Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2010-R0310 - Contract For Treated Water Line G-1 W_Summit Contractors, Inc. - 07_08_2010
Resolution No. 2010—RO310 July 8, 2010 Item No. 5.11 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, Contract No. 9553 for treated water line G-1 at the Lake Alan Henry water supply project, by and between the City of Lubbock and Western Summit Contractors, Inc. of Denver, Colorado, as per RFP 10-070-MA, 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 July 8, 2010 A;��Z TOM fvlARTIN, MAYOR ATTEST: Reb a Garza, City ecretary APPROVED AS TO CONTENT: L�2�as�)&J Marsha Reed, P.E., Chief Operating Officer APPROVED AS TO FORM: Chad Weaver, Assistant City Attorney vw:ccdocs/RES.Contract-Western Summit Contractors, Inc. June 30, 2010 CITY OF LUBBOCK SPECIFICATIONS FOR LAKE ALAN HENRY WATER SUPPLY PROJECT TREATED WATER LINE CONTRACT G1 RFP 10-070-MA Contract # 9553 Capital Improvements Project 92187 Western Summit Constructors, Inc. — July 8, 2010 Plans & Specifications may be obtained from www.bidsync.com and THE REPRODUCTION COMPANY http://pr.thereproductioncompany.com Phone: (806) 763-7770 city of TEXAS CITY OF LUBBOCK Lubbock, Texas TECHNICAL ADDENDUM # I RFP # 10-070-MA LAKE ALAN HENRY WATER SUPPLY TREATED WATER LINE CONTRACT G1 DATE ISSUED: June 11, 2010 CLOSE DATE: June 17, 2010 @ 3:00 pim 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, :Y the original requirements, not affected by this addendum, shall remain in effect. Attention of all Prospective Bidders/Plan Holders is directed to the following modifications to the referenced Plans and Specifications. This Addendum forms a part of, and shall be attached to the Contract Documents, and modifies the original Bidding Documents dated 05n12010 as noted below: This Addendum consists of 3 page(s). 1. CHANGES TO PROJECT MANUAL: A. SECTION 01400 QUALITY CONTROL a. Item 1.9G (3)-In place densities will be performed by ASTM D 1557 only. B. SECTION 02610 PIPING VALVES AND FITTING MATERIALS a. Item 1.6 All casings shall be installed with watertight end seals. b. Item 2.1A The Modulus of Soil Reaction (E') for design shall be 1,000 psi. c. Item 3.10 Flanges for valves shall be rated equal to the PC of the pipe to be provided. C. SECTION 02710 FLEXIBLE BASE a. Item 2.2 (A) Reclaimed cement treated base will he required to be wet cured for a period of 72-hours. After curing, the base can be cut to final grade and the pavement section can then be installed. b. Item 2.2 (B) Contractor shall provide new flexible base material for all new caliche roads and for Flexible base required under asphalt pavement repair as identified on the pavement repair sheets. D. SECTION 02730 PIPE INSTALLATION a. Item 3.15(E) Contractor shall perform mandrel test on all installed pipe to confirm conformance with the maximum 2% deflection design criteria. - — — - Deflection testing shall be performed-norearlier than 30 days after completion of trench backfiil. b. Item 3.2(A) Class A granular embedment material shall have a minimum of 75% crushed face, and shall have, a maximum soundness loss of 18% weighted average at 5 cycle soundness as determined by ASTM C88 as for magnesium P.O. Box 2000 * 1625 1P Street • Lubbock, TX 79457 s 806.775.2171 ■ Purchasing and Contract Management • Page 2 June 11, 2010 sulfate. Percent Passing 3/4 "shall be 85 to 100% by weight. Percent Passing W' sieve shall be no more than 40-50% by weight. Percent Passing 3/8" sieve shall be no more than 20-30% by weight. Percent Passing No. 200 sieve shall be no more than 0-5% by weight. E. SECTION 03300 CAST -IN -PLACE CONCRETE - a. Item 2.7 (D) Use of Fly Ash is Prohibited F. SECTION 13110 IMPRESSED CURRENT CATHODIC PROTECTION a. Item 2.7 (F) Slab Reinforcement: 4" x 4"- 10 Gauge (WWF) reinforcement, or Engineer approved equal. 11. CHANGES TO DRAWINGS: A. Sheet G-004 1. Note 18. No separate payment will be made for any costs incurred by contractor to remove/replace/relocate utilities as a part of this project. B. Sheet C-204/205 1. All pavement replacement will have a minimum 26' width with the exception of 9Wh street of which pavement will be replaced to a 13' width. C. Sheet C-502 1. Delete detail B5 as it is not an approved joint for this project, see specification section 02610 Part 2.3 (E). D. Sheet CP-103 1. Detail 3 — DEEP ANODE GROUND BED GUARD RAIL a. Replace 10" thick conc. slab with 8" thick conc. slab. E. Sheet CP 104 1. Dctail 3 — UNDERGROUND SERVICE PEDESTAL a. Replace 6" thick concrete slab, 24" Sq min with 8" thick conc. slab with 4" x 4" 10 Gauge WWF reinforcement, 24" Square min. Ill. CIUESTIONSJANSWERS FROM PRE -PROPOSAL MEETING: Q: In the specifications the contractor is to use existing material to replace the dirt roads? A: Contractor shall bring in new Flexible Base material to rebuild all "caliche" roads. Q: Will the City re -consider the maximum 50- feet pipe length for steel pipe? (Currently 25-feet) A: No, I would like to keep the specified pipe length for this project. Q: Does the COL have any stock pile locations? A: No. it will be the contractors responsibly to locate property for stock piles. Q: Is there a specified maximum % for mobilization? A: This is not currently specified, however this will be clarified by addendum. Q: Can we separate the Traffic Control Plan and SWP3 In the bid tab sheet? A: Yes, this will be separated with a new Bid Tab sheet issued by Addendum. Q: The trailer for the engineer is not specified related to amenities. A: Please review section 01500 Part 1.4 (A). ++r • Page 3 June 11, 2010 Q: Currently the specs allow for reuse of millings but also require a gradation? What If the material does not meet grade? A: The, base Is required to meet the Gradation. If the reuse material does not meet the gradation `~ then the contractor will have bD supplement the material or a the mill) method. Pp �n9 n9 END Respectfully submitted, 0.6.* PARK & COO , INC. Bn1iAP1 kL .............. 9015 v y /#go B Receipt' dum all be acknowledged by the Bidder, below and on the bid Proposal. his eni%ie addendum, or a copy thereof, shall be attached to the bid Proposal submitted. ACKNOWLEDGED: ftsWW Summit Constructors, Inc. By: John East, Estimating Manager All requests for additional information or clarification must be submitted in writing and directed to: Marta Alvarez, Purchasing Manager, Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to malvarez@mylubbock.us. THANK YOU, Marta Alvarez CITY OF LUBBOCK It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the f offekgs s resuonsibility to advise the city or Lubbock rurcnasing Manager if any language, reauiretnt nts. etc.. or anv combinations thereof. inadvertently restricts or limits the recuirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the proposal close date. A review of such notifications will be made. No Text TECHNICAL ADDENDUM # 2 RFP # 10-070-MA LAKE ALAN HENRY WATER SUPPLY TREATED WATER LINE CONTRACT GI DATE ISSUED: June 14, 2010 CLOSE DATE: June 17, 2010 @ 3:00 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. Attention of all Prospective Bidders/Plan Holders is directed to the following modifications to the referenced Plans and Specifications. This Addendum forms a part of, and shall be attached to the Contract Documents, and modifies the original Bidding Documents dated 05/7/2010 as noted below: This Addendum consists of 2 page(s) and attachments. I. CHANGES TO PROJECT MANUAL: A. PROPOSAL SUBMITAL FORM a. Replace existing form with attached. B. SECTION 02710 FLEXIBLE BASE a. Item 2.2 (A) Reclaimed base processed with 6% Portland Cement will not be subject to a maximum wet ball null value of 50, as it was previously "approved" for construction for the pavement which currently exists. All new/supplemental Flexible Base will meet the value as specified. II. CHANGES TO DRAWINGS: A. Sheet C-501 - 1. Detail C4—Contractor to provide 6" lip for T-Cap and 12" lip for Flex Base from the edge of trench. 2. Detail A4—Contractor shall proof roll all existing subgrade for entire width of road prior to placing Reclaimed Base or other pavement sections. B. Sheet C-504 1. Detail A3—Contractor to provide 2' caliche shoulder (Strip Paving) on each side of 26' pavement width along 110 street. The cost for this shoulder material must be -. accounted for in the actual SY of the HMAC to be replaced per Item D-9 in the proposal. ..� P.O. Box 2000 . 1625 13°i Street ■ Lubbock, TX 79457 ® 806.775.2171 ■ Purchasing and Contract Management f� • Page 2 END OF Aap i gyp'`••.••••, •.�......IN..NNNNI BRIAN hL M 1 ' .9wis June 14, 2010 Respectfully submitted, PARKHILL, SMITH & COO , INC. By. Receipt o-m shall be acknowledged by the Bidder, below and on the bid Proposal. rs entire addendum, or a copy thereof, shall be attached to the bid Proposal submitted. ACKNOWLEDGED: Wes Summit Constructors, Inc. By: John D. East, Estimating Manager All requests for additional information or clarification must be submitted in writing and directed to: Marta Alvarez, Purchasing Manager, Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to malvarez@mylubbock.us. THANK YOU, Marta Alvarez CITY OF LUBBOCK It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's resoonsibiiity to advise the City of Lubbock Purchasing Manager if any langilaae, requirements, etc.. or any combinations thereof, inadvertently restricts or limits the requirements stated in this REP to a single source. Such notification roust be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the proposal close date. A review of such notifications will be made. PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: PROJECT NUMBER: # - Lake Alan Henry Water Supply Project, Treated Water Line — Contract G-1 Proposal of (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 construction of a Lake Alan Henry Water Supply Project, Treated Water Line — Contract G-1, 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 fumish 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 NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT A AWWA C303 CONCRETE PRESSURE PIPE 1. 42" Pressure Class 150 LF 36,500 2. A/C Rectifier / Anode Station EA 2 3. Corrosion Monitoring Test Stations EA 42 SUBTOTAL A B _ AWWA C200 POLYURETHANE -COATED STEEL PIPE 1. 42" Pressure Class 150, min thickness 0.20 inches LF 36,500 2. A/C Rectifier / Anode Station EA 1 3. Corrosion Monitoring Test Stations EA 42 SUBTOTAL B C AWWA C151 POLYURETHANE -COATED DUCTILE IRON PIPE 1. 42" Pressure Class 150, min thickness 0.53 inches LF 36,500 3. A/C Rectifier / Anode Station EA 1 4. Corrosion Monitoring Test Stations EA 42 SUBTOTAL C D ITEMS COMMON TO A, B, & C 1. Trench Safety System LF 36,500 2. 66" I.D. Tunnel Plate in Bored Road Crossings LF 640 ITEM NO. DESCRIPTION UNIT I ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 3. 66" Casing for Utility Crossings (+min = 0.75") LF 120 4. Programmable Portable Message Boards EA 2 5. Asphalt Pavement Repair LF 6,100 6. 42" Butterfly Valves Assembly, including dismantling joints EA e 7. Blowoff Valve Assembly EA 7 8. Combination Air Valve Assembly a. 6" Air Valve Assembly EA 9 b. 8" Air Valve Assembly EA 1 9. Asphalt Pavement Replacement SY 56,000 10, Concrete Pavement Replacement SY 2,700 11, Caliche A11=Weather Road Replacement SY 9,250 12, Traffic Control LS 1 13. SWPPP LS 1 14. Mobilization/Demobilization (Max. 5%) LS 1 SUBTOTAL AMOUNT BID (ITEM A + ITEM D) ** Add (+) or Deduct (-) TOTAL AMOUNT BID (ITEM A + ITEM D) AMOUNT BID (ITEM B + ITEM D) ** Add (+) or Deduct (-) TOTAL AMOUNT BID (ITEM B + ITEM D) AMOUNT BID (ITEM C + ITEM D) ** Add (+) or Deduct (-) TOTAL AMOUNT BID (ITEM C + ITEM D) Offeror's Initials *Contractor shall estimate the quantity required for Trench Safety and base the proposal accordingly. In no case shall the quantity basis of Trench Safety be less than 36,500 linear feet. **Provision is made for Bidder to include an addition or deduction in his proposal, if he wishes, to reflect any last minute adjustments in price. The addition or deduction, if made, will be applied proportionately to the bid for pipe installation in A, B, or C, as applicable. Offeror's Proposed Time of Construction within constraints identified in General Instructions to Offerors, Section 13.3: Phase A days after Notice to Proceed Phase B days after Notice to Proceed Phase C days after Notice to Proceed 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 (three hundred sixty-five) CONSECUTIVE CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $4,000.00 (Four -Thousand Dollars) for Substantial 2 r (k i i,.i ' Completion and $2,500.00 (Two -Thousand Five Hundred Dollars) for Final Completion for each consecutive ' calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, f_, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance i> policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of Dollars ($ ), 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. 3. €_J 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(a), 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. (Sea] if Offeror is a Corporation) ATTEST: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Date: Authorized Signature (Printed or Typed Name) Company Address City, County State Zip Code Telephone: Fax: Email: FEDERAL TAX ID or SOCIAL SECURITY No. M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) Page Intentionally Left Blank City of Lubbock, TX Purchasing and Contract Management ' Contractor Checklist for r` RFP # 10-07041 A Before submitting your proposal, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original copy of every item listed: 1. X Carefully read and understand the plans and specifications and properly complete the PROPOSAL SUBMITTAL form. Proposal Submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. In case of a discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit Price will be taken." 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. Carefully read the BASIS OF PROPOSALS and SELECTION r_, CRITERIA in paragraph 32 of the General Instructions to Offeror's. Ensure ALL criteria are addressed in your submittal. 2. _X Include PROPOSAL BOND or CASHIER'S OR CERTIFIED CHECK as your proposal surety. Failure to provide a proposal surety WILL result in automatic rejection of your proposal. 3. x_ Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 4. X Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with the questionnaire. 5. X Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 6. X Complete and submit the "CONTRACTOR'S STATEMENT OF QUALIFICATIONS". 7. X Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. 8. X Clearly mark the proposal number, title, due date and time and your company name and address on the outside of the envelope or container. 9. X Ensure your proposal is RECEIVED by the City of Lubbock Purchasing Manager Office prior to the deadline. Late proposals will not be accepted DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 10. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR PROPOSAL BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR PROPOSAL SUBMITTAL. r Western Summit Constructors Inc. (Type or Print Company Name) Page Intentionally Left Blank i INDEX 1. NOTICE TO OFFERORS 2. __ _ _ GENERAL -INSTRUCTIONS TO -OFFERORS_-------- -------- _ - - __ _------- - - _ _------- _ ----- - _ __ ----_- 3. TEXAS LOCAL GOVERNMENT CODE § 271.116 4. PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. LUMP SUM PROPOSAL SUBMITTAL FORM 1 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. PROPOSED LIST OF SUB -CONTRACTORS - 5. POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) i" 5-1. FINAL LIST OF SUB -CONTRACTORS 6. PAYMENT BOND 7. PERFORMANCE BOND 8. CERTIFICATE OF INSURANCE 9. CONTRACT 10. GENERAL CONDITIONS OF THE AGREEMENT 11. DAVIS-BACON WAGE DETERMINATIONS 12. SPECIAL CONDITIONS (IF APPLICABLE) 13. SPECIFICATIONS NOTICE TO OFFERORS NOTICE TO OFFERORS RFP # 10-070-MA Sealed proposals addressed to Marta Alvarez, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Purchasing Manager, City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 3:00 p.m. on June 17, 2010, 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: "LAI E ALAN HENRY WATER SUPPLY PROJECT TREATED WATER LINE CONTRACT Gl" After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Purchasing Manager and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Purchasing Manager for the City of Lubbock, before the expiration of the date above first written. Proposals are due at 3:00 p.m. on June 17, 2010, and the City of Lubbock City Council will consider the proposals on July 8, 2010 , at the City Hall, 1625 13th Street, 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 bond must be in a form accepted by the City Attorney and must be dated the same as the Contract Award date. 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. 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 June 9, 2010 at 10:00 am, at City Hall, 1625 13th Street, Room 101, Lubbock, Texas. Offerors may view the plans and specifications without charge at the office of Parkhill, Smith & Cooper, Inc. 4222 851h Street, Lubbock Texas 79423 (806) 473-2200 or at www.bidsync.com. PLANS AND SPECIFICATIONS MAY BE OBTAINED FROM THE REPRODUCTION COMPANY for a non- refundable deposit of $200.00 per half-size set and $300.00 per full-size set. Phone: (806) 763-7770. --- Either set includes the geotechnical report. Deposit Checks shall be made PAYABLE TO THE REPRODUCTION COMPANY. All persons wishing to purchase hard copies are required to register on www.bidsync.com. Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages (based on a hourly rate time 8 hours per day minimum) included in the contract documents on file in the office of the Purchasing Manager 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. This Contract is contingent upon release of funds from the City of Lubbock. 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 Manager Office at (806) 775-2572 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. C OF UBBOCK, MV v ezPURASING MANAGER GENERAL INSTRUCTIONS TO OFFERORS GENERAL INSTRUCTIONS TO OFFERORS 1 PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish LAKE ALAN 1 HENRY WATER SUPPLY PROJECT, TREATED WATER LINE, CONTRACT G1, per the attached specifications and contract documents. Sealed proposals will be received no later than 3:00 pm on June 17, 2010 , at the office listed below. Any proposal received after the date and hour i specified wild- 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 10-070-MA, LAKE ALAN HENRY WATER SUPPLY PROJECT, TREATED WATER LINE, CONTRACT G1" 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, Purchasing Manager City of Lubbock 1625 13th Street, Room 204 -~ Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are.delivered to the Purchasing Contract Managers 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 Offerrors will be considered responsive and evaluated or award of a Contract. 1.3 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 meeting will be held at June 9.2010 at 10:00 am at City Hall, 1625 13th Street, Room 101, City Council Chambers, Lubbock, Texas, 79401. All persons attending the meeting are required to identify themselves and the prospective proposer they represent. 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. - 3 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 Purchasing Manager Office. At the request of the proposer, or in the event the Purchasing Manager Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing �_ 1 4 3.3 3.4 Manager Office. Such addenda issued by the Purchasing Manager Office will be available over (--I the Internet at http://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 Managers Office no later than seven (7) calendar days before the proposal closing date. 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 Managers 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 or heard in any communication facility regarding this proposal should be disregarded in preparing responses. The City does not assume responsibility for the receipt of any addendum sent to offerors. 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 Purchasing Manager and a clarification obtained before the proposals are received, and if no such notice is received by the Purchasing Manager prior to the opening of proposals, then it shall be deemed that the proposer fully v� 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 Purchasing Manager 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 seven (7) calendar days prior to the opening of proposals. 5 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 �x 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(b) 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the 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 but not limited to the General Conditions, Special Conditions, and Supplementary 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 t.._ proposals. It shall be the offerors responsibility to advise the Purchasing Manager 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 City Purchasing Manager Office no later than seven (7) calendar days before the proposal closing date. A review of such notifications will be made. 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 SEVEN (7) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND -ADDRESSED TO:- - - City of Lubbock Marta Alvarez Purchasing Manager 1625 131h Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: malvarez@mylubbock.us Bidsync: www.bidsvnc.com 13 TIME AND ORDER FOR COMPLETION 13.1 The Work covered by the contract documents shall be substantially completed within 365 CONSECUTIVE CALENDAR DAYS and Final completed within 425 CONSECUTIVE CALENDER 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 (see Phasing Plan), 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. Phase A Contractor to complete Phase A within 120 days of NTP. Phase B Contractor to complete Phase B within 210 days of NTP. w Phase C Contractor to complete Phase C within 365 days of NTP. 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 fall 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 ands 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 i 4 i ' 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 (2) 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 ten 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. __y 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 ANDSTRUCTURES 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 IJ 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. 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,J 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 tha, 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. r 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME - - THE CITY- OF LUBBOCK-AND ENGINEERS (PARKHILL, SMITH AND COOPER, INC., AND HAMILTON ENGINEERING, INC.,) AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AND ADDITIONAL INSUREDS. 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. THE ADDITIONAL INSURED ENDORESEMENT SHALL INCLUDE PRODUCTS AND COMPLETED OPERATIONS. 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 Sunday 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 engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, 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 I 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 1 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 IA 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 for the Lake Alan Henry Water Supply Project, Treated Water Line, Contract i GI. 29.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for [ J 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 price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. r 30 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. 31 OUALIFICATIONS 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 properto 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. r (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. (c) The quality of performance of previous contracts or services. (d) The safety record of the Contractor and proposed Sub -Contractors (e) The experience and qualifications of key project personnel (f) 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 9 f 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 Local Government Code Section 271.116. The selection criteria used to evaluate each proposal includes the following items and weighting factors. The Maximum Point value is 100 points. The weight factor is 60% for Price, 30% for Contractor Qualifications, 5% for Safety Record, and 5% for Construction Time. 32.1 60% 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 multiplied by the weight of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor = Price Score 32.2 30% 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: j (Points X Weight = Score) with a maximum of thirty points allowable. Each evaluator assigns points based upon the responses the Offeror provides in the "Contractor's Statement of Qualifications" and any past experience with the Offeror. 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% SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses you provide in your "Safety Record Questionnaire" and the Contractors Experience Modification Rate. The Offeror 1. shall submit this rate and supporting information with his proposal as part of the Safety Record Questionnaire. Contractors with an Experience Modification Rate greater than 1 will not be considered. The City may consider any incidents 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 will base their rating primarily upon the type of offense, location where the offense occurred, final disposition of the offense, and the penalty assessed as well as the Experience Modification Rate. 32.4 5% CONSTRUCTION TIME: This criterion is also more subjectively evaluated and they formula is as follows: (Points X Weight = Score) with a maximum of five points allowable., 10 Each evaluator assigns points based upon the responses the Offeror provides in the Contractors Statement of Qualifications and any follow-up information obtained from reference contact persons or organizations. 32.5 EVALUATION PROCESS: Evaluators will independently review and score each proposal. The committee will meet, during which time the Committee Chairperson will total the individual - - scores. If the individual -scores are similar, the Chairperson will average the scores then rank offerors accordingly. If the scores are significantly diverse, the -Chairperson will initiate and moderates discussion to determine the reasons for the differences and ensure that all evaluators i_ 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. The estimated budget for the construction phase of this project is $ 14,000,000. 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 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. 11 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 offeror's proposal.. 35 PREVAILING WAGE RATES 35.1 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 l 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 J 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. 35.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to, and in accordance with the Texas Government Code, Section 2258.022. Proposers shall use the Davis Bacon wage rates attached herein for Lubbock County. 35.4 It shall be the responsibility of the successful offeror to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 35.5 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. 12 TEXAS LOCAL GOVERNMENT CODE & 271.116 SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS (a) In selecting a contractor through competitive sealed proposals for construction, rehabilitation, alteration, or repair services for a facility or for construction of a project to which Section 252.043(d-1) applies, a governmental -entity shall follow the procedures prescribed by this section. (a-1) In this section "facility" means an improvement to real property. (b) The governmental entity shall select or designate an engineer or architect 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. (c) The governmental entity shall provide or contract for, independently of the contractor, the inspection services, the testing of construction materials engineering, and the verification testing services necessary for acceptance of the facility or project by the governmental entity. The governmental entity shall select those services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify them in the request for proposals. (d) The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria, estimated budget, project scope, schedule, and other information that contractors 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. (e) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and; -if any are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of opening the proposals, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. (f) The governmental entity shall select the offeror that offers the best value for the governmental entity based on the published selection criteria and on its ranking evaluation. The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity 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 governmental entity is unable to negotiate a 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. (g) 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. PROPOSAL SUBMITTAL FORM Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: June 17, 2010 PROJECT NUMBER: # 92187 - Lake Alan Henry Water Supply Project, Treated Water Line — Contract G-1 Proposal of Western Summit 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 construction of a Lake Alan Henry Water Supply Project, Treated Water Line — Contract G-1, 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 NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT A AWWA C303 CONCRETE PRESSURE PIPE 1. 42" Pressure Class 150 LF 36,500 ''L3 Qo 4 p00 ,00 2. A/C Rectifier / Anode Station EA 2 J310. 11 $ o0 3. Corrosion Monitoring Test Stations EA 42 JA $'�O SUBTOTAL A -10'J hl J° B AWWA C200 POLYURETHANE -COATED STEEL PIPE 1. 42" Pressure Class 150, min thickness 0.20 inches LF 36,500 ).22. 01' D DVD, C* 2. A/C Rectifier / Anode Station EA 1 'Zj °o 2� • °o 3. Corrosion Monitoring Test Stations EA 42 00 00 °a SUBTOTAL B 0-7 C AWWA C151 POLYURETHANE -COATED DUCTILE IRON PIPE 1. 42" Pressure Class 150, min thickness 0.53 inches LF 36,500 No -j t-t> 3. A/C Rectifier / Anode Station EA 1 MD 4. Corrosion Monitoring Test Stations EA 42 SUBTOTAL C p l D ITEMS COMMON TO A, B, & C 1. Trench Safety System LF 36,500 2. 66" I.D. Tunnel Plate in Bored Road Crossings LF 640 qcy, 0 0 ,jqp �DD ° a ITEM NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 3. 66" Casing for Utility Crossings (+min = 0.75") LF 120 110 61, Cl 2,01 °° 4. Programmable Portable Message Boards EA 2 j ( '390 au 32 00 5. Asphalt Pavement Repair LF 6,100 6. 42" Butterfly Valves Assembly, including dismantling joints EA 8 �1 ��� t7 � 0O 7. Blowoff Valve Assembly EA 7 � ,00 jp1, 41, 00 8. Combination Air Valve Assembly a. 6" Air Valve Assembly EA 9 �, p ov j j [M.0o b. 8" Air Valve Assembly EA 1 j oo j5 Z(p7, o0 9. Asphalt Pavement Replacement SY 56,000 `� , co I S pvp o0 10. Concrete Pavement Replacement SY 2,700 '10I.o0 ZI3 3 °p 11. Caliche All -Weather Road Replacement SY 9,250 j �.ao 11-9 C�Io p 110 12, Traffic Control LS 1 01 31401W 011 3W °D 13. SWPPP LS 1 1 A i 40301) t1ol 3, no 14. Mobilization/Demobilization (Max. 5%) J LS 1 9D 4VT � 5cl n qLa - ° o SUBTOTAL D +-j 1'�"1 q3. ` AMOUNT BIWITEM A + ITEM D) 12 1 °Q RR Add (+) o educt $ p 2 ,°o TOTAL AMOUNT BID (ITEM A + ITEM D) 2 pap I� , AMOUNT BID (ITEM B + ITEM D) 3'3 "k4dd (+ or Deduct TOTAL AMOUNT BID (ITEM B + ITEM D) Z 2 00 AMOUNT BID (ITEM C + ITEM D) NO Add (+) or Deduct TOTAL AMOUNT BID (ITEM C + ITEM D) p l Offeror's Initials *Contractor shall estimate the quantity required for Trench Safety and base the proposal accordingly. In no case shall the quantity basis of Trench Safety be less than 36,500 linear feet. "Provision is made for Bidder to include an addition or deduction in his proposal, if he wishes, to reflect any last minute adjustments in price. The addition or deduction, if made, will be applied proportionately to the bid for pipe installation in A, B, or C, as applicable. Offeror's Proposed Time of Construction within constraints identified in General Instructions to Offerors, Section 13.3: Phase A days after Notice to Proceed Phase B days after Notice to Proceed Phase C DS days after Notice to Proceed f 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 (three hundred sixty-five) CONSECUTIVE CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Offeror hereby further } agrees to pay to Owner as liquidated damages the sum of $4,000.00 (Four -Thousand Dollars) for Substantial 2 Completion and $2,500.00 (Two -Thousand Five Hundred Dollars) for Final Completion for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of Five Percent of BidDollars ($ 5 Q of bid ), 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(a), 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: Secre ary Karen D. Calabro, Assistant Secretary Offeror acknowledges receipt of the following addenda: Addenda No. 1 Date 6/11 /2010 Addenda No. 2 Date 611412010 Addenda No. Date Addenda No. Date Date: June 17 2010 ut Si ture John D. East, Estimating Manager (Printed or Typed Name) Western Summit Constructors, Inc. Company 5470 Valley Highway Address Denver Adams City, Countyy Colorado 80216 State Zipp Code Telephone: 303 - 298-9500 Fax: 303 - 298-950 Email: iohn.east0mesternsummit.com FEDERAL TAX ID or SOCIAL SECURITY No. 84-1214830 M/WBE Firm: I I Woman Black American Native American NIA Hispanic American I Asian Pacific American Other (Specify) 4 THE AMERICAN INSTITUTE OF ARCHITECTS J! #a AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Western Summit Constructors, Inc. 5470 Valley Highway Denver, CO 80216 as Principal, hereinafter called the Principal, and Travelers Casualty & Surety Company of America One Tower Square, 4CR Hartford, CT 06183-7340 a corporation duly organized under the laws of the State of Connecticut as Surety, hereinafter called the Surety, are held firmly bound unto City of Lubbock 1625 13th Street Lubbock, TX 79401 as Obligee, hereinafter called the Obligee, in the sum of 5% of Bid Dollars ($ - - ), 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 ad assigns, jointly and severally; firmly by these presents. ` WHEREAS, the Principal has Submitted a bid for Lake Alan Henry Water Supply Project Contract G1 Lubbock, TX (Here insert full name address, and description of project) NOW THEREFORE, if the obligee shall accept the bid of the Principal and the principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as my 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 10th day June, 2010 A'C�' (Witness) i (Witness) i Western Summit Inc. (P cipal) (Seal) BY r t l Douglas J. Arnold (�Itie) Vice - President Travelers Casualtv & Surety Companv of America (Surety) (Seal) BY &2L� INU Attorney -in -Fact Jod L. Camillt?tti f i AIA DOCUMENT A310 v BID BOND v AIA v FEBRUARY 1970 ED v THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N. W., WASHINGTON, D.C. 20006 1 1 WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERSFarmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 222123 Certificate No. 003489590 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Jody L. Camilletti, and Patricia E. O'Leary of the City of Steamboat Springs , State of Colorado , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings�required or permittedin any actions or proceedings allowed by law. IN WITNF4S WHEREOF, the Compaj� lhave caused this instrgntent, to be signed and their corporate seals to be hereto affixed, this t I 1 th day of ebruary lUU 0 Farmington Casualty Company Fidelity and GuarantyInsurance Company: Fidelity and Guaranty Insurance' Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company GA6U,T< �. f�FE6 ��M •IM;t6 1Y 1� X9U J„�TY ANp 1�-�ry _`�Y� O �) Pe a� �p � NPOR 7 4,r pPORA �O'Y ♦ L9 sy"� `,J ,1977 ti®Y a't eim SE �. n' abHAHrFORD.s< �IUIpTFO� <� ESSRL;±D y � F� � SVRANC � IS � A� +s........'a b1 ',�� � , 'l0 •q/ A�� State of Connecticut City of Hartford ss. By: Georg Thompson, tilice President On this the 11th day of February 2010 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. exx#'ORMy Commission expires the 30th day of June, 2011, Marie C. Tetreault, Notary Public 58440-4-09 Printed in U.S.A. CONSENT ACTION OF THE BOARD OF DIRECTORS OF I, the undersigned, constituting the sole Director of Western Summit Constructors, Inc., a New Mexico corporation (the "Corporation"), hereby waive all notice,- whether required by statute or otherwise, and hereby consent to the adoption of and do hereby adopt the following resolution, and declare it to be in full force and effect as if it had been adopted at a meeting of the Board of Directors duly called and held, and the Secretary or other appropriate officer of the Corporation shall be authorized so to certify the resolution hereinafter set forth to any interested ply: NOW, THEREFORE, BE IT RESOLVED, that JOHN D. EAST is hereby authorized to act on behalf of the Corporation for the purpose of executing and delivering Bid Proposals for the Corporation. The foregoing Resolution is hereby approved as the action of the Board of Directors of the Corporation without formal meeting, as of the 10t' day of November, 2009. Approved Legal Michael F. Norton CONSENT ACTIONS OF THE BOARD OF DIRECTORS OF WE, SUMMIT CONSTRUCTORS, INC. 1, the undersigned, constituting the sole Director of Western Summit Constructors, Inc., a New Mexico corporation (the "Corporation"), hereby waive all notice, whether required by statute or otherwise, and hereby consent to the adoption of and do hereby adopt the following resolutions, and declare them to be in full force and effect as if they bad been adopted at a meeting of the Board of Directors duly called and held, and the Secretary or other appropriate officer of the Corporation shall be authorized so to certify the resolutions hereinafter set forth to any interested parry: NOW, THEREFORE, BE 1T RESOLVED, that the following persons are hereby removed from the following officer positions, effective February 1, 2009: R. W. McKenzie Chief Executive Officer J.F. Kissane Vice President, Treasurer and Assistant Secretary Carol F. Tervo Secretary, and BE IT FURTHER RESOLVED, that the following persons are elected as officers of the Corporation, to serve until the next annual election of officers, effective February 1, 2009: Michael I Piechoski Vice President ` Tobin A. Schropp Vice President Arthur L. Ward Vice President J.F. Kissane Controller Michael J. Whetstine Assistant Controller Stephen S. Thomas Treasurer Michael F. Norton Secretary Donald J. Fbich Assistant Secretary Carol F. Tervo Assistant Secretary The foregoing Resolutions are hereby approved as the actions of the Board of Directors of the Corporation without formal meeting, all as of the I" day of February, 2009. Ri hard A. Lanoha Approved Legal Michael F Norton CONSENT ACTIONS OF THE SOLE STOCKHOLDER OF WESTERN SUAMT CONSTRUCTORS, INC. TIC Holdings, Inc., a Colorado corporation, is the sole stockholder ("Stockholder's of Western Summit Constructors, Inc., a New Mexico corporation (the "Corporation"). Without a formal meeting, the Stockholder consents in writing to the adoption of the following resolutions: NOW, TBEREFORE, BE IT RESOLVED, that the following person is elected as a Director of the Corporation, to serve until the next annual meeting, effective February 1, 2009: Richard A. Lanoha; and BE IT FURTHER RESOLVED, that the following members of the Board of Directors of the Corporation are removed, effective February 1, 2009: Terry J. Cadsgaard IF. Kissane R. W. McKenzie Dated: February 1, 2009. TIC MOLDINGS, INC. By: Gary McKenzie, Pr ident 6 Approved Legal Micbael F. Norton WAIVER OF NOTICE AND CONSENT IN LIEU OF AN ANNUAL MEETING OF TEE BOARD OF DIRECTORS OF R WESTERN SUMWr CONSTRUCTORS, INC. The undersigned, constituting all of the members of the Board of Directors of Western Summit Constructors, Inc., a New Mexico Corporation, (the "Corporation") do hereby waive notice and consent }' to the following resolutions in lieu of the holding of a special meeting of the Board of Directors, effective as of March 10, 2008: RESOLVED, that the following persons be, and they hereby are, appointed to the office set by their respective riames, to hold office until the next .Annual Meeting of the Board of Directors or until their successors shall be duly appointed and qualified: R W. McKenzie Terry J. Carlsgaard Douglas J. Arnold Daniel W. Coder J. F. Kissane Gregory A. Harscher Carol F. Tervo Karen D. Calabro Teresa D. Hinde Jason D. St. John Chief -Executive Officer President Vice President Vice President Vice President, Treasurer, Assistant Secretary Vice President Finance and Information Technology Secretary Assistant Secrotary Assistant Secretary Assistant Secretary FURTHER RESOLVED, thatthe following persons be, andtheyhereby are authorized to take all such actions and to execute on behalf of the Corporation, in their capacity as an officer of the Corporation, any and all documents related to the submission of bids, contracts, agreements, tax returns, instruments, certificates, documents and amendments relating thereto or contemplated therein or deemed necessary by such officers in order to carry out the business of the Corporation until the next Annual Meeting of the Board of Directors or until their successors shall be duly appointed and qualified This Consent may be executed in counterparts, each of which shall be deemed to be an original and which, when taken together, shall constitute one and the same Consent. This Consent may be executed by telefacsimile signature, and a telefacsimile signature will constitute an original signature. � �: n 114 4 Z Ten arlsg d 1k. 'W'. McKenzie J. F. Kiss" CITY OF LUBBOCK i. INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Offeror and Agent Must be submitted with Proposal I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City. of Lubbock, I will be able to, within ten (l0) 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 Signature) Douglas J. Arnold, Vice President Contractor (Print) CONTRACTOR'S FIRM NAME: Western Summit Constructors Inc. (Print or Type) CONTRACTOR'S FIRM ADDRESS: 5470 Valley Highway Denver, CO $0216 Name ofMent/Brok - Jody Camilletti nt / o er S tore) Address of AgeriOroker: 2211 Elk River Road city/state/zip: Steamboat Springs, CO 80487 Agent/Broker Telephone Number: ( 970 ) 871-7123 Date: June 17, 2010 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 Purchasing Manager for the City of Lubbock at (806) 775-2163. PROPOSAL# - Lake Alan Henry Water Supply Project, Treated Water Line — Contract G1 a CONTRACTORS STATEMENT OF QUALIFICATIONS Individual contractors and joint ventures submitting a proposal 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 proposal submittal. Failure to submit the iY following Proposal Evaluation information may result in the OWNER considering the proposal non -responsive and result in rejection of the proposal by the OWNER. Offerors 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 proposal, which in its judgment is the lowest and best proposal, to reject any and all proposals, to waive irregularities in the proposals, or to reject nonconforming, non -responsive, or conditional proposals. In addition, the OWNER reserves the right to reject any proposal 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 proposal 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: 100 Bid Day 1 17JUN 110 Bid Review 30 18JUN 70 Contracts 30 30JUL .30 Procure Pipe 70 30JUL 150 Notice to Proceed 1 30JUL 140 Mobilize 10 05N0\ Dial 111 17JUN 200 1Pipe Sta 1+00 to 21+18 Milwaukee Tunnel 1,118 LF 210 Pipe Milke. Tunl 22+38 - 54+03 82nd Tunl 3,165LF 220 Pipe Milke. Tunl. 55+13 to Sta. 64+00 887 LF 230 Pipe Sta 64+00 to Sta 109+00 - 4,500 LF 240 Pipe Sta 109+00 to 129+18 - 2,018 LF 250 Pipe Sta 129+18 to Sta 182+00 - 5,282 LF 260 Pipe Sta. 182+00 to Sta. - 234+17 Tunl. 5,217LF 270 Pipe Sta 235+97 Tunl to Sta 286+82 Tunl 5,085 LF 280 Pipe Sta 289+12 Tunl to Sta 341+00 - 5,188 LF 290 Pipe Sta 341+00 to 366+00 - 2,500 LF 160 1Tunnel under Milwrauke - 120 LF 66" Linear Plate 170 Tunnel under 82nd St - 110 LF 66LF Linear Plate 180 Tunnel under Frankford Ave -180 LF 66" Linear -' 190 Tunnel under Slide Road-230 LF 66" Linear Subtotal 0 Pave 79th Street 310 Pave Iola from 79th Street to 82nd Street 320 Pave Iola from 82nd Street to Dirt 330 Pave 98th Street 340 Pave Milwaukee Ave 129+20 to 182+50 350 Pave 114th Street 360 Cliche Road Base 114th Subtotal �t Uate 17JUN10 eh Date 24JUN11 Data Dale 17JUN10 F Dale 16JUN10 09:08 3 19NO1 23 24NO 9103JANOO LF 7 1 14JAN2,018 LF 18T2-5—jXR8 to Sta 182+00 - 5,282 LF 18 18FE ipe Sta. 182+00 to Sta. - 234+17 Tunl. 5,217LF 17 16MA Pipe Sta 236+97 Tunl to Sta 286+82 Tunl 6,086 LF 18 08APF Plpe Sta 289+72 Tunl to Sta 341+00 - 5,188 LF 9 04MN Pipe Sta 341+00 to 366+00 - 2,500 LF 127 19NO 14 02AU( 13 20AU( 20 08SEFF 66" Linear 25 06OC Iide Road-230 LF 66" Linear 72 02AU( 15 27DEI 10 17J4 to 82ntl Street 5 31JA rGOtto;Dirt 20 07FE 8th Street 30 07MA 50 18API 10 17MA 130127DE Ave 120+20 to 182+50 MMMMMMMMWPAve 114th Street �� Cliche Road Base 114th . Contractor's General Information Organization Doing Business As Western Summit Constructors, Inc. Business Address of Principle Office 5470 Valley Highway Denver, CO 80216 Telephone Numbers Main Number (303) 298-9500 Fax Number 303 298-9501 Web Site Address www.westemsummit.com Form of Business (Check One) If a Corporation Date of Incorporation X I A Corporation A Partnership An Individual 12/4/1992 State of Incorporation New Mexico Chief Executive Officer's Name Richard A. Lanoha President's Name Terry J. Cads aard Vice President's Name(s) Dou las J. Arnold Daniel W. Coder Gregory A. Harscher Michael J. Piechoski Tobin A. Schropp Arthur T. Villard Secretary's Name Michael F. Norton Treasurer's Name If a Partnership Date of Organization Ste hen S. Thomas N/A State whether partnership is general or limited If an Individual Name N/A Business Address organizationIdentify all individuals not previously narned which exert a significant amount of business control over the N/A Indicators of Organization Size Average Number of Current Full 490 Average Estimate of Revenue $252,550,206 Time Employees I for the Current Year Contractor's Organizational Experience Organization Doing Business As Western Summit Constructors Inc. Business Address of Regional Office 5470 Valley HighwayDenver, CO 80216 Name ofRegional Office Manager oU as . ono Telephone Numbers Main Number 303 298-9500 Fax Number 303 298-9501 Web Site Address www.westemsummit.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 p sently doing business: Names of Organization From Date To Date ERS Constructors - Pipeline Division of WSCI 1/1/2009 10/5/2009 List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership WSCI is a wholly owned subsidiary of TIC Holdings, Inc. TIC Holdings, Inc. 100% 2211 Elk River Rd. Steamboat Springs, CO 80477 ExperienceConstruction Years experience in projects similar to the proposed project: As a General Contractor 128 Years I As a Joint Venture Partner 23 Years 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. N/A Has this or a predecessor organization been released from a bid or proposal in the past ten ears? No If yes provide full details in a separate attachment. See attachment No. N/A 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. N/A Is this organization or your proposed surety currently in any litigation or contemplating litigation? Yes If yes provide full details in a separate attachment. See attachment No. C Please seE Attachment C 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. N/A 7 ontractor's Proposed Key Personnel Organization Doing Business As Westem Summit Constructors, inc. Proposed Project Organization 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 as an attachment to _this.description-- See attachment No. PLEASE SEE ATTACHMENT D Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational chart. Include the title and names of proposed key personnel and alternates. Include this chart as an attachment to this description. See attachment No. PLEASE SEE ATTACHMENT D 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. Resumes are included in Attachment D Role Primary Candidate Alternate Candidate Project Manager William Bohlen Bill Christian Baum art Project Superintendent Ron McPherson Ronnie Williams Project Safety Officer Janet Polacek Antonio Mora Quality Control Manager Chris Burmeister Madin Miller 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. C, Proposed Project Managers Organization Doing Business As CandidatePrimary Name of Individual Years of Experience as Project Manager Years of Experience with this Organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment 42" Penstock and Thomas Reservoir Intake Structures Western Summit Constructors 5 Years 6 None Percent of Time Used Estimated for this Project Completion Date 30% 101112010 Reference Contact Information (listing names indicates approval to contacting the names individuals as a C Candidate role Project Manager on Project 1 Alternate Candidate Name of Individual Years of Experience as Project Manager Years of Experience with this Organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Toll4ate Creek Parallel Sewer Interceator Candidates role Project Manager on Project Christian Baum art 2 Years 8 Years 2 Years 6 Percent of Time Used Estimated Project for this Project Completion Date 30% 5/5/2011 Name ITorn Roode Name I Nicole Poncelet Title/ Position Assistant Chief of En ineedn Title/ Position Pro ect Manager Organization Denver Water Organization Cily of Aurora Telephone (3031628-7033 Telephone (720) 8594706 E-mail Candidate role I Project Manager I Landidate role I Project Manager on Project on Project 9 Proposed Project Superintendent Organization Doing Business As Western Name of Individual Ron McPherson Years of Experience as Project Superintendent 20 Years Years of Experience with this Organization 7Years Number of similar projects as Superintendent 15 Number of similar projects in other positions +20 Current Project Assignments Name of Assignment Percent of Time Used Estimated Project for this Project Completion Date Zone One 42" Waterline 90% 4/13/2011 names to contacting the names individuals as a Title/ Position Proiect Engineer Title/ Position Organization WHPacific Inc. Organization HDR Engineering Telephone 505 247-0294 Tele hone E-mail gandrade@whpacific.com E-mail carl.abrams hftc.com Project San Juan h Project San Juan Charna(s) Candidate role Superintendent on Project I Alternate Candidate Name of Individual Candidate role on Project Ronnie Williams I Superintendent Years of Experience as Project Superintendent 5 Years Years of Experience with this Organization 25 Years Number of similar projects as Superintendent 4 Number of similar projects in other positions +20 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date 42" Penstock and Thomas Reservoir Intake Structures 90% 10/1/2010 Name German Andrade Name Tim -Cynova Title/ Position Pmiect Engineer Title/ Position Project Engineer Organization W acifiC Inc. Organization ABCWUA Telephone Telephone 505 857-8296 E-mail nandruIPnwhnarifir. rnm E-mail cvnovaCZDabcwua.ora Candidate role I Superintendent I Candidate role I Superintendent on Proiect on Proiect 10 Proposed Project Safety Officer Organization Doing Business As Primary Candidate Name of Individual Western Summit Constructors, Inc. Janet POlacek Years of Experience as Project Safety Officer 4 ___- Years of Experience With this Organization _ ..------- - --- -- ------------...-------- 13 Number of similar projects as Safety Officer 9 Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Com letion Date Prairie Waters- Package E-Conveyance System Pump Stations 1,2,3 100% July 2010 Zone One 42-Inch Waterline 50% May 2011 Castle Creek Energy Center 42'Pipeline&Thomas Reservoir Intake Struc res 50% October 2010 Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference Name Chris Volz Name Carlos Dominguez Title/ Position Technical Consultant, Loss Control Service Title/ Position Lockton/COA Safety Manager Organization UbeMutual Organization City of Aurora Telephone (303) 817-5826 Telephone (303)919-5081 E-irrail Christopher.volz@libertymutual.com E-mail Ca.dominguez@comcest.net Project Pack. E-Conveyance System Pump Stations 1,2, Project Pack, E Conveyance System Pump Stations Candidate role Safety Manager on Project Alternate Candidate Name of Individual Candidate role Safety Manager on Project Antonio Mora Years of Experience as Project Safety Officer 10 Years of Experience with this Organization 1 Number of similar projects as Safety Officer 7 Number of similar projects in other positions 7 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Com letion Date Buckman Direct Diversion Water Treatment Plant 100% 3/26/2011 Reference Contact Name • • • narnes indicates Rick Shaffetz approvalto contacting Name the names individuals John CdeBaca Title/ Position South West Region Health and Safety Manager Title/ Position Safety Director Organization CH2M Hill Or anization Intel Telephone (303) 3555463 Telephone 505 794-4170 E-mail Ock.schaffetz@ch2m.com E-mail John.M.Cde.debaca0intel.com Project Buckman Direct Diversion WTP Project various Candidate role on Project Safety Manager Candidate role on Project Safety Manager 11 Proposed Project Quality Control Manager Organization Doing Business As Primary Candidate Name of Individual Western Summit Constructors, Inc. Chris Burmeister Years of Experience as Quality Control Manager 3 Years Years of Experience witft this- Organization r- -- — --- ears Number of similar projects as Quality Manager 3 Number of similar projects in other positions None Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Zone One 42" Waterline 100% 4/13/2011 Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference Name Justin Neuerbum Name Scott Jacques Title/ Position Construction inspector Title/ Position ro ect Engineer Organization WH Pacific Consultants Organization CH2M Hill Constructors Telephone Telephone 303 862-2628 E-mail neuerbur asc .corn E-mail scott,'acqueseCH21M.com Project Project Buckrna Direct Diversion Candidate role Quality Control / Engineer on Project Alternate Candidate Name of Individual Candidate role Quality Control / Engineer on Project Martin Miller Years of Experience as Quality Control Manager 9 Years Years of Experience with this Organization 9 Years Number of similar projects as Quality Manager 2 Number of similar projects in other positions 3 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date 42" Penstock and Thomas Reservoir Intake Structures 100% 10/1/2010 Reference Contact reference) — Name Information (listing names indicates approval to contacting Sam emdon Name the names indiVICILials as a Debbie Lusby Title/ Position n truction Manager Title/ Position Proiect Coordinator/Scheduler Organization out em NV Water Authority Organization Southern NV Water Authorily Telephone Telephone 702 864-2166 E-mail sam, erndon Ivvwd.com E-mail Project Moapa 340A Lines Project Candidate role on Project Quality Control / Engineer Candidate role on Project Quality Control / Engineer 12 Contractor's Project Experience and Resources Organization Doing Business As Western Summit Constructors, Inc. Provide a list of major projects that bre currently underwaX, or have been completed within the last five ears on Attachment A PLEASE SEE ATTACHMENT Al Provide a completed- Project Information -form- (Attachment B) for projects -that have, been completed in - the last five years which specifically illustrate the organizations capability to provide best value to the Owner for this project. PLEASE SEE ATTACHMENT B Include a completed Project Information form (Attachment B for projects which illustrate the experience of the proposed keypersonnel. PLEASE SEE ATTACHMENT B 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 PLEASE SEE ATTACHMENTA2 3. Time management 4. Cost control 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Awards Provide a list of major equipment proposed for use on this project. Attach Additional Information if necessary PLEASE SEE ATTACHMENT E Equipment Item Primary Use on Project Own Will Lease betweenBu Division of Work Organization an. Subcontractor What work will the organization complete using its own resources? WSCI generally self performs all pipeline installation work which includes but not limited to: excavation, laying, backfill, tunnels, bores, joint grouting, bolt up, concrete structures, both cast in place and testing. What work does the organization propose to subcontract on thisproject? WSCI generally but not limited to subcontractors for the following scopes of work: survey, joint welding, asphalt paving, concrete paving, traffic control, major cathodic protection systems, landscaping, re -vegetation, erosion control and dewatering. 13 Contractor's Subcontractors and Vendors Organization Doing Business As Western Summit Constructors, Inc. Project.. 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 Oomment__ ►o-Pay IN ? Old - t1 t - n 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 Project Information Forms. ** Equipment-d Provide a list of major equipment proposed for use on this project. Attach Additional Information if necessary N/A Vendor Name Equipment / Material Provided Furnish Only Furnish and Install Other ** In compliance with the RFP (Final List of Subcontractors), this information will be provided with the documents required within seven (7) business days after closing. 14 (A) Contractor's Subcontractors and Vendors Organization Doing Business As Western Summit Constructors, Inc. Project Subcontractors 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 Comment 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 Project Information Forms. Equipment - . Provide a list of major equipment proposed for use on this project. Attach Additional Information if necessary N/A Vendor Name Equipment / Material Provided Furnish Only Furnish and Install Other ** In compliance with the RFP (Final List of Subcontractors), this information will be provided with the documents required within seven (7) business days after closing. 14 (B) Contractor's Proposed Key Personnel Organization Doing Business As Lone Star Dirt & Paving, Ltd 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 as an attachment to this description. See attachment No. Wesley Sanders and Steve Turner - Owners Cruz Reyes, Carlos Yannis, Juan Diaz, Jesse Palacios - Supv James Neal, Jeremy Abraham, Rickey Ramirez - Foremans/Plant Oper Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational chart. Include the title and names of proposed key personnel and alternates. Include this chart as an attachment to this description. See attachment No. Wesley Sanders and Steve Turner - Owners Cruz Reyes, Carlos Yannis, Juan Diaz, Jesse Palacios - Supv James Neal, Jeremy Abraham, Rickey Ramirez - Foremans/Plant Oper •. C M. 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 Steve Turner Wesley Sanders Project Superintendent Carlos Yannis Juan Diaz Project Safety Officer ISteve Turn r We ley Sanders Quality Control Manager ar 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. 8 Proposed Project Managers Organization Doing Business As Primary Candidate Name of Individual Lone Star Dirt & Pavincf, Ltd Steve Turner Years of Experience as Project Manager 25 years Years of Experience with -this Organization--____ -_ __-- -16- years -- Number of similar projects as Project Manager over 100 Number of similar projects In other positions lover 100 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Com letion Date City of Lbk Concrete & Asphalt 5% Sept 2010 Lowery Field Concrete Paying 5% Auc[ 2010 KelseyPark Sub -Division 1 10% IJan 2011 Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference Name Johnathan Zei ner Name Rick Pinkerton Title/ Position Engineer Title/ Position RPR Organization Parkhill, Smit &Cooper Or anization Par i mit & ooper Telephone R06 471-2200Telephone RQA 471-2200 E-mail Zei r@team- sc . com E-mail R]Pinkert:on@tearn-1Dsc.c Pro ect Slide Road Pro ' ect I Project Slide Road Project Candidate role on Project Project En r Aitemate Candidate Name of Individual Candidates role on Pro ect Wesley Sanders Inspector Years of Experience as Project Manager 20 years Years of Experience with this Organization 25 years Number of similar projects as Project Manager Number of similar projects In other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Com letion Date Cooper ISD Ball Field & Paving_10% Sept 2010 I '- •n-tq_ct In-fo-rmatiog s -o• roy• • reference Name Johnathan Zei ner Name • • duals Rick Pinkerton Title/ Position Engineer Title/ Position RPR Organization ParkhIlI.SmithiCooper Organization Telephone B06 473-2200 Telephone 806 473-2200 E-mail Zei ner@team- sc . com E-mail RPi erton@team-psc . Project Slide Road Project Pro ect Slide Road Project Candidate role on Project Project Engr Candidate role on Pro ect Inspector 9 Organization Doing Business As Name of Individual Lone Star Dirt & Paving, Ltd Carlos Yannis Years of Experience as Project Superintendent 15 years Years of Experience with this Organization 9 ears Number of similar projects as Superintendent more than 50 Number of similar projects in other positions more than 100 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Cooper ISD 65% Lubbock Patching 25% Sept 2010 Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference Name Rick Pinkerton Name Title/ Position gpg Title/ Position Organization Parkhill, Smith&Coo er Or anization Telephone 806 4 7 3- 2 3 0 0 Telephone E-mail Pinkerton@team- sc , co E-mail Project Project Candidate role on Project te ., Name of Individual Candidate role on Project Cruz Reyes Years of Experience as Project Superintendent 15 years Years of Experience with this. Organization 9 years Number of similar projects as Superintendent more than 75 Number of similar projects in other positions more than 200 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Lubbock Patching 75 Sept 2010 Lubbock ISD 20 Aug2010 - • a • Name'Rick Pinkerton ,•..R- • 66ntactjng Name Cody - dividuals Blevins Title/ Position Title/ Position Organization ar imit & ooper Organization City of Lubbock Telephone 806 743-2200 Telephone 8 -775- 68 E-mail Pi k n t - , c E-mail Project Project City patching Candidate role on Project Candidate role on Project Street Superintendant Proposed Project Safety Officer Organization Doing Business As JLone -ban6 • Name of Individual Star Dirt & Paving, Ltd Steve Turner Years of Experience as Project Safety Officer 25 Vears Years of -Experience withthisOrganization --_ -16 years __ Number of similar projects as Safety Officer more than 100 Number of similar projects in other positions more than 200 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date City of Lbk Patching & As halt 10% N/A Lowery Field Concrete Pavinct 10% N/A Kelsey Park Sub Division 10% N A Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference Name Johnathan Zeicrner Name Rick Pinkerton Title/ Position Engineer Title/ Position RPR Organization Parkhill Smith&Coo er Orc panization Parkhill Smith&Coo e Telephone 806 473-2200 Telephone 806 473-2200 E-mail JZeiqner@team-lpsc.com E-mail RPinkerton@t;eam-1Dsc.c Project Slide Road Pro ' ect Project Slide Road Pro ' ect Candidate role on Project Project En r Alternate Can•id Name of Individual Candidate role on Project Wesley Sanders Ins ector Years of Experience as Project Safety Officer 25 vears Years of Experience with this Organization 20 years Number of similar projects as Safety Officer more than 100 Number of similar projects in other positions more than 200 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference co'ntact Information (lisling names indicates Johnathan Zei ner approval to 'contacting Name the pqmes individuals as -a Rick Pinkerton Name Title/ Position Engineer Title/ Position RPR Organization Parkhill Smith&Coo er Organization Parkhill Smith&Coo e Telephone 806 473-2200 Telephone 806 473-2200 E-mail ner@team-psc.com E-mail nk n eam- c. _JZei Project Project Slide Road Proiect Candidate role on Project Project Engr Candidate role on Project Inspector Proposed Project Quality Control Manager Organization Doing Business As Prjmary Candid;dte Name of Individual Lone Star Dirt & Paving., Ltd Steve Turner Years of Experience as Quality Control Manager 25 years Years of Experience with this Organization 16 years -Number of similar projects as Quality -Manager --____more _..than__1Q0 Number of similar projects in other positions more than 100 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date City of Lbk Concrete & Asphalt 5% Sept 2010 Lowery Field Concrete Paving 5% Aug 2010 Kelsey Park Sub -Division 1096 Jan 2011 Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference Name Johnathan Zei ner Name Rick Pinkerton Title/ Position Engineer Title/ Position RPR Organization Parkhill.Smith&Cgoper Organization p i t h Telephone B06 473-2200 Telephone 806 473-2200 E-mail JZeiqner@team-,psc.com E-mail RPinkerton@team- sc . c Project Project Candidate role on Project Project Engr Name of Individual Candidate role on Pro ect lInspector Wesley Sanders Years of Experience as Quality Control Manager 25 years Years of Experience with this Organization 20 years Number of similar projects as Quality Manager more than 100 Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Cooper ISD Ball Field & Paving 1096 Sept 2010 Reference Contact Name • . approval ohnatha Zeianer Name Rick Pinkerton Title/ Position Engineer Title/ Position RPR Organization Organization Telephone .--Parkhill. Telephone E-mail izeigner@team--osc.com E-mail RPink rton@ eam- sc . Pro ect Olide Road Project Project I lide Road Project Candidate role on Project Project Engr Candidate role on Project Inspector 12 Contractor's Project Experience and Resources Organization Doing Business As Lone Star Dirt & Paving, Ltd o� Provide a list of major projects that are currently underway, or have been completed within the last five ears on Attachment A Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five years which specifically illustrate the organizations capability to provide best value to the Owner for this project. Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed key personnel. 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 9. Awards pmen Provide a list of major equipment proposed for use on this project. Attach Additional Information if necessary Equipment Item Primary Use on Project Own ill Buy Lease Hot mix lolant Su-p-ply HMAC X Flex base crusher Supply flex base X Milling machine Remove/blend mix & hage X All necessary Dirt Equip Rework roadway X All necessary s Asph P eroadway Bobtail dump trks deliv r material to ro' X Division Df WorkOrganization • Subcontractor What work will the organization complete using its own resources? All flex base rework, new asphalt paving, concrete paving, concrete cap What work does the organization propose to subcontract on thisproject? None Current Projects and Project Completed within the last 10 Years Project Owner City of Lubbock Project Name r Slide Road Paving General Description of Project: Project Cost 2,200,000.00 Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Mana er Name Wesley Sanders Cruz Reyes Steve Turner Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Larry Hertal City of Lbk 775-2329 Designer Johnathan Zeigner. Eng PSC 473-2200 Construction Manager Rick Pinkerton RPR PSC 473-2200 Project Owner City of Lubbock Project Name General Description of Project: Street Patching Project Cost 1,000,000.00 Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Cruz Reyes Reference Contact information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner City of Lubbock 775-2311 Designer Kevin Lair City of Lubbock 775-2600 Construction Manager Cody Blevin Superintendent City of Lubbock 775-3680 Project Owner Cooper Independent School District Project Name Coo er Softball Baseball General Description of Project: Project Cost 2, 0 0 0, 0 0 0. 0 0 Date Project Completed Key Project Personnel Project Manager Project Su rintendent Safety Officer Quality Control Manager Name Wesley Sanders Carlos Yannis Steve Turner Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title) Positio Organization Telephone E-mail Owner Cooper ISD 863-2282 Designer PSC 473-2200 Construction Manager Greg Durbin Owner Sandia Constr 745-9450 Project Information Project Owner ICity of Lubbock I Project Name Various Drainage Proj ect & 98th Channel General Description of Project Constructio reconstruct several miles of roadway over new storm water drain ProjectPerformance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 528,259.00 Notice to Proceed Auq 09 Change Orders 5,400.00 Contract Substantial Completion Date at Notice to Proceed Owner Enhancements - 0 - Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total 5,400.00 Actual / Estimated Substantial Completion Date Final Cost 533,659.00 ProjectKey Actual / Estimated Final Completion Date Nov 2010 Project Manager Project Sup Safety Officer; Quality Control Manager Name Wesley Sanders Carlos Yannis Steve Turner Percentage of Time Devoted to the Project 2 0 % 9 5 % 10 % Proposed for this Project 2 0 % 9 5 % 10 % Did Individual Start and Complete the Project? Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Reference Contact information (listing names indicates Name approval• contacting Tide/ Position t�ie names individuals as a refer_ence) Organization Telephone E-mail Owner R.Keith Smith P.E. Asst Eng City of Lubbock 775-2341 Designer Johnathan Ziegler Eng PSC 473-2200 Construction Manager Joe Schaunaman Eng Cit of Lubbock 775-2341 Sc aunaman@mai . c surew girk Killou h I A ent Issues / Disputes Resolved• .ing Resolution by Arbitration.•. • Number of Issues Total Amount involved in Resolved - 0 - Resolved Issues - 0 - iikycock & Fowler 1 798-2700 • • Number of Issues Total Amount involved in Pending- 0 - Resolved Issues 16 r'� r----- ►--�, Project Owner Cooper ISD Project Name Baseball/Softball Com lex General Description of Project earthwork, concrete paving, sidewalks, curb and gutter, Project. - Performance Budget History Schedule Performance Amount % of Bid Amount I Date Days Bid 1,076,464.00 Notice to Proceed Dec 2009 Change Orden; Contract Substantial Completion Date at Notice to Proceed Owner Enhancements - 0 - Contract Final Completion Date at Notice to Proceed Unforeseen Conditions - 0 - Change Order Authorized Substantial Completion Date Design Issues - 0 - Change Order Authorized Final Completion Date Total - 0 - Actual / Estimated Substantial Completion Date Final Cost 1,076,464.00 Actual / Estimated Final Completion Date Sept 2010 Key Project Personnel Project Manager Project Sup Safety Officer, Quality Control Manager Name Weslev Sanders Carlos Yannis Steve Turner Percentage of Time Devoted to the Project Proposed for this Project Did Individual Start and Complete the Project? If not, who started or completed the project in their piece. Reason for change. Reference Contact Information (listing narnes indicates Name approval to contacting tne Title/ Position names individuals as a reference) Organization Telephone E-mail Owner Cooper ISD 863-2282 Designer PS C 4 7 3- 2 2 0 0 11 Construction Manager Greg Durbin Owner Sandia Constr 745-9450! Sure Kirk Killou h A ent 'Issues / Disputes Resolved oPending .Arbitration,. . Number of Issues Total Amount involved In Resolved . " 0 " Resolved Issues - 0 -1 Aycock & Fowler 798-2706, Review Number of Issues Total Amount involved in Pending" 0 - Resolved Issues 16 Preiact Whrmatien Project Owner Cit of Lubbock Project Name Slide Road Paving General Description of Project remove 2 story house and basement and construct new 85'wide concrete roadway between 4th & Loop 289. Project Budget and Schedule Performance Budget History Schedule Performance Amount % of Bid Amount pate Days Bid 2,137,666.13 Notice to Proceed ;Oct 2009 Change Orders < 10 , 814 .5 0 > Contract Substantial Completion Date at Notice to Proceed Owner Enhancements -0- Contract Final Completion Date at Notice to Proceed Unforeseen Conditions -0- Change Order Authorized Substantial Completion Date Design Issues -0- Change Order Authorized Final Completion Date Total < 10 , 814 .5 0 > Actual / Estimated Substantial Completion Date Final Cost 1 2 , 12 6 , 8 51. 6 3 Key ProjectPersonnel Actual / Estimated Final Completion Date ,Feb 2 010 Project Manager Project Sup Safety Officer Quality Control Manager Name Wesley Sanders Carlos Yannis Steve Turner Percentage of Time Devoted to the Project 2 0 % 9 5 % 10 % Proposed for this Project 2 0 % 9 5 % 10 Did Individual Start and Complete the Project? Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Reference Contact Information (listing names indicates Name approval to contacting Title/ Position the names individuals as a reference) Organization Telephone E-mail Owner Larry Hertel Owner Rep City of Lubbock 775-2329 Designer Johnathan Zie le Eng PSC 473-2200 Construction Manager Rick Pinkerton RPR PSC 473-2200 Suret Kirk Killou h A ent no 11mem Number of Issues Total Amount involved in Resolved 0 Resolved Issues 0 A cock & Fowler 798-2700 Number of Issues Total Amount involved in Pendin 0 Resolved Issues 0 16 7-7 Project Information Project Owner IWAversity Medical Center Project Name 1parking lot General Description of Project sitework, and construction of storm drainage and elevated parking lot Projer t Budget and Schedule Performance Budget History Schedule Performance Amount % Of Bid Amount pate Days Bid 883,865.90 100% Notice to Proceed F-ch 0-9 Change Orders 51,379.10 100% Contract Substantial Completion Date at Notice to Proceed Owner Enhancements -0- Contract Final Completion Date at Notice to Proceed Unforeseen Conditions - 0 - Change Order Authorized Substantial Completion Date Design Issues - 0 - Change Order Authorized Final Completion Date Total 51,379.10 100-0. Actual/ Estimated Substantial Completion Date Final Cost 919 410. 92 Key Project Personnel Actual / Estimated Final Completion Date Sep t 09 Project Manager Project Sup Safety Officer Qualfty-,Contrd Manager Name Wesley Sanders Carlos Yannis Steve Turner Percentage of Time Devoted to the Project 2 0 16 95-0. 10% Proposed for this Project 2 0 16 9 5 % 1 or% Did Individual Start and Complete the Project? Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Reference Contact Information (listing names indicates 'Name approval to contacting the names Title/ Position Organization individuals as a reference) Telephone !E-mail Owner UMC 775-8200 Designer Alan Holley PE PSC 473-2200 olley@team-r)sc.c!D Construction Manager Pick Pinkerton IRPR SC I r 473-2200 Pinkerton@team-psx I Su" Kirk Killough Agent Fowler 798-2700 I Issues / Disputes Resolved or Pending Resolution by Arbitration, Litig'ation or Dispute Review Boards Number of Issues Total Amount involved in o- -o- Number of Issues Total Amount involvedin Resolved - Resolved Issues f I Pending r- I Resolved Issues , I o- 16 Project Information Project Owner City of Lubbock Project Name City Patching 2008 General Description of Project Excavate and repair pavement failures throughout city Project-Buidaet and Schedule Performance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 1,000,000.00 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost 1, 0 0 0 , 0 0 0. 0 0 1 Key Project Personnd- Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer Quality Control Manager Nam Wesley Sanders Cruz Reyes Steve Turner Percentage of Time Devoted to the Project 2 0 % 9 5 % 10 °% Proposed for this Project 2 0 °s 95 0 10 °s Did Individual Start and Complete the Project? Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Reference Name Title/ Position Organization Telephone E-mail Owner Marsh Reed City Eng City of Lubbock Designer Kevin Lair Street Eng City of Lubbock 775-2600 Construction Manager Cod Blevins Street En it of Lubbock 775-3680 SUE§N IKirk Killou h A ent Issues / Disputes Resolved or Pending Resolution by Arbitration, Litigation or Dispute Number of Issues Total Amount involved in Resolved 0 Resolved Issues 0 cock & Fowler 7 8-27 0 0 Review Bcards Number of Issues Total Amount involved in Pending 0 Resolved Issues 0 16 Proiect Information Project Owner I City of Lubbock Project Name 2 0 05 Primary Seconda Street Project General Description of Project repair paving failures throughout City of Lubbock on secondary streets and seal coat I Project Budget • Schedule Performance Budget History Schedule Performance Amount °� Bid Amount pate Days Bid 936,401.40 Notice to Proceed May 05 Change Orders -0- Contract Substantial Completion Date at Notice to Proceed Owner Enhancements -0- Contract Final Completion Date at Notice to Proceed Unforeseen Conditions -0- Change Order Authorized Substantial Completion Date Design Issues -0- Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost F936,401.40 - Project Personnel Actual / Estimated Final Completion Date Oct 0 5 Project Manager Project Sup Safety Officer Quality Control Manager Name Wesley Sanders Cruz Reyes Steve Turner Percentage of Time Devoted to the Project 2 0 % 9516 1001 Proposed for this Project 2 0 •'s 9506 10 16 Did Individual Start and Complete the Project? Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Reference Contact Information (listing names indicates Name approval to contacting the Title/ Position names individuals as a reference) Organization Telephone P-mail Owner Marsh Reed City Encr City -of Lubbock Designer Kevin Lair Street Eng City of Lubbock 775-2600 Construction Manager Cod Blevins Street En Cityof Lubbock 775-3680 Sure Kirk Kill ou h A ent Issues / Disputes Resolved or Pending Resolution by Arbitration, Litigation or Dispute Number of Issues _ Total Amount involved In _ Resolved - 0 Resolved Issues - 0 cock & Fowler 798-2700 Review Boards Number of Issues _ Total Amount involved in Pending - 0 Resolved Issues - 0 - 16 No Text . 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 212,0135 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, the offense of 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 three (3) 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 fine, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES X No Please see the following 3 Year OSHA I Citation History Chart If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, a summary listing of the citations and 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. Ilr�Offeror's Initials 1 - 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: .61 ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. `�L-- - i J L: Signature Douglas J. Arnold Vice President Title iffi40 atf 1 W E S T E R N Mbbkk SUMMIT TEXAS _ _ �_------------- .___-Western-Summit-Constructors Incr------------------ - --_ _ 3 Year OSHA inspection 1 Citation History Date Type of OriginalPenalty Inspection Penalty Westem Summit Constructors, Inc. 10751 Montana Ave. 1/12/07 Planned None None $0 $0 El Paso, TX 79935 Western Summit Constructors, Inc. $9,500 2440 Bolton Road, NW 3/14/07 Accident Other Closed $9,500 Paid Atlanta, GA 30318 Western Summit Constructors 2008 No OSHA visits or Citations Western Summit Constructors 2009 No OSHA visits or Citations The Water & Wastewater Construction Specialists i lu Vock W E S T E R N ' SUMMIT TEXAS ' Safety Statistics 00• 2008 2007 Manhours 1,162,779 961,968 1,483,733 OSHA Recordables 7 6 6 Frequency Rate (LWDI) 0.77 0.42 0.4 Incident Rate 1.20 1.25 0.8 Experience Modifier All States Except Monolistic 0.61 0.62 0.62 l The Water & Wastewater Construction Specialists y' SUSPENSION AND DEBARMENT CERTIFICATION rill 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. kCOMPANY NAME: Western Summit Constructors, Inc. FEDERAL TAX ID or SOCIAL SECURITY No. 84-1214830 Signature of Company Printed name of company official signing above: Douglas J. Arnold, Vice President Date Signed: June 17, 2010 Ka Pate Intentionally Left Blank Im 1. 2. 3. 4. 5. 6. 7. s. 9. 10. 11. 12. 13. 14. 15. 16. PROPOSED LIST OF SUB -CONTRACTORS Company Name Sc�k�-alr Location Waxar,� e T Services Provided w-Ct4t(40�_ Minority Owned Yes No a -p I.�t- S{�-r�� ptd ► h ❑ flog IfVgA LA+.V 0a-,T� i�r►u��5 yC ° etr'Son �� �b n ° `TT�. 6\4ifmYwAI 05L1 +A #Akyk.+i _ ° (o((- if 0 tin 'T)( Q d aT k� wl ° 5m&GgAC-C CMS. -F&rr+s 4T�C orwt 4 dl�0 x Wyk l,Doti, Uc . to , C6 lw bratHL) ° A T ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: Western Summit Constructors, Inc. (PRINT NAME OF COMPANY) (A) e Paine Intentionally Left Blank POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing Manager Office Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due. FINAL LIST OF SUB -CONTRACTORS 1 FINAL LIST OF SUB -CONTRACTORS i Minority Owned Company Name Location Services Provided Yes No 1. Scott Fowler Waxachie, TX Welding ° x 2. Lone Star Dirt & Paving Lubbock, TX Paving ° 9( 3. Floyd Trucking Lubbock, TX Trucking `X Cl I 4. Hugo Reed Lubbock, TX Surveying ° 9( 5. Dyess Peterson Amarillo,. TX Testing ° IC 6. Central TX Enviro. Austin, TX Erosion Control Cl IC 7. Corr -Pro Houston, TX Cathodic Protection Cl 9( ( s. Sundance Construction Ferris, TX Boring & Tunneling ° x 9. Steve Lopez, Inc. Pueblo, CO Joint Grouting ° EC 10. ° ° 11. ° ° 12. ° ° Fl� 13. ° ° 14. ° ° '�,... 15. ll! ❑ ❑ 16. ° ° THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: Western Summit Constructors, Inc. (PRINT MUME OF COMPANY) 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 PRESENTS, that Western Summit Constructors Inc. (hereinafter called the Principal(s), as Principal(s), and Travelers Casualty and Surety Company (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 Twelve Million Thirty Thousand One Hundred Eighty Dollars and 00/100 Dollars ($12,030,180.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 8th day of July, 2010, to RFP 10-070-MA-Lake Alan Henry Water Supply Project Treated Water Line and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE 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 be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the 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 copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 28'11 day of July 2010. Travelers Casualtv and Suretv Comnan Sure By (Ti ) Atto ey-in-Fact Jody L. Camilletti Travelers 105471418 Western Surnmit Constructors, Inc. (Company Name) By: Douglas J. Arnold (Printed Name) (Signature) Vice President (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Roger Bales 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. Travelers Casualtv and Suretv Comanan Surety * By: ': : /�J , 0 t I (Tit Attorney -in -Fact Pody L. Camilletti Approved as to form: City of s By. Clif Attorney i * 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, a copy of power of attorney shall be provided to the City of Lubbock. [", No Text No Text r7 ._f STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that Western Summit Constructors Inc. (hereinafter called the Principal(s), as Principal(s), and Travelers Casualty and Surety Compano (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 Twelve Million Thirty Thousand One Hundred Eighty Dollars and 00/100 Dollars ($12,030,180.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, Eldated the 8th day of July, 2010, to RFP 10-070-AM Lake Alan Hemy Water Supply Project Treated Water Line — Contract GI and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be j determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 28th day of July2010. Travelers Casualty and Suret Company Western Summit Constructors Inc. Sur ty (Company Name) * B ( By: Douglas J. Arnold tic) ttomey-in-Fact (Printed Name) Jody L. Camilletti (Signature) Vice President (Title) I! The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Roger Bales 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. Travelers Casualtv and Suretv Comnan Sure *By. r (Title) ttome -in-Fact Jody . Camilletti Approved as to Form Ell, City of b ck By: City Attorney fji * 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 rAttorney in Fact, a copy of power of attorney shall be provided to the City of Lubbock. 4 WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Ank POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 222123 Certificate No. 003489621 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Jody L. Camilletti, and Patricia E. O'Leary of the City of Steamboat Springs , State of Colorado , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their -business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or pem" eci°in any'aet ons p pi9ceedings allowed by law. s IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and them corporate seals to be hereto affixed, this 11 th da of February 2010 •: r =� Y S Farmington Casualty Coin St. Paul Mercury Insurance Company Fidelity and GuarantyInsurance Company 4 , Travelers Casualty and Surety Company Fidelity and Guaranty Insu"rauice Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company G„SU,�� Y"'� yP 4 �FJr•IMf` INSj/q PIY AgyO O �yo��G,p�"� i 9 r�pRPORA>•!i Q4:• f p"i 1-S �o f\ ,gg Ajtp z �l w F:tF W:�pPPUR9fe1 11AatFOflD, • tunttnn0. < � : �t 195 :sEc 11-1 caNs. Ac oowr r Nq 4bc�+'Na° � �� 1 �s� co�dk.. fast v •.. .•J`° 's °e � � `V/� Y • 1• ��! RANCE fSx..�Nir' ly.'........ d! ,,d+ s '� ••�! Attu State of Connecticut City of Hartford ss. On this the 11 th day of 13y: Georg Thompson, Hier ice President 2010 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. February 0.7ET In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2011. Marie C. Tetreault, Notary Public 58440-4-09 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and seated with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and Umted Sags Fidelrtq and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Compadres >wtiich rs iri'full fore �id'effect and has not been revoked. r .f 4 j •• k,. ��f IN TESTIMONY WHEREOF, I have hereunto set my hand an c �ei1 the sends of said C`oinganies this cV�3' day of 20 �. Kori M. Johans Assistant Secretary i r G�6UA��L ' tME 6 � O�pM.,�Rfv9 JPi.INSVgq'% 9JPl1Y Apo �` Q��y ... 0AW R To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. I WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER I� I CERTIFICATE OF INSURANCE Page Intentionally Left Blank CERTIFICATE OF INSURANCE TO: CITY -OF LUBBOCK DATE: July 28, 2010 „ P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: Water Supply Line THIS IS TO CERTIFY THAT Western Summit Constructors, Ir(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 of 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 ,Y Commercial General Liability GL04641069 3 / 1 / 10 3 / 1 / 13 General Aggregate $ 10 , 000 , 000 ❑ Claims Made Products-Comp/Op AGG $ Ol ."1 11 Occurrence Personal & Adv. Injury$5 _ O00 Owner's & Contractors Protective Each Occurrence $ 5 , , 000 ,! Auk- Fire Damage (Any one Fire) $ 5 , 000 , 000 Med Exp (Any one Person) 5 , 000 $ AUTOMOTIYELIABILITY Any Auto Combined Single Limit$ 5,000,000 ❑ All Owned Autos Bodily Injury (Per Person) $ ❑ Scheduled Autos BAP46410 70 3 / 1 / 10 3 / 1 / 13 Bodily Injury (Per Accident) $ ❑ Hired Autos Property Damage $ ❑ Non -Owned Autos GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ ❑ BUILDER'SRISK PL 100% of the Total Contract Price 66688785 8/24/10 8/24/11 Contract Value $ 12_,031,180 ❑ INSTALLATION FLOATER $ LIABILITY /EXCESS Umbrella Form Each Occurrence $ AUC 9141395 3 / 1 / 10 3 / 1 / 13 Aggregate $ OB ❑ Other Than Umbrella Form WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY ThePmprietor/ ❑ Included Statutory Limits Partners/Executive ❑ Excluded EWS464106 7 3 / 1 / 10 3 / 1 / 13 Each Accident 2100100 Officers are: Disease Policy Limit $ z.UU0 ' 08 Disease -Each Employee $ 2.000.000 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 ! J 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 1 less than five days in advance of cancellation. Zurich American Insurance Company American Guarantee & Liability n FIVE COPIES OF THE CERTIFICATE OF INSURANCE Le in ton Insurance Company i 1 IN of?nsurer} MUST BE SENT TO THE CITY OF LUBBOCK By: Title A en THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AND THE ENGINEERS (PARKHrU, SMrM AND COOPER, INC. AND HANIILTON ENGINEERING) AS PRIMARY ADDITIONAL INSUREDS AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, AND THE ADDITIONAL INSUREDS IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE ' JI TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. POLICY NUMBER: GLO 4641069 COMMERCIAL GENERAL LIABILITY CG24041093 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OR RECOVERY C AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: ANY ENTITY REQUIRED BY A WRITTEN CONTRACT. (if no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement..) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV — COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. EE ;; CG 24 04 10 93 Copyright, Insurance Services Office, Inc., 1992 Page 1 of 1 11 t._...x AGENT COPY POLICY NUMBER: GLO 4641069-02 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY..PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR IDry' . CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL ABI T O RAGE_PAR -- -" SCHEDULE Name Of Additional Insured Person(s) Or Or anization s : Location And Description Of Completed Operations ANY PERSON OR ORGANIZATION WITH WHOM YOU HAVE AGREED, THROUGH WRITTEN CONTRACT, AGREEMENT.OR PERMIT, EXECUTED PRIOR TO THE LOSS, TO PROVIDE ADDITIONAL INSURED COVERAGE. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section • II — Who Is An Insured is amended to in- clude as an additional insured the person(s) or or- ganization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, irf whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products - completed operations hazard". CG 20 37 07 04 p ISO Properties, Inc., 2004 INSURED COPY Page 1 of 1 ❑ �.ryl WORKERS COMPENSATION AND El14PLO1ZRS LIABILITY INSURANCE POLICY WC 00 03 13 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement changes the policy to which it is attached effective on the inception dale of the policy unless a different date is indicated below Mie following "attaching clause' aced be completed only when this endorsement is issued subsequent to preparation of Ole policy ) This endorsement, effective on 03101 / 2010. at 12:01 AM. standard time, forms a part of (DATE) Policy No. EWS 4641067 of the ZURICH AMERICANINSURA.NCE COMPANY EWS 4641068 (NAME OF INSURANCECOMPANY) issued to Western Summit Constructors, Inc. Premium (if any) S Authorized Representative We have the right to recover our payments from anyone liable for an injury covered by this policy. \hre• will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.* This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule ALL PERSONS AND/OR ORGANIZATIONS THAT REQUIRE A W7 MEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, IHAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK, PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION "l WC 134(4-34) WC 00 03 13 Copyright 1933 National Council on Compensation Insurance L_ Pace I of I CON TRACTORINSURANCECHECKLIST A CONTRACTOR SHALL: X (1) -X— --(2) 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; provide acertificate of coverage showing workers' compensation coverage to the governmental -entity - prior to beginning work on the project; X (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; X (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; X (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; X (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; X (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 AND 1 THE ENGINEERS (PARKHILL, SMITH AND COOPER, INC., AND HAMILTON ENGINEERING) AS PRIMARY ADDITIONAL INSUREDS AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, AND THE ADDITIONAL INSUREDS 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. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. d- 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 al 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 X (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for 1j, 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. d CONTRACT m Page Intentionally Left Blank CONTRACT # 9553 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 8"' day of July, 2010 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Western Summit Constructors, Inc. of the City of Denver, County of Adams and the State of Colorado hereinafter. termed _CONTRACTOR.._.. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain 3 improvements described as follows: RFP 10-070-MA - Lake Alan Henry Water Supply Project, Treated Water Line — Contract G1 and - all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. Western Summit Constructors, Inc.'s proposal dated June 17, 2010 is incorporated into and made a part of this agreement. I f The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: Western Summit Constructors, Inc. $' By: �� J PRINTEDNAME: Douglas J. Arnold TITLE: Vice Presi.dent [ ' COMPLETE ADDRESS: Company Western .Summit Constructor's, Inc, Address 5 4 7 () ?via 1.1 e' Hwy City; State, Zip n nver, Co' 102.16 ATTEST: - Corpora e Secretary Karen D. Calabro, Assistant .Sedr.eta:ry CITY OF LUBBOCK, TEXAS (OWNER): MAYOR ATTEST: .1_Q -0 r.Q rntary APP V S YT�,F�": City Attorney 1 r GENERAL. CONDITIONS OF THE AGREEMENT h Papae Intentionally Left Blank 2. 3 3 9 5. GENERAL CONDITIONS OF THE AGREEMENT Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit Successful Offeror Western Summit Constructors Inc. who has agreed to perform the work embraced in this contract, or their legal representative. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative., so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or Resident Project Representatives as may be authorized by said Owner to act in any particular way under this agreement. Engineers, supervisors or Resident Project Representatives will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE IIWritten notice shall be deemed to have been duly served if delivered in person to the individual or to a member. of I the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. t. 9 10 11 12. 13. 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 inmords 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. The terminal storage reservoir earthwork, liner testing, and inlet/outlet gates must be complete and operational, and connecting pipelines backfilled and tested for substantial completion. 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. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE Y 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. 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. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. Additional lines and grades shall be furnished whenever Owner's Representative (as distinguished M1 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 f `, 0J i 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 p Y �' 1? �' - 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 i 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 famished 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 bome 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 3 contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or It', 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. I fi 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 l The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution t and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and fA it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the , Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 3� 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. y 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor l, shall make necessary arrangements and provide proper facilities and access for such observation and testing at any `d location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation i 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 V ) event that any part of the work is being fabricated or manufactured at a location where it is not convenient for r--, Owner or Owner's Representative to make observations of such work or require testing of said work, then in such ;E 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 I 4 g_ 1" 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. i 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-anysuch tests; inspections -or approvals; -and any hr work -which meets, ofanysue 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 from 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 I 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, 4n 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 j 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 described 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 perforniing said extra work shall be determined by the following methods: ._t 5 1 Method (A) - By agreed unit prices; or f 1 Method (B) - By agreed lump sum; or rl 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 r' 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 - _. _ _ _ raderit Contractor as a reasonable and-iiecess - __ - cost -for - erformance of the extra woi 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 workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for l 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 r 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 l 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 r "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 jj 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 6 26. 27 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 seven (7) calendar days prior to the opening of proposals. In the absence of a 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. 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. 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 ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AND ENGINEERS (PARKRILL, SMITH AND COOPER, INC, AND HAMILTON ENGINEERING) AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF 7 SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AND ADDITIONAL INSURED AS REQUIRED BELOW. 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. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETED OPERATIONS. A. Commercial General Liability Insurance (Primary Additional Insured (to include products and complete operation).and.Waiver of Subrogation required The contractor shall have Comprehensive General Liability Insurance with limits of $2,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury Heavy Equipment and Endorsement B. 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, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. C. Builder's Risk Insurance/Installation Floater Insurance. The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. D. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $3,000,000 on all contracts with ` coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverage's. E. Workers Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any . Subcontractor on the job with Employers Liability of at least $500,000. 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. Duration of the project - includes the time from the beginning of the work on the project until the 1 Contractor's/person's work on the project has been completed and accepted by the governmental J entity. r, Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor I 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 a_ 8 1 the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate. of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. 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 filq 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. 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. 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: (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; 9 F (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: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. 10 (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (b) A provision that written notice shall - be -given fo tfie City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (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 r 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.mus) 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: (iv) (v) "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."; 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 r current certificate of coverage ends during the duration of the project; obtain from each other person with whom it contracts, and provide to the Contractor: 4 (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 , 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; -, 12 r 1 (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, 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 13 provided in the contract for changes in the work. In the absence of timely written notification to Owner's t 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 $4,000 (Four Thousand Dollars) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall fail to meet the time requirements 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 $2,500 (Two Thousand Five Hundred Dollars) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth ' for each and every working day that the Contractor shall fail to meet the time requirements stipulated for j 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, ?n_d is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD TIME IS OF THE ESSENCE OF THIS CONTRACT. 14 BETWEEN THE CONTRACTOR AND OWNER THAT 35. TIME AND ORDER OF COMPLETION IJ It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor - , shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner . as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this ,... contract, the plans and specifications, and within the time of completion designated in the Contract; provided, also, that when --the- Owner, -is-having. other -work . done, . either- by -contract or- by --its own- -force,-- the--Gwner's - Representative (as distinguished from the Resident Project Representative) may direct the time and manner of I'J 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. i 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 fi 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. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 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 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 15 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 quantities not 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 _ m 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 1 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 famish 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 1-1 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 l the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. 16 _ r Payment for materials on hand and delivered to the project site will be limited to 100 percent of the material invoice price less the 5% 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 substantial/ completed, the Owner's Representative and/or the Owner shall inspect the work and within said time Y p ep p , 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 31st 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 (or as mutually agreed by both parties) 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. 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 17 (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 filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor 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 otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall 18 r - 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 i .. 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 i .(b)- __ _The- Owner,..undersealed- proposals, after-- notice- published -as. required- by--law,-at-least-twice-in-a7- - 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 1 be remain bound therefore Should the cost to complete such ew contract r shall d oany n ontra 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 p'{ 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 l 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually F 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 E 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 tight to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or - effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at 1 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, V' 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 Ir, iJ 20 `-' Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts $ and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide.whate-ver-requirements-such-consent,--if granted, is -conditioned upon, -in its sole and absoluterdi-scretion - W_ 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. 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. 'FZ DAVIS-BACON WAGE DETERMINATIONS Page Intentionally Left Blank I I Page 1 of 3 General Decision Number: TX100028 03/12/2010 TX28 Superseded General Decision Number: TX20080028 State: Texas Construction Types: Heavy and Highway Counties: Ector, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY (excluding tunnels & dams) and HIGHWAY PROJECTS (does not include building structures in rest area projects). Modification Number Publication Date 0 03/12/2010 * SUTX2004-001 11/09/2004 Rates Fringes Asphalt Distributor Operator ... $ 9.25 0.00 Asphalt Heater Operator ........ $ 11.21 0.00 Asphalt paving machine operator$ 11.16 0.00 Asphalt Raker ..................$ 9.51 0.00 Broom or Sweeper Operator ...... $ 8.57 0.00 Bulldozer operator ...........$ 9.76 0.00 Carpenter .. ........... .......$ 12.61 0.00 Concrete Finisher, Paving ...... $ 13.26 0.00 Concrete Finisher, Structures..$ 11.20 0.00 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator .......................$ 11.00 0.00 Electrician ....................$ 17.00 0.00 Form Builder/Setter, Structures$ 9.26 0.00 Form Setter, Paving & Curb.....$ 9.82 0.00 Front End Loader Operator ...... $ 10.52 0.00 Laborer, common ................$ 6.51 0.00 Laborer, Utility ...............$ 10.46 0.00 Mechanic .......................$ 16.85 0.00 Motor Grader Operator Rough....$ 11.75 0.00 Motor Grader Operator, Fine Grade ..........................$ 13.50 0.00 Planer operator ................$ 13.36 0.00 Roller Operator, Pneumatic, Self -Propelled .................$ 7.67 0.00 Roller Operator, Steel Wheel, Flat Wheel/Tamping.............$ 8.06 0.00 Roller Operator, Steel Wheel, Plant Mix Pavement .............$ 7.50 0.00 Scraper Operator ...............$ 8.50 0.00 Seriicer .:.....................$ 8.98 0.00 Slip Form Machine Operator ..... $ 13.64 0.00 Tractor operator, Pneumatic .... $ 12.00 0.00 Traveling Mixer operator ....... $ 12.00 0.00 Truck driver, lowboy -Float.....$ 12.67 0.00 Truck driver, Single Axle, Heavy ..........................$ 8.50 0.00 hq://www.wdol.gov/wdol/scafiles/davisbaconfrX28.dvb 3/29/2010 Page 2 of 3�- ' Truck driver, Single Axle,, Light ..........................$ 8.08 0.00 Truck Driver, Tandem Axle, Semi -Trailer ...................$ 8.66 0.00 Welder........... ............$ 15.25 0.00 Work Zone Barricade Servicer... ---------------------------------------------------------------- $ 8.28 0.00 � It" WELDE3RS - Receive rate prescribed for craft performing operation to which welding is incidental. o ssssssssosoaaaxaasaaaaxessssssssssss�noozaaaasasssass4acn o.-axis Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (11)) . In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 ' 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CPR Part 1.8 and 29 CFR Part 7). Write to: http://www.wdol.gov/wdol/scafiles/davisbacon/TX28.dvb 3/29/2010 Page 3 of 3 (1t; _. Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. t 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. 4 esaasa==o=oo=occ c.:===z==sassaaaaa��ccx�z=z=zass=aaaaaccaonaa�saa END OF GEN13RAL DECISION if hup://www.wdol.gov/wdol/scafilestdavisbacon/TX28.dvb 3/29/2010 Page Intentionally Left Blank Specifications b-6 ity of Ii o & TEXAS City of Lubbock Lake Alan Henry Water Supply Project Treated Water Line Contract G 1 April 2010 PARKHILLSMITH&COOPER PSC Project # 01276508 TABLE OF CONTENTS DIVISION 1-- GENERAL REQUIREMENTS 01010 Summary of Work......................................................................................................................2 01019 Contract Considerations.............................................................................................................2 01025 Measurement and Payment........................................................................................................2 01040 Coordination and Meetings........................................................................................................3 01090 Reference Standards...................................................................................................................4 01300 Submittals...................................................................................................................................3 01310 Construction Scheduling............................................................................................................3 01320 Construction Progress Documentation.......................................................................................2 01400 Quality Control. ..........................................................................................................................2 01500 Construction Facilities and Temporary Controls........................................................................3 01600 Material and Equipment.............................................................................................................3 01610 Water Line Equipment, General.................................................................................................5 01650 Starting of Systems. .................................................................................................................... 2 01700 Contract Closeout.......................................................................................................................3 DIVISION 2 - SITE WORK 02050 Removal, Demolition and Salvage.............................................................................................4 02151 Trench Safety Systems...............................................................................................................3 02221 Excavating, Backfilling and Compacting for Utilities...............................................................3 02222 Excavating, Backfilling and Compacting for Pavement............................................................4 02223 Flowable Fill..............................................................................................................................4 02260 Excavation Support and Protection............................................................................................5 02300 Jacking, Boring and Tunneling................................................................................................10 02430 Tunnel Grout..............................................................................................................................4 02521 Concrete Curbs, Sidewalks and Driveways...............................................................................3 02600 Schedule of Pipe.........................................................................................................................2 02605 Manholes....................................................................................................................................2 02610 Pipe, Valves and Fitting Materials for Potable Water Pipelines...............................................14 02704 Pipeline Pressure and Leakage Testing......................................................................................4 02710 Flexible Base..............................................................................................................................3 0273.0 Pipe Installation..........................................................................................................................9 02742 Dense -Graded Hot -Mix Asphalt (Method)...............................................................................10 02933 Site Seeding................................................................................................................................4 DIVISION 3 - CONCRETE 03100 Concrete Formwork...................................................................................................................4 03200 Concrete Reinforcement............................................................................................................2 03300 Cast -in -Place Concrete.............................................................................................................11 03600 Grout..........................................................................................................................................1 a '__ 01276508 TABLE OF CONTENTS TOC - 1 04/10 DIVISION 4 - 8 Not Used DIVISION 9 - FINISHES 09900 Protective Coatings..................................................................................................................18 09910 Pipeline Coatings and Linings................................................................................................. 30 DIVISION 10 -12 Not Used DIVISION 13 — SPECIAL CONSTRUCTION 13110 Impressed Current Cathodic Protection.................................................................. ....... 25 DIVISION 14 -16 Not Used APPENDICES APPENDIX A - Geotechnical Investigation APPENDIX B — OSHA 1926 Subpart P 01276508 TABLE OF CONTENTS TOC - 2 04/10 SECTION 01010 SUMMARY OF WORK PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1- General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Work covered by Contact Documents B. Contractor use of site. C. Owner occupancy. 1.3 RELATED SECTIONS A. Section 01300 - Submittals: Schedules of Values. 1.4 WORK COVERED BY CONTRACT DOCUMENTS A. Identification: Lubbock Lake Alan Henry Water Supply Project Treated Water Line (Contract G1). 1 Location: Lubbock County, Texas (Refer to location map.) 2. Owner: City of Lubbock, Texas B. Verbal Summary: Without forceor effect on requirements of the Contract Documents a brief description of the Project is as follows: The project consists of furnishing and installing approximately 36,600 feet of 42" potable water transmission line, and miscellaneous piping and appurtenances. 1.5 CONTRACTOR USE OF PRENHSES A. General: During the construction period the Contractor shall have full use of the premises for construction operations, including use of the site. The Contractor's use of the premises is limited only by the Owner's right to perform work or to retain other contractors on portions of the Project. B. Use of the Site: Limit use of the premises to work in areas indicated. Confine operations to areas within contract limits indicated. Do not disturb portions of the site beyond the areas in which the Work is indicated. 1. Owner Occupancy: Allow for Owner occupancy. 2. Driveways and Entrances: Keep entrances serving the premises clear and available to the Owner, the Owner's employees, and emergency vehicles at all times. L� 01276508 SUMMARY OF WORK 01010 - 1 (r 04/10 PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01276508 SUMMARY OF WORK 01010 - 2 04/10 SECTION 01019 CONTRACT CONSIDERATIONS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Application for Payment. B. Change procedures. 1.3 RELATED SECTIONS A. Section 01300 - Submittals: Schedule of Values. 1.4 APPLICATIONS FOR PAYMENT A. Submit four copies of each application. B. Content and Format: Utilize Schedule of Values for listing items in Application for Payment. C. Payment Period: As defined in Owner -Contractor agreement. D. Waiver of liens from subcontractor. 1.5 CHANGE PROCEDURES A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by EJCDC 1910-8, 1990 Edition, Article 10. B. The Engineer may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications, a change in Contract Time for executing the change. Contractor will prepare and submit an estimate within 7 days. C. The Contractor may propose a change by submitting request for change to the Engineer, describing the proposed change and its full effect on the Work. Include a statement describing the reason for the change, and the effect on the Contract Sum/Price and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. Document any requested substitutions in accordance with Section 01600. D. Stipulated Sum/Price Change Order: Based on Proposal Request and Contractor's fixed price quotation or Contractor's request for a Change Order as approved by Engineer. E. Construction Change Authorization: Engineer may issue a change order signed by the Owner instructing the Contractor to proceed with a change in the Work. Document will describe changes in the Work, and designate method of determining any change in Contract Sum/Price or Contract Time. Promptly execute the change. F. Time and Material Change Order: Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. Engineer i will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. 01276508 CONTRACT CONSIDERATIONS 01019 - 1 04/10 G. Maintain detailed records of work done on Time and Material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work H. Change Order Forms: EJCDC 1910-8-B. L Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as provided in the General Conditions of the Contract. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01276508 CONTRACT CONSIDERATIONS 01019 - 2 04/10 SECTION 01025 MEASUREMENT AND PAYMENT PART1-GENERAL The unit price or lump sum price bid on each item, as stated in the Proposal, shall include furnishing all labor, superintendence, machinery, equipment, and materials necessary to complete the various items of work shown on the plans and called for in the specifications. Items on which no separate payment is made shall be included in the bid prices for the various pay items. 1.1 UNIT COST ITEMS Unit cost items, not otherwise included in this section to be paid for at a unit cost per unit shall include all work and materials involved in the installation within the limits designated on the plans. Measurement shall be made in units shown on the Bid Sheet. All work so included shall be installed, constructed or performed as shown on the drawings and/or specified. 1.2 LUMP SUM ITEMS Lump sum items to be paid for at a lump sum price per job shall include all work and materials involved in the installation within the limits designated on the plans. No measurement of the work or material included in such items will be made. All work so included shall be installed, constructed or performed as shown on the drawings and specified herein. 1.3 MOBILIZATION/DEMOBILIZATION Mobilization/Demobilization shall include costs associated with move -in and move -out costs, related equipment and labor, bid bond, performance and construction bonds and insurance required for this project. 1.4 OSHA APPROVED TRENCH PROTECTION Trench protection shall be paid for per linear foot, or by lump sum, and shall include all necessary work to abide by OSHA Rules as provided in these specifications, or as required. 1.5 SWPPP Contractor shall provide a Storm Water Pollution Prevention Protection Plan (S WPPP) as required for the project. 1.6 FINAL CLEANUP A. The Contractor shall make a final cleanup of all parts of the work before final acceptance of the 1 work by the Owner. This cleanup shall include, among other things, removing all construction materials, final grading of all trench surfaces and construction sites, and in general preparing the sites of the work in an orderly manner. B. The cost of the cleanup shall be included as a part of the cost of the various items of work involved and no direct compensation will be made for this work. s. 01276509 MEASUREMENT AND PAYMENT 01025 - 1 04/10 l . PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01276509 MEASUREMENT AND PAYMENT 01025 - 2 04/10 SECTION 01040 COORDINATION AND MEETINGS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Coordination. B. Field Engineering. C. Preconstruction Conference. D. Progress Meetings. E. Coordination with Utilities. 1.3 COORDINATION A. Coordinate scheduling, submittals, and Work of the various Sections of specifications to assure efficient and orderly sequence of installation of interdependent construction elements with provisions for accommodating items installed later (see Project Phasing Schedule located in the bidding documents). B. Verify that utility requirement characteristics of equipment and materials to be incorporated into the project are compatible. Coordinate work of various Sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment and materials. C. Coordinate completion and clean up of Work. 1.4 PRECONSTRUCTION CONFERENCE A. Engineer will schedule a conference after Notice to Proceed. B. Attendance Required: Owner, Engineer and Contractor and major subcontractors. C. Agenda: 1. Execution of Owner -Contractor Agreement. 2. Submission of executed bonds and insurance certificates. 3. Distribution of Contract Documents. 4. Submission of list of Subcontractors, list of products, Schedule of Values, and progress schedule. 5. Designation of personnel representing the parties in Contract and the Engineer. 6. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures. 7. Scheduling. 8. Use of premises by Owner and Contractor. 9. Owner's requirements. 10. Construction facilities and controls provided by Contractor. 11. Temporary utilities provided by Contractor. 01276508 COORDINATION AND MEETINGS 01040 - 1 04/10 PART 2- PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION I' 01276508 REFERENCE STANDARDS 01090 - 4 04/10 SECTION 01300 SUBMITTALS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General.Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Submittal procedures. B. Resubmittal requirements. C. Proposed products list. D. Shop drawings. E. Product data. F. Samples. G. Manufacturers' instructions. H. Manufacturers' certificates. 1.3 RELATED SECTIONS A. Section 01019 - Contract Considerations: Schedule of Values. B. Section 01700 - Contract Closeout: Contract warranty, manufacturer's certificates and closeout submittals. 1.4 SUBMITTAL PROCEDURES A. All submittals must be submitted electronically as directed by the Project Manager in the Pre - Construction Meeting. B. Transmit each submittal with Contractor's standard transmittal letter including Contractor's name, address and phone number. C. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate. D. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. E. Schedule submittals to expedite the Project, and deliver to Engineer at his business address. Coordinate submission of related items. F. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. G. Provide space for Contractor and Engineer review stamps. H. Revise and resubmit submittals as required, identify all changes made since previous submittal. I. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. J. Submit initial submittal schedule within fifteen (15) days after receipt of Notice to Proceed. 01276508 SUBMITTALS 01300 - 1 04/10 i 1.5 RESUBMITTAL REQUIREMENTS _F A. Revise initial submittal as required and resubmit to meet requirements as specified. B. Mark as RESUBMITTAL. 1.6 PROPOSED PRODUCTS LIST A. Within 15 days after date of Notice to Proceed, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. 1.7 SHOP DRAWINGS A. Submit in reproducible form. B. Drawing size shall be minimum 8 1/2 x 11 inches and maximum of 30 x 42 inches. 1.8 PRODUCT DATA A. Submit the number of copies which the Contractor requires, plus six copies which will be retained by the Engineer. B. Mark each copy to identify applicable products, models, options, and other data. C. Include recommendations for application and use, compliance with specified standards oftrade associations and testing agencies. D. Include notation of special coordination requirements for interfacing with adjacent work. E. After review, distribute in accordance with Article on Procedures above and provide copies for Record Documents described in Section 01700 - Contract Closeout. 1.9 SAMPLES A. Samples of materials will be requested as a part of the submittal process, as required by the Owner or Engineer. 1.10 MANUFACTURER'S INSTRUCTIONS A. When specified in individual specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. B. Identify conflicts between manufacturers' instructions and Contract Documents. 1.11 MANUFACTURER'S CERTIFICATES A. When specified in individual specification Sections, submit manufacturers' certificate to Engineer for review, in quantities specified for Product Data. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference date, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to Engineer. 01276508 SUBMITTALS 01300 - 2 1 04/10 ^ PART 2 - PRODUCTS Not Used PART 3-EXECUTION Not Used END OF SECTION f 01276508 SUBMITTALS 01300 - 3 1 04/10 SECTION 01310 CONSTRUCTION SCHEDULING PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Project Scheduling Requirements. 1.3 RELATED SECTIONS A. Section 01300 - Submittals: Schedules of Values. B. Section 01320 — Construction Progress Documentation C. General Instructions to Offerors 1.4 CRITICAL PATH PROGRESS SCHEDULE A. A Critical Path Progress Schedule shall be submitted by Contractor. The schedule shall consist of an arrow diagram and associated listings, and shall cover all Work to be done on the Project. The Critical Path Progress Schedule shall be submitted within 30 days after the preconstruction conference. The firm or individual employed by Contractor to prepare the Critical Path Schedule shall be competent and experienced in critical path scheduling, accounting for the Project Phases as required by the bidding documents. Contractor shall reference the Project Phasing Plan detailed in General Instructions to Offerors — Items 13.1, 13.2 and 13.3. 1.5 ARROW DIAGRAM A. The arrow diagram shall be sufficiently detailed to indicate such activities as shop drawing submittal and review, equipment manufacture and delivery, installation of equipment, concrete pours, and subcontractors' items of work. Construction activities of less than 1 day's duration or more than 5 days' duration shall be kept to a minimum. The arrow diagram shall be prepared so that the final diagram will fit on a drawing of approximately 24 x 36 inches. B. Each activity on the arrow diagram shall be labeled with the following information: 1. Description. 2. Duration. 3. Scheduled start date. 4. Latest completion date. 5. Total float. C. The critical path of activities shall be indicated on the arrow diagram by a heavy line. 01276508 CONSTRUCTION SCHEDULING 01310 - 1 fI 04/10 i ti 1.6 LISTINGS A. Two chronological listings of the information in the arrow diagram shall be prepared: 1. One for scheduled start dates. 2. One for latest completion dates. B. Each listing shall show the following for each item in the arrow diagram: 1. Activity node numbers. 2. Description. 3. Scheduled start date. 4. Duration in workdays. 5. Latest completion date. 6. Total float. 1.7 SUBMITTAL A. The initial critical path schedule and subsequent revisions shall reflect the actual progress ofthe Project to within 5 days prior to submittal. Contractor and its representative who prepared the schedule shall meet with Engineer and Owner to review the initial schedule and each subsequent revision. The meeting will be held in the office of Owner or Engineer. B. At least 5 copies of the arrow diagram and listings shall be submitted. A revised arrow diagram and listing shall be prepared and submitted at a minimum frequency of 30 days. C. If the initial schedule or any subsequent revision is not acceptable to Owner, the schedule shall be revised and resubmitted as many times as necessary until the schedule is acceptable. Acceptance of the schedule will not be unreasonably withheld. 1.8 SHOP DRAWINGS SCHEDULE A. At the time the initial critical path schedule is submitted, a schedule shall be submitted of the items of materials and equipment for which Shop Drawings are required by the Specifications. For each required Shop Drawing, the date shall be given for intended submission of the drawing to Engineer for review and the date required for its return to avoid delay in any activity beyond the scheduled start date. Sufficient time shall be allowed for initial review, correction and resubmission, and final review of all Shop Drawings. In no case will a schedule be acceptable which allows less than the number of calendar days specified in Section 01300 - Submittals, for Engineer's submittal review. 1.9 PROGRESS REPORTS A. At the end of each month, the node numbers of the activities that have been completed, with their actual start and completion dates, and a list of the activities on which Work is currently in progress and the number of working days required to complete each, shall be submitted to ? Engineer. L B. If, at any time during the Project, any activity is not completed by its latest scheduled completion date, Engineer shall be notified within 5 days of Contractor's plans to reorganize the workforce to return to the schedule and prevent delays on any other activity. Owner may - require Contractor, at Contractor's expense, to add to its plant, equipment, or construction �- forces, as well as increase the working hours, if operations fall behind schedule. C. Any Work reported complete, but which is not readily apparent to Engineer, must be substantiatedwith satisfactory evidence. 01276508 CONSTRUCTION SCHEDULING 01310 - 2 04/10 PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION I 01276508 CONSTRUCTION SCHEDULING 01310 - 3 `� 04/10 SECTION 01320 CONSTRUCTION PROGRESS DOCUMENTATION PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Documentation Requirements. 1.3 RELATED SECTIONS A. Section 01300 - Submittals: Schedules of Values. B. Section 01310 — Construction Scheduling. 1.4 UNITS OF MEASUREMENT A. When both inch -pound (English) and SI (metric) units of measurement are specified herein, the values expressed in inch -pound units shall govern. 1.5 SCHEDULE OF VALUES A. After review of the preliminary schedule at the preconstruction conference, and before - submission of the first Application for Payment, Contractor shall prepare and submit to Engineer a Schedule of Values covering each lump sum item. The Schedule of Values, showing the value of each kind of work, shall be acceptable to Engineer before any Application for Payment is prepared. - B. The sum of items listed in the Schedule of Values shall equal the Contract Price. Such items as Bond premium, temporary construction facilities, and plant may be listed separately in the Schedule of Values, provided the amounts can be substantiated. Overhead and profit shall not be listed as separate items. C. The Schedule of Values shall have sufficient detail such that partial completion of separable items of work can easily be calculated. The Schedule of Values shall have separate lines for manufacturer's field services, O&M manuals, and performance testing for each item of equipment requiring such services. D. An unbalanced Schedule of Values providing for overpayment of Contractor on items of Work which would be performed first will not be accepted. The Schedule of Values shall be revised and resubmitted until acceptable to Engineer. Final acceptance by Engineer shall indicate only consent to the Schedule of Values as a basis for preparation of applications for progress payments, and shall hot constitute an agreement as to the value of each indicated item. 01276508 CONSTRUCTION PROGRESS DOCUMENTATION 01320 - 1 04/10 J' 1.6 SCHEDULE OF PAYMENTS j A. Within 30 days after award of contract, Contractor shall furnish to Engineer a schedule of estimated monthly payments. The schedule shall be revised and resubmitted each time an Application for Payment varies more than 10 percent from the estimated payment schedule. r, 1.7 SURVEY DATA A. All field books, notes and other data developed by Contractor in performing surveys required as part of the Work shall be available to Engineer for examination throughout the construction period. All such data shall be submitted to Engineer with the other documentation required for final acceptance of Work. 1.8 LAYOUT DATA A. Contractor shall keep neat and legible notes of measurements and calculations made in connection with the layout of the Work. Copies of such data shall be furnished to the Resident Project Representative for use in checking Contractor's layout as provided in the project requirements section. All such data considered of value to Owner will be transmitted to Owner by Engineer with other records upon completion of Work. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used J END OF SECTION 01276508 CONSTRUCTION PROGRESS DOCUMENTATION 01320 - 2 04/10 rl 1 SECTION 01400 QUALITY CONTROL PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Contract Provisions, Special Provisions and Division 1 - General Requirements apply to the work of this Section. 1.2 SECTION INCLUDES A. Quality assurance and control of installation. B. Tolerances. C. References. D. Inspection and testing laboratory services. 1.3 RELATED SECTIONS A. Section 01300 - Submittals: Submission of Manufacturers' Instructions and Certificates. 1.4 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply fully with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Engineer before proceeding. D. Comply with specified standards as a minimum quality for the Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Perform work by persons qualified to produce workmanship of specified quality. F. Contractor to hire surveyor for construction staking, and final locations/elevations for all project structures for implementation into the final record drawings. 1.5 TOLERANCES A. Monitor tolerance control of installed Products to produce acceptable Work. Do not permit tolerances to accumulate. B. Comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with Contract Documents, request clarification from Engineer before proceeding. C. Adjust Products to appropriate dimensions; position before securing Products in place. 1.6 REFERENCES A. Conform to reference standard by date of issue current on date of Contract Documents, except where a specific date is established by code. jjB. Obtain copies of standards when required by Contract Documents. 01276508 QUALITY CONTROL 01400 - 1 04/10 1 C. The contractual relationship duties and responsibilities of the parties in Contract nor those of the Engineer shall not be altered from the Contract Documents by mention or inference otherwise in any reference document. 1.7 INSPECTION AND TESTING LABORATORY SERVICES A. An independent firm will perform inspections, tests, and other services specified in individual specification Sections and as required by the Engineer. B. Reports will be submitted by the independent firm to the Engineer, in triplicate, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. C. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, safe access, and assistance by incidental labor as requested. 1. Notify Engineer and independent firm 48 hours prior to expected time for operations requiring services. 2. Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use. D. Testing or inspecting does not relieve contractor from performing Work to contract requirements. E. Retesting required because of non-conformance to specified requirements shall be performed by the same independent firm on instructions by the Engineer. Payment for retesting will be paid by the Contractor. PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 3 i 01276508 QUALITY CONTROL 01400 - 2 --, 04/10 SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Temporary Utilities: Electricity, lighting, ventilation, water, and sanitary facilities. B. Temporary Controls: Barriers, fencing, protection of the Work, and water control. C. Construction Facilities: Access roads, parking, progress cleaning, and project signage. 1.3 RELATED SECTIONS A. Section 01700 - Contract Closeout: Final cleaning. 1.4 PROJECT CONSTRUCTION TRAILER A. Contractor shall provide construction trailer with suitable offices for the City of Lubbock and Representative RPR staff. Trailer shall have adequate heatingtcooling, sanitary sewer, and potable water facilities. Trailer shall have suitable office with desk, chair, filing cabinet, plan holder and restroom facilities. A suitable conference room with table and chairs shall also be provided. Contractor shall provide area for construction trailer to be placed. 1.5 TEMPORARY ELECTRICITY A. Provide temporary electric service as required. 1.6 TEMPORARY WATER SERVICE A. Contractor shall be responsible for transporting water for construction purposes and potable water for construction personnel, and for providing water to the Project construction trailer. B. Construction water will be available from the City of Lubbock. Exercise measures to conserve water. Contractor to make arrangements with City as to location and metering requirements, or to make other arrangements. 1.7 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. B. Maintain daily in clean and sanitary condition. I 01276508 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500 - 1 04/10 1.8 BARRIERS -_ A. Provide barriers to prevent unauthorized entry to construction areas to allow for Owner's use of ; site, and to protect existing facilities and adjacent properties from damage from construction operations and demolition. B. Protect non -owned vehicular traffic, stored materials, site and structures from damage. 1.9 WATER CONTROL A. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. 1.10 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection where specified in individual specification Sections. B. Provide temporary and removable protection for installed Products. Control activity in immediate work area to minimize damage. C. Prohibit traffic from landscaped areas. 1.11 SECURITY A. Provide security and facilities to protect Work from unauthorized entry, vandalism, or theft. 1.12 ACCESS ROADS A. Construct and maintain temporary roads accessing public thoroughfares to serve construction area. B. Extend and relocate as Work progress requires. Provide detours necessary for unimpeded traffic flow. C. Designated existing on -site roads may be used for construction traffic. 1.13 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove waste materials, debris, and rubbish from site and dispose off -site at intervals as required to maintain clean site. 1.14 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary above grade or buried utilities, equipment, facilities and materials as soon as pennanent facilities can be utilized. B. Remove underground installations to a minimum depth of 2 feet. Grade site to pre -construction conditions.' C. Clean and repair damage caused by installation or use of temporary work. D. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. 01276508 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500 - 2 04/10 PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION . F i 01276508 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500 - 3 04/10 No Text _ { SECTION 01600 MATERIAL AND EQUIPMENT PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Products. B. Transportation and handling. C. Storage and protection. D. Product options. E. Substitutions. 1.3 RELATED SECTIONS A. Information to Bidders: Product options and substitution procedures. B. Section 01400 - Quality Control: Product quality monitoring. 1.4 PRODUCTS A. Products: Means new material, machinery, components, equipment, fixtures, and systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components required for reuse. B. Do not use materials and equipment removed from existing premises, except as specifically permitted by the Contract Documents. C. Provide interchangeable components of the same manufacturer, for similar components. 1.5 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery 1. Deliver materials, products and equipment to the project site in undamaged condition in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. 2. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 4. Arrange deliveries in accordance with the construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in the construction process. 01276508 MATERIAL AND EQUIPMENT 01600 - 1 {{ 04/10 is B. Storage 1. Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weather -tight, climate controlled enclosures. 2. For exterior storage of fabricated products, place on sloped supports, above ground. - 3. Provide off -site storage and protection when site does not permit on -site storage or protection. 4. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation. 5. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing with foreign matter. 6. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. ' `> 7. Arrange storage of products to permit access for inspection in a local warehouse. Periodically inspect to assure products are undamaged and are maintained under specified conditions. 8. Materials, products and equipment may be stored off site in a bonded and insured local warehouse approved by the Engineer and Owner. Pay all costs incurred for ' off -site storage facilities. Products properly stored in off -site storage facilities may be included in progress pay requests with written approval of the Owner. C. Handling 1. Handle materials, products and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage and installation. 1.6 PRODUCT OPTIONS # A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. 1.7 SUBSTITUTIONS A. For bidding purposes as provided in "Information to Bidders". B. Substitutions may be considered when a product becomes unavailable through no fault of the Contractor. C. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. D. A request constitutes a representation that the Bidder: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the Substitution as for the specified product. 3. Will coordinate installation and make changes to other Work which may be required for - the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension which may subsequently become apparent. s--- 5. Will reimburse Owner for review or redesign services associated with re -approval by authorities. 01276508 MATERIAL AND EQUIPMENT 01600 - 2 04/10 tj 1 E. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. F. Substitution Submittal Procedure: 1. Submit four copies of request for Substitution for consideration. Limit each request to one proposed Substitution. 2. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. 3. The Engineer will notify Contractor, in writing, of decision to accept or reject request. -- PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01276508 MATERIAL AND EQUIPMENT 01600 - 3 04/10 SECTION 01610 WATER LINE EQUIPMENT, GENERAL PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SCOPE A. This section of the specifications sets forth general requirements regarding shop and installation drawings, warranty, special tools, operation and maintenance manuals, manufacturer's responsibility during installation, and initial operation of major equipment items as listed below: 1. Equipment a. Treated water line. b. Combination Air/Vacuum valves and structures. C. Butterfly valves and structures. d. Blow off valves and structures. B. Building materials and accessories, piping and valves, structures, electrical materials and other incidental items are covered in other sections of these specifications. 1.3 APPROVAL OF EQUIPMENT AND MATERIALS A. All equipment and materials shall be new and shall be designed for the function and service specified herein. No equipment and materials shall be used in the project except that which has been approved by the Engineer. The Contractor shall submit to the Engineer such test results, shop drawings, manufacturer's specifications and other information as may be required for determining approval or disapproval, sufficiently in advance of shipment of the equipment to provide time for determining compliance with the specifications prior to shipment. Final approval and acceptance of equipment will be made only after such equipment is in operation and has met all specified tests. B. Equipment of a specific make may be named in the specifications, in certain instances, in order to set out specific features desired or required. However, unless the equipment to be furnished is specifically limited to that named, other makes of equal quality and which meet the functional requirements will be considered. 1.4 CONTRACTOR'S RESPONSIBILITY FOR COMPLETE FACILITY A. Attention of all Bidders is called to the fact that manufacturers may not necessarily include in their proposals for equipment to be furnished all the materials or devices required for a complete, usable facility. It is also probable that equipment offered will require some change in the structure in which the equipment will be installed, or in supporting members, electrical and mechanical accessories, piping or miscellaneous work required for the complete installation. 01276508 WATER LINE EQUIPMENT, GENERAL 01610 - 1 04/ 10 B. It is the intent of these specifications that a complete workable facility, functioning in accordance with the specified purposes, be furnished and constructed by the Contractor for the prices stated in the Contract. Therefore, it is the direct responsibility of the Contractor to furnish, install, and construct the complete facilities required by the plans and specifications and to take account of all subsidiary requirements of the equipment furnished to the end that the entire facility functions in accordance with the specified requirements. 1.5 SHOP AND INSTALLATION DRAWINGS A. Shop and Installation Drawings, Installation Instructions, Manufacturer's Specifications, and all other pertinent data, required by the Engineer to determine approval for installation of the equipment, shall be submitted to the Engineer, as required by Section 01300 SUBMITTALS. Such drawings and other data shall be submitted to the Engineer at the earliest practicable date, with due account being taken of the necessity for having equipment installation data prior to construction of structures in which the equipment will be mounted. Delay in submission of shop drawings will not, of itself, be grounds for granting an extension of time. Shop drawings submitted to the Engineer without first having been checked by the Contractor, will be returned to the Contractor, for such checking, before being examined by the Engineer. B. After manufacture and/or fabrication, four (4) copies of any test certificates or certificates of compliance with specifications, required by the specifications, shall be furnished to the Engineer. C. Shop drawings shall be complete in every detail, showing all dimensions, anchor bolts or other mounting devices, openings in structures required for installation of the equipment, connecting piping, size and location of electrical conduits and conduit, openings, nameplate data for electric motors and drive devices and any other pertinent data necessary for determining compliance with the specifications and suitability of the equipment for installation in the proper location and for the service intended. D. Since installation details may vary with the type of equipment furnished, such details may not agree with the contract drawings. Such variations shall be clearly shown in the shop and installation drawings. Any structural modification drawings required will be furnished the Contractor by the Engineer, but only minor modifications will be approved unless it is clearly shown that it is impracticable to adapt the equipment to the structure as detailed, or to secure equipment which would not require major modification. E. Early submission of shop drawings, or such portions of such drawings as may be required for structures scheduled for early construction, will be insisted upon. Delay in submission of shop drawings will not, of itself, be grounds for granting an extension of time. The Engineer will require a reasonable time for checking such drawings, but such checking will be expedited, and approvals or disapprovals will be issued promptly. F. Approval of shop and installation drawings indicate the Engineer's acceptance of the equipment for installation in the project, but does not guarantee dimensions nor sizes and structural or operational adequacy, nor does it waive any specification requirement not specifically waived in writing, nor relieve the Contractor and/or manufacturer of any responsibility for compliance of the completed installation with all specified requirements. 1.6 EQUIPMENT WARRANTIES A. In accordance with the Contract Documents, it is specifically required that all equipment L J furnished for the project be covered by the warranties and guarantees specified. The ("- Contractor, prior to final payment, shall furnish the Owner with a written warranty stating 01276508 WATER LINE EQUIPMENT, GENERAL 01610 - 2 04/10 that any failure of equipment, or part thereof, or any operational malfunction occurring to any equipment, caused by reason of faulty or inadequate design or installation, improper adjustment or defective materials or workmanship, within a period of two years of the final completion of the Project, will be promptly remedied by the Contractor, at no additional cost to the Owner. This two-year period shall begin on the date of final acceptance of the project, as shown on the Engineer's Certificate of Completion. 1.7 LUBRICATION EQUIPMENT AND SPECIAL TOOLS A. All equipment shall be provided with proper lubrication devices, as approved by the Engineer. Any special lubrication or servicing tools required by the equipment, except grease guns and standard commercial tools, shall be furnished with the equipment. Lists of such required tools shall be submitted with the shop drawings. 1.8 OPERATION AND MAINTENANCE MANUALS A. At the time of manufacturer's inspection of installation of the equipment, the Engineer shall be furnished with six (6) copies of complete installation, operation and maintenance manuals, for each item of equipment covered in this Section. The Engineer will give a receipt in writing for these manuals upon delivery, provided complete data is furnished, and will be responsible for delivery of the manuals to the Owner. Final acceptance of and payment for the project will not be made until all such manuals have been received. Manuals shall be bound in a suitable binder and shall include, but not be limited to, the following: (1) Name, address and telephone number of nearest competent service representative who can supply parts and service; (2) Descriptive literature, including t illustrations, covering the operating features of the equipment, and its components, specific for this installation, with all inapplicable information omitted or marked through; (3) Operating, Maintenance and Trouble Shooting Information; (4) Complete Maintenance " Parts List; (5) Complete connection, interconnection and assembly diagrams and Operational circuit diagrams, where applicable. 