Loading...
HomeMy WebLinkAboutResolution - 2010-R0136 - Contract (No. 9386) With Archer Western Contractors, LTD For Lake Alan Henry - 03_25_2010 (3)Resolution No. 2010-RO136 March 25, 2010 Item No. 5.12 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract No. 9386 for Lake Alan Henry Water Supply Project, Terminal Storage Reservoir Contract E, by and between the City of Lubbock and Archer Western Contractors, LTD of Arlington, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on March 25, 2010 TOM MARTIN, MAYOR ATTEST: rQ _0 Le � - Re ecca 'arza, City Secretary APPROVED AS TO CONTENT: Marsha Reed, P.E., Chief Operations Officer APPROVED AS TO FORM: Chad Weaver, Assistant City Attorney vw:ccdocsiRES.Contract-Archer Western Contractors, Ltd -Con E March 12, 2010 CITY OF LUBBOCK SPECIFICATIONS FOR LAKE ALAN HENRY WATER SUPPLY PROJECT TERMINAL STORAGE RESERVOIR CONTRACT E RFP 10-049 Contract # 9386 Capital Improvements Project 92171 Plans & Specifications may be obtained from www.bidsync.com and PARKHILL, SMITH & COOPER, INC. Phone: (806) 473-2200 '20lL-go13G city ��of luubbock Tf%AS "A City of Planned Progress" CITY OF LUBBOCK Lubbock, Texas City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP # 10-049-MA Before submitting your proposal, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original copy of every item listed: 1. Carefully read and understand the plans and specifications and properly complete the PROPOSAL SUBMITTAL form. Proposal Submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. Amounts shall be written in both words and numerals and in the event of a discrepancy the amounts written in words shall govern. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include fum's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. Carefully read the BASIS OF PROPOSALS and SELECTION CRITERIA in paragraph 32 of the General Instructions to Offeror's. Ensure ALL criteria are addressed in / your submittal. 2. V Include PROPOSAL BOND or CASHER'S OR CERTIFIED CHECK as your proposal surety. Failure to provide a proposal surety WILL result in automatic rejection of your proposal. 3. 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. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with the questionnaire. 5Ff- SgcTl oat oaJf... 5. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ED number or Owner's SOCIAL SECURITY number. 6. -Z Complete and submit the "CONTRACTOR'S STATEMENT OF QUALIFICATIONS". 7. Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. 8. Clearly mark the proposal number, title, due date and time and your company name and address on the outside of the envelope or container. 9. Ensure your proposal is RECEIVED by the City of Lubbock Purchasing Manager Office prior to the deadline. Late proposals will not be accepted DOCUMENTS REOUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 10. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR PROPOSAL BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR PROPOSAL SUBMITTAL. (Type or Print Company Name) Paae Intentionally Left _Blank ADDENDUM # l RFP # 10-049-MA LAKE ALAN HENRY WATER SUPPLY PROJECT TERMINAL STORAGE RESERVOIR CONTRACT E DATE ISSUED: February 1, 2010 CLOSE DATE: February 16, 2010 @ 3:00 P.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Attention of all Prospective Bidders/Plan Holders is directed to the following modifications to the referenced Plans and Specifications. This Addendum forms a part of, and shall be attached to the Contract Documents, and modifies the original Bidding Documents dated 01/13/2010 as noted below: This Addendum consists of 4 page(s). I. CHANGES TO PROJECT MANUAL: A. Section 02245 - Geomembrane Lining System 1. Contractor shall install GSE PolyLock or approved equal for concrete embedment into access drive and landing in the reservoir and corresponding liner attachment. Polylock product shall be compatible with the 60 Mil HDPE liner as specified. This system shall be used for any liner to be installed adjacent to existing concrete as required throughout the project. 2. Contractor should note that while all surface lining in the terminal storage reservoir is a smooth Black 60 mil HDPE lining, there is a small amount of 60 mil HDPE textured lining beneath the concrete access drive and landing. B. Section 02520 - Cement Stabilized Soil 1. Item 3.4 (A) 4 - Delete reference to cylinder compression tests. C. Section 02665 - Piping, Valves And Fittings 1. Item 2.4 A - All piping shall have restrained joints. 2. Item 2A B - All exposed ductile iron fittings/flanges shall utilize stainless steel bolts and nuts. D. Section 03300 - Cast -In -Place Concrete 1. Item 2.5 C 4 - Change water cement ratio from 0.45 to 0.40. E. Section 11280 - Stainless Steel Gates 1. Item 2.1 G - All gates shall have visual position indicators. 2. Item 2.7 A - All gates shall be wall thimble mounted gates. I' P.O. Box 2000 - 1625 13'h Street a Lubbock, TX 79457 F 806.775.2171 = Purchasing and Contract Management I • Page 2 February 1.2010 3. Item 3.2 Table - Contractor/supplier is responsible for verification of required height for each gate, as heights may vary due to manufacturer's requirements. 4. Item 3.2 Table -All gates shall be wall thimble mounted. F. Section 15180 - Electric Actuators 1. Contractor shall coordinate with Contract "F" "South Lubbock Water Treatment Plant" project to ensure that the actuators have the correct number of 1/0's required to run on the SCADA system to be supplied by Contract F. 11. CHANGES TO DRAWINGS: A. Sheet C-110 1. Contractor shall provide 6" Flex base road for access over into the evap pond berms for cleaning. B. Sheet C111/C 112 1. Contractor shall raise edge of asphalt pavement elevations by 0.25'. and keep the center of pavement elevations as per plan. This will allow for 2% crossslope drainage as shown on the details. C. Sheet C-114 1_ Contractor to add 45° bend to 48-inch inlet line to allow for the influent to be centered above the 40-foot concrete landing. 2. Contractor shall flow fill the 48-inch inlet line and 48-inch outlet lines. D. Sheet C-313 1. Contractor to grade minimum 18" ditch on inside of West ramp for drainage down ramp (between pond berm and ramp). Contractor shall flat grade access ramp cross slope at a minimum of 1% to the outside of berm for proper drainage. E. Sheet C-314 1. Contractor to grade minimum 18" ditch on inside of North ramp for drainage down ramp (between pond berm and ramp). Contractor shall flat grade access ramp cross slope at a minimum of 1% to the outside of berm for proper drainage. F. Sheet C-501 1. Detail B 1 - All weirs are 10' in length. 2. Stainless steel wall thimbles to be used on all pipe penetrations. 3. Contractor to provide concrete floor stands for actuators as recommended by manufacturer. 4. Contractor to provide opening in aluminum handrail on East side of pig retrieval station. G. Sheet C-502 1. Stainless steel wall thimbles to be used on all pipe penetrations. 2. Contractor to provide concrete floor stands for actuators as - recommended by manufacturer. 3. Contractor to provide opening in aluminum handrail on west side of outlet structure. H. Sheet C-503 1. Detail C2 - Leak detection structure; 6" schedule 80 PVC shall not be perforated. 2. Detail C3 - Leak detection structure shall be located outside of perimeter berm road. Perforated pipe shall be 6-inch schedule 80 PVC. 3. Detail D5 - Perforated pipe shall be 6-inch schedule 80 PVC. 4. Contractor shall flow fill the schedule 80 PVC line in the berm. Contractor to place bentonite plug at interface of perforated and non -perforated PVC pipe. """" I-c • Page 3 February 1, 2010 1. Sheet C-504 1. Detail C1 - Delete reference to 6" flex base on the evaporation pond berms. There is no road to be planned on the perimeter of evaporation pond berms. J. Sheet C-505 1. Detail C4 - Leak detection structure; 6" schedule 80 PVC shall not be perforated. 2. Detail C31D5 - Perforated pipe shall be 6-inch schedule 80 PVC. 3. Contractor shall flow fill the schedule 80 PVC line in the berm. Contractor to place bentonite plug at interface of perforated and non -perforated PVC pipe. 4. Detail B4 - Contractor shall place 20 oz geotextile fabric under all soil cement along the slope as shown on detail D4. K- Sheet C 506 1. Detail A2 - One 24" RCP culvert will be installed, modify riprap detail to allow for one culvert along CR 2800. L. Sheet C-507 1. Detail D5 - Delete thrust block table as all piping on project will be restrained joint piping. END OF ADDENDUM NO. 1 .stt f f * : ..... J* BRAN •M •STEPHENS .� et �'• .. 92015 ... d ss.c ..... . l�o. AL �j�/D Respectfully submitted, IM , Receipt of this addendum shall be acknowledged by the Bidder, below and on the bid ProposaL This entire addendum, or a copy thereof, shall be attached to the bid Proposal submitted. ACKNOWLEDGED; MW �7r M, TJ 'i r /��I�l, DIME 0 Page 4 February 1, 2010 All requests for additional information or clarification must be submitted in writing and directed to: Marta Alvarez, Purchasing Manager, Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to malvarez@mvlubbock.us. THANK YOU, Marta Alvarez CITY OF LUBBOCK It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offemes responsibility to advise the City of Lubbock Purchasing_ Manager if any language, teouitements, etc.. or anv_sombinations thereof, inadvertently restric or limits -the reouirements 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. i t400-1 city of hibo�k TEXAS ADDENDUM # 2 RFP # 10-049-MA LAKE ALAN HENRY WATER SUPPLY PROJECT TERMINAL STORAGE RESERVOIR CONTRACT E DATE ISSUED: February 11, 2010 CLOSE DATE: February 16, 2010 @ 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Attention of all Prospective Bidders/Plan Holders is directed to the following modifications to the referenced Plans and Specifications. This Addendum forms a part Of, and shall be attached to the Contract Documents, and modifies the original Bidding Documents dated 01/13/2010 as noted below: This Addendum consists of 4 page(s) and attached Drawings (11). 1. CHANGES TO PROJECT MANUAL: A. SECTION 01500 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 1. Item 1.5(C): Existing wells on site can that are to be abandoned can be used for water, however the City of Lubbock makes no representation as to the production rate, location, longevity, or usefulness of the wells during contraction. It is the contractor's responsibility to arrange for water for construction. Contractor to find well testing report for three existing wells as attached to this addendum. B. SECTION 02245 - GEOMEMBRANE LINING SYSTEM 1. Item 1.7(13): Liner installation associated with the Terminal Storage Reservoir and Evaporation Ponds will be scheduled so that it is completed no earlier than 420 and no later than 450 calendar days from the notice to proceed. C. SECTION 02665 - PIPING, VALVES AND I;TITINGS 1. Item 2.2: Ductile Iron Pipe- Ali Ductile Iron pipe shall be minimum thickness class 54. 2. Item 3.13: a. Backfilling Ductile Iron pipe shall be as shown on detail A3 sheet C-507. See question # 8 for backfill gradation to be used. b. Contractor shall use Towable fill on 48" Net and outlet lines as shown on sheet C-114. Limits of Flowable Fill will be from Berm penetration to Inlet/Outlet structure respectively. Flow fill would be from OD of pipe plus 18" (trench width) with flow fill to 12" above the top of pipe. -- P.O. Box 2000 * 1625 13'h Street - Lubbock, TX 79457 • 806.775.2171 = Purchasing and Contract Management C� • Page 2 Addendum No. 2 February 11, 2010IJ �? I c. Contractor shall use flowable fill on all schedule 80 PVC "CO" line to be installed under the Reservoir/Evaporation pond berms. 1._t D. SECTION 03300 - CAST -IN -PLACE CONCRETE 1. Contractor shill find attached Page 4 of section 03300. E. SECTION 05530 — GRATINGS 1. Item 1.3(A) 1: Floors and walkways: capable of withstanding a uniform load of 200 PSF in addition to a 500 PSF concentrated load. Li nut deflection to L1360. , F. SECTION 11280 - STAINLESS STEEL GATES 1. Item 21 (C): All gates shall have side, invert and top seals. Gates shall have 10% minimum factor of safety identified between actual and maximum rated seating and unseating heads_ 2. All gates shall have 36" stainless steel wall mounted actuator pedestals. 3. Item 3.2(A): Revised table: Location Manufacturer Model Sheet Material Type SiM *Height Thimble Lift # (Inches) (feet) Type Inlet Whipps 900 C- Stainless Slide 48 x 48 38 Stainless Electric Structure Series 501 Steel Steel Actuated Inlet Whipps 900 C- Stainless Slide 48 x 48 39 Stainless Electric Structure Series 501 Steel Steel Actuated Inlet Whipps 900 C- Stainless Slide 48 x 48 39 Stainless Electric Structure Series 50l Steel Steel Actuated Inlet Whipps 900 C- Stainless Slide 48 x 48 39 Stainless Electric Structure Series 501 Steel Steel Actuated Inlet Whipps 900 C- Stainless Slide 24 x 24 36 Stainless Electric Structure Series 501 Steel I Steel Actuated Inlet Whipps 900 C- Stainless Slide 24 x 24 36 Stainless Electric Structure Series 501 Steel Steel Actuated Outlet Whipps 900 C- Stainless Slide 48 x 48 42.5 Stainless Electric Structure Series 502 1 Steel Steel Actuated Outlet Whipps 900 C- Stainless Slide 48 x 48 39 Stainless Electric Structure Series 502 Steel Steel Actuated Outlet I Whipps I 900 C- 1 Stainless I Slide 72 x 72 I 42.5 Stainless Electric Structure Series 502 Steel I Steel Actuated *Vertical Height measurement is taken from invert to floor, Contractor to verify actual dimensions. II. CHANGES TO DRAWINGS: A. Sheet G-004 I . Contractor shall enter site per access along CR 2800. Access to site from FM 1585 will be reserved by Contract F. 2. General Note # 3. Contractor E shall submit an NOI along with contractor F under a joint SWPPP. Each contractor is responsible for maintaining erosion controls outlined in each project. Contractor E shall have a minimum of 70% stabilization coverage of specified vegetation for the entire Contract E site prior to issuing a Notice of termination (NOT) once the project is complete. 11 • Page 3 Addendum No. 2 February 11, 2010 B. Sheet C-113—Revision as noted to allow for Chlorine Dioxide Feed Vault North of Outlet Structure (See attached Detail). C. Sheet C-114—Revision as noted to allow for Chlorine Dioxide Feed vault North of Inlet Structure (See attached Detail). D. Sheet C-303--As identified in Question #30, contractor shall provide 180 LF of 72" Raw Water line. E. Sheet C-314—As identified in Question #44, Please change coordinates for tie in of access ramp to road to: N = 7234524.32 E = 974674.00 F. Sheet C-50I—Detail B1 has been revised per this Addendum (See attached Detail). G. Sheet C-502--Detail C4 has been revised per this addendum (See attached Detail). H. Sheet C-504—As identified in Question # 47, Detail C I revise 30' to 40'. I. Sheet E-101—Replace Sheet with Attached. 1. Sheet E-501 --- Replace Sheet with Attached. END OF ADDENDUIw .2 �OF Tf�tt j ................................. MAN M. STEPHENS �: �+................... 