Joint Bonds for Steel Pipe with Rubber Gasket Joints: Bond shall be a solid copper strap, 1-
1/4-inch wide by 1/16-inch thick (equivalent to 1/0 AWG wire). Strap bonds shall be
manufactured by ERICO Products, Continental Industries, or approved equal. Connection of
joint bond to pipe shall be with the thermite weld method using the cartridge and
recommended by the bond manufacturer. Additional requirements based on the joint type
include:
1. For Coated Steel Pipe: Provide two punched holes for thermite welding to the pipe.
Strap bond shall be 12 inches long, maximum. Provide three joint bonds per pipe joint.
Steel Pipe and Fittings 33 1113.13 - 10
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
2. For Flexible Coupling, Flanged Coupling Adapter, and Other Non -Standard Joints:
Provide five punched holes for thermite welding to the coupling and pipe. Strap bond
shall be fabricated for the length of the coupling with sufficient additional length for 1
inch of joint movement. Provide two bonds per joints for pipe less than 60 inches in
diameter and three bonds per joint for pipe 60 inches or greater in diameter.
For Insulated Flexible Coupling Joints: Provide four punched holes for thermite welding
to the coupling and pipe. Strap bond shall be fabricated for the length of the coupling
with sufficient additional length for one -inch of joint movement.
G. Flexible Joint Couplings: Shall be as specified in Section 40 05 43 "Miscellaneous Valves."
H. Cement Mortar Linings: Cement mortar linings shall be shop -applied (plant -spun) for pipe
sizes 108 inches and smaller. Shop -applied cement mortar linings shall be provided in
accordance with Section 09 97 16 "Pipeline Coatings and Linings."
I. Epoxy Lining: Where indicated on the Drawings, at all insulating joints, and at all above
grade piping provide epoxy lining in accordance with Section 09 97 16 "Pipeline Coatings
and Linings."
J. Epoxy Coating: Where indicated on the Drawings, and for exposed piping, pipe shall have an
epoxy coating per Section 09 96 00.01 "High Performance Coatings" and Section 09 97 16
"Pipeline Coatings and Linings."
K. Test Bulkheads: Furnish test bulkheads in accordance with the Drawings. Additional test
bulkheads not shown in the Contract Drawings but requested by the Installation Contractor
shall be paid for by the Installation Contractor.
Each test plug or bulkhead shall be designed to withstand the test pressure on either
side with only atmospheric pressure on the opposite side. The manufacturer may use
either one or two plugs to allow testing on each side.
Each test plug or bulkhead specified shall have a 30-inch flanged outlet on each side of
the plug. The 30-inch outlets shall be supplied with a 30-inch by 16-inch reducing flange
with a 16-inch blind flange. If pipeline diameter is less than 30 inches, the flanged outlet
shall match the pipe diameter.
L. Special Coatings in Tunnels and Casings: Pipe to be laid in casing or tunnel shall have a full,
continuous mortar coating over the polyurethane coating. The coating shall have at least
two mortar bands at a minimum of 2 inches thick, or thick enough to be a larger outside
diameter than the bell, including heat shrink sleeve. The mortar coating is to allow the pipe
to be installed by skidding on pipe rings. The manufacturer shall design the mortar bands
and reinforcement sufficiently to prevent damage to the coating from the installation
process.
2.02 MIXES
A. Mortar for Interior and Exterior Joints: Mortar shall be one -part cement to two -parts sand.
Cement shall be ASTM C150, Type II. Sand shall be of sharp silica base and shall not leach in
water. Sand shall be washed plaster sand meeting ASTM C33. Exterior joint mortar shall be
mixed to the consistency of thick cream. Interior joint mortar shall be mixed with as little
water as possible so that the mortar is very stiff, but workable. Water for cement mortar
shall be treated and suitable for drinking water.
Steel Pipe and Fittings 33 1113.13 - 11
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
B. Mortar for Pipe Patching for Shop -Applied Cement Mortar Lining: Mortar for patching shall
be as per interior joints.
C. Bonding Agent: Bonding agent for cement mortar lining patching shall be a non -shrink
cement mortar with a 3:1 sand to cement ratio per AWWA C205.
2.03 MANUFACTURED PRODUCTS
A. Pipe:
1. Pipe Design Criteria:
Steel pipe shall be designed, manufactured, and tested in conformance with AWWA
C200, AWWA M11, and with the criteria specified herein. Sizes and pressure classes
(working pressure) shall be as shown on the Drawings. For pipe design, the
transient pressure plus working pressure shall be 1.5 times the working pressure
class specified. Fittings, specials, and connections shall be designed for the same
pressures as the adjacent pipe. Pipe design shall be based on trench conditions and
the design pressure in accordance with AWWA M11 using the following parameters:
Pipe Design Criteria
Unit Weight of Fill (w)
130 pcf
Live Load
AASHTO HS 20 (at all locations except railroads)
Coopers E 80 at railroad
Trench Depth
As indicated on the Drawings
Deflection Lag Factor (Di)
1.1
Coefficient (K)
0.10
Maximum Calculated
Deflection (Dv = DJ
2% (polyurethane coated steel pipe)
1% (mortar coated or concrete coated steel pipe)
Soil Reaction Modulus (E')
1500 psi (typical gravel embedment trench section)
3000 psi (where encased in flowable fill or concrete)
The fittings and specials shall be designed in accordance with AWWA C208 and
AWWA M11, except that crotch plates shall be used for outlet reinforcement for all
pressure diameter values (PDVs) greater than 6000, collars may only be used when
d/D is less than or equal to 0.7 and the M factor shall not be less than 1.0 but
PDV/4000 for PDVs between 4000 and 6000 unless otherwise specified. Where
indicated on the Drawings, collars or wrappers shall be used in lieu of crotch plates
to allow for working space and supports.
c. Where the pipe requires additional external support to meet the specified
maximum deflection, the Installation Contractor and the Supplier will be required to
furnish alternate methods for pipe embedment. No additional compensation will be
made to the Installation Contractor by the Owner where this method is required.
d. Trench depths indicated shall be verified after existing utilities are located. Vertical
alignment changes required because of existing utility or other conflicts shall be
accommodated by an appropriate change in pipe and embedment design depth. In
no case shall pipe be installed deeper than its design allows.
Steel Pipe and Fittings 33 1113.13 - 12
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
e. Pipe shall be designed for full vacuum conditions without buckling or damage to
lining, coating, or pipe joints.
The pipe shall be designed for a maximum calculated deflection limit of 3 percent
for polyurethane coated steel pipe and 2 percent for mortar/concrete coated steel
pipe for any of the following future loadings:
1). Additional fill of 4 feet above the finished grade over the pipeline.
2. Provisions for Thrust:
a. Thrust at valves, bends, tees, or other fittings shall be resisted by restrained joints.
Thrust at bends adjacent to casing shall be restrained by welding joints through the
casing and a sufficient distance each side of the casing. No thrust restraint
contribution shall be allowed for pipe in casing unless the annular space in the
casing is filled with grout.
Restrained joints shall be used a sufficient distance from each side of the valve,
bend, tee, plug, or other fitting to resist thrust which develops at the design
pressure of the pipe. For the purposes of thrust restraint, design pressure shall be
1.5 times the working pressure class. Restrained joints shall consist of welded joints
unless other joint types are specifically shown on the Drawings.
c. Thrust restraint design shall be the complete responsibility of the pipe
manufacturer. The length of pipe with restrained joints to resist thrust forces shall
be determined by the pipe manufacturer in accordance with AWWA M11 and the
following:
1). The Weight of Earth shall be calculated as the weight of the projected soil prism
above the pipe. Assume the water table matches the ground elevation.
2). Soil Density = 60 pcf buoyant weight.
3). Coefficient of Friction = 0.15 (maximum value to be used for polyurethane
coated steel pipe).
4). Coefficient of Friction = 0.25 (maximum value to be used for mortar/concrete
coated steel pipe)
5). For horizontal and vertical bends, the length of pipe to be restrained shall be
calculated in accordance with AWWA M11.
3. Inside Diameter: The inside diameter, including the cement mortar lining, shall be a
minimum of the nominal diameter of the pipe specified, unless otherwise indicated on
the Drawings.
Steel Pipe and Fittings 33 1113.13 - 13
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
4. Wall Thickness:
The minimum pipe wall steel thickness shall be 0.183 inches or Pipe I.D./230,
whichever is greater for pipe and fittings. All pipe, fittings, and specials shall have a
maximum minus tolerance of 0.005 inches. Where indicated on the Drawings, pipe
and fittings shall have thicker steel pipe wall. The minimum steel wall thickness
shall also be such that the fiber stress shall not exceed 50 percent of the specified
yield strength of the steel, nor the following, at the specified working pressure:
Pipe Type
Maximum Stress
at Working Pressure
Polyurethane Coated Steel
23,000 psi
Mortar/Concrete Coated Steel Pipe
18,000 psi
b. Pipe which is placed in casing or tunnel shall have a minimum pipe steel wall
thickness of 0.25 inches or Pipe I.D./144, whichever is greater.
c. Fittings and pipe that are above grade or exposed (not in a trench, casing, or tunnel)
shall have a minimum thickness of 0.25 inches or Pipe I.D./144, whichever is greater.
d. Pipe, fittings, and specials shall be designed such that the maximum stresses in the
pipe due to thrust loading will not exceed 21,000 psi nor 50 percent of the steel
yield strength at the thrust design pressure (1.5 times working pressure). Fittings
shall meet the requirements of AWWA C208 and AWWA M11.
Seams: Except for mill -type pipe, the piping shall be made from steel plates rolled into
cylinders or sections, with the longitudinal and girth seams butt -welded; or shall be
spirally formed and butt -welded. There shall be not more than two longitudinal seams.
Girth seams shall be butt welded and shall not be spaced closer than 6 feet, except in
specials and fittings.
6. Joint Length: Maximum joint length shall not exceed 50 feet. Maximum joint length of
steel pipe installed in casing shall not exceed 25 feet.
B. Pipe Ends: Pipe ends shall be rubber gasket joint, lap -welded slip joint, butt -strap joint,
flanged joint, or flexible -coupled joint.
Rubber Gasket Joints: Rubber gasket joints shall be a rolled spigot joint with rubber
gasket for diameters 48-inch and smaller with pressure classes up to 250 psi. Joints shall
conform to AWWA C200. The joint shall consist of a flared, bell end formed and sized by
forcing the pipe over a plug die or by expanding on segmental dies. The spigot end shall
be an integral rolled groove, steel joint ring in accordance with AWWA C200 and as
shown in AWWA Manual M11. The difference in diameter between the I.D. of bell and
the O.D. of spigot shoulder, at the point of full engagement and with an allowable
deflection, shall be no more than 0.00 to 0.04 inches as measured on the circumference
with a diameter tape. The gasket shall have sufficient volume to approximately fill the
area of the groove and shall conform to AWWA C200. The joint shall be suitable for 400
psi pressure and a maximum deflected joint pull. Joints shall be of clearances such that
water tightness shall be provided under all operating and test conditions with a pipe
diameter deflection of 3 percent. At the pipe manufacturer's option, all steel pipe joints
may be lap -welded slip joints in lieu of rubber gasket joints.
Steel Pipe and Fittings 33 1113.13 - 14
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
2. Lap -Welded Slip Joint:
Lap -welded slip joint shall be provided in all locations for pipe larger than 48 inches,
for pressure class greater than 250 psi, and where joints are welded for thrust
restraint. Ends of pipe, fittings, and specials for field -welded joints shall be
prepared with one end expanded in order to receive a plain end, making a bell and
plain end type of joint. Bells formed by rolling will not be allowed unless approved
by the Engineer. Dimensional tolerance of bell and spigots shall be consistent, so
that match marking of pipe ends will not be required, and joints are interchangeable
in the field. Clearance between the surfaces of lap joints shall not exceed the
requirements of AWWA C206.
The depth of bell shall be such as to provide for a minimum clear distance of 2
inches between the weld and the nearest tangent of the bell radius when welds are
to be located on the inside of the pipe.
c. The depth of bell shall be such as to provide for a minimum lap of 2 inches or three
times the thickness of the belled pipe, whichever is greater. Provide a deeper bell
every 400 feet to accommodate thermal movement for which the minimum lap
shall be 4 inches.
d. Lap -welded slip joints maybe welded from the inside or outside for pipe diameters
42 inches and larger. All other sizes shall be welded from the outside.
e. Double welded lap joints and butt strap joints shall be tapped and drilled for testing
from the outside in accordance with AWWA C206 and the Drawings.
f. For pipe 30-inches in diameter and larger, precisely paint a circumferential 3/4-inch
insertion band (leading edge of band indicating minimum insertion; trailing edge of
band indicting maximum insertion; pulled joints to occur within the band around
entire circumference). Band shall be around the outside of spigot end to indicate
location at which spigot end has reached required penetration into bell.
For Fittings with Flanges: Flanged joints shall be provided at connections to valves and
where indicated. Ends to be fitted with slip-on flanges shall have the longitudinal or
spiral welds ground flush to accommodate the type of flanges provided. Pipe flanges
and welding of flanges to steel pipe shall conform to the requirements of AWWA C207
and AWWA C206. Pipe flanges shall be of rated pressure equal to or greater than the
adjacent pipe class. Flanges shall match the fittings or appurtenances which are to be
attached. Flanges shall be spot -faced or back -faced parallel to the front face.
4. Flexible Couplings: Flexible couplings shall be provided where shown on the Drawings.
Ends to be joined by flexible couplings shall be of the plain -end type, prepared as
stipulated in AWWA C200. Pipe ends shall be truly circular to within 1/4 inches or the
coupling manufacturer's tolerance, whichever is smaller. In addition, the welds on the
pipe ends that are to be joined by couplings shall be ground flush, to permit sliding the
coupling in at least one direction to clear the pipe joint. Harness bolts and lugs shall
comply with the Drawings.
5. Butt -strap Closure Joints: Where necessary to make closure to pipe previously installed,
closure joints shall be installed using butt -strap joints in accordance with AWWA C206
and applicable provisions of this Section. Where butt -strap closure joints cannot be
hydrostatically tested in the field with the main pipeline, the butt strap shall have an
Steel Pipe and Fittings 33 1113.13 - 15
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
inside and outside weld and shall be air tested. Air test shall be operated at 5 psi for a
minimum of 5 minutes, from a threaded fitting between the welds.
3.00 EXECUTION
3.01 INSTALLATION
A. General:
Install steel pipe, fittings, specials, and appurtenances as required for the proper
functioning of the completed pipeline. Install pipe, fittings, and specials in accordance
with the manufacturer's recommendations, AWWA M11, and AWWA C604. Pipe shall
be laid to the lines and grade indicated. Immediately before each joint of polyurethane -
coated steel pipe is lowered into the trench, it is to be inspected and tested for holidays.
All damaged areas and holidays are to be repaired before the pipe is lowered into the
trench.
2. The requirements of Section 3123 33.16 "Trenching and Backfill" govern for the
excavation and backfilling of trenches for laying steel pipe, fittings, and specials.
Conformance with pipe deflection requirements shall be as follows:
a. Average allowable pipe deflection is limited to 2 percent for polyurethane -coated
steel pipe and 1 percent for mortar and shotcrete-coated steel pipe. In no case shall
a single measurement in any direction exceed 1.5 times the average allowable
deflection. These measurements include the allowable tolerance for lining
thickness. Percent deflection shall be calculated as:
actual (plan) ID - installed (measured) ID
Percent Deflection = x 100
actual (plan) ID
b. Deflection measurements shall be made by the Installation Contractor in the
presence of the Owner. Method for taking measurements shall be agreed to by the
Owner and Engineer, in writing, prior to installing the first joint of pipe.
c. The Installation Contractor shall measure deflection approximately 30 days after
backfill to final grade. At the beginning of the Project, the first mile of pipe shall be
checked 7 days after backfill and again 30 days after backfill. Payment for pipe
installation will not be made until pipe deflection is measured, unless otherwise
approved by the Owner. No pipe may be measured for compliance prior to fifteen
days.
d. The Owner may, at his discretion, perform additional verification measurements on
any area prior to Substantial Completion.
e. Average deflection shall be determined by averaging the pipe's measured horizontal
and vertical deflection as indicated below. Locations where measurements are
taken shall be clearly marked on the interior of the pipe.
f. For pipe joints 36 feet in length or less, measurements shall be taken at two
locations, one -quarter distance from each pipe end. Approximately 10 feet from
each end.
g. For pipe joints longer than 36 feet, measurements shall be taken at three locations,
including one -quarter distance from each pipe end and at the pipe midpoint.
Steel Pipe and Fittings 33 1113.13 - 16
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
h. If the average calculated deflections for any segment of pipe or any single
measurement fails to meet specifications, the entire segment of pipe shall be
reworked in accordance with the manufacturer's recommendations and as directed
by the Engineer, at no additional cost to the Owner. This may include uncovering
the pipe and re -compaction of the pipe embedment, and repair of the coating. It is
the Installation Contractor's responsibility to continuously measure and calculate
pipe deflection to verify it meets specification. A pipe segment shall be defined as a
length of manufactured pipe between manufactured or field -constructed joints.
Installed pipe joints will also be examined for flat spots and internal lining stress
cracks by the Owner. Lining damage shall be repaired in accordance with the
manufacturer's recommendations and as directed by the Engineer, at no additional
cost to the Owner. Repair of flat spots may include uncovering the pipe and re -
compaction of the pipe embedment, and repair of the coating.
Where pipe has been reworked to comply with the deflection requirements,
Installation Contractor shall re -measure for deflection no earlier than 7 days after
the repaired pipe is backfilled. Owner will re -inspect for flat spots at this time.
No pipe installation shall be accepted until the entire installation complies with the
above deflection requirements.
3. All costs associated with measuring for pipe deflection and any repairs or rework
associated with meeting these requirements shall be borne by the Installation
Contractor.
4. Keep the pipe clean during the laying operation and free of sticks, dirt, animals, and
trash. At the close of each operating day, effectively seal the open end of the pipe
against the entrance of water using a gasketed night cap. Do not lay pipe in water. The
Installation Contractor may install a vent at the top of the night cap to prevent flotation
of the pipe in the event of heavy rain during the night.
5. Install bonds at all pipe joints, other than welded joints or insulated joints.
6. Pipe Deflection Reports:
a. A monthly report shall be submitted as Record Data showing the following for each
joint of pipe:
1). Allowable deflection and 1.5 times allowable deflection for each pipe diameter
installed.
2). Deflection measurements and calculated deflection for each location measured
per joint.
3). It is the responsibility of the Installation Contractor to verify that the nominal
pipe diameter meets specifications at all measured locations. Installation
Contractor shall coordinate pipe replacement with the pipe manufacturer for
any pipe not meeting the specified internal diameter.
B. Line, Grade and Cover Over Top of Pipe:
It is intended that the pipe be laid to the depth specified or shown on Drawings. Cover
shall be defined as the distance from the top of the pipe barrel to the natural ground
surface. The Installation Contractor shall be required to lay the pipe to conform to the
Steel Pipe and Fittings 33 1113.13 - 17
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
profiles shown on the approved Shop Drawings within 6 inches vertically and 1 foot
horizontally.
2. The grades shall be constructed to provide a uniform grade between low points and
high points, and intermediate high and low points shall be eliminated. No additional
compensation shall be made for extra trench depth required to meet these conditions.
Use survey equipment to indicate alignment and grade. Take at least one elevation
reading every 50-feet along the pipeline and at horizontal and vertical deflections.
Make periodic elevation measurements with surveying instruments to verify accuracy of
grades.
C. Pipe Handling: Pipe shall be handled at all times with a minimum of two non-abrasive slings,
belts, or other equipment designed to prevent damage to the coating or lining. The
equipment shall be kept in such repair that its continued use is not injurious to the coating.
The spacing of pipe supports required to handle the pipe shall be adequate to prevent
cracking or damage to the lining or coating.
D. Line Up and Bends:
1. Line up pipe for joining so as to prevent damage thereto. Thoroughly clean the bell and
spigot ends of each joint of pipe of foreign matter, rust, and scale before placing spigot
into bell. Welded joints shall have an overlap of 2 inches minimum to 4 inches
maximum.
2. All under -stabbed joints shall be butt -strapped or outside welded. Over -stabbed joints
shall not be acceptable. A joint shall be considered over -stabbed if the stabbed section
is within 2 inches of the tangential bend on the bell, or the inside mortar gap is less than
1/4 inch. All over -stabbed joints shall be either butt -strapped and welded or outside
welded only.
3. Where abrupt changes in grade and direction occur, the Installation Contractor shall
employ special shop -fabricated fittings for the purpose. Field cutting the ends of the
steel pipe to accomplish angular changes in grade or direction of the line shall not be
permitted.
4. Where pipe horizontal alignment is on a curve, Installation Contractor may pull joints to
make a curved alignment. Pulled joints that are welded shall meet the overlap
requirements mentioned above. Pulled rubber gasket joint deflection shall not exceed
75 percent of the manufacturers' recommended allowable deflection.
5. After joining rubber gasket joints, check the position of the gasket with a feeler gauge.
If the gasket is out of position, disassemble the joint and repeat the joint laying
operation. Upon completion of pipe jointing, the interior of the pipeline shall be left
broom clean.
E. Pipe Laying - Rubber Gasket Joints: Join rubber gasket joints in accordance with the
manufacturer's recommendations. Clean bell and spigot of foreign material. Lubricate
gaskets and bell and relieve gasket tension around the perimeter of the pipe. Engage spigot
as far as possible in bell, allowing for a minimum gap of 0.5 inch for inside joint grouting
after any joint deflection. Joint deflection or pull shall not exceed 75 percent of the
manufacturer's recommended maximum pull. Check gasket with feeler gauge all around
the pipe.
