HomeMy WebLinkAboutResolution - 2010-R0520 - Lake Henry Supply Project, Transmission Pipeline Contract - 10_14_2010 (5)Resolution No. 2010—RO520
October 14, 2010
Item No. 6.1
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. 9453 for Lake Alan Henry
Supply Project, Transmission Pipeline Contract B per RFP 10-069-MA, by and between
the City of Lubbock and HCP Constructors, Inc. of Pueblo West, Colorado, 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 October 14, 2010
TOM MARTIN, MAYOR
ATTEST:
Rebecca 'arza, City Secretary
APPROVED AS TO CONTENT:
Marsha Reed, P.E. Chief Operations Officer
APPROVED AS TO FORM:
Chad Weaver, Assistant City Attorney
vw•ccdocs/RES.Contract-HCP Constructors, Inc.
September 29, 2010
No Text
CITY OF LUBBOCK
SPECIFICATIONS FOR
LAKE ALAN HENRY WATER SUPPLY PROJECT
TRANSMISSION PIPELINE
CONTRACT B
RFP 10-069-MA
Contract # 9453
Capital Improvements Project 92069
TWDB Project 21608
Plans & Specifications may be obtained from
FREESE & NICHOLS, INC.
http://constrtiction.freese.com/
www.bidsync.com
Phorie: (817) 735-7300
City
CITY OF LUBBOCK
Lubbock, Texas
Page Intentionally Left Blank
}
0 p 0- RFP 10 - 069 - MA
ity of
ii�bbo&k
TEXAS
ADDENDUM # 1
"LAKE ALAN HENRY WATER
SUPPLY PROJECT
TRANSMISSION PIPELINE
CONTRACT B"
DATE ISSUED: AUGUST 23, 2010
CLOSE DATE: AUGUST 31, 2010 @ 3:00 P.M.
REVISED CLOSE DATE: SEPTEMBER 8, 2010 @ 3:00 PAL
The following items take precedence over specifications for the above named Proposal.
Where any item called for in the proposal documents is supplemented here, the original
requirements, not affected by this addendum, shall remain in effect.
Offerors are invited to view the attached Engineer's Addendum # 1.
All requests for additional information or clarification must be submitted in writing and
directed to:
Marta Alvarez, Lubbock, P.O. Box 2000, Lubbock, Texas 79457
Questions may be faxed to (806)775-2164 or Email to malvarez(&mylubbock.us.
THANK YOU,
,Alarta .A.CvareZ
It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the
offeror's responsibility to advise the Citv of Lubbock Purchasina Manaaer if anv laneuaee. reauirements. etc.. or
any combinations thereof, inadvertently restricts or limits the reauirements stated in this RFP to a sinele 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.
P.O. Box 2000 ■ 1625 13th Street ■ Lubbock, TX 79457 - 806.775.2171 ■ Purchasing and Contract Management
i
i
'ttc QF.T Fa'q �'i � 1201 D
ease sea a**.
fee
R •�i
N� H,4�S7E• • •:
'• a 9?365 ,'Y% CITY OF LUBBOCK, TEXAS
'+ �ti•:�CENS_:t��% LAKE ALAN HENRY WATER SUPPLY PROJECT
FSSION TRANSMISSION PIPELINE CONTRACT B
lj"dl�ao RFP # 10-069-MA
CONTRACT NO.9453
Freese and Nichols, Inc. TWDB Project 21608
Texas Registered Engineering Fim
F-2144 ADDENDUM NO. 1
AUGUST 23, 2010
The date for the submission of Bids has been changed to September 8, 2010 @
3:00 P.M.
REVISED BID DATE: Wednesday, September 8, 2010 @ 3:00 P.M.
The following additions, deletions, modifications, or clarifications shall be
made to the appropriate sections of the plans and specifications and shall
become a part of the Contract Documents. Bidders shall acknowledge
receipt of this Addendum in the space provided on the Bid form.
BIDDING AND CONTRACT REQUIREMENTS:
Al-01 PROPOSAL SUBMITTAL FORM
A. Reference Page 1 &2
Modification: Modify the Section by deleting Page 1 &2 and replace it
with the attached page 1 &2.
GENERAL REQUIREMENTS:
Al-02 SECTION 01130 — BASIS OF PAYMENT
A. Reference Page 7, D-13 — Asphalt Road Replacement
Modification: Modify the paragraph by deleting, "LF" and replacing it
with, "SY".
B. Reference Page 7, D-16 — 48" Gate Valves
Modification: Modify the paragraph by deleting the first sentence and
replacing with the following, "Measurement and payment for Mainline
Gate Valves shall be per each at the price bid. This pay item is for
mainline gate valves only. All other gate valves on the project such as
Addenda 00900-2
PSC08325B — Lake Alan Henry Pipeline — Contract B
those associated with the air valves, blow -off valves, and access
manholes shall be included with those pay items."
SITEWORK:
Al-03 SECTION 02614 — BAR -WRAPPED CONCRETE CYLINDER PIPE
A. Reference Page 6, Paragraph 2.03.A.4.b
' Addition: Modify the last sentence of the paragraph by adding, "or
trimmed spigot" after "using the lap welded joint".
B. Reference Page 7, Paragraph 2.03.1- NUTS AND BOLTS
Modification: Modify the paragraph, by deleting the entire paragraph
and replace it with the following, "All buried nuts and bolts shall be
304 stainless steel. All exposed nuts and bolts shall be carbon steel
per AWWA C207, latest edition. Thrust Rods shall be carbon steel.
Use and anti -seize compound during installation of all nuts and bolts."
C. Reference Page 7, Paragraph 3.01.A.2.b.
Addition: Modify the paragraph by adding the following to the end of
the paragraph, "The deflection measurements shall be made no
sooner than 5 days and no later than 21 days after backfilling
operations are complete. The Contractor shall schedule the internal
inspections with the onsite Owner's representative. The Contractor
shall complete internal welding of the required joints, the welding
inspections done by an independent CWI as described in
Specification 01400, Quality Control, and grout the inside joints prior
to the internal inspections."
D. Reference Page 10, Paragraph 3.01.D.4
Modification: Modify the paragraph by deleting the first sentence and
replace it with the following, "Lap welded joints or trimmed spigot
joints shall be used."
Al-04 SECTION 02626 — STEEL PIPE
A. Reference Page 6, Paragraph 2.01.13— Flange Nuts and Bolts
Modification: Modify the paragraph, by deleting the entire paragraph
and replace it with the following, "All buried nuts and bolts shall be
304 stainless steel. All exposed nuts and bolts shall be carbon steel
per AWWA C207, latest edition. Thrust Rods shall be carbon steel.
Use and anti -seize compound during installation of all nuts and bolts."
B. Reference Page 11, Paragraph 3.01.A.2.b.
Addenda 00900-3
PSC08325B — Lake Alan Henry Pipeline — Contract B
i__.
Addition: Modify the paragraph by adding the following to the end of zs
the paragraph, "The deflection measurements shall be made no
sooner than 5 days and no later than 21 days after backfilling
operations are complete. The Contractor shall schedule the internal -
inspections with the onsite Owner's representative. The Contractor
shall complete internal welding of the required joints, the welding
inspections done by an independent CW I as described in
Specification 01400, Quality Control, and grout the inside joints prior
to the internal inspections. "
FINISHES:
Al-05 SECTION 09910 — PROTECTIVE COATINGS AND LININGS
A. Reference Page 3, Paragraph 1.08.D
Modification: Modify the paragraph by deleting the phrase
"observation for suitability" and replacing with "testing for
conformance with these specifications".
B. Reference Page 3, Paragraph 1.08.E
Deletion: Delete the entire paragraph.
C. Reference Page 4, Paragraph 2.02.13.2.a
Addition: Add the following to the end of the sentence, "using
standardized testing procedures".
D. Reference Page 7, Paragraph 2.05.D.1.b
Modification: Modify the paragraph by deleting the word "minimum"
and replacing with "nominal".
E. Reference Page 8, Paragraph 2.07.B.1.b
Modification: Modify the paragraph by deleting the word "minimum"
and replacing with "nominal".
F. Reference Page 9, Paragraph 3.01.A.4.c
Addition: Add the following phrase to the beginning of the sentence,
"For epoxy coatings or linings,".
G. Reference Page 11, Paragraph 3.03.A
Modification: Modify the paragraph by deleting paragraphs 2 through
7 and replacing with the following paragraph 2 through 8:
2. Pipe surface temperature shall be between 50 and 100 degrees
F or 5 degrees F above dew point, whichever is greater.
3. Coating application shall be performed in an environmentally
controlled shop area that meets or exceeds the written
Addenda 00900-4
PSC08325B — Lake Alan Henry Pipeline — Contract B
environmental application requirements of the coating
manufacturer. Application in outdoor conditions will not be
acceptable without adequate environmental shelter,
s--
environmental controls, and/or dehumidification.
4.
Coating adhesion and holidays testing shall be tested as
specified this section.
5.
Coating manufacturer shall provide to the Engineer a copy of the
manufacturer's coating application quality assurance manual
prior to beginning coating application. Strict conformance to the
requirements of the manual will be required. Deviation from the
requirements of the manual will be grounds for the Engineer to
reject the applied coating.
6.
Unacceptable Coating Application
a. Coating applied under improper environmental conditions will
be rejected.
b. Pipes that exceed the allowable quantity of coating defects,
regardless of size or cause, shall be rejected.
C. Coating which fails the adhesion or holiday testing as
specified this section shall be rejected.
d. Pipe coating that is subject to off ratio application, blistering,
�p
or is not applied in conformance with the coating
manufacturer's written instructions or recommendations shall
be rejected.
7.
Rejected coating shall be removed from the full length of the pipe
to bare metal and reapplied using proper application methods in
accordance with the quality assurance manual and the
requirements of these specifications.
8.
Perform coating and lining repairs as specified in this section.
H. Reference Page 12, Paragraph 3.04.0 - Table
Modification: Modify the table by deleting the phrase "Flush with
spigot end" under Push -on joint, spigot and replacing with I inch
before centerline gasket'.
Reference Page 12, Paragraph 3.04.D.3
Deletion: Delete the paragraph.
J. Reference Page 12, Paragraph 3.04.D.6
Modification: Modify the paragraph by deleting the paragraph and
replacing with the following, "Primer application on spigot end of field
welded pipe shall be held back 1 to 2 inches from the end of the
spigot or as necessary to prevent toxic fumes during field welding.".
K. Reference Page 14, Paragraph 3.06.B.2.e
a Modification: Modify the paragraph by deleting the phrase " 12-inch",
and replacing with "36-inch".
j Addenda 00900-5
PSC08325B — Lake Alan Henry Pipeline — Contract B
L. Reference Page 14, Paragraph 3.06.13.3
Modification: Modify the paragraph by deleting the phrase "the
Section Steel Pipe", and replacing with "Specification 02626, Steel
Pipe".
M. Reference Page 14, Paragraph 3.06.B.3.a
Addition: Add the following phrase, "stick electrodes and", after the
phrase, "All welding shall be with".
N. Reference Page 14, Paragraph 3.06.B.3.b
Modification: Modify the paragraph by deleting the phrase "24,000
joules", and replacing with "23,000 joules".
O. Reference Page 16-17, Paragraph 3.08.13
Modification: Modify the paragraph by deleting paragraphs 1 and 2
along with the associated subparagraphs and replacing with the
following paragraphs 2 through 3
1. General
a.
Adhesion testing shall be conducted at the shop prior to
shipment. Pipe shipped without adhesion testing will be
field-tested. Pipe rejected in the field will be returned to
the shop for repair at the sole expense of the Contractor.
b.
A minimum of two pipes will be tested for adhesion from
each lot of pipe coated up to 3,000 square feet of pipe.
An additional adhesion test will be conducted on every
increment up to 2,000 square feet of pipe coated in
excess of the first 3,000 square feet of pipe. (i.e. if one
workday of production is 6,000 square feet of pipe, four
adhesion tests will be conducted on the pipe lot.)
Adhesion testing shall be conducted on not less than 50
percent of each pipe produced within a lot.
c.
A pipe lot is defined as the quantity of pipe that is coated
by a single crew within a work shift, but not to exceed 12-
hours.
d.
The pipe coating applicator shall repair all coating
i
damage from shop adhesion testing. Contractor shall be
responsible for coating repairs for all field adhesion
testing.
e.
Adhesion tests will be performed not less than 24 hours
after coating application. Tests conducted prior to 24-
hours will be acceptable only if the test meets or exceeds
the adhesion criteria specified and the test was
requested by the pipe fabricator.
Addenda
00900-6
PSC08325B — Lake Alan Henry Pipeline — Contract B
I
f. Pipe will be randomly selected for adhesion testing.
g. Owner or the Owner's Representative has the right to
conduct additional adhesion testing as deemed
necessary to assure the pipe meets or exceeds the
requirements of this specification at any time and
location.
2. Rejection of Coating
a. If any pipe within a lot fails to meet the test criteria
specified for the coating type, that pipe shall be rejected
along with all other pipes within the lot. Each pipe within
the rejected pipe lot will then be individually tested and
rejected on a pipe -by -pipe basis in conformance with the
test procedures and criteria specific for the coating type.
b. All rejected pipe shall have all coating removed from the
full length pipe and the pipe abrasive blasted and
recoated.
3. Polyurethane Adhesion Testing
a. Acceptance Criteria
(1) Polyurethane coating or lining shall have an
adhesion to steel of 1,750 pounds per square inch,
minimum. Acceptance will be based on one pull
minimum, with no pulls less than the minimum
criteria where multiple pulls are conducted on the
same joint of pipe.
(2) The median value for all coating or lining adhesion
pulls performed within a lot of pipe shall not be less
than 2,000 psi.
(3) Each pipe failing the minimum adhesion criteria shall
be rejected. AWWA C222 rejection of pipe based on
multiple adhesion pulls is specifically excluded from
this specification.
(4) Pipe lots failing the median value for all adhesion
pulls shall be rejected and each pipe within the lot
tested for adhesion. Each pipe that fails the
adhesion criteria shall be rejected.
(5) Failure shall be by adhesive and cohesive failure
only. Adhesive failure is defined as separation of the
coating from the steel substrate. Cohesive failure is
defined as failure within the coating, resulting in
coating remaining both on the steel substrate and
dolly.
b. Test Procedures
(1) Polyurethane coating adhesion to steel substrates
shall be tested using self -aligning pneumatic pull off
equipment, such as the Delfesko Positest, and test
Addenda
00900-7
PSC08325B — Lake Alan Henry Pipeline — Contract B
Modification: Modify the following callout,"30" FLANGED OUTLET
WHERE INDICATED", by deleting "WHERE INDICATED".
Al -10 SHEET DT-6, SEQ. 41
A. Reference: TYPICAL CUT -BACK BANK DETAIL
Modification: Modify the DETAIL by deleting the reference "3:1" and
replacing it with "5:1 ".
END OF ADDENDUM NO.01
T
Addenda 00900-10 11
Ll
PSC08325B — Lake Alan Henry Pipeline — Contract B
;i
1
PROPOSAL SUBMITTAL FORM
UNIT PRICE PROPOSAL CONTRACT
DATE:
PROJECT NUMBER: #10-069-MA - Lake Alan Henry Water Supply Project, Transmission Pipeline — Contract B
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, Transmission Pipeline
— Contract B, 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 nerformine the work renuired under the contract documents_
ITEM
NO.
DESCRIPTION
UNIT
ESTIMATED
QUANTITY
UNIT PRICE
EXTENDED
AMOUNT
A
AWWA C303 CONCRETE PRESSURE PIPE
1. 48" Class 150
LF
25,204
2. 48" Class 200
LF
9,600
3. 48" Class 250
LF
11,400
4. 48" Class 300
LF
21,600
5. 48" Class 350
LF
4,400
6. A/C Rectifier / Anode Station
EA
4
7. Corrosion Monitoring Test Stations
EA
75
SUBTOTAL A
B
AWWA C200 POLYURETHANE -COATED STEEL PIPE
1. 48" Class 150
LF
25,204
2. 48" Class 200
LF
9,600
3. 48" Class 250
LF
11,400
4. 48" Class 300
LF
21,600
5. 48" Class 350
LF
4,400
6. A/C Rectifier / Anode Station
EA
2
7. Corrosion Monitoring Test Stations
EA
75
SUBTOTAL B
C
AWWA C200 POLYURETHANE -COATED STEEL PIPE From
STA. 0+00 to STA. 460+05; AWWA C303 CONCRETE
PRESSURE PIPE FROM STA. 460+05 to STA. 722+04
1. 48" Class 150 — C303 Pipe
LF
25,204
2a. 48" Class 200 — C303 Pipe
LF
995
2b. 48" Class 200 — C200 Pipe
LF
8,605
3. 48" Class 250 — C200 Pipe
LF
11,400
4. 48" Class 300 — C200 Pipe
LF
21,600
5. 48" Class 350—C200 Pipe
LF
4,400
6. A/C Rectifier / Anode Station
EA
3
7. Corrosion Monitoring Test Stations
EA
76
SUBTOTAL C
Page Intentionally Left Blank
Law Department Approved Tracking #10-40043
I PIPELINE LICENSE
THIS LICENSE ("License"), made as of the 16th day of June, 2010 ("Effective Date") by
and between BNSF RAILWAY COMPANY, a Delaware corporation ("Licensor") and THE CITY OF
LUBBOCK, TEXAS, ("Licensee").
NOW THEREFORE, in consideration of the mutual covenants contained herein, the parties
agree to the following:
GENERAL
1. Licensor hereby grants Licensee a non-exclusive license, subject to all rights, interests, and
estates of third parties, including, without limitation, any leases, use rights, easements,
liens, or other encumbrances, and upon the terms and conditions set forth below, to
construct and maintain, in strict accordance with the drawings and specifications approved
by Licensor as part of Licensee's application process (the "Drawings and Specifications"),
One (1) Pipeline(s), Forty-eight (48") inches in diameter inside a Sixty -Six (66") inch steel
casing ("PIPELINE"), across or along the rail corridor of Licensor at or near the station of
Buenos, County of Garza, State of Texas, Line Segment 7106, Mile Post 703.86, as shown
on the attached Drawing No. 3-48318, dated January 11, 2010, attached hereto as Exhibit
.... ....... " ».._ . _ .. - » _ _.............. .............. .................. ....................... ........................................ ....... ......... ......... .... ....
_........_.........._.
-�� A and'�made a �pai�hereof'( Premises ).
2. Licensee shall not disturb any improvements of Licensor or Licensors existing lessees,
Licensees, easement beneficiaries or lien holders, if any, or interfere with the use of such
improvements.
3. Licensee shall use the Premises solely for construction and maintenance of a PIPELINE in
accordance with the Drawings and Specifications carrying water. Licensee shall not use
the PIPELINE to carry any other commodity or use the Premises for any other purpose.
Licensee covenants that it will not handle or transport "hazardous waste" or "hazardous
substances", as "hazardous waste" and "hazardous substances" may now or in the future
be defined by any federal, state, or local governmental agency or body through the
PIPELINE on Licensoe's property. Licensee agrees periodically to furnish Licensor with
proof, satisfactory to Licensor that Licensee is in such compliance. Should Licensee not
comply fully with the above -stated obligations of this Section, notwithstanding anything
contained in any other provision hereof, Licensor may, at its option, terminate this License
by serving five (5) days' notice of termination upon Licensee. Upon termination, Licensee
shall remove the PIPELINE and restore Licensors property as herein elsewhere provided.
4. In case of the eviction of Licensee by anyone owning or claiming title to or any interest in
the Premises, or by the abandonment by Licensor of the affected rail corridor, Licensor
shall not be liable to refund Licensee any compensation paid hereunder, except for the pro-
rata part of any recurring charge paid in advance, or for any damage Licensee sustains in
connection therewith.
Form 424; Rev. 04/26/05
-1-
Law Department Approved Tracking #10-40043
5. Any contractors or subcontractors performing work on the PIPELINE or entering the
Premises on behalf of Licensee shall be deemed servants and agents of Licensee for
purposes of this License.
TERM
6. This License shall commence on the Effective Date and shall continue for a period of
twenty-five (25) years, subject to prior termination as hereinafter described.
COMPENSATION
7. (a) Licensee shall pay Licensor, prior to the Effective Date, the sum of Two Thousand
Five Hundred and No/100 Dollars ($2500) as compensation for the use of the
Premises.
(b) Licensee agrees to reimburse Licensor (within thirty (30) days after receipt of bills
therefor) for all costs and expenses incurred by Licensor in connection with
Licensee's use of the Premises or the presence, construction and maintenance of
the PIPELINE, including but not limited to the furnishing of Licensor's Flagman and
any vehicle rental costs incurred. The cost of flagger services provided by the
Railway, when deemed" necessary byttie"Railways represen .a ive, will -be home fay
the Licensee. The estimated cost for one (1) flagger is $800.00 for an eight (8) hour
basic day with time and one-half or double time for overtime, rest days and holidays.
The estimated cost for each flagger includes vacation allowance, paid holidays,
Railway and unemployment insurance, public liability and property damage
insurance, health and welfare benefits, transportation, meals, lodging and
supervision. Negotiations for Railway labor or collective bargaining agreements and
rate changes authorized by appropriate Federal authorities may increase actual or
estimated flagging rates. The flagging rate in effect at the time of performance by
the Contractor hereunder will be used to calculate the actual costs of flagging
pursuant to this paragraph.
(c) All invoices are due thirty (30) days after the date of invoice. In the event that
Licensee shall fail to pay any monies due to Licensor within thirty (30) days after the
invoice date, then Licensee shall pay interest on such unpaid sum from thirty (30)
days after its invoice date to the date of payment by Licensee at an annual rate
equal to (1) the greater of (a) for the period January 1 through June 30, the prime
rate last published in The Wall Street Joumal in the preceding December plus two
and one-half percent (2 1/2%), and for the period July 1 through December 31, the
prime rate last published in The Wall Street Joumal in the preceding June plus two
and one-half percent (21/2%), or (b) twelve percent (12%), or (ii) the maximum rate
permitted by law, whichever is less.
COMPLIANCE WITH LAWS
8. (a) Licensee shall observe and comply with any and all laws, statutes, regulations,
ordinances, orders, covenants, restrictions, or decisions of any court of competent
jurisdiction ("Legal Requirements") relating to the construction, maintenance, and
use of the PIPELINE and the use of the Premises.
Form 424; Rev. 04126/05
-2-
Law Department Approved
Tracking #10-40043
(b) Prior to entering the Premises, Licensee shall and shall cause its contractor to
comply with all Licensor's applicable safety rules and regulations. Prior to
commencing any work on the Premises, Licensee shall complete and shall require
its contractor to complete the safety -training program at the following Internet
Website "http://www.contractororientation.com". This training must be completed no
more than one year in advance of Licensee's entry on the Premises.
DEFINITION OF COST AND EXPENSE
9. For the purpose of this License, "cost' or "costs" "expense" or "expenses" includes, but is
not limited to, actual labor and material costs including all assignable additives, and
material and supply costs at current value where used.
RIGHT OF LICENSOR TO USE
10. Licensor excepts and reserves the right, to be exercised by Licensor and any other parties
who may obtain written permission or authority from Licensor:
(a) to maintain, renew, use, operate, change, modify and relocate any existing pipe,
power, communication lines and appurtenances and other facilities or structures of
.... .... _w._.............. ............. ....... _........._......._..... ......... .....
i e c aracter upon, over; under or across t e`Premises"
(b) to construct, maintain, renew, use, operate, change, modify and relocate any tracks
or additional facilities or structures upon, over, under or across the Premises; or
(c) to use the Premises in any manner as the Licensor in its sole discretion deems
appropriate, provided Licensor uses all commercially reasonable efforts to avoid
material interference with the use of the Premises by Licensee for the purpose
specified in Section 3 above.
LICENSEE'S OPERATIONS
11. (a) Licensee shall notify Licensor's Roadmaster at 500 Main Street, Lubbock, Texas,
79401, telephone (806) 765-3955 (Office) or (940) 447-2490 (Cell), at least ten (10)
business days prior to installation of the PIPELINE and prior to entering the
Premises for any subsequent maintenance thereon.
(b) In performing the work described in Section 3, Licensee shall use only public
roadways to cross from one side of Licensor's tracks to the other.
12. (a) ' Under no conditions shall Licensee be permitted to conduct any tests, investigations
or any other activity using mechanized equipment and/or machinery, or place or
store any mechanized equipment, tools or other materials, within twenty-five (25)
feet of the centerline of any railroad track on the Premises unless Licensee has
obtained prior written approval from Licensor. Licensee shall, at its sole cost and
expense, perform all activities on and about the Premises in such a manner as not
at any time to be a source of danger to or interference with the existence or use of
present or future tracks, roadbed or property of Licensor, or the safe operation and
activities of Licensor. If ordered to cease using the Premises at any time by
Licensor's personnel due to any hazardous condition, Licensee shall immediately do
Form 424; Rev. 04/26/05
-3-
Law Department Approved
Tracking #10-40043 1
so. Notwithstanding the foregoing right of Licensor, the parties agree that Licensor
has no duty or obligation to monitor Licensee's use of the Premises to determine the
safe nature thereof, it being solely Licensee's responsibility to ensure that
Licensee's use of the Premises is safe. Neither the exercise nor the failure by
Licensor to exercise any rights granted in this Section will alter the liability allocation
provided by this License.
(b) Licensee shall, at its sole cost and expense, construct and maintain the PIPELINE
in such a manner and of such material that it will not at any time be a source of
danger to or interference with the existence or use of present or future tracks,
roadbed or property of Licensor, or the safe operation and activities of Licensor.
Licensor may direct one of its field engineers to observe or inspect the construction
and/or maintenance of the PIPELINE at any time for compliance with the Drawings
and Specifications. If ordered at any time to halt construction or maintenance of the
PIPELINE by Licensor's personnel due to non-compliance with the same or any
other hazardous condition, Licensee shall immediately do so. Notwithstanding the
foregoing right of Licensor, the parties agree that Licensor has no duty or obligation
to observe or inspect, or to haft work on, the PIPELINE, it being solely Licensee's
responsibility to ensure that the PIPELINE is constructed in strict accordance with
the Drawings and Specifications and in a safe and workmanlike manner in
compliance with all terms hereof. Neither the exercise• nor the failure by Licensor to
...... .." exe"rcise any righf grai test -by this -Section will alter1rF anyvay the liability allocation
provided by this License. if at any time Licensee shall, in the sole judgment of
Licensor, fail to properly perform its obligations under this Section, Licensor may, at
its option and at Licensee's sole expense, arrange for the performance of such work
as it deems necessary for the safety of its operations and activities. Licensee shall
promptly reimburse Licensor for all costs and expenses of such work, upon receipt
of an invoice for the same. Licensor's failure to perform any obligations of Licensee
shall not alter the liability allocation hereunder.
13. During the construction and any subsequent maintenance performed on the PIPELINE,
Licensee shall perform such work in a manner to preclude damage to the property of
Licensor, and preclude interference with the operation of its railroad. The construction of
the PIPELINE shall be completed within one (1) year of the Effective Date. Upon
completion of the construction of the PIPELINE and after performing any subsequent
maintenance thereon, Licensee shall, at Licensee's own cost and expense, restore
Licensor's Premises to their former state as of the Effective Date of this License.
14. If at any time during the term of this License, Licensor shall desire the use of its rail corridor
in such a manner as would, in Licensor's reasonable opinion, be interfered with by the
PIPELINE, Licensee shall, at its sole expense, within thirty (30) days after receiving written
notice from Licensor to such effect, make such changes in the PIPELINE as in the sole
discretion of Licensor may be necessary to avoid interference with the proposed use of
Licensor's rail corridor, including, without limitation, the relocation of the existing or the
construction of a new PIPELINE(s).
15. (a) Prior to Licensee conducting any boring work on or about any portion of the
Premises, Licensee shall explore the proposed location for such work with hand
tools to a depth of at least three (3) feet below the surface of the ground to
determine whether pipelines or other structures exist below the surface, rop vided,
however, that in lieu of the foregoing, the Licensee shall have the right to use
Form 424; Rev. 04126/05
-4-
Law Department Approved
Tracking #10-40043
r
suitable detection equipment or other generally accepted industry practice (e.g_,
consulting with the Underground Services Association) to determine the existence
or location of pipelines and other subsurface structures prior to drilling or excavating
with mechanized equipment. Upon Licensee's written request, which shall be made
thirty (30) business days in advance of Licensee's requested construction of the
PIPELINE, Licensor will provide Licensee any information that Licensor has in the
possession of its Engineering Department concerning the existence and
approximate location of Licensor's underground utilities and pipelines at or near the
vicinity of the proposed PIPELINE. Prior to conducting any such boring work, the
i
Licensee will review all such material. Licensor does not warrant the accuracy or
completeness of information relating to subsurface conditions and Licensee's
operations will be subject at all times to the liability provisions herein.
(b) For all bores greater than 26-inch diameter and at a depth less than 10.0 feet below
bottom of rail, a soil investigation will need to be performed by the Licensee and
reviewed by Licensor prior to construction. This study is to determine if granular
material is present, and to prevent subsidence during the installation process. If the
investigation determines in Licensor's reasonable opinion that granular material is
present, Licensor may select a new location for Licensee's use, or may require
Licensee to furnish for Licensor's review and approval, in its sole discretion a
remedial plan to deal with the granular material. Once Licensor has approved any
in writing, Licensee shall, at its -sole -cost and expense; carry -out'..... ---
the approved plan in accordance with all terms thereof and hereof.
16. Any open hole, boring or well constructed on the Premises by Licensee shall be safely
covered and secured at all times when Licensee is not working in the actual vicinity thereof.
.' Following completion of that portion of the work, all holes or borings constructed on the
Premises by Licensee shall be:
(a) filled in to surrounding ground level with compacted bentonite grout; or
(b) otherwise secured or retired in accordance with any applicable Legal Requirement.
No excavated materials may remain on Licensor's property for more than ten (10)
days, but must be properly disposed of by Licensee in accordance with applicable
Legal Requirements.
17. Upon termination of this License, Licensee shall, at its sole cost and expense:
(a) remove the PIPELINE and all appurtenances thereto, or, at the sole discretion of the
Licensor, fill and cap or otherwise appropriately decommission the PIPELINE with a
method satisfactory to Licensor;
(b) report and restore any damage to the Premises arising from, growing out of, or
connected with Licensee's use of the Premises;
(c) remedy any unsafe conditions on the Premises created or aggravated by Licensee;
and
(d) leave the Premises in the condition which existed as of the Effective Date of this
License.
1 Form 424; Rev. 04/26/05
is
-5-
t
Law Department Approved Tracking #10.40043
r
18. Licensee's on -site supervisions shall retain/maintain a fully executed copy of this License at
all times while on the Premises.
LIABILITY
19. (a) TO THE FULLEST EXTENT PERMITTED BY LAW, LICENSEE SHALL, AND
SHALL CAUSE ITS CONTRACTOR TO, RELEASE, INDEMNIFY, DEFEND AND
HOLD HARMLESS LICENSOR AND LICENSOR'S AFFILIATED COMPANIES,
PARTNERS, SUCCESSORS, ASSIGNS, LEGAL REPRESENTATIVES,
OFFICERS, DIRECTORS, SHAREHOLDERS, EMPLOYEES AND AGENTS
(COLLECTIVELY, "INDEMNITEES") FOR, FROM AND AGAINST ANY AND ALL
CLAIMS, LIABILITIES, FINES, PENALTIES, COSTS, DAMAGES, LOSSES,
LIENS, CAUSES OF ACTION, SUITS, DEMANDS, JUDGMENTS AND
EXPENSES (INCLUDING, WITHOUT LIMITATION, COURT COSTS,
ATTORNEYS' FEES AND COSTS OF INVESTIGATION, REMOVAL AND
REMEDIATION AND GOVERNMENTAL OVERSIGHT COSTS)
ENVIRONMENTAL OR OTHERWISE (COLLECTIVELY "LIABILITIES") OF ANY
NATURE, KIND OR DESCRIPTION OF ANY PERSON OR ENTITY DIRECTLY OR
INDIRECTLY ARISING OUT OF, RESULTING FROM OR RELATED TO (IN
WHOLE OR IN PART);
(1) THIS LICENSE, INCLUDING, WITHOUT LIMITATION, ITS
ENVIRONMENTAL PROVISIONS,
(ii) ANY RIGHTS OR INTERESTS GRANTED PURSUANT TO THIS
LICENSE,
(111) LICENSEE'S OCCUPATION AND USE OF THE PREMISES,
(iv) THE ENVIRONMENTAL CONDITION AND STATUS OF THE
PREMISES CAUSED BY OR CONTRIBUTED BY LICENSEE, OR
(v) ANY ACT OR OMISSION OF LICENSEE OR LICENSEE'S
OFFICERS, AGENTS, INVITEES, EMPLOYEES, OR CONTRACTORS,
OR ANYONE DIRECTLY OR INDIRECTLY EMPLOYED BY ANY OF
THEM, OR ANYONE THEY CONTROL OR EXERCISE CONTROL OVER,
EVEN IF SUCH LIABILITIES ARISE FROM OR ARE ATTRIBUTED TO, IN
WHOLE OR IN PART, ANY NEGLIGENCE OF ANY INDEMNITEE. THE ONLY
LIABILITIES WITH RESPECT TO WHICH LICENSEE'S OBLIGATION TO
INDEMNIFY THE INDEMNITEES DOES NOT APPLY ARE LIABILITIES TO THE
EXTENT PROXIMATELY CAUSED BY THE GROSS NEGLIGENCE OR WILLFUL
MISCONDUCT OF AN INDEMNITEE.
(b) FURTHER, TO THE FULLEST EXTENT PERMITTED BY LAW,
NOTWITHSTANDING THE LIMITATION IN SECTION 19(a), LICENSEE SHALL,
AND SHALL CAUSE ITS CONTRACTOR TO, NOW AND FOREVER WAIVE ANY
AND ALL CLAIMS, REGARDLESS WHETHER BASED ON THE STRICT
LIABILITY, NEGLIGENCE OR OTHERWISE, THAT RAILROAD IS AN "OWNER",
"OPERATOR", "ARRANGER", OR "TRANSPORTER" WITH RESPECT TO THE
Form 424; Rev. 04/26/05
-6-
Law Department Approved
Tracking #10-40043
PIPELINE FOR THE PURPOSES OF CERCLA OR OTHER ENVIRONMENTAL
LAWS. LICENSEE WILL.. INDEMNIFY, DEFEND AND HOLD THE INDEMNITEES
HARMLESS FROM ANY AND ALL SUCH CLAIMS REGARDLESS OF THE
NEGLIGENCE OF THE INDEMNITEES. LICENSEE FURTHER AGREES THAT
THE USE OF THE PREMISES AS CONTEMPLATED BY THIS LICENSE SHALL
NOT IN ANY WAY SUBJECT LICENSOR TO CLAIMS THAT LICENSOR IS
OTHER THAN A COMMON CARRIER FOR PURPOSES OF ENVIRONMENTAL
LAWS AND EXPRESSLY AGREES TO INDEMNIFY, DEFEND, AND HOLD THE
INDEMNITEES HARMLESS FOR ANY AND ALL SUCH CLAIMS. IN NO EVENT
SHALL LICENSOR BE RESPONSIBLE FOR THE ENVIRONMENTAL
CONDITION OF THE PREMISES.
{c} TO THE FULLEST EXTENT PERMITTED BY LAW, LICENSEE FURTHER
AGREES, AND SHALL CAUSE ITS CONTRACTOR TO AGREE, REGARDLESS
OF ANY NEGLIGENCE OR ALLEGED NEGLIGENCE OF ANY INDEMNITEE, TO
INDEMNIFY, AND HOLD HARMLESS THE INDEMNITEES AGAINST AND
ASSUME THE DEFENSE OF ANY LIABILITIES ASSERTED AGAINST OR
SUFFERED BY ANY INDEMNITEE UNDER OR RELATED TO THE FEDERAL
EMPLOYERS' LIABILITY ACT {"FELA"} WHENEVER EMPLOYEES OF
LICENSEE OR ANY OF ITS AGENTS, INVITEES, OR CONTRACTORS CLAIM
...... .....
OR ALLEGE THAT THEY ARE EMPLOYEES OF ANY INDEMNITEE OR
.w..OTHERWISE:"THIS'*INDEMNITY-SHALLALSO'EXTEND;`ON-THE-SAME" ASIS..
TO FELA CLAIMS BASED ON ACTUAL OR ALLEGED VIOLATIONS OF ANY
FEDERAL, STATE OR LOCAL LAWS OR REGULATIONS, INCLUDING BUT
NOT LIMITED TO THE SAFETY APPLIANCE ACT, THE BOILER INSPECTION
ACT, THE OCCUPATIONAL HEALTH AND SAFETY ACT, THE RESOURCE
CONSERVATION AND RECOVERY ACT, AND ANY SIMILAR STATE OR
FEDERAL STATUTE.
(d) Upon written notice from Licensor, Licensee agrees to assume the defense of any
lawsuit or other proceeding brought against any Indemnitee by any entity, relating to
any matter covered by this License for which Licensee has an obligation to assume
liability for and/or save and hold harmless any Indemnitee. Licensee shall pay all
costs incident to such defense, including, but not limited to, attorneys' fees,
investigators' fees, litigation and appeal expenses, settlement payments, and
amounts paid in satisfaction of judgments.
PERSONAL PROPERTY WAIVER
20. ALL PERSONAL PROPERTY, INCLUDING, BUT NOT LIMITED TO, FIXTURES,
EQUIPMENT, OR RELATED MATERIALS UPON THE PREMISES WILL BE AT THE
RISK OF LICENSEE ONLY, AND NO INDEMNITEE WILL BE LIABLE FOR ANY
DAMAGE THERETO OR THEFT THEREOF, WHETHER OR NOT DUE IN WHOLE OR IN
PART TO THE NEGLIGENCE OF ANY INDEMNITEE.
INSURANCE
29. Licensee shall, at its sole cost and expense, procure and maintain during the life of this
Agreement the following insurance coverage:
Form 424; Rev. 04/26/05
-7-
Law Department Approved Tracking #10-40043 }
A. Commercial General Liability Insurance. This insurance shall contain broad form
contractual liability with a combined single limit of a minimum of $5,000,000 each
occurrence and an aggregate limit of at least $10,000,000. Coverage must be
purchased on a post 1998 ISO occurrence or equivalent and include coverage for,
but not limited to, the following:
♦ Bodily Injury and Property Damage
♦ Personal Injury and Advertising Injury
♦ Fire legal liability
♦ Products and completed operations
This policy shall also contain the following endorsements, which shall be indicated on the
certificate of insurance:
♦ The employee and workers compensation related exclusions in the above policy
shall not apply with respect to claims related to railroad employees.
♦ The definition of insured contract shall be amended to remove any exclusion or
other limitation for any work being done within 50 feet of railroad property.
♦ Any exclusions related to the explosion, collapse and underground hazards shall
be removed.
_No.-other.endorsements limiting -coverage -maybe included on -the -policy.........-- ....................... ..-.....
B. Business Automobile Insurance. This insurance shall contain a combined single
limit of at least $1,000,000 per occurrence, and include coverage for, but not limited
to the following:
♦ Bodily injury and property damage
♦ Any and all vehicles owned, used or hired
C. Workers Compensation and Employers Liability Insurance. This insurance
shall include coverage for, but not limited to:
♦ Licensee's statutory liability under the worker's compensation laws of the
state(s) in which the work is to be performed. if optional under State law, the
insurance must cover all employees anyway.
♦ Employers' Liability (Part B) with limits of at least $500,000 each accident,
$500,000 by disease policy limit, $500,000 by disease each employee.
D. Railroad Protective Liability Insurance. This insurance shall name only the
Licensor as the Insured with coverage of at least $5,000,000 per occurrence and
$10,000,000 in the aggregate. The coverage obtained under this policy shall only
be effective during the initial installation and/or construction of the PIPELINE. THE
CONSTRUCTION OF THE PIPELINE SHALL BE COMPLETED WITHIN ONE (1) j
YEAR OF THE EFFECTIVE DATE. If further maintenance of the PIPELINE isr
needed at a later date, an additional Railroad Protective Liability Insurance Policy
shall be required. The policy shall be issued on a standard ISO form CG 00 35 10
93 and include the following:
♦ Endorsed to include the Pollution Exclusion Amendment (ISO form CG 28 31 10
93)
♦ Endorsed to include the Limited Seepage and Pollution Endorsement.
♦ Endorsed to include Evacuation Expense Coverage Endorsement.
♦ No other endorsements restricting coverage may be added.
Form 424; Rev. 04/26105
_g_
Law Department Approved
Tracking #10-40043
♦ The original policy must be provided to the Licensor prior to performing any work
or services under this Agreement.
In lieu of providing a Railroad Protective Liability Policy, Licensee may participate in
Licensor's Blanket Railroad Protective Liability Insurance Policy available to Licensee or its
contractor. The limits of coverage are the same as above. The cost is $1000.
1r"' I elect to participate in Licensor's Blanket Policy;
0 1 elect not to participate in Licensor's Blanket Policy.
Other Requirements:
Where allowable by law, all policies (applying to coverage listed above) shall contain no
exclusion for punitive damages and certificates of insurance shall reflect that no exclusion
exists.
Licensee agrees to waive its right of recovery against Licensor for all claims and suits
against Licensor. In addition, its insurers, through policy endorsement, waive their right of
subrogation against Licensor for all claims and suits. The certificate of insurance must
reflect waiver of subrogation endorsement. Licensee further waives its right of recovery,
_"..,.__and itsinsurersalso waive"tFieir righi of s`iabiogation "agamstl:icensor forloss of "its ovurietl
or leased property or property under its care, custody, or control.
Licensee's insurance policies through policy endorsement must include wording which
states that the policy shall be primary and non-contributing with respect to any insurance
Y carried by Licensor. The certificate of insurance must reflect that the above wording is
included in evidenced policies.
All policy(ies) required above (excluding Workers Compensation, Contractor's Pollution
Legal Liability and if applicable, Railroad Protective) shall include a severability of interest
endorsement and shall name Licensor and Staubach Global Services - RR, Inc. as an
additional insured with respect to work performed under this agreement. Severability of
interest and naming Licensor and Staubach Global Services - RR, Inc. as additional
insureds shall be indicated on the certificate of insurance.
Licensee is not allowed to self -insure without the prior written consent of Licensor. If
granted by Licensor, any deductible, self -insured retention or other financial responsibility
for claims shall be covered directly by Licensee in lieu of insurance. Any and all Licensor
liabilities that would otherwise, in accordance with the provisions of this Agreement, be
covered by Licensee's insurance will be covered as if Licensee elected not to include a
deductible, self -insured retention, or other financial responsibility for claims.
Prior to commencing the Work, Licensee shall furnish to Licensor an acceptable
certificate(s) of insurance including an original signature of the authorized representative
evidencing the required coverage, endorsements, and amendments. The policy(ies) shall
contain a provision that obligates the insurance company(ies) issuing such policy(ies) to
notify Licensor in writing at least 30 days prior to any cancellation, non -renewal, substitution
or material alteration. This cancellation provision shall be indicated on the certificate of
insurance. In the event of a claim or lawsuit involving Railroad arising out of this agreement,
Licensee will make available any required policy covering such claim or lawsuit.
Form 424; Rev. 04/26/05
so
Law Department Approved
Tracking #10-40043
Any insurance policy shall be written by a reputable insurance company acceptable to
Licensor or with a current Best's Guide Rating of A- and Class VII or better, and authorized
to do business in the state(s) in which the service is to be provided.
Licensee represents that this License has been thoroughly reviewed by Licensee's
insurance agent(s)Ibroker(s), who have been instructed by Licensee to procure the
insurance coverage required by this Agreement. Allocated Loss Expense shall be in
addition to all policy limits for coverages referenced above.
Not more frequently than once every five years, Licensor may reasonably modify the
required insurance coverage to reflect then -current risk management practices in the
railroad industry and underwriting practices in the insurance industry.
If any portion of the operation is to be subcontracted by Licensee, Licensee shall require
that the subcontractor shall provide and maintain insurance coverages as set forth herein,
naming Licensor as an additional insured, and shall require that the subcontractor shall
release, defend and indemnify Licensor to the same extent and under the same terms and
conditions as Licensee is required to release, defend and indemnify Licensor herein.
Failure to provide evidence as required by this section shall entitle, but not require, Licensor
to terminate this License immedtaf0j.-Adi ptance of a cerfrftd5tethat_d6es`66tc6jir►ply iWith
this section shall not operate as a waiver of Licensee's obligations hereunder.
The fact that insurance (including, without limitation, self-insurance) is obtained by Licensee
shall not be deemed to release or diminish the liability of Licensee including, without
limitation, liability under the indemnity provisions of this License. Damages recoverable by
Licensor shall not be limited by the amount of the required insurance coverage.
For purposes of this section, Licensor shall mean "Burlington Northern Santa Fe t
Corporation", "BNSF Railway Company" and the subsidiaries, successors, assigns and
affiliates of each.
ENVIRONMENTAL
22. (a) Licensee shall strictly comply with all federal, state and local environmental laws
and regulations in its use of the Premises, including, but not limited to, the
Resource Conservation and Recovery Act, as amended (RCRA), the Clean Water
Act, the Oil Pollution Act, the Hazardous Materials Transportation Act, CERCLA
(collectively referred to as the "Environmental Laws"). Licensee shall not maintain a
treatment, storage, transfer or disposal facility, or underground storage tank, as
defined by Environmental Laws on the Premises. Licensee shall not release or
suffer the release of oil or hazardous substances, as defined by Environmental
Laws on or about the Premises.
(b) Licensee shall give Licensor immediate notice to Licensor's Resource Operations
Center at (800) 832-5452 of any release of hazardous substances on or from the
Premises, violation of Environmental Laws, or inspection or inquiry by governmental
authorities charged with enforcing Environmental Laws with respect to Licensee's
use of the Premises. Licensee shall use the best efforts to promptly respond to any
Form 424; Rev. 04/26/05
-10-
Law Department Approved Tracking #10-40043
release on or from the Premises. Licensee also shall give Licensor Immediate notice
of all measures undertaken on behalf of Licensee to investigate, remediate, respond
r to or otherwise cure such release or violation.
(c) In the event that Licensor has notice from Licensee or otherwise of a release or
violation of Environmental Laws arising in any way with respect to the PIPELINE
which occurred or may occur during the term of this License, Licensor may require
Licensee, at Licensee's sole risk and expense, to take timely measures to
investigate, remediate, respond to or otherwise cure such release or violation
affecting the Premises or Licensor's right-of-way.
(d) Licensee shall promptly report to Licensor in writing any conditions or activities upon
the Premises known to Licensee which create a risk of harm to persons, property or
the environment and shall take whatever action is necessary to prevent injury to
persons or property arising out of such conditions or activities; provided, however,
that Licensee's reporting to Licensor shall not relieve Licensee of any obligation
whatsoever imposed on it by this License. Licensee shall promptly respond to
Licensor's request for information regarding said conditions or activities.
ALTERATIONS
Licensee may not Make any alterations to file . rem ses or permanently a#fix allyth111g fo the -
Premises or any buildings or other structures adjacent to the Premises without Licensor's
prior written consent.
NO WARRANTIES
24. LICENSOR'S DUTIES AND WARRANTIES ARE LIMITED TO THOSE EXPRESSLY
STATED IN THIS LICENSE AND SHALL NOT INCLUDE ANY IMPLIED DUTIES OR
IMPLIED WARRANTIES, NOW OR IN THE FUTURE. NO REPRESENTATIONS OR
WARRANTIES HAVE BEEN MADE BY LICENSOR OTHER THAN THOSE CONTAINED
IN THIS LICENSE. LICENSEE HEREBY WAIVES ANY AND ALL WARRANTIES,
EXPRESS OR IMPLIED, WITH RESPECT TO THE PREMISES OR WHICH MAY EXIST
BY OPERATION OF LAW OR IN EQUITY, INCLUDING, WITHOUT LIMITATION, ANY
WARRANTY OF MERCHANTABILITY, HABITABILITY OR FITNESS FOR A
PARTICULAR PURPOSE.
QUIET ENJOYMENT
25. LICENSOR DOES NOT WARRANT ITS TITLE TO THE PROPERTY NOR UNDERTAKE
TO DEFEND LICENSEE IN THE PEACEABLE POSSESSION OR USE THEREOF. NO
COVENANT OF QUIET ENJOYMENT IS MADE.
DEFAULT
26. If default shall be made in any of the covenants or agreements of Licensee contained in this
document, or in case of any assignment or transfer of this License by operation of law,
Licensor may, at its option, terminate this License by serving five (5) days' notice in writing
upon Licensee. Any waiver by Licensor of any default or defaults shall not constitute a
waiver of the right to terminate this License for any subsequent default or defaults, nor shall
Form 424; Rev. 04/26/05
-11-
Law Department Approved Tracking #10-40043
any such waiver in any way affect Licensor's ability to enforce any Section of this License.
The remedy set forth in this Section 26 shall be in addition to, and not in limitation of, any
other remedies that Licensor may have at law or in equity.
LIENS AND CHARGES
27. Licensee shall promptly pay and discharge any and all liens arising out of any construction,
alterations or repairs done, suffered or permitted to be done by Licensee on Premises.
Licensor is hereby authorized to post any notices or take any other action upon or with
respect to Premises that is or may be permitted by law to prevent the attachment of any
such liens to Premises; provided, however, that failure of Licensor to take any such action
shall not relieve Licensee of any obligation or liability under this Section 27 or any other
Section of this License. Licensee shall pay when due any taxes, assessments or other
charges (collectively, "Taxes") levied or assessed upon the Improvements by any
governmental or quasi -governmental body or any Taxes levied or assessed against
Licensor or the Premises that are attributable to the Improvements.
TERMINATION
28. This License may be terminated by Licensor, at any time, by serving thirty (30) days' written
.... .._
notice of termination upon Licensee. This License may be terminated by Licensee upon
....._..._..__. _- Vexecutiori ofi "Licensors Mutual Termination Letter —Ag eemenfi t en iri �Ci:"___ pon .._._-...............
..
expiration of the time specified in such notice, this License and all rights of Licensee shall
absolutely cease.
29. if Licensee fails to surrender to Licensor the Premises, upon any termination of this
License, all liabilities and obligations of Licensee hereunder shall continue in effect until the
Premises are surrendered. Termination shalt not release Licensee from any liability or
obligation, whether of indemnity or otherwise, resulting from any events happening prior to
the date of termination.
ASSIGNMENT
30. Neither Licensee, nor the heirs, legal representatives, successors, or assigns of Licensee,
nor any subsequent assignee, shall assign or transfer this License or any interest herein,
without the prior written consent and approval of Licensor, which may be withheld in
Licensor's sole discretion.
NOTICES
31. Any notice required or permitted to be given hereunder by one party to the other shall be in
writing and the same shall be given and shall be deemed to have been served and given if
(i) placed in the United States mail, certified, return receipt requested, or (ii) deposited into
the custody of a nationally recognized overnight delivery service, addressed to the party to
be notified at the address for such party specified below, or to such other address as the
party to be notified may designate by giving the other party no less than thirty (30) days'
advance written notice of such change in address.
Form 424; Rev. 04/26/05
-12-
f Law Department Approved Tracking #10-40043
E
}3p
t
If to Licensor: Staubach Global Services - RR, Inc.
3017 Lou Menk Drive, Suite 100
Fort Worth, TX 76131-2800
Attn: Licenses/Permits
with a copy to: BNSF Railway Company
2500 Lou Menk Dr. — A0133
Fort Worth, TX 76131
Attn: Manager -- Land Revenue Management
If to Licensee: The City of Lubbock, Texas
1625 13th Street
Lubbock,Texas 79401
SURVIVAL
32. Neither termination nor expiration will release either party from any liability or obligation
under this License, whether of indemnity or otherwise, resulting from any acts, omissions or
events happening prior to the date of termination or expiration, or, if later, the date when the
PIPELINE and improvements are removed and the Premises are restored to its condition
_......._......_..w_ ... _ _ ..._................................._.._........................_............._......._........._....._......................-..._..........-.._...._......... ....... ... ...._......
as of the Effective Date.
RECORDATION
33. It is understood and agreed that this License shall not be placed on public record.
APPLICABLE LAW
34. All questions concerning the interpretation or application of provisions of this License shall
be decided according to the substantive laws of the State of Texas without regard to
conflicts of law provisions.
SEVERABILITY
35. To the maximum extent possible, each provision of this License shall be interpreted in such
manner as to be effective and valid under applicable law, but if any provision of this License
shall be prohibited by, or held to be invalid under, applicable law, such provision shall be
ineffective solely to the extent of such prohibition or invalidity, and this shall not invalidate
the remainder of such provision or any other provision of this License.
INTEGRATION
36. This License is the full and complete agreement between Licensor and Licensee with
respect to all matters relating to Licensee's use of the Premises, and supersedes any and
all other agreements between the parties hereto relating to. Licensee's use of the Premises
as described herein. However, nothing herein is intended to terminate any surviving
obligation of Licensee or Licensee's obligation to defend and hold Licensor harmless in any
prior written agreement between the parties.
Form 424; Rev. 04/26/05
-13-
Law Department Approved
Tracking #10 .-46043
Uj
MISCELLANEOUS �..
37. In the event that Licensee consists of two or more parties, all the covenants and agreements N
of Licensee herein contained shall be the Joint and several covenants and agreements of %D
such parties. e-4
38. The waiver by Licensor of the breach of any provision herein by Licensee shall in no way
impair the right of Licensor to enforce that provision for any subsequent breach thereof.
Staubach Global Services — RR, Inc. is acting as representative for BNSF Railway
Company.
IN WITNESS WHEREOF, this License hat been duly executed, in duplicate, by the parties
hereto as of the day and year first above written.
BNSF RAILWAY COMPANY _
Staubach Global Services - RR, Inc.,
Its Attorney in Fact
.... _ _...._...__.__._..........
..._
Fort Worth, TX 76 OU
By:
Ed Darter
Title: Vice President - National Accounts
THE CITY OF LUBBOCK, TEXAS
162513th Street
By:
Title:
-14-
wAIru+it;WC11
Form 424; Rev. 04/2W5
r
[1
L
A.`
TY CIF LUBBOCK, TEXAS
SECTION: —
TOWNSHIP: — rTx-G
RANGE: — 24
.SMERIDIAN: —
MP 703.86
ES 9030+4
•,.. �,�......_......_..._...............
......
.......
._....._.,..............................,..........:...... ___
fM
r°` rExrco �
r
�l
DESCRIPTION OF PIPELINE
PIPELINE SHOWN BOLD /
'.IER CASING CARRIER CASING
'E PIPE PIPE PIPE
,a ss" LENGTH ON R/W: ._..200' 2QQ /
-E� _ WORKING PRESSURE: 1 fi5 PSI
RETE STEEL BURY: BASE/RAIL TO TOP OF CASING �' /
BURY: ROADWAY DITCHES /
rAR up CATHODIC PROTECTION _NQ /
HEIGHT OF VENT ABOVE GROUND
DRY BORED ONLY
M
oi
i
-
4.
701
LINE
LINE
Page Intentionally Left Blank
`f- ity Of RFP 10 — 069 - MA
t d",
iu`�bbock
TEXAS
ADDENDUM # 2
"LAKE ALAN HENRY WATER
SUPPLY PROJECT
TRANSMISSION PIPELINE
CONTRACT B"
DATE ISSUED: SEPTEMBER 02, 2010
CLOSE DATE: AUGUST 31, 2010 @ 3:00 P.M.
REVISED CLOSE DATE: SEPTEMBER 8, 2010 @ 3:00 P.M.
The following items take precedence over specifications for the above named Proposal.
Where any item called for in the proposal documents is supplemented here, the original
requirements, not affected by this addendum, shall remain in effect.
Offerors are invited to view the attached Engineer's Addendum # 2.
All requests for additional information or clarification must be submitted in writing and
directed to:
Marta Alvarez, 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
It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the
offeror's responsibility to advise•the City of Lubbock Purchasing Manager if anv language. reauirements. 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 Purchasing Manager no later than five (5)
business days prior to the proposal close date. A review of such notifications will be made.
P.O. Box 2000 ■ 1625 13th Street ■ Lubbock, TX 79457 • 806.775.2171 ■ Purchasing and Contract Management
-2 -10
CITY OF LUBBOCK, TEXAS
LAKE ALAN HENRY WATER SUPPLY PROJECT
TRANSMISSION PIPELINE CONTRACT B
RFP # 10-069-MA
Ada
Freese and Nichols, Inc.
Texas Registered Engineering Fi rM
F-2144
CONTRACT NO.9453
TWDB Project 21608
ADDENDUM NO.2
SEPTEMBER 2, 2010
REVISED BID DATE: Wednesday, September 8, 2010 @ 3:00 P.M.
The following additions, deletions, modifications, or clarifications shall be
made to the appropriate sections of the plans and specifications and shall
become a part of the Contract Documents. Bidders shall acknowledge
receipt of this Addendum in the space provided on the Bid form.
MECHANICAL:
A2-01 SECTION 15101 GATE VALVES
A. Reference Page 3, Paragraph 2.01.A.10
Modification: Modify the paragraph by deleting, "80 ft-Ibs" and
replacing with "250 ft-Ibs".
DRAWINGS:
A2-02 SHEET PL-5, SEQ. 11
A. Reference: Station 105+10 to Station 106+68
Modification: Revise the callout in the plan and profile to read, 158
LF OF 66" BORED/TUNNELED CASING PIPE".
A2-03 SHEET PL-19, SEQ. 25
A. Reference: Station 457+75 to Station 459+80
Modification: Revise the callout in the plan and profile to read, "205
LF OF 66" BORED/TUNNELED CASING PIPE".
A2-04 SHEET PL-21, SEQ. 27
A. Reference: Station 514+61 to Station 515+64
Modification: Revise the callout in the plan and profile to read, 103
LF OF 66" BORED/TUNNELED CASING PIPE".
Addenda
PSC08325B - Lake Alan Henry Pipeline - Contract B
00900-2
t
8
L
g.
A2-05 SHEET PL-22, SEQ. 28
A. Reference: Sheet PL-22
Modification: Modify the sheet by deleting the sheet in its entirety and
replacing with the attached SHEET PL-22.
A2-06 SHEET PL-23, SEQ. 29
A. Reference: Sheet PL-23
Modification: Modify the sheet by deleting the sheet in its entirety and
replacing with the attached SHEET PL-23.
A2-07 SHEET PL-24, SEQ. 30
A. Reference: Station 573+00 to Station 573+61
Modification: Revise the callout in the plan and profile to read, "203
LF OF 66" BORED/TUNNELED CASING PIPE".
B. Reference: Profile callout POKA LAMBRO TELEPHONE CO-OP
Modification: Modify the callout be deleting, "STA. 574+86.62", and
replacing it with, "573+56.62".
A2-08 SHEET PL-26, SEQ. 32
A. Reference: SHEET PL-26
Modification: Modify the sheet by deleting the sheet in its entirety and
replacing with the attached SHEET PL-26.
A2-09 SHEET PL-29, SEQ. 35
A. Reference: Station 720+73 to Station 721+54
Modification: Revise the callout in the plan and profile to read, "81 LF
OF 66" BORED/TUNNELED CASING PIPE".
A2-10 APPENDIX D
A. Reference General Easement
Clarification: The following table shows the status of the individual
easements for this Contract. It is the City of Lubbock's intent to close
and obtain all of the easements prior to commencement of work for
this Contract. Where the status indicates, "Signed but not closed",
the landowner has agreed to the terms and signed the agreement, but
it is awaiting a closing date from the title company. There is little risk
in the City not obtaining the properties with this status. Where the
status indicates, "Condemnation approved", the City Council has
decided to move forward with condemnation with that landowner.
i Addenda 00900-3
PSC08325B — Lake Alan Henry Pipeline — Contract B
There is a risk that property with this status may not be obtained by
the start of construction, because of unknowns in the legal system
timeline. If the City does not close on a particular property prior to the
Contractor starting work, the Contractor may have to skip over the
property and install a closure piece to tie-in. The City will not pay any
claims regarding this skip. See the table below:
Survey
Landowner
Status
16
Post -Montgomery
Closed.
17
Conner
Closed.
18
Post -Montgomery
Closed.
19
Morrow
Signed but not closed.
20
Criswell
Closed.
21
Willoughby
Signed but not closed.
22
Sims
Closed.
23
Payton
Closed.
24
BNSF
Permitted
25
M&M Enterprises
Closed.
26
Adams
Closed.
27
Dunn
Signed but not closed.
28
JD Basinger
Signed but not closed.
29
Mock
Closed.
30
Murphy
Signed but not closed.
31
JW Basinger
Closed.
32
DELETED
32- DELETED
33
EC Smallwood
Condemnation approved.
34
Brosch
Closed.
35
Wheeler
Signed but not closed.
36
D. Smallwood
Signed but not closed.
37
Lancaster
Closed.
Addenda 00900-4
PSC08325B — Lake Alan Henry Pipeline — Contract B
1
No Text
�i
H
No Text
Page Intentionally Left Blank
No Text
No Text
No Text
Page IntentionaRy Left Blank
CITY OF LUBBOCK
SPECIFICATIONS FOR
LAKE ALAN HENRY WATER SUPPLY PROJECT
TRANSMISSION PIPELINE
CONTRACT I3
RFP 10-069-MA
Contract # 9453
Capital Improvements Project 92069
TWDB Project 21608
Plans & Specifications may be obtained from
FREESE & NICHOLS, INC.
http://construction.freese.com/
www.bidsync.com
Phone: (817) 735-7300
0
city of
bock
CITY OF LUBBOCK
Lubbock, Texas
Page Intentionally Left Blank
SEAL SHEET
Division 0, 1, 2, 15 - Freese and Nichols, INC. Texas Registered Engineering Firm F - 2144
.:6i. 9s
*tee•••ee•ees•ee•eee•iee�s
NICHOLAS LESTER i
•ee°e••se•ee•eeeee••••••tse
97365Oio
+,%4`N A` �+
Division 0, 1, 2, 9, 15 and Technical Specification 13115 - Freese and Nichols, INC. Texas
Registered Engineering Firm F - 2144
OF
e RUSSEL GIBSON j
® seeeee•ee•oo••o•e••e•••a i
61883 0'
S STEMG
+1�'ONAL
Division 3 - Freese and Nichols, INC. Texas Registered Engineering Firm F - 2144
OF
/i
Me
s*ik,,
..s..................°.°..° e
PETER A.BARTELS
94584 a (44;
Division 13 -- Technical Specification 13592 - Black and Veatch, INC. Texas Registered
Engineering Firm F — 258
q- 19-Z.616
CITY OF LUBBOCK
LAKE ALAN HENRY WATER SUPPLY PROJECT
PIPELINE CONTRACT B
DIVISION 0 BIDDING AND CONTRACT REQUIREMENTS
Contractor Checklist
Notice to Offerers
Texas Local Government Code
Proposal Submittal (must be submitted by published due date & time)
Unit Price Proposal Submittal Form
Contractors Statement of Qualifications
City of Lubbock Insruance Requirement Affidavit
Safety Record Questionnaire
Suspension and Debarment Certification
Proposed List of Sub -Contractors
Post -Closing Document Requirements
(to be submitted no later than two business days after the close date when bids
are due.)
Final List of Sub -Contractors
Payment Bond
Performance Bond
Certificate of Insurance
Contract
General Conditions of the Agreement
Davis Bacon Wage Determinations
TWDB Funding Requirements
DIVISION 1 GENERAL REQUIREMENTS
Section
01005
Definitions and Terminology
01010
Summary of Work
01030
Special Procedures
01040
Project Administration
01041
Job Management
01130
Measurement and Payment
01300
Submittals
01310
Progress Schedules
01380
Project Photographs
01400
Quality Control
01568
Erosion and Sediment Control
01666
Hydrostatic Test
01700
Contract Closeout
01730
Operations and Maintenance Manuals
01800
Forms
DIVISION 2 SITEWORK
Section
02110 Clearing and Grubbing
02202 Pipeline Excavation and Backfill for Large Pipelines
02220 Trench Safety
02221 Structural Excavation and Backfill
Table of Contents TOCA
PSCO8325B — Lake Alan Henry Pipeline — Contract B
02255
Earth Fill Classification
02256
Aggregate Fill Classification
02257
Controlled Low Strength Material (Flowable Fill)
02270
Seeding for Erosion Control
02271
Riprap and Bedding Material
02314
Pipeline Crossing Highways, Streets, and Railroads by Tunneling
02614
Bar -Wrapped Concrete Cylinder Pipe
02626
Steel Pipe
DIVISION 3 CONCRETE
Section
03301 Cast -In -Place Concrete
DIVISION 9 FINISHES
Section
09905 Protective Coatings
09910 Pipeline Coating
DIVISION 13 SPECIAL CONSTRUCTION
Section
13115 Cathodic Protection
13592 Fiber Optic Conduit System Components
DIVISION 15 MECHANICAL
Section
15101 Gate Valves
15117 Air Release & Air and Vacuum Valves
15136 Miscellaneous Valves and Pipeline Appurtenances
Appendix A -TXDOT Road Crossing Permits
Appendix B - Geotechnical Engineering Study
Appendix C — Garza County Road Crossing Permits
Appendix D — General Easement
Table of Contents TOC-2
PSC08325B — Lake Alan Henry Pipeline — Contract B
BIDDING AND CONTRACT REQUIREMENTS
�J
_
ge Intentionafly Left Blank
P,
City of Lubbock, TX
Purchasing and Contract Management
Contractor Checklist for
RFP # I0.069--MA
Bcfore suhmitting your bid, please ensure you have completed and included the fnllovring documents in the
order they are Iisted. The contractor is only to submit (1) one original copy ol'every item listed.
. X Carefully read and understand the plans and specifications and properly complete the BID
SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by
typewriter. Signatures must be original, in br
ue or black ink, and by hand. The bidder binds
himself on acceptance of h% bid to execute contract and any required bonds, according to
the accompanying forms, for performing and completing the said work within the time
stated and for the prices stated below, 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.
2. _X Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to
provide a bid surety WILL result in automatic rejection of your bid.
3. _ X _ Complete 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 Clearly mark the bid number, title, due date and time and your company name and address on the
outside of the envelope or container.
5. X Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management
Office prior to the deadline. [ate bids will not be accepted.
6. 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.
7. X Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be
explained in detail and submitted with Bid.
8. X Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's
FEDERAL TAX ID number or Owner's SOCIAL SECVRITYnumber.
9. X Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS.
to. X Complete and submit the TWDB forms.
DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING:
l l . Complete and submit the FINAL LIST OF SUB -CONTRACTORS.
FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING
DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE
INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL.
HCP Constructors, Inc.
(Type or PrBnt Compgoy Name)
r-
Page Intentionally Left Blank.
INDEX
1. NOTICE TO OFFERORS
2. GENERAL INSTRUCTIONS TO OFFERORS
3. TEXAS LOCAL GOVERNMENT CODE § 271.116
t;
4. PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time)
4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM
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)
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
i
Page Intentionally Left Blank
NOTICE TO OFFERORS
Page Intentionally Left Blank
NOTICE TO OFFERORS
[ k ,
RFP # 10-069-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 pm on August 31, 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:
"LAKE ALAN HENRY WATER SUPPLY PROJECT
TRANSMISSION PIPELINE
CONTRACT B"
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 stile 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.
The Contractor is only required to submit one original copy of every item listed on the Contractor
Checklist in the proposal submittal.
Proposals are due at 3:00 pm on August 31, 2010, and the City of Lubbock City Council will consider
the proposals on October 14, 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 sane 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 Offerror. 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 Offerror
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 August 17, 2010 at 9:00 am, at City Hall, 1625 13th
Street, Room 101, Lubbock, Texas.
-, Bidders may view the plans and specifications without charge at The Reproduction Company, 2102
Avenue Q, Lubbock, Texas 79405 or at -v1v\,,'.t11erc r0 dL1c11ol:i1tixolni)ijn _.coni. ONE SET OF PLANS AND
SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE
REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770.
Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents
{
r
are returned in good condition within Sixty (60) days after the opening of bids. Additional sets of plans and
specifications may be obtained at the bidder's expense.`
t_
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.
Any contract awarded under this Notice to Offerors are expected to be funded in part by a loan from the
Texas Water Development Board, and shall be referred to as Project 21608. Neither the State of Texas nor its
departments, agencies, or employees is or will be a party to this Notice to Offerors or resulting contract.
This Contract is contingent upon release of funds from the TWDB.
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.
A onetime site visits is scheduled for Tuesday August 17, 2010 beginning after the pre -proposal conference.
Contractors are to meet at the Proposed Post Pump Station on FM 651 as shown in the plans. RSVP 24 hours in
advance with Marta Alvarez at ra)iz#kaw_z(u',:l7rviub1)ock-.LIS or (806) 775-2572. All views shall be from the
private ranch roads (NO OFFROAD ACTIVITIES ARE ALLOWED). Due to unknown weather conditions, all
roads may not be accessible. (
CITY OF LUBBOCK,
.Marta Af-varez
Marta Alvarez
PURCHASING MANAGER
GENERAL INSTRUCTIONS TO OFFERORS
Page Intentionally Left Blank
I I
H
i_
GENERAL INSTRUCTIONS TO OFFERORS
1 PROPOSAL DELIVERY TIME & DATE
The City of Lubbock is seeking written and sealed competitive proposals to furnish LAKE ALAN
HENRY WATER SUPPLY PROJECT, TRANSMISSION PIPELINE, CONTRACT B per the
attached specifications and contract documents. Sealed proposals will be received no later than 3:00 nm
on August 31, 2010, at the office listed below. Any proposal received after the date and hour specified
will be rejected and returned unopened to the proposer. Each proposal and supporting documentation
must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "RFP 10-025-
4 MA, LAKE ALAN HENRY WATER SUPPLY PROJECT, TRANSMISSION PIPELINE,
CONTRACT B" 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:
`v 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.
�r- 1.2 Proposals may be delivered in person, by United States Mail, b United Parcel Service or b
Y � Y
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.
r 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 on August 17, 2010 at 9:00 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.
3 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not
mandatory. The City will not be responsible for providing information discussed at the pre -proposal
meeting to offerors who do not attend the pre -proposal meeting. ADDENDA & MODIFICATIONS
3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information
available over the Internet at www.bidsync.com. We strongly suggest that you check for any
addenda a minimum of forty-eight hours in advance of the response deadline.
BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public
libraries.
3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents
may request an interpretation thereof from the Purchasing Manager. At the request of the
proposer, or in the event the Purchasing Manager deems the interpretation to be substantive, the
Fn
interpretation will be made by written addendum issued by the Purchasing Manager. Such
addenda issued by the Purchasing Manager Office will be available over the Internet at
4
5
0
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 Manager Office no later than seven (7) calendar days before the proposal
closing date.
3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of
Lubbock shall not be legally bound by any explanation or interpretation that is not in writing.
Only information supplied by the City of Lubbock Purchasing Manager 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.
3.4 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
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.
PROPOSAL PREPARATION COSTS
5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred
in the preparation and submission of a proposal.
5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any
services or equipment.
5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer.
TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC
INFORMATION ACT
r�
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
p g
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 CONFIDENTIAUPROPRIETARY 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 the General Conditions.
10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract
documents for the construction of this project and shall be responsible for the satisfactory
completion of all work contemplated by said contract documents.
11 PLANS FOR USE BY OFFERORS
It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the
project covered by the contract documents be given a reasonable opportunity to examine the documents
and prepare a proposal without charge. The contract documents may be examined without charge as
noted in the Notice to Offerors.
12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive
proposals. It shall be the offerors responsibility to _advise the Purchasinp- Manaeer if anv
1_anpage, 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.
13
14
15
16
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 13a' Street, Room 204
Lubbock, Texas 79401
Fax: 806-775-2164
Email: malvarez@mylubbock.us
Bidsync: www.bidsvnc.com
TIME AND ORDER FOR COMPLETION
13.1 The construction covered by the contract documents shall be substantially completed within
366 CONSECUTIVE CALENDAR DAYS and Final completed within 396
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,
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.
PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General
Conditions of the contract documents.
AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor
to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the
improvements contemplated by the contract documents have been paid in full and that there are no
claims pending, of which the Contractor has been notified.
MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and
grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some
detail will not relieve the Contractor of full responsibility for providing materials of high quality and for
protecting them adequately until incorporated into the project. The presence or absence of a
representative of the City on the site will not relieve the Contractor of full responsibility of complying
with this provision. The specifications for materials and methods set forth in the contract documents
4
provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory
project.
17 GUARANTEES
17.1 All equipment and materials incorporated i rp n the project and all construction shall be guaranteed
-- against defective materials and workmanship. Prior to final acceptance, the Contractor shall
furnish to the Owner, a written general guarantee which shall provide that the Contractor shall
' remedy any defects in the work, and pay for any and all damages of any nature whatsoever
resulting in such defects, when such defects appear within TWO years from date of final
acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner
(City of Lubbock).
17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor
represents and warrants fault -free performance and fault -free result in the processing date and
date -related data (including, but not limited to calculating, comparing and sequencing) of all
hardware, software and firmware products delivered and services provided under this Contract,
individually or in combination, as the case may be from the effective date of this Contract. Also,
the Contractor warrants calculations will be recognized and accommodated and will not, in any
way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option,
may require the Contractor, at any time, to demonstrate the procedures it intends to follow in
order to comply with all the obligations contained herein.
17.3 The obligations contained herein apply to products and services provided by the Contractor, its
sub -contractor or any third party involved in the creation or development of the products and
services to be delivered to the City of Lubbock under this Contract. Failure to comply with any
of the obligations contained herein, may result in the City of Lubbock availing itself of any of its
rights under the law and under this Contract including, but not limited to, its right pertaining to
termination or default.
17.4 The warranties contained herein are separate and discrete from any other warranties specified in
this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or
limitation to the Contractor's liability which may be specified in this Contract, its appendices, its
schedules, its annexes or any document incorporated in this Contract by reference.
18 PLANS FOR THE CONTRACTOR
The contractor will upon written request, be furnished u to a maximum of ten sets of plans and
p q P
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
r distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper
prosecution of the work contemplated by the Contractor.
19 PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all
materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of
construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or
not paid for such work, until the date the City issues its certificate of completion to Contractor. The City
reserves the right, after the proposals have been opened and before the contract has been awarded, to
require of a proposer the following information:
_3
9
S
�. 3
i
(a) The experience record of the proposer showing completed jobs of a similar nature to the one
covered by the intended contract and all work in progress with bond amounts and percentage
completed.
(b) A sworn statement of the current financial condition of the proposer.
(c) Equipment schedule.
20 TEXAS STATE SALES TAX
20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to
provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to
buy the materials to be incorporated into the work without paying the tax at the time of purchase.
21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents
in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility
lines, conduits or other underground structures which might or could be damaged by Contractor during
the construction of the project contemplated by these contract documents. The City of Lubbock agrees
that it will furnish Contractor the location of all such underground lines and utilities of which it has
knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned.
All such underground lines or structures, both known and unknown, cut or damaged by Contractor
during the prosecution of the work contemplated by this contract shall be repaired immediately by
Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's
expense.
22 BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger
signals, and shall take such other precautionary measures for the protection of persons, property and the
work as may be necessary. The Contractor will be held responsible for all damage to the work due to
failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion
shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's
responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to
Contractor of City's certificate of acceptance of the project.
23 EXPLOSIVES
23.1 The use of explosives will not be permitted
23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
24 CONTRACTOR'S REPRESENTATIVE
The successful proposer shall be required to have a responsible local representative available at all times
while the work is in progress under this contract. The successful proposer shall be required to furnish
the name, address and telephone number where such local representative may be reached during the time
that the work contemplated by this contract is in progress.
25 INSURANCE
25.1 The Contractor shall not commence work under this contract until he has obtained all insurance
as required in the General Conditions of the contract documents, from an underwriter authorized
to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be
6
i
rt furnished to the City and written notice of cancellation or any material change will be provided
ten (10) days in advance of cancellation or change. All policies shall contain an agreement on
the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at
his sole cost and expense through the life of this contract, insurance protection as hereinafter
specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance
shall be carried with an insurance company authorized to transact business in the State of Texas
and shall cover all operations in connection with this contract, whether performed by the
' Contractor or a subcontractor, or separate policies shall be provided covering the operation of
each subcontractor. A certificate of insurance specifying each and all coverages shall be
submitted before contract execution.
26 LABOR AND WORKING HOURS
26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per
diem wages included in these contract documents. The wage rate that must be paid on this
project shall not be less than specified in the schedule of general prevailing rates of per diem
wages as above mentioned. The proposer' attention is further directed to the requirements of
Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of
the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of
the schedule of general prevailing rate of per diem wages in the contract documents does not
release the Contractor from compliance with any wage law that may be applicable. Construction
work under this contract requiring an inspector will not be performed on Sundays or holidays
unless the following conditions exist:
26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the
necessary service to its citizens.
26.1.2 Delays in construction are due to factors outside the control of the Contractor. The
Contractor is approaching the penalty provisions of the contract and Contractor can show
he has made a diligent effort to complete the contract within the allotted time.
26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the
Contractor must notify the Owner's Representative not less than three full working days prior to
the weekend or holiday he desires to do work and obtain written permission from the Owner's
Representative to do such work. The final decision on whether to allow construction work
requiring an inspector on Sundays or holidays will be made by the Owner's Representative.
26.3 In any event, if a condition should occur or arise at the site of this project or from the work being
done under this contract which is hazardous or dangerous to property or life, the Contractor shall
�. immediately commence work, regardless of the day of the week or the time of day, to correct or
alleviate such condition so that it is no longer dangerous to property or life.
27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the
project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable
-r without discount, not less often than once each week. The Contractor and each of his subcontractors
shall keep a record showing the name and occupation of each worker employed by the Contractor
or subcontractor in the construction of the public work and the actual per diem wages paid to
each worker. This record shall be open at all reasonable hours to inspection by the officers and
agents of the City. The Contractor must classify employees according to one of the classifications set
` forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the
contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf
7
28
3�
30
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.
PROVISIONS CONCERNING ESCALATION CLAUSES
Proposals submitted containing any conditions which provide for changes in the stated proposal price
due to increases or decreases in the cost of materials, labor or other items required for the project will be
rejected and returned to the proposer without being considered.
PREPARATION FOR PROPOSAL
29.1 The form shall be correctly filled in, stating the price in numerals for which he intends to
do the work contemplated or furnish the materials required. Such prices shall be written
in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit
price and the extended total for a bid item, the unit price will be taken. A bid that has
been opened may not be bidder shall submit his bid on forms furnished by the City, and all
blank spaces in the changed for the purpose of correcting an error in the bid price.
29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly
authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and
address of each member must be given and the proposal signed by a member of the firm,
association or partnership, or person duly authorized. If the proposal is submitted by a company
or corporation, the company or corporate name and business address must be given, and the
proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or
others to sign proposals must be properly certified and must be in writing and submitted with the
proposal. The proposal shall be executed in ink.
29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to
Offerors, and endorsed on the outside of the envelope in the following manner:
29.3.1 Proposer's name
29.3.2 Proposal for the Lake Alan Henry Water Supply Project, Transmission Pipeline, Contract
B.
29.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for
opening of the proposals, but no proposal may be withdrawn or altered thereafter.
29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that
has been opened may not be changed for the purpose of correcting an error in the proposal_;
price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE
MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. {_
BOUND COPY OF CONTRACT DOCUMENTS
i
Proposer understands and agrees that the contract to be executed by proposer shall be bound and include
the following:
(a) Notice to Offerors. CI
(b) General Instructions to Offerors.
i
r (c) Proposer's Submittal Form.
(d) Statutory Bonds (if required).
e(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.
,j 31 QUALIFICATIONS OF OFFERORS
The proposer may be required before the award of any contract to show to the complete satisfaction of
the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the
service specified therein in a satisfactory manner. The proposer may also be required to give a past
history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The
City of Lubbock may make reasonable investigations deemed necessary and proper to determine the
ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all
information for this purpose that may be requested. The proposer's proposal may be deemed not to meet
specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the
proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the
obligations of the contract and to complete the work described therein. Evaluation of the proposer's
qualifications shall include but not be limited to:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the service
required.
(b) The ability of the proposer to perform the work or provide the service promptly or within the time
specified, without delay or interference.
(c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer.
(d) The quality of performance of previous contracts or services.
(e) The safety record of the Contractor and proposed Sub -Contractors
(f) The experience and qualifications of key project personnel
(g) Past experience with the Owner
Before contract award, the recommended contractor for this project may be required to show that he has
experience with similar projects that require the Contractor to plan his work efforts and equipment needs
with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list
of ALL similar municipal and similar non -municipal current and completed projects for the past five (5)
years for review. This list shall include the names of supervisors and type of equipment used to perform
work on these projects. In addition, the Contractor may be required to provide the name(s) of
supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock
specifications herein.
9
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 Maximum
Point value is equal to 100 points. The weight factor is 60% for Price, 25% for Contractor
Qualifications, 5% for Safety Record, and 10% for Construction Time. The selection criteria used to
evaluate each proposal includes the following:
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 25% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications,
the City uses the "Contractor's Statement of Qualifications" attached within and past experience
with the contractor. The City may also interview the job superintendent at a time to be named
after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows:
(Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns
points based upon the responses the contractor provides in the "Contractor's Statement of
Qualifications" And any past experience with the contractor. The "Contractor's Statement of
Qualifications" is a minimum, and you may provide additional pertinent information relevant to
the project for which you are submitting this proposal.
32.3 5% 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 Ratio. The
Contractor must submit this ratio with his bid. Contractors with an Experience Modification
Ratio greater than 1 will not be considered. The City may consider any incidence involving
worker safety or safety of Lubbock residents, be it related or caused by environmental,
mechanical, operational, supervision or any other cause or factor under the contractor's control.
Evaluators base their rating primarily upon how well you document previous offenses with the
date of the offense, location where the offense occurred, type of offense, final disposition of the
offense, and any penalty assessed as well as the Experience Modification Ratio.
32.4 10% CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use -
the following formula when determining construction time as a factor for construction contract
proposals. The lowest construction time proposal of all the proposals becomes the standard by
which all the construction time proposals are evaluated. One at a time, each proposal is
evaluated by taking the lowest construction time and dividing it by the construction time of the
proposal being evaluated. That fraction is then multiplied by the maximum point value
multiplied by the weight of the construction time factor for the construction time score. For )
example: (Lowest construction time/Current Proposal construction time) x Maximum Point
Value x Weight Factor = Construction Time Score
10
t_
i
t 32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The
committee meets, during which time the Committee Chairperson totals the individual scores. If
the individual scores are similar, the Chairperson averages the scores then ranks offerors
r accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates
discussion to determine the reasons for the differences and ensures that all evaluators are fully
knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee
based on committee discussion. Please note that offerors with higher qualifications scores could
z
be ranked higher than offerors with slightly better price scores.
The estimated budget for the construction phase of this project is $ 30,600,000
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
t 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.
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
' 11
bidders, assure that contract decisions are made in public, and to protect the integrity of the bid
process. Violation of this provision may result in rejection of the bidder's bid.
35 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
improvement, paid for in whole or in part from public funds, without regard to whether the work
is done under public supervision or direction. A worker is employed on a public work if the
worker is employed by the contractor or any subcontractor in the execution of the contract for the
project.
35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not
less than the general prevailing rate of per diem wages for the work of a similar character in the
locality in which the work is performed, and not less than the general prevailing rate of per diem
wages for legal holiday and overtime work.
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 wages rates attached herein for Garza 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
f ,
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.
bl , (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.
Paae IntentionaRy Left Blank
PROPOSAL SUBMITTAL FORM
Parme Intentionally Left Blank
J
PROPOSAL SUBMITTAL FORM
UNIT PRICE PROPOSAL CONTRACT
September 8 2010
PROJECT NUMBER: #10-8694MA - Lake Alen Henry Water Supply Project, Transmission Pipeline - Contract B — — -
( Proposal of HCP Constructors, Inc. (hereinafter called Offeror)
1 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, Transmission Pipeline
- Contract B, having carefully examined the plans, specifications, instructions to offonors, 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
r-� in nerfnrmine the u rlr mn"irwd nnrtar tha nnntrart rtr,ni..,,a-en
ITEM
NO.
DESCRIPTION
UNIT
ESTIMATED
QUANTITY
UNIT PRICE
EXTENDED
AMOUNT
A
AWWA C303 CONCRETE PRESSURE PIPE
1. 48" Class 150
LF
25,204
2. 48" Class 200
LF
9,600
9
3. 48" Class 250
LF
11,400
Z _..
2 g
4. 4r Class 300
LF
21,600
2 26_17
3!0
5. 49" Class 350
LF
4,400
ZDZ ?9-
5rp� D
(J o
6. A/C Rectifier/ Anode Station
EA
4
7/
7. Corrosion Monitoring Test Stations
EA
75
179^
13. l
SUBTOTAL A
$$
B
AWWA C200 POLYURETHANE -COATED STEEL PIPE
1. 48" Class 150
LF
25,204
2. 48" Class 200
LF
9,600
2C0�, ,Am,'
4720
3. 48" Class 250
LF
11,400
,�.
2- 002-010QQ.
2 0
4. 48" Class 300
LF
21,600
1. 3 O
5. 48" Class 350
LF
4,400
6. A/C Rectifier /AnodeStation
EA
2
7. Corrosion Monitoring Test Stations
EA
75
1
SUBTOTAL B
C
AWWA C200 POLYURMNAKE-COATED STEEL PIPE From
STA. 0+00 to STA. 460+05; AWWA C303 CONCRETE
PRESSURE PIPE FROM STA. 46" to STA. 722+04
1. 48" Class 150 - C303 Pipe
LF
25,204
2a. 48" Class 200 - C303 Pipe
LF
995
2b. 48" Class 200 - C200 Pipe
LF
8,605
3. 48" Class 250 -C200 Pipe
LF
11.400
4. 48" Class 300-C200 Pipe
LF
21,600
5. 48" Class 350 - C200 Pipe
LF
4,400
6. A/C Rectifier / Anode Station
EA
3
7. Corrosion Monitoring Test Stations
EA
76
SUBTOTAL C
W
PO
7�
ONO
r
Im
W- ns
IY, bo3 y2
Aaa. 1* 1
2. Bored or Tunneled Cmssinp
-- - - ----- - ---- &- 66" I,D,-FM 2106- ---
b. 66" I.D. SH 207
o. 66" I.D. FM 211
d. 66" I.D. US 84
e. 66" I.D. BNSF RR
3. Open Cut Casings
a. 66" I.D. County Road 210
b. 66" I.D. County Road 125
o. 66" I.D. County Road 115
d. 66" I.D. County Road 160
e. 66" I.D. County Road 105
4. 8" Blowoff Valve Assembly
5. Air Valve Assembly
a. 4" Air Valve Assembly
b. 6" Air Valve Assembly
c. 8" Air Valve Assembly
NT BID (ITEM A + ITEM D)
or Deduct (-)
. AMOUNT BID (ITEM A + ITEM DY
NT BID (ITEM B + ITEM D)
or Duct (-)
. AMOUNT BID (ITEM B + ITEM D)
NT BID (ITEM C + ITEM D)
or Deduct (-)
APAnTiNT RM (ITEM C+ ITFM M
EA
I.F
LS
205
94
8
2
1,800
Z204
23
1,6W
30
400
225
200
200
2
do
.$'Z
0
Add-;01
Offemr's Initials
* Contractor shall estimate the quantity required for Trench Safety and include in the space provided. In no case shall the
quantity or Trench Safety be less than 94,510 linear feet.
_**_.P-rovisi—onis_madie.for > 3idder to include an addition or deduction in his bid, 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 items for pipe
installation in A, B, or C as applicable.
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 366 (three hundred and six-ty six)
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 $8, 000, (Eight -Thousand Dollars) far Substantial
Completion and $5, 000,(Five-Thousand 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
contract documents_
The proposed number of consecutive calendar days to substantial completion (Number followed by written):
The proposed number of consecutive calendar days to finaVfompletion (Number followed by written):
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 ninety (90) 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 (50A) 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.
77tis Contract is contingent upon release offunri<s from TfYDB.
Offeror's initials
101
Enclosed with this proposal h a Cashier's Check or Certil'sed Check for
5& of the amount of the bid Dollars ($ ) or a Proposal Bond in the stun of
- - - - - - - -- Doldars-(S -- - } 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, lusuraace 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 Tem Local Government Code 252.04*), a fie; September 8, 2010
competitive sealed proposal that has been opened may not be
changed for the purpose of correcting an error to the proposal
price. THEREFORE, ANY CORRECTIONS TO THE
PROPOSAL PRICE MUST BE MADE ON THE PROPOSALx
IUMI1"!`AL FORM PRIOR TO }PROPOSAL OPENING. Aut ignatttre
F. wen
(Seal iif Offeror is a Corporation) (Printed or Typed Name)
ATTES
�c`ctetary.
Offeror acknowledges receipt of the following addenda-
Addcn& No. 1 Date 8 / 23 / 10
Addenda No. _�_ Date gLZt ja
Addenda No. Date
Addenda No. .Date - ... .
HCP Constructors, Inc.
Company
Platteville Blvd.
Address
Pueblo West Pueblo
City, County
CO , 81007
State Zip Code
Telephone- 719 _ 64 7 - 2 8 21
Fax: 719
E�HIarsen@ cpcons rue ors.com
FEDERAL. TAX ID or SOCIAL SECURITY No.
27-29.46819
NVWBE Firm: women Duck American Native American
WL
Wode Anaaican I I Af=PSCWW Amcdm I I Other S )
Conforms with The American Institute of
Architects, A.I.A. Document No. A-310
KNOW ALL BY THESE PRESENTS, That we HCP Constructors, Inc.
4 ----� as Fr�ncipai; hereinafter cafledthe Principal,
and the Continental Casualty Company
of Chicago, Illinois , a corporation duly organized under
the laws of the State of Illinois
, as Surety, hereinafter called the Surety, are held and firmly bound unto
City of Lubbock, Texas as Obligee, hereinafter called the Obligee,
in the sum of Five Percent of the Amount Bid--------------------------------------------------------------------------------------------
Dollars($---------------- 5%--------------- ) , for the payment of which sum well and truly to be made, the said Principal and the said
Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for Lake Alan Henry Water Supply Project, Transmission Pipeline
Contract B, RFP 10-069-MA
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 may be specified in the bidding or Contract Documents with
good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in
the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the
Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such
larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this
obligation shall be null and void, otherwise to remain in full force and effect.
Signed and sealed this Sth _ day of September 2010
HCP Constructors, Inc. (Seal)
/.a C7-e(74�t Principal
Witness
'2Ee-10,72_ Title
Continental Casualty Company
Witness B y (�G.t� � L Z-1.
Cara D. Hancock, ; '. Attorney in -Pact
I MOW
Constructors, Inc.
Roland Smith
Estimator! Project Engineer
Jake Michel
Controller
HCP Constructors, Inc.
Project Organizational Chart
Project Engineer ( I Cody Mckenzie I I Jeff Riddle
Nick Bontrager Superintendent Superintendent
Nick Mamicano j t Rex Trout I Tally tabus Lea Wilson Tyler Larsen
Superintendent ( ] Superintendent Superintendent Safety/QAQC Project Engineer
war
Constructors, Inc.
Construction Project
Manager
Jared Nesder
Project
Superintendent
Nick Marskaw
Clearing Foreman I ( PE
Brian Looby I I Nick Bontrager
HCP Constructors, Inc.
Alternate PM
Norbte Larsen
Alternate PS
Cody McIceraie
QC Manager I I Pipeline Foreman I I GPSA ut
Les Wlson
Alternate Safety Grade Foreman Erosion Control Afternate OC Welding Foreman Survey Crew
Pete Dobbs Manager
Mark Moore
R on I Seeding I OC Subcontractor
Foreman
Contractor's General hftrmatton
Organization Doing Business As
HCP Constructors, Inc.
Business Address of Principle
Office
1850 E. Platteville Boulevard
Pueblo West, CO 81007
Telephone Numbers
Main Number
719 - 6 4 7- 2 8 21
Fax Number
719-647-2890
Web Site Address
Form of Business (Check One)
X A Corporation A Partnersh4 An Individual
Date of Incorporation
June 29, 2010
State of Incorporation
Colorado
Chief Executive Officer's Name
John F . Bowen
President's Name
John F . Bowen
Director
MWdRo XWb3dtssName(s)
Don Broyles
Secretarys Name
Jake R. Michel
Treasurer's Name
!'if a Partnership
Date of Organization
State whether partnership is general
or limited
If an Individual
Name
Business Address
�'over the organization
Average Number of Current Full 3 0 Average Estimate of Revenue $ 2 0, 0 0 0 , 00
Time Employees for the Current Year I t
6
i i,
I
Contractor's Organizational Experience
Organization Doing Business As
HCP Constructors Inc.,
Business- Address --of- Regional-
Office
1850 E. Platteville Blvd.
"--- ----- -- ----- -- - . - -- - - — - ---- -
PuebloWest. CO 81007
Name of Regional Olfice Manager
John F . Bowen
Telephone Numbers
Main Number
119-647-2821
Fax Number
719-647-2890
Web Site Address www. hi hcountr i eline .com
e
t.ist of names that this organisation currently, has or anticipates operating under over the history of the
or animation, Including the names of related compmenles pre iontly doing business:
Names of Organization
From Date
To Date
High Country Pipeline, Inc.
9/8/97
6 29 10
List of companies, firms or organizations that own any part
of the organization.
Name of companies, firms or organization
Percent Ownership
ASI Constructors, Inc.
600
Years experience In projects similar to the proposed project
As a General Contractor
1 13
1 As a Joint Venture Partner
Has this or a predecessor organization ever defaulted on a project or failed to complete
an work awarded to it?
No
If yes provide full detalls in a separate attachment. See attachment No.
Has this or a predecessor organization been released from a bid or proposal in the
post ten ears?
No
If yes provide full detalls In a separate attachment. See attachment No.
Has this or a predecessor organization ever been disqualification as a bidder or
proposer by any local state or federal agency within the last fiveyears?
No
If yes provide full details In a separate attachment. See attachment No.
Is litigation? on?W��n or your proposed surety currently in any litigation or contemplating
No
if yes provide full details in a separate attachment. See attachment No.
Has this or a predecessor organization ever refused to construct or refusal to provide
materials defined In the contract documents?
No
If yes provide full details In a separate attachment. See attachment No.
7
Contractor's Proposed Key Personnel
Organization Doing Buslness As HCP Constructors , , Inc.
Provide a brief descriptkm of the managerial structure of the organization and Illustrate with an
organizational -cart. Include thane and -names -of key personnel tnclude-this- chartat-aft-aitachmimfto
this description. See attachment No. l
The managerial structure of HCP Constructors, Inc. consists
of an operations manager, 2 construction managers,
senior vice president, upper managers and lower tier managers
This team provides strong leadership, positive communications
and effective decision -making processes.
Provide a brief description of the managerial structure proposed for this project and illustrate with an
organizational cart. Include the title and names of proposed key personnel and alternates. Include this
chart at an attachment to this description. See attachment No. 2
All issues are to be addressed at the project level as
initiated by the Project Manager. This will consist of
direction from the project team and includes the project
superintendent as well as the project engineer. Any problems
that cannot be addressed at the project level will be
escalated to the corporate officers for resolution.
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 blographloai 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 hest candidate for the assignment should also
be included.
Role
Primary Candidate
Alternate Candidate
Project Manager
Jared Nessler
Norbie Larsen
Project Superintendent
Nick Marsicano
Cody McKenzie
Project Safety Officer
Brian Looby
Pete Dobbs
Quality Control Manager
Les Wilson
ore
If key personnel are to fulfill more than one of the roles listed above, provkie a written narrative describing
how much time will be devoted to each function, their quallficatlons 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 as$ignments.
8
Proposed Project Managers
Organization Doing Business As
fume of Individual -----------
CP Constructors, Inc.
—Jared-Hessler------- -----
Years of Experience as Project Manager
11
Years of Experience with this organization
11
Number of similar projects as Project Manager
See attached resume.
Number of sirnflar projects In other positions ISee
attached resume.
Current Project Assignments
Name of Assignment
Percent of Time Used
for this Project
Estimated Project
Completion Date
Boone Street, El Paso, TX-
10%.
-January
Reference Contact Information (listing names indicates approval to contacting the names Individuals as a
reference
Name
Pat Connover
Name
Title/ Position
Engineer
Title/ Position
InspAntny
Organization
FarXhill, smith & Cooper
Organization
Colorado
Telephone
9 5-533-6811
-Telephone
719-68879059
E-mail
E-mail
Pro ect
aso Del Este Waterline I
Project
Candidate role Engineer
on Project
Name of Individual
Candidates role ity Utilities Inspector
on Pro ct.
Norbie Larsen
Years of Experience as Project Manager
23
Years of Experience with this organization
12
Number of similar projects as Project Manager
See attached resume.
Number of similar projects in other positions
See attached resume.
Current Project Assignments
Name of Assignment
Percent of Time Used Estimated Project
for this Pro ect Completion Date
Colorado Springs Utilities
On oin
cr
Name Bruce Spiller Name
John S ' tzmipr
TiffPosition
Manager
Title/ Position
ManaqFmr
Organization
CH2M Hill Constructors
Orcanization
Tele ne
719-633-8805
Telephone
719-667-700
E-mail
E-mail
Project
CSU Pleasant Valley
ect
Candidate role
on Project
Engineer
Candidate rote
on Prolect
Engineer
9
L
Lon
Constructors, Inc.
JARED NESSLER
Construction Manager
YEARS WITH FIRM: 11 Years TOTAL YEARS OF INDUSTRY EXPERIENCE: 16+ Years
KEY QUALIFICATIONS:
Jared is the company's Construction Manager, he is directly involved with the on -site construction
activities.
Previously employed as Project Superintendent for TIC - The Industrial Company, Jared had the
responsibility for all onsite construction activities including labor, equipment forces, subcontracts,
vendors, and overall field coordination's. He was also jointly responsible for overall construction
methodology & sequencing.
Jared is responsible for all field operations including project scheduling, equipment resource,
management, and subcontractor control.
EDUCATION & TRAINING:
10 Hour OSHA Training.
4 Years TIC Supervisor Training Program
�l
EXPERIENCE RECORD:
2009 Artcraft No. 2 & 3 Tanks Project, El Paso, TX
Client: El Paso Water Utilities Project Amount: $10,208,008
Construction Manager: This project consists of installation of approximately 11,000 LF of 20-inch
to 30-inch bar wrap steel waterline, manholes, connections and all associated accessories. Project
also includes two (2) Two Million Gallon Storage Tanks, and 20,000 SY of drainage channel and
rip -rap.
2008 Artcraft Supply Main, Ell Paso, TX t-1
Client: El Paso Water Utilities Project Amount: $4,718,228
Construction Manager: This project entails installation of approximately 15,200 LF of 30-inch bar
wrap steel water line, manholes, connections and all associated material. Project also includes 365
LF of horizontal boring.
2007 Paseo Del Este Drive 24" Trans Line, El Paso, TX
Project Amount: $ 1,681,105
Construction Manager: This project consists of installation of approximately 14,000 LF of 24-inch
steel pipe, manholes, connections and all associated accessories.
2006 AVS Raw Water Pipeline Replacement, Beulah, ND
Construction Manager: This project consists of installation of approximately 47,000 LF of 42-inch
steel pipe, 810 LF of 54" bored casing, manholes, connections and all associated accessories.
2006 Lewis & Clark Raw Water Pipeline Seg. 2 & 3, Vermillion, SD
Project Amount: $ 8,982,634
Jared Nessler
Construction Manager
Construction Manager: This project consists of installation of approximately 34,565 LF of 54-inch
steel raw water line; manholes; connections and all associated accessories. Project also includes
- 665 LF of horizontal boring and two irrigation canal crossings.
2006 Pueblo West 36" Raw Waterline, Pueblo West, CO
Client: Pueblo West Metropolitan District Project Amount: $972,181
Construction- Manager -.-This- project consists -of installation -of approximately-20r700- LF- 0f-36---inch_
DIP; 21,000 of 1 '/-inch fiber optic conduit; 160 LF of 54-inch Bored Casing; 21,000 LF of rock
excavation; manholes; connections; and all associated accessories within city streets and right-of-
ways, including connecting to the existing system.
2006 Pleasant Valley Pipeline Project, Bellevue, CO
Client: Northern Colorado Water Conservancy District Project Amount: $10,235,000
Construction Manager: This project involved furnishing and installation of 19,650 LF of 67-inch
welded steel pipe; which includes one crossing of the Poudre River. A complete turnout structure;
BFV's; blowoff assemblies; AR/AV assemblies; and 90 LF of 78-inch bored casing; over 2,000 LF
or rock excavation requiring blasting; extensive dewatering and sediment control during river &
creek crossings.
2003 Water Mains in Powers Blvd. Phase IV, Colorado Springs, CO
Client: Colorado Springs Utilities Project Amount: $2,195,317
Construction Manager: This project entails installation of approximately 5,417 LF of 54-inch steel
waterline including blowoff assemblies; air vacs; connections; removal of contaminated ground
water; and complete road reconstruction.
2003 Hartzel Emergency Repair, Hartzell, CO
Project Amount: $314,473
Construction Manager: This project required emergency repairs to 66-inch prestressed cylinder
pipe. Project consists of removal of existing pipe, damaged by lighting, and replacement with steel
CMT with tape coating pipe; included connections to existing pipe with special dresser couplings,
onsite fabrication of pipe for fittings, and one air/ vac installation.
2002 Power Point 54" Pipeline, Colorado Springs, CO
Project Amount: $550,649
Construction Manager: This project consists of furnishing and installation of approximately 2,400
LF of 54-inch steel waterline, blowoff assemblies, air vacs and connections.
2002 Lubbock Drainage Improvements, Lubbock, TX
Project Amount: $499,389
Construction Manager: This project requires subcontracted to install 10,700 LF of 24-inch to 48-
inch RCP storm piping; 25 manholes and accessories. This is to improve storm water drainage in
the South/Central area of the city. Installation included depths up to 25 VF.
2002 Clear Spring Ranch Sludge Pipeline Seg. D, Colorado Springs. CO
Project Amount: $4,051,210
Construction Manager: This project entails installation of 29,200 LF of 14-inch fiberglass reinforced
pipe; including all accessories; asphalt paving; and restoration. Project included installation of
approximately 8,100 LF along and through BNSF Railroad Right -of- Way.
2002 Twin Rock Pump Station, Divide, CO
Client: Colorado Springs Utilities Project Amount: $822,236
i_
Jared Nessler
Construction Manager
Construction Manager: This project entails installation of mechanical piping for 80 MGD pump
station, during winter months above 9,000 feet in elevation. Phase I consists of installation of 72-
inch steel exterior intake piping; 67-inch steel discharge piping; 6-inch fire line; and associated
accessories for pump station. Phase II — Consists of installation of 48-inch welded steel water line;
flow metering structure; pump pads; and other accessories for the pump station.
---- ---- 2001_ Walmart-41V Waterline -Relocation, Pueblo,- CO-...
Project Amount: $207,898
Construction Manager: This project entails installation of approximately 500 LF of 48-inch welded
steel pipe, restraining of existing 48-inch water line and two (2) tie-ins for the water main relocation
for the expansion of the Walmart facility. FJ
2000 FVA Design Build Pipeline Relocation, Colorado Springs, CO I
Project Amount: $4,738,403I'A
Construction Manager: This project entails installation of 26,200 LF of 33-inch welded steel pipe,
22,000 LF of which is covered with flowable fill. Installation of 810 LF of cased crossings (bored)
under concrete and dirt tank trails, placement of reinforced concrete encasement for creek
crossings, six (6) access manways, eleven (11) drain vaults, eleven (11) AR/AV vaults, two (2)
connections to existing main, and necessary accessories.
2000 North Field / Testa Bypass Reservoir, Colorado Springs, CO
Project Amount: $440,849
Construction Manager: This project consists of installation of approximately 1300 LF of 24-inch
welded steel pipe from the existing Northfield raw water line to the existing 108-inch Testa
Reservoir influent line, including connection to three (3) existing lines, concrete vault, and all
necessary accessories.
1998 Southwest Water Pipeline Phase 6, Colorado Springs, CO
Project Amount: $8,200,000
Project Manager: This project entails furnishing and installing 17,500 LF of 36-inch and 48-inch
dual steel waterline including blowoff assemblies; air vac's; and connections. Project located in
both urban & metropolitan areas.
PROFESSIONAL EXPERIENCE:
1998 - Present
High Country Pipeline, Penrose, Colorado
Construction Project Manager
1992 —1998 The Industrial Company
Foreman/Construction Surveyor (3 years)
Superintendent (3 years)
REFERENCES:
Dennis Auge
Colorado Springs Utilities
111 S Cascade Ave.
Colorado Springs, CO 80903
John Faulkner
Tetra Tech Engineering
1900 S Sunset St, Unit 1 F
Longmont, CO 80501-6599
303-772-5282
Jared Nessier
Construction Manager
Constructors, Inc.
NORBIE LARSEN
Operations Manager
YEARS WITH FIRM: 12 Years TOTAL YEARS OF INDUSTRY -EXPERIENCE: 23 Years
KEY QUALIFICATIONS:
Norbie Larsen is Operations Manager of the company. He oversees and is involved with all
construction activities, along with the Construction Manager, would handle all cost issues and
contract negotiations. PJ
Previously employed as Construction Manager for TIC - The Industrial Company, Norbie had the
responsibility of forming an effective project management team, defining and delegating
management responsibilities, setting project goals, establishing specific responsibilities and
support systems for each level of the project management team, developing and maintaining the
overall project planning from start to finish, managing contract terms and conditions, acting as a
direct representative to the client and the public, and implementing project management systems. �?
Norbie's responsibility is to continue directing and building the company providing continued
dependable service for clients, and opportunity for current & future employees.
AWARDS:
Gresham WWTP Outfall Pipeline Phase III — TIC Project of the year award for "TOP" project
throughout the Pipeline Division and 1997 Safety Awards.
SS & PWW Pipeline Phase I — TIC Project of the year award for "TOP" project throughout the
entire company.
Southwest Water Pipeline Project - TIC Project of the year award for "TOP" project throughout the
Pipeline Division and 997 Safety Awards.
EXPERIENCE RECORD:
2005 Pleasant Valley Pipeline Project, Bellevue, CO
Client: Northern Colorado Water Conservancy District Project Amount: $10,235,000
Principal in Charge: This project involved furnishing and installation of 19,650 LF of 67-inch
welded steel pipe; which includes one crossing of the Poudre River. A complete turnout structure;
BFV's; blowoff assemblies; AR/AV assemblies; and 90 LF of 78-inch bored casing; over 2,000 LF
or rock excavation requiring blasting; extensive dewatering and sediment control during river and
creek crossings.
2003 Water Mains In Powers Blvd. Phase IV, Colorado Springs, CO
Client: Colorado Springs Utilities Project Amount: $2,195,317
Principal in Charge: This project entails installation of approximately 5,417 LF of 54-inch steel
waterline including blowoff assemblies; air vacs; connections; removal of contaminated ground
water; and complete road reconstruction.
2003 H artz I Repair, , Hartzel CO IJ
e Emergency g y p
NORBIE LARSEN
President
Project Amount: $314,473
Principal in Charge: This project required emergency repairs to 66-inch prestressed cylinder pipe.
Project consists of removal of existing pipe, damaged by lighting, and replacement with steel CMT
with tape coating pipe; included connections to existing pipe with special dresser couplings, onsite
fabrication of pipe for fittings, and one air/ vac installation.
----200� Power Point 54" Pipeline; -Colorado Springs -,-CO--- -- - --- -- -------- -- -- -- ---
Project Amount: $550,649
Principal in Charge: This project consists of furnishing and installation of approximately 2,400 LF
of 54-inch steel waterline, blowoff assemblies, air vacs and connections.
2002 Twin Rock Pump Station, Divide, CO
Client: Colorado Springs Utilities Project Amount: $822,236
Principal in Charge: This project entails installation of mechanical piping for 80 MGD pump
station, during winter months above 9,000 feet in elevation. Phase I consists of installation of 72-
inch steel exterior intake piping; 67-inch steel discharge piping; 6-inch fire line; and associated
accessories for pump station. Phase II - Consists of installation of 48-inch welded steel water line;
flow metering structure; pump pads; and other accessories for the pump station.
2001 Walmart 48" Waterline Relocation, Pueblo, CO
Project Amount: $207,898
Principal in Charge: This project entails installation of approximately 500 LF of 48-inch welded
steel pipe, restraining of existing 48-inch water line and two (2) tie-ins for the water main relocation
for the expansion of the Walmart facility.
2000 FVA Design Build Pipeline Relocation, Colorado Springs, CO
Project Amount: $4,738,403
Principal in Charge: This project entails installation of 26,200 LF of 33-inch welded steel pipe,
22,000 LF of which is covered with flowable fill. Installation of 810 LF of cased crossings (bored)
under concrete and dirt tank trails, placement of reinforced concrete encasement for creek
crossings, six (6) access manways, eleven (11) drain vaults, eleven (11) AR/AV vaults, two (2)
connections to existing main, and necessary accessories.
2000 North Field / Tesla Bypass Reservoir, Colorado Springs, CO
Project Amount: $440,849
Principal in Charge: This project consists of installation of approximately 1300 LF of 24-inch
welded steel pipe from the existing Northfield raw water line to the existing 108-inch Tesla
t ' Reservoir influent line, including connection to three (3) existing lines, concrete vault, and all
necessary accessories.
1998 Southwest Water Pipeline Phase 6, Colorado Springs, CO
Project Amount: $8,200,000
Construction Manager: This project entails furnishing and installing 17,500 LF of 36-inch and 48-
inch dual steel waterline including blowoff assemblies; air vac's; and connections. Project located
in both urban & metropolitan areas.
1997 Tailings Modernization Project, Magna, UT
Project Amount: $ 9,000,000
Construction Manager: This project entails installation of approximately 217,000 LF of 2-inch to
48-inch HDPE butt -fused pipe, 60-inch to 80-inch RCP, and 12-inch, 28-inch, 32-inch and 38-inch
i
NORBIE LARSEN
President
rubber -lined carbon steel pipe. Communication conduit, utility vaults, numerous tie-ins to existing
and other associated accessories.
1996 Southwest Water Pipeline Phase 1, Colorado Springs, CO 1996
Project Amount: $5,500,000
Construction Manager: This project consists of installing approximately 15,000 LF of welded steel
- - - waterline ranging in -size from- 30-inch-to-42-inch-i includes -removal -and replacement -of existing --- -
bridge to accommodate the new 36-inch finished water pipeline.
PROFESSIONAL EXPERIENCE:
1998 - Present High Country Pipeline, Penrose, Colorado
Construction Manager
1988 —1998 The Industrial Company
Manager / Supervisor
REFERENCES:
Bruce Spiller
CH2M Hill Constructors
90 S Cascade Ave.
Colorado Springs, CO 80903
(719) 633-8805
John Snitzmier
Black & Veatch Construction
6300 S Syracuse Way
Centennial, CO 80111
(719) 667-7008
�i
Proposed Project Superintendent
Organtzation Doing Business As
Name of Individual
HCP Constructors, Inc.
Nick Marsicano
Years bf Ei *fence as Project Superintendent
1.0
Years of Experience with this organization
10
Number of similar projects as Superintendent
See attached resume.
Number of similar projects in other positions
ISee attached resume.
Currant Project Assignments
Name of Assignment
Percent of Time Used
for this Project
Estimated Project
Completion gate
Fremont Sanitation District.
UUY9
NovemBer , 201
Reference Contact Information (listing names indicates approval to contacting the names individuals as a
reference
Name
Matt Dyer
Name
rzan as
Title! Position
Engineer
Title! PosW&
ngineer
Organization
Parkhill, Smith & Cooper
Organization
Moreno Cardenas, Inc.
Telephone
915 - 5 3 3 - 6 811
Tel hone
915-532-2091
E-mail
I
I E-mail
Project
rtcra t Tanks Suppiyl
Project
Candidate role project Engineer
on Project
Name of Individual
Candidate role project Engineer
on Project
Cody McKenzie
Years of Experience as Project Superintendent
3
Years of Experience with this organization
4
Number of similar projects as Superintendent
See attached resume.
Number of similar projects In other positions
See attached resume.
Current Project Assignments
Name of Assignment
Percent of Time Used
for this Project
Estimated Project
Completion Date
Boone Street, El Paso, TX
100ts
Jan. 31, 2010
Name Matt Dyer
Name Rudy 1iado-----
Title( Position
Engineer
Title/ Position
City Inspector
Orpnization
Parkhill Smith & Cooper
Organization
El Paso Water Utilities
Telephone
915-533-6811
Telephone
915-594-5628
E-maii
E-mail
Project
Artcraf t Tanks & Supply
Project
Artcratt Tanks & Supply
Candidate role
on Pro ect
Project Engineer
Candidate role
on Project I
Project Engineer
to
jW�C]A
Constructors, Inc. �
I
NICK MARSICANO
Superintendent '
YEARS WITH FIRM: 10 Years TOTAL YEARS OF INDUSTRY EXPERIENCE: 10 Years
KEY QUALIFICATIONS:
Nick has the responsibility for all onsite construction activities including labor, equipment forces,
subcontracts, vendors, and overall field coordination. Nick is jointly responsible for overall
construction coordination, organization and sequencing.
Previously employed as General Forman, Nick had the responsibility of directing all day operations
to including project safety, crew supervision, equipment utilization, daily productions, and material
delivery.
Nick is the one of the company's Project Superintendents. He is on the project site at all times and
is an immediate point of contact involved with directing the crew and on -site construction activities.
EDUCATION & TRAINING:
1 Year Business Management — Pueblo Community Collage
10 Hour OSHA Training
Trench Shoring / Competent Person
Certified Poly Fusion
EXPERIENCE RECORD:
1
2009 Artcraft No. 2 $ 3 Tanks Project, El Paso, TX
Client: El Paso Water Utilities Project Amount: $10,208,008
Construction Superintendent: This project consists of installation of approximately 11,000 LF of 20-
inch to 30-inch bar wrap steel waterline, manholes, connections and all associated accessories.
Project also includes two (2) Two Million Gallon Storage Tanks, and 20,000 SY of drainage
channel and rip -rap.
2008 Artcraft Supply Main, El Paso, TX
Client: El Paso Water Utilities Project Amount: $4,718,228
Construction Superintendent: This project entails installation of approximately 15,200 LF of 30-
inch bar wrap steel water line, manholes, connections and all associated material. Project also
includes 365 LF of horizontal boring.
2005 Pleasant Valley Pipeline Project, Bellevue, CO
Client: Northern Colorado Water Conservancy District Project Amount: $10,235,000
Construction Superintendent: This project involved furnishing and installation of 19,650 LF of
67-inch welded steel pipe; which includes one crossing of the Poudre River. A complete turnout
structure; BFV's; blowoff assemblies; AR/AV assemblies; and 90 LF of 78-inch bored casing; over
2,000 LF or rock excavation requiring blasting; extensive dewatering and sediment control during
river & creek crossings.
Nick Marsicano
Superintendent
2003 Water Mains In Powers Blvd. Phase IV, Colorado Springs, CO
Client: Colorado Springs Utilities Project Amount: $2,195,317
Const. Superintendent: This project entails installation of approximately 5,417 LF of 54-inch steel
I waterline including blowoff assemblies; air vacs; connections; removal of contaminated ground
water; and complete road reconstruction.
2002 Power_ Point.6-4"_Pipeline}.Colorado Springs,_CO_______
Project Amount: $550,649
_ Construction Superintendent: This project consists of furnishing and installation of approximately
2,400 LF of 54-inch steel waterline,_ blowoff assemblies, air vacs and connections.
2002 Twin Rock Pump Station, Divide, CO
Client: Colorado Springs Utilities Project Amount: $822,236
.' Construction Superintendent: This project entails installation of mechanical piping for 80 MGD pump
station; construction during winter months above 9,000 feet in elevation. Phase I consists of
' installation of 72-inch steel exterior intake piping; 67-inch steel discharge piping; 6-inch fire line;
and associated accessories for pump station. Phase II — Consists of installation of 48-inch welded
steel water line; flow metering structure; pump pads; and other accessories for the pump station.
PROFESSIONAL EXPERIENCE:
2000 - Present High Country Pipeline, Penrose, Colorado
Superintendent (7 years)
Foreman (2 years)
REFERENCES:
Brain Klaes
Moreno Cardenas Inc.
2505 E Missouri Ave.
El Paso, TX 79903
(915) 532-2091
Bob Hartzman
City of Canon City
103 Tunnel Drive
Canon City, CO 81212
719-269-9019
E�
"���_--_�Constructors, Inc.
CODY MCKENZIE
Superintendent
YEARS WITH FIRM: 4 Years TOTAL YEARS OF INDUSTRY EXPERIENCE: 8 Years
KEY QUALIFICATIONS:
Cody McKenzie is the one of the company's Superintendents. He is on the project site at all times
and is an immediate point of contact involved with directing the crew and on -site construction
activities.
Previously employed as General Forman, Cody had the responsibility of directing all day
operations, including project safety, crew supervision, equipment utilization, daily productions, and
material delivery.
Currently, as a Superintendent for HCP, Cody has the responsibility for all onsite construction
activities including labor and equipment forces, subcontracts, vendors, and overall field
coordination's. He was also jointly responsible for overall construction methodology & sequencing.
EDUCATION & TRAINING:
OSHA Competent Person Training
New Miner MSHA Training
EXPERIENCE RECORD:
2009 Cesspool Project, Kauai, Hawaii
Project Amount: $1,863,216
Superintendent: This project consists of Design Build for CH2MHill, including installation of 20
individual septic tank, requiring piping, connections and all material for a complete system
upgrade, while minimizing impacts to the school functions at various sites.
2009 Artcraft No. 2 & 3 Tanks Project, El Paso, TX
Client: El Paso Water Utilities Project Amount: $10,208,008
Superintendent: This project entails management and coordination of multiple subcontractors for
installation of approximately 11,000 LF of 20-inch to 30-inch bar wrap steel waterline, manholes,
connections and all associated materials. Project also includes two (2) each Two Million Gallon
Storage Tanks, and 20,000 SY of drainage channel and rip -rap.
2008 Artcraft Supply Main, El Paso, TX
Client: El Paso Water Utilities Project Amount: $4,718,228
Superintendent: This project required coordination with land developer working in our right-of-way
for installation of dual pipelines in signal trench approximately 15,200 LF of 30-inch bar wrap steel
water line, manholes, connections and all associated material. Project also includes 365 LF of
horizontal boring.
Paseo Del Este Drive 24" Trans Line, El Paso, TX j
Project Amount: $1,681,105 )
Cody McKenzie
Superintendent
General Foreman: This project entails installing approximately 14,000 LF of 24-inch steel pipe,
manholes, connections and all associated material.
2005 Lewis & Clark Raw Water Pipeline Seg. 2 & 3, Vermillion, SD
Project Amount: $ 8,982,634
Superintendent: This project consists of installation. of approximately 34,565 LF of 5-4-inch steel
raw water line; manholes; connections and all associated accessories. Project also includes 665
LF of horizontal boring and two irrigation canal crossings.
PROFESSIONAL EXPERIENCE:
2006 — Present
High Country Pipeline, Penrose, Colorado
Superintendent
--.�rrrwrw
i
.' Constructors, Inc.
BRIAN LOOBY, CMSP
Safety
YEARS WITH FIRM: Since 2007 TOTAL YEARS OF INDUSTRY EXPERIENCE: Since 1989
KEY QUALIFICATIONS:
Safety and Operations oriented management professional with over 20 years of progressive
experience in industrial, heavy civil contracting, and metal mining industries. Capable of
accomplishing profit and project completion goals through effective teamwork and safety
management programs. Strong analytical, communication, training and organizational background.
PROFESSIONAL LICENSES AND EDUCATION:
Over twenty years of progressive and successful Safety Administration for up to 700 union craft
and salaried employees, as well as consulting duties for senior personnel.
Emphasis on metal/non metal mining processes, heavy construction.
Wide background in OSHA, MSHA and NFPA regulations including specialty knowledge required
by regulatory agencies.
Have given training at all company levels, made inspections of work areas and issued
recommendations.