92015 �: P��ONAL F-560 Parkhill, Smith & Cooper, Inc. Respectfully submitted, PARKHILL, SMITH & C O ER, INC. By: Receipt of this addendum shall be acknowledged by the Bidder, below and on the bid Proposal. This entire addendum, or a copy thereof, shall be attached to the bid Proposal submitted. ACKNOWLEDGED: 6--r BUD C; ral Sri o3 ,42uc� By: • Page 4 Addendum No. 2 February 11, 2010 All ceVeits for additional information or clarification must be submitted in writing and directed to Marta Alvarez, Purchasing Manager, Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to malvarez@mylubbock.us. THANK YOU, Marta Alvarez CITY OF LUBBOCK It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the City of Lubbock Purchasing Manager if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the proposal close date. A review of such notifications will be made. N 7237500 . ........ .. .............. . ..... . ..... J . ........... . ....y.. • -r•• .... .. ... ..... ...... .. .. ....... A7 N 72 3 '000 12.11 O!L ------ --- - .... . -. ... .... . . ......... x x x it ... . . ....... ....... ..... .. ......... . ... x X x x ...... n'. ..... ........ . .. . ..... .... .............. ... .... ...... .... .. . . . ....... ...... . ...... . . ........ m ti Z CITY OF LUBBOCK, TEXAS SOUTH WATER TREATMENT PLANT BLACK & VEATCH Ddic"no a world of diffareom Mack & Vsetoh Corporwdon s"b"v" No. mus % -Ir 1--i ----- 11 WE MVIVOW AAD WON* OF Is= NO. SY CK APF CIVIL OVERALL SITE PLAN PAFUQINLL SMrrH & OOOPER REGNTRATION NO. F4W Im. T-11 SAVED: ---- --- WATER QUALITY REPORT, LAII Plant Site Webs MCL - Maximum Contaminant Level. The highest level of a conarninant that is allowed in drinking water. MCLs ate set as close to MCLGs as feasible using the best avalable treatment and taking cost into consideration. MCis are eafocceabb standards. Also ]mown as Primary Standards. MCLG - Maximum Contaminant Level Goal. The level of a contaminant in drinking water below which there is no known or expected risk to health. MCLGs allow for a margin of safety and are non -enforceable public health goals. . S - Secondary Standards. Non -enforceable guidelines for contaminants that may cause cosmetic or aesthetic effects. XISouth W1PSite Wells Water QualityAnalysit I .l 3 ells on South Water T Tested Week of Jan 25th Thru 29th 2010 Well #1. Total depth =136'1 " Static level=114'2" Total water in well = 22' Location...... This well is the furthest North on the map provided. rl Test results... This well ran for approximately four hours, and yielded at best 20 gallons per min.. Would not recommend anything greater than ten G.P.M. Well #2. Total depth=137' Static level=113' Total water in well= 24' Location ... This well was not -on the map provided, but is located between the first and third well. Test results... This well ran for approximately eleven hours, and yielded the best results. This well is good for about 150 G.P.M. for three hours after that 130 to 140 G.P.M.... This well is good for 120 G.P.M. pump and is capable of this for at least eleven hrs. without pumping off. Would not recommend anything greater. Well #3. Total depth=132' Static level=111' Total water in welr21' Location... This well is located on the far East property line about mid way through property. Test results... Three hour test yielded approximately 30 G.P.M.,. Would not recommend anything over 20 G.P.M.. J. Install construction joint device in coordination with slab pattern placement sequence. Set top to required elevations. Secure to resist movement by wet concrete. K. Place concrete continuously between predetermined expansion, control, and construction joints. L. Do not interrupt successive placement; do not permit cold joints to occur. M. Place floor slabs in pattern indicated. N. Screed floors and slabs on grade level, maintaining surface flatness of maximum 1/4 inch in 10 ft. 3A CONCRETE FINISHING A. Provide formed concrete surfaces to be left exposed with smooth rubbed finish as Scheduled in this Section. B. Finish concrete floor surfaces in accordance with ACI 301. C. Steel trowel surfaces which are scheduled to be exposed. D. In areas with floor drains, maintain floor elevation at walls; pitch surfaces uniformly to drains at 1/8 inch per foot nominal. E. Where shown on the drawings, trowel epoxy liner on all surfaces indicated to 1/8" minimum and 3/4' maximum thickness, and in accordance with manufacturer's instructions. 3.5 CURING AND PROTECTION A. Immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures,. and mechanical injury. B. Maintain concrete with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement and hardening of concrete. C. Cure floor surfaces in accordance with ACI 308. 3.6 FIELD QUALITY CONTROL A. Field inspection and testing will be performed in accordance with ACI 301 and under provisions of Section 01400. B. Provide free access to Work and cooperate with appointed firm. C. Submit proposed mix design of each class of concrete to Engineer for review prior to commencement of Work. D. Tests of cement and aggregates may be performed to ensure conformance with specified requirements. E. Three concrete test cylinders will be taken for every 100 or less cu yds of each class of concrete placed. F. One additional test cylinder will be taken during cold weather concreting, cured on job site under same conditions as concrete it represents. G. One slump test will be taken for each set of test cylinders taken. 3.7 PATCHING A. Allow Engineer to inspect concrete surfaces immediately upon removal of forms. B. Excessive honeycomb or embedded debris in concrete is not acceptable. Notify Engineerupon discovery. C. Patch imperfections as directed. -- 01275709 CAST -IN -PLACE CONCRETE 03300 - 4 01/10 I m O 3" CHLORINE DIOXIDE LINE (SHEET C— o0 occ)Z/ / 72" OUTLET TO FLOW J CONTROL STRUCTURE (SEE SHEET C-301) CHLORINE DIOXIDE FEED VAULT (SEE ADDENDUM #2) OUTLET STRUCTU (SHEET C-502) 48" RAW WATER BYPASS (SHEET C-311) m ,sue' µ szo15 ' 1 10 PARKHILL SMITH & COOPER LAKE ALAN HENRY TERMINAL STORAGE RESERVOIR CHLORINE DIOXIDE FEED VAULT - SHEET C-113R Issue: ADDENDUM Date: 2/10/10 Project No:, 2757.08 Sheet: ADD-2 ri 48" INLET LINE (SEE SHEET C-503) 48" RAW WATER BYPASS (SEE SHEET C-312) - RWB RWB RWB N 'CO RW CO RW CO R CO RW RW X EOL EOL EO EOL EOL PROPOSED INLET STRUCTURE (SEE SHEET C-501) CHLORINE DIOXIDE FEED VAULT (SEE ADDENDUM #2) 48" RAW WATER SUPPL (SEE SHEET C-301) RWS- r ------------ 'w IL SIfPH1N5 i 12015 1110 PARKHILL SMITH & COOPER LAKE ALAN HENRY TERMINAL STORAGE RESERVOIR CHLORINE DIOXIDE FEED VAULT - SHEET C-114R Issue: ADDENDUM Date: 2110110 Project No: 2757.08 Sheet: ADD-2 - t 13'-0' I IV ALUMINUM GUARDRAIL %= i SEE C1/C-502 t RESERVOIR DISTRIBUTION (lYP) `D STRUCTURE io 48' 0 TO L _ RESERVOIR $t _ _ TYP. ELECTRIC ACTUATOR SEE Al/C-502 ALUMINUM GUARDRAIL 1 SEE C1/C-502 1 i� 16' RECLAIMED A4 WATER LINE _ _ 13'-0' 1 WATER BY-PASS - O OUTLET STRUCTURE 16* RECLAIMED �N WATER LINE �I� �V2- 16" ISOLATION VALVES low PIG RETRIEVAL STATION . SEE 13/C-502 PLATEWE),IM 140 I� 1, 0 - I [,, 48' 0 RAW WATER SUPPLY UN FROM LAH i TYP. ELECTRIC ACTUATOR EE Al/C-502 I - 0 36' 0 TO OVERFLOW - r -- 24" 90 BEND LJ b OVERFLOW BASIN STRUCTURE III) 24' DI PIPE I� Al ALUMINUMGUARDRAIL f l is SEE C /C-502 13'-0' aaw � s 9201 S r y�aut�„rr OZ/11 10 INLET STRUCTURE B1 SCALE: 3/16' = 1'-0• tl LAKE ALAN HENRY PARKHILL SMITH & COOPER � TERMINAL STORAGE RESERVOIR INLET STRUCTURE Issue: ADDENDUM Date: 2/10/10 Project No: 2757.08 Sheet: ADD-2 ram, 13'-0' ( ALUMINUM L J GUARDRAIL SEE Ct/C-502 CHAIN 72"0 TO I WATER L TREATMENT PLANT TYP. ELECTRIC `� ACTUATOR — _ "� FROM CaO SEE A1/C-502 +— RESERVOIR #1 l Al i s 4jo RAW 9261 5- WATER BYPASS�n� 02/ 10 C4 OUTLET STRUCTURE LAKE ALAN HENRY PARKHILL SMITH & COOPER �. TERMINAL STORAGE RESERVOIR OUTLET STRUCTURE Issue: ADDENDUM Date: 2/10/10 Project No: 2757.08 Sheet: ADD-2 i 3196.50 a / >�\ 41,1 1 72"0 PRECAST MANHOLE 48"x48" ALUMINUM HATCH SECTION WITH DESIGN WITH SPRING ASSIST, HOLD SUITABLE FOR UP TO 1 OPEN ARM & LOCKABLE HASP 45' STACK HEIGHT ° 3 Q d ASTM C443 RUBBER GASKET (TYP) ° a ° 3' DIFFUSER 12" TUBE a 1/3 PIPE PIPE WALL —\ brMNM. SUPHEM 4a 92015 :1 48" DI OR 72" E301 AS REQUIRED ° DIFFUSER PIPE i 8" PENETRATION 2' RUBBER ENCASED WITH A RUBBER BOOT STEEL STEPS (TYP) @ STD. INTERVALS 3" SCHED. 80 PVC 6" 6" �� CHLORINE DIOXIDE PrPE (MATCH GRADE ON P&P) BALL VALVE 3" DIFFUSER e PIPE FLANGE OVERSIZE FLANGE WELDED TO _ DIFFUSER PIPE TO MATCH ° INSERT NOZZLE FLANGE INSERT NOZZLE PRECAST BASE OF 72"0 8" PENETRATION MANHOLE WITH DESIGN SUITABLE FOR UP TO WITH A RUBBER BOOT 45' STACK HEIGHT SEE NOTES FOR ELEVATI N [� Q ✓-1-12- DRAIN (TYP) a a ° INSERT NOZZLE SIZING TABLE DIFFUSER TUBE DIA. INCHES INSERT NOZZLE DIA. INCHES 1 1/2 2 1/2 2 3 2 1/2 4 3 4 4 6 6 8 LAKE ALAN HENRY TERMINAL STORAGE RESERVOIR L� GENERAL NOTES 1. WEST DIFFUSER TOP OF MH = 3197.0t MH BASE = 3161.0f 2. NORTH DIFFUSER l TOP OF MH = 3197.0f �J MH BASE = 3154.0t J PARKHILL SMITH & COOPER in CHLORINE DIOXIDE FEED VAULT DETAIL Issue: ADDENDUM Date: 2/10/10 Lf Project No: 2757.08 Sheet: ADD-2 5 1 480 VOLT, 3 PHASE, 3 WIRE 20 1 3 PANEL 8 SPACE TOTAL WMNIECIED LOAD N 12.2 ESTWTED OEMAW L0kD N KYA3 2.2 RA ROXMIENM DO" LINE AIRS 14.7 u TERLNAL BOY FOR "k AND ANALOG aeLES C STEEL CAP (T(PICAL) V-O' MAX. R m 0 B 12W, 20A If GFCI RECEPTACLE LaNI-POWER ZONE ,n`\ u: • •• CRGMr I(714' BY OTHERS) POLES TO LEVEL TRN15MRfERt R TO HOIST (ONLY PANEL B) 1 (HET SIRUCTIAtE ONLY) TO ACTUATORS 1 I 1 1 3/4'XIOCOPPER CLAD CALOIND R006 � (NU RCVS) EXOTHERMC Y D @,'� RACUK DETAIL TYPICAL OF TWO) NO PMEL PM ow MPZ _ UM4t10-1 %8 AWG 51 NEMA 3R NE 4 f8 AWG 3 Tw 8 1 480 V 30 POWER FROM 6 /8 WATER TREAT1ff1T PLAHT ELECTRICAL ROOLL (BY OTHERS) Rg l DUREF srm,cn,RE i ;� Al RISER D�ac MCB MCB MCB Ir W a O U �C C U) i Al i . 7NOr�0. SWILMEY-, i .8D058 l 1L�7 t F_560 ttsS'/ `"'� /11/10 IL city of tl'Z'�bbock TEXAS LUBBOCK SOUTH WATER TREATMENT PLANT TERMINAL STORAGE RRESERVOIRCON RAC E) PO sox 2=1 tuseoaK, roue 7HU KEY PIA S 11 2D10 AD00011Y /2 1/13 2010 9O SEE 3 12/17/2009 9WS PLAN REVIEW 9AMnTAL f e 17 Sn PLAN REVIEW ROOM 1 4LW2Wg 30X PLAN t1E" SIIBMOM ND DAZE DF CRPMN RING 0171LL LLLLWOGc PMW NM 2757M RISER DIAGRAM AND PANEL SCHEDULES E-501 6 � r----- NOTICE TO OFFERORS Paae Intentionally Left Blank NOTICE TO OFFERORS RFP # 10-049-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 3:0,6'�: tpm 'on February I& 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 TERMINAL STORAGE RESERVOIR CONTRACT E" After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Purchasing Manager and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Purchasing Manager for the City of Lubbock, before the expiration of the date above first written. Proposals are due at 3:00 um on February 16, 2016, and the City of Lubbock City Council will consider the proposals on March 11, 2010, at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful proposer will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful proposer will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. The bond must be in a form accepted by the City Attorney and must be dated the same as the Contract Award date. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offeror. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offeror regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. There will be a non -mandatory pre -proposal conference on February 4, 2010 at 10:00 ari, at City Hall, 1625 13th Street, Room 101, Lubbock, Texas. Offerors may view the plans and specifications without charge at the office of Parkhill, Smith & Cooper, Inc. 4222 85`h Street, Lubbock Texas 79423 (806) 473-2200 or at www.bidsync.com. PLANS AND SPECIFICATIONS MAY BE OBTAINED FROM PARKHILL, SMITH & COOPER, INC. FOR A NON-REFUNDABLE DEPOSIT of $100 per half sized set and $200 per full sized set, Phone: (806) 473- 2200 Deposit Checks shall be made PAYABLE TO PARKHILL, SMITH & COOPER, INC. All persons (, wishing to purchase hard copies are required to register on www.bidsync.com. Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages (based on a hourly rate time 8 hours per day minimum) included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, s Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. This Contract is contingent upon release of funds from the City of Lubbock. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing Manager Office at (806) 775-2572 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, Marta Alvarez PURCHASING MANAGER GENERAL INSTRUCTIONS TO OFFERORS Pan Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish LAKE ALAN HENRY WATER SUPPLY PROJECT, TERMINAL STORAGE RESERVOIR, CONTRACT E, per the attached specifications and contract documents. Sealed proposals will be received no later than 3:66 um"ori February 16; 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 10-049, LAKE ALAN HENRY WATER SUPPLY PROJECT, TERMINAL STORAGE RESERVOIR, CONTRACT E" and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Marta Alvarez, Purchasing Manager d 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 P g P p g Managers Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by private courier service. Only written proposals submitted in conformance with the Instruction to Offerrors will be considered responsive and evaluated or award of a Contract. 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 2 PRE -PROPOSAL MEETING �y2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non - mandatory pre -proposal meeting will be held at 10:00 am February. 4, `2U10 at City Hall, 1625 13th Street, Room 101, City Council Chambers, Lubbock, Texas, 79401. All persons attending the meeting are required to identify themselves and the prospective proposer they represent. ' It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre - proposal meeting to offerors who do not attend the pre -proposal meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at www.bidsync.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing Manager Office. At the request of the �_ t proposer, or in the event the Purchasing Manager Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing Manager Office. Such addenda issued by the Purchasing Manager Office will be available over the Internet at http://www.bidsyne.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing Managers Office no later than seven (7) calendar days before the proposal closing date. 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 Managers Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the 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. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(b) 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in but not limited to the General Conditions, Special Conditions, and Supplementary Conditions.. 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY OFFERORS It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents - and prepare a proposal without charge. The contract documents may be examined without charge as r 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 Purchasing Manager if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the i.: 3 13 requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Purchasing Manager Office no later than seven (7) calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN SEVEN (7) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: City of Lubbock Marta Alvarez Purchasing Manager 1625 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 Work covered by the contract documents shall be substantially completed within 450 CONSECUTIVE CALENDAR DAYS and Final completed within 510 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. 