Steel Pipe and Fittings 33 1113.13 - 18
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
F. Pipe Laying —Welded Joints:
Weld joints in accordance with the AWWA C206 and AWS D1.1. Installation Contractor
shall provide adequate ventilation for welders and for Owner's representative to
observe welds. Unless otherwise specified, welds shall be full circle fillet welds.
Welding may be completed before application of field -applied joint coating. At his
option, the Installation Contractor may weld pipe joints after the exterior joint coating
and backfilling is complete. Installation Contractor shall demonstrate that this
procedure will not damage the exterior joint coating.
2. Contractor shall submit a welding procedure for approval according to Paragraph [1.03].
The welding procedure shall be approved by the Engineer before welding of joints
begins. The procedure shall be in accordance with AWWA C206 and AWS D1.1.
Contractor must follow approved welding procedure only.
3. Provide a deeper bell every 400 feet to accommodate thermal movement.
4. Adequate provisions for reducing temperature stresses shall be the responsibility of the
Installation Contractor.
5. After the pipe has been joined and properly aligned and prior to the start of the welding
procedure, the spigot and bell shall be made essentially concentric by shimming or
tacking to be within the maximum clearance tolerance around the periphery of the joint
per AWWA C206. Tighter tolerance may be required to prevent damage to heat shrink
sleeves for weld-after-backfill. In no case shall the clearance tolerance be permitted to
accumulate.
Before welding, thoroughly clean pipe ends to bare metal. Joint shall be dry before
welding. All welding shall be hand welded to minimize damage to heat shrink sleeves,
unless it can be demonstrated that wire fed welding will not cause unacceptable
damage to the heat shrink sleeve. Welding shall be performed so as not to damage
lining or coating. Cover the polyurethane coating as necessary to protect from welding.
Furnish labor, equipment, tools, and supplies, including shielded -type welding rod, to
construct the Work as required in the Contract Documents. Protect welding rod from
any deterioration prior to its use. If any portion of a box or carton is damaged, reject
the entire box or carton. Contractor will provide and maintain a jacking or fitting tool to
minimize the joint gap tolerance of each joint from the pipe interior. This tool shall be
adequate to force the bell and spigot joint gap tolerance to 1/8 inch or less. The tool
shall remain with each welding operation to ensure the equipment is readily accessible
to the welders and is not overlooked when fitting is required.
8. All welding shall be completed with a minimum of two weld passes. Three passes or
more will be required for steel thickness greater than 0.375 inches, and as required to
meet the specified welding procedures. These requirements are in addition to the
maximum coating temperature limitations.
9. In all welding, the metal shall be deposited in successive passes. Not more than 1/8 inch
of metal shall be deposited in each pass. Each pass except the final one, whether in butt
or fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses and
to remove dirt, slag, or flux before the succeeding bead is applied. Each pass shall be
thoroughly fused into the plates at each side of the welding groove or fillet and shall not
Steel Pipe and Fittings 33 1113.13 - 19
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
be permitted to pile up in the center of the weld. Undercutting along the side shall not
be permitted.
10. Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting
and/or any other defects.
11. If the ends of the pipe are laminated, split or damaged to the extent that satisfactory
welding contact cannot be obtained, the pipe will be replaced at no additional cost to
the Owner and the defective joint removed from the Site.
12. Furnish each welder employed with a steel stencil for marking the welds, so that the
work of each welder may be identified. Have each welder stencil the pipe adjacent to
the weld with the stencil assigned to him. In the event any welder leaves the job, his
stencil shall be voided and not duplicated if another welder is employed.
13. Keep daily welding reports which identify the welder's name and the joint welded.
Joints must be shown on the daily welding reports with the identification number
assigned in the lay drawings (ex. ID#1— ID#2). Provide three copies of all daily welding
reports to Owner's representative each month.
14. Use only competent, skilled, and qualified workmen. Each welder employed by the
Installation Contractor shall be AWWA C206 and AWS D1.1 certified according to the
Welding Procedure Qualification approved for the Project. All welders shall have been
certified within the last 6 months or shall provide a welding continuity log to be allowed
to weld on the line. Field welding shall be provided by one of the following firms:
a. Thompson Pipe Group, (972) 262-3600.
b. Fuller's Service Company, Barry Fuller, (817) 477-3841.
c. Scott's Welding, Scott Fowler, (972) 978-7865.
d. Eddie's Welding Service, Eddie Pierce, (817) 909-6089.
e. National Welding Corporation, Nash Williams, (801) 255-5959.
f. Rangeline Pipeline Services, LLC, (888) 722-7457.
g. Others may be accepted pending approval by Owner or Engineer.
15. After each welder has qualified in the preliminary tests referred to above, inspections
shall be made of joints in the line. Any welder making defective welds shall not be
allowed to continue to weld.
16. Visual tests and magnetic particle tests in accordance with AWWA C206, ASTM E709,
and E1444 shall be performed by the Installation Contractor's independent testing
laboratory on all welded joints. Welds that prove to be defective will be replaced or
repaired, whichever is deemed necessary by the Engineer, at Installation Contractor's
expense. The Installation Contractor shall provide adequate ventilation and a safe
environment for welding inspector. Inspections will be made on a weekly or bi-weekly
basis as determined by the Owner. The Installation Contractor shall cooperate with the
welding inspector to allow efficient inspections.
17. If the Installation Contractor disagrees with the Engineer's interpretation of welding
tests, test sections may be cut from the joint for physical testing. The Installation
Contractor shall bear the expense of repairing the joint, regardless of the results of
Steel Pipe and Fittings 33 1113.13 - 20
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
physical testing. The procedure for repairing the joint shall be approved by the Engineer
before proceeding.
G. Inside Joint Grouting for Pipe with Shop -Applied Mortar Lining: Upon completion of
backfilling of the pipe trench and inspection of interior welds, fill the inside joint recess with
a stiff cement mortar. Prior to placing of mortar, clean out dirt or trash which has collected
in the joint, and moisten the concrete surfaces of the joint space by spraying or brushing
with a wet brush. Where the mortar joint opening is 2 inches or wider, apply a bonding
agent to mortar and steel surface prior to placing joint mortar. Ram or pack the stiff mortar
into the joint space and take extreme care to ensure that no voids remain in the joint space.
After the joint has been filled, level the surfaces of the joint mortar with the interior
surfaces of the pipe with a steel trowel so that the surface is smooth.
H. Flanged Joints: Flange bolt torque and sequence shall be determined by the pipe
manufacturer in accordance with AWWA C604 and AWWA M11. Use lubricant for threads
and washers. Before the joint is assembled, thoroughly clean the flange faces of foreign
material. Center the gasket in the connecting flanges and draw -up watertight, without
unnecessarily stressing the flanges. Tighten bolts in a progressive diametrically opposite
sequence and torqued with a suitable, approved, and calibrated torque wrench. Torque
values shall be as recommended by the pipe manufacturer. Apply clamping torque to the
nuts only.
I. Special Requirements for Weld-After-Backfill:
1. Quality Control:
a. If Installation Contractor elects to weld-after-backfill any joints, special techniques
shall be used to limit damage to the exterior heat shrink sleeves. Weld procedures
for weld-after-backfill shall meet the heat limitations of the proposed coating
system.
Each welder shall be required to demonstrate that no unacceptable damage will
occur to the heat shrink sleeve. Each welder shall demonstrate their ability to
perform welding of the joints in compliance with the welding requirements,
including weld profile, penetration depth, travel speed control, and temperature
control. The following information shall be recorded for each joint tested:
1). Welder's name.
2). Weld procedure to be used.
3). Voltage setting of the welder.
4). Amperage setting of the welder.
5). Average electrode speed (inches per minute).
6). Calculation of the heat input to the weld, in Joules. Use the following equation:
Amperage (1) x Voltage (E) x 60 = Heat Input Travel Speed (V)
7). Record steel pipe temperature measurements in 11.5-degree increments
around the circumference of the joint. Read the temperature using heat stick
methods or with a digital infrared thermometer. Record the temperature at the
weld immediately following the completion of the weld. Record the
Steel Pipe and Fittings 33 1113.13 - 21
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
temperature at locations 1 inch, 2 inches, and 3 inches from the weld, on either
side of the weld, during the welding process.
8). Measure and record the highest interior weld temperature produced during
successful weld-after-backfill testing. Measure the temperature at
approximately 3 inches below the welding arc concurrent to the welding.
Welders shall not exceed this temperature while using this welding procedure.
c. The test joint shall be backfilled and each welder proposed for the Project shall be
tested. Tests shall be conducted on prototype test joint with the minimum wall
thickness for each type of sleeve used on the Project.
d. Each welder shall provide a complete weld for a minimum of 2 feet of weld
overhead and below head.
e. The test joint will be excavated after welding and destructively tested.
1). After welding, a visual inspection of the sleeve will be made to verify there is no
unacceptable damage to the exterior heat shrink sleeve and coating protection.
Sleeves shall have no visible burns, excessive wrinkles, or holidays. Sleeves shall
not have areas of dis-bonded coating or dis-bonding of the heat -shrink sleeve,
except for limited carbonization zone.
2). The heat shrink sleeve shall be tested by an adhesion test in accordance with
ASTM D1000, AWWA C216, and C222. Test shall meet an adhesion value of 15
lb -inch. Test shall be performed directly over the weld (parallel) and
perpendicular to the weld. The sleeve backing shall not rip, tear, split or
separate from the adhesive material. The test shall be done a minimum of 24
hours after welding.
3). Demonstration section shall be completely removed and legally disposed of
after successful completion of the demonstration, or prior to final acceptance of
the Project.
Excavate the first two joints for evaluation of the joint coating condition. Engineer
will randomly select up to three additional post -welded joints for excavation by
Installation Contractor for evaluation of joint coating condition. Joint coating will be
destructively evaluated by the Engineer. Should the inspection of the exterior
coating reveal damage in the opinion of the Engineer, the test will be considered a
failure and the coating will be removed and replaced at no additional cost to the
Owner. The test for the failed welder may be repeated on another joint, with the
approval of the Engineer.
g. If any excavated weld-after-backfill joint exhibits any heat related damage,
Installation Contractor shall modify and test a new weld-after-backfill procedure
prior to completing any additional welded joints. Installation Contractor shall
demonstrate that the revised joint welding procedure will not significantly damage
the coating by repeating the weld-after-backfill evaluation requirements, including
excavation of the three additional joints randomly selected for destructive
evaluation.
h. Installation Contractor will remove and replace joint heat shrink sleeve upon
completion of the evaluation.
Steel Pipe and Fittings 33 1113.13 - 22
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
2. Materials:
"Weld-After-Backfill" or post -welded joints are defined as welded pipe joints that
have been coated and backfilled prior to completing interior welds.
Weld-after-backfill joints shall be coated and protected as follows. Approved
materials shall be in accordance with Section 09 97 16 "Pipeline Coatings and
Linings." Joint coatings shall be heat shrink joint sleeves only. Tape wrapped joints
will not be acceptable.
c. Holdback primer shall be suitable for weld-after-backfill conditions. Primer shall not
result in running or melting of the coating or cause toxic fumes when heated during
weld-after-backfill joints. Primer shall not exhibit binder breakdown in the heat -
affected zone. Binder breakdown causes loss of joint coating adhesion to the
holdback primer. Tape primers are not allowed.
d. Filler mastic materials shall be high -temperature materials with 500 F minimum
melting point.
e. Filler mastic will be Denso North America or Trenton Corporation products.
3. Installation:
a. Installation of heat shrink sleeves shall comply with the requirements of the
Specifications and AWWA C216.
b. Joints shall be buried prior to welding, with not less than 12 inches of soil or
flowable fill material above the pipe, including side and bottom of trench.
c. Prior to welding, remove hold -back primer from I.D. of bell and O.D. of spigot with
a power steel brush to prevent contamination of welds.
d. Welding of the Joints:
1). All welding shall be wire -fed or with stick electrodes. Provide two or more weld
passes as required to meet the approved AWS welding procedures and
maximum coating temperature limitations. Not more than 1/8 inch shall be
deposited per weld pass. Weld-after-backfill procedures must be approved by
the Engineer based on field testing demonstrating the welding procedures can
comply with the requirements herein and Section 09 97 16 "Pipeline Coatings
and Linings".
2). Welding speed, amperage, and voltage shall be as required to maintain a
maximum heat input of 23,000 joules or a maximum surface temperature at the
coating/steel interface of 500 F, whichever is least.
3). Maximum weld temperature and duration shall not result in significant
carbonization of the joint coating adhesive or adversely affect the integrity of
the sleeve. Significant carbonization is the loss of volatile organic compounds
that results in substantial loss of tackiness, adhesion to the steel, and corrosion
protection properties.
4). Finished joint coating shall not have any visible creases or folds in more than 50
percent of the joint coating backing material or that extend through both the
inner protective layer and outer joint sleeve. A slight surface deformation of the
Steel Pipe and Fittings 33 1113.13 - 23
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
sleeve may be deemed acceptable if the underlying layers are not compromised
beyond slight carbonization.
e. The heat -shrink sleeve shall be electrically tested for holidays per Section 09 97 16
"Pipeline Coatings and Linings."
3.02 PROTECTIVE COATINGS SYSTEM
A. Perform field coating of joints in accordance with Section 09 97 16 "Pipeline Coating and
Lining." For weld-after-backfill, heat tolerant heat -shrink joint wrapping and special welding
techniques will be used. At the start of the Project, at least one joint of pipe per welder
shall be uncovered at no additional cost to the Owner to verify the exterior joint wrap is not
damaged. Should a change of materials be required, or a new welder employed, additional
test joints may be directed by the Engineer.
B. The Installation Contractor is responsible for ensuring his operations do not damage the
factory or field applied coating system.
C. Protection of Buried Metal: Buried ferrous metal such as flanges, bolts, nuts and couplings
which cannot be protected with factory or field -applied polyurethane coatings or heat
shrink sleeves shall be coated with two wraps of wax tape meeting AWWA C217 as specified
in accordance with Section 09 97 16 "Pipeline Coatings and Linings" and encased in flowable
fill.
D. Repair of Mortar Lining:
Repair lining cracks larger than 1/8 inch in width with approved methods. Pipes with
loose and dis-bonded linings will be rejected. Excessive repair of lining shall not be
permitted. Apply bonding agent to patch area. Patching of lining shall be allowed
where area to be repaired does not exceed 4 square feet and has no dimension greater
than 24 inches. In general, there shall be not more than one patch in the lining of any
joint of pipe. Patching for the manufacture of fittings and specials is acceptable, and not
limited to the maximum square footage described above.
2. Wherever necessary to patch the pipe, make the patch with the mortar indicated. Do
not install patched pipe until the patch has been properly and adequately cured and
unless approved for laying by the manufacturer's technician and by the Engineer.
Shop -applied mortar lined pipe joints requiring patches that exceed the size allowed by
09 97 16 "Pipeline Coatings and Linings" shall be rejected and replaced at no additional
cost to the Owner. The opinion of the Engineer shall be the sole factor in determining
the acceptability of the required repair.
3.03 FIELD QUALITY CONTROL
A. Disinfect the piping system in accordance with Section 33 10 13 "Disinfecting Water Utility
Distribution."
B. Perform a field hydrostatic test in accordance with Section 33 05 05.31 "Hydrostatic
Testing."
END OF SECTION
Steel Pipe and Fittings 33 1113.13 - 24
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
33 12 19 WATER UTILITY DISTRIBUTION FIRE HYRANTS
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish labor, materials, equipment and incidentals necessary to install fire hydrant and
appurtenances, operators, bolts, nuts and gaskets.
1.02 QUALITY ASSURANCE
A. Acceptable Manufacturers:
1. American Darling Model B-84-B
2. East Jordan Iron Works
3. Clow Medallion
4. Mueller Centurion
5. M&H Style 129-09
1.03 SUBMITTALS
A. Submittals shall be in accordance with Section 0133 00 "Submittal Procedures" and shall
include:
1. Hydrant cut sheets and Certification of Compliance with AWWA C502 as record data.
1.04 STANDARDS
A. The applicable provisions of the following standards shall apply as if written here in their
entirety:
1. American National Standards Institute (ANSI) Standards:
ANSI B16.1 Cast Iron Pipe Flanges and Flanged Fittings
2. American Society for Testing and Materials (ASTM) Standards:
ASTM A126
Standard Specification for Gray Iron Castings for Valves, Flanges, and
Pipe Fittings
ASTM A307
Carbon Steel Bolts and Studs, 60,000-psi Tensile Strength
ASTM A325
Standard Specification for Structural Bolts, Steel, Heat Treated,
120/105 ksi Minimum Tensile Strength
ASTM A536
Standard Specification for Ductile Iron Castings
ASTM D2000
Classification System for Rubber Products in Automotive Applications
3. American Water Works Association (AWWA) Standards:
Water Utility Distribution Fire Hydrants 33 12 19 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
Polyethylene Encasement for Ductile -Iron Pipe System
AWWA C105
Standard for Rubber -Gasket Joints
AWWA C111
AWWA C502
Standard for Dry -Barrel Fire Hydrants
4. NSF International
NSF 61 Drinking Water System Components — Health Effects
2.00 PRODUCTS
2.01 FIRE HYDRANTS
A. General: Fire hydrants to be installed as shown on the plans or furnished for general
installation shall be dry -barrel, traffic model conforming to AWWA Standard for Dry -Barrel
Fire Hydrants, AWWA Standard C502.
B. Fire Hydrants shall have a rated working pressure of 250 psi or greater.
C. All fire hydrant components in contact with potable water shall conform to the
requirements of NSF 61.
D. Supplementary Details:
1. Type of Shutoff: Compression type with the flow. Valve action shall provide positive
shutoff at minimum closing torque. Wedge action closing gates shall not be permitted.
Scissor type main valves shall not be permitted unless approved by the Owner's
Representative.
2. Inlet Connection: Mechanical joint unless otherwise specified. Inlet connection shall be
for a 6-inch cast iron pipe with minimum net valve opening of 5-1/4 inches unless
otherwise specified.
3. Delivery Classification: Number and size of pumper and hose nozzles shall be 2 —% inch
hose nozzles and 1— 4-inch steamer nozzle.
4. Bury Length: Ground to bottom of connection pipe shall be 4 feet, or as specified by the
Owner's Representative.
5. Harnessing Lugs: Furnished with the hydrants.
6. Nozzle Cap Gasket: Furnished on all nozzle caps; long life; black rubber; conforming to
Rubber Products in Automotive Applications ASTM D2000 or equal.
7. Drain Valve and Outlet: Hydrants shall be equipped with two drain holes and provided
with an automatic and positively operating, non -corroding drain or dip valve so as to
drain the hydrant completely when the main valve is shut.
8. Direction to Open: Counterclockwise. The number of turns to open shall be in
accordance with AWWA C502, Section 4.6.5.2.
Water Utility Distribution Fire Hydrants 33 12 19 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
9. Operating and Cap Nuts: Insert.
Breakable Type Hydrants: Breakable Or Sleeve Type Couplings: The barrel of the hydrant
between the elbow and the top cap shall be made in two parts connected by a swivel flange
or breakable flange which shall permit facing of the nozzles in any desired direction in
increments of 45 degrees or less. The complete hydrant shall be of such design that when
the hydrant barrel is broken through traffic collision or otherwise, it may be replaced
without disturbing the bottom of the hydrant.
The materials used for gaskets between the upper and lower barrels and the base and
nozzle section shall be compounded to conform to ASTM D2000.
Provision shall be made in the design of the stem to disconnect the stem from the
hydrant parts above the standpipe break point in the event of traffic accidents. If
breakable or sleeve type couplings are used, they shall have sufficient torsional strength
so that a torsional failure of the stem shall occur at some point other than at the
coupling. Design of the coupling shall be such that when the coupling is broken, no
parts shall come loose and fall into the hydrant barrel, and the break shall not occur
through the pins or bolts holding the coupling to the stem.
F. Main Valve Seats: Designed so that incorrect positioning is impossible.
G. Gaskets - Ground Line: The valve body flange gaskets shall be EPDM or an equal approved
by Owner's Representative prior to substitution. They shall be full face or ring type with the
lower flange recessed to hold the gasket in place.
H. Nozzle Cap Chains: In accordance with AWWA C502, Section 4.6.3.2.
I. Flanges: All flanges other than break flanges shall be equipped with mechanical joints.
Gland bolts shall be high -strength, low -alloy, corrosion -resistant steel conforming to ASTM
A325, Type 3.
J. Operating Stems: The spindle of the operating stem and the stem nuts for hydrants having
the operating threads located in the barrel or waterway shall be manganese bronze, Everdur
or stainless steel. Barrel bolts and nuts shall meet the requirements of ASTM A307, 60,000-
psi tensile strength.
K. All working parts in the waterway, except for sliding stem support mechanisms, shall be
bronze -to -bronze or bronze -to -iron.
L. O-Ring: Hydrant stem packing boxes, where needed, shall be provided with O-ring grooves
and sealed with O-rings. 0-rings shall be furnished in lieu of stem packing. They shall be of
the double O-ring type designed so that the rubber rings shall move against a bronze,
stainless steel or other non -corrodible metal surface. O-ring shall be in accordance with
ASTM D2000.
M. Extensions: Fire hydrants shall be designed to accept 6-, 12-, or 18-inch extensions.
N. Hydrant Heads: Nozzle may be faced in any desired direction.
0. Upper Stem Thread Lubrication: Upper stem thread lubrication may be accomplished with
oil or grease.
1. When oil is used, it shall be in conjunction with a functional oil reservoir and an oil filler
port. This lubrication system shall be sealed from the waterway and any external
contaminants by use of O-ring seals. The hydrant shall be factory filled with a low
Water Utility Distribution Fire Hydrants 33 12 19 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
viscosity, FDA approved non -toxic oil lubricant which will remain fluid through a
temperature range of -60 to 150 F. Means for field check of oil lubrication level shall be
provided.