1.9 MANUFACTURER'S SUPERVISION OR INSPECTION OF INSTALLATION _ A. It is the intent of these specifications that all equipment listed in paragraph 1.1 of this Section shall be installed under the supervision of a competent representative of the Manufacturer, or that the installation will be inspected by a competent representative of the Manufacturer. The character and extent of such supervision and/or inspection services will be governed by the complexity of the equipment and the degree of competence, in installation of such equipment, of the Contractor's personnel. The minimum service of this type which will be required is: (1) A competent representative of the Manufacturer shall check the completed equipment installation and make such pre -operational adjustments as may be required to prepare the equipment for full operation; (2) A competent representative of the Manufacturer shall be present when the equipment is put into operation and shall perform all tests and make all adjustments necessary to insure satisfactory operation, and shall instruct plant operating personnel in the operation and maintenance of the equipment. Prior to initial operation of the equipment, the Manufacturer shall furnish, to the Engineer, three (3) copies of a letter, addressed to the Owner and signed by a responsible officer of the Company, stating that the equipment has been installed to the satisfaction of the Manufacturer and that it is ready for operation. 01276508 WATER LINE EQUIPMENT, GENERAL 01610 - 3 04/10 IN B. The right is reserved by the Owner to require more than the minimum supervision and inspection service whenever, in the opinion of the Engineer, such additional service is required to insure satisfactory installation and operation and/or completion of the project within the specified time. The Contractor may utilize Manufacturers' installation and inspection services, beyond the minimum, to whatever extent he desires. No separate payment will be made for any Manufacturer's installation and inspection services. The cost of such services as may be required to fully insure an installation completely acceptable in all respects shall be included in the Contract price. 1.10 INITIAL OPERATION A. In order to check all the equipment and structures of the project, it will be necessary to place all facilities in operation. However, all testing, checking and adjusting, which can be accomplished prior to full operation, shall be done before initial operation is started. B. When all structures are complete and all equipment has been made ready for operation, the Contractor shall begin the initial operating period. The Contractor shall be fully responsible for placing all equipment in operation and maintaining all facilities covered by this Contract in full operation for an uninterrupted period of at least thirty days, or for such longer period as may be required to make all equipment adjustments and to determine that all malfunctions have been remedied and that the equipment is operating in a satisfactory manner. If an equipment unit, once put into operation, must be taken out of service for adjustment or remedy of defects, careful coordination between the Contractor and the Owner will be required in order to maintain operation at the most effective level practicable. During the period of adjustment and the thirty day initial operating period, Owner personnel will not participate directly in the operation of the new equipment but will be observers while being instructed in the operation of the new equipment. During the initial operating period, the new equipment shall be operated continuously, 24 hours each day, unless the process requires intermittent operation. C. When it is determined by the Engineer that all elements of the new facility are operating in accordance with the specified requirements, or at the end of the thirty day initial operation period, if such determination is made prior to the end of this period, operation of the equipment will be taken over by the Owner. Such takeover will be effected, even though the project is not entirely complete and ready for acceptance. However, operation will not be taken over by the Owner while there is any question of the proper functioning of all elements of the project which would be involved in such operation. So long as there is any question of proper operation of the equipment, the Contractor shall retain sole responsibility for its operation and Owner personnel will perform no operating functions which might divide such responsibility. D. When operation is taken over by the Owner, the Contractor will be relieved of responsibility for any damage due to the negligence of the Owner and for normal operational wear. However, the facilities shall remain the property of the Contractor until the entire work has been completed and accepted by the Owner, and the Contractor shall be responsible for defective or inadequate design or installation of all the equipment, and for improper adjustment or other defects of material or workmanship. During this period of operation by the Owner, prior to completion and acceptance, the Contractor may direct the Owner to change operating procedures which he deems detrimental to the work and take such measures as he deems necessary to proper protection of the equipment. Should the Owner disregard such directions of the Contractor, when given in writing, and the Contractor persists in his objections to the actions of the Owner, when such actions are upheld by the Engineer, the question shall become a subject for arbitration as provided for in GENERAL CONDITIONS OF THE AGREEMENT. 01276508 WATER LINE EQUIPMENT, GENERAL 01610 - 4 04/10 E. The take-over procedures described above shall apply if the work is completed to the takeover point on or before the specified completion date. If this stage of construction is not reached prior to this date, the right is reserved by the Owner to require the Contractor to put the equipment into service, regardless of the fact that some elements may not have been completely installed. During such an emergency operating period, the Contractor shall have full responsibility for operation of all facilities in the project, under the general direction of the Owner, and shall continue with the installation and adjustment of equipment while in operation. Contractor operation shall continue, as required by the Owner, until the equipment is ready for the initial operation period, as specified above. At such time, initial operation and takeover shall proceed as heretofore specified, except that this emergency operation period may be considered to be the initial operation period, provided all elements of the new facility are operating in accordance with the specified requirements. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01276508 WATER LINE EQUIPMENT, GENERAL 01610 - 5 04/10 1 I SECTION 01650 STARTING OF SYSTEMS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Starting systems. B. Demonstration and instructions. C. Testing, adjusting, and balancing. 1.3 RELATED SECTIONS A. Section 01400 - Quality Control: Manufacturers field reports. B. Section 01700 - Contract Closeout: System operation and maintenance data and extra materials. 1.4 STARTING SYSTEMS A. Coordinate schedule for start-up of various equipment and systems. B. Notify Engineer seven days prior to start-up of each item. C. Verify that each piece of equipment or system has been checked for proper lubrication, drive rotation, belt tension, control sequence, or other conditions which may cause damage. D. Verify that tests, meter readings, and specified electrical characteristics agree with those required by the equipment or system manufacturer. E. Verify wiring and support components for equipment are complete and tested. F. Execute start-up under supervision of responsible manufacturer's representative and Contractors' personnel in accordance with manufacturers' instructions. G. When specified in individual specification Sections, require manufacturer to provide authorized representative to be present at site to inspect, check and approve equipment or system installation prior to start-up, and to supervise placing equipment or system in operation. H. Submit a written report in accordance with Section 01400 that equipment or system has been properly installed and is functioning correctly. 1.5 DEMONSTRATION AND INSTRUCTIONS A. Demonstrate operation and maintenance of Products to Owner's personnel two weeks prior to date of final inspection. B. For equipment or systems requiring seasonal operation, perform demonstration for other season. C. Utilize operation and maintenance manuals as basis for instruction. Review contents of manual with Owners' personnel in detail to explain all aspects of operation and maintenance. D. Demonstrate start-up, operation, control, adjustment, trouble -shooting, servicing, maintenance, and shutdown of each item of equipment at agreed -upon times, at equipment location. 01276508 STARTING OF SYSTEMS 01650 - 1 04/10 E. Prepare and insert additional data in operations and maintenance manuals when need for additional data becomes apparent during instruction. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01276508 STARTING OF SYSTEMS 01650 - 2 04/10 SECTION 01700 CONTRACT CLOSEOUT PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. C. Adjusting. D. Project record documents. E. Operation and maintenance data. F. Warranties. G. Spare parts and maintenance materials. 1.3 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. B. Provide submittals to Engineer that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.4 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Remove temporary labels, stains and foreign substances. C. Clean equipment. D. Clean site. E. Remove waste and surplus materials, rubbish, and construction facilities from the site. F. Repair, patch and touch-up marred surfaces to match adjacent finishes. 1.5 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: q3{®#g 1. Contract Drawings. i..J 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. 01276508 CONTRACT CLOSEOUT 01700 - 1 04/10 C. Record information concurrent with construction progress. - D. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number. _ 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. ` 3. Field changes of dimension and detail. if 4. Details not on original Contract Drawings. A. 5. Changes made by addenda and modification. F-' i F. Submit documents to Engineer with claim for final Application for Payment. 1.6 OPERATION AND MAINTENANCE DATA A. Submit one copy 15 days prior to final inspection, bound in 8 1/2 x 11 inch text pages, three ring binders with durable plastic covers. B. This copy will be returned after final inspection, with Engineer comments. Review content of documents as required prior to final submittal. Retainage will not be released until final operation and maintenance manuals are approved. C. Submit two final volumes revised within ten days after final inspection. D. Prepare binder covers with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS", title of project, and subject matter of binder when multiple binders are required. E. Internally subdivide the binder contents with permanent page dividers, logically organized as described below; with tab titling clearly printed under reinforced laminated plastic tabs. F. Contents: Prepare a Table of Contents for each volume, with each Product or system description identified. G. Part 1: Directory, listing names, addresses, and telephone numbers of Engineer, Contractor, Subcontractors, and major equipment suppliers. H. Part 2: Operation and maintenance instructions, arranged by system and subdivided by specification section. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Identify the following: 1. Significant design criteria. 2. List of equipment. 3. Parts list for each component. 4. Maintenance instructions for equipment and systems. 5. Maintenance instructions for finishes, including recommended cleaning methods and materials and special precautions identifying detrimental agents. 1. Part 3: Project documents and certificates, including the following: 1. Shop drawings and product data. 2. Certificates. 3. Photocopies of warranties and bonds. I 01276508 CONTRACT CLOSEOUT 01700 - 2 t 04/10 �5 { 1.7 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period. F. 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 from such defects, when such defects appear within one year from the date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner. 1.8 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual specification Sections. B. Deliver to project site and place in location as directed; obtain receipt prior to final payment. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01276508 CONTRACT CLOSEOUT 01700 - 3 ( 04/10 t' SECTION 02050 -REMOVAL, DEMOLITION AND SALVAGE PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Removal of utilities or structures as required by the Project plans. 1.3 RELATED SECTIONS A. Section 01040 - Coordination and Meetings B. Section 01500 - Construction Facilities and Temporary Controls: Barriers, fences and landscape protection. Dust control. C. Section 01600 - Material and Equipment. D. Section 01700 - Contract Closeout: Project record documents. 1.4 JOINT INSPECTION A. Prior to demolition, a joint inspection by the Owner, Engineer and Contractor will be made to determine condition of existing structures adjacent to items being demolished. Adjacent structures damaged by demolition operations must be restored satisfactorily at no expense to the Owner. 1.5 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01700. B. Accurately record actual locations of capped utilities and subsurface obstructions. 1.6 QUALIFICATIONS A. Experience in performing the Work of this Section. 1.7 DISPOSITION OF MATERIALS AND EQUIPMENT A. Ownership of Material and Equipment 1. Certain materials and equipment may be designated for reuse or salvage and will remain the Owner's property. If the designated items are damaged during demolition, handling or storage, the items must be restored satisfactorily at no expense to the Owner. 2. Materials and equipment not designated by the owner for reuse or salvage become the Contractor's property. f _j 01276508 REMOVAL, DEMOLITION AND SALVAGE 02050 - 1 f ( 04/10 k_ f� B. Disposal. All materials and equipment not designated for reuse or salvage shall be disposed of by the Contractor at no expense to the Owner. C. Reuse. Other items may be designated for reuse as directed by the Owner's Representative. 1.8 REGULATORY REQUIREMENTS A. Conform to applicable code for demolition of structures, safety of adjacent structures, dust control, runoff control and disposal. B. Obtain required permits from authorities. C. Notify affected utility companies before starting work and comply with their requirements. D. Do not close or obstruct roadways, sidewalks or hydrants without permits. E. Conform to applicable regulatory procedures when discovering hazardous or contaminated materials. 1.9 SCHEDULING A. Schedule work under the provisions of Section 0 13 00. B. Schedule Work to coincide with new construction. C. Describe demolition removal procedures and schedule. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 PREPARATION A. Provide, erect, and maintain temporary barriers and security devices. B. Protect existing landscaping materials, appurtenances and structures which are not to be demolished. C. Prevent movement or settlement of adjacent structures. Provide bracing and shoring. D. Mark location of utilities. 3.2 PROTECTION OF PERSONS AND PROPERTY A. The Contractor is responsible for providing protection of persons and property, including safe working conditions throughout work progress. B. Minimize the spread of dust and flying particles. Execute demolition in a manner to prevent damage from falling debris or other sources to Owner's property or adjacent property. C. Do not interfere with use of adjacent structures; maintain free and safe access at all times. Guard against movement or settlement of adjacent structures. The Contractor is responsible for safety and integrity of adjacent structures and, consequently, is liable for any movement or settlement and any resulting injuries or damage. Provide proper bracing and shoring necessary for support. If safety of adjacent buildings appears to be endangered, cease operations. Do not resume demolition until proper protective measures have been taken. 01276508 REMOVAL, DEMOLITION AND SALVAGE 02050 - 2 04/10 3.3 DEMOLITION REQUIREMENTS A. Conduct demolition to minimize interference with adjacent structures. B. Cease operations immediately if adjacent structures appear to be in danger. Notify Engineer. Do not resume operations until directed. C. Conduct operations with minimum interference to public or private accesses. Maintain protected egress and access at all times. D. Obtain written permission from adjacent property owners when demolition equipment will traverse, infringe upon or limit access to their property. E. Sprinkle work with water to minimize dust. Provide hoses and water connections for this purpose. 3.4 BLASTING A. Blasting is not permitted on this project. _m 3.5 FIRES A. Fires are not permitted on this project. f 3.6 UTILITY SERVICES A. Interruption No interruption of utility service will be allowed. 3.7 DEMOLITION A. Disconnect, remove and cap designated utilities within demolition areas. B. Remove materials to be re -installed or retained in manner to prevent damage. Store and protect in accordance with requirements of Section 01600. C. Do not burn or bury materials on site. Leave site in clean condition. D. Remove all temporary work. 3.8 GENERAL WORK ITEMS U A. Contractor may use equipment and materials necessary to properly complete the demolition. Operational procedures are at the Contractor's option but must not interfere with the execution of other work. Materials or equipment designated for reuse or salvage shall be carefully removed, transported and stored in approved storage areas. B. Removing and Replacing Concrete. Use these procedures where existing concrete must be removed to facilitate operations but will be replaced subsequently. 1. Make initial cut with a concrete saw exercising care to avoid cutting reinforcement. 2. After removing concrete, cut cross bars at center of breakout and bend back. ( 3. Before replacing concrete, bend bars back to the original position and provide a splice bar for each cut bar. Splice bars must be the size of cut bars and of a length to lap each cut end a minimum of 20 diameters of the bar, unless restricted by the job conditions. 4. Immediately before placing new concrete, thoroughly clean old concrete and apply a heavy coat of bonding agent. 5. Replace concrete as specified in Division 3 - Concrete. 4 i 01276508 REMOVAL, DEMOLITION AND SALVAGE 02050 - 3 04/10 C. Backfill 1. Backfill holes or other hazardous openings resulting from demolition with an approved material to the density of adjacent soil as specified in the section describing Earthwork. 2. Backfilling with rubbish or burying on the site is not permitted. D. Cleaning. Keep the work areas free of accumulated debris. Materials and equipment that are not for reuse of salvage must be removed from the site daily, unless otherwise approved. 3.9 SCHEDULES A. No salvage material or equipment shall be reused on the project unless specifically provided for in the Specifications or so noted on the drawings. END OF SECTION 01276508 REMOVAL, DEMOLITION AND SALVAGE 02050 - 4 04/10 SECTION 02151 TRENCH SAFETY SYSTEMS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications covers trench safety systems for trench excavations greater than five feet in depth. All work performed under this section shall also comply with OSHA Part 1926, Subpart P and all State and Local codes. B. The Contractor shall be responsible for complying with the requirements of the specifications, drawings and all applicable codes. The Contractor shall immediately notify the Engineer of any unforeseen field conditions which might affect the integrity of the trench safety system. 1.3 RELATED SECTIONS A. Excerpts from OSHA Subpart P. 1.4 SCOPE OF WORK A. The scope of work includes but is not limited to trench and excavation safety systems either by cut back method or braced excavation method for all trenches five feet and deeper whether indicated on the drawings or required by actual field conditions. Trenches not exceeding five feet in depth shall be protected as required by OSHA, State and Local standards. B. Alternative methods of trench safety may be submitted for approval to the Engineer, however alternative methods will not be reviewed or reviewed prior to bid opening. C. Appendix A OSHA 1926 Subpart P is included in these specifications for information only. It is the Contractor's responsibility to adhere to the latest version from OSHA. 1.5 SUBMITTALS A. Provide detail drawings for proposed trench safety systems. Clearly identify where each system is proposed for use and type of system to be used. Trench excavations cannot be started until trench safety systems have been submitted and reviewed by the Engineer. 1. Trench Boxes - Submit manufacturer's standard data sheet and certificate of compliance signed by a registered engineer stating the maximum allowable depth for the given design pressure for each type of trench box proposed for use. 2. Alternative Systems - If alternative systems composed of steel, aluminum, wood or a combination of materials are proposed, submit design calculations signed by a licensed engineer showing all member properties, design strengths and any stress increases used with justification for their use. 01276508 TRENCH SAFETY SYSTEMS 02151 = 1 04/10 1.6 QUALITY ASSURANCE A. Trench safety systems will be designed based on field test borings from the ground storage tank and booster pump station sites. The Contractor shall review all test borings and notify the Engineer of any field conditions encountered which are not representative of the test boring logs. B. Work shall be performed by forces having at least two years experience with similar types of trench safety systems. All prefabricated items used in trench safety systems shall be manufactured by a company with at least two years experience in fabricating the items. C. The Contractor shall be responsible for complying with all trench safety requirements and for the safety of trenches and excavations. PART 2 - PRODUCTS A. Provide suitable materials capable of withstanding imposed loads without excessive deflections. Materials shall be clean, free of rust, holes, knots and other defects. 1. Steel - Steel shall be of type and thickness as required by design and shall have a minimum yield stress of Fy = 36000 psi. 2. Aluminum - Type 6061-T6, thickness as required by design. 3. Wood in Contact with Earth - Pressure treated soft woods or untreated hardwoods. 4. Wood not in Contact with Earth - Soft or hardwood as required by design. PART 3 - EXECUTION A. Prior to starting trench excavations, the Contractor shall examine all site conditions and note any conditions in existing structures and other items which may be adversely affected by trenching operations. Prepare a written list of all such conditions and submit the list to the Engineer. During trenching operations note any changes which occur to existing pavements or structures and submit a written report to the Engineer of all such changes. 3.2 EXISTING UTILITIES A. Prior to starting trench excavations, chart and field locate all existing utilities. Notify owners of all utilities of work to be performed. Protect all existing utilities from damage. Provide additional support for utility lines which cannot span trench width. Do not interrupt existing services without written approval by the Engineer and the utility owner. 3.3 TRENCHING PROCEDURES A. Provide shoring systems in accordance with the submitted design to adequately resist earth pressures indicated on the drawings. B. Proceed with work in an orderly fashion. Install trench bracing systems as soon as possible after opening trenches. Do not allow workers in trench prior to installing trench bracing systems. C. Backfill trenches as soon as possible after completion of work. D. Stockpile excavated materials at three feet away from edge of trench. 01276508 TRENCH SAFETY SYSTEMS 02151 - 2 04/10 I E. Maintain barricades and signage as required by State and Local codes to protect open i excavations. F. Do not allow surface water to enter excavations. Properly grade areas adjacent to trench excavations to control surface drainage away from excavations. Excavations which must remain open during periods of rainfall shall be covered with suitable material to prevent accumulations -. of water in excavation. G. If cut back method is employed, maintain a clear distance of .three feet from edge of cut to avoid _. allowing loose material to enter trench. H. Do not operate heavy equipment except for trench digging equipment within twenty feet of edge of excavation. END OF SECTION . J 01276508 TRENCH SAFETY SYSTEMS 02151 - 3 04/10 No Text i SECTION 02221 0 EXCAVATING, BACKFILLING AND COMPACTING FOR UTILITIES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section covers all excavating, backfilling and compacting of trenches for pipe and pipe accessories and other utilities. 1. There shall be no separate pay item for excavating, backfilling and compacting trenches. 2. Over excavation not at the direction of the Engineer is to be corrected by the Contractor at the Contractor's expense. 3. OSHA regulations and Part 3 of this section will apply to all excavation and trenching. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 TRENCHES A. Pipe trenches shall be excavated to the lines, and grades shown on the drawings or as established by the Engineer. Before excavation begins in paved areas, the existing pavement shall be cut or sawed to a neat line by methods that meet the approval of the Engineer (where existing pavement will not be replaced). The maximum width of the trench from the pipe invert to the top of the pipe shall be; as detailed on the Limits of Excavation indicated on the Contract Drawings. The procedures for the treatment of trench walls shall be as prescribed by the trench safety system. In some areas of limited right-of- way or when necessary to protect existing facilities; the slope of the trench wall shall be limited. Where necessary to stay within the maximum width limits at the top of the pipe, the trench shall be adequately braced and sheeted. The Contractor shall be fully responsible for any damage to adjacent structures due to inadequate trench wall supporting devices. B. The trench shall be excavated to an even grade so that the required thickness of Class A bedding material beneath the pipe is achieved throughout the entire length of the pipe. In obtaining a true and even grade, the excavated trench bottom shall be wetted as necessary to facilitate compaction. The bottom of the trench shall be compacted by mechanical means to consolidate all loose material disturbed during excavation. No compaction tests will be required on the bottom of the trench, however, the entire width and length of trench shall be compacted such that no loose material remains. Any part of the trench excavated 01276508 EXCAVATING, BACKFILLING AND 02221 - 1 04/10 COMPACTING FOR UTILITIES E below grade shall be corrected by filling with approved materials and thoroughly i compacting. If clay, rock or other unyielding material is encountered in the bottom of the trench, it shall be removed to a depth of six (6) inches below grade, refilled with selected materials, and compacted at a minimum of 98% at ± I% optimum moisture per ASTM D- 1557 to specified grade. C. Bell holes of ample dimensions shall be dug at each joint to permit the jointing of the pipe to be made properly. D. Trench digging machinery may be used to make trench excavations except in places where operation of same would cause damage to existing structures either above or below ground. In such instances, hand methods shall be employed. The Contractor shall locate all existing underground lines, whether or not they are shown on the drawings, sufficiently in advance of trenching operations to prevent any damage thereto. Extreme care shall be taken to prevent such damage and the Contractor shall be fully responsible for damage to any such lines. The Contractor shall locate the elevation of all major utility lines at least 2 weeks ahead of pipeline placement operations and notify the Engineer in writing of any conflicts that are found. E. There will be no classification of excavated materials and all materials encountered shall_ be excavated as required. Adjacent structures shall be protected from damage by construction equipment. All excavated material may be piled along the side of the trench per the approved trench safety plan and in a manner which will not endanger the work. Within street rights -of -way excavated material shall be removed as necessary from the street to allow traffic to pass in a safe manner, as indicated in the Traffic Control Plan. In no case will excavated material be allowed to be stockpiled in street rights of way. F. Excavation for manholes shall be made as required providing space for constructing the structure and trench safety system if applicable. G. The use of explosives will not be permitted. H. The use of vibratory equipment will not be permitted. 3.2 BEDDING A. Bedding and bedding zone for the pipe shall be as specified in the applicable portions of Section 02610 - PIPE INSTALLATION. 3.3 BACKFILLING A. General: All trenches shall be backfilled in accordance with this section as soon as practicable after the pipe has been installed with the specified bedding condition. As soon as practicable after laying and jointing of the pipe, the completion of bedding, and the completion of structures, the trench shall be backfilled. B. Material: The backfill material immediately adjacent to the pipe or bedding material shall meet the gradation requirements specified in SECTION 02730. Native material shall be allowed above specified granular embedment if it meets the gradation requirements specified in SECTION 02730. The material shall be free from rocks, boulders, clay or other unsuitable material(s). 3.4 PLACEMENT OF BACKFILL A. Contractor to place granular embedment from 6" below the pipe to 12" above the pipe as specified. When the first lift has been compacted by mechanical tamping, the second lift _ shall be to one foot above the top of the pipe and compacted as specified. Placing each lift will be dependent upon the diameter of the pipe and in no case shall each lift exceed 6" in 01276508 EXCAVATING, BACKFILLING AND 02221 - 2 04/10 COMPACTING FOR UTILITIES €! 1 t r' f....f thickness based upon loose measure. The backfilling of the remainder of the trench shall be done in the following manner: The backfill material shall be placed in the trench in layers not to exceed 6 inches, moistened or aerated as necessary to obtain optimum moisture, and compacted with approved mechanical compaction equipment until the required density is obtained. Vibratory rollers may not be used. Depending upon the mechanical compaction equipment used, the Engineer may allow .the Contractor to lay Cthicker lifts. If the Contractor feels it can achieve passing density tests, based upon the density requirements of the contract with thicker lifts than 6 by loose measure, it shall first submit it's proposed method of compaction, type of equipment to be used and the desired lift thickness. The Engineer shall make the determination as to whether or not the Contractor's proposed methods are acceptable. In utilizing existing spoil for backfill material, any spoil that contains obvious and excessive amounts of clay and/or large cobbles (+2") shall be not be acceptable for use in any zone. The Engineer shall make the determination as to whether excavated spoil is acceptable for backfill material. B. Density requirements shall be as follows: 1. For all backfill in areas to be paved, a density of not less than 98% modified per l ASTM D-1557 shall be obtained from the top of subgrade to 18 inches below the top of subgrade. A density of 98 percent per ASTM D-1557 shall be obtained from 18 inches below the top of subgrade to top of pipe bedding zone. t 2. For all backfill not in paved areas, density of not less than 98% modified per ASTM D-1557 shall be obtained from top of pipe bedding zone to the ground surface. 3. The jetting method of water tamping or the water ponding method will not be allowed. Ir , 4. Pipe bedding shall be compacted to 98% per ASTM D-1557. 3.5 TWO -SACK FLOWABLE FILL BACKFILL (SEE SECTION 2223 — FLOWABLE FILL) 3.6 BACKFILL AND MAINTENANCE A. Following the completion of backfilling, the Contractor will maintain the trench surface in a satisfactory manner until final completion and acceptance of the finished project. END OF SECTION 01276508 EXCAVATING, BACKFILLING AND 04/10 COMPACTING FOR UTILITIES 02221 - 3 No Text SECTION 02222 EXCAVATING, BACKFILLING, AND COMPACTING FOR PAVEMENT PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. The work covered by this section of the specifications consists of all earthwork required to prepare ground surfaces upon which roadway pavement and miscellaneous concrete items such as curbs, gutters, sidewalks, driveways and drainage structures are to be constructed. The work shall include removal and disposal of any unacceptable or excess materials and any necessary dewatering or rock excavation. B. The Contractor shall furnish all materials, equipment, tools, labor, superintendence and incidentals required to perform the work as indicated on the drawings, as required by the Engineer, and as specified herein. 1.3 GENERAL A. This work shall be performed to prepare ground surfaces in those areas where roadway pavement or concrete curbs, gutters, sidewalks, drainage structures and/or similar items have been removed or damaged during construction of the pipeline and its accessories and must be reconstructed or repaired. Preparation of the ground surfaces shall include all necessary grading excavating, filling, backfilling, borrowing and stockpiling of material, disposing of unacceptable or excess material, wetting, compacting, shaping and rolling. B. The work shall be performed to the dimensions, typical sections, and lines and grades indicated on the drawings or established by the Engineer and in accordance with these specifications. C. It shall be the responsibility of the Contractor to fully inform himself as to job site conditions and materials to be encountered prior to submitting his Proposal, and he shall include in that proposal all costs of such preliminary investigations, as well as all costs for performing the work covered by this section, including any necessary dewatering or rock excavation. D. The use of explosives in performing this work will not be permitted. E. It is the intent of this project to mill a minimum of 7" of existing road surface and corresponding flexible base to be reprocessed with 6% Portland Cement, and placed as new subgrade material prior to repaving with a 2" HMAC section as specified. 1.4 GRADING AND EXCAVATING A. This work shall consist of removing all materials to the dimensions, typical sections, lines and grades shown on the drawings or established by the Engineer. The work shall include removal of all materials encountered, regardless of their nature; removal of materials which are unsuitable for use in subgrades, fills and backfills; stockpiling of suitable soils for use in fills or backfills; and the satisfactory disposal of unsuitable soil, vegetation, 01276508 EXCAVATING, BACKFILLING, AND 02222 - 1 04/10 COMPACTING FOR PAVEMENT debris, or any other deleterious materials encountered within areas of excavation. All removed materials, roads, gutters, culverts, etc., shall be restored to existing grade. B. All areas involved in the construction shall be graded as shown on the drawings or as required by the Engineer. These areas shall be shaped to drain away from the construction area and shall be maintained free of trash and debris until final completion of the work. All removed material, roads, gutters, culverts, etc., shall be replaced to existing grade. C. If unsuitable soils such as clay, or silty sands or trash are exposed at the depths to which excavation is required by the Contract Drawings, these unacceptable soils or trash will be removed as required by the Engineer. The full cost of excavation required to remove unacceptable materials and to fill in these areas with acceptable material shall be borne by the Contractor. The Contractor may review the available boring logs, and may perform additional soils investigations, at the Contractors expense, to ascertain whether removal of such undesirable soils or trash in any other areas of the pipeline routes, may be required. D. Unauthorized excavation consists of removal of materials beyond indicated subgrade elevations or dimensions without specific written authorization of the Engineer. Unauthorized excavation, as well as remedial work performed outside of the contract limits, and not authorized by the Engineer, shall be at the expense of the Contractor. E. Prior to placement of fill or backfill, all excavations and potential fill materials shall be inspected and approved by the Engineer. The excavation shall be underlain by natural non - expansive soils and not by undesirable soil materials or clay soils. F. After excavation to the required elevation or prior to placement of fill, the upper 6 inches of the excavated area shall be scarified and shall be compacted to the density required in Paragraph 2.1 - Filling and Backfilling below. 1.5 BORROW A. If sufficient suitable material is not available from the excavated areas at the job site, the Contractor shall provide additional suitable materials as required to complete backfills and to construct all fills to the typical sections, lines and grades shown on the drawings or established by the Engineer. The Contractor shall obtain the additional material from the owners of outside borrow areas. The Contractor shall be responsible for locating the sources of material and for obtaining the right to excavate and remove the material. All costs of providing the borrow material, including payment of royalties, developing the source of borrow, and excavating and hauling the material to the job site shall be paid by the Contractor at no cost to the Owner. PART 2 - PRODUCTS 2.1 FELLING AND BACKFILLING A. Filling and backfilling shall be performed as necessary to complete the preparation of ground surfaces to the typical sections and the lines and grades shown on the drawings or established by the Engineer. B. Fill and backfill material shall be free of any organic or deleterious substances and shall not contain cobbles or lumps over three inches in greatest dimension. It shall contain not more than TWENTY percent by dry weight of material passing a No. 200 sieve. The fill material shall show low shrinkage or swelling when subjected to changes in moisture content, and its plasticity index shall not exceed twelve. 01276508 EXCAVATING, BACKFILLING, AND 02222 - 2 04/10 COMPACTING FOR PAVEMENT i_ C. Suitability of potential fill material shall be determined by grain size analysis and tests for liquid limit, plastic limit, and shrinkage performed in accordance with ASTM D 522, D 423, D 424 and D 427, respectively. D. Soils at the site will be considered suitable for use as engineered fill, provided all of the above criteria are met. Under no circumstances shall rubble material, frozen soil, or deposits of clay be used to compromise any part of the engineered fill. Undesirable materials encountered during excavation shall be wasted and disposed of at the Contractors expense. All excess excavation that cannot be reused as backfill shall be disposed of at the Contractors expense. E. No frozen material shall be placed in fills or backfills, and no material shall be placed and compacted during periods when freshly placed material would become frozen. PART 3 - EXECUTION 3.1 CONSTRUCTION METHODS A. The base of excavations shall be moistened and shall be compacted to a dry density which is not less than ninety-eight percent of maximum as determined by ASTM D 1557. Fill material shall be placed in lifts not to exceed six inches (loose measure) in depth and then compacted. The moisture content of the material shall be uniform and within, plus or minus, one percent of optimum, as determined by ASTM D 1557. Water shall not be pooled or jetted onto the in -place fill, but should be distributed uniformly over its surface. B. Compaction of fill material shall only be with approved types of pneumatic or tamping equipment. Self-propelled or heavy-duty vibratory compaction equipment shall not be used adjacent to previously completed buildings or structures. Each lift of fill material shall be compacted to a dry density which is not less than ninety-eight percent of maximum as determined by ASTM D 1557. C. Control of filling operations shall consist of field inspection and testing to determine that each lift of fill has been compacted to the required density. Should any lift or portion of a lift not conform to density requirements, it shall be scarified, wetted, if necessary, then re - compacted until the required density is obtained. 3.2 SUBGRADE A. After completion of excavation or filling and backfilling, the surfaces of the excavated or filled areas shall be prepared as subgrade for pavement base course or for the construction of concrete items. The subgrade shall be the thickness shown on the drawings. Any clay encountered within two feet of the pavement surface shall be removed and replaced with engineered fill. B. The subgrade shall be scarified, plowed or otherwise loosened; shall be wetted, shaped and rolled with approved rollers. The rolling shall be continued until a density of not less than 98 percent is obtained. Modified proctor as determined by ASTM D 1557. The testing will be as outlined in ASTM D 1557; method to be selected by the Testing Laboratory and approved by the Engineer. C. When the required compaction is achieved the subgrade shall be finished to the lines and grades as shown on the plans or as required by the Engineer. Periodic wetting of the subgrade will be required to maintain density and to keep down dust from traffic. The Contractor will ensure that the subgrade continues to maintain the same density as the day it passed, and remains finished to the lines and grades as shown on the plans and as required by 01276508 EXCAVATING, BACKFILLING, AND 02222 - 3 04/10 COMPACTING FOR PAVEMENT the Engineer, and if not, all requirements will be re-established at no cost to the Owner. The above mentioned requirements pertaining to the subgrade, shall also apply to the Base Course upon commencement of the Paving (HMAC) or concrete paving. END OF SECTION 01276508 EXCAVATING, BACKFILLING, AND 02222 - 4 04/10 COMPACTING FOR PAVEMENT SECTION 02223 FLOWABLE FILL PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 DESCRIPTION A. Flowable Fill construction shall consist of filling excavations or utility trench conduit and pipe zones with flowable fill which is a flowable mixture of Portland cement, concrete aggregates, and water. A unique design mix number as defined by the supplier shall identify it for the intended use it will fulfill. Flowable fill is defined as a 2 sack Portland cement mix with coarse aggregate and water. Flowable fill shall be supplied by a commercially recognized supplier. On -site production of flowable fill utilizing native backfill material and. or spoil will not be allowed. 1.3 REFERENCES A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. 1. AMERICAN CONCRETE INSTITUTE (ACI) a. ACI 211.1 — (1991; Reapproved 2002) Selecting Proportions for Normal, Heavyweight and Mass Concrete. b. ACI 305 — (Rev 1999) Hot Weather Concreting. C. ACI 318 — (2002) Building Code Requirements for Reinforced Concrete. 2. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) a. ASTM C 31 - (2003) Making and Curing Concrete Test Specimens in the Field. b. ASTM C 33 - (2003) Concrete Aggregates. C. ASTM C 94 - (2004) Ready -Mixed Concrete. d. ASTM C 109 - (2002) Compressive Strength of Hydraulic Mortars ( Using 2- inch or 50 mm Cube Specimens.) e. ASTM C 136 - (2001) Sieve Analysis of Fine and Coarse Aggregates. f. ASTM C 143 - (2003) Slump of Portland Cement Concrete. g. ASTM C 150 - (2004) Portland Cement. h. ASTM C 172 - (1999 ) Sampling Freshly Mixed Concrete. i. ASTM C 192 - (2002) Making and Curing Concrete Test Specimens in the Laboratory. j. ASTM D 558 - (2003) Test Methods for Moisture Density Relations of Soil Cement Mixtures. k. ASTM D 4832 - (2002) Test Method for Preparation and Testing of Soil Cement Slurry Test Cylinders. 01276508 04/10 FLOWABLE FILL 02223 - 1 3. NATIONAL READY -MIXED CONCRETE ASSOCIATION (NRMCA) a. NRMCA CPMB-100 - (12" Rev 2000) Concrete Plant Standards. b. NRMCA TMMB-01 - (15" Rev 2001) Truck Mixer and Agitator Standards 1.4 SUBMITTALS A. The following shall be submitted in accordance with Section 01300, Submittals. 1. Mix design for 2-sack flowable fill. 1.5 GENERAL REQUIREMENTS A. Cement Content: The Portland cement content shall be a minimum of 188 pounds of cement per cubic yard, for "two sack flowable fill' for areas as referenced on the contract drawings, or as may otherwise be determined by the Engineer. B. Slump: Slump shall be proportioned to provide a slump of not less than 7 and not greater than 9 inches. Flowable fill shall be a plastic' flowable mix that will self consolidate and fill all voids without the use of mechanical consolidation methods. 1.6 PROPORTIONS OF MIX A. Mixture Proportioning: The determination of the flowable fill mix design shall be the responsibility of the Contractor. Trial batches shall contain materials proposed to be used in the project. Trial mixtures having proportions, consistencies suitable for the work shall be made based on methodology described in ACI 211.1. Trial mixtures shall be designed for maximum permitted slump. The temperature, unit weight, slump, yield, moisture content, and mortar cube strength of the flowable fill shall be reported. They shall be tested at 7 and 28 days in accordance with ASTM D 558 B. Compressive Strength: Mortar cube specimens shall be tested in accordance with ASTM C 109. C. Aggregates and Cement: An optimum moisture density relationship for the combined aggregates and cement, proportioned by weight as defined by the proposed blends of the aggregates and cement, shall be determined for the design mix in accordance with ASTM D 558. D. Flowable fill material shall have a minimum compressive strength F'e 28 day = 1,200 psi and a maximum compressive strength F',-28 day = 2,500 psi. 1.7 STORAGE OF MATERIALS A. Cement shall be stored in weather -tight buildings, bins, or silos, which will exclude moisture and contaminants. Aggregate stockpiles shall be arranged and used in a manner to avoid excessive segregation and to prevent contamination with other materials or with other sizes of aggregates. PART 2-PRODUCTS 2.1 ADMIXTURES A. Water — reducing, air, or retarding admixtures may be used as submitted and approved by the Engineer. 01276508 FLOWABLE FILL 02223 - 2 04/10 2.2 CEMENTITIOUS MATERIALS A. Cement: ASTM C 150, Type H, low alkali or Type V. Cementitious materials shall each be of one type and from one source. B. Fly Ash: Type F 2.3 AGGREGATES A. Aggregates shall conform to the following: 1. Aggregate: ASTM C 33. 2.4 WATER A. Water for mixing shall be potable. PART 3 - EXECUTION 3.1 PREPARATION OF SURFACES A. Surfaces to receive flowable fill shall be clean and free from -frost, ice, mud, and standing water. 3.2 BATCH NG, MIXING AND TRANSPORTING CONCRETE A. Flowable fill material shall be batched, mixed and transported in accordance with ASTM C 04, except as otherwise specified. Truck mixers, agitators, and nonagitating units shall comply with NRMCA TMMB-01, Ready -mix plant equipment and facilities shall be certified in accordance with NRMCA CPMB-100. Batch tickets shall be provided with each truck of flowable fill delivered to the job site. Batch tickets shall reflect all proportions of material and information relative to the mix design utilized, and shall be provided to the Resident Project Representative prior to placement of material. 3.3 SAMPLING AND TESTING A. Sampling and Testing is the responsibility of the Contractor and shall be performed by an approved testing agency. B. Aggregates: Aggregate for flowable fill shall be sampled and tested in accordance with ASTM C 136. Gradation tests shall be performed on the first day and every other day thereafter during construction. C. Sampling of Flowable Fill: Samples of flowable fill material shall be sampled in accordance with ASTM C 172. Sampling shall be at the discretion of the Engineer. 3.4 CONVEYING FLOWABLE FILL ! A. Flowable Fill shall be conveyed from mixer as rapidly as possible and within the time interval specified in paragraph 3.5 "PLOWABLE FILL PLACEMENT" by methods, which will prevent segregation or loss of ingredients. 01276508 FLOWABLE FILL 02223 - 3 04/10 3.5 FLOWABLE FILL PLACEMENT A. Flowable fill shall be transported in truck mixers shall be discharged within 1-1/2 hours or before the drum has revolved 300 revolutions, whichever comes first after the introduction of the mixing water to the cement and aggregate or the introduction of the cement to the aggregates. When the flowable fill temperature exceeds 85 degrees F, the time shall be reduced to 45 minutes. B. Placing Operation: Flowable fill shall be handled from mixer to the excavated trench in a continuous manner until the approved unit of operation is completed. There shall be no vertical drop greater than 4 feet. A tremie or other acceptable method shall be used for placement of depths greater than 4 feet. Depositing of the flowable fill shall be so regulated that it will be effectively consolidated in horizontal layers. All necessary precautions shall be taken to prevent pipe flotation. The flowable fill shall be placed from the top of the pipe bedding zone to the springline of the existing utility. Flowable fill shall be a plastic flowable mix that will self consolidate and fill all voids without use of mechanical consolidation methods. Flowable fill shall be allowed to cure for a minimum of 12 hours before backfilling. Flowable fill shall be protected from flooding for at least 12 hours after placement. Flowable fill shall be placed against native undisturbed soil to the limits shown on the drawings. Any necessary placement of flowable fill outside the specified limits shall be at the Contractor's expense. C. Cold Weather Requirements: Special protection measures, approved by the Engineer, shall be used if freezing temperatures are anticipated before the expiration of the specified curing period. The ambient temperature of the air where flowable fill is to be placed and temperature of surfaces to receive flowable fill shall be not less than 40 degrees F. The temperature of the flowable fill when placed shall not be less than 50 degrees F. Heating of the mixing water or aggregates will be required to regulate the placing temperature. Materials entering the mixer shall be free from ice, snow, or frozen lumps. Salt, chemicals or other materials shall not be incorporated in the flowable fill to prevent freezing. D. Warm Weather Requirements: Flowable fill shall be placed in accordance with ACI 305R. END OF SECTION 01276508 FLOWABLE FILL 02223 - 4 04/10 SECTION 02260 EXCAVATION SUPPORT AND PROTECTION PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. Section Includes: Excavation support and protection. 1.3 REFERENCES A. American Institute of Steel Construction, Inc. (AISC): 1. Manual of Steel Construction Allowable Stress Design. B. American Society of Civil Engineers: 1. Guidelines of Engineering Practice for Braced and Tied -Back Excavations. C. International Conference of Building Officials (ICBO): 1. Uniform Building code (UBC). D. United States Steel Corporation (USS). 1. USS Steel Sheet Piling Design Manual. E. Occupational Safety and Health Standards for the Construction Industry, 1.29 CFR Part 1926. 1.4 DEFINITIONS A. General Engineering Design Practice: General engineering design practice in area of the Project, performed in accordance with recent engineering literature on subject of shoring and stability of excavations. 1. Provide drawings and signed calculations and have design performed by civil or structural engineer registered in the State of Texas. a. Provide design calculations that clearly disclose assumptions made, criteria followed, and stress values used for the materials being used. b. Furnish references acceptable to ENGINEER substantiating appropriateness of design assumptions, criteria, and stress values. B. Shoring: A temporary structural system designed to support vertical faces, or nearly vertical faces, or soil or rock for purposes of excavation. Shoring includes cantilevered sheet piling, internally braced sheet piling, slurry walls, soldier piles and lagging, and other similar shoring systems. Sloping of the soil is not shoring. 1.5 SYSTEM DESCRIPTION A. Design Requirements: 1. General: a. Design means for safe and engineering design practice. stable excavations in accordance with general 01276508 EXCAVATION SUPPORT AND PROTECTION 04/10 02260 - 1 b. Design steel members in accordance with the Uniform Building Code and the AISC Manual of Steel Design. C. Design shoring involving materials other than steel in accordance with Uniform Building Code. d. Perform design in accordance with soil characteristics and design recommendations contained in a written geotechnical report issued and signed by a geotechnical engineer hired by CONTRACTOR. Geotechnical engineer shall be registered in the state where the Project is located. 1) Make copy of geotechnical report available at project site for ENGINEER'S REVIEW 2) Retain and pay for geotechnical engineer's services. 3) Obtain report based on soil samples, field and laboratory tests, and borings performed for the geotechnical report for the design of stability of excavations by the geotechnical engineer hired by CONTRACTOR. e. When electing to design with material stresses for temporary construction higher than allowable stresses prescribed in the Manual of Steel Construction and the Uniform Building Code, increase in such stresses shall not exceed 10 percent of value of prescribed stresses. f. Minimum safety factor used for design shall not be less than 1.5. g. The calculated minimum depth of penetration of shoring below the bottom of the excavation shall be increased not less than 30 percent if the full value of passive pressure is used in the design. h. The maximum height of cantilever shoring above the bottom of excavation shall not exceed 15 feet. Use braced shoring when the height of shoring above the bottom of excavation exceeds 15 feet. i. The location of the point of fixity for shoring shall not be less than half the calculated minimum embedment depth below the bottom of the excavation. j. Generally acceptable references for the design of shoring and excavations are as follows: 1) USS Steel Sheet Piling Design Manual. 2) Guideline of Engineering Practice for Braced and Tied -Back Excavations published by American Society of Civil Engineers. 2. Soldier Piles and Lagging: a. Provide lagging over the full face of the excavation. Joints between pieces of lagging shall be tight to prevent loss of soil. b. Provide full face lagging all around penetrations through the lagging. C. If the soldier piles are installed in predrilled holes, the predrilled holes shall be filled with lean concrete after the soldiers piles are installed. d. The effective width of driven soldier piles for passive soil resistance shall not exceed 2 times the width of the pile. The effective width of concrete encased soldier piles for passive soil resistance shall not exceed 2 times the width of the concrete encasement. e. Fill voids behind lagging with gravel or other material acceptable to the ENGINEER. f. Apply loads from tie back soil, rock, or deadman anchors concentrically to soldier piles or wales spanning between soldier piles. Wales shall be back-to- back double channels or other members acceptable to the ENGINEER. Eccentrically loaded with section soldier piles or wales are not acceptable. g. Design soldier piles for downward loads including vertical loads from tie back anchors. 01276508 EXCAVATION SUPPORT AND PROTECTION 02260 - 2 04/10 3. Soil Anchors, Rock Anchors, and Deadmen Anchors: a. Design tie back anchors for a safety factor of not less than 2 times the calculated load from the shoring. b. Proof load all production anchors to not less than 125 percent of the calculated load from the shoring. Lock off anchors at the calculated anchor load. C. The length of soil anchors used to calculate resistance to load from the shoring, shall not include any length within the potential active pressure soil failure zone behind the face of shoring. d. Design tie rods for anchors for 130 percent of the calculated load from the shoring. e. Design tie rods for anchors for 150 percent of the calculated load from the shoring when tie rod couplers are used and for other conditions where stress concentrations can develop. B. Performance Requirements: 1. General: a. Support faces of excavations and protect structures and improvements in vicinity of excavations from damage and loss of function due to settlement or movement of soils, alterations in ground water level caused by such excavations, and related operations. b. Herein Specified provisions: 1) Complement, but do not substitute or diminish, obligations of CONTRACTOR for the furnishing of a safe place of work pursuant to provisions of the Occupational Safety and Health Act of 1970 and its subsequent amendments and regulations and for protection of the Work, structures, and other improvements. 2) Represent minimum requirement for: (a) Number and types of means needed to maintain soil stability. (b) Strength of such required means. (c) Methods and frequency of maintenance and observation of means used for maintaining soil stability. 2. Provide safe and stable excavations by means of sheeting, shoring, bracing, sloping, and other means and procedures, such as draining and recharging groundwater and routing and disposing of surface runoff, required to maintain the stability of soils and rock. 3. Provide support for trench excavations for protection of workers from hazard of caving ground. 4. Provide Shoring: a. Where, as result of excavation work and analysis performed pursuant to general engineering design practice, as defined in this Section: 1) Excavated face or surrounding soil mass may be subject to slides, caving, or other types of failures. 2) Stability and integrity of structures and other improvements may be compromised by settlement or movement of soils, or changes in soil load on structures and other improvements. b. For trenches 5 feet and deeper. C. For trenches less than 5 feet in depth, when there is a potential for cave-in. 5. For safe and stable excavations, use appropriate design and procedures for construction and maintenance to minimize settlement of supported ground and to prevent damage to structures and other improvements, including: a. Using support systems. 01276508 EXCAVATION SUPPORT AND PROTECTION 02260 - 3 (� 04/10 t r° j� b. Following appropriate construction sequence.__; C. Preventing soil loss through or under support system: 1) Provide support system that is tight enough to prevent loss of soil and extend deep enough to prevent heave or flow of soils from supported _r soil mass into the excavation. d. Providing surface runoff routing and discharge away from excavations. e. Where dewatering is necessary, recharge groundwater as necessary to prevent settlement in area surrounding excavation. f. Where sheet piling is used, use interlocking type sheets. The sheet piles shall be continuous and driven interlock. If the bottom of the excavation is located below the water table, use "thumb and finger" type interlock." g. Not applying shoring loads to existing structures and other improvements. ( h. Not changing existing soil loading on existing structures and other improvements. i. Provide welded steel packing between soil retaining members such as sheet piles and whales and similar members when the gap exceeds '/4 inch before the wales are loaded. 1.6 SUBMITTALS A. Shop Drawings and Calculations: " 1. For trench excavations 5 feet or more in depth and for trenches less than 5 feet in depth when there is potential for cave-in. Submit in advance of excavation work, detailed drawings showing means for safe and stable excavations. _ 2. For excavations other than trenches, submit, in advance of excavation work, design calculations as performed pursuant to general engineering design practice, as specified in this Section, and detail drawing showing means for safe and stable excavations. In design calculations and detail drawing, cover, as a minimum: I a. Excavations adjacent to structures and other improvements, and b. Excavations 5 feet or more in depth, or less than 5 feet in depth when there is potential for cave-in, at other locations. 3. Submit Following: a. Provide calculations for the different load, support, and other conditions that occur during the sequence of installation of shoring, construction of facilities protected by the shoring, a sequence of removal of shoring. b. Provide sketches showing the condition at various stages of installation and i removal of shoring. C. Show structures, pipelines, and other improvements located near the shoring, and the shoring on a plan. I d. When utilities penetrate the shoring, submit an elevation of all sides of the shoring showing the locations of the penetrations. Submit details on ground support and sealing around utility penetrations. B. Written geotechnical report on soil characteristics and design recommendations, as specified in this Section. C. Control Points and Schedule of Measurements: 1. Submit location and details of control points and method and schedule of measurements in accordance with requirements of this section. 2. Promptly upon constructing control points and making measurements at such control points, as specified in this Section, submit copy of field notes with such measurements. The field notes shall show the current measurement and the change in measurement from the first measurement taken. 01276508 EXCAVATION SUPPORT AND PROTECTION 02260 - 4-; 04/10 D. Detailed Sequence of Installation and Removal of Shoring: 1. Consider effects of ground settlement in the sequence of installation and removal of shoring. 2. Provide sketches showing the conditions at various stages in the sequence of installation and removal of shoring. E. Submit submittals for stability of excavations as a complete package and include all items required in this section. Incomplete submittals will not be reviewed and will be returned for re -submittal as a complete package. 1.7 SEQUENCING AND SCHEDULING A. Do not begin work on excavations, trenches, and means for providing stability of excavation and trenches until submittals have been accepted by ENGINEER and until materials necessary for installation are on site. B. Submit submittals a minimum of 30 days prior to the scheduled date to begin excavation work. PART 2 - PRODUCTS NOT USED. PART 3 - EXECUTION 3.1 INSTALLATION AND REMOVAL A. Install means for providing safe and stable excavations as indicated in the submittals. B. Except for concrete encased soldier piles, slurry walls, and similar shoring systems, remove shoring by completion of the Work. Select shoring system and method of removal which will minimize soil which sticks to shoring from creating large voids and causing settlement. To prevent settlement caused by pulling shoring, fill voids with sand, pea gravel, or pressure injected grout. The methods used shall prevent settlement. Pressure preservative treated wood lagging may be left in place when acceptable to the ENGINEER. 3.2 CONTROL POINTS A. Establish control points on shoring and on structures and other improvements in vicinity of excavation for measurement of horizontal and vertical movement. 1. Set Control Points on Shoring Support System: a. Set points at distances not exceeding 25 feet at each support level. b. Support levels shall be levels of tie -backs, wales, bottom of excavation, and other types of supports. 2. Set control points in corners of existing structures and on curbs, manholes, and other improvements. B. Provide plumb bobs with horizontal targets indicating original position of plumb bobs in relation to shoring at control points located on shoring. C. Perform horizontal and vertical survey and measurement of control points at least once every week. END OF SECTION 01276508 EXCAVATION SUPPORT AND PROTECTION 04/10 02260 - 5 L= L= SECTION 02300 JACKING/BORING/TUNNELING PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. The Contractor shall install casing pipe or tunnel liner at the locations and to the lines and grades indicated on the drawings. The casings or tunnel liner shall be of the sizes indicated on the drawings as a minimum, and they shall be installed using either jacking, boring or tunneling methods. It shall be the Contractor's responsibility, by its own geotechnical investigation, to determine if the thickness of the casing or tunnel liner should be increased in order to prevent bending or excessive deflection as it is being installed. The Contractor shall be responsible for the cost of having to remove, re -direct, modify or re -install any casing pipe or tunnel liner, including any re-laying or re-routing of carrier pipe, as a result of the Contractor not verifying soil conditions at each location. The Contractor may refer to the geotechnical study available for review from the Engineer for reference; however, it remains the Contractor's responsibility to determine if additional thickness, beyond what was specified, will be necessary to effectively complete the casing or tunnel liner installation. The Contractor shall determine casing thickness based upon the intended boring and jacking loads to be imposed upon the casing pipe during installation. It is the Contractor's responsibility to determine if additional thickness beyond what is specified is needed to carry the overburden pressure on the casing or tunnel liner. The Contractor shall install carrier pipes of the sizes indicated on the drawings within the casings or tunnel liner, and he shall install the required casing insulators, end seals, pipe supports and skids, and other incidental features required to complete work described in this section. B. The Contractor shall be solely responsible for determining soil conditions at the various locations where casings or tunnel liner are to be installed and shall make such other investigations to obtain information as he may deem necessary. The methods and equipment selected by the Contractor for construction are to be compatible with the soil conditions to be encountered. The costs of such investigations shall be included in the Contractor's cost for performing the work. C. All OSHA regulations and all requirements of the specific private and governmental agencies under whose facilities the casings and pipe are to be installed shall apply to these operations. D. The Contractor shall be responsible for protecting the facilities, over and under which the casings or tunnel liner and pipe are installed, for providing protection at the excavations, and for carrying out the trench safety procedures per all OSHA regulations that may be required because of these operations. 01276508 JACKING/BORING/TUNNELING 02300 - 1 04/10 1.3 SCOPE A. The work covered by this section of the specifications consists of all jacking/boring/tunneling required to install casings or tunnels under highways, streets, or other pipelines. The work shall also include excavation and shoring of bore pits, removal and disposal of excess materials, and any necessary dewatering. B. The Contractor shall furnish all materials, equipment, tools, labor, superintendence and incidentals, including all necessary field welding, to install the casings or tunnel liner and accessories as indicated on the drawings and as specified herein. 1.4 SUBMITTALS A. The Contractor shall submit for review complete working drawings which show details of the proposed method of construction and the sequence of operations to be performed during construction. The plan shall show the method of jacking, boring or tunneling, muck removal and disposal, type and method of installation of the primary casing, or tunnel liner plates, access pit size and construction shoring and bracing, and dewatering methods proposed. The drawings shall be sufficiently detailed to allow the Engineer to judge whether or not the proposed materials and procedures will meet the contract requirements. B. The Contractor's submittal shall include the design criteria used and a certification that the structural design of the casing meets the design criteria. The casing or tunnel liner shall at a minimum be capable of carrying HS-20 (and/ or E-80) load distributions in accordance with AASHTO requirements respectively as well as the anticipated dead loads and include an appropriate design factor of safety. C. If the Contractor chooses to install tunnel liner, he shall provide drawings and calculations for the liner plate that are prepared and signed by an Engineer licensed in the State of Texas. D. Submit for review a brief description of quality control methods including: 1. Method and frequency of survey control. 2. Example of tunnel daily log. 3. Instrumentation plan showing location and frequency of monitoring relative to critical structures within the zone of active excavation. 4. Settlement survey plan. E. When geotechnical investigations are conducted by the Contractor, submit results to Engineer for the Owner's project record documentation. F. Submit a settlement monitoring plan for review prior to construction. The plan shall identify the location of potential settlement points, remedial measures to offset or correct settlement, reference benchmarks, survey frequency and procedures, and reporting formats. G. Submit preconstruction and post -construction assessment reports for critical structures and existing utilities, namely those located within the zone of active excavation from the proposed casing or tunnel centerline. Photographs or a video of any existing damage to structures or utilities in the vicinity of the pipeline alignment shall be included in the assessment reports. H. The readings of all monitoring shall be submitted to the Engineer as part of the project documentation. I. A shift log shall be maintained by the Contractor and must be made available to the Owner's Representative on request. The shift log shall contain the daily rate of advance: J. The Contractor shall provide an engineered shoring system at all bore pit and exit pit locations. The excavation shoring system(s) shall be prepared following the criteria listed below. 01276508 JACKING/BORING/TUNNELING 02300 - 2 04/10 1 K. Provide drawings and calculations for the shoring system to be used that are prepared and signed by an engineer licensed in the State of Texas, who is experienced in the design of shoring systems. See specification section 2260. L. The shoring design is to be performed in accordance with soil characteristics and design recommendations contained in a written geotechnical report issued and signed by a geotechnical engineer, hired by the Contractor for this purpose. The geotechnical engineer shall be licensed in the State of Texas. M. The Contractor shall provide data on the proposed type and size of jacking, boring or tunneling equipment proposed for use on the project including, guidance systems and method of grade and alignment control for adjustments. N. Shop drawings shall include equipment pit locations, including dimensions, shoring and bracing, traffic protection, dewatering system, ventilation system, and provisions for worker safety, in accordance with OSHA requirements. 0. Method of construction shall be such as to ensure the safety of the work, the Contractor's employees, the public, and adjacent property, whether public or private. The above requirements apply for each crossing location since conditions vary for each location. The Contractor's method of construction shall consider but not be limited to the existing soil conditions, adjacent structures, working area and traffic control. 1.5 WELDING PROCEDURES FOR CASING PIPE A. Procedures for welding casing pipe joints shall be established in accordance with the requirements of the American Petroleum Institute, API Standard 1104, 17th Edition, September, 1988 Section 2 -Qualification of Welding Procedures for Welds Containing Filler -Metal Additives, Paragraphs 2.1 through 2.6. 1. Qualifications of Welders: All welding of casing pipe on this project shall be performed by welders who have been qualified in accordance with the requirements of API Standard 1104, 17th Edition, September, 1988, Section 3 - Qualifications of Welders, Paragraphs 3.1, 3.2, 3.4, 3.6, 3.7 and 3.8. 2. Welding of Casing Pipe: All design and preparation of casing pipe joints and all production welding of casing pipe joints shall meet the requirements of API Standard 1104, 17th Edition, September, 1988, Section 4 - Design and Preparation of a Joint for Production Welding, Paragraphs 4.1 through 4.11. Inspection and Testing of Welds: All production welds shall be inspected and tested by the Engineer. It shall be the responsibility of the Contractor to notify the Engineer sufficiently in advance of performing any welding work for the Engineer to prepare for the inspection and testing. The Contractor shall provide the Engineer's inspector with free access to the work to be inspected, and he shall also provide the inspector with reasonable facilities and space for inspecting, testing, and obtaining information relative to the materials used and the progress and condition of the work. B. The inspection and testing of welds shall be performed by visual examination in accordance with API Standard 1104, 17th Edition, September, 1988, Section 5 - Inspection and Testing of Production Welds, Paragraphs 5.1 through 5.4 and Section 8 - Procedures for Nondestructive Testing, Paragraph 8.1. C. Inspection of the work by the Engineer shall not relieve the Contractor of the responsibility for the quality of all welding performed or for performing the work as specified. 1. Acceptance Standards: The Engineer shall accept or reject any production weld in accordance with the criteria of API Standard 1104, 17th Edition, September, 1988, Section 6 - Acceptance Standards for Nondestructive Testing, Paragraph 6.1, 6.2, 6.3, and 6.7. 01276508 JACKING/BORING/TUNNELING 02300 - 3 04/10 2. Defective Welds: Any welds which inspection has determined to be defective shall be repaired or removed in accordance with the requirements of API Standard 1104, 17th Edition, September, 1988, Section 7 - Repair and Removal of Defects, Paragraphs 7.1 and 7.2. PART2-PRODUCTS 2.1 STEEL LINER PLATES A. Liner plate shall be manufactured from steel conforming to ASTM A 36 and ASTM A 283, 4-flange or equal, and certified by manufacturer for compliance with the Specifications. B. Bolts and nuts shall conform to ASTM A 307, Grade A. C. Plates shall be punched for bolting on circumferential seams for 4-flange, and shall be fabricated to permit complete erection from inside the tunnel. Plates shall be of uniform fabrication and those intended for one size and type of tunnel liner shall be interchangeable. D. Material used for construction of liner plates shall be in good condition. E. A sufficient number of bolted steel liner plates shall be equipped with approximately 2- inch diameter grout holes furnished with plugs. Holes shall be located near plate center and spaced sufficiently close for grouting the tunnel's external annular space. 