Outstanding leadership and analytical abilities. Excellent written and verbal communication skills
developed through interaction with all levels of command; detail and results orientated; self-starter
that works well with little or no supervision. Ambitious, resourceful and eager to take on additional
training and responsibility.
MSHA Certified Instructor Surface/Underground
OSHA Construction and General Industry Instructor
Class II Radiological Safety Certification
SCBA and Fresh Air Certification
Confined Spaces/Trenching Rescue Training
Certified Mine Safety Professional
PROFESSIONAL AFFILIATIONS:
Professional Member of the International Society of Mine Safety Professionals. Professional
Number 279
Member of the Executive Committee for the Joseph A. Holmes Safety Association.
Member of the American Society of Safety Engineers
PROFESSIONAL EXPERIENCE:
ASI Constructors Inc.
April 2010 — Present - Safety Director
Overall responsibilities include management and directing of company -wide safety program,
managing D & A testing program, site -specific safety inspections, safety training, accident
investigations, writing and administration of site -specific safety and health plans and Job Hazard
Analysis reviews. Responsibilities also include directing and aiding Project Safety Managers in
their responsibilities at all projects. Implementation of new safety programs to help field personnel
Brian Looby, CMSP
Safety
Herzog Contracting, St. Joseph, Missouri
1992 - Safety Engineer
Metro Link Rail System, San Bernardino, CA to Los Angeles CA
Calmat Company, Los Angetes, California
1991 —1992 - Corporate Safety Supervisor
Herzog Contracting, St Joseph, Missouri
1989 —1991 -Consulting Safety Engineer
Metro Light Rail System Project CLO-3 Baltimore Maryland ; Metro Light Rail System Blue Line
Project Los Angeles to Long Beach, CA
United States Navy
1986 —1989
PROFESSIONAL EXPERIENCE:
April 2010 — Present
ASI Constructors, Inc., Pueblo West, Colorado
Corporate Safety Manager
3 May 2007 —April 2010
Ozark Constructors, LLC, St. Louis, Missouri
Project Safety Manager
April 2007 — 2001
Zurich Services Corporation, St Louis, Missouri
Risk Engineering Consultant
May 2001— July 1997
Phelps Dodge Mining Co., Hurley, New Mexico
Safety and Health Specialist
1996 —1997
American Girl Mining JV, Winterhaven, California
Safety Coordinator Surface/Underground
1995 —1996
Leonard Construction, St Louis, Missouri
Safety Supervisor
1995
Brown and Root Construction
Safety Supervisor
1992 —1995
Granite Construction Co., Watsonville, California
Safety Supervisor
1992
Herzog Contracting, St. Joseph, Missouri
Safety Engineer
1991-1992
Calmat Company, Los Angeles, California
Corporate Safety Supervisor
,! 1989 —1991
Herzog Contracting, St. Joseph, Missouri
Consulting Safety Engineer
1986 —1989
United States Navy
Brian Looby, CMSP
Safety
and management achieve company goals for the Safety Program. Administration of all
Workman's Compensation claims with insurance carriers and adjusters. Other responsibilities
include ensuring company is compliant with all federal, state and local safety related regulations
and updating our written safety program as changes become_ necessary.
Ozark Constructors, LLC, Taum Sauk Reservoir Rebuild Project, Annapolis, Missouri
May 2007 — April 2010 - Safety Manager
(Ozark Constructors, LLC is a venture partnership between Fred Weber, Inc., St. Louis, MO and
ASI Constructors, Inc., Pueblo, CO.) Key member of the Project Management team that directed
the successful rehabilitation of the existing inoperable rockfill Upper Reservoir with the
construction of a modem concrete faced symmetrical Roller Compacted Concrete (RCC) dam.
Related capital cost of the rebuild project is estimated at $350 million, employing over 700
supervisory, engineering and union craft personnel National Maintenance Agreement (NMA). The
Taum Sauk pumped -storage hydroelectric plant is owned and operated by Missouri's largest
electrical utility, AmerenUE, a subsidiary of Ameren Corporation, St. Louis, MO. Responsible for
the management of the safety and loss control programs for the Project. Managed the Owner
Controlled Insurance Programs for the Project; in which included all subcontractors. Provide safety
leadership and project management skills for the fast -track and successful rebuild of the Taum
Sauk Project. Primary goal is to safely build a high quality RCC dam — utilizing modem dam
design, skilled construction techniques and safe work practices — within established cost and
schedule targets. Taum Sauk is currently the largest RCC dam in North America, with
approximately 2.7 million yd3 RCC, and 0.3 million yd3 of structural concrete. Foundation
excavation and aggregate crushing account for nearly 6 million tons. Substantial completion
occurred in late 2009.
Zurich Services Corporation, St. Louis, Missouri
April 2007 — 2001 - Risk Engineering Consultant
Provided safety management services to large construction and mining contractors. Assisted with
all levels of management in the successful development of safety and loss control programs.
Phelps Dodge Mining Company, Hurley, New Mexico
May 2001 — July 1997 - Safety and Health Specialist
Responsible for the compliance of all Federal, State, and local safety regulations. Development
and implementation of training programs and education of all employees. Interaction with
regulatory agencies during inspection visits. Incident investigation and follow-up. Filing and
management of Workman's Compensation and General Liability Claims. Conducted evaluations
of the performance of the accident and injury prevention programs for the worksites. Collect
reports required for records. Coordinator of the Underground Mine Rescue Teams
American Girl Mining Joint Venture, Winterhaven, California,
1996 —1997 - Safety Coordinator Surface/Underground
Leonard Construction, St. Louis, Missouri,
1995 —1996 - Safety Supervisor
Acid Train # 2 Rehab Project Magma Copper Co. San Manuel, Arizona
Brown and Root Construction
1995 - Safety Supervisor
Metcalf SX/EW Project Phelps Dodge Mining Corp. Morenci, Arizona
Granite Construction Company, Watsonville, California, Santa CruzlWatsonvilie Branch
1992 —1995 - Safety Supervisor
Constructors, Inc.
PETE W. DOBBS
Alternate Safety Manager
YEARS WITH FIRM: Since 2008 TOTAL YEARS OF INDUSTRY EXPERIENCE: Since 1993
KEY QUALIFICATIONS:
Pete has over 16 years experience as an Environmental Safety and Health Professional. His
experience includes working as a code enforcement/compliance officer for a county health
department, as a safety manager for diving/construction contractors and as a Project Safety
Manager for large heavy civil construction contractors.
PROFESSIONAL LICENSES AND EDUCATION:
Scuba Diver Certification and Advanced Scuba diver certification, PAD[, 1986
BSc, Environmental Health and Safety, Colorado State University, 1993, Ft. Collins, CO
BSc, Zoology, Colorado State University, 1993, Ft. Collins, CO
Washington State Registered Sanitarian, 1995
Commercial Diver Certification, Divers Institute of Technology, 1997, Seattle, WA
80 Hour Commercial Diver Hazwoper Trained, Divers Institute of Technology, 1997, Seattle, WA
First Responder Training, American Red Cross, 2000, Ft. Collins, CO
Class C Water and Class D Wastewater Treatment Plant Operator Certification, State of Colorado,
2000
Medic First Aid Instructor for FA/CPR/Oxygen Administration, 2007
40 Hour Supervisor Course for Asbestos Abatement Projects, 2007
OSHA 500 Course to teach OSHA 10hr and 30hr Construction classes
CHST 2009
PROFESSIONAL EXPERIENCE:
Safety Director
ASI Constructors Inc. 2008 - Present
Overall responsibilities include management and directing of company -wide safety program, managing
D&A testing program, site -specific safety inspections, safety training, accident investigations, writing
and administration of site -specific safety and health plans and Job Hazard Analysis reviews.
Responsibilities also include directing and aiding Project Safety Managers in their responsibilities at all
projects. Implementation of new safety programs to help field personnel and management achieve
company goals for the Safety Program. Administration of all Workman's Compensation claims with
insurance carriers and adjusters. Other responsibilities include ensuring company is compliant with all
federal, state and local safety related regulations and updating our written safety program as changes
become necessary.
Project Safety Manager
ERS Constructors Inc. 2005-2008
Overall responsibilities included managing project D & A testing program, safety training, accident
investigations, wrote and implemented site specific safety and health plans, managed injuries and
managed a people based safety program.
Pete Dobbs
Alternate Safety Manager
Public Relations Representative — Handled all public claims of damage and complaints. Responsible
for informing public of construction activities through Homeowners association meetings, fliers, phone
calls and going door to door.
Safety Manager
Inland Marine Services 1999-2005
Completed accident investigations, wrote and reviewed JHAs for project specific work tasks, and
implemented guidelines to complete projects safely. Developed and implemented a company Safety
Program in order to meet "Cost Containment Certification" requirements for the state of Colorado.
Completed all OSHA safety training for employees. Taught CPR, First Aid and Oxygen Administration
classes for employee certification. Acted as on site "Safety Officer" on numerous Bureau of
Reclamation and Army Corp of Engineers construction projects.
Safety Coordinator
Liquid Engineering Corp.1997-1999
Safety Trainer — Created and implemented a training program for boating safety, confined space entry,
general diving safety, and wastewater diving safety.
Team Leader/Dive Supervisor — Foreman for a diving team that completed projects nationally. Position
required educating and informing clients of potential problems with their potable water distribution
systems. Demonstrated company services at trade shows. Supervised all project operations including
employee and client safety.
EHS - (Environmental Health Specialist)11
Benton Franklin Health District 1993-1996
Environmental Health Specialist II - Completed health and safety inspections of public facilities in order
to enforce Federal, State, and Local codes. Contributed public health articles to a community
newsletter. Educated the public on the requirements necessary to obtain Washington State Health
Cards. Evaluated plans and specifications for new construction of schools and restaurants.
Investigated grievances in order to resolve public health issues. Consulted with owners of schools and
other public facilities to address public health concerns such as: air quality; water quality; and solid
waste.
PROFESSIONAL EXPERIENCE:
January 2008 — Present
November 2006 — January 2008
J
Dec 1999 — Aug 2006
May 1997 — Dec 1999
ASI Constructors, Inc., Pueblo West, Colorado
Safety Director
ERS Constructors, Pipeline Division of TIC
Project Safety Manager
Inland Marine Services
Safety Manager/Project Manager/Superintendent
Liquid Engineering Corporation
Safety Coordinator/Diving Supervisor
October 1993-October 1996 Benton Franklin Health District
Environmental Health Specialist 11
I
Proposed Project Safety officer
Organization [}olr� Business As
El
Name of individual
HCP- Constructors, Inc.
Brian Looby
Years of E*wlence as Project Safety Officer
2 0+
Years of EiTerlence with lima organixatlon
3
Number of similar projects as Safety Officer IPlease
see attached resume.
Number of similar projects In other positions jPlease
see attached resume.
Current Project A nmernts Not applicable
Name of Assignment
of Used
for
for We Project
Estimated Project
Completion Date
Reference Contact Information (listing names Indle-ates approval to contacting the names individuals as a
reference
Name
Rot—e—r—G-5-911ano
Name
Jason Bish
ire/positionVice
President -Materials
Title( Position
PrPaiP
OiFanization
Lered Weber, Inc.
Or Lion
-Yice
Fred weber, Inc-
Tele tgne
-344-0070
Tei n8
- a _
E-mail
r gag ianoe re we rinc.com
E-mail
igbish0fredwebeXing.com
Prp act
Taum Sauk I
Protect
Taum Sauk
Candidate rote safety Manager/Ego
on P
Name of Individual
Candidate role Safety Manager/EEO
on Proled OtLicer
Pete Dobbs
Years of as Project Sateyr Officer
17
Years of Experience with this organisation
3
Number of similes pro0ats as Sdetyoftker
Plea e see attached resume.
Numbarof alm1w prqocb in other positionm
IPlease see attached resume.
Current Pr oct Assignments
Name of Asslgrxnent
Percent Time Used
for ttds Pro ed
Estimated Project
Cornohftn Date
NAm@ MIT PERIM
Name AJ Vela
Title/ poste
Area Manager
Tdtet Position
sales
Q htetWn
Western summit
Tel hone
303-918-1396
Tel e
_ _
E-mail
P ed
an Man Mama
Ph!
sa contact
Candidate role
Pro j eat Manager
�te roleg
T
11
Proposed Project Quallity/ Control Marift r
Organization Doing BuslnessAs
Name orMdlvidual
HCP Constructors., Ync .
Les Wilson
Years of as Qu!EW Control Manager
Years of Experience with this organization
10
Number of s(mar projects as Quality lknager
IS=
See attached resume.
Number of oWnkr projects in other positions
attached resume.
Current t?rojeccasst nments
Name of AselBnment
Percent of Tkne used
for this meet
Esflmated Project
Com . etton Date
Fremont Sanitation D s r ct
IUU:w
vovemDeX7 J.,
eference Contact Information (listing names indicates approval to contesting the names Individuals as a
reference
lame
Russ N c. en
Name
MIRE vw=75er
TWO/Positlon
construction manager
Tltie(Position
Inspector Supery sor
O nizstion
olorado Springs Util tie
uon
T
19-682-2718
Telephone
"
E-mall
E-mall
mwebberpcsu,or
�22"
Project
Candidate role
on Pro
Kamm
Name of Individsel
Candidate role
on Project
Mark Moore
Years of Experience as Quality Control Manager
12
Years of Exper*m with this organhaton
1
Number ofsknllarprojects asQuality Manager
Please see attachea resume.
Number of sh r projects in other positions
Please see attached resume.
Current Project Assignments
Name of Assigment
Percent of The Used
for this ME!Completion
Estimated Project
Date
Lake Rush
20
anuary
Name John BVr3
Name Char ea Weat er or
TWPosition
Project Mana er
AsOiSEafit Reaidgntng
O flan
Fred Weber, Inc.
PauI C. gizzo 9 Assoc
Tolwhone
314-825-2167
El
Telephone
573-366-3515
E
E-mat
Ar—ReR
Taum Sauk Upper Reservo r
act
I —a -Urn baUKppe r
Candidate rote
on
Project Manager
oCandidate �
Assistant Resident Engi
12
es
=er
as
r
er
Constructors, Inc.
LES WILSON
[[ Safety/QAQC
r YEARS WITH FIRM: 10 Years TOTAL YEARS OF INDUSTRY EXPERIENCE: 30+ Years
KEY QUALIFICATIONS:
Les Wilson is the company's Safety Coordinator, also in charge of QA/QC. He ensures safety
policies and procedures are enforced, as well as monitoring the quality of work on construction
projects. Les also assists with ordering and expediting project materials, and coordinating such per
the Project Managers' direction.
Previously employed as pipeline inspector for Colorado Springs Utilities, Les had the responsibility
of overall inspection and quality assurance for water and wastewater projects constructed within
�- the city of Colorado Springs.
Les has the responsibility for overall development and management of the project quality plan. Les
monitors the implementation and effectiveness of the plan and has the authority to revise it as he
deems necessary with the concurrence of the site manager. Les also inspects field construction to
verify compliance with plans and specifications.
EDUCATION & TRAINING:
Welding 1 & 2, Pipe Welding 1, and English 101 & 102, Pikes Peak Community College
Environmental Training Course and Water/Wastewater Backflow Course, Red Rocks Community
College
Blasting and Explosive Training, American Concrete Institute
10 Hour OSHA Training
Trench Shoring / Competent Person
48 MSHA Training
Excavation Safety Training
Heavy Equipment Operator Training
EXPERIENCE RECORD:
2005 Pleasant Valley Pipeline Project, Bellevue, CO
Client: Northern Colorado Water Conservancy District Project Amount: $10,235,000
QA/QC Manger: This project involved furnishing and installation of 19,650 LF of 67-inch welded
steel pipe; which includes one crossing of the Poudre River. A complete turnout structure; BFV's;
blowoff assemblies; AR/AV assemblies; and 90 LF of 78-inch bored casing; over 2,000 LF or rock
excavation requiring blasting; extensive dewatering and sediment control during river & creek
crossings.
2003 Water Mains In Powers Blvd. Phase IV, Colorado Springs, CO
Client: Colorado Springs Utilities Project Amount: $2,195,317
QA/QC Manager: This project entails installation of approximately 5,417 LF of 54-inch steel
waterline including blowoff assemblies; air vacs; connections; removal of contaminated ground
water; and complete road reconstruction.
Les Wilson
Safety/QAQC
2002 Power Point 64" Pipeline, Colorado Springs, CO
Project Amount: $550,649
QA/QC Manager: This project consists of furnishing and installation of approximately 2,400 LF of
54-inch steel waterline, blowoff assemblies, air vacs and connections.
2002 Twin Rock Pump Station, Divider CO
Client: Colorado Springs Utilities Project Amount: $822,236
QA/QC Manager: This project entails installation of mechanical piping for 80 MGD pump station.
Construction was during winter months above 9,000 feet in elevation. Phase I consists of
installation of 72-inch steel exterior intake piping; 67-inch steel discharge piping; 6-inch fire line;
and associated accessories for pump station. Phase it — Consists of installation of 48-inch welded
steel water line; flow metering structure; pump pads; and other accessories for the pump station.
PROFESSIONAL EXPERIENCE
2000- Present High Country Pipeline, Penrose, Co
QA/QC Manager
1980 - 2000 Colorado Springs Utilities,Colorado. Springs, CO
QA/QC Manager
REFERENCES:
Russ Nicklen
Colorado Springs Utilities
111 S Cascade Ave.
Colorado Springs, CO 80903
719-682-2718
W!CAPConstructors,Inc.
MARK C. MOORE
Alternate Quality Control Manager
YEARS 11VITH FIRM: Since 2009 TOTAL'YEARS OF INDUSTRY EXPERIENCE: Since 1998
KEY QUALIFICATIONS:
As a Quality Control / Field Engineer, Mr. Moore is responsible for monitoring daily operations to
ensure that the work performed was within specifications, relaying information between the owner,
the owner's representative, contractor, and crews. Mr. Moore leads meetings to update the owner
with progress on the project and maintains a working schedule. He also schedules subcontractors,
procures materials and provides document control within the Quality Control Department.
PROFESSIONAL LICENSES AND EDUCATION:
2004 — 2008; UW — Platteville; BSCE Structural and Construction
Have taken steel design, foundation design, computer analysis of structures, reinforced
concrete, construction equipment, costs and estimates, and project management.
Registered E.I.T in Wisconsin.
Member of ASCE.
1999 — 2004; UW — Madison; Economics BA
Courses in probability, interest theory, life contingencies, finance, Spanish.
Heavy emphasis on math courses.
EXPERIENCE RECORD:
Taum Sauk Upper Reservoir Rebuild Project
Client: AmerenUE, MO; Contract Value: Confidential per owner +/-$350 million
Duration: 07/09 — 05/10
Quality Control / Field Engineer for the Reconstruction of the Taum Sauk Plant upper
I' reservoir. Project consists of excavation, material crush in / rocessin , and RCC production
9P 9
and placement to replace the existing rock fill dam after a catastrophic failure. Project
features a RCC quantity of 3,000,000 cy. The Taum Sauk Plant - Upper Reservoir Rebuild
Project consists of returning an existing AmerenUE Pumped Storage Generation Facility to
working condition after the Upper Reservoir suffered a breach In the existing concrete faced
rockfill dam. The facility falls under the jurisdiction of the Federal Energy Regulatory
Commission (FERC) and the project is being constructed to satisfy requirements imposed by
FERC for a return to service. These requirements are being fulfilled by replacing the concrete
face rockfill dam with a new symmetrical RCC dam. The RCC aggregates for the project are
being produced by crushing of the remaining rockfill dam materials after removal of the
L concrete facing element. The major work activities associated with this process consist of
excavation, rock excavation, crushing, foundation cleaning, dental/levelling concrete
placement, RCC placement, upstream and downstream formwork, and conventional concrete
facing placement. Three RCC batch plants and one conventional concrete batch plant have
been erected onsite to produce these materials required for dam construction. The dam axis
has a length of 6,750 If and the dam is being constructed in a series of 9 monoliths each
containing +/- 300,000 cubic yards of RCC.
i
Mark C. Moore
Alternate Quality Control Manager
J.P.Cullen & Sons, Inc.
Duration: 05/07 — 09107
Industrial Intern - Worked on a power plant dismantle tracking material for shipping to Canada.
Worked directly under a PM and within a committee to develop a new electronic change order
sheet as the lead programmer in order to reduce costs associated with errors and processing time.
Helped coordinate safety on both GM and Daimler Chrysler shutdowns and was in direct contact
with client's management.
Ironworker's Local 383
Duration: 05/98 — 09/06
Was responsible for tying rebar, decking, bolting up, reading blue prints and guide crane operator.
Also operated tools and machinery such as gas torches, gas saws, and lifts.
PROFESSIONAL EXPERIENCE:
July 2009 to Present
May 2007 to September 2007
May 1998 — September 2006
REFERENCES:
John Byrd
Project Manager
Ph: (314) 825-2167
Charlie Fronick
Construction Supervisor
Ph: (314) 954-0929
Charles Weatherford
Assistant Resident Engineer
Ph: (573) 366-3515
ASI Constructors, Inc., Pueblo West, CO
Quality Contro/Field Engineer
J.P.Culien & Sons, Inc., Janesville, WI
Intem , Industrial Division
Ironworker's Local 383, Madison, WI
Ironworker
Fred Weber, Inc
2323 Creve Coeur Mill Rd
Maryland Heights, MO 63043
AmerenUE
Paul C. Rizzo & Associates
Corporate Headquarters
500 Penn Center Boulevard
Suite 100, Building 5
Pittsburgh, PA 15235
Current Projects and Project Completed within the last 10 years
Project Owner
I Colorado Springs Utilities
I Project Name
North ate Pum station Improvements
General Description of Project: Pum station Improvements including installation of 2 each 8" pumps and modifications to interior piping and electrical.
Project Cost
$530,568.23
Date Project Completed
2010
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Jared Nessler
Jeff Riddle
Les Wilson
Les Wilson
Reference Contact Information(listing Names indicates
approval to contacting the names individuals as a reference
Name
Title/Position
Organization
Telephone
E-Mail
Owner
Dave Mason
Owner's
Representative
Colorado Springs Utilities
719-668-8068
Designer
Randy Parks
Engineer
Integra Engineering
303-825-1802
Construction Manager
Project Owner
I City of Canon City
Project Name
Backwash Recovery Pond & Drying Beds
General Description of Project: Installation of 4,258 LF Yard Piping, 5,280 SY of Rip -Rap, Extensive Erosion Control, Revegetation, multiple relocations
of existing utilities; project was constructed in an operating water treatment facility.
Project Cost $3,018,797.00
Date Project Completed
2010
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Jared Nessler
Nick Marsicano
Les Wilson
Les Wilson
Reference Contact Information(listing Names indicates approval to contacting the names individuals as a reference
Name
Title/Position
Organization
Tele hone
E-Mail
Owner
Bob Harzman
Owner's
Representative
City of Canon City
719-269-9019
Designer
Rick Fell
Engineer
Jacobs Carter Bur es
303-820-5240
Construction Manager
Project Owner I
Silt Water Conservancy
Project Name
Grass Valley Canal Siphon
General Description of Project: Install approximately 1,163 LF of 42" Steel Pipe; 3" Irrigation services; remove and replace existing siphon and
inlet/outlet structure at grades above 40%; project was located on US Forest Service property requiringcom liance with strict environmental restrictions.
Project Cost
$972,181.40
Date Project Completed
2009
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Jared Nessler
Jeff Riddle
Les Wilson
Reference Contact Information(listing Names indicates
approval to contacting the names individuals as a reference
Name
Title/Position
Organization
Telephone
E-Mail
Owner
Silt Water Conservancy
Designer
Dan Cokely
En ineer
Schmuser, Gordon, Myer
970-945-1004
. .. . .. .. -, � I 111� I- -" r " , "" .111- 1 —'" -7--
Current Projects and Project Completed within the last 10 years
Construction Manager
Current Projects and Project Completed within the last 10 years
Project Owner
I Colorado Springs Utilities
Project Name
Sandcreek 66" Sewer Replacement
General Description of Project: Install approximately 800 LF of 66" RCP Pipe encased in concrete and installed on caissons across Fountain Creek;
installation of 750 LF of 66" CIPP liner and bypass flows.
Project Cost
$2,372,255.06
Date Project Completed
2009
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Jared Nessler
Rex Trout
Les Wilson
3`d Party
Reference Contact Information(listing Names indicates approval to contacting the names individuals as a reference
Name
Title/Position
Organization
Telephone
E-Mail
Owner
Russ Nicklin
Owner's
Representative
Colorado Springs Utilities
719-668-9401
Designer
Joe Casias
Engineer
Montgomery Watson
719-594-4535
Construction Manager
Project Owner
I El Pago Water Utilities
Proect Name
Combined Artcraft 2 & 3 Tanks Project
General Description of Project: Installation of 11,000 LF of 20" to 30" water line, 2-two million gallon storage tanks, 20,000 sy of drainage channel and
rip -rap, tie-in connections, avement installation and all associated appurtenances.
Project Cost
$10,208,008.57
Date Project Completed
2009
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Jared Nessler
Cody McKenzie
I Tyler Christensen
3"' Party
Reference Contact Information(listing Names indicates
approval to contacting the names individuals as a reference
Name
Title/Position
Organization
Telephone
E-Mail
Owner
Rudy Viado
Owner's
Representative
El Paso Water Utilities
915-594-5628
Designer
Matt Dyer
Engineer
Parkhill, Smith & Cooper
915-533-6811
Construction Manager
Proect Owner
EI Paso Water Utilities
TProiect Name
Artcraft 2 & 3 Supply Main Project
General Description of Project: Install approximately 15,189 LF of 30" bar wrap pipe, 1,137 LF of 24" bar wrap pipe, 1,100 LF of 20" bar wrap pipe, 1,764
LF of PVC pipe, 185 LF of 48" bored casing, manholes, connections, and all associated appurtenances Project was located in existing streets and
required significant traffic control and asphalt replacement.
Project Cost
$4,718,228.78
Date Project Completed
2008
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Jared Nessler
Nick Marsicano
Tyler Christensen
3' Part
Reference Contact Information listin Names indicates approval to contacting the names individuals as a reference
Name
Title/Position
Organization
Telephone
E-Mail
Owner
Rudy Viado
Owner's
Representative
El Paso Water Utilities
915-594-5628
Current Projects and Project Completed within the last 10 years
Designer Matt Dyer Engineer Parkhill, Smith & Coope 3-6811
Construction Manager L
Current Projects and Project Completed within the last 10 years
Project Owner
I Basin Electric Power
I Project Name
I AVS Raw Water Rehabilitation Project
General Description of Project: Install approximately 47,000 LF of 42" steel pipe, 810 LF 54" bored casing, manholes, connections and all associated
appurtenances. 48 hours or less shutdown for tie-in.
Project Cost
$11,456,000.00
Date Project Completed
2006
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Jared Nessler
Nick Marsicano
Tyler Christensen
3' Party
Reference Contact Information(listing Names indicates approval to contacting the names individuals as a reference
Name
Title/Position
Organization
Telephone
E-Mail
Owner
Basin Electric Power
701-223-0441
Designer
Joseph Bichler
Engineer
Barlett & West
Engineering
701-258-1110
Construction Manager
I
I
I F
Project Owner I
Pueblo West Metropolitan District
Proect Name
Pueblo West 36-inch Raw Waterline
General Description of Project: Installation of 20,700 LF of 36" owner furnished DIP, 21,000 LF of 1 %2" owner furnished fiber optic conduit; installation of
160 LF of 54" bored casing; 21,000 LF of rock excavation; manholes, connections and all other associated appurtenances within city streets and right-
of-way and connection to existing system.
Project Cost
$3,600,000.00 +
Date Project Completed
2005
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Jared Nessler
Nick Marsicano
Les Wilson
3rdParty
Reference Contact Information(listing Names indicates approval to contacting the names individuals as a reference
Name
Title/Position
Organization
Telephone
E-Mail
Owner
Scott Gorman
Owner's
Representative
Pueblo West
Metropolitan District
719-547-9801
Designer
Gail Lucas
En ineer
Rothberg, Tamburini, &
Winsor
915-533-6811
Construction Manager
Project Owner I
Northern Colorado Water Conservancy District
Proect Name
Pleasant Valley Pipeline
General Description of Project: Installation of 19,650 LF of 67" welded steel pipe including one crossing of the Poudre River; complete turnout structure;
BFV's, blowoff and AR/AV assemblies; 90 LF of 78" bored casing.
Project Cost
$10,235,282.42
Date Project Completed
2005
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Jared Nessler
Nick Marsicano
Les Wilson
Les Wilson
Reference Contact Information(listing Names indicates approval to contacting the names individuals as a reference
Name
Title/Position
Organization
Telephone
E-Mail
Owner_
Jeff nrnger
Owner's
,-Rooresf--*-five - __ ,4
Northern Colorado Water
Cc-- Nanr-- `1; trict.
97A 1'2-2^"'1 ,
Current Projects and Project Completed within the last 10 years
Designer
Doug Simon
Engineer
CH2M Hill
720-286-5355
Construction Manager
Current Projects and Project Completed within the last 10 years
Project Owner
I Colorado Springs Utilities
Project Name
Goddard Tunnel Pipeline Rehabilitation
General Description of Project: Rehabilitation of 80 LF of existing 66" pre -stressed concrete pipe by insertion of a 62" welded steel pipeliner within a
5900 LF tunnel; removal and replacement of 2 sections of pipe for liner insertion point.
Project Cost
$644,396
Date Project Completed
2005
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Jared Nessler
Rex Trout
Les Wilson
3ro Part
Reference Contact Information(listing Names indicates approval to contacting the names individuals as a reference
Name
Title/Position
Organization
Telephone
E-Mail
Owner
Jack Wood
Owner's
Representative
Colorado Springs Utilities
719-668-4435
Designer
John Snitmeier
Engineer
Black & Veatch
719-687-7008
Construction Manager
Project Owner
I Colorado Springs Utilities
Project Name
Otero Pum station Sure Pipeline
General Description of Project: Installation of 235 LF of 36" steel pipe; tie-in to existing pump station suction header, and demolition of suction header
bulk head; installation of 2200 LF of 36" steel pipe, 128,000 gallon surge tank and concrete tank foundation; project in very mountainous terrain that
required special consideration to installation methods and surface restoration.
Project Cost
$1,536,705.00
Date Project Completed
2005
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Jared Nessler
Nick Marsicano
Les Wilson
3' Party
Reference Contact Information(listing Names indicates
approval to contacting the names individuals as a reference
Name
Title/Position
Organization
Telephone
E-Mail
Owner
Jack Wood
Owner's
Representative
Colorado Springs Utilities
719-668-4435
Designer
John Snitmeier
Engineer
Black & Veatch
719-687-7008
Construction Manager
Project Owner
I Colorado Springs Utilities
Project Name
Powers Boulevard, Phase IV
General Description of Project: Installation of 5,417 LF of 54" steel waterline including blowoff assemblies and air vacs with less than 48 hours shutdown
tie-in.
Project Cost
$2 195 317.00
Date Proect Completed
2004
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Jared Nessler
Nick Marsicano
Les Wilson
3' Part
Reference Contact Information(listing Names indicates approval to contacting the names individuals as a reference
Name
Title/Position
Organization
Telephone
E-Mail
Owner
Jack Wood
Owner's
Representative
Colorado Springs Utilities
719-668-4435
Jack Wood
Current Projects and Project Completed within the last 10 years
Designer
John Snitmeier
Engineer
Black & Veatch
719-687-7008
John Snitmeier
Construction Manager
Current Projects and Project Completed within the last 10 years
Project Owner
I Colorado Springs Utilities
I Project Name
f Twin Rock Purn station Phase 1 & 2
General Description of Project: Installation of 72"-48" welded steel water line, flow metering structure, pump pads, and other appurtenances for the
pump station.
Project Cost
$235,378.00
Date Project Completed
2002
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Jared Nessler
I Mike Nelson
Les Wilson
3' Party
Reference Contact Information(listing Names indicates approval to contacting the names individuals as a reference
Name
Title/Position
Organization
Telephone
E-Mail
Owner
Russ Nicklin
Owner's
Representative
Colorado Springs Utilities
719-668-4435
Designer
Alan Moles
Engineer
CH2M Hill
719-477-4937
Construction Manager
Project Owner
I Colorado Springs Utilities
Project Name
77Ruon Pipeline Rehabilitation Project
General Description of Project: BVCI Design -Build team worked to upgrade approximately 1 mile of 24" steel pipeline through mountainous terrain in the
winter season, on Pike Peak. The work included modification of existing pipe joints, using butt strap restraints, and replacement and/or repair of existing
bends.
Project Cost
$543,690.00
Date Project Completed
2001
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Jared Nessler
Mike Nelson
Les Wilson
3'd Party
Reference Contact Information(listing Names indicates
approval to contacting the names individuals as a reference
Name
Title/Position
Organization
Telephone
E-Mail
Owner
Pete Eisele
Owner's
Representative
Colorado Springs Utilities
719-668-4458
Designer
John Snitzmeier
Engineer
Black & Veatch
719-687-7008
Construction Manager
Project Owner I
Colorado Springs Utilities
Project Name
FVA Design -Build Pipeline Relocation
General Description of Project: Installation of 26,200 LF of 33" welded steel pipe, 22,000 LF of which is covered with flowable fill; installation of 810 LF of
cased crossing (bored) under concrete and dirt tank trails; placement of reinforced concrete encasement for creek crossings; 6 access manholes; 11
drain vaults; 11 AR/AV vaults; 2 connections to existing main; appurtenances; project on active military base.
Project Cost T
$4,i38,803.14
Date Project Completed
2000
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Jared Nessler
Colby Larsen
Les Wilson
3`" Part
Reference Contact Information(listing Names indicates approval to contacting the names individuals as a reference
Name
Title/Position
Organization
Telephone
E-Mail
Ot
Owner's
Ru cklir€ ore __. ive
CL-...Ao a s Ut _.._
7.___384__
.. ..... . ...
L- � 11---'. ""11-1. C�� 111:_,. Z::::: ' Ir CZ=
Current Projects and Project Completed within the last 10 years
Designer. — Enqineer Fountain Valley Authority
Construction Manager
r Constructors, Inc.
Provide a description of your organization's approach to completing this project to provide best value
for the Owner. Include a description of your approach in the following areas:
1. Contract Administration
2. Management of subcontractors and suppliers
3. Time Management
4. Cost Control
5. Quality Management
6. Project Site Safety
7. Managing changes to the project
B. Managing equipment
9. Meeting HUB/MWBE Participation Goal
HCP Constructors, Inc.,1850 E. Platteville Blvd., Pueblo West, CO 81007
Phone 719-647-2821; Fax 719-647-2890
I
Attachment D
Page 1
UNIT NO
YEAR
DESCRIPTION
1101
1994
TOOL TRAILER
1102
1997
TOOL TRAILER
1104
2004
TOOLTRAILER
1105
2006
FUEL/LUBE TRAILER
1106
2006
WATER TANK TRAILER
1107
2008
HMD WELDING TRAILER
2501
1999
TRLR/FLATBED/GOOSENECK
2503
1999
TRAILER/FLATBED
2504
2000
TK LOWBY TRAILER
25041
2000
TK LOWBY TRAILER (JEEP)
25042
2000
TK LOWBY TRAILER (BOOSTER)
2510
1999
POTHOLE MACHINE/TRAILER
3505
1994
VOLVO A30 DUMP TRUCK
3507
2000
KENWORTH T800
3508
1987
LURE TRUCK FORD L800
3509
2004
FORD SERVICE TRUCK
3510
2000
GMC HAUL TRUCK
4501
1999
BOBCAT 863
4502
1999
BOBCAT 763
4503
1999
BOBCAT 453
4504
2004
BOBCAT S250 ACS
5006
2001
KOM. BR350 CRUSHER
5008
2000
MULTIQUIP DCA25 GENSET
5009
2000
MULTIQUIP DCA25 GENSET
5011
2007
185 INGERSOLLRAND
5012
2005
VOLVO PENTA 350 GEN SET
5013
2006
CC FAB/JCT 7203 POR/SCREE
5014
2006
MULTIQUIP DCA25 GENSET
5016
2006
CARDINAL 100T SCALE
5017
2008
9' X 12' STATIC GRIZZLY
5018
2008
MG WATER TOWER 12,000 GAL
r,
I
r.,
WC -
Constructors Inc.
c
1. What work will the organization complete using its own resources?
We will complete the following using our own resources: all construction with the exceptions
of precast, truck and small miscellaneous work and boring.
2. What work does the organization propose to subcontract on this project?
We may possibly subcontract the following work: trucking, major material hauling, boring,
seeding, fiber optic conduit, paving and cathodic protection.
�1
HCP Constructors, Inc., 1850 E. Platteville Blvd., Pueblo West, CO 81007
Phone 719-647-2821; Fax 719-647-2890
Contractor's Subcontractors and Vendors
Organization Doing Business As HCP Constructors, Inc.
Provide a list of subcontractors that will provide more than 10 percent of the work (fused on contract
amounts
Name
Work to be Provided
Est. Percent
of Contract
HUB/MWBE
Finn
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.
Provide a list of major equipment proposed for use on this project. Attach Additional Information if
necessary
Vendor Name
Equipment! Material Provided
Furnish
Only
Furnish
and
Install
HUB/M
WBE
Finn
See a ace as ac
men
14
CITY Or LUBBOCK
INSURANCE REQUIRE, VMT AFFIDAVIT
To Be Completed by Offeror and Agent
Must be submitted with Proposal 11
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 1 am awarded this contract by the City of Lubbock,
I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid
insurance certificate to the City meeting all of the requirements defined in this proposal.
60AP .4 gaLrhae -AAa6 /2. Mrz. 9A ..RPI&ArJ t�46r�tet'
�ontractor ( Original Signature) Contractor (Print
CONTRACTOR'S FIRM NAME•• HCP Constructors, Inc_
(Print or Type)
CONTRACTOR'S FIRMADDRESS: 1850 E Platteville Blvd
Pueblo West, CO 81007
Name of nt/Brok Arthur J. Gallagher Risk Management Svcs.
Vys
Ag / B er i elho A - _ _
Address ofAgent/Bmker. 110 N Marienfeld; Suite 330
City/StatelZip: Midland, Texas 79701 }
Agent/Broker Telephone Number: ( 432 ) 570.3456
Date: 09/02/203.0
NOTE TO CONTRACTOR
If the time requirement specified above is not met, the City has the right to reject this proliosal 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# 10-069-MA - Lake Alan Henry Water Supply Project, Transmission Pipeline --Contract B
SAFETY RECORD QUESTIONNAIRE
The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government
Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to
Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and
criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts.
The definition and criteria for determining the safety record of a proposer for this consideration shall be:
The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may
consider any Incidence Involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by
environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among
other things:
a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC),
against the proposer for violations of OSHA regulations within the past three (3) years.
b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within
the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S.
Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental
Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource
Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services
(DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies
of local governments responsible for enforcing environmental protection or worker safety related laws or
regulations, and similar regulatory agencies of other states of the United States. Citations include notices of
violation, notices of enforcement, suspensionlrevocations of state or federal licenses or registrations, fines
assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final
orders, and judicial final judgments.
C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death.
d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the
offeror and his or her ability to perform the services or goods required by the proposal documents in a safe
environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock.
In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential
contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following
three (3) questions and submit them with their proposals:
Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years?
YES NO X
If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its
proposal submission, the following information with respect to each such citation:
Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty
assessed.
Offeror's Initials
QUESTION TWO
Has the offeror, or the fm 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,
suapension/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
QUESTION THREE
Has the offeror, or the from, 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:
ttoul:1IV
THE STATE OF TEXAS
COUNTY OF LUBBOCK
1.0
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
Pre
Title
SUSPENSION AND DEBARMENT CERTIFICATION
Federal Law (A 102 Common Rule and OMB Circular A 110) probibits 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.
COMPANYNAME: HCP Constructors, Inc.
FEDERAL TAXED or SOCIAL SECLWTY No. 2 7 - 2 9 4 6 819
Signature of Company
Printed name of company official sigrlin,
Date Signed: September 8, 201
John F. Bowen
PROPOSED LIST OF SUB -CONTRACTORS
Company Name Location Services Provided Yes No
2. 0 13
3. 0 0
4. 0 0
0 13
6. a
❑
7. 13
8. 0
❑
9. 11 0
10. 0 0
11. 0 0
12. El 0
13. 0 0
14. 0 0
15. 13 0
16.
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL
IF NO SUB -CONTRACTORS WELL BE USED PLEASE INDICATE SO
SUBMITTED BY:
HCP Constructors, Inc.
(PRINT NAME OF COMPANY)
1
Constructors, Inc.
ATTACHMENT D—MAJOR EQUIPMENT PROPOSED FOR USE ON THIS PR03E
See attached.
1
t'
i.
1.
HCP Constructors, Inc., 1850 E. Platteville Blvd., Pueblo West, CO 81007
Phone 719-647-2821; Fax 719-647-2890
1
Constructors, Inc.
Provide a description of your organization's approach to completing this project to provide best value
for the Owner. Include a description of your approach in the following areas:
1. Contract Administration
Contract administration will be handled at the jobsite level with additional support of corporate
management. Strict adherence to the commercial terms, technical specifications and special
provisions will be enforced by management personnel. In addition, all field personnel shall be
made aware of the aforementioned provisions as well.
2. Management of subcontractors and suppliers
All subcontractors and suppliers will be issued purchase orders and/or subcontracts for their
particular scope of work as required. In addition to the purchase order and/or subcontract,
any particular contract terms and/or special provisions will be attached accordingly. Also, all
vendors and subcontractors will receive a copy of the baseline schedule with noted delivery
dates and performance dates highlighted for their particular scope of work.
3. Time Management
All jobsite level supervisors are required by corporate policy to have daily work plans in place
prior to the next day's activities. These work plans include, but are not limited to, required
equipment and field personnel along with any particular material requirements deemed
necessary to perform the daily activities. At the conclusion of each day, field supervisors are
required to fill out and maintain their daily log of activities and report those activities to both
jobsite level management and corporate personnel.
4. Cost Control
Prior to jobsite mobilization, a cost -loaded and resource -loaded baseline schedule will
be established for the project bid items and activities. This schedule will be updated and
maintained on a weekly basis. All field personnel and management are required by corporate
policy to maintain an accurate log of their daily costs. In addition they are also required to
report any significant cost overruns and underruns so all parties involved with the project can
be made aware. This shall include all subcontractors, vendors, the engineer of record and the 1
owner as required.
5. Quality Management
As a matter of corporate policy, all employees are required to perform the required scope of
work in strict accordance to the contract plans and specifications. In addition, supervisors
HCP Constructors, Inc., 1850 E. Platteville Blvd., Pueblo West, CO 81007 j
Phone 719-647-2821; Fax 719-647-2890 t
r�
W_—__-1CAPConPstructors,Inc.
( are required to report any notable defects in materials and/or workmanship immediately and
t ! take proactive measures to minimize any deficiencies. This includes daily reporting, jobsite
monitoring and visual recording of specific daily activities.
6. Project Site -Safety - -
All employees of HCP Constructors, Inc. are required to adhere to both the corporate safety
policies and the specific jobsite safety policy that is set up and maintained for each individual
project. In addition to daily toolbox meetings and weekly safety review meetings, each
individual project gets an independent jobsite review and audit by the corporate safety
manager. HCP Constructors, Inc. also employs a "no walk by" policy where every individual
employee on the jobsite is required to immediately report any safety deficiency they deem
necessary.
7. Managing changes to the project
All jobsite management personnel are required to perform weekly and daily pre -planning
activities. These pre -planning activities are utilized so as to manage personnel and equipment
and identify any particular changes that may arise prior to the work occurring. Any potential
changes are documented and reported to the appropriate parties should they be impacted.
These activities are required by corporate policy and are also utilized so as to minimize any
impacts to the project and/or the Owner.
8. Managing equipment
In addition to all of the other pre -planning and daily reporting activities as noted above, all
jobsite management personnel are required to have a current equipment schedule. This
schedule is utilized to manage the required equipment necessary to perform the daily and
weekly activities. All equipment is monitored and supported by the corporate equipment
department, and, if required, additional equipment is mobilized in order to perform the specific
tasks at hand.
9. Meeting HUB/MWBE Participation Goal
HCP Constructors, Inc. maintains an active roster of HUB/MWBE contractors. These
contractors are notified prior to and during the bid process and given every opportunity
possible to submit a quote for materials and/or services. In addition, this solicitation is actively
maintained during the construction process and an ongoing effort is made to get HUB/MWBE
participation.
HCP Constructors, inc., 1850 E. Platteville Blvd., Pueblo West, CO 81007
�_ Phone 719-647-2821; Fax 719-647-2890
GmaiI - FW: Attachment C-Organizational Approach
https://mail.google.corn/mail/?ui=2&i1--5646a5bd53&view==pt&sear.1
Nick eontra er <nickbontra er1 E g g @gmail.com>
FW: Attachment C-Organizational Approach
1 message
Norbie Larsen <hcpnl@hotmail.com>
To: Nick G <nickbontrager1@gmail.com>
Thanks;
Norbie Larsen
Cell # 719-499-6061
Fax # 719-578-1786
hcpnl .hotmail. corn
Wed, Sep 8, 2010 at 10:46 AM
From: diordan _asiconstructors.com
To: hcpn�hotmail.com; nlarsen@HCPConstructors.com; jnessler@HCPConstructors.com
Date: Wed, 8 Sep 2010 09:32:10 -0600
Subject: FW Attachment C-Organizational Approach
See attached.
From: Donita Jordan
Sent: Wednesday, September 08, 2010 9:24 AM
To: 'hcprilAhotmail.com'; Norbie Larsen; Jared Nessler
Subject: Attachment C-Organizational Approach
Importance: High
Please print and insert accordingly (prior to equipment list at the back of packet).
Did you get the other pieces I sent last night incorporated? If so, your bid form is complete. Good luck,
guys!
Attachment C-Organizational Approach.doc
2669K
I
1 of 1 9/8/2010 10:48 AM, j
FINAL LIST OF SUB -CONTRACTORS
-P -!o- 00 -/",I,#
LAkz 944v /4P0,fy wv%'r'u2
Minority Owned
Company Name Location n Services Provided
l,�!_lIeGJ.t]�7"/t
Yes
/
No
Z.
ba InRwGr
"
A
a.
6urz Fez C�rsr car
A
❑
6.
q•
❑
o
S.
❑
❑
9.
o
0
1Q.
❑
❑
11.
❑
❑
ia.
❑
❑
13.
❑
❑
14.
❑
❑
15.
❑
❑
16.
❑
SUBMITTED BY: (PRINT NA E OF COMPANY)
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
Palle Intentionally Left_ Mank
---- - '--` --- ---` --- ^�-- --` � �- --- ---' ,--- - -` ,�-� [___}� � -� r -
Paae Intentionally Leftl3lank
Bond No. 58679365
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $25,000)
KNOW ALL MEN BY THESE PRESENTS, that HCP Constructors, Inc. (hereinafter called the Principal(s),
as Principal(s), and Continental Casualty Company
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Seventeen Million Five undyed Ninety Eight Thousand Four 17,598,434.00
Obligee), in the amount ofu,.,dreL dTh'rtvFourand i�oo----------------------------------------- Dollars ($ ) 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 14th day of
October. 2010, to RFP 10-069-MA Lake Alan HenryWater Suppjy Project Transmission Contract B
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
1 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
12th day of November 2010.
Continental Casualty Company HCP Constructors Inc.
Surety (Company Name)
_ *By:/
By:
(Tide) D hl BroAttorney-In-Fact (Prin d Name)
4
gnatu
_Boszeu-
. j
l
�
6
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates Nick Broyles 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.
Continental Casualty Company
Surety
* 3y:
t e) N Broyles, Attorney -In -Fact
Approved as to form.
City of t ock
I3y:
ssistant City Attorney
*Note: Ifsigned by an officer of the Surety Company there must be on file ace rtified extract from the by-laws ;>howing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
2
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of
Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called
"the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois,
and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint
D N Broyles, Ron Stroman, Harold D Binggeli, Cara D Hancock, Angela S Goff, Jennifer Winters, Individually
of Lubbock, TX, their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf
bonds, undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and
all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly
adopted, as indicated, by the Boards of Directors of the insurance companies.
In Witness Whereof, the CNA Companies have caused these presents to be signed by their Senior Vice President and their corporate seals to be
hereto affixed on this 2nd day of February, 2010.
GAS4Ty
n
OORPORArf
°u SEAL
t&97
c< Continental Casualty Company
° National Fire Insurance Company of Hartford
�Nc0 "Oto ;R American Casualty Company of.Reading, Pennsylvania
1U'9 I,
Jac yne NY. Belcastro Senior Vice President
State of Illinois, County of Cook, ss
On this 2nd day of February, 2010, before me personally came Jacquelyne M. Belcastro to me known, who, being by me duly sworn, did depose and
say: that she resides in the City of Chicago, State of Illinois; that she is a Senior Vice President of Continental Casualty Company, an Illinois insurance
company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a
Pennsylvania insurance company described in and which executed the above instrument; that she knows the seals of said insurance companies; that the
seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said
insurance companies and that she signed her name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance
companies.
-------------------------
WTAN KSX-STATE Of -mm
rtroa�rreaoN Ex�eaa�rtrna
j My Commission Expires September 17, 2013 Eliza Price 1V Notary Public
CERTIFICATE
I, Mary A. Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of
Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby
certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of
the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of
the said insurance companies this 12th day of November 2010
CASt/
ACT �
c0RPORArp
t- • v
°U SEAL
1897
Continental Casualty Company
National Fire Insurance Company of Hartford
Co
American Casualty Company of Reading, Pennsylvania
purr 31. ('
[902 � tj ^
•° /w,/
Mary A. R ika kis Assistant Secretary
Form F6853-5/2009
State of Texas
Claim Notice Endorsement
To be attached to and form a part of Bond No. 58679365
In accordance with Section 2253.021(f) of the Texas Government Code and Section
53.202(6) of the Texas Property Code any notice of claim to the named surety under
this bond(s) should be sent to:
CNA Surety
333 South Wabash
Chicago, IL 60604
Telephone: (312) 822-5000
Form F6944
PERFORMANCE BOND
Page Intentionally Left -Blank
Bond No. 58679365
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, thatHCPconstructors.ine.(hereinafter called the Principal(s), as Principai(s), and
Continental Casualty Company
(hereinafter called the Surety(s),asnSurMty s�j,arenheldiand firmlysand bound unto the City of Lubbock (hereinafter called the
e,eety Eight Thou
Obligee), in the amount of Four Hundred Thirty Four and No/ 100 ------------ ------ Dollars ( 17598 434.o0 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 14th day of
October, 2010, to RFP 10-069-MA Lake Alan Henry Water Supply Project Transmission, Contract B
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 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 seated this instrument this 12th
day of Nomembe, , 2010.
Continental Casualty Company
Sure
* By-
(Titlt tD N Broyles, torney-In-Fact
HCP Constrsic1ar5 Inc
(Company Name)
By:_-F 9}n
(Prinked Name)
(Title)
i
t
--
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates Nick Broyles 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.
Continental Casualty Company
Surety
* By:
it e} D N Bro es, Attorney -In -Fact
Approved as to form.-
Cityof L b k
By:
Assistant City Attorney
* Note: if signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of
Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called
"the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois,
and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint
D N Broyles, Ron Stroman, Harold D Binggeli, Cara D Hancock, Angela S Goff, Jennifer Winters, Individually
of Lubbock, TX, their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf
bonds, undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and
all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly
adopted, as indicated, by the Boards of Directors of the insurance companies.
In Witness Whereof, the CNA Companies have caused these presents to be signed by their Senior Vice President and their corporate seals to be
hereto affixed on this 2nd day of February, 2010.
GAS 4
OORPORAre
°u SEAL
log?
sAsrv< Continental Casualty Company
National Fire Insurance Company of Hartford
o��+arf0 ;a American Casualty Company of.Reading, Pennsylvania
JULY 31. ,
Jac yne NY. Belcastro Senior Vice President
State of Illinois, County of Cook, ss:
On this 2nd day of February, 2010, before me personally came Jacquelyne M. Belcastro to me known, who, being by me duly sworn, did depose and
say: that she resides in the City of Chicago, State of Illinois; that she is a Senior Vice President of Continental Casualty Company, an Illinois insurance
company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a
Pennsylvania insurance company described in and which executed the above instrument; that she knows the seals of said insurance companies; that the
seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said
insurance companies and that she signed her name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance
companies.
EU7A PRICE
lWAlfl P1Uk C-STA7E OF 11NW
wCOIirNO WtRALoiftrn3
My Commission Expires September 17, 2013
/::�� ( 0A;1ot_
Eliza Price 4V Notary Public
CERTIFICATE
I, Mary A. Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of
Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby
certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of
the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of
the said insurance companies this 12 th day of _ November _ , 2010
CASUq<ly
0
00PORArp
H • 'O
°u SEAL
tes7
QA Continental Casualty Company
National Fire Insurance Company of Hartford
,,►cMW4P." American Casualty Company of Reading, Pennsylvania
JU'Y li.
Mary A. Rikaj@kis Assistant Secretary
Form F6853-5/2009
ACC CERTIFICATE OF LIABILITY INSURANCE
DATE
11/1M/2010 )
11/16/2010
PRODUCER 1-432-570-3456
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Arthur J. Gallagher Risk Management Services, Inc.
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
110 N. Marienfeld
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Suite 330
Midland, TX 79701
tan a chaney@aia.com
INSURERS AFFORDING COVERAGE
NAIC #
INSURED
HCP Constructors, Inc.
INSURER A: TRAVELERS IND CO
25658
INSURERS: TRAVELERS PROPERTY CAS CO OF AMER
25674
1850 E. Platteville Blvd
INSURER C: WESTCHESTER FIRE INS CO (Eydent Int'll
21121
INSURER D: NATIONAL UNION FIRE INS CO OF PITTS
19445
Pueblo West, CO 81007
INSURER E: FIREMANS FUND INS CO
123.873
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
ADUL
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
POLICY EXPIRATION.LI&HWE
DATE IMMIDD/YYYYI
LIMITS
A
GENERAL LIABILITY
5463B489
07/01/10
07/01/11
EACH OCCURRENCE
$ 11000,000
X COMMERCIAL GENERAL LIABILITY
DAMAGE ( NTED
PREMISESS Ea occurrence)
$ 300,000
MED EXP (Any one person)
$ 5,000
CLAIMS MADE [i] OCCUR
PERSONAL RADVINJURY
$ 1,000,000
X Al #CGD3160704
GENERAL AGGREGATE
$ 2,000,000
GENII AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG
$ 2,000,000
POLICY X PRO- X1 LOC
B
AUTOMOBILE
X
LIABILITY
ANY AUTO
5463BS57
07/01/10
07/01/11
COMBINED SINGLE LIMIT
(Ea accident)
$ 11000,000
BODILY INJURY
(Per person)
$
ALL OWNED AUTOS
SCHEDULED AUTOS
_
BODILY INJURY
(Per accident)
$
HIRED AUTOS
NON -OWNED AUTOS
X
PROPERTY DAMAGE
(Per accident)
$
Al #CA20480299
GARAGE LIABILITY
AUTO ONLY -EA ACCIDENT
$
OTHER THAN EA ACC
$
ANY AUTO
$
AUTO ONLY: AGG
C
EXCESS/UMBRELLA LIABILITY
X1 OCCUR CLAIMS MADE
G22059063004
07/01/10
07/01/11
EACH OCCURRENCE
$ 5,000,000
AGGREGATE
$ 5,000,000
$
RXDEDUCTIBLE
$
RETENTION $ 10,000
D
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y/N
ANY PROPRIETOR/PARTNER/EXECUTIVE Q
OFFICERNEMBER EXCLUDED?
WC14770642
07/Ol/10
07/Ol/11
WCSTATU"Mn:- OTH-
X TER
E.L. EACH ACCIDENT
$ 1,000,000
E.L. DISEASE - EA EMPLOYE9
$ 1,000,000
(Mandatory in NH)
If yes, describe under
E.L. DISEASE - POLICY LIMIT
1 $ 1,000,000
SPECIAL PROVISIONS below
OTHER
E
Rented & Leased Equipment
MZI93008584
07/01/10
07/01/11
1.5MM per item/occ 10,000ded
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
Blanket Additional Insured (all policies but WC) and Waiver of Subrogation (all policies) provided in favor of
the Certificate Bolder as required by Written contract with respect to work performed by the Named Insured(s).
Certificate Holder is named as Loss Payee as their interest may appear with regard to Rented/Leased Equipment.
The following are Additional Insureds (as stated above): Parkhill, Smith & Cooper Inc. - Freese & Nichols Inc. -
Black & Veatch - GL Industries - Corrosion Control Technologies - and Kleinfelder.
..r.,...���.� 1 rvim - Lu says ror non-payment or premium
SHOULD ANY OFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
City of Lubbock DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30* DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
Attn: Purchasing & Contract Mgmt Dept IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
1625 13th Street Room 204 REPRESENTATIVES.
Lubbock, TX 79401 AUTHORIZED REPRESENTATIVE
���USA
LL;UKU ZO (ZUUU/Ul) 7anart 01988-2009 ACORD CORPORATION. All rights reserved:
18351579 The ACORD name and logo are registered marks of ACORD
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized
representative or producer, and the certificate holder, nor does it affirmatively or negatively amend,
extend or alter the coverage afforded by the policies listed thereon.
\CORD 25 (2009101)
F.
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must be
covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and
materials, or providing labor or transportation or other service related to the project, regardless of the identity of their
> > employer or status as an employee."
"Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal
requirement for coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage." and contractually require each person with whom it
contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and
fling of any coverage agreements for all of its employees providing services on the project, for
the duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the
project;
(C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(D) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during
the duration of the project;
(E) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10
days after the person knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project; and
(G) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.
Pase Intentionally Left Blank
0
CONTRACT #9453
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 14'h day of October, 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 HCP Constructors Inc. of the City of Pueblo West, County of Pueblo and the
State of Colorado hereinafter termed CONTRACTOR.
WPTNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
_ PROPOSAL # 10-069-MA - Lake Alan Henry Water Supply Project, Transmission Pipeline — Contract B 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
r-iI I defined in the General Condition of Agreement. HCP Constructors, Inc.'s proposal dated September 8th, 2010 is
incorporated into and made a part of this agreement.
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 some 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 WTTNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day fast above written.
CONTRACTOR: CITY OF LUBBOCK, TEXAS (OWNER):
-HCP Constructors, Inc. By: <-IA-x w
MAYOR
By: ATTEST:
P ED E: John F . Bowen
TITLE:
_ sqSetetary
COMPLETE ADDRESS: APPROVED AQi TO CONTENT:
Company HCP Constructors Inc �
Address 1850 E . Platteville Blvd . Own e s e ntative
City, State, Zip pueblo West, CO 81007
ATTEST: t
Marsha Reed, P.E., Chief Operation
APP x AS TO F RM:
rporate5ecretary Jake R. Michel
City Attorney
No Text
GENERAL CONDITIONS OF THE AGREEMENT
Page Intentionalty Left Blank
I
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.
2. 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 HCP Constructors Inc. who has agreed to perform the
work embraced in this contract, or their legal representative.
3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
a referring to, City of Lubbock, or its representative Freese and Nichols, Inc., 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.
4. 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".
5. 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.
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
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of
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.
Page Intentionally Left Blank
i
Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees,
r such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative (as distinguished from Resident Project Representative(s))has the authority to review all work
included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be
necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine
the amounts and quantities of the several kinds of work which are to be paid for under the contract documents,
and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases,
decide every question which may arise relative to the execution of this contract on the part of said Contractor.
The decision of the Owner's Representative shall be conclusive in the absence of written objection to same
delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's
Representative. In the absence of timely written objection by Contractor, as provided herein, any and all
objection or objections shall be deemed waived.
€ 15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project
Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the
work done under this Agreement, and to see that said material is furnished and said work is done in accordance
t., with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the
subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The
Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or
inspectors so appointed, when such directions and instructions are consistent with the obligations of this
Agreement and accompanying plans and specifications provided, however, should the Contractor object to any
orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days
make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by
Contractor, as provided herein, any and all objection or objections shall be deemed waived.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to
Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given
to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision
by competent and reasonable representatives of the Contractor is essential to the proper performance of the work
and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and
location of the work, the confirmation of the ground, the character, quality and quantity of materials to be
encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the
work, and the general and local conditions, and all other matters which in any way affect the work under the
18.
19
go
21.
contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or
Owner's Representative either before or after the execution of this contract, shall affect or modify any of the
terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all
modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's
Representative and Contractor.
Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work
to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the
work, shall be sustained and borne by the Contractor at its own cost and expense.
CHARACTER OF WORKERS
The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of
work required under this contract, to do the work; and agrees 'that whenever the Owner's Representative shall
inform Contractor in writing that any 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.
CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution
and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and
it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or
protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and
accepted.
The building of structures for the housing of 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.
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.
OBSERVATION AND TESTING
The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent
required by the contract documents. The Owner or Owner's Representative shall have the right at all times to
observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access
for such observation and testing at any location wherever such work is in preparation or progress. Contractor
shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and
shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's
Representative may reject any such work found to be defective or not in accordance with the contract documents,
regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether
Owner's Representative has previously accepted the work. If any such work should be covered without approval
or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination
at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location
where it is not convenient for Owner or Owner's Representative to make observations of such work or require
testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish
Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to
4
perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests
will be in accordance with the methods prescribed by the American Society for Testing and Materials or such
other applicable organization as may be required by law or the contract documents.
If any such work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be
uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and
approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such
tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and
shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under the contract documents to make such
t inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance
. - with the requirements of the contract documents.
1 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
.r the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in
conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written
notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy
y 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
e
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in
the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either
before or after the beginning of the construction, without affecting the validity of this contract and the
accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a
claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of
work, and the increased work can fairly be classified under the specifications, such increase shall be paid
according to the quantity actually done and at the unit price established for such work under this contract;
otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make
such changes or alterations as shall make useless any work already done or material already furnished or used in
said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual
expenses incurred in preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change,
alteration or addition to the work as shown on the plans and specifications or contract documents and not covered
by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23.
- It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative
when presented with a written work order signed by the Owner's Representative; subject, however, to the right of
' the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the
compensation to be paid to the Contractor for performing said extra work shall be determined by the following
methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is
commenced, then the Contractor shall be paid the lesser of the following: (1) actual field
cost of the extra work, plus fifteen (15%) percent to the firm actually performing the
work, and additional higher -tier markups limited to 5% to cover additional overhead and
insurance costs; or (2) the amount that would have been charged by a reasonable and
prudent Contractor as a reasonable and necessary cost for performance of the extra work,
as estimated by the Engineer and approved by the Owner..
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph
shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen,
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for
the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred,
together with all expenses incurred directly on account of such extra work, including Social Security, Old Age
Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by
them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be
kept and records of these accounts shall be made available to the Owner's Representative. The Owner's
Representative may also specify in writing, before the work commences, the method of doing the work and the
type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the
Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined
by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted
by the Associated General Contractors of America. Where practical, the terms and prices for the use of
machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the
actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general
superintendence and field office expense, and all other elements of cost and expense not embraced within the
actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained
primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the
"actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case
any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive
compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra
work, make written request to the Owner's Representative for a written order authorizing such extra work. Should
a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and
the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making
written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as
provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement
of any extra work, any claim for payment due to alleged extra work shall be deemed waived.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of the contract documents that all work described in the proposal, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that
such price shall include all appurtenances necessary to complete the work in accordance with the intent of these
contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in
these plans, specifications, or contract documents, shall be given to the Owners' Representative and a
clarification obtained before the proposals are received, and if no such notice is received by the Owner's
Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully
i �
understands the work to be included and has provided sufficient sums in its proposal to complete the work
in accordance with these plans and specifications. If Contractor does not notify Owner's Representative
before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans
and specifications are sufficient and adequate for completion of the project. It is further agreed that any
request for clarification must be submitted no later than 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
j being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts
f- identified after proposals are reviewed.
26. 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.
27. 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
7
ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF
LUBBOCK AND ENGINEERS (PARKHILL, SMITH AND COOPER, FREESE AND NICHOLS, INC, BLACK
AND VEATCH, GL INDUSTRIES, CORROSION CONTROL TECHNOLOGIES, AND KLEINFELDER) AS A
PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF
THE CITY OF LUBBOCK AND ADDITIONAL INSURED. 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.
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 Hazard41
Contractual Liability j
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. Worker's 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.
1. Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of
authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-
82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for
the person's or entity's employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental
j
entity. U
Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor
{ Code) - includes all persons or entities performing all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity which furnishes persons to
provide services on the project. "Services" include, without limitation, providing, hauling, or
1 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.
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.
The Contractor shall obtain from each person providing services on the project, and provide to the
governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(b) no later than seven days after receipt by the Contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
6 The Contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
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:
i` (a) provide coverage, based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401.011(44) for all of its employees providing services on the
�� project, for the duration of the project;
(b)
provide to the Contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
(c)
provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(d)
obtain from each other person with whom it contracts, and provide to the Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the project;
and
(2) a new certificate of coverage showing extension of coverage, prior to the end of
the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(e)
retain all required certificates of coverage on file for the duration of the project and for
one year thereafter;
(�
notify the governmental entity in writing b certified mail or personal delivery, within 10
Y g Y g Y P rY�
`
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.
F. 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 H
of compliance with the above insurance requirements, signed by an authorized representative of the
insurance company setting forth: F -1
(1) The name and address of the insured. L.A
(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.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(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)
(d)
(e)
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;
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;
retain all required certificates of coverage on file for the duration of the project and for
one year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other
commission rules. This notice must be printed with a title in at least 30-point bold type
and -text in at least 19-point normal type, and shall be in both English and Spanish and
any other language common to the worker population. The text for the notices shall be
the following text provided by the commission on the sample notice, without any
additional words or changes:
11
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to
this construction project must be covered by workers' compensation insurance. This
includes persons providing, hauling, or delivering equipment or materials, or providing
labor or transportation or other .service related to the project, regardless of the identity
of their employer or status as an employee. "
"Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804-
4000 (riew.tdi.state.t_v.rr.�; 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 begiruiing
work on the project;
(iii) include in all contracts to provide services on the project the following language:
"By signing this contract or providing or causing to be
provided a certificate of coverage, the person signing this
contract is representing to the governmental entity that all
employees of the person signing this contract who will
provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that
the coverage will be based on proper reprinting of
classification codes and payroll amounts, and that all
coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self -insured, with the
commission's Division of Self -Insurance Regulation.
Providing false or misleading information may subject the
Contractor to administrative penalties, criminal penalties,
civil penalties, or other civil actions.";
(iv) provide the Contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(v) obtain from each other person with whom it contracts, and provide to the
Contractor:
t.
(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 t
29.
9A
31
32.
(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.
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.
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.
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.
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
13
33
34.
subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall
notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as
provided in the contract for changes in the work. In the absence of timely written notification to Owner's
Representative of such variance or variances within said time, any objection and/or assertion that the plans and
specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed
waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances,
rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs
arising there from.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar
as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may
enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as
though embodied herein.
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.
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 $8,000, Eight 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 $5 000 Five 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.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial
completion of the work described herein is reasonable time for the completion of the same, taking into
consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality.
The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages
the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount
agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is
expressly agreed to be not disproportionate to actual damages as measured at time of breach.
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT
TIME IS OF THE ESSENCE OF THIS CONTRACT.
14
35.
36.
37.
38
TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor
shall be allowed to prosecute its work 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 proposal; provided,
also, that when the Owner is having other work done, either by contract or by its own force, the Owner's
Representative (as distinguished from the Resident Project Representative) may direct the time and manner of
constructing work done under this contract so that conflicts will be avoided and the construction of the various
works being done for the Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which
the Contractor will start the several parts of the work and estimated dates of completion of the several parts.
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
i
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 note exceed 15% of the estimated quantity.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
encountered, which may be injured or seriously affected by any process of construction to be undertaken under
this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be
liable for any and all claims for such damage on account of his failure to fully protect all adjacent property.
Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents
and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property,
related to, arising from or growing out of the performance of this contract.
40. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work
by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the
specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the
proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive
such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses
incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and
according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's
Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective
work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's
Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection
with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there
are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by
Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's
agents and employees, which have not theretofore been timely filed as provided in this contract.
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application
for partial payment. Owner's Representative shall review said application for partial payment if submitted, and
the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial
payment showing as completely as practical the total value of the work done by the Contractor up to and
including the last day of the preceding month. The determination of the partial payment by the Owner's
Representative shall be in accordance with Paragraph 14 hereof.
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
43.
44
45
M.
Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent
standard retainage until actually incorporated into the project.
Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to
enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work
performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said
partial payment is attributable.
SUBSTANTIAL, COMPLETION
Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31)
working days after the Contractor has given the Owner's Representative written notice that the work has been
substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time,
if the work be found to be substantially completed in accordance with the contract documents, the Owner's
Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding
the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete
the work within the time provided in this contract.
FINAL COMPLETION AND PAYMENT
The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of
final completion, the Owner's Representative shall proceed to make final measurement to determine whether final
completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's
Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion,
Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final
completion, the balance due Contractor under the terms of this agreement. Neither the certification of final
completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty
or warranties implied by law or otherwise.
CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and
Contractor shall at its own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of
other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any
such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or
the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay
all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects,
attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or
relating to such correction or removal.
Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the
contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and
Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which
shall appear within a period of one (1) year from the date of certification of final completion by Owner's
Representative.
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
t_ z
(a) Defective work not remedied and/or work not performed, 1_
(b) Claims filed or reasonable evidence indicating possible filing of claims,
(c) Damage to another contractor, 3
(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
be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time
i become due to the Contractor under and by virtue of this Agreement. In case such expense is less than
the sum which would have been payable under this contract, if the same had been completed by the
�f Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum
r which would have been payable under this contract, if the same had been completed by said Contractor,
F then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or
(b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a
newspaper having a general circulation in the County of location of the work, may let the contract for the
completion of the work under substantially the same terms and conditions which are provided in this
contract. In case of any increase in cost to the Owner under the new contract as compared to what would
have been the cost under this contract, such increase shall be charged to the Contractor and the Surety
shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less
than that which would have been the cost to complete the work under this contract, the Contractor or his
Surety shall be credited therewith.
In the event the Owner's Representative elects to complete the work, as described above, when the work shall
have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as
provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract
accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to
Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be,
shall pay the balance due as reflected by said statement within 30 days after the date of certification of
completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would have
been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or
i 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.
49. LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be
19
I'
50
51
52
53.
54.
55
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.
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 $25,000. 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.
SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special conditions
conflict with any of the general conditions contained in this contract, then in such event the special conditions
shall control.
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.
INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority
to direct, supervise, and control its own employees and to determine the method of the performance of the work
covered hereby. The fact that the Owner or Owner's Representative shall have the right. to observe Contractor's
work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and
vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or
effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's
Representative or to the Contractor's own employees or to any other person, firm, or corporation.
CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at
the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus
materials and shall leave the work room clean or its equivalent. The work shall be left in good order and
condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor.
HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same
may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in
any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the
Project; 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
20
I'
i
6' other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts
and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least
- twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and
provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If
the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5)
days of the receipt of said request, said request shall be deemed to be denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for
ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper
performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage,
disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or
asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal
protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other
petroleum products or byproducts and/or asbestos.
56. 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.
21
Page Intentionafly Left Blank
IA
DAVIS-BACON WAGE DETERMINATIONS
Page Intentionally Left Blank
GENERAL DECISION: TX20080151 06/05/2009 TX151
Date: June 5, 2009
General Decision Number: TX20080151 06/05/2009
State: Texas
Construction Type: Heavy
Counties: Bailey, Baylor, Cochran, Cottle, Dickens, Floyd,
Foard, Garza, Hale, Hardeman, Haskell, Hockley, Jack, Kent,
King, Knox, Lamb, Lynn, Motley, Stonewall, Terry, Wilbarger,
Yoakum and Young Counties in Texas.
HEAVY CONSTRUCTION PROJECTS
Modification Number Publication Date
0 06/05/2009
SUTX2009-124 04/21/2009
Rates
Fringes
CEMENT MASON/CONCRETE FINISHER...$
13.00
0.00
LABORER:
Common or General ......
$ 9.99
0.18
LABORER:
Pipelayer..............$
10.65
0.00
OPERATOR:
Backhoe/Trackhoe......
$ 13.86
0.00
OPERATOR:
Bulldozer .............$
14.25
0.00
OPERATOR:
Front End Loader ......
$ 11.52
0.00
TRUCK DRIVER .....................$
----------------------------------------------------------------
10.80
0.26
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
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 (29 CFR 5.5(a)(1)(ii)).
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 he 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 CFR Part 1.8 and 29 CFR
Part 7 ) .
Write to:
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.
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.
END OF GENERAL DECISION
ED-104
5/19/02
CONTRACTOR'S RESOLUTION ON AUTHORIZED REPRESENTATIVE
HCP Constructors, Inc.
Name or Names
I hereby certify that it was RESOLVED by a quorum of the directors of the
HCP Constructors, Inc. , meeting
name of corporation
on the day of 11 17 201 q that John F . Bowen N/A
N/A and N/A , be, and hereby is,
authorized to act on behalf of HCP Constructors, Inc, , as its
name of corporation
representative, in all business transactions conducted in the State of Texas, and;
That all above resolution was unanimously ratified by the Board of Directors at said
meeting and that the resolution has not been rescinded or amended and is now in full forces
and effect; and;
In authentication of the adoption of this resolution, I subscribe my name and
affix the seal of the corporation this 17th day of November, 2019
P
Jake R. ichel Secretary
(seal)
SRF-404 (5/13/91)
SRF Number
Certification Regarding Debarment, Suspension and other Responsibility
Matters (SRF-444)
,
The prospective participant certifies to the best of its knowledge and belief that it and its principals:
(a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from covered transactions by any Federal department or agency;
(b) Have not within a three year period preceding this proposal been convicted of or had a civil
judgement rendered against them for commission of fraud or a criminal offense in
connection with obtaining, attempting to obtain, or performing a public (Federal, State, or
local) transaction or contract under a public transaction; violation of Federal or State
antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or
destruction of records, making false statements, or receiving stolen property;
(c) Are not presently indicted for or otherwise criminally or civilly charged by a government
entity (Federal, State, or local) with commission of any of the offenses enumerated in
paragraph (1)(b) of this certification; and
(d) Have not within a three-year period preceding this application/proposal had one or more
public transactions (Federal, State, or local) terminated for cause or default.
I understand that a false statement on this certification may be grounds for rejection of this proposal
` or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a
fine of up to $10,000 or imprisonment for up to 5 years, or both.
John F. Bowen President
t Typed IV me & Title of Authorized Representative
nature Jj uthorized Representative
t
Date
' I am unable to certify to the above statements. My explanation is attached. N/A
OF
WRD-259
3/20102
VENDOR COMPLIANCE WITH RECIPROCITY ON NON-RESIDENT
BIDDERS
Government Code 2252.002 provides that, in order to be awarded a contract as low bidder, a non-resident
bidder must bid projects for construction, improvements, supplies or services in Texas at an amount lower
than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to
underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-
resident's principal place of business is located. A non-resident bidder is a contractor whose corporate
offices or principal place of business is outside of the state of Texas. This requirement does not apply to a
contract involving Federal funds. The appropriate blanks in Section A must be filled out by all out-of-state
or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-
resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the
blank in Section B.
A. Non-resident vendors in (give state), our principal place of business, are required to be
percent lower than resident bidders by state law. A copy of the statute is attached.
Non-resident vendors in CO (give state), our principal place of business, are not required
to underbid resident bidders.
B. Our principal place of business or corporate offices are in the State of Texas:
BIDDER:
HCP Constructors, Inc.
Company
Pueblo West, _CO ainn7
City State Zip
John F. Bowen
By: (plea a print)
Signature
Presi
Title: (please print)
THIS FORM MUST BE RETURNED WITH THE BID
60
DIVISION 1
GENERAL REQUIREMENTS
ED-004G
3-19-02
Texas Water Development Board
SUPPLEMENTAL CONDITIONS
For State Loan Projects Funded through:
Water Development Fund II
Including:
State Participation
Rural Water Assistance Fund
TWDB SUPPLEMENTAL CONDITIONS
Te of Contents
Instructions to Bidders
1. Contingent Award of Contract
2. Bid Guarantee
3. Nonresident Bidder
Form to be submitted with bids:
• Vender Compliance with Reciprocity on Nonresident Bidders. (WRD-259)
Construction Contract Supplemental Conditions
1. Supersession
2. Privity of Contract
3. Definitions
4. Laws to be Observed
5. Review by Owner, TWDB, and EPA
6. Performance and Payment Bonds
7. Progress Payments and Payment Schedule
8. Workman's Compensation Insurance Coverage
9. Changes
`•' 10. Prevailing Wage Rates
11. Archeological Discoveries and Cultural Resources
12. Endangered Species
13. Hazardous Materials
14. Project Sign
15. Operation and Maintenance Manuals and Training
16. As -built Dimensions and Drawings
Required Forms to be submitted with executed contracts:
Contractor's act of Assurance (ED-103)
Contractor's Act of Assurance Resolution (ED-104)
TWDB SUPPLEMENTAL CONDITIONS
Instructions to Bidders
1. CONTINGENT AWARD OF CONTRACT
This contract is contingent upon release of funds from the Water Development Board.
Any contract or contracts awarded under this Invitation for Bids are expected to be
funded in part by a loan or grant from the Texas Water Development Board, and a grant
from the United States Environmental Protection Agency (U.S. EPA.) Neither the State
of Texas, or U.S. EPA nor any of its departments, agencies, or employees are or will be a
party to this Invitation for Bids or any resulting contract.
2. BID GUARANTEE
Each bidder shall furnish a bid guarantee equivalent to five percent of the bid price.
(Water Code 17.183). If a bid bond is provided, the contractor shall utilize a surety
company which is authorized to do business in Texas in accordance with Art. 7.19-1.
Bond of Surety Company; Chapter 7 of the Insurance Code.
3. Award of Contract to Nonresident Bidder
A governmental entity may not award a governmental contract to a nonresident bidder
unless the nonresident underbids the lowest bid submitted by a responsible resident
bidder by an amount that is not less than the amount by which a resident bidder would be
required to underbid the nonresident bidder to obtain a comparable contract in the state in
which the nonresident's principal place of business is located. (Source: Texas
Government Code Chapter 2252 Subchapter A Nonresident Bidders, (§ 2252.002.) The
bidder will complete form WRD-259 which must be submitted with the bid.
Construction Contract Supplemental Conditions
Conditions:
1. SUPERSESSION
The Owner and the contractor agree that the TWDB Supplemental Conditions apply to
that work eligible for Texas Water Development Board assistance to be performed under
this contract and these clauses supersede any conflicting provisions of this contract.
2. PRIVITY OF CONTRACT
Funding for this project is expected to be provided in part by the Texas Water
Development Board. Neither the State of Texas, nor any of its departments, agencies or
employees is, or will be, a party to this contract or any lower tier contract. This contract
is subject to applicable provisions 31 TAC Chapter 363 in effect on the date of the
assistance award for this project.
3. DEFINITIONS
(a) The term Owner means the local entity contracting for the construction services.
6
(b) The term "TWDB" means the Executive Administrator of the Texas Water
Development Board, or other person who may be at the time acting in the capacity or
authorized to perform the functions of such Administrator, or the authorized
representative thereof.
4. LAWS TO BE OBSERVED
In the execution of the Contract, the Contractor must comply with all applicable Local,
State and Federal laws, including but not limited to laws concerned with labor, safety,
minimum wages, and the environment. The Contractor shall make himself familiar with
and at all times shall observe and comply with all Federal, State, and Local laws,
ordinances and regulations which in any manner affect the conduct of the work, and shall
indemnify and save harmless the Owner, Texas Water Development Board, and their
representatives against any claim arising from violation of any such law, ordinance or
regulation by himself or by his subcontractor or his employees.
5. REVIEW BY OWNER, and TWDB
(a) The Owner, authorized representatives and agents of the Owner, and TWDB shall, at
all times have access to and be permitted to observe and review all work, materials,
equipment, payrolls, personnel records, employment conditions, material invoices,
and other relevant data and records pertaining to this Contract, provided, however that
all instructions and approval with respect to the work will be given to the Contractor
only by the Owner through authorized representatives or agents.
(b) Any such inspection or review by the TWDB shall not subject the State of Texas to
any action for damages.
6. PERFORMANCE AND PAYMENT BONDS
Each contractor awarded a construction contract furnish performance and payment bonds:
(a) the performance bond shall include without limitation guarantees that work done
under the contract will be completed and performed according to approved plans and
specifications and in accordance with sound construction principles and practices;
(b) the performance and payment bonds shall be in a penal sum of not less than 100
percent of the contract price and remain in effect for one year beyond the date of
approval by the engineer of the political subdivision; and
(c) the contractor shall utilize a surety company that is authorized to do business in Texas
in accordance with Art. 7.19-1. Bond of Surety Company; Chapter 7 of the Insurance
Code.
7. PROGRESS PAYMENTS AND PAYMENT SCHEDULE
(a) The Contractor shall submit for approval immediately after execution of the
Agreement, a carefully prepared Progress Schedule, showing the proposed dates of
starting and completing each of the various sections of the work, the anticipated l
monthly payments to become due the Contractor, and the accumulated percent of
progress each month.
i
€' (b) The following paragraph applies only to contracts awarded on a lump sum contract
price:
COST BREAKDOWN - The Contractor shall submit to the Owner a detailed
breakdown of his estimated cost of all work to be accomplished under the contract, so
arranged and itemized as to meet the approval of the Owner or funding agencies.
This breakdown shall be submitted promptly after execution of the agreement and
before any payment is made to the Contractor for the work performed under the
Contract. After approval by the Owner the unit prices established in the breakdown
shall be used in estimating the amount of partial payments to be made to the
Contractor.
(c) Progress Payments.
(1) The Contractor shall prepare his requisition for progress payment as of the last
day of the month and submit it, with the required number of copies, to the
Engineer for his review. Except as provided in Paragraph (3) of this subsection,
the amount of the payment due the Contractor shall be determined by adding to
the total value of work completed to date, the value of materials properly stored
on the site and deducting: (1) five percent (5%) of the total amount, as a retainage
and (2) the amount of all previous payments. The total value of work completed
to date shall be based on the actual or estimated quantities of work completed and
on the unit prices contained in the agreement (or cost breakdown approved
pursuant to section 6.b relating to lump sum bids) and adjusted by approved
change orders. The value of materials properly stored on the site shall be based
upon the estimated quantities of such materials and the invoice prices. Copies of
all invoices shall be available for inspection by the Engineer.
(2) The Contractor shall be responsible for the care and protection of all materials and
work upon which payments have been made until final acceptance of such work
and materials by the Owner. Such payments shall not constitute a waiver of the
right of the Owner to require the fulfillment of all terms of the Contract and the
delivery of all improvements embraced in this Contract complete and satisfactory
to the Owner in all details.
(3) This clause applies to contracts when the Owner is a Municipal Utility District, or
Water Control and Improvement District. The retainage shall be ten percent of
the amount otherwise due until at least fifty percent of the work has been
completed. After the project is fifty percent completed, the District may reduce
the retainage from ten percent to no less than five percent.
(4) The five percent (5%) retainage of the progress payments due to the Contractor
may not be reduced until the building of the project is substantially complete and
a reduction in the retainage has been authorized by the TWDB.
(5) The following clause applies only to contracts where the total price at the time of
execution is $400,000 or greater and the retainage is greater than 5% and the
�n
Owner is not legally exempted from the condition (i.e. certain types of water
districts).
The Owner shall deposit the retainage in an interest -bearing account, and the
interest earned on such retainage funds shall be paid to the Contractor after -
completion of the contract and final acceptance of the project by the Owner.
(d) Withholding Payments. The Owner may withhold from any payment otherwise due
the Contractor so much as may be necessary to protect the Owner and if so elects may
also withhold any amounts due from the Contractor to any subcontractors or material
dealers, for work performed or material furnished by them. The foregoing provisions
shall be construed solely for the benefit of the Owner and will not require the Owner
to determine or adjust any claims or disputes between the Contractor and his
subcontractors or Material dealers, or to withhold any moneys for their protection
unless the Owner elects to do so. The failure or refusal of the Owner to withhold any
moneys from the Contractor shall in no way impair the obligations of any surety or
sureties under any bond or bonds furnished under this Contract.
(c) Payments. Subject to Submission of Certificates. Each payment to the Contractor by
the Owner shall be made subject to submission by the Contractor of all written
certifications required of him and his subcontractors by Section 3 hereof (relating to
labor standards) and other general and special conditions elsewhere in this contract.
(e) Final Payment.
(1) Upon satisfactory completion of the work performed under this contract, as a
condition before final payment under this contract or as a termination settlement
under this contract the contractor shall execute and deliver to the Owner a release
of all claims against the Owner arising under, or by virtue of, this contract, except
claims which are specifically exempted by the contractor to be set forth therein.
Unless otherwise provided in this contract, by State law or otherwise expressly
agreed to by the parties to this contract, final payment under this contract or
settlement upon termination of this contract shall not constitute a waiver of the
Owner's claims against the contractor or his sureties under this contract or
applicable performance and payment bonds.
(2) After final inspection and acceptance by the Owner of all work under the
Contract, the Contractor shall prepare his requisition for final payment which
shall be based upon the carefully measured or computed quantity of each item of
work at the applicable unit prices stipulated in the Agreement or cost breakdown
(if lump sum), as adjusted by approved change orders. The total amount of the
final payment due the Contractor under this contract shall be the amount
computed as described above less all previous payments.
(3) The retainage and its interest earnings, if any, shall not be paid to the Contractor
until the TWDB has authorized a reduction in, or release of, retainage on the
contract work.
9 {1
�B
(4) Withholding of any amount due the Owner, under general and/or special
conditions regarding "Liquidated Damages," shall be deducted from the final
payment due the Contractor.
8. WORKMAN'S COMPENSATION INSURANCE COVERAGE
(a) The contractor shall certify in writing that the contractor provides workers'
compensation insurance coverage for each employee of the contractor employed on
the public project.
(b) Each subcontractor on the public project shall provide such a certificate relating to
coverage of the subcontractor's employees to the general contractor, who shall
provide the subcontractor's certificate to the governmental entity.
(c) A contractor who has a contract that requires workers' compensation insurance
coverage may provide the coverage through a group plan or other method satisfactory
to the governing body of the governmental entity.
(d) The employment of a maintenance employee by an employer who is not engaging in
building or construction as the employer's primary business does not constitute
engaging in building or construction.
(e) In this section:
(1) "Building or construction" includes:
(A) erecting or preparing to erect a structure, including a building, bridge, roadway,
public utility facility, or related appurtenance;
(B) remodeling, extending, repairing, or demolishing a structure; or
(C) otherwise improving real property or an appurtenance to real property through
similar activities.
(2) "Governmental entity" means this state or a political subdivision of this state. The
term includes a municipality.
9. CHANGES
(a) The Owner may at any time, without notice to any surety, by written order, make any
change in the work within the general scope of the contract, including but not limited
to changes:
(1) In the specifications (including drawings and designs);
(2) In the time, method or manner of performance of the work;
(3) In the Owner -furnished facilities, equipment, materials, services or site, or
(4) Directing acceleration in the performance of the work.
(5) The original contract price may not be increased under this section by more than
25 percent. The original contract price may not be decreased under this section by
more than 25 percent without the consent of the contractor. (Local Government Code
2'71.060)
(b) A change order shall also be any other written order (including direction, instruction,
interpretation or determination) from the Owner which causes any change, provided
the contractor gives the Owner written notice stating the date, circumstances and
source of the order and that the contractor regards the order as a change order.
(c) Except as provided in this clause, no order, statement or conduct of the Owner shall
be treated as a change under this clause or entitle the contractor to an equitable
adjustment.
10
(d) If any change under this clause causes an increase or decrease in the contractor's cost
or the time required to perform any part of the work under this contract, whether or not
changed by any order, the Owner shall make an equitable adjustment and modify the
contract in writing. Except for claims based on defective specifications, no claim for
any change under paragraph (a)(2) above shall be allowed for any costs incurred more
than 20 days before the contractor gives written notice as required in paragraph (a)(2).
In the case of defective specifications for which the Owner is responsible, the
t
equitable adjustment shall include any increased cost the contractor reasonably
incurred in attempting to comply with those defective specifications.
(e) If the contractor intends to assert a claim for an equitable adjustment under this
-
clause, the contractor must, within 30 days after receipt of a written change order
under paragraph (a)(1) or the furnishing of a written notice under paragraph (a)(2),
submit a written statement to the Owner setting forth the general nature and monetary
extent of such claim The Owner may extend the 30-day period. The contractor may
include the statement of claim in the notice under paragraph (2) of this changes clause.
(f) No claim by the contractor for an equitable adjustment shall be allowed if made after
_
final payment under this contract.
(g) Changes that involve an increase in price will be supported by documentation of the
cost components.
t
10. PREVAILING WAGE RATES
This Contract is subject to Government Code Chapter 2258 concerning payment of
Prevailing Wage Rates. The Owner will determine what are the general prevailing rates
in accordance with the statute. The applicable provisions include, but are not limited to
the following:
§ 2258.021. Right to be Paid Prevailing Wage Rates
(a) A worker employed on a public work by or on behalf of the state or a political
subdivision of the state shall be paid:
(1) not less than the general prevailing rate of per diem wages for work of a
-
similar character in the locality in which the work is performed; and
(2) not less than the general prevailing rate of per diem wages for legal holiday
and overtime work.
(b) Subsection (a) does not apply to maintenance work.
(c) A worker is employed on a public work for the purposes of this section if the worker
is employed by a contractor or subcontractor in the execution of a contract for the
public work with the state, a political subdivision of the state, or any officer or public
body of the state or a political subdivision of the state.
`
Added by Acts 1995, 74th Leg., ch. 76, § 5.49(a), eff. Sept. 1, 1995. Amended by Acts
1997, 75th Leg., ch. 165, § 18.01, eff. Sept. 1, 1997.
IJ
§ 2258.023. Prevailing Wage Rates to be Paid by Contractor and Subcontractor;
Penalty
(a) The contractor who is awarded a contract by a public body or a subcontractor of the
'
contractor shall pay not less than the rates determined under Section 2258.022 to a
worker employed by it in the execution of the contract.
(b) A contractor or subcontractor who violates this section shall pay to the state or a_s
political subdivision of the state on whose behalf the contract is made, $60 for each
worker employed for each calendar day or part of the day that the worker is paid less
j
11
3 1
than the wage rates stipulated in the contract. A public body awarding a contract shall
specify this penalty in the contract.
(c) A contractor or subcontractor does not violate this section if a public body awarding a
contract does not determine the prevailing wage rates and specify the rates in the
contract as provided by Section 2258.022.
(d) The public body shall use any money collected under this section to offset the costs
incurred in the administration of this chapter.
(e) A municipality is entitled to collect a penalty under this section only if the
municipality has a population of more than 10,000.
Added by Acts 1995, 74th Leg., ch. 76, § 5.49(a), eff. Sept. 1, 1995.
` § 2258.024. Records
(a) A contractor and subcontractor shall keep a record showing:
(1) the name and occupation of each worker employed by the contractor or
subcontractor in the construction of the public work; and
(2) the actual per diem wages paid to each worker.
(b) The record shall be open at all reasonable hours to inspection by the officers and
agents of the public body.
Added by Acts 1995, 74th Leg., ch. 76, § 5.49(a), eff. Sept. 1, 1995.
§ 2258.025. Payment Greater Than Prevailing Rate Not Prohibited
This chapter does not prohibit the payment to a worker employed on a public work an
` amount greater than the general prevailing rate of per diem wages.
Added by Acts 1995, 74th Leg., ch. 76, § 5.49(a), eff. Sept. 1, 1995.
11. ARCHEOLOGICAL DISCOVERIES AND CULTURAL RESOURCES
No activity which may affect a State Archeological Landmark is authorized until the
Owner has complied with the provisions of the Antiquities Code of Texas. The Owner
has previously coordinated with the appropriate agencies and impacts to known cultural
or archeological deposits have been avoided or mitigated. However, the Contractor may
encounter unanticipated cultural or archeological deposits during construction.
If archeological sites or historic structures are discovered after construction operations
are begun, the Contractor shall immediately cease operations in that particular area and
notify the Owner, the TWDB, and the Texas Historical Commission, (512-463-6096).
The Contractor shall take reasonable steps to protect and preserve the discoveries until
they have been inspected by the Owner's representative and the TWDB. The Owner will
promptly coordinate with the Texas Historical Commission and any other appropriate
agencies to obtain any necessary approvals or permits to enable the work to continue.
The Contractor shall not resume work in the area of the discovery until authorized to do
so by the Owner.
12. ENDANGERED SPECIES
No activity is authorized that is likely to jeopardize the continued existence of a
threatened or endangered species as listed or proposed for listing under the Federal
Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on
Endangered Species, or to destroy or adversely modify the habitat of such species.
12
r
If a threatened or endangered species is encountered during construction, the Contractor
shall immediately cease work in the area of the encounter and notify the Owner, who will
immediately implement actions in accordance with the ESA and applicable State statutes.
These actions shall include reporting the encounter to the TWDB, the U. S. Fish and
Wildlife Service, and the Texas Parks and Wildlife Department, obtaining any necessary
approvals or permits to enable the work to continue, or implement other mitigative
actions. The Contractor shall not resume construction in the area of the encounter until f
authorized to do so by the Owner.
13. HAZARDOUS MATERIALS
Materials utilized in the project shall be free of any hazardous materials, except as may
be specifically provided for in the specifications.
If the Contractor encounters existing material on sites owned or controlled by the Owner
or in material sources that are suspected by visual observation or smell to contain
hazardous materials, the Contractor shall immediately notify the Engineer and the Owner.
The Owner will be responsible for the testing for and removal or disposition of hazardous
materials on sites owned or controlled by the Owner. The Owner may suspend the work,
wholly or in part during the testing, removal or disposition of hazardous materials on
sites owned or controlled by the Owner.
14. PROJECT SIGN
A project IDENTIFICATION SIGN will be provided to the contractor. The contractor
shall erect the sign in a prominent location at the construction project site or along a
major thoroughfare within the community as directed by the Owner.
15.OPERATION AND MAINTENANCE MANUALS AND TRAINING
(a) The Contractor shall obtain installation, operation, and maintenance manuals from
manufacturers and suppliers for equipment furnished under the contract. The
Contractor shall submit three copies of each complete manual to the Engineer within
90 days after approval of shop drawings, product data, and samples, and not later than
the date of shipment of each item of equipment to the project site or storage location.
(b) The Owner shall require the Engineer to promptly review each manual submitted,
noting necessary corrections and revisions. If the Engineer rejects the manual, the
Contractor shall correct and resubmit the manual until it is acceptable to Engineer as
being in conformance with design concept of project and for compliance with
information given in the Contract Documents. Owner may assess Contractor a charge
for reviews of same items in excess of three (3) times. Such procedure shall not be
considered cause for delay. Acceptance of manuals by Engineer does not relieve
Contractor of any requirements of terms of Contract.
(c) The Contractor shall provide the services of trained, qualified technicians to check
final equipment installation, to assist as required in placing same in operation, and to
instruct operating personnel in the proper manner of performing routine operation and
maintenance of the equipment.
13
i
4
(d) Operations and maintenance manuals specified hereinafter are in addition to any
operation, maintenance, or installation instructions required by the Contractor to
install, test, and start-up the equipment.
(e) Each manual to be bound in a folder and labeled to identify the contents and project
to which it applies. The manual shall contain the following applicable items:
(1) A listing of the manufacturer's identification, including order number, model,
serial number, and location of parts and service centers.
(2) A list of recommended stock of parts, including part number and quantity.
(3) Complete replacement parts list.
(4) Performance data and rating tables.
(5) Specific instructions for installation, operation, adjustment, and maintenance.
(6) Exploded view drawings for major equipment items.
(7) Lubrication requirements.
(8) Complete equipment wiring diagrams and control schematics with terminal
identification.
16. AS -BUILT DIMENSIONS AND DRAWINGS
(a) Contractor shall make appropriate daily measurements of facilities constructed and
keep accurate records of location (horizontal and vertical) of all facilities.
(b) Upon completion of each facility, the Contractor shall fiirnish Owner with one set of
direct prints, marked with red pencil, to show as -built dimensions and locations of all
work constructed. As a minimum, the final drawings shall include the following:
(1) Horizontal and vertical locations of work.
(2) Changes in equipment and dimensions due to substitutions.
(3) "Nameplate" data on all installed equipment.
(4) Deletions, additions, and changes to scope of work.
(5) Any other changes made.
Forms to be submitted with executed contracts:
• ._xar�tt�tcr�_ rrc;t o1' ASSL.*r-,tzlcC (ED-103)
• C«nii ido s act uf' t;ssurww 1�e4olwion (ED-104)
14
File: Excerpts TWC WRD-021
The following excerpts from the Texas Water Code are hereby made a part of this contract. In the event
there are any conflicts between these requirements and requirements of the specifications, these excerpts
will govern.
CONSTRUCTION CONTRACT REQUIREMENTS
Pursuant to § 17.183 of the Texas Water Code, the governing body of each political subdivision receiving
financial assistance from the board shall require in all contracts for the construction of a project:
(1) that each bidder furnish a bid guarantee equivalent to five percent of the bid
price;
(2) that each contractor awarded a construction contract furnish performance and
payment bonds:
(A) the performance bond shall include without limitation guarantees that
work done under the contract will be completed and performed according
to approved plans and specifications and in accordance with sound
construction principles and practices; and
(B) the performance and payment bonds shall be in a penal sum of not less
than 100 percent of the contract price and remain in effect for one year
beyond the date of approval by the engineer of the political subdivision;
and
(3) that payment be made in partial payments as the work progresses;
(4) that each partial payment shall not exceed 95 percent of the amount due at the
time of the payment as shown by the engineer of the project, but, if the project is
substantially complete, a partial release of the five percent retainage may be made
by the political subdivision with approval of the executive administrator;
(5) that payment of the retainage remaining due upon completion of the contract
shall be made only after:
(A) approval by the engineer for the political subdivision as required
under the bond proceedings;
(B) approval by the governing body of the political subdivision by a
resolution or other formal action; and
(C) certification by the development fund manager in accordance with the
rules of the board that the work to be done under the contract has been
completed and performed in a satisfactory manner and in accordance with
sound engineering principles and practices;
(6) that no valid approval may be granted unless the work done under the contract
has been completed and performed in a satisfactory manner according to
approved plans and specifications; and
r
(7) that, if a political subdivision receiving financial assistance under Subchapter
K of this chapter, labor from inside the political subdivision be used to the extent
possible.
FILING CONSTRUCTION CONTRACT
The political subdivision shall file with the Board a certified copy of each construction contract it enters
into for the construction of all or part of a project. Each contract shall contain or have attached to it the
specifications, plans, and details of all work included in the contract.
INSPECTION OF PROJECTS
1. the Board may inspect the construction of a project at any time to assure that:
a. the contractor is substantially complying with the approved engineering plans
of the project; and
b. the contractor is constructing the project in accordance with sound engineering
principles.
2. inspection of a project by the Board does not subject the State to any civil liability.
ALTERATION OF PLANS
After the Executive Administrator approves the engineering plans, a political subdivision may not make
any substantial or material alteration in the plans unless the Executive Administrator authorizes the
alteration in accordance with the rules of the Board.
CERTIFICATE OF APPROVAL
The Executive Administrator may consider the following as grounds for refusal to give a Certificate of
Approval for any construction contract:
1. failure to construct the project according to approved plans;
2. failure to construct the works in accordance with solid engineering principles;
or
3. failure to comply with any terms of the contract.
Texas Administrative Code Next Rule>>
TITLE 28 INSURANCE
PART 2 TEXAS DEPARTMENT OF INSURANCE,
DIVISION OF WORKERS' COMPENSATION
CHAPTER 110 REQUIRED NOTICES OF COVERAGE
SUBCHAPTER B EMPLOYER NOTICES
RULE §110.110 Reporting Requirements for Building or
Construction Projects for Governmental Entities
(a) The following words and terms, when used in this rule, shall have the following
meanings, unless the context clearly indicates otherwise. Terms not defined in this rule
shall have the meaning defined in the Texas Labor Code, if so defined.
(1) Certificate of coverage (certificate) --A copy of a certificate of insurance, a certificate
of authority to self -insure issued by the commission, or a workers' compensation
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
(including those subject to a coverage agreement) providing services on a project, for the
duration of the project.
(2) Building or construction --Has the meaning defined in the Texas Labor Code,
§406.096(e)(1).
(3) Contractor --A person bidding for or awarded a building or construction project by a
governmental entity.
(4) Coverage --Workers' compensation insurance meeting the statutory requirements of
the Texas Labor Code, §401.011(44).
(5) Coverage agreement --A written agreement on form TWCC-81, form TWCC-82,
form TWCC-83, or form TWCC-84, filed with the Texas Workers' Compensation
Commission which establishes a relationship between the parties for purposes of the
Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406,
Subchapters F and G, as one of employer/employee and establishes who will be
responsible for providing workers' compensation coverage for persons providing services
on the project.
(6) Duration of the project --Includes the time from the beginning of work on the project
until the work on the project has been completed and accepted by the governmental
entity.
(7) Persons providing services on the project ("subcontractor" in §406.096 of the Act) --
With the exception of persons excluded under subsections (h) and (i) of this section,
includes all persons or entities performing all or part of the services the contractor has
undertaken to perform on the project, regardless of whether that person contracted
directly with the contractor and regardless of whether that person has employees. This
includes but is not limited to independent contractors, subcontractors, leasing companies,
motor carriers, owner -operators, employees of any such entity, or employees of any
entity furnishing persons to perform services on the project. "Services" includes but is not
limited to 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.
(8) Project --Includes the provision of all services related to a building or construction
contract for a governmental entity.
(b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a
representation by the insured that all employees of the insured who are providing services
on the project are covered by workers' compensation coverage, that the coverage is based
on proper reporting of classification codes and payroll amounts, and that all coverage
agreements have been 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 certificates of coverage, or failing to provide or maintain required coverage,
or failing to report any change that materially affects the provision of coverage may
subject the contractor or other person providing services on the project to administrative
penalties, criminal penalties, civil penalties, or other civil actions.
(c) A governmental entity that enters into a building or construction contract on a project
shall:
(1) include in the bid specifications, all the provisions of paragraph (7) of this
subsection, using the language required by paragraph (7) of this subsection;
(2) as part of the contract, using the language required by paragraph (7) of this
subsection, require the contractor to perform as required in subsection (d) of this section;
'
(3) obtain from the contractor a certificate of coverage for each person providing
services on the project, prior to that person beginning work on the project;
(4) obtain from the contractor a new certificate of coverage showing extension of
coverage:
(A) before the end of the current coverage period, if the contractor's current certificate
of coverage shows that the coverage period ends during the duration of the project; and
,
(B) no later than seven days after the expiration of the coverage for each other person
providing services on the project whose current certificate shows that the coverage period
ends during the duration of the project;
(5) retain certificates of coverage on file for the duration of the project and for three
years thereafter;
(6) provide a copy of the certificates of coverage to the commission upon request and to
any person entitled to them by law; and
(7) use the language contained in the following Figure 1 for bid specifications and
contracts, without any additional words or changes, except those required to
accommodate the specific document in which they are contained or to impose stricter
standards of documentation:Attached Graphic
g
(d) A contractor shall:
(1) provide coverage for its employees providing services on a project, for the duration
of the project based on proper reporting of classification codes and payroll amounts and
filing of any coverage agreements;
(2) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(3) provide the governmental entity, prior to the end of the coverage period, a new
certificate of coverage showing extension of coverage, if the coverage period shown on
I
the contractor's current certificate of coverage ends during the duration of the project;
' (4) obtain from each person providing services on a project, and provide to the
' governmental entity:
_s (A) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(B) no later than seven days after receipt by the contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and
for one year thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery,
-� within ten days after the contractor knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on the
project;
(7) post a notice on each project site informing all persons providing services on the
project that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other posting
requirements imposed by the Act or other commission rules. This notice must be printed
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:Attached
Graphic
(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 the duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning
work on the project;
(C) include in all contracts to provide services on the project the language in
subsection (e)(3) of this section;
(D) 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;
(E) 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;
(F) retain all required certificates of coverage on file for the duration of the project and
for one year thereafter;
(G) notify the governmental entity in writing by certified mail or personal delivery,
within ten 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
(H) contractually require each other person with whom it contracts, to perform as
required by subparagraphs (A)-(H) of this paragraph, with the certificate of coverage to
be provided to the person for whom they are providing services.
(e) A person providing services on a project, other than a contractor, shall:
(1) provide coverage for its employees providing services on a project, for the duration
of the project based on proper reporting of classification codes and payroll amounts and
filing of any coverage agreements;
(2) provide a certificate of coverage as required by its contract to provide services on the
project, prior to beginning work on the project;
(3) have the following language in its contract to provide services on the project: "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 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."
(4) provide the person for whom it is providing services on the project, prior to the end
of the coverage period shown on its current certificate of coverage, a new certificate
showing extension of coverage, if the coverage period shown on the certificate of
coverage ends during the duration of the project;
(5) obtain from each person providing services on a project under contract to it, and
provide as required by its contract:
(A) a certificate of coverage, prior to the other person beginning work on the project;
and
(B) 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;
(6) retain all required certificates of coverage on file for the duration of the project and
for one year thereafter;
(7) notify the governmental entity in writing by certified mail or personal delivery, of
any change that materially affects the provision of coverage of any person providing
services on the project and send the notice within ten days after the person knew or
should have known of the change; and
(8) contractually require each other person with whom it contracts to:
(A) provide coverage based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements for all of its employees providing
services on the project, for the duration of the project;
(B) provide a certificate of coverage to it prior to that other person beginning work on
the project;
(C) include in all contracts to provide services on the project the language in paragraph
t
(3) of this subsection;
' (D) provide, 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) obtain from each other person under contract to it to provide services on the
project, and provide as required by its contract:
(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
4 extension of the coverage period, if the coverage period shown on the current certificate
of coverage ends during the duration of the contract;
(F) retain all required certificates of coverage on file for the duration of the project and
for one year thereafter;
(G) notify the governmental entity in writing by certified mail or personal delivery,
within ten 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
(H) contractually require each person with whom it contracts, to perform as required
by this subparagraph and subparagraphs (A)-(G) of this paragraph, with the certificate of
coverage to be provided to the person for whom they are providing services.
(f) If any provision of this rule or its application to any person or circumstance is held
invalid, the invalidity does not affect other provisions or applications of this rule that can
be given effect without the invalid provision or application, and to this end the provisions
of this rule are declared to be severable.
(g) This rule is applicable for building or construction contracts advertised for bid by a
governmental entity on or after September 1, 1994. This rule is also applicable for those
building or construction contracts entered into on or after September 1, 1994, which are
not required by law to be advertised for bid.
(h) The coverage requirement in this rule does not apply to motor carriers who are
required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas
Department of Transportation and who provide accidental insurance coverage pursuant to
Texas Civil Statutes, Article 6675c, §40).
(i) The coverage requirement in this rule does not apply to sole proprietors, partners, and
corporate officers who meet the requirements of the Act, §406.097(c), and who are
explicitly excluded from coverage in accordance with the Act, §406.097(a) (as added by
House Bill 1089, 74th Legislature, 1995, § 1.20). This subsection applies only to sole
proprietors, partners, and corporate executive officers who are excluded from coverage in
an insurance policy or certificate of authority to self -insure that is delivered, issued for
delivery, or renewed on or after January 1, 1996.
Source Note: The provisions of this § 110.110 adopted to be effective September 1, 1994,
19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609
Next Page
List of Titles I List of Tales 4
BD-103
01/03rof
CONTRACTOR'S ACT OF ASSURANCE
STATE OF'Xg COLORADO
COUNTY OF PUEBLO
BEFORE ME, Donita S . Jordan a Notary Public duly commissioned and qualified
Colorado
in and for the County of Pueblo in the State of 'Kdiclis came and appeared
HCP Constructors, Inc. , as represented by John F. Bowen , the
corporation's President , who declares hence is authorized to
represent HCP Constructors, Inc. pursuant to provisions of a resolution
adopted by said corporation on the 17th day of November , 20 10
(a duly certified copy of such resolution is attached to and is hereby made a part of this
document).
John F. Bowen , as the representative of HCP Constructors Inp.
declares that HCP Constructors, Inc. assures the Texas Water Development
Board that it will construct contract #9453 project at Lubbock , Texas,
in accordance with sound construction practice, all laws of the State of Texas, and the rules
of the Texas Water Development Board.
GIVEN UNDER MY HAND and seal of office this 17th day
of November
20a 10 A.D. '
,z)
Donita S. Jor an
Printed Name
My Commission expires 7 / 21 / 13
No Text
SECRETARY'S CERTIFICATE OF ADOPTION
OF BOARD OF RESOLUTIONS
I Jake R. Michel, American citizen of legal age, and the Corporate Secretary of HCP Constructors,
Inc. A Corporation organized and existing under the laws of the State of Colorado U.S.A. does hereby
certify:
THAT action by consent of the Board of Directors of HCP Constructors, Inc. on June 30, 2010
hereby duly approves and adopted the following:
RESOLVED, that the Corporation does hereby recommend and approve John F. Bowen in his role
as President signing of ANY AND ALL CONSTRUCTION CONTRACTS, CONSTRUCTION BID DOCUMENTS,
AND BOND DOCUMENTS
It is finally certified that the foregoing Resolution has not been amended, repealed, or otherwise
superseded to date.
WITNESS my signature and the 30th day of June, 2010 at Pueblo West Colorado U.S.A.
akeMhel
Corporate Secretary
t
j01005 DEFINITIONS AND TERMINOLOGY
1.00 GENERAL
1.01 SPECIFICATION TERMINOLOGY
A. "Engineer" or "Architect" means Freese and Nichols, Inc., Architects and Engineers, 4055
International Plaza, Ste. 200, Fort Worth, Texas 76109-4895, or its designated representative.
B. "Furnish" means to supply, deliver and unload materials and equipment at the project site
ready to install.
C. "Install" means the operations at the project site including unpacking, assembly, erection,
placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning,
training and similar operations required to prepare the materials and equipment for use, verify
conformance with Contract Documents and prepare for acceptance and operation by the
Owner.
D. "Provide" means to furnish and install materials and equipment.
E. "Perform" means to complete the operations necessary to comply with the Contract
Documents.
F. "Indicated" means graphic representations, notes, or schedules on drawings, or other
requirements in Contract Documents. Words such as "shown", "noted", "scheduled", are
used to help locate the reference. No limitation on the location is intended unless specifically
noted.
G. "Specified" means written representations in the bid documents or the technical
specifications.
H. "Regulation" means laws, statutes, ordinances, and lawful orders issued by authorities having
jurisdiction, as well as, rules, conventions, and agreements within the construction industry
that control performance of work, whether they are lawfully imposed by authorities having
jurisdiction or not.
I. "Installer" means an entity engaged by Contractor, either as an employee, subcontractor, or
sub -subcontractor to install materials and/or equipment. Installers are to have successfully
completed a minimum of five projects similar in size and scope to this project, have a
minimum of five years of experience in the installation of similar materials and equipment, and
comply with the requirements of the authority having jurisdiction.
J. "Manufacturer" means an entity engaged by Contractor, as a subcontractor, or
sub -subcontractor to furnish materials and/or equipment. Manufacturers are to have a
minimum of five years experience in the manufacture of materials and equipment similar in
size, capacity and scope to the specified materials and equipment.
K. "Project site" means the space available to perform the work, either exclusively or in
conjunction with others performing construction at the project site.
L. "Testing laboratory" means an independent entity engaged to perform specific inspections or
tests, either at the project site or elsewhere, and to only report the results of those inspections
or tests.
Definitions and Terminology 01005-1
PSC08325B - Lake Alan Henry Pipeline — Contract B
M. "Listed" means equipment is included in a list published by a nationally recognized laboratory
which makes periodic inspection of production of such equipment and states that such
equipment meets nationally recognized standards or has been tested and found safe for use
in a specified manner.
N. "Labeled" means equipment that embodies a valid label, symbol, or other identifying mark of a
nationally recognized testing laboratory such as Underwriters Laboratories, Inc., and
production is periodically inspected in accordance with nationally recognized standards or
tests to determine safe use in a specified manner.
O. "Certified" used in context with materials and equipment means the material and equipment
has been tested and found by a nationally recognized testing laboratory to meet specification
requirements, or nationally recognized standards if requirements are not specified, and is safe
for use in the specified manner. Production of the equipment must be periodically inspected
by a nationally recognized testing laboratory and the equipment must bear a label, tag, or
other record of certification.
"Certified" used in context with labor performance or ability to install materials and equipment
means that the abilities of the proposed installer have been tested by an representative of the
specified testing agency authorized to issue certificates of competency and has met the
prescribed standards for certification.
"Certified" used in context with test reports, payment requests or other statements of fact
means that the statements made on the document are a true statement as attested to by the
certifying entity.
1.02 SPECIFICATION SENTENCE STRUCTURE
A. Specifications are written in modified brief style. Requirements apply to all work of the same
kind, class, and type even though the word "all" is not stated.
B. Simple imperative sentence structure is used which places a verb as the first word in the
sentence. It is understood that the words "furnish", "install", "provide", or similar words include
the meaning of the phrase "The Contractor shall..." before these words.
C. It is understood that the words "directed", "designated", "requested", "authorized", "approved",
"selected", or similar words include the meaning of the phrase "by the Engineer" after these
words unless otherwise stated. Use of these words does not extend the Engineer's
responsibility for construction supervision or responsibilities beyond those defined in the
General Conditions.
D. "At no additional cost to Owner", "With no extra compensation to Contractor", "At Contractor's
own expense", or similar words mean that the Contractor will perform or provide specified
operation of work without any increase in the Contract Amount. It is understood that the cost
for performing all work is included in the amount bid and will be performed at no additional
cost to the Owner unless specifically stated otherwise.
1.03 DOCUMENT ORGANIZATION
A. The contract requirements described in the General Conditions, Supplementary Conditions
and Division 1 apply to each and all specification sections unless specifically noted otherwise.
B. Organization of Contract Documents is not intended to control or to lessen the responsibility of
the Contractor when dividing work among subcontractors, or to establish the extent of work to
be performed by any trade, subcontractor or vendor. Specifications or details do not need to
be indicated or specified in each specification or drawing. Items shown in the contract
documents are applicable regardless of location in the Contract Documents.
Definitions and Terminology 01005-2
PSC08325B - Lake Alan Henry Pipeline — Contract B
f
C. Standard paragraph titles and other identifications of subject matter in the specifications are
intended to aid in locating and recognizing various requirements of the specifications. Titles
do not define, limit, or otherwise restrict specification text.
D. Capitalizing words in the text does not mean that these words convey special or unique
meanings or have precedence over other parts of the Contract Documents. Specification text
governs over titling and it is understood that the specification is to be interpreted as a whole.
E. Drawings and specifications do not indicate or describe all of the work required to complete
the project. Additional details required for the correct installation of selected products are to
be provided by the Contractor and coordinated with the Engineer. Provide any work,
materials or equipment required for a complete and functional system even if they are not
detailed or specified.
1.04 INTERPRETATIONS OF DOCUMENTS
A. Comply with the most stringent requirements where compliance with two (2) or more
standards is specified, and they establish different or conflicting requirements for minimum
quantities or quality levels, unless Contract Documents indicate otherwise.
1. Quantity or quality level shown or indicated shall be minimum to be provided or performed
in every instance.
2. Actual installation may comply exactly with minimum quality indicated, or it may exceed
that minimum within reasonable limits.
3. In complying with these requirements, indicated numeric values are minimum or
maximum values, as noted, or appropriate for context of requirements.
4. Refer instances of uncertainty to the Engineer for a decision before proceeding.
B. Provide materials and equipment comparable in quality to similar materials and equipment
incorporated in the project or as required to meet the minimum requirements of the
application if the materials and equipment are shown in the drawings but are not included in
the specifications.
1.05 REFERENCE STANDARDS
A. Comply with applicable construction industry standards as if bound or copied directly into the
Contract Documents regardless of lack of reference in the Contract Documents. Apply
provisions of the Contract Documents where Contract Documents include more stringent
requirements than the referenced standards.
1. Standards referenced directly in the Contract Documents take precedence over standards
that are not referenced but recognized in the construction industry as applicable.
2. Comply with standards not referenced but recognized in the construction industry as
applicable for performance of the work except as otherwise limited by the Contract
Documents. The Engineer determines whether code or standard is applicable, or which
of several are applicable.
B. Consider a referenced standard to be the latest edition with supplements or amendments
when a standard is referred to in an individual specification section but is not listed by title and
date.
C. Trade association names and title of general standards are frequently abbreviated. Acronyms
or abbreviations used in the Contract Documents mean the recognized name of trade
association, standards generating organization, authority having jurisdiction, or other entity
applicable in the context of the Contract Documents. Refer to "Encyclopedia of Associations,"
published by Gale Research Company.
D. Make copies of reference standards available as requested by Engineer or Owner.
- = Definitions and Terminology 01005-3
PSC08325B - Lake Alan Henry Pipeline — Contract B
1.06 SUBSTITUTIONS AND EQUAL PRODUCTS
Provide materials and equipment manufactured by the entities specifically listed in each technical
specification section. Submit a Contractor's Modification Request per Section 01300,
SUBMITTALS for substitution of materials and equipment of manufacturers not specifically listed
or for materials and equipment that does not strictly comply with the Contract Documents.
END OF SECTION
Definitions and Terminology 01005-4
PSCO8325B - Lake Alan Henry Pipeline — Contract B
01010 SUMMARY OF WORK
1.00 GENERAL
1.01 WORK INCLUDED
A. Construct work as described in the Contract Documents.
1. Provide the materials, equipment, and incidentals required to make the project completely
operable.
2. Provide the labor, equipment, tools, and consumable supplies required for a complete
project.
3. Provide the civil, architectural, structural, mechanical, electrical, instrumentation and all
other work required for a complete and operable project.
4. Test and place the completed project in operation.
5. Provide the special tools, spare parts, lubricants, supplies, or other materials as required.
6. Drawings and specifications do not indicate or describe all of the work required to
complete the project. Additional details required for the correct installation of selected
products are to be provided by the Contractor and coordinated with the Engineer.
1.02 JOB CONDITIONS
A. The General Conditions, the Supplementary Conditions, and Division One specifications apply
to each specification sections.
B. Comply with all applicable state and local codes and regulations pertaining to the nature and
character of the work being performed.
1.03 DESCRIPTION OF WORK
A. Work is described in general, non -inclusive terms as:
1. The project includes the installation of the Lake Alan Henry Water Supply Project — 48
inch Pipeline and associated appurtenances.
2. Installation of a fiber optic inner duct and associated appurtenances
1.04 WORK UNDER OTHER CONTRACTS
A. The following items of work are not included in this contract, but may impact construction
scheduling, testing, and start up:
1. The owner will release other construction contracts for the Lake Alan Henry Water Supply
Project while this contract is in progress. Cooperate with other contractors as required
with regard to scheduling, storage of materials, coordination, use of land, tie-ins, site
restoration, and job site harmony. Report any potential conflicts between this work and
other contracts immediately to the owner. Other contracts for the project may include but
are not limited to:
a. Raw Water Pump Stations and Ground Storage Tanks
b. Water Treatment Plant
c. Fiber Optic Installer
d. Electrical Substations and Transmission Power Lines
In the case of a disagreement between the above list and those specified elsewhere in the
Contract Documents, the Contractor is to base his bid on the most expensive listing.
B. Completion of the work described in this contract may impact the construction and testing of
the items listed above.
1. Coordinate construction activities through the Engineer.
t Summary of Work 01010-1
PSCO8325B - Lake Alan Henry Pipeline — Contract B
i
2. Pay claims for damages which result from the late completion of the project or any
specified milestones.