2. When grease is used, the hydrant shall be factory lubricated with food grade grease
such as Lubriplate No. 630-AA (medium soft) or equal. Means for field lubrication
without disassembly shall be provided.
P. Finishes:
1. Exterior:
a. Above Grade:
1). Furnish exterior coating for above grade Fire Hydrant assembly components in
accordance with AWWA C502
2). After placement, the outside of the hydrant above the finished ground line shall
be thoroughly cleaned and painted with two coats of paint in accordance with
Client Standards.
b. Below Grade: Furnish exterior coating for below grade fire hydrant assemblies in
accordance with AWWA C502.
2. Interior: Interior coating for fire hydrant assemblies in accordance with AWWA C502.
3.00 EXECUTION
3.01 INSTALLATION
A. Install hydrants at the locations shown on the Plans or as directed by the Owner's
Representative. Set hydrants truly vertical and securely brace with concrete until self -
standing. Surround hydrants with a minimum of 7 cubic feet of washed gravel or stone to
allow drain outlets to operate.
B. Install fire hydrants using special mechanical joint anchoring fittings. Install a flanged by MJ
gate valve on the main line tee.
C. Wrap and protect the gate valve, including bolts at joints, and the bottom of the fire hydrant
with polyethylene encasement in accordance with AWWA C105 to prevent direct contact
with concrete blocking. At weep holes with filter fabric to prevent dirt and debris from
entering the fire hydrant.
3.02 FIELD QUALITY CONTROL
A. Upon completion of installation of the equipment, conduct an acceptance test to verify the
satisfactory operation of each unit. The test shall be conducted in a manner approved by
and in the presence of the Owner's Representative. Check the unit for general operation
and leakage. The unit shall perform in a manner acceptable to the Owner's Representative
before final acceptance is made by the Owner.
3.03 SCHEDULES
A. Paint the fire hydrants to conform to the Owner's color coding.
Water Utility Distribution Fire Hydrants 33 12 19 - 4
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
END OF SECTION
Water Utility Distribution Fire Hydrants 33 12 19 - 5
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
DIVISION 40
PROCESS INTEGRATION
40 05 43 MISCELLANEOUS VALVES
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish labor, materials, equipment and incidentals necessary to install miscellaneous
valves. Valves and accessories specified in this Section are to be installed only in the absence
of product specifications in other Sections and must be approved by the Engineer. Review
other Sections for specific requirements.
1.02 SUBMITTALS
A. Submittals shall be in accordance with Section 0133 00 "Document Management" and shall
include:
1. Shop Drawings.
2. Operation and Maintenance Manuals.
1.03 GUARANTEE AND WARRANTY
A. Manufacturer shall warrant the equipment and materials furnished under this Section
against defects in materials and workmanship and operational failure for a period of 1 year
from the date of Owner acceptance.
B. In the event of failure of any part or parts of the equipment during the first year of service,
provided that the equipment has been operated and maintained in accordance with good
practice, the Manufacturer shall furnish and deliver a replacement for the defective part or
parts at the Manufacturer's own expense. Manufacturer is also responsible for equipment
freight.
2.00 PRODUCTS
2.01 BALL VALVES
A. PVC
1. PVC Ball Valves shall be furnished for chlorine vacuum and solution lines, alum tanks,
polymer tanks, alum pumps, and polymer pumps and as otherwise indicated.
2. Valves shall be true union, of Type 1 PVC, with PTFE seats, EPDM "0" rings and with
socket end connections.
3. Valves shall be:
a. Chemtrol TU Series Ball Valves,
b. GF Plastic Systems, Inc. Type 375, or
c. Approved equal.
B. Metal
1. 2" and Less
Miscellaneous Valves 40 05 43 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
a. Rated 175 lb. minimum water, oil, air and gas pressure, brass or bronze
construction, seat material as recommended by manufacturer for material
conveying, lever handle, threaded or soldered connections. Throttling valves shall
be provided with memory stops.
b. Valves shall be:
1). Crane, 9302, 9322
2). ITT Grinnell, 3500, 3500SJ
3). Milwaukee, BA-200, BA-250
4). Watts, B-6000, B-6001
5). Nibco, T-580, S-580.
2. 2 %" and Greater
a. 150 Ib. minimum water, oil, air and gas pressure, bronze or carbon steel
construction, seat material as recommended by manufacturer for material
conveying, lever handle, flanged connections. Throttling valves shall be provided
with memory stops.
b. Valves shall be:
1). Watts, G-4000
2). Crane, 941-TF
3). Apollo, 88-100
4). Jamesbury, D150F
2.02 CORPORATION STOPS
A. Corporation stops shall be bronze with tapered plug and flat key operator.
B. Unless otherwise indicated, stops shall have iron pipe thread on inlet and outlet, of the size
indicated.
C. Corporation stops shall be:
1. Mueller H-10046 or
2. Approved equal.
3.00 EXECUTION
3.01 INSTALLATION
A. Carefully handle and install valves in a manner that prevents damage to any part of the
valves. Install valves in accordance with the Manufacturer's instructions.
END OF SECTION
Miscellaneous Valves 40 05 43 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
40 05 61 GATE VALVES
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish labor, materials, equipment and incidentals necessary to install gate valves and
appurtenances, including valve boxes, operators, bolts, nuts and gaskets.
1.02 QUALITY ASSURANCE
A. Acceptable Manufacturers:
1. American -Flow Control.
2. M&H.
3. Mueller.
4. Clow.
1.03 SUBMITTALS
A. Submittals shall be in accordance with Section 0133 00 "Submittal Procedures" and shall
include:
1. Operation and Maintenance Manuals.
2. Shop Drawing: Mechanical joint connections; connections to differing pipe materials.
3. Certified Test Data: Certified Test Reports from the manufacturer's testing facility or an
Owner approved testing laboratory; results of factory hydrostatic tests; pipe and fitting
certification for conformance to ANSI/NSF 61.
1.04 STANDARDS
A. The applicable provisions of the following standards shall apply as if written here in their
entirety:
1. American National Standards Institute (ANSI) Standards:
ANSI B16.1 Cast Iron Pipe Flanges and Flanged Fittings
2. American Society for Testing and Materials (ASTM) Standards:
ASTM A126
Standard Specification for Gray Iron Castings for Valves, Flanges, and
Pipe Fittings
ASTM A536
Standard Specification for Ductile Iron Castings
3. American Water Works Association (AWWA) Standards:
AWWA C111
Rubber -Gasket Joints
AWWA C500
Gate Valves for Water and Sewage Systems
AWWA C509
Resilient Seated Gate Valves for Water and Sewage Systems
Gate Valves 40 05 61- 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
2.00 PRODUCTS
2.01 GATE VALVES
A. General:
1. Unless otherwise specified, gate valves 3 through 24 inches in size shall be in accordance
with AWWA C509, Resilient Wedge. Valves 16 inches and larger shall be provided with
gearing to reduce the maximum required opening and closing torque to 80 ft-lb. Flanges
shall conform to ANSI, Class 125 or 250
Gate valves 2-1/2 inches and smaller shall be bronze, non -rising stem with wedge disc
and screwed ends for 300-psi W.O.G. working pressure. Bronze gate valves shall be
Crane No. 437, Mueller No. H 10914, or approved equal.
Gate: Gate for double disc valves shall be cast iron with bronze mounted wedges and seats.
Gate for resilient seated valves shall be cast iron with rubber -seat compound bonded to the
valve gate.
B. Operators: Operators shall turn counterclockwise to open the valve. Exposed valves shall
have handwheel operators unless otherwise designated. A directional arrow and the word
"open" shall be cast on the handwheel. Valves for buried service shall have a 2-inch square
nut operator and shall be installed with extension stems where required to extend
operating nut to within 12 inches of the finished grade. Provide a cast iron valve box to
enclose the operating stem. Valve box shall be three-piece extension type equal to Mueller
No. 10380 or Clow F2450.
C. Stem and Seal: The non -rising stem shall be bronze with inside screw. Shaft seal shall
employ O-rings or V-type packing.
D. Bell Ends: Where designated, valves shall be mechanical joint or rubber gasketed push on
joints in accordance with the applicable requirements of AWWA C111.
3.00 EXECUTION
3.01 INSTALLATION
A. Carefully handle and lower buried valves into position to prevent damage to any part of the
valves. Place the valve in the proper position with stem truly vertical and securely hold until
connections have been made. Furnish bolts, nuts, and gaskets. The Contractor shall be
responsible for adjusting the valve boxes to the proper length to conform with the ground
surface.
3.02 BLOCKING UNDER GATE VALVE
A. Gate valves 18 inches and larger which are buried shall rest on a concrete pad. Pad shall
extend for the full width of the trench and from back of hub to back of hub (or flange). Care
shall be taken to not interfere with the jointing. Concrete shall be minimum 1500-psi
compressive strength.
3.03 FIELD QUALITY CONTROL
Gate Valves 40 05 61- 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
A. Upon completion of installation of the equipment, an acceptance test to verify the
satisfactory operation of each unit shall be conducted. The test shall be conducted in a
manner approved by and in the presence of the Engineer. The unit shall be checked for
general operation and leakage. The unit must perform in a manner acceptable to the
Engineer before final acceptance will be made by the Owner.
1VL1Z6ISIx4 i[0P►I
Gate Valves 40 05 61- 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
40 05 64 BUTTERFLY VALVES
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish labor, materials, equipment and incidentals necessary to install butterfly valves.
1.02 QUALITY ASSURANCE
A. Acceptable Manufacturers:
1. DeZurik.
2. M&H.
3. CMB/K-Flo.
4. Pratt.
B. Experience Requirements: The Manufacturer shall have had successful experience in
manufacturing tight -closing, rubber -seated butterfly valves for this type service in the sizes
indicated. The Manufacturer shall have at least 10 years' experience in the manufacture of
valves.
C. Manufacturer's Representative for Startup and Testing: The Valve Vendor or Manufacturer
shall provide the services of a competent manufacturer's representative for an indefinite
period of time as required to insure proper adjustment, installation, and operation of the
valve.
1.03 SUBMITTALS
A. Submittals shall be in accordance with Section 0133 00 "Submittal Procedures" and shall
include:
1. Shop Drawings.
2. Operation and Maintenance Manuals.
1.04 STANDARDS
A. The applicable provisions of the following standards shall apply as if written here in their
entirety:
1. American National Standards Institute (ANSI) Standards:
ANSI B16.1 Cast Iron Pipe Flanges and Fittings
2. American Society for Testing and Materials (ASTM) Standards:
ASTM A48
Standard Specification for Gray Iron Castings
Standard Specification for Gray Iron Castings for Valves, Flanges, and
ASTM A126
Pipe Fittings
ASTM A276
Standard Specifications for Stainless Steel Bars
Butterfly Valves 40 05 64 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
ASTM A536
Standard Specification for Ductile Iron Castings
ASTM B148
Standard Specifications for Aluminum Bronze Coatings
3. American Water Works Association (AWWA) Standards:
AWWA C504 Standard for Rubber -seated Butterfly Valves
AWWA C550 Standard for Protective Interior Coatings for Valves and Hydrants
2.00 PRODUCTS
2.01 VALVE CONSTRUCTION
A. General: Butterfly valves supplied under this Contract shall be of the tight -closing, rubber
seated type with rubber seats that are securely attached to the valve disc or body. Valves
shall be bubble tight at rated pressures with flow in either direction and shall be satisfactory
for applications involving valve operation after long periods of inactivity. Butterfly valves
shall conform to the applicable requirements of AWWA C504 and AWWA C550. All valves
for potable water service shall comply with NSF61 standards.
B. Valve Bodies: Valve bodies shall be constructed of cast iron ASTM A126, Class B or ASTM
A48, Class 40 or ductile iron in accordance with ASTM A536, Grade 65/45/12. Valve class
shall be suitable for the pressure class of the adjacent pipe in which it is installed.
C. Valve Discs: Valve discs shall be cast iron conforming to ASTM A126, Class B, aluminum
bronze conforming to ASTM B148, or ductile iron conforming to ASTM A536, Grade
65/45/12.
D. Valve Shafts: Valve shafts shall be turned, ground and polished, constructed of stainless
steel conforming to ASTM A276. Valve shafts may consist of a one-piece unit extending
completely through the valve disc, or may be of the "stub shaft" type, which comprises two
separate shafts inserted into the valve disc hubs. If of the "stub shaft" construction, each
stub shaft shall be inserted into the valve disc hubs for a distance of at least 1-1/2 shaft
diameters. The shaft shall be tightly connected to the disc using tapered or wedged keying
devices.
E. Valve Seats: Valves shall have Neoprene, Buna-N or other synthetic rubber resilient seas to
provide tight shut off at the pressure specified. The mating seat surface shall be ASTM
A276, 18-8 stainless steel or a 95 percent pure nickel overlay. All valves shall have
replaceable, adjustable seats. Valves 30 inches and larger shall have in -line replaceable
seats.
F. Valve Bearings: Valve shall be fitted with sleeve type bearings. Bearings shall be of
corrosion -resistant and "self -lubricated" materials that will not deteriorate natural or
synthetic rubber.
G. Valve Shaft Seals: Where shafts project through the valve bodies for operator connection, a
split-V or O-ring type shaft seal shall be provided.
2.02 VALVE OPERATORS:
Butterfly Valves 40 05 64 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
A. General: The valve operator shall be designed and manufactured in accordance with the
applicable requirements of AWWA C504 and AWWA C540, and shall be arranged for
horizontal or vertical valve shaft installation.
B. Manual Operators:
Manual operators shall have all gearing totally enclosed and shall be pre -lubricated or
grease packed. Operators shall be of the worm gear or travelling nut and link type with
field adjustable stops to prevent over travel in the open or closed positions. The
direction of the manual rotation shall be clockwise to close.
Operators for exposed valves shall be provided with a valve position indicator and a
handwheel or chain and sprocket device. Provide chain and sprocket for valves greater
than 6 feet above walking surface.
3. Operators for buried valves shall have an extended stem with a 2-inch square operating
nut within 12 inches of the finished grade. The stem shall be installed within a section of
6-in C900 PVC pipe which will be used to protect the stem. Provide a cast iron valve box
to enclose the operating stem. Valve box shall be three-piece extension type equal to
Mueller No. 10380 or Clow F2450. Provide the box with a cover marked "Water Valve."
For valves which are installed with the shaft vertical, provide a level gear for vertical
operation of the operating nut.
3.00 EXECUTION
3.01 INSTALLATION
A. Installation shall be in accordance with the Manufacturer's instructions. Valve shaft shall be
truly vertical or horizontal as indicated.
3.02 FIELD QUALITY CONTROL
A. Upon completion of installation of the butterfly valves an acceptance test shall be
conducted to verify the satisfactory operation of the valves. The valves must perform in a
manner acceptable to the Engineer before final acceptance will be made by the Owner.
[aMIX9ISi4419[0L]
Butterfly Valves 40 05 64 - 3
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
40 05 78 AIR RELEASE AND AIR AND VACUUM VALVES
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish labor, materials, equipment and incidentals necessary to install air release and air
and vacuum valves of the sizes and types indicated. Furnish the necessary isolating valves
and piping.
1.02 SUBMITTALS
A. Submittals shall be in accordance with Section 0133 00 "Submittal Procedures" and shall
include:
1. Shop Drawings.
2.00 PRODUCTS
2.01 MANUFACTURED PRODUCTS
A. General:
1. Each air valve shall have a cast iron body, bronze, or stainless steel trim and stainless
steel float. Float shall be baffled to prevent air from blowing valve closed until air is
exhausted.
2. Valve body, float, etc., shall be designed for a working pressure and shall seat at a
minimum pressure shown in the valve schedule, Paragraph 3.02.
3. Air valves shall be manufactured by the Valve and Primer Corporation (APCO), Val-Matic
Manufacturing Corp., or Multiplex Manufacturing Company (Crispin).
4. Top of valve assembly shall be fitted to attach discharge pipe as indicated. Valve inlet
shall be N.P.T. for 2-inch and smaller valves. Valve inlet shall be ANSI flange for 3-inch
and larger valves. Flange rating shall equal or exceed the maximum working pressure.
B. Air Release Valves (AR): Air release valves shall be designed to automatically release
accumulated air pockets within the pipeline while in operation and under pressure. Air
release valves shall be APCO Model 200, Val-Matic Model 38, or Crispin Model P.
C. Air and Vacuum Valves (AV): Air and vacuum valves shall be designed to allow large
volumes of air to escape through the valve orifice when filling a pipeline and to close water
tight once the air has been expelled. Air and vacuum valves shall also permit large volumes
of air to enter through the valve orifice when the pipeline is being drained to break the
vacuum. Air and vacuum valves shall be APCO Model 140, Val-Matic Model 100, or Crispin
Model AL.
D. Combination Air Valves (CAV):
1. Combination air valves shall be heavy duty air and vacuum valves with air release.
2. Combination air valves shall be designed to release accumulations of air at high points
within a pipeline by exhausting large volumes of air as the pipeline is being filled and by
releasing accumulated pockets of air while the pipeline is in operation and under
Air Release and Air and Vacuum Valves 40 05 78 - 1
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
pressure. Combination air valves shall also be designed to permit large volumes of air to
enter the pipeline during pipeline drainage.
Combination air valves shall be APCO Model 140C, Val-Matic Model 200, or Crispin
Model C.
3.00 EXECUTION
3.01 INSTALLATION
A. Carefully handle and install valves vertically in such a manner as to prevent damage to any
part of the valves. Installation shall be in accordance with the Manufacturer's instructions.
Provide nuts, bolts, and gaskets where applicable.
3.02 SCHEDULES
Pressure
Location
Size
Type
WP./Min.P.
No. Required
Milwaukee Water
4"
CAV
150# / 0#
1
Line
f4►1oZeI.S11X4111110101
Air Release and Air and Vacuum Valves 40 05 78 - 2
LUB18410 Bid Package #1— Pressure Zone Delineation and Off -Site Water Lines
APPENDIX A
GEOTECHNICAL DATA
4055 International Plaza, Suite 200 • Fort Worth, Texas 76109 • 817-735-7300 • fax 817-735-7491
TO:
Ryan Opgenorth, PE
FROM:
Mike Shiflett, P.E.
QC:
Micah Hargrave, P.E.
SUBJECT:
Lubbock Elevated Storage Tanks
Site 2 — 2.0 MG Milwaukee Ave EST
DATE:
May 14, 2019
PROJECT: LUB18410
Project Description
www.freese.com
The City of Lubbock is planning a new 2.0-million-gallon elevated storage tank (EST) on Milwaukee Avenue. The
site lies within the southwestern quadrant of the intersection of Milwaukee Avenue and 1041h Street in Lubbock,
Texas. The site is presently undeveloped and appears to be used as a citizen convenience solid waste drop off
station. As a part of the project a new water line will be installed. The line will proceed eastward from the EST
across Milwaukee Avenue, then turn northward and proceed along an easement for about 2,300 feet to 98th
Street.
The EST will be designed and constructed by the selected tank contractor. The Logs of Borings and the laboratory
test results will be provided to the prospective bidders as part of the bid package. The Logs of Borings and test
results comprise the geotechnical data associated with this project. This Geotechnical Memorandum includes
interpretive information on the subsurface and provides discussions on the EST foundation design as well as the
site pavement. The Geotechnical Memorandum has been developed to aid the FNI design team when evaluating
foundation designs submitted by EST bidder and also in the design of the site pavement. The memorandum can
be supplied to others for information purposes but is not considered part of the contract documents.
Scope of Services
The geotechnical scope of services included
• Performing subsurface exploratory borings on the EST site and along the waterline route (clear from
existing utilities)
• Performing laboratory soil classification tests on recovered soil samples
• Developing general foundation design recommendations for the new elevated storage tank for use by the
FNI design team.
Subsurface Exploration
Four exploratory core borings were on the elevated tank location; the borings were drilled to depths of 35 feet to
54 feet. The elevated tank borings are labeled EST2-01 through EST2-04. Five borings were drilled to the 15-foot
depth for the waterline along Milwaukee Avenue right-of-way; these borings are labeled WL2-01 through WL2-
05. Borings were drilled on April 9 and 10, 2019. The drilling operations were performed by Terra Testing, LLC of
Lubbock Elevated Storage Tanks
Site 2 - 2.0 MG Milwaukee Avenue EST
May 14, 2019
Page 2 of 5
Lubbock. The ground surface elevations shown upon the logs of borings were determined during the site survey.
Boring WL2-01 was not surveyed so the ground surface elevation is not shown on the log of boring. The borings
were backfilled upon completion of the drilling and sampling operations. The locations of the borings are shown
upon the Map of Boring Locations attached to this Geotechnical Memorandum.
The site soils are hard and core drilling in the area generally does not include sampling with undisturbed samplers
since such samplers become crushed or crimped when attempting to penetrate the hard soils. Standard
penetration tests using 2-inch split spoon samplers are commonly used to obtain shear strength data and to
recover disturbed soil samples. See the logs of borings for sample depths and results of the field standard
penetration tests.
Laboratory Testing
Samples recovered from the borings were tested for soil classification. The laboratory tests performed were liquid
limits, plastic limits, percent passing No. 200-mesh sieve, moisture content, and sieve analysis through 200-mesh.
Terra Testing provided the laboratory testing. The results of the laboratory tests are provided on each boring log,
a summary sheet of the classification tests, and individual plates presenting the sieve analysis results. Test results
are attached to this Geotechnical Memorandum.