13.3 The Contractor will schedule work within the following constraints: Phase I — Retention pond and associated site perimeter ditches will be completed within 90 calendar days of the Notice to Proceed. Phase 2 — Piping, excavation and inlet/outlet structures associated with the Terminal Storage Reservoir and Evaporation Ponds will be completed within 365 calendar days of the Notice to Proceed. Phase 3 — Liner installation associated with the Terminal Storage Reservoir and Evaporation Ponds will be scheduled so that it is completed no earlier than 420 and no later than 450 calendar days from the Notice to Proceed. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within two (2) years from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or .: 5 limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to a maximum of ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. 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 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. A2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AND ENGINEERS (PARKHILL, SMITH AND COOPER, INC., AND HAMILTON ENGINEERING, INC.J AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AND ADDITIONAL INSUREDS. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR THE ADDITIONAL INSURED ENDORESEMENT SHALL INCLUDE PRODUCTS AND COMPLETED OPERATIONS. 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The proposer' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. -- 7 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the Sunday or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. 29 PREPARATION FOR PROPOSAL 29.1 The proposer shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the proposer shall state the price both in words and 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 price written in words and the price written in figures, the price written in words shall govern. In case of discrepancy between unit prices and extended amounts, the unit price shall govern. 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 r IJ i� L 31 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, Terminal Storage Reservoir, Contract E. 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 Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer's Submittal Form. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to proposer for his inspection in accordance with the Notice to Offerors. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 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 cant' 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. (c) The quality of performance of previous contracts or services. (d) The safety record of the Contractor and proposed Sub -Contractors (e) The experience and qualifications of key project personnel (f) Past experience with the Owner Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BASIS OF PROPOSALS AND SELECTION CRITERIA The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Local Government Code Section 271.116. The selection criteria used to evaluate each proposal includes the following items and weighting factors. The Maximum Point value is 100 points. The weight factor is 60% for Price, 30% for Contractor Qualifications, 5% for Safety Record, and 5% for Construction Time. 32.1 60% PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor = Price Score 32.2 30% CONTRACTOR OUALIRCATIONS: 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 thirty points allowable. Each evaluator assigns points based upon the responses the Offeror provides in the "Contractor's Statement of Qualifications" and any past experience with the Offeror. The "Contractor's Statement of 10 a. Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.3 5% SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses you provide in your "Safety Record Questionnaire" and the Contractors Experience Modification Rate. The Offeror shall submit this rate and supporting information with his proposal as part of the Safety Record Questionnaire. Contractors with an Experience Modification Rate greater than I will not be considered. The City may consider any incidents involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators will base their rating primarily upon the type of offense, location where the offense occurred„ final disposition of the offense, and the penalty assessed as well as the Experience Modification Rate. 32.4 5% CONSTRUCTION TIME: This criterion is also more subjectively evaluated and 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 Offeror provides in the Contractors Statement of Qualifications and any follow-up information obtained from reference contact persons or organizations. 32.5 EVALUATION PROCESS: Evaluators will independently review and score each proposal. The committee will meet, during which time the Committee Chairperson will total the individual scores. If the individual scores are similar, the Chairperson will average the scores then rank offerors accordingly. If the scores are significantly diverse, the Chairperson will initiate and moderates discussion to determine the reasons for the differences and ensure that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. The estimated budget for the construction phase of this project is $ 15,000,000.00. 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 I 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 maybe rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind." 34. ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 34.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the offeror's proposal.. 35 PREVAILING WAGE RATES 35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or 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 wage rates attached herein for Lubbock County. a� 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 { i 12- 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. 13 TEXAS LOCAL GOVERNMENT CODE & 271.116 SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS (a) In selecting a contractor through competitive sealed proposals for construction, rehabilitation, alteration, or repair services for a facility or for construction of a project to which Section 252.043(d-1) applies, a governmental entity shall follow the procedures prescribed by this section. (a-1) In this section "facility" means an improvement to real property. (b) The governmental entity shall select or designate an engineer or architect to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. (c) The governmental entity shall provide or contract for, independently of the contractor, the inspection services, the testing of construction materials engineering, and the verification testing services necessary for acceptance of the facility or project by the governmental entity. The governmental entity shall select those services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify them in the request for proposals. (d) The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria, estimated budget, project scope, schedule, and other information that contractors may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. (e) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and, if any are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of opening the proposals, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. (f) The governmental entity shall select the offeror that offers the best value for the governmental entity based on the published selection criteria and on its ranking evaluation. The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the governmental entity is unable to negotiate a contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. (g) In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. PROPOSAL SUBMITTAL FORM I " Pau Intentionally Left Blank I r PROPOSAL SUBMITTAL FORM LUMP SUM PROPOSAL CONTRACT �( DATE: 6ZAUAaU l G , d of D PROJECT NUMBER: # 10-049-MA - Lake Alan Henry Water Supply Project, Terminal Storage Reservoir, Contract E Proposal of rypCoK "tSTJ &&f"tZl1 C ► 0(ZS, LTD, (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, Terminal Storage Reservoir — Contract E, 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 stated is represented to cover all expenses incurred in performing the work required under the contract documents. Proposal Item 1. Project Mobilization (limited to 5% of the Total Proposed Price) for the lump sum amount of: Materials: ! � +tuN� �� l �p $ '055c)1 000 Labor: �Wca1t't '�kow S ►�• $ Z 0+ S' Total: h26E 4u,+oA� Ft �u �G�ow Sa+NIX v0 $ 3 S0 0 00 Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern. C Proposal Item 2. Construction of the entire project for the lump sum amount of del Materials: fiyE l'�/J� far��q �Ik ousAK�P $ 5.141(o, 000 � - Labor: %1tL t 0a $ -3 Z O' OOr C f Total: wwc- M111C..►� � -ts� 5� 6ws�t $ �� 33b, o00 00 Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern. �i Proposal Item 3. Trench Protection* for the lump sum amount of: C "/ �} G. 2: Materials: --5eA9 .i /AoQ9Mn J m $ 7000 4- Tome- /-7a4'J4Wo ,fib//•yes Labor: 15! $ 3D0O Total: EdJ %04/,l4-� %,d 11472J m $ �0 1W Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern. �; `- TRA VELERS CASUAL TYAND SURETY COMPANY Hartford, Connecticut 06183 BID BOND BID BOND NO.8 SB 5676997BCA t ,CNOW ALL MEN BY THESE PRESENTS, That we, ARCHER- WESTERN CONTRACTORS, LTD. 2121 Avenue J, Suite 103, Arlington, TX 76006 as Principal, hereinafter called the Principal, and TRAVELERS CASUALTY AND SURETY COMPANY, of Hartford, Connecticut, a corporation duly organized under the laws of the state of Connecticut, authorized to transact business in the State of Texas, as Surety, hereinafter called the Surety, are held and firmly bound unto the# CITY OF LUBBOCK, TEXAS as Obligee, hereinafter called the obligee, in the sum of FIVE (5%) PERCENT OF BID PRICE 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 TERMINAL STORAGE RESERVOIR - CONTRACT E - RFP 10-049 CONTRACT # 9386 LUBBOCK, TEXAS 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 15th day of FEBRUARY, A.D., 2010. ARCHER MSTERNCONTRACTORS,, LTD. By. (Seal) (witness) TRA VELERS CASUAL TYAND SURETY COMPANY (A.M. Best rating: A+ XV) By; (Seal) EILEENL C T, ATT0RNF,Y.I1V FACT Telephone: (708) 824-1700 inted in cooperation with the American Institute of Architects (AIA) by Travelers Casualty and Surety Company. The language in the document i conforms exactly to the language used in AIA Document A310, February 1970 edition. (S-1869-GI) (7-97) r STATE OF ILLINOIS. ) I, BETH NAGEL a Notary Public in and for said County and ) SS. State, do hereby certify that Resident /' COUNTY OF COOK ) Via President, and Resident Assistant Sc�cretary, EILEEN LUCITT Attorney -in -Fact, of TRAVELERS CASUALTY AND SURETY COMPANY, who is - "OFFICIAL SEAL" personally known..to me to be. the same person ` whose name is Beth Nagel subscribed to the foregoing .instrument, appeared before me this day in Notary Public —State of Illinois person, and acknowledged that s he signed, sealed and delivered My Commission Expires 8/21/2010 said instrument, for and on behalf of TRAVELERS CASUALTY AND SURETY COMPANY, for the uses and purposes therein set forth. Given under my hand and notarial seal, this 15th, day of FEBRUARY 2010 s.I 139-D (07-97) Notary Public Pay Intentionally Left Blank I-j • Olt POWER OF ATTORNEY TRAVELERS, Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 218690 Certificate No. 003350940 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Kevin P. Nagel, Eileen Lucitt, and David C. Banks of the City of Park Ridge/Crestwood/Wheaton , State of Illinois , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their .business of,guamnteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any.octions or proceedings allowed by law. IN WITNF�Sa WHEREOF, the Compg�y�Jtave caused this instrument to be $3gned and thek corporate seals to be hereto affixed, this 23rd day of LLt�n►►// .'.6^ Farmington Casualty Company t f« _, St. Paul Mercury Insurance Company m'Y Fidelity and Guaranty=Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance -Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company GRSU^� FIRE 6 �pM,IMfU .� INSUq 'IV Akq ..(90 ..P1:.'ORAT. ;f^ oi z: aAmroAo, CONK ,....•. State of Connecticut City of Hartford ss. By: Georg Thompson, trti ce President 23rd May 2007 On this the day of , before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. fowo� 1.-- In Witness Whereof, I hereunto set my hand and official seal. Qik� C • V�v'�^�`^� My Commission expires the 30th day of June, 2011. # Marie C. Tetreault, Notary Public 58440-4-09 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her, and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian,Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and Umted Itafes Fide*i and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Comeau es;=whl�Ch�ts_ in force.1fid effect and has not been revoked. 15th FEBRUARY 10 IN TESTIMONY WHEREOF, I have hereunto set my hand aqd affixed the seals of said4ompanies this day of 20 _. Kori M. Johan Assistant Secretary pA64,��r 'MIRE 4.y C�R�"f�SGy Jpi 1NS4gq eJp1.lY AMgq �P�Rfry� . �]iti""V ~ 1982 0 � y977 $ � !; mj �i�i Z?eP voaa�::se, W IiNdPORD, + tNAfFOpD, � `s, y�cw a b� �9J� ';:SEgLIo' 'SSALre W Caa1 0" 1 � jP "' tB96 �r To verify the authenticity of this Power of Attorney, call 1-800421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. RED CONTRACTORS STATEMENT OF QUALIFICATIONS Individual contractors and joint ventures submitting arooposal must complete the following evaluation information for the Project. Joint ventures shall be composed ofnotmore than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of proposal submittal. Failure to submit the following Proposal Evaluation information may result in the OWNER considering the proposal non -responsive and result in rejection of the proposal by the OWNER Offerors are to provide any additional information requested by the OWNER In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. OUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? ^ 2 () Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A'. 5EF— -l-t � nA o (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". See, s?cxla�A TVA. E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. e The qualifications of a firm shall not deprive the OWNER of the right to accept a proposal, which in its judgment is the lowest and best proposal, to reject any and all proposals, to waive irregularities in the proposals, or to reject nonconforming, non -responsive, or conditional proposals. In addition, the OWNER reserves the right to reject any proposal where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatemefits on the qualifications forms may be grounds for rejection of the firm's proposal on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. r Complete the following information for your organization: 1 4 Contractor's General Information Organization Doing Business As N 5T Co T C ro�5 LT Business Address of Principle Office 3715- ®9,5/ RAWA l L 100 SU / T'?, 50 T G 303,-2-7 Telephone Numbers p - Op Main Number A3 - 49 4TO - 6 Fax Number 0- 3 Web Site Address (,000(v. walshU Form of Business (Check One) If a �Corporafion Date of Incorporation A Corporation Pa ership An individual QD3 State of Incorporation Chief Executive Officer's Name DAA 16 L WAVA President's Name A k A-rY71 ;:-►, l 1 I.A i-a Vice President's Name(s) - Business Address Average Number of Current Full 2 TAverage Estimate of Revenue Time Employees 1300 for the Current Year 10 i Contractor's Organizational Experience r9 Organization Doing Business As Atc p S La. Business Address of Regional Office 401 E U - U/ 103 0 60 Name of Regional Office Manager 59 Pd Telephone Numbers Main Number - J - 6 -3 g Fax Number - Web Site Address vt/� Organization List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related companies p sently doing business: Names of Organization From Date To Date yv List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership RS /-7Z) IS A A*(OUV Qlclt /ED i OF U ,eocrP ec p FRWILIZ �t��i477ot�. Construction Experience Years experience in projects similar to the proposed project As a General Contractor I cJ2 As a Joint Venture Partner Has this or a predecessor organization ever defaded on a projector failed to complete any work awarded to it? - /v4 If yes provide full details in a separate attachmerd. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten ears? Ald If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local state or federal agency whin the last five ears? 0 If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currerily in any litigation or contemplating liti ation? &--S If yes provide full details in a separate attachment See attachment No. ? Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? If yes provide full details in a separate attachment. See attachment No. Contractor's Proposed Key Personnel Organization Doing Business As 2C�I i�i2- �S'i"��� - 41T' • ed Pioject Orgamization Provide a brief description of . the managerial structure of the organ ion and illustrate with an organizational cart. Include the title and names of key personnel. Include this chart as an attachment to this description. See attachment No. U 9, I Archer Western is a subsidiary of the Walsh Group, a 220 year old, family owned and operated, corporation, which Is now in their fourth generation of ownership. Archer Western's president and CEO is Matthew Walsh. Once a bid becomes a contract, the Project receives individual management ' and supervision by a dedicated Regional Business Group Manager (BGM). Provide a brief description of the managerial 'structure proposed for this project and illustrate with an organizational chart Include the title and names ofproposed key personnel and alternates. Include this chart as an attachment to this description. See attachment No. FoUit The BGM assigns the project to a Program Manager and together they decide on the appropriate Project Team of a Project Manager, Superintendent, Quality Control, Safety and field staff. The Project Manager'oversees the entire prioject and coordinate all project team members, ensuring the Owner a successful project delivery. The Superintendent is fully responsible for all day-to-day, on site operation and completion of the project. The QCSM and Safety Manager work as part of the team, but also as liaisons for the Owner/Construction Manager to ensure that quality and safety are maintained as a. goal toward success. Experienceof - Personnel information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel- Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Alternate Candidate Project Manages ,dA PICK F90Orv1 Project Superintendent Llhhd,L K Lod Project Safety Officer Dmod &wk-s AIA kr, vwf- i E�oc Quality Control Manager (,, j Aic If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each rote. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. 5FF- PK-UMIFs 4 AWM ri ve ,,,J 56 c.ronl Jive C Managers Proposed Project Mana P 1 9 Organization Doing Business As Primary Candidate Name of Individual I A( i✓STE T'C7'o,25 L�j . QA ae UQSLL, Years of Experience as Project Manager / 0 Years of Experience with this Organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Y ��CIE1Joc cG N4)ec-T- 6AU 2o%-Z- -rttk DTP v2o ZO 10 s T 2-0 0 OVS- Refe ence Contact Information (listing names indicates approval to contacting the names individuals as a reference Name SEv As,-AWET Name oo e Title/ Position s Dlf- Title/ Position Dallas IVIO, Okk6e-p-- Organization C ITA 0C Organization 0 PVIA Telephone - 5 Telephone _ - a 00 E-mail ie. AiseA6,kt- oY v-a .em E-mail I C ;1RWGVu. Project 5S LALAnDA3 VM1 Project Candidate role p on Project I � QJ ACT WA9k rs . Candidate Name of Individual Candidates role on ProjectAlternate�7— ICK Vpzom Years of Experience as Project Manager Years of Experience with this Organization Number of similar projects as Project Manager C20 + Number of similar projects in other positions I S + Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Co l-&e TP wr toeATY49Z0/,0 l Dui? war I Mfiu vg � CN as' b Reference Name . S811� contacting Name the names individuals as LX 15ACV-US Title/ Position P p.F � -7t Title/ Position FAA PA gcT A kC Organization uAnAurs-bWe-o w6z uT* anization , mons gift U ,E r Telephone o -6&o . Ro6q Telephone S' - 6 - S1 E-mail 44 ur , / E-mail C-e Project Q a Pro ect i ce p Candidate role on Pr 'ect �Ql�� /� hS�ie Candidate role on Project %�goJga UA-dk r C 8 Proposed Project Superintendent Organization Doing Business As primary Candidate - Name of Individual Years of Experience as Project Sul Years of Experience with this Orga Number of similar projects as Supe Number of similar projects in other Current Project Assignments Name of Assignment 44P Contact names Organization cl-rq OF LUBbo,-V- Tele hone - 2i E-mail „A^ u w; Pro'ect- - _TkAak 1 a I PUM-c' s Candidate role on Pro ect ISu Pal r��l�F�l i Alternate Candidate;. Name of Individual Years of Experience as Project Superintendent Years of Experience with this Organization Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment "AP• Percent of Time Used for this Project Estimated Project Completion Date Day ip approval to contacting the names individuals as a Name E hQ?9M Title/ Position ` fta - XT KTt ot1 ENA, Eel Or anization Ty, 130r Te hone E-mail U uMP Candidate role on Proiect S O iJTg#JO--AJT- 3 Percent of Time for this Proiect Estimated Comaletion Date Name 6&4 A&AupYName c T- Title/ Position (t- F �� Title/ Position tm ma. of tow UnLiTI Organization Organization Or, takwt . Telephone 3o-(PLO o - &off Telephone - 3- gt ,�- E-mail r 1. of E-mail fld,e CJ 12 QVVa#rCOs o Project -C4 c► Project ftrfallp IkTp o, Candidate role on Project SJ P c.� ►►�C�►�iO��T Candidate role on Project Sul PS-2-(li TFAC)5,AT 9 `r } Proposed Project Safety Officer Organization Doing Business As Candidate Name of Individual } sT A T - -S LTD Uw,oK S Years of Experience as Project Safety Officer Years of Experience with this Organization Number of similar projects as Safety Officer g Number of sirdilar projects in other positions 10 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date l.t- s NAP Zo t o Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference Name 00D U Name ,�_A60?9vuAl Title/ Position ,, Title! Position o ,q Organ6¢ation 0'au oF Lmsocy= Organization TX DOT Telephone (D- '7 Telephone - j E-mail fTA Kk) �h d1Q 1 C '. b .fx. s E-mail lob-0?eMaV1&-CJ04*, Project U Pro ect - wtp S p Candidate role on Project I $uP-f2-J1-f-a10V-klT- Candidate Name of Individual Candidate role on Project k S11ReerAIT?FAID 9AJ7— Years of Experience as Project Safety Officer J (� Years of Experience with this Organization Number of similar projects as Safety Officer �- Number of similar projects in other positions s k W T de- CA -PAC i o f Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date lD AL c 00'% Reference Contact Name Information (listing names indtates i?-r rr approval to contacting Name the names individuals as a L 1 F7b t4 Title/ Position 4P64 i T c <r2 Title/ Position �o P Eje.t JT Organization 5TEZJ Organization 9-ST C ( ezoe-5 Tele hone o - Telephone P, 1-7- (o 40 -2 M E-mail -mail 0 you . Project U0 Project Q ; ou Candidate role on Project WgN� Candidate role on Project SHg a/ ljW,4Z-,E Z_ 10 d5 lFcIY OFF-fc'i m. Proposed Project Quality Control Manager Organization Doing Business As Prinl�iry Candidate Name of Individual \e 7gee� C TR,AC.T A U25( Years of Experience as Quality Control Manager p Years of Experience with this Organization Number of similar projects as Quality Manager / Number of similar projects in other positions Q Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date as I 01, `2o o- C kl s o ems- *7d CIO Refeirence Contact Information (listing names indicates approval to contacting the names individuals as a reference Name -kugu ljhSFJr U Name jeepdc.(tJ Title/ Position fl 5_ ,c- Title/ Position Or anization p o O anizationCDM Telephone is - Telephone o E-mad jUifl;e, 1j)kisqj& eom E-mail w .cew Project g - - Project - d 2 -- ee -- Candidate role on Project Q100- Alternate Candidate Name of Individual Candidate role on Project K So� Years of Experience as Quality Control Manager Years of Experience with this Organization Number of similar projects as Quality Manager Number of similar projects in other positions - (- Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date e ! MtWVfW oo'J 'ZVI o ContactReference Name • •(listingnames indicatesapproval r, 4xii AsAfauName • contactingthe names• • Title/ Position itle/ Position d6 Or anization &AEW vo-cAunw anization Z44��-s PJt/8C Aankkiw -Telephone 22- -ahm. Telephone S - /- 3 E-mail 0 p/' E-mail �f i�+S• 0 Pro ect VA #W Project Li , Candidate role on Project cX wX, L gLo Candidate role on Project / t(Au {'Ietq) g6kA / 2rAY rc60AV- I< 11 NY Contractor's Project Experience and Resources Organization Doing Business As �GI�Fg�, �STicR. Ce �Q Provide a list of major projects that are currently underway, or have been completed within the last five ears on Attachment A 5EF9 sliq--1144 51 Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five years which specifically illustrate the organizations capability to provide best value to the Owner for this project. S e- Stc-1 i 8" Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed key personnel. -g1a rscTiqtA Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: 1. Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost control sere Sec7rr04 SevEk 5. Quality management 6. Project site safety 7. Managing changes to the project B. Managing equipment • . Provide a list of major equipment proposed for use on this project. Attach Additional Information if necessary Equipment Item Primary Use on Project Own BWiill Lease What work will the organization complete using its own resources? AUX 5P f&4.9F:Z)A �i.S D9440L,T1014 CC.��42KlRC;Qu , Z-rxr—CWIL-, PPIA4, C4aiC1et=7!°, &.bQK -�-2/9c170d OF ►l�(�TA'L5/ s�GTi[fr¢L s7�C�/ I'�C+�fiv�G'gL PrP��ly� EQUIPT' /�S�r� What work does the organization propose to subcontract on thisproject? �1 EG>�HC�G . A /JTA]EI 12 Contractor's Subcontractors and Vendors Business As Provide a list of subcontractors that will provide more than 10 percent of the work (based on contract amounts Name Work to be Provided Est Percent Comment of Contract 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 Provide_ a list of major equipment proposed for use on this project. Attach Additional Information if necessary Vendor Name Equipment /Material Provided Furnish FurnishOnly and Other Install 13 CITY OFLCBHOCK MURANCE REQitPEMENT AFFJIDAVIT To Be Completed by ON= and Agestt Must be sdmittcd veitfrPropomd i I, the undersigmAl Ofornr, certify that the insuzmwe scents commhpd is thus propnsai d=mwdve be= reviewed by me wish the Wow ideadfied Imwanra AgoodBrtalaes. IfI am awarded this t onbaU by the Chy of�*bm� I w01 br able to, wMilm ten (10) busiueu clays agar befog mffmd of sins Award by tip City of Lubbock fisniih a valid insEuaace cmMcate to the City meeting all of tbe mpil %nenu deAW in this p-taposal. /A � ISO AI.f ContracF (Orwnal Signature) r �' Comm= (Prim) I ( CDII3RACTDk'S xTRM?�tAh+iE:TF ,!C, �o . LTD V (Print or Type) L Co> CTORs lAMRESS: calat AVM ' to3 AU Name ofAg lent: A0nRis4SejyicesjRjchardSiihak t C- Agemi I Brakar (Sigrtatute} Address of ApDVBroker 200 E. Randolph St L`itYPStstemp:_ Chicago IL 60606 AgeDVSroI= TaIepbone Nmnbnr: ( 312) 381-4380,_ Date: 1-2§-10 NOTE TO CONTRACTOR [ If the time regu➢ronmat speeffW above is not met, the City bar. the riot to reject this proposal and 4ward the contract to another contractor. if you have any questions concerning these requirements, please C ntad the Purchasing Manager for the City of Lubbock at (OM 775-216 L PROPOSAL# - Lake Alan Henry Water Supply Project; Tetmitsal Storage Reservoir Contract E Pame Intentionally Left Blank SAFETY RECORD QUESTIONNAIRE The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspensionhevocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, the offense of which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following three (3) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received, citations for violations of OSHA within the past three (3) years? YES X_ NO I5 cE SeCT io43 WE - If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, a summary listing of the citations and the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. Offeror's Initials QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. " YES NO A 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 firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO_X_ If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. .QUESTION FOUR Provide your company's Experience Modification Rate and supporting information: (). q I ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may c e my proposal to be rejected. Signature Title 2 SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: Aer_y,,_ C &r w -roys, LT7i FEDERAL TAXED or SOCIAL SECURITY No. _fin Signature of Company Official: 7 e' Printed name of company official sigain above: (, A-Csq Date Signed: R56I° uM::q IS, 20 w Page Intentionally Left Blank m PROPOSED LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. ❑ ❑ 2. ❑ ❑ 3. ❑ ❑ 4. ❑ ❑ 5. ❑ ❑ 6. ❑ ❑ 7. ❑ ❑ g. ❑ ❑ 9. ❑ ❑ 10. ❑ ❑ 11. ❑ ❑ 12. ❑ ❑ 13. ❑ ❑ 14. ❑ ❑ 15. ❑ ❑ 16. ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO Page Intentionally Left Blank POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing Manager Office Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due. FINAL LIST OF SUB -CONTRACTORS Paae Intentionally Left Blank Contract E _FINAL LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. ACME ELECTRIC FORT WORTH ELECTRICAL 0 1 TEXAS 0 0 3. ARMOR ASPHALT LUBBOCK ASPHALT PAVING 0 73 4. TEXAS 0 0 5. COLORADO LINING PARKER HDPE LINER 0 P 6. COLORADO 0 0 7. SOTO''S STEEL DALLAS INSTALL REBAR IR 0 & TEXAS o 0 9. GREEN SCAPING N. RICHLAND SITE SEEDING 4t 0 10. HILLS, TX. o 0 11. R.E. MONKS CONST. COLORADO EARTHWORK 0 IP 12. SPRINGS, CO 0 0 13. 0 0 14. 0 0 15. 0 0 16. a o THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE 1F NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO Paae Intentionally Left Blank PAYMENT BOND Page Intentionally Left Blank '11 ,, Bond # 105418207 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that ARCHER WESTERN CONTRACTORS LTD. (hereinafter called the Principal(s.), as Principal(s), and TRAVELERS CASUALTY AND SURETY COMPANY (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount'of NINE MILLION SIN`FIUNDRED NINETY-SIX THOUSAND DOLLARS AND NO/100 Dollars ($9,696,000.