1.05 WORK BY OWNER
A. The Owner plans to perform the following items of work (which may include SCADA
installation and programming) which are not included in this contract, but may impact
construction scheduling, testing, and start up:
1. Lake Alan Henry Pump Station
2. Post Booster Pump Station and Ground Storage Tank
3. Transmission Power Lines and Substations
B. Completion of the work described in this contract may impact the Construction and testing of
the items listed above.
1. Coordinate construction activities through the Engineer.
2. Pay claims for damages which result from the late completion of the project or any
specified milestones.
C. Owner will provide normal operation and maintenance of the existing facilities during
construction, unless otherwise stated.
1.06 CONSTRUCTION OF UTILITIES
A. Utility Companies or their contractors will provide new or enhanced utilities for this project.
Coordinate with others performing work connected to this project.
B. Power and Electrical Services
1. Owner will provide permanent power connections for the project site through the power
utility.
2. Cost for providing permanent power will be paid for by the Owner.
3. Contractor is required to coordinate and cooperate with others performing this work.
4. Provide conduit, conductors, pull boxes, manholes, and other appurtenances for the
installation of power cable between the transformer and the 200 foot boundary of the
rectifier site and between the transformer and the main power switch.
5. Test conductors in accordance with Section 01400, QUALITY CONTROL, and coordinate
with the power company to energize the system when ready.
6. Pay for temporary power, including but not limited to construction cost, meter connection,
fees and permits.
7. When permanent power is available at the site, the Contractor may use this power source
in lieu of temporary power source he has been using.
e. Notify Engineer and Owner of intent to use the permanent power source.
f. Arrange with the Power Utility and pay the charges for connections and monthly
charges for use of this power.
8. Pay for the power consumed until the project has been accepted as substantially
complete.
1.07 OCCUPANCY
A. As soon as any portion of the structure and equipment are ready for use, the Owner shall
have the right to operate the portion upon written notice to the Contractor.
B. Testing of equipment and appurtenances including specified test periods, training, and
start-up does not constitute acceptance for operation.
Summary of Work 01010-2
PSC08325B - Lake Alan Henry Pipeline — Contract B ,
C. Owner may accept the facility for continued use after start-up and testing at the option of the
Owner. If acceptance is delayed at the option of the Owner, shut down facilities per approved
Operation and Maintenance procedures.
D. The execution of bonds is understood to indicate the consent of the surety.
E. Provide an endorsement from the Insurance Carrier permitting occupancy of the structures
and use of equipment during the remaining period of construction.
F. Conduct operations to insure the least inconvenience to the Owner and general public.
1.08 CONTRACTOR'S USE OF PROJECT SITE
A. Limit the use of project site for work and storage to the areas approved by the Owner.
B. Coordinate the use of the premises with the Engineer.
C. Assume full responsibility for the protection and safekeeping of products stored at the site.
D. Store products to allow owner access for maintenance and operations.
E. Obtain and pay for the use of any additional storage or work areas needed for construction.
F. Any damage to existing facilities, including contamination, caused by the Contractor's
personnel, visitors, materials, or equipment, shall be repaired or corrected at the Contractor's
expense.
G. No alcoholic beverages or illegal substances shall be permitted on the site at any time.
H. No concealed or illegal weapons shall be permitted on the site at any time.
2.00 PRODUCTS
2.01 MATERIALS
Provide materials and products per the individual sections of the specifications.
END OF SECTION
Summary of Work 01010-3
PSC08325B - Lake Alan Henry Pipeline — Contract B
No Text
i
E
01030 SPECIAL PROCEDURES
1.00 GENERAL
1.01 CONSTRUCTION SEQUENCE
A. Perform the work as required to complete the entire project within the contract time and in the
sequence stipulated below:
1. Work shall begin at Station 0+00 and proceed westward
B. Consider the sequences, duration limitations, and governing factors outlined in this Section to
prepare the schedule for the work.
C. Perform the work not specifically described in this Section as required to complete the entire
project within the contract time.
1.02 SHUT DOWNS AND PLANS OF ACTION
D. Shut -downs of operations or equipment must be planned and scheduled.
1. Submit a written plan of action for approval for shutting down essential services. These
include:
a. Tie -In to Post Pump Station
b. Tie -In to Contract C Pipeline
c. Disposal of Water
2. Describe the following in the Plan of Action:
a. Construction necessary
b. Utilities, piping, or services affected
c. Length of time the service or utility will be disturbed
d. Procedures to be used to carry out the work
e. Plan of Action to handle emergencies
f. Contingency plan that will be used if the original schedule cannot be met
3. Tie-ins to existing pipelines may require disposal of water in pipelines where isolation
valves are not available. The Contractor shall be responsible for determining a plan of
action to dispose of water and make the tie-in. Others will refill the pipeline, if necessary.
4. Plan must be received by the Owner two (2) weeks prior to beginning the work.
E. The Owner has identified "Critical Operations" that must not be out of service longer than the
designated maximum out of service time and/or must be performed only during the
designated times.
1. Work affecting "Critical Operations" is to be performed on a 24-hour a day basis until
operations have been restored.
2. Provide additional work force and equipment as required to complete the work affecting
"Critical Operations" within the allotted time.
3. Include the cost for work affecting "Critical Operations" in the contract proposal.
4. Designated Critical Operations are:
5. Liquidated damages will be assessed if work on "Critical Operations" is not completed
within the time indicated.
a. These items are critical to the overall operation.
b. Loss of pump station operations can subject the Owner to loss of revenue, additional
operations cost, and fines from regulatory agencies.
c. Liquidated damages have been established for each critical operation:
Special Procedures 01030-1
PSCO8325B - Lake Alan Henry Pipeline — Contract B
r
1.03 SPECIAL REQUIREMENTS
Included in the Appendix is the requirements for the Nationwide 12 Permit. The project is
authorized under Nationwide Permit 12 for utility line discharges and Nationwide Permit No. 14 for
road crossings. These permits and accompanying requirements are included and made a part of
the requirements for this project. It is the Contractor's responsibility to meet these requirements.
1.04 DISPOSAL OF EXCESS EXCAVATED MATERIAL
The Contractor is responsible for properly disposing of all excess excavated material in
accordance with all federal, state and local laws, ordinances, statutes, etc. Where indicated on
the plans, excess material may be disposed on the site.
END OF SECTION
r
fl
Special Procedures
PSCO8325B - Lake Alan Henry Pipeline — Contract B
01030-2
i
01040 PROJECT ADMINISTRATION
i
' 1.00 GENERAL
1.01 WORK INCLUDED
Administer contract requirements to construct the project. Provide documentation per the
requirements of this Section. Provide information as requested by the Engineer or Owner
concerning this project.
1.02 SUBMITTALS
Submittals shall be in accordance with Section 01300, SUBMITTALS.
1.03 COMMUNICATION DURING THE PROJECT
A. The Engineer is to be the first point of contact for all parties on matters concerning this
project.
B. The Engineer will coordinate correspondence concerning:
1. Submittals, including requests for payment
2. Clarification and interpretation of the Contract Documents
3. Contract modifications
4. Observation of work and testing
5. Claims
C. The Engineer will normally communicate only with the Contractor. Any required
communication with suppliers or subcontractors will only be with the direct involvement of the
Contractor.
D. Written communications are to be directed to the Engineer at the address indicated at the
Pre -construction Conference. Communications should include as a minimum:
1. Name of the Owner
2. Project name
3. Contract title
4. Project number
5. Date
6. A reference statement
E. Submit communications on the forms referenced in this Section or in Section 01300,
SUBMITTALS.
1.04 PROJECT MEETINGS
A. Pre -construction Conference
1. Attend a pre -construction meeting.
2. The location of the conference will be determined by the Engineer.
3. The time of the meeting will be determined by the Engineer but will be after the Notice of
Award is issued and not later than fifteen (15) days after the Notice to Proceed is issued.
4. The Owner, Engineer, representative of utility companies, the Contractor's project
manager and superintendent, and representatives from major subcontractors and
suppliers must attend the meeting.
5. Contractor should provide and be prepared to discuss:
a) Preliminary construction schedule per Section 01310, PROGRESS SCHEDULE.
b) Preliminary Submittal Schedule per Section 01300.
Project Administration 01040-1
PSCO8326B - Lake Alan Henry Pipeline — Contract B
c) Schedule of values and anticipated schedule of payments per Section 01130,
MEASUREMENT AND PAYMENT.
d) List of Suppliers and Subcontractors.
e) Contractor's organizational chart as it relates to this project.
f) Letter indicating the agents of authority for the Contractor and the limit of that
authority with respect to the execution of legal documents, contract
modifications and payment requests.
B. Progress Meetings
1. Attend meetings with the Engineer and Owner.
a) Meet on a monthly basis or as requested by the Engineer to discuss the project.
b) Meet at the project site or other location as designated by the Engineer.
c) Contractor's superintendent, project manager, and other key personnel are to attend
the meeting. Other individuals may be requested to attend to discuss specific matters.
2. Provide information as requested by the Engineer or Owner concerning this project.
a) Prepare to discuss:
1) Status of overall project schedule.
2) Contractor's detailed schedule for the next month.
3) Anticipated delivery dates for equipment.
4) Coordination with the Owner.
5) Status of submittals.
6) Information or clarification of the Contract Documents.
7) Claims and proposed modifications to the contract.
8) Field observations, problems, or conflicts.
9) Maintenance of quality standards.
b) Notify the Engineer of any specific items to be discussed a minimum of one (1) week
prior to the meeting.
3. Review minutes of meetings and notify the Engineer of any discrepancies within ten (10)
days of the date of the memorandum.
a) Following that date, the minutes will stand as shown or as corrected.
b) Corrections will be reflected in the minutes of the following meeting.
c) Each issue is to be numbered to indicate the meeting number and the issue number
Issues discussed will be documented and old issues will remain on minutes of
subsequent meetings until the issue is resolved.
C. Pre -submittal and Pre -installation Meetings
1. Attend pre -submittal and pre -installation meetings as required in the individual technical
specifications or as determined necessary by the Engineer (for example, instrumentation,
roofing, concrete mix design, etc.).
2. The location of the meeting will be determined by the Engineer.
3. The time of the meeting will be determined by the Contractor when ready to proceed with
the associated work, subject to submission of an NBC and acceptance by the Engineer
and Owner of the proposed time.
4. The Owner, Engineer, the Contractor's project manager and superintendent, and
representatives from affected subcontractors and suppliers shall attend the meeting.
1.05 REQUESTS FOR INFORMATION
A. Submit Request for information (RFI) to the Engineer to obtain additional information or
clarification of the Contract Documents.
1. Submit a separate RFI for each item on the form shown in Section 01800, FORMS.
2. Attach adequate information to permit a written response without further clarification.
Engineer will return requests that do not have adequate information to the Contractor for
Project Administration 01040-2
PSC08326B - Lake Alan Henry Pipeline — Contract B
` additional information. Contractor is responsible for all delays resulting from multiple
submittals due to inadequate information.
3. A response will be made when adequate information is provided. Response will be made
on the RFI form or in attached information.
B. Response to an RFI is given to provide additional information, interpretation, or clarification of
the requirements of the Contract Documents, and does not modify the Contract Documents.
C. If the RFI indicates that a contract modification is required, the Engineer will initiate a
Proposed Contract Modification (PCM) per Paragraph 1.07.
1.06 NOTIFICATION BY CONTRACTOR
A. Notify the Engineer of:
1. Need for testing.
2. Intent to work outside regular working hours.
3. Request to shut down facilities or utilities.
4. Proposed utility connections.
5. Required observation by Engineer or inspection agencies prior to covering work.
6. Training.
B. Provide notification a minimum of two (2) weeks in advance in order to allow Owner and
Engineer time to respond appropriately to the notification.
C. Use "Notification By Contractor" form shown in Section 01800, FORMS.
1.07 REQUESTS FOR MODIFICATIONS
A. Submit a request to the Engineer for any change in the Contract Documents, Claim for
additional compensation, or approval of any deviations from the Contract Documents.
1. Use the "Contractor's Modification Request" (CMR) form shown in Section 01800,
FORMS.
2. Assign a number to the CMR when issued.
3. Include with the CMR:
a) A complete description of the proposed modification.
b) The reason the modification is requested.
c) A detailed breakdown of the cost of the change (necessary only if the modification
requires a change in contract amount). The itemized breakdown is to include:
1) list of materials and equipment to be installed,
2) manhours for labor by classification,
3) equipment used in construction,
4) consumable supplies, fuels, and materials,
5) royalties and patent fees,
6) bonds and insurance,
7) overhead and profit,
8) field office costs,
9) home office cost,
10) and other items of cost.
d) A revised schedule indicating the effect on the critical path for the project and a
statement of the number of days the project may be delayed by the modification.
4. Submit a CMR to the Engineer in order to request a field change.
5. A CMR is required for all substitutions or deviations from the Contract Documents.
6. Engineer will evaluate the request for a contract modification.
Project Administration 01040-3
n
PSCO8325B - Lake Alan Henry Pipeline — Contract B
F'
t
01041 JOB MANAGEMENT
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish equipment, manpower, products, and other items necessary to complete the project
with an acceptable standard of quality and within the contract time. Construct project in
accordance with current safety practices.
B. Manage project site to allow access to site and control construction operations.
C. Provide labor, materials, equipment and incidentals necessary to construct temporary facilities
to provide and maintain control over environmental conditions at the job site, including the
removal of temporary facilities when no longer needed.
D. Construct temporary impounding works, channels, diversions, furnishing and operation of
pumps, installing piping and fittings, and other construction for control of conditions at the site.
Remove temporary controls at the end of the project.
1.02 QUALITY ASSURANCE
A. Notify the Engineer per Section 01040, PROJECT ADMINISTRATION.
B. Employ competent workmen, skilled in the occupation for which they are employed. Provide
only first quality workmanship. Engineer and Owner shall determine if the quality of work is
acceptable.
C. A defective product is any product that has been found not to be in compliance with the
Contract Documents or is damaged prior to final completion. Defective products shall be
removed from the site immediately.
D. Defective products may remain at the site if arrangements have been made to allow repair of
the product at the site. Clearly mark the product as "defective" until removed or allowable
repairs have been completed.
1.03 SUBMITTALS
A. Submittals shall be in accordance with Section 01300, SUBMITTALS, and shall include:
1. Copies. of Manufacturer's printed storage instructions prior to delivery of the products and
installation instructions prior to beginning the work. Maintain one copy at the job site until
completion of the project.
2. Two (2) copies of all reports prepared concerning accidents, injury, or death on the
Project site to the Engineer as Record Data.
3. Incorporate field notes, sketches, recordings, and computations made by the Contractor
in Record Drawings.
1.04 CLEANING DURING CONSTRUCTION
A. When structures have been made weather -tight, keep buildings in a broom clean state at all
4 ' times. Continue cleaning on a regular basis until the structure is ready for acceptance.
B. Control dust from waste materials.
-•' Job Management 01041-1
PSC08325B - Lake Alan Henry Pipeline — Contract B
C. Provide positive methods to minimize raising dust from construction operations and provide
positive means to prevent air -borne dust from disbursing into the atmosphere.
D. Control dust and dirt from demolition, cutting, and patching operations.
1.05 STANDARDS
Perform work to comply with local, State and Federal ordinances and regulations.
1.06 COORDINATION
A. Coordinate the work of various trades having interdependent responsibilities for installing,
connecting to, and placing in service all equipment.
B. Coordinate requests for substitutions to provide compatibility of space, operating elements,
effect on the work of other trades, and on the work scheduled for early completion.
C. Coordinate the use of project space and the sequence of installation of equipment, elevators,
walks, mechanical, electrical, plumbing, or other work that is indicated diagrammatically on
the Drawings.
1. Follow routings shown for tubes, pipes, ducts, conduits, and other items as closely as
practical, with due allowance for available physical space.
2. Utilize space efficiently to maximize accessibility for Owner's installations for maintenance
and repairs.
3. Schematics are diagrammatic in nature. Adjust routing of piping, ductwork, utilities, and
location of equipment as needed to resolve spatial conflicts between the various trades at
no additional cost. Document changes in the indicated routings on the Record Drawings.
D. Where installation of one part of the work is dependent on installation of other components,
either before or after its own installation, schedule construction activities in sequence required
to obtain best results.
E. Make adequate provisions to accommodate items scheduled for later installation, including
accepted Bid Alternates, Owner -supplied, Contractor -installed items, work by others, and
installation of products purchased with allowances.
1.07 PERMITS
A. Obtain fees and permits necessary to conduct any part of the work. Contractor shall include
the cost of the permits and/or fees in bid.
B. Arrange for inspections and certification by agencies having jurisdiction over the work.
C. Make arrangements with private utility companies and pay for fees associated with obtaining
services, or for inspection fees.
1.08 POLLUTION CONTROL
A. Prevent the contamination of soil, water or atmosphere by the discharge of noxious
substances from construction operations. Provide adequate measures to prevent the creation
of noxious air -borne pollutants. Prevent dispersal of pollutants into the atmosphere. The
Contractor shall not dump or otherwise discharge noxious or harmful fluids into drains or
sewers, nor allow noxious liquids to contaminate public waterways in any manner.
Job Management 01041-2
PSCO8325B - Lake Alan Henry Pipeline — Contract B
B. Provide equipment and personnel and perform emergency measures necessary to contain
any spillage.
1. Contain chemicals in protective areas and do not dump on soil. Dispose of such
materials at off -site locations in acceptable manner.
2. If contamination of the soil does occur, excavate contaminated soil and dispose at an
off -site location.
3. Provide documentation to the Owner which states the nature and strength of the
contaminant, method of disposal, and the location of the disposal site.
4. Disposal of the contaminant is to comply with local, State and Federal regulations
regarding the disposal of pollutants.
5. Fill resulting excavations with suitable backfill and compact to the density of the
surrounding undisturbed soil.
C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or
sludge -contaminated soil is considered contaminated. Contaminated water must not be
allowed to:
• Enter streams or water courses.
• Leave the site in a non -contained form.
• Enter non -contaminated areas of the site.
1. Pump contaminated water to holding ponds constructed by the Contractor for this
purpose, or discharge to areas on the interior of the site, as designated by the Engineer.
2. Construct temporary earthen dikes or take other precautions and measures as required to
contain the contaminated water and pump to a designated storage area.
3. Any equipment used for handling contaminated water or soil within contaminated areas
shall be washed three (3) times with uncontaminated water prior to using such equipment
in an uncontaminated area. Wash water used to wash such equipment is considered
"contaminated" and shall be pumped to the designated confinement area.
1.09 EARTH CONTROL
Remove excess soil, spoil materials and other earth not required for backfill at the time of
generation. Control stock pile material to eliminate interference with construction and Owner's
operations.
1.10 SAFETY REQUIREMENTS
A. Protect the safety and welfare of workmen on the project, the Owner and the general public
�i around the construction site. The Contractor is solely responsible for safety at the project site.
Provide and maintain barricades, guard rails, covered walkways, and other protective devices
to wam and protect from hazards at the construction site.
B. Trenches shall comply with the provisions of Section 02220, TRENCH SAFETY.
C. Perform construction within buildings or structures occupied by the Owner per established fire
codes and ordinances.
1.11 CONTRACTOR'S USE OF PROJECT SITE
A. Limit the use of site for work and storage to those areas designated on the Drawings
(approved by the Owner). Coordinate the use of the premises with the Engineer.
B. Any damage to existing facilities, including contamination, caused by the Contractor's
personnel, visitors, materials, or equipment, shall be repaired or corrected at the Contractor's
expense.
Job Management 01041-3
PSCO8325B - Lake Alan Henry Pipeline — Contract B
C. No alcoholic beverages or illegal substances shall be permitted on the site at any time, nor will
persons under the influence of same be permitted to remain on the premises. Persons on
site under the influence of alcoholic beverages or illegal substances will be permanently
removed from the site in addition to possible criminal and civil penalties.
D. Park equipment and employees' vehicles in designated areas only.
E. Enter privately -owned land outside of the Owner's property, rights -of -way, or easements only
with written permission of the Owner.
F. The use of loud radios, obnoxious vulgar or abusive language, or sexual harassment in any
form will not be tolerated and will be cause for immediate removal of the offender from the
premises permanently, in addition to possible criminal or civil penalties.
G. Workers attire -shall be professional and commensurate to the trade. Sleeveless shirts,
shorts, exceedingly torn, ripped or soiled clothing shall not be permitted.
H. Firearms are not permitted on the site under any conditions, including persons with
concealed handgun permits.
1.12 ACCESS TO THE SITE
A. Maintain access to the facilities at all times. Roads, pedestrian walks, or access to the
various buildings, structures, stairways, or entrances shall not be obstructed. Provide safe
temporary walks or other structures to allow access for normal operations during construction.
B. Provide adequate and safe access for inspections. Leave ladders, bridges, and scaffolding in
place until inspection has been completed. Construct access as required for inspections.
C. Provide security at the construction site as necessary to protect against vandalism and loss by
theft.
D. Maintain security of the site and access leading to it.
1. Close gates and keep locked.
2. Obtain permission of any landowners whose property must be crossed in gaining access
to the site.
3. Install a gate lock consisting of a chain with two (2) locks. One (1) lock and key to be
given to the landowner. One (1) lock shall be used by the Contractor, Engineer, and
Owner. Provide keys to the Contractor's lock to Owner and Engineer.
4. At the close of the project, remove the Contractor's lock from the assembly
1.13 NORMAL PROJECT WORKING HOURS
Normal project working hours for this project are Monday through Saturday between sunrise and
sunset. Work shall not be permitted on Sundays or any of the following holidays: New Year,
President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas
Day, unless written permission is requested by the Contractor and approved by the Engineer at
least 72 hours prior to the work taking place. The Owner will require that a representative of the
Owner be present or available for work which occurs outside of the normal project working hours.
1.14 DELIVERY AND STORAGE
A. Products shall be delivered to the site per the Progress Schedule to prevent delays.
Job Management
PSC08325B - Lake Alan Henry Pipeline — Contract B
01041-4 �-
�3
B. Deliver packaged products to site in original undamaged containers with identifying labels
attached. Open cartons as necessary to check for damage and to verify invoices. Reseal
cartons and store until used. Leave products in packages or other containers until installed.
C. Deliver products that are too large W fit through openings to the site in advance of the time
enclosing walls and roofs are erected. Set in place, raised above floor on cribs.
D. The Contractor shall assume full responsibility for the protection and safekeeping of products
stored at the site. Protect the products until installed.
E. Store products at location acceptable to the Engineer and to allow Owner access for
maintenance and operations. Store immediately upon delivery in accordance with the
Manufacturer's storage instructions and with seals and labels intact. Arrange storage to allow
access for maintenance of stored items and for inspection. Store unpacked and loose
products on shelves, in bins, or in neat groups of like items.
F. Obtain and pay for the use of any additional storage for work areas needed for construction.
Provide and maintain storage sheds as required for the protection of products. Remove at
the completion of the project. Store products subject to damage by elements in substantial
weather -tight enclosures or storage sheds of adequate dimensions. Maintain temperature
and humidity within the ranges stated in the Manufacturer's instructions. Provide humidity
control and ventilation for sensitive products as required by manufacturer's instructions.
G. Provide adequate exterior storage for products that may be stored out-of-doors.
1. Provide substantial platforms, blocking, or skids to support fabricated products above
ground; slope to provide drainage. Protect products from soiling or staining.
2. For products subject to dislocation or deterioration from exposure to the elements, cover
with impervious sheet materials. Provide ventilation to prevent condensation below
covering.
3. Store loose, granular materials on clean, solid surfaces, or on rigid sheet materials, to
prevent mixing with foreign matter.
4. Provide surface drainage to prevent erosion and ponding of water.
5. Prevent mixing of refuse or chemically injurious materials or liquids with stored materials.
6. Pipes and conduits stored outdoors are to have open ends sealed to prevent the entrance
of dirt, moisture, and other injurious materials. Protect PVC pipe from ultraviolet light
exposure.
7. Store light weight products to prevent wind damage.
H. Maintain storage facilities. Inspect stored products on a weekly basis and after periods of
severe weather to verify that:
1. Storage facilities continue to meet specified requirements.
2. Manufacturer's required environmental conditions are continually maintained.
3. Surfaces of products exposed to the elements are not adversely affected.
I. Protect and maintain mechanical and electrical equipment in storage.
1. Provide Manufacturer's service instructions on the exterior of the package.
2. Service equipment on a regular basis as recommended by the Manufacturer. Maintain a
log of maintenance services. Submit the log as Record Data at the completion of the
Project.
3. Provide power to and energize space heaters for all equipment for which these devices
are provided.
4. Provide temporary enclosures for all electrical equipment, including electrical systems on
mechanical devices. Provide and maintain heat in the enclosures until equipment is
energized.
�- Job Management 01041-5
PSC08325B - Lake Alan Henry Pipeline — Contract B
J. Replace at no additional cost any stored item damaged by inadequate protection or
environmental controls.
K. Payment may be withheld for any products not properly stored.
1.15 MAINTENANCE OF WATER
Manage water resulting from rains or ground water at the site. Maintain trenches and excavations
free of water at all times. Provide and maintain pumps as necessary to remove excess water.
Direct water away from the site to prevent damage to surrounding property.
1.16 MAINTENANCE OF WATER
A. Manage water during construction to make the construction site workable. Prepare and
submit a Water Management Plan for approval. The plan shall describe:
1. Methods to be used to manage water at the site.
2. Contingency plans for heavy rains or floods.
3. Procedures to be used in the event of emergencies.
B. Perform operations necessary to control water at the site. Lower the water table in the
construction area by acceptable means if necessary to maintain the site in a dry and workable
condition at all times. Provide drains, sumps, casings, well points, and other water control
devices as necessary to remove excess water.
C. Maintain standby equipment to provide proper and continuous operation for water
management. Monitor the operation on a 24-hour basis to provide continuous operation.
D. Modify Water Management Plan as required by the Engineer. In the event of failure of the
system, flooding of the excavation may be ordered by the Engineer until the system is
returned to service.
E. Ensure that water drainage does not damage adjacent property. The Contractor shall be
responsible for the discharge of water from the site.
Itlflj'»��Z� � • � � i
A. Build, erect, maintain, and operate cofferdams, drainage channels, flumes, sumps, or other
temporary construction necessary to contain or otherwise divert storm water, streams, or flood
water around the construction site so that flood waters are controlled during construction.
B. At the conclusion of the work, remove the temporary construction and restore the site in a
manner acceptable to the Engineer and to match surrounding material.
C. Divert water into the same natural watercourse in which its headwaters are located, or other
natural stream or waterway as approved by the Owner.
D. Construct permanent work in an area that has been made free of water. The Contractor shall
provide dewatering equipment as necessary to maintain the area free of water during
construction. fr
u
1.18 PROTECTION OF EXISTING STRUCTURES AND UTILITIES
A. Examine the project site and review the available information concerning the site. Locate
utilities, streets, driveways, fences, drainage structures, sidewalks, curbs, and gutters. Verify
Job Management
PSCO8326B - Lake Alan Henry Pipeline — Contract B
1
xl
01041-6
;j
the elevations of the structures adjacent to excavations. Report these to the Engineer before
i' beginning construction.
B. Prepare a Plan of Action per Section 01030, SPECIAL PROCEDURES. Determine if existing
structures, poles, piping, or other utilities at excavations wilt require relocation or replacement.
Coordinate work with Owner, Engineer, local utility company and others. Include cost of
demolition and replacement or relocation of these structures in the unit price (bid) amount for
the pipeline.
C. Protect structures not to be replaced or relocated from damage during construction. Structure
or utilities damaged during or as a result of construction shall be restored to a condition
matching or better than that which existed before the start of construction. Include cost of
restoration or replacement in the unit price (bid) amount for the pipeline.
D. Protect existing trees and landscaping at the site.
1. Visit site with Engineer to identify trees that may be removed during construction.
2. Mark trees to be removed with paint.
3. Protect trees to remain from damage by wrapping trunks with 2 x 4 timber around the
perimeter, securely wired in place, where machinery must operate around existing trees.
Protect branches and limbs from damage by equipment.
E. Protect buildings from damage when handling material or equipment. Protect finished
surfaces, including floors, doors, and jambs. Remove doors and install temporary wood
protective coverings over jambs.
1.19 CLEANING DURING CONSTRUCTION
A. Clean the project as work progresses and dispose of waste materials, keeping the site free
from accumulations of waste or rubbish. Provide containers on site for waste collection.
B. Use only those cleaning products that will not create hazards to health or property and those
methods recommended by the Manufacturer on the surfaces to be cleaned. Use cleaning
products only on those surfaces recommended by the cleaning product Manufacturer.
C. Comply with codes, ordinances, regulations, and anti -pollution laws. Waste materials shall
not be burned or buried. Volatile or hazardous waste materials shall not be disposed of in
storm or sanitary sewers.
D. Transport waste materials in a controlled manner with as few handlings as possible.
Materials shall not be dropped from heights.
E. Remove waste materials, rubbish and debris from the site and legally dispose of these at
public or private dumping areas.
F. Waste materials or debris shall not be allowed to blow off of the site.
1.20 CONSTRUCTION BARRIERS
A. Separate construction areas in buildings from spaces continuously occupied by the Owner.
Areas include:
1. Offices
2. Laboratories
3. Break rooms
4. Shop areas
5. Electrical switchgear and control panels
-- Job Management 01041-7
PSCO8325B - Lake Alan Henry Pipeline — Contract B
6. Equipment sensitive to dust
7. Other areas occupied by Owner or public
B. Construct and maintain "dust -tight" construction barriers while construction is performed.
1. Construct construction barriers of 2 x 4 wood studs spaced at 24" centers maximum.
2. Attach 3/8" plywood panels on one side of the wood framing. Extend construction barrier
from floor to the ceiling or roof deck above.
3. Cover plywood with a 4 mil.thickness plastic sheet. Tape plastic sheet to floor and to the
surface above. Lap seams at sides 2" and tape continuously. Mend rips or tears in the
plastic covering as they occur.
C. Close openings into the construction areas where air conditioning ducts service both the area
under construction and the remainder of the building. Make provisions for return air if the
construction barriers block return air passage back to the central unit.
1.21 MAINTENANCE OF ROADS, DRIVEWAYS, AND ACCESS
A. Construct temporary detours, including by-pass roads around construction to maintain the
flow of traffic at all times. Public roads shall not be closed overnight.
B. Maintain sufficiently clear width of the road for the free flow of traffic.
C. The Contractor shall assume responsibility for any damage resulting from construction along
roads or drives.
D. Maintain barricades, signs, and safety features around the work in accordance with all
provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD).
1.22 TRAFFIC MAINTENANCE
A. Roads and streets shall remain open during all phases of construction, unless the Owner
approves a street closing.
B. Submit a written request for the Owner's approval of a street closing. The request shall state:
1. Reason for closing the street.
2. How long the street will remain closed.
3. Procedures to be taken to maintain the flow of traffic.
C. Provide temporary access around the closed street by constructing a temporary paved road at
locations necessary to allow the Owner access to the remainder of the site.
D. Maintain barricades, signs, and safety features around the detour and excavations.
1.23 DISRUPTION TO SERVICES
A. Disruptions to existing utilities, piping, process piping, or electrical services shall be kept to a
minimum.
1. Prepare a Plan of Action in accordance with Section 01030, SPECIAL PROCEDURES.
2. Coordinate work with Owner, Engineer, local utility company, and others.
3. Comply with requirements of Section 01030, SPECIAL PROCEDURES for any operation
which requires shut down of some portion of facility.
B. Maintain storm sewers and sanitary sewers in service at all times. Provide temporary service
around the construction or otherwise construct the structure in a manner that the flow is not
curtailed.
Job Management
PSCO8325B - Lake Alan Henry Pipeline — Contract B
01041-8 '
i
r
i
i
I
1.24 FIELD MEASUREMENTS
A. Perform complete field measurements of the dimensions at the site for products required to fit
existing conditions prior to purchasing products affected by that measurement or beginning
construction.
B. Verify property lines, control lines, grades, and levels indicated on the drawings.
C. Verify pipe class, equipment capacities, existing electrical systems and power sources for
existing conditions.
D. Check shop drawings and indicate the actual dimensions available where products are to be
installed.
E. Include field measurements in record drawings as required in Section 01040, PROJECT
ADMINISTRATION.
1.25 REFERENCE DATA AND CONTROL POINTS
A. The following control points will be provided by the Engineer:
1. Base line or grid reference points for horizontal control.
2. Vertical control benchmark for vertical control.
3. Designated control points may be on an existing structure or monument.
B. Locate and protect control points prior to starting the site work and preserve permanent
reference points during construction. The Contractor shall not change or relocate points
without prior approval of the Engineer. Notify Engineer when the reference point is lost,
destroyed, or requires relocation. Replace project control points on the basis of the original
survey. The contractor shall verify the accuracy of control points prior to construction. If the
contractor finds any discrepancy in the control points he shall notify the engineer for a
resolution.
C. Provide complete engineering layout of the work needed for construction.
1. Provide competent personnel. Provide equipment including accurate surveying
instruments, stakes, platforms, tools, and materials.
2. Survey accuracy is to meet the requirements established for Category 5 Construction
Surveying as established in the Manual of Practice of Land Surveying in Texas published
by the Texas Society of Professional Surveyors, latest revision.
3. Record data and measurements per standards.
1.26 LOCATION OF PIPELINES
The alignment of pipelines may be changed due to unanticipated variations in existing conditions,
or for any other reason prior to the time pipe is actually laid.
1.27 EXCESS EARTH
Dispose of earth removed from excavations that is not required for backfill or embankments.
Mound ring of excess material over the pipe trench will be allowed at certain locations, as
indicated on the drawings. Remove excess earth from the site within four weeks of completing
excavation work.
1.28 CUTTING AND PATCHING
' A. Perform cutting, fitting, and patching required to complete the work or to:
--= Job Management 01041-9
PSC08326B - Lake Alan Henry Pipeline — Contract B
-1
L
1. Uncover work to provide for installation of new work or the correction of defective work.
�s
2. Provide routine penetrations of non-structural surfaces for installation of mechanical,
electrical, and plumbing work.
3. Uncover work that has been covered prior to observation by the Engineer.
B. Submit written notification to the Engineer in advance of performing any cutting which affects:
1. Work of any other Contractor or the Owner.
2. Structural integrity of any structure or system of the project.
3. Integrity or effectiveness of weather exposed or moisture resistant structure or systems.
4. Efficiency, operational life, maintenance, or safety of any structure or system.
5. Appearance of any structure or surfaces exposed occasionally or constantly to view.
C. The notification shall include:
1. Identification of the project.
2. Location and description of affected work.
3. Reason for cutting, alteration, or excavation.
4. Effect on the work of any separate contractor or Owner.
5. Effect on the structural or weatherproof integrity of the project.
6. Description of proposed work, including:
a. Scope of cutting, patching, or alteration.
b. Trades that will perform the work.
c. Products proposed for use.
d. Extent of refinishing to be performed.
e. Cost proposal, when applicable.
7. Alternatives to cutting and patching.
8. Written authorization from any separate contractor whose work would be affected.
9. Date and time work will be uncovered or altered.
D. Examine the existing conditions, including structures subject to damage or to movement
during cutting or patching.
1. Inspect conditions affecting installation of products or performance of the work after
uncovering the work.
2. Provide a written report of unacceptable or questionable conditions to the Engineer. The
Contractor shall not proceed with work until Engineer has provided further instructions.
Beginning work will constitute acceptance of existing conditions by the Contractor.
E. Protect the structure and other parts of the work and provide adequate support to maintain the
structural integrity of the affected portions of the work. Provide devices and methods to
protect adjacent work and other portions of the project from damage. Provide protection from
the weather for portions of the project that may be exposed by cutting and patching work.
F. Execute cutting and demolition by methods which will prevent damage to other work, and will
provide proper surfaces to receive installation of repairs.
G. Execute fitting and adjustment of products to provide a finished installation to comply with
specified products, functions, tolerances, and finishes.
H. Cut, remove, and legally dispose of selected mechanical equipment, components, and
materials as indicated, including but not limited to, the removal of mechanical piping, heating
units, plumbing fixtures and trim, and other mechanical items made obsolete by the modified
work.
I. Restore work which has been cut or removed. Install new products to provide completed
work per the Contract Documents.
Job Management
PSC08325B - Lake Alan Henry Pipeline — Contract B
i
01041-10
t§
I
i J. Fit work air -tight to pipes, sleeves, ducts, conduit, and other penetrations through the
surfaces. Where fire rated separations are penetrated, fill the space around the pipe or insert
with materials with physical characteristics equivalent to fire resistance requirements of
penetrated surface.
K. Patch finished surfaces and building components using new products specified for the original
installation.
L. Refinish entire surfaces as necessary to provide an even finish to match adjacent finishes:
1. For continuous surfaces, refinish to the nearest intersection.
2. For an assembly, refinish the entire unit.
1.29 BLASTING
Blasting for excavations shall not be allowed
1.30 ARCHAEOLOGICAL REQUIREMENTS
A. If an historical or archaeological find is made during construction, cease operations
immediately and contact the Engineer for instructions.
B. Where significant historical or archaeological sites have already been identified within the
project site, all construction activities must be conducted to avoid adverse impact on these
sites.
1. The Contractor will be provided with details to assist in the work protection of these areas.
2. All information regarding the site shall remain confidential.
3. The Contractor shall assume responsibility for any unauthorized destruction that might
result to such sites by construction personnel, and shall pay all penalties assessed by the
State or Federal agencies for non-compliance with these requirements.
4. The Contractor shall adhere to the requirements of the Texas Historical Commission.
C. Archaeological sites shall not be disturbed.
1. The Owner's -archaeological contractor will be available to instruct construction personnel
on how to identify and protect archaeological finds on an emergency basis.
2. Coordinate activities to permit Archaeological work to take place within the area.
a. The Owner will attempt to archaeologically clear areas needed for construction as
soon as possible.
b. The Contractor shall provide a determination of priority for such areas.
D. Contract time will be modified to compensate for delays caused by such archaeological finds.
No additional compensation shall be paid for delays.
1.31 PROTECTION OF LIVESTOCK
Maintain barriers to prevent livestock from falling into open excavations, including trenches. The
Contractor shall pay damages for losses resulting from failure to maintain such barriers or failure
of barriers to exclude livestock.
1.32 FIRE PROTECTION
Provide a fire prevention and protection plan. Contractor shall obey all fire ordinances and codes
established in the County and City.
1.33 INITIAL MAINTENANCE
Job Management 01041-11
PSCO8325B - Lake Alan Henry Pipeline — Contract B
A. Maintain equipment until the project is accepted by the Owner. Ensure that mechanical
equipment is properly lubricated and cared for as recommended by the Manufacturer.
B. Air handling equipment shall not be operated unless filters are in place and are clean. Filters
shall be changed weekly during construction.
C. Remove and clean screens and strainers in piping systems.
D. Clean insects from intake louver screens.
2.00 PRODUCTS
2.01 MATERIALS
Materials shall be in accordance with the requirements of the individual Sections.
3.00 EXECUTION
Perform the work per the Manufacturer's published instructions. No preparatory step or
installation procedure shall be omitted unless specifically exempted or modified by Field Order
END OF SECTION
Job Management 01041-12
PSCO8325B - Lake Alan Henry Pipeline — Contract B
01130 MEASUREMENT AND PAYMENT
1.00 GENERAL
1.01 WORK INCLUDED
A. Payments for work shall conform with the provisions of the General Conditions, the
Supplementary Conditions, the Proposal, the Agreement, and this Section.
B. Submit request for partial payment at the prices indicated in the Proposal.
1. Prices for each bid item in the proposal shall include but not be limited to cost for:
a. Mobilization, demobilization, cleanup, bonds, and insurance.
b. Professional services including but not limited to engineering and legal fees.
c. The products to be permanently incorporated into the project.
d. The products consumed during the construction of the project.
e. The labor and supervision to complete the project.
f. The equipment, including tools, machinery, and appliances required to complete the
project.
g. The field and home office administration and overhead costs related directly or indirectly
to the project.
2. Prices bid shall include the work not specifically set forth as an individual payment item.
These items are considered to be a subsidiary obligation of the Contractor and the cost for
these items shall be included in the bid prices.
3. Payment shall be based on the actual quantity of work completed per Contract Documents
and measured per this Section.
4. Payment shall be made for Materials -on -Hand.
a. Materials must be properly stored on site per Section 01041, JOB MANAGEMENT.
b. Payment may be made for the invoice amount less the specified retainage.
c. Invoices must be provided at the time they are included on the Materials -on -Hand
tabulation.
d. Documentation of payment for Materials -on -Hand must be provided for these items with
the next payment request. Payment will be adjusted to the amount actually paid if this
differs from the invoice amount. If this documentation is not provided the item must be
removed from the Materials -on -Hand list and payment will be withheld.
e. Payment for Materials -on -Hand is provided for the convenience of the Contractor and
does not constitute acceptance of the product.
5. The work covered by Progress Payments shall become the property of the Owner at the time
of payment.
C. Application for payment shall be submitted per the provisions of this Section.
1.02 SCHEDULE OF VALUES AND PAYMENTS
A. Submit a detailed schedule of values for the work to be performed on the project.
1. Submit schedule within 10 days prior to submitting the first request for payment.
2. Line items in the proposal are to be used as line items in the schedule.
3. Payment will be made on the quantity of Work completed per Contract Documents during the
payment period and as measured per this Section.
a. Payment amount shall be the work quantity measured multiplied by the unit prices for that
line item in the Proposal.
b. Payment on a unit price basis will not be made for work outside finished dimensions
shown in the Contract Documents.
c. Partial payments will be made for lump sum line items in the Proposal.
1) Lump sum line items in the Proposal are to be divided to allow easy determination of
the percentage of the item that has been completed.
Measurement and Payment
PSCO8325B - Lake Alan Henry Pipeline — Contract B
01130-1
a) Provide adequate detail to allow easy determination of the percentage of work
completed for each item.
b) Items, with the exception of equipment packages are not to exceed $50,000.00.
c) Separate product costs and installation costs.
1. Product costs include cost for product, delivery and unloading costs, royalties
and patent fees, taxes, and other cost paid directly to the supplier or vendor.
2. Installation costs include cost for the supervision, labor and equipment for
field fabrication, erection, installation, start-up, initial operation and
Contractor's overhead and profit.
d) Lump sum items may be divided into an estimated number of units.
1. The estimated number of units times the cost per unit must equal the lump
sum amount for that line item.
2. Contractor will receive payment for all of the lump sum line item.
e) Include a directly proportional amount of Contractor's overhead and profit for
each line item.
f) Divide principal subcontract amounts into an adequate number of line items to
allow determination of the percentage of work completed for each item.
2) These line items may be used to establish the value of work to be added or deleted
from the project.
3) Correlate line items with other administrative schedules and forms:
a) Progress schedule
b) List of subcontractors
c) Schedule of allowances
d) Schedule of alternatives
e) List of products and principal suppliers
f) Schedule of submittals
4) Costs for mobilization shall be listed as a separate line item and shall be actual cost
for:
a) Bonds and insurance
b) Transportation and setup for equipment
c) Transportation and/or erection of all field offices, sheds and storage facilities
d) Salaries for preparation of submittals required before the first payment request
e) Salaries for field personnel assigned to the project related to the mobilization of
the project
f) Mobilization may not exceed 5 percent of the total contract amount
g) Cost for mobilization may be submitted only for work completed
5) The sum of all values listed in the schedule shall equal the total contract amount.
6) Provide separate schedules of values for both eligible and ineligible work for projects
funded by Federal Grants.
4. Submit a schedule indicating the anticipated schedule of payments to be made by the Owner.
Schedule shall indicate:
a. The payment request number.
b. Date the request is to be submitted.
c. Anticipated amount of the payment request.
5. Schedule shall be updated quarterly or more often if necessary to provide a reasonably
accurate indication of the funds that the Owner will need to have available to make payment
to the Contractor for the work performed.
B. Provide written approval of the Schedule of Values, Payment Request Form, and method of
payment by the Surety Company providing performance and maintenance bonds prior to
submitting the first Payment Request. Payment will not be made without this approval.
1.03 PAYMENT PROCEDURES
A. Submit payment requests per the submittal procedures indicated in Section 01300,
SUBMITTALS.
Measurement and Payment 01130-2
PSC08325B - Lake Alan Henry Pipeline — Contract B
i
B. Requests maybe submitted on a pre-printed form as indicated in Section 01300, SUBMITTALS or
may be generated by computer. Computer generated payment requests must have the same
format and information indicated in the pre-printed form and be approved by the Engineer.
1. Submit a Schedule of Values in the payment request format to be used.
a. Request must include a completed Summary of Payment Request Values as indicated in
Section 01800, FORMS with each estimate submitted.
1) Each request must be sequentially numbered and the payment period indicated.
2) Total amounts for Value of Original Contract Performed, Extra Work on Approved
Change Orders, and Materials -on- Hand are to be shown on the Summary Sheet and
are to correspond to totals indicated on the attached tabulation for each.
3) The number of pages included in each tabulation is to be noted in the blank space on
the Summary Sheet to allow a determination to be made that all sheets have been
submitted.
4) Contractor's certification must be executed by the Contractor's agent of authority and
notarized for each payment request.
b. The Tabulation of Values for Original Contract Performed (Attachment "A") is to indicate
the total contract amount and the work completed to date.
c. The Tabulation of Extra Work on Approved Change Orders (Attachment "B") is to include
only approved Change Order items.
d. The Tabulation of Materials -on -Hand (Attachment "C") is to list all materials that are
presented for payment. Once an item has been entered on the tabulation it is not to be
removed.
e. Project Summary Report (Attachment "D") is to be included with each payment request.
Data included in the Project Summary Report are to be taken from the other tabulations.
2. The Schedule of Values and the form for the submission of requests may not be altered
without the express written consent of the Engineer once these have been approved by the
Engineer.
3. Final payment requires additional procedures and documentation per Section 01700,
CONTRACT CLOSEOUT.
C. Progress payments shall be made as the work progresses on a monthly basis.
1. The payment period shall end on the 28'" day of each month and shall cover all work
completed and materials received since the end of the last payment period.
2. After the end of the payment period, submit a draft copy of the payment request for that
month to the Engineer. Agreement is to be reached on:
a. The percentage of work completed for each lump sum item.
b. The quantity of work completed for each unit price item.
c. The percentage of work completed for each approved Change Order item.
d. The amount of Materials -on -Hand.
3. On the basis of these agreements the Contractor is to prepare a final copy of the payment
request and submit it to the Engineer for approval.
a. The final copy is to be signed by the representative of the Contractor authorized to
execute documents for the Contractor and notarized.
b. The Engineer will review the payment request and if appropriate will recommend payment
of the request to the Owner.
A. Each payment request is to be accompanied by a revised and up-to-date progress schedule per
Section 01310 PROGRESS SCHEDULES.
B. Each payment request is to be accompanied by Project Photographs per Section 01380,
PROJECT PHOTOGRAPHS.
1.04 ALTERNATES
Measurement and Payment 01130-3
PSC08325B - Lake Alan Henry Pipeline — Contract B
A. This section describes each alternate by number and describes the basic changes to be
incorporated into the work when this alternate is made a part of the work in the Contract
Agreement.
B. Drawings and Specifications will outline the extent of work to be included in the Alternate Bid.
C. Coordinate related work and modify surrounding work as required to properly integrate the work
under each Alternate, and provide a complete and functional system as required by the Contract
Documents.
D. Alternates will be accepted or rejected at the option of the Owner.
E. Alternate prices will be maintained a minimum of 120 days, unless noted otherwise.
F. Provide submittals for products furnished as part of the alternate proposal per Section 01300,
SUBMITTALS.
G. DESCRIPTION OF ALTERNATES
1. Alternate A — AWWA C303 Bar -Wrapped Concrete Cylinder Pressure Pipe
2. Alternate B — AWWA C200 Polyurethane Coated Steel Pipe
3. Alternate C — AWWA C200 Polyurethane Coated Steel Pipe from STA. 0+00 to STA. 460+05;
AWWA C303 Bar -Wrapped Concrete Cylinder Pressure Pipe from STA. 460+05 to
722+03.52.
1.05 MEASUREMENT PROCEDURES
A. Measure the methods used in trench excavation safety protection by the linear foot of trench
deeper than five (5) feet and pay at the unit price in the Proposal, which is the total compensation
for furnishing design, materials, tools, labor, equipment, and incidentals necessary, including
removal of the system.
B. Measure the work described in the Proposal for payment.
1.06 MEASUREMENT AND PAYMENT
A, B, C -1-5 Pipeline Construction
Pipeline Construction
Measurement and payment for pipe of each pipe class shall be per linear foot of actual
horizontal length from center of fitting to center or end of pipe without any deduction for the
length of intermediate fittings, specials or valves. Payment made at a unit price bid shall
i.
include: furnishing, hauling, and laying of pipe, fittings, flexible joints, joint bonds, special
coatings (where indicated), closure sections and tie-ins, welding joints, thrust restraint,
shoring, dewatering, and pumping where necessary, trench excavation, backfilling,
embedment material, pipeline and appurtenance markers, clearing and grubbing, curb and
gutter replacement, permanent grading, replacement of topsoil, diversion dikes, terracing,
protecting or replacing or temporarily relocating existing structures or utilities, testing,
f
disposal of surplus materials, cleaning up and maintenance, sign replacement, surveying
_
and replacement of monuments, dust control, removal of mud from roadways, erosion and
sedimentation control, test plugs and temporary piping, filling pipe with water and hydro -
testing, replacement of driveways, sidewalks, pipeline markers and post, replacement of
drainage structures, temporary fencing and gates, temporary relocations of power poles,
mailboxes, street lights, fire hydrants, flowable fill for depths of cover over 15 feet; and any
Measurement and Payment 01130-4
PSC08325B - Lake Alan Henry Pipeline — Contract B t
incidental work and materials not otherwise indicated in other pay items, all in strict
accordance with the Plans and Specifications.
2. Protection of Utilities
Payment for main line pipeline shall include all extra precautions or construction
requirements necessary to adequately protect and support existing utilities. Payment for
main line pipe shall include all costs required to have utility companies repair any damage
inflicted to their lines by the Contractor and any cleanup, property damages, fines, etc.
resulting from damage inflicted to any utility line by the Contractor.
3. Partial Payment for Pipe Installation
Upon completion of right-of-way clearing, grubbing and removal of topsoil, payment will
be allowed for five percent (5%) of the unit contract price per linear foot. Upon
completion of pipe laying, backfilling, and consolidation of trench backfill, payment for
pipe installation will be allowed for seventy-seven (77%) percent of the unit contract
price per linear foot. An additional fifteen (15%) percent will be allowed when the
property affected by construction operations has been completely restored to its
original, or required condition, including fence replacement, grading, and removal of all
equipment or materials related to construction, but not including reseeding. An
additional three (3%) will be allowed when all piping has been successfully tested.
These amounts are exclusive of any standard retainage, which will be in addition to the
amounts withheld for cleanup and testing.
4. Rock Excavation
All excavation shall be unclassified. No separate payment shall be made for rock
excavation and the cost thereof shall be included in the unit price bid for main line pipe.
A,B,C-6 A/C Rectifier/Anode Stations
Measurement and payment for Rectifier/Anode Stations shall be on a per each basis at the
price bid. Payment shall be for all work and materials as indicated including rectifier, deep
well casing, anode groundbed, test wires, wiring, conduit, concrete slab, power service,
terminal box, service pole, weatherhead, guardrail, and all other items as indicated on the
plans and specifications.
A,B,C-7 Corrosion Monitoring Test Stations
Measurement and payment for corrosion monitoring test stations shall be on a per each
basis at the unit price bid. Payment shall be for all work and materials as indicated including
wiring, post, test station, concrete, wire connections, excavation, backfill, testing, and all
other items as indicated on the plans and specifications.
D-1 Trench Safety
Measurement and payment for Trench Safety shall be per linear foot along the centerline of
the pipeline or other structure and per linear foot of the innerduct trench with five foot or
more cover at the price bid. Payment shall be based on the quantity of piping installed in
trenches over five feet deep.
Measurement and Payment 01130-5
PSCO8325B - Lake Alan Henry Pipeline — Contract B
D-2 Bored or Tunneled Crossings
Measurement and payment for Bore or Tunnel Crossings will be made at the unit price bid
per linear foot of tunnel for the particular location in accordance with the details shown on
the plans. Payment for the carrier pipe inside the casing including heavy wall or additional
strength pipe (steel pipe) will be included in the price bid for main line pipe. Payment for
tunnels shall include all costs of bulkheads, guardrails, casing, spacers, tunneling, access _
pits, exterior grouting, interior grouting, sealing ends of casing, pipe rails, and all other items
for crossing as shown on the plans and required for installation, except the carrier pipe. _
D-3 Open Cut Casing
Measurement and payment for open -cut casings will be made at the unit price bid per linear
foot for the particular location in accordance with the details shown on the plans. Payment
for the carrier pipe inside the casing including heavy wall or additional strength pipe (steel
pipe) will be included in the price bid for main line pipe. Payment for open -cut casings shall
include all costs of bulkheads, guardrails, casing, spacers, tunneling, interior grouting,
sealing ends of casing, pipe rails, and all other items for crossing as shown on the plans and
required for installation, except the carrier pipe.
D-4&5 Blowoffs and Air Valves
Measurement and payment for Air Valves, and Blowoffs, shall be per each at the price bid
for the various sizes and types of air valves and blowoffs. Separate pay items are not
included for various types of vault lids or various vault diameters, and these costs shall be
included in the items provided. Payment shall include all costs for air valves, piping, flanged
outlets, valves, fittings, vaults, lids, crushed gravel, structural backfill, 30-inch manways, and
all other accessories as indicated.
D-6 Access Manholes
Measurement and payment for Access Manholes, shall be per each at the price bid.
Separate pay items are not included for various types of vault lids or various vault diameters,
and these costs shall be included in the items provided. Payment shall include all costs for
valves, piping, flanged outlets, fittings, vaults, lids, crushed gravel, structural backfill, 30-inch
manways, and all other accessories as indicated.
D-7 Rock Riprap
Measurement and payment for Rock Rip -Rap shall be per linear feet of actual horizontal
length in place to the lines and grades called for in the construction drawings for the Rock
Rip -Rap at the price bid. Payment shall include furnishing, hauling, laying of Rock Rip -Rap,
installation of gravel bedding, and any necessary grading at creek crossings or ditches as
called out on the plans and specified herein. No separate payment will be made for gravel
bedding, nor will it be counted towards measurement of the Rock Rip -Rap. Additional rip -rap
may be requested by the Owners Representative at select locations.
D-8 Fiber Optic Conduit Installation
Measurement and payment for Fiber Optic Conduit Installation shall be per linear feet of
actual horizontal length at the price bid. Payment shall include the cost of marker post,
testing, and all other items as indicated on the plans and specifications.
LA
Measurement and Payment 01130-6
PSC08325B - Lake Alan Henry Pipeline — Contract B
D-9 Fiber Optic Pull Boxes
Measurement and payment for Fiber Optic Pull Boxes, shall be per each at the price bid.
Payment shall be for all work and materials as indicated including locate post, rock bedding,
wire connections, excavation, backfill, testing, and all other items as indicated on the plans
and specifications.
D-10 Concrete Encasement
Measurement and payment for Concrete Encasement shall be per linear feet of pipe length
at the price bid. No additional compensation will be made for concrete encasement
quantities resulting from over -excavated trenches. Payment shall include the cost of
furnishing concrete encasement in lieu of embedment in the pipe zone as indicated.
D-11 Permanent Steel Gates with Bracing
Measurement and payment for Permanent Steel Gates shall be at the unit price bid per
each. Payment shall include the cost for gates, fencing, and braces. No separate payment
is provided for temporary gates, bracing, and fencing, and the cost shall be included in such
items as are provided.
D-12 Flexible Base Road Replacement
Measurement and payment for the Crushed Stone Road Base per linear feet at the unit price
bid. Measurement will be made per LF replaced as shown in plans.
D-13 Asphalt Road Replacement
Measurement and payment -for the asphalt pavement replacement per linear feet at the unit
price bid. Measurement will be made per LF replaced as shown in plans.
t ` D-14 Extra 2,000 PSI Concrete
The price bid per cubic yard for this extra concrete not shown on the Plans, shall be payment
for furnishing and installing 2,000 psi concrete where directed in writing by the Owner. The
{ quantity will be based on actual volume deposited in accordance with delivery tickets from
concrete supplier.
D-15 Coarse Gravel Embedment
Measurement and payment for Coarse Gravel Embedment shall be per cubic yard.
Payment for Course Gravel Embedment will be made only at locations where Coarse Gravel
Embedment is indicated on the plans or directed by the Engineer. No extra payment will be
made for coarse gravel embedment quantities resulting from over excavation of the trench.
No additional payment will be made for coarse gravel used to backfill the trench for faulty
line and grade. No additional payment will be made for Coarse Gravel Embedment where
the Contractor elects to use it for high depth of cover. Payment shall include the cost of
furnishing coarse gravel embedment in lieu of standard embedment in the pipe zone.
D-16 48" Gate Valves
Measurement and payment for Gate Valves shall be per each at the price bid. Payment
shall include all costs for the valve, supports, coupling, harness, bypass valves, wax tape or
heat shrink sleeves, flowable fill, vaults, cathodic isolation kits, and accessories. Since
measurement for pipe does not include any deduction through the valves, the cost included
Measurement and Payment
PSC08325B - Lake Alan Henry Pipeline — Contract B
01130-7
in the valve pay item should be the increase in cost associated with pipe specials and (_
fittings.
D-17 Seeding
Payment for seeding shall be made at the unit price bid per linear foot of pipe, and shall
include all materials and labor necessary to furnish and place seed and fertilize and to
irrigate as necessary to establish grass along the pipeline ROW. Pipeline under paving or in
tunnels will not be measured. The unit cost per linear foot will be the same for all types of
seed and seed placement methods as specified.
A maximum of 50% payment for seeding will be approved for completion of seedbed
preparation, mulching, and temporary and permanent seeding. The remaining percentage
will be -approved after stand establishment of 75% in all areas.
Liquidated Damages will not be assessed for the growth of seeding as long as the
Initial seeding has been performed. The Contractor will be required to do up to two `
reseedings until the coverage reaches a minimum of 75% stand to close out the
contract.
D-18 Mobilization
Measurement and payment for Mobilization shall be on a lump sum basis at the unit price
allowed with a maximum of 5% of total amount bid. The amount shown in the proposal is
the amount allowed to assist the Contractor in defraying the initial cost of operations. Partial
payment for mobilization will be made as follows:
Fifty (50%) percent of the lump sum amount is payable when bonds are furnished; the
contract is executed; the certificate of insurance and insurance policies are provided; and
the notice to proceed is issued.
One hundred (100%) percent of the lump sum amount is payable upon completion of the
above; the Contractor has set up his field office; mobilized all equipment to the site
necessary to begin pipeline construction; and submitted his schedules.
It is not intended that the lump sum amount allowed will cover all costs for bonds, insurance,
mobilization, utility investigations, and other costs associated with project start-up. Cost in
excess of the amount shown shall be included in the unit price bid for pipeline construction.
END OF SECTION
Measurement and Payment 01130-8
PSCO8326B - Lake Alan Henry Pipeline — Contract B
I
01300 SUBMITTALS
1.00 GENERAL
1.01 WORK INCLUDED
A. Submit documentation as required by the Contract Documents and as reasonably requested
by the Owner and Engineer to:
1. Record the products incorporated into the Project for the Owner.
2. Provide information for operation and maintenance of the Project.
3. Provide information for the administration of the Contract.
4. Allow the Engineer to advise the Owner if products proposed for the project by the
Contractor conform, in general, with the design concepts of the Contract Documents.
B. Contractor's responsibility for full compliance with the Contract Documents is not relieved by
the Engineer's review of submittals. Contract modifications may only be approved by Change
Order or Field Order.
1.02 CONTRACTOR'S RESPONSIBILITIES
A. Review all submittals prior to submission.
B. Determine and verify:
1. Field measurements.
2. Field construction requirements.
3. Location of all existing structures, utilities and equipment related to the submittals.
4. Submittals are complete for their intended purpose.
5. Conflicts between the submittals related to the various subcontractors and suppliers have
been resolved.
6. Quantities and dimensions shown on the submittals.
C. Submit information per the procedures described in this section and the detailed
specifications.
D. Furnish the following submittals:
1. As specified in the attached Submittal Schedule.
2. Schedules, data and other documentation as described in detail in this section or
referenced in the General Conditions.
3. Documentation required for the administration of the Contract per Section 01040,
PROJECT ADMINISTRATION.
4. Shop drawings required for consideration of a contract modification per Paragraph 1.08.
5. Submittals as required in the detailed specifications.
6. Submittals not required will be returned without Engineer's review.
E. Submit a schedule indicating the date submittals will be sent to the Engineer and proposed
dates that the product will be incorporated into the project. Make submittals promptly in
accordance with the schedule so as to cause no delay in the project.
1. Submittals shall be sent to Engineer allowing a reasonable time for delivery, review and
marking submittals. Time for review is to include time for resubmission if necessary and
to allow adequate time for the ordering, fabrication, and delivery of the product.
2. Schedule submittal to provide all information for interrelated work at one time. No review
will be performed on submittals requiring coordination with other submittals. Engineer will
return submittals for resubmission as a complete package.
F. Submittals for systems and related equipment shall include information for all of the
components required for a complete and operational system.
Submittals 01300 1
PSCO8325B - Lake Alan Henry Pipeline — Contract B
1. Include electrical, mechanical, and other information required to indicate how the various
components of the system function.
2. Where certifications, warranties, and written guarantees are required, they will be
provided with the submittal package for review.
G. Fabrication or installation of any products prior to the approval of shop drawings is done at the
Contractor's risk. Products not meeting the requirements of Contract Documents are
defective and may be rejected at the Owner's option.
H. Payment will not be made for products for which submittals are required until the submittals
have been received. Payment will not be made for products for which shop drawings or
samples are required until these are approved by the Engineer.
1.03 QUALITY ASSURANCE
A. Submit legible, accurate, complete documents presented in a clear, easily understood
manner. Submittals. not meeting this criteria will be returned without review.
B. Demonstrate that the proposed products are in full and complete compliance with the design
criteria and requirements of the Contract Documents including drawings and specifications as
modified by Addenda, Field Orders, and Change Orders.
C. Furnish and install products that fully comply with the information included in the submittal.
D. Review and approve submittals prior to submitting them to the Engineer for review.
Submittals will not be accepted from subcontractors, suppliers, or anyone other than the
Contractor.
1.04 SUBMITTAL PROCEDURES
A. Deliver submittals to the Engineer at the following address unless otherwise stated at the Pre -
Construction Conference:
FREESE AND NICHOLS, INC.
Attn. Construction Services
4055 International Plaza Suite 200
Fort Worth, Texas, 76109-4895
Reference Project: PSC07271
B. Transmit all submittals, with a properly completed Submittal Transmittal Form as indicated in
Section 01800, FORMS.
1. A separate transmittal form shall be used for each specific product, class of material, and
equipment system.
2. Items specified in different sections of the specifications are to be submitted separately
unless integrally related.
C. Assign a Contractor's submittal number to the documents originated to allow tracking of the
submittal during the review process.
1. Assign the number consisting of a prefix, a sequence number, and a letter suffix.
Prefixes shall be as follows:
Prefix
Description-
Ori �nator
Cu
Change Order
Erigneer
Contractors Modification —Re —quest
Contractor
erti ie est Keport
Contractor
EIR
Equipment installation Report
Contractor
FO
Mid rder
Engineer
oti ication ontractor
Contractor
099—
er,1tion & maintenance Manuals
Contractor
Proposed ontract Modification
—Engineer
[j,
f
Submittals 01300-2
PSC08325B - Lake Alan Henry Pipeline — Contract B
PR
Pa ment a ues
Contractor
PP
Project Photoqraphs
ontractor
ecor ata
Contractor
RFI
e uest for Information
Contractor
SAM
ample
Contractor
SD
Shop DrawingContractor
c e u e of Progress
Contractor
2. Issue sequence numbers in chronological order for each type of submittal.
3. Issue numbers for resubmittals that have the same number as the original submittal
followed by an alphabetical suffix indicating the number of times the same submittal has
been sent to the Engineer for processing. For example: SD-025 A represents a shop
drawing that is the twenty-fifth submittal of this type and is the second time this submittal
has been sent for review.
4. Clearly note the submittal number on each page or sheet of the submittal.
5. Correct assignment of numbers is essential since different submittal types are processed
in different ways. -
D. Submit documents with uniform markings and page sizes.
1. Paper size shall allow for ease of reproduction.
a. Submit documents on 8-1/2" X 11" paper where practical.
b. Use 11" X 17" paper for larger drawings and schematics.
c. Use full size blueline sheets for fabrications and layout drawings. Reproducible
drawings may be submitted in lieu of bluelines.
2. Mark submittals to:
a. Indicate Contractor's corrections in green.
b. Highlight items pertinent to the products being furnished in yellow and delete items
that are not when the Manufacturer's standard drawings or information sheets are
provided.
c. Cloud items and highlight in yellow where selections by the Engineer or Owner are
required.
d. Mark dimensions with the prefix FD to indicate field verified dimensions on the
drawings.
e. Provide a blank space 8" x 3" for Contractor's and Engineer's stamp.
3. Define abbreviations and symbols used in shop drawings.
a. Use terms and symbols in shop drawings consistent with the Contract Drawings.
b. Provide a list of abbreviations and their meaning as used in the shop drawings.
c. Provide a legend for symbols used on shop drawings.
E. Mark submittals to reference the drawing number and/or section of the specifications, detail
designation, schedule or location that corresponds with the data submitted. Other
identification may also be required, such as layout drawings or schedules to allow the
reviewer to determine where a particular product is to be used.
F. Deliver samples required by the detailed specifications to the project site. Provide a minimum
of two (2) samples.
G. Construct mock-ups from the actual products to be used in construction per detailed
specifications.
H. Submit color charts and samples for every product requiring color, texture or finish selection.
1. Submit all color charts and samples at one time.
2. Do not submit color charts and samples until all record data have been submitted or shop
drawings for the products have been approved.
3. Submit color charts and samples not less than thirty (30) days prior to when these
products are to be ordered or released for fabrication to comply with the schedule for
construction of the project.
I. Submit Contractor's Modification Request per Section 01040, PROJECT ADMINISTRATION
to request modification to the Contract Documents.
Submittals 01300-3
PSC08325B - Lake Alan Henry Pipeline — Contract B
J. The number of copies of each submittal to be sent by the Contractor and the number of
copies of each submittal to be returned are:
Prefix
Description
No. o
Copies Sent
No. o
Copies
Returned
C
Contractor's Modific5lion —Request
4
CTR
Certified Test —Report
3
0
E R
Equipment nstallation Report
3
0
NBC -Notification
by Contractor
3
1
M
Pre imina M Manuals
4
1
O&M
Final O&M Manuals
4
0
PR--
Payment Request
5
1
PP
Project Photographs
2
0
RD
Record Data
3
0
FI
Request for Information
3
1
SAM
Sample
2
0
D
Shop Drawings
5
SCH
Schedule of Progress
3
0
K. Submit an electronic copy of each submittal through the Freese and Nichols, Inc. FNManager
Pro website at Ih,,ttr)s:!';rnro1nctdox.freese.com/projectdox. The Contractor will be provided
access to log onto the FNManager website to post submittal documents and check the status
of submittals. The complete contents of each submittal, including associated drawings
product data, etc., shall be submitted in Adobe Acrobat PDF format, or other format approved
by Engineer.
1.05 REVIEW PROCEDURES
A. Shop drawings shall be reviewed in the order received.
1. The Contractor may mark submittals as "Priority" for review. Contractor should use
discretion in the use of "Priority' submittals as this may delay the review of submittals
previously submitted.
2. Priority submittals will be reviewed before other submittals for this project which have
been received but not reviewed.
3. Revise the Schedule of Contractor's Submittals for substantial deviations from the
previous schedule.
B. Review procedures vary with the type of submittal as described in Paragraph 1.06.
1.06 SUBMITTAL REQUIREMENTS
A. Shop drawings are required for those products that cannot adequately be described in the
Contract Documents to allow fabrication, erection or installation of the product without
additional detailed information from the product's manufacturer.
1. Shop drawings are requested so that the Engineer can:
a. Assist the Owner in selecting colors, textures or other aesthetic features.
t
b. Compare the proposed features of the product with the specified features so as to
advise the Owner that the product does, in general, conform to the Contract
Documents.
c. Compare the performance features of the proposed product with those specified so
as to advise the Owner that it appears that the product will meet the designed
performance criteria.
d. Review required certifications, guarantees, warranties, and service agreements for
compliance with the Contract Documents.
`J
2. Contractor shall certify that he has reviewed the shop drawings and made all necessary
corrections such that the products, when installed, will be in full compliance with the
j
ti
Submittals 01300-4
PSC08325B - Lake Alan Henry Pipeline — Contract B
l�
r
i
1
Contract Documents per Section 00800, Supplementary Conditions. Shop drawings
submitted without this certification will be returned without review.
3. Submit shop drawings for:
a. Products indicated in the submittal schedule following this section.
b. When a substitution or equal product is proposed in accordance with Paragraph 1.08
of this Section.
4. Include a complete description, of the material or equipment to be furnished. Information
is to include:
a. Type, dimensions, size, arrangement, model number, and operational parameters of
the components.
b. Weights, gauges, materials of construction, external connections, anchors, and
supports required.
c. Performance characteristics, capacities, engineering data, motor curves, and other
information necessary to allow a complete evaluation of mechanical components.
d. All applicable standards such as ASTM or Federal specification numbers.
e. Fabrication and installation drawings, setting diagrams, manufacturing instructions,
templates, patterns, and coordination drawings.
f. Wiring and piping diagrams and related controls.
g. Mix designs for concrete, asphalt, or other materials proportioned for the project.
h. Complete and accurate field measurements for products which must fit existing
conditions. Indicate on the submittal that the measurements represent actual
dimensions obtained at the site.
5. All required statements of certification, guarantees, extended service agreements, and
other related documents are to be provided with the shop drawing. The effective date of
these documents shall be the date of acceptance of the work by the Owner.
6. Comments will be made on items called to the attention of the Engineer for review and
comment. Any marks made by the Engineer do not constitute a blanket review of the
submittal or relieve the Contractor from responsibility for errors or deviations from the
Contract requirements.
a. Submittals that are reviewed shall be returned with one or more of the following
designations:
1) Approved - Submittal is found to be acceptable as submitted.
2) Approved as Noted - Submittal is acceptable with corrections or notations made
by Engineer and may be used as corrected.
3) Revise and Resubmit - Submittal has deviations from the Contract Documents,
significant errors, or is inadequate and must be revised and resubmitted for
subsequent review.
4) Not Approved - Products are not acceptable.
b. Drawings with a significant or substantial number of markings by the Contractor may
be marked "Approved as Noted" and 'Revise and Resubmit'. These drawings are to
be revised to provide a clean record of the submittal.
c. Dimensions or other data that do not appear to conform to the Contract Documents
will be marked as "At Variance With" (AVW) the Contract Documents or other
information provided. The Contractor is to make revisions as appropriate to comply
with Contract Documents.
B. Certifications, Warranties and Service Agreements include documents as specified in the
detailed specifications, as shown in the submittal schedule or as follows:
Certified Test Reports (CTR) - A report prepared by an approved testing agency giving
results of tests performed on products to indicate their compliance with the specifications.
(Refer to Section 01400, QUALITY CONTROL.)
Certification of Local Field Service (CLS) - A certified letter stating that field service is
available from a factory or supplier approved service organization located within a 300
mile radius of the project site. List names, addresses, and telephone numbers of
approved service organizations on or attach to the certificate.
Extended Warranty (EW) - A guarantee of performance for the product or system beyond
the normal one (1) year warranty described in the General Conditions. Issue the warranty
certificate in the name of the Owner.
Submittals
PSCO8326B - Lake Alan Henry Pipeline — Contract B
01300-5
4.
Extended Service Agreement (ESA) - A contract to provide maintenance beyond that
in
required to fulfill requirements for warranty repairs, or to perform routine maintenance for
a definite period of time beyond the warranty period. Issue the service agreement in the
name of the Owner.
5.
Certification of Adequacy of Design (CAD) - A certified letter from the manufacturer of the
equipment stating that they have designed the equipment to be structurally stable and to
withstand all imposed loads without deformation, failure, or adverse effects to the
performance and operational requirements of the unit. The letter shall state that
mechanical and electrical equipment is adequately sized to be fully operational for the
conditions specified or normally encountered by the product's intended use.
6.
Certification of Applicator/Subcontractor (CSQ) - A certified letter stating that the
Applicator or Subcontractor proposed to perform a specified function is duly designated
as factory authorized and trained for the application of the specified product.
C. Submit
record data to provide information to allow the Owner to adequately identify the
products incorporated into the project and allow replacement or repair at some future date.
t
1.
Provide record data for all products. Record data is not required for items for which shop
drawings and/or operations and maintenance manuals are required.
i
2.
Provide information only on the specified products. Submit a Contractor's Modification
_
Request for approval of deviations or substitutions and obtain approval by Field Order or
Change Order prior to submitting Record Data.
IJ
3.
Provide the same information required for shop drawings.
4.
Record data will be received by the Engineer, logged, and provided to Owner for his
1
record.
}}'
a. Record data may be reviewed to see that the information provided is adequate for the
l
purpose intended. Inadequate drawings may be returned as unacceptable.
b. Record data is not reviewed for compliance with the Contract Documents.
Comments may be returned if deviations from the Contract Documents are noted
during the cursory review performed to see that the information is adequate.
'
D. Provide samples for comparison with products delivered to the site for use on the project. '
1. Samples shall be of sufficient size and quantity to clearly illustrate the functional 1
characteristics of the product, with integrally related parts and attachment devices.
2. Indicate the full range of color, texture, and patterns.
3. Dispose of samples when related work has been completed and approved, and disposal _
is requested by the Engineer. At Owner's option samples will become the property of the
Owner.
E. Construct mock-ups for comparison with the work being performed.
1. Construct mock-ups of the size or area indicated in the detailed specifications.
2. Construct mock-ups complete with texture and finish to represent the finished product.
3. Protect mock-ups until work has been completed and accepted by the Owner.
4. Dispose of mock-ups when related work has been completed and disposal is approved by
the Engineer.
F. Submit Operation and Maintenance manuals (O&M) for all equipment, mechanical devices, or
components described in the Contract Documents per Section 01730, OPERATION AND
MAINTENANCE MANUALS. Include copies of approved shop drawings in the manual.
G. Submit Request For Information (RFI) in accordance with Section 01040, PROJECT
ADMINISTRATION.
H. Submit a Schedule of Values and Payment Requests (PR) in accordance with Section 01130, _)
MEASUREMENT AND PAYMENT.
I. Submit Progress Schedules (SCH) in accordance with Section 01310, PROGRESS
SCHEDULES.
Submittals
PSC08325B - Lake Alan Henry Pipeline — Contract B
01300-6
J. Submit Certified Test Reports (CTR) from independent testing laboratories in accordance with
Section 01400, QUALITY CONTROL.
1. Submit test reports for material fabricated for this project with shop drawings for that
product.
2. Submit test reports produced at the point of production for standard production products
with the record data for that product.
K. Submit a list of Suppliers and Subcontractors as Record Data in accordance with Section
01040, PROJECT ADMINISTRATION.
L. Submit Notifications by Contractor (NBC) in accordance with Section 01040, PROJECT
ADMINISTRATION.
M. Submit Project Photographs (PP) in accordance with Section 01380, PROJECT
PHOTOGRAPHS.
1.07 REQUESTS FOR DEVIATION
A. Submit requests for deviation from the Contract Documents for any product that does not fully
comply with the specifications.
B. Submit request by Contractor's Modification Request (CMR) per Section 01040, PROJECT
ADMINISTRATION. Identify the deviations and the reason the change is requested.
C. Deviations that result in a reduction in cost shall also include the amount of the reduction to
the Owner.
D. A Change Order or Field Order will be issued by the Engineer for deviations approved by the
Owner. Deviations from the Contract Documents may only be approved by Change Order or
Field Order.
1.08 SUBMITTALS FOR EQUAL NON -SPECIFIED PRODUCTS
A. The products of the listed suppliers are to be furnished where detailed specifications list
several manufacturers but do not specifically list "or equal" or "or approved equal" products.
Use of any products other than those specifically listed is a substitution and must be approved
per Paragraph 1.09.
B. Contractor may submit other manufacturers' products that are in full compliance with the
specification where detailed specifications list one or more manufacturers followed by the
phase "or equal" or "or approved equal".
1. Submit shop drawings of adequate detail to document that the proposed product is equal
or superior to the specified product.
2. Prove that the product is equal. It is not the Engineer's responsibility to prove the product
is not equal.
a. Indicate on a point by point basis for each specified feature that the product is equal
to the Contract Document requirements.
b. Make a direct comparison with the specified manufacturer's published data sheets
and available information. Provide this printed material with the submittal.
c. The decision of the Engineer regarding the acceptability of the proposed product is
final.
3. Provide a typewritten certification that, in furnishing the proposed product as an equal, the
Contractor:
a. Has thoroughly examined the proposed product and has determined that it is equal or
superior in all respects to the product specified.
b. Has determined that the product will perform in the same manner and result in the
same process as the specified product.
Submittals
PSCO8326B - Lake Alan Henry Pipeline — Contract B
01300-7
c. Will provide the same warranties and/or bonds for the product specified.
d. Will assume all responsibility to coordinate any modifications that may be necessary
to incorporate the product into the construction and will waive all claims for additional
work which may be necessary to incorporate the product into the project which may
'
Y rY p p p J Y
subsequently become apparent.
e. Will maintain the same time schedule as for the specified product.
4. A modification request is not required for any product that is incomplete compliance with _
the Contract Documents.
1.09 SUBMITTALS FOR SUBSTITUTIONS
A. Substitutions are defined as any product that the Contractor proposes to provide for the
Project in lieu of the specified product.
B. If the Contractor desires to submit a manufacturer or product which is not specified, the
Contractor must submit the following for consideration of approval of the substitution:
1. Contractor's Modification Request for deviation from the Contract Documents per
Paragraph 1.07.
2. Prove that the product is acceptable as a substitute. It is not the Engineer's responsibility
to prove the product is not acceptable as a substitute.
a. Indicate on a point by point basis for each specified feature that the product is
acceptable to meet the intent of the Contract Documents requirements.
b. Make a direct comparison with the specified manufacturer's published data sheets
and available information. Provide this printed material with the submittal.
c. The decision of the Engineer regarding the acceptability of the proposed substituted
product is final.
3. Provide a typewritten certification that, in making the substitution request, the Contractor:
a. Has determined that the substituted product will perform in substantially the same
manner and result in the same ability to meet the specified performance as the
specified product.
b. Will provide the same warranties and/or bonds for the substituted product as
specified or as would be provided by the Manufacturer of the specified product.
c. Will assume all responsibility to coordinate any modifications that may be necessary
to incorporate the substituted product into the project and will waive all claims for
additional work which may be necessary to incorporate the substituted product into
the project which may subsequently become apparent.
d. Will maintain the same time schedule as for the specified product.
C. Engineering cost for review of substitutions will be paid by the Contractor.
1. Cost for additional review time will be billed to the Owner by the Engineer for the actual
hours required for the review and marking of shop drawings by Engineer and in
accordance with the rates listed in Item SC-46, Section 00800, Supplementary
Conditions.
2. Cost for the additional review shall be paid to the Owner by the Contractor on a monthly
basis.
1.10 GUARANTEES
A. Warranties and guarantees shall be submitted as required by the Contract Documents and
submitted with the shop drawings or record data.
B. Additional copies will be provided for equipment and will be included in the Operation and I
Maintenance Manuals. Refer to Section 01730, OPERATION AND MAINTENANCE
MANUALS.
1.11 RESUBMISSION REQUIREMENTS
I
s
Submittals 01300-8
PSC08325B - Lake Alan Henry Pipeline — Contract B
�t
A. Make all corrections or changes in the submittals required by the Engineer and resubmit until
approved.
B. For shop drawings:
1. Revise initial drawings or data and resubmit as specified for the original submittal.
2. Highlight in yellow those revisions which have been made in response to the first review
by the Engineer.
3. Highlight in blue any new revisions which have been made or additional details of
information that has been added since the previous review by the Engineer.
C. For samples:
1. Submit new samples as required for the initial sample.
2. Remove samples which have been rejected.
D. For mock-ups:
1. Construct a new mock-up as initially required.
2. Dispose of mock-ups which have been rejected.
E. Engineering cost for excessive review of shop drawings will be paid by the Contractor.
1. Excessive review of shop drawings is defined as any review required after the original
review has been made and the first resubmittal has been checked to see that corrections
have been made.
2. Cost for additional review time will be billed to the Owner by the Engineer for the actual
hours required for the review and marking of shop drawings by Engineer and in
accordance with the rates listed in Item SC-46, Section 00800, Supplementary
Conditions.
3. Pay cost for the additional review to the Owner on a monthly basis as billed by the Owner.
4. Need for more than one resubmission or any other delay of obtaining Engineer's review of
submittals, will not entitle the Contractor to an extension of Contract Time. All costs
associated with such delays shall be at the Contractor's expense.
1.12 ENGINEER'S DUTIES
A. Review the submittals and return with reasonable promptness.
B. Affix stamp, indicate approval, rejection, and the need for resubmittal.
C. Distribute documents
Submittals
PSCO8325B - Lake Alan Henry Pipeline — Contract B
01300-9
SUBMITTAL SCHEDULE
Spec.
P
No.
Description
ISISICICIEIEICICIRIOIEl
D
A
T
L
W
S
A
S
D
M
i
P
M
R
S
A
D
Q
R
B
02202
Pipeline Excavation and Backfill
X
X
02220
Trench Safety
X
02255
Earth Fill Classifications
X
02256
Aggregate Fill Classifications
X
02257
Flowable Fill
X
02270
Seeding
X
X
02271
Riprap and Bedding Material
X
X
02314
Pipeline Crossing at Highway 70
X
02614
Bar -Wrapped Concrete Cylinder Pie
X
X
X
X
02626
Steel Pie
X
X
X
X
09905
Pipeline Coatings
X
X
X
X
X
09910
Protective Coatin s
X
X
X
13115
Impressed Current Cathodic Protection
X
X
X
13592
Fiber Optic Conduit System Components
X
X
X
X
X
X
15101
Gate Valves
X
X
15117
Air Release & Air and Vacuum Valves
X
X
X
15136
Miscellaneous Valves
X
Legend
SD
Shop Drawing
CAD
Certificate of Adequacy of Design
SAM
Sample
CSQ
Certification of Applicator/Subcontractor
CTR
Certified Test Report
RD
Record Data
CLS
Certification of Local Field Service
OM
Operation and Maintenance Manuals
EW
Extended Warranty
EIR
Equipment Installation Report
ESA
Extended Service Agreement
PPB
Process Performance Bond
Submittals 01300-10
PSC08325B — Lake Alan Henry Pipeline — Conract B
C
01310 PROGRESS SCHEDULES
t
1.00 GENERAL
1.01 REQUIREMENTS
A. Prepare and submit a progress schedule for the work and update the schedule on a monthly
basis for the duration of the project.
B. Provide schedule in adequate detail to allow Owner to monitor the work progress, to anticipate
the time and amount of progress payments, and to relate submittal processing to sequential
activities of the work.
C. Incorporate and specifically designate the dates of anticipated submission of submittals and
the dates when submittals must be returned to the Contractor into the schedule.
D. Assume complete responsibility for maintaining the progress of the work per the schedule
submitted.
E. Take into consideration when preparing schedule all requirements of Section 01030,
SPECIAL PROCEDURES.
1.02 SUBMITTALS
A. Submit progress schedules in accordance with Section 01300, SUBMITTALS. Submit
schedules within the following times:
1. Preliminary schedule within 10 days after the Notice of Award. The schedule is to be
available at the pre -construction conference.
2. Detailed schedule at least 10 days prior to the first payment request.
B. Submit progress schedules with requests for partial payment. Schedules may be used to
evaluate the requests for partial payment. Failure to submit the schedule may cause delay in
the review and approval of -progress payments.
1.03 SCHEDULE REQUIREMENTS
A. Schedule is to be in adequate detail to:
1. Assure adequate planning, scheduling, and reporting during the execution of the work.
2. Assure the coordination of the work of the Contractor and the various subcontractors and
suppliers.
3. Assist in monitoring the progress of the work.
4. Assist in evaluating proposed changes to the contract and project schedule.
5. Assist the Owner in review of Contractor's monthly payment requests.
B. Provide personnel with five (5) years minimum experience in scheduling construction work
comparable to this project.
C. Provide the schedule in the form of a time scaled horizontal bar chart which indicates
graphically the work scheduled at any time during the project. The graph is to indicate:
1. Complete sequence of construction by activity.
2. Identification of the activity by structure, location, and type of work.
3. Chronological order of the start of each item of work.
4. The activity start and stop dates.
5. The activity duration.
Progress Schedules 01310-1
PSCO8325B - Lake Alan Henry Pipeline — Contract B
6. Successor and predecessor relationships for each activity. Group related activities or use
lines to indicate relationships.
7. A clearly indicated critical path. Indicate only one (1) critical path on the schedule. The
subsystem with the longest time of completion is the critical path where several
subsystems each have a critical path. Float time is to be assigned to other subsystems.
8. Projected percentage of completion, based on dollar value of the work included in each
activity as of the first day of each month.
D. Submit a separate submittal schedule indicating the dates when the submittals are to be sent
to the Engineer.
1. List specific dates submittal is to be sent to the Engineer.
2. List specific dates submittal must be processed in order to meet the proposed schedule.
3. Allow a reasonable time to review submittals, taking into consideration the size and
complexity of the submittal, the submission of other submittals, and other factors that may
affect review time.
4. Allow time for re -submission of the submittals for each item. Contractor is responsible for
delays associated with additional time required to review incomplete or erroneous
submittals and for the time lost when submittals are submitted for products that do not
meet specification requirements.
E. Update the schedule at the end of each monthly partial payment period to indicate the
progress made on the project to that date.
1.04 SCHEDULE REVISIONS
A. Revise the schedule if it appears that the schedule no longer represents the actual progress
of the work.
1. Submit a written report if the schedule indicates that the project is more than thirty (30)
days behind schedule. The report is to include:
a. Number of days behind schedule
b. Narrative description of the steps to be taken to bring the project back on schedule
c. Anticipated time required to bring the project back on schedule
d. Submit a revised schedule indicating the action that the Contractor proposes to take
to bring the project back on schedule.
B. Revise the schedule to indicate any adjustments in contract time approved by change order.
1. Revised schedule is to be included with Contract Modification Request and in response to
Proposed Contract Modifications by the Owner and Engineer for which an extension of
time is requested.
2. Failure to submit a revised schedule indicates that the modification shall have no impact
on the ability of the Contractor to complete the project on time and that the cost
associated with the change of additional plant or work force have been included in the
cost proposed for the modification.
C. Updating the project schedule to reflect actual progress is not considered a revision to the
project schedule.
D. Payment estimates may not be recommended for payment without a revised schedule and if
required, the report indicating the Contractor's plan for bringing the project back on schedule
1.05 FLOAT TIME
A. Define float time as the amount of time between the earliest start date and the latest start date
of a chain of activities on the construction schedule.
Progress Schedules 01310-2
PSC08325B - Lake Alan Henry Pipeline — Contract B
B. Float time is not for the exclusive use or benefit of either the Contractor or Owner.
C. Contract time cannot be changed by the submission of this schedule. Contract time can only
be modified by approved change order.
D. Schedule completion date must be the same as the contract completion date. Time between
the end of construction and the contract completion date is to be indicated as float time.
END OF SECTION
Progress Schedules 01310-3
PSC08326B - Lake Alan Henry Pipeline — Contract B
i
01380 PROJECT PHOTOGRAPHS
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish an adequate number of photographs of the project site to clearly depict pre-existing
conditions.
1. Provide photos looking up station and down station every 500 feet along the pipeline, at
all road crossings, and where the pipeline is within 100 feet of structures.
2. Photograph a panoramic view of the entire project site.
3. Photograph significant areas of future construction.
4. Photograph areas of adjacent property, unusual site conditions, or other areas of special
concern.
B. Furnish an adequate number of photographs of the project site monthly to clearly depict the
progress of construction from the last time photographs were taken.
1. Provide a minimum of 48 different views.
2. Photograph significant areas of construction progress.
3. Submit photographs with the monthly pay request.
C. Furnish an adequate number of photographs of the project site to clearly depict the completed
project.
1. Provide a minimum of 100 different views.
2. Photograph all significant areas of completed construction.
3. Completion photographs are not to be taken until all construction trailers, excess
materials, trash and debris have been removed.
4. Employ a professional photographer approved by the Engineer to photograph the project.
D. All photographs and an electronic copy on a CD of each photograph taken are to become the
property of the Owner. Photographs may not be used for publication, or public or private
display without the express written consent of the Owner.
1.02 QUALITY ASSURANCE
Photographs shall be clear with proper exposure. New photographs are to be taken immediately
if photos of an adequate quality cannot be produced from the negative. Photographs shall be of a
quality to permit enlargements.
1.03 SUBMITTALS
Submittals shall be in accordance with Section 01300, SUBMITTALS, and shall include:
1. Submit three (3) sets of preconstruction photographs and three (3) sets of each picture
taken each month.
2. Submit one (1) set to the Owner, one (1) set to Resident Project Representative, and one
(1) set to Engineer.
2.00 PRODUCTS
2.01 PHOTOGRAPHS
A. Photographs shall be provided in digital format with a minimum resolution of 1280 X 960 -
fine, no digital zoom.
B. Photographs shall be taken at locations acceptable to the Owner.
C. Provide two (2) color copies of each photograph and an electronic copy on a CD of each
photograph taken.
Project Photographs 01380-1
PSCO8325B - Lake Alan Henry Pipeline — Contract B
D. Identify each print on back with:
1. Project name.
2. Date, time, location, and orientation of the exposure.
3. Description of the subject of photograph.
E. Submit photograph in clear plastic sheets designed for that purpose. Place only one (1)
photograph in each section to allow description on the back to be read without removing the
photograph.
F. Final photographs are to include, in addition to normal prints, two (2) 8" x 10" glossy color
prints for each of ten (10) photographs selected by the Owner.
3.00 EXECUTION
3.01 GENERAL.
A. The Engineer reserves the right to adjust the number of views taken per month and the
actual day the pictures are taken in order to take advantage of construction procedures.
B. The views taken will be as approved by the Engineer and may be either interior, exterior, or
both.
END OF SECTION
Project Photographs 01380-2
PSC08325B - Lake Alan Henry Pipeline — Contract B
C
01400 QUALITY CONTROL
1.00 GENERAL
1.01 CONTRACTOR'S RESPONSIBILITIES
A. Control the quality of work produced and verify that the work performed meets the standards
of quality established in the Contract Documents.
1. Provide and pay for the services of an approved independent professional materials
testing laboratory to insure that products proposed for use fully comply with the Contract
Documents.
2. Perform tests as indicated in this and other sections of the specifications. Schedule the
time and sequence of testing with the Owner and Engineer. Testing is to be observed by
the Owner, Engineer, or designated representative.
3. Inspect the work performed by the Contractor, subcontractors and suppliers. Correct
defective work.
4. Inspect products to be incorporated into the project. Provide only those products that
comply with the Contract Documents.
5. Verify conformance of the work and products with the Contract Documents before
notifying the Owner of need for testing.
6. Provide consumable construction materials of adequate quality to provide a finished
product that complies with the Contract Documents.
7. Provide labor, materials, tools, equipment, and related items for testing by the Owner
including, but not limited to temporary construction required for testing and operation of
new and existing utilities.
B. Provide Certified Test Reports on products or constructed works to be incorporated into the
project as required by Section 01300, SUBMITTALS. Reports are to indicate that products or
constructed works are in compliance with the Contract Documents.
C. Provide and maintain a written Quality Control Program that establishes the methods of
assuring compliance with the Contract Documents.
D. Designate Quality Control personnel at the start of the project. These personnel shall have
the authority to monitor the work effectively and to implement and enforce the Quality Control
Program.
E. Assist the Engineer, Owner, and Owner's testing organization to perform quality assurance
activities.
1. Provide access to the work and to the Manufacturer's operations at all times work is in
progress.
2. Cooperate fully in the performance of sampling, inspection, and testing.
3. Furnish labor and facilities to:
a. Provide access to the work to be tested.
b. Obtain and handle samples for testing at the project site or at the source of the
product to be tested.
c. Facilitate inspections and tests.
d. Store and cure test samples.
4. Furnish copies of the tests performed on products.
5. Provide adequate quantities of representative product to be tested to the laboratory at the
designated location.
6. Give the Owner adequate notice before proceeding with work that would interfere with
testing.
7. Notify the Engineer and the testing laboratory prior to the time that testing is required.
Lead time is to be adequate to allow arrangements to be made for testing.
Quality Control 01400-1
PSCO8325B - Lake Alan Henry Pipeline — Contract B
8. Do not proceed with any work until testing services have been performed and results of
tests indicate that the work is acceptable.
9. Provide complete access to the site and make Contract Documents available.
10. Provide personnel and equipment needed to perform sampling or to assist in making the
field tests.
11. Testing performed by the Owner will be paid for by the Owner.
F. Provide a recognized testing laboratory capable of performing a full range of testing
procedures complying with the standards or testing procedures specified. The testing lab
shall provide certified technicians that are trained and knowledgeable in, in4rench nuclear
density testing, sand cone, concrete sampling and testing, ASTM D698 and D1557 proctors at
a minimum. Obtain Owner's approval for the testing laboratory before testing is performed.
G. Provide personnel certified to perform the test required.
H. Should requirements of this Section of the specification conflict with the requirements of the
technical specifications, the technical specifications shall govern.
1.02 QUALITY ASSURANCE ACTIVITIES BY THE OWNER i
A. Quality assurance activities of the Owner and Engineer through their own forces or through
contracts with materials testing laboratories and survey crews are for the purpose of
monitoring the results of the Contractor's work to see that it is in compliance with the
requirements of the Contract Documents.
1. Quality assurance activities of the Owner and Engineer in no way relieves the Contractor
of the obligation to perform work and furnish products and constructed work conforming
to the Contract Documents.
2. Failure on the part of the Owner or Engineer to perform or test products or constructed
works in no way relieves the Contractor of the obligation to perform work and furnish
materials conforming to the Contract Documents.
1.03 TESTING FREQUENCY
The Contractor shall have a independent certified technician on the jobsite to perform testing a
minimum of 8 hours per day when laying pipe and/or backfilling.
A. Soils Testing
1. Pothole every 1,000 feet and grab samples at pipe level for materials testing and proctors
2. Take a minimum of three (3) in-trench/pipe zone nuclear density tests for every 500 feet
of installed pipe. If less than 500 feet of pipe is installed in one day, the Contractor shall
perform the minimum number of three (3) tests per day.
3. Take a minimum of three (3) nuclear density tests above the pipe zone for every 1,500
feet of installed pipe except where noted below.
4. Take a minimum of three (3) in-trench/pipe zone nuclear density test and a minimum of
three (3) above pipe zone nuclear density test at all open cut county road crossings.
5. Take a minimum of three (3) above pipe zone nuclear density tests for every 500 feet of
installed pipe in cultivated fields.
6. Take a minimum of one (1) sand cone test in the rock embedment for every one mile of
pipe installed.
B. Concrete Testing'
1. Sample a minimum of three (3) cylinders for every 50 cubic yards of concrete placed.
These cylinders shall be tested for strength, one at 7 days, one at 28 days, and one
spare.-
Quality Control 01400-2
PSCO8325B - Lake Alan Henry Pipeline — Contract B
I'l
2. Sample a minimum of three (3) cylinders for every 50 cubic yards of flowable fill placed.
These cylinders shall be compressed tested, one at 7 days, one at 28 days, and one
spare.
C. Welding
1. Provide certified test reports for visual inspections of all welds from an Independent
Certified Welding Inspector.
2. Provide certified test reports for magnetic particle testing from an Independent Certified
Welding Inspector for every field weld.
1.04 SUBMITTALS
A. Submittals shall be in accordance with Section 01300, SUBMITTALS, and shall include:
1. The name of the proposed testing laboratory along with documentation of qualifications, a
list of tests that can be performed, and a list of recent projects for which testing has been
performed with references from those projects.
2. Test reports per Paragraph 1.07, TEST REPORTS of this specification.
1.05 STANDARDS
B. Provide a testing laboratory that complies with the ACIL (American Council of Independent
r Laboratories) "Recommended Requirements for Independent Laboratory Qualifications".
C. Perform testing per recognized test procedures as listed in the various sections of the
specifications, standards of the State Department of Highways and Public Transportation,
American Society of Testing Materials (ASTM), or other testing associations. Perform tests in
accordance with published procedures for testing issued by these organizations.
1.06 DELIVERY AND STORAGE
Handle and protect test specimens of products and construction materials at the construction site
in accordance with recognized test procedures.
1.07 VERIFICATION TESTING
A. Provide verification testing when tests performed by the Owner indicate that materials or the
results of construction activities are not in conformance with Contract Documents.
B. Verification testing is to be provided at the Contractor's expense to verify products or
constructed works are in compliance after corrections have been made.
C. Tests must comply with recognized methods or with methods recommended by the Owner's
testing laboratory and approved by the Engineer.
1.08 TEST REPORTS
A. Test reports are to be prepared for all tests.
Tests performed by testing laboratories may be submitted on their standard test report
forms. These reports must include the following:
a. Name of the Owner, project title and number, equipment installer and general
contractor.
b. Name of the laboratory, address, and telephone number.
c. Name and signature of the laboratory personnel performing the test.
d. Description of the product being sampled or tested.
e. Date and time of sampling, inspection, and testing.
Quality Control 01400-3
PSC08325B - Lake Alan Henry Pipeline — Contract B
f. Date the report was issued.
g. Description of the test performed.
h. Weather conditions and temperature at time of test or sampling.
i. Location at the site or structure where the test was taken.
j. Standard or test procedure used in making the test.
k. A description of the results of the test.
1. Statement of compliance or non-compliance with the Contract Documents.
m. Interpretations of test results, if appropriate.
2. Submit reports on tests performed by Contractor or his suppliers or vendors on the forms
provided in Section 01800, FORMS.
B. Distribute copies of the test reports to:
No. of Copies
Owner 2
Resident Project Representative 1
Engineer 1
Contractor 1
1.09 NON -CONFORMING WORK
A. Immediately correct any work that is not in compliance with the Contract Documents or submit
a written explanation of why the work is not to be corrected immediately and when the
corrective work will be performed.
B. Payment for non -conforming work shall be withheld until work is brought into compliance with
the Contract Documents.
1.10 LIMITATION OF AUTHORITY OF THE TESTING LABORATORY
A. The testing laboratory representatives are limited to providing consultation on the test
performed and in an advisory capacity.
B. The testing laboratory is not authorized to:
1. Alter the requirements of the contract documents.
2. Accept or reject any portion of the work.
3. Perform any of the duties of the Contractor.
4. Stop the work.
5. Interpret results or make engineering judgments.
2.00 PRODUCTS
2.01 TESTING APPARATUS
Furnish testing apparatus and related accessories necessary to perform the tests.
3.00 EXECUTION
3.01 PROTECTIVE COATINGS
Test protective coatings per Section 09905, PROTECTIVE COATINGS and Section 09910.
3.02 PIPING SYSTEMS
Test pipe per Section 01666
END OF SECTION
Quality Control
PSC08325B - Lake Alan Henry Pipeline — Contract B
01400-4
['
01568 EROSION AND SEDIMENT CONTROL
1.00 GENERAL
1.01 WORK INCLUDED
Furnish labor, materials, equipment, and incidentals necessary to provide storm water pollution
prevention for the duration of the construction period including furnishing, installing, and
maintaining erosion and sediment control structures and procedures and properly removing the
features when no longer required.
Develop, implement, and maintain a storm water pollution prevention plan that is signed and
sealed by a Texas Professional Engineer in compliance with Local, State, and Federal
requirements. Provide preventive measures to keep sediment and other pollutants from the
construction activity from entering any storm water system, including open channels. Comply with
the Texas Commission on Environmental Quality General Permit (TXR150000) for storm water
discharges from construction activities under the Texas Pollutant Discharge Elimination System
(TPDES) program.
This specification provides guidelines and Best Management Practices (BMPs) information for the
Contractor to use in adhering to all Local, State, and Federal environmental regulations with
respect to storm water pollution prevention during construction activity.
1.02 QUALITY ASSURANCE
A. Comply with applicable requirements of all governing authorities having jurisdiction. The
Specifications and the Plans are not intended to be prescriptive but rather to convey the intent
to provide complete slope protection, erosion control, and storm water pollution prevention for
both the Owner's property and adjacent properties.
B. The Contractor shall develop and implement a storm water pollution prevention plan in
accordance with TCEQ General Permit TXR150000 prior to the beginning of construction
activity.
C. Storm water pollution prevention measures shall be established prior to the beginning of
construction and maintained during the entire length of construction until final stabilization has
been achieved for the area protected.
D. All land -disturbing activities shall be planned and conducted to minimize the area to be
exposed at any one time as well as time of exposure, off -site erosion, sedimentation, and
adverse water quality impacts..
E. Surface water runoff originating upgrade of an exposed area shall be managed to minimize
erosion and sediment loss during the period of exposure.
F. Install measures to control both the velocity and rate of release so as to minimize erosion and
sedimentation of the receiving water body (i.e., ditch, channel, stream) in accordance with
regulatory requirements and as directed by the Owner, the Engineer, or the Owner's
Representative.
G. Periodically clean out and dispose of all sediment and other pollutants as necessary to
maintain adequate treatment capacity of each pollution control feature. Clean out and
properly dispose of all sediment and other storm water pollutants at the time of completion of
the Work.
Storm Water Pollution Prevention During Construction 01568-1
PSCO8325B - Lake Alan Henry Pipeline — Contract B
r
t_
1.03 JOB CONDITIONS; CODES AND ORDINANCES
Comply with the local codes and ordinances. If local codes and ordinances require more stringent
or additional storm water pollution prevention measures during construction beyond those
required by State and Federal regulations, the Contractor shall provide such measures at no _
additional cost.
2.00 PRODUCTS
2.01 MATERIALS
A. All materials used for storm water pollution prevention shall meet the minimum design and
specification requirements identified below for commonly used sediment loss prevention
practices (referenced from the North Central Texas Council Of Governments (NCTCOG)
integrated Storm Water Management (iSWM) Design Manual for Construction.) The
Contractor shall use appropriate control devices to protect against storm water pollution from
construction site activity.
B. Erosion Control Blankets to hold seed and soil in place until vegetation is established on
disturbed areas are subject to the following design criteria:
1. The type and class of erosion control mat must be specified as appropriate for the slope
of the area to be protected and the anticipated length of service.
2. Erosion control blankets must meet the applicable Texas Department of Transportation
(TxDOT) Minimum Performance Standards for TxDOT as provided in its Erosion Control
Report and/or be listed on the most current annual Approved Products List for TxDOT
applicable to TxDOT Item 169 Soil Retention Blanket and its Special Provisions.
C. Silt Fences for perimeter controls located downstream of disturbed areas are subject to the
following design criteria:
1.
If 50% or less soil by weight passes the U.S. Standard sieve No. 200, select the apparent
opening size (A.O.S.) to retain 85% of the soil.
VI
_
2.
If 85% or more of soil by weight passes the U.S. Standard sieve No. 200, silt fences shall
not be used unless the soil mass is evaluated and deemed suitable by a soil scientist or
geotechnical engineer concerning the erodibility of the soil mass, dispersive
characteristics, and the potential grain -size characteristics of the material that is likely to
be eroded.
3.
Silt fence fabric must meet the following minimum criteria:
a. Tensile Strength, ASTM D4632 Test Method for Grab Breaking Load and Elongation
i
of Geotextiles, 90-Ibs.
b. Puncture Rating, ASTM D4833 Test Method for Index Puncture Resistance of
Geotextiles, Geomembranes, and Related Products, 60-Ibs.
c. Mullen Burst Rating, ASTM D3786 Standard Test Method for Hydraulic Bursting
`
Strength of Textile Fabrics -Diaphragm Bursting Strength Tester Method, 280-psi.
j
d. Apparent Opening Size, ASTM D4751 Test Method for Determining Apparent
Opening Size of a Geotextile, U.S. Sieve No. 70 (max) to No. 100 (min).
e. Ultraviolet Resistance, ASTM D4355. Minimum 70 percent.
4.
Filter stone for an overflow structure shall be 1-1/2" washed stone containing no fine
material. Angular shaped stone is preferable to rounded shaped stone.
5.
Fence posts shall be galvanized steel or equivalent and may be T-section or L-section,
i
LJ
1.3 pounds per linear foot minimum, and 4 feet in length minimum. Wood Posts may be
used depending on anticipated length of service and provided they are 4 feet in length
minimum and have a nominal cross section of 2 inches by 4 inches for pine or 2 inches by
2 inches for hardwoods.
6.
Silt fence shall be supported by galvanized steel wire fence fabric as follows:
a. 4" x 4" mesh size, W1.4/1.4, minimum 14-gauge wire fence fabric;
H
Storm Water Pollution Prevention During Construction 01568-2
PSC08325B - Lake Alan Henry Pipeline — Contract B
i
b. Hog wire, 12-gauge wire, small openings installed at bottom of silt fence;
i c. Standard 2" x 2° chain link fence fabric; or
d. Other welded or woven steel fabrics consisting of equal or smaller spacing as that
listed herein and appropriate gauge wire to provide support.
D. Inlet protection used in new developments that include new inlets or roads with new curb
inlets or during repairs to existing roadways are subject to the following design criteria:
1. Filter fabric protection shall be designed and maintained in a manner similar to a silt
fence.
2. Where applicable, filter fabric, posts, and wire backing shall meet the material
requirements specified in the silt fence design requirements.
3. Filter gravel shall be % inch (Block and Gravel Protection) or 1-1/2 to 2 inch (Excavated
Impoundment Protection) washed stone containing no fines. Angular shaped stone is
preferable to rounded shapes.
4. Concrete blocks shall be standard 8" x 8" x 16'' concrete masonry units.
E. Stone Outlet Sediment Traps used in situations where flows are concentrated in a drainage
swale or channel are subject to the following design criteria:
1. The embankment shall be placed on geotextile fabric meeting the following minimum
criteria:
a. Tensile Strength, ASTM D4632 Text Method for Grab Breaking Load and Elongation
of Geotextiles, 250-Ibs.
b. Puncture Rating, ASTM D4833 Test Method for Index Puncture Resistance of
Geotextiles, Geomembranes, and Related Products, 135-Ibs.
c. Mullen Burst Rating, ASTM D3786 Standard Test Method for Hydraulic Bursting
Strength of Textile Fabrics -Diaphragm Bursting Strength Tester Method, 420-psi.
d. Apparent Opening Size, ASTM D4751 Test Method for Determining Apparent
Opening Size of a Geotextile, U.S. Sieve No. 20 (max).
F. Sediment Basins used as treatment devices for sites with disturbed areas of 10 acres and
larger that are part of a common drainage area are subject to the following design criteria:
1. The sediment basin shall have minimum design dewatering time of 36 hours.
G. Check Dams used for long drainage swales or ditches to reduce erosive velocities are subject
to the following design criteria:
1. Use geotextile filter fabric under check dams exceeding 18 inches in height. The fabric
shall meet the material specified for the Stone Outlet Sediment Trap discussed above.
2. Rock Check Dams
a. Stone shall be well graded with size range from 1-1/2 to 3-1/2 inches in diameter
depending on expected flows.
b. Rock Check Dams should be triangular in cross section with side slopes of 1:1 or
flatter on the upstream side and 2:1 or flatter on the downstream side.
3. Sand Bag Check Dams
a. Sand Bag Check Dams should have a maximum flow through rate of 0.1 cfs per
square foot of surface with a minimum top width of 16 inches and bottom width of 48
inches. Bags should be filled with coarse sand, pea gravel, or filter stone that is clean
and free of deleterious material.
b. Bag length shall be 24-inches to 30-inches, width shall be 16-inches to 18-inches and
thickness shall be 6-inches to 8-inches and having an approximate weight of 40-
pounds.
c. Bag material shall be polypropylene, polyethylene, polyamide, or cotton burlap woven
fabric, minimum unit weight 4-ounces-per-square-yard, Mullen burst strength
exceeding 300-psi as determined by ASTM D3786 Standard Test Method for
Hydraulic Bursting Strength of Textile Fabrics -Diaphragm Bursting Strength Tester
Method, and ultraviolet stability exceeding 70 percent.
Storm Water Pollution Prevention During Construction 01568-3
PSCO8325B - Lake Alan Henry Pipeline — Contract B
d. PVC pipes may be installed through the Sand Bag Dam near the top to allow for
controlled flow through the dam. Pipe should be schedule 40 or heavier polyvinyl
chloride (PVC) having a nominal internal minimal diameter of 4 inches.
H. Stabilized Construction Entrances used for sites in which significant truck traffic occurs on a
daily basis are subject to the following design criteria:
1. The geotextile fabric must meet the following minimum criteria:
a. Tensile Strength, ASTM D4632 Test Method for Grab Breaking Load and Elongation
of Geotextiles, 300-Ibs.
b. Puncture Strength, ASTM D4833 Test Method for Index Puncture Resistance of
Geotextiles, Geomembranes, and Related Products, 120-Ibs.
c. Mullen Burst Rating, ASTM D3786 Standard Test Method for Hydraulic Bursting
Strength of Textile Fabrics -Diaphragm Bursting Strength Tester Method, 600-psi.
d. Apparent Opening Size, ASTM D4751 Test Method for Determining Apparent
;
Opening Size of a Geotextile, U.S. Sieve No. 40 (max).
I. Stone stabilized entrance pads must meet the more stringent of the requirements listed above
t
or Section 02256 - Aggregate Fill Classification. The stone shall be a minimum of 3 to 5-inch
,
coarse aggregate.
I
J. Filter aggregate must meet the more stringent of the requirements listed above or Section
02256 - Aggregate Fill Classification.
K. Geotextile materials must meet the more stringent of the requirements listed above or Section
02263 - Geotextile: Erosion Control.
L. Alternative pollution prevention measures selected by the Contractor shall be identified from
one or more of the following reference sources, as appropriate for the region of the
construction activity:
1. North Central Texas Council of Governments (NCTCOG) integrated Storm Water
Management (iSWM) Design Manual for Construction
3.00 EXECUTION
3.01 PREPARATION
A. Prepare a storm water pollution prevention plan (SWPPP) in accordance with applicable
permit requirements for construction activity. Develop the SWPPP in conformance with
TPDES General Permit (TXR150000) for Storm Water Discharges from Construction
Activities and any applicable Local requirements.
B. Prepare and implement the SWPPP prior to the beginning of construction activity in
accordance with Local, State, and Federal requirements.
C. Owner's Representative may require Contractor to install storm water pollution prevention
devices and/or practices during construction in addition to those required under the approved
storm water pollution plan. Contractor shall remain solely responsible for complying with all
Local, State, and Federal requirements.
3.02 INSTALLATION
A. Erosion Control Blankets to hold seed and soil in place until vegetation is established on
disturbed areas are subject to the following installation criteria:
1. Prior to the installation of any erosion control matting, all rocks, dirt clods, stumps, roots,
trash, and any other obstructions that would prevent the mat from lying in direct contact
Storm Water Pollution Prevention During Construction 01568-4
PSC08325B - Lake Alan Henry Pipeline - Contract B
with the soil shall be removed. Anchor trenching shall be located along the entire
perimeter of the installation area, except for small areas with less than 2 percent slope.
2. Installation and anchoring shall conform to the recommendations shown within the
manufacturer's published literature for the approved erosion control blanket. Joints and
overlapping material shall be securely fastened.
3. After installation, check blankets for uniform contact with the soil, security of the lap joints,
and flushness of the staples with the ground.
B. Silt Fences for perimeter controls located downstream of disturbed areas are subject to the
following installation criteria:
1. Construct fences along a line of constant elevation (along a contour line if possible).
2. Maximum drainage area shall be 0.25 acre per 100 linear feet of silt fence.
3. Maximum flow to any 20 foot section of silt fence shall be 1 CFS.
4. Maximum distance of flow to silt fence shall be 200 feet or less. If the slope exceeds 10
percent, the flow distance shall be less than 50 feet.
5. Maximum slope adjacent to the fence shall be 2:1.
6. Stone overflow structures or other outlet control devices shall be installed at all low points
along the fence or spaced at approximately 300 feet if there is no apparent low point.
7. A 6-inch wide trench is to be cut 6 inches deep at the toe of the fence to allow the fabric to
be laid below the surface and backfilled with compacted earth or gravel to prevent bypass
of runoff under the fence. Fabric shall overlap at abutting ends a minimum of 3 feet and
shall be joined such that no leakage or bypass occurs.
8. Sufficient room for the operation of sediment removal equipment shall be provided
between the silt fence and other obstructions in order to properly maintain the fence.
9. The ends of the fence shall be turned upstream to prevent bypass of storm water.
C. Inlet protection for new developments that include new inlets or roads with new curb inlets or
during repairs to existing roadways are subject to the following installation criteria:
1. Maintain barricades, signs, and safety features around the work in accordance with all
provisions of the latest edition of the Manual on Uniform Traffic Control Devices
(MUTCD).when installing inlet protection on publicly traveled streets or in developed
areas. Ensure that inlet protection is properly designed, installed, and maintained to avoid
flooding of the roadway or adjacent properties and structures.
2. Maximum depth of flow shall be 8 inches or less.
3. Positive drainage is critical in the design of inlet protection. If overflow is not provided for
at the inlet, excess flows shall be routed through established swales, streets, or other
watercourses to minimize damage due to flooding.
4. Filter Barrier Protection — Silt Fence shall consist of nylon geotextile supported by wire
mesh, W1.4 X W1.4, and galvanized steel posts set a minimum of 1 foot depth and
spaced not more than 6 feet on center. A 6-inch wide trench is to be cut 6 inches deep at
the toe of the fence to allow the fabric to be laid below the surface and backfilled with
compacted earth or gravel. This entrenchment prevents any bypass of runoff under the
fence. If the inlet is installed within a paved area, provide sufficient material overlap at the
base to allow for anchorage of the fabric to the concrete inlet slab by sand bags or other
means in order to prevent bypass or runoff under the fence.
5. Block and Gravel Protection (Curb and Drop Inlets) — Concrete blocks are to be placed on
their sides in a single row around the perimeter of the inlet, with ends abutting. Openings
in the blocks should face outward, not upward. W x W wire mesh shall then be placed
over the outside face of the blocks covering the holes. Filter stone shall then be piled
against the wire mesh to the top of the blocks with the base of the stone being a minimum
of 18 inches from the blocks. Alternatively, where loose stone is a concern (streets, etc.),
the filter stone may be placed in appropriately sized geotextile fabric bags. Periodically
remove and clean the stone or replace it with new stone when the stone filter becomes
clogged.
6. Excavated Impoundment Protection — An excavated impoundment shall be sized to
provide a storage volume of between 1800 and 3600 cubic feet per acre of disturbed
Storm Water Pollution Prevention During Construction
PSC08326B - Lake Alan Henry Pipeline — Contract B
01568-5
area. The trap shall have a minimum depth of one foot and a maximum depth of 2 feet
as measured from the top of the inlet and shall have sideslopes of 2:1 or flatter. Install
weep holes in the inlet walls to allow for the complete dewatering of the trap. When the
storage capacity of the impoundment has been reduced by one-half, remove the silt and
dispose of it at an approved location.
7. Inlet inserts are commercially available to remove sediment, constituents (pollutants)
adsorbed to sediment, and oil and grease. Perform maintenance to remove sediment
and debris that could clog the filters. Inlet inserts must have a bypass function to prevent
flooding from clogging or high flows.
D. Stone Outlet Sediment Traps for situations where flows are concentrated in a drainage swale
or channel are subject to the following installation criteria:
1. The maximum drainage area contributing to the trap shall be 10 acres. For larger
drainage areas a sediment basin shall be used.
2. The minimum storage volume shall be 1800 cubic feet per acre of disturbed land draining
to the device.
3. The surface area of the design storage shall be 1 % of the area draining to the device.
4. The maximum embankment height shall be 6 feet as measured from the toe of the slope
on the downstream side.
5. Minimum width of the embankment at the top shall be 2 feet.
6. Embankment slope shall be 1:5:1 or flatter.
7. The embankment shall have a depressed area to serve as the outlet with a minimum
width of 4 feet.
8. A six inch minimum thickness layer of 3/ to 2 inch (1%2 inch nominal) well graded filter
stone shall be placed on the face of the embankment.
9. The embankment shall be comprised of well graded stone with a size range of 6 to 12
inches in diameter. The stone may be enclosed in wire mesh or a gabion basket and
anchored to the channel bottom to prevent washing away.
10. The outlet shall be designed to have a minimum freeboard of 6" at design flow.
11. Geotextile fabric, covered with a layer of stone, shall extend past the base of the
embankment on the downstream side a minimum of 2 feet.
E. Sediment Basins for treatment devices for sites with disturbed areas of 10 acres and larger
that are part of a common drainage area are subject to the following installation criteria:
1. Minimum capacity of the basin shall be the calculated volume of runoff from a 2-year, 24-
hour duration storm event.
2. Deposited sediment shall be removed when the storage capacity of the basin has been
reduced by 20%.
3. Minimum width of the embankment at the top shall be 8 feet.
4. Embankment slope shall be 3:1 or flatter.
5. Maximum embankment height shall be 6 feet as measured from the toe of slope on the
downstream side. Sediment basins with embankments exceeding 6 feet are regulated by
the Texas Commission on Environmental Quality (TCEQ) and must meet specific
requirements for dam safety.
6. The basin outlet shall be designed to accommodate a 25-year design storm without
causing damage to the containment structure.
7. The basin must be laid out such that the effective flow length of the basin should be at
least twice the effective flow width.
8. The outlet of the outfall pipe (barrel) shall be stabilized with riprap or other form of
stabilization with design flows and velocities based on 25-year design storm peak flows.
For velocities in excess of 5 feet per second, velocity dissipation measures should be
used to reduce outfall velocities.
9. The effectiveness of sediment basins may be increased by using baffles to prevent short-
circuiting of flow through the basin.
F. Check Dams for long drainage swales or ditches to reduce erosive velocities are subject to
the following installation criteria:
Storm Water Pollution Prevention During Construction 01568-6
PSC08325B - Lake Alan Henry Pipeline — Contract B
1. Check Dams shall be placed at a distance and height to allow small pools to form
r between each one. Typically, dam height should be between 18" and 36". Dams shall be
spaced such that the top of the downstream dam is at the same elevation as the toe of
the upstream dam.
2. Major flows (greater than 2-year design stem) must pass the check dam without causing
4' excessive upstream flooding.
3. Check dams should be used in conjunction with other sediment reduction techniques prior
to releasing flow offsite.
G. Stabilized Construction Entrances for sites in which significant truck traffic occurs on a daily
basis are subject to the following installation criteria:
1. Stabilized Construction Entrances are to be constructed such that drainage across the
entrance is directed to a controlled, stabilized outlet on site with provisions for storage,
proper filtration, and removal of wash water.
2. The entrance must be sloped away from the paved surface so that storm -water is not
allowed to leave the site onto roadways.
3. Minimum width of entrance shall be 15 feet.
4. Stone shall be placed in a layer of at least 12-inch thickness. The stone shall be a
minimum of 3 to 5-inch coarse aggregate.
5. Prevent shortcutting of the full length of the construction entrance by installing barriers as
necessary.
6. Vehicles shall not be permitted to track or drop sediment onto paved roads, streets, or
parking lots when necessary, vehicles must be cleaned to remove sediment prior to
entrance onto paved areas. When washing is required, it shall be done on a constructed
wheel wash facility that drains into an approved sediment trap or sediment basin or other
sedimentation/filtration device.
7. Minimum dimensions for the entrance shall be as follows:
Tract Area
Average Tract
Depth
Minimum Width
of Entrance
Minimum Depth
of Entrance
<1 Acre
100 feet
15 feet
20 feet
<5 Acres
200 feet
20 feet
50 feet
<5 Acres
>200 feet
25 feet
75-100 feet
H. Install pollution control devices in a manner consistent with their designed intent.
3.03 MAINTENANCE
A. Maintain pollution prevention control structures and procedures in full working order at all
times during construction. This shall include any necessary repair or replacement of items
which have become damaged or ineffective. Remove sediment and other pollutants which
accumulate in pollution control devices as necessary to maintain the intended design
efficiency for the pollution prevention measure.