Geology and Subsurface Conditions
The project site is located within the Blackwater Draw geologic formation. This formation consists of fine to
medium grained sand. The geologic description (Geologic Atlas of Texas published by the Bureau of Economic
Geology, University of Texas at Austin) states that the major component of the formation is coarse detrital; minor
is fine detrital. Detrital is a loose mass of stones, sand, silt worn away from rocks, which can be described as an
accumulation of disintegrated material or debris from sedimentary rocks. The Blackwater Draw can be fine to
medium grained sand (detritus), silty, calcareous, locally clayey and can include caliche nodules. Caliche is a
calcium carbonate material that can become cemented to various degrees resulting in caliche nodules, caliche
gravel, or a cemented layer becoming rock -like and each of these calcium carbonate sediment conditions is locally
referred to as caliche.
The findings of the exploratory borings are indicative of the geologic description. In general, the subsurface
materials were found to be hard sandy clay and dense clayey sand. For the four tank borings drilled, the soils
become substantially harder between the 15 to 20-foot depths, or about elevations 3251 to 3246 feet.
Boring EST2-01 continued to deeper depths than the other three tank boring locations. Below elevation 3243 feet
(23-foot depth), very dense clayey sand was encountered and continued down to the termination depth of the
boring at elevation 3212 feet, 54 feet below ground surface.
See the individual Logs of Borings for material descriptions and classification tests.
Groundwater
Groundwater was not encountered in the borings when drilled on April 9 and 10, 2019.
Lubbock Elevated Storage Tanks
Site 2 - 2.0 MG Milwaukee Avenue EST
May 14, 2019
Page 3 of 5
Foundation Design
It will be the responsibility of the elevated tank designer -constructor to select and design the appropriate
foundation type for the site and their specific tank. Some general design comments are provided herein to help
FNI engineers review the tank foundation designs that might be submitted.
Our previous experience on elevated tanks is that tank designers generally prefer incorporating a mat or footing
foundation. A mat foundation or a footing (continuous strip footing or ring beam) can be used at this site for
support of the elevated storage tank.
The upper 10 to 15 feet of soil at the site are not as dense or hard as the deeper soils, but this shallow soil zone is
suitable for 3,000 to 4,000 pounds per square foot (psf) net allowable unit foundation load. This bearing value is
conservative as the variability of the shallow soils is being considered. For the EST foundation and due to the size
of the tank, it will be preferable to place the foundation at deeper depths since the site conditions become harder
and denser, as well as more consistent, when considering subsurface material shear strength for foundation
support.
A mat foundation can be used below elevation 3252 feet (14 feet in EST2-01) and can be sized for a net bearing
of about 6,000 psf. Placing a mat foundation below elevation 3248 feet or deeper will provide greater bearing
capacity of about 10,000 psf.
A ring or strip footing may also be considered for some types of tanks. The soil allowable bearing value for the
footing will be slightly greater than for the mat, will be based upon a bearing capacity formula and dependent
upon width and depth of footing. However, for the reasons stated above, it would be our FNI preference to have
the tank foundation placed at or below the stated elevations to take advantage of the denser materials and for
consistency of support for the foundation.
Placing the foundation at or below elevation 3252 feet will provide the tank designer overburden soils to help
resist wind loads and overturning. Onsite soils used as backfill over the footing or mat should be placed in lifts and
compacted to 95 percent or greater of maximum density as referenced to Standard Proctor density, ASTM D698,
within 2 percent of optimum moisture. A moist unit weight of soil of 120 pounds per cubic foot may be estimated
for the compacted fill. A coefficient of friction between the concrete and the dense subgrade soil of 0.3 may be
used to calculate resistance to sliding.
As always, the tank designer/contractor should observe the foundation excavation subgrade at the time of
construction to confirm that the bearing surface is dense or hard and will provide a uniform surface upon which
the footing/mat can be supported. Placing a mud slab over the exposed subgrade will help to protect the bearing
surface during forming and placing the foundation reinforcing steel.
FNI geotechnical engineers will be available to help review contractor foundation design submittals if requested.
The tank designers may have alternate approaches to the foundation system which we can evaluate.
Pavement
The Milwaukee Avenue site will include reinforced concrete pavement. The proposed pavement will be
• 8 inches reinforced concrete pavement
Lubbock Elevated Storage Tanks
Site 2 - 2.0 MG Milwaukee Avenue EST
May 14, 2019
Page 4 of 5
• 12 inches compacted base material
• 6 inches compacted subgrade.
Pavement design is based upon traffic volume, weight, and repetition which results in pavement fatigue and
anticipated life. For the tank site, traffic volume will not be large, and the loading repetition minimal when
considering roadway traffic volumes. However, wheel loads can be heavy due to equipment and maintenance and
repair. These heavy wheel loads applying a concentrated load to the pavement can crack and fail the pavement if
the pavement section is not sufficiently thick to distribute the load down into the supporting subgrade. Therefore,
the proposed pavement section is considered a thick or heavy pavement and is appropriate for use where heavy,
concentrated loads can be applied due to equipment and machinery such as the tank site.
The existing clayey sand or sandy clay will form the pavement subgrade. The site subgrade soils have sufficient
soil fines and clay content to be treated with hydrated lime but due to the small area, treating the subgrade may
be difficult and a similar benefit for pavement support can be achieved with the 12-inch thick layer of base
material. As presented in the plan details for the pavement, the following material and compaction requirements
are recommended.
• Base Material — TxDOT Item 247, Type A (Grade 1-2), Type D (Type A material or crushed concrete), or
Type E (Caliche, Grade 4). The base material should be compacted to no less than 98 percent of Modified
Proctor density, ASTM D1557, within 2 percent of optimum moisture content.
• Subgrade — Scarify and compact the exposed subgrade to no less than 95 percent of Standard Proctor
density, ASTM D698, within 2 percent of optimum moisture content.
After the foundation has been constructed, utility trenches backfilled and site grades established, it will be
possible to observe the exposed soil subgrade to determine soil type. If the final subgrade soil has a plasticity
index of 15 or greater, and if the contractor desires to treat the subgrade with lime, 6 percent lime should be
adequate, but can be verified at the time of construction. An application rate of 27 pounds of lime per square yard
for a 6-inch compacted thickness or 54 pounds for the 12-inch thickness will provide about 6 percent lime. The 12
inches of treated subgrade should be placed in two compacted lifts to ensure thorough compaction. The 12 inches
of crushed limestone base material provides a greater load carrying capacity than 12 inches of lime treatment.
Positive surface drainage directed away from the pavement is important for pavement performance. The edges
of the concrete pavement should be laterally supported with compacted soil or even better, providing a narrow
shoulder out from the concrete pavement using the crushed limestone base material will help prevent edge
cracking of the concrete and will also help provide surface water drainage away from the pavement.
Limitations
The boring logs presented in this Geotechnical Memorandum contain information related to the types of soil and
rock encountered at specific locations and times and show lines delineating the interface between these materials.
The logs also contain our field representative's interpretation of conditions that are believed to exist in those
depth intervals between the actual samples taken. Therefore, these boring logs contain both factual and
interpretive information. It is not warranted that these logs are representative of subsurface conditions at other
locations and times.
The City of Lubbock may provide this Geotechnical Memorandum to others for information purposes. The use of
the logs of borings are the responsibility of the user, including interpretation of strata, condition of rock, and soil
Lubbock Elevated Storage Tanks
Site 2 - 2.0 MG Milwaukee Avenue EST
May 14, 2019
Page 5 of 5
type information. Users of this information should be aware that verification of the subsurface conditions for
purposes of determining difficulty of excavation, trafficability, or reuse are the responsibilities of the contractor
or user of this information. The logs of borings and laboratory test results as attached to this Geotechnical
Memorandum are considered as the Geotechnical Data and are also presented upon the design plans for the
elevated storage tank. The remaining portions of the memorandum are not considered part of the contract
documents.
Attachments:
Geotechnical Data
• Vicinity Map
• Boring Location Map
• Boring Logs EST2-01 thru EST2-04, WI2-01 thru WI-2-OS, 13 pages
• Boring Log Legend and Nomenclature, 2 pages
• Laboratory Results, 7 pages
FREESE
Geotechnical Data
Attachment
Vicinity Map Figure 1
Boring Location Map
• Elevated Storage Tank Figure 2
• Water Line Figure 3
Boring Logs EST2-01 thru EST2-04,
WL2-1 thru WL2-05, 13 pages
Boring Log Legend and Nomenclature, 2 pages
Laboratory Results, 7 pages
• -� jai{
IU
L '
- � - � 1.0.1•s [-Si
• - = 7 C C r
. W-m-
7
—1,02n d-P � -
v [• i
1:0sl
—2r
O] • E„
Y .
• I
No Text
No Text
WNICHOLS LOG OF BORING NO. EST2-01
Project Description: EST Design and Pressure Zone Delineation - Site 2, Milwaukee Avenue
Project Location: Lubbock, Texas Project No.: LUB18410
Date Drilling Started: 4/10/2019 Phase No.: ****
Logged By: CW Drilling Co.: Terra Testing Date Drilling Completed: 4/10/2019
Rig Type: CME 75 Hammer Type: Automatic Drill Method: HSA
Latitude: 33.499028 Longitude:-101.957633 Elevation: 3266.0 ft.
SAMPLE
e
a
x
F
w
J
W
W
Z W
F
C
IJ
Z
to �V1
W Y
1'
J
a-•
Z
3
UJa.
Z
'o
ZH
W
e
r
m
MATERIAL DESCRIPTION
Z
0
(=i)
W
3
tn`^
J
J
>
aF
Q
0
a
V
a u,
n W Z
W
�
d N
O
Q
3
ZEQ
0
Cr
a
V1
O'
W
D:
C
v 0
Cr~
J
H
K
Z
W
J
0
m
Q0=
==0
W
°�
Q
3
H
Z
z
a
a
ZV)
Q
W
D
H
6-4-3
CLAYEY SAND, brown, loose to medium
sPr-1
(7)
dense, with some clay seams, fine to
medium grained
4-6-5
-scattered gravel at the ground surface
sPr-2
(11)
8
42
28
14
14
4-8-10
SANDY LEAN CLAY, gray, stiff to very stiff, 4/3262.0
5
SPT-3
(18)
calcareous, sand lenses and calcareous
3261
particles
SPT-4
4-5-6
(11)
10
64
33
11
22
6-6-8
(14)
65
SPT-5
10
3256
SPT-6
15-17-14
(31)
SANDY CLAY, fat to lean, yellow red, 14/3252.0
15
hard, with sand lenses and calcareous
3251
sera
11-20-29
(49)
particles
17
50
51
17
34
20
3246
SPT-8
9-16-28
(44)
CLAYEY SAND, and sandy clay layers, pale 23/3243.0
brown, very dense, calcareous, some
laminations, with calcareous nodules
25
3241
SPT-9
42-49-46
(95)
GROUND WATER OBSERVATIONS
Remarks:
Sheet 1 of 2
MEASUREMENT
SZ At Time Of Drilling
1 At End of Drilling
Z After Drilling
DATE
DEPTH (ft.bgs.)
NOTES
None
None
The stratification lines represent approximate strata boundaries, in situ, the transition may be gradual.
WNICHOLS LOG OF BORING NO. EST2-01
Project Description: EST Design and Pressure Zone Delineation - Site 2, Milwaukee Avenue
Project Location: Lubbock, Texas Project No.: LUB18410
Date Drilling Started: 4/10/2019 Phase No.: ****
Logged By: CW Drilling Co.: Terra Testing Date Drilling Completed: 4/10/2019
Rig Type: CME 75 Hammer Type: Automatic Drill Method: HSA
Latitude: 33.499028 Longitude:-101.957633 Elevation: 3266.0 ft.
SAMPLE
e
a
W
Z W
F
x
IJ
Z
to �V1
W Y
1'
J
a-•
F
w
3
a
UJa.
Z
'o
ZH
a W u,
e
r
J
m
MATERIAL DESCRIPTION
W
Z
0
(=i)
W
3
tn`^
J
C
J
>
aF
Q
Z
0
V
n W Z
P5
�
d N
O
Q
3
ZEQ
0
Cr
a
V1
O'
W
D:
C
v 0
Cr~
J
H
K
Z
W
J
0
m
Q0=
==0
W
°�
Q
3
H
Z
z
a
a
ZV)
Q
W
D
H
SPT-10
11-28-28
CLAYEY SAND, and sandy clay layers, pale
(56)
brown, very dense, calcareous, some
16
66
laminations, with calcareous nodules
(continued)
35
3231
SPT-11
17-19-21
(40)
-below 39 feet thin cemented sand
40
seams and layers
3226
SPT-12
15-45-
50/5.75"
45
SPT-13
35_
50/2.00"
3221
50
50/4.00"
-very dense cemented sand layers from
3216
PT-1
50 to 54 feet. Augur refusal at 54 feet.
PT-1
50/1.00"
Total boring depth 54.0 ft.
55
3211
GROUND WATER OBSERVATIONS
Remarks:
Sheet 2 of 2
MEASUREMENT
SZ At Time Of Drilling
1 At End of Drilling
Z After Drilling
DATE
DEPTH (ft.bgs.)
NOTES
None
None
The stratification lines represent approximate strata boundaries, in situ, the transition may be gradual.
WNICHOLS LOG OF BORING NO. EST2-02
Project Description: EST Design and Pressure Zone Delineation - Site 2, Milwaukee Avenue
Project Location: Lubbock, Texas Project No.: LUB18410
Date Drilling Started: 4/9/2019 Phase No.: ****
Logged By: CW Drilling Co.: Terra Testing Date Drilling Completed: 4/9/2019
Rig Type: CME 75 Hammer Type: Automatic Drill Method: HSA
Latitude: 33.499067 Longitude:-101.957546 Elevation: 3266.5 ft.
SAMPLE
e
a
x
F
W
Z W
F
IJ
Z
to �V1
W Y
IR
J
a-•
w
3
Z
'o
Z`�H
e
r
J
m
W
Z
(=i)
W
tn`^
J
C
J
>
aF
Q
Z
0
a
UJ
a W u
W
MATERIAL DESCRIPTION
0
3
V
n W Z
�
a.N
O
Q
3
ZEQ
0
Cr
a
V1
O'
W
=
C
v 0
Cr~
J
H
K
Z
W
J
0
Q0=
W
°�
Q
3
H
Z
z
a
a
ZV)
Q
W
co==O
D
H
SANDY CLAY with GRAVEL, (FILL)
SPT-1
4-4-5
(9)
CLAYEY SAND, brown, loose, fine- to 1/3265.5
medium -grained
SPT-2
5-5-4
(9)
49
SANDY LEAN CLAY, gray, medium stiff to 4/3262.5
5
SPT-3
3-4
(12)
very stiff
3261
3-4-3
(7)
12
58
41
11
30
SPT-4
4-9-10
(19)
SPT-5
10
-sand lenses, some laminations,
3256
SPT-6
7 11 27
(38)
calcareous, fine-grained, with calcareous
60
particles below 10 feet
SANDY LEAN CLAY, yellowish red, stiff, 13/3253.5
with occasional sand lenses, calcareous,
with calcareous nodules
15
3251
SPT-7
7-11-14
(25)
SANDY LEAN CLAY, pale brown, hard, 19/3247.5
20
sand lenses, calcareous, with calcareous
3246
SPT-8
6-30-
50/5.00"
nodules
51
25
-sandier with depth
3241
SPT-9
21-20-23
(43)
GROUND WATER OBSERVATIONS
Remarks:
Sheet 1 of 2
MEASUREMENT
SZ At Time Of Drilling
1 At End of Drilling
Z After Drilling
DATE
DEPTH (ft.bgs.)
NOTES
None
None
The stratification lines represent approximate strata boundaries, in situ, the transition may be gradual.
WNICHOLS LOG OF BORING NO. EST2-02
Project Description: EST Design and Pressure Zone Delineation - Site 2, Milwaukee Avenue
Project Location: Lubbock, Texas Project No.: LUB18410
Date Drilling Started: 4/9/2019 Phase No.: ****
Logged By: CW Drilling Co.: Terra Testing Date Drilling Completed: 4/9/2019
Rig Type: CME 75 Hammer Type: Automatic Drill Method: HSA
Latitude: 33.499067 Longitude:-101.957546 Elevation: 3266.5 ft.
SAMPLE
e
a
W
Z W
F
x
IJ
Z
to �V1
W Y
1'
J
a-•
F
w
3
a
UJ
Z
'o
a W u
e
J
m
MATERIAL DESCRIPTION
W
Z
0
(=i)
W
3
tn`^
J
C
J
>
aF
Q
Z
0
V
n W Z
W
�
a.N
O
Q
3
ZEQ
0
Cr
a
V1
O'
W
=
C
v 0
Cr~
J
H
K
Z
W
J
0
co==O
Q0=
W
°�
Q
3
H
Z
z
a
a
ZV)
Q
W
D
H
18-29-
SANDY LEAN CLAY, pale brown, hard,
SPT-10
50/2.75"
sand lenses, calcareous, with calcareous
nodules (continued)
16-34-
50/4.50"
SPT-11
35
Total boring depth 35.0 ft.
3231
40
3226
45
3221
50
3216
55
3211
GROUND WATER OBSERVATIONS
Remarks:
Sheet 2 of 2
MEASUREMENT
I- At Time Of Drilling
1 At End of Drilling
Z After Drilling
DATE
DEPTH (ft.bgs.)
NOTES
None
None
The stratification lines represent approximate strata boundaries, in situ, the transition may be gradual.
WNICHOLS LOG OF BORING NO. EST2-03
Project Description: EST Design and Pressure Zone Delineation - Site 2, Milwaukee Avenue
Project Location: Lubbock, Texas Project No.: LUB18410
Date Drilling Started: 4/9/2019 Phase No.: ****
Logged By: CW Drilling Co.: Terra Testing Date Drilling Completed: 4/9/2019
Rig Type: CME 75 Hammer Type: Automatic Drill Method: HSA
Latitude: 33.487517 Longitude:-101.957643 Elevation: 3265.8 ft.
SAMPLE
e
a
x
F
W
Z W
F
IJ
Z
to �V1
W Y
1'
J
a-•
w
3
Z
'o
e
J
m
W
Z
(=i)
W
tn`^
J
C
J
>
aF
Q
Z
0
a
UJ
a W u
W
MATERIAL DESCRIPTION
0
3
V
n W Z
�
a.N
O
Q
3
ZEQ
0
Cr
a
V1
O'
W
=
C
v 0
Cr~
J
H
K
Z
W
J
0
Q0=
W
°�
Q
3
H
Z
z
a
a
ZV)
Q
W
co==O
D
H
6-6-9
SANDY LEAN CLAY, brown, stiff to
SPT-1
(15)
medium stiff
3-4-5
(9)
14
60
37
14
23
SPT-2
4-10-16
SANDY LEAN CLAY, gray, stiff to very stiff, 4/3261.8
5
SPT-3
(26)
laminations, calcareous, with calcareous
3261
nodules
SPr-4
5-6-511
(11)1)
63
27
12
15
7-9-5
(14)
SPT-5
10
3256
SPT-6
4-5-12
(17)
SANDY LEAN CLAY, yellowish red, hard, 13/3252.8
laminations, calcareous, with calcareous
nodules
15
3251
SPT-7
12-21-31
(52)
51
20
27-
3246
SPT-8
CLAYEY SAND, pale brown, dense to very 20/3245.8
50/5.50"
dense, laminations, calcareous, with
occasional clay seams, fine- to
medium -grained, with calcareous
nodules.
25
3241
SPT-9
16-37-38
(75)
GROUND WATER OBSERVATIONS
Remarks:
Sheet 1 of 2
MEASUREMENT
SZ At Time Of Drilling
1 At End of Drilling
Z After Drilling
DATE
DEPTH (ft.bgs.)
NOTES
None
None
The stratification lines represent approximate strata boundaries, in situ, the transition may be gradual.
WNICHOLS LOG OF BORING NO. EST2-03
Project Description: EST Design and Pressure Zone Delineation - Site 2, Milwaukee Avenue
Project Location: Lubbock, Texas Project No.: LUB18410
Date Drilling Started: 4/9/2019 Phase No.: ****
Logged By: CW Drilling Co.: Terra Testing Date Drilling Completed: 4/9/2019
Rig Type: CME 75 Hammer Type: Automatic Drill Method: HSA
Latitude: 33.487517 Longitude:-101.957643 Elevation: 3265.8 ft.
SAMPLE
e
a
W
Z W
F
x
IJ
Z
to �V1
W Y
1'
J
a-•
F
w
3
a
UJ
Z
'o
a W u
e
J
m
MATERIAL DESCRIPTION
W
Z
0
(=i)
W
3
tn`^
J
C
J
>
aF
Q
Z
0
V
n W Z
W
�
a.N
O
Q
3
ZEQ
Q0=
0
Cr
a
V1
O'
W
=
C
v 0
z
Cr~
J
a
H
K
Z
W
J
W
0
co==O
W
°�
Q
3
H
Z
a
ZV)
Q
D
H
SPT-10
12-20-27
CLAYEY SAND, pale brown, dense to very
(47)
dense, laminations, calcareous, with
occasional clay seams, fine- to
medium -grained, with calcareous
nodules. (continued)
18-31-47
SPT-11
(78)
35
Total boring depth 35.0 ft.
3231
40
3226
45
3221
50
3216
55
3211
GROUND WATER OBSERVATIONS
Remarks:
Sheet 2 of 2
MEASUREMENT
SZ At Time Of Drilling
1 At End of Drilling
Z After Drilling
DATE
DEPTH (ft.bgs.)
NOTES
None
No-e:::l
The stratification lines represent approximate strata boundaries, in situ, the transition may be gradual.
WNICHOLS LOG OF BORING NO. EST2-04
Project Description: EST Design and Pressure Zone Delineation - Site 2, Milwaukee Avenue
Project Location: Lubbock, Texas Project No.: LUB18410
Date Drilling Started: 4/9/2019 Phase No.: ****
Logged By: CW Drilling Co.: Terra Testing Date Drilling Completed: 4/9/2019
Rig Type: CME 75 Hammer Type: Automatic Drill Method: HSA
Latitude: 33.499079 Longitude:-101.957712 Elevation: 3265.4 ft.