2.2 STEEL CASING A. The casing for the carrier pipe shall be new welded steel pipe which complies with ASTM A139 (latest revision) excluding the hydrostatic test requirements, Grade B, with a minimum yield strength of 35,000 psi. For casing diameters and thicknesses see the Contract Drawings. B. Casing pipe shall be beveled for welding. C. Steel casing shall have a bituminous coating in conformance with AWWA C 203 applied at a minimum DFT of 12 mils for corrosion protection. PART 3 - EXECUTION 3.1 CONSTRUCTION PROCEDURES A. Jacking, boring or tunneling shall be to the limits, lines and grades shown on the drawings and in the approved submittal, and shall utilize methods which include due regard for the safety of workmen, adjacent structures, utilities and the public. Methods of construction, whether by boring, jacking or tunneling shall be at the Contractor's option subject to the approval of the governing agencies and approval of the Engineer. B. The Contractor shall furnish all necessary equipment for this construction, provide adequate lights, ventilation, signal systems, fire extinguisher, safety equipment and other equipment required, and maintain such equipment in good repair. Locate equipment powered by combustible fuels at suitable distances.from shafts and so protect as to prevent the possibility of explosion and fire in the shafts and casing. 01276508 JACKING/BORING/TUNNELING 02300 - 4 04/10 C. The Contractor is advised of the proximity of buildings, structures, roads, and utilities to i P Y g the work as shown on the drawings. The work of excavating, lining, grouting and construction of the casing or tunnel shall be so executed that ground settlement is minimized. Precautions shall include the use of construction methods and equipment to -- minimize the loss of earth materials at the casing or tunnel face and settlement of earth around the casing. The completed casing or tunnel will have full bearing against earth and + no voids or pockets will be left in any portion of work. 3.2 GROUTING A. The Contractor shall furnish and operate suitable equipment for all grouting operations to occur along the entire length of casing or tunnel on the exterior side, in order to fill voids created during installation. Grout shall consist of a plastic, flowable, and pumpable mix acceptable to TxDOT and the Engineer. B. Fill all excavation outside the casing or tunnel with pressure -applied grout or other approved fill unless otherwise directed by the Engineer. Use care in grouting operations to prevent damage to adjacent utilities, street pavement or other properties. Pressure used in grouting shall not be great enough to distort or imperil any portion of the work. C. All voids outside the limits of the casing or tunnel excavation created by caving or collapse of earth cover over the excavation, or by other cause shall also be completely filled with grout. As a part of the Contractors boring, jacking or tunneling submittal, detail drawings shall be submitted showing the number, size and location of all grouting ports in the casing pipe or tunnel liner to be used after installation to fill any potential voids. All grouting ports shall ,be sealed by screwed steel plugs, tack welded or by other means after completion of the grouting procedures. All plugs shall fit flush inside the casing or tunnel. The Contractor shall include the grouting procedure it intends to use in its submittal. If tunneling method is utilized, Contractor shall grout annulus between tunnel liner and earth at the end of every 8 hour shift, or 6 feet of liner installed, no more than 6 feet of liner may be left un-grouted at any time. D. All grouting to eliminate voids outside the casing or tunnel limits shall be at the Contractor's expense, with cost included in the Contractor's unit bid price. 3.3 INSTALLATION OF CASINGS OR TUNNELS A. General: The casings or tunnel liner plate shall be installed using either jacking, boring or tunneling methods. The equipment used in this work shall be of such size and capacity as to allow the placement of the casings or tunnel liners to proceed in a safe and expeditious manner. 3.4 HANDLING CASING PIPE A. All casing pipe delivered to the job site shall be unloaded at the point of delivery. The Contractor shall haul the materials to the site of the work, and the materials shall be distributed by the Contractor, unless otherwise specified. In loading and unloading, the casing pipe shall be lifted by hoists with slings or slid or rolled on skidways in such manner as to avoid shock or damage to them. Under no circumstances shall the materials be dropped. Casing pipe handled on skidways should not be skidded or rolled against casing pipe already on the ground. The material shall be handled to avoid damage, and any damage caused to the material shall be repaired by the Contractor, at his own expense. 01276508 JACKING/BORING/TUNNELING 02300 - 5 (( 04/10 L j 9 _z 3.5 CASING PIPE CUTTING l A. Casing pipe cutting, where indicated on the drawings or where approved or authorized by the Engineer, shall be performed without damaging the casing pipe. The cutting shall be carried out by means of an approved type of mechanical cutter. Wheel cutters shall be used where practicable. 3.6 INSTALLING CASING BY JACKING A. The completed casing must be free of dents, bends, weld protrusions, or other obstructions to allow the smooth sliding of the carrier pipe through the casing. The final position of the casing shall not vary from line and grade shown on the plans, or established by the Engineer, by more than two (2) inches in one hundred (100) feet. 3.7 INSTALLING CASING BY BORING A. Installation of the casing and the excavation and removal of the material within the casing shall proceed simultaneously. The completed casing must be free of dents, bends, weld protrusions, or other obstructions to allow the smooth sliding of the carrier pipe through the casing. The final position of the casing shall not vary from line and grade shown on the plans, or established by the Engineer, by more than two (2) inches in one hundred (100) feet. 3.8 INSTALLATION OF TUNNEL LINER A. Prior to tunneling, submit written request including description of method proposed to obtain Engineer's approval. B. Use methods for tunneling operations that will minimize ground settlement. The Contractor shall utilize methods which will control loss of soil into the tunnel, and provide stability of the face under anticipated conditions. C. Conduct tunneling operations in accordance with applicable safety rules and regulations, OSHA standards, and Contractor's safety plan. Use methods which include due regard for safety of workmen, adjacent structures, utilities, and the public. D. Maintain clean working conditions inside the tunnel. E. Support the ground continuously in a manner to prevent loss of ground and keep the perimeters and faces of the tunnel stable. F. The completed primary tunnel lining shall have full bearing against the ground. The peripheral space between the support elements and the excavated surface shall be grouted or shall be closed by expanding the support elements against the ground to achieve full bearing as the tunnel advances. 3.9 TUNNELING EQUIPMENT A. The Contractor shall be responsible for selection of tunneling equipment which, based on experience, has proven to be satisfactory for excavation of the soils to be encountered. 3 B. The Contractor shall employ tunneling equipment that will be capable of handling the - various anticipated ground conditions and which minimizes loss of soil ahead of the face and allows satisfactory support of the excavated face. C. Air Quality. Provide equipment to maintain proper air quality of tunnel operations during__ construction in accordance with OSHA requirements, to include but not limited to; air monitoring device inside while workers are present, forced air from a clean source. 7 01276508 JACKING/BORING/TUNNELING 02300 - 6 04/10 '_ D. Enclose lighting fixtures in watertight enclosures with suitable guards. Provide separate circuits for lighting and other equipment. Electrical systems shall conform to requirements of National Electrical Code - NFPA70 3.10 TUNNELING DATA A. Maintain shift logs of construction events and observations. The, Owner shall have access to the Contractor's logs with regard to the following information: 1. Location of face by station and progress of tunnel drive during shift. 2. Hours worked per shift on tunneling operations. 3. Completed field forms for checking line and grade of the tunneling operation, showing achieved tolerance relative to design alignment. 4. Location, elevation and brief soil descriptions of soil strata and strata boundaries. 5. Observation of any lost ground or other ground movement. 6. Any unusual conditions or events. 7. Reasons for operational shutdown in the event a drive is halted. 8. Time of grouting and pressure for grouting. 9. Advance rate per day. B. Primary liner shall be clearly marked with paint every 20 feet along the tunnel with distance in feet from the entrance shaft. 3.11 TUNNEL EXCAVATION AND PRIMARY LINER INSTALLATION A. Tunnel Excavation. 1. Conduct tunneling operations in accordance with applicable safety rules and regulations, and Contractor's safety plan. Use methods which include due regard for safety of workmen, adjacent structures, utilities, and the public, including confined space requirements. 2. Tunnel excavation shall remain within the easements and rights -of -way indicated on the Drawings, to the lines and grades shown on the Drawings. The excavation shall _ be of sufficient size to allow the installation of the liner plate to the lines and grades indicated on the Drawings. 3. Open -face excavations: a. Keep the face breasted or otherwise supported and prevent falls, excessive -- raveling, or erosion. Maintain standby face supports for immediate use when needed. b. During shut -down periods, support the face of the excavation by positive means; no support shall rely solely on hydraulic pressure. C. Prevent loss of material at face. 4. Whenever there is. an identified condition which could endanger the tunnel excavation or adjacent structures or utilities by halting the tunneling operations, operate continually for 24 hours a day, including weekends and holidays, without intermission until the condition no longer exists. B. Determination of primary liner size and section shall be the sole responsibility of the f Contractor, unless otherwise shown on the drawings, to match the construction methods and equipment described in the tunneling methodology submittal. Tunnels shall be of sufficient size to permit efficient excavation operations, to provide sufficient working space for placing the primary tunnel liner, and to allow for installation of the carrier pipe. 3 01276508 JACKING/BORING/TUNNELING 02300 - 7 04A0 C. Primary Liner Installation: 1. Contractor's method shall ensure full bearing of the soil against the primary liner without significant settlement or movement of the surrounding soil. Voids behind the bolted steel liner plates shall be fully grouted. 2. After grouting, deflection of liner shall be no more than allowable, nor shall the liner be distorted by excessive pressure. 3. No more than six linear feet along the axis of the tunnel may remain ungrouted at any given time. D. Grouting: Requirements pertaining to grout mix design and tunnel grouting are provided in Section 02430 - Tunnel Grout. 3.12 CONTROL OF TUNNEL LINE AND GRADE A. Construction Control. 1. The Contractor will establish the lines and grade for installation and shall check lines and grade at the beginning of the Work and report any errors or discrepancies to the Engineer. 2. Use the lines and grades established and maintain construction control points, reference lines, and grades for locating tunnel. 3. Establish control points sufficiently far from the face so as not to be affected by tunneling operations. B. Line and Grade. 1. Maintain a means sufficient to check alignment and grade continuously. 2. Check the survey control for tunneling against an aboveground undisturbed reference at least once each day and once for each 20-feet of tunnel constructed. 3. When excavation is off line or grade, make alignment corrections. 4. Construct primary liner to such tolerances that permits the installation of the pipeline to be completed to the elevations specified. C. Earth Movement. The Contractor shall be responsible for damages due to settlement from any construction -induced activities or occurrences. 1. The Contractor shall survey the crown, invert, and springline on each side of the primary liner at 20-foot intervals or a minimum of once per day, or more frequently if line and grade tolerances have been exceeded, to ensure the alignment is within the tolerances specified. The survey shall be conducted immediately behind the tunnel excavation to allow immediate correction of misalignment. 2. If settlement of the ground surface should occur during construction of the tunnel that will affect the accuracy of temporary benchmarks, it shall be the Contractor's responsibility to detect and report such movement. The locations of the temporary monumentation benchmarks are indicated on the Drawings; the Contractor may use these to verify temporary benchmark accuracy. Upon completion, the field books pertaining to monitoring of the temporary monumentation benchmarks shall be submitted to the Engineer. 3.13 MONITORING A. Surface Settlement Monitoring 1. Establish monitoring points on all critical structures. 2. Record location of settlement monitoring points with respect to construction baselines and elevations. Record elevations to an accuracy of 0.01 feet for each monitoring point location. Monitoring points should be established at locations and 01276508 JACKING/BORING/TUNNELING 02300 - 8 04/10 by methods that protect them from damage by construction operations, tampering, or other external influences. 3. Ground surface elevations must be recorded on the centerline ahead of the tunneling operations at a minimum of 10-foot intervals. Settlement monitoring points must be clearly marked by studs or paint for ease of locating. .. 4. Utilities and Pipelines. Monitor ground settlement directly above and 10 feet before and after the utility or pipeline intersection. B. Reading Frequency and Reporting. The Contractor shall submit records of readings from the survey points to the Engineer. 1. Surface settlement monitoring readings shall be taken: a. Prior to the zone of active excavation reaching that point, b. When the tunnel face reaches the monitoring point (in plan), and C. When the zone -of active excavation has passed and no further movement is detected. 2. All monitoring readings shall be submitted promptly to the Owner's Representative. `- 3. Immediately report to the Engineer any movement, cracking, or settlement which is detected. 4. Following substantial completion, but prior to final completion, make a final survey of all monitoring points. 3.14 DISPOSAL OF EXCESS MATERIAL A. Remove spoil from the job site and dispose in accordance with City of Amarillo requirements. 3.15 INSTALLATION OF CARRIER PIPE IN CASING PIPE OR TUNNEL A. General 1. After the casing or tunnel liner has been installed and accepted by the Engineer the carrier pipe shall be pushed through by exerting pressure on the barrel of the pipe in such a manner that the pipe joints are always in compression. 2. Care shall be taken while installing the carrier pipe in the casing or tunnel to ensure that the carrier pipe is not damaged. Any damage to the carrier pipe shall be repaired as prescribed in the applicable portion of Section 02610 - PIPE VALVES AND FITTING MATERIALS of these specifications before proceeding with installation of the carrier pipe. 3. The carrier pipe shall be installed in the casing or tunnel in accordance with the recommendations of the pipe manufacturers and as specified herein. During the entire installation the carrier pipe shall be level and centered in the casing or tunnel. 4. After installation of the carrier pipe in the casing, the annular space between the carrier pipe and casing shall be filled with grout as indicated on the drawings. The Contractor shall submit the equipment and procedure he intends to use for installing the grout in the annular space for approval. B. Casing Insulators: 1. Casing insulators with glass reinforced plastic runners shall be firmly attached to the carrier pipe according to the recommendations of the insulator manufacturer prior to installing the carrier pipe in the casing. The insulators shall be spaced so that an insulator is located a maximum of twelve (12) inches from each side of each pipe joint, so that there is no more than a maximum spacing of eight (8) feet between insulators, and that one full insulator is located within six (6) inches of each end of the casing. Casing insulator manufacturer shall submit engineering design data 01276508 JACKING/BORING/TUNNELING 02300 - 9 04/10 that certifies the insulators being furnished will support the weight of the approved carrier pipe when it is full of water, not considering any additional support. The casing insulators shall be Model Al2G-2 as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. 2. The bottom of the casing or tunnel shall be prepared to ease installation of the carrier pipe by lubricating the bottom 50% with a soap compound or by other methods approved by the engineer. C. After carrier pipe is installed, Contractor shall perform continuity test to demonstrate the carrier pipe is isolated from the casing or tunnel liner. 3.16 CASING SEALS Both ends of each casing shall be sealed to prevent entrance of water or other material into the casing. The end seals shall be appropriate for the size and type of carrier pipe and casing. The end seals shall be by Pipeline Seal Insulator, Inc. standard pull -on Model S, or approve equal. The carrier pipe penetration through the end seals of the liner plate shall be fully wrapped with Ram-Nek or equal for the full width of penetration. END OF SECTION 01276508 JACKING/BORING/TUNNELING 02300 - 10 04/10 SECTION 02430 TUNNEL GROUT PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Mix design requirements, testing, furnishing and production of grout for: 1. Pressure grouting of bolted liner plates. 2. Pressure grouting of primary tunnel liner. 3. Grouting voids in ground resulting from caving, loss of ground, or settlement. 4. Grouting the invert of the tunnel to facilitate installation of the carrier pipe. 5. Grouting the annular space in the tunnel between the carrier pipe and the interior walls of the tunnel, to the springline of the carrier pipe. 1.3 DEFINITIONS A. Pressure Grouting. Filling a void behind a liner or pipe with grout under pressure sufficient to ensure void is properly filled but without overstressing temporary or permanent ground support, or causing ground heave to occur. B. Back Grouting. Secondary pressure grouting to ensure that voids have been filled between bolted tunnel plate or shaft liners and the surrounding ground. C. Annular Grouting. Filling the annular space between the carrier pipe and the primary tunnel liner, casing, or ground, by pumping. D. Ground Stabilization Grouting. The filling of voids, fissures, or under -slab settlement due to caving or loss of ground by injecting grout under gravity or pressure to fill the void. 1.4 REFERENCE STANDARDS A. ASTM C 138. Standard Test Method for Unit Weight, Yield and Air Content (Gravimetric) of Concrete. _. B. ASTM C 144. Standard Specification for Masonry Mortar. C. ASTM C 150. Standard Specification for Portland Cement. D. ASTM C 494. Standard Specification for Chemical Admixture for Concrete. E. ASTM C 618. Standard Specification for Fly Ash and Raw or Calcinated Natural Pozzolan for use as a Mineral Admixture in Portland Cement Concrete. F. ASTM C 869. Standard Specification for Foaming Agents and in Making Preformed Foam for Cellular Concrete. G. ASTM C 937. Standard Specification for Grout Fluidifier for Preplaced Aggregate a Concrete. H. ASTM C 939. Test Method for Flow of Grout for Preplaced Aggregate Concrete. I. ASTM C 940. Standard Test Method for Expansion and Bleeding of Freshly Mixed Grout for Preplaced Aggregate Concrete. J. ASTM C 942. Standard Test Method for Compressive Strength of Grout for Preplaced Aggregate Concrete into Laboratory. _3 01276508 TUNNEL GROUT 02430 - 1 04/10 K. ASTM C 953. Standard Test Method for Time of Setting of Grout for Preplaced Aggregate Concrete in the Laboratory. L. ASTM C 1017. Standard Specification for Chemical Admixture for use in Producing Flowing Concrete. M. U.S. Army Corps of Engineers Specification CRD C 621, Non -shrink Grout. 1.5 SUBMITTALS A. Make submittals in accordance with Section 01300 - Submittals. B. Submit a description of materials, grout mix, equipment and operational procedures to accomplish each grouting operation. The description may include sketches as appropriate, indicating type and location of mixing equipment, pumps, injection points, venting method, flowlines, pressure measurement, volume measurement, grouting sequence, schedule, and stage volumes. C. Submit a grout mix design report, including: 1. Grout type and designation. 2. Grout mix constituents and proportions, including materials by weight and volume. 3. Grout densities and viscosities, including wet density at point of placement. 4. Initial set time of grout. 5. Bleeding, shrinkage/expansion. 6. Compressive strength. 7. Method to be used in applying grout. D. Maintain and submit logs of grouting operations indicating pressure, density, and volume for each grout placement. PART 2 - PRODUCTS 2.1 MATERIALS A. Grout Type Applications. 1. Grout for pressure grouting and back grouting: Sand -cement mortar mix. 2. Ground stabilization: Sand -cement mortar mix. B. Do not include toxic or poisonous substances in the grout mix or otherwise inject such substances underground. 2.2 GROUT A. Employ and pay for a commercial testing laboratory, acceptable to the Owner, to prepare and test the grout 'mix design. Develop one or more mixes based on the following criteria as applicable: 1. Size of the annular void between liner plate, or size of the void between liner plate and the surrounding soil. 2. Absence or presence of groundwater. 3. Adequate retardation. 4. Non -shrink characteristics. 5. Pumping distances. B. Prepare mixes that satisfy the required application. Materials used in grout mix shall meet the following standards: 1. Cement: ASTM C 150. 2. Fly Ash: ASTM C 618. 3. Water: Potable. 4. Foam: ASTM C 869. 01276508 TUNNEL GROUT 02430 - 2 04/10 5. Slurry: ASTM C 138. 6. Sand for sand -cement mortar mix: ASTM C 144. C. Provide grout that meets the following minimum requirements: 1. Minimum 28-day unconfined compressive strength: 1000 psi for sand -cement mortar grout. 2. Determine strength by ASTM C 942. D. Fluidifier: Use a fluidifier, meeting ASTM C 937 that holds the solid constituents of the grout in colloidal suspension and is compatible with the cement and water used in the grouting operations. E. Admixtures: Use admixtures meeting ASTM C 494 and ASTM C 1017 as required, to improve pumpability, to control time of set, to hold sand in suspension and to reduce segregation and bleeding. Ensure that admixtures used in a mix are compatible. Provide written confirmation from the admixture manufacturers of their compatibility. F. Mineral Filler: Filler used in grout as a replacement for a portion of the cement shall be fly ash composed of finely divided siliceous residue and in accordance with ASTM C 618, Class F. The maximum amount of fly ash shall not exceed 30 percent (30%) of the cement by weight. PART 3 - EXECUTION 3.1 PREPARATION A. Notify the Engineer at least 24 hours in advance of grouting operations. B. Select and operate grouting equipment to avoid damage to new or existing underground utilities and structures. C. In selection of grouting placement consider length of tunnel, depth from surface, grout volume. D. Operate any dewatering systems until the grouting operations are complete. 3.2 EQUIPMENT A. Batch and mix grout in equipment of sufficient size and capacity to provide the necessary quality and quantity of grout for each placement stage. B. Use equipment for grouting of a type and size generally used for the work, capable of mixing grout to a homogeneous consistency, and providing means of accurately measuring grout component quantities and accurately measuring pumping pressures. Use pressure grout equipment which delivers grout to the injection point at a steady pressure. 3.3 PRESSURE GROUTING FOR TUNNEL LINER PLATE A. Perform grouting operations to fill voids outside of the bolted liner plate. B. For bolted liner plate installed by hand mining, grout once a day or every 6-feet, which ever occurs first or more frequently if conditions dictate. C. Control grout pressures so that tunnel plate is not overstressed, and ground heave is avoided. 1 D. For liner plate, perform back grouting once each shift, or more often if required to ensure that all voids are filled. ' 01276508 TUNNEL GROUT 02430 - 3 ,. 04/10 3.4 GROUND STABILIZATION GROUTING A. Completely fill voids outside the limits of excavation caused by caving or collapse of ground. Fill with gravity or pressure injected sand -cement grout as necessary to fill the void. B. Take care in grouting operations to prevent damage to adjacent utilities or public or private property. Grout at a pressure that will not distort or imperil any portion of the work or f existing installations or structures. C. Verify that the void has been filled by volumetric comparisons and visual inspection. In the case of settlement under existing slabs, take cores as directed by the Engineer, at no additional cost to the Owner, to demonstrate that the void has been filled. 3.5 GROUTING INVERT OF TUNNEL FOR INSTALLATION OF CARRIER PIPE A. Upon completion of installation of tunnel or in conjunction with tunneling operations at the request of the Contractor, the invert of the tunnel shall be grouted to a smooth troweled finish. B. Grouting of tunnel invert shall eliminate all protrusions, including liner plate flanges. C. Grouting of tunnel invert shall cover no less than the bottom 120 degrees of the tunnel, extending 60 degrees to either side of the centerline of the tunnel. The Contractor shall grout as much of the invert as is necessary to provide a smooth pushing operation of the carrier pipe, _ D. The carrier pipe shall not be installed until the grouted invert of the tunnel has been cured and inspected by the Engineer. Contractor shall use spray curing compound. E. Prior to installation of the carrier pipe, the grouted invert shall be lubricated by the a contractor per the insulator manufacture's recommendations. 3.6 GROUTING OF ANNULAR SPACE TO CARRIER PIPE SPRINGLINE A. The Contractor shall submit a flowable grout mix to allow grouting of the annular space " between the carrier pipe and the inside area of the tunnel to the springline of the carrier pipe. , B. Grouting shall occur from the high side of the tunnel crossing utilizing the negative slope of the tunnel to facilitate the flow of the grout. END OF SECTION 01276508 TUNNEL GROUT 02430 - 4 04/10 SECTION 02521 CONCRETE CURBS, SIDEWALKS AND DRIVEWAYS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings,, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. The work covered by this section of the specifications consists of constructing all concrete curbs, curbs and gutters, headers, sidewalks, concrete slabs for protection of pipelines, and driveways shown on the drawings and of reconstructing or repairing any of those features removed or damaged during construction of the pipeline. All curb and gutter and sidewalks removed for installation of the pipeline shall be replaced to the original elevation, alignment and slope of the portions removed, replacement shall be from the nearest adjacent joint. The Contractor shall furnish all material, equipment, tools, labor, superintendence and incidentals necessary for the complete construction of this work in accordance with the drawings and these specifications. B. Referenced within this section is the "Standard Specifications for Construction of Highways, Streets and Bridges", 1993 Edition of the Texas State Department of Highways and Public Transportation; referred to herein as TxDOT-Spec. PART2-PRODUCTS Not used PART 3 - EXECUTION 3.1 CURBS, CURBS AND GUTTERS AND HEADERS A. The concrete for these items shall be as specified in Section 03300 - Cast in Place oncrete. B. The curbs, curbs and gutters and headers may be of the formed or the machine laid type. They shall be accurately shaped to the cross section shown on the plans or approved by the Engineer and finished to a surface of uniform texture by floating with a wood float and trowelling. The final finishing shall be done with a brush, the last stroke being one from the back of the curb or header to the lip of the curb or header. Both sides of all joints, the lip of the curb or header, and back edge of the header shall be finished with an approved edging tool before the final brushing. C. Concrete curbs and headers shall be constructed with an expansion joint at the tangent point of each return at intersections, at intervals of not more than twenty (20) feet between intersections (odd length sections as directed by the Engineer), and at the end of each day's concrete placement. A construction or contraction joint shall be Jocated at 10-foot intervals or at each template or as directed by the Engineer. All joints shall be perpendicular to the surface of the concrete and to the axis of the section. Construction or contraction joints for r 01276508 CONCRETE CURBS, SIDEWALKS AND DRIVEWAYS 02521 -1 04/10 the items placed in metal forms shall be formed by metal templates accurately shaped to the cross-section shown on the plans and so constructed that they can be removed during the finishing operations. Templates shall be maintained in good condition and warped or bent templates shall not be used. 3.2 SIDEWALKS A. The concrete for sidewalks shall be as specified in Section 03300 - Cast in Place Concrete. B. The sidewalk sections shall be constructed accurately to the grade and section shown on the plans. The slabs shall be screeded and floated to a uniform surface, and then when the concrete has set sufficiently to support knee boards, the surface shall be given a steel trowel finish and then brushed lightly with a soft -bristled brush. The brush shall be moistened with water and shall be kept reasonably clean at all times. Brushing shall be limited to that necessary to remove the glaze and produce a non -slip surface. Edges shall be round to a 1/8-inch radius with an edging tool. C. Concrete sidewalks shall be constructed with an expansion joint at intervals of not more than twenty (20) feet. A construction or contraction joint shall be at intervals equal to the sidewalk width. 3.3 DRIVEWAYS A. The concrete and the reinforcement for driveways shall be as specified in Section 03300 - Cast in Place Concrete. B. The driveway sections shall be constructed accurately to the grade and section shown on the plans and to the lines and grades shown on the plans or established by the Engineer. The concrete shall be reinforced with steel bars or welded wire fabric as shown on the drawings. The slabs shall be screeded and floated to a uniform surface, and then when the concrete has set sufficiently to support knee boards, the surface shall be given a steel trowel finish then brushed lightly with a soft -bristled brush. The brush shall be moistened with water and shall be kept reasonably clean at all times. Brushing shall be limited to that necessary to remove the glaze and produce a non -slip surface. Edges shall be rounded to a 1/8-inch radius with an edging tool. C. Concrete driveways shall be constructed with an expansion joint at intervals of not more than twenty (20) feet. A construction or contraction joint shall be at intervals equal to the driveway width. 3.4 EXPANSION JOINT MATERIAL A. Expansion joint material shall be an approved preformed bituminous impregnated non - extruding type jointing material, 1/2" thick, and shaped to the section of the concrete header or sidewalk. 3.5 CONCRETE SLABS FOR PROTECTION OF PIPE A. Slabs called -out on the drawings for protection of pipelines shall be constructed to the lines and grades shown on the plans or established by the Engineer. The concrete shall be reinforced with steel bars or welded wire fabric as shown on the drawings. The slabs shall be screeded and floated to a uniform surface. Slabs shall be allowed to set-up before backfilling. 1 01276508 CONCRETE CURBS, SIDEWALKS AND DRIVEWAYS 02521 - 2 04/10 3.6 CURING A. All concrete shall be cured as specified in Section 03300 - Cast in Place Concrete. 3.7 DEFECTIVE WORK A. Any defective work discovered after the forms have been removed shall be immediately removed and replaced. If any dimensions are deficient, or if any section is not constructed to the proper grade, or if the surface of the concrete is bulged, uneven, or shows honeycomb, which in the opinion of the Engineer cannot be repaired satisfactorily, the entire section shall be removed and replaced at the expense of the Contractor. 3.8 BACKFILLING A. Backfilling behind and adjacent to all concrete work shall be made from good quality topsoil. This material shall be free from organic material such as leaves, grass, roots and other unsuitable materials and free of rocks or stones. The Contractor shall provide a smooth, even slope between the property line and the edge of concrete headers or the top of other concrete structures. B. Care shall be taken during the backfill and cleanup process not to scrape, chip, crack or otherwise damage the concrete including tire marks from equipment or trucks. Any damaged concrete will be removed and replaced at the expense of the Contractor. END OF SECTION 01276508 CONCRETE CURBS, SIDEWALKS AND DRIVEWAYS 02521 - 3 04/10 C; SECTION 02600 SCHEDULE OF PIPE PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. Approved pipe shall be used in construction of'all pipelines and connections. The only types of pipe which will be considered for use are those listed in this section. All pipes of like sizes shall be of the same type and class unless specified otherwise. Acceptable types and classes of pipe which may be approved for the various items of work are shown in the schedule below. See for SECTION 02610 — PIPE VALVES AND FITTING MATERIALS, of these specifications for additional design requirements and for location of the various pressure class pipelines. PART 2-PRODUCTS Not Used PART 3 - EXECUTION 3.1 SCHEDULE OF PIPE 01276508 04/10 POTABLE WATER Size and Use Tyne and Class 3" Water Schedule 80 Steel Pipe with approved Polyken tape coating system minimum 80 mils for subsurface applications (for test ports) 42" Transmission Line Concrete Steel Cylinder Pipe AWWA C-303, AWWA M-9, PC 150 Steel Pipe, AWWA C-200, AWWA M-11, PC 150 (t„ j = 0.25" 42" DIP, AWWA C-151, PC f50 (t„, „j = 0.53" 66" Steel Casing Welded Steel Pipe, ASTM A-139 Minimum 1.0-inch wall thickness SCHEDULE OF PIPE 02600 -1 Size and Use Tyne and Class 6" Blow Off Line DIP, AWWA C-151, PC 350 Air Vents Schedule 40, Steel Pipe (Epoxy Coated) (size to match ARV size) t,,,;,, = Pipe wall minimum thickness (inches) Refer to SECTION 02730 — PIPE INSTALLATION, for pipe bedding and installation requirements. END OF SECTION 01276508 SCHEDULE OF PIPE 02600 - 2`; 04/10 SECTION 02605 MANHOLES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. Manhole shall be for use in the housing of the valves, as shown in the plans and shall be standard precast manhole installed at the location in accordance with the details shown in the drawings. The manhole and all appurtenances shall be supplied and installed by the Contractor. PART 2 - PRODUCTS 2.1 FRAMES AND COVERS A. The manhole frame and cover shall be of cast iron of the weight, dimensions and pattern in accordance with the City of Lubbock Standard as indicated on the drawings. The casting shall be made from a superior quality, gray cast iron conforming to the requirements of A.S.T.M. Designation A-48 (latest revision). A suitable designation is to be cast on the cover as indicated on the drawings. Mating surfaces shall be machined to provide a snug fit of the cover and frame. 2.2 MANHOLE CONNECTORS A. All pipe openings in pre -cast manhole base sections and risers shall have a compression type flexible pipe to manhole connector conforming to the requirements of ASTM C-923, as manufactured by Kor-N-Seal, Link Seal or equal. 2.3 MANHOLE STEPS A. All manholes shall have steps installed or cast into the manhole barrel. Steps shall be installed in line with the manhole opening and spaced every 12" on center vertically and ` plumb with the manhole opening. Steps shall be MA Industries model PSI-PF-DF or equal. 2.4 CONCRETE A. Concrete for manhole foundations shall be Class "A" concrete as specified in Section 03300 - Cast In Place Concrete. 01276508 MANHOLES 02605 - 1 04/10 y 2.5 PRE -CAST CONCRETE MANHOLES A. The manhole riser and conical sections- shall be designed for use in sanitary sewer systems. They shall be the diameter shown on the plans, of reinforced concrete and shall conform to ASTM Specifications C-478, except as modified herein. B. The rings shall be available in various lengths of from one to four vertical feet. C. The conical sections shall be eccentric as indicated on the plans and adapted to the ring at one end and to City of Lubbock standard cast iron frame at the other. D. Manholes shall be provided by South Plains Concrete Products, Lubbock, Texas or approved equal. E. Concrete shall have a minimum allowable compressive strength at 28 days of 4000 pounds per square inch for the ring sections and for the conical sections. All cement shall be Portland Cement complying with ASTM C-150, Type V (Sulfate Resistant). F. The rings shall be reinforced with steel wire mesh 6x6x l Ox 10 and the conical section shall have 6x6xl0x10 steel wire mesh reinforcement and a 3/8" rod at top and bottom. G. The above shall be considered minimum requirements. Greater wall thickness, strengths of concrete, increased reinforcement, or special jointing features would not be cause for rejection. H. The Engineer reserves the right to inspect the manufacturing process at any time, to make tests on materials used, and to have cores cut out of the completed manholes for compressive strength testing and placement of reinforcement. 2.6 INSTALLATION A. The manholes shall be constructed at the location shown on the plans or as required by the Engineer and in accordance with the details shown on the plans and as specified herein. After the excavation has been completed, and the subgrade compacted, the concrete base or bottom shall be placed. When the concrete has sufficiently set, the riser work may proceed. B. The subgrade under pre -cast manhole bases shall be compacted to 98% density in accordance with ASTM D-1557. PART 3 - EXECUTION Not Used END OF SECTION s 3 } 01276508 MANHOLES 02605 - 2 04/10 SECTION 02610 PIPE, VALVES AND FITTING MATERIALS FOR POTABLE WATER PIPELINES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. The ' work covered by this section of the specifications consists of the materials for all piping, valves and fittings required for this project. Test stations and pipe bonding requirements for the piping are specified in SECTION — 13110 IMPRESSED CURRENT CATHODIC PROTECTION. B. The Contractor shall furnish all materials, equipment, tools labor, superintendence and incidentals required for the complete construction of the work as shown on the drawings and as specified herein. All pipe and fittings used for this project are to be new. All pipe shall be restrained in accordance with these specifications. 1.3 SUBMITTALS A. Before beginning fabrication of the pipe, the Contractor shall furnish the Engineer with submittals which shall include design calculations signed and sealed by a professional engineer registered in the State of Texas with professional experience in pipe fabrication, laying plan and details of a standard pipe section, special fittings, and bends. Dimensions indicating wall thickness standard laying lengths as well as dimensions for all specials shall be included. Where applicable, information pertaining to special linings, coatings and joint bonding shall include the type of material being used, its application, method of installation and other information which relates to the manner in which it will be used. The laying plan shall show the location of each pipe section and each special length with each piece numbered or otherwise designated in sequence. All special fittings, bends, etc. shall be made up into special lengths so that, when installed, they will be located as indicated. Each pipe and fitting shall be marked on the outside to indicate the class of pipe and the location number on the laying plan. Pipe shall be furnished and installed in accordance with the approved laying plan. Where two or more classes or lengths of pipe of the same diameter are to be furnished, clearly mark each pipe section. All markings shall be coded to the shop drawings. The drawings shall be furnished in conformance with requirements of the General Conditions. Review of the drawings by the Engineer shall not relieve the Contractor of the responsibility for complying with all requirements of the Contract Documents. SECTION 01300-SUBMITTALS identifies particular items that must be submitted immediately after Award of Contract. B. A suitable day plug shall be submitted by the pipe manufacturer in order to seal the end of the pipe after each day's work. 01276508 PIPE VALVES AND FITTING MATERIALS FOR 02610 —1 04/10 POTABLE WATER PIPELINES C. Additional Submittal Information for Steel Pipe is as follows: 1. Welding Procedures a. Shop b. Field 2. Product Data a. Pipe 1) Mill Certificates 2) Chemical and Physical Properties 3. Statements of Qualifications a. Pipe Manufacturer b. Welders C. Welding Inspectors d. Non-destructive testing procedures 4. Quality Control Test Reports D. Additional Submittal Information for SCCP is as follows: 1. Type and amount of admixtures 2. Welding Procedures 1.4 CERTIFICATION A. Certification properly executed by the manufacturer shall be furnished to the Engineer showing compliance with the required specifications. All pipe and fittings must conform to ANSI/NSF standard 61 and must be certified by an organization accredited by ANSI. Data resulting from tests performed shall be provided by the Contractor as requested by the Engineer. 1.5 INSPECTION A. The Engineer and his representatives shall have access to all phases of the work. The manufacturer and Contractor shall provide proper facilities for access and inspection. Material, fabricated parts, and pipe which are discovered to be defective, or which do not conform to the requirements of this Specification, will be subject to rejection at any time prior to final acceptance of the pipe. During manufacture and/or fabrication of steel pipe Engineer may request welded sections of pipe for testing by an independent testing laboratory selected by the Engineer. Testing by the Engineer will be in accordance with ASTM E-165 and welded test specimens shall be submitted upon request. The steel pipe manufacturer shall notify the Owner in writing, at least two weeks prior to the pipe fabrication so that the Owner may advise the Manufacturer as to the Owner's decision regarding tests to be performed by an independent testing laboratory. PART 2 - MATERIALS 2.1 PIPE MATERIALS (POTABLE WATER) A. The Contractor shall supply all pipe required for the project. Refer to SECTION 02600 - SCHEDULE OF PIPE for minimum pressure class and wall thickness to be provided for the various types of pipe materials acceptable. For design purposes all water pipe for this project shall be of the sizes shown on the drawings, and shall be designed for a rated pressure class of 150 psi plus an additional surge pressure of 100 psi. The water pipe shall 01276508 PIPE VALVES AND FITTING MATERIALS FOR 02610 — 2 04/10 POTABLE WATER PIPELINES also be designed for the earth loads based upon a soil unit weight of 125 pounds per cubic foot and the depths of cover as indicated on the drawings. In addition, a single H-20 truck with 24,000-1b. wheel load and a 1.5 impact factor, using a Type 5 laying condition as defined by AWWA C151 shall be used. Bedding constant shall be 0.1 and the deflection lag factor shall be I.I. The modulus of soil reaction (E) for design purposes shall be 700 psi. Design calculations shall be submitted to the Engineer for approval prior to the fabrication of any pipe. 2.2 PVC PRESSURE PIPE A. PVC pressure pipe shall be unplasticized polyvinyl chloride plastic water pipe with integral bell and spigot joints. Pipe 12-inches in diameter and smaller shall meet the requirements of AWWA C900, "Polyvinyl Chloride (PVC) Pressure Pipe", Pressure Class 235 (DR18). Pipe greater then 12- inches in diameter shall meet the requirements of AWWA C905, "Polyvinyl Chloride (PVC) Water Transmission Pipe", Pressure Rating 235 (DR18). Provisions must be made for expansion and contraction at each joint with an elastomeric ring. The bell shall consist of an integral wall section with a locked in, solid cross section elastomeric ring, which meets the requirements of ASTM F477. The bell section shall be designed to be at least as hydrostatically strong as the pipe to meet AWWA C900/C905. B. The pipe shall withstand a minimum quick burst pressure of 755 psi when tested in accordance with ASTM C1599. The pipe shall withstand, with no visible evidence of shattering or splitting, when subjected to the drop impact test, an impact of 120 ft./lbs. in accordance with ASTM D2444. C. The PVC pressure pipe used to replace sanitary sewer lines shall meet the requirements of ANSUAWWA C900 and shall be Class 235 (DR 18), and it shall be connected to existing sewer pipe at each end with adapter couplings having stainless steel hardware. D. The PVC pressure pipe used to relocate and/or replace existing water lines shall be rated for minimum working pressure of 150 psi and shall meet the requirements of either ANSI/AWWA C900-89, minimum DR 18 or ANSI/AWWA C905-88, minimum DR 18 with cast iron pipe O.D. E. The minimum length of restrained joints shall be as indicated in these specifications. The procedure and materials used for restraining the joints shall be as recommended by the pipe manufacturer. The Contractor shall submit the recommended procedure with details to the Engineer for field inspection purposes. 2.3 ' DUCTILE IRON PIPE A. Ductile iron pipe shall conform to the requirements of AWWA C151. The pipe shall be of the sizes shown on the drawings, and it shall be of the pressure class indicated in SECTION 02600 — SCHEDULE OF PIPE, except where thicker pipe is required by AWWA C151 for a particular design condition. B. Joints: Push -on joints shall be used to connect the sections of pipe, except where flanged, mechanical joints or restrained joints are indicated on the drawings or in these specifications. The push -on joints shall conform to the requirements of AWWA C111. The mechanical joints and the flanged joints shall conform to the requirements of AWWA C 110, and shall be rated for pressure class 150 psi plus an additional surge pressure of 100 psi. All above ground piping shall have flanged joints. C. Interior Coating: The interior of the ductile iron pipe shall have a cement -mortar lining, with Type Il cement, conforming to the requirements of ANSI/AWWA C104. 01276508 PIPE VALVES AND FITTING MATERIALS FOR 02610 — 3 04/10 POTABLE WATER PIPELINES D. Exterior Coating: The exterior of the pipe shall have a minimum 35 mils polyurethane coating conforming to AWWA C222 as specified in Section 09910. E. Restrained Joints: Restrained joint pipe and fittings shall conform to the requirements of AWWA C111 and C110 respectively. Restrained push -on joint pipe and fittings shall be capable of being deflected after assembly. Deflection shall not exceed 75% of manufacturer's recommendation. Restrained joint pipe and fittings shall be American Cast Iron Pipe, Flex -Ring Joint or Lok-Ring Joint; U.S. Pipe TR Flex or equal. Any joint employing field -welded retainers are unacceptable. All joints shall be restained. F. Pipe Bonding for the piping are specified in Sections 013110. G. Delivery, Storage, and Handling: 1. Block piping material for shipment, prevent damage to castings and linings. 2. Carefully handle piping material during loading, unloading, and installation. Do not reopen piping material from cars or trucks. Lower piping material by mechanical means. Do not drop or pound pipe to fit grade. 3. Repair damaged cement mortar lining to match quality, thickness, and bonding of original lining in accordance with AWWA C104. When lining cannot be repaired or repairs are defective, replace defective piping with undamaged piping. 4. Protect gaskets and polyethylene encasement from long term exposure to sunlight. 5. Store fittings and other accessories such that they do not accumulate and hold rainwater, dirt, and debris. H. Quality Assurance: 1. Qualifications of Manufacturers: Use only a manufacturer having a minimum of 5 years experience supplying this type of product to the water industry. 2.4 BAR WRAPPED CONCRETE CYLINDER PIPE A. Concrete cylinder pipe shall conform to AWWA C303 except where modified and supplemented by this specification. Pipe shall be designed for internal pressure and external loading in accordance with AWWA Manual M9, and for the pressure class indicated in SECTION 02600 — SCHEDULE OF PIPE. B. Where pipe and/or fittings are subjected to longitudinal stresses induced by thrust the longitudinal steel area (cylinder thickness) shall be increased, if necessary, in accordance with AWWA Manual M9 except where modified and supplemented by this specification. C. Joints: 1. Joints shall be standard bell and spigot joints unless otherwise indicated on the drawings and shall be prepared for rubber O-ring gasket joints and shall conform to the applicable sections of AWWA C303. Welded joints to provide thrust restraint shall be the Carnegie bell and spigot gasketed joint. All above ground piping shall have flanged joints. 2. Closure pieces shall be provided with plain ends on pipe and/or special pieces. Plain ends shall be at least 8 inches long, shall have wall thickness not less than specified for special pieces, and shall be installed such that when the field joint is made, including welds, the joint shall be at least equal in strength to the adjoining pipe section. The outside diameter of the plain end section shall be such that the joint can be coupled with a butt strap closure piece. Protect plain ends with at least one coat of Amerlock 400 or equal. Coating to have a minimum thickness of 5 mils. 3. Flanges for pipes shall have at least a pressure rating equal to that of the pipe to which it is attached, conforming to AWWA C207. When flanged ends are required 01276508 PIPE VALVES AND FITTING MATERIALS FOR 02610 — 4 04/10 POTABLE WATER PIPELINES on concrete cylinder pipe, end sections shall first be added to the pipe, which shall have a minimum thickness of 3/16-inch. 4. Diapers shall be as manufactured by Mar -Mac Company, or equal. Diaper material shall be at least 12-ounce duck. The diapers shall be made of Typar or approved equal with porosity low enough to prevent loss of cement from the grout. The fabric shall be hemmed on each edge with a steel wire or strap contained within each hem. After the diaper is tightly secured around the pipe with the fabric spanning the joint, grout shall be poured into the top opening, first from one side until the grout flows under the bottom of the pipe, then poured from the opposite side to completely fill the diaper." D. Restrained Joints: 1. Joint restraint shall be by means of exterior lap welded joints in accordance with AWWA C206. Submit detailed design of exterior lap welded joints to the Engineer for approval, prior to pipe fabrication. Detailed design shall include steel cylinder thickness requirements to restrain the longitudinal forces in the cylinder. The minimum steel cylinder thickness for all field welded joints shall be 3/16-inch. The minimum length of restrained joints shall be as indicated in these specifications. E. Interior Coating: 1. The interior of the concrete cylinder shall have a cement -mortar lining, with Type II cement, conforming to the requirements of AWWA C303. F. Exterior Coating: 1. Concrete Type II Cement in accordance with AWWA C303. G. Pipe Bonding requirements are specified in SECTION 13110. H. Design Criteria: 1. Calculate earth loads using following formula:. W=125xHxB Wherein the various terms have the following meaning: W: Earth load, pounds per linear foot of pipe. H: Height of fill over the pipe, feet. B: Outside diameter of the pipe, feet. x: Mathematical symbol for multiplication. 2. Add AASHTO's H-20 loading using 24,000 lb. wheel load to earth loads. 3. Deflection: a. Calculate Deflection Using the Spangler Formula and the following Values: 1) Bedding constant K=0.100. 2) Modulus of soil reaction shall be E'=700 pounds per square inch for all areas of the project. 3) Deflection lag constant DI=1.1. b. Design PiFe.for a Deflection, under External Loads, Not to Exceed: (Diameter in inches) divided by 4,000. I. Delivery, Storage and Handling: 1. Load, transport, unload, and handle pipe and fittings in a manner and by methods which prevent damage to pipe, lining and coatings. a. Minor repairs to cement mortar lining or coating: 1) If the repair area exceeds 100 square inches, the pipe sections shall be rejected and a repair shall not be allowed. 2) Only two repaired areas are allowed to the coating and lining of each pipe section in the field or the plant. 01276508 PIPE VALVES AND FITTING MATERIALS FOR 04/10 POTABLE WATER PIPELINES 02610 — 5 t t 3) Minor repairs shall not be made without prior acceptance by the i ENGINEER on the written repair procedures. -, 4) Coating repairs shall be compacted to the same density as the original" machine applied mortar. 5) Where a barrier coating is specified over the motor coating, no curing compound shall be applied to the repair. 6) Repairs shall conform to AWWA C-602. 2. Do not drop pipe and fittings. 3. Stulling: a. Greater than 48 inch through 66 inch Diameter Pipe: 1) Install nominal 4 inch by 4 inch, six point wooden stulls or equivalent with nailed wooden wedges at the quarter points, following the cure of r the lining. b. Greater than 30-inch to 48-inch Diameter Pipe: 1) Install nominal 3 inch by 3 inch, four point wooden stulls or equivalent with nailed wooden wedges at the quarter points, following the cure of the lining. 2) Install a similar single strut 2 feet from each end of the pipe. C. 30 inch and Smaller Diameter Pipe: 1) Install 2 inch by 4 inch (nominal) stulls both ways 2 feet from the end of each pipe. d. The stulls shall remain in place during: 1) Transporting, handling and storage at the job site. 2) Placement in the trench for pipe larger than 30 inches in diameter. Horizontal stulls must be removed prior to backfilling. Vertical stulls should remain in place until after the trench is backfilled. s 3) Remove stulls prior to testing. 4) Temporary removal will be allowed for repairs to the lining if required. 4. Store pipe and fittings on skids, sand or dirt berms, sand bags, old tires or other suitable means to prevent damage to pipe and fittings. - 5. Inspect pipe lining and coating immediately before installation for damage and holidays. Correct deficiencies. PJI 6. Plastic Covers: a. Attached to the ends of the pipe and fittings during curing of lining, storage, shipment, and on the installation site. They shall remain in place until just prior to installation. b. Banding: 1) Steel bands, or 2) Reinforced plastic straps. � C. Temporary holes may be cut into the covers during curing to add water to facilitate repairs. After which the holes shall be promptly taped closed. 2.5 STEEL PIPE A. The pipe shall be carbon steel, black, electric fusion or spiral welded conforming to ANSI/AWWA C200. Steel pipe shall be designed in accordance with AWWA Manual MI I except where modified and supplemented by this specification. B. Contractor at his option may elect to provide pipe joints up to maximum 25-ft in net laying length. Pipe joints furnished shall be with special lengths, field trim pieces and closure 01276508 PIPE VALVES AND FITTING MATERIALS FOR 04/10 POTABLE WATER PIPELINES �s 02610-6 i pieces as -required by plan and profile for location of elbows, tees, reducers, and other in - line fittings. Field cutting the ends of the steel pipe to accomplish angle changes in grade or direction of the line shall not be permitted. . C. The standard joint shall be O-ring unless otherwise noted on the plans. O-ring joints shall conform to AWWA C-200, The O-rings joints shall consist of a flared bell end formed and sized by forcing the pipe end over a plug die or by expanding on segmental dies. The difference in diameter between the I.D. of bell and the O.D. of the spigot shoulder at the point of full engagement with allowable deflection shall be 0.00" to 0.04" as measured on the circumference with a diameter tape. The O-ring gasket shall have sufficient volume to approximately fill the area of groove and shall conform fully to AWWA C-200. The joint shall be suitable for a safe pressure equal to the class of pipe furnished and shall operate satisfactorily with a deflection, the tangent of which is not to exceed 0.75"/D where D is the outside diameter of the pipe in inches or with a pull-out of 3/4". Carnegie -Shape rubber gasket joint shall be used where greater deflection is needed. Welded joints to provide thrust restraint shall be lap -welded slip joint. 1. Heat shrink sleeves for all welded joints shall be Canusa Aqua -Shield AQW-HS for O-ring, Carnegie and welded joints and AQW-FPK for flanges and high profile joints or approved equal. Contractor shall submit joint coating product and procedure for review and approval by Engineer prior to installation. 2. O-ring joints may be furnished only by a manufacturer who has furnished pipe with joints of similar design for comparable working pressure, pipe diameter and wall thickness that has been in successful service for a period of 5 years. 3. All above ground piping shall have flanged joints. D. Restrained Joints: Joint restraint shall be by means of single exterior welded joints (lap - welded slip joint), in accordance with AWWA Manual 11. Submit detailed design of any proposed restrained joints to the Engineer for approval, prior to pipe fabrication. Detailed design shall include steel cylinder thickness requirements to restrain the longitudinal forces in the cylinder and weld details. The minimum length of restrained joints shall be as indicated in these specifications. E. Interior Coating: The inside of the pipe shall have a cement -mortar lining, with Type II cement, conforming to the requirements of ANSI/AWWA C205. The cement -mortar lining may be field applied per ANSI/AWWA C602 upon approval by the Engineer. The interior surface of the pipe shall be cleaned thoroughly by a method acceptable to the Engineer prior to lining. Pipe OD shall be such that the finished cement lined ID is equal to the nominal size shown on the drawings. F. Exterior Coating: The exterior of the pipe shall have a minimum 35 mils polyurethane coating conforming to AWWA C222. Refer to specification 09910 for Pipeline Coatings and Linings. The coating shall be held back from the end of the pipe the minimum distance recommended by the pipe manufacturer for the type of joint used. G. Pipe Bonding requirements are specified in Sections 13110. H. Design Requirements: The pipe, fittings and specials shall be designed by Contractor in accordance with AWWA Manual M11 with the following modifications: 1. Steel: Steel pipe shall conform to ASTM A1018, Grade 36, or ASTM A139 Grade C with minimum yield strength of 36,000 psi. 2. Steel Wall Thickness: As designed a minimum thickness (tmi„) of 0.25" for 42-inch pipe. 3. Deflection of Pipe and Fittings: Deflection in calculating minimum wall thickness for earth and live loads shall not exceed 2% of pipe diameter. 01276508 PIPE VALVES AND FITTING MATERIALS FOR 04/10 POTABLE WATER PIPELINES 02610-7 a. The cement mortar lining shall not be considered in the wall thickness calculations. 4. Working Stress of Steel: Maximum 50 percent of yield stress for internal working pressure and externally applied loads. a. Calculate earth loads using the following formula: WT=WC+WL Wherein the various terms shall have the following meaning: WT=Total load on pipe, pounds per linear foot of pipe. Wc=Earth load, pounds per linear foot of pipe calculated as outlined in AWWA M11 (prism load) and using a unit weight of 125 pounds per cubic foot. WL=Live loads, pounds per linear foot of pipe, as outlined in AWWA MI I Add AASHTO's H-20 loading using 24,000 lb. wheel load, to earth load. b. A Bedding constant K=0.100 and a Deflection Lag Factor of 1.1. C. Modulus of soil reaction shall be E'=700 pounds per square inch for all areas of the project. 5. Where piping is designated to be restrained for thrust, the design of the cylinder and welded joint shall take into account the effect of stresses caused by thrust loads. 6. Steel cylinder shall be subject to no more the lesser of 18,000 pounds per square inch or 50 percent of the steel yield stress under working pressure, and shall be subject to no more than the lesser of 27,000 pounds per square inch or 75 percent of the specified yield strength for transient loads, in accordance with AWWA M11. I. Delivery, Storage, and Handling: 1. General: Deliver, store and handle pipe in accordance with AWWA C200 and as specified. 2. Preparations for Shipping: a. Minor repairs to cement mortar lining: 1) If the repair area exceeds 100 square inches, the pipe sections shall be rejected and a repair shall not be allowed. 2) Only two repaired areas are allowed to the lining of each pipe section in the field or the plant. 3) Minor repairs shall not be made without prior acceptance by the Engineer of the written repair procedures. 4) Repairs shall be compacted to the same density as the original machine applied mortar. 5) Repairs shall conform to AWWA C602. 3. Stulling: a. Greater than 48 inch through 66 inch Diameter Pipe: 1) Install nominal 4 inch by 4 inch, six point wooden stulls or equivalent with nailed wooden wedges at the quarter points, following the cure of the lining. 01276508 PIPE VALVES AND FITTING MATERIALS FOR 02610 — 8 04/10 POTABLE WATER PIPELINES b. Greater than 30-inch to 48-inch Diameter Pipe: 1) Install nominal 3 inch by 3 inch, four point wooden stulls or equivalent with nailed wooden wedges at the quarter points, following the cure of the lining. 2) Install a similar single strut 2 feet from each end of the pipe. C. 30 inch and Smaller Diameter Pipe: 1) Install 2 inch by 4 inch (nominal) stulls both ways 2 feet from the end of each pipe. d. The stulls shall remain in place during: 1) During transport to the job site. 2) Placement in the trench for pipe larger than 30 inches in diameter. Horizontal stulls must be removed prior to backfilling. Vertical stulls should remain in place until after the trench is backfilled. 3) Remove stulls prior to testing. 4) Temporary removal will be allowed for repairs to the lining if required. 4. Plastic Covers: a. Attached to the ends of the pipe and fittings during curing of lining storage, shipment, and on the installation site. They shall remain in place until just prior to installation. b. Banding: 1) Steel bands or 2) Reinforced plastic straps C. Temporary holes may be cut into the covers during curing or to add water to facilitate repairs. After which the holes shall be promptly taped closed. 5. Loading, Transporting, Unloading and Handling Pipe and Fittings: a. Handling pipe in a manner and by methods which prevent damage to pipe, lining and coatings. b. Use padded slings and supports during handling as necessary to prevent damage. Do not use single point slings. Use two point padded slings attached at the quarter points. C. All necessary precautions shall be taken to maintain the integrity of the coating. d. The pipe shall be handled with proper equipment and shall not be pushed, dragged or rolled along the ground. e. Pipes shall not be stacked or otherwise loaded externally such that the dimensional integrity of the joint configuration and/or roundness of the pipe may be compromised. 6. Storage: a. Store pipe and fittings on skids, sand or dirt berms, sand bags, old tires or other suitable means to prevent damage to pipe and fittings. b. Store and protect pipe from damage from equipment, traffic and vandalism. 7. Inspection: a. Inspect pipe lining and coating immediately before installation for damage and holidays. b. Damaged pipe lining and coatings shall be repaired or rejected in accordance with specified criteria for identifying and making minor repairs. C. Remove rejected pipe from the project site. 01276508 PIPE VALVES AND FITTING MATERIALS FOR 04/ 10 POTABLE WATER PIPELINES 02610 — 9 d. Exterior coating shall be holiday tested in accordance with NACE RP0188-99 immediately before pipe installation. Areas where holidays are detected shall be repaired and retested in accordance with Manufacturer's recommendations. 2.6 POLYETHYLENE PRESSURE TUBING A. All distribution pipe two (2) inches in diameter and smaller shall be polyethylene pressure tubing (PE 3408-C.T.S.). All PE pipe shall conform with AWWA C 901 Class 200. All PE pipe shall have dimensions conforming to the outside diameter dimension of copper tubing. 1. The pipe marking shall include: Nominal size, PE code designation, the word "Tubing" and the dimension ratio, AWWA pressure class, AWWA designation number, Manufactures name or trademark and production code, seal of the testing agency that verified the suitability of the pipe material for potable water service. 2. Bends shall occur no closer than ten (10) pipe diameters from any fitting or valve. Kinked tubing shall not be used. Precautions shall be taken to prevent kinking during installation and care shall be taken to ensure that kinking does not develop after installation. 3. Connections shall be compression connections. Stainless steel solid inserts shall be provided at each compression connection. PART 3 - EXECUTION 3.1 PIPE FITTINGS - GENERAL A. Heat shrink sleeves for valves and other buried fittings and connections shall be Canusa Aqua -Shield AQW-FF or approved equal. Contractor shall submit joint coating product and procedure for review and approval by Engineer prior to installation. 3.2 POLYVINYL CHLORIDE PRESSURE (PVC) FITTINGS A. The fittings for AWWA C900 and AWWA C905 PVC pipe shall be ductile or cast iron conforming to the requirements of ANSI/AWWA C I IO/A21.10-87, and shall be suitable for use with the specified PVC pipe with which they are used. For other classes and schedules of PVC pipe, the fittings shall have the same, or greater, respective class/schedule as that of the pipe with which they will be used. Fittings shall have elastomeric rings for sealing. Solvent welding will not to be acceptable. Where necessary, VINYL -iron PVC pipe to A/C pipe coupling adapter will be used for connecting to exiting A/C pipe. B. Restrained Joints for PVC Pipe: Restrained joint devices for all PVC pipe shall incorporate a series of machined serrations (not "as cast") on the inside diameter to provide positive restraint, exact fit and 360 degree contact and support of the pipe wall. The solid back-up ring shall have a beveled leading edge to assure an exact fit behind the pipe bell. Restraint devices shall be of ductile iron, ASTM A536, Grade 65-45-12. Connecting bolts shall be of high strength, low alloy material in accordance with ANSI/AWWA CI I I/A21.11. C. All restraint devices for PVC pipe shall have a working pressure rating equivalent to the full rated pressure of the PVC pipe on which they are installed, with a minimum 2:1 safety factor in any nominal pipe size. In addition, they shall meet or exceed the requirements of UNI-B-13-94. Notarized certification from the manufacturer of the joint restraint device 01276508 PIPE VALVES AND FITTING MATERIALS FOR 02610 — 10 04/10 POTABLE WATER PIPELINES r-: fi shall be submitted. Restraint devices shall be Uni-Flange Block Buster Series 1300 manufactured by Ford or an Engineer approved equal. 3.3 DUCTILE IRON FITTINGS A. Fittings for ductile iron pipe shall be cast iron or ductile iron and shall be end grooved, restrained joint, flanged, or a combination as shown or required and shall conform to AWWA C153. In general, flange fittings shall be used on all exposed piping and all other fittings shall be restrained joints. End grooved fittings shall only be used where shown on the drawings. All fittings or restrained joints shall be designed for a pressure class of 150 psi and an additional surge pressure of 100 psi. B. The interior of ductile iron fittings shall have a cement -mortar lining with Type II cement conforming to the requirements of ANSI/AWWA C104. Exterior coating shall be the same as that specified for ductile iron pipe. C. All ductile iron fittings shall be cast from the same quality of metal used in casting ductile � iron pipe and shall be subjected to the same test requirements. Marking and weighing shall i be as required for the ductile iron pipe. D. All flanged fittings shall be faced and drilled in accordance with the standard drilling for ANSI B16.1 Class 250 ductile iron fittings. Bolts shall be of the length and diameter required by the ANSI Specification for Class 250 flanges. Bolts and nuts shall be of best quality mild steel and shall be provided with hexagonal heads, except where other types of bolts are specified. Rings gaskets shall be used in all flanged joints and shall be rubber composition sheet packing, Rainbow, Durable Barlock or equal, 3.4 BAR WRAPPED CONCRETE CYLINDER PIPE FITTINGS A. The concrete cylinder pipe fittings shall be fabricated from steel plates lined and coated with concrete, as specified for concrete cylinder pipe in accordance with AWWA C303. The type of fittings and details covering the design of fittings and specials shall be submitted to the Engineer for approval. 3.5 STEEL PIPE FITTINGS A. Welded fittings shall be the sizes and types indicated on the drawings and shall be of the same size, class and grade of the pipe to which they are fitted. The welded fittings 8" in diameter or less shall be as manufactured by Tube-Tum, Taylor Forge or equal. B. Fittings shall be fabricated in accordance with AWWA C-200 Section 4 from Pipe conforming to AWWA C-200. Fittings shall conform to the dimensions of AWWA C208. Elbows shall have a minimum radius of 2.5 times the pipe O.D. All tees, laterals and outlets shall be reinforced in accordance with AWWA M11. C. The flanged fittings shall be of the size and types indicated on the drawings and shall be suitable for use at the maximum internal pressure specified for the steel pipe. The flanges shall conform to the requirements of ANSI/AWWA C207. D. The inside of the fittings shall have a cement -mortar lining with Type H cement conforming to the requirements of ANSI/AWWA C205, and the exterior of the fittings shall receive the same coating specified for steel pipe in these specifications. f� 01276508 PIPE VALVES AND FITTING MATERIALS FOR 02610 —11 ri 04/10 POTABLE WATER PIPELINES 3.6 DISMANTLING JOINTS A. Restrained dismantling joints shall be provided as shown on the detail drawings. Restrained dismantling joints shall be Romac DJ400 or approved equal. 3.7 VALVES - GENERAL A. All valves shall be of the type shown or specified on the drawings and as specified herein. All valves shall either be flanged, or as shown on the drawings. All valves shall be complete with the required devices and appurtenances required for operation, and extension stems, as shown on the plans or as specified herein. All valves shall be for buried service operation. B. Heat shrink sleeves for valves and other buried fittings and connections shall be Canusa Aqua -Shield AQW-FPK or approved equal. Contractor shall submit joint coating product and procedure for review and approval by Engineer prior to installation. 3.8 GATE VALVES A. All gate valves larger than 2-inch shall be resilient wedge iron body, bronze mounted throughout, complying with AWWA C509, designed for 250 psi working pressure and 75 psi surge pressure, as manufactured by Clow, Kennedy, M&H, American Darling, or Mueller. Valves shall be flanged where so shown on the drawings. All valves shall open by turning counter clockwise and, unless otherwise specified, shall have non -rising stems. Valves installed in pipe trench shall be provided with 2-inch operating nut. 3.9 BUTTERFLY VALVES A. General: 1. Butterfly valve connections to adjoining pipes shall be made above ground before lowering assembly into trench. Pipe joint lengths either side of the valve shall be shortened as necessary to facilitate this installation. The final valve assembly shall have the specified pipe joint on the upstream side of the valve and a restrained dismantling joint on the downstream side of the valve. 2. Butterfly valves shall be installed where shown on the plans. All butterfly valves shall have position indicators clearly defining the position of the valve. Butterfly valves shall be rated for a maximum steady state fluid pressure class of 150 psig plus surge pressure of 100 psig, a maximum steady state differential pressure of 150 psig, and a maximum velocity of 6.5 ft./s. Valves shall be rated for a hydrostatic test pressure of 250 psi. Valves shall be as manufactured by Dezurik, Pratt, American Darling, M&H, Kennedy, Pratt, or Mueller (Lineseal III). 3. Butterfly valves and operators shall conform to AWWA Standard for Rubber -Sealed Butterfly valves, ANSI/AWWA C504, except as modified or supplemented herein. Acceptable suppliers shall have a minimum of five years experience in the manufacture of butterfly valves, per AWWA C504 standard, for the type of service required for this project. 4. Valves and operators shall be designed for maximum operating torque, with safety factors as required in AWWA C504 standards and the Appendix of AWWA C504 and based on the following characteristics: 5. Maximum pipeline velocity (valve wide open): 6.5 feet per second. 01276508 PIPE VALVES AND FITTING MATERIALS FOR 02610 — 12 04/10 POTABLE WATER PIPELINES 6. Maximum pressure drop across valve (valve closed): per class rating of valve. 7. System head loss characteristic (exclusive of valve): proportional to velocity squared. 8. System head source characteristic: constant head source equal to class rating of valve. 9. Records of tests shall be furnished as specified in AWWA C504. Records of tests shall be submitted prior to approval of the valves. B. Body: Butterfly valves shall be short body laying length, per AWWA C504, with flanged ends to match pipe furnished. Valve body shall be ASTM A-48 of A-126, Class B Cast or Ductile iron. C. Gear Actuators: 1. All valves shall have gear actuators. Gear Actuators shall be of the worm gear or traveling nut and link type with field adjustable stops capable of withstanding 300 ft-lbs input torque as required by AWWA C504. Gears shall be self-locking and be designed to hold the valve in a position without the fluttering or creeping. Actuators shall have internal, adjustable stop -limiting devices. Above ground valves shall have manual actuators hand wheels with position indicators. 