B. Dispose properly of trash, debris, and other pollutants.
C. Place sediment material in approved earth spoil areas or return the sediment material to the
area from which it eroded.
D. Maintain pollution prevention structures and procedures until construction is complete for the
area protected and until the site achieves final stabilization. Unless more stringently defined
by Local, State, or Federal requirements, final stabilization is defined as achieving 70 percent
of background vegetative cover or placement of permanent cover, such as concrete or
asphalt.
Storm Water Pollution Prevention During Construction
PSCO8325B - Lake Alan Henry Pipeline — Contract B
01568-7
E. Upon completion of construction and achievement of final stabilization, properly remove the
temporary pollutant control structures and complete the area as indicated. Pollution control
devices made of organic materials designed to degrade naturally in place will not require
removal, unless specifically required by the Owner, Engineer, or Owner's Representative.
F. Erosion Control Blankets shall be inspected regularly (at least as often as required by the
TPDES Construction General Permit) for bare spots caused by weather related events.
Missing or loosened blankets must be replaced or re -anchored. Also check for excess
sediment deposited from runoff. Remove sediment and/or replace blanket as necessary. In
addition, determine the source of excess sediment and implement appropriate Best
Management Practices (BMPs) to control the erosion.
G. Silt Fences shall be inspected regularly (at least as often as required by the TPDES
Construction General Permit) for buildup of excess sediment, undercutting, sags, and other
failures. Sediment should be removed when it reaches approximately one-half the height of
the fence. In addition, determine the source of excess sediment and implement appropriate
Best Management Practices (BMPs) to control the erosion. If the fabric becomes damaged or
clogged, it shall be repaired or replaced as necessary.
H. Inlet Protection shall be inspected regularly (at least as often as required by the TPDES
Construction General Permit). When silt fences are also used and the fabric becomes
clogged, it should be cleaned or, if necessary, replaced. Also, sediment should be removed
when it reaches approximately one-half the height of the inlet protection device. If a sump is
used, sediment should be removed when the volume of the basin is reduced by 50%.
For systems using filter stone, when the filter stone becomes clogged with sediment, the
stones must be pulled away from the inlet and cleaned or replaced. Dispose of clogged filter
stone in an approved location.
I. Stone Outlet Sediment Traps shall be inspected regularly (at least as often as required by the
TPDES Construction General Permit) to check for clogging of the void spaces between
stones. If the aggregate appears to be silted in such that efficiency is diminished, the stone
shall be replaced.
Deposited sediment shall be removed when the depth of sediment is equal to one-third of the
height of the embankment as measured from the original toe of slope to the crest of the
outlet, or has reached a depth of one foot, whichever is less. The removed sediment shall be
stockpiled or redistributed in areas that are protected from erosion.
J. Sediment Basins shall be inspected regularly (at least as often as required by the TPDES
Construction General Permit) to check for damage and to insure that obstructions are not
diminishing the effectiveness of the structure. Sediment shall be removed and the basin shall
be regraded to its original dimensions when the capacity of the impoundment has been
reduced to 20% of its original storage capacity. The removed sediment shall be stockpiled or
redistributed in areas that are protected by erosion and sediment controls.
K. Check Dams shall be inspected regularly (at least as often as required by the TPDES
Construction General Permit). Remove silt when it reaches approximately 1/3 the height of
the dam or 12 inches in height, whichever is less.
L. Stabilized Construction Entrances shall be inspected regularly (at least as often as required by
the TPDES Construction General Permit). When sediment has substantially clogged the void
area between the rocks, the aggregate mat shall be washed down or replaced. Periodic re-
grading and top dressing with additional stone shall be done to keep the efficiency of the
entrance from diminishing. If the stabilized construction entrance is not effectively removing
sediment from wheels, then a wheel wash shall be implemented.
Storm Water Pollution Prevention During Construction
PSCO8325B - Lake Alan Henry Pipeline — Contract B
01568-8 i
3.04 FIELD QUALITY CONTROL
In the event of conflict between the specified requirements and storm water pollution control laws,
rules, or regulations, or other Local, State, or Federal agencies, the more restrictive laws, rules, or
regulations shall apply.
3.05 SCHEDULES
Prior to start of construction, submit schedules to the Owner and Engineer for accomplishment of
temporary and permanent erosion control work in connection with required clearing and grubbing,
grading, construction, and paving. Include a proposed method of erosion and dust control on haul
roads and borrow pits and a plan for disposal of waste materials in the submittal.
END OF SECTION
Storm Water Pollution Prevention During Construction
PSC08325B - Lake Alan Henry Pipeline — Contract B
01568-9
01666 HYDROSTATIC TEST
1.00 GENERAL
After the pipeline is installed and backfilled, it shall be subjected to hydrostatic pressure test by raising the
pressure to the test pressure indicated on the drawings. Each test plug or bulkhead shall be designed to
withstand the test pressure on either side with only atmospheric pressure on the opposite side. The
Contractor shall install temporary internal test plugs or bulkheads for hydrostatic tests, except where valves
are available for testing.
The Contractor is responsible for procuring and purchasing the water for filling and testing the pipeline. The
Contractor will provide the necessary piping, connections, valves, pressure reducing and backflow
prevention services required for testing. The Contractor shall coordinate use of water with other Contractors
and the Owner. The Contractor shall leave the pipeline full of water upon completion of the hydrostatic test,
except where internal test plugs must be removed to allow construction to continue. The Contractor shall
provide, pumps, piping and any appurtenances to retrieve the water.
2.00 PRODUCTS
2.01 MAKEUP WATER DEFINED
Makeup water is defined as the quantity of water pumped into the piping to maintain the specified test
pressure after it has been filled with water and the air expelled.
3.00 EXECUTION
3.01 DURATION OF TEST
The duration of the pressure test shall be eight (8) hours.
3.02 PROCEDURE
A. Hydrostatically test the pipeline 28 days after the backfilling has been completed, unless
approved by the Engineer.
Slowly fill the line with water. Use care to see that all air is vented from the pipeline during
filling. Allow the pipeline to stand under a slight pressure for at least 48 hours to allow the
mortar lining to absorb water after the pipeline has been completely filled.
2. Examine the test plugs or bulkheads, valves, and air vents for leaks during this period.
Stop any leaks found or make provisions for measuring the leakage during the test.
3. Use a water meter to measure the water necessary to maintain the test pressure. Inspect
the pipeline right-of-way and all exposed piping during the test to locate any leaks or
breaks. The pipeline will not be accepted until or unless the make up water is less than
10 gallons per mile per 24 hours per inch of nominal pipe diameter.
C. Furnish all necessary equipment and make tests at no additional cost to the Owner.
3.03 CORRECTIONS OF DEFECTS
Any defective joints, cracked or defective pipe, fittings, or valves discovered in consequence of this
pressure test shall be repaired with sound material and the test shall be repeated until satisfactory
results are obtained. Any and all noticeable leaks shall be repaired regardless of whether the actual
leakage is within the allowable.
END OF SECTION
Hydrostatic Test 01666-1
PSCO8325B - Lake Alan Henry Pipeline — Contract B
s
01700 CONTRACT CLOSEOUT
I 1.00 GENERAL
1.01 WORK INCLUDED
Comply with requirements of the General Conditions and specified administrative procedures in
closing out the Construction Contract.
1.02 SUBMITTALS
Submit affidavits and releases on forms shown in Section 01800, FORMS.
1.03 SUBSTANTIAL COMPLETION
A. Submit written notification that the work or designated portion of the work is substantially
complete to the Engineer when the work is considered to be substantially complete per the
General Conditions. Include a list of the items remaining to be completed or corrected before
the project will be considered to be complete.
B. Engineer shall visit the project site to observe the work within a reasonable time after
notification is received to determine the status of completion.
C. Engineer shall issue notification to the Contractor that the work is either substantially complete
or that additional work must be performed before the project may be considered substantially
complete.
1. Engineer shall notify the Contractor in writing of items that must be completed before the
project can be considered substantially complete.
a. Correct the noted deficiencies in the work.
b. Issue a second written notice with a revised list of deficiencies when work has been
completed.
c. Engineer shall revisit the site and the procedure shall begin again.
2. Engineer shall issue a tentative Certificate of Substantial Completion to the Owner when
the project is considered to be substantially complete. Certificate shall include a tentative
list of items to be corrected before final payment.
a. Owner will review and revise the list of items and notify the Engineer of any objections
or other items that are to be included in the list.
b. Engineer shall prepare and send to the Contractor a definite Certificate of Substantial
Completion with a revised tentative list of items to be corrected or completed.
c. Review the list and notify the Engineer in writing of any objections within 10 days of
receipt of Certificate of Substantial Completion.
1.04 FINAL INSPECTION
A. Submit written certification in the form indicated in Section 01800, FORMS when the project is
complete and:
1. Contract Documents have been reviewed.
2. Work has been completed in compliance with the Contract Documents.
3. Equipment and systems have been tested per Contract Documents and are fully
operational.
4. Final Operations and Maintenance Manuals have been provided to the Owner and all
operator training has been completed.
5. Specified spare parts and special tools have been provided.
6. Work is complete and ready for final inspection.
Contract Closeout 01700-1
PSC08326B - Lake Alan Henry Pipeline — Contract B
B. Engineer shall make an inspection with the Owner and appropriate regulatory agencies to
determine the status of completeness within a reasonable time after the receipt of the
Certificate.
C. Engineer shall issue notice that the project is complete or notify the Contractor that work is not
complete or is defective.
1. Submit the request for final payment with Closeout submittals described in Paragraph
1.07 if noted that the project is complete and the work is acceptable.
2. Upon receipt of notification from the Engineer that work is incomplete or defective, take
immediate steps to remedy the stated deficiencies. Send a second certification to the
Engineer when work has been completed or corrected.
3. Engineer shall re -visit the site and the procedure will begin again.
1.05 REINSPECTION FEES
A. Pay fees to the Owner to compensate the Engineer for reinspection of the work required by
the failure of the work to comply with the claims of status of completion made by the
Contractor.
B. Owner may withhold the amount of these fees from the Contractor's final payment.
Cost for additional inspections will be billed to the Owner by the Engineer for the actual hours
required for the inspection and preparation of related reports in accordance with the rates set
forth in the Supplementary Conditions. Owner may withhold the amount of these fees from
the contractor's Final Payment.
1.06 CLOSEOUT SUBMITTALS TO THE ENGINEER
A. Record Drawings per Section 01040, PROJECT ADMINISTRATION.
B. Keys and keying schedule.
C. Warranties and bonds.
D. Evidence of payment or release of liens on the form indicated in Section 01800, FORMS and
as required by the General Conditions.
E. Consent from Surety to Final Payment.
F. Equipment installation reports on equipment.
G. Shop drawings, record data, Operations and Maintenance Manuals, and other submittals as
required by the Contract Documents.
H. Specified spare parts and special tools.
1. Certificates of Occupancy, operating certificates, or other similar releases required to allow
the Owner unrestricted use of the work and access to services and utilities.
J. Evidence of final, continuing insurance, and bond coverage as required by the Contract
Documents.
1.07 FINAL PAYMENT REQUEST
A. Submit a preliminary final payment request.
Contract Amount for:
Contract Closeout
PSCO8325B - Lake Alan Henry Pipeline — Contract B
This request is to include adjustments to the
01700-2
1. Approved Change Orders
t 2. Allowances not previously adjusted by Change Order
€.. , 3. Unit prices
4. Deductions for defective work that has been accepted by the Owner
5. Penalties and bonuses
6. Deductions for liquidated damages
7. Deductions for reinspection payments per Paragraph 1.05
8. Other adjustments
B. Engineer shall prepare a final Change Order, reflecting the approved adjustments to the
contract amount which have not been covered by previously approved Change Orders.
C. Submit the final application for payment per the General Conditions, including the final
Change Order.
1.08 WARRANTIES, BONDS, AND SERVICES AGREEMENTS
A. Provide warranties, bonds, and service agreements required by Section 01300, SUBMITTALS
or by the individual sections of the specifications.
B. The date for the start of warranties, bonds, and service agreements is established per the
General Conditions.
C. Compile warranties, bonds, and service agreements and review these documents for
compliance with the Contract Documents.
1. Each document is to be signed by the respective manufacturer, supplier, and
subcontractor.
2. Each document is to include:
a. The product or work item description
b. The firm, with the name of the principal, address, and telephone number
c. Scope of warranty, bond or services agreement
d. Date, duration, and expiration date for each warranty bond and service agreement
e. Procedures to be followed in the event of a failure
f. Specific instances that might invalidate the warranty or bond
D. Submit two (2) copies of each document to the Engineer for review and transmittal to the
Owner.
1. Submit duplicate sets.
2. Documents are to be submitted on 8-1/2" x 11" paper, punched for a standard three-ring
binder.
3. Submit each set in a commercial quality three-ring binder with a durable and cleanable
plastic cover. The title "Warranties, Bonds, and Services Agreements", the project name
and the name of the Contractor are to be typed and affixed to the cover.
E. Submit warranties, bonds and services agreements:
1. At the time of final completion and before final payment.
2. Within 10 days after inspection and acceptance for equipment or components placed in
service during the progress of construction.
1.09 CLAIMS AND DISPUTES
Claims and disputes must be resolved prior to recommendations of final payment. Acceptance
and final payment by the Contractor will indicate that any outstanding claims or disputed issues
have been resolved to the full satisfaction of the Contractor.
END OF SECTION
Contract Closeout 01700-3
PSCO8325B - Lake Alan Henry Pipeline — Contract B
1
,
01730 OPERATION AND MAINTENANCE MANUALS
1.00 GENERAL
1.01 WORK INCLUDED
A. Prepare a complete and detailed Operation and Maintenance Manual for each type and model
of equipment or product furnished and installed under this contract.
B. Prepare the manuals in the form of an instruction manual for the Owner. The manual is to be
suitable for use in providing operation and maintenance instruction as required.
C. Provide complete and detailed information specifically for the products or systems provided
for this project. Include the information required to operate and maintain the product or
system.
D. Manuals are to be in addition to any information packed with or attached to the product when
delivered. This information is to be taken from the product and provided as an attachment to
the manual.
1.02 SUBMITTALS
Submit manuals in accordance with Section 01300, SUBMITTALS. Attach to each manual a copy
of the Operation and Maintenance Manual Review Form as shown in Section 01800, FORMS with
pertinent information completed.
1.03 GUARANTEES
Provide copies of the Manufacturer's warranties, guarantees, or service agreements in
accordance with Section 01700, CONTRACT CLOSEOUT.
2.00 PRODUCTS
2.01 MATERIALS
A. Print manuals on heavy, first quality paper.
1. Paper shall be 8-1/2" X 11" paper.
a. Reduce drawings and diagrams to 8-1/2" X 11" paper size.
b. When reduction is not practical, fold drawings and place each separately in a clear,
super heavy weight, top loading polypropylene sheet protector designed for ring
binder use. Provide a typed identification label on each sheet protector.
2. Punch paper for standard three-ring binders.
B. Place manuals in Wilson Jones 385 Line D-Ring Dubllock Presentation Binders.
1. Binders are to have clear front, back, and spine covers.
2. Sheet lifters are to be provided.
3. Minimum size is 2" capacity. Maximum size is 3" capacity.
C. Provide tab indexes for each section of the manual.
1. Indexes are to be constructed of heavy-duty paper with a reinforced binding edge and
punched with 9132" holes to fit the binders.
2. Index is to have clear insertable tabs for a typed insert.
2.02 ELECTRONIC MANUAL FORMAT
Operation and Maintenance Manuals
PSCO8325B - Lake Alan Henry Pipeline — Contract B
01730-1
A. Manual contents to be provided on compact disc (CD).
1. Minimum CD storage capacity is 700MB.
2. CD to have read/write capability.
B. Provide individual electronic files for each manual.
1. Maximum file size is 5MB. If manual is greater than maximum allowable file size,
provide individual files for each major section of manual.
2. Acceptable file types for written documents are Adobe Acrobat (.pdf) or Microsoft
Word (.doc) formats. Acceptable file types for drawing files are .dwg, Agn. or
Awf formats. All files shall be compatible with the latest software version
available.
3. Filename shall identify the plant site, plant area, equipment manufacturer, and
date equipment placed in service. i.e. WWTP-PC1-Manufacturer-200503.pdf.
4. Each electronic file shall contain a table of contents at the beginning of the file
which includes hypertext links or bookmarks to navigate the file contents per
section/chapter.
5. Scanned images of written documents are not acceptable. Document must allow
character selection. Text within a file shall be transferable to other documents.
6. Drawing files shall have the ability to turn on/off drawing layers within the file.
7. Submit a preliminary version of the electronic format of the manual for review.
Upon approval of the preliminary submittal, the Contractor shall provide 3 copies
of the electronic manual to the Owner.
3.00 EXECUTION
3.01 MANUAL ORGANIZATION AND CONTENTS
A. Provide a Table of Contents listing each section of the manual for each product or system.
1. Identify each product or system using the nomenclature shown in the Contract
Documents.
2. Assign a number and letter to each section in the manual.
a. Assign a number to each product or system. The number is to correspond to the
Owner's equipment numbering system or other system designated by the Engineer.
b. A cross reference is to be provided for the Owner's numbering system and
designations for equipment indicated in the Contract Documents.
c. The letter assigned will represent the part of the manual, consistent with the manual
contents as required by Paragraphs 3.02, 3.03, and 3.04.
3. Provide index tabs for each section in the manual.
4. The designation on each index tab is to correspond to the number and letter assigned in
the Table of Contents.
B. Include only the information that pertains to the product described. Annotate each sheet to:
1. Clearly identify the specific product or component installed.
2. Clearly identify the data applicable to the installation.
3. Delete reference to inapplicable information.
C. Supplement manual information with drawings as necessary to clearly illustrate relations of
component parts of equipment and systems, and control and flow diagrams.
D. Identify each manual by placing a printed cover sheet in the front cover of the binder and as
the first page in the manual. The first page is to be placed in a clear polypropylene sheet
protector. The information on first page and the cover page are to include:
1. Name of Owner
2. Project Name
3. Volume number
Operation and Maintenance Manuals 01730-2
PSC08325B - Lake Alan Henry Pipeline — Contract B I I
4. The Table of Contents for that volume
E. Insert the Table of Contents into the spine of each manual.
F. Manuals for several products or systems may be provided in the same binder.
1. Sections for each product or system must be included in the same binder.
2. Sections must be in numerical order from volume to volume.
G. Correlate the data into related groups when multiple binders are used.
H. Fill binders to only 3/4 of its indicated capacity to allow for addition of materials to each binder
by the Owner.
3.02 EQUIPMENT AND SYSTEMS MANUAL CONTENT
Manual shall provide the following information:
A. A description of the unit and component parts.
B. Operating instructions for startup, normal operations, regulation, control, shutdown,
emergency conditions, and limiting operating conditions.
C. Maintenance instructions including assembly, installation, alignment, adjustment, and
checking instructions.
D. Lubrication schedule and lubrication procedures. Include a cross reference for recommended
lubrication products.
E. Troubleshooting guide.
F. Schedule of routine maintenance requirements.
G. Description of sequence of operation by the Control Manufacturer.
H. Warnings for detrimental maintenance practices.
I. Parts lists including:
1. Part numbers for ordering new parts
2. Assembly illustrations showing an exploded view of the complex parts of the product
3. Predicted life of parts subject to wear
4. List of the Manufacturer's recommended spare parts, current prices with effective date
and number of parts recommended for storage
5. Directory of a local source of supply for parts with company name, address, and
telephone number
6. Complete nomenclature and list of commercial replacement parts
J. Outline, cross section and assembly drawings, engineering data, test data, and performance
curves.
K. Control schematics and point to point wiring diagrams prepared for field installation, including
circuit directories of panel boards and terminal strips.
L. List of identification nameplates installed on equipment and valve identification per Section
01080, IDENTIFICATION SYSTEMS.
M. Other information as may be required by the individual sections of the specifications.
J
Operation and Maintenance Manuals
PSC08325B - Lake Alan Henry Pipeline — Contract B
01730-3
3.03 ELECTRICAL AND ELECTRONICS SYSTEMS MANUAL
Manual shall provide the following information:
A. A description of the systems and component parts. }
B. Control schematics and point to point wiring diagrams prepared for field installation. Include
circuit directories of panel boards and terminal strips and as installed color coded wiring
diagrams.
C. Operating procedures, maintenance procedures, and the Manufacturer's printed operating
and maintenance instructions.
D. List of the Manufacturer's recommended spare parts, current prices with effective date, and
number of parts recommended for storage.
E. Other information as may be required by the individual sections of the specifications.
3.04 LIST OF SERVICE ORGANIZATIONS
Provide a directory of authorized service organizations with company name, address, telephone
number, and the contact person for warranty repair.
END OF SECTION
s-
Operation and Maintenance Manuals 01730-4
PSCO8325B - Lake Alan Henry Pipeline — Contract B
i
01800 FORMS
1.00 GENERAL
1.01 WORK INCLUDED
Use the forms following this section for contract administration, making submittals and documentation
of test results. A single copy of these forms with project information inserted will be provided to the
Contractor at the pre -construction conference. Make additional copies of the forms as required.
Contractor may substitute computer generated forms with the approval of the Engineer if these forms
include the same information, statements and certifications and the same general format as the forms
included in this section. Forms included are listed below:
1. Consent of Surety Company to Final Payment
2. Consent of Surety Company to Reduction of or Partial Release of Retainage.
3. Consent of Surety Company to Payment Procedures
4. Contractor's Affidavit of Payment of Debts and Claims
5. Contractor's Modification Request
6. Contractor's Affidavit of Release of Liens
7. Equipment Installation Report
8. Notification by Contractor
9. Payment Request Forms
1. Attachment "A" - Tabulation of Values for Original Contract Work Performed.
2. Attachment "B" - Tabulation of Values for Approved Change Orders
3. Attachment "C" - Tabulation of Values for Materials on Hand
4. Attachment "D" - Project Summary
10. Pressure Pipe Test Report
11. Protective Coating Test Report
12. Request for Information
13. Shop Drawing Deviation Request Form
14. Submittal Transmittal
END OF SECTION
Forms 01800-1
PSCO8325B - Lake Alan Henry Pipeline — Contract B
�n
No Text
•, CONSENT OF SURETY COMPANY
Freese ana Niohois TO FINAL PAYMENT 4.86 l
PROJECT: PROJECT NUMBER:
OWNER: City of Lubbock PSCO8325B
CONTRACTOR:
ENGINEER: Freese & Nichols, Inc.
The Surety Company, on bond of the Contractor listed above for the referenced project, in accordance with the
Contract Documents, hereby approves final payment to the Contractor, and agrees that final payment to the
Contractor shall not relieve the Surety Company of any of its obligations to the Owner under the terms of the
Contract and as set forth in said Surety Company's bond.
In witness whereof, the Surety Company has hereunto set its hand this day of
M
Title
Address:
Attach Power of Attorney
Surety Company
Authorized Representative
20
CONSENT OF SURETY COMPANY TO REDUCTION
OF OR PARTIAL RELEASE OF RETAINAGE
Freese and micni
PROJECT: PROJECT NUMBER:
OWNER: City of Lubbock PSC08325B
CONTRACTOR:
ENGINEER: Freese & Nichols, Inc.
The Surety Company, on bond of the Contractor listed above for the referenced project, in accordance with the
Contract Documents, hereby approves a reduction of or partial release of retainage to the Contractor in the
amount of and agrees that payment of this amount to the Contractor
shall not relieve the Surety Company of any of its obligations to the Owner under the terms of the Contract, and as
set forth in said Surety Company's bond.
In witness whereof, the Surety Company has hereunto set its hand this day of 20_
A --
Title:
Address:
Attach Power of Attorney
Surety Company
Authorized Representative
ra
CONSENT OF SURETY COMPANY
TO PAYMENT PROCEDURES
rr�se ana ���:ov�s 4.t16 /
PROJECT: PROJECT NUMBER:
OWNER: City of Lubbock PSC08325B
CONTRACTOR:
ENGINEER: Freese & Nichols, Inc.
The Surety Company, on bond of the Contractor listed above for the referenced project, in accordance with the
Contract Documents, hereby approves schedule of values, payment request form and method of payment for the
referenced project.
In witness whereof, the Surety Company has hereunto set its hand this day of 20
Attach Power of Attorney
Surety Company
In
Authorized Representative
Title
Address:
Freese and NIChOIs
rM
PROJECT:
OWNER: City of Lubbock
CONTRACTOR:
ENGINEER: Freese & Nichols, Inc.
I"
CONTRACTOR'S AFFIDAVIT OF
PAYMENT OF DEBTS AND CLAMS
(4. / ) . F
PROJECT NUMBER:
PSC08325B
The Contractor, in accordance with the Contract Documents, hereby certifies that, except as listed below, all
obligations for all materials and equipment furnished, for all work labor, and services performed, and for all known
indebtedness and claims against the Contractor for damages arising in any manner in connection with the
performance of the Contract referenced above for which the Owner or his property might in any way be held
responsible have been paid in full or have otherwise been satisfied in full.
EXCEPTIONS:
CONTRACTOR
L1'1
TITLE
(If none, write "NONE". The Contractor shall furnish a bond, acceptable to the Owner,
for each exception.)
Subscribed and sworn to before me this day of
Notary Public:
My Commission Expires:
,20
rim
PROJECT:
OWNER: City of Lubbock
CONTRACTOR:
ENGINEER: Freese & Nichols, Inc.
CONTRACTOR'S MODIFICATION REQUEST
FA
PROJECT NUMBER:
PSCO8325B
DESCRIPTION: NO.
NOTIFICATION BY CONTRACTOR
The Contractor proposes to make the additions, modifications, or deletions to the Work described in the
Contract Documents, as shown in Attachment "A" and requests that you take the following action:
Notify us that you concur that this change does not require a change in Contract time or amount
and issue a Field Order.
Issue a Change Order for performing the described change. Change in Contract amount is
indicated in the attached detailed cost breakdown of labor, materials, equipment and all other
costs associated with this change. Impacts on Contract Time are shown in the attached revised
schedule.
Authorize the Contractor to proceed with the described change. Payment will be requested at the
unit price bid.
Authorize the Contractor to proceed with the change under the time and materials provisions of
the Contract.
M
CONSTRUCTION MANAGER'S RESPONSE
We respond to your request as follows:
M
Date:
We concur that this is a no cost or time change. See attached/forthcoming Field Order No.
_/ comments.
Your proposal is recommended to the Owner. See attached/forthcoming proposed Change
Order.
Proceed with the change at the unit price bid.
Proceed with the change under the time and materials provisions of the Contract.
Additional information is required to evaluate this request. Provide information as described
in the attached comments and resubmit.
Contractor's Modification Request is not accepted.
Date:
CONTRACTOR'S MODIFICATION REQUEST
ATTACHMENT
FA
i_
Freese and Nichols
P ECT:
OWNER: City of Lubbock
CONTRACTOR:
ENGINEER: Freese & Nichols, Inc.
CONTRACTOR'S AFFIDAVIT OF RELEASE OF LIENS
(4. / )
PROJECT NUMBER:
PSCO8325B
The Contractor, in accordance with the Contract Documents, and in consideration for the full and final payment to
the Contractor for all services in connection with the project, does hereby waive and release any and all liens, or
any and all claims to liens which the Contractor may have on or affecting the project as a result of its contract(s)
for the Project or for performing labor and/or furnishing materials in any way connected with the construction of
any aspect of the project. The Contractor further certifies and warrants that all subcontractors of labor and/or
materials for the Project, except as listed below, have been paid in full for all labor and/or materials supplied to, for,
through or at the direct or indirect request of the Contractor prior to, through and including the date of this affidavit.
EXCEPTIONS: (If none, write "NONE". The Contractor shall furnish a bond, acceptable to the Owner, for
each exception.)
CONTRACTOR
By
Title
Subscribed and sworn to before me this day of , 20
Notary Public:
My Commission Expires:
WE
Freese snd NiChO1S
EQUIPMENT INSTALLATION REPORT
(4.361 )
PROJECT: PROJECT NUMBER:
OWNER: City of Lubbock PSCO8325B
CONTRACTOR:
ENGINEER: Freese & Nichols, Inc.
REFERENCE DATA:
EIR No.: Description:
Specification Section No.: Page No.: Par. No.: Sheet No.:
Entitled:
Detail Designation: Drawing Attached: Yes No
EQUIPMENT IDENTIFICATION:
Name (from drawings): Identification No.: Unit No.:
Manufacturer: Capacity: Model No.: Serial No.:
LOCATION:
Structure:
N/S Coord.: E/W Coord.: Station: Elev.:
Date Installation Completed:
OPERATOR TRAINING HAS BEEN CONDUCTED ON:
Operation of Equipment Routine Maintenance Trouble Shooting
Emergency Procedures Lubrication Procedures Start up and Shutdown
Supplementary Instruction/Training Manuals
Operator Training Conducted:
Dates: No. of Hours
Firm/Instructor:
EQUIPMENT HAS BEEN CHECKED FOR:
Installation Lubrication Alignment
Stress Imposed by Piping and/or Anchor Bolts
Operation under Full Load Conditions
Other Conditions as Specified
l hereby certify that / was present when the equipment described above was placed in operation and have
inspected, checked and adjusted the equipment as necessary for its proper operation. As an authorized
technical representative of the equipment manufacturer, l approve the installation and authorize operation of
the equipment.
By: Date:
Representing:
Witnessed by:
rM
Freese and NiChOls
NOTIFICATION BY CONTRACTOR
(4.15/ )
PROJECT:
OWNER: City of Lubbock
CONTRACTOR:
ENGINEER: Freese & Nichols, Inc.
PROJECT NUMBER:
PSCO8325B
DESCRIPTION:
NO.:
NOTIFICATION IS GIVEN OF THE FOLLOWING:
Concrete Placement Notice Electrical Observation Request
Concrete Testing Request Mechanical Observation Request
Soils Testing Request Facility Shutdown Request
Mechanical Testing Request Request to Work Outside Regular Hours
Structural Observation Request Other (See Below)
Date When Work is to be Accomplished:
Description:
Requested by:
Date:
RESPONSE TO NOTIFICATION:
Response by:
Date:
ra
Freese and Nichols
PAYMENT REQUEST
(4.511
PROJECT: PROJECT NUMBER:
OWNER: City of Lubbock PSCO8325B
CONTRACTOR:
ENGINEER: Freese & Nichols, Inc.
PAYMENT PERIOD FROM: TO: ESTIMATE NO.:
SUMMARY OF PAYMENT ESTIMATE VALUES FROM ATTACHED TABULATIONS
Original Contract Amount
Approved Change Orders
Current Contract Amount
Total Value of Original Contract Performed
(Attachment "A" consisting of _ pages)
Extra Work on Approved Change Orders
(Attachment "B" consisting of ,_ pages)
Materials on Hand
(Attachment "C consisting of _ pages)
Total Value of Work to Date
Less Amount Retained at _%
Net Amount Earned on Contract
Less Amount of Previous Payments
BALANCE DUE THIS STATEMENT
Percentage of Contract Paid to Date
The undersigned Contractor certifies that all work, including materials on hand, covered by this Periodical
Payment has been completed or delivered and stored in accordance with the Contract Documents, that all
amounts have been paid by him for work, materials, and equipment for which previous Periodical Payments
were issued and received from the Owner, and that the current payment shown herein is now due.
Contractor: By
Date
Subscribed and swom to before me this day of , 20
Notary Public:
My Commission expires:
Recommended for Payment By: Approved for payment by:
Freese and Nichols, Inc. [Owner]
[Name] Date [Name] Date
Approved for Payment by: Approved for payment by:
[Owner] [Owner]
[Name] Date [Name] Date
i'
E,�
ATTACHMENT "A"
PAYMENT REQUEST
TABULATION OF VALUES FOR ORIGINAL CONTRACT WORK PERFORMED
PROJECT: PROJECT NUMBER:
OWNER: City of Lubbock PSCO8325B
CONTRACTOR: -
ENGINEER: Freese & Nichols, Inc.
PAYMENT PERIOD FROM: TO: ESTIMATE NO:
ITEM
QUANTITY
UNIT OF
UNIT
TOTAL
QUANTITY
WORK COMPLETED
BALANCE OF
TOTAL VALUE
% OF
NO.
DESCRIPTION OF ITEM
ORIGINAL
MEASURE
PRICE
CONTRACT
THIS
FROM PREVIOUS
MATERIALS
OF WORK
WORK
ESTIMATE
AMOUNT
ESTIMATE
ESTIMATE
ON HAND
COMPLETED
COMP.
TOTAL FOR PAGE/PROJECT
ATTACHMENT "B"
PAYMENT REQUEST
TABULATION OF VALUES FOR APPROVED CHANGE ORDERS
PROJECT: PROJECT NUMBER:
OWNER: City of Lubbock PSCO8325B
CONTRACTOR:
ENGINEER: Freese & Nichols, Inc.
PAYMENT PERIOD FROM: TO: ESTIMATE NO:
CHANGE
QUANTITY
UNIT OF
UNIT
TOTAL
QUANTITY
WORK COMPLETED
BALANCE OF
TOTAL VALUE
% OF
ORDER/
DESCRIPTION OF ITEM
ORIGINAL
MEASURE
PRICE
CONTRACT
THIS
FROM PREVIOUS
MATERIALS
OF WORK
WORK
ITEM No.
ESTIMATE
AMOUNT
ESTIMATE
ESTIMATE
ON HAND
COMPLETED
COMP.
TOTAL FOR PAGE/PROJECT
.. .......
ATTACHMENT "C"
PAYMENT REQUEST
TABULATION OF VALUES FOR MATERIALS ON HAND
PROJECT: PROJECT NUMBER:
OWNER: City of Lubbock _ PSCO8325B
CONTRACTOR:
ENGINEER: Freese & Nichols, Inc.
PAYMENT PERIOD FROM: TO: ESTIMATE NO:
ATTCHMENT
INVOICE
TOTAL INVOICE
TOTAL STORED
AMOUNT
BALANCE OF
aAe OR Be
TOTAL SCHEDULED VALUE
NAME OF SUPPLIER
NO
AMOUNT THIS
MATERIAL AT LAST PAY
INSTALLED
MATERIALS
ITEM No.
ESTIMATE
ESTIMATE
TO DATE
ON HAND
TOTAL FOR THIS PAGE/PROJECT
PROJECT:
OWNER: City of Lubbock
CONTRACTOR:
ENGINEER: Freese & Nichols, Inc.
ATTACHMENT "D"
PROJECT SUMMARY
PROJECT NUMBER:
PSC08325B
PAYMENT PERIOD FROM: TO: ESTIMATE NO.:
CONTRACT TIME SUMMARY
Date of Notice to Proceed
Original Contract Duration
Days
Original Date of Contract Substantial Completion
Original Date of Contract Final Completion
Approved Time Extensions
Days
Current Contract Duration
Days
Current Date of Contract Substantial Completion
Current Date of Contract Final Completion
Days Charged to Project to Date
Days
Days Remaining in Contract
Days
Percent of Current Project Duration
%
Current Scheduled Completion Date
Project is (Ahead/Behind) Schedule Days
CONTRACT COST SUMMARY
Original Contract Amount
$
Approved Change Orders
$
Current Contract Amount
$
Contract Earnings to date on
Original Contract
$
Earnings on Approved Change Orders
$
Materials on Hand
$
Total Current Project Amount Earned
$
Percent of Contract Earned to Date
%
Retainage
$
Amount Paid to Date
$
Percent of Contract Paid to Date
%
!
r
ra
PRESSURE PIPE TEST REPORT
4. /
PROJECT:
OWNER: City of Lubbock
CONTRACTOR:
ENGINEER: Freese & Nichols, Inc.
DATE:
PROJECT NUMBER:
PSCO8325B
REFERENCE DATA:
No.: Description:
Specification Section No.: Page No.:
Entitled:
Par. No.:
Sheet No.:
Detail Designation:
Drawing Attached: Yes No
PIPELINE IDENTIFICATION:
System Fluid:
Pipe Size: Pipe Material:
Identification No.:
LOCATION:
Structure:
N/S Coord.: ENV Coord.: Station:
Test Section: From: To:
Elev.:
Test Fluid Test Pressure Test Time Required
Allowable Pressure Loss/Fluid Make-up
Test
No.
Test
Time
Initial
Pressure
Final
Pressure
Pressure
Change
Fluid
Added
Test
Pass/Fail
Tested
By
Date
rM
Freese ana Nichols
PROTECTIVE COATING TEST REPORT
(4. / )
PROJECT:
PROJECT NUMBER:
OWNER: City of Lubbock
PSC08325B
CONTRACTOR:
ENGINEER: Freese & Nichols, Inc.
DATE:
REFERENCE DATA:
Report No.: Description:
APPLICATION AREA:
Item coated (from drawings):
Identification No.:
Unit No.:
LOCATION:
Structure:
N/S Coord.. E/W Coord.: Station: Elev.:
SURFACE PREPARATION:
Shop Primer Field Blast -Commercial Gray
Field Blast- Near White
Brush Blast Power Tool & Solvent Cleaning
Field Blast -White Metal
COATING APPLICATION:
DRY FILM THICKNESS
Coat
Type
Description
Color
Req=
Test
Retest
(Brand, Series, Name/No.)
d
Primer
Interim
Interim
Finish
CHECKED FOR HOLIDAYS
Not Required Tested and Defects Marked Date:
Tested and No Defects Discovered Date:
Testing By: With:
Witnessed by: With:
L_
'R
ra
Freese and Nichols
REQUEST FOR INFORMATION
4.141
PROJECT:
OWNER: City of Lubbock
CONTRACTOR:
ENGINEER: Freese & Nichols, Inc.
PROJECT NUMBER:
PSCO8325B
REFERENCE DATA:
Specification Section No. Page No. Paragraph No.
Drawing No. Detail description:
CONTRACTOR REQUESTS: Information Interpretation
for the items described below or in the attached material referenced below:W
Clarification
CONTRACTOR'S PROPOSED SOLUTION:
REQUESTED BY: DATE:
ENGINEER'S RESPONSE: Information Interpretation
for the items described above or in the attached material referenced:
Clarification
RESPONSE BY: DATE:
rm
Freese aad Nichols
SHOP DRAWING DEVIATION REQUEST
/A 124 / 1
PROJECT: PROJECT NUMBER:
OWNER: City of Lubbock PSC08325B
CONTRACTOR:
ENGINEER: Freese & Nichols, Inc.
Shop Drawing No.
SD-
Reference Specification/Drawing:
Description:
With the exception of the deviations noted below, this Shop Drawing was
reviewed by the Contractor and was determined to be in strict compliance with
the Contract Documents. The Contractor requests that the following specific
deviations to the Contract Documents be permitted.
For Engineers Use Only
When executed here by the Engineer, this form becomes Field Order:
FO - on this project, and it is issued to document the deviations
approved below by the Engineer.
Engineer=s Signature Date
Contractor=s Signature Date
To Be Completed By Contractor
Deviation
Item No.
Specification
No.
Description
Not
Approved
Approved By
(signature)
Dale
Change
Order
Required
The deviations to the Contract Documents listed above that are signed by the Engineer are approved. It is the Engineer=s opinion that this approval supplements
the Contract Documents pursuant to the provision of General Condition 3.04E in the Contract Documents and does not alter the Contract Price or Contract Time.
The Contractor shall notify the Engineer prior to commencing the work should he disagree with the Engineer=s opinion and a change order should be requested.
7....., __w„
ra
Freese ana Nichols
SUBMITTAL TRANSMITTAL
(4. / )
PROJECT: PROJECT NUMBER:
OWNER: City of Lubbock PSCO8325B
CONTRACTOR:
ARCHITECT/ENGINEER: Freese & Nichols, Inc.
REFERENCE DATA:
Contractor's Submittal No. Specification Section:
Plan Sheet No.: Description:
CONTRACTOR'S CERTIFICATION: I hereby certify that this submittal has been reviewed by the Contractor
and is in strict conformance with the Contract Documents as modified by Addenda, Change Orders and Field
Orders. CERTIFIED BY: DATE:
TYPE
#
DESCRIPTION
#SENT
#RET'D
STATUS
CMR
Contractor's Modification Request
Approved
Approved As Corrected
Not Approved
Revise & Resubmit
Filed As Received
Final Distribution
Change Order Issued
Field Order Issued
Recommended For Approval
Returned W/O Review
Add'1 Information Required
Cancelled
See Review Comments
Pending Change Order
CTR
Certified Test Report
EIR
Equipment Installation Report
O&M
Operation & Maintenance Manual
NBC
Notification By Contractor
PCM
Proposed Contract Modification
PR
Payment Request
PP
Project Photographs
RD
Record Data
RFI
Request For Information
SAM
Sample
SCH
Schedule Of Progress
SD
Shop Drawing
FOR ARCHITECT / ENGINEER'S USE ONLY
DATE RECEIVED BY DATE RETURNED BY
COMMENTS:
DISTRIBUTION
REVIEW
NO.
SENT TO.
NO.
SENT TO.
DEPT.
BY
DATE SENT
DATE RET=D
T:\specs\Contract B\Div Worm\SUBMITTAL TRANSMITTAL.doc
DIVISION 2
SITEWORK
A. Timber, logs, roots, brush, rotten wood, and other refuse from the clearing and grubbing
operations, may be burned at a location approved by the Landowner and Resident
Representative or removed at the Contractor's option from the Owner's property. However,
when permitted in writing by the Engineer, disposal of material may be done without the
burning logs and large stumps, as elected by the Contractor. Such permit shall state the
conditions covering the disposal of logs and stumps without burning, including the areas of
disposal. Burn timber and other refuse to be disposed of at locations approved by the Owner
and in a method that does not damage to existing structures, construction in progress, trees,
and vegetation.
1. The Contractor shall be responsible for compliance with the Federal, State, County, and
Municipal laws and regulations relative to the building of fires. Constantly monitor the
disposal by burning until the fires have burned out or have been extinguished. Disposal of
materials in streams shall not be permitted and no materials shall be piled in stream
channels or in areas where it might be washed away by floods. Timber within the area to
be cleared shall become the property of the Contractor, and the Contractor may cut, trim,
hew, saw, or otherwise dress felled timber within the limits of the Owner's property,
provided timber and waste material is disposed of in a satisfactory manner.]
2. Burn materials weekly during the clearing and grubbing operations, unless permission is
granted by the Owner's Representative to store the materials for longer periods.
B. Completely remove timber, logs, roots, brush, rotten wood, and other refuse from the Owner's
property. Disposal of materials in streams shall not be permitted and no materials shall be
piled in stream channels or in areas where it might be washed away by floods. Timber within
the area to be cleared shall become the property of the Contractor, and the Contractor may
cut, trim, hew, saw, or otherwise dress felled timber within the limits of the Owner's property,
provided timber and waste material is disposed of in a satisfactory manner. Materials shall be
removed from the site daily, unless permission is granted by the Engineer to store the
materials for longer periods. No chipping of the brush will be allowed. The Contractor may
stack up brush and/or timber off of the right of way if requested by the landowner.
END OF SECTION
General Clearing and Grubbing 02110-2
PSCO8325B - Lake Alan Henry Pipeline — Contract B
[1
02202 PIPELINE EXCAVATION AND BACKFILL
1.00 GENERAL
1.01 WORK INCLUDED
Furnish labor, materials, equipment and incidentals necessary to excavate and backfill as
required for the construction of the facilities to the line, grade and extent indicated.
1.02 SUBMITTALS
Submittals shall be in accordance with Section 01300, SUBMITTALS and shall include:
A. Certified test reports for embedment material, course gravel, and flexbase. Certified Test
Reports shall be from an independent laboratory provided by contractor. Test reports shall
include sieve analysis, soil classification, and Atterburg limits, and soil resistivity tests for
embedment material. The Contractors' Independent laboratory will provide field density test
and proctors for embedment material.
1.03 STANDARDS
The applicable provisions of the following standards shall apply as if written here in their entirety:
A. American Society for Testing and Materials standards:
ASTM C33 "Specifications for Concrete Aggregates"
ASTM D698 "Test Methods for Moisture -Density Relations of Soils and Soil Aggregate
Mixtures, Using 5.5-lb Rammer and 12 Inch Drop"
ASTM D2487 "Classifications of Soils for Engineering Purposes"
ASTM D4253 "Maximum Index Density and Unit Weight of Soils Using Vibratory Tests"
ASTM G57 "Method for Field Measurement of Soil Resistivity Using the Wenner
Four -Electrode Method"
B. American Water Works Association publications:
AWWA C151 "Ductile Iron Pipe"
AWWA C200 "Steel Water Pipe 6" and Larger"
AWWA C301 "Prestressed Concrete Pressure Pipe - Steel Cylinder Type for Water and
Other Liquids"
AWWA C303 Concrete Pressure Pipe — Bar -Wrapped, "Steel Cylinder Type."
C. Texas Highway Department Standard Specifications for Construction and Maintenance of
Highways, Streets and Bridges, latest edition.
1.04 JOB CONDITIONS
A. CLASSIFICATION OF EXCAVATION
Excavation shall be "unclassified" and involves the removing of the necessary materials to
provide the trench to the required width and depth. The Contractor, prior to submitting a
proposal, must satisfy himself as to the actual sub -surface conditions. No extra or separate
payments shall be made for rock, dewatering, or any other condition.
Pipeline Excavation and Backfill
PSC0832B — Lake Alan Henry Pipeline — Contract B
02202-1
i
B. CITY, COUNTY, AND PRIVATE ROAD CROSSINGS
Where the work is in the right-of-way of City, County and privately owned roads, the Owner
will secure the necessary permits and easements for the work. Work to be performed within
the limits of the public right-of-way shall be in full accordance with the requirements of the
easements and permits and as requested by the City, County, or private owner. Provide
temporary access and detours for roads and driveways cut-off during pipe laying operations.
C. PROTECTION OF EXISTING STRUCTURES AND UTILITIES
1. Prior to the start of construction and preparation of pipe layout sheets, the Contractor
shall communicate with the local representative of the utility companies including, but not
limited to the oil companies, gas company, electric company, telephone company, water
utilities, sanitary sewer utilities, and any other public and private utility companies in the
location of the proposed construction in order to obtain the assistance of the utility
companies in locating utility lines and in the avoidance of conflicts with utility lines. The
Contractor shall also contact the "One -Call' system and comply with all applicable rules
and regulations. The Contractor shall uncover and determine the elevation and location
of conflicts well ahead of the manufacture of the pipe. No additional compensation will be
considered for lowering or raising the pipe grade to accommodate existing utilities. The
Engineer has shown the estimated location of existing utilities as determined from limited
field surveys and record data from utility companies. The fact that some utilities are not
shown or are incorrectly shown in no way relieves the Contractor from his responsibility to
locate all existing utilities.
2. The Contractor shall advise the Engineer of any existing utilities which are not shown on
the plans, incorrectly shown, and which "affect the pipe layout." Contractor shall also
propose a resolution of the utility conflict. The Engineer will decide if the existing utility
should be relocated, or whether the proposed pipeline location will be revised. If the
proposed horizontal alignment of the pipeline is adjusted, an adjustment in contract price
will be made by adjusting quantities for the various unit price pay items. If the proposed
pipe grade is adjusted by 2 vertical feet or less, no contract price adjustment will be made.
If the proposed pipe grade is adjusted by more than two vertical feet, a contract price
adjustment will be agreed to per the General Conditions.
3. Utilities which "affect the pipe layout" will be interpreted by the Engineer as follows:
a. Utilities which conflict with the grade of the proposed pipe will be interpreted as
"affecting the pipe layout."
b. Utilities which would conflict with operations and maintenance of the proposed pipe
will be interpreted as "affecting the pipe layout."
4. Where excavation endangers adjacent slopes, structures and utilities, the Contractor
shall, at his own expense, carefully support and protect such structures and/or utilities so
that there shall be no damage. Costs of temporarily or permanently relocating the
conflicting utilities shall be borne by the Contractor without extra compensation from the
Owner.
5. If in the opinion of the Engineer, concrete backfill is necessary for the support of utility
lines crossing trenches, the Engineer may direct 2,000 psi concrete backfill to be used.
Payment shall be made to the Contractor at the unit price bid for the installation of such
quantity of the concrete backfill as directed by the Engineer.
1.05 GUARANTEES; MAINTENANCE AGREEMENT
Following the certification of completion by the Engineer, maintain paved surfaces, unpaved
trench surfaces, ditch settlement, fences, curbs, sidewalks, and gutters, for a period of twelve (12) _j
months thereafter. Material and labor required for the maintenance shall be supplied by the
Contractor, and the work shall be done in a manner satisfactory to the Engineer.
f_J
i
�t
Pipeline Excavation and Backfill 02202-2
PSCO832B — Lake Alan Henry Pipeline — Contract B
c. j
2.00 PRODUCTS
1
2.01 MATERIALS
A. CONCRETE EMBEDMENT, CAP, BLOCKING, AND ENCASEMENT
Where concrete embedment, cap, blocking, or encasement is indicated or requested by the
Engineer, it shall be 2,000 psi unless otherwise indicated.
B. PIPE CLASSIFICATION AND SELECTION OF EMBEDMENT MATERIAL
1. For the purpose of this specification, 'rigid pipe" shall be defined as the following:
a. All diameters Prestressed Concrete Pressure Pipe (AWWA C301).
b. Twenty-four (24") inch and smaller diameters Bar -Wrapped Concrete Cylinder Pipe
(AWWA C303).
2. For the purpose of this specification, "semi -rigid pipe" shall be defined as the following:
a. Twenty-seven (27") inch and larger diameters Bar -Wrapped Concrete Cylinder Pipe
(AWWA C303).
b. All diameters Steel Water Pipe (AWWA C200).
3. The Contractor hall use Granular Embedment Material that complies with these
Specifications for depths of cover up to 15 feet. Flowable fill shall be used for depths of
cover over 15 feet.
C. GRANULAR EMBEDMENT MATERIAL
Granular embedment material shall be imported sandy gravel or blended sand and crushed
rock, free from large stones, clay, silt, and organic material and have a percentage of wear of
t' not more than 20% when tested in accordance with ASTM C131 or C535. Embedment
material shall be a soil classification of GW, GP, SW, or SP as determined by ASTM D2487.
The embedment material shall be such that when wet, the fine material shall not form mud or
muck or be dispersive. The granular embedment shall be soaked a water bath and certified
I that the material does not form mud, muck, or be dispersive. The embedment material shall
be composed of tough durable particles, reasonably free from thin, flat and elongated pieces,
and of suitable quality to insure permanence in the trench. The P.I. of the fines shall not
I exceed 3. Light weight aggregate is not acceptable for granular embedment. Material used
for granular embedment shall have a resistivity of not less than 5000 ohms/cm as measured
by ASTM G57. When material is subjected to five (5) cycles of the sodium sulfate soundness
test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss
I shall not exceed 10%.
GRANULAR EMBEDMENT MATERIAL shall be cohesionless material meeting the following
gradation requirements:
Sieve Size Sq. Openings
Amount Passing Percent by Weight
1 /2"
100
3/8"
85 -100
No. 4
10 - 30
No. 8
0 - 10
No. 16
0 - 5
l Pipeline Excavation and Backfill
PSC0832B — Lake Alan Henry Pipeline — Contract B
02202-3
D. COARSE GRAVEL
Where coarse gravel is required for water drainage, restoration of trench foundation, or other
uses, it shall be crushed stone or washer gravel and in compliance with ASTM C33 for
Coarse Concrete Aggregate. Material used for coarse gravel shall have a resistivity of not
less than 5000 ohms/cm as measured by ASTM G57. When material is subjected to five (5)
cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate
Solution, the weighted percentage of loss shall not exceed 10%.Gradation shall be ASTM C33
No. 57, No. 67, or as follows:
Sieve Size Sq. Openings
Amount Passing by Weight
ill
95 -100
3/4"
55 - 85
1/2"
25 - 50
No. 4
0 - 5
Where foundation is extremely poor, Larger coarse gravel shall be used as directed by the
Engineer.
E. SELECT MATERIAL
This material shall consist of soil material with a liquid limit (LL) less than or equal to 40, a
plasticity index (PI) less than or equal to 20, a maximum of 70% passing the No. 200 mesh
sieve, a minimum of 80% passing the No. 4 mesh sieve, 100% passing a 1.5" square mesh
sieve. The material shall be free of organic or other deleterious materials.
F. ORDINARY BACKFILL MATERIAL
Trench excavated material free from rock fragments and clods larger than 6" greatest
dimension. The ordinary material shall be free from organic materials.
G. FLEXIBLE BASE COURSE
Complying with Item 247 of the Texas Highway Department Standard Specifications for
Construction and Maintenance of Highways, Streets and Bridges, latest edition, Type A,
Grade 1 or 2, Flexible Base (Crushed Stone) or Type C, Grade 2 or 3 (Caliche).
H. HOT MIX ASPHALT CONCRETE (HMAC)
Complying with Item 340 of the Texas Highway Department Standard Specifications for Road
and Bridge Construction, latest edition.
I. FLOWABLE FILL
Flowable fill shall be as specified in Section 02257, CONTROLLED LOW STRENGTH
MATERIAL.
3.00 EXECUTION
3.01 TRENCH EXCAVATION
A. GENERAL
1. Excavate trenches to the alignment, width, and depth as indicated or as required for the
proper installation of the pipe. Brace the trench and/or dewater the trench if necessary so
that the workmen may work safely and efficiently.
2. Comply with all applicable laws, ordinances, rules, regulations and orders of any public
body having jurisdiction for the safety of persons or property or to protect them from
Pipeline Excavation and Backfill 02202-4
PSCO832B — Lake Alan Henry Pipeline — Contract B
r
i damage, injury or loss. Comply with the requirements of Section 02220, TRENCH
- SAFETY.
3. Dewater excavations so that the work is performed in the "dry". Bailing, pumping, and
dewatering shall be at the Contractor's expense. Use coarse gravel instead of
embedment material under the pipe at no extra cost to the Owner to provide for the free
` drainage and flow of water in the pipe trench, where it is necessary, in order to keep the
water level below the pipe barrel and bell holes for joints. The water removed from
I trenches shall be conducted to natural drainage ways, drains, or storm sewers in such a
manner as to prevent damage to adjacent property or to the public. Pumps of ample
capacity and in duplicate must be provided to insure that once an excavation is made dry,
the water is kept down until that part of the work under construction is completed.
4. It is intended that the line be laid to the grades as shown on the plans. The precise and
' detailed pipe layout is to be prepared by the Contractor and submitted to the Engineer for
information and review. The responsibility for the workability of the detailed layout
remains with the Contractor. High points shall be located at air valves and the pipe
sections containing air valves shall have a horizontal grade. At drainage crossings, the
depth of cut shall be increased to prevent uncovering of the pipe by surface erosion, as
shown on the plans. The location of air valves and blow -off valves is intended to allow
easy maintenance and minimum inconvenience to landowners
Where unforeseen conditions warrant a revised grade during construction, the Contractor
shall submit a revised pipe layout to the Engineer for approval. No intermediate "highs" or
"lows" will be allowed in the pipe grade without the approval of the Engineer.
1. For the purpose of this specification, the "pipe zone" shall be defined as the zone from the
bottom of the trench to 6" above the top of the pipe
2. The trench walls in the "pipe zone" shall be vertical.
3. Trench width shall be as follows:
Pipe Diameter
Minimum
Trench Width
Maximum
Trench Width
32" and
Pipe O.D.
Pipe O.D.
Smaller
Plus 20"
Plus 24"
33" and larger
Pipe O.D.
Pipe O.D.
Plus 24"
Plus 36"
4. Trench walls above the pipe zone may be laid back or benched where room permits as
it necessary to meet the requirements of OSHA.
5. Where the character of the trench walls is loose, unstable, saturated soft clays,
quicksand, or otherwise unable to provide adequate side support to maintain the required
pipe deflection, the Contractor shall modify the trenching and backfill to keep the pipe
within the limits of the specified deflection. The Contractor shall widen the trench
excavation one pipe diameter on each side of the pipe. The trench shall then be
backfilled with coarse gravel to the top of the pipe. The coarse gravel shall be compacted
to 95% maximum density as measured by ASTM D4253. Care shall be used so that the
exterior pipe coating is not damaged. Concrete encasement, soil cement, or some other
method approved by the Engineer, may be used in lieu of this procedure. Payment shall
be made to the Contractor at the unit price bid for the installation of such quantity of
coarse gravel as directed by the Engineer.
C. PIPE FOUNDATION
Pipeline Excavation and Backfill 02202-5
PSC0832B — Lake Alan Henry Pipeline — Contract B
1. Excavate the trench to an even grade so that the full length of the pipe barrel is supported
and joints make up properly. Excavate the trench to the line and grade indicated and as
directed by the Engineer. Grades shall be uniform between high points and low points to rl
eliminate intermediate "highs and lows".
2. For 32" diameter and smaller pipe, the trench shall be "rough cut" a minimum of 4" below _#
the bottom of the pipe. For 33" and larger pipe, the trench shall be "rough cut" a minimum
of 6" below the bottom of the pipe. The "rough cut" dimension shall be increased as
necessary to provide a minimum clearance of 2" from the bottom of the trench to the
bottom of the bells, flanges, valves, fittings, etc.
3. The entire foundation area in the bottom of all excavations shall be firm, stable material.
Loose material shall be removed, leaving a clean, flat trench bottom, and material shall
not be disturbed below required sub -grade except as hereinafter described. If the
subgrade is soft, spongy, disintegrated, or where the character of the foundation materials
is such that a proper foundation cannot be obtained at the elevation specified, then when
directed by the Engineer the Contractor shall deepen the excavation to a depth where a
satisfactory foundation can be obtained. The sub -grade shall then be brought back to the
required grade with course gravel, thoroughly compacted to 95% of maximum density in
accordance with ASTM D4253. Payment shall be made to the Contractor at the unit price
bid for the installation of such quantity of coarse gravel as directed by the Engineer. ! _t
D. CORRECTING FAULTY GRADE
If the trench is excavated to a faulty grade (at a lower elevation than indicated), correct the
faulty grade as specified below:
1. In uniform, stable dry soils, correct the faulty grade with granular embedment material
thoroughly compacted to 95% of maximum density.
2. In soft spongy disintegrated soils or where necessary to allow proper drainage, correct the
faulty grade with course gravel compacted to 95% of maximum density.
3. No extra payment will be made for coarse gravel or other material to correct faulty grade.
E. PIPE CLEARANCE IN ROCK
Remove ledge rock, rock fragments, or unyielding shale or marl to provide a clearance of at
least 6" below the parts of the pipe, valves or fittings. Provide adequate clearance for properly
jointing pipe laid in rock trenches at bell holes. Refill the excavation to grade with granular
embedment material.
F. BLASTING PROCEDURE
Blasting will not be allowed.
G. BELL HOLES REQUIRED
Bell holes of ample dimension shall be dug in trenches at each joint of pipe to permit the
jointing to be made properly, visually inspected, and so that the pipe will rest on the full length q
of the barrel. Pipe shall have the joints excavated to a sufficient depth to allow proper welding _
where applicable, cleaning, application, testing and inspection of field applied coating system.
H. CARE OF SURFACE MATERIAL FOR REUSE
Surface materials such as top soil in its natural state, suitable for reuse in restoring the
excavated surface, shall be kept separate from the general excavation material. The top 18"
of the trench backfill shall be topsoil. Save the topsoil to be used as backfill of the top 18" of
trench after pipe laying. Where the natural topsoil is less than 18" deep, and with the approval
of the Engineer, the Contractor may strip less than 18" of topsoil. ,
I. MANNER OF PILING EXCAVATED MATERIAL
Pipeline Excavation and Backfill 02202-6
PSCO832B — Lake Alan Henry Pipeline — Contract B
Place excavated material so that work is not endangered or interferes with public traffic or
other construction. Do not place excavated material over buried pipelines or existing utilities
unless adequate provisions are made to• protect those pipelines and/or utilities. Roads and
driveways must be kept open in every case. Keep drainage channels clear of obstructions or
make other satisfactory provisions for drainage.
J. TRENCHING BY MACHINE OR BY HAND
The use of trench digging machinery is approved except in places where operations of same
will cause damage to existing structures or pipelines above or below ground, in which case
employ hand methods.
K. OPEN TRENCH
Owner's Representative shall have the right to limit the amount of trench which may be
opened or partially opened at any time in advance of the completed line; and also the amount
of trench left not backfilled. Not over 500' of trench in open country or pasture land shall be
opened at any one time, and not more than 150' of trench in populated areas shall be left
open unless otherwise permitted in writing by the Owner. Backfill and/or protect trenches as
necessary to prevent injury to livestock, adjacent property, and the public. If additional
inspectors are required because of the open trench then the cost shall be borne by the
Contractor. Trenches left open overnight in public areas shall be fenced with adequate
construction fencing. No trenches shall be left open overnight in streets.
L. STRUCTURAL EXCAVATION
Excavation shall extend a sufficient distance from walls and footings to allow for form
installation and inspection, except where concrete for walls and footings is authorized or
required to be deposited directly against excavated surfaces. Where excavation, through the
fault of the Contractor, is made below the elevation specified or directed by the Engineer,
restore the excavation to the proper elevation with stabilized backfill (lean concrete) or other
approved material at the Contractor's expense.
3.02 BACKFILLING OF TRENCHES OUTSIDE ROADWAYS AND CULTIVATED FIELDS
A. GENERAL
This section of the specification is intended to cover the requirements for trench backfill where
trench is in open fields, unimproved alleys, fields, and other similar open areas outside of
existing or proposed public and private roadways and cultivated fields.
B. TIME OF BACKFILLING
Backfill operations shall immediately follow pipe jointing, joint coating application, and curing.
A minimum of two hours of curing time will be required for curing of exterior joint mortar.
C. BRACED AND SHEETED TRENCHES
Remove sheeting and shoring as backfilling operations progress. Incorporate methods so
that a good bond is obtained between the backfill material and the undisturbed trench walls.
D. PROTECTION OF PIPE DURING BACKFILLING OPERATIONS
Take the necessary precautions to protect the pipe during backfilling operations. Take care to
prevent damage to the pipe or to the pipe coating, and repair any damaged pipe before being
"covered up". Backfill the trench to prevent the deformation or otherwise deflection of the
cylindrical shape of the pipe by more than the allowable pipe deflection as specified
elsewhere. Use methods such as stulling or ellipsing as necessary.
E. SITE AND PREPARATION
Pipeline Excavation an
d nd Backfill 02202-7
PSCO832B — Lake Alan Henry Pipeline — Contract B
In addition to clearing and grubbing of brush and trees along the right-of-way for this project,
alteration to the topography shall be done if indicated on the Plans, at the locations and to the
extent shown.
F. BACKFILL PROCEDURE IN THE PIPE ZONE FOR SEMI -RIGID PIPE — GRANULAR
EMBEDMENT MATERIAL
1. For semi -rigid pipe construction, extend the embedment material from the bottom of the
trench to 0.7 times the pipe outside diameter.
2. Place the first lift of granular embedment material to a depth slightly above the bottom of
pipe grade. Lay pipe on this embedment material to the indicated grade. Provide bell
holes to permit the pipe to rest on the full length of the barrel and to permit joint make-up
and coating.
3. Place the second lift of embedment material, uniformly on both sides of the pipe to a
loose depth of forty percent (0.4) of the outside diameter of the pipe, taking precautions
not to disturb the pipe alignment. Compact the -second lift of embedment material using
heavy vibration or mechanical compaction to produce a uniformly blended and compacted
backfill. The Contractor shall use mechanical compaction equipment. Hand held
compaction equipment will not be allowed. Contractor shall take precautions to ensure no
voids occur under the haunches of the pipe and to prevent disturbance of the pipe
alignment.
4. Place the third lift of granular embedment material in the trench simultaneously and
evenly on both sides of the pipe for the full width of the trench to an elevation of slightly
above 0.7 times the pipe outside diameter and compact using vibration or mechanical
tamping.
5. Compaction of granular embedment in this zone shall be at a minimum of ninety-five
percent (95%) Maximum Density in accordance with ASTM D4253.
6. After placement and compaction of the third lift, add additional granular embedment to fill
the voids and strike -off the embedment to be level at an elevation of 0.7 times the outside
pipe diameter.
7. After placement of the embedment material, deposit select material in the trench
simultaneously and evenly on both sides of the pipe for the full width -of the trench to the
top of the pipe zone. Consolidate this material by mechanical compaction. Compaction
in this zone shall be a minimum of ninety-five percent (95%) of Standard Proctor Density.
Material directly over the pipe shall be lightly compacted to prevent damage to the pipe.
8. Mechanical compaction of select backfill material shall be in lifts not exceeding 18" loose
depth.
9. Perform the mechanical compaction to prevent floating or damaging the pipe. Relay any
pipe which is floated or otherwise disturbed to the original grade at the Contractor's
expense.
G. BACKFILL PROCEDURE ABOVE PIPE ZONE
1. Mechanical compaction may be utilized. Place the ordinary backfill material above the
pipe zone in lifts not exceeding 18" loose depth and compacted to 90% Standard Proctor
density in areas outside of cultivated land, existing or proposed roadways. The
Contractor shall be responsible for any damage which may occur to the pipe using this
method of compaction.
H. SURFACE MATERIAL REPLACEMENT
1. The top 18" of the trench backfill shall be composed of the original surface material or
topsoil excavated from the trench. Place the topsoil over the consolidated trench backfill
material and neatly round over the trench to a sufficient height to allow settlement to
grade after consolidation. Grade the surface to allow drainage in the same manner as
existed prior to construction. Mounding is not allowed in cultivated fields.
2. Topsoil shall not contain rocks or clods larger than those adjacent to the trench in the
undisturbed condition.
BACKFILL AROUND STRUCTURES
Pipeline Excavation and Backfill 02202-8
PSC0832B — Lake Alan Henry Pipeline — Contract B
1. After completion of foundations, walls, etc., remove forms and clean excavation of debris
r or other objectionable matter prior to placing backfill. Comply with the requirements of
02221 — STRUCTURAL EXCAVATION AND BACKFILL for backfill adjacent to cast -in -
place structures.
2. In areas where structures such as slabs, foundations, or pipes are to be constructed on
' backfill, backfill shall be lean concrete or; flowable fill, unless otherwise indicated.
- 3. For pre -cast concrete structures, mechanically tamp earth backfill around and over
structures, using select material, and placed in layers not to exceed 8", loose thickness.
Bring material to within 2% of optimum moisture content and compact each layer to a
uniform density of not less than 95% of maximum density as determined by ASTM D698.
Laboratory control shall be used to secure compliance with this requirement.
J. TRENCH TEST SECTION FOR VERIFICATION OF COMPACTION
Acceptable density test results shall be based upon a test section performed by the contractor
at the beginning of pipe installation operations. The test section is necessary to verify that the
contractor's method of placement and compaction of the embedment material will produce
the minimum specified density and placement consistency throughout the embedment zone.
The test section shall consist of at least two sections of pipe. The pipe shall be installed on
the prepared bedding and the lifting straps shall be left in place. The contractor shall use his
proposed method of placing and compacting the embedment to bring the embedment
material up to the spring line of the pipe. Density tests will then be performed in the
embedment material near the spring line of the pipe. One length of pipe shall then be
carefully removed by the contractor to allow the integrity of the embedment along the
haunches and below the pipe to be evaluated visually and by in -place density testing to verify
that the contractor's method will achieve the specified density and uniformity of the
embedment. This will establish a relationship between the density achieved at the spring line
and the density achieved in the haunch area by the contractor's proposed placement and
compaction method. The density at the spring line may have to be higher than the minimum
specified density in order to achieve the minimum specified density at the haunch area. The
density at the spring line required to achieve the minimum specified density in the haunch
area shall be the target density at the spring line, but shall be no less than the minimum
specified density. Additional test sections shall be performed for all different embedment
materials, or if the contractor proposes to change methods of placement and compaction. The
means, methods, and techniques of placement and compaction shall be the sole
responsibility of the contractor, and the test section will be considered only as a means to
verify that the contractor's methods are capable of achieving the specified density throughout
the embedment zone. The actual quality of the embedment and backfill, as compacted, shall
be the responsibility of the contractor and satisfactory results from the test section(s) and field
density tests shall not be considered as a guarantee of the quality of the contractor's
embedment and backfill operations.
K. INSPECTION AND TEST PITS
1. Excavate test pits after the embedment has been placed and compacted in the pipe zone
for the purpose of taking field density tests and inspecting the haunch areas under the
pipe for voids.
2. Excavate the test pits to a depth and area of sufficient size to allow the inspector to
visually inspect the haunch area of the pipe for voids or loose material next to the pipe
and to make a field density test. Provide a safety trench shield to protect the inspector
while in the pit.
3. After inspection, backfill and compact the test pit area in accordance with the applicable
specification herein.
4. Dig one (1) test pit for inspection of each days work if deemed necessary or may be
required more or less frequently as determined by the Owner's representative. Repair
and replace areas which are found not to be in compliance with the specification
requirements, until satisfactory results are consistently and uniformly attained.
Pipeline Excavation and Backfill 02202-9
PSC0832B — Lake Alan Henry Pipeline — Contract B
5. Provide special attention to assure that the material flows under the pipe haunches. This
may require the removal of pipe joints to observe the results and make density tests.
Pipe laying shall not begin until satisfactory results are achieved by the Contractor's
proposed method.
3.03 BACKFILL PROCEDURE FOR PUBLIC AND PRIVATE ROADS
Trench excavation, pipe laying, backfill within the pipe zone and other general requirements shall
be as indicated for trenches outside roadways. Backfill material above the pipe zone for existing
roads including City Roads, County Roads, paved or improved private roads, driveways, and any
proposed roads as indicated shall consist of Flexible Base Material above the embedment
material for the full depth of the trench. Compact the backfill to 97% maximum density per ASTM
D4253. Replace flexbase roads with a minimum of 12" of flexbase material compacted in 6" lifts
to 97% Standard Proctor Density. Replace asphalt paved roads with 8" of flexbase material
compacted in 4" lifts to 97% Standard Proctor Density and 4" of HMAC. Replace concrete
roadways with 3000 psi concrete reinforced equal or better than existing. Saw -cut asphalt roads
prior to placement of HMAC. Cut concrete roads back to expose reinforcing prior to replacing
concrete paving. Backfill and compact unimproved field road as per the backfill requirements for
open areas, except compact the top 12" to 97% Standard Proctor Density.
3.04 BACKFILL PROCEDURE FOR CULTIVATED FIELDS
Backfill and compact cultivated fields as per the backfill requirements for open areas, except
compacted in 6" lifts to 97% Standard Proctor Density. Consolidate this material by mechanical
compaction within two percent (2%) of optimum moisture content.
3.05 MAINTENANCE OF SURFACES
A. ROCK AND ORGANIC MATERIAL EXCLUSION
Rock material removed from the trench excavated material may be buried in the easement at
locations approved by the inspector and covered with topsoil. Organic material shall be
removed from the right-of-way at the Contractor's expense.
B. DEFICIENCY OF BACKFILL - BY WHOM SUPPLIED
Any deficiency in the quantity of material for backfilling the trenches or for filling depressions
caused by settlement shall be supplied by the Contractor at his expense. Make-up material
shall be approved by the Owner's representative.
C. RESTORATION OF SURFACES
Replace surface material and restore paving, curbing, sidewalks, gutters, shrubbery, fences,
grass or turf, and other surfaces disturbed, as nearly as possible to a condition equal to that
before the work begin.
D. SEEDING IN TXDOT ROW
1. Provide sodding at disturbed residential per Specification 02270.
2. Provide seeding in TxDOT right-of-way as specified below.
3. Where seeding is specified, it shall be done between August 15 and June 15. Use
sodding in lieu of seeding between June 15 and August 15. Seeding and sodding shall
immediately follow backfill and cleanup unless otherwise specified.
4. Surfaces for seeding or sodding shall have a minimum of 12" of topsoil. Apply pelleted or
granular fertilizer with a minimum analysis of 16-8-8 at a rate of 400 pounds per acre or
equivalent rate if other analysis fertilizer is used.
5. Water seeded and sodded areas as necessary to obtain grass coverage of 95% of area,
with no bald areas larger than 10 square feet.
Pipeline Excavation and Backfill 02202-10
PSCO832B — Lake Alan Henry Pipeline — Contract B
6. Perform seeding and sodding in accordance with the following items of the Texas State
Department of Highways and Public Transportation Standard Specifications:
a. Item 162: Sodding for Erosion Control
b. 162.4 (1) Bermuda Grass - Spot Sodding
c. 162.5 Block Sodding
d. 162.7 Mulch Sodding
e. Item 164: Seeding for Erosion Control
f. Item 166 Fertilizer
3.06 CLEAN AND ADJUST
Remove surplus pipeline materials, tools, rubbish, trees, and temporary structures, and leave the
construction site clean, to the satisfaction of the Engineer. Grade the surface, and re-establish
drainage. Removal of rock and other excess excavated material and general leveling and grading
of the right-of-way surface to a presentable appearance shall proceed so as to not be further than
2,000' behind the backfilling operations. The Contractor shall be responsible for location of sites
for disposal of excess material and the Owner shall make no additional payment for expenses
incurred in such disposal.
END OF SECTION
t_. Pipeline Excavation and Backfill
PSC0832B — Lake Alan Henry Pipeline — Contract 11
02202-11
02221 STRUCTURAL EXCAVATION AND BACKFILL
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish labor, materials, equipment and incidentals necessary to complete structural excavation,
filling, backfilling, and compacting; to provide protection to equipment and cuts; to include backfill
material; the construction or installation of cofferdams, and other similar facilities which may be
necessary to perform excavations and/or backfilling; to include the necessary pumping, bailing,
or associated drainage; to remove and dispose of surplus materials, cofferdams, and debris; and
to provide final grading, as required.
B. The work does not include excavation, filling, and backfilling for utility lines, manholes, vaults,
valve boxes, and related structures. Work shall be performed in accordance with Section 02202,
PIPELINE EXCAVATION AND BACKFILL.
1.02 QUALITY ASSURANCE; DEFINITIONS
COFFERDAMS: Cofferdam designates any temporary or removable structure constructed to hold the
surrounding earth and/or water out of the excavation, whether the structure is formed of soil, timber,
steel, concrete, or a combination thereof. It shall be understood- also to include the use of pumping
wells or well points.
1.03 SUBMITTALS
Submittals shall be in accordance with Section 01300, SUBMITTALS and shall include:
1. Structural calculations for cofferdams. Submit calculations for approval by the Engineer prior to
the start of the cofferdam construction. The calculations shall be sealed by a registered
professional engineer in accordance with the laws of the state where the project is constructed.
r The calculations shall be site specific.
2. Backfili material classifications.
3. Certified test reports for compacted backfill. Tests for compacted backfill shall be performed by
Owner's representative.
1.04 STANDARDS
A. The following publications, referred to hereafter by basic designation only, form a part of this
specification as if written herein in their entirety:
ASTM D-698
'Test Methods for Moisture -Density Relations of Soils and Soil -
Aggregate Mixtures, Using 5.5 lb. Rammer and 12 Inch Drop"
ASTM D-1556
'Test Methods for Density of Soil in Place by Sand -Cone Method"
ASTM D-2922
'Test Methods for Density of Soil and Soil -Aggregate in Place by
Nuclear Methods (Shallow Depth)"
ASTM D-3017
'Test Method for Moisture Content of Soil and Soil -Aggregate in Place
by Nuclear Methods (Shallow Depth)"
ASTM D-4253
'Test Methods for Maximum Index Density of Soils Using a Vibratory
Table"
ASTM D-4254
'Test Methods for Minimum Index Density of Soils and Calculation of
Structural Excavation and Backfill
02221-1
PSC08325B - Lake Alan Henry Pipeline
— Contract B
Relative Density"
B. Any other testing required by these specifications and not specifically referenced to a standard
shall be performed under ASTM or other appropriate standards as designated by the Engineer.
C. References herein or on the drawings to soil classifications shall be understood to be according
to ASTM D-2487, Classification of Soils for Engineering Purposes" unless indicated otherwise.
1.05 DELIVERY AND STORAGE
Deposit excavated material to be used for backfill in storage piles at points convenient for handling of
the material during the backfilling operations.
1.06 JOB CONDITIONS
A. Provide subsurface investigations for the information and convenience of the Bidders and the
Contractor.
B. Review the site and determine the conditions which may affect the structural excavation, prior to
the commencement of the excavation.
2.00 PRODUCTS
2.01 MATERIALS
A. STRUCTURAL EARTH BACKFILL: Structural backfill shall be Class 4 Earth Fill as specified in
Section 02255, EARTH FILL CLASSIFICATIONS.
B. STRUCTURAL AGGREGATE BACKFILL: Structural aggregate backfill shall be Class 1
Aggregate Fill as specified in Section 02256, AGGREGATE FILL CLASSIFICATIONS.
C. LEAN CONCRETE BACKFILL: Lean concrete shall be AS SPECIFIED IN DRAWINGS.
D. TOPSOIL: Topsoil shall be Class 12 Earth Fill as specified in Section 02255, EARTH FILL
CLASSIFICATIONS.
E. COMPACTED SELECT FILL: Fill shall be Class 5 Earth Fill as specified in Section 02255,
EARTH FILL CLASSIFICATION.
2.02 COMPACTION EQUIPMENT
Compaction equipment shall conform to the following requirements and shall be utilized as specified
herein.
A. PNEUMATIC ROLLERS
Pneumatic rollers shall have a minimum of four (4) wheels equipped with pneumatic tires. The
tires shall be such size and ply as can be maintained at tire pressures between 80 and 100
pounds per square inch for a 25,000 pound wheel load during roller operations. The roller
wheels shall be located abreast and be designed so that each wheel will carry approximately
equal load in transversing uneven ground. The spacing of the wheels shall be such that the
distance between the nearest edges of adjacent tires will not be greater than 50% of the tire
width of a single tire at the operating pressure of a 25,000 pound wheel load. The roller shall be
provided with a body suitable for ballast loading such that the load per wheel may be varied,
from 18,000 to 25,000 pounds. The roller shall be towed at speeds not to exceed ten (10) miles
per hour. The character and efficiency of this equipment shall be subject to the approval of the
Engineer.
B. Vibratory rollers shall have a total static weight of not less than 20,000 pounds, with at least 90%
Structural Excavation and Backfill 02221-2
PSCO8325B - Lake Alan Henry Pipeline — Contract B
of the weight transmitted to the ground through a single smooth drum when the roller is standing
in a level position. The diameter of the drum shall be between 5 and 5.5 feet and the width
between 6 and 9 feet. The unsprung weight of the drum, shaft, and internal mechanism shall not
be less than 12,000 pounds. The frequency of vibration during operation shall be between 1,100
and 1,500 c.p.m., and dynamic force shall not be less than 40,000 pounds at 1,400 c.p.m. No
backing of the vibratory roller will be allowed on the embankment unless the vibrating
mechanism is capable of being reversed. Self-propelled and towed vibratory rollers shall be
operated at speeds not exceeding 3 miles per hour and 1.5 miles per hour, respectively.
C. POWER HAND TAMPERS AND VIBRATORY PLATE HAND COMPACTORS
Compaction of material in areas where it is impracticable to use a roller or tractor shall be
performed with approved power hand tampers, vibratory plate hand compactors, or other
approved equipment. Approval shall be based upon performance in a test section.
3.00 EXECUTION
3.01 PREPARATION
Clear and grub the area to be excavated prior to the start of excavation.
3.02 EXCAVATION
A. When footing concrete or masonry is to rest upon rock, remove the rock to a depth sufficient to
expose sound rock. Level off or cut the rock to approximate grades, and roughen the area.
When footing concrete or masonry is to rest on an excavated surface other than rock, take care
not to disturb the bottom of the excavation, and do not make final removal of the foundation
material to grade until just before the concrete is placed.
B. For footings where the soil encountered at established footing grade is an unstable material, use
the following procedure unless other methods are specified: Remove unstable soil. Carry the
excavation at least 1' beyond the horizontal limits of the structure on all sides. Replace the
unstable soil with compacted select fill. Place in uniform layers at a suitable depth for
compaction. Wet each layer if necessary and compact by rolling or tamping to provide a stable
i foundation for the structure.
C. When unfeasible to construct a stable footing as outlined above, construct footing by the use of
special materials, such as flexible base, cement stabilized base, cement stabilized backfill, or
other material, as directed by the Engineer.
D. Perform excavation to permit surfaces to be brought to final line and grade within + or - 0.1 foot.
Restore over -break at the Contractor's expense. In general, perform excavation in open -cut
from the surface of the ground and at the line and grade indicated.
E. The sides of the excavation, from the bottom of the excavation to the top of the ground shall be
supported in accordance with OSHA requirements. Maintain the supports throughout
construction. Remove supports after the completion of the work.
3.03 COFFERDAMS
A. The interior dimensions of the cofferdams shall provide sufficient clearance for the construction,
inspection (inside and outside), and the removal of any forms and to permit pumping outside of
- the forms. In general, extend sheet pile cofferdams well below the bottom of the footings and
brace well. Cofferdams shall be as water -tight as practicable.
B. When a concrete seal is required by the plans, base the design on the normal water elevations
as indicated. If the foundation concrete can be placed in the dry under construction conditions,
the seal shall not be required. If an additional seal is necessary for the conditions existing at the
Structural Excavation and Backfill 02221-3
PSCO8325B - Lake Alan Henry Pipeline — Contract B
time of construction, increase the seal thickness as necessary. If the conditions existing at the
time of construction require a seal for placing the foundation concrete in the dry, and none is
provided in the plans, place an adequate seal.
C. When the Engineer judges it to be impractical to de -water a cofferdam before placing a concrete
seal around piling driven therein, extend the excavation below the footing grade, deep enough to
allow for swell of material during pile driving operations. After driving the piling, remove the
foundation material that has risen to a level more than V above the footing grade. It is the
intention of this provision to establish a construction tolerance to be applied when a foundation is
being constructed under water. Where possible to de -water the cofferdam without placing a
seal, remove the foundation material to exact footing grades after piling are driven. Backfilling in
a foundation to compensate for excavation which has been extended below grade shall not be
permitted. Fill areas which are below grade with concrete at the time the seals or footings are
placed.
D. Unless otherwise indicated, remove cofferdams after the completion of the substructure without
disturbing or -marring the structure.
3.04 DEWATERING OF SITE
1
Pumping or bailing from the interior of any foundation enclosure shall be done in a manner which
precludes the possibility of movement of water through or alongside any concrete being placed. No
pumping or bailing shall be permitted during the placing of structural concrete, or for a period of at least
twenty-four (24) hours thereafter, unless from a suitable sump separated from the concrete work by a
water -tight wall. Pumping or bailing during placement of seal concrete shall be only to the extent
necessary to maintain a static head of water within a cofferdam. Do not start pumping or bailing to de -
water a sealed cofferdam until the seal has aged at least thirty-six (36) hours. i
3.05 PLACING OF MATERIAL
A. GENERAL
Backfill excavated spaces and areas not occupied by the permanent structure, except that
no backfill shall be placed against any structure the concrete has reached its 28 day
compressive strength or seven (7) days, whichever is longer. Do not place backfill
adjacent to support walls until the top slab has been in place at least four (4) days.
2. Take care to prevent wedging action when placing backfill around structures. If backfill is
to be placed on two (2) or more sides of the structure or facility, simultaneously place the
backfill on all sides to avoid uneven loading on the structure.
3. Do not permit rollers to operate within 3' of structures.
Structural Excavation and Backfill 02221-4
PSC08325B - Lake Alan Henry Pipeline — Contract B
i
B. MOISTURE CONTROL
Ct3*i;i41"T
The materials in each layer of the fill shall uniformly contain the amount of
moisture within the limits specified below necessary to obtain the maximum
dry density for the soil. Compact Class 1 and Class 2 Earth Fill with a
moisture content of at or within five (5) percentage points wet of optimum
moisture content. Compact Class 3, Class 4, and Class 5 Earth Fill with a
moisture content within two (2) percentage points dry to five (5) percentage
points wet of optimum moisture content. The moisture content ranges
specified above for the various classes of earth fill represent maximum upper
and lower limits of the particular range. Determination of the maximum dry
density -optimum moisture shall be by one (1) or more of the following ASTM
procedures: D-1556, D-3017, or D-2922. Completely cohesionless materials
which are to be compacted to a specified relative density shall be at a
moisture content which will allow use of the specified compaction equipment
and consistent achievement of the specified density.
2. MOISTURE CONTROL DURING PLACEMENT
After spreading the soil, adjust the moisture content of the soil if necessary by
either aeration or the addition of water to bring the moisture content within the
range specified. Uniformly distribute the moisture content throughout the
layer of soil to be compacted. In order to accomplish this distribution,
thoroughly mix the layer of soil by discing, harrowing, or by the use of a
power -driven pulverizer. Should the surface of a previously compacted layer
become dry due to exposure to the elements, appropriately wet surface of the
compacted layer prior to placing the succeeding layer of soil, and properly
disk or harrow the surface. Should a layer of soil be over wet, allow the layer
to dry to a proper moisture content prior to compacting. Should the surface of
a layer become smooth and hard, roughen the surface by scarifying, and wet
the surface if necessary prior to placing the next layer of soil. Reprocess any
layer which becomes damaged by weather conditions to meet the
specification requirements. There shall be no additional payment made for
such reprocessing.
C. COMPACTION
Compaction shall be by power hand equipment or rubber tired equipment,
provided the rubber tired equipment does no damage. Compaction by power
hand equipment or rubber tired equipment shall be completed such that there
will be a 24" overlap by roller compaction.
2. Compact the Class 1 and Class 2 Earth Fill zones by a minimum of eight (8)
passes with a tamping roller. Compact the Class 3, Class 4, and Class 5
Earth Fill zones by a minimum of eight (8) passes with a tamping roller or by a
minimum of four (4) passes with a tamping roller, followed by a minimum of
four (4) passes with a pneumatic roller. A vibratory roller shall be required if
the material is sandy and if requested by the Engineer. A pass shall consist
of one (1) trip over the area being compacted. The front and rear axle rollers
on self propelled models shall only be considered as one (1) pass per trip.
The initial and final area to be rolled shall each have eight (8) passes.
Stagger passes between the initial and final area in order to establish
overlapping with at least eight (8) passes at all locations. Approve the exact
method based upon the test section. Dumping, spreading, sprinkling, and
Structural Excavation and Backfill 02221-5
PSC08325B - Lake Alan Henry Pipeline — Contract B
i
compacting maybe performed at the same time at different points along a
s
section where there is sufficient area to permit these operations to proceed
simultaneously.
3. Areas of the fill being compacted with power hand tampers or vibratory plate
hand compactors shall receive a minimum of eight (8) passes of the
equipment with an overlap of 50% of the equipment base plate width.
4. The in -place density of Class 1 through Class 5 Earth Fill shall not be less
than 95% of maximum dry density as determined by ASTM D-698, Standard
Proctor, except compact the top 12" of fill underneath roadways and parking
areas to not less than 100% of maximum dry density as determined by ASTM
D-698, Standard Proctor. In areas cut underneath roadways and parking
areas scarify and re -compact the top 8" of the subgrade within the specified
moisture content, to not less than 100% of maximum dry density as
determined by ASTM D-698, Standard Proctor.
5. Compact cohesionless materials on which are not practical to control the
density by proctor methods to a minimum of 75% of relative density as
determined by ASTM D-4253 and ASTM D-4254. At the discretion of the
Engineer, an alternate method of determining relative density may be used
which has been correlated with methods ASTM D-4253 and ASTM D-4254.
6. If necessary, to achieve the specified density, increase the number of passes
of the compaction equipment, and/or modify the weight of the compaction
equipment.
7. Regardless of the density achieved, the number of passes of the compaction
equipment shall not be less than eight (8).
3.06 FIELD QUALITY CONTROL
The testing laboratory shall make tests of in -place density in accordance with ASTM
Standards. The testing laboratory shall monitor backfill operation continuously at
structures. It shall be the responsibility of the Contractor to notify the testing laboratory i
before backfill operations begin.
END OF SECTION
sl
Structural Excavation and Backfill 02221-6
PSC08325B - Lake Alan Henry Pipeline — Contract B
.5
02255 EARTH FILL CLASSIFICATIONS
1.00 GENERAL
1.01 WORK INCLUDED
This section of the specifications describes the various classes of Earth Fill. All of the classes of
Earth Fill contained in this specification may not be used on this project. The classes of Earth Fill
used on this project are shown on the drawings or specified in other sections of the specifications.
This specification section does not include specifications for placement and compaction of Earth
Fill. Specifications for placement and compaction of Earth Fill are included in other sections of the
specifications and/or shown on the drawings.
1.02 STANDARDS
Soil materials shall be classified into the appropriate class of Earth Fill shown below according to
ASTM D2487 "Standard Classification of Soils for Engineering Purposes (Unified Soil
Classification System)" or other appropriate methods as designated by the Engineer.
2.00 PRODUCTS
2.01 MATERIALS; CLASSIFICATIONS
A. CLASS 1 EARTH FILL: Limited to clays and sandy clays classified as CH material with a
liquid limit greater than or equal to 50, a plasticity index greater than or equal to 25, and a
minimum of 60% passing the No. 200 sieve, which are free of organic materials.
B. CLASS 2 EARTH FILL: Limited to clays and sandy clays classified as CH and CL materials
with a coefficient of permeability less than or equal to 1.0 x 10-7 cm/sec, a liquid limit greater
than or equal to 30, a plasticity index greater than or equal to 15, and more than 50% passing
the No. 200 sieve, which are free of organic materials.
C. CLASS 3 EARTH FILL: Consist of any materials classified as CH, CL, SM, SP, SP-SM, SC,
and GC, which have a minimum plasticity index of 4, which are free of organic materials.
D. CLASS 4 EARTH FILL: Consist of materials which are classified as SP, SM, SC, CL, or dual
classifications thereof, which have a liquid limit less than or equal to 35 and a plasticity index
of a minimum of 4 and a maximum of 15, which are free of organic materials.
E. CLASS 5 EARTH FILL: Consist of materials classified as SP or SP-SM which have a
plasticity index less than or equal to 4 and a maximum of 12% passing the No. 200 sieve,
which are free of organic materials.
(Class 6 through Class 11 reserved)
F. CLASS 12 EARTH FILL: Consist of soils suitable for topsoil which are relatively free of stones
or other objectionable debris, which have sufficient humus content to readily support
vegetative growth. The suitability of soils for topsoil shall be subject to the approval of the
Engineer.
END OF SECTION
Earth Fill Classifications
PSC083258 - Lake Alan Henry Pipeline — Contract B
02255-1
P�
i
1
r
_t 02256 AGGREGATE FILL CLASSIFICATIONS
1.00 GENERAL
1.01 WORK INCLUDED
This section of the specifications describes the various classes of Aggregate Fill. All of the
classes of Aggregate Fill contained in this specification may not be used on this project. The
classes of Aggregate Fill used on this project are shown on the drawings or specified in other
sections of the specifications. This specification section does not include installation. Installation
of Aggregate Fill is included in other sections of the specifications and/or on the drawings.
1.02 QUALITY ASSURANCE
A. CLASSIFICATION TESTING
1. CONTRACTOR TESTING
a. Arrange and pay for the services of an independent testing laboratory to sample and
test proposed Aggregate Fill materials.
b. Submit the test results to the Engineer, and obtain approval prior to providing
Aggregate Fill.
2. OWNER TESTING
The Owner shall arrange and pay for additional testing on the Aggregate Fill after delivery
to the project site as determined necessary by the Engineer.
B. CONTAMINATION CERTIFICATION
1. Obtain a written, notarized certification from the Supplier of each proposed Aggregate Fill
source stating that to the best of the Supplier's knowledge and belief there has never
been contamination of the source with hazardous or toxic materials.
2. Submit these certifications to the Engineer prior to proceeding to furnish Aggregate Fill to
the site. The lack of such certification on a potential Aggregate Fill source shall be cause
for rejection of that source.
1.03 STANDARDS
Aggregate Fill shall be classified into the appropriate class listed below according to ASTM testing
procedures as specified for the various classes.
A. American Society for Testing Materials standards:
ASTM C33
Specification for Concrete Aggregates
ASTM C88
Test Method for Soundness of Aggregates by Use of Sodium Sulfate or
Magnesium Sulfate
ASTM C125
Terminology Relating to Concrete and Concrete Aggregates
ASTM C131
Test Method for Resistance to Degradation of Small -Size Coarse
Aggregate by Abrasion and Impact in the Los Angeles Machine
ASTM C535
Test Method for Resistance to Degradation of Large -Size Coarse
Aggregate by Abrasion and Impact in the Los Angeles Machine
ASTM D448
Classification for Sizes of Aggregate for Road and Bridge Construction
2.00 PRODUCTS
2.01 MATERIALS; CLASSIFICATIONS
Aggregate Fill Classifications 02256.1
PSCO8325B - Lake Alan Henry Pipeline — Contract B
A. CLASS 1 AGGREGATE FILL: Consist of durable particles of crushed stone free of silt, clay,
or other unsuitable materials and have a percentage of wear of not more than 40% when
tested in accordance with ASTM C131 or C535. When material is subjected to five (5) cycles
of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution,
the weighted percentage of toss shall not exceed 12%. The source of the material shall be
approved by the Engineer and meet the following gradation in accordance with ASTM D448,
size number 57:
Sieve Size Square Opening
Percent Passing
-1
100
It
95 -100
1 /2"
25 - 60
No. 4
0- 10
No. 8
0- 5
B. CLASS 2 AGGREGATE FILL: Consist of durable particles of crushed stone free of silt, clay,
or other unsuitable materials and have a percentage of wear of not more than 40% when
tested in accordance with ASTM C131 or C535. When material is subjected to five (5) cycles
of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution,
the weighted percentage of loss shall not exceed 12%. The source of the material shall be
approved by the Engineer and meet the following gradation in accordance with ASTM D448,
size number 67:
Sieve Size Square iDpenin-q
Percent Passing -
ill
100
3/4"
90 -100
3/8"
20 - 55
No. 4
0 - 10
No.8
0 - 5
C. CLASS 3 AGGREGATE FILL: Consist of durable particles of crushed stone free of silt, clay,
or other unsuitable materials and have a percentage of wear of not more than 40% when
tested in accordance with ASTM C131 or C535. When material is subjected to five (5) cycles
of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution,
the weighted percentage of loss shall not exceed 12%. The source of the material shall be
approved by the Engineer and meet the following gradation in accordance with ASTM D448,
size number 7:
Sieve Size Square Opening
Percent asset
3/4"
100
1 /2"
90 -100
3/8"
40 - 70
No.4
0- 15
No. 8
0- 5
D. CLASS 4 AGGREGATE FILL: Consist of durable particles of crushed stone free of silt, clay,
or other unsuitable materials and have a percentage of wear of not more than 40% when
tested in accordance with ASTM C131 or C535. When material is subjected to five (5) cycles
of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution,
the weighted percentage of loss shall not exceed 12%. The source of the material shall be
approved by the Engineer and meet the following gradation in accordance with ASTM D448,
size number 467:
Sieve Size Square Opening
Percent Passing
2"
1 0
1-1/2"
95 - 100
3/4"
35 - 70
3/8"
10- 30
No. 4
0- 5
Aggregate Fill Classifications
PSCO8325B - Lake Alan Henry Pipeline — Contract B
02256-2
I
E. CLASS 5 AGGREGATE FILL: Consist of durable particles of crushed stone free of silt, clay,
or other unsuitable materials and have a percentage of wear of not more than 40% when
tested in accordance with ASTM C131 or C535. When material is subjected to five (5) cycles
` of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution,
the weighted percentage of loss shall not exceed 12%. The source of the material shall be
approved by the Engineer and meet the following gradation in accordance with ASTM D448,
size number 357:
Sieve Size Square Opening
Percent Passinq
- 2'
100
2"
95 -100
it.
35 - 70
1 /2"
10 - 30
No. 4
0 - 5
F. CLASS 6 AGGREGATE FILL: Consist of durable particles of crushed stone free of silt, clay,
or other unsuitable materials and have a percentage of wear of not more than 40% when
tested in accordance with ASTM C131 or C535. When material is subjected to five (5) cycles
of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution,
the weighted percentage of loss shall not exceed 12%. The source of the material shall be
approved by the Engineer and meet the following gradation in accordance with ASTM D448,
size number 1:
Sieve Size Square Opening
Percent Passing
00
3-1/2"
90 -100
2-1/2"
25 - 60
1-1/2"
0 - 15
3/4"
0 - 5
G. CLASS 7 AGGREGATE FILL: Consist of durable particles of crushed stone free of silt, clay,
or other unsuitable materials and shall have a percentage of wear of not more than 40% when
tested in accordance with ASTM C131 or C535. When material is subjected to five (5) cycles
of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution,
the weighted percentage of loss shall not exceed 12%. The source of the material shall be
approved by the Engineer and meet the following gradation in accordance with ASTM D448,
size number 6:
Sieve Size Square Opening
Percent Passing
ill
100
3/4"
90 -100
1 /2"
20 - 55
3/8"
0 - 15
No. 4
0 - 5
H. CLASS 8 AGGREGATE FILL: Consist of durable particles of crushed stone free of silt, clay,
or other unsuitable materials and shall have a percentage of wear of not more than 40% when
tested in accordance with ASTM C131 or C535. When material is subjected to five (5) cycles
of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution,
the weighted percentage of loss shall not exceed 12%. The source of the material shall be
approved by the Engineer and meet the following gradation in accordance with ASTM D448,
size number 56:
—Sieve Size Squar-e—Opening
PercentPassing'
1-1
100
1"
90 -100
3/4"
40 - 85
1 /2"
10 - 40
3/8"
0 - 15
No. 4
0 - 5
Aggregate Fill Classifications 02256-3
PSC08325B - Lake Alan Henry Pipeline — Contract B
CLASS 9 AGGREGATE FILL: Consist of washed and screened gravel and natural sands or
sands manufactured by crushing stones complying with the requirements of ASTM C33,
except that the gradation shall be as follows:,
Sieve Size Square Opening
PercentPassing
2
100
3/8"
95-100
No. 4
80 - 95
No. 8
65 - 85
No. 16
50- 75
No. 30
25 - 60
No. 50
10- 30
No. 100
1 0 - 10
Class 9 Aggregate Fill shall have not more than 45% passing any sieve and retained on the
next consecutive sieve of those shown above, and its fineness modulus, as defined in ASTM
C125, shall be not less than 2.3 nor more than 3.1.
J. CLASS 10 AGGREGATE FILL: Consist of washed and screened natural sands or sands
manufactured by crushing stones complying with the requirements and tests of ASTM C33.
The,gradation as included in ASTM C33 is as follows:
Sieve Size Square Opening
Percent assin
3/81,
10
No. 4
95-100
No. 8
80 -100
No. 16
50- 85
No. 30
25 - 60
No. 50
10- 30
No. 100
1 2 - 10
Class 10 Aggregate Fill shall have not more than 45% passing any sieve and retained on the
next consecutive sieve of those shown above, and its fineness modulus, as defined in ASTM
C125, shall be not less than 2.3 nor more than 3.1.
K. CLASS 11 AGGREGATE FILL: Consist of durable particles of crushed stone free of silt, clay,
or other unsuitable material and have a percentage of wear of not more than 40% when
tested in accordance with ASTM C131 or C535. When material is subjected to five (5) cycles
of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution,
the weighted percentage of loss shall not exceed 12%. The source of the material shall be
approved by the Engineer and meet the following gradation:
Sieve Size Square Opening
Percent Passing
1-3/4"
10
7/8"
65 - 90
3/8"
50- 70
No. 4
35 - 55
No. 40
15 - 30
No. 100
0 - 12 Wet Sieve Method
L. CLASS 12 AGGREGATE FILL: Consist of durable particles of crushed stone free of silt, clay,
or other unsuitable material and have a percentage of wear of not more than 40% when
tested in accordance with ASTM C131 or C535. When material is subjected to five (5) cycles
of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution,
the weighted percentage of loss shall not exceed 12%. The source of the material shall be
approved by the Engineer and meet the following gradation:
Sieve Size Sguare Opening
Percent Passing
1-1 2'
100
1"
85-100
3/4"
60- 95
3/8"
50- 80
No. 4
40 - 65
0
Aggregate Fill Classifications 02266-4
PSCO8325B - Lake Alan Henry Pipeline — Contract B
o. 16 - 40
No. 100 0 - 12 Wet Sieve Method
M. CLASS 13 AGGREGATE FILL: Consist of durable particles of crushed stone free of silt, clay,
or other unsuitable material and have a percentage of wear of not more than 40% when
tested in accordance with ASTM C131 or C535. When material is subjected to five (5) cycles
of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution,
the weighted percentage of loss shall not exceed 12%. The source of the material shall be
approved by the Engineer and shall meet the following gradation:
Sieve Size Square Opening
Percent Passing
1-3/4"
100
7/8"
65 - 90
3/8"
50 - 70
No. 4
35 - 55
No. 40
15 - 30
No. 100
0 - 3 Wet Sieve Method
N. CLASS 14 AGGREGATE FILL: Consist of durable particles of crushed stone free of silt, clay,
( or other unsuitable material and have a percentage of wear of not more than 40% when
tested in accordance with ASTM C131 or C535. When material is subjected to five (5) cycles
of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution,
the weighted percentage of loss shall not exceed 12%. The source of the material shall be
approved by the Engineer and meet the following gradation:
Sieve Size Square Opening
Percent assin
1-1 2
10
1"
85-100
3/4"
60 - 95
3/8"
50 - 80
No. 4
40- 65
No. 16
20 - 40
No. 100
0 - 3 Wet Sieve Method
O. CLASS 15 AGGREGATE FILL: Consist of durable particles of silica sand, washed clean,
chemically inert, and packaged by the Supplier. The material shall meet applicable regulatory
requirements for monitor well filter pack. The source of the material shall be approved by the
Engineer and shall meet the following gradation requirements:
Sieve Size Square Opening
Percent
Passing
o. 20
No. 40
98 -
0-
00
2
3.00 EXECUTION [NOT USED]
END OF SECTION
Aggregate Fill Classifications
PSC08325B - Lake Alan Henry Pipeline — Contract B
02256-5
I..r.����.�u .,.:��t „ q Y,w. .„,„„� _ __._..mmy �,.,,..-..=n„q �w ��..„�n�w .. ���wwrygq qe,.,,,r ..,,.,� z.� ..,.,,,q �pwmm..m+mrMa ,« ,,,,„� ,.....n,.,.wp ,m^` „.a...m;� ",...". ...w� w..mm..,.-.�uu^ w........ Ww.....��wvJ
i
4�`.�.
02257 CONTROLLED LOW STRENGTH MATERIAL - FLOWABLE FILL
1.00 GENERAL
1.01 WORK INCLUDED
Furnish labor, materials, equipment, and incidentals necessary to mix and place a flowable mortar
fill, consisting of Portland Cement, fine aggregate, fly ash, and water in the proper proportions as
specified herein. Flowable fill shall be used to bed and backfill around piping and utilities where
indicated.
1.02 QUALITY ASSURANCE
A. DESIGN CRITERIA; CONCRETE PROPORTIONS AND CONSISTENCY
Concrete shall be proportioned to give the necessary workability and strength and shall
conform to the following governing requirements.
28 Day
Compressive
Min. Cement
FineMax.
Aggregate
Water
Max. Fly Ash
Strength -psi
Lbs. Per
Lbs. Per
Lbs. Per
Lbs. per
Min -Max
Cu. Yd.
Cu. Yd.
Cu. Yd.
Cu. Yd.
70 -150
50
2,720
290
150
Fluidity of the flowable mortar shall be measured by the Corps of Engineers flow cone
method, according to their specification CRD-C611-80. Prior to filling the flow cone with
flowable mortar, the mixture shall be passed through a %" screen. Time of efflux shall be
approximately 12 seconds.
B. FACTORY TESTING
The Contractor shall be responsible for the design of the material. A trial mix shall be
designed by an independent testing laboratory, retained by the Contractor. The testing
laboratory shall submit verification that the materials and proportions of the trial mix design
meets the requirement of the specifications. Concrete mix additive such as "Darafill"
manufactured by Grace Construction Products or equal products may be required to achieve
the low strength and the flowability requirements. In lieu of trial mix design, Contractor may
submit a mix design used successfully in previous similar work, for similar materials for
approval by Engineer. The Contractor shall not make changes in materials (gradation,
source, brand, or proportions) of the mixture after having been approved, except by specific
approval of the Engineer.
C. PRE -JOB TESTING
Pre job testing with actual equipment and intended configuration of concrete sample may be
required to determine whether the material can be excavated. The testing equipment and
configuration of concrete sample shall be determined by the Owner's representative.
D. TESTING
It is the responsibility of the Contractor to achieve and maintain the quality of material required
by this specification. The Contractor shall sample and compression test one set of cylinders
every 50 cubic yards that are placed to verify the strength is within the specification. The
Owner may secure the services of an independent testing laboratory to verify the quality of the
material. The Owner shall have the right to require additional testing, strengthening, or
replacement of concrete that has failed to meet the minimum requirements of this section.
{
Controlled Low -Strength Material - Flowable Fill
PSCO8326B - Lake Alan Henry Pipeline — Contract B
02257-1
1.03 SUBMITTALS
Submittals shall be in accordance with Section 01300, and shall include a trial mix design as
record data and certified test reports for compressive strength tests.
1.04 STANDARDS
Materials shall meet recommendation for mix design and placement, as published by National
Ready Mixed Concrete Association. The applicable provisions of the following references and
standards shall apply to this section as if written herein in their entirety.
A. American Society for Testing and Materials (ASTM) Publications:
ASTM C 33 Specifications for Concrete Aggregates
ASTM C 40 Test Method for Organic Impurities In Fine Aggregates For Concrete
ASTM C 150 Specification for Portland Cement
ASTM C 618 Specification for Fly Ash and Raw or Calcined Natural Pozzolan for Use
as Mineral Admixture in Portland Cement Concrete
B. Federal Specifications:
COE CRD-C611-80
2.00 PRODUCTS
2.01 MATERIALS
A. CEMENT i
Portland Cement conforming to the specifications and test for Type I Portland Cement per
ASTM C 150.
B. FINE AGGREGATE
Fine aggregate consisting of natural, washed and screened sand having clean, hard, strong,
durable, uncoated grains complying with the requirements for ASTM C 33. The sand shall
generally be of such size that all will pass a 3/8" sieve, at least 95% pass at 1 /4" screen and at
least 80% pass a No. 8 sieve. Aggregate shall not contain strong alkali, or organic material
that gives a color darker than the standard color when tested in accordance with ASTM C 40.
C. FLY ASH/POZZOLANS
Fly ash shall be an ASTM C 618, Class "C" fly ash.
D. WATER
Water for concrete shall be clean and free from oil, acid, alkali, organic matter or other
harmful impurities. Water that is suitable for drinking or for ordinary household use will be
acceptable for concrete. Where available, water shall be obtained from mains of a
waterworks system.
E. ADDITIVE
"Darafill" may be required to meet the strength and flowability requirements of these
specifications.
2.02 MIXES
A. In the determination of the amount of water required for mix, consideration shall be given to
the moisture content of the aggregate. The net amount of water in the mix will be the amount t
added at the mixer; plus the free water in the aggregate; and minus the absorption of the ,
Ll
Controlled Low -Strength Material - Flowable Fill 02267-2
PSC08325B - Lake Alan Henry Pipeline — Contract B
r
aggregate, based on a 30 minute absorption period. No water allowance shall be made for
evaporation after batching.
t B. The methods of measurement of materials shall be such that the proportions of water to
cement can be closely controlled during the progress of the work and easily checked at any
time by the Owner's Representative. To avoid unnecessary or haphazard changes in
consistency, the aggregate shall be obtained from sources which will insure a uniform quality
and grading during any single day's operation and they shall be delivered to the work and
handled in such a manner that the variation in moisture content will not interfere with the
steady production of concrete of reasonable degree of uniformity. Sources of supply shall be
approved by the Owner's Representative.
C. All material shall be separately and accurately measured. Measurement may be made by
weight or by volume, as determined by the Contractor; however; all equipment for
measurement of materials shall be subject to approval by the Owner's Representative.
D. The proportions of the mix shall be such as to produce material that can be placed readily into
the void area without spading or vibrating, and without segregation or undue accumulation of
water or laitance of the surface.
E. When additive is contained in the concrete mix, the additive ingredients, proportions and
placement of the additive shall be per manufacturer's recommendations.
3.00 EXECUTION
3.01 INSTALLATION
A. Contractor shall give the Owner's Representative sufficient advance notice before starting to
place material in any area to permit inspection of the area and to prepare for pouring.
B. Conduct the operation of depositing and compacting the material so as to form a compact,
dense, impervious mass.
C. Flowable fill shall be placed the full depth into the trenches. The fill shall be brought up
uniformly to the elevation shown in the Plans. Flowable fill shall be protected from traffic for a
period of 72 hours.
D. The material shall be placed against undisturbed trench walls, and shall not be placed on or
against frozen ground.
E. Material shall be placed in lifts or other measures shall be taken to prevent pipe flotation.
Material shall be allowed to harden before placing next lift.
END OF SECTION
Controlled Low -Strength Material - Flowable Fill
I- PSCO8325B - Lake Alan Henry Pipeline — Contract B
02257-3
r
11 02270 SEEDING FOR EROSION CONTROL
1.00 GENERAL
1.01 WORK INCLUDED
Provide labor, materials, equipment and incidentals necessary to seed all areas disturbed by
construction. This specification includes seedbed fertilization, watering, mulching, and emulsifying
or tacking the mulch and maintenance until final acceptance by the Owner.
1.02 QUALITY ASSURANCE
A. QUALIFICATIONS: The seed driller shall be experience in this line of work, having performed
seed drilling and having been in business for at least two (2) years.
1.03 STANDARDS
The seed used on this project will conform to ITEM 164.2 Standard Specifications for Construction
of Highways, Streets and Bridges, Texas Department of Transportation.
1.04 DELIVERY AND STORAGE
Deliver seed with each variety separately bagged.
1.05 OPTIONS
A. If dry mechanical methods are used, the fertilizer may be spread at the same time as the
seed. After sowing, straw mulch will be mechanically spread over the seeded area.
1.06 GUARANTEES
A. The Contractor shall fertilize and reseed any area which fails to survive until accepted by the
Owner.
2.00 PRODUCTS
2.01 MATERIALS
A. SEED: From the previous season's crop, labeled in accordance with the Texas Seed Law.
1. Seed for Fall planting (temporary) shall be one (1) or more of the following small grains as
designated by the Engineer: Wheat, oats, rye, or barley.
2. Seed for spring planting (permanent) shall be native grasses as approved by the
landowner and the Engineer. Below are suggested seed mixtures. Contractor must get
each landowner to approve the seed mixture.
a. For Upland, dry or rocky/caliche areas — blue grama, buffalograss, little bluestem,
indiangrass, and sideoats grama, along with green spangletop, prairie wildrye, sand
dropseed and/or sandlovegrass
b. For creek terraces of wetland areas — big bluestem and switchgrass, along with
eastern gamagrass, green spangletop, prairie wildrye and cereal rye or oats
- B. FERTILIZER
Uniform application of 10-20-10 (nitrogen -phosphorus -potassium) fertilizer at a rate of 400
lbs. per acre will be required for all seeded areas.
Seedingfor Erosion Control
02270-1
PSC08325B — Lake Alan Henry Pipeline — Contract B
C. MULCH
1. Consisting of straw, wood -fiber, mulch nettings, wood chips or other suitable material
approved by the Engineer and free of Johnson grass and other noxious weed seeds.
2. Straw mulch shall be oat, wheat or rice straw, prairie hay, Bermuda grass hay, or other hay
harvested before seed production and approved by the Engineer. The straw mulch will be
kept dry and shall not be rotted or molded. A minimum of 50% by weight of the herbage
making up the hay shall be 10" in length or longer.
D. TOPSOIL: As specified for Class 12 Earth Fill in Section 02255, EARTH FILL
CLASSIFICATIONS.
E. HERBICIDE: Contractor shall be responsible for using herbicides in a manner consistent with
label requirements and precautions. Only registered herbicides having a minimal residual
effect shall be used. Contractor shall strictly adhere to all Federal, State, and local laws
governing herbicide usage.
3.00 EXECUTION
3.01 TOPSOIL PLACEMENT
A. Prior to and immediately preceding spreading of Class 12 Earth Fill, lightly scarify the surface
of the area to receive Class 12 Earth Fill and lightly wet the surface if unusually dry, as
determined by the Engineer.
B. Uniformly spread Class 12 earth fill over the areas and to the thickness shown on the
drawings or specified. Class 12 earth fill thickness shall be 4" if not shown or specified
otherwise.
C. Remove stones V or larger in maximum dimension, stumps, large roots, or other
objectionable debris from the Class 12 earth fill at the time of spreading, and dispose of
material in an approved manner.
3.02 FALL PLANTING
Fall planting will be temporary only and will be required if construction is completed between May
15 and November 30. The fall planting is to be followed by a spring planting of perennial
vegetation.
A. SEEDBED PREPARATION
Use a one-way plow, tandem disk, bedder, or equipment which will accomplish similar results.
Break or mix the surface of the soil with the tillage equipment. Additional tillage operations
will be necessary if required so planting can be on a clean, firm seedbed. Chiseling will be
necessary on areas which have been severely compacted.
B. SEEDING
1. Seeding will be required on disturbed or excavated areas and on new embankments of
whatever nature unless requested otherwise by the Engineer.
2. Optimum fall planting dates are September 1 to November 30. Accomplish the seeding for
fall planting within these dates unless approval to do otherwise is obtained from the
Engineer. Planting rates when drilled or broadcast are as follows:
L
Wheat 120 Ibs/acre
Oats 128 Ibs/acre LJ
Rye 112 Ibs/acre
iJ
Seeding for Erosion Control 02270-2
PSCO8326B — Lake Alan Henry Pipeline — Contract B
C
t
Barley 114 lbs/acre
3.03 SPRING PLANTING
Follow procedures for spring planting when weather is suitable, or after a temporary fall planting
has been made.
A. SEEDBED PREPARATION
Seedbed preparation for Spring planting is the same as that stated in the Fall planting of
temporary cover with one addition: Any temporary cover crop must be top killed using an
approved contact herbicide or by mechanically undercutting the growing cover crop, leaving
residues on or near the soil surface.
B. MULCHING
1. Spread mulch material on the area to be planted if construction was completed too late for
planting a temporary fall crop or if insufficient residues are produced by the fall planting.
Mulch the planting areas to control soil erosion and seed loss by wind and water and to
promote grass establishment. Apply Mulch hay at the rate of 2 tons per acre and spread
uniformly so that about 25% of the ground surface is uniformly visible through the mulch.
2. Anchor the mulch hay by treading into the soil with a straight disk type mulch tiller.
Perform disking across the slope along contours. Other types of mulch such as wood
cellulose fiber or cotton bur mulch may be used at recommended rates, if approved by the
Engineer. Apply mulch in a manner that will not hinder emergence of seedlings.
C. SEEDING
1. Plant approved native grass seed between March 1 and May 15. Sow the seed at the rate
of at least 100 pounds of pure live seed (PLS) per acre, or more if required to obtain a
complete stand of grass. The PLS content is determined by multiplying the seed package
weight by the product of the percent purity and the percent germination, which are
contained on the seed label.
2. Accomplish seeding by mechanical means using drilling type equipment to provide uniform
distribution of the seed in the planting areas. Cover Bermuda grass seed by 1/4 to 1/2" of
soil. If seed is drilled, the distance between drill rows shall not exceed 12". Hydro seeding
may be used to apply seed, fertilizer, and wood -fiber mulch with the approval of the
Engineer.
t 3.04 MAINTENANCE
r A. IRRIGATION
it Supply the seeded areas with adequate moisture (3" to 4" penetration) at ten (10) day
intervals, if needed, for seed germination and plant growth until acceptance by the Owner.
Water the seed in a manner which will prevent erosion of the soil. Furnish all water to be
used.
B. REPAIR
Repair washouts and other bare soil areas in a seeded area either by re -seeding, sprigging,
or spot sodding, and perform maintenance as needed to establish grass in the area.
C. WEED CONTROL
1. Control competitive weed growth during the establishment period by mowing and/or with
herbicides. Chemical usage shall be in accordance with the current recommendations of
the Texas Agricultural Experiment Station or local Soil Conservation Service Field Office
Technical Guides. Strictly adhere to all Federal, State, and local laws governing
herbicides.
Seeding for Erosion Control 02270-3
PSC08325B — Lake Alan Henry Pipeline — Contract B
2. Weed control shall be the Contractor's responsibility whether topsoil is from on -site or off- }
site sources and also for seeded areas which are specified not to receive topsoil.
3.05 SEEDING OF DISTURBED AREAS
A. Disturbed areas will require seeding as specified in this section unless requested otherwise by
the Engineer or shown otherwise on the drawings or in the specifications.
B. Any areas which are disturbed by the Contractor which are not shown on the drawings or
specified to require disturbance including any approved areas not shown on the drawings,
shall be considered as unauthorized disturbed areas. Any such areas shall be seeded as
specified in this section at the Contractor's expense and shall not be measured or paid under
this section.
3.06 FIELD QUALITY CONTROL; OBSERVATION AND ACCEPTANCE
A. OBSERVATION
Upon completion of the site preparation, mulching, fertilizing, seeding, and maintenance of
seeded areas, the Engineer will observe the seeded areas periodically to determine the
establishment success. The Engineer will consider soil coverage, purity of the grass stand,
and maturity of the plants.
B. ESTABLISHMENT OF STAND AND ACCEPTANCE
The Engineer will determine that a grassed area is established upon fulfillment of the following
conditions:
The permanent grass stand shall have a minimum of 75% stand establishment. The
Contractor will be required to do up to two reseedings until the coverage reaches a
minimum of 75% stand to close out the contract.
Establish the permanent grass stand before October 1 to preclude having to perform a
temporary Fall seeding. In the event a fall seeding must be performed, follow-up the
temporary seeding with a permanent seeding as specified. Upon final acceptance of the work
under this contract, the Owner will assume the responsibility of maintaining the grassed
areas.
END OF SECTION
Seeding for Erosion Control
PSCO8325B — Lake Alan Henry Pipeline — Contract B
L
02270-4
I
LJ
iI
02271 RIPRAP AND BEDDING MATERIAL
-i
1.00 1.00 GENERAL
1.01 WORK INCLUDED
Furnish labor, materials, equipment, tools and incidentals necessary to produce and place the
riprap and bedding material.
1.02 SUBMITTALS
Submittals shall be in accordance with Section 01300, SUBMITTALS and shall include certified
test reports for soundness, gradation, and unit weight.
1.03 STANDARDS
Sampling and testing of material shall be in compliance with the latest revision of the following
except where specifically modified:
ASTM C-88 "Standard Specification for Soundness of Aggregates by Use of Sodium Sulfate
or Magnesium Sulfate"
ASTM C-127 "Standard Specification for Specific Gravity and Absorption of Coarse
Aggregates"
ASTM C-136 "Standard Specification for Sieve Analysis of Fine and Coarse Aggregates"
1.04 DELIVERY AND STORAGE; RIPRAP STOCKPILE
Riprap temporarily stockpiled for construction purposes shall be located in an area approved by
the Owner. Riprap materials shall not be located so as to block or restrict equipment and vehicle
access to existing structures.
2.00 PRODUCTS
2.01 MATERIALS
A. BEDDING MATERIAL
1. Bedding material shall be crushed stone, gravel or a blend of crushed stone and gravel.
Bedding material shall be composed of tough durable particles; shall be reasonably free
from thin, flat, and elongated pieces; shall be well graded between the prescribed limits;
and shall contain no organic matter or soft, friable particles in quantities considered
objectionable by the Owner.
2. Bedding material shall have a loss of less than eighteen (18%) percent weighted average
at five (5) cycles when tested for soundness in magnesium sulfate in accordance with
ASTM C-88 using particles passing a 2-1/2" sieve and retained on a 1-1/2" sieve. After
final drying, the material shall be screened over the 1-1/4" sieve. A minimum of one (1)
soundness test shall be performed on materials delivered to the site.