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 25t` day of March, 2010, _PERFORM CONSTRUCTION AT LAKE ALAN HENRY WATER SUPPLY PROJECT TERMINAL STORAGE RESERVOIR CONTRACT E and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent . as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 25th day of _April 2010. TRAVELERS CASUALTY AND SURETY COMPANY Surety *By._ KATHLEEN O'ROURKE Title: ATTORNEY -IN -FACT ARCHER WESTERN CONTRACTORS LTD. By: MATTHEW WALSH (Printed Name) (Signature) _PRESIDENT (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates **Shropshire an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Travelers Casualty and Surety Company Surety * By: (Title) Approved as to form: Kathleen C. O'Rourke, Attorney -in -fact City of Lubbock By: City Attorney * Note: If signed by a officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, a copy of power of attorney shall be provided to the City of Lubbock. _ **John V. Shropshire, Jr. 5812 66th Street Lubbock, TX 79424 Phone: (806) 763-7311 g� r� o_ 2 i POWER OF ATTORNEY TRAVELERS J Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company Attorney -In Fact No. 222218 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 003550952 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Kathleen C. O'Rourke, Brian R. Walsh, and J. William Ernstrom of the City of Chicago , State of Illinois , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 9th 1lv z day of Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty InsuranceUnderwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company ? GA6U,��•` N��"°'�[,� c yF\FE ,{, 4+ o`�N..IMS�9 Jp�.......0 q• e�P,tV Apc �}'f 4o P rip RPONA •.1s Q4;� • . �' ,,popypOAp�"� 11 ORAttD T �i �F;m y,; �pRPORAT�'iPia1R�FOHQ rS a� HACONN. ONN. $ �•.,.._..�'"� � 1896 -r State of Connecticut City of Hartford ss. By: At,�,j� Georg Thompson, U., ice President On this the 9th day of March 2010 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. e10xx In Witness Whereof, I hereunto set my hand and official seal. � My Commission expires the 30th day of June, 2011. Mane C. Tetreault, Notary Public 58440-4-09 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: I RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at anytime may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. i 1, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelityand Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and Affixed the seals of said Companies this Z5 day of P VZI V 20 1_0 l Kori M. Johans Assistant Secretary s GRSU,� p\RE 6 AM lys " ,NgV'i iY Ary �Fl3tYMfo 02 °Rer a �Pp°Oy9+ypa 'r mac. RPO A�,1 �4:' 4 ,, G,P 4 � � B 2�' O 6 19/ ! � ' � n � r ° „R F � cOp?ORA►�:• � a HI1RiFORD, � IL1RfFOR0.� i D CQNN. n OOIY7. ,gyp 89S SEALio) ��` � � 96 •7 � ° o•.• �•.SHALia o ��y ��� � 1� �~@s�ix HCEcc ds........�gPi v?•., •''as e, pr To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. r. �I WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER �_ TRAVELERSJ You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3130 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 IL ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. Y PERFORMANCE BONA Paine Intentionally Left Blank Bond No. 105418207 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that ARCHER WESTERN CONTRACTORS LTD. (hereinafter called the Principal(s), as Principal(s), and TRAVELERS CASUALTY AND SURETY COMPANY (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of NINE MILLION SIX HUNDRED NINETY-SIX THOUSAND DOLLARS AND NO/100 Dollars ($2&2k 000.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 25th day of March, 2010, PERFORM CONSTRUCTION AT LAKE ALAN HENRY WATER SUPPLY PROJECT TERMINAL STORAGE RESERVOIR CONTRACT E and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 25th day of March 2010. TRAVELERS CASUALTY AND SURETY COMPANY Surety *B 4WI C1 y� 0 7&4c/ KATHLEEN O'ROURKE Title: ATTORNEY -IN -FACT ARCHER WESTERN CONTRACTORS LTD. By: MATTHEW WALSH (Printed Name) (Signature) PRESIDENT (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates **Shropshire Agency an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Travelers Casualty and Sure Company Surety * By: Kathleen C. O'Rourke Attorney -in -Fact Approved as to form: City of Lubb By: City Attorney * Note: If signed by a officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, a copy of power of attorney shall be provided to the City of Lubbock. **John V. Shropshire, Jr., 5812 661h Street, Lubbock, TX 79424, Phone: (806) 763-7311 POWER OF ATTORNEY TRAVELER.? J Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 222218 Certificate No. 003550974 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Kathleen C. O'Rourke, Brian R. Walsh, and J. William Ernstrom State of Illinois County of Cook On this 25th day of March t h 1 e e n C. 0 *- o l�rtz �— , 2010, before me personallyappeared , known to me to be the Attorney -in -Fact of TRAVELERS CASUALTY AND SURETY COMPANY, the corporation that executed the within instrument and acknowledged to I; that such corporation executed the same. g me 11 � IN WITNESS I WHEREOF, I have hereunto set my hand and affixed my official seal the day and year in this certificate first written above. COLLEEN LODEWYCK BECKER OFFICIAL SEAL Notary Public, State of Illinois My Commission Expires OLD September 21, 2010 State of Connecticut City of Hartford ss. By: Georg Thompson, tr ice President 9th March 2010 On this the day of , before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G•T�' In Witness Whereof, I hereunto set my hand and official seal. eiAA � My Commission expires the 30th day of June, 2011. p�`�G * Marie C. Tetreault, Notary Public 58440-4-09 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER No Text Bond # 105418207 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) 17 OF THE TEXAS GOVERNMENT CODE 1 (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that ARCHER WESTERN CONTRACTORS LTD._ (hereinafter called the Principal(s), as Principal(s), - and TRAVELER_ S CASUALTY AND SURETY COMPANY hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of NINE MILLION SIX HUNDRED NINETY-SIX THOUSAND DOLLARS AND NO/100 Dollars ($9,696,000.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 25`h day of March, 2010, to _PERFORM CONSTRUCTION AT LAKE ALAN HENRY WATER SUPPLY PROJECT TERMINAL STORAGE RESERVOIR CONTRACT E 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 sealed this instrument this 256 _ day of March , 2010. TRAVELERS CASUALTY AND SURETY COMPANY *By: C. V VJZ, KATHLEEN O'ROURKE ATTORNEY -IN -FACT ARCHER WESTERN CONTRACTORS LTD (Company Name) By _MATTHEW WALSH CtA (Signature) PRESIDENT (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates **Shropshire an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Travelers Casualty and Surety Company Surety *By:4W&b_j'C."UV Kathleen C. O'Rour(ff#le)Attorney—in—fact Approved as to Form City of Lubb Xk,, By: City Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, a copy of power of attorney shall be provided to the City of Lubbock. **John V. Shropshire, Jr. Ij 1 5812 66th Street Lubbock, TX 79424 Phone: (806) 763-7311 You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3130 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800)252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. .. �� ��.m �.,. _ �„e .-,..„ ��,,. �.,� �,,... .m.,g �.,mm�.e� �.,,. ,�,. „.,.� ,.._. fie.. _,.:„,� �,.,, .:..,..,� ��:.;,�.=,,,my P"'.............i """°'i 'i s�w�+.•m m....�e F- _.0 �,. � � .� '.-,�r�w-..vr� �� ;c^ dcx ,� _._r. _. ,. ....� 'm�.,....�„�w.� 4�,d 'a�.,,��„�ea CERTIFICATE OF INSURANCE Page Intentionally Left Blank I I d�-rsRd CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 04/07/2010 PRODUCER Aon Risk Services Central, inc. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY Chicago IL Office AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS 200 East Randolph CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE Chicago IL 60601 USA COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # PRONE- 866 283-7122 FAX 847 953-5390 INSURED INSURER A: Arch Insurance Company 11150 •• Archer western Contractors, Ltd. 2121 Avenue 7 Suite 103 Arlington TX 76006 USA 1.0 INSURERB: Allied world National Assurance Company 10690 INSURERC: INSURER D: d INSURER E: ,a 1,2 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. LIMITS SHOWN ARE AS REQUESTED INSR LTR ADDT INSR11 TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LDHCTS DATE(MMMDIYYYY DA D A ERAL LIABIITY 41PKG2253203 06/01/2009 06/01/2010 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED $ 300 , 000 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE ® OCCUR PREMISES occurrence M oa person PERSONAL & ADV INJURY $l, 000, 000 M N m GENERAL AGGREGATE $ 2 , 000 , 000 GEN'L AGGREGATE LIMIT APPLIES PER: ❑ POLICY ElJPRO-ECT LOC 00 „y O O I- PRODUCTS - COMP/OP ACG S2,000,000 A A AUTOMOBILE LIABI.rrY ANY AUTO 41cAB2253303 MA 41PKG2253203 06/01/2009 06/01/2009 06/01/2010 06/01/2010 COMBINED SINGLE LIMIT (Ea accident) $ 2 , 000 , 000 o Z w BODILY INJURY ALL OWNED AUTOS ADS u SCHEDULED AUTOS (Pa P—.) X HIRED AUTOS w V BODILY INJURY NON OWNED AUTOS (Pa accident) PROPERTY DAMAGE (Pa accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT ANY AUTO OTHER THAN EA ACC R AUTO ONLY AGG B EXCESS / UMBRELLA LIABIdTY C012192001 06/01/2009 EACH OCCURRENCE ElOCCUR ❑ CLAIMS MADE AGGREGATE $10,000,000 BDEDUCTIBLE RETENTION A WORKERS COMPENSATION AND 41wciZ253103 06/01/2009 Ub/UI/ZUIU )( WC STATU- OTH- EMPLOYERS' LIABILITY E.L EACH ACCIDENT $1, 000 , 000 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERIME BER EXCLUDED? (Mmilatory in N� If descnbe unda SPECIAL PROVISIONS bebw E.L. DISEASE -EA EMPLOYEE $1, 000, 000 E.L. DISEASE -POLICY LIrffI $1, 000 , 000 OTEIER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS - Project: Lubbock Terminal Storage Reservoir; 5114 E FM 1585, Lubbock, Texas 79404 Archer western job #: 210020 1 see Attachment. ti- CERFIFICA Z HOLDER CANCELLATION City Of Lubbock SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELIIIA BEFORE THE EXPIRATION Attn : Marta Alvarez DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL Purchasing Manager 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 162 5 13th street, ROOm 204 BUT FAILURE TO DO SO SHALL RVIPOSE NO OBLIGATION OR LJABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. Lubbock TX 79401 USA AUTHORIZED REPRESENTATIVE Jv. ACORD 25 (2009/01) 01988-2009 ACORD CORPORATION. All rights reserve No Text ,s INSURED Archer Western Contractors, Ltd. 2121 Avenue 7 Suite 103 Arlington Tx 76006 USA Attachment 1. Parkhill, Smith and Cooper 2. slack and Veatch Corporation 3. Hamilton Engineering are an Additional Insured/s pertaining to General Liability, Auto Liability, and Excess Liability with respects to liability arising out of the Named Insured's operations on the referenced project. Professional services for Architects, Engineers, Consultants, etc. are excluded. Certificate No : 570038392343 C...J No Text INSURED Archer Western Contractors, Ltd. 2121 Avenue 7 Suite 103 Arlington Tx 76006 USA CG 20 10 07 04 Pg. 1 of 2 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSERS OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILTY COVERAGE PART. SCHEDULE Name of Additional Insured Person(s) or Organization (s): Parkhill, Smith and Cooper Black and Veatch Corporation Hamilton Engineering Location(s) of covered Operations Project: Lubbock Terminal storage Reservoir; 5114 E FM 1585, Lubbock, Texas 79404 Archer western Job #: 210020 Information required to complete this schedule, if not shown above, will be shown in the Declarations Certificate No : 570038392343 I I I I.` . INSURED Archer western Contractors, Ltd. 2121 Avenue 7 ... suite 103 Arlington TX 76006 USA CG 20 10 07 04 Pg. 2 of 2 i A. section ii - who Is An insured is amended to include as an additional insured the person(s) or organization(s) shown in the schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. B. with respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the in]ury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project CG 20 10 07 04 Copyright, ISO Properties, Inc., 2004 Certificate No : 570038392343 ',� r; i INSURED Archer western Contractors, Ltd. 2121 Avenue J Suite 103 Arlington TX 76006 USA CG 20 37 07 04 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. -- ADDITIONAL INSURED - OWNERS, LESSERS OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILTY COVERAGE PART. SCHEDULE Name of Additional Insured Person(s) or organization (s): Parkhill, Smith and Cooper Black and Veatch Corporation Hamilton Engineering .; Location And Description Of Completed Operations: Project: Lubbock Terminal Storage Reservoir; 5114 E FM 1585, Lubbock, Texas 79404 Archer Western Job #: 210020 Information required to complete this Schedule, if not shown above, will be shown in the Declarations Section II - who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". CG 20 37 07 04 Copyright, ISO Properties, Inc., 2004 Certificate No : 570038392343 t_ � 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 (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) 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. I Paze Intentionally Left Blank CONTRACT Page Intentionally Left Blank CONTRACT # 9386 a; STATE OF TEXAS COUNTY OF LUBBOCK r- THIS AGREEMENT, made and entered into this 251h day of March, 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 Archer Western Contractors, LTD of the City of Arlington, County of Arlin on and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: PROPOSAL RFP 10-049-MA - Lake Alan Henry Water Supply Project, Terminal Storage Reservoir — Contract E and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. Archer Western Contractors LTD's proposal dated February 16, 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 same within the time specified in the contract documents. ` The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: ARCHER WESTERN CONTRACTORS LTD. By: PRINTED NAM TTHEW WALSH TITLE: PRESIDENT COMPLETE ADDRESS: t Company ARCHER WESTERN CONTRACTORS, LTD. Address 2121 AVENUE J, SUITE 103 City, State, Zip ARLINGTON, TX 76006 ATTEST: Corporate Secretary / SEAN C. WALSH CITY OF LUBBOCK, TEXAS (OWNER): By: MAYOR ATTEST: City Secrdary AP OV D AS TO FO City Attorney I III Pave Intentionally Left Blank I. j GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER 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 Archer Western Contractors, LTD 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 referring to, City of Lubbock, or its representative., so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or Resident Project Representatives as may be authorized by said Owner to act in any particular way under this agreement. Engineers, supervisors or Resident Project Representatives will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 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". f 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. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE 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. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, "the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. The terminal storage reservoir earthwork, liner testing, and inlet/outlet gates must be complete and operational, and connecting pipelines backfilled and tested for substantial completion. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. Additional lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and 4' place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the 2 Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVES AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to'be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the .. , 3 contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution 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. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The 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 l„ event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative_ certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the 4 ',1 methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. .Y 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations described in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owners 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: S (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice ,of breach from the governmental entity. 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 of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. f� to 41' t (I (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) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: 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 personsproviding, 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 (wwwJAstate.txus) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage;" and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and .payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown 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 (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN. AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend ah suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or i 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 _5 13 subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIW FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $4,000 (Four Thousand Dollars) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall fail to meet the time requirements stipulated for substantially completing the work. If the Contractor should neglect, fail, or refuse to Finally complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $2,500 (Two Thousand Five Hundred Dollars) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall fail to meet the time requirements stipulated for 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 h 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the Contract; provided, also, that when the Owner is having other work done, either by contract or by its own force, the 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. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or 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. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and 15 agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities not exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way 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 Payment for materials on hand and delivered to the project site will be limited to 100 percent of the material invoice price less the 5% standard retainage until actually incorporated into the project. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days (or as mutually agreed by both parties) after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of two (2) years from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: 17 (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall 18 be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the surn which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall riot constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 19 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING 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. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the 20 Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide 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 Light ..........................$ 8.08 0.00 Truck Driver, Tandem Axle, Semi -Trailer ...................$ 8.66 0.00 Welder .........................$ 15.25 0.00 Work Zone Barricade Servicer...$ ---------------------------------------------------------------- 8.28 0.00 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 (29CFR 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 the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 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 0 Patze Intentionally Left Blank Specifications d`F yr ei of Vlijbbock TEXAS City of Lubbock Lake Alan Henry Water Supply Project Lubbock South Water Treatment Plant Terminal Storage Reservoir Contract E . r., ...............................� � BRIAN AA. STEPHENS � �r'a�......9 2 015 ....::�: tl�,Ss/C E N S�G+r 01/13/10 F-560 January 2010 PARKHILLSMITH&COOPER PSC Project # 01275708 Paee Intentionally Left Blank TABLE OF CONTENTS DIVISION 1- GENERAL REQUIREMENTS 01010 Summary of Work..................................................................................................................... 2 01019 Contract Considerations............................................................................................................. 2 01025 Measurement and Payment........................................................................................................ 1 01040 Coordination and Meetings........................................................................................................ 2 01090 Reference Standards.................................................................................................................. 4 01300 Submittals..................................................................................................................................3 01310 Construction Scheduling............................................................................................................ 3 01320 Construction Progress Documentation....................................................................................... 2 01400 Quality Control.......................................................................................................................... 2 01500 Construction Facilities and Temporary Controls....................................................................... 3 01600 Material and Equipment............................................................................................................ 3 01610 Reservoir Equipment, General................................................................................................... 5 01650 Starting of Systems.................................................................................................................... 2 01700 Contract Closeout...................................................................................................................... 3 DIVISION 2 - SITE WORK 02050 Removal, Demolition and Salvage............................................................................................. 4 02151 Trench Safety Systems............................................................................................................... 3 02200 Earthwork.................................................................................................................................. 3 02223 Backfilling................................................................................................................................. 2 02231 Flexible Base Course................................................................................................................. 3 02245 Geomembrane Lining System.................................................................................................. 13 02248 Gravel Drainage Material.......................................................................................................... 2 02250 Leak Detection System.............................................................................................................. 2 02520 Cement Stabilized Soil...................................................................`........................................... 5 02614 Prestressed Concrete Cylinder Pipe........................................................................................... 9 02665 Piping, Valves and Fittings........................................................................................................ 9 02704 Pipeline Pressure and Leakage Testing...................................................................................... 5 02742 Dense -Graded Hot -Mix Asphalt (Method).............................................................................. 10 02933 Side Seeding..............................................................................................................................4 DIVISION 3 - CONCRETE 03100 Concrete Formwork ........................ 03200 Concrete Reinforcement ................. 03300 Cast -in -Place Concrete .................... DIVISION 4 - MASONRY Not Used ......................................................................................... 4 ...................................................................................... 2 ......................................................................................... 4 01275708 TABLE OF CONTENTS TOC - 1 01/10 SECTION 01010 SUMMARY OF WORK PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Work covered by Contract Documents B. Contractor use of site. C. Owner occupancy. 1.3 RELATED SECTIONS A. Section 01300 - Submittals: Schedules of Values. 1.4 WORK COVERED BY CONTRACT DOCUMENTS A. Identification: Lubbock South Water Treatment Plant Terminal Storage Reservoir (Contract E). 1. Location: Lubbock County, Texas (Refer to location map.) 2. Owner: City of Lubbock, Texas B. Verbal Summary: Without force or effect on requirements of the Contract Documents a brief description of the Project is as follows: The project consists of furnishing and installing a new 225 million gallon terminal storage reservoir, 4 million gallon evaporation ponds, 2 million gallon retention ponds, channels, and miscellaneous piping and appurtenances. 1.5 CONTRACTOR USE OF PREMISES A. General: During the construction period the Contractor shall have full use of the premises for construction operations, including use of the site. The Contractor's use of the premises is limited only by the Owner's right to perform work or to retain other contractors on portions of the Project. B. Use of the Site: Limit use of the premises to work in areas indicated. Confine operations to areas within contract limits indicated. Do not disturb portions of the site beyond the areas in which the Work is indicated. 1. Owner Occupancy: Allow for Owner occupancy. 2. Driveways and Entrances: Keep entrances serving the premises clear and available to the Owner, the Owner's employees, and emergency vehicles at all times. 01275708 SUMMARY OF WORK 01010 - 1 01/10 i_ is PART 2 - PRODUCTS Not Used PART 3-EXECUTION Not Used END OF SECTION t 01275708 SUMMARY OF WORK 01010 - 2 01/10 Page Intentionally Left Blank SECTION 01019 CONTRACT CONSIDERATIONS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Application for Payment. B. Change procedures. 1.3 RELATED SECTIONS A. Section 01300 - Submittals: Schedule of Values. 1.4 APPLICATIONS FOR PAYMENT A. Submit four copies of each application. B. Content and Format: Utilize Schedule of Values for listing items in Application for Payment. C. Payment Period: As defined in Owner -Contractor agreement. D. Waiver of liens from subcontractor. 1.5 CHANGE PROCEDURES A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by EJCDC 1910-8, 1990 Edition, Article 10. B. The Engineer may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications, a change in Contract Time for executing the change. Contractor will prepare and submit an estimate within 7 days. C. The Contractor may propose a change by submitting request for change to the Engineer, describing the proposed change and its full effect on the Work. Include a statement describing the reason for the change, and the effect on the Contract Sum/Price and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. Document any requested substitutions in accordance with Section 01600. D. Stipulated Sum/Price Change Order: Based on Proposal Request and Contractor's fixed price quotation or Contractor's request for a Change Order as approved by Engineer. E. Construction Change Authorization: Engineer may issue a change order signed by the Owner instructing the Contractor to proceed with a change in the Work. Document will describe changes in the Work, and designate method of determining any change in Contract Sum/Price or Contract Time. Promptly execute the change. F. Time and Material Change Order: Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. Engineer will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. 01275708 CONTRACT CONSIDERATIONS 01019 - 1 01/10 G. Maintain detailed records of work done on Time and Material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. H. Change Order Forms: EJCDC 1910-8-B. I. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as provided in the General Conditions of the Contract. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01275708 CONTRACT CONSIDERATIONS 01019 - 2 01/10 SECTION 01025 MEASUREMENT AND PAYMENT PART 1- GENERAL 1.1 GENERAL The unit lump sum price bid for this Project, as stated in the proposal, shall include furnishing all labor, superintendence, machinery, equipment, and materials necessary or incidental to complete the various items of work in accordance with the plans and specifications for a complete and working Project. 1.2 MOBILIZATION Mobilization shall include costs associated with move -in related equipment and labor, bid bond, performance and construction bonds and insurance required for this project. Total mobilization cost allowed in the bid proposal shall be limited to five (5) percent of the total bid price. 1.3 TRENCH SAFETY SYSTEMS Payment for furnishing, installing and removing trench safety systems for trenches greater than five feet in depth shall be included in the lump sum bid price for the Project. The price bid shall be full compensation for furnishing, installing and removing the trench safety system, and any and all incidental work in connection with the trench safety system not otherwise included in the bid items or otherwise provided for in the specifications. 1.4 FINAL CLEANUP A. The Contractor shall make a final cleanup of all parts of the work before final acceptance of the work by the Owner. This cleanup shall include, among other things, removing all construction materials, final grading of all trench surfaces and construction sites, and in general preparing the site of the work in an orderly manner. B. The cost of cleanup shall be included as a part of the cost of the various items of work involved and no direct compensation will be made for this work. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01275708 MEASUREMENT AND PAYMENT 01025 - 1 01/10 SECTION 01040 COORDINATION AND MEETINGS PART 1- GENERAL 1.1 SECTION INCLUDES A. Coordination B. Field Engineering C. Preconstruction Conference D. Progress Meetings E. Coordination with Utilities 1.2 COORDINATION A. Coordinate scheduling, submittals, and Work of the various Sections of specifications to assure efficient and orderly sequence of installation of interdependent construction elements with provisions for accommodating items installed later (see Project Phasing Schedule located in the bidding documents). B. Verify that utility requirement characteristics ofequipment and materials to be incorporated into the project are compatible. Coordinate work of various Sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment and materials. C. Coordinate completion and clean up of Work. 1.3 PRECONSTRUCTION CONFERENCE A. Engineer will schedule a conference after Notice to Proceed. B. Attendance Required: Owner, Engineer and Contractor and major subcontractors. C. Agenda: 1. Execution of Owner -Contractor Agreement. 2. Submission of executed bonds and insurance certificates. 3. Distribution of Contract Documents. 4. Submission of list of Subcontractors, list of products, Schedule of Values, and progress schedule. 5. Designation of personnel representing the parties in Contract and the Engineer. 6. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures. 7. Scheduling. 8. Use of premises by Owner and Contractor. 9. Owner's requirements. 10. Construction facilities and controls provided by Contractor. 11. Temporary utilities provided by Contractor. 12. Survey layout. 13. Security and housekeeping procedures. 14. Schedules. 15. Procedures for testing. 01275708 COORDINATION AND MEETINGS 01040 - 1 01/10 16. Procedures for maintaining record documents. 17. Requirements for start-up of equipment. 18. Inspection and acceptance of equipment put into service during construction period. 19. Coordination with Contract F "Lubbock South Water Treatment Plant." 1.4 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at maximum monthly intervals. B. Monthly progress meetings will be held on site at the job trailer. C. Contractor to make arrangements for meetings, prepare agenda with copies for participants, preside at meetings, record minutes, and distribute copies within one week to Engineer, participants, and those affected by decisions made. D. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as appropriate to agenda topics for each meeting. E. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. 1.5 COORDINATION WITH OWNERS OF EXISTING UTILITIES The Contractor is responsible for notifying all owners of utilities that are to be crossed or otherwise exposed during construction no less than seven days prior to uncovering the utility. PART2-PRODUCTS Not Used PART 3 - EXECUTION 3.1 EXAMINATION Verify that existing site conditions and substrate surfaces are acceptable for subsequent work. Beginning new work means acceptance of existing conditions. END OF SECTION 01275708 COORDINATION AND MEETINGS 01040 - 2 01/10 SECTION 01090 REFERENCE STANDARDS PART 1-GENERAL 1.1 SECTION INCLUDES A. Quality assurance. B. Schedule of references. 1.2 RELATED SECTIONS A. General Conditions. 1.3 QUALITY ASSURANCE A. For products or workmanship specified by association, trade, or Federal Standards, comply v requirements of the standard, except when more rigid requirements are specified or are requi by applicable codes. B. Conform to reference standard by date of issue current on date for receiving bids. C. Obtain copies of standards when required by Contract Documents. D. Should specified reference standards conflict with Contract Documents, request clarifical from Engineer before proceeding. E. The contractual relationship of the parties to the Contract shall not be altered from the Cont Documents by mention or inference otherwise in any reference document. 1.4 SCHEDULE OF REFERENCES AA Aluminum Association 818 Connecticut Avenue, N.W. Washington, DC 20006 AASHTO American Association of State Highway and Transportation Officials 444 North Capitol Street, N.W. Washington, DC 20001 ACI American Concrete Institute Box 19150, Reford Station Detroit, MI 48219 AGC Associated General Contractors of America 1957 E Street, N.W. Washington, DC 20006 AGMA American Gear Manufacturers Association 1500 King Street, Suite 201 Alexandria, VA 22314 01275708 REFERENCE STANDARDS 01090 - 1 01/10 ( I AISC American Institute of Steel Construction 400 North Michigan Avenue Eighth Floor Chicago; IL 60611 c AISI American Iron and Steel Institute 1000 16th Street, N.W. Washington, DC 20036 ANSI American National Standards Institute 1430 Broadway New York, NY 10018 ASME American Society of Mechanical Engineers 345 East 47th Street New York, NY 10017 ASTM American Society for Testing and Materials 1916 Race Street Philadelphia, PA 19103 AWS American Welding Society 550 LeJeune Road, N.W. Miami, FL 33135 CLFMI Chain Link Fence Manufacturers Institute 1101 Connecticut Avenue, N.W. Washington, DC 20036 CRSI Concrete Reinforcing Steel Institute 933 Plum Grove Road Schaumburg, IL 60195 EJCDC Engineers' Joint Contract Documents Committee American Consulting Engineers Council 1015 15th Street, N.W. Washington, DC 20005 EJMA Expansion Joint Manufacturers Association 25 North Broadway Tarrytown, NY 10591 FS Federal Specification General Services Administration Specifications and Consumer Information Distribution Section (WFSIS) Washington Navy Yard, Bldg. 197 Washington, DC 20407 01275708 REFERENCE STANDARDS 01090 - 2 01/10 IEEE Institute of Electrical and Electronics Engineers 345 East 47th Street New York, NY 10017 NEC National Electrical Code (by NFPA) NECA National Electrical Contractors Association 7315 Wisconsin Avenue Bethesda, MD 20814 NEMA National Electrical Manufacturers Association 2101 'L' Street, N.W. Washington, DC 20037 NFPA National Fire Protection Association Battery March Park Quincy, MA 02269 NSF National Sanitation Foundation 3475 Plymouth Road P.O. Box 1468 Ann Arbor, MI 47106 OSHA Occupational Safety and Health Administration (U.S. Department of Labor) Government Printing Office Washington, D.C. 20402 PCA Portland Cement Association 5420 Old Orchard Road Skokie, IL 60077 SSPC Steel Structures Painting Council 4400 Fifth Avenue Pittsburgh, PA 15213 UL Underwriters' Laboratories, Inc. 333 Pfmgston Road Northbrook, IL 60062 WRI Wire Reinforcement Institute 8361 A Greensboro Drive McLean, VA 22102 W.W.P.A. Woven Wire Products Association 2515 N. Nordica Avenue Chicago, IL 60635 01275708 REFERENCE STANDARDS 01090 - 3 O1/10 I PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used \\END OF SECTION /� \\ [\ \� \. \: , . \\ 01275708 REFERENCE STANDARDS 01090-4 (\ 01/10 Page Intentionally Left Blank SECTION 01300 SUBMITTALS PART 1- GENERAL 1.1 SECTION INCLUDES A. Submittal procedures. B. Resubmittal requirements. C. Proposed products list. D. Shop drawings. E. Product data. F. Samples. G. Manufacturers' instructions. H. Manufacturers' certificates. 1.2 RELATED SECTIONS A. General Conditions. B. Section 01019 - Contract Considerations: Schedule of Values. C. Section 01700 - Contract Closeout: Contract warranty, manufacturer's certificates and closeout submittals. 1.3 SUBMITTAL PROCEDURES A. Transmit each submittal with Contractor's standard transmittal letter including Contractor's name, address and phone number. B. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate. C. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. D. Schedule submittals to expedite the Project, and deliver to Engineer at his business address. Coordinate submission of related items. E. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. F. Provide space for Contractor and Engineer review stamps. G. Revise and resubmit submittals as required, identify all changes made since previous submittal. H. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. I. Submit initial submittal schedule within fifteen (15) days after receipt of Notice to Proceed. 1.4 RESUBMITTAL REQUIREMENTS A. Revise initial submittal as required and resubmit to meet requirements as specified. B. Mark as RESUBMITTAL. 01275708 SUBMITTALS 01300 - 1 01/10 1.5 PROPOSED PRODUCTS LIST A. Within 15 days after date ofNotice to Proceed, submit complete list ofmajor products proposed for use, with name of manufacturer, trade name, and model number of each product. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. 1.6 SHOP DRAWINGS A. Submit in reproducible form. B. Drawing size shall be minimum 8 1/2 x 11 inches and maximum of 30 x 42 inches. 1.7 PRODUCT DATA A. Submit the number of copies which the Contractor requires, plus six copies which will be retained by the Engineer. B. Mark each copy to identify applicable products, models, options, and other data. C. Include recommendations for application and use, compliance with specified standards of trade associations and testing agencies. D. Include notation of special coordination requirements for interfacing with adjacent work. E. After review, distribute in accordance with Article on Procedures above and provide copies for Record Documents described in Section 01700 - Contract Closeout. 1.8 SAMPLES A. Samples of materials will be requested as a part of the submittal process, as required by the Owner or Engineer. 1.9 MANUFACTURER'S INSTRUCTIONS A. When specified in individual specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. B. Identify conflicts between manufacturers' instructions and Contract Documents. 1.10 MANUFACTURER'S CERTIFICATES A. When specified in individual specification Sections, submit manufacturers' certificate to Engineer for review, in quantities specified for Product Data. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference date, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to Engineer. PART2-PRODUCTS Not Used 01275708 SUBMITTALS 01300 - 2 O1/10 PART 3 - EXECUTION { Not Used END OF SECTION 01275708 SUBMITTALS 01300 - 3 01/10 4' 4 L, 1.6 LISTINGS A. Two chronological listings of the information in the arrow diagram shall be prepared: l . One for scheduled start dates. 2. One for latest completion dates. B. Each listing shall show the following for each item in the arrow diagram: 1. Activity node numbers. 2. Description. 3. Scheduled start date. 4. Duration in workdays. 5. Latest completion date. 6. Total float. 1.7 SUBMITTAL A. The initial critical path schedule and subsequent revisions shall reflect the actual progress of the Project to within 5 days prior to submittal. Contractor and its representative who prepared the schedule shall meet with Engineer and Owner to review the initial schedule and each subsequent revision. The meeting will be held in the office of Owner or Engineer. B. At least 5 copies of the arrow diagram and listings shall be submitted. A revised arrow diagram and listing shall be prepared and submitted at a minimum frequency of 30 days. C. If the initial schedule or any subsequent revision is not acceptable to Owner, the schedule shall be revised and resubmitted as many times as necessary until the schedule is acceptable. Acceptance of the schedule will not be unreasonably withheld. 1.8 SHOP DRAWINGS SCHEDULE A. At the time the initial critical path schedule is submitted, a schedule shall be submitted of the items of materials and equipment for which Shop Drawings are required by the Specifications. For each required Shop Drawing, the date shall be given for intended submission of the drawing to Engineer for review and the date required for its return to avoid delay in any activity beyond the scheduled start date. Sufficient time shall be allowed for initial review, correction and resubmission, and final review of all Shop Drawings. In no case will a schedule be acceptable which allows less than the number of calendar days specified in Section 01300 - Submittals, for Engineer's submittal review. 1.9 PROGRESS REPORTS A. At the end of each month, the node numbers of the activities that have been completed, with their actual start and completion dates, and a list of the activities on which Work is currently in progress and the number of working days required to complete each, shall be submitted to Engineer. B. If, at any time during the Project, any activity is not completed by its latest scheduled completion date, Engineer shall be notified within 5 days of Contractor's plans to reorganize the workforce to return to the schedule and prevent delays on any other activity. Owner may require Contractor, at Contractor's expense, to add to its plant, equipment, or construction forces, as well as increase the working hours, if operations fall behind schedule. C. Any Work reported complete, but which is not readily apparent to Engineer, must be substantiated with satisfactory evidence. 01275708 CONSTRUCTION SCHEDULING 01310 - 2 01/10 PART2-PRODUCTS Not Used PART 3-EXECUTION Not Used END OF SECTION 01275708 CONSTRUCTION SCHEDULING 01310 - 3 01/10 Pau Intentionally Left Blank J Id �j SECTION 01320 CONSTRUCTION PROGRESS DOCUMENTATION PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Documentation Requirements. 1.3 RELATED SECTIONS A. Section 01300 - Submittals: Schedules of Values. B. Section 01310 — Construction Scheduling. 1.4 UNITS OF MEASUREMENT A. When both inch -pound (English) and SI (metric) units of measurement are specified herein, the values expressed in inch -pound units shall govern. 1.5 SCHEDULE OF VALUES A. After review of the preliminary schedule at the preconstruction conference, and before submission of the first Application for Payment, Contractor shall prepare and submit to Engineer a Schedule of Values covering each lump sum item. The Schedule of Values, showing the value of each kind of work, shall be acceptable to Engineer before any Application for Payment is prepared. B. The sum of items listed in the Schedule of Values shall equal the Contract Price. Such items as Bond premium, temporary construction facilities, and plant may be listed separately in the Schedule of Values, provided the amounts can be substantiated. Overhead and profit shall not be listed as separate items. C. The Schedule of Values shall have sufficient detail such that partial completion of separable items of work can easily be calculated. The Schedule of Values shall have separate lines for manufacturer's field services, O&M manuals, and performance testing for each item of equipment requiring such services. D. An unbalanced Schedule of Values providing for overpayment of Contractor on items of Work which would be performed first will not be accepted. The Schedule of Values shall be revised and resubmitted until acceptable to Engineer. Final acceptance by Engineer shall indicate only consent to the Schedule of Values as a basis for preparation of applications for progress payments, and shall not constitute an agreement as to the value of each indicated item. 01275708 CONSTRUCTION PROGRESS DOCUMENTATION 01320 - 1 01/10 1.6 SCHEDULE OF PAYMENTS A. Within 30 days after award of contract, Contractor shall furnish to Engineer a schedule of estimated monthly payments. The schedule shall be revised and resubmitted each time an Application for Payment varies more than 10 percent from the estimated payment schedule. 