2. All valves shall come with buried service operators that are lubricated for the expected life of the valve. For valves shown on the drawings to be direct buried, a conventional valve box and cover or a 5-inch soil pipe and cover shall be used to provide protection for the extension stem. An extension stem shall be provided with a ground level position indicator and a 2-inch square AWWA nut. All valves greater than 16-inch shall be suitable for manhole operation as indicated in the drawings, and shall come complete with extension stems, manhole stem support brackets and other appurtenances indicated on the drawings. D. Shaft: 1. The valve keys, dowel pins, or tape pins used for attaching the valve shaft to the valve disk shall be Type 304 or 316 stainless steel or equivalent corrosion resistant material. Shaft shall be a round, solid piece of Type 304 or 306 stainless steel. All portions of the shaft bearings shall be stainless steel, bronze, nylon or fiberglass and Teflon in accordance with AWWA C504. Self-lubricating corrosion resistant sleeve type bearings shall be used. 2. Shaft bearings shall be contained in the valve body integral hubs. The valve assembly shall be furnished with thrust bearing(s) designed to center the disc in the body at all times and absorb thrust forces. E. Seats: Seats shall be Buna-N synthetic elastomer, or natural rubber mechanically secured to the body or disc, designed to provide tight shutoff at the specified pressure and under tests required by AWWA C504. The seat may be on the disc edge or in the valve body. They shall be capable of complete replacement in the field. The seat -mating surface shall be 300 Series stainless steel as a minimum. All nuts, screws, clamps, retaining ring used shall be 304 or 316 stainless steel, and shall securely hold from loosening from vibration or cavitational effects. F. Disc: Valve disc shall seat in a position of 90 degrees to the pipe axis and shall rotate 90 degrees between full open "and tight closed position. Valves shall be installed with valve shafts horizontal, unless indicated otherwise on the Plans. The butterfly valve disc shall provide a full 360-degree seating surface uninterrupted by shaft holes. Disc shall be constructed of ASTM A536, Grade 65-45-12 ductile iron. There shall be no external ribs transverse to the flow. G. Coating: Internal and External painting shall be as specified AWWA C504. 01276508 PIPE VALVES AND FITTING MATERIALS FOR 02610 —13 04/ 10 POTABLE WATER PIPELINES H. Affidavit of Compliance: An affidavit of compliance as specified in Section 1.7 of AWWA C504 shall be furnished during the submittal phase prior to approval of the valves. Certified drawings and material specifications shall be furnished by the manufacturer through the Contractor covering all items included in Section 1.4 and 1.5 of AWWA C504. Manufacture of valves to be furnished shall commence only after the certified drawings have been accepted by the Engineer. 3.10 COMBINATION AIR VALVES A. General: Combination air valves shall be of the single housing style that combines the operating features of both air/vacuum and air release valves. The air/vacuum portion shall automatically exhaust large quantities of air during the filling of aline and allow air to re- enter when the internal pressure of the pipeline nears a vacuum. The air release mechanism shall automatically release small quantities of air from the pipeline when the line is in service. The valves shall be rated for a pressure class of 150 psi with a surge allowance of 100 psi. The valves shall be installed based on the size and locations shown on the drawings. Valve inlets and outlets shall have ANSI Class 125 flanged connections. Valves shall be by VAL-MATIC or approved equal. B. Materials: The body cover and baffle shall be of cast iron. The float and all other wetted trim shall be of stainless steel with the seat being BUNA-N and the adjustable orifice button being constructed of Viton. See Combination Air Valve Schedule Table at the end of this section for sizes corresponding to the valve designations on the drawings. 3.11 VALVE BOXES A. All Valves installed underground that are 16" diameter and less shall be provided with a valve box accurately set over the operating nut. Valve boxes shall be of cast iron, complete with cover, and shall be of extension type with screw -or -slide type adjustment and flared base suitable for the particular valve on which it is installed. All valve boxes shall have a dirt stopper installed under the cover as manufactured by J.C. Utility or approved equal. 3.12 THRUST RESTRAINT A. All underground pressure piping 12" diameter and less shall be provided with both mechanically restrained joints and concrete thrust blocking at all changes in direction and at the locations of valves, fittings, service stub -outs, and dead -ends in accordance with the drawing details. Restrained joints shall be used at every joint for pressure piping 16" diameter and larger. All pressure pipelines installed within casings shall have restrained joints throughout the entire length of casing plus a minimum of one additional joint length on both sides of casing. For specially fabricated pipe such as steel pipe and bar -wrapped concrete cylinder pipe, restrained length calculations from the manufacturer shall be submitted to the Engineer for review and approval, prior to pipe fabrication. Restrained lengths shall be designed to withstand 1.5 x (rated working pressure of the pipeline); and shall be designed for the configuration and earth loads indicated on the drawings. 01276508 PIPE VALVES AND FITTING MATERIALS FOR 02610 —14 04/10 POTABLE WATER PIPELINES COMBINATION AIR VALVE SCHEDULE TABLE Name Inlet Size (in) Outlet Size (in) Model No. AV-1 6 1 1065/38 AV-2 6 1 1065/38 AV-3 6 1 1085/38 AV4 8 1 1065/38 AV-5 6 1 "1065/38" AV-6 6 1 "1065/38" AV-7 6 1 "1065/38" AV-8 1 6 1 "1065/38" AV-9 1 6 1 "1065/38" END OF SECTION 01276508 PIPE VALVES AND FITTING MATERIALS FOR 02610 — 15 i 04/10 POTABLE WATER PIPELINES SECTION 02704 PIPELINE PRESSURE AND LEAKAGE TESTING PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1— General Requirements apply to work of this section. 1.2 SCOPE A. This section covers field hydrostatic pressure and leakage testing of piping. The term "piping" shall be used in this section to refer to piping systems, pipelines, or sections thereof. B. Testing of other piping is covered in the Sewer Pipe Installation and Testing section and Miscellaneous Piping and Accessories Installation section. Cleaning and disinfection of piping is covered in another section if required. 1.3 GENERAL A. Unless otherwise specified, testing of piping .shall be completed prior to final cleaning and disinfection. B. Contractor shall notify federal, state, and local regulatory agencies to determine if any special procedures or pennits are required for disposal of water used for pressure and leakage testing and to identify acceptable locations for disposal of the water. All requirements and costs associated with notifications and obtaining any discharge permit or approvals shall be responsibility of Contractor. C. Engineer or Engineer's representative shall be present during testing and shall be notified of the time and place of testing at least 3 days prior to commencement of the work. All work shall be performed to the satisfaction of Engineer. 1.4 TESTING SCHEDULE AND PROCEDURE A. A testing schedule and test procedure shall be submitted to Engineer for review and acceptance not less than 21 days prior to commencement of testing. The schedule shall indicate the proposed time and sequence of testing of the piping. The testing procedure shall establish the limits of the piping to be tested, the positions of all valves during testing, the locations of temporary bulkheads, and all procedures to be followed in performing the testing. 1.5 SPECIAL TESTING REQUIREMENTS A. Special testing requirements include the following: B. Unless otherwise acceptable to Engineer, the general sequence of work for each pipeline, or valved or bulkheaded section thereof, shall be as follows: 1. Initial flushing and cleaning of pipeline. 2. Filling pipeline. 01276508 PIPELINE PRESSURE AND LEAKAGE TESTING 02704 - 1 04/10 3. Hydrostatic pressure and leakage testing to the pressure class of pipe. 4. Disinfection. 5. Final cleaning, flushing, and neutralization of heavily chlorinated water. 6. Bacteriological tests. C. Unless otherwise acceptable, during testing of the pipeline, all valves, except for the auxiliary hydrant valve, shall be in the open position. D. Unless otherwise acceptable, temporary bulkheads shall be provided during testing so that the test pressures are not applied to existing or new valves and hydrants, or to existing water lines, or to any portion of water lines installed under this Contract that have already been put into service. E. A temporary pressure gauge shall be installed at each end of the limits of the pipeline to be tested. F. The tests shall be conducted before connections are made to existing water lines, or to any portion of water lines installed under this Contract that have already been put into service. G. All auxiliary hydrant valves shall be closed during pressure testing so that the test pressure is not applied to the hydrant valves. H. Unless otherwise acceptable, upon completion of testing and disinfection, connections made to existing water lines or to any portion that has been put into service of new water lines installed under this Contract, shall be visually inspected for leakage after placing the water line into service and before backfilling the connection. I. If testing is permitted against a butterfly valve, the maximum differential test pressure across the valve seat (gate) in the closed position shall be 150 psi on Class 150B butterfly valves and 250 psi on Class 250 butterfly valves. 1.6 WATER A. Water for testing shall be furnished as stipulated in the Temporary Facilities section. As a conservation measure, the water shall be collected for reuse in subsequent testing. Following completion of testing, the water shall be disposed of in a manner acceptable to Engineer. Unless otherwise permitted, the water shall be kept out of the remainder of the Pi ing- PART 2 - PRODUCTS 2.1 TEST EQUIPMENT A. All necessary connections between the piping to be tested and the water source, together with pumping equipment, water meter, pressure gauges, and all other equipment, materials, and facilities required to perform the specified tests, shall be provided. All required flanges, valves, bulkheads, bracing, blocking, and other sectionalizing devices shall also be provided. All temporary sectionalizing devices shall be removed upon completion of testing. Vents shall be provided in test bulkheads where necessary to expel air from the piping to be tested. B. Test pressures shall be applied by means of a force pump sized to produce and maintain the required pressure without interruption during the test. C. Water meters and pressure gauges shall be accurately calibrated and shall be subject to review and acceptance by Engineer. 01276508 PIPELINE PRESSURE AND LEAKAGE TESTING 02704 - 2 04/10 D. Permanent gauge connections shall be installed at each location where test gauges are connected to the piping during the required tests. Drilling and tapping of pipe walls will not be permitted. Upon completion of testing, each gauge connection shall be fitted with a removable plug or cap acceptable to Engineer. PART 3 - EXECUTION 3.1 FILLING AND VENTING A. Before filling the piping with water, care shall be taken to ensure that all air release valves and other venting devices are properly installed and in the open position. Hand -operated vent valves shall not be closed until an uninterrupted stream of water is flowing from each valve. The rate of filling the piping with water must not exceed the venting capacity of the installed air vent valves and devices. 3.2 BLOCKING AND BACKFILLING A. Piping shall be adequately blocked, anchored, and supported before the test pressure is applied. Underground piping shall be tested before the joints are covered as identified in the pipeline schedule. 3.3 PRESSURE TESTING A. After the piping to be tested has been filled with water, the test pressure shall be applied and maintained without interruption within plus or minus 5 psi of test pressure for 4 hours plus any additional time required for Engineer to examine all piping being tested and for Contractor to locate any defective joints and pipe materials. The test pressure shall be in accordance with the requirements specified for pipeline or plant piping. B. Pipeline Test Pressure 1. Piping shall be subjected to a hydrostatic test pressure equivalent to the pressure class of the pipe. 3.4 PIPELINE LEAKAGE TESTING A. Following completion of pressure testing and acceptance by Engineer, the pipeline piping shall be subjected to a leakage test. The duration of the leakage test shall be 2 hours plus the additional time required for Engineer to make an accurate determination of leakage. B. Leakage Test Pressure 1. The hydrostatic pressure maintained during the leakage test shall be at least 75 percent, but not more than 100 percent, of the pressure specified for pressure testing of the piping and shall be maintained within plus or minus 5 psi [35 kPa] during the entire time that leakage measurements are being performed. C. Leakage Measurement 1. Measurement of leakage shall not be attempted until all trapped air has been vented and a constant test pressure has been established. After the pressure has stabilized, piping leakage shall be measured with a suitable water meter installed in the pressure piping on the discharge side of the force pump. D. Allowable Leakage 1. The term "leakage", as used herein, refers to the total amount of water which must be introduced into the piping during the leakage test to maintain the test pressure. 01276508 PIPELINE PRESSURE AND LEAKAGE TESTING 02704 - 3 04/ 10 2. No piping will be accepted if and while it exhibits a leakage rate in excess of that determined by the indicated formulas: Q = 0.0075 DLN (using inch -pound units) Where Q = allowable leakage in gallons per hour D = nominal diameter of pipe in inches L = length of section tested in thousand feet N = square root of average test pressure in pounds per square inch Q = 1.4 x 10-6 DLN (using SI units) Where Q = allowable leakage in liters per hour D = nominal diameter of pipe in millimeters L = length of section tested in meters N = square root of average test pressure in kilopascals E. Whenever the piping to be tested contains pipe of different diameters, the allowable leakage shall be calculated separately for each diameter and the corresponding length of piping. The resulting allowable leakage rates shall be added to obtain the total allowable leakage for the entire piping. F. All joints in piping shall be watertight and free from visible leaks during the leakage test. Each leak which is discovered within the correction period stipulated in the General Conditions shall be repaired by and at the expense of Contractor regardless of the amount that the total leakage may have been below the specified allowable leakage rate during the leakage test. G. If the leakage test indicates a higher than allowable leakage rate, Contractor shall locate and repair leaking joints and other defective work to the extent necessary to reduce the leakage to an acceptable value. END OF SECTION 01276508 PIPELINE PRESSURE AND LEAKAGE TESTING 02704 - 4 04/10 SECTION 02710 FLEXIBLE BASE I` PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. Foundation course for surface course or other base courses. 1.3 RELATED SECTIONS A. Section 02742 — Dense -graded Hot -Mix Asphalt (Method). 1.4 REFERENCES A. TxDOT - 101E - Preparation of Soil and Flexible Base Material for Testing. B. TxDOT - 171-E - Triaxial Compression Tests for Disturbed Soils and Base Materials. 1.5 QUALITY ASSURANCE A. Obtain materials from same source throughout. 1.6 REGULATOR REQUIREMENTS A. Conform to applicable local code for paving work. 1.7 TESTS A. Testing and analysis for fill materials shall be as specified herein. 1.8 SUBMITTALS A. Submit all products information and quality testing results or as directed by the Engineer. PART 2 - PRODUCTS 2.1 MATERIALS A. The materials shall be crushed or uncrushed as necessary to meet the requirements specified, and shall consist of durable coarse aggregate particles mixed with approved binding materials. The materials shall be approved by the Engineer at the source. All acceptance and quality - testing shall be performed prior to the materials being delivered to the project. Contractor has f y__ the option of submitting any of the base types specified for engineer review and approval. `l_ ; 01276508 FLEXIBLE BASE 02710 - 1 04/10 1, 2.2 RECLAIMED FLEXIBLE BASE A. Contractor shall use Bomag machine to mill (existing) pavement sections to a depth of 7 inches. Contractor to process material to meet the following gradation requirements: Retained 1-3/4" sieve Retained on No. 4 sieve Retained on No. 40 sieve 0% 45 to 75% 50 to 85% Material passing the No 40 sieve shall be known as "Soil Binder" and shall meet the following requirements when prepared in accordance with TxDOT Test Method TxDOT - 101E procedure: The liquid limit shall not exceed 35 The plasticity index shall not exceed 12 The linear shrinkage shall not exceed 2% The wet ball mill value shall not exceed 50 Contractor shall process 6% Portland cement by weight to processed "reclaimed" flexible base at optimum moisture prior to placement. PART 3 - EXECUTION 3.1 CONSTRUCTION METHODS A. Subgrade Preparation: The subgrade shall be excavated and shaped in conformity with the typical sections shown on plans and to the lines and grades as established by the Engineer (Contractor to match existing grade of pavement unless otherwise directed by Engineer). All unstable or otherwise objectionable material shall be removed from the subgrade and replaced with approved material. All holes, ruts, and depressions shall be filled with approved material, and if required, the subgrade shall be thoroughly wetted with water and reshaped and rolled to the extent directed in order to place the subgrade in an acceptable condition to receive the base material. The surface of the subgrade shall be finished to line and grade as established and in conformity with the typical section shown on plans, and any deviation in excess of one-half inch (1/4") in cross sections and in a length of sixteen feet (16) measured longitudinally shall be corrected by loosening, adding or removing material, reshaping and recompacting by sprinkling and rolling. Sufficient subgrade shall be prepared in advance to insure satisfactory prosecution of the work. Material excavated in the preparation of the subgrade shall be utilized in the construction of slopes or otherwise disposed of as directed, and any additional material required for the completion of the slopes shall be secured from sources indicated on plans or designated by the Engineer. B. No base material is to be laid upon frozen subgrade. The condition of the subgrade shall be approved by the Engineer prior to placing of base material. 01276508 FLEXIBLE BASE 02710 - 2 04/10 4 i 1 3.2 PLACEMENT OF BASE COURSE A. Immediately prior to placing of the base material, the subgrade shall be checked for conformity with grade and section. The material shall be processed from the milling machine with 6% Portland cement at optimum moisture. Material deposited upon the subgrade shall be spread and shaped the same day. In the event inclement weather or other unforeseen circumstances render impractical the spreading of the material during the first twenty-four (24) hour period, the material shall be scarified and spread as directed by the Engineer. The material shall be sprinkled, if directed, and shall be bladed, processed, and shaped to conform to typical sections as shown on plans. All areas and "nests" of segregated coarse or fine material shall be corrected or removed and replaced with well -graded material. If additional material is considered desirable or necessary after the material is spread and shaped, it shall be furnished and applied in the amount directed by the Engineer. B. The course shall be sprinkled as required and compacted to the extent necessary to provide not less than the 98% Modified Proctor density, as defined by ASTM D 1557, latest revision. The moisture content shall not vary more than one (1) percent from optimum moisture content. In addition to the requirements specified for density, the full depth of flexible base shown on the plans shall be compacted to the extent necessary to remain firm and stable under construction equipment. After each section of flexible base is completed, tests as necessary will be made by the Engineer. If the material fails to meet the density requirements, it shall be reworked as necessary to meet these requirements. In no event will the density be less than 98% of Modified Proctor. Throughout this entire operation, the shape of the course shall be maintained by blading, and the surface upon completion shall be smooth and in conformity with the typical sections shown on the plans and to the established lines and grades. In that area on which pavement is to be placed, any deviation in excess of one-fourth inch (1/4") in cross section, and in a length of sixteen feet (16') measured longitudinally shall be corrected by loosening, adding or removing material, reshaping and recompacting by sprinkling and rolling. All irregularities, depressions, or weak spots which develop shall be corrected immediately by scarifying the areas affected, adding suitable material as required, reshaping and recompacting by sprinkling and rolling. Should the base course, due to any reason or cause, lose the required stability, density, or finish before the surfacing is complete, it shall be recompacted and refinished at the Contractor's expense. 1. Addition to Existing Flexible Base: Any required additional base materialthat is to be added to an existing flexible base to conform with the typical sections shown on the plans and to the lines and grades, as established by the Engineer, shall be properly bonded to the existing base and fine graded to the proper section. END OF SECTION I� 01276508 FLEXIBLE BASE 02710 - 3 04/10 No Text SECTION 02730 PIPE INSTALLATION PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. The pipe, fittings, and accessories shall be inspected upon delivery and during the progress of the work. Any material found to be defective will be rejected by the Engineer and the Contractor shall remove such defective material from the site of the work. B. The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material found to be defective in manufacture or damaged after delivery. C. All pipe, fittings, and other accessories shall, unless otherwise authorized, be unloaded at the point of delivery, hauled to and distributed at the site of the work by the Contractor. In loading and unloading, the materials shall be lifted by hoists with slings, slid, or rolled on skidways, in such manner as to avoid shock or damage to the materials. Under no circumstances shall the materials be dropped. Pipe handled on skidways must not be skidded or rolled against pipe already on the ground. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 PIPE BEDDING A. Pipe bedding and classes of bedding conditions shall be as indicated on the plans and as specified herein. 3.2 CLASS A A. Class A bedding condition pertains to the installation of all diameters of PVC, Ductile Iron Bar -Wrapped Concrete Steel Cylinder and Steel pipe. For Class A bedding condition, the bedding material shall consist of granular embedment that conforms to the following physical characteristics: Sieve Size (Square Openings) Percent Passing by Weight 3/8 inch 100 No. 200 0 - 12 01276508\— PIPE INSTALLATION 02730 - 1 04/10 B. The granular bedding material shall be non -plastic as determined in accordance with ASTM D 4318. Bedding material shall be placed from 6" below the pipe to 12" above the pipe in 8" lifts and compacted to 98% ASTM D-1557 with appropriate compaction equipment. No backfill material larger than 3/4-inch shall be allowed from bottom of trench to 12" above the pipe. C. If! f the native material excavated from the trench is unsuitable for subsequent pipe backfill aterial above the bedding material, or the required compaction is unattainable for the particular spoil backfill material, the Contractor shall, at his expense, import select material to be mixed with or used in place of the spoil material. Select material shall meet the requirements for Class A. 3.3 PIPE INSTALLATION IN TRENCH A. After the trench has been excavated and the pipe bed properly fine graded, the pipe shall be laid in accordance with manufacturer's recommendations and the following specifications. Each length of pipe shall be inspected for defects immediately before it is laid. Any defective pipe which has been damaged by mishandling or any other cause shall be replaced with satisfactory pipe by the Contractor at his expense. B. Pipe shall be laid true to line and to a uniform grade with no sharp changes in grade. All pipe shall rest on the bottom of the trench or upon the prepared bedding throughout the length of the pipe and bell holes shall be provided, where required, to assure this. All pipe shall be laid true to the lines and depths shown on the plans. Any pipe which is not in true alignment or shows any undue settlement after laying shall be taken up and re-laid at the CONTRACTOR's expense. C. Pipes shall be clean inside before they are joined and shall be maintained free of water, soil, and all other foreign matter. All openings to the pipe shall be closed by suitable means at all times except as the actual progress of the work may require the pipe to be open. D. The work shall be watertight at all joints and any leaks or defects shall be immediately repaired. Any pipe which has been disturbed for any cause after being laid in its final position shall be taken up, the joint cleaned and the pipe properly re-laid. E. The Contractor shall furnish a pipe inspection vehicle, adequate lighting and ventilation for inspection of the pipe. F. The Contractor shall make provisions to not drop the bedding material directly on the pipe. 3.4 SPECIAL PROVISIONS FOR STEEL PIPE A. Contractor shall strictly adhere to manufacturer recommendations for installation of flexible coated steel pipe and the specifications herein. B. Support stulls inside pipe shall remain in place until backfill is complete. C. Just before each joint is lowered into the trench it is to be inspected and the coating "jeeped" for holidays (holiday testing). All holidays are to be repaired before pipe is lowered into the trench. 3.5 CONFINED ENTRY SAFETY PLAN A. The Contractor shall submit its safety plan for entering confined spaces. This plan shall include, not only an adequate ventilation system that is to be provided by the Contractor, a but shall also take into account the OSHA entry permit requirements for confined space 01276508 PIPE INSTALLATION 02730 - 2 04/10 �_1 entry.. Contractor responsible to provide air monitoring in accordance with OSHA confined entry requirements. B. The Contractor shall have this plan available to all personnel entering the pipe. It is anticipated that the ventilation system will utilize the manhole access openings and open ends of the pipe to facilitate air movement. It is the Contractor's responsibility to make adequate provisions to furnish ventilation that meets the OSHA requirements. If features are needed in order to provide an adequate ventilation system other than manhole access openings and open ends of the pipe, it is the Contractor's responsibility to provide the additional manway openings or other features that he deems necessary, and include any cost in his bid price. C. These procedures apply to all pipe where work is performed on the interior of the pipe that requires personnel to enter the interior of the pipe in the performance of the work and inspection. D. The Contractor shall furnish watertight plugs for the pipe ends and/or other openings as may be required. These plugs shall be installed and maintained by the Contractor; during non -work hours, nighttime, weekends, and non -pipe laying operations, at each location where the pipe is being installed. The Contractor shall provide the temporary plugs for all pipe openings that would normally be left open during construction. The information on the proposed plugs to be furnished for use on the project shall be included as part of the information submitted for the pipe to be furnished on the project. At the completion of the work, the Contractor shall turn the plugs over to the Owner. 3.6 PIPE INSTALLATION IN CASING A. Pipe installation in casing shall be in accordance with the recommendation of the pipe manufacturer, the details on the plans and as specified herein. 3.7 HANDLING CASING PIPE A. All casing pipe delivered to the job site shall be unloaded at the point of delivery. The Contractor shall haul the materials to the site of the work, and the materials shall be distributed by the Contractor, unless otherwise specified. In loading and unloading, the casing pipe shall be lifted by hoists with slings or slid or rolled on skidways in such manner as to avoid shock or damage to them. Under no circumstances shall the materials be dropped. Casing pipe handled on skidways must not be skidded or rolled against casing pipe already on the ground. The material shall be handled to avoid damage, and any damage caused to the material shall be repaired by the Contractor at his own expense. 3.8 WELDING PROCEDURES FOR CASING PIPE A. Procedures for welding casing pipe joints shall be established in accordance with the requirements of the American Petroleum Institute, API Standard 1104, 17th Edition, September, 1988 Section 2 -Qualification of Welding Procedures for Welds Containing Filler -Metal Additives, Paragraphs 2.1 through 2.6. B. Qualifications of Welders: All welding of casing pipe on this project shall be performed by welders who have been qualified in accordance with the requirements of API Standard 1104, 17th Edition, September, 1988, Section 3 - Qualifications of Welders, Paragraphs 3.1, 3.2, 3.4, 3.6, 3.7 and 3.8. C. Welding of Casing Pipe: All design and preparation of casing pipe joints and all production welding of casing pipe joints shall meet the requirements of API Standard 1104, 17th 01276508 PIPE INSTALLATION 02730 - 3 04/10 3.9 Edition, September, 1988, Section 4 - Design and Preparation of a Joint for Production Welding, Paragraphs 4.1 through 4.11. D. Inspection and Testing of Welds: 1. All production welds shall be inspected and tested by the Engineer. It shall be the responsibility of the Contractor to notify the Engineer sufficiently in advance of performing any welding work for the Engineer to prepare for the inspection and testing. The Contractor shall provide the Engineer's inspector with free access to the work to be inspected, and he shall also provide the inspector with reasonable facilities and space for inspecting, testing, and obtaining information relative to the materials used and the progress and condition of the work. 2. The inspection and testing of welds shall be performed by visual examination in accordance with API Standard 1104, 17th Edition, September, 1988, Section 5 - Inspection and Testing of Production Welds, Paragraphs 5.1 through 5.4 and Section 8 - Procedures for Nondestructive Testing, Paragraph 8.1. 3. Inspection of the work by the Engineer shall not relieve the Contractor of the responsibility for the quality of all welding performed or for performing the work as specified. E. Acceptance Standards: The Engineer shall accept or reject any production weld in accordance with the criteria of API Standard 1104, 17th Edition, September, 1988, Section 6 - Acceptance Standards for Nondestructive Testing, Paragraph 6.1, 6.2, 6.3, and 6.7. F. Defective Welds: Any welds which inspection has determined to be defective shall be repaired or removed in accordance with the requirements of API Standard 1104, 17th Edition, September, 1988, Section 7 - Repair and Removal of Defects, Paragraphs 7.1 and 7.2. CASING PIPE CUTTING A. Casing pipe cutting, where indicated on the drawings or where approved or authorized by the Engineer, shall be performed without damaging the casing pipe. The cutting shall be carried out by means of an approved type of mechanical cutter. Wheel cutters shall be used where practicable. 3.10 INSTALLATION OF CASING OR TUNNEL LINER PLATE A. Casing or tunnel liner plate shall be installed in accordance with SECTION 02300 — JACKING/ BORING/ TUNNELING. 3.11 INSTALLATION OF CARRIER PIPE IN TUNNEL AND OR CASING PIPE A. After the casing or tunnel liner has been installed and accepted by the Engineer the carrier pipe shall be installed in the casing or tunnel liner in accordance with the recommendations of the pipe manufacturers and as specified herein. During the entire installation the carrier pipe shall be level and centered in the casing pipe. B. After installation of the carrier pipe through the casing or tunnel liner, the annulus between the carrier pipe and casing pipe or liner plate shall be filled with grout and the ends shall be sealed to prevent water or other material from entering the casing or liner plate. C. Casing insulators with glass reinforced plastic runners shall be firmly attached to the carrier pipe according to the recommendations of the insulator manufacturer prior to 01276508 PIPE INSTALLATION 02730 - 4 04/10 r� }R installing the carrier pipe in the casing or liner plate. The insulators shall be spaced so that ' an insulator is located a maximum of twelve (12) inches from each side of each pipe joint, so that there is a maximum spacing of eight (8) feet between insulators, and so that one full insulator is located within six (6) inches of each end of the casing. The casing insulators shall be Model Al2G-2 as manufactured by Pipeline Seal and Insulator, Inc., or equal. The bottom of the casing pipe shall be prepared so as to ease installation of the carrier pipe by lubricating the bottom 50% of the casing with a soap compound or by other methods approved by the Engineer. The tunnel invert shall be grouted as detailed in the drawings. 3.12 CASING SEALS A. Both ends of each casing shall be sealed to prevent entrance of water or other material into the casing. The end seals shall be appropriate for the size and type of carrier pipe and casing. The end seals shall be by Pipeline Seal Insulator, Inc. standard pull -on Model S, or approve equal. The carrier pipe penetration through the end seals of the liner plate shall be fully wrapped with Ram-Nek or equal for the full width of penetration. 3.13 UTILITY RELOCATIONS A. Water and Sewer 1. Existing water and sewer lines shall remain in service at all times during �l construction, unless otherwise noted on the plans. Existing utilities that will be exposed during construction shall be shored or otherwise supported so that no damage occurs to the exposed lines. If leaks develop in any existing, exposed, water or sewer lines, those leaks shall be repaired immediately by the Contractor at no additional expense to the Owner. The Contractor shall not interrupt the service or function or disturb the support of any utility without written authority from the particular utility owner. Where protection is required to ensure support of utilities, the Contractor shall place and provide the necessary protection and all cost associated with such shall be included in the unit price bid for the various sewer line items, unless a specific bid item is stated. 2. Any existing lines which will require relocation by the Contractor, shall be relocated in accordance with these specifications. 3. All temporary or permanent relocation, and alteration of utilities requested by the Contractor for his convenience shall be his responsibility and the Contractor shall make all arrangements and bear all associated costs. The Contractor shall be responsible for the bypassing of any existing sewer mains required for the installation of the pipeline. B. Submittal of By -Pass Plans 1. A by-pass plan for any and all utilities shall be submitted to the Engineer for review and approval 21 calendar days prior to the planned by-pass. Submittal shall include: J the time the by-pass is planned; how it will be accomplished; materials to be used; contractor support personnel and equipment to be used for the by-pass; contractor contact during by-pass; time required for the by-pass; time of day the by-pass will IJ be conducted; interruption time (if any); by-pass close down procedures; testing of bypass and disinfection procedures for water lines if applicable. C. Submittal of Tie -In Plans 1. Plans for tie-ins of new facilities to existing facilities or to other new facilities shall be submitted to the Engineer for review and approval 7 calendar days prior to the 01276508 PIPE INSTALLATION 02730 - 5 04/10 �t ' i planned work. The plans shall include the time when the work will be performed; the methods and materials to be used; any interruption of service time required; and the testing and disinfection procedures to be followed, where applicable. i D. Sewer and Potable Water Separation 1. When installed parallel to existing potable water lines, sewer lines shall be separated from the potable water lines by a distance of at least nine (9) feet. Where j the nine foot separation distance cannot be achieved the following separation requirements shall be observed: - a. When installed parallel to an existing potable water line, the sewer piping shall be located lower than the potable water line with at least two (2) feet between outside diameters vertically, and at least four (4) feet between outside diameters horizontally. b. When crossing an existing potable water line, a separation of six (6) inches between outside diameters of potable and sewer lines shall be achieved. Additionally, one length of sewer pipe shall be centered on the potable water line. E. Water and Sewer Separation 1. Per requirements of the Texas Commission on Environmental Quality (TCEQ), where water and sewer lines are parallel, a minimum separation (outside -to -outside) of 9 feet shall be maintained in all directions. Sewers that parallel water lines must be installed in separate trenches. Where the nine foot separation distance cannot be achieved, the following guidelines will apply: a. The sewer need not be disturbed where a new waterline is to be installed parallel to an existing sewer that shows no evidence of leakage and the waterline is installed above the sewer a minimum of two feet vertically and four feet horizontally. Should excavation for the waterline produce evidence that the sewer is leaking, the sewer must be repaired or replaced as described in part (C). b. The sewer need not be disturbed where a new waterline is to cross over (by two feet or more) existing sewer showing no evidence of leakage. Should excavation for the waterline produce evidence that the sewer is leaking, then the sewer must be repaired or replaced as described in parts (D) or (E). C. Where a sanitary sewer parallels a water line, the sewer shall be constructed of PVC meeting ASTM specifications with a pressure rating for both the pipe and joints of 150 psi. The vertical separation shall be a minimum of two feet between outside diameters and the horizontal separation shall be a minimum of four feet between outside diameters. The sewer shall be located below the water line. d. Where a sewer crosses under a water line and the sewer is constructed of L J ABS truss pipe, similar semi -rigid plastic composite pipe, clay pipe or concrete pipe with gasketed joints, a minimum two foot separation distance shall be maintained. The initial backfill shall be cement stabilized sand (two or more bags of cement per cubic yard of sand) for all sections of sewer , within nine feet of the water line. This initial backfill shall be from one quarter diameter below the centerline of the pipe to one pipe diameter (but not less than 12 inches) above the top of the pipe. e. Where a sewer crosses over a water line all portions of the sewer within nine feet of the water line shall be constructed of PVC pipe with a pressure rating of at least 150 psi using appropriate adapters. In lieu of this procedure the E 01276508 PIPE INSTALLATION 02730 - 6 04/10 ``" new conveyance may be encased in a joint of 150 psi pressure class pipe at least 18 feet long and two nominal sizes larger than the new conveyance. The space around the carrier pipe shall be supported at 5 feet intervals with spacers or be filled to the spring line with washed sand. The encasement pipe should be centered on the crossing and both ends sealed with cement grout or manufactured seal. f. Where a sanitary sewer crosses a water line and the sewer is constructed of ductile iron or PVC with a minimum pressure rating of 150 psi, an absolute minimum distance of 6 inches between outside diameters shall be maintained. In addition, the sewer shall be located below the water line where possible and one length of the sewer pipe must be centered transversely on the water line. F. Water line / manhole separation 1. Unless sanitary sewer manholes and the connecting sewer can be made watertight and tested for no leakage, they must be installed so as to provide a minimum of nine feet of horizontal clearance from an existing or proposed water line. Where the nine foot separation distance cannot be achieved, a carrier pipe as described previously in this section may be used where appropriate. G. Other Utilities 1. The facilities of utilities, such as telephone, cable television, electric power, gas, etc., have been indicated as nearly as possible on the drawings. It shall be the responsibility of the Contractor, however, to determine the locations of those, or any other facilities at the job site, and to -arrange with the respective utility owners for any necessary relocation of conflicting facilities. All utility owners shall be contacted by the Contractor so that the respective utilities can be located prior to any excavation by the Contractor. It shall be the Contractor's responsibility to coordinate all locating efforts with the utility owners and to reflect such efforts in the construction schedule. H. Water and Natural Gas Relocation and/or By -Pass: All water and/or natural gas line relocation or by-pass work shall be coordinated with the owner of the particular line being relocated or by-passed and per the requirements of the contract specifications. The design of relocated lines and by-pass lines shall be subject to the specific conditions of each location, and approval by the Engineer and the owner of the respective line. 3.14 MARKING TAPE A. Any new or relocated sewer, potable water, natural gas, buried phone, reuse water line, or other utility shall be marked by installing the appropriate marking tape in the trench. Marking tape for water and sewer shall be metallic. All other marking tape shall consist of a minimum of 4.0 mil inert polyethylene plastic. The tape shall be imprinted continuously over its entire length in permanent black ink to identify the type of line. The tape shall be 6 inches in width and colored High Visibility Safety Yellow for gas lines, High Visibility Blue for water lines, High Visibility Green for sewer lines-. B. The water line shall be marked by concurrently installing the appropriate marking tape in the trench for detection purposes. The marking tape shall be as manufactured by Alarm - Tapes, Inc., or equal. Installation in the trench shall be as recommended by the manufacturer and shown on the drawings. 01276508 PIPE INSTALLATION 02730 - 7 (( 04/10 3.15 TESTING: A. Water Lines: 1. All water lines shall be cleaned, sterilized and pressure tested. This work shall be performed by the Contractor on completed sections of lines in accordance with the procedures set forth herein. 2. The Contractor shall obtain a permit to discharge water into the City's Storm System through the Municipal Services Department Environmental Division before any water is discharged that may be needed for line disinfections (replacement of broken water mains) and / or flushing. Provide proposed dewatering locations and plan or method to be utilized. The Contractor shall provide all means and methods necessary to safely and efficiently flush the new pipeline at all low points in the line or at the most appropriate locations relative to existing City of Lubbock storm drainage facilities. This includes but is not limited to temporary ports, valves and discharge lines, as well as signage and barricades that may be needed to accomplish this work. B. Water for Testing: 1. All water within reason, which is needed for filling, flushing and testing water lines, will be furnished by the Owner to the Contractor in accordance with SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS at metered fire hydrants located along the pipeline route as water is available from existing distribution or supply systems and as approved by the Owner. Wasting of water will not be condoned and such actions may require the Owner to withdraw use of such water. The Contractor will need to develop and provide a testing and disinfection plan indicating proposed procedures to be used for filling, flushing, testing and disinfecting the pipeline. 2. The Contractor shall make provisions to provide the potable water, by tank truck or other means, to the points necessary to produce specified test pressure. 3. The Contractor shall take special care to keep the interior of all pipe clean during storing, handling, and laying operations in order to reduce the need for flushing to an absolute minimum. In addition, all open ends shall be tightly covered whenever unattended to prevent small animals and dirt from entering the pipeline after it is in place. C. Disinfection: 1. Before acceptance for operation, each unit of completed water system shall be sterilized as specified below or as prescribed by AWWA Standard C651. The unit to be sterilized shall be thoroughly flushed with water until all entrained dirt and mud have been removed before introducing the chlorinating material. The chlorinating material shall be either liquid chlorine conforming to AWWA B-301 or hypochlorite conforming to AWWA B-300. The chlorinating material shall provide a dosage of not less than 50 parts per million and shall be introduced into the water line in an approved manner. The treated water shall be retained in the pipe long enough to destroy all non -spore -forming bacteria. Except where a shorter period is approved, the retention time shall be at least 24 hours and shall produce not less than 10 p.p.m. of chlorine at the extreme end of the line at the end of the retention period. All valves on the lines being sterilized shall be opened and closed several times during the contact period. 2. After sterilization, water mains shall be drained or flushed and before being put into service shall be sampled (BY CONTRACTOR) for bacteriological analysis in 01276508 PIPE INSTALLATION 02730 - 8 04/10 accordance with AWWA C651 and Department of Health Standards. Samples shall only be taken before 3:00 P.M. between Monday and Thursday. If the pipeline does not pass the bacteriological analysis Contractor shall be required to re -sterilize and re -test until it does pass, at no additional cost to the Owner. The Contractor shall provide the necessary means for draining and for disposing of the water, at -- Contractor's expense. Disposing of water shall be done in a manner and at a time not to inconvenience the public. The Contractor must obtain and pay for a discharge permit from Municipal Services prior to discharging or flushing testing water into City drainage structures or street ROW. ` D. Hydrostatic Pressure Testing: t--- 1. All valves shall be checked for proper operation, and the completed section of pipeline shall be subjected to a hydrostatic pressure and leakage test. After completion of each valved section and following the filling and disinfection of the section, the system shall be subjected to this test. The meter, pressure gauges, .. pump, small piping and hose connections, and all labor necessary for conducting the test, shall be furnished by the Contractor. The test procedure shall be as follows: j 2. After the section of pipeline has been filled, water shall be pumped into the section and the pressure raised to 150 psi. Where Bar Wrapped Concrete Cylinder Pipe is used, fill the pipeline with water and let stand for a 24 hour period prior to the start of the hydrostatic test. This test pressure shall be maintained for a period of at least two (2) hours. The water required to maintain this pressure shall be delivered into i the pipe through a water meter. The total leakage is defined as the amount of water registered on the meter at the end of the two-hour test period. The test pressure shall not vary plus or minus 5 psi for the duration of the test, if it does the test shall be repeated until this criteria is met. Should this leakage exceed the allowable C. amount, as specified herein, the Contractor shall make such repairs as may be required until the actual leakage, as determined by succeeding tests, is not greater than the allowable as determined by the formula: L_ S D J. 14KOOO in which: L = Allowable Leakage in gallons/hour. S = Length of pipe tested, in feet. D = Inside diameter of pipe in inches. P = Average test pressure during the test, in pounds per square inch, gage; determined by computing the weighted average of actual pressures on various portions of the section. 3. After all sections of the pipeline have been pressure tested, as described above, all valves shall be closed and the line left full of the water for disinfection and testing. All testing of all lines, is to be done in the presence of the Engineer. The Contractor shall provide a log outlining the stationing, date and time of pressure test and above criteria for submittal to the Owner through the Engineer. END OF SECTION T - 01276508 PIPE INSTALLATION 02730 9 04/10 — . ...... ... . _r F ; —lIr —11-11111-1�nw( I --" I --- I' -- --- SECTION 02742 DENSE -GRADED HOT -MIX ASPHALT (METHOD) PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to the work of this Section. 1Rr• 311TiTJ A. This Section includes construction of a pavement layer composed of a compacted, dense - graded mixture of aggregate and asphalt binder mixed hot in a mixing plant. PART 2 - PRODUCTS 2.1 MATERIALS Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. Notify the Engineer of all material sources. Notify the Engineer before changing any material source or formulation. When the Contractor makes a source or formulation change, the Engineer will verify that the requirements of this Item are met and may require a new laboratory mixture design, trial batch, or both. The Engineer may sample and test project materials at any time during the project to verify compliance. A. Aggregate: Furnish aggregates from sources that conform to the requirements shown in Table 1, and as specified in this Section, unless otherwise shown on the plans. Provide aggregate stockpiles that meet the definition in this Section for either coarse aggregate or fine aggregate. When reclaimed asphalt pavement (RAP) is allowed by plan note, provide RAP stockpiles in accordance with this Section. Aggregate from RAP is not required to meet Table 1 requirements unless otherwise shown on the plans. Supply mechanically crushed gravel or stone aggregates that meet the definitions in Tex-100-E. The Engineer will designate the plant or the quarry as the sampling location. Samples must be from materials produced for the project. Establish the surface aggregate classification (SAC) and perform Los Angeles abrasion, magnesium sulfate soundness, and Micro-Deval tests. Perform all other aggregate quality tests listed in Table 1. Document all test results on the mixture design report. The Engineer may perform tests on independent or split samples to verify Contractor test results. Stockpile aggregates for each source and type separately. Determine aggregate gradations for mixture design and production testing based on the washed sieve analysis given in Tex-200-F, Part H. Do not add material to an approved stockpile from sources that do not meet the aggregate quality requirements of TxDOT's Bituminous Rated Source Quality Catalog (BRSQC) unless otherwise approved. 1. Coarse Aggregate. Coarse aggregate stockpiles must have no more than 20% material passing the No. 8 sieve. Provide aggregates from sources listed in the BRSQC. Provide aggregate from nonlisted sources only when tested and approved before use. L.J 01276508 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 1 04/10 Provide coarse aggregate with at least the minimum SAC shown on the plans. SAC requirements apply only to aggregates used on the surface of travel lanes, unless otherwise shown on the plans. The SAC for sources on TxDOT's AQMP is listed in the BRSQC. Class B aggregate meeting all other requirements in Table 1 may be blended with a Class A aggregate in order to meet requirements for Class A materials. When blending Class A and B aggregates to meet a Class A requirement, ensure that at least 50% by weight of the material retained on the No. 4 sieve comes from the Class A aggregate source. Blend by volume if the bulk specific gravities of the Class A and B aggregates differ by more than 0.300. When blending, do not use Class C or D aggregates. For blending purposes, coarse aggregate from RAP will be considered as Class B aggregate. 2. RAP. RAP is salvaged, nulled, pulverized, broken, or crushed asphalt pavement. Crush or break RAP so that 100% of the particles pass the 2-in. sieve. RAP from either Contractor- or other sources, including RAP generated during the project, is permitted only when shown on the plans. Owner -owned RAP, if allowed for use, will be available at the location shown on the plans. When RAP is used, determine asphalt content and gradation for mixture design purposes. Perform other tests on RAP when shown on the plans. When RAP is allowed by plan note, use no more than 30% RAP in Type A or B mixtures unless otherwise shown on the plans. For all other mixtures, use no more than 20% RAP unless otherwise shown on the plans. Do not use RAP contaminated with dirt or other objectionable materials. Do not use the RAP if the decantation value exceeds 5% and the plasticity index is greater than 8. Test the stockpiled RAP for decantation in accordance with the laboratory method given in Tex-406-A, Part I. Determine the plasticity index using Tex-106-E if the decantation value exceeds 5%. The decantation and plasticity index requirements do not apply to RAP samples with asphalt removed by extraction. Do not intermingle Contractor -owned RAP stockpiles with other RAP stockpiles. Remove unused Contractor -owned RAP material from the project site upon completion of the project. Return unused Owner -owned RAP to the designated stockpile location. 3. Fine Aggregate. Fine aggregates consist of manufactured sands, screenings, and f field sands. Fine aggregate stockpiles must meet the gradation requirements in Table 2. Supply fine aggregates that are free from organic impurities. The Engineer may test the fine aggregate in accordance with Tex-408-A to verify the material is free ,§ from organic impurities. At most 15% of the total aggregate may be field sand or other uncrushed fine aggregate. With the exception of field sand, use fine aggregate from coarse aggregate sources that meet the requirements shown in Table 1, unless otherwise approved. 01276508 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 2 04/10 �l C� If 10% or more of the stockpile is retained on the No. 4 sieve, test the stockpile and verify that it meets the requirements in Table 1 for coarse aggregate angularity (Tex-460-A) and flat and elongated particles (Tex-280-F). Table 1 _ . I Proaertv I Test Method I Reauirement Course Aggregate SAC AQMP As shown on plans Deleterious material, %, max Tex-217-F, Part I 1.5 Decantation, %, max Tex-217-F, Part II 1.5 Micro-Deval abrasion, %, max Tex-461-A Note 1 Los Angeles abrasion, %, max Tex-410-A 40 Magnesium sulfate soundness, 5 cycles, %, max Tex-411-A 30 Coarse aggregate angularity, 2 crushed faces, %, min Tex 460-A, Part I 85 Flat and elongated particles @ 5:1, %, max Tex-280-F 10 Fine 1. Not used for acceptance purposes. Used by the Engineer as an indicator of the need for further investigation. 2. Unless otherwise shown on the plans. 3. Unless otherwise shown on the plans. Only applies to crushed gravel. 4. Aggregates, without mineral filler, RAP, or additives, combined as used in the job -mix formula (JMF). Table 2 Gradation Reauirements for Fine Aggregate Sieve Size % Passing by Weight or Volume 3/8" 100 #8 70-100 #200 0-30 B. Mineral Filler. Mineral filler consists of finely divided mineral matter such as agricultural lime, crusher fines, hydrated lime, cement, or fly ash. Mineral filler is allowed unless otherwise shown on the plans. Do not use more than 2% hydrated lime or cement, unless otherwise shown on the plans. The plans may require or disallow specific mineral fillers. When used, provide mineral filler that: 1. is sufficiently dry, free -flowing, and free from clumps and foreign matter; 2. does not exceed 3% linear shrinkage when tested in accordance with Tex-107-E 3. meets the gradation requirements in Table 3. 4 01276508 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 3 04/10 I Table 3 Gradation Reouirements for Mineral Filler Sieve Size % Passing by Weight or Volume #8 100 #200 50-100 C. Baghouse Fines. Fines collected by the baghouse or other dust -collecting equipment may be reintroduced into the mixing drum. D. Asphalt Binder. Furnish the type and grade of performance -graded (PG) asphalt binder specified in accordance with TxDOT Section 300.2.1, "Performance -Graded Binders." Utilize PG 64-28 asphalt binder. E. Tack Coat. Unless otherwise shown on the plans or approved, furnish CSS-1H, SS-1H, or a PG binder with a minimum high -temperature grade of PG 58 for tack coat binder in accordance with Item 300, "Asphalts, Oils, and Emulsions." Do not dilute emulsified asphalts at the terminal, in the field, or at any other location before use. If required, verify that emulsified asphalt proposed for use meets the minimum residual asphalt percentage specified in TxDOT Item 300, "Asphalts, Oils, and Emulsions." The Engineer will obtain at least I sample of the tack coat binder per project and test it to it verify compliance with TxDOT Item 300. The Engineer will obtain the sample from the asphalt distributor immediately before use. F. Prime Coat: Prime coat shall be MC-30 or AE-P Meeting the requirements of TxDOT Item 300. G. Additives. When shown on the plans, use the type and rate of additive specified. Other additives that facilitate mixing or improve the quality of the mixture may be allowed when approved. If lime or a liquid antistripping agent is used, add in accordance with TxDOT Item 301, "Asphalt Antistripping Agents." Do not add lime directly into the mixing drum of any plant where lime is removed through the exhaust stream unless the plant has a baghouse or dust collection system that reintroduces the lime back into the drum. 2.2 EQUIPMENT A. Provide required or necessary equipment in accordance with TxDOT Item 320, "Equipment for Asphalt Concrete Pavement." PART 3 - EXECUTION 3.1 CONSTRUCTION Design, produce, store, transport, place, and compact the specified paving mixture in accordance with the requirements of this Item. Unless otherwise shown on the plans, Contractor shall provide the mix design and all related testing. Testing during construction will be performed by the Owner's independent laboratory. 01276508 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 4 04/10 A. Mixture Design. 1. Design Requirements. Use a Level H specialist certified by a TxDOT-approved hot - mix asphalt certification program to develop the mixture design. Have the Level H specialist sign the design documents. Unless otherwise shown on the plans, use the typical weight design example given in Tex-204-F, Part I, to design a mixture meeting the requirements listed in Tables 1 through 6. Use an approved laboratory to perform the .Hamburg Wheel test and provide results with the mixture design, or provide the laboratory mixture and request that the Department perform the Hamburg Wheel test. The Engineer will review the mixture design during construction. The Contractor may submit a new mixture design at anytime during the project. The Engineer will review all mixture designs before the Contractor can begin production. Provide the Engineer with a mixture design report. Include the following items in the report: a. the combined aggregate gradation, source, specific gravity, and percent of each material used; b. results of all applicable tests; C. the mixing and molding temperatures; d. the signature of the Level II person or persons who performed the design; e. the date the mixture design was performed; f. a unique identification number for the mixture design. Table 4 Master Gradation Bands (% Passing by Weight or Volume) And Volumetric Properties Sieve Size A Coarse Base B Fine Base C Coarse Surface D Fine Surface F Fine Mixture 1-1/2" 98.0 —100.0 - - - - 1" 78.0-94.0 98.0-100.0 - - - 3/4" 64.0-85.0 84.0-98.0 95.0-100.0 - - 1/2" 50.0-70.0 - - 98.0-100.0 - 3/8" - 60.0-80.0 70.0-85.0 85.0-100.0 98.0-100.0 #4 30.0-50.0 40.0-60.0 43.0-63.0 50.0-70.0 80.0-86.0 #8 22.0-36.0 29.0-43.0 32.0-44.0 35.046.0 38.048.0 #30 8.0-23.0 13.0-28.0 14.0-28.0 15.0-29.0 12.0-27.0 #50 3.0-19.0 6.0-20.0 7.0-21.0 7.0-20.0 6.0-19.0 #200 2.0-7.0 2.0-7.0 2.0-7.0 2.0-7.0 2.0-7.0 Design VMA , % Minimum - 12.0 13.0 1 14.0 1 15.0 16.0 Plant -Produced VMA, % Minimum - 11.0 12.0 1 13.0 1 14.0 15.0 1. Voids in Mineral Aggregates 01276508 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 5 III �04/10 l Table 5 Laboratory Mixture Design Properties Property Test Method Requirement Target laboratory —molded density, % Tex-207-F 96.0 Tensile strength (dry), psi (molded to 93% + 1% density) Tex-226-F 85-200 Boil test Tex-530-C - 1. Unless otherwise shown on the plans. 2. May exceed 200 psi when approved and may be waived when approved. 3. Used to establish baseline for comparison to production results. May be waived when approved. Table 6 Hamburg Wheel Test Renuirementsl High -Temperature Binder Grade Minimum # of Passes @ 0.5" Rut Depth, Tested @ 122°F PG 64 or lower 10,000 PG 70 15,000 PG 76 or higher 20,000 1. Tested in accordance with Tex-242-F. 2. May be decreased or waived when shown on the plans. B. Job -Mix Formula Approval. The job -mix formula (JMF) is the combined aggregate gradation and target asphalt percentage used to establish target values for mixture production. JMF is the original laboratory mixture design used to produce the trial batch. The Engineer and the Contractor will verify JMF based on plant -produced mixture from the trial batch unless otherwise approved. The Engineer may accept an existing mixture design previously used and may waive the trial batch to verify JMF. If the JMF is not verified by the Engineer from the trial batch, adjust the JMF or redesign the mix and produce as many trial batches as necessary to verify the JMF. Provide the Engineer with split samples of the mixtures and blank samples used to determine the ignition oven correction factors. The Engineer will determine the aggregate and asphalt correction factors from the ignition oven using Tex-236-F. The Engineer will use a Texas gyratory compactor calibrated in accordance with Tex-914-F in molding production samples. The Engineer will perform Tex-530-C and retain the tested sample for comparison purposes during production. The Engineer may waive the requirement for the boil test. C. JMF Field Adjustments. Produce a mixture of uniform composition closely conforming to the approved JMF. If, during initial days of production, the Contractor or Engineer determines that adjustments to the JMF are necessary to achieve the specified requirements, or to more nearly match the aggregate production, the Engineer may allow adjustment of the JMF within the tolerances of Table 7 without a laboratory redesign of the mixture. 01276508 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 6 04/10 Table 7 Operational Tolerances Description Test Method Allowable Difference from JMF Target Individual % retained for #8 sieve and larger Tex-200-F or Tex-236 +5.0 Individual % retained for sieves smaller than #8 and larger than #200 +3.0' — % passing the #200 sieve +2.0 Asphalt content, % Tex-236-F +0.3 Laboratory -molded density, % Tex-207-F ±1.0 VMA, %, min Note 2 1. When within these tolerances, mixture production gradations may fall outside the master grading limits; however, the percent passing the #200 sieve will be considered out of tolerance when outside the master grading limits. 2. Test and verify that Table 4 requirements are met. D. Production Operations. Perform a new trial batch when the plant or plant location is changed. The Engineer may suspend production for noncompliance with this Item. Take corrective action and obtain approval to proceed after any production suspension for noncompliance. 1. Operational Tolerances. During production, do not exceed the operational tolerances in Table 7. Stop production if testing indicates tolerances are exceeded on: a. 3 consecutive tests on any individual sieve, b. 4 consecutive tests on any of the sieves, or C. 2 consecutive tests on asphalt content. Begin production only when test results or other information indicate, to the satisfaction of the Engineer, that the next mixture produced will be within Table 7 tolerances. 2. Storage and Heating of Materials. Do not heat the asphalt binder above the temperatures specified in TxDOT Item 300, "Asphalts, Oils, and Emulsions" or outside the manufacturer's recommended values. On a daily basis, provide the Engineer with the records of asphalt binder and hot -mix asphalt discharge temperatures in accordance with TxDOT Item 320, "Equipment for Asphalt Concrete Pavement." Unless otherwise approved, do not store mixture for a period long enough to affect the quality of the mixture, nor in any case longer than 12 hr. 3. Mixing and Discharge of Materials. Notify the Engineer of the target discharge temperature and produce the mixture within 25°F of the target. Monitor the temperature of the material in the truck before shipping to ensure that it does not exceed 350°F. The Owner will not pay for or allow placement of any mixture produced at more than 350°F. Control the mixing time and temperature so that substantially all moisture is removed from the mixture before discharging from the plant. E. Hauling Operations. Before use, clean all truck beds to ensure mixture is not contaminated. When a release agent is necessary to coat truck beds, use a release agent on the approved list maintained by the TxDOT Construction Division. ,.L 01276508 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 7 04110 F. Placement Operations. Prepare the surface by removing raised pavement markers and objectionable material such as moisture, dirt, sand, leaves, and other loose impediments from the surface before placing mixture. Remove vegetation from pavement edges. Place the mixture to meet the typical section requirements and produce a smooth, finished surface with a uniform appearance and texture. Offset longitudinal joints of successive courses of hot nix by at least 6 in. Place mixture so longitudinal joints on the surface course coincide with lane lines, or as directed. Ensure that all finished surfaces will drain properly. Place mixture within the compacted lift thickness shown in Table 8, unless otherwise shown on the plans or allowed. G Table 8 Com acted Lift Thickness and Required Core Height Mixture Type Compacted Lift Thickness Minimum (in.) Maximum (in.) A 3.00 6.00 B 2.50 5.00 C 2.00 4.00 D 1.50 3.00 F 1.25 2.50 1. Weather Conditions. Place mixture when the roadway surface temperature is 60OF or higher unless otherwise approved. Measure the roadway surface temperature with a handheld infrared thermometer. Unless otherwise shown on the plans, place mixtures only when weather conditions and moisture conditions of the roadway surface are suitable in the opinion of the Engineer. 2. Tack Coat. Clean the surface before placing the tack coat. Unless otherwise approved, apply tack coat uniformly at the rate directed by the Engineer. The Engineer will set the rate between 0.04 and 0.10 gal. of residual asphalt per square yard of surface area. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures, and all joints. Prevent splattering of tack coat when placed adjacent to curb, gutter, and structures. Roll the tack coat with a pneumatictire roller when directed. The Engineer may use Tex-243-F to verify that the tack coat has adequate adhesive properties. The Engineer may suspend paving operations until there is adequate adhesion. 3. Prime Coat. Apply prime coat, as specified, in accordance with TxDOT Item 310. Engineer will set the rate between .20 and .30 gal. per square yard of surface area. Allow prime coat sufficient time to cure out prior to installation of paving. Lay -Down Operations. 1. Minimum Mixture Placement Temperatures. Use Table 9 for suggested minimum mixture placement temperatures. 2. Windrow Operations. When hot mix is placed in windrows, operate windrow pickup equipment so that substantially all the mixture deposited on the roadbed is picked up and loaded into the paver. 01276508 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 8 04/10 ~, E Table 9 Sumested Minimum Mixture Placement, Temperature High -Temperature Binder Grade Minimum Placement Temperature (Before Entering Paver) PG 64 or lower 260OF PG 70 270DF PG 76 280OF PG 82 or higher 290°F H. Compaction. Use air void control unless ordinary compaction control is specified on the plans. Avoid displacement of the mixture. If displacement occurs, correct to the satisfaction of the Engineer. Ensure pavement is fully compacted before allowing rollers to stand on the pavement. Unless otherwise directed, use only water or an approved release agent on rollers, tamps, and other compaction equipment. Keep diesel, gasoline, oil, grease, and other foreign matter off the mixture. Unless otherwise directed, operate vibratory rollers in static mode when not compacting, when changing directions, or when the plan depth of the pavement mat is less than 1-1/2 in. Use tamps to thoroughly compact the edges of the pavement along curbs, headers, and similar structures and in locations that will not allow thorough compaction with the rollers. The Engineer may require rolling with a trench roller on widened areas, in trenches, and in other limited areas. Allow the compacted pavement to cool to 160°F or lower before opening to traffic unless otherwise directed. When directed, sprinkle the finished mat with water or limewater to expedite opening the roadway to traffic. 1. Air Void Control. Compact dense -graded hot -mix asphalt to contain from 5% to 9% in -place air voids. Do not increase the asphalt content of the mixture to reduce pavement air voids. a. Rollers. Furnish the type, size, and number or rollers required for compaction, as approved. Use a pneumatic -tire roller to seal the surface, unless otherwise shown on the plans. Use additional rollers as required to remove any roller marks. b. Air Void Determination. Unless otherwise shown on the plans, obtain 2 roadway specimens at each location selected by the Engineer for in -place air void determination. The Engineer will measure air voids in accordance with Tex-207-F and Tex-227-F. Before drying to a constant weight, cores may be predried using a Corelok or similar vacuum device to remove excess moisture. The Engineer will use the average air void content of the 2 cores to calculate the in -place air voids at the selected location. C. Air Voids Out of Range. If the in -place air void content in the compacted mixture is below 5% or greater than 9%, change the production and placement operations to bring the in -place air void content within requirements. The Engineer may suspend production until the in -place air void content is brought to the required level, and may require a test section as described in TxDOT Section 340,4.H.l.d, "Test Section." i 01276508 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 9 04/10 d. Test Section. Construct a test section of 1 lane -width and at most 0.2 mi. in length to demonstrate that compaction to between 5% and 9% in -place air voids can be obtained. Continue this procedure until a test section with 5% to 9% inplace air voids can be produced. The Engineer will allow only 2 test sections per day. When a test section producing satisfactory in -place air void content is placed, resume full production. 2. Ordinary Compaction Control. Furnish the type, size, and number or rollers required for compaction, as approved. Furnish at least 1 medium pneumatic -tire roller (minimum 12-ton weight). Use the control strip method given in Tex-207-F, Part IV, to establish rolling patterns that achieve maximum compaction. Follow the selected rolling pattern unless changes that affect compaction occur in the mixture or placement conditions. When such changes occur, establish a new rolling pattern. Compact the pavement to meet the requirements of the plans and specifications. When rolling with the 3-wheel, tandem or vibratory rollers, start by first rolling the joint with the adjacent pavement and then continue by rolling longitudinally at the sides. Proceed toward the center of the pavement, overlapping on successive trips by at least 1 ft., unless otherwise directed. Make alternate trips of the roller slightly different in length. On superelevated curves, begin rolling at the low side and progress toward the high side unless otherwise directed. I. Irregularities. Immediately take corrective action if surface irregularities, including but not limited to segregation, rutting, raveling, flushing, fat spots, mat slippage, color, texture, roller marks, tears, gouges, streaks, or uncoated aggregate particles, are detected. The Engineer may suspend production or placement operations until the problem is corrected. At the expense of the Contractor and to the satisfaction of the Engineer, remove and replace any mixture that does not bond to the existing pavement or that has other surface irregularities identified above. J. Ride Quality. Use Surface Test Type A to evaluate ride quality in accordance with TxDOT Item 585, "Ride Quality for Pavement Surfaces," unless otherwise shown on the plans. 3.2 MEASUREMENT Hot mix will be measured by the ton of composite hot mix, which includes asphalt, aggregate, and additives. Measure the weight on scales in accordance with TxDOT Item 520, "Weighing and Measuring Equipment." END OF SECTION 01276508 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 10 04/10 SECTION 02933 SITE SEEDING PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Standard General Conditions of the Construction Contract, Supplementary Conditions and Division 1 - General Requirements apply to the work of this Section. 1.2 SECTION INCLUDES A. Preparation of subsoil. B. Placing topsoil. C. Seeding and fertilizing. D. Maintenance. 1.3 REFERENCES A. FS O-F-241 - Fertilizers, Mixed, Commercial. 1.4 DEFINITIONS A. Weeds: Include Dandelion, Jimsonweed, Quackgrass, Horsetail, Morning Glory, Rush Grass, Mustard, Lambsquarter, Chickweed, Cress, Crabgrass, Canadian Thistle, Nutgrass, Poison Oak, Blackberry, Tansy Ragwort, Bermuda Grass, Johnson Grass, Poison Ivy, Nut Sedge, Nimble Will, Bindweed, Bent Grass, Wild Garlic, Perennial Sorrel, and Brome Grass. 1.5 MAINTENANCE DATA A. Submit under provisions of Section 01700. B. Maintenance Data: Include maintenance instructions, cutting method and maximum grass height. 1.6 QUALITY ASSURANCE A. Provide- seed mixture in containers showing percentage of seed mix, year of production, net weight, date of packaging, and location of packaging. 1.7 REGULATORY REQUIREMENTS A. Comply with regulatory agencies for fertilizer and herbicide composition. B. Provide certificate of compliance from authority having jurisdiction indicating approval of seed mixture. 01276508 SITE SEEDING 02933 -1 04/10 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site under provisions of Section 01600. B. Deliver grass seed mixture in sealed containers. Seed in damaged packaging is not acceptable. C. Deliver fertilized in waterproof bags showing weight, chemical analysis, and name of manufacturer. 