3. Bedding material shall have a gradation as shown on the drawings when tested in
accordance with ASTM C-136. The material shall not be skip graded, scalped of certain
sizes, or have other irregularities which would be detrimental to the proper functioning of
the bedding. Acceptance of bedding material shall be based on in -place gradations.
4. [Additional Requirements: abrasion, freeze -thaw]
B. RIPRAP
1. Stone for riprap shall be durable and of a suitable quality to insure permanence in the
structure and in the climate which it is to be used. The stone shall be free from cracks,
seams, and other defects which would tend to increase unduly its deterioration from
natural causes and shall be reasonably well graded between the prescribed limits as
specified herein.
Riprap and Bedding Material
PSC08325B - Lake Alan Henry Pipeline — Contract B
02271-1
2. Riprap shall have a minimum unit weight of 145 pounds per solid cubic foot based upon
the bulk specific gravity (saturated surface dry) when tested in accordance with ASTM C-
127. A minimum of one (1) bulk specific gravity (saturated surface dry) shall be
performed on riprap material delivered to the site.
3. Riprap shall have a loss of less than fourteen (14%) percent after five (5) cycles when
tested for soundness in magnesium sulfate in accordance with ASTM C-88. The test
shall be run using particles passing a 2-1/2" sieve and retained on a 1-1/2" sieve. After
final drying, the material shall be screened over the 1-1/4" sieve. A minimum of one (1)
soundness in magnesium sulfate test shall be performed on riprap material delivered to
the site.
4. Riprap shall have a percentage of wear of not more than 25% when tested in accordance
with ASTM C131 or C535.
5. Riprap gradation shall be as shown on the drawings. Acceptance of riprap material shall
be based upon in -place gradations.
3.00 EXECUTION
3.01 FOUNDATION PREPARATION
Trim and dress areas on which bedding and riprap are to be placed to conform to cross sections
shown on the drawings within an allowable tolerance of plus or minus 2" from the theoretical slope
lines and grades. Where such areas are below the allowable minus tolerance limit, bring areas to
grade with compacted fill similar to the adjacent material in accordance with Section 02221,
Structural Excavation and Backfill or with well compacted bedding material.
3.02 BEDDING PLACEMENT
Uniformly spread bedding material on the prepared surface, in a satisfactory manner, to the slope
lines and grades indicated on the drawings. Placing of material by dumping from top of slope or
by any method which tends to segregate particle sizes within the blanket shall not be permitted.
Repair any damage to the prepared surface during placing of the blanket before proceeding with
the work. Compaction of the blanket will not be required, but it shall be finished to present a
reasonably even surface free from mounds or windrows.
3.03 RIPRAP PLACEMENT
A. Place stone for riprap on the blanket in such manner as to produce a reasonably well -graded
mass of rock with the minimum practicable percentage of voids, and construct within the
specified tolerance to the lines and grades shown on the drawings or staked in the field. A
tolerance of plus 6" or minus 0" from the slope lines and grades shown on the drawings shall
be allowed in the finished surface of the riprap. Place riprap to its full course thickness at one
operation and in such a manner as to avoid displacing the blanket material. Distribute the
larger stones evenly and conform the entire mass of stones in their final position to the
specified gradation.
B. The finished riprap shall be free from objectionable pockets of small stones and clusters of
larger stones. Place riprap loads along horizontal rows and progress up the slope. Place
each load against previously placed riprap. Placing riprap in layers shall not be permitted.
Placing riprap by dumping from top of slope, dumping into chutes, or by similar methods likely
to cause segregation of the various sizes shall not be permitted. The desired distribution of
the various sizes of stones throughout the mass shall be obtained by methods of placement
which produces the specified results. Rearrange individual stones by mechanical equipment
or by hand to the extent necessary to obtain a reasonably well graded distribution of stone
sizes. Maintain the riprap protection until accepted and replace any material displaced by any
cause to the lines and grades shown on the drawings.
3.04 FIELD QUALITY CONTROL; TESTING
The Contractor shall be responsible for providing all testing to demonstrate compliance with the
requirements of the Contract Documents. Gradation testing of the riprap and bedding materials
shall be performed on all the materials within a 10' x 10' square area designated by the Engineer.
Riprap and Bedding Material 02271-2
PSCO8325B - Lake Alan Henry Pipeline — Contract B
` Gradation tests shall be representative of no greater than one-third of the material placed. The
Contractor shall bear all costs, including additional testing, of the correction of materials which fail
to meet the requirements of the Contract Documents.
t
END OF SECTION
t Riprap and Bedding Material
PSC08325B - Lake Alan Henry Pipeline — Contract B
02271-3
02314 PIPELINES CROSSING HIGHWAYS, STREETS AND RAILROADS BY BORING,
TUNNELING OR OPEN CUT
1.00 GENERAL
1.01 WORK INCLUDED
Furnish labor, materials, equipment and incidentals necessary to install pipe casings by boring,
tunneling or open cut as specified. This section sets forth the requirements for utility lines
crossing roadways or railroads using bore, tunneling, or open cut.
1.02 QUALITY ASSURANCE
A. DESIGN CRITERIA
1. CASING INSULATORS
Casing insulators shall be designed by the Manufacturer to adequately support and
electrically isolate the carrier pipe within the casing pipe under all conditions. Number and
location of spacing insulators shall be determined by the Manufacturer to protect carrier
pipe from damages. One insulator shall be placed within 2' of ends of casing.
B. INSTALLER'S QUALIFICATIONS
Installation shall be by a competent, experienced contractor or sub -contractor. The
installation contractor shall have a satisfactory experience record of at least three (3) years
engaged in similar work of equal scope.
C. PERFORMANCE REQUIREMENTS
Lateral or vertical variation in the final position of the pipe casing from the line and grade
established by the engineer shall be permitted only to the extent of 1" in 10', provided that
such variation shall be regular and only in the direction that will not detrimentally affect the
function of the carrier pipe.
1.03 SUBMITTALS
Submittals shall be in accordance with Section 01300, SUBMITTALS and shall include:
A. Shop drawings of the Casing Pipe from the pipe manufacturer. Shop drawings shall include
calculations for the design of the pipe. Shop drawings are for record purposes only and will
not be reviewed or approved by the Engineer.
B. Provide shop drawings of casing insulators including sketches of insulators with material
components and dimensions and proposed locations of insulators.
1.04 STANDARDS
AWWA C-206 "Field Welding of Steel Water Pipe"
AWWA C-210 "Liquid Epoxy Coating Systems for the Interior and Exterior of Steel
Water Pipelines"
AASHTO M-190 "Bituminous Coated Corrugated Metal Culvert Pipe and Pipe Arches"
AASHTO Standard Specifications for Highway Bridges, 1993.
ASTM A-36 "Carbon Structural Steel"
ASTM A-123 "Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products"
ASTM A-135 "Electric - Resistance - Welded Steel Pipe"
ASTM A-139 "Electric - Fusion (Arc) - Welded Steel Pipe" (NPS4 and Over)
Pipeline Crossing Hwys, Streets, and R.R.'s by Boring, Tunneling, or Open Cut 02314-1
PSCO8325B - Lake Alan Henry Pipeline — Contract B
i
r�
ASTM A-153 "Zinc Coating (Hot Dip) on Iron and Steel Hardware"
ASTM A-307 "Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength"
ASTM A-449 "Quenched and Tempered Steel Bolts and Studs"
ASTM A-568/A568M "Steel, Carbon, and High Strength, Low Alloy, Hot -Rolled and Cold-
Rolled for Commercial Quality'
ASTM C-76 "Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe"
ASTM D-4254 "Test Methods for Minimum Index Density of Soils and Calculation of
Relative Density'
1.05 JOB CONDITIONS; PERMITS AND EASEMENT REQUIREMENTS
A. Where the work is in the public right-of-way or railroad company right-of-way, the Owner will
secure the appropriate permits or easements. The Contractor shall observe regulations and
instructions of the right-of-way Owner as to the methods of performing the work and take
precautions for the safety of the property and the public. Negotiations and coordination with
the right-of-way Owner shall be carried on by the Contractor, not less than five (5) days prior
to the time of his intentions to begin work on the right-of-way.
B. Comply with the requirements of the permit and/or easement, a copy of which is included in
the Appendix. The work within the Texas Department of Transportation (TXDOT) shall
comply with TXDOT specifications. The work within the Garza County shall comply with
Garza County Standards. The work within the Burlington Northern Santa Fe (BNSF) shall
comply with BNSF specifications. If required by the Right -of -Way Owner, obtain Protective
Liability Insurance in the amount required by the particular company or other insurance as is
specified in the permit at no additional cost to the Owner. Acquire a permit, agreement, or
work order from the right-of-way Owner as is required.
C. Construction along roads and railroads shall be performed in such manner that the excavated
material be kept off the roads and railroads at all times, as well as, all operating equipment.
Construction shall not interfere with the operations of the roads and railroads.
D. Barricades, warning signs, and flagmen, when necessary and specified, shall be provided by
the Contractor.
E. No blasting shall be allowed. Existing pipelines are to be protected. The Contractor shall
verify location and elevation of any pipe lines and telephone cable before proceeding with the
construction and plan his construction so as to avoid damage to the existing pipe lines or
telephone cables. Vertification of location of existing utilities shall be the complete
responsibility of the Contractor.
1.06 OPTIONS
A. CASING MATERIAL
The Contractor must use steel casing pipe, where bore and/or tunnel is specified. Unless
specified otherwise, the Contractor must use steel casing pipe where open cut casing is
specified. The material specifications for casing pipe are the minimum acceptable. The
Contractor shall be fully responsible to insure the materials used are of sufficient strength for
the installation method chosen and the soil conditions encountered.
B. BORE AND TUNNEL METHODS
Unless specified otherwise, the Contractor may use boring, jacking, tunneling for the
installation method of casing material. The Contractor shall be fully responsible to insure the t
methods used are adequate for the protection of workers, pipe, property, and the public.
Provide a finished product as required.
Pipeline Crossing Hwys, Streets, and R.R.'s by Boring, Tunneling, or Open Cut 02314-2
PSC08325B - Lake Alan Henry Pipeline — Contract B
t
2.00 PRODUCTS
2.01 MATERIALS
A. STEEL CASING PIPE: Steel casing pipe shall have a minimum yield strength of 36,000 psi.
Casing shall meet ASTM A-36, ASTM A-568, ASTM A-135, ASTM A-139, or approved equal.
Pipe joints shall be welded in accordance with AWWA C-206. Unless specified otherwise, the
minimum wall thickness of steel casing pipe shall be as follows:
Casing ID Diameter
TXDOT/County RD Wall Thickness
Railroad Wall Thickness
6619
0.500"
0.875"
2.02 MIXES
A. CEMENT MORTAR: Consisting of one (1) part cement to two (2) parts clean sand with
sufficient water to make a thick workable mix.
B. CELLULAR GROUT MIX: The cellular grout shall be a low -density, non -shrink grout
composed of Type II Portland cement, water, and a preformed foam. The cellular grout shall
have the following characteristics:
1. Minimum 28-day Compressive Strength = 150 psi
2. Slurry (Wet) Density = 50 to 60 pcf
3. Cement = Type II, per ASTM C150
4. Water = Potable
5. Foam = Per ASTM C869
6. Water/Cement Ratio = 0.56 to 0.60
Grout shall meet the following requirements, as verified by independent laboratory tests:
1. No shrinkage from the time of placement, or expansion after set, under ASTM C-827 and
CRD-C621-83. When non -shrink grouts are tested under CRD-C621-83, the grout shall be
tested in a fluid state. A fluid state shall be defined as flowing through a flow cone at a rate
of 20 seconds, plus or minus 5 seconds.
C. PRESSURE GROUT MIX: Comprised of 1 cubic foot of cement and 3.5 cubic feet of clean
fine sand with sufficient water added to provide a free flowing thick slurry. If desired to
maintain solids in the mixture in suspension, one cubic foot of commercial grade bentonite
may be added to each 12 to 15 cubic feet of the slurry.
2.03 MANUFACTURED PRODUCTS
A. CASING INSULATORS: Casing insulators may be used for any type of carrier pipe.
Insulators shall consist of pre -manufactured steel bands with plastic lining and plastic runners.
Insulators shall fit snug over the carrier pipe and position the carrier pipe approximately in the
center of the casing pipe, to provide adequate clearance between the carrier pipe bell and the
casing pipe. Fasteners for insulators shall be stainless steel or cadmium -plated. Insulators
shall be as manufactured by Cascade Waterworks Manufacturing Company or Pipeline Seal
and Insulators, Incorporated or Perry Equipment Corporation.
B. MORTAR BANDS: Concrete cylinder pipe and mortar coated steel pipe may have thickened
outside mortar bands in lieu of casing insulators. Mortar bands shall properly position the pipe
within the casing.
Pipeline Crossing Hwys, Streets, and R.R.'s by Boring, Tunneling, or Open Cut 02314-3
PSC08325B - Lake Alan Henry Pipeline — Contract B
3.00 EXECUTION
3.01 GENERAL CONSTRUCTION PROCEDURES
A. EXCAVATION AND BACKFILL OF ACCESS PITS
1. Do not allow excavation over the limits of the bore or tunnel as specified. Trench walls of
access pits adjacent to the bore or tunnel face shall be truly vertical. Shore the trench
walls as necessary to protect workmen, the public, structures, roadways, and other
improvements.
2. Excavations within the right-of-way and not under surfacing shall be backfilled and
consolidated by tamping in 6" horizontal layers to 95% of maximum density as measured
by ASTM D-698. Surplus material shall be removed from the right-of-way and the
excavation finished to original grades. Backfill pits immediately after the installation of the
carrier pipe is completed. If carrier pipe is not installed immediately after casing pipe
installation, the Right -of -Way Owner may require the access pits be temporily backfilled
until installation of carrier pipe.
3. Where seeding or sodding is disturbed by excavation or backfilling operations, such areas
shall be replaced by seeding or sodding as specified in Section 02202, PIPELINE
EXCAVATION AND BACKFILL.
B. INSTALLING CARRIER PIPE IN CASINGS
1. Pipe to be installed within the casing shall meet the requirements for this type of pipe as
specified. Where indicated, place, align, and anchor guide rails and/or casing insulators
inside the casing. If guide rails are used, place cement mortar on both sides of the rails.
2. Pull or skid pipe into place inside the casing. Lubricants such as flax soap or drilling mud
may be used to ease pipe installation. Do not use petroleum products, oil or grease for
this purpose. For concrete cylinder pipe, install pipe and hold down jacks after installation
of carrier pipe.
3. After installation of the concrete cylinder carrier pipe, mortar inside of the joint and use
Flex-Protex on the outside joints as applicable.
4. Steel pipe shall be welded outside the casing and heat shrink sleeve applied and then the
joint is pulled or skidded into the casing.
5. All carrier pipe within casing shall have a full circumferential weld on all joint inside and
adjoining the casing.
6. After carrier pipe installation is complete, seal or plug the ends of the casing.
C. FREE -AIR SYSTEM
If required by OSHA standards, free -air systems shall be installed and maintained.
D. INSTALLATION OF PRESSURE GROUT MIX
1. Install pressure grout mix in the void space between the outside of the casing pipe and
the excavation. For bore or jacks with casing pipe, install pressure grout mix immediately
upon completion of setting casing pipe.
2. Unless specified otherwise, install pressure grouting through grout fittings for the casing
pipe 48" in diameter or larger. Grout fittings shall be fabricated into casing pipe at a
maximum spacing of 6'. Remove and plug grout fittings after pressure grouting.
3. Install pressure grout from the low end for all crossings where grout fittings are not used.
Seal the low end and pressure grout until grout is extruded from the opposite end.
Pipeline Crossing Hwys, Streets, and R.R.'s by Boring, Tunneling, or Open Cut 02314-4
PSCO8325B - Lake Alan Henry Pipeline — Contract B
i�
3.02 CROSSINGS INSTALLED BY BORING
A. Perform the boring from the low or downstream end unless specified otherwise. Bore the
holes mechanically and use a pilot hole. By this method, an approximate 2" pilot hole shall be
bored the entire length of the crossing and shalt be checked for line and grade. This pilot hole
shall serve as the centerline of the larger diameter hole to be bored. Place excavated
material near the top of the working pit and dispose of material as required. The use of water
or other fluids in connection with the boring operation will be permitted only to the extent to
lubricate cuttings. Jetting shall not be permitted.
B. In unconsolidated soil formations, a gel -forming colloidal drilling fluid consisting of at least
10% of high grade carefully processed bentonite may be used to consolidate cuttings of the
bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and
installation of the pipe immediately thereafter.
C. In locations where the soil formation is other than consolidated rock, insert the casing pipe
simultaneously with the boring operation. This requirement applies to all bored holes of 18" or
greater in diameter. For smaller diameter bored holes, it is desirable that the casing be
installed as the boring progresses, but because of differences in soil formations, the time for
inserting the casing shall be the Contractor's responsibility. In the event that caving sand or
water bearing materials are encountered, insert the casing pipe simultaneously with the boring
operation regardless of the diameter of the bored hole. In all cases, the security and integrity
of the roadway is the primary concern. The Contractor shall be held fully responsible for the
continued integrity of the structure of the roadway being crossed, whether or not a casing pipe
is inserted simultaneously with the boring operation.
3.03 CROSSINGS INSTALLED BY TUNNELING AND JACKING
A. Jack the pipe from the low or downstream end, unless specified otherwise. Provide heavy
duty jacks suitable for forcing the pipe through the embankment. In operating jacks, apply
even pressure to the jacks used. Provide a suitable jacking head and bracing between jacks
so that pressure will be applied to the pipe uniformly around the ring of the pipe. Provide a
suitable jacking frame or back stop. Set the pipe to be jacked on guides, properly braced
together, to support the section of the pipe and to direct it in the proper line and grade. Place
the whole jacking assembly so as to line up with the direction and grade of the pipe. In
general, excavate embankment material just ahead of the pipe and material removed through
the pipe. Force the pipe through the embankment with jacks into the space provided.
B. The excavation for the underside of the pipe, for at least 1/3 of the circumference of the pipe,
shall conform to the contour and grade of the pipe. Provide a clearance of not more than 2"
for the upper half of the pipe. This clearance shall be tapered off to zero at the point where
the excavation conforms to the contour of the pipe. Extend the distance of the excavation
beyond the end of the pipe depending on the character of the material, but do not exceed 2' in
any case. Decrease the distance if the character of the material being excavated makes it
desirable to keep the advance excavation closer to the end of the pipe.
C. If desired, use a cutting edge of steel plate around the head end of the pipe extending a short
distance beyond the end of the pipe with inside angles or lugs to keep the cutting edge from
slipping back onto pipe.
D. When jacking of pipe has begun, carry on the operation without interruption to prevent the
pipe from becoming firmly set in the embankment. Remove and replace any pipe damaged in
the jacking operations. The Contractor shall absorb the entire expense.
Pipeline CrossingHw s, Streets and R.R.'s b Boring, Tunneling, or Open Cu Y , Y 9, 9, p t 02314-5
PSC08325B - Lake Alan Henry Pipeline — Contract B
3.04 CROSSINGS WITH CASING INSTALLED BY OPEN CUT
This article covers the requirements for the construction of crossings where pipe casing is
required for installation by the open cut method. Excavation, backfill, and embedment of casing
pipe shall be as specified in Section 02202, PIPELINE EXCAVATION AND BACKFILL. All other
requirements shall be as specified herein.
END OF SECTION
■
Pipeline Crossing Hwys, Streets, and R.R.'s by Boring, Tunneling, or Open Cut 02314-6
PSCO8325B - Lake Alan Henry Pipeline — Contract B
i3
i t
02614 BAR -WRAPPED CONCRETE CYLINDER PIPE
1.00 GENERAL
1.01 WORK INCLUDED
Furnish labor, materials, equipment and incidentals necessary to install bar -wrapped concrete cylinder
pipe and fittings, and specials, including connections and appurtenances as required for the proper
installation and function of the system as indicated herein.
1.02 QUALITY ASSURANCE
A. EXPERIENCE REQUIREMENTS
Finished pipe shall be the product of one (1) manufacturer that has had not less than 5 years
successful experience manufacturing pipe of the types and sizes indicated. Pipe Manufacturing
operations (pipe, lining, coating) shall be performed at one (1) location. Fittings may be
manufactured at a separate location so long as one manufacturer is completely responsible for all
pipe. All pipe shall be new, and not supplied from inventory.
The Engineer will waive the requirement for five years experience in manufacturing of the pipe,
when at the sole discretion of the Engineer, the manufacture's experience and capabilities met
the intent of the Specifications.
Pipe manufacturer shall be certified either through the American Concrete Pressure Pipe
Association Lloyd's Register or ISO 9001
B. FACTORY TESTING
1. The Owner reserves the option to have an independent testing laboratory, at the Owner's
expense, inspect pipe and fittings at the Pipe Manufacturer's plant. The Owner's testing
laboratory and Engineer shall have free access to the Manufacturer's plant. The pipe
manufacturer shall notify the. -Owner, in writing, at least two (2) weeks ahead of pipe
fabrication as to start of fabrication and fabricating schedule so that the Owner can advise the
Manufacturer as to Owner's decision regarding tests to be performed by an independent
testing laboratory. In event the Owner elects to retain an independent testing laboratory to
make material tests and weld tests, it is the intent that the tests be limited to one (1) spot
testing of each category unless the tests do not show compliance with the standard. If these
tests do not show compliance, the Owner reserves the right to have the laboratory make
additional tests and observations.
2. The Owner will require the Manufacturer to furnish mill test certificates on reinforcing steel or
wire, steel plate, and cement. The Manufacturer shall perform the tests described in AWWA
C303, for all pipe, fittings, and specials.
3. Absorption test. A water absorption test shall be performed on samples of cured mortar
coating taken from each working shift. The mortar coating samples shall have been cured in
the same manner as the pipe. A test value shall consist of the average of a minimum of
three samples taken from the same working shift. The test method shall be in accordance
with ASTM C 497, Method A. The average absorption value for any test shall not exceed 8
percent and no individual sample shall have an absorption exceeding 11 percent.
4. Strength of Coating: Tests shall be made of cured mortar coating for the purpose of qualifying
the mortar coating machine and the mortar mix design. One -inch (1 ") cubes shall be tested
Bar -Wrapped Concrete Cylinder Pipe 02614-1
PSC08325B - Lake Alan Henry Pipeline — Contract B
in accordance with ASTM C 109. The equivalent cylinder compressive strength of the mortar
(0.74 times the cube strength) shall be not less than 5,500 psi in 28 days.
5. Charpy V-Notch test: Each heat of steel for plate or coil 0.25" and thicker shall be tested to
verify minimum impact values of 25 ft-lb at 30°F, except that test are not required for small
heats used for fittings.
6. Elongation test: For the tensile test specified in ASTM A370, 2-inch test specimens shall
show elongations not less than 22 percent for each heat of steel.
7. HYDROSTATIC PRESSURE TESTING AND WELDING TESTING
a. Fittings shall be fabricated from hydrostatically tested pipe. Fittings shall be tested by
hydrostatic test, air test, ultrasonic test, or magnetic particle test. Air test shall be made
by applying air to the welds at 10 pounds per square inch pressure and checking for
leaks around and through welds with a soap solution. In addition, five percent of welds
for fittings shall be checked with x-ray or ultrasonic testing by an independent Certified
Welding Inspector paid for by the pipe manufacturer.
C. MANUFACTURER'S TECHNICIAN FOR PIPE INSTALLATION
During the construction period, the Pipe Manufacturer shall furnish the services of a factory
trained, qualified, job experienced technician assistant as necessary in pipe laying and pipe
jointing. This technician shall assist and advise the Construction Contractor in his pipe laying
operations and shall instruct construction personnel in proper joint assembly and joint inspection
procedures. The technician is not required to be on -site full time; however, the technician shall be
on -site during the first two weeks of pipe laying and thereafter as requested by the Engineer,
Owner, or Contractor.
1.03 SUBMITTALS
Submittals shall be in accordance with Section 01300, CONTRACTOR'S SUBMITTALS and shall
include:
1. Prior to the creation of fabrication and laying shop drawings, the Contractor shall submit
drawings to the Engineer showing the northing, easting, and top of pipe elevation at each
joint location where the proposed pipe connects to existing pipes.
2. Prior to the fabrication of the pipe, submit fabrication and laying drawings to the Engineer as
shop drawings. Shop drawings shall include a complete description of the pipe offered,
including cuts, tabulated layout and pertinent design data. Shop drawings shall reference
stationing on the plan/profile sheets and shall incorporate changes necessary to avoid
conflicts with existing utilities and structures and adjustments necessary to make tie-ins.
Details for the design and fabrication of all fittings and specials and provisions for thrust shall
be included. Provide copies of design calculations including but not limited to the thrust
restraint design.
3. Prior to delivery of the pipe to the project site, the Manufacturer shall furnish an affidavit
certifying that all pipe, fittings, and specials, and other products and materials furnished,
comply with this specification and AWWA C303. Copies of results of factory tests and mill
certificates for steel and cement shall be provided, including chemical and physical test
results for each heat of steel. Prior to pipe laying, the manufacturer shall provide a "Release"
copy of the lay sheets.
4. Certified test reports for factory and field welder certification.
5. Certified test reports from an independent Certified Welding Inspector for field welding pipe
joints.
Bar -Wrapped Concrete Cylinder Pipe 02614-2
PSC08325B - Lake Alan Henry Pipeline — Contract B
1.04
6. Certified test reports for factory welds from an Independent Certified Welding Inspector.
7. Prior to final completion, submit as -built, top -of -pipe survey as Record Data. Top -of -pipe
survey shall include station and top -of -pipe elevation for every 100 feet along the pipeline.
Survey information shall be provided on the Contractor's "As -Built" drawings.
8. A Certificate of Adequacy of Design stating (where applicable) that the pipe to be furnished
complies with AWWA C303, and these specifications.
9. Copies of results of factory hydrostatic tests shall be provided to the Engineer.
10. The Contractor's Proposed Field Welding Procedure in accordance with AWWA C206 and
AWS D1.1.
11. After Installation the Contractor shall submit Plan and Profile layout sheets in AutoCAD DWG
format showing X, Y, Z coordinates for each joint of Pipe.
STANDARDS
Except as modified or supplemented herein, bar -wrapped concrete cylinder pipe shall conform to the
applicable requirements of the following standard specifications, latest edition.
ANSI/NSF Standard 61 (Drinking Water System Components — Health Effects)
ASTM A1011 Standard Specification for Steel, Sheet and Strip, Hot Rolled Carbon, ,
Structural, High Strength Low Alloy, High Strength Low Alloy with Improved
Formability, and Ultra -High Strength
ASTM C 33 Standard Specification for Concrete Aggregates
ASTM C 144 Specification for Aggregate for Masonry Mortar
ASTM C 150 Specification for Portland Cement
ASTM D 698 Standard Test Methods for Laboratory Compaction Characteristics of Soil
Using Standard Effort
ASTM E709 Practice for Magnetic Particle Examination
ASTM E1444 Guide for Magnetic Particle Examination
AWS D1.1 Structural Welding Code
AWWA C206 Field Welding of Steel Pipe
AWWA C207 Steel Pipe Flanges for Waterworks Service — Sizes 4 Inches Through 144
Inches
AWWA C303 Standard for Concrete Pressure Pipe - Bar -Wrapped, Steel Cylinder Type
AWWA M9 Manual: Concrete Pressure Pipe
1.05 DELIVERY AND STORAGE
A. PACKING
1. The pipe shall be prepared for shipment to afford maximum protection from normal hazard of
transportation and allow pipe to reach project site in an undamaged condition. Pipe damaged
Bar -Wrapped Concrete Cylinder Pipe
PSC08325B - Lake Alan Henry Pipeline — Contract B
02614-3
r
in shipment shall not be delivered to the project site unless such damaged pipe is properly �?
repaired.
2. After the completed pipe and fittings have been removed from the final cure at the
manufacturing plant, the pipe lining shall be protected from drying by means of plastic end
covers banded to the pipe ends. Covers shall be maintained over the pipe ends at all times
until ready to be placed in the trench. Moisture shall be maintained inside the pipe by
periodic addition of water as necessary.
3. Pipes shall be carefully supported during shipment and storage. Pipe, fittings, and specials
shall be separated so that they do not bear against each other in transmit. Ship pipe on
padded bunks with tie -down straps. Store pipe on padded skids, sand or dirt berms, tires, or
other suitable means to protect the pipe from damage. Each length of pipe 36-inch and
larger shall be internally supported and braced with stulis to maintain a true circular shape.
Internal supports shall consist of steel or timber stulls firmly wedged and secured so that the
stulis remain in place during handling. Pipe shall be rotated so that one stull is vertical. Stulls
shall not be removed until pipe is backfilled to final grade.
4. Deliver, handle, and store pipe in accordance with the Manufacturer's recommendations to
protect coating systems.
B. MARKING FOR IDENTIFICATION
Each joint of pipe and each fitting shall have plainly marked on both ends, the class for which it is
designed, the date of manufacturer, and the identification number as shown on the shop 1if
drawings. Beveled pipe shalt be marked with the amount of bevel. The top centerlines shall be -
marked on all specials.
C. POINT OF DELIVERY
It is desired that pipe be hauled direct from pipe plant to the project site and strung along
pipeline route, thus avoiding rehandling of pipe and the possibility of damage thereto. Where
fully loaded truck and trailer cannot operate along the pipeline route, pipe may be unloaded at
access points along the route, and brought to the trench side by approved methods; however,
the Contractor shall be responsible that pipe is undamaged at the time of laying.
:7 sla§ 119AR
2.01 MATERIALS
A. CEMENT: Cement for use in concrete and mortar shalt be Type II Portland Cement conforming
to ASTM C160.
B. AGGREGATES: Aggregates for concrete lining and coating shall conform to ASTM C-33.
C. SAND: Sand used for inside and outside joints shall be of silica base, conforming to ASTM C-
144.
D. SPECIAL COATING: Pipe to be laid in casing shall have two (2) built-up rings or mortar each
approximately 2' tong and slightly higher than the pipe bell to prevent pipe being supported by the
bell. Rings to be at the quarter points of the pipe section.
E. STEEL: Steel shall meet the requirements of AWWA C-303. Steel shall be homogeneous and
shall be suitable for field welding.
r
Bar -Wrapped Concrete Cylinder Pipe 02614-4
PSCO8325B - Lake Alan Henry Pipeline — Contract B
I F. THREADED OUTLETS: Where outlets or taps are threaded, furnish and install stainless steel
bushings and plugs for the outlet size indicated.
2.02 MIXES; CEMENT MORTAR
Cement mortar used for pipe joints shall consist of one (1) part Portland Cement to three (3) parts
clean, fine, sharp silica sand, mixed with water. Exterior joint mortar shall be mixed to the consistency
of thick cream. Interior joint mortar shall be mixed with as little water as possible so that the mortar is
very stiff, but workable. Cement shall be ASTM C-150, Type 11. Sand shall conform to ASTM C-144.
Cement mortar used for patching shall be mixed as per cement mortar for inside joints. Water for
cement mortar shall be treated and suitable for drinking water.
Bonding agent for interior joints and pipe patching shall be Probond Epoxy Bonding Agent ET-150,
parts A and B, Sikadur 32 Hi -Mod or approved equal.
Cement mortar ling shall be centrifugally cast to lease a smooth lining. All rough spots shall be
ground down with a rubbing stone or other approved method.
2.03 MANUFACTURED PRODUCTS
A. PIPE
1. GENERAL
Pipe, specials and fittings shall be designed, manufactured, and tested in accordance with
the applicable requirements of AWWA C-303 and AWWA M-9, and the special requirements
of this specification.
2. PIPE DESIGN CRITERIA
Sizes and pressure classes (working pressure) shall be as shown on the drawings. For the
purposes of pipe design, the working pressure shall be 1.0 times the pressure class. The
working pressure plus transient pressure shall be equal to 1.5 times the pressure class
specified. Fittings, specials and connections shall be same class as the associated pipe.
Pipe and fittings shall be clearly marked with the pressure class and piece number to permit
easy identification in the field. Pipe design shall be based on trench conditions and design
pressure class specified. Pipe shall be designed according to the methods indicated in
AWWA C-303 and AWWA Manual M-9 for trench construction, using the following
parameters:
a.
Unit Weight of Fill (w) = 130pcf
b.
Live Load = AASHTO HS 20 (all locations)
c.
Live Load = Coopers E 80 at railroad
d.
Trench Depth = As indicated
e.
Coefficient Ku' = 0.150
f.
Trench Width (Bd) as indicated.
A g.
Bedding Conditions = As indicated
h.
Deflection Lag Factor — D, = 1.1
i.
Soil Reaction Modulus - (E') = 1,500 (Granular Embedment)
1•
Soil Reaction Modulus - (E') = 3,000 (flowable fill and concrete
to encasement)
k.
Coefficient k = 0.090
Bar -Wrapped Concrete
p
Cylinder Pipe
Y p 02614-5
PSCO8325B - Lake Alan Henry Pipeline — Contract B
1. Maximum steel stress at working pressure=18,000 psi
m. Maximum calculated deflection, Dy = Dx = I132/4000 or 1.0%, whichever is smaller
Trench depths indicated shall be verified after existing utilities are located. Vertical alignment
changes required because of existing utility or other conflicts shall be accommodated by an
appropriate change in pipe design depth. In no case shall pipe be installed deeper than its
design allows.
n. The fittings and specials shall be designed in accordance with AW WA C208 and AW WA
M11 except that crotch plates shall be used for outlet reinforcement for all Pressure
Diameter Valves (PDV), greater than 6,000 unless otherwise specified. Where indicated
on the drawings, collars or wrappers shall be used in lieu of crotch plates to allow
working space and supports. As an alternate to crotch plates, collars or wrappers may
be used when designed in accordance with ASME Section VII Division 1.
3. PROVISIONS FOR THRUST
a. Thrusts at bends, tees, plugs, or other fittings shall be resisted by restrained joints.
Thrust at bends adjacent to casing shall be restrained by welding joints through casing
and a sufficient distance each side of casing. No thrust restraint contribution shall be
allowed for pipe in casing, unless the annular space in the casing is filled with cellular
grout.
b. Restrained joints shall be used for a sufficient distance from each side of the bend, tee,
plug, or other fitting to resist thrust which will be developed at the design pressure of the
pipe. For the purpose of thrust restraint, design pressure shall be 1.5 times pressure
class (working pressure). Restrained joints shall consist of welded joints. In areas
where restrained joints are used for thrust restraint, the pipe shall have adequate cylinder
thickness to transmit the thrust forces. For welded joints, if the thickness of the steel
cylinder adjacent to the welded joint is greater than or equal to 0.1875 inches, the joints
to be welded shall be prepared by using the lap welded joint.
c. Thrust restraint design shall be the complete responsibility of the pipe manufacturer. The
pipe manufacturer shall submit all calculations with the lay drawing submittal. The length
of pipe with welded joints, the pipe cylinder thickness necessary to resist thrust forces,
and all other provisions necessary for thrust restraint shall be determined by the pipe
manufacturer, in accordance with the following:
1) Use latest M9 design standards
2) Use latest edition of the TRDP program
3) Soil Type is Class V
a. Unit weight of soil reduced to 60 pcf
b. Coefficient of friction reduced to 0.25
4) Joint Type is welded
5) Use the minimum soil cover over entire restrained area
4. INSIDE DIAMETER
The inside diameter, including the cement mortar lining, shall be a minimum of the nominal
diameter of the pipe specified.
B. JOINT WRAPPERS: Similar and equal to those manufactured by Mar -Mac Manufacturing
Company.
Bar -Wrapped Concrete Cylinder Pipe 02614-6
PSC08325B - Lake Alan Henry Pipeline — Contract B
C. INSULATED CONNECTIONS AND FLANGE GASKETS: Insulating connections and flange
t gaskets shall meet the requirements of Project Specification Section 13115.
D. FLEXIBLE JOINT COUPLINGS AND EXPANSION JOINTS: See Section 15136,
MISCELLANEOUS VALVES AND PIPELINE APPURTENANCES.
E. PIPE ENDS: The standard pipe end shall include carnegie steel joint ring as per AWWA Manual
M-9 and AWWA C-303. Welded joints shall be provided at all joints requiring thrust restraint,
unless otherwise specified on the plans. Welded joints shall consist of Carnegie bell and spigots
that field weld or lap welded slip joint. Welded joints shall be designed by the pipe manufacturer.
No skip welding is allowed. Clearance between the surfaces of lap joints shall not exceed 1/8" at
any point around the periphery. Lap joints shall have a minimum overlap of 1 1/2 " and shall
have a minimum distance of 1" between the weld and the bell radius. Harnessed joints and
flanged joints shall be provided where indicated on the plans. Harnessed joints may be used in
lieu of welded joints adjacent to structures, if approved by the Engineer.
F. FLANGES: Flanges shall conform to ANSI Drilling of class equal to or greater than the pipe class,
unless otherwise specified, and shall match class of valves or appurtenances which are attached.
Drilling pattern shall match pattern of valve or fitting which will be attached.
G. BEND FITTINGS: All bend fittings shall be long radius at least 2.5 times diameter to permit easy
passage of pipeline pigs.
H. FITTINGS: Bend fittings over 15 degrees, pipe with outlets 24" and larger, main line tees and
wyes shall have a wall thickness of 0.25" for 36" and smaller pipe and a wall thickness of 0.375"
for 37" and larger pipe, and shall meet the requirements of AWWA C-200. Exposed piping and
valves in vaults shall have an epoxy coating.
NUTS AND BOLTS: All buried nuts and bolts shall be 304 stainless steel. Bolts shall conform to
ASTM A193 Nuts shall conform to ASTM A194. Furnish all bolts, nuts, flange gaskets, and
insulation kits. All nuts and bolts shall beASTM193, Grade B7 carbon steel. Thrust rods shall be
stainless steel. Use an anti -seize compound during installation.
3.00 EXECUTION
3.01 INSTALLATION
l�eT�il�7_T>A
1. Install pipe, fittings, specials, and appurtenances as specified and required for the proper
functioning of the completed pipe line. Install pipe, fittings, and specials in accordance with
the Manufacturer's recommendations and AWWA M9. Pipe shall be laid to the line and grade
indicated.
2. The requirements of Section 02202 govern for the excavation and backfilling of trenches for
laying steel pipe, fittings, and specials. Conformance with pipe deflection requirements shall
be as set forth below.
a. Average allowable pipe deflection is limited to 1%u or 132/4000, whichever is smaller, for
bar -wrapped concrete cylinder pipe measured in any direction. In no case shall a single
measurement in any direction exceed 1.5 times the average allowable deflection. These
measurements include the allowable tolerance for lining thickness.
b. Deflection measurements shall be made by the Contractor in the presence of the
Owner's representative. Method for taking measurements shall be agreed to by the
Owner and Engineer in writing prior to installing the first joint of pipe.
Bar -Wrapped Concrete Cylinder Pipe 02614-7
PSCO8325B - Lake Alan Henry Pipeline — Contract B
c. Average deflection shall be determined by averaging the pipe's measured horizontal and
vertical deflection as indicated below. Locations where measurements are taken shall be
clearly marked on the interior of the pipe.
1) For pipe joints 36 feet in length or less, measurements shall be taken at two
locations, %-distance from each pipe end.
2) For pipe joints longer than 36 feet, measurements shall be taken at three locations
including'/ -distance from each pipe end and at the pipe midpoint.
d. If the average calculated deflection at any location or any single measurement fails to
meet specifications, the entire joint shall be reworked in accordance with the
manufacturer's recommendations and as directed by the Engineer at no additional cost
to the Owner. This may include uncovering the pipe and re -compaction of the pipe
bedding, and repair of coating.
e. Installed pipe joints will also be examined for flat spots and internal lining stress cracks
by the Owner's representative. Lining damage shall be repaired in accordance with the
manufacturer's recommendations and as directed by the Engineer at no additional cost
to the Owner. Repair of flat spots may include uncovering the pipe and re -compaction of
the pipe bedding, and repair of the coating.
f. Where pipe has been reworked to comply with the deflection requirements, Contractor
shall re -measure for deflection no earlier than seven days after the repaired pipe is
backfilled. Owner's representative will re -inspect for flat spots at this time.
g. No pipe installation shall be accepted until the entire installation is in compliance with the
above deflection requirements.
All costs associated with measuring for pipe deflection and any repairs or rework associated with
meeting these requirements shall be borne by the Contractor
B. PIPE HANDLING
1. Haul, pipe, fittings, valves and other accessories to the job site. At all times handle the pipe
with care to avoid damage. Load and unload pipe using hoists or cranes as specified below.
Under no circumstances shall they be dropped, rolled, or drug.
2. At all times handle pipe with wide nonabrasive slings, wire ropes, belts or other equipment
designed to prevent damage to the coating, and keep this equipment in such repair that its
continued use is not injurious to the coating. The use of tongs, bare pinch -bars, chain slings,
or pipe hooks without proper padding or any other handling equipment which the Engineer
deems to be injurious to the coating shall not be permitted. Provide adequate spacing of pipe
supports to prevent cracking or damage to the cement mortar lining.
3. Carefully observe the pipe for cracking and check the inside lining and coating, and should
cracking occur, take immediate steps to protect the pipe. Have the Pipe Manufacturer repair
any joint of pipe that has shrinkage cracks with a width of 3/32" or greater in the inside lining
by using an approved method. If, in the opinion of the Engineer, the pipe is not suitable for
repair, reject, plainly mark, and remove the pipe from the project site.
4. Have the Pipe Manufacturer repair any joint of pipe that has exterior coating cracks larger
than 0.005" (a hairline) by using an approved method. If, in the opinion of the Engineer, the
pipe is not suitable for repair, reject, plainly mark, and remove the pipe from the project site.
5. Remove, replace or reject any disbonded lining or coating. Apply bonding agent to patch
area. A patch larger than four square feet or 24" inches in greatest dimension shall not be
accepted. Adequately cure patches.
6. Provide the proper implements, tools, equipment and facilities for safe and convenient
prosecution of the work. Lower pipe, fittings, specials, valves, etc. into the trench by means
Bar -Wrapped Concrete Cylinder Pipe
PSC08325B - Lake Alan Henry Pipeline — Contract B
02614-8
t
of a crane or other machine. Do not roll or dump into the trench. The crane shall be of a
-� sufficient size for handling the pipe, and shall lift and lower the pipe at a slow rate of speed.
The crane shall be capable of stopping the lifting operation at any point without producing a
I shock or otherwise jerking or vibrating the pipe.
7. Keep the pipe clean during the laying operation and free of sticks, dirt, and trash. At the
close of each operating day, effectively seal the open end of the pipe using a gasketed night
cap.
C. LINE, GRADE AND COVER OVER TOP OF PIPE
1. It is intended that the pipe be laid to the depth specified or shown on drawings. Cover
shall be defined as the distance from the top of the pipe barrel to the natural ground
surface. The Contractor shall be required to lay the pipe, to conform to the profiles shown
on the approved shop drawings within six inches vertically and one foot horizontally.
2. The grades shall be constructed so as to provide a uniform grade between low points and
high points, and intermediate high and low points shall be eliminated. No additional
compensation shall be made for extra trench depth required to meet these conditions.
D. PIPE JOINTING
1. GENERAL
` Thoroughly clean the bell and spigot rings before laying each joint of pipe by brushing and
wiping. If any damage to the protective coating on the metal has occurred, repair the
damage before laying the pipe. Lubricate the gasket and the inside surface of the bell with
an approved lubricant (flax soap) which will facilitate the telescoping of the joint. Tightly fit
together sections of pipe and exercise care to secure true alignment and grade. When a joint
of pipe is being laid, place the gasket on the spigot ring and enter the spigot end of the pipe
t into the bell of the adjoining pipe and push into position. The inside joint space between ends
of the pipe sections shall have an opening within the tolerances as recommended by the Pipe
Manufacturer. No "blocking up" of pipe or joints will be permitted, and if the pipe is not
uniformly supported or the joint not made up properly, remove the joint and properly prepare
the trench. After joining, check the position of the gasket with a feeler gauge. If the gasket is
out of position, disassemble the joint and repeat the joint laying procedure.
For interior welded joints, complete backfill before welding. After welding and welding
inspection, apply the interior joint coating.
2. EXTERIOR JOINTS
Make the exterior joint by placing a joint wrapper around the pipe and secure in place with
two (2) metal straps. The wrapper shall be 9" wide for pipe 36" and larger, and 7" wide for
smaller pipe, hemmed on each side. The wrapper shall be fiberglass reinforced or burlap
cloth, with lengths encircling the pipe, leaving enough opening between ends to allow the
mortar to be poured inside the wrapper into the joint. Fill the joint with mortar from one side
in one (1) continuous operation until the grout has flowed entirely around the pipe. During the
filling of the joint, pat or manipulate the sides of the wrapper to settle the mortar and expel
any entrapped air. Leave wrappers in place undisturbed until the mortar has set-up. Do not
backfill the joint for at least two hours to allow the joint mortar to cure. At the start of the
project, at least 3 joints of pipe shall be uncovered to verify the exterior joint mortar does not
have shrinkage cracks.
3. INTERIOR JOINTS
Bar -Wrapped Concrete Cylinder Pipe 02614-9
PSCO8325B - Lake Alan Henry Pipeline — Contract B
Upon completion of backfilling of the pipe trench, fill the inside joint recess with a stiff cement
mortar. Prior to placing of mortar, clean out dirt or trash that has collected in the joint, and
moisten the concrete surfaces of the joint space by spraying or brushing with a wet brush.
Where the mortar joint opening is one inch or wider, such as where trimmed spigots are
required, apply a bonding agent to mortar and steel surface prior to placing joint mortar. Ram
or pack the stiff mortar into the joint space and take extreme care to insure that no voids
remain in the joint space. After the joint has been filled, level the surfaces of the joint mortar
with the interior surfaces of the pipe with a steel trowel so that the surface is smooth.
Interior joints of pipe 24" and smaller shall have the bell buttered with mortar, prior to inserting
the spigot, such that when the spigot is pushed into position it will extrude surplus mortar
from the joint. The surplus mortar shall be struck off flush with the inside of the pipe by
pulling a filled burlap bag or an inflated ball through the pipe with a rope.
4. WELDED JOINTS
a. Fourty-two inch and smaller pipe shall be welded from the outside using the following
procedures:
Telescope together the joints to be welded with a rubber gasket as specified above and
align perfectly with the adjacent section of pipe. Accomplish welding by laying a filler rod
between the steel bell of one (1) section and the steel spigot of the other, and welding the
bell to the outside of the spigot. Use no less than three (3) complete passes to make the
weld. When the joint weld is completed, pour the exterior joint with mortar as specified -
above. After all sections are in final position, fill the interior joint as specified above.
Welded joints shall meet the requirements of AWWA Manual M9.
b. Forty-eight inch and larger pipe shall be welded from the inside, using the following
procedures:
Lap welded joints shall be used in lieu of trimmed spigots. After the adjacent pipe
sections are aligned and tack welded, weld the bell to the spigot with a full fillet weld.
Welded joints shall meet the requirements of AWWA Manual M-9. When the joint weld
is completed, grout the inside joint.
c. General weld requirements shall be as follows:
1) Weld joints in accordance with the AWWA C206 for Field Welding of Steel Water
Pipe and AWS D1.1 Structural Welding Code. Contractor shall provide adequate
ventilation for welders and for Owner's Representative to observe welds. Unless
otherwise specified, welds shall be full circle fillet welds. It will be acceptable to weld
the joint after the exterior joint coating and backfilling has been done, if it can be
demonstrated that this procedure will not damage the exterior joint coating.Adequate
provisions for reducing temperature stresses shall be the responsibility of the
Contractor.
2) A Welding Procedure Qualification shall be approved by the engineer before welding
of joints begins. The procedure shall be in accordance with AWWA C206 and AW S
D1.1.
3) After the pipe have been joined and properly aligned and prior to the start of the
welding procedure, the spigot and bell shall be made essentially concentric by
jacking, shimming, or tacking to obtain clearance tolerance around the periphery of
the joint. In no case shall the clearance tolerance be permitted to accumulate.
4) Before welding, thoroughly clean pipe ends. Weld pipe by machine or by the manual
shielded electric arc process. Welding shall be performed so as not to damage
lining or coating. Cover the coating as necessary to protect from welding.
Bar -Wrapped Concrete Cylinder Pipe 02614-10
PSC08325B - Lake Alan Henry Pipeline — Contract B
5)
Furnish labor, equipment, tools and supplies, including shielded type welding rod.
Protect welding rod from any deterioration prior to its use. If.any portion of a box or
carton is damaged, reject the entire box or carton.
�t
6)
In all hand welding, the metal shall be deposited in successive layers. For hand
welds, not more than 1/8" of metal shall be deposited in each pass. Each pass
except the final one, whether in butt or fillet welds, shall be thoroughly bobbed or
peened to relieve shrinkage stresses and to remove dirt, slag, or flux before the
succeeding bead is applied. Each pass shall be thoroughly fused into the plates at
+
each side of the welding groove or fillet and shall not be permitted to pile up in the
center of the weld. Undercutting along the side shall not be permitted.
7)
Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting
and/or any other defects.
8)
If the ends of the pipe are laminated, split or damaged to the extent that satisfactory
t
welding contact cannot be obtained, remove the pipe from the line.
9)
Furnish each welder employed with a steel stencil for marking the welds, so that the
work of each welder may be identified. Have each welder stencil the pipe adjacent
to the weld with the stencil assigned to him. In the event any welder leaves the job,
his stencil shall be voided and not duplicated if another welder is employed.
10) Keep daily welding reports which identify the welder's name and the joint welded.
Joints must be shown on the daily welding reports with the identification number
assigned in the lay drawings (ex. ID#1 — ID#2). Provide three copies of all daily
welding reports to owner representative every month.
11) Use only competent, skilled and qualified workmen. Each welder employed by the
Contractor shall be required to satisfactorily pass a welding test in accordance with
AWWA C-206 before being allowed to weld on the line.
a. Hanson Pipe and Products, Inc.
b. Fuller's Service Company, Barry Fuller, (817) 477-3841
c. Scott's Welding, Scott Fowler, (972) 978-7865
d. Fletcher's Welding, Darrell Fletcher
e. Ted Cantu, (817) 307-8750
f. Eddie's Welding Service, Eddie Pierce, (817) 909-6089
g. National Welding Corporation, Nash Williams, (801) 255-5959
h. No others will be accepted.
12) After each welder has qualified in the preliminary tests referred to above, inspections
shall be made of joints in the line. Any welder making defective welds shall not be
allowed to continue to weld.
13) Visual tests and magnetic particle tests in accordance with AWWA C206, ASTM
E709 and E1444, shall be performed by a Independent Certified Welding Inspector
on all field welded joints. Weld inspector will be paid by the Contractor. Welds that
prove to be defective will be replaced or repaired, whichever is deemed necessary
by the Engineer, at Contractor's expense.
14) If the Contractor disagrees with the Engineer's interpretation of welding tests, test
sections may be cut from the joint for physical testing. The Contractor shall bear the
expense of repairing the joint, regardless of the results of physical testing. The
procedure for repairing the joint shall be approved by the Engineer before
proceeding.
E. PROTECTION OF BURIED METAL
f.
' Bar -Wrapped Concrete Cylinder Pipe 02614-11
PSC08325B - Lake Alan Henry Pipeline — Contract B
Protect buried ferrous metal such as flanges, nuts, bolts, dresser couplings, etc. by applying
Cannusa Heat Shrink Sleeve, and encasing it with flowable fill.
F. PATCHING
1. Excessive field -patching of lining or coating shall not be permitted. Patching of lining or
coating will not be allowed where area to be repaired exceeds 4 square feet or has
dimensions greater than 24". In general, there shall not be more than one patch on either the
lining or the coating of any one joint of pipe.
2. Wherever necessary to patch the pipe, make patch with cement mortar as previously
specified for interior joints. Apply a bonding agent to a clean, dry surface prior to cement
mortar patch. Do not install patched pipe until the patch has been properly and adequately
cured and approved for laying by the Engineer. Promptly remove rejected pipe from the site.
G. PIPE BEDDING AND BACKFILL
Pipe bedding and backfill shall be as specified in Section 02202, PIPELINE EXCAVATION AND
BACKFILL. Remove sheeting and shoring in a manner such that a good bond is achieved
between the backfill material and the undisturbed trench walls.
3.02 FIELD QUALITY CONTROL
A. Perform a hydrostatic test as specified in Project Specification Section 01666, HYDROSTATIC
TEST.
END OF SECTION
Bar -Wrapped Concrete Cylinder Pipe 02614-12
PSC08326B - Lake Alan Henry Pipeline — Contract B
zl
ttt
02626 STEEL PIPE
I
1.00 GENERAL
1.01 WORK INCLUDED
Furnish labor, materials, equipment and incidentals necessary to install cement mortar lined and
polyurethane coated steel pipe, fittings, and specials as specified, including connections and
appurtenances, as required for the proper installation and function of the pipe as indicated herein.
The standard pipe coating shall be polyurethane. Where indicated on the drawings, mortar coated or
epoxy coated steel pipe shall be used.
The pipeline coating shall be as specified in Section 09910, PIPELINE COATING.
1.02 QUALITY ASSURANCE
A. EXPERIENCE REQUIREMENTS
1. Pipe shall be the product of one manufacturer who has had not less than five (5) years
�. successful experience manufacturing pipe of the particular type and size indicated. Pipe
manufacturing operations (pipe, fittings, lining, and coating) shall be performed at one (1)
location unless otherwise approved by the Engineer. Fittings may be manufactured at a
separate location, so long as one manufacturer is completely responsible for all pipe. All
c pipe shall be new and not supplied from inventory. The Engineer will waive the
requirement for five years experience in manufacturing of the pipe, when at the sole
discretion of the Engineer, the manufacturer's experience and capabilities meet the intent
t
of the experience requirement.
2. The lining shall be shop applied spun cement mortar lining. The manufacturer shall be
certified either under S.P.F.A. or ISO 9001 quality certification program for steel pipe and
c
accessory manufacturing.
B. OWNER TESTING AND INSPECTION
1. Pipe may be subject to inspection by an independent testing laboratory, which laboratory
shall be selected and retained by the Owner. Representatives of the laboratory or the
Engineer shall have access to the work whenever it is in preparation or progress, and the
Pipe Manufacturer shall provide proper facilities for access and for inspection. The Pipe
Manufacturer shall notify the Owner in writing, a minimum of two (2) 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. Material,
fabricated parts, and pipe, which are discovered to be defective, or which do not conform
to the requirements of this specification shall be subject to rejection at any time prior to
Owner's final acceptance of the product.
2. The inspection and testing by the independent testing laboratory anticipates that
production of pipe shall be done over a normal period of time and without "slow downs" or
other abnormal delays. In the event that an abnormal production time is required, and the
Owner is required to pay excessive costs for inspection, then the Contractor shall be
required to reimburse the Owner for such laboratory costs over and above those which
would have been incurred under a normal schedule of production as determined by the
Engineer.
f` C. FACTORY TESTING
Steel Pipe p 02626-1
PSC08325B - Lake Alan Henry Pipeline — Contract B
i
AWWA C200
Steel Water Pipe 6 Inches and Larger
AWWA C205
Cement -Mortar Protective Lining and Coating for Steel Water Pipe 4 Inches
and Larger - Shop -Applied
AWWA C206
Field Welding of Steel Water Pipe
AWWA C207
Steel Pipe Flanges for Waterworks Service - Sizes 4 Inches thru 144 Inches
AWWA C208
Dimensions for Steel Water Pipe Fittings
AWWA C210
Liquid -Epoxy Coating Systems for the Interior and Exterior of Steel Water
Pipelines
AWWA C215
Extruded Polyolefin Coatings for Exterior of Steel Water Pipelines
;
AWWA C216
Heat Shrinkable Cross -Linked Polyolefin Coatings for the Exterior of Special
IL I
Sections, Connections, and Fittings for Steel Water Pipelines
AWWA C217
Petrolatum and Petroleum War Tape Coatings for the Exterior of
Connections and Fittings to Steel Water Pipelines
AWWA C222
Polyurethane Coatings for the Interior and Exterior of Steel Water Pipelines
f
and Fittings
AWWA C602
Cement -Mortar Lining of Water Pipelines - 4 In. and Larger - In -Place
I
AWWA C604
Installation of Steel Water Pipelines
AWWA M11
Manual: Steel Pipe - A Guide for Design and Installation
ASME
Shop Welding Certification
ASTM C 33
Specifications for Concrete Aggregates
ASTM C 35
Specifications for Inorganic Aggregates for Use in Gypsum Plaster
ASTM C 150
Specifications for Portland Cement
ASTM D 16
Paint, Varnish, Lacquer, and Related Products
m
ASTM D 522
Mandrel Bend Test of Attached Organic Coatings
ASTM E 165
Practice for Liquid Penetrant Inspection Method
ASTM E 709
Practice for Magnetic Particle Examination
ASTM E 1444
Guide for Magnetic Particle Examination
SSPC-SP-1
Steel Structures Painting Council - Solvent Cleaning
SSPC-SP-10
Steel Structures Painting Council - Near -White Blast Cleaning
SSPC-PA2
Steel Structures Painting Council - Measurement of Dry Paint Thickness
with Magnetic Gages
SSPC-PA/Guide 3
Steel Structures Painting Council - A Guide to Safety in Paint Application
Steel Pipe
02626-4
PSC08325B - Lake Alan Henry Pipeline — Contract B
SSPC-PS/ Guide 17 Steel Structures Painting Council - A Guide for Selecting Urethane Painting
Systems
1.06 DELIVERY AND STORAGE
A. PACKING
1. The pipe shall be prepared for shipment to afford maximum protection from normal
hazard of transportation and allow pipe to reach project site in an undamaged condition.
Pipe damaged in shipment shall not be delivered to the project site unless such damaged
pipe is properly repaired.
2. Pipes shall be carefully supported during shipment and storage. Pipe, fittings, and
specials shall be separated so that they do not bear against each other, and the whole
load shall be securely fastened to prevent movement in transit. Ship pipe on padded
bunks with tie -down straps approximately over stulling. Store pipe on padded skids, sand
or dirt berms, tires, or other suitable means to protect the pipe from damage. As a
minimum, each end of each length of pipe, fitting, or special and the middle of each pipe
joint shall be internally supported and braced with stulls to maintain a true circular shape.
More internal stulls shall be included to protect the pipe from damage as determined by
the pipe manufacturer. Internal stulls shall consist of timber or steel firmly wedged and
secured so that stulls remain in place during storage, shipment, and installation. Pipe
shall be rotated so that one stull remains vertical during storage, shipment and
installation. Stulls shall not be removed until the pipe is laid, set to grade, and
backfilled.
3. Deliver, handle, and store pipe in accordance with the Manufacturer's recommendations
to protect coating systems.
B. MARKING FOR IDENTIFICATION
Each joint of pipe and each fitting shall have plainly marked on the inside of both ends, the
class for which it is designed, the date of manufacturer, and the identification number as
shown on the shop drawings. Beveled pipe shall be marked with the amount of bevel. The
top centerlines shall be marked on all specials.
C. POINT OF DELIVERY
It is required that pipe be hauled direct from pipe plant to the project site and strung along
pipeline route, thus avoiding rehandling of pipe and the possibility of damage thereto. Where
fully loaded truck and trailer cannot operate along the pipeline route, pipe may be unloaded at
access points along the route, and brought to the trench side by approved methods; however,
the Contractor shall be responsible that pipe is undamaged at the time of laying. If the pipe
cannot be hauled directly from the pipe plant to the project site, a maximum of two handlings
is allowed. In the event that multiple handlings are required, the maximum number of coating
repairs per pipe joint is reduced to five (5).
2.00 PRODUCTS
2.01 MATERIALS
A. CEMENT MORTAR LININGS
Cement mortar linings shall be shop -applied for pipe sizes 96-inch and smaller. Shop -applied
cement mortar linings shall conform to the requirements of AWWA C205 with the following
modifications: Sand used for cement mortar shall not leach in water. Curing of the linings shall
conform to the requirements of AW WA C205. Cement mortar linings shall be dense and smooth
Steel Pipe
PSC08325B - Lake Alan Henry Pipeline — Contract B
02626-5
without bumps, blisters, ridges, or spalling, to the satisfaction of the Engineer. All rough spots
shall be smoothed out with a rubbing stone or other approved method.
B. FLANGE NUTS AND BOLTS
All buried nuts and bolts shall- be 304 stainless steel. Bolts shall conform to ASTM A193.
Nuts shall conform to ASTM A194. Furnish all bolts, nuts, flange gaskets, and insulation kits.
All nuts and bolts shall be ASTM193, Grade B7 carbon steel. Thrust rods shall be stainless
steel. Use an anti -seize compound during installation.
C. STEEL
Steel shall meet the requirements of AWWA C200 and shall be of continuous casting. Steel shall
be homogeneous and shall be suitable for field welding, fully kilned and fine austenitic grain size.
D. THREADED OUTLETS
Where outlets or taps are threaded, furnish and install 304 stainless steel bushings for the
outlet size indicated.
E. FLEXIBLE JOINT COUPLINGS
See Section 15136, MISCELLANEOUS VALVES AND APPURTENANCES.
F. EPDXY LINING
All above grade pipe and where indicated on the drawings, pipe shall have an epoxy lining per
Section 09910, PIPELINE COATING.
G. EPDXY COATING
Where indicated on the drawings, and for exposed piping, pipe shall have an epoxy coating
per Section 09910 - PIPELINE COATING.
H. POLYURETHANE COATING
Polyurethane coating shall be in accordance with Section 09910 - PIPELINE COATINGS.
1. TEST BULKHEADS
Contractor shall furnish test bulkheads in accordance with Section 01666 - HYDROSTATIC
TEST, the construction drawings, and as needed to perform field hydrostatic tests.
2.02 MIXES
A. MORTAR FOR INTERIOR AND EXTERIOR JOINTS
Mortar shall be one part cement to three parts sand. Cement shall be ASTM C 150, Type 11.
Sand shall be of sharp sand that will not leach in water. Sand shall be plaster sand meeting
ASTM C 35 or ASTM C33. Exterior joint mortar shall be mixed to the consistency of thick cream.
Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff,
but workable. Water for cement mortar shall be treated and suitable for drinking water.
Steel Pipe
PSCO8325B - Lake Alan Henry Pipeline — Contract B
f
L
02626-6 '
s
B. MORTAR FOR PIPE PATCHING FOR SHOP -APPLIED CEMENT MORTAR LINING
Mortar for patching shall be as per interior joints.
C. BONDING AGENT
Bonding agent for cement mortar lining patching shall be Probond Epoxy Bonding Agent ET-150,
parts A and B; Sikadur 32 Hi -Mod, or approved equal.
2.03 MANUFACTURED PRODUCTS
1. PIPE DESIGN
a. Steel pipe shall be designed, manufactured, and tested in conformance with AWWA
C200, AWWA M11, and with the criteria specified herein. Sizes and pressure classes
(working pressure) shall be as shown on the drawings. For the purpose of pipe design,
the transient pressure plus working pressure shall be 1.5 times the working pressure
class specified. Fittings, specials, and connections shall be designed for the same
pressures as the adjacent pipe. Pipe design shall be based on trench conditions and the
design pressure in accordance with AWWA M11; using the following parameters:
1) Unit Weight of Fill (W) = 130 pcf
2) Live Load = AASHTO HS 20 (at all locations)
3) Live Load = Coopers E 80 at Railroads
4) Trench Depth = As Indicated
5) Deflection Lag Factor - (DI) = 1.1
6) Coefficient K = 0.10
7) Maximum Calculated Deflection — Dx = Dy = 2% (Polyurethane or Pritec Coated
Steel Pipe)
8) Maximum Calculated Deflection — Dx = Dy = 1% (Mortar or Shotcrete coated pipe
where allowed)
9) Soil Reaction Modulus - (E') = 1500 (Granular Embedment)
10) Soil Reaction Modulus — (E') = 3000 (Flowable Fill or Concrete Encased Trench
Section)
b. The fittings and specials shall be designed in accordance with AWWA C208 and AWWA
M11 except that crotch plates shall be used for outlet reinforcement for all Pressure
Diameter Valves (PDV), greater than 6,000 unless otherwise specified. Where indicated
on the drawings, collars or wrappers shall be used in lieu of crotch plates to allow
working space and supports. As an alternate to crotch plates, collars or wrappers may
be used when designed in accordance with ASME Section VII Division 1.
c. Where the pipe requires additional external support to achieve the specified maximum
deflection, the Contractor and pipe supplier will be required to furnish alternate methods
for pipe embedment. No additional compensation will be made to the Contractor by the
Owner where this method is required.
d. Trench depths indicated shall 'be verified after existing utilities are located. Vertical
alignment changes required because of existing utility or other conflicts shall be
accommodated by an appropriate change in pipe design depth. In no case shall pipe be
installed deeper than its design allows.
e. Pipe shall be designed for full vacuum conditions without buckling, damage to lining, or
damage to pipe joints.
1'
;
Steel Pipe 02626-7
PSC08325B - Lake Alan Henry Pipeline — Contract B
2. PROVISIONS FOR THRUST
a. Thrust at bends, tees, or other fittings shall be resisted by restrained joints. Thrust at
bends adjacent to casing shall be restrained by welding joints through the casing and a
sufficient distance each side of the casing. No thrust restraint contribution shall be
allowed for pipe in casing unless the annular space in the casing is filled with grout.
b. Restrained joints shall be used a sufficient distance from each side of the bend, tee,
plug, or other fitting to resist thrust which develops at the design pressure of the pipe.
For the purposes of thrust restraint, design pressure shall be 1.5 times the working
pressure class. Restrained joints shall consist of welded joints unless other joint types
are shown on the drawings.
c. Thrust restraint design shall be the complete responsibility of the pipe manufacturer. The
length of pipe with restrained joints to resist thrust forces shall be determined by the Pipe
Manufacturer in accordance with AWWA M11 and the following:
1) The Weight of Earth shall be calculated as the weight of the projected soil prism
above the pipe.
2) Soil Density = Buoyant weight of 60 pcf (maximum value to be used).
3) Coefficient of friction = 0.15 (maximum value to be used for polyurethane coated
steel pipe). Coefficient of Friction = 0.25 for mortar or shotcrete coated steel pipe.
4) The above applies to unsaturated soil conditions. In locations where ground water is
encountered, the soil density shall be reduced to its buoyant weight for all backfill
below the water table, and the coefficient of friction shall be reduced to 0.15 for
polyurethane coated steel pipe, and 0.25 for mortar or shotcrete coated steel pipe.
5) For vertical and horizontal bends, the length of pipe to be restrained shall be
calculated as follows:
For A less than 60°
L = P A sin (A /2)
f (We + Wp + Ww)
For A greater than 600
L= PA0-cosO)
f (We + WI) + Ww)
L = Length of pipe to be restrained
P = 1.5 times working pressure
A = Cross sectional area of pipe steel cylinder I.D.
A = Deflection angle
We = Weight of earth prism above the pipe
Wp = Weight of pipe
Ww = Weight of water
f = Coefficient of friction
3. INSIDE DIAMETER
The inside diameter, including the cement -mortar lining, shall be a minimum of the nominal
diameter of the pipe specified, unless otherwise indicated on the Plans.
4. WALL THICKNESS
a. The minimum pipe wall steel thickness shall be 0.183" or pipe ID/230, whichever is
greater for pipe and fittings, and a maximum minus tolerance as required byAWWA C-
200. Where indicated on the plans, pipe and fittings shall have thicker steel pipe wall.
The minimum steel wall thickness shall also be such that the fiber stress shall not
exceed 50% of the minimum yield strength of the steel at working pressure, nor the
following, at the specified working pressure.
Steel Pipe 02626-8
PSC08325B - Lake Alan Henry Pipeline -- Contract B
Pipe Type Maximum Stress at
Workina Pressure
Polyurethane Coated Steel 23,000 psi
Mortar or Shotcrete Coated Steel Pipe 18,000 psi
b. Pipe which is placed in casing or tunnel shall have a minimum pipe wall steel thickness
of 0.33" or pipe ID/144, whichever is greater.
1 c. Bend fittings over 15 degrees, pipe with outlets 24" and larger, main line tees, wyes and
pipe which are above grade or exposed (not in a trench or casing) shall have the
following minimum thickness:
36" diameter and smaller = 0.25"
t 37" to 60" = 0.375"
61" to 84" = 0.50"
t' 85" to 96" = 0.625"
97" to 120" = 0.75"
It! d. Pipe, fittings, and specials shall be designed such that the maximum stresses in the pipe
due to thrust loading will not exceed 18,000 psi nor 50% of the steel yield strength at the
thrust design pressure (1.5 times working pressure).
1 . 5. SEAMS
_ Except for mill -type pipe, the piping shall be made from steel plates rolled into cylinders or
sections thereof with the longitudinal and girth seams butt welded or shall be spirally formed
t ; and butt welded. There shall be not more than two (2) longitudinal seams. Girth seams shall
be butt welded and shall not be spaced closer than 6' except in specials and fittings.
6. JOINT LENGTH
Maximum joint length shall not exceed 50'. Maximum joint length of steel pipe installed in
casing shall not exceed 25'.
B. JOINT BONDS, INSULATED CONNECTIONS, AND FLANGE GASKETS
See Section 13115. All rubber gasket joints shall be bonded for electrical continuity.
C. BEND FITTINGS
All bend fittings shall have a minimum radius of 2.5 times the diameter to permit passage of
pipeline pigs.
Pipe ends shall be lap welded slip joint; butt strap joint; flanged joint, or flexible coupled joint.
Pipe ends shall be rubber gasket at all pipe joints unless otherwise specified on the plans or the
specifications. Pipe ends shall be suitable for full vacuum and the maximum surge pressures
indicated.
1. RUBBER GASKET JOINTS
The standard joint (at all locations where other joint types are not specified) shall be a rolled
spigot or Carnegie joint with rubber gasket for pressure classes up to 250 psi. Joints shall
conform to AWWA M11 and AWWA C-200.
2. LAP WELDED SLIP JOINT
Steel Pixie 02626-9
PSC08325B - Lake Alan Henry Pipeline — Contract B
a. Lap welded slip joint shall be provided in all locations for pipe larger than 48", where pipe
pressure class are greater than 250 psi, and where joints are welded for thrust restraint.
Ends of pipe, fittings, and specials for field welded joints shall be prepared with one (1)
end expanded in order to receive a plain end making a bell and plain end type of joint.
Clearance between the surfaces of lap joints shall not exceed 1/8" at any point around
the periphery. a
b. In addition to the provisions fora minimum lap of 1-1/2" as specified in AWWA C200, the
depth of bell shall be such as to provide for a minimum distance of 1" between the weld
and the nearest tangent of the bell radius when welds are to be located on the inside of
the pipe.
c. Lap welded slip joints shall be welded from the inside for pipe diameters 48" and larger.
Lap welded slip joints shall be welded from the outside for diameters smaller than 48".
3. FOR FITTINGS WITH FLANGES
Flanged joints shall be provided at connections to valves and where indicated. Ends to be
fitted with slip-on flanges shall have the longitudinal or spiral welds ground flush to
accommodate the type of flanges provided. Pipe flanges and welding of flanges to steel pipe
shall conform to the requirements of AWWA C207 and AWWA C206. Pipe flanges shall be
of rated pressure equal to or greater than the adjacent pipe class. Flanges shall match the
fittings or appurtenances which are to be attached.
4. FLEXIBLE COUPLINGS
Flexible couplings shall be provided where shown in the Plans and as specified in Section
15136. Ends to be joined by flexible couplings shall be of the plain end type, prepared as
stipulated in AWWA C200. Pipe ends shall be truly circular to within 0.25" or the coupling
manufacturer's tolerances, whichever is smaller. In addition, the welds on ends to be joined
by couplings shall be ground flush to permit sliding the coupling in at least one direction to
clear the pipe joint. Harness bolts and lugs shall comply with AWWA M11 and the plans.
5. BUTT STRAP CLOSURE JOINTS
Where necessary to make closure to pipe previously laid, closure joints shall be installed
using butt strap joints in accordance with AWWA C206 and applicable provisions of this
specification.
Butt strap shall have an inside and outside weld and shall be air tested. Air test shall be low
pressure from a threaded fitting between the welds.
3.00 EXECUTION
3.01 INSTALLATION
A. GENERAL
1. Install steel pipe, fittings, specials, and appurtenances as specified and required for the
proper functioning of the completed pipe line. Install pipe, fittings, and specials in
accordance with the Manufacturer's recommendations, AWWA M11, and AWWA C604.
Pipe shall be laid to the lines and grade indicated. Before each joint of steel pipe is
lowered into the ditch, the coating is to be inspected and tested for holidays. All damaged
areas and holidays are to be repaired before the pipe is lowered into the trench.
2. The requirements of Section 02202 govern for the excavation and backfilling of trenches
for laying steel pipe, fittings, and specials. Conformance with pipe deflection requirements
shall be as set forth below.
a. Average allowable pipe deflection is limited to 2% for polyurethane coated steel pipe and
1 % for mortar and shotcrete coated steel pipe. In no case shall a single measurement in
Steel Pipe 02626-10
PSCO8325B - Lake Alan Henry Pipeline — Contract B
any direction exceed 1.5 times the average allowable deflection. These measurements
include the allowable tolerance for lining thickness.
b. Deflection measurements shall be made by the Contractor in the presence of the
Owner's representative. Method for taking measurements shall be agreed to by the
Owner and Engineer in writing prior to installing the first joint of pipe.
c. Average deflection shall be determined by averaging the pipe's measured horizontal and
vertical deflection as indicated below. Locations where measurements are taken shall be
clearly marked on the interior of the pipe.
1) For pipe joints 36 feet in length or less, measurements shall be taken at two
locations, '/-distance from each pipe -end.
2) For pipe joints longer than 36 feet, measurements shall be taken at three locations
including'/ -distance from each pipe end and at the pipe midpoint.
d. If the average calculated deflection at any location or any single measurement fails to
meet specifications, the entire joint shall be reworked in accordance with the
manufacturer's recommendations and as directed by the Engineer at no additional cost
to the Owner. This may include uncovering the pipe and re -compaction of the pipe
bedding, and repair of coating.
e. Installed pipe joints will also be examined for flat spots and internal lining stress cracks
by the Owner's representative. Lining damage shall be repaired in accordance with the
manufacturer's recommendations and as directed by the Engineer at no additional cost
to the Owner. Repair of flat spots may include uncovering the pipe and re -compaction of
the pipe bedding, and repair of the coating.
f. Where pipe has been reworked to comply with the deflection requirements, Contractor
shall re -measure for deflection no earlier than seven days after the repaired pipe is
backfilled. Owner's representative will re -inspect for flat spots at this time.
g. No pipe installation shall be accepted until the entire installation is in compliance with the
above deflection requirements.
h. All costs associated with measuring for pipe deflection and any repairs or rework
associated with meeting these requirements shall be borne by the Contractor.
3. Keep the pipe clean during the laying operation and free of sticks, dirt, animals, and trash,
and at the close of each operating day, effectively seal the open end of the pipe against
the entrance of water using a gasketed night cap. Do not lay pipe in water. The
Contractor may install a vent at the top of the night cap to prevent flotation of the pipe in
the event of heavy rain during the night.
4. Install bonds at all pipe joints, other than welded joints or insulated joints.
Pipe shall be handled at all times with a minimum of two wide non-abrasive slings, belts or other
equipment designed to prevent damage to the coating or lining. The equipment shall be kept in
such repair that its continued use is not injurious to the coating. All pipe shall be handled with a
spreader bar. The spacing of pipe supports required to handle the pipe shall be adequate to
prevent cracking or damage to the lining or coating.
C. LINE UP AND BENDS
1. Line up pipe for joining so as to prevent damage thereto. Thoroughly clean the bell and
spigot ends of each joint of pipe of foreign matter, rust and scale before placing spigot
into bell.
2. A joint will be considered over -stabbed if the stabbed section is greater than 3.5 inches or
the inside mortar gap is less than 1/4". All over -stabbed joints shall be re -stabbed, butt
strapped, or outside welded.
Steel Pipe
PSC08325B - Lake Alan Henry Pipeline — Contract B
02626-11
3. Where abrupt changes in grade and direction occur, the Contractor shall employ special
shop fabricated fittings for the purpose. Field cutting the ends of the steel pipe to
accomplish angular changes in grade or direction of the line shall not be permitted.
D. PIPE LAYING - RUBBER GASKET JOINTS
Join rubber gasket joints in accordance with the manufacturer's recommendations. Clean bell
and spigot of foreign materials. Lubricate gasket and bell and relieve gasket tension around the
perimeter of the pipe. Engage spigot as far as possible in bell, allowing for 1" gap for inside joint
grouting after any joint deflections. Joint deflection or pull shall not exceed manufacturer's
suggested tolerance. Check gasket with feeler gauge all around the pipe.
E. PIPE LAYING - WELDED JOINTS
1. Weld joints in accordance with the AWWA C206 for Field Welding of Steel Water Pipe
and AWS D1.1 Structural Welding Code. Contractor shall provide adequate ventilation
for welders and for Owner's Representative to observe welds. Unless otherwise
specified, welds shall be full circle fillet welds. Exterior joint welding shall be completed
before application of field applied joint coating for 42-inch and smaller. It will be
acceptable to weld the joint from the inside after the installation of the heat shrink sleeves
and backfilling has been done for pipe 48-inch and larger, if it can be demonstrated that
this procedure will not damage the heat shrink sleeve.
2. A Welding Procedure Qualification shall be approved by the engineer before welding of
joints begins. The procedure shall be in accordance with AWWA C206 and AWS D1.1.
3. If the Contractor chooses to use weld after backfill, special techniques shall be used to
limit damage to the exterior heat shrink sleeves. Hand (stick) welding shall be used. The
maximum heat input shall not exceed 23,000 joules. One test joint shall be provided for
each welder. After welding, the pipe shall be excavated to verify no unacceptable damage
to the exterior heat shrink sleeve.
4. Adequate provisions for reducing temperature stresses shall be the responsibility of the
Contractor.
5. After the pipe have been joined and properly aligned and prior to the start of the welding
procedure, the spigot and bell shall be made essentially concentric by tacking to obtain a
1/8" maximum clearance tolerance around the periphery of the joint. In no case shall the
clearance tolerance be permitted to accumulate.
6. Before welding, thoroughly clean pipe ends to bare metal. All welding shall be hand
welded to minimize damage to heat shrink sleeves. Welding shall be performed so as not
to damage lining or coating. Cover the lining and/or coating as necessary to protect from
welding splatter.
7. Furnish labor, equipment, tools and supplies.
8. In all hand welding, the metal shall be deposited in successive layers. For hand welds,
not more than 1/8" of metal shall be deposited in each pass. Each pass except the final
one, whether in butt or fillet welds, shall be thoroughly bobbed or peened to relieve
shrinkage stresses and to remove dirt, slag, or flux before the succeeding bead is applied.
Each pass shall be thoroughly fused into the plates at each side of the welding groove or
fillet and shall not be permitted to pile up in the center of the weld. Undercutting along the
side shall not be permitted.
9. Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting
and/or any other defects.
10. If the ends of the pipe are laminated, split or damaged to the extent that satisfactory
welding contact cannot be obtained, remove the pipe from the line.
Steel Pipe 02626-12
PSC08325B - Lake Alan Henry Pipeline — Contract B
11. Furnish each welder employed with a steel stencil for marking the welds, so that the work
of each welder may be identified. Have each welder stencil the pipe adjacent to the weld
E_t with the stencil assigned to him. In the event any welder leaves the job, his stencil shall
be voided and not duplicated if another welder is employed.
12. Keep daily welding reports which identify the welder's name and the joint welded. Joints
must be shown on the daily welding reports with the identification number assigned in the
lay drawings (ex. ID#1 — ID#2). Provide three copies of all daily welding reports to owner
representative every month.
13. Use only competent, skilled and qualified workmen. Each welder employed by the
Contractor shall be both AWS D1.1 and C206 certified. All welders should have been
certified within the last six months or shall provide a welding continuity log to be allowed to
weld on the line.
14. Inspections shall be made of joints in the line for each welder qualified above. Any welder
making defective welds shall not be allowed to continue to weld.
15. Visual tests and magnetic particle tests in accordance with AWWA C206, ASTM E709
and E1444, shall be performed by a Independent Certified Welding Inspector on all field
welded joints. Certified Weld Inspector will be paid by the Contractor. Welds that prove
to be defective will be replaced or repaired, whichever is deemed necessary by the
Engineer, at Contractor's expense.
16. If the Contractor disagrees with the Engineer's interpretation of welding tests, test
sections may be cut from the joint for physical testing. The Contractor shall bear the
expense of repairing the joint, regardless of the results of physical testing. The procedure
for repairing the joint shall be approved by the Engineer before proceeding.
F. INSIDE JOINT GROUTING FOR PIPE WITH PLANT -APPLIED MORTAR LINING
Upon completion of backfilling of the pipe trench, and after inspection of interior welds, fill the
inside joint recess with a stiff cement mortar. Prior to placing of mortar, clean out dirt or trash
which has collected in the joint, and moisten the concrete surfaces of the joint space by spraying
or brushing with a wet brush. Where the mortar joint opening is two inches or wider, such as
where trimmed spigots are required, apply a bonding agent to mortar and steel surface prior to
placing joint mortar. Ram or pack the stiff mortar into the joint space and take extreme care to
ensure that no voids remain in the joint space. After the joint has been filled, level the surfaces of
the joint mortar with the interior surfaces of the pipe with a steel trowel so that the surface is
smooth.
G. PROTECTIVE COATING SYSTEM FOR WELDED JOINTS
1. Perform field coating of joints in accordance with Section 09910, PIPELINE COATING.
2. The Contractor is responsible for his operations so that they do not damage the factory
applied coating system.
H. PROTECTION OF BURIED METAL
Buried ferrous metal such as bolts and flanges which cannot be protected with factory applied
polyurethane coatings shall be coated with heat shrink sleeves and encased in flowable fill.
PATCH OF LINING (PLANT OR FIELD)
1. Repair lining cracks larger than 3132". Pipes with loose and disbonded linings will be
rejected. Excessive patching of lining shall not be permitted. Apply bonding agent to
patch area. Patching of lining shall be allowed where area to be repaired does not
exceed four square feet and has no dimension greater than 24". In general, there shall
be not more than one (1) patch in the lining of any joint of pipe.
Steel Pipe
PSC08325B - Lake Alan Henry Pipeline — Contract B
02626-13
r
2. Wherever necessary to patch the pipe, make the patch with the mortar indicated. Do not
install patched pipe until the patch has been properly and adequately cured and unless
approved by the Engineer. a
J. QUALITY CONTROL OF FIELD APPLIED COATING
See Section 09910, PIPELINE COATING
3.02 HYDROSTATIC TEST
A. Perform a hydrostatic test in accordance with Section 01666.
END OF SECTION
Steel Pipe
PSCO8325B - Lake Alan Henry Pipeline — Contract B
02626-14
DIVISION 3
CONCRETE
t
03301 CAST -IN -PLACE CONCRETE
1.00 GENERAL
1.01 SUMMARY
A. This Section specifies cast -in -place concrete, including reinforcement, concrete materials,
mixture design, placement procedures, and finishes.
1.02 SUBMITTALS
A. Product Data: For each type of product indicated.
B. Design Mixtures: For each concrete mixture.
1. Submit mix design supporting documentation and calculations as required. (See forms at
the end of this section.)
1.03 QUALITY ASSURANCE
A. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete
products and that complies with ASTM C 94/C 94M requirements for production facilities and
r equipment.
B. Source Limitations: Obtain each type of cement of the same brand from the same manufac-
turer's plant, obtain aggregate from one source, and obtain admixtures through one source
from a single manufacturer.
C. Comply with ACI 301, "Specification for Structural Concrete," including the following sections,
unless modified by requirements in the Contract Documents:
1. "General Requirements."
2. "Formwork and Formwork Accessories."
3. "Reinforcement and Reinforcement Supports."
4. "Concrete Mixtures."
5. "Handling, Placing, and Constructing."
D. Comply with ACI 117, "Specifications for Tolerances for Concrete Construction and Mate-
rials."
2.00 PRODUCTS
2.01 FORMWORK
A. Furnish formwork and formwork accessories according to ACI 301.
2.02 STEEL REINFORCEMENT
A. Reinforcing Bars: ASTM A 615/A 615M, Grade 60, deformed.
B. Plain -Steel Welded Wire Reinforcement. ASTM A 185, fabricated from as -drawn steel wire
into flat sheets.
` 2.03 CONCRETE MATERIALS
Cast in Place Concrete 03301 -1
PSCO8326B - Lake Alan Henry Pipeline — Contract B
A. Cementitious Material: Use the following cementitious materials, of the same type, brand,
and source throughout Project:
1. Portland Cement: ASTM C 150, Type I.
2. Fly Ash: ASTM C 618, Class F. No more than 20% of the cement may be replaced with
fly ash.
3. A low alkali cementitious material shall be such that, the total alkali content calculated as
the percentage of sodium oxide (Na2O) plus 0.658 times the percentage of potassium
oxide (K2O) shall not exceed 0.6% of the total cementitious material content.
B. Coarse Aggregate: ASTM C 33, graded, uniformly graded, of the size scheduled and as fol-
lows:
1. Class: Moderate weathering region, but not less than 3M.
2. For gradation size number 467, a maximum aggregate size of 1-1/2" is:
Sieve Size
Percent Retained
Percent Passing
2"
0
100
1-1/2"
0-5
95 -100
3/4"
30 - 65
35 - 70
3/8"
70 - 90
10 - 30
No. 4
95 -100
0-5
3. For gradation size number 57. the maximum aaareaate size of 1" is:
Sieve Size
Percent Retained
Percent Passing
1-1/2"
0
100
1"
0-5
95-100
%2"
40 - 75
25 - 60
No. 4
90 -100
0 -10
95 -100
0 - 5
4. For gradation size number 67, the maximum aaareaate size of 3/4" is:
Sieve Size
Percent Retained
Percent Passing
1"
0
100
3/4"
0 -10
90 -100
3/8"
45 - 80
20 - 55
No. 4
1 90 -100
1 10 -10
No. 8
1 95 -100
1 0-5
C. Fine Aggregate
1. Washed and screened natural sands or sands manufactured by crushing stones; con-
forming to ASTM C33. The gradation in ASTM C33 is:
Sieve Size
Percent Retained
Percent Passing
3/8"
0
100
#4
0-5
95-100
#8
0 - 20
80 -100
#16
15-50
50-85
#30
40 - 75
25 - 60
#50
70 - 90
10 - 30
#100
90-98
2-10
2. Fine aggregate shall have not more than 45% retained between any two (2) consecutive
sieves. Its fineness modulus, as defined in ASTM C125, shall be not less than 2.3 nor
more than 3.1.
D. Water: ASTM C 94/C 94M; potable.
Cast in Place Concrete 03301 - 2
PSC08325B - Lake Alan Henry Pipeline - Contract B
2.04 ADMIXTURES
A. Air -Entraining Admixture: ASTM C 260.
B. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with
other admixtures and that will not contribute water-soluble chloride ions exceeding those
permitted in hardened concrete. Do not use calcium chloride or admixtures containing cal-
cium chloride.
1. Water -Reducing Admixture: ASTM C 494/C 494M, Type A.
2. Retarding Admixture: ASTM C 494/C 494M, Type B.
3. Water -Reducing and Retarding Admixture: ASTM C 494/C 494M, Type D.
4. High -Range, Water -Reducing Admixture: ASTM C 494/C 494M, Type F.
5. High -Range, Water -Reducing and Retarding Admixture: ASTM C 494/C 494M, Type G.
6. Plasticizing and Retarding Admixture: ASTM C 1017/C 1017M, Type II.
2.05 RELATED MATERIALS
A. Joint -Filler Strips: ASTM D 1751, asphalt -saturated cellulosic fiber, or ASTM D 1752, cork or
self -expanding cork.
2.06 CURING MATERIALS
A. Evaporation Retarder: Waterborne, monomolecular film forming; manufactured for applica-
tion to fresh concrete.
B. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or kenaf, weighing
approximately 9 oz./sq. yd when dry.
C. Moisture -Retaining Cover: ASTM C 171, polyethylene film or white burlap -polyethylene
sheet.
D. Water: Potable.
E. Clear, Waterborne, Membrane -Forming Curing Compound: ASTM C 309, Type 1, Class B.
2.07 CONCRETE MIXTURES
A. Comply with ACI 301 requirements for concrete mixtures.
B. Normal -Weight Concrete: Prepare design mixes, proportioned according to ACI 301, as fol-
lows:
Min. 28-Day
Maximum
Maximum Wa-
Maximum
Minimum
Use
Compressive
Size of
ter/Cement
Slump
Sacks of
Strength
Coarse
Ratio
(inches)"
Cement
(psi)
Aggregate
er c
Lean Concrete
1,500
Size No1, 467
0.70
4
4.0
General, where
3,000
1.5
0.50
5
5.5
indicated
Size No. 467
General, where
4000
1.5
0.45
5
6.0
indicated
Size No. 467
Valve Support
5000
1.5
0.45
5
6.5
Slab
Size No. 467
-maximum slump witn nigh range water reducing admixture may be increased to 7" - 9".
Cast in Place Concrete 03301 - 3
PSC08325B - Lake Alan Henry Pipeline — Contract B
1. Air Content: Maintain within range permitted by ACI 301. Do not allow air content of floor
slabs to receive troweled finishes to exceed 3 percent.
2.08 CONCRETE MIXING
A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to
ASTM C 94/C 94M, and furnish batch ticket information.
1. When air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes.
3.00 EXECUTION
3.01 FORMWORK
A. Design, construct, erect, brace, and maintain formwork according to ACI 301.
3.02 STEEL REINFORCEMENT
A. Comply with CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting
reinforcement.
3.03 JOINTS
A. General: Construct joints true to line with faces perpendicular to surface plane of concrete.
B. Construction Joints: Locate and install so strength and appearance of concrete are not im-
paired.
C. Isolation Joints: Install joint -filler strips at junctions with slabs -on -grade and vertical surfaces,
such as column pedestals, foundation walls, grade beams, and other locations, as indicated.
1. Extend joint fillers full width and depth of joint, terminating flush with finished concrete
surface, unless otherwise indicated.
3.04 CONCRETE PLACEMENT
A. Comply with ACI 301 for measuring, batching, mixing, transporting, and placing concrete.
B. Do not add water to concrete during delivery, at Project site, or during placement.
C. Consolidate concrete with mechanical vibrating equipment.
3.05 BLOCKING OF PIPE FITTINGS
A. Concrete blocking shall be placed at bends, tees, wyes, crosses, plugs, etc. The concrete
blocking shall be placed so as to rest against firm undisturbed trench walls. The supporting
area for each block shall be sufficient to withstand the thrusts, shall rest on a firm, undis-
turbed earth.
B. The concrete blocking shall be placed against undisturbed trench walls, with a minimum of
18" between trench wall and pipe. Blocking shall extend a minimum of 0.75 x pipe diameter
below and above the centerline of pipe and shall not extend beyond any joints.
C. If requested by the Owner's representative or where upward thrusts are present, the ends of
the thrust blocks shall be contained in wood or metal forms.
Cast in Place Concrete 03301 - 4
PSCO8326B - Lake Alan Henry Pipeline — Contract B
3.06 FINISHING FORMED SURFACES
A. No Finish: After forms are removed
repair or patch tie holes and defects. Otherwise no
P
additional finish is required. Apply to surfaces which are not visible from the inside or outside
of the completed structure or less than 12-inches below finish grade (i.e. back of retaining
walls below embankment, etc.)
B. Smooth -Formed Finish: As -cast concrete texture imparted by form -facing material, arranged
in an orderly and symmetrical manner with a minimum of seams. Repair and patch tie holes
and defective areas. Remove fins and other projections exceeding 1/8 inch. Apply to con-
crete surfaces exposed to view.
C. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed sur-
faces adjacent to formed surfaces, strike off smooth and finish with a texture matching adja-
cent formed surfaces. Continue final surface treatment of formed surfaces uniformly across
adjacent unformed surfaces, unless otherwise indicated.
3.07 FINISHING UNFORMED SURFACES
A. General: Comply with ACI 302.1 R for screeding, restraightening, and finishing operations for
concrete surfaces. Do not wet concrete surfaces.
B. Screed surfaces with a straightedge and strike off. Begin initial floating using bull floats or
darbies to form a uniform and open -textured surface plane before excess moisture or bleed -
water appears on surface. Do not further disturb surfaces before starting finishing opera-
tions.
C. Float Finish: Apply float finish to surfaces to receive trowel finish.
D. Trowel Finish: Apply a hard trowel finish to surfaces exposed to view except for exterior traf-
fic surfaces.
E. Nonslip Broom Finish: Apply a nonslip broom finish to exterior concrete traffic surfaces. Im-
mediately after float finishing, slightly roughen trafficked surface by brooming with fiber -bristle
broom perpendicular to main traffic route.
3.08 CONCRETE PROTECTING AND CURING
A. General: Protect freshly placed concrete from premature drying and excessive cold or hot
temperatures. Comply with ACE 306.1 for cold -weather protection and with ACI 301 for hot -
weather protection during curing.
B. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy
conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during finishing oper-
ations. Apply according to manufacturer's written instructions after placing, screeding, and
bull floating or darbying concrete, but before float finishing.
C. Begin curing after finishing concrete but not before free water has disappeared from concrete
surface.
D. Curing Methods: Cure formed and unformed concrete for at least seven days by one or a
combination of the following methods:
1. Moisture Curing: Keep surfaces continuously moist for not less than seven days with the
following materials:
a. Water.
b. Continuous water -fog spray.
Cast In Place Concrete
PSC08325B - Lake Alan Henry Pipeline — Contract B
03301 - 5
c. Absorptive cover, water saturated and kept continuously wet. Cover concrete sur-
faces and edges with 12-inch lap over adjacent absorptive covers.
2. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture -retaining cover
for curing concrete, placed in widest practicable width, with sides and ends lapped at
least 12 inches, and sealed by waterproof tape or adhesive. Cure for not less than seven
days. Immediately repair any holes or tears during curing period using cover material
and waterproof tape.
3. Curing Compound: Apply uniformly in continuous operation by power spray or roller ac-
cording to manufacturer's written instructions. Recoat areas subjected to heavy rainfall
within three hours after initial application. Maintain continuity of coating and repair dam-
age during curing period. f
3.09 FIELD QUALITY CONTROL
1. See 01400 Quality Control.
3.10 REPAIRS
A. Remove and replace concrete that does not comply with requirements in this Section.
END OF SECTION
Cast in Place Concrete 03301 - 6
PSC08325B - Lake Alan Henry Pipeline — Contract B
Concrete Mix Design
PROJECT NAME:
FNI PROJECT NUMBER:
PROJECT LOCATION:
OWNER:
GENERAL CONTRACTOR:
MIX NUMBER / CLASS:
A. Mix Design
Cement =
Ib/yd3
Fly Ash =
Ib/yd'
Other Cementitious Material: =
Ib/yd3
Fine Aggregate =
Ib/yd3
Coarse Aggregate =
Ib/yd3
Water =
Ib/yd3
Water Reducing Admixture =
oz/yd3
High Range Water Reducer =
oz/yd3
Air Entraining Admixture =
oz/yd3
Other Admixture: =
oz/yd3
Slump =
inches
Gross Weight —
Ib/yd3
Air Content =
Water/Cemcnt Ratio
B. Materials
SOURCE
ASTM
TYPE
REMARKS
Cement
Fly Ash
Other Cementitious
Material:
Fine Aggregate
Coarse Aggregate
Water
Water Reducer
High Range Water
Reducer
Air Entrainin
Other Admixture:
Cast in Place Concrete 03301 - 7
PSC08325B - Lake Alan Henry Pipeline — Contract B
C. Determination of Average Strength Required (f c�)
1. Test Records Available:
A. Summary of Test Records: (Provide supuorting documentation.)
Test
Group
No.
No. of Con-
secutive
Tests(psi)
Specified
Strength
Standard Dev-
iation
(psi)
Average Standard Deviation:
I---�
B. Standard Deviation Modification Factor
(ACI 301, Table 4.2.3.3.a)
C. Standard Deviation Used
Average Compressive Strength Required
2. Test Records Not Available:
A. Average Compressive Strength Required
(ACI 301, 4.2.3.3.b, if required)
D. Documentation of Required Average Compressive Strength (Check One)
1. Field Strength Test Record (ACI 301, 4.2.3.4.a)
• Complete Attachment A.
2. Trial Mixtures ACI 301, 4.2.3.4.b)
■ Complete Attachment B.
1, certify that the above information is correct and all gradations, cement certifica-
tions and test results are located at our place of business for review by the Engineer.
NAME:
TITLE:
COMPANY:
DATE:
Cast in Place Concrete 03301 - 8
PSCO8326B - Lake Alan Henry Pipeline — Contract B
Attachment A
Documentation of Average Strength — Field Strength Test Record
(ACI 301, 4.2.3.4.a)
A. Summary of test records: (Provide supporting documentation.)
Test Record
No.
No. of Tests
in Record
Duration of
Record
(days}
Water-
Cementitious
Materials
Ratio
Average
Strength
(psi)
B. Interpolation used?
■ Provide an interpolation calculation or plot of strength versus proportions.
C. Submit the following data for each mix:
1. Brand, type and amount of cement.
2. Brand, type and amount of each admixture.
3. Source of each material used.
4. Amount of water.
5. Proportions of each aggregate material per cubic yard.
6. Gross weight per cubic yard.
7. Measured slump.
8. Measured air content.
9. Results of consecutive strength tests.
Cast in Place Concrete 03301 - 9
PSCO8325B - Lake Alan Henry Pipeline — Contract B
Attachment B
Documentation of Average Strength — Trial Mixtures
(ACI 301, 4.2.3.4.b)
A. Summary of test record(s):
Trial
Mix
No.
7-day Tests
28-day Tests
Water-
Materials
Ratio
(in)
Air
tent
%
Temp -
ature
er(OF)
F)
No. of Test
Cylinders
Strength
(psi)
No. of Test
Cylinders
Strength
(psi)
B. Maximum water-cementitious materials ratio
• Provide an interpolation calculation or plot of strength versus water-cementitious mate-
rials ratio.
C. Submit the following data for each mix:
1. Brand, type and amount of cement.
2. Brand, type and amount of each admixture.
3. Amount of water used in trial mixes.
4. Proportions of each aggregate material per cubic yard.
5. Gross weight per cubic yard.
6. Measured slump.
7. Measured air content.
8. Compressive strength developed at 7 days and 28 days, from not less than three test cy-
linders cast for each 7 and 28 day test.
Cast in Place Concrete 03301 - 10
PSCO8325B - Lake Alan Henry Pipeline — Contract B
DIVISION 9
IfinL M71W tMj
� �, �,, ,�� �� ,�„..� _ m� ,. ,,..� __�
09905 PROTECTIVE COATINGS
I
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish labor, materials, equipment, and incidentals necessary to apply protective coatings
to material and equipment as specified herein, including the preparation of surfaces prior to
application of coatings.
1.02 ABBREVIATIONS
ANSI
American National Standards Institute
AWWA
American Water Works Association
FRP
Fiberglass Reinforced Plastic
MDFT
Minimum Dry Film Thickness
MDFTPC
Minimum Dry Film Thickness Per Coat
mil
Thousandths of an Inch
MIL-P
Military Specification - Paint
OSHA
Occupational Safety and Health Act
PSDS
Paint System Data Sheet
SFPG
Square Feet Per Gallon
SFPGPC
Square Feet Per Gallon Per Coat
SP
Surface Preparation
SSPC
Steel Structures Painting Council
1.03 SUBMITTALS
A. Product Data: Furnish the following Data Sheets:
1. For each paint system used herein, furnish a Paint System Data Sheet (PSDS),
Technical Data Sheets, and paint colors available (where applicable) for each product
used in the paint system, except for products applied by equipment manufacturers. A
sample PSDS form is appended at the end of this section.
2. The required information shall be submitted on a system -by -system basis.
3. The Contractor shall also provide copies of the paint system submittals to the coating
applicator.
4. Indiscriminate submittal of manufacturer's literature only is not acceptable.
B. Where ANSI/NSF 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 thickness, number of coats, specific product tested, colors certified, and
approved additives.
C. 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 manufacturer, location of manufacture, and media gradation and type.
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:
Protective Coatings 09906 -1
PSCO8325B — Lake Alan Henry Pipeline — Contract B
1. Applicator's Experience: List of references substantiating the requirements as
specified.
2. Factory Applied Coatings: Manufacturer's 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 materials are compatible. '
1.04 QUALITY ASSURANCE
A. The paint manufacturer shall provide a representative to visit the jobsite at intervals during
surface preparation and painting as may be required for product application quality
assurance, and to determine compliance with manufacturer's instructions and these
Specifications, and as may be necessary to resolve field problems attributable to, or
associated with, the manufacturer's products furnished under this Contract.
B. Applicator's Experience: Minimum of 5 years' practical experience in application of
specified products. Submit a list of recent projects and names of references for those
projects. The Engineer will waive the requirement for five years experience, when at the
discretion of the Engineer, the applicators' experience and capabilities meet the intent of the
experience requirement.
C. Continuity of Contractor: Contractor's site supervisor shall be coordinated with the
ENGINEER. Any replacement of the supervisor on site will require notification of
ENGINEER 72 hours in advance, and will be subject to approval by the OWNER. 1
D. Inspection: 1
1. Inspect and provide substrate surfaces prepared in accordance with these ►
specifications and the printed directions and recommendations of paint manufacturer {
whose product is to be applied.
2. Provide ENGINEER minimum 3 days' advance notice prior to start of surface
preparation work or coating application work.
3. Perform work only in the presence of ENGINEER, unless ENGINEER grants prior
approval to perform such work in Engineer's absence. Approval to perform work in the
Engineer's absence is limited to the current day unless specifically noted to extend
beyond the completion of the workday.
4. Inspection by the ENGINEER, or the waiver of -inspection of any particular portion of
the work, shall not be construed to relieve the Contractor of responsibility to perform _1
the work in accordance with these specifications.
1.05 PAINT DELIVERY, STORAGE, 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
IJI
temperatures within the range recommended by the paint manufacturer.
C. Shipping: 1
1. Where precoated items are to be shipped to the jobsite, protect coating from damage. j
Batten coated items to prevent abrasion.
2. Use nonmetallic or padded slings and straps in handling.
3. Items will be rejected for excessive damage.
1.06 WARRANTY
A. The Contractor and coating manufacturer shall jointly and severally warrant to the Owner
and guarantee the work under this section against defective workmanship and materials for
a period of two years commencing on the date of final acceptance of the work. i-
i
Protective Coatings 09905 - 2
PSCO8325B — Lake Alan Henry Pipeline — Contract B 1
c�
B. A warranty inspection shall be conducted one month prior to expiration of the warranty
period. Any defective work discovered at this date shall be corrected by the Contractor in
accordance with the specifications at no additional cost to the Owner. Other corrective
measures may be required during the two (2) year warranty period.
1.07 PAINT AND COATINGS MANUFACTURERS
A. A manufacturer letter code as follows will be found following the generic descriptions of
materials outlined in the Specifications. Address is that of the general offices. Contact
these offices for information regarding the location of representative nearest the project site.
B. MANUFACTURER CODE A - COATINGS MANUFACTURERS (Able to supply most heavy-
duty industrial coatings and architectural paints):
1. Ameron Protective Coatings, Brea, CA.
2. *Carboline Coatings Company, St. Louis, MO.
3. ICI Devoe Coatings Company, Louisville, KY.
4. Dupont Chemical Co., Wilmington, DE.
5. International Coatings, Louisville, KY
6. Sherwin Williams, Cleveland, OH
7. Tnemec Coatings, Kansas City, MO
8. Wasser Coatings, Seattle, WA
C. MANUFACTURER CODE E - FUSION BONDED COATING APPLICATORS:
1. 3M Co., St Paul, MN.
1.08 PAINT MATERIALS
A. Products shall meet federal, state, and local requirements limiting the emission of volatile
organic compounds. Specific information may be secured through the local office of the Air
Pollution Control Officer.
B. Materials Including Primer and Finish Coats: Produced by same paint manufacturer.
C. Thinners, Cleaners, Driers, and Other 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.
D. Paint products are listed according to their approximate order of appearance in the paint
systems. The letter designating the manufacturer code refers to Article PAINT AND
COATING MANUFACTURERS.
Product I Definition
Polyamide Epoxy, High Solids Polyamide or polyamine cured epoxy, capable of 4 to 8 MDFT
per coat, percent of volume solids 70% minimum, suitable for
immersion or buried service.
MANUFACTURER CODE: A
Moisture Cured Zinc Primer Single component, moisture cured 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 humidity and condensation, unlimited
recoat period.
Protective Coatings 9 09905 - 3
PSCO8325B — Lake Alan Henry Pipeline — Contract B
i.
MANUFACTURER CODE: A
Inorganic Zinc Primer
Solvent or water based, 14 lbs. metallic zinc content per gallon
minimum; follow manufacturer's recommendation for top
coating.
MANUFACTURER CODE: A
Polyurethane Enamel
Two -component, aliphatic or acrylic based polyurethane; high
gloss finish, high build.
MANUFACTURER CODE: A
Rust -Inhibitive Primer
Single -package steel primers with anti -corrosive pigment
loading; may be alkyd, vinyl, epoxy ester, chlorinated rubber.
MANUFACTURER CODE: A
Polyurethane
Self -priming, plural component, 100 percent solids, non -
extended polyurethane, suitable for burial or immersion, and
shall be one of the following approved products:
1. Protec 11, Futura Coatings, Hazelwood, Missouri;
2. Durashield 210, Lifelast, Vancover, WA;
3. Or Engineer approved equal.
Fusion Bonded Coating
100% solids, thermosetting, fusion bonded, dry powder epoxy
or polyurethane resin, suitable for this intended service.
MANUFACTURER CODE: E
1.09 COLORS
A. Provide as selected by the Owner or Engineer.
B. Formulated with colorants free of lead, lead compounds, or other materials which might be
affected by the presence of hydrogen sulfide or other gas likely to be present at the project.
C. Proprietary identification of colors is for identification only. Any authorized manufacturer
may supply matches.
D. Equipment Colors:
1. Equipment shall be meant to include the machinery or vessel itself plus the structural
supports and fasteners and attached electrical conduits.
2. Paint non -submerged portions of equipment in the same color as the process piping it
serves, except as itemized below:
a. Dangerous parts of equipment and machinery: OSHA Orange
b. Fire protection equipment and Apparatus: OSHA Red
c. Radiation hazards: OSHA Purple
d. Physical hazards in normal operating area: OSHA Yellow
3. Fiberglass reinforced plastic (FRP) equipment with an integral colored gel coat does
not require painting, provided the color is as specified.
1.10 INSPECTION TEST EQUIPMENT
A. Provide a magnetic type or electronic dry film thickness gauge to test coating thickness
specified in mils, as manufactured by:
1. Nordson Corp., Anaheim, CA, Mikrotest.
2. DeFelsko Corp., Anaheim, CA, Positector
3. Or equal.
B. Provide an electrical holiday detector, low voltage, wet sponge type to test finish coatings
less than 20 mils in thickness, except zinc primer, high -build elastomeric coatings, and
galvanizing, for holidays and discontinuities as manufactured by:
1. Tinker and Razor, San Gabriel, CA, Model M-1.
Protective Coatings 09905 - 4
PSC08325B — Lake Alan Henry Pipeline — Contract B
C
(( 2. Or equal.
i C. Provide an electrical holiday detector, high voltage, pulse type to test elastomeric coatings
and coating systems in excess of 20 mils dry film thickness, except zinc primer, for holidays
and discontinuities as manufactured by:
1. Tinker and Razor, San Gabriel, CA, Model AP-W.
2. D. E. Stearns Company, Shreveport, LA, Model 14/20
3. Elcometer, Rochester Hills, Michigan
4. Or equal.
2.00 EXECUTION
2.01 GENERAL
A. The intention of these specification is for all new, interior and exterior metal, and submerged
metal surfaces be painted, whether specifically mentioned or not, except as modified
herein. Concealed structural steel surfaces shall receive prime coat only unless modified
herein.
B. Surface preparation and coating application shall be in conformance with these
specifications and the coating manufacturer's written product data sheets and written
recommendations of the manufacturer's technical representative. Where conflicts occur
between the manufacturer's recommendations and these specifications, the more stringent
of the two shall apply unless approved by the Engineer.
C. For coatings subject to immersion, obtain full cure for completed system. Consult coatings
manufacturer's written instructions for these requirements. Do not immerse coating for any
purpose until completion of curing cycle.
2.02 REGULATORY REQUIREMENTS
A. Meet federal, state, and local requirements limiting 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, coating 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 (RCRA)
C. Comply with applicable federal, state, and local regulations for confined space entry.
D. Provide and operate equipment that meets explosion proof requirements.
2.03 ENVIRONMENTAL CONDITIONS
A. Do not perform abrasive blast cleaning whenever the relative humidity exceeds 85 percent,
whenever surface temperature is less than 5 degrees F above the dew point of the ambient
air.
B. Surface preparation power tools and blast equipment shall contain dust collection
equipment that will prevent discharge of dust particles into the atmosphere when surface
preparation work is located within enclosures or confined areas with electrical equipment,
motors, instrumentation, or other equipment that may be damaged by airborne dust and
particles.
Protective Coatings 09905 - 5
PSC08325B — Lake Alan Henry Pipeline — Contract B
C. Do not apply paint when:
1. Surface temperatures exceeds the maximum or minimum temperature recommended
by the paint manufacturer,
2. In dust, smoke -laden atmosphere, damp or humid weather, or under conditions which
could cause icing on the metal surface.
3. When it is expected that surface temperatures will drop below 5 degrees above dew
point within 8 hours after application of coating.
2.04 DEHUMIDIFICATION
A.
Where weather conditions or project requirements dictate, CONTRACTOR shall provide
and operate dehumidification equipment to maintain environmental conditions suitable for
-_
abrasive blasting and coating application as specified.
B.
CONTRACTOR shalt provide dehumidification equipment sized to maintain dew point
temperature 5 degrees or more below surface temperature of metal surfaces to be cleaned
and painted.
i
C.
Cleaned metal surfaces shall be prevented from flash rusting throughout the project
i
duration, condensation or icing shall be prevented throughout surface preparation and
coating application.
D.
Equipment size and power requirements shall be designed by personnel trained in the
operation and setup of dehumidification equipment based on project requirements and
anticipated weather conditions.
I
x
E.
Dehumidification equipment shall operate 24 hours per day and continuously throughout
surface preparation and coating application.
;
F.
CONTRACTOR to provide personnel properly trained in the operation and maintenance of
i
the dehumidification equipment or provided training by the dehumidification equipment
supplier.
G.
Daily maintenance requirements of the equipment shall be documented in writing and
t
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
i
equipment malfunction, shutdown, or other events that result in the loss of environmental
control, will be at the sole expense of the CONTRACTOR.
2.05 VENTILATION AND ILLUMINATION
A.
Adequate illumination shall be provided while work is in progress. Whenever required by
the inspector, the CONTRACTOR shall provide additional illumination and necessary
supports to cover all areas to be inspected. The level of illumination for inspection
purposes shall be determined by the inspector.
B.
Ventilation shall be used to control potential dust and hazardous conditions within confined
areas. Ventilation flow rates shall be in accordance with OSHA regulations and as required
to reduce air contamination to nonhazardous conditions.
2.06 SURFACES NOT REQUIRING PAINTING
r
A.
Unless otherwise stated herein or shown, the following areas or items will not require
painting:
Protective
Coatings 09905 - 6
PSC08325B — Lake Alan Henry Pipeline — Contract B
i
1
l_
1.
Concrete and masonry surfaces
2.
Nonferrous and corrosion -resistant ferrous alloys such as copper, bronze, monel,
aluminum, chromium plate, atmospherically exposed weathering steel, and stainless
steel, except where:
a. Required for electrical insulation between dissimilar metals.
b. Aluminum and stainless steel are embedded in concrete or masonry, or aluminum
is in contact with concrete or masonry.
'
c. Color coding of equipment and piping is required.
3.
Nonmetallic materials such as glass, PVC, wood, porcelain, and plastic (FRP) except
as required for architectural painting or color coding.
r 4.
Prefinished electrical and architectural items such as motor control centers,
switchboards, switchgear, panelboards, transformers, disconnect switches, acoustical
tile, cabinets, elevators, building louvers, wall panels, etc.; color coding of equipment is
required.
5.
Nonsubmerged electrical conduits attached to unpainted concrete surfaces.
6.
Cathodic protection anodes.
7.
Items specified to be galvanized after fabrication unless specifically required elsewhere
or subject to immersion.
2.07 PREPARATION OF SURFACES
A. 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 is to be applied.
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: SP 5
(5) Commercial Blast Cleaning: SP 6
(6) Brush -Off Blast Cleaning: SP 7
(7) Pickling: SP 8
(8) Near -White Blast Cleaning: SP 10
(9) Bare Metal Power Tool Cleaning: SP 11
b. All surface preparation of new equipment and surfaces shall be assumed to be on
a SSPC Grade A steel surface condition, unless specifically noted otherwise.
c. Wherever the words "solvent cleaning", "hand tool cleaning", "wire brushing", or
"blast cleaning", or similar words of equal intent are used in these Specifications
or in paint manufacturer's specifications, they shall be understood to refer to the
applicable SSPC Specifications listed above.
d. Where OSHA or EPA regulations preclude standard abrasive blast cleaning, wet
or vacu-blast methods may be required. Coating manufacturers'
recommendations for wet blast additives and first coat application shall apply.
e. Hand tool clean areas that cannot be cleaned by power tool cleaning.
2. Welds and adjacent areas:
a. Prepared such that there is:
(1) No undercutting or reverse ridges on the weld bead.
Protective Coatings
PSC08326B — Lake Alan Henry Pipeline — Contract B
09905 - 7
(2) No weld spatter on or adjacent to the weld or any other area to be painted.
(3) No sharp peaks or ridges along the weld bead.
b. Grind embedded pieces of electrode or wire flush with the adjacent surface of the
weld bead.
3. Preblast Cleaning Requirements:
a. Remove oil, grease, welding fluxes, and other surface contaminants prior to blast
cleaning.
b. Cleaning methods: Steam, open flame, hot water, or cold water with appropriate
detergent additives followed with clean water rinsing.
c. Clean small 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.
(2) Select type and size of abrasive to produce a surface profile that meets the
coating manufacturer's recommendations for the particular coating to be
applied or not less than 20 percent of the specified coating thickness,
'
whichever is more stringent.
(3) Meet applicable federal, state, and local air pollution control regulations for
blast cleaning and disposition of spent aggregate and debris.
(4) Do not reuse abrasive, unless abrasive is a recyclable abrasive.
b. Shop Blasting
(1) Notify Engineer at least 7 days prior to start of shop blast cleaning to allow
for inspection of the work during surface preparation and shop application of
paints. Work shall be subject to the Engineer's approval before shipment to
l
the jobsite.
(2) Items such as structural steel, metal doors and frames, metal louvers, and
similar items as reviewed by the Engineer may be shop prepared and
primed. Centrifugal wheel blast cleaning is an acceptable alternate to shop
blast cleaning. Blast clean and prime in accordance with these
Specifications.
c. Field Blasting
(1) Perform sandblasting for items and equipment where specified and as
required to restore damaged surfaces previously shop or field blasted and
primed. Materials, equipment, procedures, shall meet requirements of Steel
Structures Painting Council.
(2) Field blasting in areas with electrical or mechanical equipment, or within
buildings shall be performed with dustless abrasive systems such as
"Sponge -Jet", dry ice abrasive blasting.
5. Post -Blast Cleaning and Other Cleaning Requirements:
a. Clean surfaces of dust and residual particles from cleaning operations by dry (no
oil or water vapor) air blast cleaning or other method prior to painting. Vacuum
.
clean enclosed areas and other areas where dust settling is a problem and wiped
t
with a tack cloth.
f-
b. Paint surfaces the same day they are sandblasted. Reblast surfaces that have
started to rust before they are painted.
C. Concrete Surface Preparation:
1. Do not begin until 30 days after the concrete has been placed.
i
2. Remove grease, oil, dirt, salts or other chemicals, loose materials or other foreign
matter by solvent, detergent, or other suitable cleaning methods.
i
3. Clean concrete using mechanical or chemical methods for the degree of cleaning
specified for the coating system in accordance with SSPC SPA 3, Surface preparation
of Concrete.
Protective Coatings 09905 - 8
PSC08326B — Lake Alan Henry Pipeline — Contract B j
4. Unless otherwise required for proper adhesion, ensure surfaces are dry prior to
coating.
5. Bug holes, air pockets, and other voids in the concrete will be filled or patched in
chemical 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 scored for concrete adhesion
testing.
(3) Adhesive failure greater than 50 percent of the dolly surface area shall
indicate inadequate surface preparation.
(4) Cohesive failures which results in loss of sound concrete will be acceptable
provided the loss is greater than 50 percent of the dolly surface area.
(5) Low adhesion cohesive failures with a thin layer of concrete due to weak
concrete or laitance over 50 percent of the dolly surface will be rejected.
b. Concrete Soundness:
(1) Concrete soundness shall be determined using the scratching or hammer
impact methods as defined in SSPC SP-13.
c. Moisture Content:
(1) Moisture shall be tested as Specified in SSPC SP-13 and shall not exceed
the moisture content recommended by the coating manufacturer.
D. Preparation of Existing Coated or Shop Primed Surfaces:
1. General:
a. Shop primed or coated surfaces shall be reviewed with the Engineer to determine
if the extent of damage to the coating and suitability of finish coats to adhere to
shop applied coats.
b. If a cured epoxy, polyurethane, or plural -component material is to be top coated,
brush-off blast as specified herein or as recommended by the existing coating
manufacturer.
c. Surface preparation recommendations of coating manufacturer shall be subject to
approval of the Engineer.
2. To be Recoated or Final Coated:
a. Detergent wash and freshwater rinse.
b. Perform touch-up repairs of existing coating.
c. Asphaltic varnish coated ductile iron pipe will require an application of a seal coat
prior to the application of a cosmetic finish coat.
3. Touch-up Repairs:
a. Clean loose, abraded, or damaged coatings to substrate by power tool to bare
metal, SP-11.
b. Feather surrounding intact coating.
c. Apply one spot coat of the specified primer to bare areas overlapping the
prepared existing coating.
d. Apply one full finish coat of the specified primer or finish coat(s) overall.
4. Application of a Cosmetic Coat:
a. The exact nature of shop -applied coatings is not known in all cases.
b. Check compatibility by application to a small area prior to starting the coating.
c. If lifting or other problems occur, request disposition from the Engineer.
E. Brush-off Blast Cleaning:
1. Equipment, procedure, and degree of cleaning shall meet SSPC-SP 7, Brush-off Blast
Cleaning.
2. Abrasive: Either conventional abrasive blasting with sand, grit, or nut shells or
specialized abrasive blasting, such as dry ice or "Sponge -Jet" technologies. Abrasives
shall be 60 mesh grit, maximum.
Protective Coatings
PSCO8325B — Lake Alan Henry Pipeline — Contract B
09905 - 9
3. Select various surface preparation parameters such as size and hardness of the
abrasive, nozzle size, air pressure, and nozzle distance from the surface such that the
surface is cleaned without pitting, chipping, or exposure of metal substrate.
4. Verify parameter selection by blast cleaning a trial area that will not be exposed to
view.
5. The Engineer shall approve trial blast cleaned area and shall used area as a
representative sample of surface preparation.
6. Surface profile shall have the appearance of 100 grit sandpaper with no exposed metal
substrate.
7. Repair or replace coated surfaces damaged by blast cleaning, where damage is
defined as visible metal substrate. If less than 5 percent of prepared surface has the
metal substrate visible, the coating shall be repaired by application of a brush applied
coat. If greater than 5 percent the coating shall be fully removed to meet the specified
surface cleanliness.
F. Solvent Cleaning:
1. Consists of removal of foreign matter such as oil, grease, soil, drawing and cutting
compounds, and any other surface contaminants by the use of solvents, emulsions,
cleaning compounds, steam cleaning, or similar materials and methods which involve a
solvent or cleaning action.