SAMPLE
e
a
x
F
W
Z W
F
IJ
Z
to �V1
W Y
1'
J
a-•
w
3
Z
'o
e
J
m
W
Z
(=i)
W
tn`^
J
C
J
>
aF
Q
Z
0
a
UJ
a W u
P5
MATERIAL DESCRIPTION
0
3
V
n W Z
�
a.N
O
Q
3
ZEQ
0
Cr
a
V1
O'
W
=
C
v 0
Cr~
J
H
K
Z
W
J
0
Q0=
W
°�
Q
3
H
Z
z
a
a
ZV)
Q
W
co==O
D
H
5-5-5
SANDY LEAN CLAY, brown, stiff
SPT-1
(10)
57
3-4-5
(9)
SPT-2
SANDY LEAN CLAY, gray, stiff to very stiff, 3/3262.4
laminations, calcareous, with pale brown
5-6-7
sand inclusions
5
SPT-3
(13)
3260
11-17-14
(31)
g
64
29
12
17
SPT-4
6-7-6
(13)
SPT-5
10
3255
SPT-6
5-6-9
(15)
SANDY LEAN CLAY, yellow red, hard, with 14/3251.4
15
some gray clay, with calcareous nodules
3250
SPT-7
13-20-30
(50)
67
20
3245
SPT-8
12-21-25
(46)
CLAYEY SAND, pale brown, calcareous, 24/3241.4
25
very dense, with some clay, with
3240
29-43-36
calcareous nodules, with occasional
SPT-9
(79)
cemented sand seams
GROUND WATER OBSERVATIONS
Remarks:
Sheet 1 of 2
MEASUREMENT
I- At Time Of Drilling
1 At End of Drilling
Z After Drilling
DATE
DEPTH (ft.bgs.)
NOTES
None
None
The stratification lines represent approximate strata boundaries, in situ, the transition may be gradual.
WNICHOLS LOG OF BORING NO. EST2-04
Project Description: EST Design and Pressure Zone Delineation - Site 2, Milwaukee Avenue
Project Location: Lubbock, Texas Project No.: LUB18410
Date Drilling Started: 4/9/2019 Phase No.: ****
Logged By: CW Drilling Co.: Terra Testing Date Drilling Completed: 4/9/2019
Rig Type: CME 75 Hammer Type: Automatic Drill Method: HSA
Latitude: 33.499079 Longitude:-101.957712 Elevation: 3265.4 ft.
SAMPLE
e
a
W
Z W
F
x
IJ
Z
to �V1
W Y
1'
J
a-•
F
w
3
a
UJ
Z
'o
a W u
e
J
m
MATERIAL DESCRIPTION
W
Z
0
(=i)
W
3
tn`^
J
C
J
>
aF
Q
Z
0
V
n W Z
W
�
a.N
O
Q
3
ZEQ
0
Cr
a
V1
O'
W
=
C
v 0
Cr~
J
H
K
Z
W
J
0
co==O
Q0=
W
°�
Q
3
H
Z
z
a
a
ZV)
Q
W
D
H
SPT-10
34-48-41
CLAYEY SAND, pale brown, calcareous,
(89)
very dense, with some clay, with
calcareous nodules, with occasional
cemented sand seams (continued)
-yellow red below 33 feet
SPT-11
10-11-
50/5.75"
35
Total boring depth 35.0 ft.
3230
40
3225
45
3220
50
3215
55
3210
GROUND WATER OBSERVATIONS
Remarks:
Sheet 2 of 2
MEASUREMENT
SZ At Time Of Drilling
1 At End of Drilling
Z After Drilling
DATE
DEPTH (ft.bgs.)
NOTES
None
None
The stratification lines represent approximate strata boundaries, in situ, the transition may be gradual.
WNICHOLS LOG OF BORING NO. WI-01
Project Description: EST Design and Pressure Zone Delineation - Site 2, Milwaukee Avenue
Project Location: Lubbock, Texas Project No.: LUB18410
Date Drilling Started: 4/10/2019 Phase No.: ****
Logged By: CW Drilling Co.: Terra Testing Date Drilling Completed: 4/10/2019
Rig Type: CME 75 Hammer Type: Automatic Drill Method: HSA
Latitude: 33.498981 Longitude:-101.956765 Elevation:
SAMPLE
e
a
x
F
\Y
w
J
W
W
Z W
F
cHC
C
Z
Vf �V1
W Y
1'
J
a-•
Z
3
UJ
Z
'o
H
W
e
r
m
MATERIAL DESCRIPTION
Z
0
(=i)
W
3
tn`^
J
J
>
aF
Q
0
a
V
a u,
n W Z
W
�
d N
O
Q
3
ZEQ
0
cr
a
V1
O'
W
=
C
v 0
Cr~
J
H
K
Z
W
J
0
m
< 0 =
==O
W
°�
Q
3
H
Z
z
a
a
ZV)
Q
W
D
H
8-10-11
SANDY LEAN CLAY, brown, stiff to very
sPr-1
(21)
stiff, with occasional calcareous particles
7-7-16
(23)
SPT-2
5
(17)
13
56
28
12
16
SPT-3
5-5-3
(8)
SPT-4
6-10-24
SANDY LEAN CLAY, gray, very stiff to $�
sPr-s
(34)
hard, sand lenses, with calcareous
71
nodules, some iron stains
10
SPT-6
12-16-13
(29)
16-20-26
(46)
SPT-7
15
Total boring depth 15.0 ft.
20
25
GROUND WATER OBSERVATIONS
Remarks:
Sheet 1 of 1
MEASUREMENT
I- At Time Of Drilling
1 At End of Drilling
Z After Drilling
DATE
DEPTH (ft.bgs.)
NOTES
None
No-e:::l
The stratification lines represent approximate strata boundaries, in situ, the transition may be gradual.
WNICHOLS LOG OF BORING NO. WI-02
Project Description: EST Design and Pressure Zone Delineation - Site 2, Milwaukee Avenue
Project Location: Lubbock, Texas Project No.: LUB18410
Date Drilling Started: 4/10/2019 Phase No.: ****
Logged By: CW Drilling Co.: Terra Testing Date Drilling Completed: 4/10/2019
Rig Type: CME 75 Hammer Type: Automatic Drill Method: HSA
Latitude: 33.500568 Longitude:-101.956783 Elevation: 3264.3 ft.
SAMPLE
e
a
x
F
\Y
W
Z W
F
cHC
Z
Vf �V1
W Y
1'
J
a-•
w
3
Z
'o
H
e
r
J
m
W
Z
(=i)
W
tn`^
J
C
J
>
aF
Q
Z
0
a
UJ
a W u,
P5
MATERIAL DESCRIPTION
0
3a.
V
n W Z
�
d N
O
Q
3
ZEQ
0
cr
a
V1
O'
W
=
C
v 0
Cr~
J
�^
K
Z
W
J
0
m
< 0 =
==O
W
°�
Q
3
H
Z
z
a
a
ZV)
Q
W
D
H
2-8-9
SANDY LEAN CLAY, very stiff, with
SPT-1
(17)
occasional calcareous particles
8-11-9
(20)
68
SPT-2
5
11-14-8
(22)
3259
SPT-3
10-15-16
(31)
15
81
65
18
47
SPT-4
FAT CLAY with SAND, brown, hard, with 7/3257.3
occasional calcareous particles
sPr-s
17-22-29
(sl)
g g Y, hard to 8.5/3255.8
gray, SANDY LEAN CLAY, light
very stiff, some laminations, with
10
calcareous nodules
3254
SPT-6
14-30-22
(52)
7-10-14
(24)
SPT-7
15
Total boring depth 15.0 ft.
3249
20
3244
25
3239
GROUND WATER OBSERVATIONS
Remarks:
Sheet 1 of 1
MEASUREMENT
I- At Time Of Drilling
1 At End of Drilling
Z After Drilling
DATE
DEPTH (ft.bgs.)
NOTES
None
None
The stratification lines represent approximate strata boundaries, in situ, the transition may be gradual.
WNICHOLS LOG OF BORING NO. WL2-03
Project Description: EST Design and Pressure Zone Delineation - Site 2, Milwaukee Avenue
Project Location: Lubbock, Texas Project No.: LUB18410
Date Drilling Started: 4/10/2019 Phase No.: ****
Logged By: CW Drilling Co.: Terra Testing Date Drilling Completed: 4/10/2019
Rig Type: CME 75 Hammer Type: Automatic Drill Method: HSA
Latitude: 33.502074 Longitude:-101.956785 Elevation: 3265.1 ft.
SAMPLE
e
a
x
F
W
Z W
F
cHC
Z
Vf �V1
W Y
IR
J
a-•
w
3
Z
'o
ZH
e
r
J
m
W
Z
(=i)
W
tn`^
J
C
J
>
aF
Q
Z
0
a
UJ
a W u,
W
MATERIAL DESCRIPTION
0
3a.
V
n W Z
�
d N
O
Q
3
ZEQ
0
Cr
a
V1
O'
W
=
C
v 0
Cr~
J
�^
K
Z
W
J
0
m
< 0 =
==O
W
°�
Q
3
H
Z
Z
a
a
ZV)
Q
W
D
H
3-5-7
SANDY LEAN CLAY, brown, stiff, some
sPr-1
(12)
laminations, with occasional calcareous
particles
sPr-2
6-
(22)
(2z)
MUDSTONE, grayhard indurated clay),2.5/3262.6
very stiff, sandy (CH clay)
SPT-3
5
10(27)13
18
86
68
20
48
3260
6-9-12
(21)
SPT-4
-brown below 7 feet
11-15-21 (36)
17
85
77
18
59
SPT-5
10
3255
SPT-6
14-20-29
(49)
SANDY LEAN CLAY, light gray, hard, slight 12/3253.1
lamination, calcareous, with calcareous
nodules
SPT-7
25-25-22
(47)
15
Total boring depth 15.0 ft.
3250
20
3245
25
3240
GROUND WATER OBSERVATIONS
Remarks:
Sheet 1 of 1
MEASUREMENT
SZ At Time Of Drilling
1 At End of Drilling
Z After Drilling
DATE
DEPTH (ft.bgs.)
NOTES
None
None
The stratification lines represent approximate strata boundaries, in situ, the transition may be gradual.
WNICHOLS LOG OF BORING NO. WI-04
Project Description: EST Design and Pressure Zone Delineation - Site 2, Milwaukee Avenue
Project Location: Lubbock, Texas Project No.: LUB18410
Date Drilling Started: 4/10/2019 Phase No.: ****
Logged By: CW Drilling Co.: Terra Testing Date Drilling Completed: 4/10/2019
Rig Type: CME 75 Hammer Type: Automatic Drill Method: HSA
Latitude: 33.503577 Longitude:-101.956856 Elevation: 3265.4 ft.
SAMPLE
e
a
x
F
w
J
W
W
Z W
F
cHC
C
Z
Vf �V1
W Y
IR
J
a-•
Z
3
UJ
Z
'o
ZH
W
e
r
m
MATERIAL DESCRIPTION
Z
o
(=i)
W
3a.
tn`^
J
J
>
aF
Q
O
a
V
a u,
n W Z
W
�
d N
O
Q
3
ZEQ
<
o
Cr
a.
V1
O'
W
=
c
e o
z
Cr~
J
N
K
Z
W
J
o
m
0 =
==O
W
°�
Q
3
H
Z
a
a
ZV)
Q
W
D
H
4-5-8
SANDY LEAN CLAY, brown, stiff, slight
sPr-1
(13)
laminations, with occasional calcareous
particles
SPT-2
9-12-14
(26)
3/3262.4
MUDSTONE, gray, (hard indurated clay),
hard, sandy (CH clay)
5
u-3
4.5+ (P)
3260
11-14-16
(30)
84
SPT-4
14-25-18
SANDY LEAN CLAY, light gray, hard to 8/3257.4
SPT-5
(43)
very stiff, laminations, calcareous, with
calcareous nodules
10
3255
SPT-6
7-8-14
(22)
6-8-12
(20)
SPT-7
15
Total boring depth 15.0 ft.
3250
20
3245
25
3240
GROUND WATER OBSERVATIONS
Remarks:
Sheet 1 of 1
MEASUREMENT
I- At Time Of Drilling
1 At End of Drilling
Z After Drilling
DATE
DEPTH (ft.bgs.)
NOTES
None
No-e:::l
The stratification lines represent approximate strata boundaries, in situ, the transition may be gradual.
WNICHOLS LOG OF BORING NO. WI-05
Project Description: EST Design and Pressure Zone Delineation - Site 2, Milwaukee Avenue
Project Location: Lubbock, Texas Project No.: LUB18410
Date Drilling Started: 4/10/2019 Phase No.: ****
Logged By: CW Drilling Co.: Terra Testing Date Drilling Completed: 4/10/2019
Rig Type: CME 75 Hammer Type: Automatic Drill Method: HSA
Latitude: 33.504871 Longitude:-101.956848 Elevation: 3266.4 ft.
SAMPLE
e
a
x
F
W
Z W
F
cHC
Z
Vf �V1
W Y
IR
J
a-•
w
3
Z
'o
ZH
e
r
J
m
W
Z
(=i)
W
tn`^
J
C
J
>
aF
Q
Z
0
a
UJ
a W u,
P5
MATERIAL DESCRIPTION
0
3a.
V
n W Z
�
d N
O
Q
3
ZEQ
0
Cr
a
V1
O'
W
=
C
v 0
Cr~
J
�^
K
Z
W
J
0
m
< 0 =
==O
W
°�
Q
3
H
Z
z
a
a
ZV)
Q
W
D
H
4-6-3
SANDY LEAN CLAY, brown, stiff,
SPT-1
(9)
laminations, with occasional calcareous
particles
SPT-2
6-7-8
(15)
Mudstone, gray, (indurated clay) sandy, 4/3262.4
5
SPT-3
9-(28)
(is)
very stiff
Y
3261
18-29-28
SANDY LEAN CLAY, light gray, hard, 6/3260.4
SPT-4
(57)
laminations, calcareous, with calcareous
nodules
SPT-5
18-28-28
(56)
10
3256
SPT-6
32-42-32
(74)
SANDY LEAN CLAY, yellow red, hard, 12/3254.4
slight laminations, calcareous
SPT-7
12-19-19
(38)
15
Total boring depth 15.0 ft.
3251
20
3246
25
3241
GROUND WATER OBSERVATIONS
Remarks:
Sheet 1 of 1
MEASUREMENT
I- At Time Of Drilling
1 At End of Drilling
Z After Drilling
DATE
DEPTH (ft.bgs.)
NOTES
None
None
The stratification lines represent approximate strata boundaries, in situ, the transition may be gradual.
BORING LOG LEGEND AND NOMENCLATURE
Abbreviations
U — Undisturbed Sample (tube) SPT —Standard Penetration Test NT — Not Testable
A — Auger Sample TCP — Texas Cone Penetration NP — Non Plastic
CS — Continuous Sample CFA —Continuous Flight Auger ATD — At Time of Drilling
C — Rock Core HSA — Hollow Stem Auger AD —After Drilling
General Terms
Term Description
Blow Counts Results from either the Standard Penetration Test (SPT) or the Texas Cone Penetration (TCP) test.
Recovery Length of sample or core recovered divided by the total length pushed, driven, or cored (expressed as a %)
Rock Quality Designation (RQD) Cumulative length of unfractured pieces of core material more than 4 inches in length divided by the total
length of material cored (expressed as a percentage)
Consistency of Cohesive Soil
Description Comp. Strength, tsf SPT Blows TCP Blows Criteria
Very Soft < 0.25 0-2 0-8 Sample sags under its own weight and is easily deformed
Soft >_ 0.25 — < 0.5 > 2 — 4 > 8 — 20 Easily pinched between fingers and remolded with light finger pressure
Medium Stiff >_ 0.5 — < 1.0 > 4 — 8 N/A for TxDOT Imprinted easily with fingers and remolded with firm finger pressure
Stiff >_ 1.0 — < 2.0 > 8 — 15 >20 — 40 Imprinted with strong finger pressure or indented easily with fingernail
Very Stiff >_ 2.0 — < 4.0 > 15 — 30 > 40 to 80 Light imprint from finger or light indent with fingernail
Hard >_ 4.0 > 30 >80 Difficult to indent with fingernail
Apparent Density of Cohesionless Soil
Description SPT Blow Count Texas Cone Blow Count
Very Loose 0-4 0-8
Loose >4-10 >8-20
Medium Dense > 10 — 30 > 20 to 80
Dense > 30 — 50 80 to >— 5"
Very Dense > 50 0" to < 5"
Soil Structure
Description Criteria
Stratified Alternating layers of varying material/color with layers >_ 1/4-inch thick
Laminated Alternating layers of varying material/color with layers < 1/4-inch thick
Fissured Breaks along definite planes with little resistance
Slickensided Fracture planes appear polished or glossy; shows movement direction
Blocky Cohesive soil that can be broken into small, angular lumps
Lensed Inclusion of small pockets of soil that is different from dominate type
Homogenous Same color and appearance throughout
Moisture Condition Textural Adjectives
Description Criteria Textural Item Description
Dry Absence of moisture, dusty, dry to the touch Pit Pinhole sized openings
Vug Small openings up to 4 inches in size
Moist Damp but no visible water Cavity Opening larger than 4 inches
Honeycomb Numerous and grouped pits and vugs
Wet Visible free water
Vesicle Small openings in volcanic rocks
irFREESE Copyright Freese and Nichols, Inc., Version 1.4 (September 8, 2014)
m oil =NICHOLS Page 1 of 2
BORING LOG LEGEND AND NOMENCLATURE
Rock Hardness Descriptors
Approx. Comp. Approx.
Grade
Field Test
Strength, tsf TCP Range
Very Soft < 10 - 100 >6"
Can be peeled with pocket knife, crumbles under firm blows of geological hammer
Soft 100 - 500 4" - 6"
Can be peeled with pocket knife with difficulty, indented by firm blows of geological hammer
Hard 500 - 1000 1" - 5"
Cannot be peeled with pocket knife, can be fractured by single firm blow of hammer
Very Hard 1000 - 2000 0" - 2"
Specimen requires more than one blow of geological hammer to fracture it
Extremely Hard > 2000 0"
Specimen requires many blows of geological hammer to fracture it
Degree of Rock Weathering
Description
Criteria
Unweathered
No evidence of chemical or mechanical alteration
Slightly Weathered
Slight discoloration of surface or discontinuities; < 10% volume altered
Weathered
Discoloring evident; 10 to 50% of volume altered
Highly Weathered
Entire mass discolored; alteration through majority of rock
Decomposed
Rock reduced to soil consistency with some rock -like texture
Rock Bedding Structure
Description
Criteria
Laminated
< 3/8 inch
Very Thinly Bedded
3/8-1 inch
Thinly Bedded
1 inch-4 inches
Moderately Bedded
4 inches-1 foot
Thickly Bedded
1 foot-3 feet
Very Thickly Bedded
3-10 feet
Massive
> 10 feet
Soil Column Graphic Symbols*
Graphic Represented Soil Types
Graphic Represented Soil Types
Fat Clay, Fat Clay with sand, Sandy Fat
r•r•
Clay r}}} Well -Graded Sand or Poorly -Graded Sand; little to no fines
® Lean Clay, Lean Clay with sand, Sandy
Lean Clay, Silty Clay Clayey Gravel, Gravel -Sand -Clay Mixtures
® Inorganic Silt and Organic Silt
o Silty Gravel, Gravel -Sand -Silt Mixtures
ElClayey Sand, Clay -Sand Mixtures
Well -Graded Gravel or Poorly -Graded Gravel; little to no fines
Silty Sands, Sand -Silt Mixtures
® Fill with Significant Debris or Deleterious Material
Rock Column Graphic Symbols*
Graphic Represented Rock Types
Graphic Represented Rock Types
Limestone, Shaly/Marty Limestone, Limestone with Shale Marl, Marl with Limestone, Marl with Shale
Shale, Shale with Limestone
❑ Sandstone, Shaly Sandstone, Sandstone with Shale
Mudstone
E]/7
Generic Bedrock Symbol
* Combined graphics may be used for dual classifications.
Not all graphics represented. Refer to lithology description for soil classification or rock type.
irFREESE
m oil
Copyright Freese and Nichols, Inc., Version 1.4 (September8, 2014)
Page 2 of 2
=NICHOLS
■■■EM
■ OEM
TERRA
TERRA TESTING, LLC
LUBBOCK I DALLAS I SAN ANTONIO I WWW.TERRA-TESTING.COM
WW07/r
BUSINESS MEMBER
AMW
AASHTO 1110
Client:
Freese & Nichols INC.
Date of Report:
04-29-2019
Project:
LUB18410, Lubbock, TX
Project No.:
CD-1923
Technician:
Eric Coker
Invoice No.:
239426
Reviewer:
Brandon Caro
Date tested:
04-25-2019
Location:
EST Site 2, Milwaukee Avenue Lubbock.