1.9 COORDINATION A. Coordinate work under provisions of Section 01040. B. Coordinate with installation of underground sprinkler system piping and watering heads 1.10 MAINTENANCE SERVICE A. Maintain seeded areas immediately after placement until grass is well established and exhibits a vigorous growing condition for two cuttings. PART 2 - PRODUCTS 2.1 SEED MIXTURE A. Seed Mixture: TxDOT Standard Seed Mix (Entire Site). (Green Spangletop, Side Oats Grama (El Reno), Blue Grama (0.9 Hachita), Sand Dropseed, and Buffalograss (Texoka)). (For all disturbed areas outside of pavement to be replaced.) 2.2 SOIL MATERIALS A. Topsoil: Fertile, agricultural soil, typical for locality, capable of sustaining vigorous plant growth, taken from drained site; free of subsoil, clay or impurities, plants, weeds and roots; pH value of minimum 5.4 and maximum 7.0. 2.3 ACCESSORIES A. Fertilizer: FS 0-F-241, Type I, Grade A; recommended for grass, with fifty percent of the elements derived from organic sources; of proportion necessary to eliminate any deficiencies of topsoil to the following proportions: Nitrogen 10 percent, phosphoric acid 5 percent, soluble potash 5 percent. B. Water: As required to provide 70% stabilization in disturbed areas located outside of pavement replacement. 2.4 TESTS A. Provide analysis of topsoil fill under provisions of Section 01400. B. Analyze to ascertain percentage of nitrogen, phosphorus, potash, soluble salt content, organic matter content, and pH value. C. Submit minimum 10 oz sample of topsoil proposed. Forward sample to approved testing laboratory in sealed containers to prevent contamination. 01276508 SITE SEEDING 02933 - 2 04/10 PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that prepared soil base is ready to receive the work of this Section. 3.2 PREPARATION OF SUB SOIL A. Prepare sub -soil to eliminate uneven areas and low spots. Maintain lines, levels, profiles and contours. Make changes in grade gradual. Blend slopes into level areas. B. Remove foreign materials, weeds and undesirable plants and their roots. Remove contaminated sub -soil. C. Scarify subsoil to a depth of 3 inches where topsoil is to be placed. Repeat cultivation in areas where equipment, used for hauling and spreading topsoil, has compacted sub -soil. 3.3 PLACING TOPSOIL A. Spread topsoil to a minimum depth of 6 inches over area to be seeded. Rake until smooth. B. Place topsoil during dry weather and on dry unfrozen subgrade. C. Remove vegetable matter and foreign non -organic material from topsoil while spreading. D. Grade topsoil to eliminate rough, low or soft areas, and to ensure positive drainage. E. Install edging at periphery of seeded areas in straight lines to consistent depth. 3.4 FERTILIZING A. Apply fertilizer in accordance with manufacturer's instructions. B. Apply after smooth raking of topsoil and prior to roller compaction. C. Do not apply fertilizer at same time or with same machine as will be used to apply seed. D. Mix thoroughly into upper 2 inches of topsoil. E. Lightly water to aid the dissipation of fertilizer. 3.5 SEEDING A. Apply seed at a rate of 2.5* lbs per acre evenly in two intersecting directions. Rake in lightly. *Need a minimum of 70% coverage of grass. B. Planting Season: May 15 to September 1. C. Do not sow immediately following rain, when ground is too dry, or during windy periods. D. Roll seeded area with roller not exceeding 112 lbs. 01276508 SITE SEEDING 02933 - 3 04/10 3.6 MAINTENANCE A. Mow grass at regular intervals to maintain at a maximum height of 2-1/2 inches. Do not cut more than 1/3 of grass blade at any one mowing. B. Neatly trim edges and hand clip where necessary. C. Water to prevent grass and soil from drying out. D. Roll surface to remove minor depressions or irregularities. E. Control growth of weeds. Apply herbicides in accordance with manufacturer's instructions. Remedy damage resulting from improper use of herbicides. F. Immediately reseed areas which show bare spots. G. Protect seeded areas with warning signs during maintenance period. END OF SECTION 01276508 SITE SEEDING 02933 - 4 04/10 SECTION 03100 CONCRETE FORMWORK PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Formwork for cast -in place concrete, with shoring, bracing and anchorage. B. Openings for other work. C. Form accessories. D. Form stripping. 1.3 PRODUCTS INSTALLED BUT NOT FURNISHED UNDER THIS SECTION A. Section 03300 - Cast -In -Place Concrete: Supply of concrete accessories for placement by this Section. 1.4 RELATED SECTIONS A. Section 03200 - Concrete Reinforcement. B. Section 03300 - Cast -in -Place Concrete. 1.5 REFERENCES A. ACI 347 - Recommended Practice For Concrete Formwork. B. PS-1 - Construction and Industrial Plywood. 1.6 DESIGN REQUIREMENTS A. Design, engineer and construct formwork, shoring and bracing to conform to code requirements; resultant concrete to conform to required shape, line and dimension. 1.7 SUBMITTALS A. Submit under provisions of Section 01300. B. Shop Drawings: Indicate pertinent dimensions, materials, bracing, and arrangement of joints and ties. 1.8 QUALITY ASSURANCE A. Perform Work in accordance with ACI 347. 01276508 CONCRETE FORMWORK 03100 - 1 04/10 1.9 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site under provisions of Section 01600. B. Store off ground in ventilated and protected manner to prevent deterioration from moisture. 1.10 COORDINATION A. Coordinate work under provisions of Section 01040. B. Coordinate this Section with other Sections of work which require attachment of components to formwork. C. If formwork is placed after reinforcement resulting in insufficient concrete cover over reinforcement, request instructions from Engineer before proceeding. PART 2 - PRODUCTS 2.1 WOOD FORM MATERIALS A. Plywood: Douglas Fir species; medium density overlaid one side grade; sound undamaged sheets with clean, true edges. B. Lumber: Douglas fir species; construction grade; with grade stamp clearly visible. 2.2 MANUFACTURERS - PREFABRICATED FORMS A. Substitutions: Under provisions of Section 01600. 2.3 FORMWORK ACCESSORIES A. Form Ties: Snap -off type, metal, fixed length, cone type, free of defects that could leave holes larger than one inch in concrete surface. B. Form Release Agent: Colorless mineral oil which will not stain concrete, absorb moisture, or impair natural bonding or color characteristics of coating intended for use on concrete. C. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages: Sized as required, of sufficient strength and character to maintain formwork in place while placing concrete. D. Waterstops: Polyvinyl chloride, minimum 1,750 psi tensile strength, minimum 50 degrees F to plus 175 degrees F working temperature range, maximum possible lengths, ribbed profile, preformed corner sections, heat welded jointing. E. Cold Joint Waterstops: Flexible strip, bentonite waterproofing compound equal to Volcaly Waterstop-RX by American Colloid Company. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify lines, levels and centers before proceeding with formwork. Ensure that dimensions agree with Drawings. 01276508 CONCRETE FORMWORK 03100 - 2 04/10 i L 3.2 EARTH FORMS A. Verify with Engineer prior to the use of earth forms in lieu of specified form material. B. Hand trim sides and bottom of earth forms. Remove loose soil prior to placing concrete. 3.3 ERECTION - FORMWORK A. Erect formwork, shoring and bracing to achieve design requirements, in accordance with requirements of ACI 301. B. Provide bracing to ensure stability of formwork. Shore or strengthen formwork subject to overstressing by construction loads. r C. Arrange and assemble formwork to permit dismantling and stripping. Do not damage concrete during stripping. Permit removal of remaining principal shores. D. Align joints and make watertight. Keep form joints to a minimum. E. Obtain approval before framing openings in structural members which are not indicated on tI Drawings. F. Provide chamfer strips on external corners of beams, joists, columns and walls. 3.4 APPLICATION - FORM RELEASE AGENT A. Apply form release agent on formwork in accordance with manufacturer's recommendations. B. Apply prior to placement of reinforcing steel, anchoring devices, and embedded items. C. Do not apply form release agent where concrete surfaces will receive applied coverings which are effected by agent. Soak inside surfaces of untreated forms with clean water. Keep surfaces coated prior to placement of concrete. 3.5 INSERTS, EMBEDDED PARTS, AND OPENINGS A. Provide formed openings where required for items to be embedded in or passing through concrete work. B. Locate and set in place items which will be cast directly into concrete. C. Coordinate work of other Sections in forming and placing openings, slots, reglets, recesses, chases, sleeves, bolts, anchors, and other inserts. D. Install accessories in accordance with manufacturer's instructions, straight, level, and plumb. Ensure items are not disturbed during concrete placement. E. Install waterstops continuous without displacing reinforcement. Heat seal joints watertight. F. Provide temporary ports or openings in formwork where required to facilitate cleaning and inspection. Locate openings at bottom of forms to allow flushing water to drain. G. Close temporary openings with right fitting panels, flush with inside face of forms, and neatly fitted so joints will not be apparent in exposed concrete surfaces. 3.6 FORM CLEANING A. Clean and remove foreign matter within forms as erection proceeds. B. Clean formed cavities of debris prior to placing concrete. C. Flush with water or use compressed air to remove remaining foreign matter. Ensure that water and debris drain to exterior through clean -out ports. D. During cold weather, remove ice and snow from within forms. Do not use de-icing salts or water to clean out forms, unless formwork and concrete construction proceed within heat enclosure. Use compressed air or other means to remove foreign matter. 01216101 CONCRETE FORMWORK 03100 - 3 I 04/10 I f 3.7 FORMWORK TOLERANCES A. Construct formwork to maintain tolerances required by ACI 301. 3.8 FIELD QUALITY CONTROL A. Inspect erected formwork, shoring, and bracing to ensure that work is in accordance with formwork design, and that supports, fastenings,. wedges, ties, and items are secure. B. Do not reuse wood formwork more than four times for concrete surfaces to be exposed to view. Do not patch formwork. 3.9 FORM REMOVAL A. Do not remove forms or bracing until concrete has gained sufficient strength to carry its own weight and imposed loads. B. Loosen forms carefully. Do not wedge pry bars, hammers, or tools against finish concrete - surfaces scheduled for exposure to view. C. Store removed forms in manner that surfaces to be in contact with fresh concrete will not be damaged. Discard damaged forms. END OF SECTION i 01276508 ,.i CONCRETE FORMWORK 03100 - 4 04/10 SECTION 03200 CONCRETE REINFORCEMENT PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Reinforcing steel bars, wire fabric and accessories for cast -in -place concrete. 1.3 RELATED SECTIONS A. Section 03100 - Concrete Formwork. B. Section 03300 - Cast -in -Place Concrete. 1.4 REFERENCES A. ACI 301 - Structural Concrete for Buildings. B. ACI 318 - Building Code Requirements For Reinforced Concrete. C. ACI SP-66 - American Concrete Institute - Detailing Manual. D. ANSI/ASTM A82 - Cold Drawn Steel Wire for Concrete Reinforcement. E. ANSI/ASTM A 18 5 - Welded Steel Wire Fabric for Concrete Reinforcement. F. ANSUAWS DI A - Structural Welding Code for Reinforcing Steel. G. ANSUAWS D12.1 -Reinforcing Steel Welding Code. H. ASTM A615 - Deformed and Plain Billet Steel Bars for Concrete Reinforcement. I. AWS D12.1 - Welding Reinforcement Steel, Metal Inserts and Connections in Reinforced Concrete Construction. J. CRSI - Concrete Reinforcing Steel Institute Manual of Practice. K. CRSI 63 - Recommended Practice For Placing Reinforcing Bars. L. CRSI 65 - Recommended Practice For Placing Bar Supports, Specifications and Nomenclature. 1.5 SUBMITTALS A. Submit under provisions of Section 01300. B. Shop Drawings: Indicate bar sizes, spacings, locations, and quantities of reinforcing steel, i bending and cutting schedules, and supporting and spacing devices. C. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. 1.6 QUALITY ASSURANCE A. Perform Work in accordance with CRSI 63, 65 and Manual of Practice, ACI 301, ACI SP-66, ACI 318. B. Submit certified copies of mill test report of reinforcement materials analysis. i 01276508 CONCRETE REINFORCEMENT 03200 - 1 I ? 04/10 A 1.7 COORDINATION A. Coordinate work under provisions of Section 01040. B. Coordinate with placement of formwork, formed openings and other Work. PART2-PRODUCTS 2.1 REINFORCEMENT A. Reinforcing Steel: ASTM A615, 60 ksi yield grade; deformed billet steel bars, plain. B. Welded Steel Wire Fabric: ASTM A185 Plain Type; in flat sheets; plain. 2.2 ACCESSORY MATERIALS A. Tie Wire: Minimum 16 gage annealed type. Ili B. Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for strength and support of reinforcement during concrete placement conditions including load bearing pad on bottom to r prevent vapor barrier puncture. ifi 2.3 FABRICATION ( A. Fabricate concrete reinforcing in accordance with CRSI Manual of Practice. B. Weld reinforcement when approved by the Engineer in accordance with ANSI/AWS DI A. C. Locate reinforcing splices not indicated on Drawings, at point of minimum stress. Review location of splices with Engineer. PART 3 - EXECUTION 3.1 PLACEMENT A. Place, support and secure reinforcement against displacement. Do not deviate from required position. ; B. Do not displace or damage vapor barrier. C. Accommodate placement of formed openings. D. Conform to ACI 318 for concrete cover over reinforcement. 3.2 FIELD QUALITY CONTROL A. Field inspection will be performed under provisions of Section 01400. END OF SECTION �v I 01276508 CONCRETE REINFORCEMENT 03200 - 2 04/10 t SECTION 03300 CAST -IN -PLACE CONCRETE PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. This section of the specifications covers all of the work required for constructing concrete curbs, headers, sidewalks, driveways, manhole bases, splash boxes, channels, cast -in -place manholes, thrust collars and other miscellaneous work. B. Concrete for this project shall conform to the requirements of this section. The Contractor shall furnish all materials, equipment, tools, labor, superintendence, and incidentals necessary to perform the work in accordance with the drawings and these specifications. 1.3 REFERENCES The latest editions of the following specifications and references govern work of this section and constitute minimum requirements. Where specific requirements in this section of the Specifications are more stringent, they shall supersede the corresponding requirements of these Referenced Specifications. A. American Concrete Institute (ACI) 1. ACI 301- Specifications for Structural Concrete Buildings 2. ACI 301- Manual of Standard Practice for Detailing Reinforced Concrete Structures 3. ACI 318 - Building Code Requirements for Reinforced Concrete 4. ACI 347- Recommended Practice for Concrete Formwork 5. ACI 613- Recommended Practice for Concrete Formwork 6. ACI 614 -Recommended, Practice for Measuring, Mixing, and Placing Concrete 7. ACI Comm. - Selection and Use of Aggregates for Concrete 621 8. SP-7 ACI Manual of Concrete Inspection B. American Society for Testing Materials (ASTM) 1. ASTM A-82 - Cold Drawn Steel Wire for Concrete Reinforcement 2. ASTM A-615 -Deformed and Plain Billet -Steel Bars for Concrete Reinforcement 3. ASTM A-616 -Rail-Steel Deformed and Plain Bars for Concrete Reinforcement 4. ASTM A-706- Low -Alloy Steel Deformed Bars for Concrete Reinforcement 5. ASTM C-31- Making & Curing Concrete Compression and Flexure Test Specimens in the Field. 6. ASTM C-33 - Concrete Aggregates 7. ASTM C-39 - Compressive Strength of Molded Concrete Cylinders 8. ASTM C-40 - Organic Impurities In Fine Aggregates for Concrete 9. ASTM C-42 - Standard Method of Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. 01276508 CAST -IN -PLACE CONCRETE 04/ 10 03300 - 1 10. ASTM C-94 - Standard Method of Obtaining and Testing Drilled Cores and Sawed Beams of Concrete 11. ASTM C-136 - Standard Method of Test for Sieve or Screen Analysis of Fine and Coarse Aggregate 12. ASTM C-138 - Standard Method of Test for Weight per Cubic Foot, Yield and Air Content (Gravimetric) of Concrete 13. ASTM C-143 - Standard Method of Test for Slump of Portland Cement Concrete 14. ASTM C-150 - Standard Specification for Portland Cement 15. ASTM C-171 - Sheet Material for Concrete Curing 16. ASTM C-172 - Standard Method of Sampling Fresh Concrete 17. ASTM C-173 - Air Content of Freshly Mixed Concrete by the Volumetric Method 18. ASTM C-192 - Standard Method of Making and Curing Concrete Compression and Flexure Test Specimens in the Laboratory 19. ASTM C-231 - Standard Method of Test for Air Content of Freshly Mixed Concrete by the Pressure Method 20. ASTM C-260 - Air -Entraining Admixture for Concrete 21. ASTM C-309 - Liquid Membrane -Forming Compounds for Curing Concrete 22. ASTM C-494 - Chemical Admixtures for Concrete 23. ASTM C-618 - Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral Admixture in Portland Cement Concrete C. Portland Cement Association (PCA) 1. Design and Control for Concrete Mixtures D. American Welding Society (AWS) 1. AWS D12.1 Recommended Practices for Welding Reinforcing Steel, Metal Inserts and Connections in Reinforced Concrete Construction E. U.S. Army Corps of Engineers 1. CRD C-572 Specification of Water Stops F. Texas Department of Transportation 1. Standard Specifications for Construction of Highways, Streets and Bridges G. Latest Edition of each of the above Governing Standards shall apply 1.4 EXCAVATION AND GRADING Excavation or filling for concrete structures and other miscellaneous concrete work shall conform to the lines and grades as shown on the plans or as established in the field and shall be as specified in SECTION 02222 - EXCAVATING BACKFILLING AND COMPACTING FOR PAVEMENT. PART 2 - MATERIALS 2.1 CEMENT A. Portland cement shall conform to the latest revisions of A.S.T.M. Designation C-150, Type Il, and shall be of an approved brand. Only one brand of cement will be permitted in any one structure. Plant tests and certificates of conformity with the specification shall be furnished with each carload of cement. 01276508 CAST -IN -PLACE CONCRETE 04/10 03300 - 2 2.2 FINE AGGREGATE A. Fine aggregate shall consist of hard, strong, durable and uncoated particles of natural sand, washed and screened. The aggregate shall be free from injurious amounts of clay, soft or flaky materials, loam or organic impurities and the grading shall conform to the following: Percentage Passing Square Openings No.4 No.16 No.50 No.100 No.200 95-100 45-70 15-30 3-8 0-3 Fineness modulus shall not vary more than plus or minus 0.20 from that of approved sample, which shall be between 2.20 and 2.90. 2.3 COARSE AGGREGATE A. Coarse aggregate shall consist of hard, tough, durable and uncoated particles of washed and screened gravel or crushed stone. It shall be free of vegetation, soft, friable, thin, or elongated particles. B. Maximum size of coarse aggregate shall be governed by the conditions of placement of the concrete and shall not be greater than 3/4 of the distance between reinforcing bars. In no case shall the maximum size be greater than 2 inches. All aggregates shall be approved before use. 2.4 WATER A. Water shall _be clean, clear, free from oil, acid or organic matter and free from injurious amounts of alkali, salts, or other chemicals. 2.5 SHOP DRAWINGS A. Submit shop drawings for fabrication, bending, and placement of concrete reinforcement. Comply with ACI 315 showing bar schedules, stirrup spacing, diagrams of bent bars, arrangement of concrete reinforcement. Include special reinforcement required at the openings through structures. Provide full wall and beam elevations of concrete and walls showing all embedments, vertical and horizontal reinforcing and all special reinforcement. Fabrication, bar bending, cutting, etc., shall be in accordance with the requirements as specified herein. B. Submit manufacturers product data with application and installation instructions for proprietary materials and items including reinforcement and forming accessories, admixtures, patching compounds, joint systems, bituminous damp -proofing, curing compounds and others as requested by the Engineer. Submit manufacture's certificate of conformance with these Specifications for all proprietary materials and products. 2.6 FORMS A. The forms shall be of wood or metal and shall be of sufficient strength to support the concrete without bulging between supports and sufficiently water tight to hold the concrete mortar. The forms shall be constructed such that the finished concrete shall be of the form and dimensions shown on the plans. All form work for exposed surfaces shall be �.. 01276508 CAST -IN -PLACE CONCRETE 03300 - 3 04/10 2.7 of such material and so constructed as to produce a smooth, even surface when the concrete is placed. All forms shall be oiled before use. In general, wall forms may be removed after the concrete has been in place for 24 hours. All exposed edges shall have a 3/4-inch chamfer whether or not shown on the details. Immediately upon removal of the forms, any honeycombed sections shall be repaired as directed. CONCRETE MIX A. The exact proportions of cement, aggregate and water for each class of concrete shall be determined by an approved independent testing laboratory. Mix design shall be based on the saturated surface dry (SSD) condition of the aggregate. The Contractor shall pay for all mix designs. B. Review by the Engineer or his designated representative of mix design submitted does not relieve the Contractor of the sole responsibility for each mix design to produce concrete of the strength specified. C. No more water shall be used than is required to produce a workable mix and in no case will the water content exceed 6.5 gallons per sack of cement. The proportioning of the constituents of the concrete shall be such as to produce a dense, and workable mixture, and the mix shall be approved before any concrete is placed. D. The required minimum strength of concrete cores at 28 days, minimum laboratory strength in 28 days, minimum number of sacks of cement per cubic yard of concrete, maximum size of aggregate and required slump of the concrete as delivered at the job site for each of the indicated classes of concrete construction shall be as shown in the Concrete Quality table that follows: CONCRETE QUALITY Class of Minimum Concrete Construction Lab Test @28 Days (p.s.i.) Cylinder Minimum Number sacks of Cement p/size Cu. Yd. Maximum Aggregate (inches) Required Admixture Slump (inches) Cement Type Thrust Blocking 3000 5 1 1/2 4 1lII Rip Rap 2500 4 11/2 21/2 I/II Rockwall Foundation 3500 5 1 1/2 5 I/II Machine Laid Curb 3000 6 3/4 3 1/2 1/1I Structures 3000 6 3/4 5 1/II -Drainage Pavement 4000 6 1 31/2 1/II E. Pipe imbedment concrete shall contain not less than 4 sacks of cement per cubic yard. No more water than 8 gallons of water per sack of cement shall be used. The proportioning of the constituents of the concrete shall be such as to produce a dense and workable mixture, and the mix shall be approved before any concrete is placed. 01276508 CAST -IN -PLACE CONCRETE 03300 - 4 04/10 PART 3 - EXECUTION 3.1 MIXING, TRANSPORTING & PLACING A. Mixing 1. All aggregates shall be accurately weighed or measured by volume. The concrete shall be mixed in an approved batch mixer equipped with an accurate water measuring tank, and shall be mixed for one and one half minutes after all materials are in the mixer. "Ready Mixed" or "Transit Mix" concrete may be used. If used, it shall conform to these specifications and the "Standard Specifications for Ready Mixed Concrete", A.S.T.M. Serial Designation C 94. 2. Each mixer and agitator shall have attached thereto in a prominent place, a metal plate or plates on which are plainly marked, for the various uses for which the equipment is designed, the capacity of the drum or container in terms of the volume of mixed concrete and the speed of rotation of the mixing drum, blades or paddles. Stationary mixers shall be equipped with an acceptable timing device that will not permit the batch to be dispatched until the specified mixing time is elapsed. Truck mixers, shall be equipped with means by which the number of revolutions of the drum blades, or paddles may be readily verified. 3. The mixer, when loaded to capacity, shall be capable of combining the ingredients of the concrete within the specified time into a thoroughly mixed and uniform mass and of discharging the concrete with a satisfactorily degree of uniformity. No mixer or agititator shall be used if the results of slump tests of individual samples taken at approximately the one quarter, and the three quarter points of the placement differ by more than 2-inches. Mixers and agitators shall be inspected frequently for changes in condition due to accumulations of hardened concrete or mortar, or to wear of blades. 4. Truck mixers shall have adequate water supply and metering devices. No water can be added to the concrete after the initial mixing without the permission of the Engineer. 5. After mixing, the concrete shall be transported to the forms in a manner which will prevent separation or segregation of the aggregates and shall be placed without undue delay. It shall be deposited as nearly as practicable in its final position in order to avoid rehandling or flowing of the concrete. As the concrete is placed, it shall be vibrated by means of a vibrator of the type which is submerged in the concrete. 6. Mixing at mixing speed shall begin immediately after all ingredients are in the mixer. For complete mixing in the truck each batch shall be mixed not less than 70 or more revolutions of the drum. For partial mixing in the truck each batch shall be mixed not less than 50 nor more than 100 revolutions of the drum. Mixing speed shall be as designated by the manufacturer. All revolutions after the prescribed mixing time shall be at agitating speed. The agitating speed shall be not less than one or nor more than four revolutions per minute. The drum shall be kept in continuous motion from the time mixing is started until the discharge is completed. l .. 01276508 CAST -IN -PLACE CONCRETE 03300 - 5 �- 04/10 E. C. 01276508 04/10 7. The maximum time interval between the introduction of the mixing water to the cement and aggregates, and the placing of the concrete in the forms shall not exceed the following: AIR OR CONCRETE TEMPERATURE MAXIMUM TIME (Whichever is Higher) 90 degrees F. or above (Air Only) 45 minutes 75 degrees F. to 89 degrees F. 60 minutes 35 degrees F. to 74 degrees F. 90 minutes 8. Concrete shall not be placed when the ambient temperature is less than 40 degrees Fahrenheit and falling, but may be placed if the temperature is 40 degrees Fahrenheit and rising. Concrete shall not be placed when the temperature will drop below 35 degree Fahrenheit within 24 hours after placement as projected by the National Weather Service unless properly protected. The temperature of the concrete at the time of placement in the forms shall not be less than 50 degrees Fahrenheit nor more than 90 degrees Fahrenheit. When placing concrete in freezing weather, means shall be provided for keeping the concrete at a temperature of at least 50°F for not less than 72 hours after placing or until the concrete has thoroughly hardened. Concrete shall not be placed when weather conditions are unsuitable for such work. Transporting 1. Concrete shall be handled from the mixer to the place of final deposit in a manner that will prevent segregation and when practicable, shall be deposited in its final position without rehandling or flowing. All equipment used in transporting concrete shall be maintained in a clean condition. Concrete shall not be delivered from hoists, by spout, by trough, or dumped into carts with a free fall of more than 4 feet. Every precaution shall be taken to prevent separation or loss of ingredients while transporting the concrete. Runways for carts or buggies shall not bear upon the reinforcing or fresh concrete. Pumping and conveying of concrete shall be done only after approval by the Engineer and with equipment that will insure a continuous flow without segregation. Placing 1. Concrete shall not be placed until all reinforcement is securely and properly fastened in its correct position. Form ties shall be checked and re -tightened where necessary. Forms and reinforcement shall be inspected and approved by the Engineer prior before beginning placement of concrete. All embedded items shall be in place and clean -out openings closed before such inspection. A procedure for inspection of forms reinforcing, inserts, etc., prior to all concrete placement will be instituted and coordinated by the Engineer. At least 24 hours prior to concrete placement the Contractor shall submit an inspection sheet to the Engineer. The inspection sheet, to be developed shall show the location and quantity of concrete to be placed, the time and date schedule for placement and shall be signed by the Contractor's representative. Signing of this sheet will certify that all of the items necessary have been inspected, and that the area is ready for final review by the Engineer. If the Engineer determines that the corrections are excessive, the placement should be rescheduled and the Engineer notified 12 hours before scheduled placement after the corrections are made. A representative of the i! f CAST -IN -PLACE CONCRETE 03300 - 6 i Engineer will be on the job during the placement of concrete and concrete shall not be placed unless the Engineer or his representative is present. 2. Concrete shall be placed in a manner that will prevent segregation, thoroughly embed all reinforcement and fixtures, fill all angles in the forms and prevent formation of aggregate pockets or honeycomb. Placement in walls columns or other deep forms shall be done through openings in the forms, spaced at frequent intervals, or through tremies so that the free fall shall not exceed 4 feet. Points of depositing the concrete shall be spaced so that the concrete surfaces can be kept level without using vibrators or others equipment to cause it to flow into place. 3. Concrete shall be placed with the aid of approved mechanical vibrating equipment. Vibration shall be applied to the concrete and shall be of sufficient intensity and duration to cause flow or settlement of the concrete, thoroughly compacting, and complete embedment of reinforcement and fixtures. Supplemental forking and spading by hand may be required to secure dense uniform surfaces and complete filling of corners and angles. 4. Excessive spading or vibrating causing undue water gain or segregation will not be permitted. If moderate working causes excessive water gain the mix shall be adjusted. Excess water shall be removed when it appears. When concrete in floors or slabs are deposited on the ground, the subgrade shall be thoroughly compacted and moistened before placement. A grill tamp shall be used on floor slabs. Completed sections shall conform to the details on the contract drawings and the concrete shall be dense, uniform and free of aggregate pockets or honeycomb. 5. Concrete in vertical walls shall be placed in continuous horizontal layers approximately 18 inches in depth. Not more than one hour shall elapse between the placing of successive layers of concrete in any portion of a structure included in a continuous placement. 6. The contractor shall adhere to the requirements ACI 306 and ACI 605 for cold and hot weather concreting respectively. 7. Concrete shall generally not be placed during high winds with blowing dust that will contaminate the surface and cause entrapment of sand and dust particles in the finished surfaces. 8. Slump: The slump of all concrete shall be between 3 and 6 inches with the condition governing the exact slump to be used. In all cases the Engineer shall specify the slump to be used prior to placement. When a 3 inch slump is specified, the allowable tolerance shall be 1/2 inch. When the specified tolerance is greater than 3 inches the tolerance shall be 1 inch. In general flat work will require a slump of approximately 3" or more and concrete for vertical members, i.e, walls columns, etc., shall be 5 inches. Slump for concrete to be added to CMU units shall be 6 inches. 3.2 FINISHING A. Exposed Vertical Surfaces 1. Such surfaces shall have all tie rod holes filled, fins and rough edges removed and all defects removed or patched. Following this the surfaces shall be rubbed with carborundum stones and clean, clear water until a smooth surface, uniform in color and texture has been obtained. This finishing shall be done as soon as is practical after removal of forms. 01276508 CAST -IN -PLACE CONCRETE 03300 - 7 jj 04/10 B. Unexposed Vertical Services 1. Such surfaces shall be finished as specified for exposed vertical surfaces except that no rubbing will be required. C. Flat Slabs 1. Flat slabs shall be troweled, after floating, and then lightly brushed to provide a "non-skid" surface. 3.3 EMBEDDED ITEMS A. All bolts, pipe, pipe sleeves, inserts or other fixtures required by the plans or these specifications to be embedded in the concrete, shall be set accurately in place and maintained in such positions during concreting operations. 3.4 TESTS A. Test certificates for cement shall be furnished as specified in Item 4.1 above. The Contractor shall furnish results of tests made by a competent commercial laboratory on each material source he proposed to use before start of construction and material shall not be shipped until such results have been examined by the Engineer and the source of material approved. Laboratory mix designs and conformation cylinders will not be required for this project. However, the proposed mix for each class of concrete shall be submitted to the Engineer for approval prior to placing any concrete. The cost of all pre - construction tests shall be borne by the Contractor. Additional test certificates shall be furnished on the aggregate if the material source is changed. B. Seven day and twenty-eight day compressive tests shall be conducted on all cylinders. A minimum of 2 cylinders shall be taken per cast in place manhole or at each placement of fifty cubic yards. 3.5 REINFORCING A. Bar Reinforcing 1. Except where plain bars are specifically shown on the plans, all bar reinforcing shall be deformed bars. The deformed bar reinforcing shall conform to the requirements of ASTM A-615 Grade 60. Plain steel bars including 114 inch diameter bars shall conform to the requirements of ASTM A-307, grade 60. Weldable reinforcing bars shall conform to ASTM-A-706. B. Welded Wire Fabric I. Welded wire fabric shall be as designated on the drawings and shall conform to the requirements of the Texas State Department of Transportation "Standard Specifications, for Construction of Highways, Streets and Bridges" Item 440.2 Materials. C. Storing Reinforcing 1. Reinforcing stored at the site shall be protected from accumulation of grease, mud, or other foreign matter and from rust producing conditions. Bars shall be free from loose flaky rust, scale, oil, mud or structural defects when incorporated in the structures. D. Fabrication and Placing 1. Reinforcement shall be accurately fabricated to the dimensions and shapes shown on the plans in accordance with the ACI Manual of Standard Practice unless variations are specifically shown on the plans. 01276508 04/10 CAST -IN -PLACE CONCRETE 03300 - 8€=x 2. Reinforcement shall be accurately placed and adequately supported by concrete, metal or other approved chairs, spacers, or ties and shall be secured against displacement. Reinforcement shall be placed in specified positions within the following tolerances: a. Depth in structural slabs, flexural members, walls and columns: ± 1/4 inch. b. Longitudinal location of bends and ends of bars: + 2 inches except that the required concrete cover at ends of members shall not be reduced. 3. Unless noted otherwise on the Contract Drawings, the concrete cover for reinforcing shall be in accordance with the requirements of the ACI Building Code Requirements for Reinforced Concrete (ACI 318). 4. Splices shall be made as shown on the Contract Drawings by lapping the bars the required amount and securely wiring them together. Where details of splices are not shown or where unanticipated splices are required, they shall be made in a location approved by the Engineer and the length of lap shall be as required by the ACI Building Code Requirements for Reinforced Concrete (ACI 318). 5. Reinforcing bars partially embedded in concrete shall not be field bent, except as indicated on the Contract Documents or permitted by the Engineer. 6. Torch cutting of reinforcing bars will not be allowed. 7. Mats of wire fabric shall overlap each other sufficiently to maintain a uniform strength and shall be fastened securely at the ends and edges. 3.6 JOINTS A. General 1. Construction and expansion joints shall be constructed at the locations and in accordance with the details shown on the drawings. If it becomes necessary to stop placement of concrete between joints, or if the Contractor desires for his own convenience to construct joints other than those shown, such joints shall be made only at locations approved by the Engineer and all such joints shall be constructed in accordance with the plans and specifications. 2. All horizontal joints shown on the plans shall be made truly horizontal and chamfered. Vertical joints shall be truly vertical. 3. Before concreting operations are resumed at any construction joint, or wherever fresh concrete is to be bonded to hardened concrete, the surface of the hardened concrete shall be cut or chipped to remove laitance and expose aggregate. The surface of the concrete shall be thoroughly cleaned, saturated, then sloshed with a coating of neat cement grout against which the fresh concrete shall be placed before the grout has attained initial set. Care shall be taken to insure that the first layer of new concrete contains sufficient mortar for adequate bond. B. Expansion Joint Materials 1. Where pre -molded expansion joint material is shown on the plans such material shall be 1/2 inch bituminous type preformed joint filler, AASHTO M-33. C. Joint Construction 1. All joints shall be constructed in a workman like manner with joints truly vertical or horizontal, as required, and at right angles to the axis of the member in which the joint occurs. Expansion joint material shall be accurately positioned and held in position during placement of concrete. 01276508 CAST -IN -PLACE CONCRETE 03300 - 9 04/10 3.7 3.8 WATERSTOPS A. General 1. Where waterstop is shown or required it shall be of the materials specified herein and of the dimensions shown on the drawings. All installation of waterstop, including splicing joints shall be in strict accordance with the manufacturer's recommendations as approved by the Engineer. B. Polyvinyl Chloride Waterstop 1. Polyvinyl Chloride (PVC) Waterstop shall be 6-inch, 2-bulb type with minimum thickness of 3/8-inch and minimum bulb diameter of 3/4-inch and shall be of the serrated type, 6-inches wide weighing not less than 110 pounds per one hundred linear feet in all locations. 2. The waterstop shall be fabricated from a plastic compound, the basic resin of which is polyvinyl chloride, with additional resins, plasticizer, stabilizers or other materials such that, when compounded shall conform to the requirements of Corps of Engineers Specification CRD-C-572-63. No reclaimed PVC, nor any PVC compound other than that specified herein shall be used. The manufacturer shall, furnish an affidavit certifying compliance with this specification. 3. All installation, including spicing joints, and intersections, shall be in strict accordance with the manufacturer's recommendations, as approved by the Engineer. All splices must be made with an electrical welding appliance specifically fabricated for use in the welding of PVC waterstop joints. Devices utilizing externally applied head will not be permitted. C. Cold -Joint Waterstops 1. Cold -Joint water stops shall be as manufactured by Synkoflex Products, Inc or approved equal. The material property shall conform to ASTM D71, D217 and Federal Specifications SS-S-210A. Provide the cold joint waterstops as indicated on the drawings. Contractor shall submit manufacturer product information for approval. Installation shall be per the manufacturer's instructions. CURING AND PROTECTING A. All concrete work shall be covered with burlap or other suitable material as soon as it has set sufficiently to prevent marking and kept wet continuously for at least five (5) days. Care shall be taken to prevent mechanical injury to concrete work during this period and until the work is accepted. Any work damage prior to acceptance shall be repaired to the satisfaction of the Engineer. B. All concrete work shall be protected until such time as it has set up sufficiently to prevent damage by vandals. C. In lieu of the above method of curing, the concrete may be cured by applying a liquid membrane coating to all exposed surfaces, provided the materials and method of application are first approved by the Engineer. The coating shall conform to A.S.T.M. Designation C-309. D. Suitable means shall be provided to prevent concrete from freezing for not less than 72 hours after placing. Any concrete damaged by freezing shall be removed and replaced by the Contractor at his expense. The addition of any admixture of chemicals to the concrete to prevent freezing shall not be allowed, unless specifically approved by the Engineer. 01276508 CAST -IN -PLACE CONCRETE 03300 - 10 17' 04/ 10 4 --' 3.9 DEFECTIVE WORK A. Any defective work disclosed after the forms have been removed shall be immediately removed and replaced. If any dimensions are deficient, or if any section is not constructed to the proper grade, or if the surface of the concrete is bulged, uneven, or shows honeycomb, which in the opinion of the Engineer cannot be repaired satisfactorily, the entire section shall be removed and replaced at the expense of the Contractor. 3.10 FORMWORK REMOVAL A. Forms may be removed only upon approval by the ENGINEER. In general, removal of wall forms within 24-hours. Adequate reshoring shall be placed when forms are removed and backfilling has begun, and shall remain in place until the design 28 day compressive strength is attained. The attained strength shall be determined from standard test cylinders molded, cured and broken in accordance with ASTM C31. The strength of the concrete shall be assumed to be the average strength of the two cylinders tested. If the Contractor wishes to determine the strength of the concrete prior to the 28 day tests, the Contractor shall bear the cost as well as the responsibility of obtaining additional cylinders as well as the tests. B. It shall be the responsibility of the Contractor, in all form removal, to prevent .damage or marring of the concrete surfaces. 3.11 BACKFILLING A. Backfill behind and adjacent to all concrete work shall be made from good quality topsoil. This material shall be free from organic material such as leaves, grass, roots and other unsuitable materials and free of rocks or stones. The Contractor shall provide a smooth, even slope between the existing ground and the top of curb or other concrete structure. B. Care shall be taken during the backfill and cleanup process not to scrape, chip, crack or otherwise damage the concrete including tire marks from equipment or trucks. Any damaged concrete will be removed and replaced at the expense of the Contractor. END OF SECTION 01276508 CAST -IN -PLACE CONCRETE 03300 - 11 ( 04/10 SECTION 03600 W"T91TWA PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. Grout is specified herein and shall be used where indicated in the Contract Documents as specified. The Contractor shall furnish all material and perform all operations in connection with the grouting of pump bases and other miscellaneous uses, such as concrete patching. PART 2-PRODUCTS 2.1 NON -SHRINK NON-METALLIC GROUT A. Non -shrink non-metallic grout shall be used where indicated on the drawings. The grout shall be Masterflow 713 grout by Masterbuilder, Five Star, or approved equal. B. The grouting as installed shall be capable of developing a minimum compressive strength of 10,000 pound per square inch at twenty-eight days, when tested in the form of 2-inch cubes. 2.2 SAND CEMENT GROUT A. Sand cement shall be used as indicated on the drawings. The grout shall contain 7-1/2 sacks of cement per cubic yard of grout and shall contain only sufficient water to provide required consistency. The sand shall be as specified for concrete in Section 03300. Curing requirements shall be as specified for concrete in Section 03300. PART 3 - EXECUTION Not Used END OF SECTION 01276508 GROUT 03600 -1 04/10 No Text PART 1- GENERAL 1.1 WORK INCLUDED 1.2 1.3 SECTION 09900 PROTECTIVE COATINGS Furnish labor, materials, equipment, and incidentals to material and equipment as specified herein, incl application of coatings. ABBREVIATIONS ANSI American National Stan AW WA American Water Works FRP Fiberglass Reinforced Pl MDFT Minimum Dry Film JZc MDFTPC Minimum Thickness mil Thousandths.. NRIP Military Spec' OSHA Occupational Saf PSDS ,JNtoWmtem Data C. r try to apply protective coatings preparation of surfaces prior to uct Data: the ' Data Sheets: For each system ed herein, furnish a Paint System Data Sheet (PSDS), echnical Sheets, and paint colors. available (where applicable) for each uct us _ the paint system, except for products applied by equipment A sample PSDS form is appended at the end of this section. 2. The ommation shall be submitted on a system -by -system basis. 3. The C ' ctor shall also provide copies of the paint system submittals to the coating applicator. 4. Indiscriminate submittal of manufacturers literature only is not acceptable. Where ANSUNSF Standard 60 and 61 approval is required, submit ANSI/NSF certification letter for each coating in the system indicating product application limits on size of tank or piping, dry film thiclmess, number of coats, specific product tested, colors certified, and approved additives. Provide TCLP test data for lead and other regulated heavy metals in non -recyclable, slag type abrasive blast media to be used on the project. Acceptable abrasive test data shall indicate the abrasive mnanufachm, location of manufacture, and media gradation and type. 01276508 PROTECTIVE COATINGS 09900 04/10 Surface preparation will not be permitted to begin until acceptable test data has been submitted. D. Colors charts of each paint system. E. Quality Control Submittals: Furnish the following: 1. Applicator's Experience: List of references substantiating the requirements as specified 2. Factory Applied Coatings: Manufacturers certification stating factory applied coating systems meets or exceeds requirements specified herein. 3. If the manufacturer of finish coating differs from that of shop primer, provide both manufacturers' written confirmation that materiAl are compatible. 1.4 QUALITY ASSURANCE A. The paint manufacturer shall provide a re surface preparation and painting as assurance, and to determine com Specifications, and as may be associated with, the manufacturers B. Applicators Experience: Minimum specified products. Sub 't a list of rep projects. The Engineer:, ve the re discretion of the En gin icata the experience requiremen C. Continuity of Contractor. ntrac ENGINEERow Asy. revlacem of the iLa 1. Ind. and nd names of nces for those five years ex nce, when at the and capabilities meet the intent of shall be coordinated with the will require notification of Ffoval by the OWNER. surfaces prepared in accordance with these loons and recommendations of paint manufacturer x 'de E ER d? 3 days' advance notice prior to start of surface mnw Ypr '�on w coating £o � ; on work. 3. Ferfa rk o " the presence of ENGINEER, unless ENGINEER grants prior approv rfo work in Engineer's absence. Approval to perform worjC in the Engin absen limited to the current day unless specifically noted to xtend bey a comple ian of the workday. lion b r. ENGINEER, or the waiver of inspection of any particular portion F. wo 1 not be construed to relieve the Contractor of responsibility to in accordance with'these specifications. 1.5 PAINT DELIVERY, ORAGE AND HANDLING A. Deliver paint to the project site in unopened containers that plainly show, at the time of use, the designated name, manufacturer date, color, and name of manufacturer. B. Store paints in a suitable protected area that is heated or cooled as required to maintain temperatures within the range recommended by the paint manufacturer. C. Shipping: 01276508 PROTECTIVE COATINGS 09900 04J10 tl 1. Where precoated.iiems are to be shipped to, the jobsite, protect coating from damage. Batten coatod items to prevent abrasion. 2. Use nonmetallic or padded stings and straps in handling. 3. Items will be rejected for excessive damage. 1.6 WARRANTY 1.7 1.8 PAINT AND COATING MANUF A. B. C. I fiat of the gene of representative descriptions of Sces. Contact rest the project (Able to supply most COATING APPLICATORS: state, and local requirements limiting the emission of volatile is information may be secured through the local office of the Air Pollu Officer. Materials Inc "Primer and Finish Coats: Produced by same paint manufacturer. Turners, Cleaners, Driers, and Otter Additives: As recommended by paint manufacturer of the particular coating. Where coatings are required to meet ANSI/NSF Standard 60 and 61, addition of thinners, driers, and other paint additives not approved under the ANSI/NSF certification letter will not be permitted without written approval from the ENGINEER. Paint products are listed according to their approximate order of appearance in the paint systems. The letter desipating the manufactmw code refers to Article PAINT AND COATING MANUFACTURERS. 01276508 PROTECTIVE COATINGS 09900 04110 1.9 Product Deflnidon Polyamide Epoxy, High Solids Polyamide or polyamine cured epoxy, capable of 4 to 8 MDFT per cost, percent of volume solids 700/a minimum, suitable for immersion or buried service. MANUFACTURER CODE: A Moisture Cured Zinc Primer Single component, moisture cure urethane based, 12 lbs. metallic; zinc content per gallon minimum, unlimited recoat period. MANUFACTURER CODE: A Moisture Cure Urethane Single component; moisture cured urethane intermediate and top' coat, suitable for high In and condensation, unlimited recoat Period.MANUFACTURER,4 A Inorganic Zinc Primer Solvent or wa s. metallic zinc content per gallon n fa afar ommendation for top coating. MANUFA CODE: A Polyurethane Enamel Tw 'aliphatic or acry polyurethane; high gloss finish, ' ci. COD. • A Rust -Inhibitive Primer Single -parka with anti -co pigment loading; be alkyd,ter, chlorinated ru WE: A A Polyurethane , plural t, 100 percent solids, non -extended d 'table for or immersion, and shall be one of the fo .ng rudu .- ter azelwood, Missouri; 2. t, ancover, WA; i 3. eer Fusion Bon g 1000/9 so thermosetting, fusion bonded, dry powder epoxy or in, suiffible for this intended service. R CODE: E A. de as selec the or Engineer. B. ated with is free of lead, lead compounds, or other materials which might be aff the of hydrogen sulfide or other gas likely to be present at the project. C. Proprie n ' n of colors is for identification only. Any authorized manufachrrer may supp D. Equipment _ ... 01276508 PROTECTIVE COATINGS 09900 04/10 j 2.2 REGULATORY REQUIREMENTS A. Meet federal, state, and local requirements Iimiting the emission of volatile organic compounds and worker exposures. B. Protect workers and comply with applicable federal, state, and local air pollution and environmental regulations for surface preparation, blast cleaning, disposition of spent aggregate and debris, coaffag application and dust prevention including, but not limited to the following Acts, Regulations, Standards, and Guidelines: 1. Clean Air Act 2. National Ambient Air Quality Standard 3. Resource Conservation and Recovery Act (99 C. Comply with applicable federal, state, and 1WAR! s for confined space entry. D. Provide and operate equipment that meets arequirements 2.3 ENVIRONMENTAL CONDITIONS 01276508 PROTECTIVE COATINGS 09900 04/10 F. CONTRACTOR to provide personnel properly trained in the operation and maintenance of the dehumidification equipment or provided training by the dehumidification equipment supplier. G. Daily maintenance requirements of the equipment shall be documented in writing and posted near the equipment for review by the ENGINEER. H. Reblasting of flash rusted metal surfaces or removal of damaged coatings, as a result of equipment malfunction, shutdown, or other events that result in the loss of environmental -' central, will be at the sole expense of the CONTRACTOR C i 2.5 VENTH ATION AND ILLUMINATION, - A. Adequate illumination shall be provided while R in progress. Whenever required by the inspector, the CONTRACTOR shall pr 'tional illumination and necessary supports to cover all areas to be insp e 1 of illumination for inspection purposes shall be determined by the B. Ventilation shall be used to co at dust us conditions within confined areas. Ventilatic"i flow ll be- in accordan OSHA regulations and _. as required to reduce air contatxina nonhazardous conditi t. P . 2.6 SURFACES NOT REQ G y A. Unless otherwise stited h N the fa g areas or items will not require painting. � I.Conc anry 2 N rustokN s as copper, bronze, monel, at chr plate„ n really ` weathering steel, and stainless r-. stee t wh 'cal a. for insul between dissimilar metals. 4 steel in concrete or masonry, or aluminum con th con C. 'pmen iping is required. 3. Nanm h as glass, PVC, wood, porcelain, and plastic (FRP) except as hi painting or color coding. refinished 'cal architectural items such as motor control centers, 1 'tchboards, hgear, panelboards, transformers, disconnect switches, acoustical inets, a rs, building louvers, wall panels, etc.; color coding of equipment 5. Na trical conduits attached to unpainted concrete surfaces. 6. Cathodic •on anodes. 7. Items sped ed to be galvanized after fabrication unless specifically required elsewhere or subject to immersion 2.7 PREPARATION OF SURFACES 1. k Surface Preparation Inspection~ 1. Inspect and provide substrate surfaces prepared in accordance with these Specifications ` and the printed directions and recommendations of paint manufacturer whose product L 1 is to be applied 01276508 PROTECTIVE COATINGS 099M 04/10 2. Provide Engineer minimum 3 days' advance notice prior to start of surface preparation work or coating application work. 3. Perform such work only in the presence of Engineer, unless Engineer grants prior approval to perform such work in Engineer's absence. B. Metal Surface Preparation: 1. General: a. Do not perform a surface preparation blast prior to submission of samples. Workmanship for metal surface preparation as specified shall meet current Steel Structures Painting Council (SSPC) Specifications as follows: (1) Solvent Cleaning: SP 1 (2) Hand Tool Cleaning: SP 2 (3) Power Tool Cleaning: SP 3 (4) White Metal Blast Cleaning: S (5) Commercial Blast Cleaning: (6) Brush -Off Blast Cleaning. M (7) Pickling: SP 8 (8) Near -White Blast Cl SP 10 (9) Bare Metal Power T aping: SP 11 b. All surface preparation of ne 'pment surfaces s assumed to be on a SSPC Grade teel surface co s specifically ' otherwise. C. Wherever the " lvent cl and tool cleaning", brushing", or "blast cleaning", words of intent are used in these Specifications or in paint man a 'fications shall be understood to refer to the applicable SSPC Sp catib above :.- d. or EP do des d abrasive blast cleaning, wet ethods g idanufacturers' recommendations wet bl 'tives an t appli shall apply. e. tool cl eas that 't be cleaned by power tool cleaning. 2. Welds i 3. No " cutting rye s on the weld bead. o we tter on or nt to the weld or any other area to be painted. (3) " ° or ridges along the.weld bead. b. Grind ded of electrode or wire flush with the adjacent surface of the weld welding fluxes, and other surface contaminants prior to blast b. ods: Steam, open flame, hot water, or cold water with appropriate det "" ditives followed with clean water rinsing. c. Clean Mail isolated areas as above or solvent cleaned with suitable solvents and clean cloths. d. Round or chamfered all sharp edges and grind smooth burrs, jagged edges, and surface defects. 4. Blast Cleaning Requirements: a General: (1) Type of Equipment and Speed of Travel: Designed to obtain specified degree of cleanliness. 01276508 PROTECTIVE COATINGS 09900 y 04/10 r day I& are sandblasted. Reblast surfaces that have hanical or ohemical methods for the degree of cleaning stem in accordance with SSPC SP-13, Surface preparation 4. Unles aired for proper adhesion, ensure surfaces are dry prior to coating. 5. Bug hole pockets, and other voids in the concrete will be filled or patched in cheYn cal exposure areas, secondary containment, and where specifically required. 6. Concrete Surface Preparation Inspection; a. Adhesion Testing: (1) Tensile testing of the surface preparation shall be performed by the Engineer as necessary using Type 4 or Type 5 pneumatic adhesion testing equipment in accordance with ASTM D4541 using 2-inch diameter dollies for concrete surface adhesion testing. (2) Concrete_ surface or applied coating shall be scoffed for concrete adhesion 01276508 PROTECTIVE COATINGS 09900 04/10 1. ENGINEER shall conducted coating thickness testing as necessary and without limitation. Testing conformance to the requirements of SSPC PA-2 is specifically excluded from this specification. 2. Measure coating thickness specified in mils with a magnetic type dry film thickness gauge as specified. 3. Check each coat for the correct milage. Do not make measurement before a minimum of 8 hours after application of the coating. 4. Tests for concrete coating thickness shall be with a Tooke Gauge, a destructive test. Contractor shall repair coating after thickness testing. C. Coating Continuity Testing 1. Test finish coat, except zinc primer, gals d elastomeric coatings in excess of 20 mils dry, for holidays and disc on ' with an electrical holiday detector, low voltage, wet sponge type as speci 2. Holiday detect coatings in excess and concrete and secondary containment coatings with ' a e mmended by the coating manufacturer in accordance RP0188. 3. Holiday detect coatings on buried application 'gh voltage spark tester in accordance with NACE 2.12 CLEANUP 2.14 PROTECTIVEVPAAW SYSTEMS AND APPLICATION SCHEDULE A. Unless otherwisE shown or specified in these Specifications paint or coat the work in accordance with the following application schedule. B. In the event of discrepancies or omissions in the following, request clarification from the Engineer before starting the work in question. -1 01276508 PROTECTIVE COATINGS 09900 j 04/10 �J System No. Tub I SUBMERGED METAL POTABLE WATER. 8B BURIED N[ETAL —FIELD 10 GALVANIZED METAL GALVANIZED METAL 29 FUSION BONE �"24GLI_ Li C.'System No. I Submerged Metal - Water: — ------'-p----and -----—' Surface Prep. Paintmawrial Min. Cogs, Cover Abradve, Bhwt, or Ceaffifta Wheel Blast (SP 10) Moisture Culled Zinc Rich Prhm 1 22!� 3 MDFT 14oisture Cured Lhvdiane I coat, 5 MDFT ' 01276508 PROTECTIVE COATINGS 09900 04/10 --- E. F. 2. Application: a. All new exposed metal surfaces, located inside of structures, manholes, or vaults and/or subject to high humidity or condensation. b. All surfaces with shop applied fusion bonded epoxy or other two component coating system shall be prepared as specified for Existing or Shop Applied coatings and top coated with the specified coating material. Final color shall be uniform in appearance. System No. 5 Exposed Metal - Mildly Corrosive: 1. Surface Preparation and Coating System Surface Prep. Paint Min. Coats, Cover Abrasive Blast, or Centrifugal Wheel Blast (SP 10) Inorganic Zin ;ups l coat, 3 MDFT Fol 1 2 coats, 6 MDFT IL '55fth.- S Min. Coats, Cover Abrasive B Centri Wheel Blast (SP Rust-Inh ` e Primer l coat, 2 MDFT Alkyd E 2 coats, 6 MDFT M.. G. rfac-10hew and existing located inside or outside of sed to weather, including metal doors and frames, metal ductwork, fleshings, sheet metalwork, ectural metal trim. vents, and The s preparation and primer shall be applied to all surfaces prior to Finish coats need only be applied to the surfaces exposed after on of construction. b. preparation and primer shall be shop applied to all surfaces prior to installation. C. Insulated piping shall be primed and epoxy coated under the insulation, but may be fully coated at the CONTRACi'OR's option before insulation is applied. d. Wash primer to be substituted for inorganic zinc rich primer on galvanized surfaces, see System No. 10. System No. 8A Buried Metal, Shop Coated: 1. Surface Preparation and Coating System: 01276508 PROTECTIVE COATWGS, 09900 04/10 EL 1. Surface Prep. Paint Materials . Min. Covers, Cover Abrasive Blast, or Centrifiigal Wheel Blast (SP5) Po4intfliane 1 coat, 35 MDFT 2. Use on the Following areas or surfaces: a. All buried steel pipe shall be shop coated in accordance with Section 09910, Pipeline Coating. b. All buried or concrete encased ferrous metal pipe, fittings, and appurtenances shall be shop coated with this system, specified otherwise. C. Epoxy coating in accordance witho. 1 shall be allowable in lieu of System No. 8A only when appm the Engineer. Manufacturer shall specifically request the use of . 1 in writing for Engineer review and approval.; System No: 8B Buried Metal, Field 1. Surface Preparation and Coa ' Surface Prep. Paint Material Min. Coats, Cover ent Clean (SP 1) Followed Hand Tool (SP 2) or Power fby l (SP 3) Wash Primer 1 t).4 NIDFT Finish Coats to Match Existing Paint I As Required to Match Surrounding Area 01276508 PROTECTIVE COATINGS 09900 04110 2. Application: a. All galvanized surfaces requiring painting J. System No. I I Galvanized Metal Repair: 1. Surface Preparation and Coating System Surface Prep. Paint Material Min. Coats, Cover Solvent Clean (SP 1) Followed Organic Zinc Rich Primer 1 Coat, 3 MDFT by Hand Tool (SP 2), or Power Tool (SP 3), or Brush-off Blast (Sp fix:; 2. Application: a. All galvanized surfaces K. System No. 29 Fusion Bonded Coati 1. Surface Preparation and Co Surface Prep. Abrasive Blast, or Cen Fusiot Wheel Blast (SP 10) or ' y i s 1 abradodNId, or otherwise damaged. ystem 1 Matq* Coats, Cover �r �1 Bon /o solids 1 or 2 cod0 MDFT ` or Pol bey ' coated and intended for burial, 'dity an condensation, and pipe vault - ifically specified j urfaces: { `couplings. g this section) OF SECTION 1[ ,ll 17 r� 01276508 PROTECTIVE COATINGS 09900� 04/10 f Attached products' Technical Data Sheet (if applicable) to this sheet for each paint system submittal. Paint System Number (from spec.): Paint System Title (from spec.): Coatings Manufacturer: Representative. A A-r Surface Preparation: dol- Paint Material (Generic) Additional Infornij in I Product Coats, Coverage 01276508 PROTECTIVE COATINGS 09900 "10 No Text 1.1 1.2 1.3 PART I - GENERAL WORK RESULTS SECTION 49918 PDWJ.,M COATR4M AND LININGS tqM wrap or polymvdww and field repair of coating d po4vlc& coad" system, and, AuH be over coated with cement OM, PROTECTIVE ftm dut of the shop %VW *w, provide the two coating dais are conVatflk A. 1. 'on and coating application sWervisor (Catified enwience q*lyin dwspeccified 2. CoatingWpficafim pasomwL whom have dhW coating Wficafi(m reR)owibilfty, shall have a mmumn of 2 yeats pal cqxnmce in apphcaum of the indicated coating SYSUM 3. Coating applicator shall be ouffM by the coating mmffacum as an approved appficator. B. Coating and/or fining mam&chm technical dative ftH be present for a minimum of three days technical assistance and instruction at the start of coating and/or living Operations within the shop Daring this visit, the Udwical representative shall observe 01276508 PEPELME COATH40S AND LDW40S 09910 04/10 1.4 ABBREVIA: 1.5 rr e: Employer of coating mana(hcturer who is factory trabW vl in hnical aspects of t air proclocts and systems. Sales �tives as a technical representative unless written authorization coating taure is provided which states the sales representative has full Lo sex on of tine coating manufacturer. 1.6 RE AWWA C205 —Cement-Mortar Prohtive Lining and Coating for Steel Water PVe 4- ineh and Larger Shop Applied. AWWA C209 Cold Applied Tape Coatings for the Exterior of Special Sections, Connections, and Finings for Steel Water Pipelines. AWWA C210 Liquid -Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines. AWWA C214 Tape Cong System for the Extern of Steel Water Pipelines, 01276508 PIPELINE COATINGS AND LU40 GS 09910, 04/10 SSPC-SP-6 1.7 1.8 LntWdw Ownw and guaarttoe the worm p and materials for a period of two (2) Of the work er Represa mative a minimum of 14 days advance mice beguiling for shop or field observation. Provide Owner notice, for actual start of surface preparation and coating B. Pro ' shall "":on ro allow ownees reprrrseatadve fall access to facilities and rota resurding coating aPPr C. t7bservafi ' w's representative or the waiver of won of any particular l� . porter of tine shall not be coed to rive the Go�ctw of his responsibility to perform the work in accordance with these Specifications. IT Meals shall be subject to obsers►a don. for suitability as #re Owner's restive may elect, prior to or during mcogxxation into the work. D. Perform such work only in the presence of Ems, unless Engineer grants prior approval ( to perform such work in his absenm I[ ( 012765M PEPELiNE CXOAT MS AND LI M40S 09910 !. 04110 ff`:c PART 2 - MATERIALS 2.1 GENERAL 2.2 CONTRACTOR PROVIDED TEST A High Voltage Holiday Tester 2.3 EXTERIOR A. Gem 1. testers, 0 to 30 kV d carrying case for shall deliver both holiday testers Teq 42-Me is diameter shall be coated m 'A C21 1S, or C222, owept as modified herein, at the t 1 1 i 7#i�^ { F f „''�, 1 t 11 :.Y Y'1' 1':1I;Yw t !. 01276508 PIPELINE COMMS AND LUM40S 09910 04110 1 ;�t t:i: I� i ). % 1! 41 •: II f �o111t1£i t 1 r t;: t:r j 1 v1'1 tilt tt `` ��.1� _ .C( i rt 1 3t : t [ N.3 i N i'� �Y� 2 ' ilr: 1� 1't t.!2 k-!III; IIE) • ✓.I) 1 It-:-}t'i:17 t'—E 21 :•42�. �-. 1 it twt 2E1 i Fi E.i i 11:" 1•: i 1 � a t t I t S ilEi tit 1' it i t f +t' f ) i-1 /: 1 � / •: t, t :.Yi. it .• •,+•i t,. t[ 11 L (Y i � i .1; '.1�71 11' II': EI:U.r 1 of. fUli tl 5� f�i�+ " �a��• � �k�9� `•i t 2 n 3 f t 1 iS1 ; 1 F;2 =^ :�1.2 t i �ti :1 I��n2E :t•1 .•t ���9 �Z YYi t_ 1; i i �"'� --¢ ,..ti` i1, .1' 11.11 i .1 i .• EI It .1 -'2 y'� i f! 1' ! i :: h: it i^: Iiltr mil '.i ►' 1/.- : II'' vW It 1I::+C� d{i.:• .•f ijt S171'�11'..1 1 YIti:IIE' 71:Ie.ir;! II( 11 1 at if t ''�•i +11 .f::-f MI•: 111.E :C 3.•li :SI': 1 :!t i; :2 it YI 1•:: i.4 }/t ft. E£ . $! >:: 2 # .. II:.1 !i t:4! i'1.; If '•t.r4 t .{ ifl.� sal./1 I, I:�t / i •:�11 .'E, f•I 1lt.0 :.tr: t.: :tltl1- . F / t; i' .•43 i 1 ii w•;t i / V :.1 .1i1 i':F�l Li; i:liil:lSl 1!i i El. iif E7+: f. Ell :i F till i t :It Ii! 1 f 12 tc'. `t} ttE 1'[A / 11 E 17Fi F!it b IAuctil'a inn pipe:. SSPC-SPl©, Now -White Metal blast, as sgedfied in Dudit Iron Swfim Ptgxm tidn, this see im Blast profile shall be as 0127650 PUIE M COATINGS AND UlIRCS 04/10 09910 by the coating mamiftcu er that will not mu t in delammating of 01276508 PIPELINE COAT NGS AND LDM40S 09910 04/10 I 2) shall be by the in cones with the or St ed Grit, SSPC- t5 mils}, Angular Profile, 90 Peak Count and recorded using surface profilon. auamx&ctu Ws written 40 mils maxiamnm oven or other accelerated cures will not be a: Sheet, steed pal„ or steel pipe as r+equhW for test procedurc. entity- Three minimum fi)r each test performed or as required by Tea Standard, whichever is move suingent. (a) Testing shall be perkemod by a certified independent labomtocy testing aqwcy with a any five years experiram in the ice of ASTM tee pmeednres on coating systeaaas. (b) All . sib be at room tempermM unirss specifically required o6 ezwise by the ASIM test procodum. Wager Absorpdm (ASTM DS") (a) C*eria- 1.00 par+cent' (b)McdXKtLeing-term Immersion - (c) Sample. Sbeet,1 am mWdmUU ddcknm If 1 01276508 PME CQATDIGS AND LDUNG1S 09910 WO 9- (c) No (d) Equip Posi (e) Doilies: 20 to metal substrate, identify t�rA,Aony size for (9) 614) 1) As mired by the ASTM test method, and the following additional ition: ISample pod preparation daft and identificadon (d) Surf m pWandon method and allusive (e) Surfame Peron profile and peak count (f) Coating lot and date ofmanubcture (g) Appon spray gmand equipm� used 01276508 PIPELINE C©AT24GS AND LININGS 09910 04110 2.4 F F. �� (h) Application tempaatures of coating materials and material temperature =C '! tY. 1Mr, .....',C cat to not mom than 3 parts f 1 t'tE f il Q lt•: t _il fl • ` P ;..I 1 f !6 l/3i E :a I,f i; E ti•:'1 '7' f SHOP 1. MWand q,6 t mortar Ime sted pipe and fittings in awoklance with AWWA 2, C nform to ASTM C 130, Type II. 3. S'hvp ed cement mortar lining shall be unikem in ducimess over die full length of the pipe )Oita. 4. Awe shall be stilka sand or otter aggregate that is not subject to leaching. Corm to ASTM C33. S. Water for cement mortar: Clean and fine fiom organic matter, strong alkalis, vegetable matter, and other des. B. Phual Comet Polyvu tw. 01276508 PIPELINE COATRM AND LININGS 09910 "10 4. 5. 1. 3. 4. 5. 3) Endura-Flex 1988,1%0 joint- —I& -','x. 2.5 SPECIALS, FnMNGS, AND CONNECTIONS CA; conducW within two years of to coating performance criteria ring in all cement mortar lined metallic pipe at two pipe dianwters on each side of the insulated A- Coating and lining application fir *=W secdons, connecdonk and fimings for sled or ductile um pipe shall conform to coating system and application requwm=b as specified this section. 01276508 PREUNE. COATINGS AND LININGS .09910 04/10 B. Specials, fitters, and oonnections shall be defined as any pipe section with tcurnou is for blowoffis, interconnect, any valve, or other appw, Wnm ces; tees; crosses; wyes; laterals; manholes; mitered angles or elbows; and: pipes whim require special won that prevents mechanical pr+odtiction application of the specified coating system frmn end to cad of pipe joint. C. In addition to the item listed as specials, the f Glowing kerns shall also be considered. as 1. Pipe joints with pass &vugh holes. D. Hand applied tape coatings will not be permitted on any specials, fittings, conne cdons, and elbow fittings. R Specials, fittings, and cons shall be a with a po4mredharie coating system, applied from end to end of pipe joint on tais, fittings, and connections. ((� 0127630 PIPELIM COATINGS AND LININGS 09910 l 04/10 shrink sleeves to adnerve the: necessary width on pipe joints will not be permitted withoiA Faigincer approval. 5) Sleeve shall meet require f)r "Well Altar BackW when allowed SPl 1 Power Tool to Bare Metal. rot Tatum wax 3 k ' Ft leum or petrolatum wax 4) Tage. 1 petrolatum wax impregnatod fabric, 6-inch thick PVC or tape suitable for application to inner tape. g. shall be as manufactured by: 1) N can 2) 3) ved equal 4. M Ling or Overcoat; a. cement nxxtm coated del pipe shall be mortar coated as specified after application of the specified joint coating materials, where app 'cable. b. Polyethylene foam4med fabric with stecl strapping of sufficient strength to hold the fresh mortar, resin rodding of the mortar and allow excess water to 1) 100 percent closed -cell 2) Chemically inert, insolWe in water, resistant to a cW alkalis, and solvents. 3) Mantes and Produt Dow Chemical Company; Etlham 222. C. Fabric Bacidng: 01276508 PlIMLIM COATINGS AND IM41NGS 09910 04110 1) Cut and sewn into strips wads enough to overlap shop -coated areas by 4 inches an either side. 2) Strips shall have slots &x steel strapping on oaf edges. 2.7 IN TEMOR FIELD JOINT COATING A- Poiyuredmr a LiniV 1. Surfwe preparation and field lining of pipe joins doff be with the same coating system as the shop -applied lung. 2. Field %nAicatio n shall be parkoned by a ed contractor with equipment that meets the application requirements of the stem and personnel trained and vertu by the coating system, proper application of the coating syst= QuaiiW field applicator feted at least three other projects Of size and nm .f years using the same or similar r coating "Acm 3. Coating asppfirawr tint does the is can be rejected b3'die Eh&em 4. Field cuing application shall be the same shop -applied coating �. Provide he;nti oar deh cation t as required to tdw )roper canon. B. Mortar I. A ft r the backf ill letesi to the interior joint recess shall be filled with grout. tighd . into tdre Joint recess and troweled flush with the Wknor shah vets 2. At u �, Mete of the mortar aweeding 1116- i01276508 PIPELINE COATINGS AND LININGS 09910 � 04/10 recovery as ra mmeuded by the maaufaxuer. Sleeve length shall 3.1 01276508 PIPELINE COATINGS AND LDUNGS 09910 04110 �! I 11i I`ir��+'ry 11 4 ! 1' �S tl i i ,� b iA i4 1 4:—�1if 11l1;11 1 4; 11 1'1 �1 Ilf:tt rl 1 11 +f1 1; 1 >: •1 i • _ !; i 1 ! !� 7 • :,1 :� t' '>:11 i ' :11�/ Yf + ,i!'t i} � :it ! _�:! [t f _! � •1. •' ,t t•: ;. lF/;{ !1 1.•i' .!:' Ii It l 01276508 PH)ELOM COATINGS AND 124MS 09910 1 _ 04/10 necessary to achieve the specified performance and environmental conditions throughout the duration of the project. S. CONTRACTOR to submit written from dehumidification subcontractor for enclosure work area size, bulkhead venting, duct work for each butlichead section, any secondary ventilation requirements for costing cure, dust collection equipment CFM requirements, and drying requirements for blast host compressed air necessary to maintain environmental control as specified herein. 6. At a minimum, work area shall be separate into preparation work zones, coating application zones, and coating care zones. 7. Dehumfdication subcontractor shall either the equipment or provide training to CONTRACTOR on the proper and setup of dehumidification e. 1mdification subco provide a technical representative on site for a nyinimum of two 8 h to insure proper operation of the Wit, achievement of control, and to insure CONTRACTOR. can propedy te, and maintain the equipment. 8. Dehumidification shall be a manna ents all condensation or icing vxfimx coating � " coating cure. 9. Reblasting of flash runt ed m s or removal of coatings, as a result of equipment nui fimcdon, or events t in the loss of environmental 1, will be at a of the CO R Cleaned metal surfaces flash rustin cleaned to the a cleanliness as prior to the flash ' a and ed by the ENGINP.ER. 10. CONTRACTOR ambien perature, humidity, dew point temperature, and pipe ( only) both outdoors and within the VAOMWat the 'dpo" o work shift, minimum, but not 11. be LIZI: 3.2 SU .. CE PREP ten2tncx of the equipment shall writing posted new the equipment for review by the siee^v valves and other buried fittings and connections d A or approved equal. Contractor shall submit t ai� r review and approval by Enginm prior to 01276508 PIPELINE COATINGS AND LININGS 09910 04/10 2. f SMW ;&el aU dwV odges (bell shudders, 448ot ends, fitting odM etc.) to snwo Um by grinding. For some coating and lining applications CwtwW pipe lin5 , ew.), additional grinding may be nooesary prior to abrasive bhsWg in accordance with coating num-Awtures s I p c 0 1, 3. Surface Mpuation cleanliness shall be sWdw to &o eWivalwt SSPC swhce preparatwo grade as qxcified with cowultratim that colas of Usoled dwtHe um will not match that of abr&%vely blade d st"L Propedy cleaned 7e or cast iron will be a near -gray cokw. 4. Use SSPC SP grades as a surface prcparvfm VA& only for pamentago clesoffimm reqaired and surface contan*wnts venowt Abouive chwing AA remove the 01276508 MUM COMINGS AND LEND40S 04/10 09910 same peke of all surfix cantaminents (inchu ag tightly adhered annealing scale) as specified in the SSPC standard. 5. Avoid over blasting, high nozzle velocities, and excessive blast tunes. Abrasive blasting of cast or dactile iron shall be performed in a manner to avoid lifting or exfoliating of the metal swtm Pipe manufactured using the deLavaud Process (dual spray) are highly susceptible to exfoliation of the metal surface. Any surface exfoliation shall be removed by Winding followed by reblastmg. G. The entire surface area shall be abrasive blasted. No tight rust stains shall be allowed. 