2. Method meets SSPC-SP 1.
2.08 PROTECTION OF SURFACES NOT TO BE PAINTED
A. Remove, mask, or otherwise protect hardware, lighting fixtures, switchplates, aluminum
surfaces, machined surfaces, couplings, shafts, bearings, nameplates on machinery, and
other surfaces not intended to be painted.
1
B. Provide drop cloths to prevent paint materials from falling on or marring adjacent surfaces.
C. Protect working parts of mechanical and electrical equipment from damage during surface
preparation and painting process.
D. Mask openings in motors to prevent paint and other materials from entering the motors.
2.09 PAINT MIXING
A. Multiple -component coatings:
1. Prepare using all of the contents of the container for each component as packaged by
the paint manufacturer.
2. No partial batches will be permitted.
3. Do not use multiple -component coatings that have been mixed shall not be used
beyond their pot life.
4. Provide small quantity kits for touchup painting and for painting other small areas.
5. Mix only components specified and furnished by the paint manufacturer.
6. Do not intermix additional components for reasons of color or otherwise, even within
the same generic type of coating.
B. Keep paint materials sealed when not in use. L
C. Where more than one coat of a material is applied within a given system, alternate color to
provide a visual reference that the required number of coats have been applied.
2.10 APPLICATION OF PAINT
i
A. General: H
1. Inspection: Schedule with Engineer in advance for cleaned surfaces and all coats prior
to the succeeding coat. £�
t
Protective Coatings 09905 -10
PSCO8325B — Lake Alan Henry Pipeline — Contract B
2.. Apply coatings in accordance with the paint manufacturer's recommendations. Allow
sufficient time between coats to assure thorough drying of previously applied paint.
3. Fusion Bonded Coatings Method Application: Electrostatic, fluidized bed, or flocking.
4. Paint units to be bolted together and to structures prior to assembly or installation.
5. Shop Primed or Factory Finished Surfaces:
a. Inspection: Schedule with Engineer in advance for shop primed or factory -
finished items delivered to jobsite for compliance with these Specifications.
b. Power sand areas of chipped, peeled, or abraded coating, feathering the edges.
Follow with a spot primer using specified primer.
c. For two -package or converted coatings, consult the coatings manufacturer for
i specific procedures as relates to top coating of products.
d. Prior to application of finish coats, clean shop primed surfaces of dirt, oil, and
grease, and apply a mist coat of specified primer, 1.0 mil dry film thickness.
t e. After welding, prepare and prime holdback areas as required for the specified
paint system. Apply primer in accordance with manufacturer's instructions.
6. Manufacturer Applied Paint Systems:
a. Repair abraded areas on factory -finished items in accordance with the equipment
manufacturer's directions.
b. Carefully blend repaired areas into the original finish.
B. Application Safety
1. Performed painting in accordance with recommendations of the following:
a. Paint manufacturer's instructions.
b. NACE contained in the publication, Manual for Painter Safety.
c. Federal, state, and local agencies having jurisdiction.
2. CONTRACTOR will be solely and completely responsible for condition of the project
site, including safety of all persons (including employees) and property during
performance of the work. This requirement will apply continuously and not be limited
to normal working hours. Safety provisions will conform to U.S. Department of Labor,
Occupational Safety and Health Act, any equivalent state law, and all other applicable
federal, state, county, and local laws, ordinances, and codes.
3. CONTRACTOR will comply with all safety -training requirements promulgated or
required for this project.
C. Film Thickness:
1. Coverage is listed as either total minimum dry film thickness in mils (MDFT) or the
spreading rate in square feet per gallon (SFPG). Per coat determinations are listed as
MDFTPC or SFPGPC.
2. Applied coating system film thickness per coat shall be applied at the specified coating
thickness or the manufacturer's recommended minimum thickness, whichever is
greater. Where the manufacturer has not specified a minimum coating thickness on
the product data sheets, the minimum recommended coating application thickness
shall apply.
3. Maximum film build per coat shall not exceed the coating manufacturer's
recommendations.
't 4. Surfaces that are immersed shall be stripe coated on all angles, edges, corners,
threads, welds, and similar type surfaces. Stripe coat shall be an extra coat of the
intermediate or topcoat material. The stripe coat shall be a separate coat of paint from
coats specified under the coating system. Stripe coats shall be alternated in color
similar to a full coat.
5. Number of coats: Minimum required irrespective of the coating thickness. Additional
coats may be required to obtain the minimum required paint thickness, depending on
method of application, differences in manufacturers' products, and atmospheric
conditions.
D. Porous Surfaces, Such as Concrete, Masonry:
1. Prime Coat:
a. May be thinned to provide maximum penetration and adhesion.
Protective Coatings 5 _
9 0990 11
PSC08326B — Lake Alan Henry Pipeline — Contract B
b. Type and Amount of Thinning: Determined by the paint manufacturer and is
dependent on surface density and type of coating.
c. Surfaces Specified to Receive Water Base Coating: Damp, but free of running
water, just prior to application of the coating.
E. Damaged Coatings, Pinholes, and Holidays:
1. Feather edges and repaired in accordance with the recommendations of the paint
manufacturer.
2. Repair fusion bonded coatings to be as recommended by the original applicator.
Applicator shall provide liquid repair kits for this purpose as recommended by the
coating manufacturer.
3. Apply finish coats, including touchup and damage -repair coats in a manner that will
present a uniform texture and color -matched appearance.
F. Unsatisfactory Application:
1. If the item has an improper finish color, or insufficient film thickness, clean and topcoat
surface with specified paint material to obtain the specified color and coverage. Obtain
specific surface preparation information from the coating manufacturer.
2. Hand or power sand visible areas of chipped, peeled, or abraded paint and feather the
edges. Follow with primer and finish coat in accordance with the Specifications.
Depending on the extent of repair and its appearance, a finish sanding and topcoat
may be required.
3. Evidence of runs, bridges, shiners, laps, or other imperfections shall be cause for
rejection.
4. Repair defects in coating system per written recommendations of coating
manufacturer.
5. Leave all staging up until the Engineer has inspected the surface or coating. Replace
staging removed prior to approval by Engineer.
2.11 COATING INSPECTION
A. General
1. Film thickness measurements and electrical inspection of the coated surfaces:
2. Perform with properly calibrated instruments.
3. Recoat and repair as necessary for compliance with the Specifications.
4. All coats will be subject to inspection by the Engineer and the coating manufacturer's
representative.
5. Visually inspect concrete, nonferrous metal, plastic, and wood surfaces to ensure
proper and complete coverage has been attained.
6. Give particular attention to edges, angles, flanges, and other areas where insufficient
film thicknesses are likely to be present and ensure proper milage in these areas.
B. Coating Thickness Testing:
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, galvanizing, and elastomeric coatings in excess of
20 mils dry, for holidays and discontinuities with an electrical holiday detector, low
voltage, wet sponge type as specified.
Protective Coatings 09905 -12
PSC08325B — Lake Alan Henry Pipeline — Contract B
2. Holiday detect coatings in excess of 20 mils dry and concrete and secondary
containment coatings with high voltage units recommended by the coating
manufacturer in accordance with NACE RP0188.
3. Holiday detect coatings on pipe for buried application with high voltage spark tester in
accordance with NACE RP0274.
2.12 CLEANUP
A. Place cloths and waste that might constitute a fire hazard in closed metal containers or
destroyed at the end of each day.
B. Upon completion of the work, remove staging, scaffolding, and containers from the site or
destroyed in a legal manner.
C. Completely remove paint spots, oil, or stains upon adjacent surfaces and floors and leave
entire job clean.
D. Damages due to over spray on buildings, vehicles, trees, or other surfaces not specified to
be painted would be the responsibility of the CONTRACTOR.
2.13 MANUFACTURER' SERVICES
A. Furnish paint manufacturer's representative to visit jobsite at intervals during surface
preparation and painting as may be required for product application quality assurance, and
to determine compliance with manufacturer's instructions and these specifications, and as
may be necessary to resolve field problems attributable to, or associated with,
manufacturer's products furnished under this Contract.
2.14 PROTECTIVE COATING 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.
System No.
Title
1
SUBMERGED METAL - POTABLE WATER
4
EXPOSED METAL - HIGHLY CORROSIVE
5
EXPOSED METAL - MILDLY CORROSIVE
8A
BURIED METAL — SHOP COATED
8B
BURIED METAL — FIELD COATED
10
GALVANIZED METAL CONDITIONING
11
GALVANIZED METAL REPAIR
29
FUSION BONDED COATING
C. System No. 1 Submerged Metal - Potable Water:
1. Surface Preparation and Coating System
Protective Coatings 09905 -13
PSCO8326B — Lake Alan Henry Pipeline — Contract B
Surface Prep.
Paint Material
Min. Coats, Cover
Abrasive Blast, or
Polyamide Epoxy
3 coats, 4 MDFTPC
Centrifugal Wheel
Coating
Blast (SP 5)
2. Application:
a. All metal surfaces new and existing below a plane 1 foot above the maximum
liquid surface, metal surfaces above the maximum liquid surface which are a part
of the immersed equipment, concrete embedded surfaces of metallic items under
submerged or buried conditions, such as wall pipes, pipes, wall or floor sleeves,
access manholes, gate guides and thimbles, and structural steel, except
reinforcing steel, unless otherwise specified
b. This system shall be applied to the following specific items:
(1) Interior of access manways, air valves, and other immersed metal surface on
interior of pipeline.
(2) Buried miscellaneous metals as alternative to System No. 8A, subject to
Engineer approval.
D. System No. 4 Exposed Metal - Highly Corrosive:
1. Surface Preparation and Coating System
Surface Prep.
Paint Material
Min. Coats=Cov=er
Abrasive Blast, or Centrifugal
Wheel Blast (SP 10)
Moisture Cured Zinc Rich
Primer
1 coat, 3 MDFT
Moisture Cured Urethane
1 coat, 5 MDFT
Moisture Cured Urethane
1 coat, 5 MDFT
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.
E. System No. 5 Exposed Metal - Mildly Corrosive:
1. Surface Preparation and Coating System
Surface Prep.
Paint Material
Min. Coats, Cover
Abrasive Blast, or Centrifugal
Wheel Blast (SP 10)
Inorganic Zinc Rich Primer
11 coat, 3 MDFT
Polyurethane Enamel
12 coats, 6 MDFT
2. Application:
(1) Exposed metal surfaces, new located outside of structures and exposed to
weather.
(2) The specified coating systems at transitions between buried or concrete
encasement and exposed pipe shall be overlapped a minimum of 6-inches.
F. System No. 8A Buried Metal, Shop Coated:
Protective Coatings 09906 -14
PSC08325B — Lake Alan Henry Pipeline — Contract B
1. Surface Preparation and Coating System:
Surface Prep.
Paint Materials
Min. Covers, Cover
Abrasive Blast, or Centrifugal
Wheel Blast (SP5)
Polyurethane
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, unless specified otherwise.
c. Epoxy coating in accordance with System No. 1 shall be allowable in lieu of
System No. 8 only when approved by the Engineer. Manufacturer shall
specifically request the use of System No. 1 in writing for Engineer review and
approval.
G. System No. 8B Buried Metal, Field Coated:
1. Surface Preparation and Coating System:
Surface Prep.
Paint Materials
Min. Covers, Cover
Abrasive Blast, (SP10) or
Polyurethane
35 MDFT
Power Tool to Bare Metal
- or —
(SP11)
Wax Tape
35 MDFT
-or—
Fast Cure Epoxy
1 coat, 20 MDFT
2. Use on the Following areas or surfaces:
a. Field coat all buried metallic items with this system, unless specified in Section
09910, Pipeline Coatings, or approved by Engineer.
b. All buried non-ferrous valves, pipe, or tubing.
c. All buried miscellaneous metals, valves, fittings, and associated bolts.
3. Special Requirements:
a. Polyurethane coating shall be Durashield 310-61 coating as manufactured by
Lifelast Inc., Vancouver, WA, or equal.
b. Wax Tape manufacturer shall be Denso North America, Trenton, or equal
c. Fast cure Epoxy coatings shall be:
(1) Denso Protal 7125 (Low temperature) or Protal 7300
(2) Tapecoat TC 7010
(3) 3M ScotchKote 323
H. System No. 10 Galvanized Metal Conditioning:
1. Surface Preparation and Coating System
Surface Prep.
Paint Material
Min. Coats, Cover
Solvent Clean (SP 1)
Followed by Hand Tool (SP
2) or Power Tool (SP 3)
Wash Primer
1 Coat, 0.4 MDFT
Finish Coats to Match Existing
Paint
As Required to Match
Surrounding Area
2. Application:
a. All galvanized surfaces requiring painting
Protective Coatings
PSCO8325B — Lake Alan Henry Pipeline — Contract B
09905 -15
I. System No. 11 Galvanized Metal Repair:
1. Surface Preparation and Coating System
Surface Prep.
Paint Material
Min. Coats, Cover
Solvent Clean (SP 1)
Organic Zinc Rich Primer
1 Coat, 3 MDFT
Followed by Hand Tool (SP
2), or Power Tool (SP 3), or
Brush-off Blast (SP 7)
2. Application:
a. All galvanized surfaces which are abraded, chipped, or otherwise damaged.
J. System No. 29 Fusion Bonded Coating:
1. Surface Preparation and Coating System
Surface Prep.
Paint Material
Min. Coats, Cover
Abrasive Blast, or Centrifugal
Fusion Bonded 100% solids
1 or 2 coats, 7 MDFT
Wheel Blast (SP 10) or Acid
Epoxy or Polyurethane
Pickling (SP 8)
2. Application:
a. Use on the following areas:
(1) All surfaces specified to be shop coated and intended for burial, immersion,
high humidity and condensation, and pipe vault components where
specifically specified.
b. Use on the following items or surfaces:
(1) Pipe, valves, fittings, and couplings.
(See PSDS form following this section)
Li
Protective Coatings 09905 -16
PSC08325B — Lake Alan Henry Pipeline — Contract B
PAINT SYSTEM DATA SHEET
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:
Surface Preparation:
Paint Material (Generic)
Product Name/Number
Proprietary)
Min. Coats, Coverage
Additional Information Required (check applicable items):
O ANSI/NSF Certification letter for each paint material listed above requiring ANSI/NSF Standard 60
and 61 approval.
O Manufacturer's minimum and maximum recommended coating thickness per coat and for total
coating system.
O Immersion coating cure requirements from minimum coating application temperature to 100
degrees in 15-degree temperature increments.
Protective Coatings
PSC08325B — Lake Alan Henry Pipeline — Contract B
09905 -17
:1
09910 PIPELINE COATINGS AND LININGS
t PART1 GENERAL
1.01 WORK RESULTS
A. This section covers the work necessary to apply external polyurethane coating on steel pipe,
field coating of joints, and field repair of coating damage, complete.
B. Concrete cylinder pipe shall be externally overcoated with polyurethane coating system where
specifically indicated on the drawings, complete.
C. Exposed steel pipe will be coated as specified in Section 09905, PAINTING, unless specifically
specified otherwise.
1.02 SUBMITTAL REQUIREMENTS
A. Contractor submittals shall be made in accordance with Section 01300 of these Specifications.
B. Shop Drawings: Catalog cuts and other information for all products proposed. Provide copy of
approved coating system submittals to the coating applicator.
C. Quality Control Submittals: Furnish the following:
1. Applicator's Experience with list of references substantiating compliance.
2. Coating manufacturer's certification stating the applicator meets or exceeds their coating
application requirements and recommendations.
3. Coating manufacturer shall provide a copy of the manufacturer's coating application quality
assurance manual.
4. If the manufacturer of field -applied coating differs from that of the shop applied primer,
provide written confirmation from both manufacturers' that the two coating materials are
compatible.
1.03 QUALITY ASSURANCE
A. Coating Applicator's Experience and Certification:
Coating Application Company and coating application supervisor (Certified Applicator) shall
have a minimum of 5 years experience applying the specified coating system. Coating
application personnel, whom have direct coating application responsibility, shall have a
minimum of 2 years practical experience in application of the indicated coating system.
2. Coating applicator shall be certified by the coating manufacturer as an approved applicator.
B. Coating and/or lining manufacturer technical representative shall be present for a minimum of
three days technical assistance and instruction at the start of coating and/or lining operations
within the shop. During this visit, the technical representative shall observe surface preparation
and coating application and conduct tests of the coating to insure conformance with application
instructions, recommended methods, and conditions.
C. Coating and/or lining manufacturers technical representative shall be onsite for three working
days, minimum, at the start of each construction season to inspect coating application and
procedures in the field. During this visit, the technical representative shall observe surface
preparation and coating application and conduct tests of the coating to insure conformance with
application instructions, recommended methods, and conditions.
t PIPELINE COATINGS AND LININGS 09910 -1
PSCO8325B — Lake Alan Henry Pipeline — Contract B
D. Coating and/or lining manufacturer shall include 8 hours per month of field or shop coating
technical support when requested by the Engineer.
E. Technical representative shall provide a written report to the Engineer for each visit. Report
shall include copies of test data collected, description of observations, and all recommended
corrective actions. Report shall be submitted within 5 working days after the visit. When
deemed necessary by the Engineer, work will not be permitted to proceed until the
recommended corrective actions have been implemented. After all corrective recommendations
have been completed; the manufacturer representative shall return and certify that the
application complies with the manufacturer's coating application recommendations.
F. Additional visits by the manufacturer's representative shall be made at sufficient intervals during
surface preparation and coating or lining as may be required for product application quality
assurance, and to determine compliance with manufacturer's instructions, and as may be
necessary to resolve problems attributable to, or associated with, manufacturer's products
furnished for this project.
1.04 ABBREVIATIONS
MDFT Minimum Dry Film Thickness
mil Thousandths of an Inch
1.05 DEFINITIONS
A. Manufacturer's Representative: Employee of coating manufacturer who is factory trained and
knowledgeable in all technical aspects of their products and systems. Sales representatives are
not acceptable as a technical representative unless written authorization from the coating
manufacture is provided which states the sales representative has full authority to act on the
behalf of the coating manufacturer.
1.06 REFERENCE STANDARDS
AWWA C205 Cement -Mortar Protective Lining and Coating for Steel Water Pipe-4-inch
and Larger- Shop Applied.
AWWA C209 Cold Applied Tape Coatings for the Exterior of Special Sections,
Connections, and Fittings for Steel Water Pipelines.
AWWA C210 Liquid -Epoxy Coating Systems for the Interior and Exterior of Steel Water
Pipelines.
AWWA C216 Heat -shrinkable Cross -linked Polyolefin Coatings for the Exterior of Special
Sections, Connections, and Fittings for Steel Water Pipelines.
AWWA C217 Cold -Applied Petrolatum Tape and Petroleum Wax Tape Coatings for the
Exterior of Special Sections, Connections, and Fittings for Steel Water
Pipelines.
AWWA C222 Polyurethane Coatings for Interior and Exterior of Steel Water Pipe and
Fittings
NACE RP-0274 High Voltage Electrical Inspection of Pipeline Coatings Prior to Installation.
SSPC-SP-1 Solvent Cleaning Surface Preparation
SSPC-SP-2 Hand Tool Cleaning Surface Preparation
PIPELINE COATINGS AND LININGS 09910 - 2
PSC08325B — Lake Alan Henry Pipeline — Contract B
j_�
SSPC-SP-3 Power Tool Cleaning Surface Preparation
SSPC-SP-5 White metal Abrasive Blast Surface Preparation
SSPC-SP-6 Commercial Abrasive Blast Surface Preparation
SSPC-SP-10 Near White Metal Abrasive Blast Surface Preparation
SSPC-SP-11 Power Tool Cleaning to Bare Metal
1.07 SPECIAL WARRANTY REQUIREMENTS
A. The Contractor and coating applicator shall warrant to the Owner and guarantee the work under
this section against defective workmanship and materials for a period of two (2) years
commencing on the date of final acceptance of the work.
1.08 OBSERVATION OF WORK
A. The Contractor shall give the Owner Representative a minimum of 14 days advance notice of
the start of any work to allow scheduling for shop or field observation. Provide Owner
Representative a minimum 3 days' notice for actual start of surface preparation and coating
application work.
B. Provisions shall be made to allow Owner's representative full access to facilities and
appropriate documentation regarding coating application.
C. Observation by the Owner's representative or the waiver of observation of any particular portion
of the work shall not be construed to relieve the Contractor of his responsibility to perform the
work in accordance with these Specifications.
D. Materials shall be subject to observation for suitability as the Owner's representative may
determine, prior to or during incorporation into the work.
E. Perform such work only in the presence of Engineer, unless Engineer grants prior approval to
perform such work in his absence.
PART 2 MATERIALS
2.01 GENERAL
A. Exterior and interior pipe and fitting surfaces shall be prepared and coated in accordance with
referenced standards, written directions of the coating or lining manufacturer's, and these
specifications, whichever is more stringent.
B. Coatings and linings will be stored, handled, and applied per manufacturer's written directions.
C. Pipeline coating or lining shall be the product of a single manufacturer. Product substitutions
during the project will not be permitted.
2.02 EXTERIOR SHOP -APPLIED COATINGS
A. General
1. Steel pipe shall be coated in accordance with AWWA C222, except as modified herein.
2. Concrete cylinder pipe shall be externally overcoated with polyurethane coating as
specified here in and in accordance with the coating manufacturer's recommendations for
concrete substrates.
PIPELINE COATINGS AND LININGS 09910 - 3
PSC08325B — Lake Alan Henry Pipeline — Contract B
i
3. Overcoating of concrete cylinder pipe with polyurethane shall be performed from joint to
joint and shall include the minimum length as shown on the Drawings.
4. Pipe that is atmospherically exposed shall be shop primed as specked herein and Section -
09905 PAINTING.
5. Buried dielectrically coated pipe and fittings passing through a structure wall or floor shall
be coated for a minimum of two -inches beyond the interior wall or floor surface.
B. Plural Component Polyurethane:
1. General: Plural component, polyurethane coating system (referred to as a polyurethane
}
system) shall be applied in accordance with AWWA C222, and as modified herein.
2. Shop Surface Preparation:
a. Steel pipe: SSPC-SP5, White Metal blast, 3.00 mil profile, minimum, or as required
by the manufacturer, whichever is greater.
b. Concrete Pipe:
(1) Abrasive blast to remove all laitance and loose material and create a suitable
anchor profile.
(2) Cement mortar coating shall be allowed to cure 15 days or steam cured not less
than 7 days prior to surface preparation of the mortar and coating application.
Hand applied mortar lining shall be allowed to cure a minimum of 15 days or as
required to meet the coating manufacturer's requirements for application on
cement, whichever is greater.
(3) Mortar coating shall be dry during coating application.
3. Shop Applied Coating Requirements:
a. Self -priming, plural component, 100 percent solids, non -extended polyurethane,
suitable for burial or immersion.
b. One coat, 35 mils total dry film thickness, minimum, or as required to meet the holiday
and coating defects limits specified this section.
c. Shall be one of the following products, subject to review and acceptance of submitted
product performance reports:
(1) Protec II, Futura Coatings, Hazelwood, Missouri;
(2) Chemtane 2265, Chemline, Inc, St. Louis, Missouri
(3) Or Engineer approved equal.
d. Acceptance of submitted product is contingent upon:
(1) Submission of an independent testing report conducted within three years prior to
bid opening documenting conformance to the coating performance criteria
f
specified herein.
(2) Verification that no significant change in product formulation has occurred
through comparison of current product Part A and B formulation with infrared
'
spectrometry analysis of test product for the laboratory test report.
!
4. Laboratory Coating Testing and Report:
a. General
(1) Coating manufacturer shall submit to the Engineer for approval, test reports
indicating conformance to the specified performance criteria using prepared
samples as defined using coating materials conforming to the following general
requirements:
(2) Polyurethane coating material tested shall have been manufactured within 30
days of test sample preparation.
(3) Coating material to have to have a minimum of three years prior pipeline coating
i;
application history.
(4) Extended polyurethane coatings will not be acceptable.
(5) Submission of incomplete reports, use of test procedures or methods other than
those specified, or preparation of samples with a coating material other than
those listed will result in rejection of the coating.
6
PIPELINE COATINGS AND LININGS 09910 - 4
PSC08325B — Lake Alan Henry Pipeline — Contract B
(6) Reports shall be submitted for review and approval not less than 30 days prior to
coating application along with current product data sheets and MSDS sheets for
parts A and B.
(7) New product formula tests shall be accompanied with Part A and B wet samples
for infrared spectrometry analysis. Wet samples shall be from the lot and batch
tested and shall be collected and seal by the Engineer for laboratory analysis by
the Engineer.
b. Test Sample Preparation:
(1) Coating manufacturer to provide 10 days advanced notification of coating sample
preparation for Engineer observation.
(2) Failure to fully conform to the preparation requirements will result in rejection of
the submitted coating material.
(3) Sample preparation completed by the coating manufacturer shall be fully
documented and reported to the testing agency by the manufacturer.
(4) All coating test samples shall be prepared in conformance with the following
general requirements.
c. Sample Surface preparation
(1) Method: Abrasive Blast, Green Diamond or Steel Grit, SSPC-SP5, White
Metal
(2) Profile: 3.25 mils (±0.25 mils), Angular profile, 90 Peak Count per inch
minimum, measured and recorded using surface profilometer.
d. Coating Application:
(1) Method: Spray film, in accordance with manufacturer's written shop
application requirements.
(2) Thickness: 35 mils, minimum, 40 mils maximum
(3) Cure: Air cure only, oven or other accelerated cures will not be acceptable.
(4) Form: Sheet, steel panel, or steel pipe as required for test procedure.
e. Sample Quantity: Three minimum for each test performed or as required by the
ASTM Test Standard, whichever is more stringent.
f. Coating Tests:
(1) Testing shall be performed by a certified independent laboratory testing agency
with a minimum five years experience in the performance of ASTM test
procedures on coating systems.
(2) All testing shall be at room temperature, unless specifically required otherwise by
the ASTM test procedure.
(3) Water Absorption (ASTM D570)
(a) Criteria: 1.00 percent, maximum
(b) Method: Long-term Immersion
(c) Sample: Sheet, 1 mm maximum thickness
(4) Permeance (ASTM E96)
(a) Criteria: 0.050 inch -pound
(b) Method: Water Procedure BW (App. X1)
(c) Conditions: Supported in manner to provide full circulation of air
around test container for duration of test procedure.
(5) Impact Resistance (ASTM G14)
(a) Criteria: 125 inch -pounds, minimum
(6) Cathodic Disbondment (ASTM G95)
(a) Criteria: 8 mm, maximum
(b) Potential: -3.00 volts
(c) Duration: 30 days
(d) Radius: Measured from original holiday radius
(7) Adhesion to Steel, Dry (ASTM D4541):
(a) Criteria: 3,000 psi, minimum
(b) Equipment: Delfesko Positest
(c) Dollies: 20 mm, maximum, scored to metal substrate
(8) Abrasion (ASTM D4060)
(a) Criteria: 85 mg loss, maximum
(b) Conditions: CS-17 wheel, 1,000 grams weight, 1,000 revolutions
PIPELINE COATINGS AND LININGS
PSC08325B — Lake Alan Henry Pipeline — Contract B
09910 - 5
(9) Tensile Strength (ASTM D412)
(a) Criteria: 4,000 psi, minimum
}
(10) Hardness, Shore D (ASTM D2240)
(a) Criteria: 70, Shore D, minimum
(11) Flexibility (ASTM D522)
Lam.
(a) Criteria: Pass (no cracking)
�-
(b) Mandrel Diameter: 3 inch, 180 degrees
g. Reporting
(1) As required by the ASTM test method, and the following additional information:
(a) Sample panel preparation date and identification
(b) Surface preparation method and abrasive
(c) Surface Preparation profile and peak count
(d) Coating lot and date of manufacture
(e) Application spray gun and equipment used
(f) Application temperatures of coating materials and material temperature at
the gun, ambient temperature, and panel surface temperature
i
(2) Include all periodic test data and/or observations for all tested samples and show
all multiple measurements in both table and graph.
(3) Show all calculations as required by the ASTM test method.
-
(4) Include digital photographic documentation of all visual assessments, test
I i
apparatus, and final panel condition using 4 mega pixels minimum resolution.
(5) Submit reports in both PDF and color printed format with photographs in JEPG
format on CD.
{
C. Exterior Coating for Exposed Steel Pipe
All atmospherically exposed or vault piping shall be shop primed with the coating system
as specified in Section 09905, PAINTING.
2.03 INTERIOR SHOP -APPLIED LININGS
A. Cement Mortar Lining:
1. Clean and cement mortar line steel pipe and fittings in accordance with AWWA C205.
2. Cement: Conform to ASTM C150, Type II.
3. Shop applied cement mortar lining shall be uniform in thickness over the full length of the ?
pipe joint.
4. Aggregate shall be silica sand or other aggregate that is not subject to leaching. Conform
to ASTM C33.
5. Water for cement mortar: Clean and free from organic matter, strong alkalis, vegetable
matter, and other impurities. ,
B. Liquid Applied Epoxy Coating
1. Provide liquid epoxy primer and lining in all cement mortar lined metallic pipe at insulating
joints for a minimum of two pipe diameters on each side of the insulated joint.
2. Epoxy coatings shall be NSF approved coatings suitable for potable water contact in ±�
accordance with ANSI/NSF Standards 60 and 61.
3. Epoxy shall be applied over the cement mortar lining where specified for the pipeline lining
material.
4. Prepare the cement mortar lining by abrasive blasting to remove all laitance and provide a f i
surface profile.
5. Cement mortar shall be allowed to cure for a minimum of 15 days prior to surface
preparation and coating application or 7 days with steam curing.
6. Mortar lining shall be dry when epoxy lining is applied.
2.04 SPECIALS, FITTINGS, AND CONNECTIONS
A. Coating and lining application for special sections, connections, and fittings for steel or ductile
iron pipe shall conform to coating system and application requirements as specified this section. j
PIPELINE COATINGS AND LININGS 09910 - 6
PSCO8325B — Lake Alan Henry Pipeline — Contract B
i_ j
B. Specials, fittings, and connections shall be defined as any pipe section with turnouts for
blowoffs, interconnects, any valve, or other appurtenances; tees; crosses; wyes; laterals;
manholes; mitered angles or elbows; and pipes which require special fabrication that prevents
mechanical production application of the specified coating system from end to end of pipe joint.
C. In addition to the items listed as specials, the following items shall also be considered as
specials:
Pipe joints with pass through holes.
D. Hand applied tape coatings will not be permitted on any specials, fittings, connections, and
elbow fittings.
E. Specials, fittings, and connections shall be externally coated with polyurethane coating system
applied from end to end of pipe joint on all specials, fittings, and connections.
2.05 EXTERIOR FIELD JOINT COATING
A. Pipe joints shall be field coated after pipe assembly in accordance with AWWA C216, or C217,
whichever is applicable and as specified herein.
B. Field joint coating shall be compatible with the shop -applied coating system and provided by the
same manufacturer or a manufacturer approved by the pipe coating manufacturer.
C. All joints on pipe 24-inches in diameter or greater shall be coated with a heat shrink coating
material.
D. Field joint coating materials shall be as follows or an approved equal.
1. Heat Shrink Sleeves:
a. Filler Material:
(1) Provide filler material for all push -on, flange, and coupling type joints and at all
changes in outside diameter are greater than 1/8-inch.
(2) Filler material shall adhere to the pipe and heat shrink sleeve. Size and type
shall be as recommended by the sleeve manufacturer for type of pipe and joint.
(3) Filler mastic for joints subject to weld after backfill shall exceed 500 degrees F
melt point temperature.
(4) Filler material shall be applied in a manner and of sufficient thickness that no
tenting or voids remain under the heat shrink sleeve.
b. Joint Coating:
(1) Heat shrink, cross -linked polyolefin wrap or sleeve with a mastic sealant, 85-mils
minimum thickness, suitable for pipeline operating temperature, as
recommended by the manufacturer.
(2) Provide standard recovery sleeve for welded or bell and spigot steel pipe joints.
High recovery sleeves shall be provided for flange joints and coupling style joints.
(3) Width of heat shrink sleeves shall be sufficient to overlap existing coating
2-inches minimum.
(4) Consideration sleeve shrinkage during installation and joint profile in determining
sleeve width required. Overlapping of two or more heat shrink sleeves to
achieve the necessary width on pipe joints will not be permitted without Engineer
approval.
(5) Sleeve shall meet requirements for "Well After Backfill" when allowed and
approved by Engineer.
c. Holdback Primer: As specified this section
d. Manufacturer's: Canusa, Raychem -Covalence, or equal.
2. Wax Tape Coating:
PIPELINE COATINGS AND LININGS
PSCO8325B — Lake Alan Henry Pipeline — Contract B
09910 - 7
a. Apply coating in accordance with AWWA C217, except as modified herein.
b. Wax tape coatings shall be field applied on all buried flexible joints, thrust restraint
rods and brackets, and on joints, fittings, or irregular shapes or complex
configurations that are not suited for the use of heat shrink coating system.
c. Do not use wax tape coating systems on vault piping, atmospherically exposed piping
and appurtenances, or where subject to UV exposures.
d. Provide filler material to fill and smooth all irregular surfaces, such that no tenting or
voids remain under the applied wax tape.
e. Use sand backfill to protect wax coating from damage.
f. Coating System:
(1) Surface Preparation: SP11 Power Tool to Bare Metal.
(2) Primer: petroleum or petrolatum wax
(3) Filler Material: Filled petroleum or petrolatum wax
(4) Inner Tape: Petroleum or petrolatum wax impregnated fabric, 6-inch width
maximum, 40 mils thick
(5) Outer Wrap: PVC or tape suitable for application to inner tape.
g. Wax tape coating system shall be as manufactured by:
(1) Denso North American
(2) Trenton
(3) Or approved equal.
2.06 INTERIOR FIELD JOINT COATING
A. Mortar Lining:
After the backfill has been completed to final grade, the interior joint recess shall be filled
with grout. The grout shall be tightly packed into the joint recess and troweled flush with
the interior surface. Excess shall be removed.
2. At no point shall there be an indentation or projection of the mortar exceeding 1/1 6-inch.
3. With pipe smaller than 24-inches in diameter, before the spigot is inserted into the bell, the
bell shall be daubed with grout. The joint shall be completed and excess mortar on the
inside of the joint shall be swabbed out.
2.07 REPAIR OF COATINGS AND LININGS
A. General
1. Coating or lining repair materials shall be compatible with the shop -applied coating or lining
system and shall be approved by the coating or lining manufacturer.
2. All major repairs on pipe greater than 24-inches in diameter or coated with polyurethane
coating system shall be repaired using heat shrink sleeves as specified for field joint
coating in accordance with C216, except as modified herein.
3. Minor coating repairs for polyurethane coated or exposed pipe shall be as specified herein.
B. Coating Repair Materials
Heat Shrink Sleeves (major repair):
a. Filler Mastic: Provide mastic filler to fill tape void as required.
b. Full Wrap Coating: Cross -linked polyolefin wrap with a mastic sealant, 85-mil
thickness minimum, suitable for pipeline operating temperature, sleeve material
recovery as recommended by the manufacturer. Sleeve length shall provide a
minimum of 3 inches overlap onto intact pipe coating.
c. Manufacturer's: Canusa, Raychem (Polyken), or equal
2. Heat -Applied Patches (minor repair)
PIPELINE COATINGS AND LININGS 09910 - 8
PSC08325B — Lake Alan Henry Pipeline — Contract B
a. Heat applied adhesive, polyolefin backed, mastic coated tape, 12-inches maximum
' size.
1 b. Patch shall provide a minimum of 2 inches overlap onto intact pipe coating; except for
t "Pritec" coated pipe shall have a minimum overlap of 3-inches in the circumferential
direction.
�r c. CRP patch as manufactured by Canusa, PERP patch as manufactured by Raychem
_. (Polyken), or equal.
C. Polyurethane Coating
1. Polyurethane coating system repair shall be in accordance with the coating manufacturer's
recommended procedures.
2. Coating material for minor repairs shall be single use kits or other mix ratio controlled
packages of slow set polyurethane coating material similar to the existing coating
3. Major repairs will be completed using the coating material specified for the coating or the
lining. Coating shall be reapplied using plural component spray equipment by a
manufacturer certified coating applicator.
D. Exposed Pipe Coating System
Touch-up repair all damage to the primer and/or intermediate coats with the specified
coating system prior to final coating of the pipeline in accordance with Section 09900,
Painting.
PART 3 EXECUTION
3.01 ENVIRONMENTAL LIMITATIONS
A. General
1. Products shall comply with federal, state, and local requirements limiting the emission of
volatile organic compounds and worker exposure.
2. Comply with applicable federal, state, and local, air pollution and environmental control
regulations for surface preparation, blast cleaning, disposition of spent aggregate and
debris, and coating application.
3. Do not perform abrasive blast cleaning whenever the relative humidity exceeds 85 percent,
whenever surface temperature is less than 5 degrees above the dew point of the ambient
air.
4. Do not apply coatings when:
a. Surface and ambient temperatures exceeds the maximum or minimum temperatures
recommended by the coating manufacturer or these specifications,
b. In dust or smoke -laden atmosphere, blowing dust or debris, damp or humid weather,
or under conditions that could cause icing on the metal surface.
c. When it expected that surface temperatures would drop below 5 degrees above dew
point within 4 hours after application of coating.
d. Whenever relative humidity exceeds 85 percent for polyurethane coating application.
5. Where weather conditions or project requirements dictate, CONTRACTOR shall provide
and operate heaters and/or dehumidification equipment to allow pipe surfaces to be
abrasive blasted and coated as specified and in accordance with the manufacturers
coating application recommendations.
6. Work activities can be restricted by the ENGINEER until adequate temperature and
humidity controls are in place and functioning within the environmental limits specified.
7. Coating applicator shall provide a monitoring system approved by the coating manufacturer
that constantly records pipe and coating conditions during coating application. Recorded
monitoring parameters shall include pipe temperature, line speed, surface preparation,
holiday test and other parameters applicable to the type of coating.
B. Temperature Control
PIPELINE COATINGS AND LININGS 09910 - 9
PSCO8325B — Lake Alan Henry Pipeline — Contract B
1. In cold weather or if moisture collects on the pipe, preheat pipe to a temperature between
45 and 90 degrees and 5 degrees above dew point, whichever is greater.
2. When temperatures are above or below the coating manufacturers recommended
application temperatures, the CONTRACTOR will provide temperature controls as
necessary to permit work to precede within the manufacturer's temperature limitations.
3. Provide tenting, insulating blankets, baffles, or bulkheads as required to zone and control
heating or cooling effectiveness.
4. Heating shall be with indirect fired heaters that do not increase humidity levels within the
work area. Heaters shall be sized for the area to be heated.
C. Dehumidification
1. CONTRACTOR shall provide dehumidification equipment when necessary for shop or field
environmental control during surface preparation and/or coating application.
Dehumidification equipment shall be properly sized to maintain dew point temperature 5
degrees or more below surface temperature of metal surfaces to be cleaned and coated.
2. Cleaned metal surfaces shall be prevented from flash rusting throughout the project
duration, condensation or icing shall be prevented throughout surface preparation and
coating application.
3. Equipment size and power requirements shall be designed by personnel trained in the
operation and setup of dehumidification equipment based on project requirements and
anticipated weather conditions.
4. Dehumidification equipment shall operate 24 hours per day and continuously throughout
surface preparation and coating application.
5. CONTRACTOR to provide personnel properly trained in the operation and maintenance of
the dehumidification equipment or provided training by the dehumidification equipment
supplier.
6. Daily maintenance requirements of the equipment shall be documented in writing and
posted near the equipment for review by the ENGINEER.
7. Reblasting of flash rusted metal surfaces or removal of damaged coatings, because of
equipment malfunction, shutdown, or other events that result in the loss of environmental
control, will be at the sole expense of the CONTRACTOR.
•: •
A. General
1. Inspect and provide substrate surfaces prepared in accordance with these Specifications
and.the printed directions and recommendations of coating manufacturer whose product is
to be applied.
2. Visible oil, grease, dirt, and contamination shall be removed in accordance with SSPC-
SP1, solvent cleaning.
3. Surface imperfections such as metal slivers, burrs, weld splatter, gouges, or delaminations
in the metal shall be removed by filing or grinding prior to abrasive surface preparation.
4. Protect prepared pipe from humidity, moisture, and rain. All flash rust, imperfections, or
contamination on cleaned pipe surface shall be removed by reblasting.
5. Priming and coating of pipe shall be completed the same day as surface preparation.
B. Weld Surface Preparation
1. Requirements: '
a. Spray applied coating systems do not require weld grinding.
C. Steel Surface Preparation
PIPELINE COATINGS AND LININGS
PSCO8325B — Lake Alan Henry Pipeline — Contract B
09910 -10
1. Surface preparation of steel pipe shall be in accordance with SSPC surface preparation
standards utilizing the degree of cleanliness specified for the coating system to be applied
or as specified herein, whichever is more stringent.
i' 2. Grit and/or shot abrasive mixture and gradation shall be as required to achieve the degree
of cleanliness and coating adhesion specified.
3. Pipe cleaned by abrasive blasting with recyclable steel grit and/or shot or other abrasive
shall be cleaned of debris and spent abrasive in an air wash separator.
` 4. Polyurethane coating system shall have a sharp angular surface profile of the minimum
depth specified.
5. Work shall be performed in a manner that does not permit the cleaned metal surface to
rust back or flash rust.
6. Rust back or flash rust shall be fully removed with the steel surface cleanliness equal to the
metal surface cleanliness prior to rust back or flash rusting. Determination of the
t
equivalent surface cleanliness shall be at the Engineer's sole discretion.
3.03 SHOP -APPLIED COATING SYSTEMS
A. Polyurethane Coating or Lining
1. Applicator Qualifications:
a. Equipment will be certified by the coating manufacturer to meet the requirements for
material mixing, temperature control, application rate, and ratio control for multi -part
coatings.
b. Equipment not meeting the written requirements of the coating manufacturer shall be
rejected for coating application until repairs or replacement of the equipment is made
to the satisfaction of the Engineer.
c. Personnel responsible for the application of the coating system shall have certification
of attendance at the coating manufacturer's training class within the last three years.
The certified applicator shall be present during all coating application work and shall
have responsibility for controlling all aspects of the coating application.
2. Coating manufacturer shall provide to the Engineer a copy of the manufacturer's coating
application quality assurance manual prior to beginning coating application. Strict
conformance to the requirements of the manual will be required. Deviation from the
requirements of the manual will be grounds for the Engineer to reject the applied coating.
Rejected coating shall be removed to bare metal and reapplied using proper application
methods in accordance with the quality assurance manual and the requirements of these
specifications.
3. Pipe surface temperature shall be between 50 and 100 degrees and 5 degrees above dew
point, whichever is greater.
4. Coating application shall be performed in an environmentally controlled shop area that
meets or exceeds the written environmental application requirements of the coating
manufacturer. Application in outdoor conditions will not be acceptable without adequate
environmental shelter, environmental controls, and/or dehumidification.
5. Coating applied under improper environmental conditions will be rejected. Coating shall be
removed to bare metal and reapplied under proper environmental conditions.
6. Coating adhesion and holidays testing shall be tested as specified this section.
7. Perform coating and lining repairs as specified in this section.
3.04 EXTERIOR COATING HOLDBACK
A. Coating holdbacks shall be straight and cut through the full thickness of the coating.
B. Cutbacks shall be completed in a manner that permits field coating of joints in accordance with
the manufacturer's recommendations and as specified herein.
C. Holdbacks shall be as required for proper jointing of pipe, considering joint welding
requirements, and be as follows:
PIPELINE COATINGS AND LININGS 09910 -11
PSCO8325B — Lake Alan Henry Pipeline — Contract B
Polyurethane coating
Push -on joint, spigot
Flush with spigot end
Push -on, bell
Flush with bell end
Welded, spigot
3 inches, minimum
Welded, Bell
4-inches, minimum
D. Holdback Corrosion Protection:
Holding primer for corrosion protection of cutbacks or holdbacks shall be compatible with
the specified joint coating system and weld after backfill requirements, when applicable.
2. Approved holdback primers are:
a. Tnemec Omnithane — Suitable for all joints, except joints subject to weld after backfill
b. Tnemec 90E-92 Ethyl Silicate Inorganic Zinc Primer — suitable for all joints, including
weld after backfill joints.
c. ICI Devoe Cathacoat 304V Ethyl Silicate Inorganic Zinc Primer — suitable for all joints
including weld after backfill joints.
d. Polyken or Other Tape Primers — Not allowed
3. Holdback coating shall prevent corrosion of prepared pipe ends for duration of storage and
construction, and shall be recommended for buried exposures.
4. Primer shall not result in running or melting of the coating or cause toxic fumes when
heated during weld after backfill operations.
{
5. Application and thickness of holding primer shall be in accordance with the coating
manufacturer's recommendations, but shall not impair the clearances required for proper I IU
joint installation.
6. Primer application on spigot end of field welded pppipe shall be held back a minimum of 2
inches from end of spigot as necessary to prevent toxic fumes during field welding.
7. Any corrosion within the holdback areas shall be abrasively blasted to near white metal in
accordance with SP10 or power tool cleaned to bare metal in accordance with SP11 prior
to applying joint coating.
3.05 PIPE LINING APPLICATION
A. Shop -applied Cement Mortar Lining:
1. Centrifugally line straight sections of pipe. Lining of special pieces or fittings shall be by
mechanical, pneumatic, or hand placement. Provide cement mortar lining of uniform
thickness. Finish to a smooth dense surface.
2. Steel plate specials larger than 16 inches in diameter shall have lining reinforced with 2-
inch by 4-inch No. 13-gage welded steel wire mesh.
3. Centrifugally line straight sections of pipe. Lining of special pieces or fittings shall be by
mechanical, pneumatic, or hand placement. Provide cement mortar lining of uniform
thickness. Finish to a smooth dense surface.
4. Steel plate specials larger than 16 inches in diameter shall have lining reinforced with 2-
inch by 4-inch No. 13-gage welded steel wire mesh.
5. Brace and support pipe during lining application to minimize pipe distortion or vibration.
Bracing and supports shall not damage the pipe, coating, or lining.
6. Tightly close ends of pipe and fittings with plastic sheet caps. Plastic end caps shall be of
sufficient thickness and strength to resist shipping, handling, and storage stresses.
PIPELINE COATINGS AND LININGS 09910 -12
PSC08325B — Lake Alan Henry Pipeline — Contract B
v_
7. Damage to the cement mortar lining, including disbondment, cracking, or blistering, caused
by improper curing, shipping, handling, or installation shall be repaired in accordance with
AWWA specifications and to the satisfaction of the Engineer.
8. Other requirements of mortar lining materials and processes: As specified in AWWA
C205.
B. Liquid Epoxy Lining:
1. Clean and coat the interior of cement mortar lined pipe at insulating joints or where
specified with two coats of epoxy coating.
2. Epoxy coating applied at insulating joints shall be applied to both sides of the insulating
joint for a minimum of one pipe diameter. If only one side of the joint can be coated the
coating shall be applied for a minimum of two pipe diameters.
3. Mortar lining shall be allowed to cure 15 days or steam cured not less than 7 days prior to
surface preparation of the mortar and epoxy coating application. Hand applied mortar
lining shall be allowed to cure a minimum of 15 days or as required to meet the coating
manufacturer's requirements for application on cement or concrete, whichever is greater.
4. Prepared mortar lining by abrasive blasting to remove all laitance and create a suitable
anchor profile
5. Epoxy coating shall be applied in two coats minimum, at a total coating thickness of 16 mils
dry film thickness. Coating applied over cement mortar lining shall be applied in a manner
that will minimize gassing and pinholes in the completed lining.
6. Mortar lining shall be dry during epoxy lining application.
3.06 FIELD COATING JOINTS
A. General:
1. Remove all oil or grease contamination by solvent wiping the pipe and adjacent coating in
accordance with SSPC-SP1, Solvent cleaning.
2. Clean pipe surface and adjacent coating of all mud, corrosion, and other foreign
contaminates in accordance with SSPC-SP11, Power Tool Cleaning to Bare Metal or
abrasive blast joints in accordance with SSPC-SP10, near white metal blast, that exhibit
any surface corrosion or staining. When required, clean the full circumference of the pipe
and a minimum of 6 inches onto the existing coating.
3. Remove all loose or damage pipe coating at joint and either repair the coating as specified
herein or increase the length of the joint coating, where reasonable and practical.
4. Complete joint bonding of pipe joints before application of joint coating. Joint bonds shall
be installed as specified in Section 13115, CATHODIC PROTECTION. Joint bonds shall
be low profile bonds and all gaps and crevices around the bonds shall be filled with mastic
sealant.
5. Contractor to electrically test completed joint coating for holidays with high voltage spark
tester.
B. Weld After Backfill Joint Requirements:
1. Post -welded or 'Weld after Backfill' joints are defined as welded pipe joints that have been
coated and backfilled prior to completing interior welds.
2. Post welded joints shall be coated and protected as follows:
a. Joint coating shall be Canusa AquaWrap heat shrink joint sleeves only. Tape
wrapped joints will not be acceptable.
b. Provide 6-inch wide Canusa AquaWrap protective layer centered over the interior
weld location as recommended by the joint sleeve manufacturer. Heat resistant tape
will not be acceptable.
c. Hold back primer shall be suitable for post weld conditions as specified this section
and shall not exhibit any binder breakdown in the heat effect zone that causes loss of
joint coating adhesion to the holdback primer.
J_
PIPELINE COATINGS AND LININGS
PSCO8325B — Lake Alan Henry Pipeline — Contract B
09910 -13
d. Filler mastic materials shall be high temperature materials with 500 degree F melting
point .
e. Joints shall be fully buried prior to welding, with not less than 12-inch cover of soil or
flowable fill material on all sides. Sand or flowable fill backfill is preferred for weld
after backfill joints.
3. Welding of the joints shall be in conformance with the Section Steel Pipe, and as modified
herein:
a. All welding shall be with two or more weld passes as required to meet the specified
AWS qualified welding procedures and maximum coating temperature limitations.
Weld after Backfill' procedures on wall thicknesses of % inch or less must be
approved by the Construction Manager based on field testing demonstrating the
welding procedures can comply with the requirements of this specification.
b. Welding speed, amperage, and voltage shall be as required to maintain a maximum
heat input of 24,000 joules or a maximum surface temperature at the coating/steel
interface of 800 degrees F, whichever is least.
c. Maximum weld temperature and duration shall not result in carbonization of the joint
coating adhesive. Carbonization is defined as the loss of volatile organic compounds
that result in loss of tackiness, adhesion to the steel, and corrosion protection
properties.
d. Finished joint coating shall not have any visual creases or folds in the joint coating
backing material that extends through both the inner protective layer and outer joint
sleeve.
4. If Contractor elects to post -weld any joints, Contractor shall demonstrate that the joint
welding procedures will not significantly damage the coating by fully excavating the first
two joints for evaluation of the joint coating condition. Engineer will randomly select up to
three additional post -welded joints for excavation by Contractor for evaluation of joint
coating condition. Joint coating will be destructively evaluated by the Engineer. Contractor
will removed and replace joint heat shrink sleeve upon completion of the evaluation.
5. In the event that any excavated post welded joint exhibits any heat related damage as
defined herein, Contractor shall modify and test a new post welding procedure prior to
completing any additional post -welded joints. Contractor shall demonstrate that the
revised joint welding procedure will not significantly damage the coating by repeating the
weld after backfill evaluation requirements defined this Section, including excavation of the
three additional randomly selected joints for destructive evaluation.
C. Heat Shrink Sleeve Joint Coating:
1. Store, handle, and apply field heat shrink sleeve coatings in accordance with AWWA C216
and these specifications.
2. Store sleeves in shipping box until use is required. Keep dry and sheltered from exposure
to direct sunlight. Store off the ground or concrete floors and maintain at a temperature
between 60 and 100 degrees as recommended by the sleeve manufacturer.
3. Metal surface shall be free of all dirt, dust, and surface corrosion prior to sleeve application.
Surface preparation shall be in accordance with the joint coating manufacturer's
recommendations.
4. Where corrosion in the holdback area is visible, surfaces shall be prepared in accordance
with SSPC-SP10, near white metal blast, or SSPC-SP11, power tool cleaning to bare
metal.
5. Preheat pipe uniformly as recommended by the sleeve manufacturer. Monitor pipe
temperature using a surface temperature gauge, infrared thermometer, or color changing
crayons. Protect preheated pipe from rain, snow, frost, or moisture with tenting or shields
and do not permit the joint to cool.
6. Fill all cracks, crevices, gaps, and step-downs greater than % inch with filler mastic in
accordance with the manufacturer's recommendations for the full circumference of the
pipe.
7. Apply heat shrink sleeve when it is at a minimum temperature of 60 degrees and while
maintaining the pipe temperature above the preheat temperature specified. Apply sleeve
PIPELINE COATINGS AND LININGS 09910 -14
PSCO8325B — Lake Alan Henry Pipeline — Contract B
r ,
in accordance with the manufacturer's instructions and center the sleeve over the joint to
provide a minimum 2-inch overlap onto the existing pipe coating.
8. Completed joint sleeve shall be fully bonded to the pipe and existing coating surface
` without voids. Mastic beading shall be visible along the full circumference of the sleeve.
There shall be no wrinkling or excessive burns on the sleeves. Sleeves that do not meet
these requirements shall be removed and the joint recoated as directed by the Engineer.
Minor repairs may be repaired using heat applied patch material specified for minor coating
repairs.
f 9. Allow the sleeve to cool before backfilling. In hot climates, provide shading from direct
sunlight. Water quenching will be allowed only when permitted by the sleeve
` manufacturer.
10. Heat shrink joint coatings which have become wrinkled or disbonded because of prolonged
exposure to UV light or thermal cycling shall be removed and replaced.
11. Double coating of defective or damaged heat shrink coatings will not be permitted. Any
double coated heat shrink sleeves shall be immediately rejected and Contractor shall
remove and recoat the joint.
3.07 REPAIR OF COATING AND LININGS
A. General:
1. All areas where holidays are detected or coating is visually damaged, such as blisters,
tears, rips, bubbles, wrinkles, cuts, or other defects shall be repaired. Areas where no
holidays are detected, but are visually damaged shall also be repaired.
2. Maximum defects allowable shall be as specified herein for the coating system.
B. Polyurethane Coating or Lining Repairs
General
a. Complete coating or lining repairs in accordance with the coating manufacturers
written instructions and these specifications, whichever is stricter.
b. Defect Size:
(1) Minor repairs - repairs that are less than 6-inches in the greatest dimension.
(2) Major repairs - repairs that exceed 6-inches in the greatest dimension.
c. Pipes exceeding the maximum number or size of coating defects shall be stripped of
coating, reblasted, and recoated.
d. Pipe arriving in the field with defects or repairs exceeding the maximum number or
size of coating defects will be returned to the shop for recoating at the contractor's
expense.
Minor Repairs:
a. Coating or lining repairs on any joint of pipe shall not exceed 1.5 per 100 square feet
of surface area.
b. Two or more minor repairs within 6-inches diameter circle will be considered a single
repair.
c. Repairs for adhesion testing will not be included in the total number of repairs.
d. Minor repairs
(1) Surface Preparation: Clean and feather the defect by power tool sanding with 80
grit or coarser sandpaper to roughen the existing coat and feather the edges of
the defect for a minimum of 2-inches around the defect.
(2) Shop repair Materials:
(a) Slow setting parent material polyurethane coating material in syringes or
other single use packaging that controls mix ratio.
(b) Coating Manufacturer's polyurethane coating repair products subject to
Engineer approval.
(3) Field Repair Materials:
(a) Melt stick coating repair (not acceptable for repairs greater than 1-inch
diameter); ScotchCoat P206, Canusa Melt Stick, or approved equal.
PIPELINE COATINGS AND LININGS
PSC08326B — Lake Alan Henry Pipeline — Contract B
09910 -16
(b) Heat applied coating materials; CRP Patch, Canusa; PERP Patch, Tyco
Adhesives, or approved equal.
(c) Coating Manufacturer's polyurethane coating repair products subject to
Engineer approval.
(4) Apply a single coat of the specified patch coating material at the specified coating
thickness.
(5) Repairs adhesion shall be 50 percent of the specified coating adhesion.
3. Major Repairs:
a. Major repairs shall not exceed two per pipe joint and the combined area shall not be
greater than 50 percent of the pipe.
b. Major repairs:
(1) Surface Preparation:
(a) The metal surface and surrounding coating shall be abrasively blasted in
accordance with SSPC-SP10, near white metal, or to equal in cleanliness
and profile as the original surface preparation.
(b) Existing coating shall be feathered and roughened to the equivalent of 40
grit sandpaper.
(2) Shop Repair Materials:
(a) Same material as the pipeline coating or lining and shall be applied by using
plural component spray equipment.
(3) Field Repair Materials:
(a) Same material as the pipeline coating or lining and shall be applied by using
plural component spray equipment.
(b) Heat shrink sleeves as specified for pipeline joints.
c. One coat of the specified original coating material shall be applied over the repaired
surface at the specified thickness.
d. Repair adhesion shall be equal to the specified coating adhesion.
3.08 INSPECTION AND TESTING
A. General
1. Applicator shall inspect and test the coating system in accordance with referenced
standards and these specifications, whichever is more stringent.
2. The frequency of the testing shall be determined by the applicator, but shall not be less
than the requirements of this specification.
3. Owner or Owner's Representative will conduct random independent inspections and tests
for the final acceptance or rejection of pipe coating or lining.
B. Adhesion Testing
1. General
a. Adhesion testing shall be conducted at the shop prior to shipment. Pipe shipped
without adhesion testing will be field-tested. Pipe rejected in the field will be returned
to the shop for repair at the sole expense of the Contractor.
b. A minimum of two pipes will be tested for adhesion from each lot of pipe coated up to
4,000 square feet of pipe. An additional adhesion test will be conducted on every
increment up to 3,000 square feet of pipe coated in excess of the first 4,000 square
feet of pipe. (i.e. if one workday of production is 8,000 square feet of pipe, four
adhesion tests will be conducted on the pipe lot.)
c. A pipe lot is defined as the quantity of pipe that is coated by a single crew within a
work shift, but not to exceed 10-hours.
d. The pipe coating applicator shall repair all coating damage from adhesion testing.
e. Adhesion tests will be performed not less than 24 hours after coating application.
Tests conducted prior to 24-hours will be acceptable only if the test meets or exceeds
the adhesion criteria specified and the test was requested by the pipe fabricator.
f. Pipe will be randomly selected for adhesion testing.
PIPELINE COATINGS AND LININGS 09910 -16
PSC08325B — Lake Alan Henry Pipeline — Contract B
g. If any pipe tested fails the adhesion test, all pipes within the lot will be rejected. Each
j pipe within the rejected pipe lot will then be individually tested for adhesion and
I rejected on a pipe -by -pipe basis.
h. Rejected pipe shall have the coating fully removed from the pipe and the pipe
abrasive blasted and recoated.
2. Polyurethane Adhesion Testing:
a. Polyurethane coatings or linings shall have an adhesion to steel of 1,750 pounds per
square inch, minimum.
b. Polyurethane coating adhesion to steel substrates shall be tested using pneumatic
pull off equipment, such as HATE Model 108 or Delfesko Positest, in accordance with
ASTM D4541 and AWWA C222, except as modified in this section.
c. Adhesion testing records shall include pipe identification, surface tested (interior or
exterior), surface temperature, coating thickness, tensile force applied, mode of
failure, and percentage of substrate failure relative of dolly surface.
d. Dollies for adhesion testing shall be glued to the coating surface and allowed to cure
for a minimum of 12 hours. Because of high cohesive strength, polyurethane coatings
shall be scored around the dolly prior to conducting the adhesion test.
e. Failure shall be by adhesive and cohesive failure only. Adhesive failure is defined as
separation of the coating from the steel substrate. Cohesive failure is defined as
failure within the coating, resulting in coating remaining both on the steel substrate
and dolly.
f. Partial substrate and glue failures will be retested if the substrate failure is less than
50 percent relative of the dolly surface area and the applied tension was less than the
specified adhesion. Pipes that have partial substrate failures greater than 50 percent
and less than the specified adhesion will be rejected as a substrate adhesion failure.
g. Glue failures in excess of the minimum required tensile adhesion would be accepted
as meeting the specified adhesion requirements.
h. Adhesion tests will be conducted on polyurethane pipe coating and lining
independently and will be accepted or rejected independently of the other.
i. Repair patches on the polyurethane coating shall be randomly selected for adhesion
testing in a manner as described herein and at the discretion of the coating inspector
conducting the adhesion tests. Adhesion of repairs shall be as specified for the type
of repair.
C. Holiday Testing
1. Holiday tests on polyurethane coatings or linings will be conducted on the completed
coating or lining after cure or 24-hours, whichever is less, using a high voltage spark test in
accordance with NACE Standard RP-0274 and these specifications.
2. Coating thickness used for holiday testing shall be the minimum specified coating
thickness.
D. Dry Film Thickness Testing
1. Coatings shall be tested for dry film thickness using a properly calibrated magnetic pull off
or eddy current equipment.
2. Coating thickness measurements shall be conducted as necessary and without limitation.
Testing conformance to the requirements of SSPC PA-2 is specifically excluded from this
specification.
3.09 HANDLING, TRANSPORTATION, AND STORAGE
A. Pipe shall be handled in such a manner as to protect the pipe and coating from damage.
B. Coated pipe shall not be shipped or installed until coating has developed full adhesion and cure.
PIPELINE COATINGS AND LININGS 09910 -17
PSCO8325B — Lake Alan Henry Pipeline — Contract B
B. Quality Assurance Submittals:
1. Manufacturers' Certificates of Compliance.
2. Field Test Reports.
3. Qualifications of Corrosion Specialist.
PART 2 MATERIALS
2.01 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 section shall be installed concurrently with pipe
installation. Coordinate all work specified herein with related sections.
2.02 SUPPLIERS:
A. Alternate suppliers will be considered, subject to approval of the ENGINEER. Address given is
that of the general office; contact these offices for information regarding the location of their
representative nearest the project site.
1. Corrpro, Inc., Chicago, IL
2. Farwest Corrosion Control, Gardena, CA
3. MESA Products, Tulsa, OK
2.03 JOINT BONDS
A. Coated Steel Pipe:
1. Joint bonds shall be solid copper strap, 1-1/4-inch wide by 1/16-inch thick, equivalent to 1/0
AWG wire, with two punched holes for thermite welding to the pipe. Strap bond shall be
12-inches long, maximum.
2. Provide three joint bonds per pipe joint.
3. Connection of joint bond to pipe shall be with the thermite weld method using the cartridge
and recommended by the bond manufacturer.
4. Bonds shall be as manufactured by Erico Products, Continental Industries, or approved
equal.
B. Concrete Cylinder Pipe:
1. Joint bonds shall be one premanufactured steel bonding clips for arc welding to bell and
spigot of joint, as shown on the Drawings.
2. Provide four bonds per pipe joint, located as shown on the Drawings.
3. Coat steel clips with fast curing epoxy after welding to joint as specified in this Section.
Topcoat epoxy coated bonds with cement mortar, 1-inch minimum cover.
C. Ductile Iron Pipe:
1. Single -conductor, No.2 AWG stranded copper wire with 600-volt HMWPE insulation,
18 inches long, with formed copper sleeve on each end of the wire.
2. Provide two joint bonds per pipe joint:
D. Flexible Coupling, Flanged Coupling Adapter, and Other Non-standard Joints:
1. Steel Pipe:
a. Solid copper strap, 1-1/4-inch wide by 1/16-inch thick, equivalent to 1/0 AWG wire,
with five punched holes for thermite welding to the coupling and pipe. Strap bond
shall be fabricated for the length of the coupling with sufficient additional length for 1
inch of joint movement. Provide two bonds per joints for pipe less than 60-inches in
diameter and three bonds per joint for pipe 60-inches or greater in diameter.
Cathodic Protection 13116-2
PSC08325B - Lake Alan Henry Pipeline - Contract B
I'
`s
b. Connection of joint bond to pipe shall be with the thermite weld method using the
cartridge and recommended by the bond manufacturer. Strap bond shall be as
manufactured by Erico Products, Continental Industries, or approved equal.
E. insulated Flexible Coupling Joints:
1. Steel Pipe:
a. Solid copper strap, 1-1/4-inch wide by 1/16-inch thick, equivalent to 1/0 AWG wire,
with four punched holes for thermite welding to the coupling and pipe. Strap bond
shall be fabricated for the length of the coupling with sufficient additional length for 1
inch of joint movement.
b. Connection of joint bond to pipe shall be with the thermite weld method using the
cartridge and recommended by the bond manufacturer.
c. Strap bond shall be as manufactured by Erico Products, Continental Industries, or
approved equal.
2.04 CATHODIC PROTECTION TEST STATIONS
A. Post Mounted (Steel Conduit):
1. Test Box: Big Fink, Lexan plastic box and cover, blue, as manufactured by Cott
Manufacturing.
2. Terminal Block:
a. Plastic with seven terminals.
b. Terminal heads shall have special heads to keep them from turning or shall be easily
accessible from both sides of the terminal block without requiring its removal.
c. Terminal studs, washers, and nuts shall be stainless steel.
3. Mounting Structure: 3-inch rigid galvanized steel conduit, 6 feet long minimum.
B. Vault Mounted:
1. Test Box:
a. Cast aluminum suitable for threaded mounting to a 1-inch or larger rigid galvanized
steel conduit.
b. Manufacturer and Product:
(1) Gerome Manufacturing, Testox 800 series (round)
(2) Or equal.
2. Terminal Block:
a. Plastic or glass -reinforced laminate, 1/4-inch thick with five terminals.
b. Terminal heads shall have special heads to keep them from turning or shall be easily
accessible from both sides of the terminal block without requiring its removal.
c. Terminal studs, washers, and nuts shall be stainless steel.
3. Mounting Hardware: Hot dipped galvanized conduit, conduit bodies, and either unistrut
conduit support or two piece cast aluminum conduit clamps with concrete wedge anchors.
2.05 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 Manufacturing,
2. IR Free Coupon manufactured by M. C. Miller,
3. Or equal.
A. Rectifier or Solar Panel Controller DC Wires:
1. No. 4 AWG wire shall be single -conductor, stranded copper wire with 600-volt, high
molecular weight polyethylene (HMWPE) insulation, black.
Cathodic Protection 13115-3
PSC08326B — Lake Alan Henry Pipeline — Contract B
B. Impressed Current Anode Lead Wire:
1. Single -conductor, No. 8 AWG stranded copper. y
2. Deep Well Anodes: 20-mil thick cross -linked Kynar or ECTFE floropolymer (Halar)
primary insulation and high molecular weight polyethylene (HMWPE) outer insulation.
3. Other Anodes: High molecular weight polyethylene (HMWPE) insulated.
C. Test and Reference Electrode Wires:
1. No. 12 AWG wire, single -conductor, stranded copper with 600-volt, TW, THWN, or
HMWPE insulation.
2. Insulation Color: Color shall indicate the function of each test wire and shall be as follows:
a. Pipe: White
b. Reference electrodes: Yellow
c. Casings: Orange
d. Foreign Pipe: Blue (Water) or Red (Gas or oil)
e. Insulating Joints: White (downstream)
Green (upstream)
D. AC Power Service:
1. Disconnect to Rectifier: No. 8 AWG stranded copper wire, Type THHN or THWN cable
with three conductors and ground wire. Colors in conformance with NEC requirements.
2. Underground Service: As required by the Electrical Utility
2.07 DEEP WELL GROUNDBED
A. Surface Casing: PVC well casing, conforming to ASTM F-480, Schedule 40.
B. Casing Sanitary Seal and Fill Material
1. General
a. Sealing materials for wells shall conform to the State of Texas water well regulations
or as specified herein, whichever is more stringent.
b. All sanitary seal materials shall be placed by tremie pipe at depths greater than 30
feet or below static groundwater.
2. Sanitary Seal (annulus between casing and borehole):
a. Cement Grout:
(1) Mix shall be equal parts by weight of sand and cement with not more than 6
gallons of clean water per 94-pound bag of cement.
(2) Quick setting cement, retardants to setting, and other additives, including
hydrated lime (up to 10 percent of the volume of cement), and bentonite (up to 5
percent) to make the mix more fluid and/or to reduce shrinkage, may be used.
b. Neat Cement:
(1) Cement, conforming to ASTM C150, and not more than 6 gallons of water per 94
-
pounds of cement or specific gravity of 15 pounds per gallon, minimum.
c. Bentonite Slurry:
,
(1) Mixture of bentonite and water in a ratio of not less than 8 pounds of bentonite or
j
expansive clay per gallon of water.
(2) Slurry shall not be less than 50 percent expansive clay with the grain size of the
remainder to be not greater than coarse sand.
l
(3) Granular bentonite shall be commercially produced product specifically designed
for well sealing. Acceptable products are Aquaguard, Quick -Grout, Plug -Gel,
Shur -Gel, Enviro-Plug, or equivalent material.
d. Unhydrated Bentonite Chips:
(1) Material: Unhydrated sodium bentonite, specifically designed for well sealing.
(2) Gradation: Medium chips, 1/4 inch, minimum, to 3/8 inch, maximum, dust and
, -$
fines not to exceed 2 percent by weight.
(3) Application Restrictions:
-
(a) Not allowed for sanitary sealing over 50 feet in depth,
Cathodic Protection
PSCO8325B — Lake Alan Henry Pipeline — Contract B
(
13115-4
(b) Gravity feeding from the surface at depths greater than 30 feet will not be
allowed.
(c) Gravity feeding from the surface will not be allowed at any depth when static
groundwater is present within annular space between casing and borehole.
(4) Manufacturers:
�J (a) Wyoming Ben, Enviroplug Medium
(b) Baroid, Holeplug
(c) Or Equal
e. Casing Fill (inactive column): Unhydrated bentonite chips
C. Vent Pipe
1. Active Column Vent
a. Loresco "Allvent", 1-inch diameter, solvent welded joints, slotted PVC vent pipe as
manufactured by Cathodic Protection Equipment Company, Hattiesburg, MS.
b. Slotted vent pipe shall be installed in the active anode column area and extend 15 feet
into the inactive column.
2. Inactive Column Vent
a. Inactive column vent pipe shall be 1-inch, schedule 40 PVC with solvent welded joints.
3. Surface Vent:
a. ASTM A53-90b standard hot dipped galvanized steel pipe, 1-inch diameter with 180-
degree gooseneck at the top.
b. Coat threads and any damage to the galvanized coating with one coat of inorganic
zinc rich primer.
D. Anode Centralizers
1. Metal assemblies that can be securely attached to the anodes to center them in the drilled
well.
2. No sharp edges or bolts will be permitted on the centralizers.
3. Centralizers shall not block the well or impair installation of the anode, anode wires, or
coke breeze.
E. Deep Well Seal:
1. Two-piece, cast iron seal with a rubber packer to form a watertight seal.
2. Seals shall permit conduit and/or vent pipe penetrations through the seal with the rubber
packing sealing the annular space watertight.
3. Provide plugs for all unused holes.
4. Manufactured by Campbell Manufacturing, Inc., Bechtelsville, PA; Berkeley Pump
Company; Jacuzzi Brothers Inc.; or equal.
2.08 IMPRESSED CURRENT ANODES
A. Cast Iron Anodes
1. Impressed current anodes for shall be Modified high silicon cast iron of the following alloy
composition:
MODIFIED HIGH -SILICON CAST IRON
Silicon
14.20 to 14.75 percent
Chromium
3.25 to 5.00 percent
Manganese
1.50 percent, maximum
Carbon
0.70 to 1.10 percent
Copper
0.50 percent, maximum
Molybdenum
0.20 percent, maximum
Iron
Remainder
2. Anodes shall be TA equivalent tubular anodes for center tapped anode wire connections
as shown on the drawings.
Cathodic Protection
13115-5
PSCO11326B — Lake Alan Henry Pipeline — Contract B
PART 3 WORKMANSHIP
3.01 GENERAL:
A. The installation of the facilities herein specified and described shall conform to the NEC.
B. The workmanship shall be of the highest grade and shall be in strict accordance with material
manufacturer's instructions. Equipment or materials damaged in shipment or in the course of
installation shall be replaced.
3.02 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 mechanically damaged anodes.
3.03 PIPE JOINT BONDING
A. To form an electrically continuous pipeline and appurtenances, all pipe joints shall be electrically
bonded; including buried, vault, or manhole pipe, fittings, and restrained joints; except threaded,
welded, or insulated joints.
B. Install the quantity of joint bonds at each pipe joint that requires bonding as specified this
section or shown on the Drawings. Should the specifications and drawings conflict, the larger
quantity will apply.
C. Electrical connection of bonds to pipe and fittings shall be by the thermite or arc welding
process. Bolted, compression, or mechanical connections will not be permitted.
D. All exposed copper shall be dielectrically coated. Bonds placed under heat shrink sleeves shall
have filler mastic applied under joint bond before installing sleeve.
E. CONTRACTOR shall test each bonded joint for electrical resistance as specified under
ELECTRICAL CONTINUITY TESTING, this section.
3.04 TEST STATION INSTALLATION
A. General:
1. Test station location, type, and style shall be as shown on the Drawings.
2. CONTRACTOR may relocate test station up to ±25 feet for site conditions without
ENGINEER approval. Relocation greater than ±25 feet must be approved by the
ENGINEER.
3. CONTRACTOR to maintain records showing actual pipeline stationing of test station wire
connections to the pipe. Test wire connection records shall be provided prior to the
ENGINEER performing the final electrical continuity testing.
4. Test stations are generally located as follows:
a. Install Type T test stations or other type test stations as required or'/ mile intervals,
but not to exceed 1,500 feet.
b. Install a Type F test station where the pipe crosses a foreign -owned metallic pipeline
under cathodic protection.
c. Install a Type C test station at both ends of cased crossings.
d. Install a Type I test station at all buried insulated joints.
5. Locate post -mounted test stations directly over the pipe and, where possible, at protected
locations such as fences, manholes, power poles, or edges of cultivated land.
B. Style:
1. Test station style shall be post or vault mounted as shown on the Drawings and as follows:
Cathodic Protection 13115-12
PSCO8326B — Lake Alan Henry Pipeline — Contract B
I
2. Post Mount 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.
Height shall be 36 to 42 inches above finish grade.
c.
Shall be steel conduit style for livestock areas as shown on the Drawings.
d.
In areas with livestock, test station height shall be between 48 and 54 inches.
-� 3. Vault Style
a.
Vault style test stations shall be used at all blowoff, access manhole, or air valve
vaults.
b.
Test station head shall be located outside of the vault over pipe centerline.
c.
Center of test head shall be located 18 inches or more above finish grade.
d.
Wires shall be fully protected from livestock, weather, and UV exposure with rigid
conduit.
e.
Wire terminations shall be as shown on the Drawings.
C. Test Wire Connections:
1. Wires shall be attached to the pipe as specified under WIRE CONNECTIONS, this section.
2. Wires to foreign -owned pipelines shall be connected to the pipe by the CONTRACTOR
unless the foreign pipeline owner has indicated otherwise in writing. The CONTRACTOR
shall coordinate this work with the owner of the foreign pipeline.
3. Wires shall be buried a minimum of 30 inches below finished grade. Wires shall be direct
buried except when station is required to be offset to the side of a road. Offset wires shall
be installed in PVC coated rigid steel conduit from the centerline of the pipeline to the back
of curb or test station, whichever is least.
4. Provide 12-inch diameter loop in wires at the pipeline connection, at each end of rigid
conduit when required, and below post mounted test stations to prevent wires from being
stressed or broken.
5. Maintain sufficient slack in flush mount test wires to permit extension of terminal block 18-
inches from station.
6. Make wire connections to test station terminals with crimp -on ring tongue terminals, except
where solid wire is specified.
3.05 RECTIFIER INSTALLATION:
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 a complete and functional 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.
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.
3.06 AC SERVICE:
A. General
1. Electrical service shall be furnished and installed by the CONTRACTOR in accordance
with electrical utility requirements and shall meet or exceed local or NEC codes.
2. Electrical service from power source to rectifier shall be underground.
3. Electrical service shall be installed by a licensed electrician.
Cathodic Protection 13115-13
III PSCO8325B — Lake Alan Henry Pipeline — Contract B
3.07
4. CONTRACTOR shall obtain a local building permit and coordinate inspection of the
completed electrical service.
5. All electrical utility connection and power extension fees and charges will be paid by the
OWNER.
B. Underground Service
1. CONTRACTOR shall furnish all materials, trenching, backfill, compaction, conduit,
electrical conductors, and equipment necessary for installation of an underground electrical
service from the originating power pole or source to the self supporting electrical service
panel. Originating power pole shall be within 100 feet of the rectifier installation. Where
additional distance is required due to field conditions, contractor shall install the additional
service length as an additional cost subject to ENGINEER approval.
2. CONTRACTOR to provide flat pull string or poly rope with 500 pounds tensional capacity
for utility installation of power conductors from the originating pole or source to the meter
base.
3. Underground service shall be installed in conduit, buried 24 inches, minimum, below finish
grade in sand backfill in conformance with electrical utility requirements.
4. Underground conduit shall not be greater than 150 feet or have more then 270 degrees of
combined bends between pull boxes without written approval of the electrical utility.
5. Conduit shall be free of dirt and debris, sealed to prevent infiltration of water, and ends
capped.
DEEP WELL GROUNDBED INSTALLATION:
A. General:
1. CONTRACTOR to provide 10 days advanced notification of groundbed construction work
for ENGINEER to be present during work.
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
ENGINEER.
3. CONTRACTOR shall be a certified water well driller in current standing in the state of
Texas and shall obtain all drilling permits, submit notification of work, and submit drilling
logs in accordance with state regulations.
4. Driller will be solely responsible for all aspects of the drilling and well construction until the
well completion.
5. Drilling of the groundbed shall be in accordance with the methods and procedures of the
best recognized drilling practices and shall comply with the rules and regulations of the
State, County, City, or other governing bodies having jurisdiction.
6. Deep Well groundbeds shall be sealed as specified herein or as required by well drilling
regulations. The most stringent requirements shall apply.
7. Take necessary precautions to avoid entrance of foreign matter, movement of soil strata,
or collapsing of the well during the progress of the work. Should movement of soil strata or
collapse of the drilled well interfere with proper completion of the ground bed, recover the
wires and anode strings if necessary and ream or redrill the well.
8. The driller shall maintain a log describing the depth and type of formations encountered
during drilling. Copies of the log shall be submitted to the ENGINEER and appropriate
authorities.
9. Wells not completed in accordance with the State of Texas well regulations and this
specification will be subject to rejection and replacement at the CONTRACTOR's sole
expense.
B. Drilling:
1. Coordinate the actual location of the ground bed in the field with the ENGINEER before
drilling begins. Verify and locate all buried utilities prior to beginning drilling operations.
2. CONTRACTOR shall provide a holding sump to contain and store drilling fluids and
cuttings. Excavation of a temporary mud pit on the project site will not be permitted unless
approved by the ENGINEER. CONTRACTOR shall transport and dispose of all drilling
fluids and cuttings to an approved disposal location.
Cathodic Protection 13115-14
PSCO8326B — Lake Alan Henry Pipeline — Contract B
E
3.
CONTRACTOR shall size the holding sump for the project and take all precautions
necessary to prevent spillage or overflow of drilling fluids. All overflow or spillage shall be
contained. CONTRACTOR shall be responsible for cleaning all spills and overflows and, if
necessary, will clean storm drains and manholes impacted by uncontained drilling fluids.
4.
CONTRACTOR shall provide drilling mud containment and disposal system to prevent
mud from entering storm drains, gutters, streams, or leaving the project site.
t 5.
Spillage or leakage of oil or hydraulic fluids shall be contained and controlled by the Driller.
All oil contamination on the drilling site resulting from drilling equipment shall be contained,
cleaned up, and properly disposed off the project site.
6.
Construct the well and set casing round, straight, and plumb.
7.
Set surface casing shall be prior to completion of the first 115 feet of the well. Casing,
-
other than surface casing, shall not be installed or left in the well unless in the driller's
estimation it is necessary for successful completion of the well. Plastic casing may be
,t-
installed in the inactive column, at the CONTRACTOR's option, but shall not extend into
the active column.
8.
If steel casing is installed into the active column, it shall be cut 100 feet below the surface
and the top portion -jacked up to provide a 25 foot, minimum, separation between the upper
casing and the top of the active column. Complete cutting of the steel casing before the
anodes are installed. Jacking operations may be completed before or after installation of
the anode assembly at the CONTRACTOR's option.
9.
Over drill the well to compensate for sloughing or heaving during anode installation.
C. Placement of Casing Seals:
1. Sanitary Casing Seal
a. Install sanitary seal in annular space between casing and soil.
b. Place casing sanitary seal by tremie pipe and pumping if well is greater than 30 feet or
static groundwater is present within the well.
c. The seal placement shall be done continuously and in a manner that will ensure the
entire filling of the annular space in one operation with no voids.
d. No drilling operations will be permitted until neat cement has cured. Curing time for
portland cement, Type I or 11, is a minimum of 72 hours and for type III a minimum of
36 hours. Addition of an accelerator will be permitted subject to written approval from
the State Water Engineer.
e. When placing unhydrated bentonite, a sounding or tamping tool shall be run in the
sealing interval during pouring to measure fill -up rate, verify a continuous seal
placement, and to break up possible bridges or cake formation.
2. Casing Seal
a. After the coke breeze settlement is completed, anode settlement is stopped, and all
wires have been terminated, the casing shall be filled with the specified sealing
material.
b. Placement of the sealing material will be with plastic tremie pipe only for slurry type
seals. Inserting of the tremie pipe shall be performed in a manner that will not
damage the wire insulation.
c. Unhydrated bentonite sealing material may be top loaded, but shall be performed at a
rate that will not result in bridging of the seal material.
D. Electrical Logging:
1. Electrically log the well in the presence of the ENGINEER to determine the soil
�- characteristic along the length of the well.
2. Electrical Logging Method:
a. Make a resistance to earth reading as the first anode is lowered into the well. Test
using suitable meters, connections to a low resistance ground, and a method to
measure the down hole wire length or provide footage identification markings on the
wire.
b. Record resistance readings and dept from the surface continuously or at 5-foot
increments for the entire well depth. Note depth of groundwater at time of electrical
logging.
Cathodic Protection 13115-15
PSC08325B — Lake Alan Henry Pipeline — Contract B
E. Lowering of Anodes:
1. Anode installation to be observed by the ENGINEER
2. Install anodes and coke breeze the same day as the completion of the drilling and
electrical logging. If loading is delayed more than 8 hours after drilling is completed or if
loading cannot be completed before sunset or end of working hours, whichever comes first,
the drill stem and bit should be reinserted and run back to the bottom of the well with
sufficient rotation and circulation to ensure that the drilled well is prepared for anode
installation.
3. If the well is drilled with mud, the well shall be flushed out with clean water in a continuous
process before or after the anodes are lowered, at the CONTRACTOR's option, until the
return fluid is sufficiently clear to allow proper settlement of the coke. The ENGINEER
shall inspect the return fluid before coke breeze pumping will be permitted to begin.
4. Attach anode centralizers to each of the anodes prior to lowering. Attach deepest anode to
the vent pipe. Lower anode and vent pipe to the bottom of the well. Lower the remaining
anodes individually until all anodes are suspended in the well.
5. The bottom of the vent pipe shall be capped and each joint of pipe solvent welded in
accordance with the manufacturer's recommendations. CONTRACTOR shall prevent
foreign matter from entering the vent pipe during anode installation and grout sealing
placement. The CONTRACTOR shall clear any blockage of the vent pipe. Failure to clear
the vent pipe will result in rejection of the ground bed. Vent pipe shall be permitted to flow
water during coke breeze pumping to flush any mud and cuttings from the vent.
6. Any damage to anodes or cut, gouged or scraped wire insulation will result in rejection of
the anode and lead wire. CONTRACTOR shall implement means to protect the anode
lead wires during and following anode installation.
F. Backfilling of Anode Well:
1. Prepare coke breeze slurry with potable water in accordance with the manufacturer's
written recommendations. Pump the slurry into the well through a steel or plastic tremie
pipe. Pump coke breeze in an even and continuous manner from the bottom 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.
2. 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.
3. Care shall be taken during pumping of the coke breeze to avoid coke breeze bridging or
collapse of the well. If the well collapses or coke breeze bridges, the CONTRACTOR shall
take necessary steps to resolve the problem at his sole expense.
4. Restrain anodes from settling during and following coke breeze installation for coke breeze
settlement and compaction. Maintain anode restraint until coke breeze settlement is
completed.
5. After the coke breeze is installed and has settled for 24 hours the ENGINEER shall
measure the depth to the top of the coke breeze column. If required, additional coke
breeze shall be added by pumping or top loading to the specified elevation. Coke breeze
shall not be less than 100 feet below finished grade elevation. CONTRACTOR shall
remove any excess coke breeze at his sole expense.
6. When the coke breeze has properly settled and has been placed to the proper depth, fill
the inactive column with the specified casing sealing material to within 4 feet of ground
surface.
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.
Cathodic Protection
PSCO8325B — Lake Alan Henry Pipeline — Contract B
j
13115-16
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.
H. 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 connections are completed, complete filling of the
inactive column with the specified sealing material.
4. Plumb and support vent pipe during seal placement and while the seal sets or compacts.
Cleanup:
1. The drilling site shall be kept neat and orderly under all circumstances.
2. All excess equipment and cuttings shall be removed daily when required by the prevailing
conditions at the drilling site. The CONTRACTOR shall remove all mud, waste products,
and tailings from the project site and dispose of at an approved disposal site.
3. The project sites shall be restored to a condition equivalent to their original condition before
construction started and to the satisfaction of the ENGINEER. Damage to sidewalks,
curbs, roads, and driveways shall be restored to original condition or better.
3.08 ANODE TERMINAL BOX INSTALLATION
A. Anode junction box to be post mounted as shown on the Drawings.
B. Label anode wires in the terminal box with permanent tags identifying the anode number.
Connect numbered anodes in consecutive order from top to bottom with anode terminals
starting at number 1 on the top left-hand side.
C. Maintain sufficient slack to keep the wire from being unduly stressed, damaged, or broken
during backfill.
3.09 THERMITE WELD WIRE CONNECTIONS:
A. Use thermite weld method for electrical connection of copper wire to steel, ductile iron, and pipe
concrete cylinder surfaces.
B. Make wire connections to pipe by thermite welding. Cutting of pretension wires for thermite
welding will not be allowed.
C. Observe proper safety precautions, welding procedures, thermite weld material selection, and
surface preparation as recommended by the material manufacturer.
D. Clean metal surface to bare metal by filing or grinding the surface with a vitrified wheel to
produce a bright metal finish.
E. Wire sleeves shall be installed on the ends of the wire before welding to the metal surface.
F. Visually inspect and physically test wire connection by tapping with a hammer. Remove and
replace any defective connections.
G. Coat each completed wire connection as specified, this section.
3.10 TRENCHING AND BACKFILL
i .. Cathodic Protection 13115-17
PSC08325B — Lake Alan Henry Pipeline — Contract B
A. Complete excavations and trenching regardless of the type, nature, or condition of materials
encountered, and as required to accomplish specified construction to lines and grades shown.
B. Take care to avoid damage to existing structures and utilities during excavating and trenching
process. CONTRACTOR may modify location, where approved by the ENGINEER, to minimize
possible damage to existing structures. Trench shall be of uniform depth and width, level, '
smooth, and free of sharp objects.
C. Slope, shore, or brace excavations and trenches in accordance with OSHA regulations as
necessary to prevent caving during excavation in unstable material, or to protect adjacent
structures, property, workers, and the public.
D. Backfill trench with excavated backfill materials, unless otherwise specified. Compaction
requirements shall be as specified for the pipeline or to 90 percent compaction, whichever is
more stringent. Backfill within 5 feet of roadways, paved areas, or other traffic areas shall be
compacted to 95 percent of modified proctor.
E. Do not use backfill material of frozen or consolidated debris. Leave the trench with the excess
backfill material neatly mounded not more than 4 inches above the existing ground level for the -
entire width of the trench.
3.11 CONDUITS
A. Secure conduits entering cabinets, junction boxes, or terminal boxes with double locknuts, one
on the outside and one on the inside.
B. Install conduit parallel to walls, floors, or posts, and either plumb or horizontal. All changes in
direction shall be at 90 degrees using either radius bends or outlet boxes. Conduit crossings
shall be perpendicular to the other conduit or pipe.
C. Install insulated bushings and insulated throat connectors on the ends of rigid metallic conduit.
D. Use watertight couplings and connections. Install and equip boxes and fittings to prevent water
from entering the conduit or box. Seal unused openings.
3.12 CONCRETE:
A. Concrete used for 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:
A. 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 wires shall be spirally wrapped with two coats of
high -voltage self -vulcanizing rubber splice tape and two layers of vinyl electrical tape.
C. Make wire splices by mechanically securing and soldering with rosin cored 50/50 solder.
r�
Cathodic Protection 13115-18
PSC08326B — Lake Alan Henry Pipeline — Contract B
�_ j
3.15 INSULATED JOINTS
IA. Install insulated joints to electrically isolate the pipeline at connections to other pipelines.
l Specific locations for insulating flanges or couplings are:
1. Between coated steel and concrete cylinder pipe alternatives.
B. Align and install insulating joints according to the manufacturer's recommendations to avoid
damaging insulating materials.
C. Install a Type I test station at each buried insulated joint.
D. The CONTRACTOR shall test each insulated joint for electrical insulation as specified this
section. Defective insulating joints shall be repaired by the CONTRACTOR at his sole expense.
All damaged or defective insulation parts shall be replaced.
3.16 DC BLOCKING DEVICES
A. Install do blocking devices in ground wire at all electric motor operated valves.
B. DC blocking devices be installed at each electrical power connection to the pipeline and shall be
placed as close to the pipe as reasonable possible and shall have no conduit supports between
the pipe and the do blocking device.
C. Support of do blocking device shall be on either a 2-inch diameter hot -dipped galvanized steel
pipe support, 4-inch hot dipped galvanized channel support, or shall be mounted to a concrete
wall at the CONTRACTOR's option. ENGINEER shall review and approve the applicable
equipment support based on the conditions present.
D. All electrical conduits connecting or attaching to the pipeline shall be electrically isolated from
pipeline. Conduit connections to the pipe or equipment mounted on the pipe or associated
appurtenances shall be electrically isolated with an insulating union located within 6-inches of
the connection and shall have no conduit supports between the insulating union and the
pipeline.
E. CONTRACTOR is responsible for proper installation of do blocking devices and electrical
conduit isolation where necessary to achieve complete electrical isolation of all electrical
grounding from the pipeline. The CONTRACTOR shall be responsible for requesting
installation guidance from the ENGINEER under complex field conditions, where grounding
isolation cannot be achieved, or clarification of the electrical isolation requirements are needed.
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.
3.17 QUALITY CONTROL TESTING
A. Joint Bond Resistance Test:
General
a. The CONTRACTOR shall test each bonded pipe joint for electrical resistance using a
digital low resistance ohmmeter.
b. CONTRACTOR shall obtain a corrosion expert to provide instruction on proper testing
procedures and equipment usage.
c. Joint bond quality control test shall be performed on all bonded joints after the bonds
are installed but before backfilling of the pipe.
d. Furnish all equipment and materials as required for test.
2. Digital Low Resistance Ohmmeter Test Method:
Cathodic Protection
13115-19
PSCO8325B — Lake Alan Henry Pipeline — Contract B
t-,
a. Required Equipment And Materials:
(1) One Biddle Model 247001 digital low resistance ohmmeter.
(2) One set of duplex helical current and potential handspikes, Biddle Model
No. 241001, cable length as required.
b. Test Procedure:
(1) Measure the resistance of joint bonds with the low resistance ohmmeter in
accordance with the manufacturer's written instructions.
(2) Use the helical handspikes to contact the pipe on each side of the joint, without
touching the thermite weld or the bond. The contact area shall be cleaned to
bright metal by filing or grinding and without any surface rusting or oxidation.
(3) Record the measured joint bond resistance on the test form described herein.
(4) Repair any damaged pipe coating in accordance with WIRE CONNECTIONS,
this section.
3. Joint Bond Acceptance:
a. Joint bond resistance shall be less than or equal to the maximum allowable bond
resistance values shown in Table 1.
Table 1
Joint Type
Max. Allowable Resistance (micro -Ohms)
One
bond/Joint
Two
Bonds/Joint
Three
Bonds/Joint
Four
Bonds/Joint
No. 2 AWG Wire Bond
325
165
110
82
Copper Straps
165
85
55
---
Flexible Coupling
425
212
115
---
MLC Steel Pipe Clips
Not Allowed
Not Allowed
Not Allowed
42
b. The CONTRACTOR shall replace any joint bonds that exceed the allowable
resistance. Replacement joint bonds shall be retested for compliance with the
specified bond resistance.
c. Any defective joint bond discovered during energizing and testing shall be located,
excavated, repaired, and backfilled by the CONTRACTOR.
4. Test Records: Records shall be made of each bonded
submitted to the ENGINEER. These records shall include:
a. Description and location of the pipeline tested.
b. Starting location and direction of test.
c. Date of test.
d. Joint type.
e. Measured joint bond resistance.
pipeline during the test and j
ILI
B. Insulated Joint Isolation Test:
1. CONTRACTOR shall provide a Corrosion Specialist to test each insulating joint after
assembly with a GAS Electronics Model 601 insulator tester or equivalent instrument in
accordance with the manufacturer's written instructions.
2. Corrosion expert shall instruct CONTRACTOR on proper instrument use and test
procedure. Corrosion expert shall conduct additional insulating joint testing as required to
insure that insulating flanges are not electrically shorted by other equipment or incidental
contact with concrete reinforcement.
3. Conduct test before burial and coating of buried insulating flanges.
4. CONTRACTOR to replace damaged or defective insulation parts identified during testing.
Cathodic Protection
PSCO8325B — Lake Alan Henry Pipeline — Contract B
13115-20
5. 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.
C. Casing Isolation Testing:
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
expert 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 remedial actions necessary to clear all electrical
contacts between the -carrier pipe and casing before filling of the casing shall be permitted.
3.18 SYSTEM TESTS AND INSPECTION
A. General
1. Provide the ENGINEER with 10 working days prior notice of the completion of the system
installation for observation of CONTRACTOR performed functional test of the completed
system.
2. CONTRACTOR shall correct all construction defects identified during testing.
B. Final Electrical Continuity Test:
1. After the pipeline construction is completed, all test stations have been installed, and test
station wire connection records have been provided, the ENGINEER will test the pipeline
for electrical continuity using the four -wire lineal pipe resistance test method.
2. Test will be conducted with a minimum test current of 10 amperes using a portable rectifier
or do welder.
3. An electrically continuous pipeline will be defined as a pipe or section of pipe that has a
linear electrical resistance equal to or less than the sum of the resistance of the pipe plus
the maximum allowable joint bond resistance for each joint as specified in this section.
4. The CONTRACTOR shall locate electrically discontinuous joints at his sole expense as
specified herein.
5. Each discontinuous section of pipe shall be retested after all continuity repairs are
completed to demonstrate that the pipeline is electrically continuous.
C. Electrical Discontinuity Location:
1. CONTRACTOR shall locate and repair all discontinuous joints bonds using a test method
determined by the CONTRACTOR. Regardless of test method used to locate
discontinuous joints, final acceptance of discontinuous sections shall be determined by the
lineal pipe resistance method.
2. After all 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.
3. Existing joint bonds damaged during excavation of the pipe for repairs or temporary wire
connections shall be repaired by the CONTRACTOR.
4. 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.
D. Cathodic Protection System Energizing and Testing:
Cathodic Protection 13115-21
PSC08325B — Lake Alan Henry Pipeline — Contract B
1. After the installation of the cathodic protection system is completed, the ENGINEER shall
energize and adjust the system and ensure proper installation of the cathodic protection
system.
2. CONTRACTOR shall perform functional testing with ENGINEER demonstrating the
cathodic protection system is functionally ready for operation.
END OF SECTION
Cathodic Protection
PSCO8325B — Lake Alan Henry Pipeline — Contract B
13115-22
i___
13592 FIBER OPTIC CONDUIT SYSTEM COMPONENTS
1.00 GENERAL
1.01 SCOPE
This section covers the furnishing and installing of innerduct, PVC conduit, pull boxes,
locate post and marker post with associated material to provide a complete fiber optic
cable duct system. Fiber optic cable will be installed in the innerduct system at a later
date under a separate contract.
2.00 PRODUCTS
2.01 GENERAL
All fiber optic conduit system hardware and accessories shall be designed, assembled
and connected in accordance with the requirements of these specifications and the
Drawings.
2.02 INNERDUCT CONDUIT
The innerduct shall be extruded from high -density polyethylene (HDPE) resin and
conform to the minimum standards for polyethylene PE345430B as defined in ASTM
D3350. The innerduct shall also meet the following minimum specifications:
Tested Properties ASTM Test Method Minimum Performance
Tensile Yield D-638 22 MPa
Flexural Modulus D-790 758 MPa
The innerduct shall be free from holes, splits, blisters, inclusions and other performance
affecting imperfections.
The innerduct shall conform to the nominal dimensions as defined in ASTM D-3035 for
SDR11.
Innerducts shall be factory pre -lubricated such that the lubricant becomes impregnated in
the inner walls of the innerduct. The process shall provide a dynamic co -efficient of
friction of .06 to .09 in accordance with Bellcore Standard GR-TSY-356-CORE, section
4.1.5. The lubricant shall be compatible with dielectric loose tube fiber optic cable
jackets.
The innerduct shall have an 18 gauge tracer wire co -extruded onto the exterior of the
innerduct to provide a means of locating the buried duct.
The innerduct shall be delivered on reels of a minimum length of 6,000 feet per reel. Any
imperfections associated with the banding associated with the shipping and sections of
innerduct which has become deformed shall be removed prior to installation.
The innerduct provided shall be solid in color for identification. The color shall be stable to
fading in storage and resistant to discoloration in the buried environment. The color of the
innerduct to be provided shall be orange in color.
The Operating temperature range shall be -200C to +60°C.
The innerduct shall be of the smooth wall construction and shall have an outer diameter
(OD) of 1.66" ±6%.
The innerduct shall be Blue Diamond HDPE, Carlon HDPE, or owner -approved equal
meeting all requirements and specifications.
t , Fiber Optic Conduit System Components
PSCO8325B — Lake Alan Henry Pipeline — Contract B
13592-1
i
2.03 SCHEDULE 80 PVC CONDUIT
The 2" Schedule 80 PVC conduit shall comply with NEMA Specification TC-2 and UL651.
Fittings for the Schedule 80 conduit shall comply with NEMA TC-3 and UL Standard
514b. -'
Conduit and fittings shall be identified by type and manufacturer and shall be traceable to
the plant and date of manufacture. The markings shall be permanent and legible.
Conduit, fittings and cement shall be of the same manufacturer to ensure the integrity of
the conduit system.
The 2" Schedule 80 PVC conduit shall have an O.D. of 2.375" with a minimum wall
thickness of .218".
The Schedule 80 PVC conduit shall be Carlon or owner -approved equal meeting all
requirements and specifications.
2.04 INNERDUCT CONDUIT SPLICE COUPLINGS
Splice couplings are used to join two innerduct ends where necessary. The use of splice
couplings shall be kept to a minimum by optimizing conduit usage between pull box
locations.
All splice coupling shall be of a technology not requiring special tools to install.
All splice couplings must form a watertight, airtight seal with a breaking force greater than
250 lbs.
All splice couplings shall be rated 175 psi or greater.
The splice couplings shall be Blue Diamond HDPE, Carlon HDPE, or owner -approved
equal meeting all requirements and specifications.
2.05 INNERDUCT CONDUIT END PLUGS
The innerduct end plugs shall be corrosion proof, chemical resistant, re -usable and
provide an air and water tight seal to the innerduct. The plugs shall be appropriately sized
to fit the 1.25" smooth -wall HDPE innerduct.
2.06 PULL BOXES
Pull boxes shall consist of a molded body and lid. The body shall be of a high -
density polyethylene construction. The lids shall be of polymer concrete construction.
The pull box dimensions shall be 36" width, 48" length, and 24" depth.
All pull boxes shall be constructed of HDPE meeting ASTM D-756, ASTM D-570, ASTM
D-822, and ASTM D-543.
All pull box lids shall be attachable to the body by a minimum of (4) corner bolts.
All boxes shall have a high -density lid.
pull polyethylene
All buried pull boxes shall have a round marker ball placed on the top of the lid. The
marker ball shall be RLH Industries RLH-MBM or equal and of the 101.4 kHz Frequency.
Pull boxes shall be Pencell Series PEM-36, Highline PHA243648, or owner -approved
equal meeting all requirement and specifications.
i�
Fiber Optic Conduit System Components 13692-2
PSC08326B — Lake Alan Henry Pipeline — Contract B
5
it
t, 2.07 CABLE WARNING POST
The cable route marker post shall be used to alert excavators there is buried cable in the
area and to obtain a locate prior to any excavation. The locate marker post shall serve as
t a termination point for the innerduct locate wires in addition to alerting excavators of the
presence of fiber optic cables in the area.
The cable warning post shall be a minimum of 3-112" in diameter and 72" in length. The
installed height of the marker post shall be 48" above groundline.
The cable warning post shall be highly flexible and able to withstand repeated impacts by
vehicles and livestock.
All locate and marker post shall be guaranteed not to fade, peel or disband for the life of
the post. The post shall be white in color with the top 16" being orange in color with the
owners contact information and the words "Warning Fiber Optic Cable".
The Cable Warning Post shall be Cottmark 503& 604, Arris PolyDome or owner -
approved equal meeting all requirements and specifications.
2.08 SUBMITTALS
Submittals and cut sheets shall be provided as specified in section 01300 of the contract
documents.
3.00 EXECUTION
3.01 INNERDUCT CONDUIT INSTALLATION
The innerduct shall be installed in accordance with industry standards, manufacturer's
written instructions, and as shown on the Plans or as specified by the Engineer.
Innerduct shall be installed in continuous lengths between pull boxes. Splicing of
innerduct will be permitted as approved by the Engineer or owners representative.
Innerduct shall be placed in a separate trench from the new water pipeline except when
crossing roads or creeks. Innerduct installation methods for crossing roads and creeks
will be as specified in the drawing sets. When placed in the same trench as the water
pipe when crossing roads, the innerduct shall be placed at the outer edge of the
excavated trench and at a depth equal to or greater than the top of the raw water
pipeline.
All ducts shall be swept or bent at the maximum practical radius to achieve the routing
called out on the design prints at all times. Duct bend radius shall never be less than 24"
in any scenario. All bends in the innerducts shall be made without kinking, flattening or
appreciably reducing the internal diameter of the innerduct and as recommended by the
manufacturer.
All duct and pull box entrances shall be sealed with RTV or other re -enterable sealant
material to prevent ingress of water, dust or other foreign materials.
All duct shall be sealed during installation and when being stored. The proposed duct
plugs shall be as specified or as approved by the engineer.
3.02 PULL BOX INSTALLATION
The manufacturer shall provide installation procedures and technical support concerning
the installation of the pull boxes provided by the contractor.
Fiber Optic Conduit System Components
- PSC08326B — Lake Alan Henry Pipeline — Contract B
13692-3
The contractor shall refer to the design prints at each pull box location to determine the
bury depth of the pull box . The bury depth shall match the raw waterline bury depth as
measured to the top of pipe.
The pull boxes are to be placed on a 10-12" bed of evenly placed crushed rock to allow a
level firm bedding for the pull box.
The lid and all bracing associated with the pull box is to be in place prior to the placement
of the backfill material.
The backfill shall be placed in 12" increments and compacted around the pull box.
All pull boxes shall have a round marker ball placed at the center of the lid to assist in the
locating of the pull box during future excavations.
3.03 INNERDUCT CONDUIT TESTING
Once installed the innerduct shall be mandrel and air tested to assure the duct system is
intact and air tight.
The mandrel test shall entail the passage of a mandrel sized no less than 80% of the duct
inner diameter from pull box to pull box. If the mandrel does not successfully pass from
one pull box to the next, the Contractor shall check duct run for deformation and repair.
The successful mandrel testing between all pull boxes shall be witnessed by the Owner
or Engineer prior to acceptance of the innerduct conduit system.
The air test shall ensure the duct system is capable of maintaining and holding a
pressure of 150 psi.
All safety requirements and manufacturers recommendations shall be observed when air
testing the innerduct conduit system.
The innerduct conduit system shall be tested by slowly pressurizing the duct to 110 psi.,
closing the valve supplying the air to duct, and waiting a minimum of 2 minutes. The duct
must not lose more than 20 psi over the 2 minute period to be accepted.
If the innerduct system does not hold the required pressure, check the duct run shall be
tested for leaks and repaired. All leaks must be located and repaired prior to acceptance
of innerduct conduit system.
14�1*Y;1M- * i [S
Fiber Optic Conduit System Components 13592-4
PSC08325B - Lake Alan Henry Pipeline - Contract B
DIVISION 25
MECHANICAL
No Text
15101 GATE VALVES
.c
1.00 GENERAL
1.01 WORK INCLUDED
Furnish labor, materials, equipment and incidentals necessary to install gate valves and appurtenances,
including valve boxes, operators, bolts, nuts and gaskets.
1.02 QUALITY ASSURANCE
A. ACCEPTABLE MANUFACTURERS
1. American -Flow Control
2. M&H
3. Mueller
4. Clow
B. TESTING
Valves 3" through 48" in size shall be tested in accordance with AWWA C-500 and AWWA C-
515.
1.03 SUBMITTALS
Submittals shall be in accordance with Section 01300, SUBMITTALS and shall include Shop
Drawings, Record Data, and Operations and Maintenance Manuals as specified below.
A. SHOP DRAWINGS
1. Catalog data — the manufacturer shall supply catalog data including illustrations and parts
list that identifies the material for various parts.
2. Weight information - The manufacturer shall provide a statement of the net assembly's
weight for each size valve exclusive of joint accessories.
3. Assembly Drawings — The manufacturer or supplier shall submit to one set of drawings
showing the principal dimensions, construction details, and materials used for all parts of
the valve. All work shall be done and all valves shall be provided in accordance with
these drawings after the drawings have been reviewed and accepted by the engineer.
•'9 1_
1. The Vendor shall submit the following as Record Data at least 7 days prior to the
shipment of the valve.
2. An affidavit stating that the valve furnished complies with AWWA C-515 for valves 3" to
48" in size
3. An affidavit stating that the valve furnished complies with these specifications
4. An affidavit stating that the valve furnished complies with all tests specified in AWWA C-
515. The affidavit shall also state that all of these tests have been performed and that all
test requirements have been met.
5. Provide written proof of guarantee or warranty for each product over $5,000
` C. OPERATION AND MAINTENANCE MANUALS
Gate Valves
e 15101-1
PSCO8325B — Lake Alan Henry Pipeline — Contract B
The Vendor shall submit Operation and Maintenance Manuals per Section 01730 -
OPERATION AND MAINTENANCE MANUALS
1. Manuals shall describe proper storage, installation instructions, maintenance procedures,
bolt torques, repair techniques, and all other pertinent information to allow the Owner to
perform required operation and maintenance of the valve.
2.
1.04 STANDARDS
The applicable provisions of the following standards shall apply as if written here in their entirety:
ANSI B16.1
"Cast Iron Pipe Flanges and Flanged Fittings"
AWWA C-111
"Rubber -Gasket Joints for Ductile Iron Pressure Pipe and Fittings"
AWWA C-500
Metal Seated Gate Valves for Water Supply Service"
AWWA C-509
"Resilient Seated Gate Valves for Water Service"
AWWA C-515
"Reduced -Wall, Resilient -Seated Gate Valves for Water and Sewage Systems"
AWWA C-550 "Protective Interior Coatings for Valves and Hydrants" I
ASTM A-126 "Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe
Fittings"
ASTM A-536 "Standard Specification for Ductile Iron Castings" , f-
1.05 GUARANTEES
A. Provide a Special Warranty for each product supplied under this Specification that is over
$5,000 at time of purchase. Special Warranty shall be provided against defects in materials
and workmanship and operational failure.
B. The special warranty shall extend for a period of three years of service. The three years of
service shall be interpreted as the 36-month period following the installation, adjusting, and
acceptance testing, and the start of actual operation of the equipment, or 42 months following
delivery of the equipment, whichever comes first.
?
C. Provide written proof of Special Warranty to the owner 30 days after the beginning of the
three years of service defined above. Written proof shall be signed by an officer of the
Supplier's organization and show the project and owner name, the time length of the Special
Warranty as well as the beginning and ending date, and all other items listed below.
D. The Special Warranty will warrant the following to the Owner:
1. The Work and Equipment will be free from defects and will strictly conform to the
requirements of the Contract Documents for materials, workmanship, performance and
operation.
2. Defects in the products described in this Specification Section will be corrected beginning
within 7 days of notification by the Owner or Contractor and work will progress without
interruption until correction of defects is accepted by the Owner.
Gate Valves
PSCO8325B — Lake Alan Henry Pipeline — Contract B
iY
U
15101-2
j 3. Cost for correction of defects is to be paid by Contractor if within the Two Year Correction
Period specified in the General Conditions. Cost for correction of defects after this Two
Year Correction Period will be paid by the Supplier.
4. Supplier assumes solely responsible for corrective work required after the Two Year
_ Correction Period. If corrective action is not initiated and completed within 6 months from
the end of the Two Year Correction Period, the Owner may, at their discretion, correct
defects and seek to recover compensation for all costs associated with this effort,
including additional legal or engineering fees from the Supplier.
5. Supplier warranties will be assigned to the Owner with provisions that reserve the
Contractor's right to also enforce the warranties.
E. Warranty does not cover routine or normal deterioration or damage of the product resulting
from using the product under the specified operational parameters and assumes that routine
maintenance as required by Supplier provided detailed Operations and Maintenance manuals
and start up instructions has been performed.
F. Provide a draft copy of Special Warranties meeting the requirements of this Specification
Section prepared by the Supplier and submitted with Shop Drawings. Provide a final copy of
the Special Warranty from the Supplier, when the project is substantially complete.
G. Warranties required by this Specification Section are in addition to and not a limitation of any
other warranty or remedy required by law or by the Contract Documents.
2.00 PRODUCTS
2.01 MANUFACTURED PRODUCTS
A. VALVE
1. Gate valves 2-1/2" and smaller shall be stainless steel, non -rising stem with wedge disc
and screwed ends for 300 psi W.O.G. working pressure.
2. Gate Valves 3" through 14" in size shall be drilled per ANSI 816.1 for a 125 psi pattern.
3. Gate valves 3" through 14" in size shall be resilient seated with non -rising stem in strict
accordance with AWWA C-515 and shall have a minimum working pressure of 250 psi.
The body, bonnet, yoke, and gate shall be constructed of ASTM A536, Grade 65/45/12
ductile iron.
4. Gate Valves 14" through 48" in size shall be double disk. Double disk gate valves shall
be resilient seated with non -rising stem in strict accordance with AWWA C-500 and shall
be rated for a 250 psi working pressure, unless otherwise specified. Valve shall be
provided with bypass to aid in opening and closing the valve under pressure. A shell test
shall be applied to all valves at twice the rated working pressure for a duration of 1 hour.
Leakage test shall be preformed for a duration of 30 minutes. The body, bonnet, yoke,
and gate shall be constructed of ASTM A536, Grade 65/45/12 ductile iron.
5. Gate for resilient seated valves shall be cast iron encapsulated with EPDM rubber.
Rubber -seated compound shall be bonded to the valve's gate.
6. Valves 24" and larger shall be installed with the shaft vertical, unless otherwise specified.
7. The stem shall be constructed of ASTM A276, 304 stainless steel and shall be provided
with an inside screw.
8. The non -rising stem and bonnet shall be sealed by Buna-N rubber O-rings.
9. All fasteners shall be ASTM A193, Grade 138M bolts and ASTM A194, Grade 8M.
10. Valves 16" and larger shall be provided with gearing such that the valve can be seated
and unseated bubble tight with a maximum required opening and closing torque to 80 ft-
Ibs.
Gate Valves
15101-3
PS008325B — Lake Alan Henry Pipeline — Contract B
B. OPERATORS:
1. Operators shall turn counterclockwise to open the valve.
2. Valves shall have a 2" square nut operator unless otherwise shown. Where indicated,
install 2" square nut with extension stems to extend operating nut to within 12" of the
finished grade.
3. Provide a hand wheel where indicated. A directional arrow and the word "OPEN" shall be
cast on the hand wheel.
4. Where valves are mounted horizontally, they shall have a non -rising stem with an
enclosed bevel gear suitable for buried service. Bevel gear shall be grease lubricated.
5. Operators for isolation in air valve and blow -off valve vaults shall have operators turned
90-degrees for actuation with a tee -wrench from above.
C. FLANGES
1. Valves shall conform to ANSI B16.1 and shall be suitable for the pressure class of the
valve.
2. Contractor shall coordinate flange ends with flanges of adjacent piping.
3. Where gate valves are installed adjacent to air valves, flanges shall be drilled for 125 psi j
pattern conforming to ANSI B16.1.
D. VALVE BOXES: Valves for buried service shall be supplied with cast iron valve boxes.
Valve boxes shall be of the three piece cast iron extension type, Mueller No. 10380 or Clow
F2450. The three pieces shall consist of the top section, center section, and base plus the I
cover. Raised letters in the cover shall read "WATER".
[Asam urereT_ cne7
1. Internal surfaces at the valve body and bonnet of resilient seated gate valves shall be
coated with System No. 1, Submerged Metal — Potable Water in accordance to
Specification 09905 — PROTECTIVE COATINGS.
2. External surfaces at the valve body and bonnet of resilient seated gate valves shall be
coated with System 29, Fusion Bonded Epoxy (FBE), or System No. 4, Exposed Metal —
Highly Corrosive (vaults) per Specification 09905 PROTECTIVE COATINGS.
I *+ii1111411l
3.01 INSTALLATION
Carefully handle and lower buried valves into position to prevent damage to any part of the
valves. Place the valve in the proper position with stem truly vertical and securely hold until
connections have been made. Furnish bolts, nuts, and gaskets. The Contractor shall be
responsible for adjusting the valve boxes to the proper length to conform with the ground surface.
3.02 BLOCKING UNDER GATE VALVE
Gate valves 18" and larger which are buried shall rest on a concrete pad. Pad shall extend for
the full width of the trench and from back of hub to back of hub (or flange). Care shall be taken to
not interfere with the jointing. Concrete shall be minimum 1,500 pounds per square inch
compressive strength.
3.03 FIELD QUALITY CONTROL
H
Gate Valves 15101-4
PSC08325B — Lake Alan Henry Pipeline — Contract B i
t
Upon completion of installation of the equipment, an acceptance test to verify the satisfactory
operation of each unit shall be conducted. The test shall be conducted in a manner approved by
and in the presence of the Engineer. The unit shall be checked for general operation and
leakage. The unit must perform in a manner acceptable to the Engineer before final acceptance
will be made by the Owner.
END OF SECTION
Gate Valves
PSC08325B — Lake Alan Henry Pipeline — Contract B
15101-5
15117 AIR RELEASE AND AIR AND VACUUM VALVES
1.00 GENERAL
1.01 WORK INCLUDED
Furnish labor, materials, equipment and incidentals necessary to install air release and air and
vacuum valves of the sizes and types indicated. Furnish the necessary isolating valves and piping.
HUIRA&M1.1IT, itfIFt1�*1
Submittals shall be in accordance with Section 01300, SUBMITTALS and shall include:
A. Shop Drawings.
B. Certificate of Adequacy of Design.
C. Operation and Maintenance Manuals.
1.02 STANDARDS
The applicable provisions of the following standards shall apply as if written here in their entirety:
ANSI/NSF Standard 61
AWWA C512 Air Release, Air/Vacuum and Combination Air Valves for Water Works Service
2.00 PRODUCTS
2.01 MANUFACTURED PRODUCTS
A. GENERAL
1. Each air valve shall have a cast iron body, bronze, or stainless steel trim and stainless
steel float. Float shall be baffled to prevent air from blowing valve closed until air is
exhausted.
2. Valve body, float, etc., shall be designed for a working pressure and shall seat at a
minimum pressure shown in the valve schedule, Paragraph 3.02. The minimum
operating pressure shown is under steady state conditions, and does not include
minimum surges.
3. Air valves shall be manufactured by Vent-O-Mat, APCO, Val-Matic or Crispin.
4. Top of valve assembly shall be fitted with a hood. Valve inlet shall be N.P.T. for 2" and
smaller valves. Valve inlet shall be ANSI flange for 3" and larger valves. Flange rating
shall equal or exceed the maximum working pressure.
I'i
i Air Release and Air and Vacuum Valves
PSCO8325B - Lake Alan Henry Pipeline — Contract B
15117-1
5. A 1" pipe outlet shall be provided at the bottom of the valve's housing for valves 3" and
larger. A 1" gate valve and ell shall be provided as shown in the contract drawings.
6. Valve Coating
a. Internal surfaces shall be coated with System No. 1, Submerged Metal — Potable
Water in accordance to Specification 09905 — PROTECTIVE COATINGS.
b. External surfaces shall be coated with System 29, Fusion Bonded Epoxy (FBE),
or System No. 4, Exposed Metal — Highly Corrosive (vaults) per Specification l'
09905 PROTECTIVE COATINGS.
B. AIR RELEASE VALVES (AR): Air release valves shall be designed to automatically release
accumulated air pockets within the pipeline while in operation and under pressure. Air
release valves shall be APCO Model 200A, Val-Matic Model 38, Crispin Model PL, or Cla-Val
Series 34.
C. COMBINATION AIR VALVES (CAV)
Combination air valves shall be heavy duty air and vacuum valves with air release.
2. Combination air valves shall be designed to release accumulations of air at high points
within a pipeline by exhausting large volumes of air as the pipeline is being filled and
by releasing accumulated pockets of air while the pipeline is in operation and under
pressure. Combination air valves shall also be designed to permit large volumes of air
to enter the pipeline during pipeline drainage.
3. Combination air valves shall be of "custom built" duplex body style with standard air
and vacuum valve piped to a separate standard air release valve with a shutoff valve in
between. The standard air and vacuum valve shall be tapped with 1" drain pipe with
gate valve and turned -down elbow. .
4. Combination -air valves shall be Vent-o-Mat Model RBX 1631, APCO Model 1800 with
air release valve model 200, Val-Matic Model 100 with air release valve model 38, or
Crispin Model AL/PL-NT.
E. COMBINATION AIR AND VACUUM VALVE WITH SURGE CHECK (CAVSC)
Each CAVSC shall have a combination air valve as described above which is mounted on
top of a surge check. The surge check shall provide anti -slam slow closing operation of the
air and vacuum valve. The surge check shall be spring loaded and have orifices drilled in the
plug to throttle water flow. The surge check shall have an exterior bypass with flow control to
bypass the plug. CAVSC shall be APCO Model 1700 with a 2" Air Release Valve Model 200
or Valmatic Model 120OS/100/38 with 2" air release valve.
f
3.00 EXECUTION
M#1=1�71fJILIF-11111L0PI
Carefully handle and install valves vertically in such a manner as to prevent damage to any part of
the valves. Installation shall be in accordance with the Manufacturer's instructions. Provide nuts,
bolts, and gaskets where applicable. Valves shall be field painted per Section 09905.
Air Release and Air and Vacuum Valves 16117-2
PSCO8325B - Lake Alan Henry Pipeline — Contract B I
MWAKI.T61:1:1911114.
Station Location
Size
Type
Working Pressure PSI
Minimum Pressure PSI
22+80
4
CAV
350
5
51 +00
6
CAV
300
5
93+76
4
CAV
300
5
104+30
4
CAV
300
5
144+00
4
CAV
300
5
183+75
6
CAV
300
5
222+75
4
CAV
300
5
236+00
6
CAV
300
5
281 +50
6
CAV
300
5
297+40
6
CAV
250
5
345+00
4
CAV
250
5
380+60
6
CAV
250
5
430+80
4
CAV
200
5
460+15
4
CAV
200
5
477+00
6
CAV
200
5
486+35
8
CAV
200
5
535+25
8
CAV
150
5
594+90
4
CAV
150
5
644+85
4
CAV
150
5
680+80
4
CAV
150
5
720+60
6
CAV
150
5
END OF SECTION
Air Release and Air and Vacuum Valves
PSC08325B - Lake Alan Henry Pipeline — Contract B
15117-3
15136 MISCELLANEOUS VALVES
.r
1.00 GENERAL
1.01 WORK INCLUDED
Furnish labor, materials, equipment and incidental necessary to install miscellaneous valves.