Page:
2 of 3
MOISTURE CONTENT, PERCENT PASSING #200, & ATTERBERG LIMITS
TEST METHODS ASTM D1140 ASTM D2216 ASTM D4318
* Giclrl Drnrorlllroc
Bore
Hole #
Depth, feet
Moisture Content,
Percent
Liquid
Limit
Plastic
Limit
Plasticity
Index
Percent Passing #200
Sieve
EST2-01
2'-3.5'
8.0%
28
14
14
41.7%
EST2-01
6'-7.5'
9.9%
33
11
22
64.0%
EST2-01
15'-16.5'
16.9%
51
17
34
50.4%
EST2-02
2'-3.5'
--
--
--
--
48.9%
EST2-02
6'-7.5'
11.6%
41
11
30
58.1 %
EST2-03
2'-3.5'
14.4%
37
14
23
60.4%
EST2-03
6'-7.5'
10.7%
27
12
15
63.3%
EST2-04
0'-1.5'
--
--
--
--
56.9%
EST2-04
6'-7.5'
8.2%
29
12
17
64.2%
WL2-01
4'-5. 5'
13.0%
28
12
16
55.8%
WL2-02
6'-7.5'
15.1 %
65
18
47
80.8%
WL2-03
4'-5.5'
18.0%
68
20
48
86.3%
8'-9.5'
17.3%
77
18
59
84.7%
LWL2-0WL3
4
6'-7.5'
--
--
--
--
83.9%
* Field Procedures
Remarks:
Distribution:
Respectfully submitted,
TERRA TE TING, INC.
[ti
Brandon Caro
Laboratory Manager
This report is lorlhe SO le Use of the client addressed. It applieS Only to the sample tested, and does not necessarily represent identical or similar sample. The use of our company name must receive our pnorwritter tensed.
ENVIRONMENTAL I GEOTECHNICAL I MATERIALS TESTING & INSPECTION
5208 MARSHA SHARP FRWY I I.IIBBOCK, TX 79407 I T: 800-793-47(,7 I F: 800-793-4768
TERRA TESTING, LLC
LUBBOCK I DALLAS I SAN ANTONIO I WWIN.TERRA-TESTING.COM
TERRA
Aw�a�
BUSINESS MEMBER
A aQ
AASHTO Hf8
Client:
Freese & Nichols INC.
Date of Report:
05-02-2019
Project:
LUB18410, Lubbock, TX
Project No.:
CD-1923
Technician:
Eric Coker
Invoice No.:
239426
Reviewer:
Brandon Caro
Date tested:
05-01-2019
Location:
Lubbock, TX
Page:
1 of 1
MOISTURE CONTENT, PERCENT PASSING *200, & ATTERBERG LIMITS
TEST METHODS ASTM D1140 ASTM D2216 ASTM D4318
k Fiolrl Prnrorltrroc
Bore
Hole #
Depth' feet
Moisture Content,
Percent
Liquid
Limit
Plastic
Limit
Plasticity
Index
Percent Passing #200
Sieve
EST1-01
45'-46.5'
9.9%
--
--
--
23.6%
EST2-01
30'-31.5'
16.2%
--
--
--
65.9%
EST3-01
35-36.5'
9.5%
--
--
--
45.0%
* Field Procedures
Remarks:
Distribution:
Respectfully submitted,
TERRA TESTING, INC.
Brandon Caro
Laboratory Manager
This report is for the sale use of the client addressed. It applies only to the samp'e tested. and does not necessarily represent identical or similar sample. The use of our company name must receive our prior w tten consent,
ENVIRONMENTAL 1 GEOTECHNICAL I MATERIALS TESTING & INSPECTION
5208 MARSHA SHARP FRWY I LuBBOCK. TX 79407 I T: 806-793-4767 1 F: 806-793-4708
■■■■■■■
CA
W1W
■■■■■■■
■■■■■■■ TERRA TESTING, LLC
BUSINESS MEMBER
■■■■■■■
■■■■■■■ LUBBOCK I DALLAS I SANANTONIO { WWW.TEPRA-TESTING.COM
TERRA
al, 1977
AM
&ASWD RIB
Client:
Freese & Nichols, INC.
Date of Report:
4/23/19
Project:
LUB18410, Lubbock, TX
Project No.:
CD1923
Invoice No.:
239426
Location:
EST2-01, 8'-9.5'
Date Tested:
4/17/19
Technician:
Zayne James
Sample No.:
117364
WET SIEVE ANALYSIS
Sieve No.
Weight retained, g
% Retained
% Retained Cumulative
% Percent
Finer
3/4"
0
0
0
100
3/8"
0
0
0
100
#4
6.27
1.27
1.27
98.73
#10
8.00
1.63
2.90
97.10
#40
10.11
2.06
4.96
95.04
#200
146.16
29.71
34.67
65.33
Pan
321.36
65.33
100
-
Total
491.90
-
-
-
Distribution:
Respectfully submitted,
TERRA TESTING, LLC
5� 1j �7
e_t�
Brandon Caro
Laboratory Manager
This report is for the sole use of the client addressed. It applies only to the sample tested, and does not necessarily represent identical or similar sample. The use of our company name must receive our prior written consent.
ENVIRONMENTAL [ GEOTECHNICAL I MATERIALS TESTING & INSPECTION
5208 MARSHA SHAPv FRWY I LUBBOCK, TX 79407 1 T: 806-793-4767 1 F: 806-793-4768
■■■■■■■
CA
W1W
■■■■■■■
■■■■■■■ TERRA TESTING, LLC
BUSINESS MEMBER
■■■■■■■
■■■■■■■ LUBBOCK I DALLAS I SANANTONIO { WWW.TEPRA-TESTING.COM
TERRA
a", 1977
AM
&ASWD RIB
Client:
Freese & Nichols, INC.
Date of Report:
4/23/19
Project:
LUB18410, Lubbock, TX
Project No.:
CD1923
Invoice No.:
239426
Location:
EST2-02, 10'-11.5'
Date Tested:
4/17/19
Technician:
Zayne James
Sample No.:
117364
WET SIEVE ANALYSIS
Sieve No.
Weight retained, g
% Retained
% Retained Cumulative
% Percent
Finer
3/4"
0
0
0
100
3/8"
6.20
1.16
1.16
98.84
#4
9.99
1.88
3.04
96.96
#10
21.16
3.97
7.01
92.99
#40
36.50
6.85
13.87
86.13
#200
141.43
26.56
40.43
59.57
Pan
317.20
59.57
100
-
Total
532.48
-
-
-
Distribution:
Respectfully submitted,
TERRA TESTING, LLC
5� 1j �7
e_t�
Brandon Caro
Laboratory Manager
This report is for the sole use of the client addressed. It applies only to the sample tested, and does not necessarily represent identical or similar sample. The use of our company name must receive our prior written consent.
ENVIRONMENTAL [ GEOTECHNICAL I MATERIALS TESTING & INSPECTION
5208 MARSHA SHAPv FRWY I LUBBOCK, TX 79407 1 T: 806-793-4767 1 F: 806-793-4768
■■■■■■■
CA
W1W
■■■■■■■
■■■■■■■ TERRA TESTING, LLC
BUSINESS MEMBER
■■■■■■■
■■■■■■■ LUBBOCK I DALLAS I SANANTONIO { WWW.TEPRA-TESTING.COM
TERRA
al, 1977
AM
&ASWD RIB
Client:
Freese & Nichols, INC.
Date of Report:
4/23/19
Project:
LUB18410, Lubbock, TX
Project No.:
CD1923
Invoice No.:
239426
Location:
EST2-02, 20'-21.5'
Date Tested:
4/17/19
Technician:
Zayne James
Sample No.:
117364
WET SIEVE ANALYSIS
Sieve No.
Weight retained, g
% Retained
% Retained Cumulative
% Percent
Finer
3/4"
0
0
0
100
3/8"
21.29
4.07
4.07
95.93
#4
13.47
2.58
6.65
93.35
#10
12.73
2.44
9.09
90.91
#40
24.66
4.72
13.81
86.19
#200
185.47
35.49
49.30
50.70
Pan
264.97
50.70
100
-
Total
522.59
-
-
-
Distribution:
Respectfully submitted,
TERRA TESTING, LLC
5� 1j �7
e_t�
Brandon Caro
Laboratory Manager
This report is for the sole use of the client addressed. It applies only to the sample tested, and does not necessarily represent identical or similar sample. The use of our company name must receive our prior written consent.
ENVIRONMENTAL [ GEOTECHNICAL I MATERIALS TESTING & INSPECTION
5208 MARSHA SHAPv FRWY I LUBBOCK, TX 79407 1 T: 806-793-4767 1 F: 806-793-4768
■■■■■■■
CA
W1W
■■■■■■■
■■■■■■■ TERRA TESTING, LLC
BUSINESS MEMBER
■■■■■■■
■■■■■■■ LUBBOCK I DALLAS I SANANTONIO { WWW.TEPRA-TESTING.COM
TERRA
a", 1977
AM
&ASWD RIB
Client:
Freese & Nichols, INC.
Date of Report:
4/23/19
Project:
LUB18410, Lubbock, TX
Project No.:
CD1923
Invoice No.:
239426
Location:
EST2-03, 15'-16.5'
Date Tested:
4/17/19
Technician:
Zayne James
Sample No.:
117364
WET SIEVE ANALYSIS
Sieve No.
Weight retained, g
% Retained
% Retained Cumulative
% Percent
Finer
3/4"
0
0
0
100
3/8"
7.58
1.08
1.08
98.92
#4
9.90
1.41
2.49
97.51
#10
10.01
1.43
3.92
96.08
#40
14.80
2.11
6.04
43.96
#200
304.05
43.40
49.43
50.57
Pan
354.31
50.47
100
-
Total
700.65
-
-
-
Distribution:
Respectfully submitted,
TERRA TESTING, LLC
5� 1j �7
e_t�
Brandon Caro
Laboratory Manager
This report is for the sole use of the client addressed. It applies only to the sample tested, and does not necessarily represent identical or similar sample. The use of our company name must receive our prior written consent.
ENVIRONMENTAL [ GEOTECHNICAL I MATERIALS TESTING & INSPECTION
5208 MARSHA SHAPv FRWY I LUBBOCK, TX 79407 1 T: 806-793-4767 1 F: 806-793-4768
■■■■■■■
CA
W1W
■■■■■■■
■■■■■■■ TERRA TESTING, LLC
BUSINESS MEMBER
■■■■■■■
■■■■■■■ LUBBOCK I DALLAS I SANANTONIO { WWW.TEPRA-TESTING.COM
TERRA
a", 1977
AM
&ASWD RIB
Client:
Freese & Nichols, INC.
Date of Report:
4/23/19
Project:
LUB18410, Lubbock, TX
Project No.:
CD1923
Invoice No.:
239426
Location:
EST2-04, 15'-16.5'
Date Tested:
4/17/19
Technician:
Zayne James
Sample No.:
117364
WET SIEVE ANALYSIS
Sieve No.
Weight retained, g
% Retained
% Retained Cumulative
% Percent
Finer
3/4"
0
0
0
100
3/8"
0
0
0
100
#4
4.12
0.73
0.73
99.27
#10
5.67
0.99
1.72
98.28
#40
9.67
1.69
3.41
96.59
#200
166.54
29.11
32.52
67.48
Pan
386.13
67.48
100
-
Total
572.20
-
-
-
Distribution:
Respectfully submitted,
TERRA TESTING, LLC
5� 1j �7
e_t�
Brandon Caro
Laboratory Manager
This report is for the sole use of the client addressed. It applies only to the sample tested, and does not necessarily represent identical or similar sample. The use of our company name must receive our prior written consent.
ENVIRONMENTAL [ GEOTECHNICAL I MATERIALS TESTING & INSPECTION
5208 MARSHA SHAPv FRWY I LUBBOCK, TX 79407 1 T: 806-793-4767 1 F: 806-793-4768
4055 International Plaza, Suite 200 • Fort Worth, Texas 76109 • 817-735-7300 • fax 817-735-7491
TO:
Ryan Opgenorth, PE
FROM:
Mike Shiflett, P.E.
QC:
Micah Hargrave, P.E.
SUBJECT:
Lubbock Elevated Storage Tanks
Site 3 — 2.0 MG 82n1 Street EST
DATE:
May 23, 2019
PROJECT: LUB18410
Project Description
OF
..
.......... ..........
M.M. SHIFLETT
43763
02/09/2021
FREESE AND NICHOLS, INC.
TEXAS REGISTERED ENGINEERING
FIRM F-2144
www.freese.com
The City of Lubbock (City) is planning a new 2.0-million-gallon (MG) elevated storage tank (EST) referred to as the
82nd Street EST. The site lies within the southwestern quadrant of the intersection of 82nd Street and Avenue P in
Lubbock, Texas. The proposed tank site lies within City -owned property that is presently used by the Solid Waste
Department, and this property has access from 87t" Street one block west of Avenue P. The elevated tank will be
constructed on the southern end of the property, which is near 87t" Street that intersects with Avenue P to the
east. A 20-inch water line will connect the EST to an existing 16-inch line that runs along Avenue P.
The 2-MG EST will be designed and constructed by the selected tank contractor. The Logs of Borings and the
laboratory test results included in this report will be provided to the prospective bidders as part of the bid package.
The Logs of Borings and test results comprise the geotechnical data associated with this project. This Geotechnical
Memorandum includes interpretive information on the subsurface and provides discussions on the EST
foundation design as well as the site pavement. The Geotechnical Memorandum has been developed to aid the
Freese and Nichols, Inc. (FNI) design team when evaluating foundation designs submitted by the EST bidder and
also in the design of the site pavement. This Geotechnical Memorandum can be supplied to others for information
purposes but is not considered part of the contract documents.
Scope of Services
The geotechnical scope of services included
• Performing subsurface exploratory borings on the EST site and along the water line route (clear from
existing utilities)
• Performing laboratory soil classification tests on recovered soil samples
• Developing general foundation design recommendations for the new EST for use by the FNI design team.
Subsurface Exploration
Four exploratory core borings were drilled for the elevated tank; the borings were drilled to depths of 35 to 60
feet. The elevated tank borings are labeled EST3-01 through EST3-04. Two borings were drilled to the 15-foot
depth for the water line that will connect the EST to an existing 16-inch line along Avenue P; these borings are
Lubbock Elevated Storage Tanks
Site 3 - 2.0 MG 82nd Street EST
May 23, 2019
Page 2 of 5
FREESE
Wall .1CHOLS
labeled WI3-01 and WL3-02. Borings were drilled on April 8 and 9, 2019. The drilling operations were performed
by Terra Testing, LLC of Lubbock. The ground surface elevations shown upon the Logs of Borings were determined
during the site survey. The borings were backfilled upon completion of the drilling and sampling operations. The
locations of the borings are shown upon the Boring Location Map attached to this Geotechnical Memorandum.
The site soils are hard, and core drilling in the area generally does not include sampling with undisturbed samplers
since such samplers become crushed or crimped when attempting to penetrate the hard soils. Standard
penetration tests using 2-inch split spoon samplers are commonly used to obtain shear strength data and to
recover disturbed soil samples. See the Logs of Borings for sample depths and results of the field standard
penetration tests.
Laboratory Testing
Samples recovered from the borings were tested for soil classification. The laboratory tests performed were liquid
limits, plastic limits, percent passing No. 200-mesh sieve, moisture content, and sieve analysis through 200 mesh.
Terra Testing provided the laboratory testing. The results of the laboratory tests are provided on each boring log,
a summary sheet of the classification tests, and individual plates presenting the sieve analysis results. Test results
are attached to this Geotechnical Memorandum.
Geology and Subsurface Conditions
The project site is located within the Blackwater Draw geologic formation. This formation consists of fine- to
medium -grained sand. The geologic description (Geologic Atlas of Texas published by the Bureau of Economic
Geology, The University of Texas at Austin) states that the major component of the formation is coarse detrital;
minor is fine detrital. Detrital is a loose mass of stones, sand, and silt worn away from rocks, which can be
described as an accumulation of disintegrated material or debris from sedimentary rocks. The Blackwater Draw
can be fine- to medium -grained sand (detritus), silty, calcareous, locally clayey and can include caliche nodules.
Caliche is a calcium carbonate material that can become cemented to varying degrees resulting in caliche nodules,
caliche gravel, or a cemented layer becoming rock -like, and each of these calcium carbonate sediment conditions
is locally referred to as caliche.
The findings of the exploratory borings are indicative of the geologic description. In general, the subsurface
materials were found to be stiff to very still sandy clay and dense clayey sand. For the four tank borings drilled,
the soils become substantially harder below about elevation 3,214 feet, except in Boring EST3-1, which becomes
harder below elevation 3,209 feet.
Boring EST3-01 continued to deeper depths than the other three tank boring locations. Below elevation 3,180 feet
(43-foot depth), very dense sand with cemented caliche gravel was encountered and continued down to the
termination depth of the boring at elevation 3,163 feet, 60 feet below ground surface.
See the individual Logs of Borings for material descriptions and classification tests.
Groundwater
Groundwater was not encountered in the borings when drilled on April 8 and 9, 2019.
Lubbock Elevated Storage Tanks
Site 3 - 2.0 MG 82nd Street EST
May 23, 2019
Page 3 of 5
Foundation Design
FREESE
Wall .1CHOLS
It will be the responsibility of the elevated tank designer -constructor to select and design the appropriate
foundation type for the site and their specific tank. Some general design comments are provided herein to help
FNI engineers review the tank foundation designs that might be submitted.
FNI's previous experience on elevated tanks is that tank designers generally prefer incorporating a mat or footing
foundation. A mat foundation or a footing (continuous strip footing or ring beam) can be used at this site for
support of the EST.
The upper 8 to 9 feet of soil in Borings EST3-02, 03, and 04 is not as dense or hard as the deeper soils, but Boring
EST3-01 upper layer of less dense or hard soil extends down to the 15-foot depth. Therefore, Boring EST3-01
governs for the depth of the shallow soil zone, while Boring EST3-04 governs for the allowable bearing. This
shallow soil zone is suitable for 3,000 to 3,500 pounds per square foot (psf) net allowable unit foundation load.
This bearing value is conservative as the variability of the shallow soils is being considered. For the EST foundation
and due to the size of the tank, it will be preferable to place the foundation at deeper depths since the site
conditions become harder and denser, as well as more consistent, when considering subsurface material shear
strength for foundation support.
A mat foundation can be used below elevation 3,208 feet to about elevation 3,198 feet and can be sized for a net
bearing of about 6,000 pounds per square foot (psf). Placing a mat foundation below elevation 3,198 feet or
deeper will provide greater bearing capacity of about 8,500 psf, with Boring EST3-04 governing for bearing
capacity (see SPT values below 30 feet).
A ring or strip footing may also be considered for some types of tanks. The soil allowable bearing value for the
footing will be slightly greater than for the mat and will be based upon a bearing capacity formula dependent
upon the width and depth of the footing. However, for the reasons stated above, it would be our FNI preference
to have the tank foundation placed at or below the stated elevations to take advantage of the denser materials
and for consistency of support for the foundation.
The net allowable bearing values presented above can be summarized as follows:
• Elevation ground surface down to elevation 3,209 feet — Qallowable = 3,500 psf or less
• Elevation 3,208 to 3,198 feet - Qauowabie= 6,000 psf or less
• Elevation 3,197 or deeper - Qallowable= 8,500 psf or less
Placing the foundation at or below elevation 3,208 feet will provide a firm foundation material and more uniform
support than the shallower soils at this site. The tank designer can incorporate overburden soils placed upon the
mat or footing to help resist wind loads and overturning. Onsite soils used as backfill over the footing or mat
should be placed in lifts and compacted to 95 percent or greater of maximum density as referenced to Standard
Proctor density, ASTM D698, within 2 percent of optimum moisture. A moist unit weight of soil of 120 pounds per
cubic foot may be estimated for the compacted fill. A coefficient of friction between the concrete and the dense
subgrade soil of 0.3 may be used to calculate resistance to sliding.
As always, the tank designer/contractor should observe the foundation excavation subgrade at the time of
construction to confirm that the bearing surface is dense or hard and will provide a uniform surface upon which
the footing/mat can be supported. Placing a mud slab over the exposed subgrade will help to protect the bearing
surface during forming and placing the foundation reinforcing steel.
Lubbock Elevated Storage Tanks
Site 3 - 2.0 MG 82nd Street EST
May 23, 2019
Page 4 of 5
FREESE
Wall .1CHOLS
FNI geotechnical engineers will be available to help review contractor foundation design submittals if requested.
The tank designers may have alternate approaches to the foundation system that we can evaluate.
Pavement
The 82nd Street site will include reinforced concrete pavement. The proposed pavement will be
• 8 inches reinforced concrete pavement
• 12 inches compacted base material
• 6 inches compacted subgrade
Pavement design is based upon traffic volume, weight, and repetition, which results in pavement fatigue and
anticipated life. For the tank site, traffic volume will not be large, and the loading repetition minimal when
considering roadway traffic volumes. However, wheel loads can be heavy due to equipment and maintenance and
repair. These heavy wheel loads applying a concentrated load to the pavement can crack and fail the pavement if
the pavement section is not sufficiently thick to distribute the load down into the supporting subgrade. Therefore,
the proposed pavement section is considered a thick or heavy pavement and is appropriate for use where heavy,
concentrated loads can be applied due to equipment and machinery such as the tank site.
The existing sandy clay will probably form the pavement subgrade, although Boring EST3-02 encountered clayey
sand at a shallow depth. Both the sandy clay and clayey sand contain sufficient fines and clay content to be treated
with hydrated lime, but due to the small area, treating the subgrade may be difficult and a similar benefit for
pavement support can be achieved with the 12-inch-thick layer of base material. As presented in the plan details
for the pavement, the following material and compaction requirements are recommended.
• Base Material —Texas Department of Transportation (TxDOT) Item 247, Type A (Grade 1-2), Type D (Type
A material or crushed concrete), or Type E (Caliche, Grade 4). The base material should be compacted to
no less than 98 percent of Modified Proctor density, ASTM D1557, within 2 percent of optimum moisture
content.
• Subgrade — Scarify and compact the exposed subgrade to no less than 95 percent of Standard Proctor
density, ASTM D698, within 2 percent of optimum moisture content.
