Loading...
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.