1.02 SUBMITTALS
Submittals shall be in accordance with Section 01300, SUBMITTALS and shall include:
1. Shop drawings
2. Operation and Maintenance Manuals
2.00 PRODUCTS
2.01 MANUFACTURED PRODUCTS
A. CORPORATION STOPS: Corporation stops shall be bronze with tapered plug and flat key
operator. Unless otherwise indicated, stops shall be equal to Mueller H-10046 with iron pipe
thread on inlet and outlet, of the size indicated.
B. HOSE FAUCET: Hose faucet shall be bronze sediment faucet with 1/2" pipe thread and
standard garden hose thread outlet with brass tee handle as manufactured by Woodford
Model Y2, Mueller, or approved equal.
3.00 EXECUTION
3.01 FLEXIBLE COUPLING
Where dresser couplings are indicated, furnish and install a gasketed, sleeve -type coupling meeting
AWWA C219, with a pressure rating as indicated on the drawings.
A. The pipe couplings shall be of a gasketed, sleeve -type with diameter to properly fit the pipe.
Each coupling shall consist of one (1) steel middle ring, of two (2) steel followers, two (2)
rubber -compounded wedge section gaskets and sufficient trackhead steel bolts to properly
compress the gaskets. Field joints shall be made with this type of coupling. The middle ring
and followers of the coupling shall be true circular sections free from irregularities, flat spots,
or surface defects. They shall be formed from mill sections with the follower -ring section of
such design as to provide confinement of the gasket. After welding, they shall be tested by
cold expanding a minimum of 1 % beyond the yield point.
° B. The coupling bolts shall be stainless steel of the elliptic -neck, track -head design with rolled
threads. The manufacturer shall supply information as to the recommended torque to which
the bolts shall be tightened. All bolt holes in the followers shall be oval for greater strength.
C. The gaskets of the coupling shall be composed of a crude or synthetic rubber base
-- compounded with other products to produce a material which will not deteriorate from age,
from heat, or exposure to air under normal storage conditions. It shall also posses the
quality of resilience and ability to resist cold flow of the material so that the joint will remain
sealed and tight indefinitely when subjected to shock, vibration, pulsation and temperature or
r other adjustments of the pipeline.
Miscellaneous
s Ilaneous Valves 15136-1
PSC08325B - Lake Alan Henry Pipeline — Contract B
I
j
D. The couplings shall be assembled on the job in a manner to ensure permanently tight joints j
under all reasonable conditions of expansion, contraction, shifting and settlement. The
coupling shall be Dresser Style 38, Smith Blair Style 411, or Baker Series 200.
E. Double harnessed couplings on bridge shall have a 12" middle ring.
3.02 INSULATED FLEXIBLE COUPLINGS FOR PLAIN -END PIPE
Couplings shall meet the basic requirements of Specification section 2.04. Insulated couplings
shall be Dresser Style 39, or equivalent Smith Blair or Baker.
3.03 ADJUSTABLE PIPE SUPPORTS
Galvanized pipe supports for floor mounted piping, where indicated, shall be Grinnel Figure 264 or
approved equal, comprising a cast iron saddle, threaded nipple, and reducer assembly with extra
strength steel pipe and floor flange. Where required, saddle shall be fabricated steel to fit valve or
piping appurtenance. Entire unit shall be galvanized.
3.04 PRESSURE REDUCING VALVES
A. The Contractor shall furnish and install two inch (2") pressure reducing valve at the
manufactured fitting manhole before the meter as shown on the Plans and specified herein.
The pressure reducing valve shall be a hydraulically operated, single pilot, globe pattern
valve. The valve body shall be cast iron. The pilot valve, piston, liner, seat, and crown shall
be bronze. The valve shall receive a 12 mil epoxy coating for corrosion protection.
B. The pressure reducing valve shall be suitable for a 250 psi working pressure, 75 psi surge
pressure, and shall be capable of reducing a maximum 250 psi inlet pressure to a discharge
pressure of 60-80 psi. The diaphragm operated pilot valve shall be easily adjustable
providing a minimum discharge pressure range of 100 psi.
C. Valve shall come complete with two glycerin filled pressure gauges with snubber fittings, one
to monitor upstream pressure in psi, and one to monitor downstream pressure in psi.
D. Pressure reducing valves shall be PREDU model number 701 or approved equal.
3.05 INSTALLATION
Carefully handle and install valves and appurtenances in a manner that prevents damage to any
part of the unit. Install items in accordance with the Manufacturer's instructions. Perform an
electrical continuity check at insulated connections prior to filling the piping with water, to verify
there are no shorts across the insulated connection. Verify size, type, location, pressure rating,
and connections of all pipe and fittings with equipment suppliers, where applicable.
END OF SECTION
Miscellaneous Valves 15136-2
PSC08325B - Lake Alan Henry Pipeline — Contract B ¢I
_ j
APPENDIX A
TXDOT ROAD CROSSING PERMITS
Utility Installation Request
PERMIT NUMBER r.J
GLOBAL POSITIONING SYSTEM COORDINATES (GPS)
NORTH AMERICAN DATUM 1983, 1993 ADJUSTMENT)
IN DECIMAL DEGREES DD
c z
LATTITUDE (DD)
LONGITUDE: (DD)
BEGIN
33.327611
133.327612
1101.556147
END
1101.556408
To theTexas Transportation Commission
c/o District Engineer Texas Department of Transportation
Form 1082
(Rio. 031M
Papa 1 d 2
Date /o /v' -U cj
Lubbock ,Texas
r
Formal notice is hereby given that the City of Lubbock, Texas
proposes to place a 48 Inch raw water
line within the right of way of. FM 2106 , RM , Displ
Lynn County Texas, MNT Sec. No.
Use additional sheet as needed)
SEE ATTACHED
, to RM Displ. in
as follows: (give location, length, general design, etc.
I We will construct and maintain the line on the highway right of way as shown on the attached drawing and in accordance
( with the rules, regulations and policies of the Texas Department of Transportation (TxDOT), and all governing laws,
including, but not limited to, the "Texas Engineering Practice Act," "Federal Clean Water Act," the "National Endangered
Species Act,' "Americans with Disabilities Act," and the "Federal Historic Preservation Act." Upon request by TxDOT at any
time, we will submit to TxDOT proof of compliance with all governing laws, rules and regulations before commencement of
construction. Plans shall include the design, proposed location, vertical elevations, and horizontal alignments of the facility
based on the department's survey datum, the relationship to existing highway facilities and the right of way line, traffic
safety and access procedures, and location of existing utilities that may be affected by the proposed utility facility. The
location and description of the proposed Tine and appurtenances is more fully shown by a complete set of drawings
attached to this Utility Installation Request (Request). We will give plans to TxDOT for each future proposed modification or
expansion to our facility and TxDOT will have 30 days to review and approve the plans prior to commencement of the work.
A new Request may be required as a condition of approval.
Our organization will use Best Management Practices to minimize erosion and sedimentation resulting from the proposed
installation, and we will revegetate the project area as indicated under "Revegetation Special Provisions." We will also
ensure that traffic control measures complying with applicable portions of the Texas Manual of Uniform Traffic Control
.� Devices will be installed and maintained for the duration of this installation.
When installing, modifying or maintaining our utility on controlled access facilities, we shall conform to the Texas
Transportation Code, Title 6 Roadways, Chapter 203, Subchapter C, Control of Access, §203.031
(http:/ttlo2.tic.state.tx.us/statutes/statutes.html). We shall limit access for servicing this installation to access via (a) frontage
roads where provided, (b) nearby or adjacent public roads or streets, (c) trails along or near the highway right of way lines,
connecting only to an intersecting road; from any one or all of which entry may be made to the outer portion of the highway
right of way for normal service and maintenance operations. Our rights of access to the through traffic roadways and ramps
shall be subject to the same rules and regulations that apply to the general public.
It is expressly understood that TxDOT does not purport hereby to grant any right, claim, title or easement in or upon
jhighway right of way. TxDOT may require us to relocate this line, subject to the provisions of governing laws, by giving us at
t,- least 30 days written notice. We understand a new Request will be required for the relocation. We will notify TxDOT prior to
commencement of any operation which requires pruning of trees so that TxDOT may provide specifications to govern
performance of work, including trimming, topping, tree balance, type of cuts, painting cuts and clean up. We understand
f that these specifications are intended to preserve TxDOT's considerable investment in highway beautification plantings and
b reducing damage due to trimming and to protect known endangered species.
Y 9 9 9 p 9 P�
Our installation shall not damage any part of the roadway structure or associated appurtenances. We will make adequate
provisions to cause minimum inconveniences to the traveling public and adjacent property owners. We will not open -cut
driveways or intersecting roadways without specific written permission from the owner.
�1
Following approval, we will begin construction on or after
Month/Day/Year
Forth 1002 (Rev. 03M)
Pops 2 of 2
We understand TxDOT may place additional provisions and requirements as listed below, based upon, but not limited to,
the type of utility being installed, local site conditions, soil types and traffic.
Additional Provisions and Requirements (for TxDOT input only)
• General Special Provisions:
x Are attached.
❑ Are not attached.
• As -built Plans/Certifications of Construction:
❑ Are required and shall be certified as accurate by an authorized representative of the company.
❑x Are required and shall be signed and sealed by a State of Texas Licensed Professional Engineer.
❑ Are not required
❑ Certification that utility was installed as approved
• Re -vegetation Special Provisions: In order to minimize erosion and sedimentation resulting from the proposed
installation, the project area will be re -vegetated:
n in accordance with TxDOTs Standard Specification Item 164 which specifies the appropriate grass seed mix
to be used, or:
❑ as indicated on the attachment.
TxDOT Representative to be noted 48 hours prior to beginning construction: " 66 cl o _ O
If approved, we understand we will assume all risks associated with this installation within the TXDOT right of way. These
risks include injuries to our workers, damage to contiguous utility lines that may be in the area and injuries or damage
resulting from our failure to properly install and maintain the line.
If the character, use or function of our installation is materially changed from that approved under this Request, we will
notify TxDOT within 30 days after the change. In the event of a voluntary or involuntary loss of public utility status, or other
legal authority for longitudinal placement of the utility facility in the highway, or there is an abandonment of the facility
without the approval of TxDOT, we will at our expense remove the unauthorized portion of the facility from the right of way.
If installation of the line is not begun prior to the 91st calendar day from date of issuance, we acknowledge that, unless
otherwise extended, TxDOT's approval of this Request will automatically expire, and we will be required to resubmit our
Request. All Request submissions, whether due to expiration of approval under this paragraph or new Requests for
modifications and relocations shall be in accordance with the governing laws, rules, regulations and policies existing at the
time of submission. in the event we fail to comply with any or all of the requirements as set forth in this Request, the State
may take such action as it deems appropriate to compel our compliance.
By signing as/for the requestor below, I certify that I am authorized to represent the requestor, that I agree to the provisions
and requirements included in this Utility Installation Request, and our commencement of construction will further attest to
our review and acceptance of said additional provisions and requirements.
REQUESTOR
Date: la la(, lay
By: L. Wood Franklin, P.E.
Signature:
Title: Chief Water Utf gineer
Address: 402 Municipal Drive
Lubbock, TX 79457
City State Zip Code
( 806 ) 775-2585
Area Code Telephone Number
APPROVED BY TXDOT
Date:
O - -- Z'(Jo
By: DMLAS W. EICHORST II, P.E.
,Signature:
Title: D1Y
7R /Cl-
Address:
/S
o ev 4 `t
City
State Zip Code
( 006
) 7 f — Cf s5 "
Area Code Telephone Number
Utility Installation Request
PERMIT NUMBER I IAI t,,J C1p .5"
GLOBAL POSITIONING SYSTEM COORDINATES ( PS)
NORTH AMERICAN DATUM 1983, (1993 ADJUSTMENT)
IN DECIMAL DEGREES(DD)
LATTITUDE (DD)
LONGITUDE (DD)
BEGIN
133.240073
33.239821
101.391468
END
101391889
Form 1052
(Rev. 03109)
Papa 1 d 2
To theTexas Transportation Commission
c/o District Engineer Texas Department of Transportation Date /„ _/q -p 5
Lubbock ,Texas
Formal notice is hereby given that the City of Lubbock, Texas
proposes to place a 48 inch raw water
line within the right of way of SH 207 , RM , Displ. , to RM Displ. in
Garza County Texas, MNT Sec. No. as follows: (give location, length, general design, etc.
Use additional sheet as needed)
SEE ATTACHED
We will construct and maintain the line on the highway right of way as shown on the attached drawing and in accordance
with the rules, regulations and policies of the Texas Department of Transportation (TxDOT), and all governing laws,
including, but not limited to, the "Texas Engineering Practice Act," "Federal Clean Water Act," the "National Endangered
Species Act," "Americans with Disabilities Act," and the "Federal Historic Preservation Act! Upon request by TxDOT at any
time, we will submit to TxDOT proof of compliance with all governing laws, rules and regulations before commencement of
construction. Plans shall include the design, proposed location, vertical elevations, and horizontal alignments of the facility
based on the department's survey datum, the relationship to existing highway facilities and the right of way line, traffic
safety and access procedures, and location of existing utilities that may be affected by the proposed utility facility. The
location and description of the proposed line and appurtenances is more fully shown by a complete set of drawings
attached to this Utility Installation Request (Request). We will give plans to TxDOT for each future proposed modification or
expansion to our facility and TxDOT will have 30 days to review and approve the plans prior to commencement of the work.
A new Request may be required as a condition of approval.
Our organization will use Best Management Practices to minimize erosion and sedimentation resulting from the proposed
installation, and we will revegetate the project area as indicated under "Revegetation Special Provisions." We will also
ensure that traffic control measures complying with applicable portions of the Texas Manual of Uniform Traffic Control
Devices will be installed and maintained for the duration of this installation.
When installing, modifying or maintaining our utility on controlled access facilities, we shall conform to the Texas
Transportation Code, Title 6 Roadways, Chapter 203, Subchapter C, Control of Access, §203.031
(http://tio2.tic.state.tx.us/statutes/statutes.htmi). We shall limit access for servicing this installation to access via (a) frontage
roads where provided, (b) nearby or adjacent public roads or streets, (c) trails along or near the highway right of way lines,
connecting only to an intersecting road; from any one or all of which entry may be made to the outer portion of the highway
right of way for normal service and maintenance operations. Our rights of access to the through traffic roadways and ramps
i� shall be subject to the same rules and regulations that apply to the general public.
It is expressly understood that TxDOT does not purport hereby to grant any right, claim, title or easement in or upon
highway right of way. TxDOT may require us to relocate this line, subject to the provisions of governing laws, by giving us at
least 30 days written notice. We understand a new Request will be required for the relocation. We will notify TxDOT prior to
commencement of any operation which requires pruning of trees so that TxDOT may provide specifications to govern
performance of work, including trimming, topping, tree balance, type of cuts, painting cuts and clean up. We understand
that these specifications are intended to preserve TxDOT's considerable investment in highway beautification plantings and
by reducing damage due to trimming and to protect known endangered species.
Our installation shall not damage any part of the roadway structure or associated appurtenances. We will make adequate
provisions to cause minimum inconveniences to the traveling public and adjacent property owners. We will not open -cut
driveways or intersecting roadways without specific written permission from the owner.
Following approval, we will begin construction on or after
Month/Day/Year
Farm IM (Rev. M=)
Pape 2 of 2
We understand TxDOT may place additional provisions and requirements as listed below, based upon, but not limited to, .z
the type of utility being installed, local site conditions, soil types and traffic. '
Additional Provisions and Requirements (for TxDOT input only)
• General Special Provisions:
x Are attached.
❑ Are not attached.
• As -built Plans/Certifications of Construction:
❑ Are required and shall be certified as accurate by an authorized representative of the company.
Are required and shall be signed and sealed by a State of Texas Licensed Professional Engineer.
❑ Are not required
❑ Certification that utility was installed as approved
• Re -vegetation Special Provisions: In order to minimize erosion and sedimentation resulting from the proposed
installation, the project area will be re -vegetated:
x❑ in accordance with TxDOT's Standard Specification Item 164 which specifies the appropriate grass seed mix
to be used, or:
❑ as indicated on the attachment.
TxDOT Representative to be notified 48 hours prior to beginning construction: S--
If approved, we understand we will assume all risks associated with this installation within the TXDOT right of way. These
risks include injuries to our workers, damage to contiguous utility lines that may be in the area and injuries or damage
resulting from our failure to properly install and maintain the line.
If the character, use or function of our installation is materially changed from that approved under this Request, we will
notify TxDOT within 30 days after the change. In the event of a voluntary or involuntary loss of public utility status, or other
legal authority for longitudinal placement of the utility facility in the highway, or there is an abandonment of the facility _
without the approval of TxDOT, we will at our expense remove the unauthorized portion of the facility from the right of way.
If installation of the line is not begun prior to the 91st calendar day from date of issuance, we acknowledge that, unless
otherwise extended, TxDOT's approval of this Request will automatically expire, and we will be required to resubmit our
Request. All Request submissions, whether due to expiration of approval under this paragraph or new Requests for
modifications and relocations shall be in accordance with the governing laws, rules, regulations and policies existing at the
time of submission. in the event we fail to comply with any or all of the requirements as set forth in this Request, the State
may take such action as it deems appropriate to compel our compliance.
By signing astfor the requestor below, I certify that I am authorized to represent the requestor, that I agree to the provisions
and requirements included in this Utility Installation Request, and our commencement of construction will further attest to
our review and acceptance of said additional provisions and requirements.
REQUESTOR
Date:
By: L. Wood Franklin, E.
Signature:
Title.• Chief Water ilitie nglneer
Address: 402 Municipal Drive
Lubbock TX 79457
City State Zip Code
( 806 ) 775-2585
Area Code Telephone Number
APPROVED BY TxDOT
Date: /O — —ZQQ
By: DCML" W. EICHORST II, P.E.
Signature:
Title: f),s"Q I
Address: �� �✓ Y
/. lC 7 12 V0
City State Zip Code
CIO
Area Code Telephone Number
r)
i
L..
Utility Installation Request
PERMIT NUMBER
GLOBAL POSITIONING SYST COORDINATES (GPS)
NORTH AMERICAN DATUM 1983, 1993 ADJUSTMENT)
IN DECIMAL DEGREES DD
LATTITUDE (DD)
LONGITUDE (DD)
BEGIN
33.301310
133.301590
101 A98261
END
101 A98270
To theTexas Transportation Commission
c/o District Engineer Texas Department of Transportation
Lubbock ,Texas
Formal notice is hereby given that the City of Lubbock, Texas
proposes to place a 48 Inch raw water
line within the right of way of FM 211 , RM
Garza County Texas, MNT Sec. No.
Use additional sheet as needed)
SEE ATTACHED
Forth 1082
(Rev. 03109)
Pepe 1 d 2
Date /,0 -IV -a �
Displ. , to RM Displ. in
as follows: (give location, length, general design, etc.
We will construct and maintain the line on the highway right of way as shown on the attached drawing and in accordance
with the rules, regulations and policies of the Texas Department of Transportation (TxDOT), and all governing laws,
Including, but not limited to, the "Texas Engineering Practice Act," "Federal Clean Water Act," the 'National Endangered
Species Act, "Americans with Disabilities Act," and the "Federal Historic Preservation Act.' Upon request by TxDOT at any
time, we will submit to TxDOT proof of compliance with all governing laws, rules and regulations before commencement of
construction. Plans shall include the design, proposed location, vertical elevations, and horizontal alignments of the facility
based on the department's survey datum, the relationship to existing highway facilities and the right of way line, traffic
safety and access procedures, and location of existing utilities that may be affected by the proposed utility facility. The
location and description of the proposed line and appurtenances is more fully shown by a complete set of drawings
attached to this Utility Installation Request (Request). We will give plans to TxDOT for each future proposed modification or
expansion to our facility and TxDOT will have 30 days to review and approve the plans prior to commencement of the work.
A new Request may be required as a condition of approval.
Our organization will use Best Management Practices to minimize erosion and sedimentation resulting from the proposed
installation, and we will revegetate the project area as indicated under 'Revegetation Special Provisions.' We will also
ensure that traffic control measures complying with applicable portions of the Texas Manual of Uniform Traffic Control
Devices will be installed and maintained for the duration of this installation.
When installing, modifying or maintaining our utility on controlled access facilities, we shall conform to the Texas
Transportation Code, Title 6 Roadways, Chapter 203, Subchapter C, Control of Access, §203.031
(http:/ttlo2.tic.state.tx.us/statutes/statutes.htmi). We shall limit access for servicing this installation to access via (a) frontage
roads where provided, (b) nearby or adjacent public roads or streets, (c) trails along or near the highway right of way lines,
connecting only to an intersecting road; from any one or all of which entry may be made to the outer portion of the highway
right of way for normal service and maintenance operations. Our rights of access to the through traffic roadways and ramps
shall be subject to the same rules and regulations that apply to the general public.
It is expressly understood that TxDOT does not purport hereby to grant any right, claim, title or easement in or upon
highway right of way. TxDOT may require us to relocate this line, subject to the provisions of governing laws, by giving us at
least 30 days written notice. We understand a new Request will be required for the relocation. We will notify TxDOT prior to
commencement of any operation which requires pruning of trees so that TxDOT may provide specifications to govern
performance of work, including trimming, topping, tree balance, type of cuts, painting cuts and clean up. We understand
that these specifications are intended to preserve TxDOT's considerable investment in highway beautification plantings and
by reducing damage due to trimming and to protect known endangered species.
Our installation shall not damage any part of the roadway structure or associated appurtenances. We will make adequate
provisions to cause minimum inconveniences to the traveling public and adjacent property owners. We will not open -cut
driveways or intersecting roadways without specific written permission from the owner.
Following approval, we will begin construction on or after
Month/Day/Year
Fam 1082 (Rev. O&IM)
Pape 2 of 2
We understand TxDOT may place additional provisions and requirements as listed below, based upon, but not limited to,
the type of utility being installed, local site conditions, soil types and traffic.
Additional Provisions and Requirements (for TxDOT input only)
• General Special Provisions:
X Are attached.
❑ Are not attached.
• As -built Plans/Certifications of Construction:
❑ Are required and shall be certified as accurate by an authorized representative of the company.
Are required and shall be signed and sealed by a State of Texas Licensed Professional Engineer.
❑ Are not required
❑ Certification that utility was installed as approved
• Re -vegetation Special Provisions: In order to minimize erosion and sedimentation resulting from the proposed
installation, the project area will be re -vegetated:
❑x in accordance with TxDOT's Standard Specification Item 164 which specifies the appropriate grass seed mix
to be used, or:
❑ as indicated on the attachment.
TxDOT Representative to be notified 48 hours prior to beginning construction:
If approved, we understand we will assume all risks associated with this installation within the TXDOT right of way. These
risks include injuries to our workers, damage to contiguous utility lines that may be in the area and injuries or damage
resulting from our failure to properly install and maintain the line.
If the character, use or function of our installation is materially changed from that approved under this Request, we will
_
notify TxDOT within 30 days after the change. In the event of a voluntary or involuntary loss of public utility status, or other
legal authority for longitudinal placement of the utility facility in the highway, or there is an abandonment of the facility
without the approval of TxDOT, we will at our expense remove the unauthorized portion of the facility from the right of way.
If installation of the line is not begun prior to the 91st calendar day from date of issuance, we acknowledge that, unless
otherwise extended, TxDOT's approval of this Request will automatically expire, and we will be required to resubmit our
t
Request. All Request submissions, whether due to expiration of approval under this paragraph or new Requests for
modifications and relocations shall be in accordance with the governing laws, rules, regulations and policies existing at the
time of submission. In the event we fail to comply with any or all of the requirements as set forth in this Request, the State
may take such action as it deems appropriate to compel our compliance.
By signing as/for the requestor below, 1 certify that I am authorized to represent the requestor, that I agree to the provisions
,
and requirements included in this Utility Installation Request, and our commencement of construction will further attest to
t-
our review and acceptance of said additional provisions and requirements.
REQUESTOR
Date:
By. L. Wood Franklin, P.E.
Signature:
rV
Title: Chief Water U Ittt ngineer
Address: 402 Municipal Drive
Lubbock, TX 79457
City State Zip Code
( 806 ) 775-2585
Area Code Telephone Number
APPROVED BY TxDOT
Date: /0 -- /,/ — 20 6 '7
By: DOWLAS W. EICHOPST II, P.E.
P,Signature:_ G*/
Title:
Address: ff 70.) `1 f -J r
ado C Tie '7 f 11-1a'K
City State Zip Code
Area Code Telephone Number
�i
i�
b
Utility Installation Request
PERMIT NUMBER I ge ia / D Z .S'
GLOBAL POSITIONING SYSTEM COORDINATES ( S)
NORTH AMERICAN DATUM 1983, (1993 ADJUSTMENT)
IN DECIMAL DEGREES DD
LATTITUDE (DD)
LONGITUDE (DD)
BEGIN
33.307158
133.306856
101.515146
END
101.515701
To theTexas Transportation Commission
c/o District Engineer Texas Department of Transportation
Lubbock ,Texas
Formal notice is hereby given that the City of Lubbock, Texas
proposes to place a 48 Inch raw water
Form IOU
(Rev. 03M)
Papa 1 of Y
Date iu_/ -01
line within the right of way of US 84 , RM , Displ. , to RIM Displ. in
Garza County Texas, MNT Sec. No. — as follows: (give location, length, general design, etc.
Use additional sheet as needed)
SEE ATTACHED
We will construct and maintain the line on the highway right of way as shown on the attached drawing and in accordance
with the rules, regulations and policies of the Texas Department of Transportation (TxDOT), and all governing laws,
including, but not limited to, the "Texas Engineering Practice Act," "Federal Clean Water Act," the "National Endangered
Species Act," "Americans with Disabilities Act," and the "Federal Historic Preservation Act." Upon request by TxDOT at any
time, we will submit to TxDOT proof of compliance with all governing laws, rules and regulations before commencement of
construction. Plans shall include the design, proposed location, vertical elevations, and horizontal alignments of the facility
based on the department's survey datum, the relationship to existing highway facilities and the right of way line, traffic
safety and access procedures, and location of existing utilities that may be affected by the proposed utility facility. The
location and description of the proposed line and appurtenances is more fully shown by a complete set of drawings
attached to this Utility Installation Request (Request). We will give plans to TxDOT for each future proposed modification or
expansion to our facility and TxDOT will have 30 days to review and approve the plans prior to commencement of the work.
A new Request may be required as a condition of approval.
Our organization will use Best Management Practices to minimize erosion and sedimentation resulting from the proposed
installation, and we will revegetate the project area as indicated under "Revegetation Special Provisions." We will also
ensure that traffic control measures complying with applicable portions of the Texas Manual of Uniform Traffic Control
Devices will be installed and maintained for the duration of this installation.
When installing, modifying or maintaining our utility on controlled access facilities, we shall conform to the Texas
Transportation Code, Title 6 Roadways, Chapter 203, Subchapter C, Control of Access, §203.031
�L (http:/ttio2.tic.state.tx.us/statutes/statutes.htmi). We shall limit access for servicing this installation to access via (a) frontage
roads where provided, (b) nearby or adjacent public roads or streets, (c) trails along or near the highway right of way lines,
connecting only to an intersecting road; from any one or all of which entry may be made to the outer portion of the highway
�t right of way for normal service and maintenance operations. Our rights of access to the through traffic roadways and ramps
shall be subject to the same rules and regulations that apply to the general public.
It is expressly understood that TxDOT does not purport hereby to grant any right, claim, title or easement in or upon
highway right of way. TxDOT may require us to relocate this line, subject to the provisions of governing laws, by giving us at
least 30 days written notice. We understand a new Request will be required for the relocation. We will notify TxDOT prior to
commencement of any operation which requires pruning of trees so that TxDOT may provide specifications to govern
performance of work, including trimming, topping, tree balance, type of cuts, painting cuts and clean up. We understand
that these specifications are intended to preserve TxDOTs considerable investment in highway beautification plantings and
11J by reducing damage due to trimming and to protect known endangered species.
Our installation shall not damage any part of the roadway structure or associated appurtenances. We will make adequate
provisions to cause minimum inconveniences to the traveling public and adjacent property owners. We will not open -cut
driveways or intersecting roadways without specific written permission from the owner.
Following approval, we will begin construction on or after
Month/Day/Year
tF _.
l'
Form 1082 (Rev. M=)
Page 2 of 2
We understand TxDOT may place additional provisions and requirements as listed below, based upon, but not limited to,
the type of utility being installed, local site conditions, soil types and traffic. , -
Additional Provisions and Requirements (for TxDOT input only)
• General Special Provisions:
x
Are attached.
❑
Are not attached.
• As -built Plans/Certifications of Construction:
❑ Are required and shall be certified as accurate by an authorized representative of the company.
❑x Are required and shall be signed and sealed by a State of Texas Licensed Professional Engineer.
❑ Are not required.
❑ Certification that utility was installed as approved
• Re -vegetation Special Provisions: In order to minimize erosion and sedimentation resulting from the proposed
installation, the project area will be re -vegetated:
❑x in accordance with TxDOT's Standard Specification Item 164 which specifies the appropriate grass seed mix
to be used, or:
❑ as indicated on the attachment..-�-
TxDOT Representative to be notified 48 hours prior to beginning construction:
t
t _$
If approved, we understand we will assume all risks associated with this installation within the TXDOT right of way. These
risks include injuries to our workers, damage to contiguous utility lines that may be in the area and injuries or damage
resulting from our failure to properly install and maintain the line. 1
If the character, use or function of our installation is materially changed from that approved under this Request, we will
' notify TxDOT within 30 days after the change. In the event of a voluntary or involuntary loss of public utility status, or other
' - legal authority for longitudinal placement of the utility facility in the highway, or there is an abandonment of the facility
without the approval of TxDOT, we will at our expense remove the unauthorized portion of the facility from the right of way.
If installation of the line is not begun prior to the 91st calendar day from date of issuance, we acknowledge that, unless
otherwise extended, TxDOTs approval of this Request will automatically expire, and we will be required to resubmit our
Request. All Request submissions, whether due to expiration of approval under this paragraph or new Requests for
modifications and relocations shall be in accordance with the governing laws, rules, regulations and policies existing at the
time of submission. in the event we fail to comply with any or all of the requirements as set forth in this Request, the State
may take such action as it deems appropriate to compel our compliance.
By signing as/for the requestor below, I certify that I am authorized to represent the requestor, that I agree to the provisions
and requirements included in this Utility Installation Request, and our commencement of construction will further attest to
our review and acceptance of said additional provisions and requirements.
REQUESTOR
Date:
By: L. Wood Franklin, P.E.
Signature:
Title. Chief Water U itie gineer
Address: 402 Municipal Drive
Lubbock, TX 79457
City State Zip Code
( 806 ) 775-2585
Area Code Telephone Number
APPROVED BY TxDOT
Date:
/0 / — GO
By:
DOUGLAS W. EIGHORST It, P.E.
Signature:
Title: Ql
Icr
Address:
L A-J v
City
State Zip Code
Area Code Telephone Number
GEOTECHNICAL ENGINEERING STUDY
KLE/NFELDER
Bright People. Right Solutions.
Lake Alan Henry Pipeline
Garza, Lynn and Lubbock Counties, Texas
Project 101231.003
June 19, 2009
0
f�LHINF-ELDER GsSC IJani�af'un IlFrrt triSwte1•Vn.^;h, YX 7X
\ Bright People. Right Solutions. 76i 20
pI 8 11429.6692
i 1$ i 7.429.7869
Hein eldeccom
June 19, 2009
Project 101231.003
Mr. Nick Lester, P.E.
Freese and Nichols, Inc.
4055 International Plaza, Suite 200
Fort Worth, Texas 76109
Subject: Subsurface Exploration
Lake Alan Henry Pipeline
Garza, Lynn and Lubbock Counties, Texas
Dear Mr. Lester:
This report transmits the results of our field investigation and laboratory work performed for the
subsurface exploration of the planned Lake Alan Henry Pipeline in Garza, Lynn and Lubbock
Counties, Texas.
We appreciate the opportunity to be of service on this project. If we can be of additional
assistance, please do not hesitate to -contact us.
Sincerely,
KLEINFELDER CENTRAL, INC.
Michael M. Shill , P.E.
Copies Submitted: 4
.0 ..._ww. m �
A Report Prepared for:
Freese and Nichols, Inc.
Fort Worth, Texas
SUBSURFACE EXPLORATION
Lake Alan Henry Pipeline
Garza, Lynn and Lubbock Counties, Texas
Project 101231.003
June 19, 2009
Prepared by:
6aniel..
Michael M. Shiflett, P
KLEINFE,LIDER
Bright People. Right Solutions.
6850 Manhattan Boulevard, Suite 300
Fort Worth, Texas 7612.0
pl 817.429.6692
f l 817.429,7869 -
This document was prepared for use only by the client, only for the purposes stated, and within a reasonable time from issuance,
but in no event later then one year from the date of the report. Non-commercial, educational, and scientific use of this report by
regulatory agencies is regarded as a "fair use" and not a violation of copyright. Regulatory agencies may make additional copies of
this document for internal use. Copies may also be made available to the public as required by law. The reprint must acknowledge
the copyright and indicate that permission to reprint has been received.
R
Geolechnicol Engineering Repopt
Geolechnical Services Are Performed for
Specific Purposes, Persons, and Projects
(Ir'111P1llfllf;)I r.IlUilu'nf• ':III I• IIIW (111'❑ y.;tVtl t?,l RI IJU't'I ll,r• - ;IN, ltq ,L,y(!- „1
Olt -I• h1'hl:. A df ,Ile II, Lt: it I-IUt III)pw 111() tilllfly t ldhlU, I1?I II,I t '-•Vif "liO1.
I I!V1 f1)dV 11. 11 1, 111.11 11.1 "!1" 1, rd I I Id1CIfi It [it P„ .it ill„ 1.J , I • X, h .1I1,1111VI
Y'I1'L�111•r;(irIall �,•'-$t-1111,-•II'I,Ilm.li.-IIiJ'll+Id11,t) _jll,'. 111.1,I'I' •'I[I
!. •1.11.?t-t if pl;lt I 11(11111'011. I „'Ip PI I: Illlltllp' 1.1•'1. 11-:11 'rft.1 -, 11 ,.-I lit.
�,.. ,. i• ,.,I11 1.:11, ' I I ..III ,.-I; III. Y"Ill Ill
'.1•.t..,d,•I1•ntl:'4•Ihll.I-ItL.i6t�..,,.11-+t,lil„-IIn•1•. (tr(.lr.!n ;t; ,u'
'1. I'.t •�rt I., .I, 9yil �11 �!'�, 11C •,'(in,l ,�., ,,li (�-L( ..I {.(• 1,. 1
♦.•:111 111,' .IU 1.1 II JIr .1{I II,I, ,.1.,-ll••,1
Read the Full Report
' IvIU•. Cd,.lbl-.,1♦ 1�..t. .i: •dl..! E•'•t Ili ,t I't.': „,i ,111 1. J I.
1Il nl i,•iQP'U I,'Iu Jt ,l..( nl i-'.1J'1 11, 1„''.•11 '' 1/ °'f' � .I,t d', ;I ..
A Geolechnical Engineering Report is Based on
A unique Set of Project -Specific factors
�., y,1..•,. .11ht. ,...!E,. -°f-. ,f I 11r1; I'J' .It,., r .•i.?- i'.
•,Il,,i a W. It. 1"" 1,t 'I'v' •I I' .'li,l i, 111"Jig n :1 I,
Ur •.II'p l.,t. ..,� P,. �I, 1,•Ij .,p', t j,1 pI v tl ,.r ,-.i br t '. r .1 , ,. n, ,.)
I{, h s• .p � .. ,.._l. t' (• ai•,•u1 !-•I�. Arl IPuI,-t,p..'p, ! -.Lal . ., ,I q .
III11..1. 1111.1 At •11'I(a II' I fit,-'ll,'I. it t. It j,{ ..,;I• It All
4 I -111 -1.,1 1• It I. I I. .r, • ,.Ill, P nq.nr,i•ti1J •I -I ..r, jL I' ., .
• tltl !Ilrlt.11.'•),. .11'-.' 1,I:11.. .rl•�t •t1?t'1, II ..
!1-Ir{Y•I't11 .-t: i.-11?II. •)t 11 .I I'1..1..1,II•i. 1. j• :5•,. ,�,I;•
1.1111 .II , It.,, I. b 11.1t•l>•
"IgJfl �, ,..1'1'1) I' IfI ri �!• • f11• IIh,:: - 11'.11 I►IPI 1
• 11l,- 111•u III,11 .,1 I•.• (ll'11'I1,,•,I'.I(1n'1,IfP .? ;:Ih , fl' t..t1411',l II1111• .I
l) :1 k,IlU tJdl •lqr !'. t1' :Il-, r- lI+1ill'Itl lit It. ill ., 1'11t'1 •11.111 .11 1t Id-Ifil
I. ,1 h:ht.p'1,11r,i1 t:.rrh,al"
•-Ir,l.11ull ,ad'tp1f.11,1'11 . •.li'r11 I,n'•11I-tw,i, r 1 ;.•--,It,i „t t1
♦ , 1•It111t 11-,(It A, ,d II,•-'d „t1i' ft •.1111 •,I
�••.1 ,)•.rp.• tl I,.b ,•,1. J1` •,I^ "1 v^Itl .1.., .1.,. i.r �.. I [r 11,. .. !.r ,, i
+ r•.)i+,(r. ••yr+� POW., ..In- • .( itt 1, Il,p'.I 1" •f. ..qr+rt d 11 i d .-i? :- 1
Iu'••tn'!t,, rr •'r1,f "r'Yt I. tr..y l r. Cf.. rr •f irl tJ S11 1,-• r.1.,1•t. ...
tr,11•+..'rr'(:- t.r.. Jnr, ,. �t.. ). n•;•..•;�.(r' J.�.. .i '. "tN•.t,
Subsurface Conditions Can Change
f..p l.t1l I.IH' -fi . I,. 111 ,.. 1.1,I) 1- 1, 11 1'.) , 1 ' ', , i. 1111— 11111. t -1
Im,' tt,, .l,,,lt 6 f !•, u.lt.• . it /h� I..t I- It .. t , -
'"1J 1, r,'!; A'I, . stt•?) , : t 1!i it I+ iN I.....I 1t1. , N •(I (:,- t, . ..1+], --
. ,iI l : •1 l , .. '. 1: - i'it .1.t tF. I it •I, )i. it- I I h, ,
I rr I'll n ..11., „ I t, •. I!,., .I I fin,. II . ,,1•'- ,. .,.- :[ I ".., ,iJ :I I• '- I I
I b•111••II, t .! ..h, 1.•h,+t I ., t,.,.. I p., , ' 1.t,J n, •, 1° t .tI .!
Most Geolechnical Findings Are Professional
opinions
b ra.,.rlt, I 1,nill' 11l•.:Ila, n!I ,, 11 It
-I11'tiill Llt , 7r•t 1 '4Iih 11 it '1 .I,IIJ•,. •1„ 1,: I. ,,• d.it.... f•)
• f. twl''t:. t,. ! 1 ',i'.tll ,Lt1,:IY II'll.t.lt''1 Ilt,'1 .;t.t t, 11' ' i,i•II• , -•1;I
i, 111, i1 n, rJ 1 L'. c. )• 1 -nI •ahi,l, ..i .(1^ i,t •.Ip,:.I Ifni .-1,1 - I it -t. •h►R .t ,J q.
Ir.,n III„e,' ' •I, t1,-II i -af ulnd{ It, l dll•11r) Ii• -E t r,. ,I . 1 hI-
5411J ilr.y•1,,t t. .1 :, IP It ltl•if 1. l0f,t„1, l'ill•lfli-, ...q ,,5.r1,I •, -, 11 .,.
nnSl i!Iltn lly ' atti, l 1 'n W it) i) J11. I,.. t- -' 1t• ,i Ad -,..I- I
. nt Ulllp'iC
A Report's Recommendations Are Not Final
111, Ill 11 .11 Ift4V ..r, Ow I , if. V,"It
n-IIIII Im,(:r1, 41v;.f''4(11,''h?.11r r.'1t.t(I' 1"':.tll', :S•",I••,r.1I,• 11 -[fill
I111HSIlev,;I, it. l I)(III 11„' IIj()w II, 111i111 it 1, 1lIII1,^f lt. if it l• 11 -it if. Irt Ii"Iitr, lit, it 11
1',nlpnl,rtlS I'tn 4n;11,/t' Ih,�•1 n, ra)uro'n•LlLnll•, Ia 11 l.a LIr., 1y111;}>tt tu.11
A Geolechnical Engineering Report Is Subject to
Misinterpretation
On Not Redraw the Engineer's Logs
1
Give Contractors a Complete Report and
Guidance
I;I-I, it '1.1 1 = 1"1 It -0 Ilifl,[..I;., V,!!
Ill. I. it, I it I.; !,I.-d;--J it I- fit Ili, It,
I,!-: It
1, 1 A ,fill It'll. ,*.I[,
!"I t
Read Responsibility Provisions Closely
(111%11111 plotpss If -f ]q Is If Id [ (Intl ill)
orltwt hml,,il inawviino I-, fit ii!S,s -,xai I Ilian ntllpi 01011W.11110 (It..i I
pH l'!,. lhl'; 1411, ill IIIIIIENLinflaill Ims ; (PAW11 Illifflallslic oxpllclalloll5 Vial
Geoenviponmental Concerns Are Not Covered
Obtain Ppolessional Assistance To pea[ with Mold
fill
A,100 :A- "'A.,
I 'I none of the services per-
toilneil in connection witli ifill- yootechnical ennineets sumv
lift're designed of colliftlicled fat Me purpose of 171ohd arevell
!ion- Piopet, implementation of the recommendations convellipil
ill this repniff tivill not of itself be sufficient to prevent mold
Irom otowing in at on file structwe involved.
Rely, on Your ASFE-Membep Geotechneial
Eumneep top Additional Assistance
t0vi Ill wi -4 ill, ill ASR! I I if- Fir }I Pptjlil,, i,n fill!!! oxpi;;v, (It', &.1 *1! 1 ill .11
.-ill IJIJ:t"IC fft I ifilif." ;JfI;IV 1-1 Il'A 11-1 111111111w., that t..Ill tit- lit
UP.,flif 11 bellf-Ill Nq INtifyi.-Ill, lflv(.!V(,Il -.,,fill I - WISPIlt If(!['
;,Ill, ioin ASF F itirmbvi ilpt iIo;;hnjt .11 r,nilriatll 1111 111"ll,
A qAh S 10 �� E
the IIIIIIII people on larift
pq "IfLi I% [)i'lliti 'llAt, it! J."! /:I l"! I Ii!
It!-, !Jett. ....... AS�f
4 'I'P, Pit, ill, is Vind I? I :" - ! I
TABLE OF CONTENTS
PAGE
IMPORTANT INFORMATION ABOUT YOUR GEOTECHNICAL REPORT .............................. III
1 INTRODUCTION...............................................................................................................1
1.1 PROJECT DESCRIPTION....................................................................................1
1.2 PURPOSE AND SCOPE.......................................................................................1
2 FIELD EXPLORATION AND LABORATORY TESTING.................................................2
2.1 FIELD EXPLORATION..........................................................................................2
2.2 LABORATORY TESTING.....................................................................................4
3 SUBSURFACE CONDITIONS..........................................................................................6
3.1 GEOLOGY............................................................................................................6
3.2 STRATRIGRAPHY................................................................................................7
3.3 GROUNDWATER OBSERVATIONS.................................................................... 7
4 SHIPPED SAMPLES........................................................................................................9
4.1 SOIL SAMPLES SHIPPED TO OTHERS..............................................................9
5 LIMITATIONS.................................................................................................................10
APPENDIX
VicinityMap..........................................................................................................................Plate 1
Planof Borings.............................................................................................................. Plates 2 - 6
GeneralNotes......................................................................................................................Plate 7
Logsof Borings........................................................................................................... Plates 8 - 79
Summary of Laboratory Test Results................................................................................ Plate 80
Sample Distribution List..................................................................................................... Plate 81
101231.003 / DFW9R086 iv June 19, 2009
Copyright 2009 Kleinfelder
SUBSURFACE EXPLORATION
LAKE ALAN HENRY PIPELINE
GARZA, LYNN AND LUBBOCK COUNTIES, TEXAS
1 II�T�VYVCTIVi:
1.1 PROJECT DESCRIPTION
This report presents the results of the subsurface exploration for the planned Lake Alan
Henry Pipeline located in Garza, Lynn and Lubbock Counties between the towns of
Post and Slaton, Texas. The new pipeline will be approximately 50 miles in length.
1.2 PURPOSE AND SCOPE
The purpose of this exploration has been to provide subsurface data to others to assist
them in their designs. To accomplish this purpose, the exploration has been conducted
based on the following scope:
1. Drilling sample borings to assess the general subsurface conditions and to obtain
samples for selected testing;
2. Visually classify soils and perform selected laboratory tests for soil classification
purposes;
3. Package and ship desired soil samples to others.
101231.003 / DFW9R086
Copyright 2009 Weinfelder
Page 1 of 10
June 19, 2009
2 FIELD EXPLORATION AND LABORATORY TESTING
2.1 FIELD EXPLORATION
Subsurface conditions along the pipeline were evaluated by drilling 72 borings with a
truck -mounted drill rig. A schedule of these borings and surface coordinates are
presented in Table 2.1. The boring locations are presented on the Plan of Borings in
the Appendix along with the Logs of Boring.
Table 2.1 — Schedule of Borings
Boring No.
Depth
Date Drilled
Latitude
Longitude
LAH-A-1
20
2-2-09
33.0709
-101.0529
LAH-A-2
20
2-2-09
33.0758
-101.0632
LAH-A-3
20
2-2-09
33.0832
-101.0783
LAH-A-4
20
2-2-09
33.0872
-101.0860
LAH-A-5
20
2-2-09
33.0934
-101.1002
LAH-A-6
20
2-3-09
33.0980
-101.1093
LAH-A-7
20
2-3-09
33.1063
-101.12169
LAH-A-8
20
2-3-09
33.1089
-101.1315
LAH-A-9
20
2-3-09
33.1134
-101.1422
LAH-A-10
20
2-3-09
33.1158
-101.1477
LAH-A-11
30
2-3-09
33.1235
-101.1629
LAH-A-12
20
2-4-09
33.1291
-101.1750
LAH-A-13
20
2-4-09
33.1353
-101.1872
LAH-A-14
30
2-4-09
33.1373
-101.1929
LAH-A-15
20
2-4-09
33.1409
-101.2005
LAH-A-16
20
2-4-09
33.1478
-101.2093
LAH-A-17
20
2-4-09
33.1513
-101.2179
LAH-A-18
30
2-5-09
33.1550
-101.2287
LAH-A-19
20
2-5-09
33.1620
-101.2459
LAH-A-20
20
2-5-09
33.1669
-101.2495
LAH-A-21
20
2-5-09
33.1729
-101.2528
LAH-A-22
20
2-5-09
33.1839
-101.2595
LAH-A-23
20
2-5-09
33.1878
-101.2658
LAH-A-24
30
2-5-09
33.1985
-101.2781
LAH-A-25
20
2-5-09
33.1899
-101.2921
LAH-A-26
30
2-6-09
33.1980
-101.3101
LAH-A-27
30
2-6-09
33.2035
-101.3196
LAH-A-28
20
2-6-09
33.2156
-101.3423
LAH-A-29
20
2-6-09
33.2198
-101.3529
LAH-A-30
30
2-6-09
33.2244
-101.3618
101231.003 t DFW911086
Copyright 2009 Kleinfelder
Page 2 of 10
June 19, 2009
Boring No.
Depth
Date Drilled
Latitude
Longitude
LAH-13-1
20
2-"9
3342325
-101.3808
LAH-13-2
20
2-6-09
33.2329
-101.3800
LAH-13-3
30
2-7-09
33.2406
-101.3920
LAH-B-4
20
2-7-09
33.2462
-101.4018
LAH-13-5
30
2-7-09
33.2522
-101.4146
LAH-13-6
30
2-10-09
33.2633
-101.4320
LAH-B-7
30
2-10-09
33.2672
-101.4413
LAH-13-8
20
2-10-09
33.2727
-101.4479
LAH-13-9
20
4-28-09
33.2868
-101.4740
LAH-13-10
40
4-28-09
33.2932
-101.4837
LAH-B-11
20
2-11-09
33.3014
-101.4988
LAH-13-12
30
2-11-09
33.3043
-101.5048
LAH-13-13
30
2-11-09
33.3074
-101.5154
LAH-13-14
20
2-11-09
33.3097
-101.5218
LAH-13-15
20
2-11-09
33.3161
-101.5632
LAH-13-16
20
4-28-09
33.3213
-101.5459
LAH-13-17
30
2-11-09
33.3266
-101.5549
LAH-C-1
30
2-11-09
33.3306
-101.5649
LAH-C-2
20
2-12-09
33.3375
-101.5734
LAH-C-3
20
2-19-09
33.3435
-101.5821
LAH-C-4
20
2-19-09
33.3454
-101.5884
LAH-C-5
20
2-19-09
33.3526
-101.6014
LAH-C-6
20
2-19-09
33.3602
-101.6165
LAH-C-7
20
2-17-09
33.3674
-101.6275
LAH-C-8
20
2-19-09
33.3715
-101.6360
LAH-C-9
20
2-19-09
33.3763
-101.6447
LAH-C-10
20
2-19-09
33.3810
-101.6533
LAH-C-I1
30
2-20-09
33.3852
-101.6602
LAH-C-12
30
2-20-09
33.3851
-101.6611
LAH-C-13
20
2-17-09
33.3890
-101.6669
LAH-C-14
20
2-17-09
33.3938
-101.6771
LAH-C-15
20
2-17-09
33.4000
-101.6879
LAH-C-16
20
2-16-09
33.4034
-101.6943
LAH-C-17
20
2-16-09
33.4130
-101.7040
LAH-C-18
20
2-16-09
33.4207
-101.7114
LAH-C-19
20
2-16-09
33.4276
-101.7150
LAN-C-20
20
2-16-09
33.4297
-101.7201
LAH-C-21
20
2-16-09
33.4366
-101.7269
LAH-C-22
20
2-16-09
33.4403
-101.7335
LAH-C-23
20
2-16-09
33.4475
-101.7413
LAH-C-24
1 20
2-16-09
33.4548
-101.7491
LAH-C-25
1 30
2-16-09
1 33.4619
-101.7614
101231.003 / DFW9R086 Page 3 of 10 June 19, 2009
Copyright 2009 Kleinfelder
At the request of Mr. Nick Lester with Freese and Nichols, on May 22, 2009 Boring
LAH-B-10 was extended to a depth of 40 feet.
Kleinfelder established the boring locations in the field using GPS coordinates provided
by Freese and Nichols, Inc. and a hand held GPS unit. The approximate boring -
locations are shown on the Plan of Borings in the Appendix.
Soils encountered in the borings were obtained with thin -wall Shelby tube samplers at
the site. Hand penetrometer tests were performed in the field on recovered soil
samples during drilling operations. The results of the hand penetrometer readings are
recorded at corresponding depths in the "Penetrometer, TSF" column of the boring logs.
When the capacity of the hand penetrometer is exceeded, the value of 4.5+ is recorded.
A split -spoon sampler was also used in conjunction with the Standard Penetration Test
(SPT). This technique involves driving the sampler into the soil using a free -falling
hammer (based upon ASTM D1586). The number of blows required to drive the spoon
sampler over three successive 6 inch increments is recorded during sampling. The first
6 inches is the "seating drive" and the number of blows for the last two 6 inch
increments is the "penetration" in blows per foot. Where resistance was high, the
number of inches of penetration for 50 blows of the hammer is recorded. Materials
recovered from the split -spoon sampler are then placed in a plastic bag to reduce
moisture loss and to protect the sample.
2.2 LABORATORY TESTING
Laboratory testing was performed on selected samples collected from the borings within
the estimated pipe zone for soil classifications purposes only. These samples were
selected as being generally representative of that stratum and/or boring(s). Testing was
performed to allow for material classification according to the Unified Soil Classification
System (ASTM D 2487). These tests included:
• Visual classification, ASTM D 2488, "Standard Practice for Description and
Identification of Soils (Visual -Manual Procedure)."
• Moisture content tests ASTM D 2216, "Standard Test Method for Laboratory
Determination of Water (Moisture) Content of Soil and Rock by Mass." I
101231.003 / DFW9R086 Page 4 of 10 June 19, 2009
Copyright 2009 Kleinfelder
j
• Dry density determinations as outlined in the sample preparation procedures
1 of ASTM D 2166, "Standard Test Method for Unconfined Compressive
Strength of Cohesive Soil."
• Atterberg limits, ASTM D 4318, "Standard Test Methods for Liquid Limit,
Plastic Limit, and Plasticity Index of Soils."
• Percent passing a number 200 sieve, ASTM D 1140, "Standard Test Methods
for Amount of Material in Soils Finer Than the No. 200 (75-pm) Sieve."
The results of these tests are summarized on the Summary of Laboratory Tests and the
Logs of Borings in the Appendix. The soil classification description is provided in each
strata description, and on laboratory test reports, as appropriate. Soil classifications
without laboratory tests, as presented on the Logs of Boring, are based on visual
observations encountered during drilling operations.
101231.003 / DFW9R086 Page 5 of 10 June 19, 2009
Copyright 2009 Kleinfelder
3 SUBSURFACE CONDITIONS
3.1 GEOLOGY
The Lubbock Sheet of the Geologic Atlas of Texas locates the project within the
Dockum Group, Lingos Formation, Ogallala Formation, and Blackwater Draw
Formation. A brief description of each formation is provided below.
The Dockum group is comprised of sandstone, clay, shale and conglomerate. The
sandstone is fine to course grained quartz with silt that varies in color from greenish -
gray to reddish -brown. Clays often contain silt and sand. The shale is commonly red,
green, gray and yellow in color, and is not as hard as most regional rock materials. The
shale is often sandy and calcareous. Conglomerate contains quartz, sandstone and
petrified wood.
The Lingos Formation consists of alluvial fan deposits with a variety of materials,
including gravel, sand, and silt. Alluvial deposits are associated with rivers and streams
and are present along existing and historic channels. The grain size of these deposits
typically increases with increasing depth, but is dependent upon channel geometry and
flow rates. Water is often present within alluvial deposits. These deposits can often be
soft or loose, especially in the presence of groundwater.
The Ogallala Formation is composed of fluviatile sand, silt, clay and gravel that are
capped by caliche. The sand is fine to medium grained quartz that is silty, calcareous ,
and clayey. Silt and clay may contain caliche nodules and varies in color from reddish -
brown, dusky -red, and pink. Gravel, where present, is composed of quartz, quartzite,
sandstone, limestone, chert, igneous rock, and metamorphic rock.
The Blackwater Draw Formation consists of sand that is comprised of fine to medium I
grained quartz and is silty, calcareous and contains caliche nodules. Usually grayish -red
in color.
f
f
101231.003 / DFW9R086 Page 6 of 10 June 19, 2009
Copyright 2009 Kleinfelder
I'
3.2 STRATRIGRAPHY
Based on the subsurface conditions encountered during the field exploration activities
and the results of the laboratory testing program the subsurface stratigraphy along the
pipeline route was found to be variable. The subsurface materials encountered during
our field exploration consisted of the following:
• Fill: Clayey Sand (SC)
• Sandy Clay (CL);
• Silty Clay (CL-ML)
• Silty Sand (SM);
• Clayey Sand (SC)
• Clay (CL)
• Clay with sand (CL)
• Clayey Silty Sand (SC-SM)
• Silty Clayey Sand (SC-SM)
• Clay (CH)
• Sand (SP)
• Sand with gravel (SP)
• Sandstone
Not all soil strata were encountered at each boring location. For detailed subsurface
ccriptions, refer to the Logs of Borings in the Appendix. Note that demarcation --lines
between the strata are interpretive of the field conditions, and that actual strata
transitions in the field may be gradual.
3.3 GROUNDWATER OBSERVATIONS
The borings were advanced with continuous flight augers to their termination depths.
Observations during the course of this study indicate the presence of seepage or
groundwater during drilling at a depth of 34 feet at Boring LAH-B-10. Upon completion
of the boring, a second water reading was recorded at a depth of 39Y2 feet. The boring
also caved in at a depth of 39'/2 feet. All other borings were dry at the time of our field
exploration. These observations do not preclude the possibility of seepage or
groundwater, and are only indicative of conditions at the time and place indicated.
Once subsurface water seepage observations were completed the borings were
backfilled with soil cuttings.
1 101231.003 / DFW9R086 Page 7 of 10 June 19, 2009
1� Copyright 2009 Kleinfelder
The occurrence and variation of groundwater can vary due to many factors. These
factors include seasonal changes, site topography, surface runoff, the layering and
permeability of subsurface strata; water levels in waterways, utilities, and other factors
not evident at the time of this study. The possibility of groundwater and its fluctuation
should be considered when developing this project. A groundwater study has not been
performed. Long-term observations would be necessary to more accurately evaluate
groundwater levels and fluctuations.
101231.003 / DFW9R086
Copyright 2009 Kleinfelder
Page 8 of 10
1=
June 19, 2009
4 SHIPPED SAMPLES
4.1 SOIL SAMPLES SHIPPED TO OTHERS
Soil samples selected by Dr. Garry Gregory, Ph.D., P.E. with Gregory Geotechnical of
Stillwater, Oklahoma consisted of undisturbed and bulk samples. Undisturbed samples
where placed in 3-inch diameter rigid cardboard tubes along with packing paper to
reduce the void space between the soil samples and the tube. The rigid cardboard
tubes where placed in cardboard boxes that were lined with bubble wrap, and then
sealed for shipping. Packing paper was placed between the tubes to reduce any vertical
or horizontal movement the samples may endure during the shipping process. Bulk
samples where placed in cardboard boxes and then sealed for shipping.
Soil samples selected by Mr. Shane Sorensen with Corrosion Control of Sandy, Utah
consisted of bulk samples. Bulk samples where placed in cardboard boxes and then
sealed for shipping.
A list of sample request, boring location, and depth of sample is provided in the
Appendix of this report.
t_ 101231.003 / DFW9R086 Page 9 of 10 June 19, 2009
Copyright 2009 Kleinfelder
5 LIMITATIONS
Information contained in this report is based on our field observations and subsurface
explorations, limited laboratory tests, and our present knowledge of the proposed
construction. The borings of this project were widely spaced; therefore, soil conditions
are anticipated to vary between or beyond the points explored. The sole purpose of this
report is to provide subsurface data at the predetermined boring locations selected by
Freese and Nichols. The boring logs do not provide a warranty of the conditions that
may exist along the entire pipeline route.
We have prepared this report in substantial accordance with the generally accepted "-
geotechnical engineering practice, as it exists in the site area at the time of our study.
No warranty is expressed or implied. These services were performed consistent with
our agreement with Freese and Nichols. Reliance on this report by a third party is at
such party's sole risk.
Paragraphs, statements, test results, boring logs, diagrams, etc., should not be taken
out of context, nor utilized without a knowledge and awareness of their intent within the
overall concept of this report. The reproduction of this report supplied to persons other
than the owner, should indicate that the purpose of this study has been to provide
specific subsurface data only and that verification of the subsurface conditions for
purposes of determining difficulty of excavation, trafficability, etc., are responsibilities of
the contractor.
Standards or documents referenced in any given standard cited in this report, or
otherwise relied upon by the authors of this report, are only mentioned in the given
standard; they are not incorporated into it or "included by reference," as that latter term
is used relative to contracts or other matters of law.
101231.003 / DFW9R086 Page 10 of 10 June 19, 2009
Copyright 2009 Kleinfelder
f
I"
("KL INFEL OCI4
Bright People. Right Solutions.
Extits\ ��
Kaffir *z Plaska
Dimmrtt+
Lakev,e�iaTuhe
Nazareth S 'Af I S H E R B R I S C O E nell
PARMER C A S T R O Eunice 258 H A L
pta98 Roy 184 Rock Creek, Silverton t
Hart zD7 Turkey
Lazbuddie )Kress ;Claylonwke es
Hilburn -� Cuttaque
S Finna
Y Lone Star
5pringlake Edmonson _Wnghl Nore
Earth Boone Seth Ward Flomot„ tvorrh r
a 1, ° 1Cereal Johntarris
r B4 Olton 70 Halfway Plainview
uJ ;Fairview Furguso1 AikeW Lockney Not to Scale
-1 H A-,e E F L O Y D
- Sudan L A M B ,rieldlon ?7 ` M O T L E Y
Amherst Corry, q Cotton Tiale Center Muncy
6Matador
,Center Underwood Sandhill•_ Floydada r
m Friendship 62 m
Bula. Littlefield Spade Boothe Roaring
Springsr ,Russellville
Barre+ Petersburg McCoy.
385 - bernathy Mount 70
L U B 64 Oklahoma Flat,. Anton Farmer 'Blanco Glenn Dumont'
'i O C K Bectar
0avn+fe Wake S
„Pe»it New DealHeckviIle McAdoo Afton
p o Liberty Ratls Broadway Elton
� Shallowater r, Lorenzo c Crasbyton Croton �
H O C K L E Y Reese Kilaloe tdelou C R O S B Y 82 Dickens —
= v y Villa
� Whiteface aLevelland tSm era O058ve1t~ 'Acuff
Savage, D 1 C K E N S z
Hurlwood Do u bock Owens
D!. y^ Ransom Canyon
.Arnett Wolfforth� `'�� '
Z Sundown T E X /� S Aosey Spu <.
v aClauene 87 ,Seaton Canyon
Ropesville .unlon Valley Approximate Gilpin
Niue
Meadow aSou Project Area jGirard
New Home. 207
Wilson ,Buenos
62 Petty
Johnson Mound Lake Pleasant Valley,
�' Jayton,
New Lynn A R I A Salt Fork
Y Brownfield L Y N N y" Post
a Tokio 3eo h � t Close ° K E N T
O
T E R R Y West Point Tahoka "o city ;Augustus 380
>, Foster
Wellman
386
,Seagraves ;O'Donnell
_Loop ^Welch aGrandview
Ashmore 137
87
CeJar L•rke .Hancock
Mungervdle
DAWSON
Se G Ale I N E S 780 dLamese
Midway
Sparenberg
Klondike
nFlorey Three Leagues. Ackerly.
ANDREWS 349 M A R T I N Knotty
KL,F//1tFEL DER
Bright People. Right Solutions.
Double
84 Mountain
rr Kuw Fork Brazos
Zoe
.;Fullerville
Mesquite Fluvanna
70
`Gail Brand Hobbs
B O R D E N 180 C. Snyder FISHER
Union
S C U R R Y
Hermteigl Ctaytonvree,
Ire
China Grove Jnodole
•,yWastetla
HOWARD
Buford Roscoe;
x.:
MITCHW,� ,__1t3C3tF�
87 Westbrook.,Colorado City
VICINITY MAP
Lake Alan Henry Pipeline
Post, Texas
Project 101231.001 June 2009
Plate 1
No Text
No Text
No Text
Site Plan Provided by
Freese and Nichols. Inc.
Site Plan Provided by
Freese and Nichols, Inc.
KLEINFELDER
KEY TO LOGS OF BORINGS
DRILLING AND SAMPLING SYMBOLS AND TERMS:
Thin -Walled Tube Sample ® TxDOT Cone Penetrometer Test
Auger Sample/Drilling ® Bag Sample
® Split Spoon Sample & Standard Penetration Test Water Level Initial Measurement
m Continuous Core Sample Water Level Subsequent Measurement
Hand Penetrometer An indicator of fine-grained soils consistency. Reported as tons per square foot (tso.
Core Recovered Length of rock core recovered as a percent of the total continuous core sample length.
RQD Rock Quality Designation (RQD) is a measure of the integrity of recovered core
samples. Reported in percentage as the sum of core pieces greater than 4 inches in
length.
Blow Count Indicator of soil or rock density/consistency, and correlates to the soil strength. Blow
count columns used to report values for both the SPT and the TxDOT Cone
Penetrometer. Each column refers to the number of hammer blows required to advance
the split spoon sampler or cone 6 inches. Note that the seating blows (first 6 inch drive)
are not reported. For the SPT the "N" value is the sum of the values for the second and
third drive. In cases where resistance was high during the first, second or third drive,
the number of inches of penetration for 50 blows of the hammer is reported.
RELATIVE DENSITY CONSISTENCY
OF COARSE -GRAINED SOILS OF FINE-GRAINED SOILS
Penetration
Relative
Hand Penetrometer
Consistency
Resistance
Density
Readings, tsf
(see Note)
Blows/foot
0-4
Very Loose
<1
Soft
4-10
Loose
1-2
Firm
10-30
Medium Dense
2-3
Stiff
30-50
Dense
3-4
Very Stiff
over 50
Very Dense
>4.0
Hard
Note: Some clays may have lower unconfined compressive strengths because of planes of weakness or
cracks within the soil. The consistency rating of such soils are based on penetrometer readings.
TERMS CHARACTERIZING SOIL STRUCTURE:
Fissured
Containing cracks, usually more or less vertical
Laminated
Composed of thin layers of varying color and texture, typically horizontal
Interbedded
Composed of alternate layers of different soil types
Calcareous
Containing appreciable quantities of calcium carbonate
Well graded
Having wide range in grain sizes and substantial intermediate particle sizes
Poorly graded
Predominantly one grain size, or having some intermediate size missing
Slickensided
Having inclined planes of weakness that are slick and glossy in appearance
GENERAL DEGREE OF WEATHERING:
Unweathered Rock in its natural state before being exposed to weathering agents
Slightly weathered Noted predominantly by color change with no disintegrated zones
Weathered Complete color change with zones of slightly decomposed rock
Severely weathered Complete color change with consistency, texture, and appearance approaching soil
SUBSURFACE CONDITIONS:
Soil and rock descriptions on the boring logs are a compilation from field data as well as from laboratory test
results. The stratification lines represent the approximate boundary between materials and the actual transition
can be gradual. Water level observations have been made in the borings at the times indicated. Note that
fluctuations in groundwater level(s) may occur due to variations in rainfall, hydraulic conductivity of soil strata,
construction activity, and other factors.
Copyright 2009 Kleinfelder
Plate 7
LOG OF BORING NO. LAH-A-01
Project Description: Lake Alan Henry Pipeline
Post, Texas KLE�NFEL�ER
Location: See Plan of Borings, Plates 2-6 Bright People. Right Solutions.
Approx. Surface Elevation: Not Provided
s§
m
co
CON
m
o
o
m
o
19
x
S
p1
.r
n
�
L
E
C
8
-0
�
U
t�C�1 CO
Wg
3£
LL
U
C N
N
0
, o
R•
a
of
?
72
m
pj
o
C
a
U
cJ
a
m
o
43
S
i
m
in
MATERIAL MATERIAL DESCRIPTION
c"
4.5
SANDY CLAY, red and brown, hard
4.5
4.5
4.5
4.0
5
•
UP
-
SILTY SAND, tan and olive, very dense,
.
—
.
.
.
.
•
50/
moderately cemented
NP
NP
NP
30
3
6"
50/
10
6'
50/
15
3"
50/
20
—
-0=
—
—
—
20.0'
•—
—
—
—
—•—
—•—
--------
Completion Depth: 20 ft.
Latitude: 33.0709
Date Boring Started: 2/2109
Longitude:-101.0529
Date Boring Completed: 212/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Strata boundaries are approximate and in situ transftns may be
gradual. This Log of Boring is not intended for bidding or estimating
purposes. Boring logs) should not be reproduced separately from
the engineering report unless said report Is specifically included by
reterence. Plate 8
iJ
LOG OF BORING NO. LAH-A-02
Project Description: Lake Alan Henry Pipeline
Post, Texas KLE/NFELOER
Bright people. Right Solutions.
Location: See Plan of Borings, Plates 2-6 ��.
Approx. Surface Elevation: Not Provided
a
>
C
>
C
o
o
U
N
e
c
mE
r
d
3`
E
c
SM5
o.
rn
m --
c
a
a
E
L
fl
J
o
�o
m
O
U
io
3:
E m
u.
0
d
t0
G
7
N
u'
tY
y
`°
t3_
t1 N
m
=
0
p c
U
c
a
o
U
m
J
a
m
a
o o
z
. in
..
Mtn
=
m
co
MATERIAL DESCRIPTION
_
_
�'
3.75
CLAYEY SAND, tan, medium dense, with
4.5+
—•—
—•
—
—•
gravel (FILL) to'
.—
_
_
_•_
_
_
_ _
_
SANDY CLAY, red and brown, hard
4.5+
4.5+
4.5+
5
70
CLAY, tan, hard, calcareous, with trace
4.5+
gravel
4.5+
36
18
18
93
11
10
—
12.9
— —
—•
—
SILTY SAND, tan and olive, very dense,
moderately cemented
50/
15
2"
50/
20
200
.—
—
—
—•—
—•—
------------
Completion Depth: 20 ft.
Latitude: 33.0758
Date Boring Started: 2/2/09
Longitude: -101.0632
Date Boring Completed: 2/2/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
strata boundaries are approximate, and in situ transitions may be
gradual. This Log of Boring is not intended forbidding or estimating
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless said report is specifically included by
reference.
Plate 9
LOG OF BORING NO. LAH-A-03
rProject Description: Lake Nan Henry PipelineE/NFELOER
Post, Texas
Location: See Plan of Borings, Plates 2-6 Bright People. Right Solutions.
Approx. Surface Elevation: Not Provided
V)
vUi
y
E
Q
c
Q
v
d
o
E
axi
=
,a
o
n
f
E
16
c
c4
Q
v
o
w
m�
o
U
m
�}
nq
orn
cn
u
0
V
o
0
tr
Of
a o
d
U
is
to
ti
U
3
3
d
o
it
a
z
o
c�
m
=
m
m
MATERIAL. DESCRIPTION
�
�
_
`�
4.0
CLAY with sand, red and brown, hard
4.5
4.5+
40
15
25
70
14
4.5+
4.5+
- becoming more sandy
35
15
20
64
11
5
,_
_
_
7.tr
CLAYEY SAND, brown and tan, dense,
20
20
_
calcareous, with gravel
17
17
- becoming tan, medium dense, calcareous
10
below 9 feet
15
20
- becoming tan and red, dense, calcareous
15
below 14 feet
34
30
- becoming very dense below 19 feet
20
—
— —
—
—
—
200
......................
—•—
—•—
•—
Completion Depth: 20 ft.
Latitude: 33.0832
Date Boring Started: 2/2/09
Longitude: -101.0783
Date Boring Completed: 2/2/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
arras uuunuraros ara appruainrare, anu nr snu grensneurrs may ae
gradual. This Log of Boring is not intended forbidding or estimating
purposes. Boring logs) should not be reproduced separately from
the engineering report unless said report is speclricelly included by
reference.
Plate 10
LOG OF BORING NO. LAH-A-04
�Project
Description: Lake Alan Henry Pipeline
rKL
Post, Texas E/NFELOER
Location: See Plan of Borings, Plates 2-6 Bright People. Right Solutions.
Approx. Surface Elevation: Not Provided
w
Q
o
CL
o
%i
m
N
E
p
a)
I`v
E
E
x
N
c
j
cd
a
-
rn
0 r-
N
m
v
v
om
Za�
Ud
2
rno
E
i
E
tii
m
o
Q
Z
Uo
a.
30,
3
m
0
o
o° o
Z
a
o
c
to
=
in°
MATERIAL DESCRIPTION
_
"'
4.5+
CLAY with sand, brown, hard
4.5+
4.5+
4.5+
4.5+
5
4.5+
- becoming brown and red, with calcareous
40
17
23
74
16
material
4.5+
10
CLAYEY SAND, brown and tan, very
— —
—
32
32
dense, with trace calcareous material
15
----
—
—
16.a
SANDY CLAY, tan and olive, hard, with
—
trace calcareous material
4.5
20
—
— —
—
—
—
20.0•
_.
........
Completion Depth: 20 ft.
Latitude: 33.0872
Date Boring Started: 212/09
Longitude:-101.086
Date Boring Completed: 212/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Strata boundaries are approximate, and in situ transitions may be
gradual. This Log of Boring is not Intended for bidding or estimating
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless said report is specifically included by
reference.
Plate 11
LOG OF BORING NO. LAH A-05--�
Project Description: Lake Alan Henry Pipeline
Post, Texas KLE/NFELOER
Location: See Plan of Borings, Plates 2-6 Bright People. Right Solutions.
Approx. Surface Elevation: Not Provided
0
3°3
m
o
fA
c
L
o
� m
C
eCy
+C
L
1� YS
�m
7
m
o
E
m
c
8
0
'Q
C
._
m�
a g
U
CD
3
E
0
cn
m
tY
e
�'
Z
m
Vi
ap
td
J
d
it
Z
t>
c
9
_
Fo
Co
MATERIAL DESCRIPTION
_
4.25
SANDY CLAY, brown, hard, with trace
4.5
gravel
4.5
4.5+
4.5+
5
___
—
_
_
7.0'
CLAY with sand, red, hard, with trace
4.5+
42
15
27
84
12
_ _
_ _
_
calcareous material
4.5+
10
4.5
15
• —
—
17.0.
— •
_
_
_
_ -__
-__
__
-_
•_
CLAYEY SILTY SAND, red and olive,
medium dense
3.75
20
•—
—
—•
—
—
20.9
.—
—
—
—•—
---
•—
•—
•—
Completion Depth: 20 ft.
Latitude: 33.0934
Date Boring Started: 2/2/09
Longitude:-101.1002
Date Boring Completed: 2/2/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Strata boundaries are approximate and in situ transitions may be
gradual. This Cog of Boring is not intended for bidding or estimating
purposes. Boring log(s) should not be reproduced separately from
1 ere gineeering report unless said report is speclllca�ncluded by Plate 12
LOG OF BORING NO. LAH-A-06
rProject Description: Lake Alan Henry PipelineE/NFELOER
Post, Texas
Location: See Plan of Borings, Plates 2-6 Bright People. Right Solutions
Approx. Surface Elevation: Not Provided
�
m
>
d
m
a
y
�¢0
'p
E
m
o
ne
E
X
C
N
o
$
i
cD m
C
v
C
J
p
g
?
E,
F
tp
f�
p
Q'
d'
p
a
dN
L
m
l6
5
a
3
a
o
a
o o
z
c�
c
c
i
Co
to
v
MATERIAL DESCRIPTION
o
4.5+
SANDY CLAY, brown and red, hard
4.5+
4.5+
- with trace calcareous material below 2
4.5+
feet
4.5+
- red, brown and tan, hard, calcareous
5
below 4 feet
----
—
—
6.a
CLAY with sand, red, hard, with trace
................
—'—
—'—
........
4.5+
calcareous material
4.5+
50
17
33
74
14
10
- becoming very stiff
3.5
15
_
18.0,
_
—
—
— —
— —
—'—
—
—
CLAYEY SILTY SAND, gray, very dense
50/
20
—
-b -
—
—
—
20.0
Completion Depth: 20 ft.
Latitude: 33.098
Date Boring Started: 213109
Longitude: -101.1093
Date Boring Completed: 2/3/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
auras uuurmanes are appruximere ena insau trensmons may be
gradual. This Log or Boring is not intended for bidding or estimating
purposes. Boring log(s) should not be reproduced separately from
the engtneering report unless said report is specifically by plate 13
reference.
LOG OF BORING NO. LAH A-07 ,---�
Project Description: Lake Alan Henry Pipeline
Post, Texas KLE//VFELDER
Location: See Plan of Borings, Plates 2-6 Bright People. Right Solutions.
Approx. Surface Elevation: Not Provided
c
C
m
a
(A
a
m
E
0
0
°
•p
m
o
E
E
m
>
c�
G
m
0.
N w
m w
m
Y
a
a
_2
m
y
>
m
p
o
-�
o
Z"
•ra rn
N p
o
m
iir
0)
m
U.
O
a
>
m
a
3
3
Ci
y
a
1
dN
o
m
'2
0
V
10
3
Uo
3
o
ti
a
z
a
��
s
m
m
MATERIAL DESCRIPTION
4.5+
CLAY, brown and red, hard, with trace
4.5+
gravel
4.5+
4.5+
63
20
43
88
14
4.5+
5
- red, hard
4.5+
51
18
39
85
12
8.61
CLAYEY SAND, red and tan, very dense,
'
4.5+
calcareous, with gravel
10
50/
- becoming red, with trace calcareous
15
6"
material and gravel below 14 feet
50/
- with trace calcareous material
20
—
-2 -
—
—
—
20.0•
•—
—
—
—•—
—•—
---------
Completion Depth: 20 ft.
Latitude: 33.1063
Date Boring Started: 2/3/09
Longitude:-101.1269
Date Boring Completed: 213/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
ovum wuwanus aro uppruxrmuru, anu in sau iransmons ma oe
gradual. This Log of Boring is not Intended for bidding or as mating
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless said report Is specifically included by
reference.
Plate 14
'fl
LOG OF BORING NO. LAH-A-08
Project Description: Lake Alan Henry Pipeline
Post, Texas KLE/NFELOER
Location: See Plan of Borings, Plates 2-6 Bright People. Right Solutions.
Approx. Surface Elevation: Not Provided
Qo
.s
t/J
m
c
E
B
x
c
c m
>
t
g
E
C
C
9
?:yy
a g
(J
3
`
bf
IL
O
CNN
Ir
J
d
o
2
��
T
co
0-
'D
V
(
W
n
6
Z
V
Q
-=
C
_
i
m
m
MATERIAL DESCRIPTION
4.5+
SANDY CLAY, brown, hard
4.5+
4.5+
4.5+
becoming brown and red
4.5+
with trace calcareous material and gravel
5
below 4 feet
4.5+
- becoming red, with trace gravel
CLAY with sand, red, hard, with trace
—
—
4.5+
gravel
61
29
32
81
22
10
4.5+
15
i9.(r
SILTY CLAY, gray and red, hard
4.0
_
_
_
_____
__
—
_
20
•—
— —
—
—
—
20.rr
—
...........
—•—
—
—•—
•—
Completion Depth: 20 ft.
Latitude: 33.1089
Date Boring Started: 2/3/09
Longitude: -101.1315
Date Boring Completed: 2/3/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
arras oounoarres ere a ximare ano in anu venanans mayy oe
gradual.
This Log o/ Bo ng la not intended for bidding or estimating
purposes. Boring log(s) should not be reproduced separately from
the englneedng report unless said report is specifically by
reference.
Plate 15
LOG OF BORING NO. LAH-A-09
Project Description: Lake Alan Henry Pipeline
Post, Texas KLE/NFELE?ER
Location: See Plan of Borings, Plates 2-6 Bright People. Right Solutions.
Approx. Surface Elevation: Not Provided
o
oX
o
aae
m
•E
•�O
y
aCd.
L
N
v
O
.I
rnU
p
N
n=
m
c0
v)
c
)
>
o
>
4)
of
v
co
w
N
a
m
L
U E
c
N
v
V
U
d
a
a
o
Z
pus
m
=
FM
co
MATERIAL DESCRIPTION
_
to
4.5
SANDY CLAY, red and brown, hard
4.5
- becoming red and gray below 1 foot
20
CLAY with sand, red and tan, very dense,
30
26
—
with gravel
4.5+
- with trace gravel below 4 feet
43
19
24
76
19
5
26
26
CLAYEY SILTY SAND, tan and red, very
50/
dense, moderately cemented, with gravel,
10
5"
with trace calcareous material
SILTY CLAY, red, hard, moderately
_
cemented, with travel gravel
50/
15
6"
bl)%
1s.o
CLAYEY SILTY SAND, red, very dense
Completion Depth: 20 ft.
Latitude: 33.1134
Date Boring Started: 2/3/09
Longitude: -101.1422
Date Boring Completed: 213/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Strata boundaries are approximale! and in situ transitions may be
gradual. This Log of Boring is not intended for bidding or estimating
purposes. Boring logs) should not be reproduced separately from
the engineering report unless said report is specifically included by
reference. Plate 16
r i
f
� s
1_1
{i
t `
: `t
LOG OF BORING NO. LAH-A-10
Project Description: Lake Alan Henry Pipeline
Post, Texas KLE/NFELOEf?
Location: See Plan of Borings, Plates 2-6 Bright Aeople. Right Solutions.
Approx. Surface Elevation: Not Provided
Q
c`oi
y
N
E
a
N
e
o
E
y
C
my
C
O)
d
7
r
N
a
v
N
>
0
v
v
u !B
M o
U
d
p�)
si
E
N
O
>
W
tr
Cr
m
a N
yO
U
1q
u)
ti
v
UU
Z
a.
ooa
z
o
in
i
m
m
o
v
MATERIAL DESCRIPTION
2
rn
4.5+
SANDY CLAY, brown, dense, with trace
4.5
gravel
4.5
- becoming tan, dense, with trace
15
15
calcareous material and gravel
5
13
13
- becoming tan and brown, medium dense,
40
16
24
59
8
with trace gravel
9.01
CLAYEY SILTY SAND, gray, very dense,
50/
_
_
_
_________
_
10
4"
weakly cemented
- becoming tan, very dense, weakly to
50/
moderately cemented
15
2"
50/
20
—
4°—
—•
—
20.0
.................
—•—
—•—
—•—
•—
Completion Depth: 20 ft.
Latitude: 33.1158
Date Boring Started: 2/3/09
Longitude:-101.1477
Date Boring Completed: 213/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Strata boundaries are approximate, and In situ transitions may be
gradual. This Log of Boring is not Intended for bidding or estimating
purposes. Boring fogs) should not be reproduced separately from
the engineering report unless said report Is specifically Included by
reference. Plate 17
LOG OF BORING NO. LAH-A-11
Project Description: Lake Alan Henry Pipeline
Post, Texas KLE/NFELOER
Location: See Plan of Borings, Plates 2-6 bright Aeopk. Right Solutions.
�J
Approx. Surface Elevation: Not Provided
w
49
(U�
(�
m
E
C
C3
M
.o
o
r
E
x
N
o
j
C .�
c
'S
.X
Z
M•...
2
m
n
7S
n
E
o
m
c
c
$
0
-�
a
2
�g
U
3
E
m
u'
tm
c�
o
u�
iS
d cv
'
m
Z
a�
m
tL
c
(J
L
°
n•
zo
�
o
c
3
"
1s
i
m
C
MATERIAL DESCRIPTION
4.5
SILTY CLAY, brown and red, hard, with
4.5
—•—
—
—•
trace ravel t.o'
,—
_
...........
.............
CLAY with sand, red, hard, with trace
50/
gravel
62
19
43
84
14
2"
4.0'
50%
SANDSTONE, tan and red, very hard
5
0"
—
70
—
—
—
— —
— —
— —
— —
—
CLAY, red, brown and gray, very dense,
—
— —
—
—
weakly cemented
50/
33
19
14
85
9
10
2-
becoming red and gray, stiff to hard
2.5
15
50/
20
6"
50/
25
4"
26.0'
CLAYEY SILTY SAND, gray, very dense,
weakly to moderately cemented
50/
30
—
-a =
—
—
—
30.0
•—
—
—
—•—
—•—
—•—
— —
—
Completion Depth: 30 ft.
Latitude: 33.1235
Date Boring Started: 2/3/09
Longitude:-101.1629
Date Boring Completed: 2/3/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Strata boundaries are approximate and In shu transitions may be
gradual. This Log of Boring is not Intended forbidding or estimating
purposes. Borfng log(s) should not be reproduced separately from
the engineedng report unless sold report Is specliical�ncluded by
reference. Plate 18
LOG OF BORING NO. LAH-A-12 (40z��
Project Description: Lake Alan Henry Pipeline
Post, Texas KLE//VFEJ '0'E
Location: See Plan of Borings, Plates 2-6 Bright People. Right Solutions.
Approx. Surface Elevation: Not Provided
S3
L
C
CL
;
p
U
N
0
0
v
-°
41
•�
£
v
=
04
C
a>
L
W i
2
aai
o
d a
E
2v
d
c
M
c
t4
fe
g
C
°
LM
�
T
E a
.
m
a
U1
(D
�
o'
tY
a
m
a
4
02
Z
°
m
to
a
3
-'
a
mec
t]
°
Z
y
•.
m
=
m
m
MATERIAL DESCRIPTION
4.5+
SANDY CLAY, red and brown, hard
4.5+
4.5+
4.5+
..............
—
_
4.0'
CLAY, red and olive, hard
4.5+
— —
—
— —
—
5
50/
- becoming red and tan below 7 feet
72
32
40
88
15
6-
3.5
- with trace gravel below 9 feet
10
50/
- becoming red below 14 feet
15
5"
50/
becoming red and tan below 19 feet
20
_
-b"—
—
—
—
20.0
. —
—
_.
............
Completion Depth: 20 ft.
Latitude: 33.1291
Date Boring Started: 2/4109
Longitude: -101.175
Date Boring Completed: 214/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Strata boundaries are approximate, and in situ transitions may be
gradual. This Log of Boring is not intended forbidding or estimating
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless said report is speciikally inducted by
reference. Plate 19
LOG OF BORING NO. LAH-A-13 rProject Description: Lake Alan Henry PipelineEJNFELL7ER
Post, Texas
Location: See Plan of Borings, Plates 2-6 Bright People. Right Solutions.
Approx. Surface Elevation: Not Provided
>
>
o
C
aCID
d
>
e
v,
c
v
m
E
E
c
_
aai
o
a
E
o
c
$
-
v_
to
m o
o
U
y
nw
E m
u-
E
E
rm
a>
�i
c
o
o'
o
as
d
Z
U«
m
o.
U
3
U
m
$
a
m
a
o o
z
o
E
=
m
CoMATERIAL
DESCRIPTION
4.5+
SANDY CLAY, brown and red, hard
4.5+
4.5+
3.5'
SANDY CLAY, tan, hard
5"
--
—
—.
....
51
21
30
64
13
5
4.5+
- becoming red and olive below 7 feet
4.5+
- becoming red, tan and olive below 9 feet
10
50/
- becoming red below 14 feet
15
3"
50/
becoming red below 19 feet
20
—
-4"—
—•
—
—
20.0
....................—•—
---
•—
Completion Depth: 20 ft.
Latitude: 33.1353
Date Boring Started: 214/09
Longitude: -101.1872
Date Boring Completed: 2/4/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231,003
Strata boundaries are approximate, and in situ transitions may be
gradual. This Log of Bonng is not intended forbidding or estimating
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless said report is specifically included by
reference. Plate 20
LOG OF BORING NO. LAH-A-14 rProject Description: Lake Alan Henry Pipeline
Post, Texas E/NFELOER
Location: See Plan of Borings, Plates 2-6 Bright People. Right Solutions.
Approx. Surface Not Provided
(Elevation:
a
C
D
d
m
o
Ci
yy
y
m
v
•�
�
D
o
�
�
J
•o
C
rn >y
C
C
+mC
,�
m Xs
7
S
'a
gv
C
v
G
>
m
J
7
Q�
aN
.�
EOt CL
-
0
(EO
rn
a
d
Q
is
¢
a d
o
02
m
a
a
z
rn
=
m
v
MATERIAL DESCRIPTION
4.5+
SANDY CLAY, brown and red, hard
4.5+
4.5i
—.—
—.
—
—
2.6
.—
—
CLAY, red, hard
—
..—
...
.............
4.5+
4.5+
5
4.5+
4.5+
44
20
24
97
22
10
.—
—.—
—.
—
— •
13.0'
SILTY CLAY, red and olive, hard
_
_ -
_
_ _
— •_
—' —
--------
4.5+
15
4.5+
- becoming red below 19 feet
20
4.0
- becoming red, very stiff below 14 feet
25
4.0
30
—
— —
—
—
—
30.01
•—
—
—
•—
—•—
—•—
—•—
—
Completion Depth: 30 ft.
Latitude: 33.1373
Date Boring Started: 2/4/09
Longitude: -101.1929
Date Boring Completed: 214/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Strata boundaries are approximate and in sRu transitions may be
gradual, This Log of Boring is not intended forbidding or estlmadng
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless said report is specifically by
wference.
Plate 21
LOG OF BORING NO. LAH-A-15 (,O -
Project Description: Lake Alan Henry Pipeline
Post, Texas KLEINFEi R
Location: See Plan of Borings, Plates 2-6 Bright People. Right Solutions.
~`
Approx. Surface Elevation: Not Provided
13
a
co
a?
E
p
c
p
y
a
A:!_
E
x
c
mm
w
rn
m
3
w
rs
d
n
E
o
c
>
p
_t
v
i'
0
0 8
o
U
d
m
E rn
M
LL
0
a
ar
c
aii
a
in
ii
o.N
m
5'
0
c
y
m
ti
V
U
d
m
a
o o
Z
N
Uc
=
0
m
'm
v
MATERIAL DESCRIPTION
>>
N
2.5
SILTY SAND, red and brown, medium
2.5
dense
NP
NP
NP
29
5
Q.5
POORLY GRADED SAND with clay and
gravel, red and brown, loose to medium
dense
5
5
5
11
13
NP
NP
NP
14
4
9.01
SANDY CLAY, red and brown, medium
4
6
—
10
dense
2
2
15
16
22
20
—
— —
—
—
—
20.0'
......................
.............
Completion Depth: 20 ft.
Latitude: 33.1409
Date Boring Started: 2/4/09
Longitude:-101.2005
Date Boring Completed: 2/4/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
J om arq/rV.{IlNala, arm IIIarlu uan5ruorm roar u9
gradual. This Log of Boring is not intended for bidding or estimating
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless said report is spe�cal y Included by
reference. Plate 22
E_
LOG OF BORING NO. LAH-A-16
rProject Description: Lake Alan Henry PipelineE/NFELOER
Post, Texas
Bright People. Right Solutions.
Location: See Plan of Borings, Plates 2-6 .��
Approx. Surface Elevation: Not Provided
>
c
o
'
0
a
a
vUi
E
t
an
N
o
Ny
�Z
aN
w
_tmc
co
d
c
o
l
of
Cr
m
�C
i
;
LE
nl
N
t
z.y
ri
c345
I
=
in
in
MATERIAL DESCRIPTION
3.0
CLAYEY SAND, brown and red, medium
3.0
dense
3.5
_
3.0'
0.0
_
__
_
_
_
............
_ —
_ —
— —
SILTY SAND to SAND, red and brown,
0.0
—•—
—•
—
—•
medium dense 4•0'
•—
—
--
.—
—•—
------------
SILTY SAND, red and brown, medium
5
dense
...
...
...
......
—
—
SAND with gravel, red and brown, medium
6
8
dense
9
9
NP
NP
NP
15
3
10
13.0'
SANDY CLAY, red, stiff, with trace sand
-_
_ -
_ -
_ _
-_
— • —
— - —
• —
10
12
and gravel
15
16
19
- becoming red and gray, with trace sand
20
—
—•—
—-
—
—•
and gravel below 19feet 20.0'
_
_
_._
_•_
—._
--------
Completion Depth: 20 ft.
Latitude: 33.1478
Date Boring Started: 2/4/09
Longitude:-101.2093
Date Boring Completed: 2/4/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
ovate counaanes are approximate, ano in situ transitions may no
gradual. This tog of Boring is not intended for bidding or estimating
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless said report Is specifically Included by piste 23
reference.
LOG OF BORING NO. LAN-A-17 /---�
Project Description: Lake Alan Henry Pipeline
Post, Texas KLEINFELL?ER
Location: See Plan of Borings, Plates 2-6 Bright People. Right Solutions.
Approx. Surface Elevation: Not Provided
'—
Ui
ti
a?
E
O
C
�'
\
_
E
E
E
G
c m
i
_a
L
w '.
�
t
m
o
Q
E
O
m
v
M
_I
•N
m
QC
U
AM
0.=
ErnCm
.—
LtL
E
%
o
cc
ir
V
M
a
.N
Oo
�N
p
C
>,
0
�
4.
m
ao
Z
0
og
mo
mc
o
MATERIAL DESCRIPTION=
U0'
3.0
SANDY CLAY, red and brown, stiff to very
4.0
stiff
4.0
20
15
- with trace gravel below 4 feet
31
14
17
55
7
5
4.5+
4.5+
10
12.0'
SAND with gravel, red and brown, medium
dense
12
18
15
SAND, red and brown, medium dense
e
12
15
20
—
— —
—
—
—
20.0'
.—
—
—
— —
—•—
—•—
•—
Completion Depth: 20 ft.
Latitude: 33.1513
Date Boring Started: 2/4/09
Longitude:-101.2179
Date Boring Completed: 2/4/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
atreta oounaanes are approximate ana to situ transitions may oe
gradual. This Log of Boring is not intended for bidding or estimating
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless said report is specitical�ncluded by Plate 24
reference.
LOG OF BORING NO. LAH A-18
Project Description: Lake Alan Henry Pipeline
KLE/NFELOER
Pee
Bright People. Right Solutions.
Location: See Planlan of of Borings, Plates 2-6 �
J
Approx. Surface Elevation: Not Provided
4
E
N72
c
E
x
C
C
-r
'a
ai
7
ya
n
Q
_
t/y1
VyQ
m
L
LL
O
$
N
$
c
�
0
0
�
yy
l0
L g
4-
Z'
Q m
U
m
0)i
t].
0
:3
d
/�
a
u G
Z
a
0
V(
C
C
0
MATERIAL DESCRIPTION
2
'
3.5
CLAYEY SILTY SAND, red and brown,
— —
—
—
—
dense 1.01.—
—
—
—•—
—•—
—•—
—•—
•-
4.0
CLAYEY SAND, red and brown, hard
4.5
4.0
- becoming very dense to dense
15
20
5
15
18
- with trace gravel below 7 feet
NP
NP
NP
25
7
3.5
- becoming red below 9 feet
10
• ___
_
_
_
12.a
SANDY CLAY, red, hard
................
_____
'_
.5+
15
180
SILTY CLAY, red, hard
—
—•
.......
—'—
—'—
'—
'-
4.5+
20
4.5+
25
4.5+
30
•—
—•—
—
—
—
30.0'
•—
—
t .........
—•—
•—
•—
Completion Depth: 30 ft.
Latitude: 33.155
Date Boring Started: 2/5/09
Longitude: -101.2287
Date Boring Completed: 2/5/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Strata boundaries are approximate and in situ transitions may be
gradual. This Log of Boring Is not intended forbidding or estimating
the
purposes. Boring logs) should not be reproduced separately from
g ng report unless said report is specNkaliy included by
reference.
Plate 25
LOG OF BORING NO. LAH-A-21
Lake Alan Henry Pipeline KLE//VFELDER
Post, Texas
See Plan of Borings, Plates 2-6 Bright People. Right Solutions.
�f
Ovation: Not Provided
c
c
X
>_
v
0
v
E
E
'D
°c'm
rn
m
.N..
C
j
0
in
V
NN to
N p
V
j
L
E rM
(L
C
o
C
p
p�
W
Ci
7
r
N
m
—
y
ff(0000 N
o
OR
>Z.
t]
N
C3 .
fe
U
3
0)
o
a
Z
o
cN
m
E
m
MATERIAL DESCRIPTION
CLAYEY SAND to SANDY CLAY, red and
brown, hard
- with trace gravel
4.W
-
_
—.
_
.............
16
16
CLAYEY SAND, red and brown, dense
_
39
17
22
70
11
CLAY with sand, red and brown, very
dense
s.0
.............
_
CLAYEY SILTY SAND, red and brown,
very dense, with trace gravel
50/
6"
17.0'
._
_
_.
.—
...............
SILTY CLAY, red and brown, hard
20.0'
.—
—
—.
.............
20 ft.
Latitude: 33.1729
215/09
Longitude:-101.2528
led: 2/5/09
Remarks: Boring dry upon completion of drilling.
T. Burrow
101231.003
auara oounuarras aru appruwtru—, nnu rrr anu oana,uwra u, r —
gradual. This Log of Bong Is not Intended forbidding or estimating
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless said report is specifically inGuded by
relerence.
Plate 28
//VFELDER
Bright
People. flight
Solutions.
o
a
a
c
c
c
rn
to
T
0
mU
Ern
Qcq
U
a
0
p
Z
o
D
:c
c�
c
>
>
in
2: 72 11
ng
Plate 26
LOG OF BORING NO. LAH-A-22 /--�
Project Description: Lake Alan Henry Pipeline
Post, Texas KLE/NFELOER
Bright People. Right Solutions.
Location: See Plan of Borings, Plates 2-6 \,
Approx. Surface Elevation: Not Provided
d
x
ar
a
>
U
m
N
E
N
N
>
o
•�
C
J
N
C
>
Gfn
C
C
y `�
Q)
2
d
O
G
E
w
N
C
tv�'j
G
p
V
a
-�
V
lO8
O
U
•N
q:S
E-
.�
LL
o
v
n
ao
Q
�
0-
o
tl
Z
o
o�
o
1.c
=
o
m
a
to
MATERIAL DESCRIPTION
=
4.5+
CLAYEY SAND to SANDY CLAY, red and
_
23_
17
_
brown, dense to hard
CLAYEY SAND, red and brown, dense,
— —
— —
— —
with trace gravel
4.5+
25
20
5
—
7.0'
CLAYEY SAND, red and brown, medium
4.5+
22
13
9
49
6
dense
13
13
- with trace gravel
10
- becoming red and brown, dense to hard
4.5+
15
— —
—
_
19.01
4.5+
— —
— —
— —
—
SILTY CLAY, red and brown, hard
20
—
— —
—
—
—
20.0'
, —
—
......
Depth: 20 ft.
Latitude: 33.1839
Date Boring Started: 215109
Longitude: -101.2595
Date Boring Completed: 215109
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
aeata aounannes are approximate ana in situ transitions may oe
gradual. This tog of Boring is not Intended forbidding or estimating
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless said report is specifically included by Plate 29
reference.
LOG OF BORING NO. LAH-A-23
rProject Description: Lake Alan Henry PipelineE/NFELL�ER
Post, Texas
Location: See Plan of Borings, Plates 2-6 Bright people. Right Solutions
�`-
Approx. Surface Elevation: Not Provided
w
o
o
a
ar
>
o
v)
w
O
0
x
y
N
ra7
o
E
Pt
Cn>
J
CO
.L�
Ca
—
LL
E
Cr
M
o
2
v1N
aW
i
>,
U
3
m
$
_r
a
ca
a
o
z
y
'"
coo
i
in
m
v
MATERIAL. DESCRIPTION
4.5+
SANDY CLAY, red and brown, dense to
4.5+
hard
4.5+
23 •
23
- becoming red and brown, dense, with
trace gravel
24
14
10
54
7
5
13
13
- with trace gravel below 7 feet
SILTY CLAY, rd and gray, hard
4.5+
10
_
•
13.0'
SILTY CLAY, red and gray, very stiff
_
—
__
_ _
_ _
---
_ --
--
4.0
15
SILTY CLAY, brown and red, hard
50/
20
--W--
——
Completion Depth: 20 ft.
Latitude: 33.1878
Date Boring Started: 215/09
Longitude:-101.2658
Date Boring Completed: 2/5/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Strata boundaries are approximate, and in situ transitions may be
gradual. This Log of Boring is not intended forbidding or estimating
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless said report is specifically included by
reference. Plate 30
t t
i
t_
i
3
LOG OF BORING NO. LAH-A-24 /----�
Project Description: Lake Alan Henry Pipeline
Post, Texas KLE/NFELL7ER
Bright People. Right Solutions.
Location: See Plan of Borings, Plates 2-6 `\
Approx. Surface Elevation: Not Provided `=
0
o
w
CL
o
(n
V)
"'
E
°
m
o
E
E
x
c
c
m
rn
ayi `'g
N
O
E
~N
E
pO>
CJ
rj
:�
.-
t0 o
o
U
LL
0
E
�
d
=O
V
d'
o
m
V
y
p
n N
>n
Z+
U m
m
u)
r-
U
3
3
o
`�
n'.
6
z
y
UCn
c
=
mrz
to
MATERIAL DESCRIPTION
o
_
4.0
SANDY CLAY, brown, dense
4.0
4.25
- becoming brown and red
4.5
- becoming red and brown
33
17
16
65
14
4.5+
5
4.5
- becoming brown and red, medium dense,
12
12
with trace gravel
29
16
13
62
5
10
12
16
with trace gravel below 14 feet
15
----
—
—
n.o•
—
—
SILTY SAND to SANDY GRAVEL, tan, very
:o;.
dense
25
25
20
�.
SILTY CLAY, red and gray, hard, with trace
---------
gravel
4.5+
25
4.5+
30
—
—
—
—
300
._
_.
...........
._
Completion Depth: 30 ft.
Latitude: 33.1895
Date Boring Started: 2/5/09
Longitude: -101.2781
Date Boring Completed: 2/5109
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Strata boundaries are approximate, and in situ transitions may be
gradual. This Log of Boring is not intended forbidding or estimating
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless said report is specifically included by Plate 31
reference.
LOG OF BORING NO. LAH-A-25
Project Description: Lake Alan Henry Pipeline
Post, Texas KLElNFELDER
Bright People. Right Solutions.
Location: See Plan of Borings, Plates 2-6
Approx. Surface Elevation: Not Provided
w
>
d
>
c
d
o
is
a
m
o
V)
rn
w
Q
c
v
o
E
X
at
>
rn
m
0)
o
E
m
c
c
�
�
4
�
•in
R�
V
3
E m
15
u.
0
.0
W
c
>
o
>
v
N
Ci
Q
�v
a
�,
0- N
o d
a?
�
�
N
v�
iv
�
us
ti
3
3
`�
0°
J
rl
°�
z
Mn
c
in
x
to
m
MATERIAL DESCRIPTION
4.0
CLAYEY SAND, brown, dense
Iff
2.5
—
—
CLAYEY SILTY SAND, gray, very dense
3.0
50/
4"
5
50/
21
19
2
34
8
6"
_
_
__
____------------
CLAYEY SAND, red, very dense
50/
10
6"
12.V
CLAYEY SILTY SAND, gray, very dense
50/
15
6"
-
_
17.6.
.-
SILTY CLAY, red, very dense
............
.-
50/
20
—
3=
—
—
—
20.0'
.—
—
—
—•—
—•—
—•—
—•—
•—
Completion Depth: 20 ft.
Latitude: 33.1899
Date Boring Started: 2/5/09
Longitude:-101.2921
Date Boring Completed: 2/5/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Strata boundaries are approximate, and in situ transitions may be
gradual. This Log of Boring is not Intended for bidding or estimating
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless said report is specirical& included by
reference. Plate 32
LOG OF BORING NO. LAH-A-26 ��
Project Description: Lake Alan Henry Pipeline
Post, Texas KI JJVFEL DAER
Location: See Plan of Borings, Plates 2-6 \ Bright People. Right Solutions.
Approx. Surface Elevation: Not Provided
rS
m
m
a
o
m
to
U
w
m
❑
v
v
x
m
m
.r
c
w
fli
Q
❑
'
.M
;
¢
C
3
E
ti
in
a
8
In
in
a
IL
❑
`
to
4
ci
o
Z
€�
°
c
5
x
m
to
MATERIAL DESCRIPTION
3.75
CLAYEY SAND to SANDY CLAY, brown,
4.0
very stiff to hard, with trace gravel
4.5+
3.0'
CLAY with sand, red and gray, dense, with
30
35
—
—
—' —
— —
—' —
trace gravel
35
22
13
80
14
5
4.0
8.5-----
SILTY CLAY, red, very dense
_
_
— —
— —
—'—
�'—
—
3.5
10
50/
- becoming red and gray
15
6"
50/
- becoming red and brown
20
6"
SILTY CLAY, red, very dense, wet, with
..
...
• —
• —
gravel
50/
25
3"
50/
Completion Depth: 30 ft.
Latitude: 33.198
Date Boring Started: 2/6/09
Longitude:-101.3101
Date Boring Completed: 216/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Juala oounaenes are appioximate, am to snu transitions may be
gradual. This Log of Boting Is not Intended for bidding or estlmating
purposes. Boring log(s) should not be reproduced separately faun
the engineering report unless said report Is specKcal�ncluded by
reference.
Plate 33
LOG OF BORING NO. LAH-A-27 �--�
Project Description: Lake Alan Henry Pipeline KLEINFELOER
Post, Texas
Location: See Plan of Borings, Plates 2-6 Bright People. Right Solutions.
Approx. Surface Elevation: Not Provided
y
>
>
o
o
a
m
>
e
e
v,
E
m
a
E
x
c 01
er
2?t
D
n
2
>
CS
:2
-
U
�`
a�
N O`
o
d
nL
-
E
LNL
O
O>
N
C
>
>
U
m
CrNa
u'
Z
m
Vo
u1
3
3
o
(L
e 6
z
C]
c
c
i
in
in
v
MATERIAL DESCRIPTION
o
r
4.5+
SANDY CLAY, red and brown, hard, with
4.5+
trace gravel
3.0'
CLAYEY SILTY SAND, red and brown,
12
20
dense, with trace gravel
5
CLAYEY SILTY SAND, red and brown,
._
—
—.
-------
11
11
very stiff, with trace gravel
---
----------
s.a
CLAY with sand, red and brown, hard, with
4.5+
40
19
21
82
11
---
--------
10
trace gravel
4.5+
- becoming red below 14 feet
15
18.5'
CLAYEY SILTY SAND, brown and red,
50/
very dense
20
s°
50/
25
6"
9—
_
_
_
_ -
29.0'
CLAYEY SILTY SAND to SILTY CLAY, red
b0/
30
-2=•—•
•—
—•
and gray. hard 30.0'
.—
_
—
— —
— —
-----
Completion Depth: 30 ft.
Latitude: 33.2035
Date Boring Started: 2/6/09
Longitude:-101.3196
Date Boring Completed: 2/6/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Strata boundaries are approximate, and in situ transitions may be
gradual. This Log of Boring Is not intended forbidding or estimating
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless said report is spectrrcally included by
reference. Plate 34
f �
i. }
LOG OF BORING NO. LAH-A-28
Project Description: Lake Alan Henry Pipeline
Post, Texas
Location: See Plan of Borings, Plates 2-6
Approx. Surface Elevation: Not Provided
w
to
U
co
fn
4)o
m
0
'O
O
--
.
E
o
a
`
>
co
a
Q
U
Ir
CJ
m
im
I
ca
MATERIAL DESCRIPTION
_
T5+
CLAYEY SAND to SANDY CLAY, brown,
_
—L.—L.L.L.
haul
4.5+ - becoming brown and red below 3 feet
4.5+ SANDY CLAY, red and brown, very dense,
5 with trace gravel
- becoming red and brown, hard, with trace
4.5+1 gravel
10 _ SILTY SAND, red and brown, very dense
- becoming red and brown, hard
15
4.0 - becoming red below 19 feet
20 ---- — —
Completion Depth:
20 ft.
Date Boring Started:
216109
Date Boring Completed:
216/09
Logged by:
T. Burrow
Project No.:
101231.003
(01a<1-H11Vr.=LADER
Bright People. Right Solutions.
EE
.
m
c
m
cW�
C
Q
E cCr
ut0
M
iE
a
z
.2
2
D
54117137185118
301 141161661 8
Latitude: 33.2156
Longitude:-101.3423
Remarks: Boring dry upon completion of drilling.
are apppproxtmare ano insitutransitionsof Soring is not intended for bidding or
bg(s) should nor be reproduced sepan
vori unless said report is apeciAca In
Plate 35
LOG OF BORING NO. LAH-A-29 /--�
Project Description: Lake Alan Henry Pipeline
Post, Texas KLE/AIFELOER
Location: See Plan of Borings, Plates 2-6 Bright Aeople. Right Solutions.
Approx. Surface Elevation: Not Provided
U}
w
m
m
ro
C
u
X
N
o
-
CU
2
m
)
o
SO
y
E
O
c
O
m
o
E
E
c
c'm
m
9
y
12
n
D
o
a
E
o
m
w
;_
G
>
c4
0
v_
'�o
m o
o
U
m
yy
a�
E or
m
LL
n
E
m
rA
c
or
>
>
o
at
tY
Q'
y
t0
a
y
tl w
o
m
Z'
O
U L
m
a.O
3
3
0
4
Z
a
,•
c
m
c
i
m
m
v
MATERIAL DESCRIPTION
SANDY CLAY, brown, dense
4.5+
4.5+
-with trace calcareous material below 2
4.5+
feet
4.5+
- becoming brown and red, with trace
31
13
18
68
12
5
calcareous material below 4 feet
6.0'
SILTY CLAYEY SAND, red and brown,
—
— —
— —
—
4.5+
dense, with trace calcareous material
4.5+
10
CLAYEY SAND, red and brown, dense, wet
.-
11
11
15
SILTY CLAY, red and brown, hard, mist,
with trace gravel
4.5+
20
•—
—•—
......
—
20.0'
.—
—
—.
........
Completion Depth: 20 ft.
Latitude: 33.2198
Date Boring Started: 2l6l09
Longitude: -101.3529
Date Boring Completed: 216109
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
strata boundaries are approximate, and in situ transitions may be
gradual. This Log of Bonng is not intended forbidding or estimating
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless said report is spec�cally included by
reference. Plate 36
LOG OF BORING NO. LAH-A-30 /--�
Project Description: Lake Alan Henry Pipeline
KLE/NFELOER
Pee
Bright People. Night Solutions
Location: See Planlan of of Borings, Plates 2-6
Approx. Surface Elevation: Not Provided
to
CO)m
41
E
m
_
m
a
E
Q
c
o
o
08
o
'S°'
Ern
ti
�o
E
U
d
d
o
U
tY
a
of
v
¢
m
;e
0- a
d
2`
C
U 42
io
U
3
m
0
-t
Q
m
a
o o
z
w
"
o
c.6
A
=
m
m
v
MATERIAL DESCRIPTION
j
4.5+
SANDY CLAY, brown, hard, with trace
4.5+
gravel
4.5+
3.9
4.5+
CLAYEY SAND, red and brown, hard
— —
—
---
------
4.0'
4.5+
_
SILTY CLAYEY SAND, brown and red,
_
_
_
...
...
...
— —
—
5
dense
CLAY, red, hard to very hard
—
— —
—
4.0
41
18
23
91
10
22
23
- becoming red and gray below 8 feet
10
• --
--
— •
10.o
•_
—
—
--------
—
CLAYEY SAND, gray, dense, weakly to
moderately cemented
14.0'
50/
CLAYEY SILTY SAND, gray, very dense
—
15
J.
2"
A.
50/
20
5"
_
_,_
_•
_
_
22.0
SILTY CLAY, red, very dense
-_
_
_ -
_ _
---
— •_
- —
—
50/
25
6"
50/
30
—
=
—
—
—
30.0
• —
—
—
— —
—----
Completion Depth: 30 ft.
Latitude: 33.2244
Date Boring Started: 2/6/09
Longitude: -101.3616
Date Boring Completed: 2/6/09
Remarks.. Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
wara oounasnes are approximare, ano in situ uansmons may be
gradual. This Log of Boring is not Intended forbidding or estimating
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless said report is specifically included by
reference.
Plate 37
LOG OF BORING NO. LAH-B-01 r�
Project Description: Lake Alan Henry Pipeline
Post, Texas KLEINFELOER
Location: See Plan of Borings, Plates 2-6 Bright people. Right Solutions.
Approx. Surface Elevation: Not Provided
!ii
w
r
:3
a�
>
0
•p
x
a
>
o
N
E
o
E
J
N
C
Ct
C
L
4)
O
E
N
coN
c
v
U
C>
V
?�
E 0
u-
o
a
v
0
W
a
o
a
ao
j
ci°'
c
to
•o
g
o
a
Z
o
rj
to
MATERIAL DESCRIPTION
_
4.5+
CLAYEY SAND, brown, very dense, with
4.5+
trace calcareous material
4.5+
]4.0'
4.5+
4.5+
SANDY CLAY, tan and red, hard,
_
_______
_
5
calcareous
.
SANDY CLAY, tan, red and brown, very
_
_
_. .....
_._
............
4.5+
dense, with trace calcareous material
4.5+
- becoming red and brown, with trace
33
12
21
68
12
10
calcareous material below 9 feet
CLAYEY SILTY SAND, olive -gray, very
dense
50/
15
5"
50/
Completion Depth: 20 H.
Latitude: 33.2325
Date Boring Started: 2/6/09
Longitude:-101.3808
Date Boring Completed: 216/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
strata oounaanes ate approximate, ana in snu transitions mayy oe
gradual. This Log of Boring is not intended for bidding or esttmafing
purposes. Boring logs) should not be reproduced separatelyfrom
the engineering report unless said report is spe�callIncluded by reference. Plate 38
LOG OF BORING NO. LAH-B-02 /--�
Project Description: Lake Alan Henry Pipeline
Post, Texas KLE/NFELOER
Bright People. Right Solutions.
Location: See Plan of Borings, Plates 2-6
Approx. Surface Elevation: Not Provided
E
c
o
m
oo
m
"wrny
o
E
o
d
$
p
vE7
a
•u)
E
um@
v7
iU
aFE
ro
o
a. NE
o
Va
c
to
0
o
a
o
z
a
cU
L'a
s
o
to
m
MATERIAL DESCRIPTION
4.5+
CLAYEY SAND, brown, very dense
4.5+
- becoming brown and olive -gray below 1
4.5+
foot
• with trace calcareous material below 2 3.a
4.25--—
—
—
feet
—
—
—
-------—
—
SANDY CLAY, olive -gray and brown, very
4.25
dense
38
18
20
65
14
5
4.25
- becoming olive -gray below 7 feet
50/
10
6-
501
15
3-
50/
20
—
-2"—
—
—
—
20.0
..................
—•—
—•—
...
•—
Completion Depth: 20 ft.
Latitude: 33.2329
Date Boring Started: 216/09
Longitude:-101.38
Date Boring Completed: 2/6/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
strata bounasnes are approximate, and in situ transitions may be
gradual. This Log of Boring is rot Intended forbidding or estimating
purposes. Boring logs) should not be reproduced separately from
the engineering report unless said report is specifically Included by
reference.
Plate 39
LOG OF BORING NO. LAH-B-03 �•---�
Project Description: Lake Alan Henry Pipeline
Post, Texas KLEINFEL DER
Location: See Plan of Borings, Plates 2-6 Bright People. Right Solutions.
Approx. Surface Elevation: Not Provided
CL
m
o
S
o
iu
n:t=
.0
m
o
o
v
m
e-N
m
VQ
miErnm
0.
3
J
o
a
o Z
n
v
r
m
3
m
o
MATERIAL DESCRIPTION
o
c
4.5+
CLAYEY SAND, brown, very dense
4.5+
- with trace calcareous material
2.0•
CLAY with sand, brown and tan, very
4.5+
_
_
_
.......
...........
4.5+
dense
- becoming tan and red, calcareous below
4.5+
3 feet
5
- becoming red and brown, with trace
calcareous material below 4 feet
4.5+
39
17
22
75
17
—
8.0'
CLAY with sand, red and brown, hard
—
4.5+
52
19
33
76
19
10
4.5+
- becoming red below 14 feet
15
4.5-+—.
—
_
19.5'
.—
—
—.
.—
.-
CLAYEY SILTY SAND, olive -gray, hard
20
24.0'
CLAYEY SAND, olive -gray, very dense,
501
—
25
6"
wet
50/
30
--2=—
—
—
30.0
.—
—
—
—•-—•-----
—
Completion Depth: 30 ft.
Latitude: 33.2406
Date Boring Started: 2/7/09
Longitude:-101.392
Date Boring Completed: 2/7/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Strate boundenes are Bpproximate, and in situ transitions may be
gradual. This Log of Bonng is not intended forbidding or estimating
purposes. Boring log(s) should not be reproduced sepparetely from
the engineering report unless said report Is specifically, Included by
reference. Plate 40
1
LOG OF BORING NO. LAH-B-44 /---�
Project Description: Lake Alan Henry Pipeline
Post, Texas KLE/NFELOER
Location: See Plan of Borings, Plates 2-6 Bright people. Right Solutions.
Approx. Surface Elevation: Not Provided
of
"cmo_
to
i
vE
OO
0
-
o
_N
x
c
cmm
rnoZ
i
a
0E_
n
°
_J
,t
m
U
My:5-,`-�
E
'raao
u.
o
to
o
i
a
L
m
UE m
m
>
CO)
a
U
U
3
y
a
m
a.
o b
Z
o
o
U
c
c
c
i
3
Vo
co
o
MATERIAL DESCRIPTION
4.0
SILTY SAND to CLAYEY SAND, brown
—
—
—
—•
and red, dense 1•0'
SANDY CLAY, brown and red, very dense 2.0'
4.5+
SANDY CLAY to SILTY SAND, red and
_
...
............
4.5+
brown, very dense
4.0'
4.0
— —
— —
—
—
SILTY CLAYEY SAND to SILTY SAND, red
5
and brown, dense
—
—•—
—
—
—
6.5'
__
_
_
_ _
— —
— —
— —
—
CLAYEY SILTY SAND, red, medium dense
8
8
28
14
14
59
8
- becoming red and tan, with trace
4
8
7
calcareous material below 9 feet
10.0'
10
—
— —
—
—
.—
—
—
—•—
—•—
—•—
—•—
•—
SANDY GRAVEL, dense
SILTY CLAYEY SAND, red and brown,
— - —
— • —
--------
very dense
4.5+
15
—
.......
_._
—'—
—•—
.—
CLAYEY SILTY SAND, olive -gray, very
dense
30
40
Completion Depth: 20 ft.
Latitude: 33.2462
Date Boring Started: 2/7/09
Longitude: -101.4018
Date Boring Completed: 2/7/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Strata boundaries are approximate, and in situ transitions may be
gradual. This Log of Boring is not intended forbidding or estimating
purposes. Boring logs) should not be reproduced separately from
the engine reference.ering report unless said report is specifically included by
Plate 41
LOG OF BORING NO. LAH-B-05 /--�
Project Description: Lake Alan Henry Pipeline
Post, Texas KLEINFELDER
Location: See Plan of Borings, Plates 2-6 Bright People. Right Solutions.
\`
Approx. Surface Elevation: Not Provided
Yi
u)
U)
y
w?
E
0
N
v
axi
y
L
a
j
?
t
o
E
mm
EjN
a
W
N
l
NZ,
C
C
ics
0.
'o
a
m
o
Z
'oc0
1
m
i
m
co
MATERIAL DESCRIPTION
g
E
4.5+
CLAYEY SAND, red and brown, very
4.5+
dense
4.5+
4.5+
- with trace calcareous material and gravel
4.5+
below 3 feet
5
CLAYEY SILTY SAND, red and tan, dense,
_
_
_
_ _
_ _
------------
17
16
with calcareous trace gravel
90
SILTY SAND, tan, very dense, with gravel
2-EF
29
NP
NP
•NI'
12
2
10
12.0'
CLAYEY SILTY SAND, tan and red, dense,
----
—
---
---
_
_
with trace calcareous material
15
18
15
19.0'
SILTY SAND, tan and red, very dense
_
_
_
_ _
_
-----
20
24.0'
CLAYEY SILTY SAND, tan and red, very
23
25
—
25
dense
—
26.5'—
SILTY CLAY, red, very dense, with trace
gravel
32
32
30
—
—
—
—
—
30.0'
—
—
—
—•—
—•—
—•—
—•—
---
Completion Depth: 30 ft.
Latitude: 33.2522
Date Boring Started: 2/7/09
Longitude:-101.4146
Date Boring Completed: 217/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Strets boundaries are approximate, and in situ transitions may be
gradual. This tog of Boring is not intended forbidding or estimating
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless sold report is specifically included by
reference. Plate 42
iJ
LOG OF BORING NO. LAH-B-06 �--�
Project Description: Lake Alan Henry Pipeline
Post, Texas KLE/NFEL'OER
Location: See Plan of Borings, Plates 2-6 Bright People. Right Solutions.