After the foundation has been constructed, utility trenches backfilled, and site grades established, it will be
possible to observe the exposed soil subgrade to determine soil type. If the final subgrade soil has a plasticity
index of 15 or greater, and if the contractor desires to treat the subgrade with lime, 6 percent lime should be
adequate. An application rate of 27 pounds of lime per square yard for a 6-inch compacted thickness or 54 pounds
for the 12-inch thickness will provide about 6 percent lime. The 12 inches of treated subgrade should be placed in
two compacted lifts to ensure thorough compaction. The 12 inches of crushed limestone base material provide a
greater load carrying capacity than 12 inches of lime treatment.
Positive surface drainage directed away from the pavement is important for pavement performance. The edges
of the concrete pavement should be laterally supported with compacted soil, or even better, provide a narrow
shoulder from the concrete pavement using the crushed limestone base material to help prevent edge cracking
of the concrete and provide surface water drainage away from the pavement.
Lubbock Elevated Storage Tanks
Site 3 - 2.0 MG 82nd Street EST
May 23, 2019
Page 5 of 5
FREESE
Wall .1CHOLS
Since the site soils are clayey, variations in moisture content within the clay can result in expansive soil movement.
The potential vertical movement of the clays shrinking or swelling has been calculated to be about 1% inches at
the ground surface. The presence of varying amounts of caliche within the subsurface have an impact upon the
magnitude of shrink -swell movement. The more the gravelly content of the soil matrix, the less the soil will swell
due to the granular material being non -expansive.
Therefore, the shrink -swell movement may be variable across the tank foundation depending upon the amount
and depth of calcareous nodules or caliche within the sandy clay. The deeper the tank foundation, the less the
amount of expansive soil pressure and movement will be applied to the foundation. At the 15-foot depth where
the allowable bearing capacity is referenced as 6,000 psf, the footing or mat will be of sufficient depth to be below
most if not all of the shallow zone where clay shrink and swell may occur.
Water line
Borings WI3-01 and WI3-02 were drilled along a portion of 871h Street between the proposed tank on the City
property and Avenue P. The two borings encountered sandy lean clay with caliche for the IS -foot depths of the
borings. The two boring locations were dry at the time of drilling. Based upon the information gained from these
two borings, the pipeline trench should be able to be excavated and pipe placed using normal pipeline
construction procedures.
Limitations
The Logs of Borings presented in this Geotechnical Memorandum contain information related to the types of soil
and rock encountered at specific locations and times and show lines delineating the interface between these
materials. The logs also contain our field representative's interpretation of conditions that are believed to exist in
those depth intervals between the actual samples taken. Therefore, these boring logs contain both factual and
interpretive information. It is not warranted that these logs are representative of subsurface conditions at other
locations and times.
The City of Lubbock may provide this Geotechnical Memorandum to others for information purposes. The use of
the Logs of Borings are the responsibility of the user, including interpretation of strata, condition of rock, and soil
type information. Users of this information should be aware that verification of the subsurface conditions for
purposes of determining difficulty of excavation, trafficability, or reuse are the responsibilities of the contractor
or user of this information. The Logs of Borings and laboratory test results as attached to this Geotechnical
Memorandum are considered as the Geotechnical Data and are also presented upon the design plans for the EST.
The remaining portions of the Geotechnical Memorandum are not considered part of the contract documents.
Attachments:
Geotechnical Data
• Vicinity Map
• Boring Location Map
• Boring Logs EST3-01 through EST3-04, WL3-01 and WI3-02, 6 pages
• Boring Log Legend and Nomenclature, 2 pages
• Laboratory Results, 8 pages
WMFREESE
IYICHOLS
Geotechnical Data
Attachment
Vicinity Map Figure 1
Boring Location Map
Elevated Storage Tank Figure 2
Boring Logs EST3-01 through EST3-04,
WL3-1 thru WL3-02, 10 pages
Boring Log Legend and Nomenclature, 2 pages
Laboratory Results, 8 pages
- � r■ r�. �• " �[ 'f�r ai i r -.. --�,,,,5 i.: f'` f- 1�7 i �w a5 � j..� ,�_ � � -
i • . C.- 1 ` l
OIL
_ :-: - - exas 28 tdf
7!-7
_—
1 'Ml St ' — —;nth S
i Y
SOJ�h ate
- -- — - .-- -- - E W;•�ir.
Project• •
w � r 79fn+S
s
� - _ � � 81s1-51 � E=895t•Sy
oil
ZA Lis
I g
... - . f. i i A m !.FMMMMWrMMM' yxt:.a
- tS w
EST3-04
EST3-01
EST3-03
� I
a
EST3-02
N
k` _
A
V,e ii x
A
,h
. ! t
wri..,. _..
t F 1IN
rw
� -. �.,. _.. _. - '1. t.�i'� �. fir♦ 4
WL3-01
■e -... ram,
do
WL3-02`:��:•
• Boring For Elevated Storage Tank
*IMAGE NOT TO SCALE*
N • Boring For Water Line
FNI PROJECT: LUB18410
FREESE
�7-AICHOLS
4055 INTERNATIONAL PLAZA, STE 200
FORT WORTH, TX76109
CITY OF LUBBOCK, TX
Site 3 - 2.0 MG 82nd Street Elevated Storage Tank
FIGURE
02
FILE` T:\GEO\5_Study (GEO)\06_Study
DATE: April 12, 2019
Boring Location Map
PREPARED: SF
MFREESE LOG OF BORING NO. EST3-01
AICHOLS
Project Description: EST Design and Pressure Zone Delineation Site 3, 82nd Street
Project Location: Lubbock, Texas Project No.: LUB18410
Date Drilling Started: 4/9/2019 Phase No.: ****
Logged By: CW Drilling Co.: Terra Testing Date Drilling Completed: 4/9/2019
Rig Type: CME 75 Hammer Type: Automatic Drill Method: HSA
Latitude: 33.515281 Longitude:-101.855330 Elevation: 3222.8 ft.
SAMPLE
o\°
tUJ
C.
J
Z
=W
>
WV
�X
Z
> w
FA
WW
W
wO}
VI
�Y
=
ZZv
F
aFw
0
MATERIAL DESCRIPTION
Z
o
3
1
}
a F
2 z
a
c
o
Zia
WW
o
2
'^
W
aN
a
s
N
��
z
3
0
Q cc
W
Q
o
F
0 o
Z
J
1
Z H
Q
W
m
=�0
3
z
'
N
10-13-19
Sand, Gravel, Clay mixture (FILL)
SPT-1
(32)
5-5-5
SANDY LEAN CLAY, dark yellow brown, 2/3220.8
SPT-2
(1o)
stiff to very stiff
12
62
35
13
22
5
5-8-10
(18)
3218
SPT-3
6-7-9
SANDY LEAN CLAY, pale brown, stiff to 6/3216.8
SPT-4
(16)
very stiff, with occasional sand lenses,
calcareous, with calcareous nodules
(Caliche)
SPT-5
5-8-6
(14)
13
60
39
13
26
10
3213
SPT-6
6-10-8
(18)
CLAYEY SAND, yellow red, dense, some 14/3208.8
15
clay seams, with occasional calcareous
3208
9-14-13
nodules, fine- to medium -grained
SPT-7
(27)
11
40
35
13
22
20
3203
SPT-8
11-18-15
(33)
48
25
13-31-28
3198
CLAYEY SAND, light yellowish red, dense 25/3197.8
SPT-9
(59)
to very dense, slight laminations, with
occasional calcareous nodules, fine- to
medium -grained
30
3193
HPT1,
12-18-18
GROUND WATER OBSERVATIONS
Remarks:
Sheet 1 of 2
MEASUREMENT
SZ At Time Of Drilling
T At End of Drilling
- After Drilling
DATE
DEPTH (ft.bgs.)
NOTES
Dry
Dry
MFREESE LOG OF BORING NO. EST3-01
AICHOLS
Project Description: EST Design and Pressure Zone Delineation Site 3, 82nd Street
Project Location: Lubbock, Texas Project No.: LUB18410
Date Drilling Started: 4/9/2019 Phase No.: ****
Logged By: CW Drilling Co.: Terra Testing Date Drilling Completed: 4/9/2019
Rig Type: CME 75 Hammer Type: Automatic Drill Method: HSA
Latitude: 33.515281 Longitude:-101.855330 Elevation: 3222.8 ft.
SAMPLE
o\°
tUJ
C.
J
Z
=W
>
WV
X
Z
> w
FA
WW
W
wO}
VI
�Y
=
ZZv
F
aFw
0
MATERIAL DESCRIPTION
Z
o
3
1
}
a F
2 z
a
c
o
Zia
WW
o
2
'^
W
aN
a
s
N
��
z
3
0
Q cc
W
Q
o
F
0 o
Z
J
1
Z H
Q
W
m
=�0
3
z
'
N
CLAYEY SAND, light yellowish red, dense
to very dense, slight laminations, with
occasional calcareous nodules, fine- to
medium -grained (continued)
35
3188
SPT-11
17-27-37
(64)
10
45
40
50
3183
SPT-12
SAND, pale brown, very dense, 42.5/3180.3
moderately well cemented with hard
layers, calcareous (Caliche with well
cemented layers, i.e. limestone layers)
45
50/1.00"
3178
PT-1
50
50/3.50"
3173
PT-1
SAND, pale brown, very dense, 52/3170.8
calcareous with occasional gravel seams
(Caliche gravel)
55
50/4.00"
3168
PT-1
41-
50/4.00"
SPT-16
60
Total boring depth 60.0 ft.
3163
GROUND WATER OBSERVATIONS
Remarks:
Sheet 2 of 2
MEASUREMENT
SZ At Time Of Drilling
T At End of Drilling
Y After Drilling
DATE
DEPTH (ft.bgs.)
NOTES
Dry
Dry
MFREESE LOG OF BORING NO. EST3-02
AICHOLS
Project Description: EST Design and Pressure Zone Delineation Site 3, 82nd Street
Project Location: Lubbock, Texas Project No.: LUB18410
Date Drilling Started: 4/9/2019 Phase No.: ****
Logged By: CW Drilling Co.: Terra Testing Date Drilling Completed: 4/9/219
Rig Type: CME 75 Hammer Type: Automatic Drill Method: HSA
Latitude: 33.515354 Longitude:-101.855184 Elevation: 3222.9 ft.
SAMPLE
o\°
tUJ
C.
>
W
VI
�Y
J
Z
=W
>
WV
�X
Z
w
FA
WW
wO}
=
ZZv
F
0
MATERIAL DESCRIPTION
Z
o
3
1
}
a F
2
o
aFw
WW
o
2
'^
aN
a
z
��
z
a
c
3
0
Zia
Q
W
Q
o
0 o
Z
J
s
1
N
H
Q
W
m
cc
=�0
W
3
F
'
Z
N
z
Sand, Gravel, Clay mixture (FILL)
SPT-1
11-14-15
(29)
CLAYEY SAND, dark yellow brown, 2/3220.9
SPT-2
7-8-5
(13)
medium dense, fine- to medium -grained
9
46
34
13
21
5
4-7-9
(16)
3218
SPT-3
8-13-12
(25)
SPT-4
SANDY LEAN CLAY, yellow red, very stiff 8/3214.9
SPT-5
11-17-19
(36)
to hard, with occasional sand lenses, with
69
occasional calcareous nodules
10
3213
SPT-6
12-17-18
(35)
16
66
46
13
33
15
3208
SPT-7
10-14-16
(30)
20
3203
SPT-8
11-13-
10/5.00"
CLAYEY SAND, light yellow red, very 24/3198.9
25
dense to dense, with occasional sand
3198
24-38-46
lenses, calcareous, with calcareous
SPT-9
(84)
nodules, fine- to medium -grained
8
49
44
14
30
GROUND WATER OBSERVATIONS
Remarks:
Sheet 1 of 2
MEASUREMENT
SZ At Time Of Drilling
T At End of Drilling
�_ After Drilling
DATE
DEPTH (ft.bgs.)
NOTES
Dry
Dry
MFREESE LOG OF BORING NO. EST3-02
AICHOLS
Project Description: EST Design and Pressure Zone Delineation Site 3, 82nd Street
Project Location: Lubbock, Texas Project No.: LUB18410
Date Drilling Started: 4/9/2019 Phase No.: ****
Logged By: CW Drilling Co.: Terra Testing Date Drilling Completed: 4/9/219
Rig Type: CME 75 Hammer Type: Automatic Drill Method: HSA
Latitude: 33.515354 Longitude:-101.855184 Elevation: 3222.9 ft.
SAMPLE
o\°
tUJ
C.
J
Z
=W
>
WV
�X
Z
> w
FA
WW
W
wO}
VI
�Y
=
ZZv
F
aFw
0
MATERIAL DESCRIPTION
Z
o
3
1
}
a F
2 z
a
c
o
Zia
WW
o
2
'^
W
aN
a
s
N
��
z
3
0
Q cc
W
Q
o
F
0 o
Z
J
1
Z H
Q
W
m
=�0
3
z
'
N
SPT-10
10-17-z4
CLAYEY SAND, light yellow red, very
(41)
dense to dense, with occasional sand
lenses, calcareous, with calcareous
nodules, fine- to medium -grained
(continued)
14-23-25
SPT-11
(48)
35
Total boring depth 35.0 ft.
3188
40
3183
45
3178
50
3173
55
3168
GROUND WATER OBSERVATIONS
Remarks:
Sheet 2 of 2
MEASUREMENT
SZ At Time Of Drilling
T At End of Drilling
�_ After Drilling
DATE
DEPTH (ft.bgs.)
NOTES
Dry
Dry
MFREESE LOG OF BORING NO. EST3-03
AICHOLS
Project Description: EST Design and Pressure Zone Delineation Site 3, 82nd Street
Project Location: Lubbock, Texas Project No.: LUB18410
Date Drilling Started: 4/9/2019 Phase No.: ****
Logged By: CW Drilling Co.: Terra Testing Date Drilling Completed: 4/9/219
Rig Type: CME 75 Hammer Type: Automatic Drill Method: HSA
Latitude: 33.515141 Longitude:-101.855327 Elevation: 3222.5 ft.
SAMPLE
o\°
tUJ
C.
>
W
VI
�Y
J
Z
=W
>
WV
�X
Z
w
FA
WW
wO}
=
ZZv
F
0
MATERIAL DESCRIPTION
Z
o
3
1
}
a F
2
o
aFw
WW
o
2
'^
aN
a
z
��
z
a
c
3
0
Zia
Q
W
Q
o
0 o
Z
J
s
1
N
H
Q
W
m
cc
=�0
W
3
F
'
Z
N
z
Sand, Gravel, Clay mixture (FILL)
SPT-1
13-13-17
(30)
SANDY LEAN CLAY, dark yellow brown, 2/3220.5
SPT-2
7-6-7
(13)
stiff
10
53
26
11
15
5
6-9-10
(19)
3218
SPT-3
SANDY LEAN CLAY, pale brown, stiff, 6/3216.5
SPT-4
5-7-9
(16)
laminated, calcareous, with calcareous
68
nodules (Caliche)
SPT-5
5-10-12
(22)
9/3213.5
SANDY LEAN CLAY to CLAYEY SAND,
10
yellowish red, stiff to very stiff or medium
3213
10-15-18
dense, with occasional calcareous
SPT-6
(33)
nodules
16
57
44
16
28
15
3208
SPT-7
6-10-14
(24)
10
37
20
8-8-16
3203
CLAYEY SAND, light yellow red, medium 20/3202.5
SPT-8
(24)
dense to very dense, with occasional
10
48
31
10
21
sand lenses, calcareous, with calcareous
nodules
25
3198
SPT-9
17-30-32
(62)
GROUND WATER OBSERVATIONS
Remarks:
Sheet 1 of 2
MEASUREMENT
SZ At Time Of Drilling
T At End of Drilling
�_ After Drilling
DATE
DEPTH (ft.bgs.)
NOTES
Dry
Dry
MFREESE LOG OF BORING NO. EST3-03
AICHOLS
Project Description: EST Design and Pressure Zone Delineation Site 3, 82nd Street
Project Location: Lubbock, Texas Project No.: LUB18410
Date Drilling Started: 4/9/2019 Phase No.: ****
Logged By: CW Drilling Co.: Terra Testing Date Drilling Completed: 4/9/219
Rig Type: CME 75 Hammer Type: Automatic Drill Method: HSA
Latitude: 33.515141 Longitude:-101.855327 Elevation: 3222.5 ft.
SAMPLE
o\°
tUJ
C.
J
Z
=W
>
WV
�X
Z
> w
FA
WW
W
wO}
VI
�Y
=
ZZv
F
aFw
0
MATERIAL DESCRIPTION
Z
o
3
1
}
a F
2 z
a
c
o
Zia
WW
o
2
'^
W
aN
a
s
N
��
z
3
0
Q cc
W
Q
o
F
0 o
Z
J
1
Z H
Q
W
m
=�0
3
z
'
N
SPT-10
11-z7-41
CLAYEY SAND, light yellow red, medium
(68)
dense to very dense, with occasional
sand lenses, calcareous, with calcareous
nodules (continued)
z5
50/5.75"
SPT-11
35
Total boring depth 35.0 ft.
3188
40
3183
45
3178
50
3173
55
3168
GROUND WATER OBSERVATIONS
Remarks:
Sheet 2 of 2
MEASUREMENT
SZ At Time Of Drilling
T At End of Drilling
�_ After Drilling
DATE
DEPTH (ft.bgs.)
NOTES
Dry
Dry
MFREESE LOG OF BORING NO. EST3-04
AICHOLS
Project Description: EST Design and Pressure Zone Delineation Site 3, 82nd Street
Project Location: Lubbock, Texas Project No.: LUB18410
Date Drilling Started: 4/8/2019 Phase No.: ****
Logged By: CW Drilling Co.: Terra Testing Date Drilling Completed: 4/8/2019
Rig Type: CME 75 Hammer Type: Automatic Drill Method: HSA
Latitude: 33.515361 Longitude:-101.855458 Elevation: 3222.7 ft.
SAMPLE
o\°
tUJ
C.
>
W
VI
�Y
J
Z
=W
>
WV
�X
Z
w
FA
WW
wO}
=
ZZv
F
aFw
0
MATERIAL DESCRIPTION
Z
o
3
1
}
a F
2 z
a
o
WW
o
2
'^
aN
a
��
z
c
3
0
Zia
Q
W
Q
o
0 o
Z
J
s
1
N
H
Q
W
m
cc
=�0
W
3
F
'
Z
N
z
Sand, Gravel, Clay mixture (FILL)
SPT-1
8-8-9
(17)
SANDY LEAN CLAY, dark yellow brown, 1/3221.7
medium stiff to stiff
SPT-2
5-5-4
(9)
12
53
27
16
11
5
3-6-6
(12)
3218
SPT-3
SANDY LEAN CLAY to CLAYEY SAND, pale 6/3216.7
SPT-4
6-7-10
(17)
brown, stiff, calcareous, with yellow red
fine-grained sand seams, with calcareous
nodules
SPT-5
8-12-15
(27)
15
65
41
11
30
10
3213
SPT-6
7-11-16
(27)
-clayey sand below 14 feet
15
3208
SPT-7
10-41-17
(58)
48
20
3203
SPT-8
6-9-7
(16)
25
3198
SPT-9
12-28-32
(60)
GROUND WATER OBSERVATIONS
Remarks:
Sheet 1 of 2
MEASUREMENT
SZ At Time Of Drilling
T At End of Drilling
�_ After Drilling
DATE
DEPTH (ft.bgs.)
NOTES
dry
Dry
MFREESE LOG OF BORING NO. EST3-04
AICHOLS
Project Description: EST Design and Pressure Zone Delineation Site 3, 82nd Street
Project Location: Lubbock, Texas Project No.: LUB18410
Date Drilling Started: 4/8/2019 Phase No.: ****
Logged By: CW Drilling Co.: Terra Testing Date Drilling Completed: 4/8/2019
Rig Type: CME 75 Hammer Type: Automatic Drill Method: HSA
Latitude: 33.515361 Longitude:-101.855458 Elevation: 3222.7 ft.
SAMPLE
o\°
tUJ
C.
J
Z
=W
>
WV
�X
Z
> w
FA
WW
W
wO}
VI
�Y
=
ZZv
F
aFw
0
MATERIAL DESCRIPTION
Z
o
3
1
}
a F
2 z
a
c
o
Zia
WW
o
2
'^
W
aN
a
s
N
��
z
3
0
Q cc
W
Q
o
F
0 o
Z
J
1
Z H
Q
W
m
=�0
3
z
'
N
SPT-10
11-14-18
SANDY LEAN CLAY to CLAYEY SAND, pale
(32)
brown, stiff, calcareous, with yellow red
fine-grained sand seams, with calcareous
nodules (continued)
12-13-13
SPT-11
(26)
35
Total boring depth 35.0 ft.
3188
40
3183
45
3178
50
3173
55
3168
GROUND WATER OBSERVATIONS
Remarks:
Sheet 2 of 2
MEASUREMENT
SZ At Time Of Drilling
T At End of Drilling
�_ After Drilling
DATE
DEPTH (ft.bgs.)
NOTES
dry
Dry
rFREESE LOG OF BORING NO. WL3-01
-1AICHOLS
Project Description: EST Design and Pressure Zone Delineation Site 3, 82nd Street
Project Location: Lubbock, Texas Project No.: LUB18410
Date Drilling Started: 4/8/2019 Phase No.: ****
Logged By: CW Drilling Co.: Terra Testing Date Drilling Completed: 4/8/2019
Rig Type: CME 75 Hammer Type: Automatic Drill Method: HSA
Latitude: 33.514900 Longitude:-101.854358 Elevation: 3221.8 ft.
SAMPLE
o\°
tUJ
C.