7. Applicator and Engineer will agree on an le level of blast at ti►e beginning of the project that will became the sta ndanrd � hio h all other blast work will be compared f 3.3 SHOP -APPLIED COATING SYSTEMS weld stripe tape to longittWmal or spiral pipe 9. lJolidaysTesting shall be conducted on the innar layer tape prior to proceeding with subwqueM tape layers. All holidays detected shall be primed and patch using coating repair procedtm specified herein. 10. Perform coating and lining repairs as specdW in this section. B. Extended Polyolefin Coating 1. Applicator shall provide a monitoring system approved by the Fagm= that constantly records pipe and material conditions during coating application. Recorded monitoring parameters shall include, but not be limited to, pipe 012765M PIPELINE COATWGS AND LININGS 09910 04110 7�� 7:�� F� - t7l" 7-77� 1. Steel pipe shall have a cement mortar coating applied in accordance with AW WA C205, except as modified herein. 2. Dielectrically coated steel Pipe, when specifically required or specified, shall have a cement mortar overcoat applied over the dielectric pipe coating in accordance with AW WA C205, except as modified herein. 3. Cement Mortar C,ostiag: a. Rcan� 1) For pipe and specials smaller than 48 inches in diamdfex, reinforce coating with spi Aly-wound No. 12 gage steel wire spaced at 1 inch cents or with No. 14 gage else at 1/2 inch centers positioned approgdmately in center of 2) For pipe and specials 48 ' in diameter and larger, reinforce mating with 2 layers of ound No. 12 gage wire spaced at 1 inch centers, or with No wire spaced at 1/2 inch centers positioned at &�We of 3) Lap ends of str 4 ' d tie or loop frce ends to asp contimhi orcement. 4) All steel wire pled in coating shall be electrically iso file E tri 'on will be tested Using volfASa manufactur to **nent to the site. Pr `cation that ei cal isolation of re- finish b. Special F' 1) Coating hale reinforced with 2-inch by 4-inch 6.13 in . arcing specified above. layer o h F 'ti approximately in center of for ler inches in diameter, 2 layers of m be eel at the third points of coating for specials 48 as specified in AW WA C205, except at dielectrically coated steel pipe as specified in mortar coating shall be applied over exterior pipe C. 012765M Pip►FLDM COATINGS AND LROM 09910 04/10 3.4 EXTERIOR COATM HOLDBACK A. Coating hdWbacks shall be straight and cut through the full thickness of the coating. B. Cutbacks be compk tad" in a mmum that pemits field dating of joints in accordance with the masnubichm's recommendations and as specified herein. C. Holdbacks shall be as required for pmpea jointing of pipe, considering .joint welling requimmeats, and as fAlows: Push-onjoftit�:ti l�t 11 i Ik: 3ilk!! t t t 1 � � filI "Il it lmil-�-. i fill Lam„ 1.4 x � Y n�'... A C215 1 Push-� 15 1 applied to bell or sp1 t it21'S zs,' itt;: z- t' 1 �t� .t• i, is ::.Flt ` �Ik i:t / f-:: .ti 01276308 PIPELINE COATINGS AND L1NMOSL 09910 04110 b. Primes application on spigot and of weld after backfill pipe joints shall be held back a minimum of 1 inch fmm end of spiW to 2-inch maximum or as necessary to p ovent toxic finnes daring field welding. 7. Any corrosion, within the holdback areas shall be abrasively blasted to near white metal in a moniance with SP 10 or power tool cleaned to bare metal in accordance with SPI 1 prior to applying joint coating. 3.5 PIPE LIN1NO APPLICATION A. Shop -applied Cement Mortar Lining. lining reinforced ire mesh. z in to minimize distortion or the Pfie. coating, or lining. sheet caps. Plastic end caps shall shipping, handling, and sturage = � s 1 / t 1 sus..' 1 M: a 1 a • r i 1 1 lFtF f.:f 11 1 ' "k 3 E to )i."•F: 1 1'I 1 1 �1 : 1 �! 1 I! s/ � `ti :Ytt;+•: 1 • 1 : 1 F .t t! :-t Y.:Na 2. 01276%8 P HI LINE COATINGS AND LR4R4GS 09910 04/10 3. Pipe Umpm*mv shall be. between 50 and 100 demos and 5 degrees above dew port, whichever is greater Coating application shall be perfrnmed in an envwomncntally controlled shop arft #hat meats or mcetds the written aavi enotaI application requires of the cog manufa cturer. Application in outdoor conditions will not be acceptable. 4. Coating applied in improper environmental conditions shall be rejected. S. Pipes that exceed the allowable quantity of coaling defects, regardless of size or ;i cause, shall be rejected _ . 6. Coating adhesion and holidays testing shall be geed as specified this section. Pipe failing the a&esion test shall be rejected. 7. Pipes with rejected coating shall be bare metal and reapplied in _ aczardanice with the quality assurance and the requirements of these 8. Perform fining repairs as specified C. Liquid Epoxy► 1. -'I Clew and coat the interior of mortar lined insulating joints or where specified with two coats of --' 2. Epoxy dating app1ied at - joints shall be to both sides of the - isolating joint: for a s pipe If side of tie joint C can be coated the shall be ' ' of tw `" diamete s. 3. Mortar lining wed to s or steam cured m e than 7 days prim to surface of the epm W coating application. Hand aliod mortar lirh ed to of 15 days or as required to meet the - u for application on cement or fie 4. 3. . 8 a all Wtanm and auk a 5. dry xY lining Apphcahon. 6. VOW o casts minimum, at a total coating thickness of 6 mils over cement mortar lmisg shad be inr gassing and Wiles in tier completed 3.6 a A. �. 72.C ve allkrease won by solvent wiping die Pipe and aftTwith SSPC-SP1, Solvent cleaning.. ud adjacent coating of all mud, corrosion, and other foreignd�c with SSPC-SPi 1, Po Tool Cleaning to Banc Mewl or brasive s accordance with SSPC-SP10, new white metal blast. Where required, elm the full cir�cxhmf ace of the pipe and a minimum of 6 inches onto the existing g. 3. Remove all loose or damage pipe coating at joint and either repair the coating as f 1 � herein or i the length of the joint coating, where reasonable and l 4. Compl ft job bonding of pipe joints befonc application. of joint coating. Joint bonds shall be installed as specified in Section 13115, CATHODIC PROTECTION. Joint bonds shall be low profile bonds and all gaps and caevices aramid the bonds shalt be filled with filler mastic. 01276308 PIPELINE COAT94GS AND LDMGS 09910 l (' 04110 L' ` 1 C. Tape rrrt g 1. primer material at 1 mils MDFT and allow to dry as recommended by the ufacturer for maximum tape adhesion before applying filler tape or mastic joint tape wrap. Overlap prim onto the existing ding a mi mmum of 6 inches. 2. Apply filler tape or fillet of mastic to the exterior of all rubber gasket ,joints, lap joints, or slip joints not welded on the outside. Push -on, spigot, or lag joints shall be filled with eiastomeric filler in a wedge or solid mastic bar, rye or tape form. Backer rod may be used between the bell and spigot if necessary. Apply filler tape or mastic flue with the outside surface of the bell or backing plebe. Mastic shall be applied for the full circumfemce of the joint to provide a smooth even support for the joint tape wrap. 01276W PIPELINE COATINGS AND LININGS 09910 04110 r- 3. Apply joint tape wrap is a spired manner with a minimum overlap of 1 inch onto the preceding iayer. .lint tape may be applied by hand or with a hand held bqw- 01276509 PiPELiNE CAATMS AND iWINGS 09910 04(10 3.7 REPAIR OF COATING AND t i�t•: 1 M�i•S It + 11.' li': }1; IEE 11 ..1 c la co, 11 + 01276509 PIPELINE COATINGS AND LININGS "10 09910 P6 1) 17 2. 3. 4. 3) in atxordaace with the coating these specifications, whichever is aration Glean and fmther the defect by power tool 80 grit or coarser sandpaper to roughm the Ming coat is edges of the defect for a minimum of 2-inches am and rrepair Materials: Single use lotr=thane mating Idts ming single use packaging s,,�that controls milt ratio. ) Coating Manufacturer's polyurethane coating mpair products subject to Engineer approval. Field Repair Materials: (a) Melt stick cng repair (not amble for repairs greater than 1-mch dummeter); ScotchCoat P206, Canoes Melt Stilt, or roved equal. (b) Heat applied coating materials; CRP Patch, Canusa; PERP Patch, Tyco Adhesives, or approved equaL (c) Single use polymethane coating kits using single use packaging that couft s mix ratio. 01276508 PIPELINE COATfIq`CsS AND LDQNGS 09910 04110 3.8 INSPEMON A. General I. Applicator shall inspect and test the coating system in accordance with rafaenced standards and dme specifications, whichem is mot slrinqpnit 2. The ftup enccy of the testing be detennined. by the applicator, but shall not be less titian the require of this specification. 3. Owner or Owner's Representative will conduct random indIependent moons and tuts for the final mince or rejection of pipe cuing or lining. B. Adlitsion Testing 1. General 012765M PIPELINE COATINGS AND LININGS 09910 �l_ 04/10 2. R. Adhesion testing shall be conducted at the shop prior to shipment. Pipe shipped without adhesion tasting 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 casting lu to of 20 pounds per inch width or 15 per inac ducts mbib ulm when tape is pulled in contimx g1e of 180 degrees to the pipe muface. b. shall I adhesion to steel of 30 pounds per inch width, in a eous manner at an angle of 180 the p esion testing for "Pritec" shalt be performed tape C. on shall beconccted prior to application of the cement mortar oit P y has been mortar coated prior to adhesion testing shall have m removed by the Contractor as directed by the En ' of dent dimensional area to permit the adhesion test to be s A tests shall be conducted at above 60 and less te�r�pexutures . Acceptable P€itec adhesion shall be increased 20 percent for degree drop m temperature below 75 degrees with mmu nan pull teanperature of 55 degrees. 4 Palling iron shall be continuous, without sbapping, and monitored through out the length of de pull, which shall be not leas than 124rehes in lam, f. Ad1hesron test shall be prepared by making two parallel cuts through the coating, 1-inch apart, of sufficiew le%& for the test Full. Peel the coating back at one end and attach the tension scale to the coating with a suitable clamp. Marts the coating at one inch increments from 0 to 12-inches. g. The pull tension shall be recorded for each inch of Frill. The two highest and two lowest readings shall be discarded and the remaining vales averaged. 01276508 Pg'EUME CDATTNGS AND LWI1+i'taS 09910 04l10 e. C_ Pull gxxd " be not teas than 5 seconds per inch nor greater than 10 seconds per inch. If clouption of the tape baekng occurs, pull speeds may be dolly pict to oonebfing die and cow faihme only. Adhesive ia�um is of sting &+om the steel � Cohe�ve faihnre rthin coating, � in caaabn8 remaining hods an 01276508 PIPELINE COATINGS AND LININGS 09910 04/10 2. Holiday test extruded polyokfin dating after application in accordance with AWWA C215 and NACE Standard RP-0274, whichever is more stringent. 3. Holiday tests on polyurethane coatings or linings will be conducted on the completed coating or lining after cure or 244iours, whichever is less, using a high voltage spark test in accordance with NACE Standard RP-0274 and tliese spedficatioars. 4. Coating thickness used for holiday testing shall be the mininmrm specified coating thickness. D. Dry Film Thickness Testing l . Coatings shall be tested for dry film thicrness , irrg a properly calibrated magnetic pull off or eddy current equiptnent Y; 2. Coating is measureats shall 'ducted as necessary and without limitation. Testing comae to th of SSPC PA-2 is specifically excluded from this specification.. 3.9 HANDLING, TRANSPORTATION, A. Pipe shall be handled in such a to protest the pipe an ' g from damage. B. Coated pipe shall not be shipped or ' until g has dew = full adhesion and cure. C. During coating 41iinstalllation, every p anal coating. Forkl Pam$ material. Li& P will not da coating F. H. not rtatiou 'cles with bolsters between each layer of pipe and heavy lste s s curved to fit the outside of the pipe and 12 le,' ' ns shall be heavily padded with carpet and P side against the ? dming went to s the point of installation. n ` ,gravel, or other hard materials that might damage the 'rovi edh wick skids and chucks, sand bags, select loamy or sand 110111 ends, where possible, to minimize dating damage. P not be asphalt without suitable padding at all contact points. Pipe J the CONTRACTOR at the project site for damage. Any damage to the p' r crating shall be repaired as directed if, in the opinion of the ENGINEER, factcxy repair can be made, otherwise, the damaged section shall be rued at the so use to the CONTRACTOR 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 appwvcd by the Fangm=. When permitted, shoes with rubber or composition soles and heels or other suitable footwear that will not damage coating shall be used. Long-term Exposure: Pipe shall either be provided with UV inh iNtor for lengthy of above grade eme or covered to prevent UV degradation of outer wrap. Amount of UV stabilizers required will depend on the project location, laying schedule, anticipated length 01276508 PIPELINE COATINGS AND LININGS 09910 j 04110 1], 01276508 PIPELINE CQATOM AND LDIINGS 09910 ��_ 04110 SECTION 13110 IMPRESSED CURRENT CATHODIC PROTECTION .0 1 �� .. 1.3 DEFINMO am 3. Qualifications of NACE Accredited Testing Personnel. PART 2 - MATERIALS 2.1 GENERAL A. Like items of materials provided hereunder shall be the end product of one manufacturer to achieve standardization for appearance, maintenance, and replacement. B. Materials and workmanship as specified in this be installed concurrently with pipe installation. Coordinate all work specified th related sections. C. 2.2 SUPPLIERS 2.3 Alternate suppliers will be cone given is that of the general of location of their representative n 1. Corrpro, Inc., Chicago, IL 2. Farwest Corrosion Contro 3. MESA Products, akQ0 JOINT BONDS 11 A. Ductile or Cast Iron Pipe: 1. Singh, _ ctor, No. pled to appro act these offices project site. the- ENGINEER. Address ormation regarding the with 600-volt HMWPE each end of the wire. ag types at the CONTRACTOR's option: stranded copper wire with 600-volt HMWPE k a formed capper sleeve on each end of the trap, 1-1/4nch wide by 1/16-inch thick, equivalent to 1/0 two punched holes for thermite welding to the pipe. Strap be I� es long, maximum. joint nd per pipe joint for pipe less than 42-inch in diameter, joint bonds per pipe joint for pipe 42-inch and larger in diameter. int bond to pipe shall be with the therrnite weld method using the ;e and recommended by the bond manufacturer. as manufactured by Erico Products, Continental Industries, or C. Cement Mortar Coated Steel or Concrete Cylinder Pipe: 1. Joint bonds shall be one of the following types at the CONTRA.CTOR's option: a. Premanufactured steel bonding clips for arc welding to bell and spigot of joint, as shown on the Drawings, three bonds per joint. b. Z-Bar bond fabricated of 3/8-inch diameter 'sted rod as shown on the Drawings. 2. Provide four (4) bonds per pipe joint, located as shown on the Drawings. 01276508 IMPRESSED CURRENT CATHOIC PROTECTION 13110 — 2 04/10 �J W 2.4 3. Coat steel clips with fast curing epoxy after welding to joint as specified in this Section. Topcoat epoxy coated steel clips with cement mortar, 1-inch minimum 3. the ENGINEER. ,on ring, with a minimum weight I 17-inches and 12 inches height. T TEST" cast into the lid. s, 36 series or equal. C. Or ENGINEER approved equal. Non -Traffic Area: a. Test Box, Concrete body- cast with a, cast iron ring, with a minimum weight of 55 pounds and mininuml 'dimensions of 8-inch inside diameter and 12 inches long. Furnish extensions as required to prate concrete surfaces by 4 inches minimum Furnish with a 12-pound cast iron lid with the words "CP Test" cast into the lid. b. Manufacturer and Products: Brooks; Models IRT. C. Or ENGINEER approved equal. 01276508 IMPRESSED CURRENT CATHOIC PROTECTION 13110-3 04/10 4. Flush Style Terminal Boards: a. Dimensions: 6-inch by 10-inch by 1/4 inch thick b. Material: Micarta or fiberglass. C. Terminals: Stainless steel bolts, double nuts, double flat washers, lock washer, and shunt. Quantity and placement as shown on the Drawings. d. Labels: Engrave terminal board with label of each terminal as shown on the Drawings and with the OWNER's name and contact number. B. Post Style (Steel Conduit): 1. Test Box: a. Cast aluminum suitable for 1-1/2-inch mounting to a 1-1/2-inch x 3- inch street reducer. b. Manufacturer and Product: 1) Gerome Manufacturing, T series (rectangle) 2) Or equal. 2. Street Reducer. a. Hot dipped galvanized ch x 3-inch s user. 3. Terminal Block: a. Plastic or glass-reinfo ted, 114-inch Chic seven terminals. b. Terminal heads shall hav ial h keep them turning or shall be easily acres ' le from both rrninal. bl 00W,ut requiring its removal. C. Terminal and nuts be stainless steel 4. Mounting Structure: in hot dip Ivanized steel conduit, 7 feet long, threaded at one end C. Vault Mo 1. T Cast al um sui ead Ling to a 1-inch or larger rigid 1 condtu b. afar d Produ 1 a Testox 700 series (rectangle) E 2) ual 2. T ` Blo-� 'c a. or oreed emirate, 1/4-inch thick with five terminals. b. Te he 1 have special heads to keep them from turning or shall be easi ssib m both sides of the terminal block without requiring its remo T ds, washers, and nuts shall be stainless steel. 3. ' g are: Hot dipped galvanized conduit, conduit bodies, and either uni or two piece cast aluminum conduit clamps. . 2.5 IR DROP FREE CORROSION COUPON A. Steel corrosion coupon with IR drop free measurement capability. B. Exposed steel area to be 0.01 square feet. C. Corrosion coupons shall be: 1. Fink Probe as manufactured by Cott Manufachuing, 2. IR Free Coupon manlachured by M. C. Miller, 3. Or equal 01276508 IMPRESSED CURR',ENT CATHOIC PROTECTION 13110 — 4 04/10 01276508 DORESSED CURRENT CATHOIC PROTECTION. 04/10 13110-5 ent a, be 1-inch, schedule 40 PVC with solvent 01276508 D PRESSED CURRENT CATHOIC PROTECTION 13110 — 6 04/10 I 4. Manufactured by Campbell Manufacturing, Inc., Bechtelsville, PA; Berkeley Pump Company; Jacuzzi Brothers Inc.; or equal. 2.8 iPRESSED CURRENT ANODES A. Cast Iron Anodes f 1. Impressed current anodes for shall be modified high silicon cast iron of the ` following alloy composition:. r, MODH IM HIGH -SILICON CAST IRON _.. SOiow 14.20 to 14.75 Chromium 3.25 nt Manganese 1.5. — Carbon .10 Copw ; . • percent, Molybdenum t, maximum Iron Remainder 2. Anodes shall be TA equivalen s for cen ' anode wire connections as s the drawin 3. Lead Wire: No. ded cop 'tit insulation as specified under WIRE, r this section. Lead s of suffci gth to extend splice -five from anode L connection to the an c Conn " . of lead wire to the anode shall be - by the refuter's d and s j stronger than the wire. 4. P wine s trod h a manner as necessary to the Anodes shall be protected _ e. ed lead wire be cause for replacement of the 1 and .Wire Label the end of each clop well anode wire with the an stamped onto brass tags. Number anodes 2.9 BREEZE A. a breeze she uubrica cined petroleum of the following composition: Matter 0.7 to 1.8 percent --- Ash 1.3 percent maxinnmt Sulfur 1.9 percent maximum Fixed 95.0 perceml minimum Particle Size 100 percent less than 16-mesh Density 68 pounds per cubic %at, minimum 1 B. Acceptable cake breeze shall be , Loresco SC-3 as mww%ctured b � y Cathodic Protection �.J Equipment Company, Hattiesburg, MS. 01276508 CURRENT CATHCIE PROTECTION 13110 — 7 2.10 ANODE JUNCTION BOX A. Terminal Box: NEMA 250-85, Type 4 or 4X, 14-gauge steel with minimum inside dimensions of 12 inches by 12 inches by 4 inches deep. Hinged door to be provided with padlock hasp and one-piece oil -resistant gasket mounted inside the door to form oil tight and dust free seal. B. Hardware: Secure door with stainless steel quick release latches and hinges. Screw or bolt mounted or segued doors will not be acceptable. C. Coating: Hot dipped galvanized in accordance with ASTM A153 D. Terminals and Connectors: Furnish a separate panel buss bar, and terminal strip or terminal block connectors, and nickel plated brass. for connecting the anode lead terminals to the rectifier positive lead. Provide a terminal and shunt for each anode lead. Quantity of terminals shall be as shown wings. E. Shunts: Holloway Type RS, 0.01 ohm. .� F. Equipment Tags: Provide each juctio x with on ufacturer's equipment tag that identifies the original equipmen turer, in ter, serial number, and any applicable electrical ratings. Eq ` tags with vendor o tutor name will not be acceptable. G. Manufacturer. Anode junction boR U be ersal Moc e TB or ATB-S as manufactured by Univers Rectifiers Inc.TX or ENG w approved equal. Anode junction box sh ufactured ' ted States of Ameri 2.11 RECTIFIER F. Lightning pro devices shall be provided on the ac input and do output of rectifier. G. Supply the 1 e,er with separate DC voltage and current meter and external panel mounted shunt in series with the ammeter. The meters shall be accurate to within 2 percent of the actual voltage and current ougnrt and shall be d'varsonal jeweled movement. Meters shall be tested and calibrated at the factory. Meters will be tested in the field for accuracy. The manufacturer shall replace inaccurate meters. H. Transformer, ac circuit breaker, rectifier stacks, lightning arrestors, DC output meters, and all wiring connections shall be housed in an 11 -gauge steel, hot dipped galvanized cabinet suitable for pole mounting. The cabinet shall be provided with hinge doors on the front and one side with slide out rack assembly. Cabinet shall be provided with hasp for 01276508 IMPRESSED CURRENT CATHOIC PROTECTION 13110 — 8 04/10 Cpadlocking and shall be sealed to protect the interior components from weather, vandalism, and nest building insects. L Supply rectifier with double screw terminal strip mounted on the panel board for connection of remote monitoring equipment to be supplied by others. Terminal strip shall have all rectifier connections completed and terminated on the terminal strip with engraved identification for the following connections: 1. DC Output Volts, Positive 2. DC Output Volts, Negative 3. DC Shunt Millivolts, Positive 4. DC Shunt Millivolts, Negative 5. Reference Electrode - 6. Pipeline Test Lead #1 7. Pipeline Test Lead #2 I Supply each rectifier with an operation and manual that includes an electrical schematic of the rectifier, parts list wi ent umbers, and troubleshooting procedures. K. Provide a complete set of spare packaged in a se waterproof bag in each rectifier. Other spares parts to be p shall include: 1 ea. per rectifier A.C.Input lightning I ea. per rectifier D.C. lightning M ` 1 ea. Solid State El troller_Card each with 6 or more ers) L.: Provide each rectifier manuf 's equipment tag that identifies the ggioW equipment man , ;der mode , serial number, ac input, and do output ratings. Equipment n'th 'e r distri name will not be acceptable. K Rectifier, er shall be ersal Inc. R ` , Texas or Engineer approved ecluaL R th of ca. 2.12. AC FOR CE erh -Inc Crouse -Hinds Type F; Thomas and Betts serf Me t, single-p , three -ware, 160-ampere, 2-inch threaded hubs, f manual Yeas lectricat utilit y rrxpnremems. Entrance s H ty, fusible NEMA 3R raintight, rated at 240 volts, 30 amperes, tw le. S with two pole thermal break circuit breaker sized for the current fl at, maximum rectifier output but not to exceed 125 percent of outer. 4.. Co o. 8 AWG, minimum, stranded copper, from weatherhead to 5. Service e: ( a. Length: 25-feet long, minimum, L ` b. Size: Poles not less than 5 % inches diameter at top or timbers not less titan 6 inches by 6 inches. C. Material: Wood pole or timber, pressure or thermally treated with an approved American Wood Preservatives Association standardized preservative or as required to meet or exceed local building codes or utility requirements, whichever is more stringent. r 01276508 PRESSED CURRENT CATHOIC PROTECTJON 13110 -- 9 t._ IM04110 2.13 6. Guy Wire: Provide 5/16-inch steel cable galvanized guy, guy strain insulator, galvanized anchor rod and plate for service poles, and all installation hardware for service drops which are greater than 80 feet from the originating power pole. B. Underground Power Service 1. Underground power services shall be installed in a 100 ampere, single phase, mobile home pedestal enclosure meeting the requirements of EUSERC 307, with a meter base and two pole circuit breaker rated at 30 amperes. 2. The pedestal case shall be 12 gauge, minimum, coated steel with cover and lugs for padlocking the circuit breaker access. 3. Conduit: a. General: Must conform to electrical u ' uirements b. Size: 3-inch diameter minimum, 3 = minimum long radius sweeps. c. Material: Rigid fiberglass or el a Schedule 40 gray PVC. C. Grounding. 1. Ground Rod: Copper -clad steel, diame eet long. 2. Ground Wire and Clamp: No solid co ppe with a high copper content alloy or bronze bolt -on gro clamp. CONDUIT, LOCKNUTS AND STRAPS 1. Co hail ' 'd electri de schedule 80 gray PVC. 2. Locke o-h s, and other miscellaneous hardware shall be galvanized steel. Ga d i all be hot -dipped galvanized in accordance with ASTM A153.r C. e conduit: ` 1. 'b1e con ; ° " =for ac power from the entrance switch to the rectifier shall be PVC wa f flexible conduit. 2. Use r ;' conduit shall be minimized and shall be acceptable for use only where fittings and elbows are not readily available. 2.14 PROTECTIVE BARRIERS = :1-__tT 1. Posts: Steel pipe, Schedule 40, 6-inch diameter, hot dipped galvanized in accordance with ASTM A153. 2. Reflective Tape: Nigh intensity reflective tape, 5 mils minimum, yellow, 4-inch width. B. Rectifier and Solar Panel Railing 01276508 IMPRESSED CURR9W 6ATHOICTROTECTION 13110-10 04/10 1. Posts: New steel pipe, standard weight, 4-inch diameter 2. Post Caps: Welded steel plate with vent hole or concrete filled at CONTRACTOR's option. 3. Rails: New steel pipe, standard weight, 2-inch diameter 4. Joints: Welded, except for front rails which shall be bolted, 5. , Coating: Hot dipped galvanized, in accordance with ASTM A153 after fabrication. 6. Bolts: Galvanized steel or Type 304 stainless steel C. Deep Well Railing I Posts: New steel pipe, standard weight, 2-inch diameter 2. Post Caps: Welded steel plate with hole or concrete filled at , . CONTRACTOR's option. 3. Rails: New steel pipe, standard weight, 2 ameter 4. Joints: Welded 5- Coating Hot d4qW galvanized, in STM Al 53 after fabrication. 2.15 THERMITE WELD MATERIALS A. General: I Thermite weld materials cons wire ves, weld d. weld cartridges according to the d man *; Aa^"a for e size and pipe .or or fitting size and 2. Welding ment s e product of a single manufacturer. In Intermehanging terchanging is not acceptable. B. Molds: Graphite, as recomm b tore and wire size. C. Adapter Sl IV and No. 2. ricated: sleev ds or with formed sleeves made in are table. re field- joint bonds sleeves with the app type o er- die furnished by the thermite, weld the end of the adapter sleeve. Cartrid 1. Steel: S, ununL Cast He rams, maximum,.XF-19 - Alloy E. 491hing copper A r and )r For wire to pipe material: . . ... . ............ Cartridge Size, Pipe Weld Type NIM No. 4 A' VG Smalfter Steel HA, VS, HC 25 Va Ductile or Cast Iron HB, VIL HE 32 gm Wire joint Bonds Steel FS 32 gm Ductile or Cast Iron FC 45 gin 01276508 IMPRESSED CURRENT CATHOIC PROTECTION 13110-11 04/10 Concrete Cylinder Pipe HA, OR 32 gm Strap Joint Bonds Steel M-128 15 gm F. Welding Materials Manufacturers: 1. Erico Products Inca (Cadweld), Cleveland, OIL. 2. Continental Industries, Inc. (Thermo -Weld), Tulsa, OK 2.16 COATING REPAIR MATERIAL FOR PIPE AND F - of the pipe or fitting 3. C. 2) Tapecoat TC 7010 3) 3M ScotchKote 323 2.17 CASING INSULATORS AND SEALS A. Casing Isolators 1. Insulators shall b molded high -density polyethylene with plastic runners and shall consist of bolted segments. Insulators shall be sized to properly support the pipe weight with out deformation or settlement 01276508 IMPRESSED CURRENT CATHOIC PROTECTION 13110 — l2 04/10 i. 2. Supply with stainless steel bolts for assembly. B. Casing Seals _ 1. Seals shall be flexible molded rubber with stainless steel clamps for sealing at the casing and carrier pipe. 2. Split seals shall be not be acceptable, unless approved by the ENGINEER. C. Mantes: 1. T. D. Williamson, Inc, Tulsa, OK 2. Plico, Houston, TX 3. Approved equal. C_ 2.18 INSULATING JOINTS A. General: Insulating joints shall be dielectric angel, or couplings. The complete assembly shall have an ANSI rating eq er than that of the joint and -, pipeline. All materials shall be resistau; inteu ore, operating temperatures, and products in the pipeline. C ` B. Insulating Flanges: 1. Gaskets: - , a. Pull -face Type E with 0- b. Complete ly shall ting of 150 minimum, or equal to or that of and pipeline. C. Gasket be resistor `tended chemical exposure, operating ( temperatures, in the p" 1 2. Insulating Sleeves: F or reinforced epoxy (NEMA G-10 r 3. : F ie' G-10 grade). 4. ushers. hot l,1l8- `ck. 5. tuners: a. c .,.Burb A. - 1. Co i%ed in 15136. 2. Diel oot: boot suitable for immersion service, two boots required 1' pint. - Man Style , Romac Industries Style 3 sser industries D. ring sealed with molded and bonded insulating bushing to union body, as by central Plastics Company, Shawnee, OK, or equal. 2.19 DC BLOCKING DE CES { A. . DC isolation devices shall be solid-state electronic devices capable of passing ac current while blocking do current. B. Device shall have electrical rating of 3KA fault current at 30 cycles and 40 amperes steady state ac current, minimum. C. Device shall have symmetrical do blocking capabilities of 2 volts to +2 volts. fD. DC isolation devices shall be as mam, lectured by Dairyland Electrical Industries, Inc., l( f_ Stoughton, Wisconsin. 0127b508 Il PREWED CURRENT CATHOIC PROTECTION 13110 —13 - ._ ' 04110 2.20 CONCRETE A. ASTM C94-90, Option A B. Cement: ASTM CI 50-89, type H with minimum cement content of 564 pounds per cubic yard. C. Coarse Aggregate Size: % inches - D. Minimum Compressive Strength: 3,000 psi at 28 days with maximum water -cement ratio of 0.45. E. Air Entrainment: 1. ASTM C260, nontoxic after 30 days and con g no chlorides. 2. Not less than 5 percent entrained air at the pile. 2.21 PART 3 - ring tongue connector as and tap splices s t the _being spliee1 e crimp tool actor size. Cone "C" taps made of e recommended shall be Burndy electrical tape suitable for Products. we hardened shackles for the rectifier, A under this contract. The padlocks shall with two keys for each padlock. The shank size and length required for locking by Master Lock. Company, Schlage Corp., ASTM A36, standard charnel shape, size as shown on drawings. galvanized after fabrication in accordance with ASTM A 153. 3.1 GENERAL A. The installation of the facilities herein specified and described shall conform to the latest applicable NEC rules. B. The workmanship shall be of the highest grade and shall be in strict accordance with material manufacturers instructions. Equipment or materials damaged in shipment or in the course of installation shall be replaced. 01276508 R"RESSED CURRENT CATHOIC PROTECTION 13110 —14 04110 C. The CONTRACTOR shall examine all Drawings and coordinate his work so as to avoid conflicts, errors, delays, and unnecessary interference with the construction of the facilities and to avoid duplication of the work such as excavation, filling, etc. In the event of any conflicts in the Specifications, the ENGINEER shall be consulted 31 STORAGE AND HANDLING A. Store all Prepackaged anodes off the ground and keep them dry at all times. Protect against weather, condensation, and mechanical damage. B. Immediately remove from the project site all meehani ly damaged anodes. C. Galvanic anodes shall not be lifted or held by the 1 D. Anode backfill material that has become wet acceptable. 3.3 PIPE JOINT BONDING 3.4 TEST LSTA�11STAL OldA.: hg buried, v�or insulatedin . int to be ficatons and nces, all steel and iron manhole pipe, fittings, as specified this ogs conflict, the and shall be by thernrite or arc welding 'cal coon will notbe permitted. t for a '` resistance as specified under d rbe as =on the Drawings. on up teet for site conditions without greater than ±25 fret must be approved by the 01276508 IMPRESSED COMENT CATHOIC PROTECTION 13110 —15 04/10 B. Style: 1. Test station style shall be as shown on the Drawings and as follows: 2. Post Style: a. Steel conduit post style test stations shall be used for all test stations or any other test station type where self support is required. b. Test station height shall be 54 inches minimum. C. Shall be steel conduit style for livestock areas as shown on the Drawings. 3. Vault Style a. Vault style test stations shall be used at all blowofl access manhole, or air valve vaults. b. Test station head shall be located outs' a vault over pipe centerline. C. Center of test head shall be located es or more above finish grade. d. Wires shall be folly protected k, weather, and UV exposure with rigid conduit. e. Wire terminations shall be. on th gs. 4. Flush mount style test statio be used for test stations in traffic, landscaped, or areas whe etic requirements use of aboveground facilities. a. Place in concrete pad ors lk with,; iron cover own on Drawings. b. Place co ncr box on top o of compacted s� C. Test Wires: n `& 1. Wires shall be a ipe as s ed under WIRE CONNECTIONS, this section. 2. Wires to foreign-o pi shall nnected to the pipe by the CO R unles form line has indicated otherwise in 4� NTRA R_: work with the owner of the pipelinx 3. be b a nii ' of 30 inches below finished grade. Wires shall be direr a en state required to be offset to the side of a road. Offset Tres sh VC a rigid steel conduit from the centerline of the r e to ' ck of soon, whichever is least. 4. Pr 2-in � eter 1 -wires, at the pipeline connection, at each end of rigid t wh aired, an below post mounted test stations to prevent wires from be' s ken. Maintain s` ient s flush mount test wires to permit extension of terminal lock 18-inc In station. 6. a wire Bins to test station terminals with crimp -on ring tongue terminals, e wh d wire is specified 3.5 RECTIFIER INSTA= ON A_ The CONTRACTOR shall furnish and install the rectifier mounting pole, concrete slab, protective railing, ac meter base with disconnect, ac power from the disconnect switch to the rectifier, and all ac and do electrical hardware necessary for the rectifier installation. B. The rectifier installation and location shall be as shown on the Drawings, except when the Drawings and local or State electrical codes are contradictory. In such cases, local or State electrical codes shall prevail. C. The CONTRACTOR shall coordinate, install, and connect an ac power service to each rectifier location as specified this section. 01276508 DdMSSED CURRENT CATHOIC PROTECTION 13110 —16 04110 D. DC leads from the rectifier to the groundbed and pipeline shall be as specified this section. Buried wires shall be a minimum of 30 inches below finished grade. All rectifier leads shall be free of splices. Insulation on rectifier leads shall be free of cut or abraded areas. E. Provide two test lead wires from the pipeline to the rectifier and terminate on the rectifier panel board. F. Provide the ENGINEER with 10 working days prior notice of the completion of the .rectifier and groundbed installation for observation of CONTRACTOR performed functional test of the completed system. 3.6 AC SERVICE, A. General S 1. Electrical power service shall be ins with local electrical utility req codes. 2. Electrical service shall be ov undergroi Drawings. 3. Electrical service shall be ins by a licensed 4. CONTRACTOR shall. obtaam a bait ' the completed elec service. 5. Electrical utility on fees an al OWNER Overhead Service: 1. The CONTRACTOR pro teri C. ORK CONTRACTOR in accordance meet or exceed local or NEC shown specifically on the and extension costs - inspection of be paid by the .g and backfill, service pole, installation of the service rectifier in accordance with 1. CO O i preovi materials, trenching, backfill, compaction, nduit, aces sary for installation of a conduit from the 9 r pole a meta pedestal or self supporting electrical 2. COflat pull string or poly rope with 500 pounds tensional i capacity tilty, Mon of power conductors from the originating pole or source to ter b 3. ndergroun ce shall be installed in, conduit, buried 24 inches, w finis in sand backfill in conformance with electrical utility 4. Un bends shall not be greater than 150 feet and more than -270 degrees Of co bends between pa boxes without written approval of the electrical W Utility. 5. Conduit shall be free of dirt and debris, sealed to prevent infiltration of water, and ends capped. 3.7 DEEP WELL GROUNDEDBED INSTALLATION A. General: 1. CONTRACTOR to provide 10 working days advanced notification of groundbed construction work for ENGINEER to be present during work. 01276508 9"RESSED CURRENT CATHOIC PROTECTION 13110-17 04110 2. Drilling, electrical logging of well, lowering of anodes, coke breeze placement, and backfilling shall be done in a continuous operation and shall be observed by the 01276508 BeRESSED CURRENT CATHOt PROTECTION 13110 —18 04/10 01276508 EWRESSED CURRENT CATHOIC PROTECTION 13110 -19 04110 of the well to the top as the tremie pipe is slowly withdrawn. Top -loading the coke breeze, by pouring coke breeze into the well will not be permitted. 3. Throughout coke breeze pumping, displaced water and mud shall be collected and stored for disposal. Discharge of mud and water into the storm drains or public right-of-ways, or roadways will not be allowed CONTRACTOR will be responsible to determine and provide the storage capacity required. Should the water and mud storage capacity be inadequate for the project, work will be terminated until adequate capacity is provided Loss of materials or collapse of the well due to termination of the loading operation will be at the CONTRACTOR's sole expense. 4. Care shall be taken during pumping of the ede to avoid coke breeze bridging or collapse of the well. If the wellor coke breeze bridges, the CONTRACTOR shall take nece olve the problem at his sole iL,,,.,AfterJWyoke breeze settlement is completed, anode settlement is stopped, s have been terminated, the casing shall be filled with the ed sealing material. b. Placement of the sealing material will be with plastic tremie pipe only for slurry type seals. Inserting of the hmnie pipe shall be performed in a manner that will not damage the wire insulation. C. Granular sealing materials may be top loaded, but shall be performed at a rate that will not result in bridging of the seal material G. Anode Wire Terminations: 1. The CONTRACTOR shall cut a smooth hole in the side of the casing for routing wires to the anode junction box. All below grade penetrations of the surface casing shall be watertight. 01276508 MPRESSED CURRENT CATHC3IC PROTECTION 13110 — 20 04/10 2. Anode wires shall be installed in conduit from the ground bed to the anode junction box. The completed electrical conduit shall be watertight. 3. Seal both ends of all conduits from the ground bed with urethane foam to prevent ground bed gases from entering the conduit, anode junction box, or rectifier. 4. Anode lead shall be terminated in numerical order in correspondence to anode depth. IL _ Groundbed and Vent Pipe Termination: 1. Connect the surface pipe directly to the plastic vent pipe with a solvent welded by threaded connection adapter. 2. Terminated vent pipe as shown on the Drawings. 3. After all wire terminations and vent pipe ections are completed, complete - filling of the inactive column with the specifi g material. - 4. Plumb and support vent pipe during t and while the seal sets or compacts. I. Cleanup: . 1. The drtlling site shall be kept n y t circumstances. 2. All excess equipment and cu be remo ily when required by the prevailing conditions at the site. The CONT R shall remove all mud, waste products, and tailings the project site and a of at an approved disposal site. 3. The project sites be re 'tion equiv their original condition before ction s the . satisfaction o e ENGINEER Daunage to sidew roads, .veways shall be restored to original condition or better. W 3.9 C. k wires to the anode junction box terminals. nanent brass tags identifying the anode number in consecutive order from t Dp to bottom with g left-hand side. from being unduly stressed, damaged, or broken connection of copper wire to steel, ductile iron, safety precautions, welding procedures, thermite preparation as recommended by the material wall thickness is of sufficient d&Aness.that the merlmte wend process wilt not .damage the pipe or fitting wall's integrity or damage the ling in any way. Before the connection is made, the surface shall be cleaned to bare metal by making a 2- inch by 2-inch window in the coating, and then filing or grinding the surface with a vitrified.wheel to,produce a bright metal 'fin sh. Wire sleeves shall be installed on the ends of the :wire before welding to the metal surface. After the weld connectiort is cooled, remove slag, visually inspect, and physically hest wire caon necton by tapping with a hammer. Remove and replace any defective connections. D. Make wire connections to concrete cylinder pipe by thermite welding to the shop welded steel plates provided on the pipe for this purpose. E. Coat each completed wire connection as specified, this section. If lining is damaged by welding, repaired in accordance with the lining applicator's recommendations. 3.10 TRENCHING AND BACKFU LS 3.11 CONDUITS CthFi A. Securesinets one on de and W on the boxes with double locknuts, B. { " duifloo posts, and either plumb or horizontal. All it all be using either radius bends or outlet boxes. Conduit aspe o the other conduit or pipe. Install insul ushi d insulated throat connectors on the ends of rigid metallic D %,watertight co gs and nections. install and equip boxes and fittings to prevent om enterin conduit or box. Seal unused openings. 3.12 CONCRETE A. Concrete us'' slabs shall conform to the requirements for concrete in Section CONCRETE. B. CONTRACTOR shall finish all concrete work to a smooth trowelled finish with radius edges. C. All forms shall be removed from concrete work prior to final acceptance and removed from the project site. 3.13 SURFACE RESTORATION 01276508 IMPRESSED CURRENT CATHOIC PROTECTION 13110 — 22 04/10 1, A. 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 began. Provide seeding and sodding where required in accordance with Section 02202, Pipeline y. Excavation and Backfill. B. Surface restoration shall be in accordance with Section SURFACE RESTORATION. ((' 3.14 WIRE INSULATION REPAIR A. Splicing of wire will not be permitted except where specifically shown on the drawings and approved by the ENGINEER. B. Splices or insulation damage to test station wirest1to spirally wrapped with two coats of high -voltage self -vulcanizing rubber splice to layers of vinyl electrical tape. C. Make wire splices by mechanically securing with rosin cored 50150 solder. 3.15 INSULATED JOINTS 3.16 DC 11 1: i i i`'a r.�= • i S �..i � i 1 i � li.i 11 i'i ' :.i t i ` 1 : 1 i M: �i devilW install y; irical power connection to the pipeline and j 01276508 EWRESSED CURRENT CATHOIC PROTECTION 13110 — 23 L 04110 F. Upon completion of electrical system ground isolation from the pipeline, the ENGINEER shall review the completed installation for proper installation. Improperly installed conduit isolation or do blocking devices shall be corrected at the CONTRACTOR's sole expense. 3_ M the res of joint bonds with the low resistance ohmmeter in rdance wi manufacturer's written instructions. ham es to contact the pipe on each side of the joint, out a ite weld or the bond. The contact area shall ed to by filing or grinding and without any surface r oxidation'. 3 eco measured joint bond resistance on the test form described in. 4) air any damaged pipe coating .in accordance with WIRE CTIONS, this section. a. nd resistance shall be less than or equal to the maximum allowable resistance values shown in Table 1. 01276508 IIORE5SED CURRENT CATHOIC PROTECT ION 13110 — 24 04/10 Table I Joint Type NUm Allowable Resistance (Ohms) One band/Joint Two Bonds/Joint Three Bonds/Joint No. 2 AWG wire Bonds 0.000325 0.000162 0,000081 Copper Straps 0.000165 0.000093 0.000050 Flexible Coupling 0.000425 0.000212 0.000115 MM Steel Pipe Clips Not Allow gM Not Allowed 1 0.000055 b. For bond quantities grea 'M sub the ENO T a. and i c tartan 'oa C. ate 0 (L joe of eadM *-ded pipeline during the test and 01276508 IMPRESSED CURRENT CATHOIC-PROTECTION .13110-25 04110 1. CONTRACTOR to test each casing and carrier pipe after assembly for electrical isolation before and after filling of casing with the specified fill material. 2. An electrical isolation test method and evaluation criterion to be utilized by Corrosion Specialist is to be submitted in writing for approval by ENGINEER prior to beginning field testing. 3. Electrical Isolation is defined as a condition of being electrically isolated from other metallic structures ('including, but not limited to, other piping, concrete reinforcement, casings, and other structures not intended to be cathodically protected) and the environment as defined in NACE Recommended Practice RP0169-83. 4. CONTRACTOR to conduct any and all r ; .:0 actions necessary to clear all electrical contacts between the carrier pi •'casing before filling of the casing shall be permitted. 3.18 SYSTEM TESTS AND INSPECION A. General 1. CONTRACTOR shall corn 2. Provide ENGINEER with 3 day 3. CONTRACTOR ied testis Corrosion Specie dyed by B. Final Electrical Contin ' 1. After the pipeline co the ENGINEER steal .; a 2. 3. 4. C. 1. 2. 3. 4. defects i during testing. before be tests. ormed by CE accredited TOR, unless indicates otherwise. test stations have been installed, bonds for electrical continuity T cted wt rreniof 10 amperes using a portable er or do er. tally uous pi�=e will be defined as a pipe or section of pipe that has a el esisian to or less than the sum of the resistance of the we pl wabl t bond resistance for each joint as specified in electrically discontinuous joints at his sole Each =Luous� 'on of pipe shall be retested after all continuity repairs are complothe pipeline is electrically continuous. Discon ' Location: CT shall locate and repair all discontinuous joints bonds using a test de ed by the CONTRACTOR Regardless of test method used to loco ous joints, final acceptance of discontinuous sections shall be det the lineal pipe resistance method. After discontinuous joints are repaired, the repaired section shall have a resistance less than or equal to the calculated allowable lineal pipe resistance as determined by the initial final continuity testing. Existing joint bands damaged during excavation of the pipe for repairs or temporary wire connections shall be repaired by the CONTRACTOR. Existing test stations shall be protected from damage. When damage occurs CONTRACTOR shall complete repairs while the excavation is open. Undisclosed test station damage that requires repairs to be made after backfilling the excavation will be repaired at the CONTRACTOR sole expense. 01276508 IMPRESSED CURRENT CATHOYC PROTECTION 13110 — 26 04/10 19 01276508 IMPRESSED CURRENT CATHOIC PROTECTION 13110 - 27 04/10 APPENDIX A GEOTECHNICAL INVESTIGATION No Text HAM MON ENGWEERING, INC. 7km. Rgtst.md Enfin"AW Fire. F-=4 GEOTECHNICAL INVESTIGATION LAKE ALAN HENRY TREATED WATER PIPELINE LUBBOCK, TEXAS prepared for MR. JOHN S. KELLEY, P.E. PARKHML, SMITH & COOPER, INC. LUBBOCK, TEXAS SEPTEMBER 9, 2009 PROJECT NO.4930709 W.c. HAMILTON ENGINEERING, INC. Tema RegWared Engineering Firm P-3724 TABLE OF CONTENTS PAGE INTRODUCTION General.................................................................... I FieldExploration............................................................ 1 Laboratory Testing........................................................... 2 Summary.................................................................. 3 SUBSURFACE MATERIALS AND CONDITIONS Stratification................................................................ 4 Material Characteristics....................................................... 4 Subsurface Water Conditions .................................................. 4 DESIGN CONSIDERATIONS Lateral Load Resistance (Thrust Blocks) .......................................... 6 LUMTATIONS OF THIS INVESTIGATION ........................................ 7 APPENDIXES W. a HAMILTON ENGINEERING, INC. 2km+Ro8++krod Ea5inew-h d F%rm P-8724 GEOTECHNICAL INVESTIGATION LAKE ALAN HENRY TREATED WATER PIPELINE LUBBOCK,TEXAS INTRODUCTION General: This geotechnical investigation at the site of a proposed City of Lubbock treated water pipeline was authorized by signed agreement dated October 10, 2008, by l&. John S. Kelley, P.E., and was performed in general accordance with our letter proposal dated July 23, 2008. Authorization to proceed was received on June 23, 2009. The purpose of this investigation has been to determine the basic subsurface soil properties and characteristics present along the proposed treated water pipeline route. Field Exploration: Subsurface materials and conditions were explored by a total of forty borings along the proposed pipeline route. The boring locations were selected by Parkhill, Smith 8t Cooper personnel and staked by Hugo Reed and Associates personnel. The borings were drilled to a maximum depth of 15.0 feet. The approximate boring locations are shown on Plates I and Is. in Appendix A. Field drilling operations were completed with the plugging of the holes on July 8, 2009. The borings were advanced using continuous sampling techniques. The materials were monitored at the direction of the geotechnical engineer during the drilling operations for any signs of physical changes in the materials. A thin -wall steel push tube sampler was used to obtain undisturbed samples at the depths indicated on the Logs of Boring. These samples were visually examined, identified, wrapped and sealed in plastic, when appropriate, and placed in core boxes for transportation to the laboratory. The Standard Penetration Test (SPT) was performed at the 2.5, 5.0, 8.5, and 13.0-foot depths. An auger bit was used to advance each boring the remaining depth of the hole. W. C. EAKMTON ENGINEERING, INC. Uaw Kegi+tered Engineering Firm F-3724 Pocket penetrometer readings were taken in the field on the push tube samples as the samples were extruded from the push tubes. This test is a quick method for determining the relative consistencies of the samples and gives an indication of the relative strengths of the samples. These test results are shown on the Logs of Boring in Appendix B in the "test" column. The SPT tests were conducted at depths indicated on the logs of boring. This test procedure drops a 140 pound hammer from a height of 30 inches to advance a split barrel drive point and is an indication of the hardness and density of the material encountered. Depending on the resistance of the materials to penetration by the drive point, either the number of blows required to advance the drive point 12 inches, 50 blows resulting in six inches or less penetration, or the inches of penetration due to 100 blows is recorded. Results of the SPT tests are shown on the left-hand side of the attached Logs of Boring. The SPT samples were visually examined, identified, and wrapped and sealed in plastic for transportation to the laboratory. A soil sample was collected from each boring between the 10.0 and 11.0-foot depth for additional testing. These samples were provided to Parkhill, Smith & Cooper personnel to arrange for the additional tests required. Samples obtained from the field operations that were not utilized in the laboratory testing will be stored for 30 days from the date ofthis report. After that time they will be discarded unless written notification is received. Laboratory Testing: The soil samples were returned to the laboratory where they were re- examined and the visual classifications checked by the geotechnical engineer. Selected specimens were chosen for testing to identify their soil classifications and natural moisture contents. The specific tests conducted are summarized as follows: • Atterberg Limits Tests • Percent Passing No. 200 Sieve Tests • Natural Moisture Content Tests 2 W.a HAMILTON ENGrNEERiNG, INC. Texw R4WWerwd HaSk rring Firm F-372d These tests and the classifications of the subsurface materials are shown in the summaries on Plates II, IIa, Qb, and IIc in Appendix A. The soil classifications refer to the Unified Soil Classification System per ASTM D2487. Summary: The results from the field exploration and the laboratory investigation were utilized in an engineering study to evaluate the material characteristics. These evaluations are discussed in the following sections. ME 3 b � �, _.. � m � �,. m ._ r.. �,. ,� ,.._�- . �, � � �_ ,� �...._ W ,��„... � �.� r�� �� .��„ � ,��� � � - .�, __ _ _. a .� � � �� � �. � � � � �� W.c HAMILTON ENGINEERING, INC. Twos Regidered Engineering Fbm F-3= SUBSURFACE MATERIALS AND CONDITIONS Stratification: Specific types and depths of the subsurface strata encountered in the borings are shown on the attached Logs of Boring in Appendix B. In general, the subsurface materials encountered from the ground surface down consisted of: Stratum I Pavement Section comprised of Hot Mix Asphaltic Concrete (HMAC) and/or Base Material in Boring Nos. B-1, B-8, B-9, B-16, B-20, B-31, B-33, and B-34; Stratum II Reddish Brown SANDY LEAN CLAY, CLAYEY SAND, or SILTY SAND 0 to 12.5 feet in thickness; Stratum III Tan or Reddish Tan and Tan SANDY LEAN CLAY, SANDY FAT CLAY, or CLAYEY SAND with some Calcareous Particles 5.0 to 15.0 feet in thickness (BoringNos. B=7 through B-20, B-22 throughB-24, B-26, B-27, B-29, B-30, B-32, B-33, B-34, and B-36 through B-39 terminated in this stratum); Stratum IV Tan CALICHE at least to the bottoms of Boring Nos. B-1 through B-6, B-21, B-25, B-28, B-31, B-35, and B40. Note: A small layer of FAT CLAY was encountered in Boring Nos. B-1, B-28, and B-29. Material Characteristics: The results of the pocket penetrometer tests and the SPT tests indicate that the SANDY LEAN CLAYS and CLAYEY SANDS were generally medium stiff to stiff in consistency. The CALICHES were mixtures of silts, sands, clays and calcareous particles. The CALICHES were in a poorly -cemented to well -cemented, condition. In Boring Nos. B-28 and B-40, CALICHES were encountered at a depth of 8.5 feet. Excavations into the CALICHES will be difficult. Subsurface Rater Conditions: The borings were advanced to a depth of 15.0 feet using dry sampling techniques. Groundwater was not encountered in the borings during the drilling operations. Notes on groundwater observations are contained on the Logs of Boring in Appendix B. 4 W.c HAMILTON ENGINEERING, INC. 7kxm RVUUred FiWineer m Thum F-3724 Be aware that these limited observations do not represent a groundwater study which was beyond the scope of this investigation, and that due to the nature of subsurface water and its relationship to climatic influences, the groundwater may be intermittent and of varying quantities and depths due to changes in the seasonal moisture content. 3 W.C. HAMMTON ENGINEERING, INC. 7*=s Regiahred Engineering Firm F-3724 DESIGN CONSIDERATIONS Lateral LoadResistance (ThrustBlocks): The structures will impart lateral loads outward from the base of the footings. These lateral loads will be resisted by the weight of the footings, the weight of the soil placed above the footings, frictional resistance between the contact area of the footing base and the soil, and passive earth pressures of the soil against the outer side area of the footings. The passive earth pressure resistance for each foot of width of the footing may be calculated using the following formula: Pp = 0.5yH2 + 2CH where Pp = Ultimate resultant force per foot of width of the footing (lbs) y = Unit weight of soil (pcf) C = Cohesion (psf) H = Soil/footing contact height (ft) The following are recommended soil values for use: y = 105 pcf C = 500 psf A factor of safety of at least 1.5 is recommended. A value of 0.4 to 0.5 may be used for frictional resistance. 21 u W. a HAM[LTON ENGINEERING, INC. Tarty RegWerod Engin"rMg Plan F-8M4 LIMITATIONS OF THIS INVESTIGATION The subsurface materials and conditions are known only at the specific boring locations and within the depths explored. Variations due to past geologic deposits and composition of the subsurface materials should be expected. The borings presented in this report are intended to provide general soil information only and assumptions based on extrapolation of conditions are the sole responsibility of the person making the assumption. This report has been prepared based on a specific site and specific use. The geotechnical engineer must be consulted prior to this report being used for other than the specific project for which this report was written. This report should not be copied without permission of the geotechnical engineer. When copied with his/her permission, the report should be copied in its entirety and in no case should the boring logs be separated from the body of the report. tel: 7 APPENDIX A t� m cc A n 0 K V.c AAKMTON ENGINEERING, INC. Texas Registered Ei encoring Firm P-3724 SUMMARY OF SOIL CLASSIFICATION TEST RESULTS % Passing Natural Boring Depth Liquid Plasticity 200-mesh Moisture Classi- Material Number in Feet Limit Index Sieve Content ficadon Description B-1 1.0-2.5 25 10 55.5 11.5 CL Reddish Brown SANDY LEAN CLAY B-1 8.5-10.0 50 25 54.9 14.2 CH Tan SANDY FAT CLAY w/Calcareous Particles B-1 13.5-15.0 75 44 44.5 14.1 SC Tan CALICHE B-2 2.54.0 27 12 50.6 13.3 CL Tan SANDY LEAN CLAY w/some Calcareous Part B-3 8.5-10.0 39 17 67.6 13.9 CL Tan SANDY LEAN CLAY w/some Calcareous Part B-4 13.5-15.0 43 27 50.4 12.8 CL Tan CALICHE B-5 1.5-2.5 24 7 31.7 13.3 SC Reddish Brown CLAYEY SAND B-6 8.5-10.0 36 15 56.5 15.8 CL Reddish Tan and Tan SANDY LEAN CLAY w/some Calcareous Part. B-7 13.5-15.0 42 19 58.8 13.0 CL Reddish Tan and Tan SANDY LEAN CLAY w/some Calcareous Part. B-8 1.5-2.5 47 24 50.6 8.5 CL Reddish Brown SANDY LEAN CLAY B-9 8.5-10.0 30 13 49.7 14.4 SC Reddish Brown CLAYEY SAND B-10 1.5-2.5 35 16 71.9 15.1 CL Reddish Brown SANDY LEAN CLAY B-10 8.5-10.0 36 19 59.9 12.9 CL Reddish Tan and Tan SANDY LEAN CLAY w/some Calcareous Part 13-10 13.5-15.0 24 11 56.1 10.1 CL Tan SANDY LEAN CLAY w/some Calcareous Part TEST Project No. 4930709 PLATE Lake Alan Henry Treater Water Pipeline RESULTS II Lubbock, Texas a.c HAMMON ENGINEERING, INC. T7e u Rcghftrod Engine ing Firm P-3724 SUMMARY OF SOIL CLASSIFICATION TEST RESULTS % Passing Natural Boring Depth Liquid Plasticity 200-mesh Makfure Mai- Material Number In Feet Unit Index Sieve Content flcatlon Description % B-11 13.5-15.0 35 17 37.1 12.2 Sc Reddish Tan and Tan CLAYEY SAND w/some Calcareous Part B-12 1.5 2.5 30 6 68.8 6.1 CL-ML Tan SANDY SILTY LEAN CLAY w/some Calcareous Part B-13 8.5-10.0 35 19 63.6 10.2 CL Tan SANDY LEAN CLAY w/some Calcareous Part. B-14 13.5-15.0 42 21 50.8 12.1 CL Reddish Tan and Tan SANDY LEAN CLAY w/some Calcareous Part B-15 2.5-4.0 32 18 62.3 9.2 CL Reddish Brown SANDY LEAN CLAY B-16 8.5-10.0 32 18 58.9 12.2 CL Reddish Tan and Tan SANDY LEAN CLAY w/some Calcareous Part. B-17 13.5-15.0 40 21 44.7 12.3 SC Reddish Tan and Tan CLAYEY SAND w/some Calcareous Part B-18 2.5-4.0 31 17 68.5 16.8 CL Tan SANDY LEAN CLAY w/some Calcareous Part. B-19 9.5-10.0 37 20 53.6 12.4 CL Tan SANDY LEAN CLAY w/some Calcareous Part. B-20 2.5-4.0 26 13 67.4 11.8 CL Tan SANDY LEAN CLAY w/some Calcareous Part. B-20 9.5-10.0 35 17 66.5 14.4 CL Reddish Tan and Tan SANDY LEAN CLAY w/some Calcareous Part B-20 13.5-15.0 40 22 59.3 14.6 CL Reddish Tan and Tan SANDY LEAN CLAY w/some Calcareous Part. TEST Project No. 4930709 PLATE Lake Alan Henry Treater Water Pipeline RESULTS Ha Lubbock, Texas W. c. HAKMTON ENGINEERING, INC. Texas Registered Enghwring Pirin P-3724 SUMMARY OF SOIL CLASSIFICATION TEST RESULTS % Passing Natural Boring Depth Liquid Plasticity 200-mesh Molsiure Classl- Material Number in Feet Limit Index Sleve Content ficatlon Desed0don % % % B-21 13.5-15.0 42 21 65.1 7.7 CL Tan CALICHE B-22 1.5-2.5 20 3 46.8 9.7 SM Reddish Brown SILTY SAND B-23 8.5-10.0 38 22 70.5 11.6 CL Reddish Tan and Tan SANDY LEAN CLAY w/some Calcareous Part. B-24 13.5-15.0 28 13 44.8 10.1 SC Reddish Tan and Tan CLAYEY SAND w/some Calcareous Part B-25 1.5-2.5 23 9 66.0 11.0 CL Tan SANDY LEAN CLAY w/some Calcareous Part B-26 8.5-10.0 34 20 69.7 9.7 CL Reddish Tan and Tan SANDY LEAN CLAY w/some Calcareous Part. B-27 13.5-I5.0 22 7 52.2 12.4 CL-ML Tan SANDY LEAN CLAY w/some Calcareous Part. B-28 1.5-2.5 56 29 87.0 26.2 CH Brown FAT CLAY B-29 8.5-10.0 37 20 65.5 14.0 CL Reddish Tan and Tan SANDY LEAN CLAY w/some Calcareous Part. B-30 2.54.0 31 13 71.6 5.0 CL Tan SANDY LEAN CLAY w/some Calcareous Part B-30 8.5-I0.0 39 24 61.9 12.5 CL Reddish Tan and Tan SANDY LEAN CLAY w/some Calcareous Part. B-30 13.5-15.0 33 20 56.1 7.2 CL Reddish Tan and Tan SANDY LEAN CLAY w/some Calcareous Part. TEST Project No. 4930709 PLATE Lake Alan Henry Treater Water Pipeline RESULTS Hb Lubbock, Texas W.c HAMMTON ENGINEERING, INC. Taom Reguftred Engineering btnn P-3724 SUMMARY OF SOIL CLASSIFICATION TEST RESULTS % Passing Nadiral Boring Depth Liquid Plasdclty 200-mesh Moisture Oassl- Material Number In Feet Limit Index Steve Content ficadon Description B-31 13.5-15.0 34 17 68.3 10.6 CL Tan CALICHE B-32 2.54.0 28 14 51.8 7.3 CL Reddish Tan and Tan SANDY LEAN CLAY w/some Calcareous Part. B-33 9.5-10.0 26 10 51.9 10.4 CL Tan SANDY LEAN CLAY w/some Calcareous Part. B-34 13.5-15.0 49 25 50.1 13.5 CL Reddish Tan and Tan SANDY LEAN CLAY w/some Calcareous Part. B-35 0-1.5 19 4 46.6 15.8 SM-SC Reddish Brown SILTY CLAYEY SAND B-36 8.5-10.0 46 25 68.8 17.9 CL Reddish Tan and Tan SANDY LEAN CLAY w/some Calcareous Part. B-37 13.5-15.0 45 24 30.2 9.9 SC Reddish Tan and Tan CLAYEY SAND w/some Calcareous Part. B-38 0-1.5 33 14 34.3 10.2 SC Reddish Tan and Tan CLAYEYSAND w/some Calcareous Part. B-39 8.5-10.0 46 27 62.4 14.0 CL Tan SANDY LEAN CLAY w/some Calcareous Part. B40 0-1.5 28 13 57.1 6.9 CL Reddish Brown SANDY LEAN CLAY B-40 8.5-10.0 47 26 62.8 9.5 CL Tan CALICHE B40 13.5-15.0 58 32 51.0 14.5 CH Tan CALICHE TEST Project No. 4930709 PLATE Lake Alan Henry Treater Water Pipeline RESULTS nC Lubbock,Texas I APPENDIX B W. a HAMILTON ENGINEERING, INC. T aao 1 oSislo rd Saghtewing Firm F-SM KEY TO LOG OF BORING D E F P E H T s Y 6 O s A P L T E T MATERIAL DESCRIPTION U D P o U t C C L L 1 1 % 2 0 s C 1 A L s 5 18 Cs.0 R4.a aoo 50.0 Push TuOeSamPe ana MR Pen-573-meter Result Standard Penetration Test Sample and "N" Value Cuttings Sample Core Sample Testable Core Sample Unit Dry Weight Test Result, pef Unconfined Compression Test Result, tsf Moisture Content Test Result, % Atterberg Limits Test Results Passing No. 200-Mesh Sieve Test Result. % Unified Soil Classification Water Surface Level Water Surface Date 1 1/2020 115.8 4.35 12.8 25 12 66.3 CL 10 15 20 25 SYMBOLS LEAN CLAY (CL) SAND (SP) ``' CALICHE FAT CLAY (CH) GRAVEL (GP) LIMESTONE CLAYEY SAND (SC) SILT (ML) SANDSTONE SILTY SAND (SM) ELASTIC SILT (MH) SHALE Groundwater Note: The boring was advanced to a depth of feet below the around surfer wtthout using driNing fluid and grourndwatar was not encountered above that depth. LOG OF BORING Pro'ect No. Date: Type: Air Roomy BORING NO. Project Name Location W. a HAMII.TON WGUiEMMG, INC. Taa. Rat e...a $�t»Krley Flmi F-d784 D E F P E H f 3 Y 8 L L 3 A P E E T S T MATERIAL DESCRIPTION U p W e f U t f C L L P 1 9fi 2 0 3 C C A 1 L 3 5 4.5 4.5 avemen =Wn ase 11.5 14.2 14.1 25 50 75 10 25 44 55.5 54.9 44.5 CL CH SC Reddish Brown SANDY LEAN CLAY 13 Tan SANDY LEAN CLAY with some Calcareous Particles 10 25 22 Tan SANDY FAT CLAY with some Calcareous Particles 15 Tan CALICHE 25 20 Totalp Of o ng =15.0 Feet 25 30 35 40 Groundwater Note: The boring was advanced to a depth of 15.0 feet below the ground surface without using drilling fluid and groundwater was not encountered above that depth. LOG OF Prject No. 4930709 Date: Type: - BORING Lake Alan Henry Treated Water Pipeline BORING 07-06_2009 Auger NO. B-1 Lubbock, Texas W.c, E AiNIILTON ENGINEERING, INC. T— RgWo and Ew;t+ua r~j Firm F-2724 o E F P E E H T $ Y M B O L s A M P L E T E $ T MATERIAL DESCRIPTION U O W a f U t s f M C L L P 1 % 2 0 0 S C O A L 3 S 5 3.0 4.0 Reddish Brown CLAYEY SAND 13.3 27 12 50.6 CL 14 Tan SANDY LEAN CLAY with some Calcareous Particles 10 14 21 15 Reddish Brown CLAYEY SAND = 5" Tan CALICHE 50 20 Totalp ot boring =15.0ee 25 30 35 40 urou nawater Note: The boring was advanced to a depth of 15.0 feet belgw the ground surface without using drilling fluid and groundwater was not encountered above that depth. LOG OF Project No. 4930709 Date: Type: BORING Lake Alan Henry Treated Water Pipeline BORING 07-06-2009 Auger NO. B-2 Lubbock, Texas p. C HAMILTON FNGiDM LUNG, INC. r— Rggnt-ed X W1nwr&g Firm F-3724 • �i E MATERIAL DESCRIPTION 01,l Reddish - LAYEY m Tan SANDY LEAN CLAY with some Calcareous Particles ♦m • Tan CALICHE. . � 1 1 I wrvurwwaier rya: i ne DOOM was SGVWMC to a aeptn of 15.D feet below the ground sudwe without using drilroV fluid and groundwater was not encountered above that depth. LOG OF Project No. 4930709 Date. Type: BORING 1Ae Alan Henry TYeaud Water Pipeline BORING 07-05-2009 Auger NO. B-3 Lubbock, Texas W.0 HAMILTON ENGINEERING, INC. T— R4&1- ed SmShm ing Firm F-3n4 f Reddish Brown CLAYEY SAND %gym % Tan , :. Calcareous Particles I � I � I UmiU1XWW&rftt0:TftF0*VWKadvmmd a depth of 15.0 fee below d* ground surface without using drilling fluid and gmundwater was nmt ermunterod above that depth. LOG OF Pr jest No. 4930709 Date: Type: BORING Lake Alan Henry Treated water Pipeline BORING 07-05-2009 Auger NO. B-4 Lubbock, Texas L �-LE L W.c. HAMILTON ENGWEERMG, INC. Ties+w Mjbftred Enghmffing Fim P-3724 DESCRIPTION ism Reddish Tan and Tan 04,m i j Groundwater Note: The boring was advanced to a depth of 15.0 feet below the ground surkm wWwW using drill ft &W and Wom1water was not encountered above that depth. LOG OF Project No. 4930709 Date: Type: BORING LaCe Alan Henry Teamed Water Pipeline BORING 07-05-2009 Auger NO. B-5 Lubbock, Texas a'c- E AMILTON ENGDOWA NG, INC. 11v— R%*kred SnjtaewiwdFirm P-87AN MATERIALFr- DESCRIPTION �,.ReWish j vu, =� `- - Tan and • - . I i I m. t;iMUMwater Note: Tne DOfi11Q was adVanCed to a depth of 15.0 feet below the ground EtNfaoe Without using drNling lruid and growKdwater was not encountered above that depth. LOG OF Project No. 4930709 Date: Type: BORING Lake AM Henry Treated Water Pipeline BORING 07-05-2009 Auger NO. B-6 Lubbock, Texas W.0 HAM LTON EN( UMBINGi, INC. Team Regloftred RAghmffing Ph= F-SM D F E P E T T s Y 8 O L s A w P L E T S T MATERIAL DESCRIPTION u D p a f C t f C L L P 1 % Z 0 3 C I O A L 8 5 I 3.0 3.5 Reddish Brown SANDY LEAN CLAY 13.0 42 19 58.8 CL 13 Tan SANDY LEAN CLAY with some Calcareous Particles 10 8 Reddish Tan and Tan SANDY LEAN CLAY with sane Calcareous Paredes 21 13 50 20 ON mptn of 150mg =15.9 Feet 25 30 35 F40 Groundwater Now The boring was advanced to a depth of 15.0 feet below the ground surface wneoui using drilling nuld and groundwater was not encotn*wW above that depth. LOG OF Project No. 4930709 Date: Type: BORING Labe Alen Haug Treated Water Pipeline BORING 07-05-2009 Auger NO.134 Lubbock, Texas HAKMTON ENGINEERING, INC. T-- „ d Ex9ineering Rrm F 3724 E F P E T E H T S Y M B O L S A M L L E T E S T MATERIAL DESCRIPTION G W P c f U t s f M C L L P 1 `Y. 2 0 O S C G A 1 S L S 5 1.5 avemen Mon NO) 8.5 47 24 60.6 CL Reddish Brown SANDY LEAN CLAY 8 10 11 Tan SANDY LEAN CLAY with some Calcareous Particles 26 16 19 Reddish Tan and Tan SANDY LEAN CLAY with some Calcareous Particles 20 otall uspInot Bonng = ee 25 30 35 40 Groundwater Note: The boring was advanced to a depth of 15.0 feet below the ground surface without using drilling fluid and groundwater was not encountered above that depth. LOG OF Project No. 4930709 Date: Type: BORING Lake Alan Henry Treated Water Pipeline BORING 07-05_2009 Auger NO. B-8 Lubbock, Texas W.Q HA MTON ENGINEERING, INC. T"m R tiered Enghwerlwr Firm P-3724 E F P E T E H T S Y M B O L S A M P L E T E S T MATERIAL DESCRIPTION U D W P o f C t S f M C L L P 1 ��' 2 0 0 S � O A 1 S L S t3 4.5 avem!"HI S055 Z2N Effisej 14.4 30 13 49.7 SC Reddish Brown SANDY LEAN CLAY 30 10 15 9 Reddish Brown CLAYEY SAND 10 Tan SANDY LEAN CLAY with some Calcareous Particles 23 20 oI ueptnof Eloring =15M Feet 25 30 35 17401 Groundwater Note: The boring was advanced to a depth of 15.0 feet below the ground surface without using drilling fluld and groundwater was not encountered above that depth. LOG OF Project No. 4930709 Date: Type: BORING LaCe Ahn Henry Treated Water Pipelme BORING 07-05-2009 Auger NO. B-9 Lubbock, Texas W. c, HAMILTON ENGINEERING, INC. „ m ReliftWed RmSinmrjAg F&m P-37U D E F P E T E H T s Y 8 O L s A M P L E T E 8 T MAiERM DESCRIPTION D w p o t C t s t Y C L L P 1 Y' 2 0 0 8` O A 1 8 L S 5 3.5 3.5 Reddish Brown SANDY LEAN CLAY 15.1 12.9 10.1 35 36 24 16 19 11 71.9 59.9 66.1 CL CL CL 14 10 12 Reddish Tan and Tan SANDY LEAN CLAY with some Calcareous Particles 23 15 19 Tan SANDY LEAN CLAY with some Calcareous Particles 20 13111 Depin ot tioring= 25 30 35 40 Groundwater Note: The boring was advanced to a depth of 15.0 feet below the ground surface without using drilling fluid and groundwater was not encountered above that depth. LOG OF Project No. 4930709 Data: Type: BORING LAeAla" Henry Treated waxer Pipelrac BORING 07-05-2009 Auger NO. B-10 Lubbock, Texas No Text W.c HAPMTON ENGIINEEMG, INC. hsoe Resrsramd $yineerrrns Firm B-3M E F P E H T s Y B O L s A P L E T s T MATERt/LL DESCRIPTION u D W a i u t t C L L P °/• 2 0 s L O L 3 5 2.5 2.0 Reddish Brown SANDY LEAN CLAY 122 35 17 37.1 SC 9 10 18 Tan SANDY LEAN CLAY with some Calcareous Particles 21 Reddish Tan and Tan SANDY LEAN CLAY with some Calcareous Particles 15 Reddish Tan and Tan CLAYEY SAND with some Calcareous Particles 47 20 Total Ueptro ot Boring =15.0 Feet 25 30 35 40 urounawater rvm r ne oomg was amancea to a a"m or i o.0 feet cem the gmuna surrace wrmout using own nwo ano gmundwaW was not encourdwed above mat depth. LOG OF Project No. 4930709 Date: Type: BORING UCe Alm Hemy Trwbd WoUr Pipeline BORING 07-05-2009 Auger NO. B-11 Lubbock, Texas No Text W. c, HANIII.TON ENGINEERING, INC. Teas Res►+tered Enslami im Finn P-3724 . /, Tan SANDY SILTY LEAN CLAY with some Calcareous Particles MR Fr I 1- I Urommater Note: The boring was advanced to a depth of 15.0 feet below the ground surface without using drilling 11uid and gromMater was not encountered above that depth. LOG OF Project No. 4930709 Date: Type: BORING Lake Alan Henry Treated Water Pipeline BORING 07-05-2009 Auger NO. 11-12 Lubbock, Texas No Text W.0 HAXMTON EN(ii RWRMG, INC. T"W AdVUftred Anlhtmri g Firm P-3724 • JE P E MATERIAL DESCRIPTION , j, Reddish Brown SANDY LEAN CLAY m Redd1sh TanSANDY with some Calcareous Particles ire Rh, m i urounawmer !Vote: I no Donng Was emanced to a asptn of 15.0 Beet mow mt gfOlJntl surface Wi ana Womdwater Was not erwouuntered above that doh. LOG OF EMIect No. 4930709 Date: Type: BORING take Alan Henry Troua Water Pipeline BORING 07-W2009 Auger NO. B-13 Lubbock, Texas W.c, HAMILTON ENGINEERING, INC. Taw Rq*hred Ensin"rinr Firm F-Sn4 D E F P E E H T s Y M 8 O L s A M P L E T E S T MATERIAL DESCRIPTION u D W a f u t S f M C L L P ! °% 2 0 0 S C O n L s S 5 4.0 4.5 Reddish Brown SANDY LEAN CLAY 9.2 32 IS 62.3 CL 25 10 22 Tan SANDY LEAN CLAY with some Calcareous Particles 23 15 26 20 otal Depthof loring = ee 25 30 35 40 wuunowarar pore: i na norng was advanced to a aeptn or mote below the ground surface without using drilling fluid and groundwater was not encountered above that depth. LOG OF Project No. 4930709 Date: Type: BORING Lake Lake Alan Henry Treated Water Pipeline BORING 07-04-2049 Auger NO. B-15 Texas W.0 HAMiLTON ENGINEERIl G, INC. Tex" Rgjbh ed SAShm ing Arm P.3M E F P E H T s Y 8 O L s A P L E T E T MATERIAL DESCRIPTION u D P c f C t f c � P �h 2 0 g � 0 A L s 5 3.0 HMAU at Surmce 12.2 32 18 58.9 CL Reddish Brown SANDY LEAN CLAY 11 40 14 Tan SANDY LEAN CLAY with some Calcareous Particles Reddish Tan and Tan SANDY LEAN CLAY with some Calcareous Particles 13 15 23 20 o1 Depth,of Boring =I 5.0 Feet 1251 30 35 40 GroundvMer Note: The boring was advanced to a depth of 15.0 feet below the ground surface without using drilling fluid and Groundwater was not encountered above that depth. LOG OF Project No. 4930709 Date: Type: BORING Lake Alan Henry Treated Water Pipeline BORING 07-04-2009 Auger NO. B-16 Lubbock, Texas I qy W.C. HAIMIILTON ENGINEERING, INC. 7Uxae Re&ff, SnstnewIns Firm F-J744 1 • �-�ReMish �$O Brown SANDY LEAN CLAY - , '/ , = • t: : . • . • f : _ I 1 Groundwater Note: The boring was advanced to a depth of 15.0 feet below the ground surface wNhout using drlMV fluid and groundwater was not encountered above that depth. LOG OF Project No. 4930709 Date: Type: BORING Lake Alan Heavy Tieftd Water Pipeline BORING 07-04-2009 Auger NO. B-17 Lubbock, Texas Wc. HAXMTON ENGINEERING, INC. T—RstLtersd Engh trixg Firm P-3724 D E F P E H T s Y M O L s A P L E T s T MATERIAL DESCRIPTION u D W c f u c t f M C L L P I % - 2 U c $ L O A L s 5 3.0 3.5 Reddish Tan and Tan SANDY LEAN CLAY with some Calcareous Particles 12 4 37 20 53.6 CL 12 10 11 Tan SANDY LEAN CLAY with some Calcareous Particles 15 = 4" Reddish Brown SANDY LEAN CLAY 50 20 Totaloring =15M FRI 26 30 35 L40 wourwwam mom 1 ne DorMV was aavenoea tO a aeptn of t5.0 feet deww trw groom swvxa wmcm using anarng nwa am groundwater was not erbcounhvW above that depth. LOG OF Project No. 4930709 Date: Type: BORING LakeAlen H=y Tm tGd Water Pipehm BORING 07-04-2009 Auger NO. B-19 Lubbock, Texas W.0 HANIILTON ENGINEEBINQ, INC. r— Rrsh red BBvinwrtng F&m F4"24 p E F E P E T T H s Y B 0 L s A P P L E T E 3 T MATERIAL DESCRIPTION U 0 VY P f U � s f C L L I °% 2 0 0 3 C I A S L S 5 3.0 ave M 0 on ; . se 11.8 14.4 14.6 26 35 40 13 17 22 67.4 66.5 69.3 CL CL CL Tan SANDY LEAN CLAY with some Calcareous Particles 12 10 21 Reddish Tan and Tan SANDY LEAN CLAY with some Calcareous Particles 12 15 44 20 otal DepthOf ng =I 5.0 Feet- 25 30 35 40 wvunawm Note: i no oonng was advanced to a depth of 15.0 feet below the ground surface without using drilling fluid and lj groundwater was not enoountered above that depth. L� LOG OF Project No. 4930709 Date: Type: BORING Lake Alan Henry Treated Water Pipeline (J BORING Lubbock, Texas 07-04-2009 Auger NO. B-ZO l� c. HANMTON ENGENFJ MG, INC. 74saa R@gishwvd &Winsertng Firm F-8724 C E F P E T E H T s Y M B O L S A M P L E T E S T' MATERIAL DESCRIPTION p w c { U t s f M C L L P I % 2 0 0 S C o p I S S S .10 4.0 4.5 Tan SANDY LEAN CLAY with some Calcareous Particles 7.7 42 21 66.1 CL 24 29 39 Reddish Tan and Tan SANDY LEAN CLAY with some Calcareous Particles 15 AM 5" Tan CALICHE 20 Otal Uepthor Boring ol Felt 25 30 "35 40 suvunuwater note: i ne boring was advanced to a depth of 15.0 toot below the around surface wMxKd using drilling fluid and groundwater was not encountered above that depth. LOG OF Project No. 4930709 Date: Type: BORING 1Ae Alan Henry Treated Water Pipeline BORING 07404-2009 Auger NO. B-21 Lubbock, Texas No Text — c. HAMMON ENGINEERING, INC. T— Rwhtwwd A*9hww*er Arm F-SM D E F P E T T H S Y M 0 L 3 A M L E I T E T MATERIAL DESCRIPTION I U W f U c f M L P % 2 0 0 c 3 L 0 A I L 8 8 + 1.0 2.0 Reddish Brown SILTY SAND 9.7 20 3 46.8 SM 16 10 32 Reddish Tan and Tan SANDY LEAN CLAY with some Calcareous Particles 221 15 35 20 1 otal 136018 of uonng =1 TO Feet 25 30 .35 40 -1— . .. I stj woo =WV=4 mmm w a W=FU I Us I U.V tout UtWjW irm UrQu"o ou"alu" VAUMM umng arming TIU10 ana groundwater was not encountered above that depth. LOG OF - Project No. 4930709 Date: Type: BORING Lake Alan Henry Treated Water Pipeline BORING 07-04-2009 Auger NO. B-22 Lubbock, Texas U�, W.a HAMILTON ENGINEERING, INC. T"" Reefth ed EnOneotes Firm F-372r E F P E T T s Y 8 O L s A P L E T 8 T MATERIAL DESCRIPTION u G P C f C t f C � P 2 0 S L 1 A L 3 5 4.5 4.5 anAN ULAY 11.6 38 22 70.6 CL Reddish Brown SANDY LEAN CLAY 33 Tan SANDY LEAN CLAY with some Calcareous Particles 10 29 33 Reddish Tan and Tan SANDY LEAN CLAY with some Calcareous Particles 15 47 20 otal Depthof Boring =15. U Feet 25 30 35 40 %z14UU"Uwa1e1 mule. I na vunny was auvanaeu W a aeppl Or 7%%.1J reel oelow pie grouna SuRaCe WtpiOu[ using arcing fluid and groundwater was not enoountered above that depth. LOG OF Project No. 4930709 Date: Type: BORING Lake Alan Henry Treated Water Pipeline BORING 07-04-2009 Auger NO. B-23 Lubbock, Texas L �J c. KAMMTON ENaDIEMMG, INC. Z%tvm R%* mtd Bn#hmr W Firm F-372d E F P E T H T S Y B O L s A P L E T s T MATERIAL DESCRIPTION U D w p C f C t s f C C L L P I �' 2 0 0 S E o A I S L S 5 2.0 1.5 Reddish Brown SANDY LEAN CLAY 10.1 28 13 ".8 SC 7 Tan SANDY LEAN CLAY with some Calcareous Particles 10 21 44 Reddish Tan and Tan SANDY LEAN CLAY with some Calcareous Particles 15 Reddish Tan and Tan CLAYEY SAND with some Calcareous Particles 27 20 — otal DeptniBoring =1 5.0 Feet - 25 30 35 - 401 v�vuiwwann imum. 111w —11ty was au",Kmu to a ueput ut 1ox reel oetow me grouna suriace wm w using anomg nuia ana groundwater was not encountered above that depth. LOG OF Project No. 4930709 Date: Type: BORING Lake Alan Henry Treated Water Pipeline BORING 07-04-2009 Auger NO. B.