Approx. Surface Elevation: Not Provided
w
�
�
a
U)
to
m
d
E
0
a`�i
a
E
x
N
c
ar
C
•N ►-
N
r
N
O
a
E
E
N
N
C
C
D
-1
U
.�
y a1
Np
O
U
y
as
E
•ra
LL
tQ
O
X
�,Er
O
a
04,1
d
3
U
o
°
N
a
0
z
O
c
0
��
C
L°
c
=
m
Fri
MATERIAL DESCRIPTION
M
4.5
CLAYEY SAND, red and brown, dense
4.5
4.5+
- with trace calcareous material and gravel
24
15
9
45
7
4.5+
below 2 feet
4.5+
- becoming red and tan
5
SANDY CLAY, red and tan, hard, with trace
18
19
30
17
13
61
7
calcareous material and gravel
10
29
35
15
._
__
1s.a
SILTY SAND, ion, very dense
50%
_
_
20
6"
----
—
— •
23.5'
SILTY CLAY, red and tan, hard
50/
25
6"
50/
- becoming red and gray
30
Completion Depth: 30 ft.
Latitude: 33.2633
Date Boring Started: 2/10/09
Longitude: -101.432
Date Boring Completed: 2/10109
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Strata boundaries are approximate, and in situ transitions may be
gradual. This Log of Boring is not intended forbidding or esbmatfng
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless sold report is specifically lnduded by
reference.
Plate 43
LOG OF BORING NO. LAH-B-07
Project Description: Lake Alan Henry Pipeline
Post, Texas KLE/NFELOER
Location: See Plan of Borings, Plates 2-6 Bright People. Right Solutions.
Approx. Surface Elevation: Not Provided
C,
m
E
M
m
o
42
E
E
G
!�
E
_
_
0
O
l'
V
(�
rL
0
B
F
)
.
n
p
V
ate'
Q
>
a$
d�Z
L
Z`
��
m
N
U
3
0
a
E
in
c
=
m
m
MATERIAL DESCRIPTION
_
co
4.5+
SANDY CLAY, brown and red, hard, with
4.5+
trace calcareous material and gravel
2.0'
CLAYEY SAND, red and brown, dense
4.5+
___
_ _
_
_
4.5+
.5
...
.—.
._
_ -
4.5'
.—
SANDY GRAVEL, red and tan, medium
5
' ' '
—-
—-
— - —
—•—
—•—
—•—
-
°• Q°
dense, with clay seams
aba
8
13
o' •D:
0 44
8
13
NP
NP
NP
14
2
10
a •p
•,:44
14.0'
—
501
-
-
•
SILTY SANDY CLAY, tan and red, hard
15
5"
----
—
—
16.0'
SILTY SAND, olive and yellow, weakly
cemented to moderately cemented, very
dense
50/
20
4"
50/
25
_-2•"_
_
_
_
26.0'
•—
—
—
--------
—
SILTY CLAY, olive and gray, hard
50/
30
—
-6=
—
—
—
30.0'
•—
—
—
—
—•—
—•—
—
—
Completion Depth: 30 ft.
Latitude: 33.2672
Date Boring Started: 2/10/09
Longitude: -101.4413
Date Boring Completed: 2110109
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Strata boundaries are approximate, and in s#u transitions may be
gradual. This Log of Boring Is not intended for bidding or estlmaUng
purposes. Boring log(s) should not be reproduced separately from
Me engineering report unless said report Is specirrcallIncluded by
reverence. Plate 44
LOG OF BORING NO. LAH-B-08
rProject Description: Lake Alan Henry PipelineE/A/FEL�ER
Post, Texas
Location: See Plan of Borings, Plates 2-6 Bright people. Right Solutions.
Approx. Surface Elevation: Not Provided
1§
o
o
e
o
a
d
o
w
E
M
v
w
o
E
E
axi
c
c d
rn
y
aLu'i
y
c
o
E
m
v
c
S
mo
V
E�
ut6
E
no
c
Q
W
Cr
m
'�
o
a cv
m
Z,
V d
m
C i
U
d
J
4
�p
a
e p
Z
y
0
�j (n
c
=
m
co120
L)
MATERIAL DESCRIPTION
__
c
_
"'
2.0
CLAYEY SILTY SAND, brown, medium
3.5
dense
—
2.0'
SILTY CLAYEY SAND, red and brown,
3
2
...
...
...........
—
loose
4
3
- becoming brown and red, with trace
18
14
4
34
8
5
gravel below 4 feet
— —
7.0'
CLAYEY SAND, red and brown, dense,
4.5+
With trace calcareous material and gravel
4.5+
10
10.01
SILTY SAND, red, dense
5t..—
—
_
14.5'
.—
—
—.
SILTY CLAY, olive and gray, hard, with
15
.—
trace gravel
50/
Completion Depth: 20 ft.
Latitude: 33.2727
Date Boring Started: 2/10/09
Longitude: -101.4479
Date Boring Completed: 2/10/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Strata boundaries are approximate, and in situ transitions may be
gradual. This Log of Boring is not intended forbidding or estimating
purposes. Boring logs) should not be reproduced separately from
the engineering report unless said report is sped!ically included by
reference.
Plate 45
LOG OF BORING NO. LAH-B-09 rProject Description: Lake Alan Henry Pipeline
Post, Texas EJNFELOER
Location: See Plan of Borings, Plates 2-6 \` Bright People. Bight Solutions.
Approx. Surface Elevation: Not Provided
Y
`m
d
>
o
d
>
e
�
a
>
v)
v,
r,
v
o
_
.9
m
Cd
c
tM
w w
ai
V
U
.a
y
W p
O
V
N
'�
G
E O,
•t0
LL
iy
p
O
6
N
d CMN
a
(Oi m
N
T
a.
0
V
N
.J
F1
to
0
Z
o
•�
t)
c
�
=
m
Co
MATERIAL DESCRIPTION
_
2.0
SILTY CLAYEY SAND, red and brown,
12
13
medium dense, with trace calcareous
material
11
17
5
6.5•
CLAYEY SAND, red and tan, dense to very
20
22
dense, with trace calcaroeus material
33
14
19
39
13
21
27
10
28
30
15
_
is.W
CLAYEY SILTY SAND, red, dense, with
16
17
_
________
_
20
—
— • —
— •
—
— •
irate calcareous material and gravel 20.0
, _
_
_ ,
_ _
_ _
_ _
_ ------
Completion Depth: 20 ft.
Latitude: 33.28679
Date Boring Started: 4/28109
Longitude: -10147403
Date Boring Completed: 4/28/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Strata boundaries are approximate, and In situ transitions may be
gradual. This Log of Bonng is not intended forbidding or estimating
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless said report is specifically included by
reference. Plate 46
f
l
r
LOG OF BORING NO. LAH-B-10 rProject Description: Lake Alan Henry Pipeline
Post,TexasEINFELOER
Bright people. Right Solutions.
Location: See Plan of Borings, Plates 2-6 �
Approx. Surface Elevation: Not Provided
U
H
'°
°
'�
d
o
o
E
•°
c
c._
c:
.2
t
N ul
d"
it
c
m
o
d
E
o
y
c
a
Sy
yU1
c
Om
rn
$t
uL
E
o
o
W
v
2
Ua. a°i
io
in
a
U
U
m
L
A
a
Z
H
co
=
°
m
°
m
U
MATERIAL DESCRIPTION
_
>
to
3.5
CLAY, red and brown, very stiff to hard
3.5
4.25
4.25
43
18
25
96
11
5
4.25
29
28
- with trace calcareous gravel from 9 to 10
42
22
20
98
13
10
feet
—
—.—
—
—
—
13.V
CLAYEY SILTY SAND, red and light
—'—
—'—
—'—
31
28
red -brown, dense, trace calcareous
15
material and gravel
17
32
- becoming dense below 19 feet
20.0
20
—
29
—
—
.—
...........
—•—
—•—
........
SILTY SAND, light red -brown and
red -brown, dense, highly calcareous,
occasionally weakly cemented
17
19
25
21
22
30
continued on next page
Completion Depth: 40 ft.
Latitude: 33.29315
Date Boring Started: 4/28/09
Longitude: -101.48374 •
Date Boring Completed: 5/22/09
Remarks: Groundwater seepage occurred at 34 feet during drilling. Water at
Logged by: T. Burrow, D. James
39% feet approximately 10 minutes after boring completion. Boring
caved to 39% feet. See text for explanation on drilling start and
Project No.: 101231.003
completion.
uvara avunuanas are appruximare, anon snu rransroons may ve
gradual. This Log of boring is not intended forbidding or estimating
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless said report is specifically included by Plate 47a
reterence.
LOG OF BORING NO. LAH-13-10 (corK1_
Project Description: Lake Alan Henry Pipeline
ElNFEL.DE/Q
Post, Texas
Location: See Plan of Borings, Plates 2-6 Bright People. Right Solutions.
Approx. Surface Elevation: Not Provided
B
ze
o
y
m
m
o
_
g
m
c
Sy N
c
,s
2)
m
d
?_
J
(O
(aoe
y
'2'
cl
y
W
p
Cr
_N
y
_
2
( N
f0
_
to
v
c�
LD
a
.9
z°
o
d
i
in
in
MATERIAL DESCRIPTION
SILTY SAND, light red -brown and
red -brown, dense, highly calcareous,
occasionally weakly cemented
_
J7_
18
_
_
34.5p
.—
—
—.
.......
............
CLAYEY SAND, silty, light brown and light
35
red -brown, dense, fine to coarse, frosted
grains, with caliche
37.5-
MUDSTONE, red -brown, hand, fissile
4.5+
40
+o.o
Completion Depth: 40 ft.
Latitude: 33.29315
Date Boring Started: 4/28/09
Longitude: -101.48374
Date Boring Completed: 5/22/09
Remarks.. Groundwater seepage occurred at 34 feet during drilling. Water at
39Y2 feet approximately 10 minutes after boring completion. Boring
Logged by: T. Burrow, D. James
caved to 39% feet. See text for explanation on drilling start and
Project No.: 101231.003
completion.
Strata bounderfes are approximate and in sftu transitions may be
gradual. This Log of Boring is not Intended for bidding or estimating
purposes. Boring log(s) should not be reproduced eare 0. separately from
1: ngineering report unless said report is speclilcalncluded by Plate 47b
LOG OF BORING NO. LAH-B-11 �--�
Project Description: Lake Alan Henry Pipeline
Post, Texas KLE/NFELE!�R
Location: See Plan of Borings, Plates 2-6 Bright People. Right Solutions.
Approx. Surface Elevation: Not Provided
@
d
�
°
a
ar
o
f n
io
0
a
v
c
J
J
C
0
�
N
a
D)
a
O
v
M
>
t]
v
,V U1
u,
mo
C
o
U
d
'S
o.�
Ern
m
u
v)
aC
rr
Cr
m
y
N
a
Z
U 42
m
a
U
U
3
$
d
co
o.
0 0
Z
o
c65120
c
=
3
m
in
U
MATERIAL DESCRIPTION
4.0
SANDY SILTY CLAY, brown, hard
22
16
6
51
15
4.5+
4.5+
4.5+
- becoming brown and red below 3 feet
SANDY CLAY, tan, hard, calcareous, with
5
gravel
4.5+
26
11
15
59
10
9.01
12
2 I
CLAYEY SILTY SAND, tan and white,
1p
dense, calcareous, with trace gravel
23
37
becoming very dense and calcareous
15
below 14 feet
50/
Completion Depth: 20 ft.
Latitude: 33.3014
Date Boring Started: 2/11/09
Longitude: -101.4988
Date Boring Completed: 2/11/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Strata boundaries are approximate, and in situ transitions may be
gradual. This Log of Boring is not intended for bidding or estimating
purposes. Boring logs) should not be reproduced separately from
the engineering report unless said report is specifically included by
reference.
Plate 48
I��ZtZ�T���7 7P► Cr7� • :. ���iF�
Project Description: Lake Alan Henry Pipeline
Post, Texas
Location: See Plan of Borings, Plates 2-6
Approx. Surface Elevation: Not Provided
U
0
0
•0
•2
U
11
L
a
ar
m
E
v
v
p
Ci
tJ
E
co
d
0
U
0
d
3
m
0`
_
=
m
MATERIAL DESCRIPTION
4.5+
CLAYEY SAND, brown, dense
4.5+
- becoming brown and red below 1 foot
4.5+
-becoming brown below 2 feet
5
_ I CLAY with sand, red and brown, hard
10
CLAYEY SAND, red, dense, with trace
gravel
15
_�_._�_. •— —' ense calcareous
SAND, tan and
d
20
18121
25
17 24 ' - becoming tan below 29 feet
30 ---- — —
K'LE/NFELOER
Bright People. Right Solutions.
o
�
a
;
o
'E
•E
LM
m
_
-,
v
tU
_
_
y a
mp o
c
O
U
iU
Q.,t.,
E 0)
lL
ro
a
ace
m
Z
0�
io
n
m
a
0
z
3
o
0
:
c
m
A
•—
—
—.
—�
f 'a
44
17
27
70
15
t-
i
Completion Depth:
30 ft.
Latitude: 33.3043
Date Boring Started:
2/11/09
Longitude:-101.5048
Date Boring Completed:
2111/09
Remarks: Boring dry upon completion of drilling.
LA
Logged by:
T. Burrow
Project No.:
101231.003
Strata boundaries are approximate, and In situ transitions may be
gradual. This log of Boring is not intended for bidding or estimating
purposes. Boring log(s) should not be reproduced separately from the engineering report unless said report is specifically tncluda by
reference. Plate 49
r�
fy
i_. i
LOG OF BORING NO. LAH-B-13 /-�
Project Description: Lake Alan Henry Pipeline
Post, Texas KLE/NFELOER
Location: See Plan of Borings, Plates 2-6 Bright People. Right Solutions.
Approx. Surface Elevation: Not Provided
oxmoo.
o
U
N
a
rU
E
v
-2
o
E
r
E
)
c
rnm
c._
C
o,
m(E(ppC
v
v
m
a
Jq
p5
' g
Cj
3
E,
ti
to
$
3
3
N8�
W
�-'
Vl
Q. N
T
�u'
a
U
3
m
g
a
c
n
o d
z
3
M
0
�
c�
�v
m
"'
i
MATERIAL DESCRIPTION
4.5+
CLAYEY SAND, brown, dense
4.5+
25
27
- very dense below 2 feet
SANDY CLAY, red and brown, hard, with
35
29
32
16
16
57
10
5
trace gravel
17
19
21
19
10
12.T
--•--
—
—
—
— —
—
CLAYEY SILTY SAND, brown and olive,
dense, with trace gravel
4.5+
15
4.5+
- with trace calcareous material, with gravel
20
;
- becoming light gray and tan, very dense,
29
50/
with trace calcareous material and gravel
25
5"
42
501
becoming tan below 29 feet
30
--•—
6"
—
—
300
•—
—
—
----
--—
—
Completion Depth: 30 ft.
Latitude: 33.3074
Date Boring Started: 2/11109
Longitude: -101.5154
Date Boring Completed: 2/11/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Strata boundaries are approximate and In shu transitions may be
gradual. This Log of Sorfng Is not Intended forbidding or esUmadng
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless said report is specitcally included by
reta,=
Plate 50
LOG OF BORING NO. LAH-B-14
Project Description: Lake Alan Henry Pipeline
Post, Texas KLE/NFELOER
Location: See Plan of Borings, Plates 2-6 Bright People. Right Solutions.
Approx. Surface Elevation: Not Provided
0
�_
aE
to
u1
m
m
E
C3
m
o
E
r
E
x
m
c
m
to
c�
c
0
j
m
m
m
2
o
a
Q
m
c
$
0
?2
7
to
i3 $
U
?,
EE g'
+�
E�
�Ep
`upJ
o
o
W
Cy
o
m
y
a N
e
m
O
m
Ub
m
U
a.
o
()
U
y
L
d
N
a.
U
z
C
=
m
m
MATERIAL DESCRIPTION
'
4.0
CLAYEY SILTY SAND, brown, dense, with
425
—•—
—
—
—
trace calcareous material and ravel 1•01
22•
1l3
6�
• 5'I
10
— •—
—•—
—
SANDY SILTY CLAY, brown, hard, with Jr
4.5
trace calcareous material and gravel
'-4.6
CLAYEY SAND, brown and red, dense,
with trace calcareous material and gravel 4.
SANDY CLAY, tan, hard, calcareous, with
4.5+
_
_ _
_ _
_ _
_ _
_
5
trace gravel
4.5+
24
13
11
63
12
•
CLAYEY SAND, red and brown, dense,
_
_
_-__
-__
__
-_
•_
4.5+
with trace calcareous material and gravel
10
4.5+
15
4.5+
20
—
— —
—
—
—
200
................
—•—
—•—
—•—
•—
Completion Depth: 20 ft.
Latitude: 33.3097
Date Boring Started: 2/11109
Longitude: -101.5218
Date Boring Completed: 2/11/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Strata boundaries are approximate and in situ transitions may be
gradual. This Log of Boring is not Intended for bidding or estimating
purposes. Boring log(s) should not be reproduced separately born
the engineering report unless said report is spec ficeW Included by
raferance. Plate 51
LOG OF BORING NO. LAH-B-15 rProject Description: Lake Alan Henry PipelineEIA%FEL�ER
Pof
Bright People. Right Solutions
Location: Seeee Planlan of Borings, Plates 2-6 �•
Approx. Surface Elevation: Not Provided
N
m
p
0
-o
x
CL
Q
m
E
O
°
v
>
a
_
E
in
_
B
J
E'd
'y rn
c
C
m
—
0
a
0
'v
o
om
�o
o-N
U
v
Z
�rn
V
ti
E
0
a
U
c
0
W
m
W
�
_m
a-
m
o Z
a
o
to
m
a_
`�
i
m
MATERIAL DESCRIPTION
4.5+
CLAYEY SAND, brown, dense
4.5+
4.5+
CLAY with sand, tan and brown, hard,
4.5+
calcareous, with trace gravel
30
14
16
79
15
5
4.5+
4.5+
- becoming tan below 9 feet
10
13.5'
CLAYEY SILTY SAND with gravel, tan and
2.75
olive, dense
15
32
501
- very dense below 15 feet
6"
50/
Completion Depth: 20 ft.
Latitude: 33.3161
Date Boring Started: 2/11/09
Longitude: -101.5632
Date Boring Completed: 2/11/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Strata boundaries are approximate, and in situ transitions may be
gradual. This Log or Boring is not intended for bidding or estimating
purposes. Boring logs) should not be reproduced separately from
the engineering report unless said report is speccally included by
reference.
Plate 52
LOG OF BORING NO. LAH-B-16
Project Description: Lake Alan Henry Pipeline
Post, Texas KLEI/VFELOER
Location: See Plan of Borings, Plates 2-6 Bright People. Fight Solutions.
Approx. Surface Elevation: Not Provided
w
m
m
r
LU
0
C
d
d.
•aNuo'i wS
5mat
]
0
Nto
ag
or-E
U
ii
�
E'-
LL
m
p
o
of
Cr
m
A
Zd
NU)
_ca
3
od
Z
p
c
=
m
2i
0
MATERIAL DESCRIPTION
4.5
SANDY CLAY, brown, hard
4.5
- becoming red and brown below 1 foot
4.5+
3.0'
4.5+
CLAY with sand, red and tan, hard, with
trace calcareous material and gravel
5
4.5+
43
14
29
74
13
SANDY CLAY, red and tan, hard, with trace
_ _
_ _
------------
4.5+
calcaroeus material
10
4.5+
15
4.5+
SILTY SANDY CLAY, red and tan, hard,
_.—
_.—
_._
--------
-20— 20
—
— • —
— •
—
with caicaroeus mateiral and gravel 20.0'
Completion Depth: 20 ft.
Latitude: 33.32132
Date Boring Started: 4)28/09
Longitude:-101.54589
Date Boring Completed: 4/28/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
grata oounuanes are approximate, and in situ transitions may be
gradual. This Log or Boting is not Intended forbidding or estimating
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless said report is specifically included by Plate 53
reference.
i
i }
LOG OF BORING NO. LAH-B-17 �--�
Project Description: Lake Alan Henry Pipeline KLE/NFEl
Post, Texas R
Location: See Plan of Borings, Plates 2-6 Bright people. Right Solutions.
Approx. Surface Elevation: Not Provided
c
o
=
w
t1i
N
a
$
t]
c
0
v
m
o
m
c
cd
c
0
rn
fl.
m
O
a
E
O
-66
.M..
C
>
(,
�I
.p
J
V
N <%
lN0
CO
(,
.0
cL:5
E
LL
fn
m
Q
U
QZ
J
a
�
a N
6
L
L`
V 2
t0
c
cn
0.
CJ
`N
O
a
z
y
0
Cs V%
C
1:
o
Fri
o
in
MATERIAL MATERIAL DESCRIPTION
o
4.5+
CLAYEY SAND, brown, dense, with trace
4.5+
gravel
4.5+
4.5+
- becoming tan with trace calcareous
4.5+
material and gravel
5
26
36
- becoming very dense below 7 feet
14
12
- becoming red and tan, medium dense,
34
17
17
45
10
10
with trace calcareous material below 9 feet
22
17
- becoming white and red, dense,
15
calcareous below 14 feet
26
31
- becoming red, very dense, with trace
20
gravel below 19 feet
19
27
becoming dense below 24 feet
25
50/
- becoming very dense below 29 feet
3001
Completion Depth: 30 ft.
Latitude: 33.3266
Date Boring Started: 2/11/09
Longitude: -101.5549
Date Boring Completed: 2111/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Strata boundaries are approximate, and In situ transitions may be
gradual. This Log of Boring is not intended forbidding or estimating
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless said report is specifically included by
reference.
Plate 54
LOG OF BORING NO. LAH-C-01
Project Description: Lake Alan Henry Pipeline
Post, Texas KLL�/NFEL�E/4
Bright people. Right Solutions.
Location: See Plan of Borings, Plates 2-6 \\
Approx. Surface Elevation: Not Provided
w
d
m
to
U
v?,m
d
v
O
v
•o
d
a
E
x
d
�
ro
�
y
dw
�
=
0
0
n
v
$
0
v
�''
��
U
i
E 16
uL.
O
c0
c
m
a
d C
d
ip
to
0. v
U
3
�
3
tl
a
Z
to
"c
c
=
m
toMATERIAL
DESCRIPTION
_
4.5+
SANDY CLAY, brown, hard
4.5+
31
16
15
65
12
4.5+
4.5+
- becoming brown and red, with trace
4 5+
calcareous material and gravel below 3
feet
5
4.5+
- becoming red and tan, with trace
34
14
20
65
13
calcareous material and gravel below 7
feet
4.5+
10
CLAYEY SILTY SAND, tan and red, dense,
7.
with trace calcareous material
21
22
15
21
15
- with trace of gravel
20
33
42
- becoming very dense
25
35
50/
becoming tan and red, very dense
30—'—
30.0
.—
—
—
--------
—
Completion Depth: 30 ft.
Latitude: 33.3306
Date Boring Started: 2/11/09
Longitude:-101.5649
Date Boring Completed: 2/11109
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
aaara aounaanes are approximate, ana in situ transitions may oe
gradual. This Log of Boring is not Intended for bidding or estimating
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless said report is specifically included by
rererance. Plate 55
s
i
r
E_�
LOG OF BORING NO. LAH-C-02 ��-�
Project Description: Lake Alan Henry Pipeline
Post, Texas KLEJNFELDER
Location: See Plan of Borings, Plates 2-6 Bright People. Right Solutions.
Approx. Surface Elevation: Not Provided
(1)
a`r
0
0
16
X
j
rc(n
7
w
a
a
N
_
i
C
o
d�
'm
L7Lo
o
V
a
�
oO
U
rn
0
�j
ii
m
n.
o c
z
H
--
c
i
m
m
v
MATERIAL DESCRIPTION
_
_
rn
4.5+
CLAYEY SAND, brown, dense, with trace
4.5+
calcareous material and gravel
— —
—
—
_
2.V
CLAY with sand, tan, hard, with trace
4.5+
4.0
calcareous material and gravel
4.5+
- becoming red, with trace calcareous
34
15
19
72
14
5
material and gravel below 4 feet
4.5+
19
30
- becoming tan and red, with gravel and
10
trace calcareous material below 14 feet
50/
15
6-
becoming tan, calcareous, with trace
39
501
gravel below 19 feet 2o.ty
20
---
g"
—
—
•—
—
—
-—
-----
—
Completion Depth: 20 ft.
Latitude: 33.3375
Date Boring Started: 2/12/09
Longitude: -101.5734
Date Boring Completed: 2/12109
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Strata boundaries are approximate, and In situ transitions may be
gradual. This Log of Boring Is not intended forbidding or estimating
purposes. Boring logs) should not be reproduced separately from
the engineering report unless said report is specifically Included by
reference.
Plate 56
LOG OF BORING NO. LAH-C-03 rProject Description: Lake Alan Henry Pipeline
Post, Texas EINFELJDJE
Location: See Plan of Borings, Plates 2-6 Brightpeopie. Right Solutions.
Approx. Surface Elevation: Not Provided —
n
m
•c
m
c
a
o
e
V
m
d
E
p
c
Q
m
m
o
E
E
'0
c
Ol
c m?
C
-
•� y
y"
.c
d
o
E
q
3
tj
�_
0
�
w o
20
3
E�
LL
A
.o
E
m
v)
m
c
m
>
o
>
o
m
tr
2
o
�
t1 N
In
�
0 T
y
m
Q)
3
o
J
o-
m
a
6
a Z
o
in
0
��
°
i
in
in
v
MATERIAL DESCRIPTION
")
4.5+
SILTY CLAYEY SAND, brown and red,
4.5+
dense, with trace calcareous material and
gravel
4.5+
4.5+
4.5+
- becoming brown to tan below 4 feet
5
_
..............
6.5'
CLAY with sand, tan and white, hard, with
_
_
_
_ _
_ _
_ - _
_ _
--
4.5+
trace calcareous material and gravel
37
14
23
73
13
16
16
10
28
31
- becomes tan and red below 14 feel
15
41
50/
Completion Depth: 20 ft.
Latitude: 33.3435
Date Boring Started: 2/19/09
Longitude:-101.5821
Date Boring Completed: 2/19/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
—ara —r-ur— ma appruxunara, anu rn snu rrensruurrs ma oa
gradual. This Log of Boring is not Intended for bidding or as mating
purposes. Boring log(s) should not be reproduced separately from
the engine
relerence.ering report unless said report Is spec#ka/Py Included by Plate 57
LOG OF BORING NO. LAH-C-04 �--�
Project Description: Lake Alan Henry Pipeline KLE/1VFELOER
Post, Texas
Location: See Plan of Borings, Plates 2-6 `, Bright People. Right Solutions.
Approx. Surface Elevation: Not Provided
�
m
sco_d
n
O
to
U
E
o
U)
,a.2
d
E
4)
D
-o
o
m
D
-
c
coU
v
m
>
W
CD7
Of
;I
10
23 1 25
15
Completion Depth:
20 ft.
Date Boring Started:
2/19/09
Date Boring Completed:
2/19/09
Logged by:
T. Burrow
Project No.:
101231.003
MATERIAL DESCRIPTION
SILTY CLAYEY SAND, brown and red,
dense, with trace calcareous material and
gravel
CLAY with sand, tan, hard, with trace
calcareous material and gravel
- becoming red and tan below 7 feet
CL
o
E
m
C
C
c
-
Cn
d «ut
—s
'p
U
Z.
01
�O
o
U
a)
�
n:_-
E im
m
LL
Cr
a
Z
ao
U
a
Z
a
g
Din
25 � 15� 10� 78`� 13 � ._��._•�._.
Latitude: 33.3454
Longitude: -101.58839
Remarks: Boring dry upon completion of drilling.
Strata boundaries are approximate, and In situ transitions may be
gradual. This Log of Boring is not intended for bidding or esbmadn,
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless said report is specifically included by
reference.
Plate 58
LOG OF BORING NO. LAH-C-05
Project Description: Lake Alan Henry Pipeline
Post, Texas KLE//VFELOER
Location: See Plan of Borings, Plates 2-6 `` Bright people. Right Solutions,
Approx. Surface Elevation: Not Provided
w
�
0)
N
p
0
N
N
C
Of j
C
Q
y H
N
L
m
o
n
E
`O
m
.�..
v
c
>
.J
p
-%
"
to V1
m$
C
o
U
d
`S
L
CL=
E
m
U.
0
a
m
C
>
>
ar
9
n
a
o. a
�
m
ifl
to
Q
i.i
3
3
o
J
a
m
a
\ 6
z
H
min
V
N
=
m
m
MATERIAL DESCRIPTION
o
4.5+
SILTY CLAYEY SAND, brown, dense, with
• —
23
16
trace calcareous material and gravel 10
27
18
9
63
17
SANDY CLAY, tan, hard, with trace
calcareous material and gravel
4.5+
- becoming tan and red below 4 feet
5
4.5+
10
25
28
15
4.5+
20
—
— —
—
—
—
20.0'
.—
—
—.
.......
.............
Completion Depth: 20 ft.
Latitude: 33.35255
Date Boring Started: 2119/09
Longitude: -101.60138
Date Boring Completed: 2119/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Strata boundaries ate approximate, and in situ transitions may be
gradual. This Log of Boring is not intended forbidding or estimating
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless said report is specifically included by plate 5g
retere'ca.
.j
f
I
t
LOG OF BORING NO. LAH-C-06 /---�
Project Description: Lake Alan Henry Pipeline
Post, Texas KLE/NFELDER
Location: See Plan of Borings, Plates 2-6 Bright People. Right Solutions.
Approx. Surface Elevation: Not Provided
L
C
C
o
o
N
U?
%41
E
0
c
�
M
•p
d
a
E
E
N
c
y-r
C
a
d
rn
w
a
m
aNi
c
E
°
c
>
�
-�
v_
-�
3
o
U
d
?
ELM
E
m
LL
o
E
�
m
N
O
0O
c4
tY
W
'Ur
•m
y
mo
a' N
Iu
�
C
U 1
@
a
U
V
3
tl
to
a
' Z
y
o
ci —
o
=
3
m
m
o
MATERIAL DESCRIPTION
o
c
_
�'
ROAD BED: CLAYEY SAND with gravel,
4.5+
hard �.o
. _
—
—
— • —
—
CLAY with sand, brown and tan, hard, with
4.5+
trace calcareous material and gravel
4.5+
4.5+
25
12
13
81
12
5
27
41
becoming tan below 7 feet
26
50/
10
6"
32
32
- becoming tan and white below 14 feet
15
9
9
very stiff below 19 feet
20
— —
—
—
—
200
.................
—•—
........
•—
Completion Depth: 20 ft.
Latitude: 33.36021
Date Boring Started: 2/19/09
Longitude: -101.61653
Date Boring Completed: 2/19/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
ouate oouneanes are approximare, ano in sau transitions may be
gradual. This Log of Bonng is not intended forbidding or estimating
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless said report is specifically included by
reference.
Plate 60
LOG OF BORING NO. LAH-C-07 /--�
Project -Description: Lake Alan Henry Pipeline
Post, Texas KLE/NFEL�E/4
Location: See Plan of Borings, Plates 2-6 Bright People. Right Solutions.
Approx. Surface Elevation: Not Provided
w
C
C
o
w
�13
CL
m
>
o
U3
cUn
a
E
O
d
o
E
X
N
c
j
c�
C
m
AMd
N r
N
c
d
o
a
f
O
c
c
>
c4
a
J
NN
m o
CO
U
N
iiL
E
f0
LL
co
ai
o
>
a
3
U
3
o
J
tl
it
o Z
o
2
M
m
m
MATERIAL DESCRIPTION
_
_
ro
4.5+
SILTY CLAYEY SAND, dark brown, dense
4.5+
5t..............
2.5'
.—
—
...........
.—
SANDY CLAY, brown and gray, hard
CLAY with sand, light brown, hard
4.5+
5
12
20
- becoming light gray and white, with trace
32
14
18
79
15
of gravel below 7 feet
50/
becoming tan below 9 feet
10
2"
12.5'
SANDY CLAY, tan and olive, very stiff, with
—
trace gravel below 14 feet
12
11
15
18
29
- becoming tan, hard, with gravel
20
—• —
—
—
—
20.0
.—
—
—
--------
—
Completion Depth: 20 ft.
Latitude: 33.36739
Date Boring Started: 2117109
Longitude:-101.62745
Date Boring Completed: 2t17/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
.)itrara ooundanes are apppproxlmarer ano in situ transitions may be
gradual. This Log ofBodng is not intended forbidding or estimating
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless said report is specifically included by
reference. Plate 61
t
,i
C
_ti
LOG OF BORING NO. LAH-C-09 /---�
Project Description: Lake Alan Henry Pipeline
Post, Texas KLEI/VFELOER
Location: See Plan of Borings, Plates 2-6 Bright People. Right Solutions.
Approx. Surface Elevation: Not Provided
>
c
d
c
N
a
'uf
o
V
U
y
N
E
c
p
N
o
E
E
j
rn as
c
::
'-
y N
N
o
a
��
o
U
iu
$w
E
—m
LL
F
m
cA
c
a
c
5
o
X
0v
U 4
S
!n
a
U
U
30
~o
0-m
p
o
Z
o
c
c
=
O
m
i'n
MATERIAL DESCRIPTION
C
_
4.5+
SILTY CLAYEY SAND, brown, red and tan,
4.5+
dense, with trace of gravel
4.5+
4.5+
4.5+
5
—
7.0'
4.5+
SANDY CLAY, tan and red, hard, with trace
31
12
19
66
15
_
calcareous material and gravel
4.5+
10
4.5+
15
- becoming tan, with calcareous material
4.5+
and trace gravel below 19 feet
20.0
20
—
— —
—
—
—
. —
—
—.-----
---
---
--------
Completion Depth: 20 ft.
Latitude: 33.3763
Date Boring Started: 2119109
Longitude: -101.64465
Date Boring Completed: 2119109
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Svare boundaries are approximate and in situ transitions may be
gradual. This log of Boring is not Intended forbidding or estimating
purposes. Boring logs) should not be reproduced sepparately from
the engineering report unless said report is spe�cal, included by plate �3
reference.
li
LOG OF BORING NO. LAH-C-10 rProject Description: Lake Alan Henry PipelineLcINFELDER Post, Texas
Location: See Plan of Borings, Plates 2-6 Bright People. Right Solutions.
Approx. Surface Elevation: Not Provided
c
m
c
w
N)
U
SO
O
a
O
E
<4
m
E
0
N
ti
m
v
C
o
U
o
o
C
U
o
d
a
N
U
a
_
=
on
to
MATERIAL DESCRIPTION
4.5+
SILTY CLAYEY SAND, red and brown,
4.5+
dense, with trace calcareous material and
gravel
4.5+
CLAY with sand, tan and red, hard, with
4.5+
trace calcareous material and gravel
4.5+
5
18
19
- becoming tan and white below 7 feet
4.5+
- becoming red and tan below 9 feet
10
23 1 30
15
RVERDEMMENE
Completion Depth:
20 ft.
Date Boring Started:
2/19/09
Date Boring Completed:
2119/09
Logged by:
T. Burrow
Project No.:
101231.003
o*
E
E
N
c
N
01
C
c
J
c_
'H �
p
•y
a w
•m
0
`-'
�o
U
Ern
LL
d N
m
o
V N
i0
a
a
o Z
d�
>
>
in
29111118177112
Latitude: 33.38102
Longitude: -101.65332
Remarks: Boring dry upon completion of drilling.
gradual. This Log of Boring is not inte
purposes. Boring logs) should not be
the engineering report unless said rep,
reference.
by
Plate 64
LOG OF BORING NO. LAH-C-11 �--�
Project Description: Lake Alan Henry Pipeline
Post, Texas KLEINFELOER
Bright People. Right Solutions.
Location: See Plan of Borings, Plates 2-6
Approx. Surface Elevation: Not Provided
n
to
uvi
41
m
E
p
o
axi
m
c
o
•� w
o
ai
v
J
-E
"
M
O
',
d`n
wp
t0
LL
j
E
N
m
O
o
m
rr
V
or
W
a
H
lc
Oa
0
is
>
rn
tL
V
3
U
m
o
p
m
a.
o o
z
.o
s
FM
cou
MATERIAL DESCRIPTION
_
4.25
SILTY CLAYEY SAND, brown and red,
4.5+
dense, with trace gravel
4.5+
22
16
6
48
8
4.5+
4.5+
5
SANDY CLAY, tan and red, hard, with trace
• —
4.5+
calcareous material and gravel
4.5+
24
13
11
66
11
10
14
15
- becomes tan and white, very stiff below
15
14 feet
50/
- becoming hard below 19 feet
20
5"
50/
- becomes tan and white, with trace
25
5"
calcareous material and limestone
fragments below 24 feet
50/
- becomes white below 29 feet
30
—
-4 =
—
—
—
300
• —
—
—
—
— —
— —
—
Completion Depth: 30 ft.
Latitude: 33.38524
Date Boring Started: 2/20/09
Longitude: -101.66023
Date Boring Completed: 2/20/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Strata boundaries are approximate, and in situ transitions mayy be
gradual. This Log of Boring is not Intended for bidding or esdm.'Ung
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless said report is specifically included by Plate 65
reference.
�i
f
Y
LOG OF BORING NO. LAH-C-12 /--�
Project Description: Lake Alan Henry Pipeline
Post, Texas KLE/1VFELDER
Location: See Plan of Borings, Plates 2-6 Bright People. Right Solutions.
Approx. Surface Elevation: Not Provided
w
d
>
w
>
a
a
0 o
U
'n
v,
E
v
o
o
m
n
rn
y
c
o
_m
E
m
v
E
v
c
m
J
Ja?
c
c
tolI
OC
tl
EEoto
•wt0
t
o
'N
o
Cra
M
am
o
Ua
3
30
ii
n
oa
z
o
��
c
m
i
ai
m
MATERIAL DESCRIPTION
_
_
Z5
4.5+
SILTY CLAYEY SAND, brown and tan,
4.5+
dense, with trace calcareous material and
gravel
4.5+
4.5+
4.5+
4.01
CLAY with sand, hard, tan, with trace-
5
calcareous material and gravel
4.5+
24
12
12
78
12
4.5+
- becomes tan and red below 9 feet
10
4.5+
15
50/
- becomes tan and white, partially
20
6-
cemented to cemented below 19 feet
50/
25
6-
36
50/
30
—
— —
_
_
30.9
• —
—
.......
_
Completion Depth: 30 ft.
Latitude: 33.38513
Date Boring Started: 2/20/09
Longitude:-101.66116
Date Boring Completed: 2/20109
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
u a uvunuarias am approximate, ane in5au transitionsmay be
gradual. This Log of Boring is not intended for bidding or estimating
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless said report is specifically Included by
reference.
Plate 66
LOG OF BORING NO. LAH-C-13 (40=-
Project Description: Lake Alan Henry Pipeline
Post, Texas KLEINFELDER
Location: See Plan of Borings, Plates 2-6 Bright People. Right Solutions.
Approx. Surface Elevation: Not Provided
w
>
a
Vi
w
M
°'
0
c
e
E
Ad
E
x
c
r
rn
2
{
n
0.
E
>
6
p
J
o
J
U
ur (
W$
p
U
.�
�
E,
l4
LL
O
a
m
c
>
>
m
v
N
c
a. a
d
o
o m
U
m
a
U
U
3
m
M
ii
_m
n
a d
z
C
m
o
U
o
c
z
m
MATERIAL DESCRIPTION
4.25
POORLY GRADED SAND with clay, red
brown, dense, with trace calcareous
4.5+
material and gravel
4.5+
4.5+
24
14
10
10
10
4.V
4.5+
SANDY CLAY, hard, tan and red, with trace
5
calcareous material and gravel
4.5+
4.5+
26
14
12
65
11
10
4.5+
15
4.5+
becomes tan below 19 feet
20
—
—
—
—
20.0•
.—
—
—
— —
—•—
............
Completion Depth: 20 ft.
Latitude: 33.389
Date Boring Started: 2117/09
Longitude:-101.66688
Date Boring Completed: 2/17/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Strata boundaries are approximate, and in situ transitions may be
gradual. This Log of Boring is not intended forbidding or estimating
purposes. Boring logs) should not be reproduced separately from
the engineering report unless said report is specifically included by
reference. Plate 67
�.l
LOG OF BORING NO. LAH-C-14 /--�
Project Description: Lake Alan Henry Pipeline
Post, Texas KLE/NFELOER
Location: See Plan of Borings, Plates 2-6 Bright people. Right Solutions.
Approx. Surface Elevation: Not Provided
moo.
>
o
�
U
w
N
o
0
p
41
E
x
41
CDto
v
pp
ra
00
0
O
E
E
0
N
01
C
O
C
0
U
:2
U
in
.V
'a
tyOCc
(L N
U
3:
E t
LL
to
a.
U
U
I'm.2
ti
a
O
Z
N
O
V
C
=
Fo
in
v
MATERIAL DESCRIPTION
C
4.25
SILTY CLAYEY SAND, dense, brown
4.5+
.—
—.—
—.
—
—
2.0'
........................
SANDY CLAY, tan and brown, very stiff,
.
.............
14
9
with trace calcareous material and gravel
26
18
8
56
15
7
3
- becomes stiff below 4 feet
5
4
6
7.0'
CLAY with sand, red and tan, hard, with
4.5+
................
...
............
trace calcareous material and gravel
4.5+
40
17
23
77
11
10
50/
- becomes tan and white, partially
15
6'
cemented, calcareous below 14 feet
50/
Completion Depth: 20 ft.
Latitude: 33.39381
Date Boring Started: 2/17/09
Longitude:-101.67712
Date Boring Completed: 2/17/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Strata boundaries are approximate, and in situ transitions may be
gradual. This tog of Boring is not intended for bidding or estimating
purposes. Boring logs) should not be reproduced separately from
the eng/nearing report unless said report is specifically included by
reference.
Plate 68
LOG OF BORING NO. LAH-C-15 /--�
Project Description: Lake Alan Henry Pipeline
Post, Texas KLE//VFELOER
Location: See Plan of Borings, Plates 2-6 aright people. Right Solutions.
Approx. Surface Elevation: Not Provided
Um
vt
m
E
a
o�
a
E
d
c
rn>
c m
c
n
rn
�"
m
2
L
Q
d
o
fl
E
o
m
c
c
M
c
p
o
it
o
�°�
iu
�s
E
LL
E
(n
oci
o
G
a
c7
W
¢
o
d
° c
�
to
tl
c
V
3
V
3
°'
0
`'
°
a.
°
z
t�
ci
c�
m
v
MATERIAL DESCRIPTION
p
_
`/'
4.0
SILTY CLAYEY SAND, red brown, dense,
4.0
with trace calcareous material and gravel
4.25
4.5+
4.5+
5
----
—
—_
6.0
SANDY CLAY, tan, hard, with trace
_
_
_ .
_.__
.__
._.........
17
13
calcareous material and gravel
26
11
15
65
8
6
11
- becoming tan and red, very stiff below 9
10
feet
4.5+
- becoming tan and brown, hard below 14
15
feet
37
38
- becoming tan and red below 19 feet
20
•—
—•—
—
—
—
20.9
•_
_.
_.
_._
..
Completion Depth: 20 ft.
Latitude: 33.40006
Date Boring Started: 2/17/09
Longitude:-101.6879
Date Boring Completed: 2/17/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
epprownnao, awu w mw uanmawia "Ty..
gradual This Log of Boring is not intended for bidding or estimating
purposes. Boring log(s) should not be reproduced separately from
the engineedng report unless sa/d report /s specally included by Plate 69
reference.
LOG OF BORING NO. LAH-C-16 /--�
Project Description: Lake Alan Henry Pipeline
Post, Texas KLE/NFELDER
Location: See Plan of Borings, Plates 2-6 Bright People. Right Solutions.
Approx. Surface Elevation: Not Provided
a�
o
o
-
3
a
m
o
to
U
N
Vp
o
a
01
x
O
01�
C
y
ce
t
?
O
65
LfLC
C
j
O
O
d
O
0
N
d
OM
V
0
rn
IL
3
3
a,
$
a
a
e O
z
Oo
Q
_N
��
C
�
i
m
m
MATERIAL DESCRIPTION
a
4.5+
CLAYEY SILTY SAND, brown and tan,
4.5+
dense
4.5+
3.0'
CLAYEY SILTY SAND ! CLAYEY SAND,
4.5+
4.5+
— —
—
—
—
brown and tan, dense a.o'
29
--
---
- -
-
_ _
_ _
_
SANDY CLAY, brown and tan, hard, with
5
trace calcareous material and gravel
4.5+
4.5+
- becoming tan and red below 9 feet
10
4.5+
15
4.5+
becoming red below 19 feet
Completion Depth: 20 ft.
Latitude: 33.40335
Date Boring Started: 2/16/09
Longitude: -101.69432
Date Boring Completed: 2/16/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
auara—unuanes are approximate, arro m sau uansruons ma oe
gradual. This Log of Boring is not intended for bidding or est mating
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless said report is spec�cally included by
reference.
Plate 70
LOG OF BORING NO. LAH-C-17
Project Description: Lake Alan Henry Pipeline
Pof KLE/NFELOER
Location: Seeee Planlan of Borings, Plates 2-6 Bright People. Right Solutions.
Approx. Surface Elevation: Not Provided
(n
v,
E
c
°
m
o
E
E
X
c
c01
m
a
a)
o
E
d
c
$
p
o
Z
��
V
?�
T"
E m
u
c
7O
tr
tr
V
a N
m
N
(a
to
3
E
J
tl
tl
Z
a
c N
c
=
3
m
m
MATERIAL DESCRIPTION
c
4.5+
SILTY CLAYEY SAND, brown and red,
4.5+
dense
4.5+
.&
..............
3.5'
._
—.
_.
CLAY with sand, tan and brown, hard, with
4.5+
trace calcareous material and gravel
5
4.5+
- becoming tan and red below 7 feet
42
17
25
75
16
4.5+
10
4.5+
- becoming tan below 14 feet
15
SILTY CLAYEY SAND, red, dense, with
—
trace gravel
4.5+
20
•—
— —
—
—
—
20.01
,—
—
—
—•—
—•—
—•—
--------
Completion Depth: 20 ft.
Latitude: 33.41301
Date Boring Started: 2/16/09
Longitude:-101.70404
Date Boring Completed: 2/16/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Strata boundaries are approximate, and in situ transitions may be
gradual. This Log of Bonng Is not Intended forbidding or estimating
purposes. Boring logs) should not be reproduced separately from
the engineering report unless said report is specifically Included by
reference. Plate 71
LOG OF BORING NO. LAH-C-18
Project Description: Lake Alan Henry Pipeline
Post, Texas KLElNFEL�ER
Location: See Plan of Borings, Plates 2-6 Bright People. Right Solutions,
Approx. Surface Elevation: Not Provided
!3
i
d
C
m
•C
�
o
fl•
y
o
U
U
N
E
0
p
v
a
E
x
v
rnm
w
t-
a
a
m
o
a
f
2
`✓
c
>
8
0
�
�
o
5
N
e
U
rn
mL
Ern
U
E
rn
m
c
o
U
of
v_
or
m
a
m
a N
LL
tl
Q.
Z
=
po
to
00
0
MATERIAL DESCRIPTION
o
2
c
D
j
S
e'
ROAD BED: CLAYEY SAND with gravel,
4.5+
hard 1.01
_
............
CLAY with sand, brown, hard, with trace
4.5+
gravel
45
15
30
73
15
.5t
_.—
_.
3.5........................
SANDY CLAY, tan, hard, with trace
.............
4.5+
calcareous material and gravel
5
4.5+
4.5+
45
19
26
61
12
10
13
50/
15
6"
30
39
20
—
—
—
—
—
20.0'
•—
—
—
—
—.
_
Completion Depth: 20 ft.
Latitude: 33.42067
Date Boring Started: 2116/09
Longitude: -101.71142
Date Boring Completed: 2/16109
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Strata boundaries are approximate, and in situ transitions may be
gradual. This Log o/Boring Is not intended forbidding or estimating
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless said report is specifically included by
reference. Plate 72
LOG OF BORING NO. LAH-C-19
Project Description: Lake Alan Henry Pipeline
Post, Texas KLEINFELOER
Bright People. Right Solutions
Location: See Plan of Borings, Plates 2-6
Approx. Surface Elevation: Not Provided
U
(Q
N
E
•p
C
'O
d
c
p
I
'O
C
0)>
C
n
m
d
y
C>
•�
O
(�
9
E Of
u-
Q
.CO
E
N
U
C
01
C
>
c
>
o
m
tY
d
tY
5
v
to
m
y
v,
a N
W
�.,
U N
f0
to
)
a
U
U
3
m
_,
a
m
a
o c
Z
3
t]
C
c�to
c
i
m
m
MATERIAL DESCRIPTION
4.5+
SILTY CLAYEY SAND, brown, dense, with
4.5+
trace gravel
CLAY with sand, tan, hard, with trace
4.5+
4.5+
calcareous material and gravel
4.5+
35
16
19
78
16
5
4.5+
becoming red and tan below 7 feet
4.5+
10
_._
_
SILTY CLAYEY SAND, red, dense, with
-
_._
_._
_
4.5+
trace gravel
15
17.5'
CLAYEY SILTY SAND, tan, very dense,
_
with trace gravel
50/
20
-
-W—
-•
-
-
20.0'
.-
...........
-•-
-•-
•-
•-
Completion Depth: 20 ft.
Latitude: 33.42763
Date Boring Started: 2/16/09
Longitude: -101.71503
Date Boring Completed: 2116t09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Strata boundaries are approximate, and in situ transitions may be
gradual. This Log of Boring is not intended forbidding or estimating
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless sold report is specifically Included by
reference. Plate 73
LOG OF BORING NO. LAH-C-20 /--�
Project Description: Lake Alan Henry Pipeline KLEINFELOE/R
Post, Texas
Location: See Plan of Borings, Plates 2-6 Bright People. Right Solutions.
Approx. Surface Elevation: Not Provided
c
L
a
0
to
U
=
Co
_N
°
�
w
=
W
=
o
v
a
3
m
0
v
o
U
3
coU
W
y
(]
5
10
15
Completion Depth:
20 ft.
Date Boring Started:
2/16/09
Date Boring Completed:
2116/09
Logged by:
T. Burrow
Proiect No.:
101231.003
MATERIAL DESCRIPTION
SILTY CLAYEY SAND, brown, dense, watt
trace calcareous material and gravel
CLAY with sand, tan, hard, with trace
calcareous material and gravel
- becoming tan and red below 9 feet
- becoming tan below 14 feet
SILTY CLAYEY SAND, tan and red, very
dense, with trace calcareous material and
gravel
x
o
o
a
o
!=
C
C
C
(n
n
U
)
m o
U
Esc
U-
v
to
ugi
o o
C
c
a
a
Z
H
��
m
0
a
N
29 1 13 1 161 77I — * I I --- T._.
Latitude: 33.42968
Longitude: -101.72007
Remarks: Boring dry upon completion of drilling.
were nounaenes are approximate, and in situ transitions may be
gradual. This Log of Boring is not intended forbidding or esbmaUn
purposes. Boring logs) should not be reproduced separately from
the engineering report unless said report is specifically included by
reference.
Plate 74
LOG OF BORING NO. LAH-C-21 �--�
Project Description: Lake Alan Henry Pipeline
Post, Texas KLE/NFELOER
Location: See Plan of Borings, Plates 2-6 Bright people. Right Solutions.
Approx. Surface Elevation: Not Provided
N
C
=
o
o
U
CL
;
o
to
y
E
p
p
d
o
E
4)
j
C
.N
N
w
ad
n
a
:3
o
o
V
am
E
Wo
LLoE
c
o
o
(2�
�
Cr
m
v
cq
aoE
Cai
Um
c
v
3
3o
O
0'
Z
�,
or
cn
r
m
c
=
m
m
MATERIAL DESCRIPTION
o
c
ROAD BED: CLAYEY SAND with gravel,
4.5+
—•--
—
—
—
tan, hard 1.0'
.—
—
—
--------
—
SILTY CLAYEY SAND, red and brown,
4.5+
dense
4.5+
4.5t
—.—.—.
.—
—
4.5'
.................
SILTY CLAY with sand, tan and red, hard,
5
_ .—
...
........
with trace calcareous material and gravel
4.5+
24
15
9
72
13
4.5+
10
—
—,—
—
—
12.5'
SILTY CLAYEY SAND, red, dense, with
trace calcareous material and gravel
4.5+
15
4.5+
20
•—
•—
—
—
—
20.0•
•—
—
—
— —
—•—
•—
•—
Completion Depth: 20 ft.
Latitude: 33.43658
Date Boring Started: 2116109
Longitude: -101.72697
Date Boring Completed: 2/16109
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
ouaca uuurmanea are appruximare, anu m snu zransmons may oe
gradual. This tog of Bonng is not Intended for bidding or estimating
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless said report is specifically included by Plate 75
reference.
r t
5
t ,
LOG OF BORING NO. LAH-C-22
Project Description: Lake Alan Henry Pipeline
Post, Texas KLE/NFELOER
Bright People. Right Solutions.
Location: See Plan of Borings, Plates 2-6
Approx. Surface Elevation: Not Provided
c
a
o
U)
is
m
a'
E
m
C
on >
C m
r
-
3
CL
m
G
i=
c
C
C
0
a
�
m
� �
!L
m
LD
rn
v
B
o
a
z
a
�
��
i
00
m
MATERIAL DESCRIPTION
4.5+
SANDY CLAY, red and brown, hard
4.5+
4.5+
4.5t
_.
_.
_
_
3.5'
25.
.13.
.12
..61_
_j2
CLAY with sand, hard, tan, with trace
—
4.5+
calcareous material and gravel
5
4.5+
4.5+
- becoming tan and red below 9 feet
38
16
22
74
16
10
SILTY CLAYEY SAND, red, dense, with
•—
—•—
--------
16
25
trace gravel
15
16
16
- becoming tan and red below 19 feet
20.0
20
----
—
—
•—
—
—
—•—
...
........
Completion Depth: 20 ft.
Latitude: 33.4403
Date Boring Started: 2/16/09
Longitude: -101.73352
Date Boring Completed: 2116109
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
Skala boundaries are approximate, and in situ transitions may be
gradual. This Log of Bodng is not intended for bidding or estimating
purposes. Boring log(s) should not be reproduced se rately from
relere ce. edng report unless said report is spedlicelly included by
Plate 76
LOG OF BORING NO. LAH-C-23
Project Description: Lake Alan Henry Pipeline
Post, Texas KLE/NFELOER
Bright Peopk. Right Solutions.
Location: See Plan of Borings, Plates 2-6 \\
Approx. Surface Elevation: Not Provided ` =�
0
-
n
°
tq
ro
a;
Ea
O
v
E
x
m
m
>
� N
c
rp
.Z
m
£:
CL
'P
>
n`o $
C)
g'
E
ti
,Eo
`n
a
tY
C1
.2
a
Cq
3
0
�'
c
N
ti
3
3
>n
n,
a' d
2
12
te
r
=
m
m
MATERIAL DESCRIPTION
4.5+
SILTY CLAYEY SAND, brown and red,
4.5+
dense, with trace gravel
4.5+
4.5+
5t
_._
—.
_
_
4.5'
CLAY with sand, tan and red, hard, with
5
.
.
.
....
• —
trace calcareous material and gravel
4.5+
29
12
17
76
13
4.5+
10
—
— —
—
—
—
10.0'
•—
—
—
—•—
—•—
—•—
—•—
•—
SILTY CLAYEY SAND, red, dense, with
trace gravel
4.5+
15
4.5+
becoming red and tan below 19 feet
20
—
— —
—
—
—
20.0'
•—
—
—.
_.
_._
_
Completion Depth: 20 ft.
Latitude: 33.44746
Date Boring Started: 2/16/09
Longitude: -101.7413
Date Boring Completed: 2/16/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
strata boundaries are approximate and in situ transitions may be
gredual. This Log of Boring is not Wended forbidding or estimating
purposes. Boft log(s) should not be reproduced s retely from
fneering report unless sold report Is spedlkelrncluded by
reference.
Plate 77
[I
i
LOG OF BORING NO. LAH-C-24 �
Project Description: Lake Alan Henry Pipeline
Post, Texas KLE/NFELOER
Bright People. Right Solutions.
Location: See Plan of Borings, Plates 2-6
Approx. Surface Elevation: Not Provided
C
o
>
o
'c
V
a
�
a
cr)
5
m
E
v
v
o
C
o
`g
C
v
.0
-
ru
E
m
a
Q_'
�
3
Ern
LL
L
U.
6
V
c
v
a
c
=
Co
m
MATERIAL DESCRIPTION
4.5+
SILTY CLAYEY SAND, red and brown,
4.5+
dense
4.5+
30
SANDY SILTY CLAY, red and brown, firm
3
5
20
14
6
55
14
5
4.5+
- becoming gray and olive, hard below 7
feet
4.5+
10.
14.0
12
17
CLAYEY SILTY SAND, red, tan and olive,
• —
—
— .
—
15
medium dense
39
50/
- becoming olive and gray, very dense
20
—
— —
-g"
•—
—
below 19 feet 20.0•
•—
...........
—,—
—,_
........
Completion Depth: 20 ft.
Latitude: 33.45478
Date Boring Started: 2/16/09
Longitude:-101.74906
Date Boring Completed: 2116/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
svara oounoanes are approximate ana in situ transitions may oe
gradual. This Log of Boring knot intended for bidding or estimating
purposes. Boring log(s) should not be reproduced separately from
the enCering report unless said report is specilkal�ncluded by
reference.
Plate 78
LOG OF BORING NO. LAH-C-25
Project Description: Lake Alan Henry Pipeline
Post, Texas rKL��NF�L>DER
Location: See Plan of Borings, Plates 2-6 Bright people. Right Solutions.
Approx. Surface Elevation: Not Provided
15
@
>
m
>
o
o
ca
N
E
Q
°c
0
o
E
E
Xn
c
9
rn
m
n
o
a
w
o
a
c
c
O
°
wo
m
c
0
U
3
E cr
rn
LL
0
n
m
c
no
>
>
m
v
m
U
m
n-c�y
o
�
�
Z
U m
m
U
3
3
w
o
a
a
o
z
o
2
C
c
2
=
in
m
v
MATERIAL DESCRIPTION
4.5+
SILTY CLAYEY SAND, brown and red,
4.5+
dense
j
4.5+
CLAY with sand, tan, hard, with trace
4.5+
_
_
.....
............
4.5+
calcareous material and gravel
5
4.5+
29
14
15
79
13
a
4.5+
- becoming tan and white below 9 feet
10
12
18
- becoming red, tan and white below 14
15
feet
50/
- becoming tan, partially cemented to
20
5"
cemented below 19 feet
50/
25
3"
50/
Completion Depth: 30 ft.
Latitude: 33.46189
Date Boring Started: 2/16/09
Longitude:-101.76135
Date Boring Completed: 2/16/09
Remarks: Boring dry upon completion of drilling.
Logged by: T. Burrow
Project No.: 101231.003
ovate uuunuartas are approximate, anu in situ transitions may oe
gradual. This Log of Boring is not Intended for bidding or estimating
purposes. Boring log(s) should not be reproduced separately from
the engineering report unless said report is specifically included by
reference. Plate 79
KL E/NF EL DER
Bright People. Right Solutions.
SAMPLE DISTRIBUTION LIST
LAKE ALAN HENRY PIPELINE
POST, TEXAS
Recipient
Date
Shipped
Boring
No.
Depth
Interval
ft.
Sample Type
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-A-1
1-5
Shelby
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-A-2
9-10
Shelby
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-A-5
1-5
Shelby
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-A-5
7-8
Shelby
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-A-6
1-5
Shelby
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-A-6
7-8
Shelby
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-A-8
1-5
Shelby
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-A-10
1-3
Shelb
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-A-12
1-4
Shelby
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-A-13
7-10
Shelby
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-A-17
1-3
Shelby
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAN-A-20
9-10
Shelby
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-A-23
1-3
Shelby
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-A-23
9-10
Sheib
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-A-26
7-8
Shelby
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-A-28
1-4
Shelby
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-A-28
7-8
Shelby
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-B-1
4-5
Shelby
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-B-3
2-4
Shelby
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-13-3
9-10
Shelby
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-B-6
1-5
Shelby
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-13-10
7-8
Shelby
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-B-11
1-4
Shelby
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-B-14
24
Shelby
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-C-1
1 5
Shelby
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-C-1
7-8
Shelby
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-C-4
3-5
Shelby
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-C-4
4-5
Shelby
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-C-10
2-5
Shelby
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-C-10
9-10
Sheib
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-C-17
1-3
Shelby
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-C-17
7-8
Shelby
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-C-20
3-5
Shelby
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-C-20
9-10
Shelby
Tube -
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-C-23
1-4
Shelby
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-C-23
7-8
Shelby
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-C-25
7-8
Shelby
Tube
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-A-1
1-6
Bulk
Dr. Gary
Gregory,
Ph.D., P.E.
6/11/09
LAH-A-5
1-5
Bulk
101231.003 Plate 81
Copyright 2009 Kleinfelder
4 KL EINFEL DER
Bright People. Right Solutions.
SAMPLE DISTRIBUTION LIST
LAKE ALAN HENRY PIPELINE
POST, TEXAS
Recipient
Date
Shipped
Boring
No.
Depth
Interval
ft.
Sample Type
Dr. Gary Gregory, Ph.D., P.E.
6/11/09
LAH-A-5
7-10
Bulk
Dr. Gary Gregory, Ph.D., P.E.
6/11/09
LAH-A-8
1-5
Bulk
Dr. Gary Gregory, Ph.D., P.E.
6/11/09
LAH-A-12
1-4
Bulk
Dr. Gary Gregory, Ph.D., P.E.
6/11/09
LAH-A-15
1-2
Bulk
Dr. Gary Gregory, Ph.D., P.E.
6/11/09
LAH-A-15
2-9
Bulk
Dr. Gary Gregory, Ph.D., P.E.
6/11/09
LAH-A-16
2-3
Bulk
Dr. Gary Gregory, Ph.D., P.E.
6/11/09
LAH-A-16
6-10
Bulk
Dr. Gary Gregory, Ph.D., P.E.
6/11/09
LAH-A-17
1-10
Bulk
Dr. Gary Gregory, Ph.D., P.E.
6/11/09
LAH-A-21
1-4
Bulk
Dr. Gary Gregory, Ph.D., P.E.
6/11/09
LAH-A-21
4-7
Bulk
Dr. Gary Gregory, Ph.D., P.E.
6/11/09
LAH-A-23
1-8
Bulk
Dr. ary Gregory, Ph.D., P.E.
6/11/09
LAH-A-25
1-8
Bulk
Dr. Gar Gre or , Ph.D., P.E.
6/11/09
LAH-A-27
3-9
Bulk
Dr. Gary Gregory, Ph.D., P.E.
6/11/09
LAH-A-30
1-3
Bulk
Dr. Gary Gregory, Ph.D., P.E.
6/11/09
LAH-A-30
3-6
Bulk
Dr. Gary Gregory, Ph.D., P.E.
6/11109
LAH-B-2
1-3
Bulk
Dr. Gar Gregory, Ph.D., P.E.
6/11/09
LAH-B-2
3-10
Bulk
Dr. Gary Gregory, Ph.D., P.E.
6/11/09
LAH-B-4
4-9
Bulk
Dr. Gary Gregory, Ph.D., P.E.
6/11/09
LAH-B-5
1-6
Bulk
Dr. Gary Gregory, Ph.D., P.E.
6/11/09
LAH-B-9
1-6
Bulk
Dr. Gary Gregory, Ph.D., P.E.
6/11/09
LAH-B-9
7-10
Bulk
Dr. Gary Gregory, Ph.D., P.E.
6/11/09
LAH-B-12
1-5
Bulk
Dr. Gary Gregory, Ph.D., P.E.
6/11/09
LAH-13-12
6-10
Bulk
Dr. Gary Gregory, Ph.D., P.E.
6/11/09
LAH-B-15
1-3
Bulk
Dr, Gary Gregory, Ph.D., P.E.
6/11/09
LAH-B-15
4-10
Bulk
Dr. Gary Gregory, Ph.D., P.E.
6111/09
LAH-B-17
5-10
Bulk
Dr. Gary Gregory, Ph.D., P.E.
6/11/09
LAH-C-3
1-6
Bulk
Dr. Gary Gregory, Ph.D., P.E.
6/11/09
LAH-C-3
7-10
Bulk
Dr. Gary Gregory, Ph.D., P.E.
6/11/09
LAH-C-7
4-10
Bulk
Dr. Gary Gregory, Ph.D., P.E.
6/11/09
LAH-C-9
1-7
Bulk
Dr. Gary Gregory, Ph.D., P.E.
6/11/09
LAH-C-9
7-10
Bulk
Dr. Gary Gregory, Ph.D., P.E.
6/11/09
LAH-C-11
1-6
Bulk
Dr. Gary Gregory, Ph.D., P.E.
6/11/09
LAH-C-11
6-10
Bulk
Dr. Gary Gregory, Ph.D., P.E.
6/11/09
LAH-C-14
1-2
Bulk
Dr. Gary Gregory, Ph.D., P.E.
6/11/09
LAH-C-14
2-7
Bulk
Dr. Gary Gregory, Ph.D., P.E.
6/11109
LAH-C-14
7-10
Bulk
Dr. Gary Gregory, Ph.D., P.E.
6/11/09
LAH-C-17
1-3
Bulk
Dr. Gary Gregory, Ph.D., P.E.
1
6/11/09
LAH-C-17
4-10
Bulk
Dr. Gar Gregory, Ph.D., P.E.
6/11/09 1
LAH-C-21
1-4
Bulk ]EI
101231.003 Plate 82
Copyright 2009 Kleinfelder
'`KL EINFEL L7ER
Bright People. Right Solution.
SAMPLE DISTRIBUTION LIST
LAKE ALAN HENRY PIPELINE
POST, TEXAS
Recipient
Date
Shipped
Boring
No.
Depth
Interval
ft.
Sample Type
Dr. Gary Gregory, Ph.D., P.E.
6/11/09
LAH-C-21
5-10
Bulk
Dr. Gary Gregory, Ph.D., P.E.
6/11/09
LAH-C-23
1-4
Bulk
Dr. Gary Gregory, Ph.D., P.E.
6/11/09
LAH-C-23
5-10
Bulk
Dr. Gary Gregory, Ph.D., P.E.
6/11/09
LAH-C-25
3-10
Bulk
Mr. Shane Sorensen
6/11/09
LAH-A-1
7-8
Bulk
Mr. Shane Sorensen
6/11/09
LAH-A-3
4-5
Bulk
Mr. Shane Sorensen
6/11/09
LAH-A-4
7-8
Bulk
Mr. Shane Sorensen
6/11/09
LAH-A-6
4-5
Bulk
Mr. Shane Sorensen
6/11/09
LAH-A-7
4-5
Bulk
Mr. Shane Sorensen
6/11/09
LAH-A-9
4-5
Bulk
Mr. Shane Sorensen
6/11/09
LAH-A-12
4-5
Bulk
Mr. Shane Sorensen
6/11/09
LAH-A-13
9-10
Bulk
Mr. Shane Sorensen
6/11/09
LAH-A-17
7-8
Bulk
Mr. Shane Sorensen
6/11/09
LAH-A-18
9-10
Bulk
Mr. Shane Sorensen
6/11/09
LAH-A-19
7-8
Bulk
Mr. Shane Sorensen
6/11/09
LAH-A-20
4-5
Bulk
Mr. Shane Sorensen
6/11/09
LAH-A-21
9-10
Bulk
Mr. Shane Sorensen
6/11/09
LAH-A-24
4-5
Bulk
Mr. Shane Sorensen
6/11/09
LAH-A-26
9-10
Bulk
Mr. Shane Sorensen
6/11/09
LAH-A-27
9-10
Bulk
Mr. Shane Sorensen
6/11/09
LAH-A-28
4-5
Bulk
Mr. Shane Sorensen
6/11/09
LAH-A-29
4-5
Bulk
Mr. Shane Sorensen
6/11/09
LAH-A-30
4-5
Bulk
Mr. Shane Sorensen
6/11/09
LAH-13-3
4-5
Bulk
Mr. Shane Sorensen
6/11/09
LAH-13-4
9-101/2
Bulk
Mr. Shane Sorensen
6/11/09
LAH-B-5
7-8'/2
Bulk
Mr. Shane Sorensen
6/11/09
LAH-B-7
4-5
Bulk
Mr. Shane Sorensen
6/11/09
LAH-B-8
7-8
Bulk
Mr. Shane Sorensen
6/11/09
LAH-13-11
4-5
Bulk
Mr. Shane Sorensen
6/11/09
LAH-13-12
7-8
Bulk
Mr. Shane Sorensen
6/11/09
LAH-13-13
7-8%2
Bulk
Mr. Shane Sorensen
6/11/09
LAH-B-14
9-10
Bulk
Mr. Shane Sorensen
6/11/09
LAH-B-16
7-8
Bulk
Mr. Shane Sorensen
6/11/09
LAN-C-1
9-10
Bulk
Mr. Shane Sorensen
6/11/09
LAH-C-2
4-5
Bulk
Mr. Shane Sorensen
6/11/09
LAH-C-4
9-10
Bulk
Mr. Shane Sorensen
6/11/09
LAH-C-5
7-8
Bulk
Mr. Shane Sorensen
6/11/09
LAH-C-6
4 5
Bulk
Mr. Shane Sorensen
6/11/09
LAN-C-7
7-81/2
Bulk
101231.003 Plate 83
Copyright 2009 Kleinfelder
KL E/NFLEL OER
Bright People. Right Solutions.
SAMPLE DISTRIBUTION LIST
LAKE ALAN HENRY PIPELINE
POST, TEXAS
Recipient
Date
Shipped
Boring
No.
Depth
Interval
ft.
Sample Type
Mr. Shane Sorensen
6/11/09
LAH-C-8
9-10
Bulk
Mr. Shane Sorensen
6/11/09
LAH-C-9
9-10
Bulk
Mr. Shane Sorensen
6/11/09
LAH-C-12
7-8
Bulk
Mr. Shane Sorensen
6/11/09
LAH-C-13
9-10
Bulk
Mr. Shane Sorensen
6/11/09
LAH-C-15
4-5
Bulk
Mr. Shane Sorensen
6/11/09
LAH-C-16
7-8
Bulk
Mr. Shane Sorensen
6/11/09
LAH-C-18
4-5
Bulk
Mr. Shane Sorensen
6/11/09
LAH-C-20
7-8
Bulk
Mr. Shane Sorensen
6/11/09
LAH-C-21
4-5
Bulk
Mr. Shane Sorensen
6/11/09
LAH-C-23
4-5
Bulk
Mr. Shane Sorensen
6/11/09
LAH-C-24
9-10
Bulk
101231.003 Plate 84
Copyright 2009 Kleinfelder
Garza County Road Crossing Permits
Resolution No. 2010-RO221
I
APPLICATION FOR INSTALLATION OF PIPELINES
r
NUMBER DATE PRECINCTS
TO THE HONORABLE COMMISSIONER'S COURT:
GARZA COUNTY, TEXAS
Formal notice is hereby given that the City of Lubbock, Texas (the "City" or
"Lubbock") proposes to place a single forty-two inch (42") or forty-eight inch (48") freshwater
pipeline and related appurtenances (collectively, the "Pipeline") within, over and across the
rights -of -way of each of County Road Nos. 105, 115, 125, 160, 210, 226, 298, and 310 in Garza
County, Texas, by open ditch or bore, as indicated for each specific County Road, in accordance
with (i) the terms of the Approval set forth below, and (ii) the construction plans and
specifications dated "X , 20_01_, provided in triplicate with this Application (the
"Plans").
The location and description of the proposed Pipeline is more fully shown on the Plans.
The Pipeline will be constructed and maintained by the City on the County rights -of -way as
directed by the County Commissioners Court and in accordance with governing laws and the
below Approval.
Construction of the Pipeline will be performed by and on behalf of the City by
W A I &ki' contractors ("Contractor"), who shall be bound by all of the
terms and conditions of the Approval set forth below.
Construction of the Pipeline will begin on or before the f day of ��, 2010.
City of Lubbock, Texas
B y - - 7 - IJ 3v 14 -
Printed Name: errW yoyr
Address: P %d , /0 my 2 err &
No Text
Resolution No. 2010-RO221
*************************************************
APPROVAL
TO: City of Lubbock, Texas DATE:
The Commissioners' Court of Garza County, Texas (the "County"), approves of the location of
on County rights -of -way of the City of Lubbock's (the "City") Pipeline as shown on the Plans
except as noted below. This Approval is conditioned upon compliance by the City and the
Contractor at all times with the Plans and applicable laws and the terms of this Approval. Any
changes to the Plans must be resubmitted to the County for approval.
It is expressly understood that Garza County does not purport hereby to grant any right, claim,
title, or easement in or upon any roadway, other than as defined herein.
All work on the right-of-way shall be performed in accordance with the Approval set forth
below, the Garza County Public Works Department, the Plans, the rules, regulations and
policies of Garza County and all applicable laws, rules, and regulations. In any instances where
the foregoing conflict, the stricter standard shall prevail. In the event of a dispute as to the
governing standard, the determination of the Garza County Public Works Department shall be
binding. The installation shall return the right-of-way and the roadway surface to existing or
better condition and adequate provisions must be made to cause minimum inconvenience to
traffic and adjacent property owners as set out herein. Special specifications for construction of
the Pipeline are set forth below and in the attached Plans:
-- Please notify County Commissioners at (806) 495-4405, forty-eight (48) hours prior to starting
construction of the Pipeline within each right-of-way segment, in order that the County
Commissioners may, at its option, have a representative of -the County present. Any additional
notice required or permitted to be given to the County or the Commissioners' Court shall be
given by calling the foregoing number during normal business hours.
t
BY:
t COUNTY 1UDG OR PRESIDING OFFICER
SPECIFICATIONS FOR PLACING WATERLINE WITHIN THE
RIGHTS OF WAY, PARALLELING OR CROSSING ALL COUNTY
ROADS IN GARZA COUNTY, TEXAS;
1. As used herein, the term "Garza County Public Works Department" shall mean the CT
Brannon Corporation, Calvin 1'. Brannon, P.E., or his authorized representative. References to
the "County Commissioners" or the "Commissioners' Court" or to the "Coup " shall refer to
t the Commissioners' Court of Garza County, Texas.
-2-
2. (a) The Pipeline shall be of sufficient strength to resist rupture by normal excavation
work within the right of way.
(b) All pipeline crossings under the roadbed of a surfaced or paved or blacktop road
shall be placed by boring. Where right of way widths permit, boring shall extend for a
minimum distance of pavement width plus twenty (20) feet, no ditch or excavation work shall
extend nearer than ten (10) feet to the edge of the paved surface of any low traffic roadway; and
no nearer than thirty (30) feet to the edge of any high traffic roadway. All pressurized pipeline
crossings under the roadbed of a gravel, or an un-surfaced or non -paved road shall be by open
ditch. In all instances (whether the Pipeline is placed in an open ditch or bore) the pressurized
Pipeline shall be enclosed in satisfactory casing pipe extending from right of way line to right of
way line. The casing shall have a minimum cover of at least two (2) feet within the right of
way.
3. The PARAGRAPH applies in all instances where an open ditch is utilized to lay the
pipeline in which event the following conditions shall govern:
(a) All backfilling of dirt or caliehe, within roadway width, shall be done within plus or
minus three percent of optimum moisture, in six (6) inch lifts and tamped sufficiently to obtain
95% Standard Proctor density when tested in accordance with ASTM D-698. Density tests shall
be furnished to the County from a reliable testing laboratory within ten (10) business days from
the time the City receives the tests.
(b) Cuts, backfill, replacement of base material and re -surfacing of the roadway are to
be performed in a neat and workmanlike manner and shall conform to the Plans.
4. Roadways damaged by the installation of the Pipeline shall be repaired to a condition
reasonably equal to or better than that which existed prior to commencement of construction of
the Pipeline and otherwise as reasonably directed by the Garza County Public Works
Department.
5. Barricades, warning signs and flagman shall be provided by the City and its Contractor
and shall at all times be in accordance with the current edition of the Texas Manual of Uniform
Traffic Control Devices.
6. The City shall use reasonable fire protection measures and shall comply with any County
burn ban regulations as may be enacted from time -to -time by Garza County.
7. The City shall provide for at least one open lane of travel surface along each affected
right of way at all times (which may be outside of the existing roadway but within the right of
way) and for paved roadways, one-half of the paved travel surface must be open to traffic at all
times. Additionally, the entire roadway must at all times be maintained by the City in a
condition that is in accordance with the Texas Manual on Uniform Traffic Control Devices.
8. The County or its representatives may inspect each crossing at any time. Further, the
City shall inspect each completed crossing at least quarterly for eighteen months after the
completion of the crossing in question. In the event of any roadway or right of way damage that
-3-
is reasonably determined by the County Commissioners to be solely related to the installation of
the Pipeline (including damage by traffic, maintenance operations, highway construction or re-
construction, erosion, subsidence or any other reason whatsoever, the City shall at its sole cost
and expense make repairs to the roadway promptly. All repairs shall meet the approval of the
Garza County Commissioners, whose approval shall not be unreasonably withheld. In the event
of any emergency the County shall have the right, but not the obligation, to make repairs at the
City's expense and the City shall reimburse the County for such documented expenses within
thirty (30) days of a request therefore.
9. Both the temporary backfill and the permanent repair to any trenched roadway surface
shall be placed and maintained smooth and at equal elevation to the surrounding pavement
surface, and shall be of a quality equal to or better than the pre -construction roadway condition.
10. All installations of buried cables, pipes, conduits, etc. are to be approved by the
Commissioner's Court.
11. The Commissioners Court is to be notified forty-eight (two (2) business days) prior to
the beginning of construction upon any crossing of any County right of way.
12. The City will give plans to the County for substantial modification or further expansion
of the Pipeline and the County will have 30 days to review and approve the plans prior to
commencement of the work, which approval shall not be unreasonably withheld. A new
Application may be required as a condition of approval.
13. The City will minimize erosion and sedimentation resulting from the proposed
installation.
14. As -built plans/certification of construction are required and must be signed and sealed
by a State of Texas Licensed Professional Engineer and delivered to the Commissioners Court
within ten (10) days from the time the City receives them.
15. The City shall be responsible for its own negligence, to the extent allowed by law, for
the construction of the Pipeline; however, nothing in this Approval shall be construed as a
waiver of any immunity or limitation of damages provided by the Texas Tort Claims Act or
other law.
16. All new application submissions, including any submissions for modifications and
relocations shall be in accordance with the governing laws, rules, regulations and policies
existing at the time of submission. In the event the City fails to comply with any or all of the
requirements as set forth in an application for any subsequent approval, the County may take
such action as it deems appropriate to compel compliance including, but not limited to,
terminating this Approval and denying access to County rights of way, provided that the County
has given the City notice of the violation or deficiency and a reasonable opportunity to cure.
17. Upon submission of this Application, the City shall pay to the County the following fees
and expenses: (i) $2,500.00 as a permit fee, (ii) $6,316.00 for damage and maintenance costs
based upon $10 per linear foot of the Pipeline (631.60 linear feet), (iii) $12,400 for fees of the
-4-
Inspecting Engineer, and (iii) $4,000 for legal fees for the drafting and negotiation of this
Permit.
18. A check or money order in the amount of $25,216.00 shall accompany this Application.
Money will be returned if permit is denied.
19. Each person signing this document on behalf of any party hereto warrants and represents
that he or she is duly authorized by all necessary and appropriate action to execute this
document and has the power to bind such party to act in accordance with this document.
AP ROVE BY THE COUNTY COMMISSIONERS' COURT in special meeting on
, 2010.
GOVERNING SPECIFICATIONS to be in effect as of the date of this Permit.
-5-
General Easement
No Text
EASEMENT AGREEMENT
STATE OF TEXAS §
§ KNOW ALL MEN BY THESE PRESENTS, THAT:
COUNTY OF §
Subject to the terms and conditions set forth in this Easement Agreement (this
"Agreement"), , whose address is ,
(collectively hereinafter referred to as "Grantor") for and in consideration of the covenants
contained herein and other good and valuable consideration to it paid by The City of Lubbock,
Texas (the "Grantee") with offices at 1625 13`h Street, Lubbock, Texas 79401, the receipt and
sufficiency of which are hereby acknowledged, hereby grants unto Grantee an easement (the
"Easement") subject to the terms of this Agreement through, over, under, upon, across and
within the sixty foot (60') wide area described by metes and bounds on Exhibit A (the
"Easement Area") situated in Garza County, Texas:
The Easement shall be for the survey, construction, installation, operation, inspection,
maintenance, replacement, repair, and removal of (i) a single underground pipeline located
within the Easement Area for the transportation of fresh water (the "Pipeline"), and (ii) the
following equipment and appurtenances related to the Pipeline and situated within the Easement
Area: conduits, drain (blow -off) valves, valve boxes, meter boxes, vents (air valves), manholes,
manhole covers (with post around manholes), corrosion monitoring test stations, pipeline
markers, fence gates, impressed current deep well anode stations with power supplies, flow
meters, system communication lines (including, but not limited to, fiber optic lines), splice
boxes, and corrosion control equipment, corrosion monitoring equipment and other equipment
and facilities related thereto (collectively, the "Pipeline Equipment")(the Pipeline together with
the Pipeline Equipment shall be collectively referred to herein as the "Pipeline System").
Further, Grantor hereby grants unto Grantee a temporary construction easement (the "Temporary
Easement") for the construction and installation of the Pipeline System over an area sixty feet
(60') in width located adjacent to, and abutting, the Easement Area (the "Temporary Easement
Area") on the northeast side of the Easement Area as more specifically described on Exhibit A.
The Temporary Easement shall terminate and expire upon the earlier of (i) completion of all
construction activities related to that portion of the Pipeline System situated within the Easement
Area, or (ii) June 30, 2014 (the "Anticipated Pipeline Completion Date"). In the event that the
Pipeline System within the Easement Area has not been completed by the Anticipated Pipeline
Completion Date, Grantee shall have the option to extend the term of the Temporary Easement
for up to two consecutive periods of two (2) years each with the first extension to commence on
the Anticipated Pipeline Completion Date and the second extension to commence on the second
anniversary of the Anticipated Pipeline Completion Date; provided, however, that the Temporary
Easement shall in any event terminate and expire upon the completion of the Pipeline System
within the Easement Area and thereafter be of no further force and effect. In order to exercise its
right to extend the Temporary Easement as aforesaid, not later than thirty (30) days prior to the
Anticipated Pipeline Completion Date (or the second anniversary of such date if the Temporary
Easement has already been extended) Grantee shall deliver to Grantor written notice that it
intends to extend the Temporary Easement and pay to Grantor of the sum of $14,937.73 for each
requested two (2) year extension. Upon request of Grantor, after completion of that portion of
City of Lubbock Easement Agreement Grantee— Grantor __ _ _ Page 1
the Pipeline System situated within the Easement Area, or the termination and expiration of the
Temporary Easement, Grantee shall execute and deliver to Grantor a release of the Temporary
Easement in a form acceptable for filing. '
The Easement and Temporary Easement are specifically made by Grantor and accepted
by Grantee subject to the following terms, covenants, obligations and conditions:
1. Permitted Uses. Grantee may use and occupy (a) the Easement Area for
the sole purpose of: (i) survey, construction, installation, operation, inspection,
maintenance, replacement, repair, and removal of the Pipeline and Pipeline Equipment;
(ii) the construction, installation, maintenance and repair of a pipeline trail road within
non -cultivated areas of the Easement Area, and (iii) ingress, egress and regress for
people, material, and equipment along, over and across the Easement Area to accomplish
the purposes stated in paragraph I WO) provided that after completion of construction of
the Pipeline System situated within the Easement Area, and except in cases of emergency
or repair, on cultivated land ingress, egress and regress shall be permitted in, but limited
to, the use of then -existing turn rows, and (b) the Temporary Easement Area (during the
tern thereof) for the sole purpose of (i) survey, construction and installation of the
Pipeline and Pipeline Equipment; (ii) ingress, egress and regress for people, material, and
equipment along, over and across the Temporary Easement Area to accomplish the
foregoing, and (c) during the term of the Temporary Easement, the Easement Area and
the Temporary Easement Area may be used for the temporary storage of materials and
equipment (including pipe for the Pipeline and Pipeline Equipment) (collectively, the
"Permitted Uses'). Grantee shall use the Easement Area and the Temporary Easement
Area (for the tern thereof) for the Permitted Uses, and activities reasonably related
thereto, and for no other purposes or uses.
2. Legal Requirements; No Interference. Grantee covenants and agrees that
its use of the Easement Area and Temporary Easement Area, and its operations
conducted thereon, shall at all times comply with this Agreement and all material
applicable local, state and federal laws, orders, rules, regulations, standards, licensing,
permitting and other legal requirements including, without limitation, all material
environmental laws, orders, rules, regulations, standards, licensing and permitting (the
"Legal Requirements") and the safety guidelines shown on Exhibit B attached hereto
and made a part hereof. Further, Grantor and Grantee shall each conduct their activities
in such a manner as to not unreasonably interfere with, or cause disruption to, the other's
business, operations and property or those of a third party entering or crossing the
easement.
3. Due Care. Grantee covenants and agrees to construct the Pipeline System,
and to perform its obligations under this Agreement, in a prudent manner and with due
professional care for Grantor's property, business and operations, and according to
standard industry practices.
City of Lubbock Easement Agreement Grantee— Grantor--- _— Page 2
r �
�_t
4. Construction Specifications. Grantee covenants and agrees to construct,
maintain, repair and replace the Pipeline System in the Easement Area in accordance with
the following:
(a) Minimum Pipeline Depth. The Pipeline System shall be so located or
shall be buried at a sufficient depth so it will not interfere with farming activities
currently in practice and cultivation of the soil at the soil levels as they exist at
time of execution of this Easement and, in any event, the Pipeline shall be buried
at such depth as will allow a minimum coverage of forty-eight inches (48") for
current ranchland and a minimum coverage of sixty inches (60") for current
farmland. Any Pipeline Equipment that will be installed above plow depth on
cultivated lands shall only be installed at the locations identified on Exhibit C or,
if no locations are specified on Exhibit C, at such other locations that will not
interfere with farming activities and which are approved in writing by Grantor,
such approval not to be unreasonably withheld.
(b) Ditching. Unless determined by 'an outside engineer to be impractical due
to the existence of rock or material elevation change, all ditching shall be in
accordance with the "double ditch" method whereby the top eighteen inches (18")
of soil (the "Top Soil") shall be removed from the Pipeline trench (the "Trench")
and stored in a pile that is segregated from all other material and debris, and the
remaining soil (the "Bottom Soil") shall be removed from the Trench and stored
in a pile that is segregated from the Top Soil. When the Trench is refilled after
the Pipeline has been laid and the Pipeline Equipment installed, the Bottom Soil
shall be placed in the trench first leaving room to fill the uppermost eighteen
inches (18") of the Trench to be filled with Top Soil. Top Soil shall be used to fill
the remainder of the Trench. Any Bottom Soil remaining after filling the Trench
shall (i) on cultivated lands, be removed from the Easement Area and disposed of
off of the property of Grantor, and (ii) on uncultivated lands, shall be spread over
the Easement Area and Temporary Easement Area in a manner acceptable to
Grantor and that will not restrict or limit the re -growth of natural vegetation.
Rocks or other debris arising in connection with clearing the Easement Area and
ditching the Trench for the Pipeline System shall be removed as set forth in
Paragraph 4 (h) below. As stated above, single ditching shall be allowed in all
areas where "double ditching" is impractical (as determined by an outside
engineer) due to the existence of rock or material elevation change.
(c) Trench Leveling. Within uncultivated areas, upon completion of
construction of the Pipeline System, excess material may be mounded over the
Trench and covered with Top Soil; provided that the mound will be limited to a
maximum of one foot (l') in height and will be graded to allow natural drainage.
Within cultivated areas, upon completion of construction of the Pipeline System,
the Easement area shall be leveled to grade (or as otherwise agreed to by Grantor
in writing). In all instances the Easement Area and Temporary Easement Area
shall be cleaned up in a professional manner.
�i City of Lubbock Easement Agreement Grantee— Grantor--- Page 3
(d) Maximum Open Segments. The construction, installation, maintenance
and repair of the Pipeline System shall be performed in segments so that there is
never more than one thousand feet (1000') of open Trench at any one time and no
open segment shall be open for more than seven (7) days; provided, however, that
excavations for pipeline appurtenances and tunnel/bore crossings may remain
open for up to thirty (30) days.
(e) Compaction. Grantee shall mechanically compact all fill material to
prevent any subsidence. To the extent there exists or hereafter arises any
subsidence or erosion arising in connection with the construction, installation,
maintenance or repair of the Pipeline System, Grantee shall refill with top soil, re -
compact and re -grade all affected areas and take any further action reasonably
required to return the surface to a substantially similar, or better, condition than
adjacent undisturbed areas and prevent future subsidence or erosion. In
furtherance of the foregoing, Grantee shall inspect the Pipeline at an interval of (i)
six months, (ii) twelve months, and (iii) eighteen months after initial Pipeline
System construction, and promptly refill and re -compact any subsidence or
erosion existing at such times in order to return the affected area to grade and to a
substantially similar, or better, condition than adjacent undisturbed areas and take
any further action reasonably required to prevent future subsidence or erosion.
The inspections periods set forth above are not intended to be a limitation on
Grantee's ongoing duty to fill, compact and maintain the grade of the land around
the Pipeline. Accordingly, in the event that Grantor at any time discovers any
subsidence or erosion after the installation of the Pipeline (whether before or after
expiration of the inspection periods provided for above), Grantor may provide
notice of such subsidence or erosion to Grantee. Within thirty (30) days' after
Grantee's receipt of such notice, Grantee shall commence and thereafter diligently
and without unreasonable delay refill with top soil, re -compact and re -grade all
affected areas and take any additional action as may be reasonably required to
return the affected area to grade and to a substantially similar, or better, condition
than adjacent undisturbed areas and to prevent future subsidence or erosion.
(0 Disc Plowing. If requested by Grantor, after completion of construction of
the Pipeline the top 6 to 12 inches of the Easement Area and Temporary Easement
Area through cultivated fields shall be disc plowed to loosen up soil for farming
operations.
(g) Gates. Grantee shall install gates at each existing fence to be crossed
within the Easement Area and the Temporary Easement Area in order to enable
Permitted Uses for the Pipeline System. Before a fence is cut by Grantee, Grantee
will set H-braces on the outside boundaries of the Temporary Easement and
Easement Area (e.g. 120 feet apart) then tie -off and cut the fence adjacent to each I _
H-brace. The Grantee shall then set temporary T-posts and string barbed wire
along the 120 foot opening and install a temporary barbed wire gate or gates, as
needed. At the time of construction through the affected area, the Grantee will LJ
remove the temporary T-posts so as to permit construction activities. At night,
City of Lubbock Easement Agreement Grantee _ Grantor _
Page 4
_ Ji
Grantee will install temporary fencing. Upon completion of the subject Pipeline
' section, Grantee will install interior H-braces and a permanent 14 foot gate(s).
Grantee will then install permanent T-posts and barbed wire to connect the H-
braces. Fences, gates, gate posts and corners installed by Grantee shall meet the
specifications described in, and be installed as specified in, Exhibit D attached
hereto and made apart hereof and shall be installed with professional care and
according to standard industry practices. All gates installed by Grantee shall be
' made of painted steel pipe. Except during construction as described above, all
fence gates on the exterior of Grantor's property shall be closed and locked at all
times, unless Grantor in its sole discretion consents to temporary cattle guards or
' other arrangements. All gates on the interior of Grantor's property shall be left as
found. All cattle guards on the exterior of Grantor's property shall be closed and
t locked at night unless otherwise requested by Grantor. After construction,
Grantee shall put a lock on all gates and Grantor may install its own lock on such
gates; provided, however, that at all times Grantor and Grantee shall have full and
complete access to the Easement Area.
(h) Debris Removal. Grantee covenants and agrees that at Grantee's sole cost
and expense any and all debris materials of any kind arising in connection with
the construction, installation, operation, inspection maintenance, replacement,
repair and removal of the Pipeline System, including trash, trees, timber, wood,
bushes, shrubs and brush, and other debris materials (collectively, "debris"), shall
be removed by Grantee from Grantor's property and disposed of properly so as to
make the surface substantially similar to, or better than, adjacent undisturbed
areas. Further, all rocks and rubble arising in connection with the construction,
installation, operation, inspection, maintenance, replacement, repair, and removal
of the Pipeline System will be removed from Grantor's property so as to make the
surface substantially similar to, or better than, adjacent undisturbed areas.
Notwithstanding the foregoing, Grantee and Grantor by mutual agreement may
determine that (i) Grantee may shred or mulch trees, timber, wood, bushes, shrubs
and brush and scatter such debris over Grantor's property, (ii) Grantee may burn
trees, timber, wood, bushes, shrubs and brush, (iii) Grantee may store or scatter
rocks and rubble at locations designated by Grantor, or (iv) any other reasonable
method to dispose of trees, timber, wood, bushes, shrubs, brush, rocks and rubble.
If any trees, timber, wood, bushes, shrubs and brush are burned on site, the
Grantee shall maintain constant watch over burn piles with adequate firefighting
equipment on site. Grantee further agrees that neither Grantee nor its employees,
contractors, agents nor representatives will burn any trees, timber, wood, bushes,
shrubs or brush cleared from the Easement Area or the Temporary Easement Area
during burn bans designated by county officials.
(i) Temporary Crossings. During construction of the Pipeline System,
crossovers shall be installed by the Grantee over the Trench to provide access for
Grantor (and Grantor's personnel, equipment and livestock) over the Trench to
and from Grantor's adjacent property (i) over all existing paved or unpaved roads,
(ii) for livestock (at no less than 500 foot intervals), and (iii) at such other
City of Lubbock Easement Agreement Grantee_ Grantor_____ Page
locations as are reasonably designated by Grantor. Further, Grantee may, at
Grantee's option, construct temporary fencing near any open hole or trench.
Grantee agrees that Grantee shall provide Grantor with a temporary access road
(located within the Easement Area or Temporary Easement Area) in all places in }
which any existing road(s) (the "Impassable Road(s)") of Grantor that are located
within the Easement Area or Temporary Easement Area. Additionally, prior to
completion of construction of that portion of the Pipeline System located adjacent
to the Impassable Road(s), Grantee shall construct a permanent road to replace the
Impassable Road and any temporary access road and, in those locations where the
Impassable Road(s) were covered with material, whether gravel, asphalt, caliche -
or otherwise, Grantee shall cover the at the same depth with like material.
(j) Reseeding. If any of the Easement Area or Temporary Easement Area
consists of grassland, Grantee shall, using the recommended procedure (either via -
drill or broadcast), plant a native (e.g. native to the local area) seed mix of grass
and forbs selected by Grantor but subject to reasonable availability.
(k) Existing Terraces; Damage to Adjacent Property.
(i) Terraces. Existing terraces in the Easement Area and
Temporary Easement Area will be replaced upon the backfrll of the trench
excavated in connection with the construction of the Pipeline System. In
the event that the breach of any existing terrace results in any damage to
Grantor's adjacent property or the breach of any down grade terraces
(whether or not within the Easement Area or the Temporary Easement
Area), Grantee shall repair any such damage and return the surface of
affected areas to a condition substantially similar to, or better than,
adjacent undisturbed areas.
(ii) Damage to Adjacent Property. In the event that the
activities of Grantee (or any of its agents, employees, contractors,
subcontractors, suppliers or invitees and/or their equipment or vehicles)
within the Easement Area or Temporary Easement Area result in any
damage or erosion to Grantor's property located outside of the Easement
Area or Temporary Easement Area, Grantee shall repair- any such damage
or erosion and return the surface of the affected areas to a condition
substantially similar to, or better than, adjacent undisturbed areas.
(1) Diversions- Terraces; Stream Beds. Grantee shall install water diversions
and terraces where necessary or appropriate in order to divert water away from i_
excavated areas, to prevent erosion and to permit the natural flow of water that
existed prior to construction of the Pipeline. Further, where the Easement Area
crosses any wet or seasonal stream beds, all Permitted Uses shall be conducted in __i
a recognized manner to protect said stream beds and to prevent erosion
(m) Blasting. Prior to blasting within the Easement Area, Grantee will notify tJ
Grantor. However, no blasting will be permitted within five hundred feet (500')
City of Lubbock Easement Agreement Grantee— Grantor---- _ Page 6 Lill
t
of any existing buildings, pipelines or wells; provided, however, that Grantor shall
provide written disclosure of the location of any such improvements that are
t- located underground before such blasting.
(n) Trail Road. The pipeline trail road shall not exceed twelve feet (12') in
width. The trail road shall be constructed, repaired and maintained in a manner
consistent with Grantee's needs and purposes; provided, however, such trail road
shall include culverts and water diversions where appropriate to prevent washouts
and erosion. Grantee shall level or fill all ruts and washouts and otherwise
maintain the trail road on a reasonable basis. Grantor shall have use of such road
within Grantor's property so long as Grantor's use does not unreasonably
interfere with Grantee's use of the Easement Area and Temporary Easement Area.
After completion of the construction of the Pipeline System and except in cases of
emergencies, in order to avoid ruts and washouts, Grantee and Grantor shall use
reasonable efforts to avoid the use of the trail road when wet.
(o) Necessary Temporary Use. Grantee shall have the right to use Grantor's
property located immediately adjacent to the Easement Area and Temporary
F Easement Area for the following:
(i) On rangeland, detouring around natural impassable
impediments within the Easement Area or Temporary Easement Area such
as canyons, large boulders or large trees; or
(ii) the repair and removal of equipment or vehicles stranded
within the Easement Area or Temporary Easement Area, but only to the
extent is there not sufficient area within the Easement Area and
Temporary Easement Area to permit such repair and removal.
Except as provided in this Paragraph 4(o), Grantee (and its elected
officials, officers, agents, servants, employees, representatives, contractors,
independent contractors, subcontractors, or any employee or invitee of any of
them) shall not at any time go upon the property of Grantor outside of the
Easement Area and Temporary Easement Area. To the extent that any such
incursion upon the lands of Grantor adjacent to the Easement Area and
Temporary Easement Area results in any damage to such lands, Grantee shall be
liable for such damage and in any event covenants and agrees that the affected
areas shall be returned to the condition that is substantially similar to, or better
than, adjacent undisturbed areas.
i (p) Staking of Easement. Prior to commencement of construction of the
Pipeline System, Grantee shall stake the exterior boundaries of each side of the
combined Easement Area and Temporary Easement Area (e.g. the parallel lines,
120 feet apart, that mark the outside boundaries of the combined 60 foot
Easement Area and 60 foot Temporary Easement Area). Such boundary shall be
staked with clearly visible, above ground markers so that all parties can easily
City of Lubbock Easement Agreement Grantee — Grantor — — — _ — Page 7
view the boundary of the easements. Such markers shall be maintained until
completion of construction of the Pipeline System.
(q) Tree Grubbing. Upon commencement of work on the construction of the
Pipeline System (and prior to trenching), Grantee shall grub (using an excavator
modified to grub mesquite) all mesquite within the Easement Area and shall also
grub any mesquite that has been destroyed, damaged, bladed, or cut within the
Temporary Easement Area. At its option Grantee may grub the entire Temporary
Easement Area. All debris arising as a result of grubbing activities will be
disposed of in accordance with Paragraph 4(h) above. Grantor acknowledges that
Grantee is not liable for any re -growth of vegetation after any tree grubbing
identified in this Paragraph 4 (g) or after any double ditching as identified in
Paragraph 4 (b) and that re -growth of vegetation will occur over time. -
5. Cure Period. In the event that Grantee is in violation of any of the terms
of this Agreement, Grantor shall give written notice of, and an opportunity to cure such € ''
violation to Grantee. Grantee covenants and agrees within thirty (30) days of receipt of
such notice to commence to cure, and thereafter diligently and without unreasonable
delay pursue to cure, such violation; provided, however, that the cure of any subsidence ,
or erosion will be completed within one hundred and twenty (120) days after receipt of
such notice to commence to cure.
6. Record Drawings To Be Provided to Grantor. Upon completion of the
construction of the Pipeline System, Grantee shall, at Grantee's sole cost, provide to
Grantor record drawings showing the location within the Easement Area of the Pipeline
and each item of Pipeline Equipment. -'
7. Abandonment of Easement. Grantee may abandon the Pipeline System
solely by an ordinance adopted by the City Council of The City of Lubbock, Texas (or
any successor governing body of The City of Lubbock Texas) that authorizes the
abandonment of the Pipeline System. Any such abandonment will not be effective until
it is evidenced by notice in writing, signed by the Grantee's official representative, and
filed of record in the county where the Easement Area is located. If Grantee should
abandon the Pipeline System as aforesaid, then this Easement and the rights herein
granted shall automatically terminate and revert to, and become property of, Grantor, its
successors and assigns, and title to the Pipeline System located within the Easement Area
shall revert to Grantor, its successors and assigns and Grantor may, at its option, remove,
dispose of and/or sell any pipe or Pipeline Equipment within the Easement Area.
8. Easement Term. The "Easement Term" is hereby defined as the period of
time beginning with the Effective Date (hereinafter defined) and continuing until such
time that the Pipeline System is abandoned by Grantee as provided in Paragraph 7 above.
9. Covenant to Maintain Pipeline. Grantee shall at all times during the
Easement Tenn, at Grantee's sole cost and expense, exercise due care and diligence in i
the use of the rights and privileges herein granted and keep the Pipeline System in a safe
and properly maintained condition. Grantee shall promptly make all necessary or
City of Lubbock Easement Agreement Grantee_ GrantorPage
c_,
r
appropriate repairs, replacements and renewals of the Pipeline System, and keep and
' maintain the Pipeline System in good order, condition, and repair (ordinary wear and tear
excepted), and in such condition as may be required by applicable Legal Requirements.
Grantee shall keep the Easement Area in good order, condition and repair and free of all
debris following any work related to Permitted Uses on the Pipeline System.
10. Permits. Grantee shall be responsible for obtaining all permits necessary
for Permitted Uses within the Easement Area and the Temporary Easement Area.
Without limiting the foregoing, and to the extent required, Grantee will secure and
maintain any and all environmental permits required by the Texas Commission on
Environmental Quality relating to the Pipeline System and this Agreement. Grantee will
provide Grantor with a copy of Grantee's environmental permit(s), if applicable, and
notify Grantor of any proposed changes to said permit(s).
11. Additional Uses. Subject to the limitations set forth in this paragraph, the
Easement is non-exclusive and Grantor shall at all times have the right to (i) use and
enjoy the Easement Area for any purpose not specifically prohibited herein; (ii) grant
easements and rights of way over, under, upon, across and within the Easement Area to
�a such persons as Grantor deems proper; (iii) construct and maintain improvements upon
the Easement Area; and (iv) construct and maintain irrigation systems (including drip and
overheard irrigation systems) and components and water distribution lines to cultivate
�r and service Grantor's property (including the Easement Area), provided, however, (A) no
buildings or reservoirs may be constructed upon the Easement Area, (B) improvements
(other than drip irrigation lines and overhead irrigation equipment) may not parallel the
r Pipeline within the Easement Area , (C) all power lines, pipelines (other than drip
irrigation lines and overhead irrigation systems), and telephone and other
telecommunication lines must cross the Easement Area at no less than a 45' (forty-five
degree) angle, (D) underground power lines and any metallic pipelines (excluding
P ( g
irrigation water lines and water distribution lines used to service Grantor's property) must
have a minimum separation of two feet (2') from the Pipeline and must meet industry
standards in order not to adversely affect or damage the Pipeline, and (E) fences
constructed by Grantor within the Easement Area must have gates installed so that
Grantee at all times has access over and across the Easement Area. In the event that
Grantor determines to construct (or grant the right to any third party to construct)
improvements within the Easement Area that are not addressed above, Grantor shall
provide not less than thirty (30) days prior written notice to Grantee during which time
Grantee may have the proposed improvements analyzed by its outside engineers. If
during such thirty (30) day period Grantee provides to Grantor a detailed analysis of why
the proposed improvements will adversely affect the Pipeline or Pipeline System, Grantor
shall not construct such improvements until such time as Grantor- and Grantee's engineers
agree upon a methodology for the construction of such improvements that will not
adversely affect the Pipeline, such agreement not to be unreasonably withheld by either
Grantor- or Grantee. Grantee and Grantor will at all times use their good faith efforts to
accommodate the needs and activities of one another. Grantee covenants and agrees not
to interfere with Grantor's rights to cultivate, use and enjoy the lands for any purpose,
except as limited herein, provided that any such operation or use by Grantor, or Grantor's
City of Lubbock Easement Agreement Grantee_ Grantor_____ Page 9
heirs, successors or assigns, shall not unreasonably interfere with or endanger the
operations or integrity of the Pipeline System. Grantee acknowledges and agrees that if
the Easement Area is subject to one or more oil and gas leases in existence as of the
Effective Date of this Easement, or if Grantor does not own the minerals under the
Easement Area, Grantor does not have control over and is not responsible for, or liable
for, compliance (or non-compliance) with this Paragraph 11 by any oil and gas lessee or
mineral owner(s).
12. Compensation for Grant of Easement. As complete consideration for the
execution and delivery of this Agreement by Grantor, contemporaneously with the
execution hereof by Grantor the Grantee agrees to pay to Grantor (i) the sum OF xxxxxxxx
for the grant of the Easement and the grant of the Temporary Easement, (ii) the sum of
Not Applicable ($ N/A) for damage to, or the replacement of, machinery and equipment
(including irrigation systems and equipment) and other personal property specified on
Exhibit E, and (iii) the sum of Not Applicable ($ N/A) for damage to crops. In the event
that as a result of the time of year in which construction of the Pipeline will occur
Grantor (or its lessee) will suffer crop losses for two consecutive years, prior to
commencement of construction (or, if construction has already commenced, but was
delayed or extended, prior to continuation of construction) Grantee shall .pay to Grantor
an additional sum for crop losses in the amount specified in item (iv) above. The
foregoing consideration constitutes payment to Grantor and Grantor's successors,
assigns, or agricultural lessees or tenants, if any, for the grant of the Easement and
Temporary Easement and for damage to the specified equipment, machinery and crops
resulting from the initial construction and installation of the Pipeline System.
The market value of any damaged crop shall be calculated using the following
formula: Affected Acres X Yield Per Acre X Unit Price for the affected crop = damages
to be paid, where (i) the amount of the affected acreage will be reasonably determined by
the Federal Farm Service Agency in the county where the premises is located, or if the
Federal Farm Service Agency fails or refuses to make such calculation, as reasonably
determined by Grantor, (ii) yield per acre will be the average of the previous three (3)
years' yields according to the Grantor's (or Grantor's lessee's) records for the affected
parcel, but if the Grantor (or Grantor's lessee) does not have yield records available, the j
parties will use Federal Farm Service Agency records or other commonly used yield
information available for the area, and (iii) unit price will be based upon the average of
the last previous March I" and September I" prices for the affected crop as set by the Ell
Chicago Board of Trade, New York Cotton Exchange, Kansas City Board of Trade, or
other similar exchange, as appropriate for the affected crop. 11
13. Title. (a) Grantee acknowledges that at its sole cost and expense it has
researched the title to the Easement Area and the Temporary Easement Area and, where
it deemed it necessary, obtained abstracts or certificates of title or title insurance to such _?
property. Grantor represents that to the best of its knowledge set forth on Exhibit F is a
list of (i) all unrecorded agricultural leases and agreements which encumber- the subject
property, (ii) all unrecorded mortgages or deeds of trust which encumber the subject
property, and (iii) all unrecorded easements granted by Grantor which encumber the
City of Lubbock Easement Agreement Grantee_ Grantor____ Page10
rv' subject property. Grantor will provide Grantee, at least thirty (30) days prior to the
execution of this Agreement, with all documents identified and to be attached hereto as
Exhibit F. The grant of the Easement herein contained is subject to (A) all items
disclosed on Exhibit F, (B) all items that would be disclosed on an accurate commitment
for title insurance covering the subject property (which Grantor understands that Grantee
has received and reviewed), (C) above ground power lines, (D) public roads as reflected
on the official county (or state) road map(s), (E) all valid and subsisting encumbrances,
` easements, agricultural leases, wind energy leases, and rights -of -way of record in the
county where the subject property is located and that affect the Easement Area and the
Temporary Easement Area as of the Effective Date, and (F) all minerals that have been
severed from the surface and all oil and gas and other mineral leases existing on the
Effective Date. It shall be the obligation of Grantee to procure and have recorded without
cost to Grantor all assurances of title and affidavits which Grantee detennines are
necessary and proper to show in Grantor title sufficient to grant this Easement. The
expense of recording this Agreement shall be borne by Grantee. Grantor agrees to
cooperate and aid Grantee, at no expense to Grantor, to obtain any curative documents
needed to the extent such cure would not affect Grantor's title.
i t = (b) If Grantee or Grantor detennines that the easement intended to be
conveyed to Grantee and described herein, or any part thereof or undivided interest
therein, should be acquired by judicial procedure, either to procure good title or for any
�1 other reason, then Grantor and Grantee hereby stipulate that (i) an agreement, in the same
form as this Easement Agreement, shall govern the terms of any easement obtained by
judicial procedure, and (ii) the ultimate award to the Grantor for the easement obtained
. by Grantee by judicial procedure, shall be the same as the.,:consideration stated in
Paragraph 12, but should the Grantor own a lesser interest" in,: the Easement Area or
t Temporary Easement Area intended to be conveyed to Grantee and described herein,
c, such award shall not exceed that portion of the consideration stated in Paragraph 12
which the value of such lesser interest of Grantee bears to the value of the entire
Easement Area or Temporary Easement Area described herein.
14. Recreation; Firearms; Hunting, Fishing, Dogs; Artifacts. At no time shall
Grantee or any of its elected officials, officers, agents, servants, employees,
representatives, contractors, independent contractors, subcontractors, or any employee or
invitee of any of them (i) enter upon the Easement Area or Temporary Easement Area for
sightseeing or other recreational purposes, all access being limited to Permitted Uses, (ii)
kill or remove from the Easement Area any plants (other than in connection with
Permitted Uses) or any reptiles, fish, birds or animals or any artifacts (including
arrowheads) or other archeological items of any kind, (iii) bring upon the Easement Area
or the Temporary Easement Area (or the surrounding land of Grantor) any firearm
(whether rifle, pistol, shotgun), bow of any type, arrow, trap, snare, net, fishing rod, or
any other means whatsoever of taking wild game, fish or fowl, (iv) hunt, fish or trap upon
the Easement Area or the Temporary Easement Area (or the surrounding land of
Grantor), (v) bring dogs upon the Easement Area or the Temporary Easement Area (or
the surrounding land of Grantor), or (vi) subject to the provisions of Paragraph 4(o)
above, enter upon any part of the land of Grantor outside of the Easement Area or the
City of Lubbock Easement Agreement Grantee_ Grantor„___ Page11
Temporary Easement Area, or (vii) take any photographs in the Easement Area except in
connection with Permitted Uses and for no other purposes, it being understood and
agreed that all commercial photography and the sale of any photographs taken from the
Easement Area or surrounding lands of Grantor are expressly prohibited. Any person in
violation of the foregoing shall be a trespasser and Grantee covenants and agrees not to
interfere with the prosecution of any person accused of the foregoing and to prohibit any
such person from thereafter going upon the Easement Area or the Temporary Easement
Area (or the surrounding land of Grantor). Grantee consents and agrees that Grantor
shall have the right at any time to inspect the interior of any vehicle brought upon the
Easement Area or the Temporary Easement Area (or the surrounding land of Grantor). -
The Grantee shall include a covenant similar to the above in all contracts with any
contractors having access to the Easement Area or the Temporary Easement Area.
15. Gender; Plural. Words of any gender used in this Agreement shall be held
and construed to include any other gender, and words in the singular number shall be held
to include the plural, and vice versa, unless the context requires otherwise.
16. Indemnity. To the extent permitted by law, Grantee hereby assumes all
liability for, and agrees to indemnify, defend and hold Grantor and Grantor's family,
officers, agents, servants, employees, representatives, contractors, independent
contractors, and subcontractors (each, an "Indemnitee") harmless from all claims,
demands, fines, damages, liabilities, losses, costs, expenses (including without limitation ,
reasonable attorneys' fees and court costs; collectively, the "Covered Losses"), that may ,
be suffered or incurred by an Indemnitee, on account of injuries to or death of any
persons, or damage to or destruction of any property, occurring on the Easement' Area or
the Temporary Easement Area after the Effective Date to the extent arising in whole or in -
part out of or in connection with any negligence or willful misconduct of Grantee or any
of its elected officials, officers, agents, servants, employees, representatives, contractors,
independent contractors, subcontractors, suppliers or invitees and/or their equipment or -
vehicles. When any losses, claims, dernands, or causes of action of the types described
above are the result of joint or concurrent negligence or willful misconduct of Grantee p.
and Grantor or their respective employees, contractors or agents, it is understood and
agreed that Grantee's indemnity obligations shall be effective and shall cover all such
losses, claims, demands, or causes of action notwithstanding any negligence on the part
of Grantor or Grantor's, employees, contractors (including independent contractors and ,
subcontractors), agents or invitees. A dispute related to claims for damages accruing
under the terms hereof shall not be cause for the termination of the Easement and/or any
rights granted hereunder, and Grantor shall be solely limited to the remedy of money i
damages for such claims.
17. Indemnity Regarding Pollution. Grantee agrees to the extent permitted by i
law to release, indemnify, defend, and hold each Indemnitee harmless from and against
all Covered Losses of whatsoever nature arising from pollution or contamination
emanating from the Pipeline System (the "Grantee pollution liabilities"); provided,
firt
however, that "Grantee pollution liabilities" shall exclude any pollution liabilities arising
from any condition existing before the effective date of this Agreement. Grantor hereby
City of Lubbock Easement Agreement Grantee_ Grantor_____ Page12
f
releases Grantee from and against all Covered Losses of whatsoever nature arising from
(i) pollution emanating from the property and equipment of Grantor, (ii) any condition
existing before the Effective Date, (iii) pollution or contamination migrating or having
migrated on, under, or to the Easement Area from any other location, and (v) the
possession, occupation or use by Grantor (or any third party under rights granted by
Grantor) of Grantor's property.
18. Insurance. During the construction and installation of the Pipeline
System, Grantee shall maintain, or cause its primary contractor to maintain,
comprehensive generally liability insurance in the amount of $1,000,000 and umbrella
liability insurance in the amount of $2,000,000, covering "all risks" associated with the
Permitted Uses of the Pipeline during construction and installation of the Pipeline
System. Upon request Grantee shall provide a copy of such policies, and all renewals
and replacements thereof, to Grantor.
19. Easement Only. It is understood and agreed that this Agreement is not a
conveyance of the fee estate for any of the Easement Area, but is only an easement
through, over, under, upon, across and within the Easement Area and the Temporary
Easement Area (for the term thereof).
20. Binding Agreement; Assi iment. The provisions of this Agreement shall
be binding upon and inure to the benefit of Grantor and Grantee and their respective
successors, heirs and assigns; provided, however, Grantee shall not assign this Easement
without the prior written consent of Grantor which consent shall not be unreasonably
withheld.
21. Final Agreement. This Easement and the Exhibits attached hereto contain
the final and complete expression of the parties with respect to any matter mentioned
herein. No prior agreement or understanding pertaining to any such matter shall be
effective. This Easement may be modified in writing only, signed by the parties in
interest at the time of the modification. Each Exhibit attached hereto shall be a part of,
and incorporated into, this Agreement.
22. Unenforceable Provisions. In case any one or more of the provisions
contained in this Agreement shall for any reason be held to be invalid, illegal or
unenforceable in any respect, such invalidity, illegality or unenforceability shall not
affect any other provision hereof, and this Agreement shall be construed as if such
invalid, illegal or unenforceable provisions had never been contained herein.
23. Notices. Any notices or demands provided to be given herein by the
parties shall be in writing and sent by facsimile or email (if a facsimile or email address is
provided below) or mailed by certified mail or hand delivered to the other party at the
address set forth below. In addition, telephone notices described in Paragraph 26 below
shall be permitted to the telephone numbers set forth below. Notice of any breach of this
Agreement must be in writing and mailed by certified mail or hand delivered to the other
party at the address set forth below. Each party may rely on the addresses and contact
City of Lubbock Easement Agreement Grantee_ Grantor_!___ Page13
information set forth below until changed in accordance with this Agreement. If Grantee
determines that Grantor has conveyed the subject property without providing contact
information for the new owner, Grantee may rely on the records of the local appraisal
district. Either party may change its contact information for notices to it by written notice
to the other party. Any notice or demand shall be deemed to have been received the
earlier of (i) three (3) days after the date of mailing, (ii) the date of actual delivery as
shown by the addressee's certification or registry receipt. or (iii) the date of hand
delivery. Grantee shall provide and maintain a person for emergency contact who is
available at the below telephone (or such different phone number as set forth in notice
from Grantee to Grantor).
Grantee:
The City of Lubbock, Texas
1625 13th Street
Lubbock, Texas 79401
Facsimile: (806)775-2051
Email: MReed@mail.ci.lubbock.tx.us
Contact Person: Marsha Reed
Emergency contact:
Emergency phone number:
Grantor:
Facsimile: (_)
Email:
Contact Person:
Phone number: (_)
Cell number: (___ _
24. Access Notice. Telephonic notices are acceptable for notice of
emergencies and for inspections of the Easement Area, however, with regard to notices of
inspection if the contact person cannot be reached by telephone, written notice must be
provided. Except in the event of emergencies, after completion of construction of the
Pipeline the Grantee shall provide at least 24 hour prior telephonic notice to Grantor prior
to accessing the Easement Area. Voice mail messages shall not constitute notice
hereunder.
25. Notice to Future Users. Grantor and Grantee agree and hereby give notice
to any oil, gas, mineral, water, wind or energy lessee or grantee acquiring (after the
Effective Date) any interest overlying or underlying the Easement Area, that Grantee will _
be operating the Pipeline System and conducting Pennitted Uses as defined herein, and
that no drilling, mining or other operation shall be conducted in the vicinity of the
Easement Area which would unreasonably interfere with the operations or integrity of the
Pipeline System. Further, to the extent Grantor owns the oil, gas and other minerals
City of Lubbock Easement Agreement Grantee— Grantor--- _ _ Page 14
1
under the Easement Area, Grantor hereby waives the right to use the surface of the
Easement Area for the drilling of any oil or gas wells subject, however, to the rights of
any lessee under any oil, gas and other mineral lease in existence as of the Effective Date.
26. Mineral Water Reservation. Grantor reserves and excepts from this
Easement and retains for Grantor and Grantor's successors and/or assigns, all rights to
explore for, to drill and produce wind, water, oil, gas and other minerals of every kind
and description underlying or situated beneath the Easement Area by any means
whatsoever, including wells or mines directionally drilled from surface locations on
nearby lands so long as no surface operations are performed on the Easement Area and so
long as such operations do not interfere with or endanger the operations or integrity of the
Pipeline System.
27. References to Grantee. Where appropriate in this Agreement, references
to Grantee in connection with the performance of Permitted Uses shall include Grantee
and its elected officials, officers, agents, servants, employees, representatives,
contractors, independent contractors, subcontractors, and/or their equipment or vehicles.
28. Limitation on Damages. Neither party shall be liable to the other
party or any of such party's affiliates in any action or claim including without
limitation, any action or claim for indemnity, for indirect, consequential, punitive,
exemplary, special or other similar types of damages, regardless of how caused and
regardless of the underlying theory of recovery, and even if caused by the sole or
concurrent negligence of the responsible party.
29. Force Majeure. When a time period is specified herein for the
performance by either party of its obligations hereunder (except for the payment of
money), such period shall be extended by the period that such party's performance is
prevented by reason of windstorm, hurricane, tornado, flood, earthquake or other acts of
God or by war, riot, insurrection or workers' strike or by the unavailability of materials
(each, an act of "Force Majeure"), however, in order for either party to take advantage of
the extension provided above for an act of Force Majeure, such party must give written
notice to the other party within five (5) days of the commencement thereof and must
immediately commence performance of its obligations when the effect of the Force
Majeure event has subsided.
TO HAVE AND TO HOLD said Easement, together with all and singular, the
rights and appurtenances thereto in anywise belonging unto Grantee, its successors and
assigns during the Easement Term, subject to the terms and conditions hereof.
The effective date of this Agreement (the "Effective Date") shall be the date this
Agreement is last signed by Grantor or Grantee.
[ Signatures of the Parties on Next Page ]
City of Lubbock Easement Agreement Grantee— Grantor---- _ Page 15
1