J
Z
=W
>
WV
�X
Z
> w
FA
WW
W
wO}
VI
�Y
=
ZZv
F
aFw
0
MATERIAL DESCRIPTION
Z
o
3
1
}
a 1.-
2 z
a
c
o
Zia
WW
o
2
'^
W
aN
a
s
N
��
z
3
0
Q cc
W
Q
o
F
0 o
Z
J
1
Z H
Q
W
m
=�0
3
z
'
N
6-7-4
SANDY LEAN CLAY, dark yellow brown,
SPT-1
(11)
stiff
3-4-6
(10)
14
58
39
13
26
SPT-2
9-8-7
SANDY LEAN CLAY, pale brown, stiff to 4/3217.8
5
SPT-3
(15)
very stiff, calcareous, with yellow red
3217
sand seams and layers (Caliche)
SPT-4
6-7-8
(15)
7-8-11
(19)
SPT-5
10
3212
SPT-6
12-15-15
(30)
10-16-16
(32)
SPT-7
15
Total boring depth 15.0 ft.
3207
20
3202
25
3197
GROUND WATER OBSERVATIONS
Remarks:
Sheet 1 of 1
MEASUREMENT
SZ At Time Of Drilling
T At End of Drilling
Y After Drilling
DATE
DEPTH (ft.bgs.)
NOTES
Dry
Dry
rFREESE LOG OF BORING NO. WL3-02
-1AICHOLS
Project Description: EST Design and Pressure Zone Delineation Site 3, 82nd Street
Project Location: Lubbock, Texas Project No.: LUB18410
Date Drilling Started: 4/8/2019 Phase No.: ****
Logged By: CW Drilling Co.: Terra Testing Date Drilling Completed: 4/8/2019
Rig Type: CME 75 Hammer Type: Automatic Drill Method: HSA
Latitude: 33.514886 Longitude:-101.853304 Elevation: 3221.8 ft.
SAMPLE
o\°
tUJ
C.
J
Z
=W
>
WV
�X
Z
> w
FA
WW
W
wO}
VI
�Y
=
ZZv
F
aFw
0
MATERIAL DESCRIPTION
Z
o
3
1
}
a 1.-
2 z
a
c
o
Zia
WW
o
2
'^
W
aN
a
s
N
��
z
3
0
Q cc
W
Q
o
F
0 o
Z
J
1
Z H
Q
W
m
=�0
3
z
'
N
3-4-4
SANDY LEAN CLAY, dark yellow brown,
SPT-1
(8)
medium stiff, with occasional calcareous
particles
SPT-2
2-3-4
(7)
s-5-4
SANDY LEAN CLAY, pale brown, medium 4/3217.8
5
SPT-3
(9)
stiff, calcareous (Caliche)
3217
3-4-6
(10)
62
SPT-4
7-13-13
SANDY LEAN CLAY, yellowish red, stiff to 8/3213.8
SPT-5
(26)
very stiff, with calcareous particles, with
sand layers (Caliche)
10
3212
SPT-6
6-9-17
(26)
18-24-22
(46)
SPT-7
15
Total boring depth 15.0 ft.
3207
20
3202
25
3197
GROUND WATER OBSERVATIONS
Remarks:
Sheet 1 of 1
MEASUREMENT
SZ At Time Of Drilling
T At End of Drilling
Y After Drilling
DATE
DEPTH (ft.bgs.)
NOTES
Dry
Dry
BORING LOG LEGEND AND NOMENCLATURE
Abbreviations
U — Undisturbed Sample (tube) SPT —Standard Penetration Test NT — Not Testable
A — Auger Sample TCP — Texas Cone Penetration NP — Non Plastic
CS — Continuous Sample CFA —Continuous Flight Auger ATD — At Time of Drilling
C — Rock Core HSA — Hollow Stem Auger AD —After Drilling
General Terms
Term Description
Blow Counts Results from either the Standard Penetration Test (SPT) or the Texas Cone Penetration (TCP) test.
Recovery Length of sample or core recovered divided by the total length pushed, driven, or cored (expressed as a %)
Rock Quality Designation (RQD) Cumulative length of unfractured pieces of core material more than 4 inches in length divided by the total
length of material cored (expressed as a percentage)
Consistency of Cohesive Soil
Description Comp. Strength, tsf SPT Blows TCP Blows Criteria
Very Soft < 0.25 0-2 0-8 Sample sags under its own weight and is easily deformed
Soft >_ 0.25 — < 0.5 > 2 — 4 > 8 — 20 Easily pinched between fingers and remolded with light finger pressure
Medium Stiff >_ 0.5 — < 1.0 > 4 — 8 N/A for TxDOT Imprinted easily with fingers and remolded with firm finger pressure
Stiff >_ 1.0 — < 2.0 > 8 — 15 >20 — 40 Imprinted with strong finger pressure or indented easily with fingernail
Very Stiff >_ 2.0 — < 4.0 > 15 — 30 > 40 to 80 Light imprint from finger or light indent with fingernail
Hard >_ 4.0 > 30 >80 Difficult to indent with fingernail
Apparent Density of Cohesionless Soil
Description SPT Blow Count Texas Cone Blow Count
Very Loose 0-4 0-8
Loose >4-10 >8-20
Medium Dense > 10 — 30 > 20 to 80
Dense > 30 — 50 80 to >— 5"
Very Dense > 50 0" to < 5"
Soil Structure
Description Criteria
Stratified Alternating layers of varying material/color with layers >_ 1/4-inch thick
Laminated Alternating layers of varying material/color with layers < 1/4-inch thick
Fissured Breaks along definite planes with little resistance
Slickensided Fracture planes appear polished or glossy; shows movement direction
Blocky Cohesive soil that can be broken into small, angular lumps
Lensed Inclusion of small pockets of soil that is different from dominate type
Homogenous Same color and appearance throughout
Moisture Condition Textural Adjectives
Description Criteria Textural Item Description
Dry Absence of moisture, dusty, dry to the touch Pit Pinhole sized openings
Vug Small openings up to 4 inches in size
Moist Damp but no visible water Cavity Opening larger than 4 inches
Honeycomb Numerous and grouped pits and vugs
Wet Visible free water
Vesicle Small openings in volcanic rocks
irFREESE Copyright Freese and Nichols, Inc., Version 1.4 (September 8, 2014)
m oil =NICHOLS Page 1 of 2
BORING LOG LEGEND AND NOMENCLATURE
Rock Hardness Descriptors
Approx. Comp. Approx.
Grade
Field Test
Strength, tsf TCP Range
Very Soft < 10 - 100 >6"
Can be peeled with pocket knife, crumbles under firm blows of geological hammer
Soft 100 - 500 4" - 6"
Can be peeled with pocket knife with difficulty, indented by firm blows of geological hammer
Hard 500 - 1000 1" - 5"
Cannot be peeled with pocket knife, can be fractured by single firm blow of hammer
Very Hard 1000 - 2000 0" - 2"
Specimen requires more than one blow of geological hammer to fracture it
Extremely Hard > 2000 0"
Specimen requires many blows of geological hammer to fracture it
Degree of Rock Weathering
Description
Criteria
Unweathered
No evidence of chemical or mechanical alteration
Slightly Weathered
Slight discoloration of surface or discontinuities; < 10% volume altered
Weathered
Discoloring evident; 10 to 50% of volume altered
Highly Weathered
Entire mass discolored; alteration through majority of rock
Decomposed
Rock reduced to soil consistency with some rock -like texture
Rock Bedding Structure
Description
Criteria
Laminated
< 3/8 inch
Very Thinly Bedded
3/8-1 inch
Thinly Bedded
1 inch-4 inches
Moderately Bedded
4 inches-1 foot
Thickly Bedded
1 foot-3 feet
Very Thickly Bedded
3-10 feet
Massive
> 10 feet
Soil Column Graphic Symbols*
Graphic Represented Soil Types
Graphic Represented Soil Types
Fat Clay, Fat Clay with sand, Sandy Fat
r•r•
Clay r}}} Well -Graded Sand or Poorly -Graded Sand; little to no fines
® Lean Clay, Lean Clay with sand, Sandy
Lean Clay, Silty Clay Clayey Gravel, Gravel -Sand -Clay Mixtures
® Inorganic Silt and Organic Silt
o Silty Gravel, Gravel -Sand -Silt Mixtures
ElClayey Sand, Clay -Sand Mixtures
Well -Graded Gravel or Poorly -Graded Gravel; little to no fines
Silty Sands, Sand -Silt Mixtures
® Fill with Significant Debris or Deleterious Material
Rock Column Graphic Symbols*
Graphic Represented Rock Types
Graphic Represented Rock Types
Limestone, Shaly/Marty Limestone, Limestone with Shale Marl, Marl with Limestone, Marl with Shale
Shale, Shale with Limestone
❑ Sandstone, Shaly Sandstone, Sandstone with Shale
Mudstone
E]/7
Generic Bedrock Symbol
* Combined graphics may be used for dual classifications.
Not all graphics represented. Refer to lithology description for soil classification or rock type.
irFREESE
m oil
Copyright Freese and Nichols, Inc., Version 1.4 (September8, 2014)
Page 2 of 2
=NICHOLS
TERRA TESTING, LLC
A A'r
BUSINESS MEMBER
MID
AasHTo RIB
■■■■■■
■ m■val
TERRA
(Ji" ,. ,
LUBBOCK I DALLAS I SAN ANTONIO I WWW.TERRA-TESTING.COM
Client:
Freese & Nichols INC.
Date of Report:
04-30-2019
Project:
LUB18410, Lubbock, TX
Project No.:
CD-1923
Technician:
Eric Coker
Invoice No.:
239426
Reviewer:
Brandon Caro
Date tested:
04-29-2019
Location:
EST Site 3, 82nd Street Lubbock.
Page:
3 of 3
PASSING #200,
TEST METHODS ASTM D1140 ASTM D2216 ASTM D4318
Bore
Hole #
Depth, feet
Moisture Content,
Percent
Liquid
Limit
Plastic
Limit
Plasticity
Index
Percent Passing #200
Sieve
EST3-01
2'-3.5'
11.8%
35
13
22
62.4%
EST3-01
8'-9.5'
13.3%
39
13
26
60.3%
EST3-01
15'-16.5'
11.1 %
35
13
22
39.7%
EST3-01
30'-31.5'
13.7%
58
21
37
36.0%
EST3-02
2'-3.5'
8.5%
34
13
21
46.4%
EST3-02
10'-11.5'
15.7%
46
13
33
66.4%
EST3-02
25'-26.5'
8.2%
44
14
30
49.1%
EST3-03
2'-3.5'
10.3%
26
11
15
53.3%
EST3-03
10'-11.5'
15.7%
44
16
28
57.4%
EST3-03
20'-21.5'
10.4%
31
10
21
48.1 %
EST3-04
2'-3.5'
11.7%
27
16
11
53.3%
EST3-04
8'-9.5'
15.1 %
41
11
30
64.8%
WI3-01
2'-3.5'
14.1%
39
13
26
58.3%
* Field Procedures
Remarks:
Respectfully submitted,
TERRA TESTING, INC.
Tb
ry Manager
This report is for the sale use of the diem addressor. It applies only to the sal lasted, and aces not neaessadly represent lifetime at similar samge. me use of our company name must receive our pear xtlrten caner.
ENVIRONMENTAL I GEOTECHNICAL I MATERIALS TESTING & INSPECTION
5208 MARSHA SHARP FRWY I LUBBOCK. TX 79407 1 T. 806-793-4767 1 F: 806-793-4768
■ AWEA AND•■■■■■■ TERRA TESTING, LLC BUSINESS MEMBER yasHronra
■ ■■■
LUBBOCK I DALLAS I SAN ANTONIO I WWW.TERRA-TESTING.COM
TERRA
(Jill" 11); :
Client:
Freese & Nichols INC.
Date of Report:
05-02-2019
Project:
LUB18410, Lubbock, TX
Project No.:
CD-1923
Technician:
Eric Coker
Invoice No.:
239426
Reviewer:
Brandon Caro
Date tested:
05-01-2019
Location:
Lubbock, TX
Page:
1 of 1
MOISTURE CONTENT, PERCENT PASSI
TEST METHODS ASTM D1140 ASTM D2216 ASTM D4318
Bore
Hole #
Depth, feet
Moisture Content,
Percent
Liquid
Limit
Plastic
Limit
Plasticity
Index
Percent Passing #200
Sieve
EST1-01
45'-46.5'
9.9%
23.6%
EST2-01
30'-31.5'
16.2%
65.9%
EST3-01
35-36.5'
9.5%
—
45.0%
* Field Procedures
Remarks:
submitted,
PING. INC.
Brandon Caro
Laboratory Manager
This noted is brtae eWe use Wtoe dienl addressed. It applies only to Me sample tested, and does net necessarily represent identical or similar sample. The use of our company name must receive our poor *nden warent.
ENVIRONMENTAL i GEOTECHNICAL I MATERIALS TESTING &INSPECTION
5208 MARSHA SHARP FRWY I LUBBOCK. TX 79407 1 T: 806-793-4767 1 F: 806-793-4768
TERRA TESTING, LLC
LUBBOCK I DALLAS I SAN ANTONIO I WWW.TERRA-TESTING.COM
TE R RryA
Client: Freese & Nichols, INC.
Project: LUB18410, Lubbock, TX
Location: EST3-01, 20'-21.5'
Technician: Zayne James
WW�rA
BUSINESS MEMBER
R18
Apt
MSIfTfl
Date of Report:
4/23/19
Project No.:
CD1923
Invoice No.:
239426
Date Tested:
4/17/19
Sample No.:
117364
WET SIEVE ANALYSIS
Sieve No.
Weight retained, g
% Retained
% Retained Cumulative
% Percent
Finer
3/4"
0
0
0
100
3/8"
0
0
0
100
#4
5.96
1.29
1.29
98.71
#10
2.74
0.60
1.89
98.11
#40
5.37
1.17
3.06
96.94
#200
224.83
48.83
51.89
48.11
Pan
221.50
48.11
100
-
Total
460.40
-
-
-
Distribution:
Respectfully submitted,
TERRA TESTING, LLC
I I- rl_
Brandon Caro
Laboratory Manager
This report is for the sole use of the client addressed. It applies only to the sample tested, and does not necessarily represent identical or similar sample. The use of our company name must receive our prior written consent.
ENVIRONMENTAL I GEOTECHNICAL I MATERIALS TESTING & INSPECTION
5208 MARS HA SHARP FRWY I LUBBOCK, TX 79407 1 T: 806-793-4767 1 F: 806-793-4768
TERRA TESTING, LLC
LUBBOCK I DALLAS I SAN ANTONIO I WWW.TERRA-TESTING.COM
TE R RryA
Client: Freese & Nichols, INC.
Project: LUB18410, Lubbock, TX
Location: EST3-02, 8'-9.5'
Technician: Zayne James
WW�rA
BUSINESS MEMBER
R18
Apt
MSIfTfl
Date of Report:
4/23/19
Project No.:
CD1923
Invoice No.:
239426
Date Tested:
4/17/19
Sample No.:
117364
WET SIEVE ANALYSIS
Sieve No.
Weight retained, g
% Retained
% Retained Cumulative
% Percent
Finer
3/4"
0
0
0
100
3/8"
0
0
0
100
#4
1.81
0.47
0.47
99.53
#10
4.92
1.27
1.73
98.27
#40
7.81
2.01
3.74
96.26
#200
107.10
27.55
31.29
68.71
Pan
267.10
68.71
100
-
Total
388.74
1-
I-
I-
Distribution:
Respectfully submitted,
TERRA TESTING, LLC
I I- rl_
Brandon Caro
Laboratory Manager
This report is for the sole use of the client addressed. It applies only to the sample tested, and does not necessarily represent identical or similar sample. The use of our company name must receive our prior written consent.
ENVIRONMENTAL I GEOTECHNICAL I MATERIALS TESTING & INSPECTION
5208 MARS HA SHARP FRWY I LUBBOCK, TX 79407 1 T: 806-793-4767 1 F: 806-793-4768
TERRA TESTING, LLC
LUBBOCK I DALLAS I SAN ANTONIO I WWW.TERRA-TESTING.COM
TE R RryA
Client: Freese & Nichols, INC.
Project: LUB18410, Lubbock, TX
Location: EST3-03, 15'-16.5'
Technician: Zayne James
WW�rA
BUSINESS MEMBER
R18
Apt
MSIfTfl
Date of Report:
4/23/19
Project No.:
CD1923
Invoice No.:
239426
Date Tested:
4/17/19
Sample No.:
117364
WET SIEVE ANALYSIS
Sieve No.
Weight retained, g
% Retained
% Retained Cumulative
% Percent
Finer
3/4"
0
0
0
100
3/8"
33.53
6.74
6.74
93.26
#4
12.08
2.43
9.17
90.83
#10
10.75
2.16
11.33
88.67
#40
13.53
2.72
14.04
85.96
#200
244.41
49.11
63.16
36.84
Pan
183.33
36.84
100
-
Total
497.63
1-
I-
I-
Distribution:
Respectfully submitted,
TERRA TESTING, LLC
I I- rl_
Brandon Caro
Laboratory Manager
This report is for the sole use of the client addressed. It applies only to the sample tested, and does not necessarily represent identical or similar sample. The use of our company name must receive our prior written consent.
ENVIRONMENTAL I GEOTECHNICAL I MATERIALS TESTING & INSPECTION
5208 MARS HA SHARP FRWY I LUBBOCK, TX 79407 1 T: 806-793-4767 1 F: 806-793-4768
TERRA TESTING, LLC
LUBBOCK I DALLAS I SAN ANTONIO I WWW.TERRA-TESTING.COM
TE R RryA
Client: Freese & Nichols, INC.
Project: LUB18410, Lubbock, TX
Location: EST3-03, 6'-7.5'
Technician: Zayne James
WW�rA
BUSINESS MEMBER
R18
Apt
MSIfTfl
Date of Report:
4/23/19
Project No.:
CD1923
Invoice No.:
239426
Date Tested:
4/17/19
Sample No.:
117364
WET SIEVE ANALYSIS
Sieve No.
Weight retained, g
% Retained
% Retained Cumulative
% Percent
Finer
3/4"
0
0
0
100
3/8"
5.00
1.25
1.25
98.75
#4
8.20
2.05
3.30
96.70
#10
11.60
2.90
6.21
93.79
#40
16.79
4.20
10.41
89.59
#200
87.04
21.79
32.20
67.80
Pan
270.90
67.80
100
-
Total
399.53
-
-
-
Distribution:
Respectfully submitted,
TERRA TESTING, LLC
I I- rl_
Brandon Caro
Laboratory Manager
This report is for the sole use of the client addressed. It applies only to the sample tested, and does not necessarily represent identical or similar sample. The use of our company name must receive our prior written consent.
ENVIRONMENTAL I GEOTECHNICAL I MATERIALS TESTING & INSPECTION
5208 MARS HA SHARP FRWY I LUBBOCK, TX 79407 1 T: 806-793-4767 1 F: 806-793-4768
TERRA TESTING, LLC
LUBBOCK I DALLAS I SAN ANTONIO I WWW.TERRA-TESTING.COM
TE R RryA
Client: Freese & Nichols, INC.
Project: LUB18410, Lubbock, TX
Location: EST3-04, 15'-16.5'
Technician: Zayne James
WW�rA
BUSINESS MEMBER
R18
Apt
MSIfTfl
Date of Report:
4/23/19
Project No.:
CD1923
Invoice No.:
239426
Date Tested:
4/17/19
Sample No.:
117364
WET SIEVE ANALYSIS
Sieve No.
Weight retained, g
% Retained
% Retained Cumulative
% Percent
Finer
3/4"
0
0
0
100
3/8"
28.79
10.44
10.44
89.56
#4
15.76
5.72
16.16
83.84
#10
19.72
7.15
23.31
76.69
#40
16.57
6.01
29.32
70.68
#200
62.65
22.72
52.04
47.96
Pan
132.22
47.96
100
-
Total
275.71
1-
I-
I-
Distribution:
Respectfully submitted,
TERRA TESTING, LLC
I I- rl_
Brandon Caro
Laboratory Manager
This report is for the sole use of the client addressed. It applies only to the sample tested, and does not necessarily represent identical or similar sample. The use of our company name must receive our prior written consent.
ENVIRONMENTAL I GEOTECHNICAL I MATERIALS TESTING & INSPECTION
5208 MARS HA SHARP FRWY I LUBBOCK, TX 79407 1 T: 806-793-4767 1 F: 806-793-4768
TERRA TESTING, LLC
LUBBOCK I DALLAS I SAN ANTONIO I WWW.TERRA-TESTING.COM
TE R RryA
Client: Freese & Nichols, INC.
Project: LUB18410, Lubbock, TX
Location: WI3-02, 6'-7.5'
Technician: Zayne James
WW�rA
BUSINESS MEMBER
R18
Apt
MSIfTfl
Date of Report:
4/23/19
Project No.:
CD1923
Invoice No.:
239426
Date Tested:
4/17/19
Sample No.:
117364
WET SIEVE ANALYSIS
Sieve No.
Weight retained, g
% Retained
% Retained Cumulative
% Percent
Finer
3/4"
0
0
0
100
3/8"
0
0
0
100
#4
0.18
0.06
0.06
99.94
#10
1.32
0.42
0.48
99.52
#40
2.41
0.77
1.26
98.74
#200
115.38
37.04
38.29
61.71
Pan
192.22
61.71
100
-
Total
311.51
-
-
-
Distribution:
Respectfully submitted,
TERRA TESTING, LLC
I I- rl_
Brandon Caro
Laboratory Manager
This report is for the sole use of the client addressed. It applies only to the sample tested, and does not necessarily represent identical or similar sample. The use of our company name must receive our prior written consent.
ENVIRONMENTAL I GEOTECHNICAL I MATERIALS TESTING & INSPECTION
5208 MARS HA SHARP FRWY I LUBBOCK, TX 79407 1 T: 806-793-4767 1 F: 806-793-4768
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.