-24 Lubbock, Texas 0-1 W. r- HAD+IILTON ErGMERING, INC. 2bx.. RsVkh,rd AhSinewins Fr„„ F-8M D F P_ E T T �. S Y B O L S A P L E T S T MATERIAL DESCRIPTION —MM31111 U W a f U t e f C L L P i N• 2 0 0 C A L S S 5 2.5 Brown 11.0 23 9 66.0 CL Tan SANDY LEAN CLAY with some Calcareous Particles 13 10 13 25 15 5 = 5�� Tan CALICHE 20 130 veptnor Boring =1 TO Pe"11 25 30 35 40 9,1e uNny *ran aovameo to a aepm or ia.v fe Dewthe ground surwoe without using drilling fluid and groundwater was not encountered above that depth. LOG OF Project No. 4930709 Date: Type: BORING Lake Alan Henry ?rested Water Pipeline BORING 04 074-2009 Auger NO. B-25 Lubbock, Texas w.C. AAIVA "N FSCE-W.EBING, INC. Tom&RrfflUtweaShjinmriVAm F-MI E F P E T H T S Y M O L S A P L E T s T MATERIAL DESCRIPTION U C w P } c t s t b C L L P 1 x 2 0 0 g C 0 n 1 S L S 5 Tan SANDY LEAN CLAY with Some Calcareous Particles 9.7 34 20 69.7 CL 19 10 16 Reddish Tan and Tan SANDY LEAN CLAY with some Calcareous Particles 29 15 37 20 otal Depthof Boring =15.0 Feet 25 30 35 v►vunuwaam ovum. I via UW 11 W vMW auvr4nax a ►v is Uum vi la.v ram oelvw Um grouna surrace wlmout using cnwng nuid and groundwater was not encountered above that depth. LOG OF Project No. 4930709 Date: Type: BORING Lake Alan Henry Treated Water Pipeline BORING 07-03-2009 Auger NO. B-26 Lubbock, Texas U W.c, HAMILLTON ENGUMERING, INC. nm, R"Uhrud XMimwrhW Firm F-3734 C F P E T H s Y M O L $ A p L E T E T MATERIAL DESCRIPTION u D w o f u t f M C L L P I �' 2 0 s C O A I L S 5 4.0 Is rown =137 MAN CLAY 12.4 22 7 52.2 CL-ML Gray SANDY LEAN CLAY 18 Tan SANDY LEAN CLAY with some Calcareous Particles 10 35 g 15 38 20 otal Depthof Boring =15.0 Feet 25 30 35 40 Groundwater Note: The boring was advanced to a depth of 15.0 feet below the ground surface without using drilling fluid and groundwater was not encountered above that depth. LOG OF Project No. 4930709 Date: Type: BORING LacAlan Henry Treated water Pipeline BORING 07-03-2009 Auger NO. B•27 Lubbock, Texas f� W.C. HADIILTON ENGMERING, INC. T x= R74itawd Enghwe in3 F&m F-37 U a F P E T s Y B O L s A P L E T S T MATERIAL DESCRIPTION D W p o { U t a f C L L P I % Z 0 0 S c O A L s S 6 4.5 4.5 Brown FAT CLAY 26.2 56 29 87.0 CH 23 Tan SANDY LEAN CLAY with some Calcareous Particles 10 16 53 50 2" Tan CALICHE = 4" 50 20 1091 Ueptnot RAnq =15.0 Feet 25 30 35 40 v.v....wvc w. .w . m{V YW".y, woo cmvcn1{Ru tv a %myt;1 VI 1v.v lour oomw are ervunu surrace wm m using among nula am wa groundter was not encountered above that depth. LOG OF Pr ject No. 4930709 Date: Type: BORING Lake Alan Henry Treated Water Pipeline BORING 07-03-2009 Auger NO. B-28 Lubbock, Texas ki w.c- EMMELTON ENGESIEERdNC, INC. Tao" Rniftavd Bwebmwiwt Fb w P-8724 E F P E T E H T Y M B O L S A M P L E T E T T MATERIAL DESCRIPTION —r-19R D W P e U $ i C L L P I % Z 0 0 s c O A I s L S 5 4.0 4.5 BMWSXRtJY 14.0 37 20 85.5 CL Brown FAT CLAY 19 Tan SANDY LEAN CLAY with some Calcareous Partides 10 25 31 Reddish Tan and Tan SANDY LEAN CLAY with some Calcareous Particles 15 41 20 otal Depth ot 11oring = ee 25 30 35 40 ..— w....y -- ay.wn .v a VW/AI V[ w.v Mui armuw a1C 91VYRq SUFTBGC WWWL[ Lam9 Gnuing Tium aria groundwater was not encountered above that depth. LOG OF Project No. 4930709 Date: Type: BORING Lake Alan Henry Treated Water Pipeline BORING 07-03-2009 Auger NO. B-29 Lubbock, Texas W.Q E AM MTON ENQINEEBINQG, INC. Tex= Rq#sftrod Z"1nerrinl Rm F-SM o E F E P E T T s Y M B O L s A M P L E T E S T MATERIAL DESCRIPTION p w o f u t s f C L L P 1 % 2 0 0 S C o A_ L 3 s 5 4.0 4.0 Reddish town 5.0 12.5 7.2 31 39 33 13 24 20 71.6 61.9 56.1 CL CL CL Tan SANDY LEAN CLAY with some Calcareous Particles 28 10 20 Reddish Tan and Tan SANDY LEAN CLAY with some Calcareous Particles 41 1b 77 . 20 ►I.J- TLC otal Depthof Boring =1 ED Feet L��t� 25 30 35 40 1��... wi..w{w. 1910WI-9 was aWanued ro a aep[n of 15.0 feet below ak ground surtaos without using drilling fluid and groundwater was not enoauntered above that depth. LOG OF Project No. 4930709 Date: Type: BORING Lake Atari Henry treated water Pipeline BORING 07-03-2009 Auger NO. B-30 Lubbock, Texas W.c, E APELTON ENGRWAMING, INC. Tax- R 11da sd Engine -ring Fir- F-=4 D E F P E H E T s Y M B O L 3 A M P L E T E 3 T MATERIAL DESCRIPTION u D w c f u = 8 f M C L L P 1 ? 0 0 3 c o A L S 3 5 10 3.0 1191me5n ase 10.8 34 17 68.3 CL Reddish Brawn CLAYEY SAND 15 Tan SANDY LEAN CLAY with some Calcareous Particles 3 24 Reddish Tan and Tan SANDY LEAN CLAY with some Calcareous Particles 15 5 = 5" Tan CALICHE 20 18131 Wepthof Boring =Wo Feet 25 30 35 40 • ••� ••••••••� -- w a aavyua " ay.v owa Lmmvw um viuullu sufRlg;u wwtuu1 WIIg u"uing DWQ sno groundwater was not encountered ate that depth. LOG OF Project No. 4930709 Date: Type: BORING Lake Alan Henry T reawd Water Pipeline BORING 07-03-2009 Auger NO. B-31 Lubbock, Texas f1i W.c, HA1MTON ENGINEERING, INC. Texas Reptsh"d EmSh- inl Ph- F-STD! D E F P E E H T s Y M 8 O L S A M P L E T E S T MATERIAL DESCRIPTION U 0 W a f U t 6 f M C L L P I °.6 E Q S L o L s S 5 4.0 4.5 Reddish Tan and Tan SANDY LEAN CLAY Wth some Calcareous Particles 7.3 28 14 51.8 CL 19 10 39 26 Tan SANDY LEAN CLAY with some Calcareous Particles 15 35 Reddish Tan and Tan SANDY LEAN CLAY with some Calcareous Particles 20 ►1�.�. TLC =1 Depinof Boring =15.0 Feet L�J�� . _ J. ___ _ 25 30 35 40 /,ww w.i..wM.. �•� • ..ems... ...., y __W W a %mimI W Uvv IUM VUVUW UM WFOuna aunace wanow using onuing nuic ana groundwater was not encountered above that depth. LOG OF Project No. 4930709 Date: Type: BORING Lake Alan Hmy Treated Water Pipeline BORING 07-03-2009 Auger NO. B-32 Lubbock, Texas W.C. HAMMTON ENGINEERING, INC. 71ema Rosisknd SnstnprinF Firm F-3724 E F E E H T s Y M B O L s A M P L E T E s T MATERIAL DESCRIPTION u D W P c f c t f M C L L P 1 X Z 0. S L o 1 L S 5 Pavementon ase 10.4 26 10 51.9 CL Tan SANDY LEAN CLAY with some Calcareous Particles 10 Reddish Tan and Tan SANDY LEAN CLAY with some Calcareous Particles 10 10 17 Tan SANDY LEAN CLAY with some Calcareous Particles 15 39 Reddish Tan and Tan SANDY LEAN CLAY with some Calcareous Particles 20 1051 DepthoT RoRng =157re7e 25 30 33 40 Groundwater Nate: The boring was advanced to a depth of 15.0 feet below the ground surface without using drilling Ruid and groundwater was not encountered above that depth. LOG OF Project No. 4930709 Date: Type: BORING L*e Alm Henry Treated water Pipeline BORING 07-04-2009 Auger NO. B-33 Lubbock, Texas W.c. HAKMTON ENG NESRIN(}, INC. mesas Re91@1o,ed Eng werins Fh7n F-SM F P E HC T 8 Y B O L S A P L E T S T MATERIAL DESCRIPTION C w C f u t f b L L P 1 % 2 0 0 S C O A 1 s L S 5 3.0 avemen n ; 13.5 49 25 50.1 CL Tan SANDY LEAN CLAY with some Calcareous Particles 10 10 14 51 Reddish Tan and Tan SANDY LEAN CLAY with some Calcareous Particles 16 35 20 oI Depthof Boring =15.0 Feet 25 30 35 40 veuununraam l—w- i tm uvenpy waa auranwu w a uu" u, ;).0 Teel ueiuw um grounu sundm wanout using aniii ng TiWo ana groundwater was not encountered above that depth. LOG OF _ Project No. 4930709 Date: Type: BORING Lake Alan Henry Treated Water Pipeline BOILING 07-04-2009 Auger NO. B-34 Lubbock, Texas W.c HAKMTON BN(iD=IUNG, INC. 91e-* Al rbiwod, *ghtem*y Fkm F-3724 DESCRIPTIONMATERIAL • i F� j � f► .... m I Reddish ' SANDY LEAN CLAY with some Calcareous Particles ,.Ton m m �® = i To-%FM-pfn of boring 15.0 Feet i i ..,- ...o ........,� ...,.......r—...., a uvva, v, —.v .aR ummw me wounu sumacs wrtnom using anang aura ana groundwater was not encountered above that depth. LOG OF Project No. 4930709 Date: Type: BORING Lake Alan Henry Treated Water Pipeline BORING Lubbock, Texas 07-06-2009 Auger NO. B-35 r �. W.c. HAMILTON ENGINEERING, INC. T— Rqrhfwvd Hnghmwing Fir„ B-3724 D E F P E E H T Is Y M B O L 8 A M P L E T E 8 T MATERIAL DESCRIPTION U O W c t U i s i M C L L P I % 2 0 0 8 C O A L s 8 5 3.0 3.5 Reddish Brown SANDY LEAN CLAY 14.0 46 27 62.4 CL 19 Tan SANDY LEAN CLAY with some Calcareous Particles 10 33 11 15 24 20 otal UeptnOT Boring =1 5.0 Feet 25 30 3s 40 - ----------- • ----- -....a .._�-.�.....w.. w ..v,w. w .v.v .w. aiv.vn ...W yr%anu a:uumm vnuwLn u=9 among nuts ana groundwater was not encountered above that depth. LOG OF Project No. 4930709 Date: Type: BORING Lake Alan Henry Treated Water pipeline BORING 07-08-2009 Auger NO. B-39 Lubbock, Texas �,« � .,. m,.._.._...., _.._ w.«.P.� � � �.�+ �n9 •��.. ..v..:��"— "'� �.� ' � cam. � '. ' _ �e,.,a.�.�+r � � »..,._, .�. w.�.,,..,.,.e» j" . e L.�----� ..,,� ,.0 ', w.c, HAM MTON ENGINEERING, INC. Texas RAghtered Bnshwv tw j Fkm JP4r 4 o F P E H T s Y B O L s A P L E T E T MATERML DESCRIPTION o W c f u t 6 f M C L L P 1 % 2 0 0 e c o A 1 S 8 a 3.5 2 5 15 Reddish Brown SANDY LEAN CLAY 6.8 8.5 14.5 28 47 58 13 26 32 57.1 62.8 51.0 CL CL CH Tan SANDY LEAN CLAY with some Calcareous Particles 10 12 50 — 5 Tan CALICHE 15 47 20 oral Vepthot roMng =1 S. u Peet 25 30 3a 40 Groundwater Note: I no bong was advanced to a depth of 15.0 feet below the ground surfsoe without using drilling fluid and groundwater was not encountered above that depth. G OF F r ect No. 4930709 Date: Type: BORING Lake Alan Henry Treated Water Pipeline RING E 07-08-2009 Auger NO. B-40 Lubbock, Texas APPENDIX B OSHA 1926 SUBPART P OSHA 1926 SUBPART P For Information Only § 1926.606 If it is necessary to stand at the out- board or inboard edge of the deckload where less than 24 inches of bulwark, rail, coaming, or other protection ex- ists, all employees shall be provided with a suitable means of protection against falling from the deckload. (d) First -aid and lifesaving equipment. (1) Provisions for rendering first aid and medical assistance shall be in ac- cordance with subpart D of this part. (2) The employer shall ensure that there is in the vicinity of each barge in use at least one U.S. Coast (Guard -ap- proved 30-inch lifering with not less than 90 feet of line attached, and at least one portable or permanent ladder which will reach the top of the apron to the surface of the water. If the above equipment is not available at the pier, the employer shall furnish it during the time that he is working the barge. (3) Employees walking or working on the unguarded decks of barges shall be protected with U.S. Coast (Guard -ap- proved work vests or buoyant vests. (e) Commercial diving operations. Com- mercial diving operations shall be sub- ject to subpart T of part 1910, §§ 1910.401-1910.441, of this chapter. [39 FR 22801, June 24, 1974, as amended at 42 FR 37674, July 22, 1977) § 1926.606 Definitions applicable to this subpart. (a) Apron —The area along the water- front edge of the pier or wharf. (b) Bulwark —The side of a ship above the upper deck. (c) Coaming—The raised frame, as around a hatchway in the deck, to keep out water. (d) Jacob's ladder —A marine ladder of rope or chain with wooden or metal rungs. (e) Rail, for the purpose of § 1926.605, means a light structure serving as a guard at the outer edge of a ship's deck. Subpart i?�—Excavations AUTHORITY: Sec. 107, Contract Worker Hours and Safety Standards Act (Construc- tion Safety Act) (40 U.B.C. 333), Seca. 4, 6, 8, Occupational Safety and Health Act of 1970 (29 U.S.C. 653, 655, 657); Secretary of Labor's Order No. 12-71 (36 FR 8764), 8-76 (41 FR 29 CFR Ch. XVII (7-1-07 Edition) 26059), or 9-83 (48 FR 35736), as applicable, and 29 CFR part 1911. SouRm: 54 FR 45959, Oct. 31, 1989, unless otherwise noted. § 1926.650 Scope, application, and defi- nitions applicable to this subpart. (a) Scope and application. This sub- part applies to all open excavations made in the earth's surface. Exca- vations are defined to include trenches. (b) Definitions applicable to this sub- part. Accepted engineering practices means those requirements which are compat- ible with standards of practice required by a registered professional engineer. Aluminum Hydraulic Shoring means a pre-engineered shoring system com- prised of aluminum hydraulic cylinders (crombracm) used in conjunction with vertical rails (uprights) or horizontal rails (walers). Such system is designed, specifically to support the sidewalls of an excavation and prevent cave-ins. Bell-bottom pier hole means a type of shaft or footing excavation, the bottom of which is made larger than the cross section above to form a belled shape. Benching (Benching system) means a method of protecting employees from cave-ins by excavating the sides of an excavation to form one or a series of horizontal levels or steps, usually with vertical or near -vertical surfaces be- tween levels. Cave-in means the separation of a mass of soil or rock material from the side of an excavation, or the loss of soil from under a trench shield or support system, and its sudden movement into the excavation, either by falling or sliding, in sufficient quantity so that it could entrap, bury, or otherwise injure and immobilize a person. Competent person means one who is capable of identifying existing and pre- dictable hazards in the surroundings, or working conditions which are unsan- itary, hazardous, or dangerous to em- ployees, and who has authorization to take prompt corrective measures to eliminate them. Cross braces mean the horizontal members of a shoring system installed perpendicular to the sides of the exca- vation, the ends of which bear against either uprights or wales. 366 Occupational Safety and Health Admin., Labor Excavation means any man-made cut, cavity, trench, or depression in an earth surface, formed by earth re- moval. Faces or sides means the vertical or inclined earth surfaces formed as a re- sult of excavation work. Failure means the breakage, displace- ment, or permanent deformation of a structural member or connection so as to reduce its structural integrity and its supportive capabilities. Hazardous atmosphere means an at- mosphere which by reason of being ex- plosive, flammable, poisonous, corro- sive, oxidizing, irritating, oxygen defi- cient, toxic, or otherwise harmful, may cause death, illness, or injury. Sickout means the accidental release or failure of a cross brace. Protective system means a method of protecting employees from cave-ins, from material that could fall or roll from an excavation face or into an ex- cavation, or from the collapse of adja- cent structures. Protective systems in- clude support systems, sloping and benching systems, shield systems, and other systems that provide the nec- essary protection. Ramp means an inclined walking or working surface that is used to gain ac- oess to one point from another, and is constructed from earth or from struc- tural materials such as steel or wood. Registered Professional Engineer means a person who is registered as a profes- sional engineer in the state where the work is to be performed. However, a professional engineer, registered in any state is deemed to be a "registered pro- fessional engineer" within the meaning of this standard when approving de- signs for "manufactured protective systems" or "tabulated data" to be used in interstate commerce. Sheeting means the members of a shoring system that retain the earth in position and in turn are supported by other members of the shoring system. Shield (Shield system) means a struc- ture that is able to withstand the forces imposed on it by a cave-in and thereby protect employees within the structure. Shields can be permanent structures or can be designed to be portable and moved along .as work pro- gresses. Additionally, shields can be ei- ther premanufactured or job -built in § 1926.650 accordance with §1926.652 (c)(3) or (e)(4). Shields used in trenches are usu- ally referred to as "trench boxes" or "trench shields." Shoring (Shoring system) means a structure such as a metal hydraulic, mechanical or timber shoring system that supports the sides of an exca- vation and which is designed to prevent cave-ins. Sides. Bee "Faces." Sloping (Sloping system) means a method of protecting employees from cave-ins by excavating to form sides of an excavation that are inclined away from the excavation so as to prevent cave-ins. The angle of incline required to prevent a cave-in varies with dif- ferences in such factors as the soil type, environmental conditions of ex- posure, and application of surcharge loads. Stable rock means natural solid min- eral material that can be excavated with vertical sides and will remain in- tact while exposed. Unstable rock is considered to be stable when the rock material on the side or sides of the ex- cavation is secured against caving -in or movement by rock bolts or by an- other protective system that has been designed by a registered professional engineer. Structural ramp means a ramp built of steel or wood, usually used for vehicle access. Ramps made of soil or rock are not considered structural ramps. Support system means a structure such as underpinning, bracing, or shor- ing, which provides support to an adja- cent structure, underground installa- tion, or the sides of an excavation. Tabulated data means tables and charts approved by a registered profes- sional engineer and used to design and Construct a protective system. Trench (Trench excavation) means a narrow excavation (in relation to its length) made below the surface of the ground. In general, the depth is greater than the width, but the width of a trench (measured at the bottom) is not greater than 15 feet (4.6 m). If forms or other structures are installed or con- structed in an excavation so as to re- duce the dimension measured from the forms or structure to the side of the ex- cavation to 15 feet (4.6 m) or less 367 §1926.651 (measured at the bottom of the exca- vation), the excavation is also consid- ered to be a trench. Trench box. See "Shield." Trench shield. See "Shield." Uprights means the vertical members of a trench shoring system placed in contact with the earth and usually po- sitioned so that individual members do not contact each other. Uprights placed so that individual members are closely spaced, in contact with or interconnected to each other, are often called "sheeting." Wales means horizontal members of a shoring system placed parallel to the excavation face whose sides bear against the vertical members of the shoring system or earth. § 1926.651 Specific excavation require- ments. (a) Surface encumbrances. All surface encumbrances that are located so as to create a hazard to employees shall be removed or supported, as necessary, to safeguard employees. (b) Underground installations. (1) The estimated location of utility installa- tions, such as sewer, telephone, fuel, electric, water lines, or any other un- derground installations that reason- ably may be expected to be encoun- tered during excavation work, shall be determined prior to opening an exca- vation. (2) Utility companies or owners shall be contacted within established or cus- tomary local response times, advised of the proposed work, and asked to estab- lish the location of the utility under- ground installations prior to the start of actual excavation. When utility companies or owners cannot respond to a request to locate underground utility installations within 24 hours (unless a longer period is required by state or local law), or cannot establish the exact location of these installations, the employer may proceed, provided the employer does so with caution, and provided detection equipment or other acceptable means to locate utility in- stallations are used. (3) When excavation operations ap- proach the estimated location of under- ground installations, the exact loca- tion of the installations shall be deter- mined by safe and acceptable means. 29 CFR Ch. XV11(7-1-07 Mon) (4) While the excavation is open, un- derground installations shall be pro- tected, supported or removed as nec- essary to safeguard employees. (c) Access and egress—(1) Structural ramps. (1) Structural ramps that are used solely by employees as a means of access or egress from excavations shall be designed by a competent person. Structural ramps used for access or egress of equipment shall be designed by a competent person qualified in structural design, and shall be con- structed in accordance with the design. (ii) Ramps and runways constructed of two or more structural members shall have the structural members con- nected together to prevent displace- ment. (111) Structural members used for ramps and runways shall be of uniform thickness. (IV) cleats or other appropriate means used to connect runway struc- tural members shall be attached to the bottom of the runway or shall be at- tached in a manner to prevent tripping. (v) Structural ramps used in lieu of steps shall be provided with cleats or other surface treatments on the top surface to prevent slipping. (2) Means of egress from trench exca- vations. A stairway, ladder, ramp or other safe means of egress shall be lo- cated in trench excavations that are 4 feet (1.22 m) or more in depth so as to require no more than 25 feet (7.62 m) of lateral travel for employees. (d) Exposure to vehicular traffic. Em- ployees exposed to public vehicular traffic shall be provided with, and shall wear, warning vests or other suitable garments marked with or made of reflectorized or high -visibility mate- rial. (e) Exposure to falling loads. No em- ployee shall be permitted underneath loads handled by lifting or digging equipment. Employees shall be re- quired to stand away from any vehicle being loaded or unloaded to avoid being struck by any spillage or falling mate- rials. Operators may remain in the cabs of vehicles being loaded or un- loaded when the vehicles are equipped, in accordance with §1926.601(b)(6), to provide adequate protection for the op- erator during loading and unloading operations. 368 Occupational Safety and Health Admin., labor (f) Warning system for mobile equip- ment. When mobile equipment is oper- ated adjacent to an excavation, or when such equipment is required to ap- proach the edge of an excavation, and the operator does not have a clear and direct view of the edge of the exca- vation, a warning system shall be uti- lized such as barricades, hand or me- chanical signals, or stop logs. If pos- sible, the grade should be away from the excavation. (g) Hazardous atmospheres—(1) Testing and controls. In addition to the require- ments set forth in subparts D and E of this part (29 CFR 1926.50-1926.107) to prevent exposure to harmful levels of atmospheric contaminants and to as- sure acceptable atmospheric condi- tions, the following requirements shall apply: (i) Where oxygen deficiency (atmospheres containing less than 19.5 percent oxygen) or a hazardous atmos- phere exists or could reasonably be ex- pected to exist, such as in excavations in landfill areas or excavations in areas where hazardous substances are stored nearby, the atmospheres in the exca- vation shall be tested before employees enter excavations greater than 4 feet (1.22 m) in depth. (ii) Adequate precautions shall be taken to prevent employee exposure to atmospheres containing less than 19.5 percent oxygen and ether hazardous atmospheres. These precautions in- clude providing proper respiratory pro- tection or ventilation in accordance with subparts D and E of this part re- spectively. (iii) Adequate precaution shall be taken such as providing ventilation, to prevent employee exposure to an at- mosphere containing a concentration of a flammable gas in excess of 20 per- cent of the lower flammable limit of the gas. (iv) When controls are used that are intended to reduce the level of atmos- pheric contaminants to acceptable lev- els, testing shall be conducted as often as necessary to ensure that the atmos- phere remains safe. (2) Emergency rescue equipment. (i) Emergency rescue equipment, such as breathing apparatus, a safety harness and line, or a basket stretcher, shall be readily available where hazardous at- § 1926.651 mospheric conditions exist or may rea- sonably be expected to develop during work in an excavation. This equipment shall be attended when in use. (ii) Employees entering bell-bottom pier holes, or other similar deep and confined footing excavations, shall wear a harness with a life -line securely attached to it. The lifeline shall be sep- arate from any line used to handle ma- terials, and shall be individually at- tended at all times while the employee wearing the lifeline is in the exca- vation. (h) Protection from hazards associated with water accumulation. (1) Employees shall not work in excavations in which there is accumulated water, or in exca- vations in which water is accumu- lating, . unless adequate precautions have been taken to protect employees against the hazards posed by water ac- cumulation. The precautions necessary to protect employees adequately vary with each situation, but could include special support or shield systems to protect from cave-ins, water removal to control the level of accumulating water, or use of a safety harness and lifeline. (2) If water is controlled or prevented from accumulating by the use of water removal equipment, the water removal equipment and operations shall be monitored by a competent person to ensure proper operation. (3) If excavation work interrupts the natural drainage of surface water (such as streams), diversion ditches, dikes, or other suitable means shall be used to prevent surface water from entering the excavation and to provide adequate drainage of the area adjacent to the ex- cavation. Excavations subject to runoff from heavy rains will require an in- spection by a competent person and compliance with paragraphs (h)(1) and (h)(2) of this -section. (f) Stability of adjacent structures. (1) Where the stability of adjoining build- ings, walls, or other structures is en- dangered by excavation operations, support systems such as shoring, brac- ing, or underpinning shall be provided to ensure the stability of such struc- tures for the protection of employees. (2) Excavation below the level of the base or footing of any foundation or re- taining wall that could be reasonably 369 Pt. 1926, Subpt. P, App. A Soil classification system means, for the pur- pose of this subpart, a method of catego- rizing soil and rock deposits in a hierarchy of Stable Rock, Type A, Type B, and Type C, in decreasing order of stability. The cat- egories are determined based on an analysis of the properties and performance character- istics of the deposits and the environmental conditions of exposure. Stable rock means natural solid mineral matter that can be excavated with vertical sides and remain intact while exposed. Submerged soil means soil which is under- water or is free seeping. Type A means cohesive soils with an unconfined compressive strength of 1.5 ton per square foot (tef) ,(144 kPa) or greater. Ex- amples of cohesive soils are: clay, silty clay, sandy clay, clay loam and, in some cases, silty clay loam and sandy clay loam. Ce- mented soils such as caliohe and hardpan are also considered Type A. However, no soil is Type A If - (I) The soil is fissured; or (ii) The soil is subject to vibration from heavy traffic, pile driving, or similar effects; or (iii) The soil has been previously disturbed; or (iv) The soil is part of a sloped, layered system where the layers dip into the exca- vation on a slope of four horizontal to one vertical (4H:1V) or greater; or (v) The material is subject to other factors that would require it to be classified as a less stable material. Type B means: (i) Cohesive soil with an unconfined com- pressive strength greater than 0.5 tsf (48 kPa) but less than 1.5 tsf (144 kPa); or (ii) Granular cohesionless soils including: angular gravel (similar to crushed rock), silt, silt loam, sandy loam and, in some cases, silty clay loam and sandy clay loam. (III) Previously disturbed soils except those which would otherwise be classed as Type C soil. (iv) Soil that meets the unconfined com- pressive strength or cementation require- ments for Type A, but is fissured or subject to vibration; or (v) Dry rock that is not stable; or (vi) Material that is part of a sloped, lay- ered system where the layers dip into the ex- cavation on a slope less steep than four hori- zontal to one vertical (4H:1V), but only if the material would otherwise be classified as Type E. Type C means: (f) Cohesive soil with an unconfined com- pressive strength of 0.5 tsf (48 kPa) or less; or (ii) Granular soils including gravel, sand, and loamy sand; or (iii) Submerged soil or soil from which water is freely seeping; or (iv) Submerged rock that is not stable, or 29 CFR Ch. XVII (7-1-07 Edition) (v) Material in a sloped, layered system where the layers dip into the excavation or a slope of four horizontal to one vertical (4H:1V) or steeper. Unconfined compressive strength means the load per unit area at which a soil will fail in compression. It can be determined by labora- tory testing, or estimated in the field using a pocket penetrometer, by thumb penetra- tion tests, and other methods. Wet soil means soil that contains signifi- cantly more moisture than moist soil, but in such a range of values that cohesive material will slump or begin to flow when vibrated. Granular material that would exhibit cohe- sive properties when moist will lose those co- hesive properties when wet. (e) Requirements—(1) Classification of soil and rock deposits. Each soil and rook deposit shall be classified by a competent person as Stable Rock, Type A, Type B, or Type C in accordance with the definitions set forth in paragraph (b) of this appendix. (2) Basis of classification. The classification of the deposits shall be made based on the re- sults of at least one visual and at least one manual analysis. Such analyses shall be con- ducted by a competent person using tests de- scribed in paragraph (d) below, or in other recognized methods of soil classification and testing such as those adopted by the Amer- ica Society for Testing Materials, or the U.S. Department of Agriculture textural classi- fication system. (3) Visual and manual analyses. The visual and manual analyses, such as those noted as being acceptable in paragraph (d) of this ap- pendix, shall be designed and conducted to provide sufficient quantitative and quali- tative information as may be necessary to identify properly the properties, factors, and conditions affecting the classification of the deposits. (4) Layered systems. In a layered system, the system shall be classified in accordance with its weakest layer. However, each layer may be classified individually where a more stable layer lies under a less stable layer. (5) Reclassification. If, after classifying a de- posit, the properties, factors, or conditions affecting its classification change in any way, the changes shall be evaluated by a competent person. The deposit shall be re- classified as necessary to reflect the changed circumstances. (d) Acceptable visual and manual tests —(I) Visual tests. Visual analysis is conducted to determine qualitative information regarding the excavation site in general, the soil adja- cent to the excavation, the soil forming the sides of the open excavation, and the soil taken as samples from excavated material. (1) Observe samples of soil that are exca- vated and soil in the sides of the excavation. Estimate the range of particle sizes and the relative amounts of the particle sizes. Soil that is primarily composed of fine-grained 374 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B material Is cohesive material. Soil composed primarily of coarse -grained sand or gravel is granular material. (11) Observe soil as it is excavated. Soil that remains in clumps when excavated is cohesive. Soil that breaks up easily and does not stay in clumps is granular. (III) Observe the side of the opened exca- vation and the surface area adjacent to the excavation. Crank -like openings such as ten- sion cracks could indicate fissured material. If chunks of soil spall off a vertical side, the soil could be fissured. Small spans are evi- dence of moving ground and are indications of potentially hazardous situations. (iv) Observe the area adjacent to the exca- vation and the excavation itself for evidence of existing utility and other underground structures, and to identify previously dis- turbed soil. (v) Observe the opened side of the exca- vation to identify layered systems. Examine layered systems to identify if the layers slope toward the excavation. Estimate the degree of slope of the layers. (vi) Observe the area adjacent to the exca- vation and the sides of the opened BXcar vation for evidence of surface water, water seeping from the sides of the excavation, or the location of the level of the water table. (vif) Observe the area adjacent to the exca- vation and the area within the excavation for sources of vibration that may affect the stability of the excavation face. (2) Manual tests. Manual analysis of soil samples is conducted to determine quan- titative as well as qualitative properties of soil and to provide more information in order to classify soil properly. (i) Plasticity. Mold a moist or wet sample of soil into a ball and attempt to roll it into threads as thin as 'A -inch in diameter. Cohe- sive material can be successfully rolled into threads without crumbling. For example, if at least a two inch (50 mm) length of 'A -inch thread can be held on one end without tear- ing, the soil is cohesive. (if) Dry strength. If the soil is dry and crumbles on its own or with moderate pres- sure into individual grains or fine powder, it is granular (any combination of gravel, sand, or silt). If the soil is dry and falls into clumps which break up into smaller clumps, but the smaller clumps can only be broken up with difficulty, it may be clay in any combination with gravel, sand or silt. If the dry soil breaks into clumps which do not break up into small clumps and which can only be broken with difficulty, and there is no visual indication the soil is fissured, the soil may be considered unfissured. (III) Thumb penetration. The thumb penetra- tion test can be used to estimate the unconfined compressive strength of cohesive soils. (This test is based on the thumb pene- tration test described in American Society for Testing and Materials (ASTM) Standard designation D2488-118tandard Recommended Practice for Description of Soils (Visual — Manual Procedure).") Type A soils with an unconfined compressive strength of 1.5 tsf can be readily indented by the thumb; how- ever, they can be penetrated by the thumb only with very great effort. Type C soils with an unconfined compressive strength of 0.5 tsf can be easily penetrated several inches by the thumb, and can be molded by light finger pressure. This test should be conducted on an undisturbed soil sample, such as a large clump of spoil, as soon as practicable after excavation to keep to a miminum the effects of exposure to drying influences. If the exca- vation is later exposed to wetting influences (rain, flooding), the classification of the soil must be ohanged accordingly. (iv) Other strength tests. Estimates of unconfined compressive strength of soils can also be obtained by use of a pocket pene- trometer or by using a hand -operated shearvane. (v) Drying test. The basio purpose of the drying test is to differentiate between oohe- sive material with fissures, unfissured cohe- sive material, and granular material. The procedure for the drying test involves drying a sample of soil that is approximately one inch thick (2.54 em) and six inohes (16.24 cm) in diameter until it is thoroughly dry. (A) If the sample develops cracks as it dries, significant fissures are indicated. (B) Samples that dry without cracking are to be broken by hand. If considerable force is necessary to break a sample, the soil has sig- nificant cohesive material content. The soil can be classified as a unfissured cohesive ma- terial and the unconfined compressive strength should be determined. (C) If a sample breaks easily by hand, it is either a fissured cohesive material or a granular material. To distinguish between the two, pulverize the dried clumps of the sample by hand or by stepping on them. If the clumps do not pulverize easily, the mate- rial is cohesive with fissures. If they pul- verize easily into very small fragments, the material is granular. APPENDIX B TO SUBPART P OF PART 1926—SLOPING AND BENCHING (a) Scope and application. This appendix contains specifications for sloping and benching when used as methods of protecting employees working in excavations from cave-ins. The requirements of this appendix apply when the design of sloping and bench- ing protective systems is to be performed in accordance with the requirements set forth In §1926.652(b)(2). (b) Definitions. Actual slope means the slope to which an excavation face is excavated. Distress means that the soil is in a condi- tion where a cave-in is imminent or is likely 375 PI. 1926, Subpt. P. App. B to occur. Distress is evidenced by such phe- nomena as the development of fissures in the face of or adjacent to an open excavation; the subsidence of the edge of an excavation; the slumping of material from the face or the bulging or heaving of material Prom the bottom of an excavation; the spelling of ma- terial from the face of an excavation; and ravelling, i.e., small amounts of material such as pebbles or little clumps of material suddenly separating from the face of an exca- vation and trickling or rolling down into the excavation. Maximum allowable slope means the steep- est incline of as excavation face that is ac- ceptable for the most favorable site condi- tions as protection against cave-ins, and is expressed as the ratio of horizontal distance to vertical rise (H:V). Short term exposure means a period of time less than or equal to 24 hours that an exca- vation is open. (c) Requirements—(1) Soil classification. Soil and rock deposits shall be classified in ac- cordance with appendix A to subpart P of part 1926. 29 CFR Ch. XVII (7-1-07 Edffion) (2) Maximum allowable slope. The maximum allowable slope for a soil or rock deposit shall be determined from Table 1B-1 of this appendix. (3) Actual slope. (i) The actual slope shall not be steeper than the maximum allowable slope. (ii) The actual elope shall be less steep than the maximum allowable slope, when there are signs of distress. If that situation occurs, the slope shall be out back to an ac- tual slope which is at least 'A horizontal to one vertical (%H:lV) less Bteep than the maximum allowable slope. (iii) When surcharge loads from stored ma- terial or equipment, operating equipment, or traffic are present, a competent person shall determine the degree to which the actual slope must be reduced below the maximum allowable slope, and shall assure that such reduction is achieved. Surcharge loads from adjacent structures shall be evaluated in ac- cordance with §1926.651(1). (4) Configurations. Configurations of slop- ing and benching systems shall be in accord- ance with Figure 1B-1. TABLE B-1 MAXIM UM.ALLOWABLE SLOPES SOIL OR ROCK TYPE MAYIMUM ALLOWABLE SLOPES(H:V)11] FOR EXCAVATIONS LESS THAN 20 FEET STABLE ROCK TYPE A (2] TYPE B TYPE C VERTICAL(90') 4.1 (53� 11 1-%:1 (340) NOTES: 1. Numbers shown in parentheses next to maximum allowable slopes are angles expressed in degrees from the horizontal. Angles have been rounded off. 2. A short-term maximum allowable slope of 1/2H:1V (63°) is allowed in excavations in Type A soil that are 12 feet (3.67 m) or less in depth. Short-term maximum allowable slopes for excavations greater than 12 feet (3.67 m) in depth shall be 3/4H:1V (53°). 3. Sloping or benching for excavations greater than 20 feet deep shall be designed by a registered professional engineer. 376 11 Occupational Safety and Health Admin., labor Pt. 1926, Subpt. P, App. B Figure B—1 Slope Configurations (All slopes stated below are in the horizontal to vertical ratio) B-l.l Excavations made in Type A soil. 1. All simple slope excavation 20 feet or less in depth shall have a maximum allowable slope of s/4:1. 20' Max. 1 3/4 Snu LE SLOPE --GENERAL Exception: Simple slope excavations which are open 24 hours or less (short term) and which are 12 feet or less in depth shall have a maximum allowable slope of WI. 12' Max. 1 \\ -/ A SYMPLE SLOPE —SHORT TERM 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of V4 to 1 and maximum bench dimensions as follows: 377 ... ... ..... 1. Pt. 1926, Subpt. P, App. B 29 CFR Ch. XV11 (7-1-07 Edition) SIMPLE BENCH Cry 3 JI 20' Max. L 5' Max.M 3 /4 41 Lf Max7 01 1 MuLmPLE BENCH 3. All excavations 8 feet or less In depth which have unsupported vertically sided lower por- tions shall have a maximum vertical side of 31h feet. 81 Max. 3/4 3V rMax. UNBuproRTED VERTicALLy SIDED LOWER PORTION—MAXIBIUM 8 FEET IN DEPTH All excavations more than 8 feet but not more than 12 feet in depth which unsupported vertically sided lower portions shall have a maximum allowable slope of 1:1 and a maximum vertical side of 32A feet. 378 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B UNSUPPORTED VERTICALLY SIDED LOWER PORTION —MAXIMUM 12 FEET IN DEPTH All excavations 20 feet or less in depth which have vertically sided lower portions that are supported or shielded shall have a maximum allowable slope of e/a:l. The support or shield sys- tem must extend at least 18 inches above the top of the vertical side. Support or shield system op ZI 20' Max. 3/4 18" Min. Total height of vertical side SUPPORTED OR SHIELDED VERTICALLY SIDED LOWER PORTION 4. All other simple §lpps, compound slope, and vertically sided lower portion excavations shall be in accordance with the other options permitted under § 1926.852(b). B-1.2 Excavations Made in npe B Soil 1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable slope of 1:1. SMILE SLOPE 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of 1:1 and maximum bench dimensions as follows: 379 Pt. 1926, Subpt. P, App. 0 29 CFR Ch. XVII (7-1-07 Edition) This bench allowed in cohesive soil only. 20' Max 1 1 4' / / Max. /. SINGLE] BENCH This bench allowed in cohesive soil only i i 20' Max. 4' 1 _Max. / 1 4' Max. i i MULTIPLE BENCH 3. All excavations 20 feet or less in depth which have vertically aided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All such excavations shall have a maximum allowable slope of 1:1. Support or shield system •-- �•1 20' Max. 8" Min. Total height of vertical side VERTICALLY SIDED LOWER PORTION 4. All other sloped excavations shall be in accordance with the other options permitted in §1926.652(b). B-2.3 Excavations Made in Type C Soil 1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable elope of 11h:1. 380 Occupational Safety and Health Admin., Labor a0 n.x. Pt. 1926, Subpt. P, App. B SIMPLE SLOPE 2. All excavations 20 feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All such excavations shall have a maximum allowable slope of 11h:l. Support or sfiield system 20' Max. l� 18" Min. Total height of vertical side VERTICAL SIDED Lowm PonTioN 3. All other sloped excavations shall be in accordance with the other options permitted in g1926.662(b). B-1.4 Excavations Made in Layered Soils 1. All excavations 20 feet or less in depth made in layered soils shall have a maximum al- lowable slope for each layer as set forth below. 381 Pl. 1926, Subpt. P, App. B . 29 CFR Ch. XVII (7-1-07 Edition) B OVER A c � t It A �t 3/4 CLOVER A c OVER d 382 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. C A OVER B A OVER C H 1 15� C � 1 A 8 OVER C 2. All other sloped excavations shall be in accordance with the other options permitted in §1926.652(b). APPENDIX C TO SUBPART P OF PART 1926—TIMBER SHORING FOR TRENCHES (a) Scope. This appendix contains informa- tion that can be used timber shoring is pro- vided as a method of protection from cave- ins in trenches that do not exceed 20 feet (6.1 m) in depth. This appendix must be used when design of timber shoring protective systems is to be performed in accordance with § 1926.652(c)(1). Other timber shoring configurations; other systems of support such as hydraulic and pneumatic systems; and other protective systems such as slop- ing, benching, shielding, and freezing sys- tems must be designed in accordance with the requirements set forth in §1926.652(b) and § 1926.652(c). (b) Soil Classification. In order to use the data presented in this appendix, the soil type or types in which the excavation is made must first be determined using the soil clas- sification method set forth in appendix A of subpart P of this part. (c) Presentation of Information. Information is presented in several forms as follows: (1) Information is presented in tabular form in Tables C-1.1, 0-1.2, and C-1.3, and Ta- bles 0-2.1, C-2.2 and C-2.3 following para- graph (g) of the appendix. Each table pre- sents the minimum sizes of timber members to use in a shoring system, and each table contains data only for the particular soil type in which the excavation or portion of 383 Pt. 1926, Subpt. P, App. C the excavation is made. The data are ar- ranged to allow the user the flexibility to se- lect from among several acceptable configu- rations of members based on varying the horizontal spacing of the crosebraces. Stable rock is exempt from shoring requirements and therefore, no data are presented for this condition. (2) Information concerning the basis of the tabular data and the limitations of the data Is presented in paragraph (d) of this appen- dix, and on the tables themselves. (3) Information explaining the use of the tabular data is presented in paragraph (e) of this appendix. (4) Information illustrating the use of the tabular data is presented in paragraph (f) of this appendix. (5) Miscellaneous notations regarding Ta- bles C-1.1 through C-1.3 and Tables 0-2.1 through C-2.3 are presented in paragraph (g) of this Appendix. (d) Basis and limitations of the data--(1) Di- mensions of timber members. (f) The sizes of the timber members listed in Tables C-1.1 tWrougb C-1,3 are taken from the National Bureau of Standards (NBS) report, "Rec- ommended Technical Provisions for Con- struction Practice in Shoring and Sloping of Trenches and Excavations." In addition, where NBS did not recommend specific sizes of members, member sizes are based on an analysis of the sizes required for use by ex- isting codes and on empirical practice. (ii) The required dimensions of the mem- bers listed in Tables 0-1.1 through C-1.3 refer to aotual dimensions and not nominal di- mensions of the timber. Employers wanting to use nominal size shoring are directed to Tables C-2.1 through C-2.3, or have this choice under §1926.662(o)(3), and are referred to The Corps of Engineers, The Bureau of Reclamation or data from other acceptable sources. (2) Limitation of application. (i) It is not in- tended that the timber shoring specification apply to every situation that may be experi- enced in the field. These data were developed to apply to the situations that are most commonly experienced in current trenching practice. Shoring systems for use in situa- tions that are not covered by the data in this appendix must be designed as speoffYed in §1926.652(c). (fi) When any of the following conditions are present, the members specified in the ta- bles are not considered adequate. Either an alternate timber shoring system must be de- signed or another type of protective system designed in accordance with §1926.652. (A) When loads imposed by structures or by stored material adjacent to the trench weigh in excess of the load imposed by a two - foot soil surcharge. The term "adjacent" as used here means the area within a horizontal distance from the edge of the trench equal to the depth of the trench. 29 CFR Ch. XVII (7-1-07 Edition) (B) When vertical loads imposed on cross braces exceed a 240-pound gravity load dis- tributed on a one -foot section of the center of the crossbrace. (C) When surcharge loads are present from equipment weighing In excess of 20,000 pounds. (D) When only the lower portion of a trench is shored and the remaining portion of the trench is sloped or benched unless: The sloped portion is sloped at an angle less steep than three horizontal to one vertical; or the members are selected from the tables for use at a depth which is determined from the top of the overall trench, and not from the toe of the sloped portion. (e) Use of Tables. The members of the shor- ing system that are to be selected using this information are the cross braces, the uprights, and the wales, where wales are re- quired. Minimum sizes of members are speoi- fled for use in different types of soil. There are six tables of information, two for each soil type. The soil type must first be deter- mined in accordance with the soil classifica- tion system described in appendix A to sub- part P of part 1926. Using the appropriate table, the selection of the size and spacing of the members is then made. The seleotion is based on the depth and width of the trench where the members are to be installed and, in most instances, the selection is also based on the horizontal spacing of the crossbraces. Instances where a choice of horizontal spac- ing of crossbracing is available, the hori- zontal spacing of the crossbraces must be ohosen by the user before the size of any member can be determined. When the soil type, the width and depth of the trench, and the horizontal spacing of the crossbraces are known, the size and vertical spacing of the crossbracee, the size and vertical spacing of the wales, and the size and horizontal spac- ing of the uprights can be read from the ap- propriate table. (f) Examples to Illustrate the Use of Tables C- 1.1 through F1.3. (1) Example 1. A trench dug in Type A soil is 13 feet deep and five feet wide. From Table F1.1, for acceptable arrange- ments of timber can be used. Arrangement #B1 Space 4x4 crossbraces at six feet hori- zontally and four feet vertically. Wales are not required. Space 3x8 uprights at six feet horizontally. This arrangement is commonly called "skip shoring." Arrangement #B2 Space 4x6 crossbraces at eight feet hori- zontally and four feet vertically. Space 8x8 wales at four feet vertically. 384 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. C Space 24 uprights at four feet hori- zontally. Arrangement #B3 Space 6x6 crombraces at 10 feet hori- zontally and four feet vertically. Space 840 wales at four feet vertically. Space 2x6 uprights at five feet hori- zontally. Arrangement #B4 Space 6x6 crossbraces at 12 feet hori- zontally and four feet vertically. Space 1040 wales at four feet vertically. Spaces 3x8 uprights at six feet hori- zontally. (2) Example 2. A trench dug in Type B soil in 18. feet deep and five feet wide. From Table 0-1.2 three acceptable arrangements of members are listed. Arrangement #B1 Space 6x6 crossbraces at aix feet hori- zontally and five feet vertically. Space 8x8 wales at five feet vertioally. Space 2x6 uprights at two feet hori- zontally. Arrangement #B2 Space 64 crossbraces at eight feet hori- zontally and five feet vertioally. Space 1040 wales at five feet vertioally. Space 24 uprights at two feet hori- zontally. Arrangement #B3 Space 8x8 crossbraces at 10 feet hori- zontally and five feet vertically. Space l0x12 wales at five feet vertically. Space 2x6 uprights at two feet vertically. (3) Example 3. A trench dug in Type C soil is 13 feet deep and five feet wide. From Table C-1.3 two acceptable arrange- ments of members can be used. Arrangement #B1 Space 84 crossbraces at six feet hori- zontally and five feet vertically. Space l0x12 wales at five feet vertically. Position 2x6 uprights as closely together as possible. If water must be retained use special tongue and groove uprights to form tight sheeting. Arrangement #B2 Space 8x10 croasbraces at eight feet hori- zontally and five feet vertically. Space 1" wales at five feet vertically. Position 2x6 uprights in a close sheeting configuration unless water pressure must be resisted. Tight sheeting must be used where water must be retained. (4) Example 4. A trench dug in Type C soil is 20 feet deep and 11 feet wide. The size and spacing of members for the section of trench that is over 15 feet in depth is determined using Table 0-1.3. Only one arrangement of mem- bers is provided. Space MG crossbraces at six feet hori- zontally and five feet vertically. Space MU wales at five feet vertically. Use 8x6 tight sheeting. Use of Tables C-2.1 through C-2.3 would fol- low the same procedures. (g) Notes for all Tables. 1. Member sizes at spacings other than in- dicated are to be determined as specified in § 1926.652(c), "Design of Protective Systems." 2. When conditions axe saturated or sub- merged use Tight Sheeting. Tight Sheeting refers to the use of Si8oially-edged timber planks (e.g., tongue and groove) at least three inches thick, steel sheet piling, or similar construction that when driven or placed in position provide a tight wall to re- sist the lateral pressure of water and to pre- vent the loss of backfill material. Close Sheeting refers to the placement of planks side -by -side allowing as little space as pos- sible between them. 3. All spacing indicated is measured center to center. 4. Wales to be installed with greater di- mension horizontal. 6. If the vertical distance from the center of the lowest crossbrace to the bottom of the trench exceeds two and one-half feet, uprights shall be firmly embedded or a mudsill shall be used. Where uprights are embedded, the vertical distance from the center of the lowest crossbrace to the bot- tom of the trench shall not exceed 36 inches. When mudsills are used, the vertical dis- tance shall not exceed 42 inches. Mudsills are wales that are installed at the toe of the trench side. 6. Trench jacks may be used in lieu of or in combination with timber crossbraces. 7. Placement of crossbraces. When the vertical spacing of crossbraces is four feet, place the top crossbrace no more than two feet below the top of the trench. When the vertical spacing of crossbraces is five feet, place the top crossbrace no chore than 2.5 feet below the top of the trench. 385 w co Cm TABLE C-1.1 TIMBER TRENCH SHORING -- MINIMUN TIMBER REQUIREMENTS SOIL TYPE A Pa = 25 X H + 72 psf (2 ft Surcharge) ** DEPTH OF TRENCH HORIZ. WIDTH OF TRENCH FEET VERT. VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP TO UP TO (FEET) SPACING SPACING SIZE SPACING FEET (FEET) 4 6 g 12 is (FEET) (IN) (FEET UP TO Not 5 6 4X4 4X4 4X6 6X6 6X6 4 ' 2X UP TO Not TO 8 4X4 4X4 4X6 6X6 6X6 4 Re 'd 2X8 UP TO 10 10 4X6 4X6 4X6 6X6 6X6 4 8X8 4 2X6 UP TO 12 4X6 4X6 6X6 6X6 6X6 4 8X8 4 2X6 UP TO Not 10 6 4X4 44 4X6 6X6 6 4 ' UP TO TO 8 4X6 4X6 6X6 6X6 6X6 4 8X8 4 UP TO 15 10 6X6 6XS 6X62X6 UP TO 12 6X6 6X6 6X6 6X8 6X8 4 1OX10 4 UP TO 15 6 6X6 6X6 6X6 6X8 6X8 4 6X8 4 3X6 UP TO TO 8 6X6 6X6 6X6 6X8 6X8 4 8X8 4 3X6 UP TO 20 g UP TO 2 8X8 8X8 8X8 8X8 8X10 4 OX 0 4 3X6 OVER 20 SEE NOTE 1 * Mixed oak or equivalent with a bending strength not less than 850 psi. ** Manufactured members of equivalent strength may by substituted for wood. 04 y w TABLE C-1.2 TIMBER TRENCH SHORING -- MINIMUM TIMBER REMRBMBNTS SOIL TYPE B P a . 45 X R + 72 pef (2 ft. Surcharge) DEPTHST2X (AC ** ORCROSS CS RIGHTS HORI2. VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING TRENCH Up TO Up TO Up TO DP TO (FEET) SPACING SPACING SIZE ;jCR SPACING FEET (FEET) 4 6 9 12 15 (FEET) (IN) (FEET) CLOSE 2 3 5 UP 6 TO 4X6 4X6, 6X6 6X6 6X6 5 6X8 5 2X6 OP TO TO 6X6 6X6 6X6 6X8 6X8 5 8 10 5 UP TO 10 10 6X6 6X6 6X6 US 6XS 5 1OX10 5 2X6 See Nor. I UP 10 6TO 6X6 6X6 6X6 6X8 6X8 5 BX8 5 2X6 UP TO 8 6X8 6X8 6X8 8X8 8X8 5 10X10 5 2X6 TO UP TO 15 10 8X8 8X8 8XB HIS RY10 5 1OX12 5 2X6 See Note 1 ' UP TO 15 6 6X8 6X8 6X8 8X8 8X8 5 8X10 5 3X6 UP TO TO 8 8X8 8X8 8X8 8X8 8X10 5 IOX12 5 3X6 DP00 Al 8X10 8X1 8X10 8X10 1OX10 5 12X12 5 3X6 See J::L Note OVER 20 SEE NOTE 1 * Mixed oak or equivalent with a bending strength Dot less than 850 psi. ** Manufactured members of equivalent strength may by substituted for vood. V w TABLE C-1.3 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE C P - 80 X H t 72 pef (2 ft. Surcharge) a DEPTH ** OF CROSS BRACES UPRIGHTS TRENCH HORIZ. WIDTH OF,TRENCR (FEET) MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP TO UP TO (FEET) SPACING PERT. SPACING SIZE VggT SPACING (FEET) See Note 2 CLOSE (FEET) 4 6 9 12 1 FEET IN FEET UP TO 5 6 6X8. 6X8 6X8 SX8 8X8 5 8X10 5 2X6 UP TO TO 8 8X8 8X8 8X8 8X8 8X10 5 1OX12 5 2X6 UP TO 10 10 8X10 8X10 8X10 8X10 10X10 5 12X12 5 2X6 See Nate 1 UP TO 10 6 8X8 8X8 8X8 8X8 8X10 5 1OX12 5 2X6 UP TO TO 8 8X10 8X10 8X10 8X10 1OX10 5 12X12 5 2X6 See 15 Note 1 See Note 1 UP TO 15 6 8XIO 8X10 8X10 8X10 1OX10 5 12X12 5 3X6 See -Note I .TO See 20 Note 1 See Note 1 OVER 20 SEE NOTE 1 * Mixed Oak or equivalent with a bending strength not less than 850 psi. ** Manufactured members of equivalent strength may be substituted for wood. N C Q V V V Y5 TABLE C-2.1 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE A Pa - 25 X H t 72 psf (2 ft. Surcharge) DEPTH S ** OF CROSS BRACES WATNQ UPRIGHT •HORIZ. 0 RTI PERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING TRENCH VERY UP TO UP TO UP TO UP'TO UP TO (FEET) SPACING SPACING SIZE SPACING FEET (FEET) 4 b T CLOSE 4 5 6 8 UP TO Hot Not 5 6 4X4 4X4 4X4 4X4 4X6 4 Req'd Req'd 4X6 UP TO TO 8 4X4 4X4 4X4 4X6 4X6 4 Req d Req d 4X8 UP TO 10 10 4X6 4X6 4X6 6X6 6X6 4 8X8 4 4X6 UP12 TO 4X6 4X6 4X6 6X6 6X6 4 8X8 4 4X6 10 UP TO 6 4X4 4X4 4X4 6X6 6X6 4 Req�d RNegVd 4X10 DP TO TO 8 4X6 4X6 4X6 6X6 6X6 4 6X8 4 4X6 IF10 TO 6X6 6X6 6X6 6X6 6X6 4 8X8 4 US 15 jp TO6X6 12 6X6 6X6 6X6 6X6 4 8X10 4 4X6 4X10 IF TO 15 b 6X6 ."6X6 6X6 6X6 6X6 4 6X8 4 3X6 TO TO 8 6X6 6X6 6X6 6X6 6X6 4' 8X8 4 3X6 4X12 IF TO6X6 20 10 6X6 6X6 6X6 6X8 4 8X10 4 3X6 jpT0. 12 6X6 6X6 6X6 6X8 6X8 4 BX12 4 3X6 4X12 OVER 20 1 SEE NOTE 1 * Douglas fir or equivalent with a bending strength not less than 1500 psi. ** Manufactured members of equivalent strength may be substituted for wood. N O� N C Cr R ou W CD O TABLE C-2.2 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUI=4ENTS SOIL TYPE B P - 45 R H t 72 psf (2 ft. Surcharge) a DEPTH SI S4S AND SPACING OF MEMBERS ** OF CRQ99 RRACER WALES UPRIGHTS TRENCH HORIZ.F4X6 DTH 0 TRENCH (FEET)VERT. VERT MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP TO (FEET) SPACING SPACING SIZE SPACING FEET (FEET) 6 9 12 15 (FEET) (INJ CLOSE 2 3 4 6 UP TO 3X12 5 6 4X6 4X6 6X6 6X6 5 6X8 5 4X8 4X12 UP TO TO 8 4X6 6X6 6R6 6R6 5 8X8 5 3X8 4X8 UP TO 10 4X6 4X6 6X6 6X6 6X8 5 8X10 5 4X8 10 See Note 1 UP TO 10 6 6X6 6X6 6X6 6X8 6X8 5 8X8 5 3X6 4R10 UP TO TO 8 6X8 6X8 6X8 8X8 8X8 5 1OX10 5 3X6 4X10 UP TO 15 10 6X8 6X8 5 1OXl2 5 3X6 4X10 See Note 1 UP TO 15 6 6X8 6X8 5 8X10 5 4X6 UP TO N8x88X8 TO 8 6X8 6X8 5 1OX12 5 4X6 UP TO2O 10 8X8 8X8 5 12X12 5 4X6 See Note 1 OVER 20 SEE NOTE 1 * Douglas fir or equivalent with a bending strength not less than 1500 psi. ** Manufactured members of equivalent strength may be substituted for wood. R'a ✓Sa y W �O 0 In 70 n G V r b V rA a O 7 v , tt y c0~rVco d� ro �06� m m x C m0 4 o p,p "tr mDgro �ap m CA,4�m O cc CD 0 �m�mo p Cq a cr a o. ^�ww0 5�`? �cr �� moo' o m m m m 'd ID � "D O H o m G p tv o ID rA . C 0 Amy o c RJ mP CD�y M F rA H m <Y cif �I b TABLE C-2.3 TILER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE C Pa - 80 X H t 72 psf (2 ft. Surcharge) DEPTH OF UPRIGHTS HORIZ. WID VERT. vERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING TRENCH (FEET) SPACING SPACING SIZE SPACING UP TO UP TO UP TO UP TO UP TO CLOSE (FEET) 4 6 9 12 15 FEET UP TO 5 6 6X6 6X6 6X6 6X6 8X8 5 8X8 5 3X6 UP TO 6X6 6X6 6X6 8X8 8X8 5 1OX10 5 3X6 TO 8 UP TO 10 10 6X6 6X6 8X8 8X8 8X8 5' 1OX12 5 3X6 See Note 1 UP TO 10 6 6X8 6X8 6X8 8X8 8X8 5 10X10 5 4X6 UP TO TO 8 8X8 8X8 8X8 8X8 8X8 5 12X12 5 4X6 g Note 1 15 See Note 1 UP TO 6 8X8 8X8 8X8 8X10 8X10 5 1OX12 5 4X6 15 See TONote 1 See 20 Note 1 See ote 1 OVER zo SEE NOTE 1 I El * Douglas fir or equivalent with a bending strength not less than 1500 psi. ** Manufactured members of equivalent strength may be substituted for wood. a 6M PI. 1926, Subpt. P, App. D first be determined using the soil classifica- tion method set forth in appendix A of sub- part P of part 1926. (c) Presentation of Information. Information is presented in several forms as follows: (1) Information is presented in tabular form in Tables D-1.1, D-1.2, D-1.3 and E-1.4. Each table presents the maximum vertical and horizontal spacings that may be used with various aluminum member sizes and various hydraulic cylinder sizes. Each table contains data only for the particular soil type in which the excavation or portion of the excavation is made. Tables D-1.1 and D- 1.2 are for vertical shores in Types A and B soil. Tables D-1.3 and DIA are for horizontal waler systems in Types B and C soil. (2) Information concerning the basis of the tabular data and the limitations of the data is presented in paragraph (d) of this appen- dix. (3) Information explaining the use of the tabular data is presented in paragraph (e) of this appendix. (4) Information illustrating the use of the tabular data is presented in paragraph (1) of this appendix. (5) Miscellaneous notations (footnotes) re- garding Table D-1.1 through D-1.4 are pre- sented in paragraph (g) of this appendix. (6) Figures, illustrating typical installa- tions of hydraulic shoring, are included just prior to the Tables. The illustrations page is entitled "Aluminum Hydraulic Shoring; Typical Installations." (d) Basis and limitations of the data. (1) Vertical shore rails and horizontal wales are those that meet the Section Modulus re- quirements in the D-1 Tables. Aluminum material is 6061-T6 or material of equivalent strength and properties. (2) Hydraulic cylinders specifications. (1) 2- inch cylinders shall be a minimum 2-inch in- side diameter with a minimum safe working capacity of no less than 18,000 pounds axial compressive load at maximum extension. Maximum extension is to include full range of cylinder extensions as recommended by product manufaturer. (fi) 3-inch cylinders shall be a minimum 3- inch inside diameter with a safe working ca- pacity of not less than 30,000 pounds axial compressive load at extensions as rec- ommended by product manufacturer. (3) Limitation of application. (i) It is not intended that the aluminum hydraulic specification apply to every situa- tion that may be experienced in the field. These data were developed to apply to the situations that are most commonly experi- enced in current trenching practice. Shoring systems for use in situations that are not covered by the data in this appendix must be otherwise designed as specified in § 1926.652(c). (fi) When any of the following conditions are present, the members specified in the Ta- 29 CFR Ch. XVII (7-1-07 Edition) bles are not considered adequate. In this case, an alternative aluminum hydraulic shoring system or other type of protective system must be designed in accordance with 61926.662. (A) When vertical loads imposed on cross braces exceed a 100 Pound gravity load dis- tributed on a one foot section of the center of the hydraulic cylinder. (B) When surcharge loads are present from equipment weighing in excess of 20,000 pounds. (C) When only the lower portion or a trench is shored and the remaining portion of the trench is sloped or benched unless: The sloped portion is sloped at an angle less steep than three horizontal to one vertical; or the members are selected from the tables for use at a depth which is determined from the top of the overall trench, and not from the toe of the sloped portion. (e) Use of Tables D-1.1, D-1.2, D-1.3 and D- 1.4. The members of the shoring system that are to be selected using this information are the hydraulic cylinders, and either the vertical shores or the horizontal wales. When a waler system is used the vertical timber sheeting to be used is also selected from these tables. The Tables D-1.1 and D-1.2 for vertical shores are used in Type A and B soils that do not require sheeting. Type B soils that may require sheeting, and Type C soils that always require sheeting are found in the horizontal wale Tables D-1.3 and D-1.4. The soil type must first be determined in ac- oordance with the soil classification system described in appendix A to subpart P of part 1926. Using the appropriate table, the selec- tion of the size and spacing of the members is made. The selection is based on the depth and width of the trench where the members are to be installed. In these tables the vertical spacing is held constant at four feet on center. The tables show the maximum horizontal spacing of cylinders allowed for each size of wale in the waler system tables, and in the vertical shore tables, the hydrau- lic cylinder horizontal spacing is the same as the vertical shore spacing. (f) Example to Illustrate the Use of the Tables: (1) Example 1: A trench dug in Type A soil is 6 feet deep and 3 feet wide. From Table D-1.1: Find vertical shores and 2 inch diameter cylinders spaced 8 feet on center (o.c.) horizontally and 4 feet on center (o.c.) vertically. (See Figures 1 & 3 for typical installations.) (2) Example 2: A trench is dug in Type B soil that does not require sheeting, 13 feet deep and 5 feet wide. From Table D-1.2: Find vertical shores and 2 inch diameter cylinders spaced 6.5 feet o.c. horizontally and 4 feet o.c, vertically. (See Figures 1 & 3 for typical installations.) (3) A trench is dug in Type B soil that does not require sheeting, but does experience some minor raveling of the trench face. The 392 F I I Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. D trench is 16 feet deep and 9 feet wide. From Table D-1.2: Find vertical shores and 2 inch diameter cylinder (with special oversleeves as designated by footnote #B2) spaced 8.5 feet o.c. horizontally and 4 feet o.c. vertically, plywood (per footnote (g)(7) to the D-1 Table) Should be used behind the shores. (See Fig- ures 2 & 3 for typical installations.) (4) Example 4: A trench is dug in pre- viously disturbed Type B soil, with charaa teristioe of a Type C soil, and will require sheeting. The trench is 18 feet deep and 12 feet wide. 8 foot horizontal spacing between cylinders is desired for working space. From Table D-1.3: Find horizontal wale with a sec- tion modulus of 14.0 spaced at 4 feet o.c. vertically and 3 inch diameter cylinder spaced at 9 feet maximum o.c. horizontally. 3x12 timber sheeting is required at close spacing vertically. (See Figure 4 for typical installation.) (5) Example b: A trench is dug in Type C soil, 9 feet deep and 4 feet wide. Horizontal cylinder spacing in excess of 6 feet is desired for working space. From Table D-1.4: Find horizontal wale with a section modulus of 7.0 and 2 inch diameter cylinders spaced at 6.8 feet o.c. horizontally. Or, find horizontal wale with a 14.0 section modulus and 3 inch diameter cylinder spaced at 10 feet o.c, hori- zontally. Both wales are spaced 4 feet o.o. vertically. 3x12 timber sheeting is required at close spacing vertically. (See Figure 4 for typical installation.) (g) Footnotes, and general notes, for Tables D-1.1, D-1.2, D-1.3, and D-1.4. (1) For applications other than those listed in the tables, refer to §1926.652(c)(2)for use of manufacturer's tabulated data. For trench depths in excess of 20 feet, refer to § 1926.652(c)(2) and § 1926.652(c)(3). (2) 2 inch diameter cylinders, at this width, shall have structural steel tube (3.64.64.1875) overeleeves, or structural oversleeves of manufacturer's specification, extending the Hill, collapsed length. (3) Hydraulic cylinders capacities. (1) 2 inch cylinders shall be a minimum 2-inch in- side diameter with a safe working capacity of not less than 18,000 pounds axial compres- sive load at maximum extension. Maximum extension is to include Hill range of cylinder extensions as recommended by product man- ufacturer. (11) 3-inch cylinders shall be a minimum 3- inch inside diameter with a We work capac- ity of not less than 30,000 pounds axial com- pressive load at maximum extension. Max- imum extension is to include Hill range of cylinder extensions as recommended by product manufacturer. (4) All spacing indicated is measured cen- ter to center. (5) Vertical shoring rails shall have a min- imum section modulus of 0.40 inch. (6) When vertical shores are used, there must be a minimum of three shores spaced equally, horizontally, in a group. (7) Plywood shall be 1.125 in. thick softwood or 0.75 inch. thick, 14 ply, arctic white birch (Finland form). Please note that plywood is not intended as a structural member, but only for prevention of local rav- eling (sloughing of the trench face) between shores. (8) See appendix C for timber speoifica- tions. (9) Wales are calculated for simple span conditions. (10) See appendix D, item (d), for basis and Limitations of the data. 393 Pt. 1926, Subpt. P, App. D 29 CFR Ch. XVII (7-1-07 Edition) ALUMINUM HYDRAULIC SHORING TYPICAL INSTALLATIONS FIGURE NO. 1 FIGURE NO.2 INlOT NAIAOItlI W "ll""N DaM RTwooa HORIZONTAL SPACING NORIZONTAL i►ACING ,o 19. MAX. VERTICAL S►ACINo 4. MAX. Y-A' AAA. FIGURE NO. 3 � " a0 (STACA1001 a� s a� P� a° VERTICAL ivA CIRO 4MAX. 2- MAX. VERTICAL RAIL' VERTICAL RAIL "i HYDRAULIC CYLINDER 1�• VERTICAL SPACING 4- MAX. 2� NAX. FIGURE NO.4 Al1AWAM XYORAWO NNDATq MAM NTNTNN (TTn0A4) HORIZONTAL SPACING [CAL RAIL 2- MAX. AULIC 1 NOER 394 HYDRAULIC CYLINDER LYN000 Uva[oxT SHEETINo w cm C" TABLED - 1.1 ALUMINUM HYDRAULIC SHORING VERTICAL SHORES FOR SOIL TYPE A HYDRAULIC CYLINDERS MAXIMUM MAXIMUM WIDTH OF TRENCH (FEET) DEPTH OF HORIZONTAL VERTICAL TRENCH SPACING SPACING UP TO 8 OVER 8 UP OVER 12 UP TO 12 TO 15 (FEET) (FEET) 0%ET) OVER 5 UP TO 8 10 OVER 10 8 4 2INCH 21NCH 3INCH UP TO DIAMETER DIAMETER DIAMETER 15 NOTE (2) OVER 15 7 UP TO 20 rOVER20 NOTE (1) Footnotes to tables, and general notes on hydraulic shoring, arc found in Appendix D, Item (g) Note (1): See Appendix D, Item (g) (1) Note (2): See Appendix D, Item (g) (2) �J ca w (M TABLED • 1.2 ALUMINUM HYDRAULIC SHORING VERTICAL SHORES FOR SOIL TYPE B HYDRAULIC CYLINDERS WIDTH OF TRENCH (FEET) DEPTH MAXIMUM MA)MAUM OF HORIZONTAL VERTICAL TRENCH SPACING SPACING UP TO 8 OVER 8 UP OVER 12 UP TO 12 TO 15 (FEET) (FEET) (FEET) OVER 5 UP TO 8 10 OVER 10 6.5 4 2INCH 2INCH 3INCH UP TO DIAMETER DIAMETER DIAMETER 15 NOTE (2) OVER 15 5.5 UP TO 20 OVER 20 NOTE (1) Footnotes to tables, and general notes on hydraulic shoring, are found in Appendix D, Item (g) Note (1): See Appendix D, Item (g) (1) Note (2): See Appendix D, Item (g) (2) X N 9 y C Q a a a 0 A In M A �x V 1 b V a a O 3 i W tp TABLE D -1.3 ALUMINUM HYDRAULIC SHORING WALER SYSTEMS FOR SOIL TYPE B WALES HYDRAULIC CYLINDERS TIMBER UPRIGHTS WMQH OF TRENCH (FEET MAX.HORELSPACWG (ON CENTER) DEPTH 0 UP TO 8 OVER 8 UP TO 12 OVER 12 UP T015 SOUD 2 FT. 3 FT, OF TRENCH VERTICAL SPACING SECIION MODULUS HORTL CyLjNDER HORTL CYLINDER HORIZ CYLZCMSHW (FEET) (FEET) ISPACING DIAWEM SPACING DIAMFM SPACING DIAMMM OVER 3.5 8.0 2 IN 8.0 NOTE(2) 8.0 3 IN 7.0 9.0 21N 9.0 21N NOTE(2) 9.0 3 IN 5 4 3x12 1- -- UP TO 14.0 12.0 3IN 110 31N 110 31N 10 OVER 3.5 6.0 2IN 6.0 NOTE 6.0 31N - 7.0 8.0 3 IN 8.0 3 IN 8.0 3 IN 10 4 3x12 - UP TO 14.0 10.0 3IN 10.0 3IN 10.0 3IN 15 IN OVER 3 5 5.5 21N g,5 N 2 TE(2 5.5 31N 7.0 6.0 31N &0 3IN 6.0 3IN 15 UP TO 4 3x12. _ 14.0 9.0 3IN 9.0 3IN 9.0• 3IN 20 OVER 20 NOTE (1) Footnotes to tables, and general notes on hydraulic shoring, are found in Appendix D, Item (g) Notes (1): See Appendix D, item (g) (1) Notes (2): See Appendix D, Item (g) (2) • Consult product manufacturer and/or qualified engineer for Section Modulus of available wales. N O� N C a r 13 Ln TABLE D -1.4 ALUMINUM HYDRAULIC SHORING WALER SYSTEMS FOR SOIL TYPE C WALES HYDRAULIC CYLINDERS TIMBER UPRIGHTS DEPTH WIDTH OF TRENCH (FEET) MAX HORIZ SPACING ON CENTER UP TO 8 OVER 8 UP TO 12 OVER 12 UP TO 15 Sam 2 Fr. 3 gp, OF TRENCH VER71CAL SPACING SECTTON MODULUS HORM CYLINDER HORM CYLINIM HORM CYLINDER SHEEr (FEET) (FEET) (DP) SPACING DIAMMER SPACING DIAMEM SPACING DIAMETER OVER 5 UPTO 4 3.5 6.0 2IN 6.0 NpN 6.0 3IN 3x12 7.0 6.5 2IN 6.5 NOTE(2) 6.5 3 IN - - 14.0 10.0 3 IN 10.0 3 IN 10.0 3 IN 10 OVER 3.5 4.0 2IN 4.0 No2ma 4.0 3 IN 7.0 5.5 3 IN 5.5 3 IN 5.5 3 IN 10 UP TO 4 3x12 _ - 14.0 &0 31N 8.0 3IN 8.0 3IN 15 OVER 3.5 3.5 21N 3.5 NO2IN 2 3.5 3 IN 7.0 5.0 3IN 5.0 3IN 5.0 3IN 15 UP TO 4 3x12 - - 14.0 6.0 3IN 6.0 3IN 6.0 3IN 20 OVER 20 NOTE (1) Footnotes to tables, and general notes on hydraulic shoring, are found in Appendix D, Item (g) Notes (1): See Appendix D item (a) (I) a L. N 10 n ii V V Notes (2): See Appendix D, Item (g) (2) CL Consuh product manufacturer and/or qualified engineer for Section Modulus of available wales. 3 -- - �1 . Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. E APPENDix E To SUBPART P OF PART 1926—ALawNATwm TO TnwER SHORING Figure 1. Aluminum Hydraulic Shoring 18" M VER1 SPAC 4' NA iRTICAL RAIL YDRAULIC CYLINDER Figure 2. Pneumatic/hydraulic Shoring 0 00 00 399 Pt. 1926, Subpt. P, App. F Figure 3. Trench Jacks (Screw Jacks) Figure 4. Trench Shields 29 CFR Ch. XVII (7-1-07 Edition) l] L L L.� L 1 L1 1 C� APPENDI% F TO SIIBPART P OF PART part P for excavations 20 feet or less in 1926—SELECTION OF PROTECTIVE depth. Protective systems for use in excar SYBTEMS vations more than 20 feet in depth must be designed by a registered professional engi- The following figures are a graphic sum- neer in accordance with §1926.652 (b) and (c). mary of the requirements contained in sub- 400 Occupational Safety and Health Admin., Labor Is the excavation more ,than 5 feet in depth? Is there potential for cave-in? N Excavation may. be — ' made with vertical sides. Excavation must be sloped, shored, or shielded. Pt. 1926, Subpt. P, App. F Is the excavation entirely in stable rock? sloping Shorin or shielding selected. selected. Go to Figure 2 Go to Figure 3 FIGURE 1 - PRELIMINARY DECISIONS 401 PI. 1926, Subpt. P, App. F ISloping selected as the ' method of protection Will soil classification be made in accordance with 31926.652 (b)Y Excavation must comply with one of the following three options: Option 1: Sf 1926.652 (b)(2) which requires Appendices A and B to be followed Option 2: 31926.652 (b)(3) which requires other tabulated data (see definition) to be followed. Option 3: ,fl926.652 (b)(4) which requires the excavation to be designed by a registered professional engineer. 402 29 CFR Ch. XVII (7-1-07 Mon) L-1 Ir - a Excavations must comply withj1926.652 (b)(1) which requires a slope of lkH:1V (346). i FIGURE 2•- SLOPING OPTIONS Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. F Shoring or shielding selected as the method of protection. Soil classification is required when shoring or shielding is used. The excavation must comply with one of the following four options: Option 1 S1926.652 (c)(1) which requires Appendices A and C to be followed (e.g. timber shoring). Option 2 11926.652 (c)(2) which requires manufacturers data to be followed (e.g, hydraulic shoring,trench jacks, air shores, shields). Option 3 51926.652 (c)(3) which requires tabulated data (see definition) to be followed (e.g. any system as per the tabulated data). Option 4 S1926.652 (c)(4) which requires the excavation to be designed by a registered professional engineer (e.g. any designed system). FIGURE 3 - SHORING AND SHIELDING OPTIONS 403 ILi