1.7 SURVEY DATA A. All field books, notes and other data developed by Contractor in performing surveys required as part of the Work shall be available to Engineer for examination throughout the construction period. All such data shall be submitted to Engineer with the other documentation required for final acceptance of Work. 1.8 LAYOUT DATA A. Contractor shall keep neat and legible notes of measurements and calculations made in connection with the layout of the Work. Copies of such data shall be furnished to the Resident Project Representative for use in checking Contractor's layout as provided in the project requirements section. All such data considered of value to Owner will be transmitted to Owner by Engineer with other records upon completion of Work. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01275708 CONSTRUCTION PROGRESS DOCUMENTATION 01320 - 2 01/10 SECTION 01400 QUALITY CONTROL PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Contract Provisions, Special Provisions and Division 1 - General Requirements apply to the work of this Section. 1.2 SECTION INCLUDES A. Quality assurance and control of installation. B. Tolerances. C. References. D. Inspection and testing laboratory services. 1.3 RELATED SECTIONS A. Section 01300 - Submittals: Submission of Manufacturers' Instructions and Certificates. 1.4 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply fully with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Engineer before proceeding. D. Comply with specified standards as a minimum quality for the Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Perform work by persons qualified to produce workmanship of specified quality. F. Contractor to hire surveyor for construction staking, and final locations/elevations for all project structures for implementation into the final record drawings. 1.5 TOLERANCES A. Monitor tolerance control of installed Products to produce acceptable Work. Do not permit tolerances to accumulate. B. Comply with manufacturers' tolerances. Should manufacturers'tolerances conflict with Contract Documents, request clarification from Engineer before proceeding. C. Adjust Products to appropriate dimensions; position before securing Products in place. 1.6 REFERENCES A. Conform to reference standard by date of issue current on date of Contract Documents, except where a specific date is established by code. _ B. Obtain copies of standards when required by Contract Documents. 01275708 QUALITY CONTROL 01400 - 1 01/10 C. The contractual relationship duties and responsibilities of the parties in Contract nor those of the Engineer shall not be altered from the Contract Documents by mention or inference otherwise in any reference document. 1.7 INSPECTION AND TESTING LABORATORY SERVICES A. An independent firm will perform inspections, tests, and other services specified in individual specification Sections and as required by the Engineer. B. Reports will be submitted by the independent firm to the Engineer, in triplicate, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. C. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, safe access, and assistance by incidental labor as requested. 1. Notify Engineer and independent firm 48 hours prior to expected time for operations requiring services. 2. Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use. D. Testing or inspecting does not relieve contractor from performing Work to contract requirements. E. Retesting required because ofnon-conformance to specified requirements shall be performed by the same independent firm on instructions by the Engineer. Payment for retesting will be paid by the Contractor. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01275708 QUALITY CONTROL 01400 - 2 01/10 1 SECTION 01400 QUALITY CONTROL PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Contract Provisions, Special Provisions and Division 1 - General Requirements apply to the work of this Section. 1.2 SECTION INCLUDES A. Quality assurance and control of installation. B. Tolerances. C. References. D. Inspection and testing laboratory services. 1.3 RELATED SECTIONS A. Section 01300 - Submittals: Submission of Manufacturers' Instructions and Certificates. 1.4 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply fully with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Engineer before proceeding. D. Comply with specified standards as a minimum quality for the Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Perform work by persons qualified to produce workmanship of specified quality. F. Contractor to hire surveyor for construction staking, and final locations/elevations for all project structures for implementation into the final record drawings. 1.5 TOLERANCES A. Monitor tolerance control of installed Products to produce acceptable Work. Do not permit tolerances to accumulate. B. Comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with Contract Documents, request clarification from Engineer before proceeding. C. Adjust Products to appropriate dimensions; position before securing Products in place. 1.6 REFERENCES A. Conform to reference standard by date of issue current on date of Contract Documents, except where a specific date is established by code. _ B. Obtain copies of standards when required by Contract Documents. 01275708 QUALITY CONTROL 01400 - 1 01/10 C. The contractual relationship duties and responsibilities of the parties in Contract nor those of the Engineer shall not be altered from the Contract Documents by mention or inference otherwise in any reference document. 1.7 INSPECTION AND TESTING LABORATORY SERVICES A. An independent firm will perform inspections, tests, and other services specified in individual specification Sections and as required by the Engineer. B. Reports will be submitted by the independent firm to the Engineer, in triplicate, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. C. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, safe access, and assistance by incidental labor as requested. l . Notify Engineer and independent firm 48 hours prior to expected time for operations requiring services. 2. Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use. D. Testing or inspecting does not relieve contractor from performing Work to contract requirements. E. Retesting required because of non-conformance to specified requirements shall be performed by the same independent firm on instructions by the Engineer. Payment for retesting will be paid by the Contractor. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION I-] 01275708 QUALITY CONTROL 01400 - 2 01/10 SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1- GENERAL 1.1 SECTION INCLUDES A. Temporary Utilities: Electricity, lighting, ventilation, water, and sanitary facilities. B. Temporary Controls: Barriers, fencing, protection of the Work, and water control. C. Construction Facilities: Access roads, parking, progress cleaning, and project signage. 1.2 RELATED SECTIONS A. General Conditions. B. Section 01700 - Contract Closeout: Final cleaning. 1.3 PROJECT CONSTRUCTION TRAILER A. Contractor shall provide construction trailer with suitable offices for the City of Lubbock and Representative RPR staff. Trailer shall have adequate heating/cooling, sanitary sewer, and potable water facilities. Trailer shall have suitable office with desk, chair, filing cabinet, plan holder and restroom facilities. A suitable conference room with table and chairs shall also be provided. 1.4 TEMPORARY ELECTRICITY A. Provide temporary electric service as required. 1.5 TEMPORARY WATER SERVICE A. Contractor shall be responsible for transporting water for construction purposes and potable water for construction personnel, and for providing water to the Project construction trailer. B. Construction water will be available from the City of Lubbock. Exercise measures to conserve water. Contractor to make arrangements with City as to location and metering requirements, or to make other arrangements. 1.6 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. B. Maintain daily in clean and sanitary condition. 1.7 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas to allow for Owner's use of site, and to protect existing facilities and adjacent properties from damage from construction operations and demolition. B. Protect non -owned vehicular traffic, stored materials, site and structures from damage. E: 01275708 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500 - 1 01/10 i" 1.8 WATER CONTROL A. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping g equipment. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. 1.9 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection where specified in individual specification Sections. B. Provide temporary and removable protection for installed Products. Control activity in immediate work area to minimize damage. C. Prohibit traffic from landscaped areas. 1.10 SECURITY A. Provide security and facilities to protect Work from unauthorized entry, vandalism, or theft. 1.11 ACCESS ROADS A. Construct and maintain temporary roads accessing public thoroughfares to serve construction area. B. Extend and relocate as Work progress requires. Provide detours necessary for unimpeded traffic flow. C. Designated existing on -site roads may be used for construction traffic. 1.12 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove waste materials, debris, and rubbish from site and dispose off -site at intervals as required to maintain clean site. 1.13 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary above grade or buried utilities, equipment, facilities and materials as soon as permanent facilities can be utilized. B. Remove underground installations to a minimum depth of 2 feet. Grade site to pre -construction conditions. C. Clean and repair damage caused by installation or use of temporary work. D. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. 01275708 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500 - 2 O1/10 ', \ fART2-PRODUCTS Not Used � _ PART 3.EXECUTION � Not Used END OFSECTION � � � � � » � � � /. � f� [< 012578 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 0150 -3 �� O g!0 a Paze Intentionally Left Blank SECTION 01600 MATERIAL AND EQUIPMENT PART 1- GENERAL 1.1 SECTION INCLUDES A. Products. B. Transportation and handling. C. Storage and protection. D. Product options. E. Substitutions. 1.2 RELATED SECTIONS A. General Conditions. B. Information to Bidders: Product options and substitution procedures. C. Section 01400 - Quality Control: Product quality monitoring. 1.3 PRODUCTS A. Products: Means new material, machinery, components, equipment, fixtures, and systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components required for reuse. B. Do not use materials and equipment removed from existing premises, except as specifically permitted by the Contract Documents. C. Provide interchangeable components of the same manufacturer, for similar components. 1.4 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery 1. Deliver materials, products and equipment to the project site in undamaged condition in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. 2. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 4. Arrange deliveries in accordance with the construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in the construction process. B. Storage 1. Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weather -tight, climate controlled enclosures. 2. For exterior storage of fabricated products, place on sloped supports, above ground. 01275708 MATERIAL AND EQUIPMENT 01600 - 1 Ol/10 L 3. Provide off -site storage and protection when site does not permit on -site storage or protection. 4. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation. 5. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing with foreign matter. 6. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. 7. Arrange storage of products to permit access for inspection in a local warehouse. Periodically inspect to assure products are undamaged and are maintained under } specified conditions. - 8. Materials, products and equipment may be stored off site in a bonded and insured local warehouse approved by the Engineer and Owner. Pay all costs incurred for off -site storage facilities. Products properly stored in off -site storage facilities may be -= included in progress pay requests with written approval of the Owner. C. Handling I' 1. Handle materials, products and equipment in a manner prescribed by manufacturer or -= specified to protect from damage during storage and installation. 1.5 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. 1.6 SUBSTITUTIONS A. For bidding purposes as provided in "Information to Bidders". B. Substitutions may be considered when a product becomes unavailable through no fault of the Contractor. C. Document each request with complete data substantiating compliance ofproposed Substitution with Contract Documents. D. A request constitutes a representation that the Bidder: l . Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the Substitution as for the specified product. 3. Will coordinate installation and make changes to other Work which may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension which may subsequently become apparent. 5. Will reimburse Owner for review or redesign services associated with re -approval by authorities. E. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. s' 01275708 MATERIAL AND EQUIPMENT 01600 - 2 K O1/10 i__l F. Substitution Submittal Procedure: 1. Submit four copies of request for Substitution for consideration. Limit each request to one proposed Substitution. 2. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. 3. The Engineer will notify Contractor, in writing, of decision to accept or reject request. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01275708 MATERIAL AND EQUIPMENT 01600 - 3 O1/10 � fa eIntentionally tea Blank � E` � SECTION 01610 RESERVOIR EQUIPMENT, GENERAL PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SCOPE A. This section of the specifications sets forth general requirements regarding shop and installation drawings, warranty, special tools, operation and maintenance manuals, manufacturer's responsibility during installation, and initial operation of major Terminal Storage Reservoir equipment items as listed below: 1. Equipment a. Reservoir lining system. b. Sluice gates/actuators. C. Pig hoist. B. Building materials and accessories, piping and valves, structures, electrical materials and other incidental items are covered in other sections of these specifications. 1.3 APPROVAL OF EQUIPMENT AND MATERIALS A. All equipment and materials shall be new and shall be designed for the function and service specified herein. No equipment and materials shall be used in the project except that which has been approved by the Engineer. The Contractor shall submit to the Engineer such test results, shop drawings, manufacturer's specifications and other information as may be required for determining approval or disapproval, sufficiently in advance of shipment of the equipment to provide time for determining compliance with the specifications prior to shipment. Final approval and acceptance of equipment will be made only after such equipment is in operation and has met all specified tests. B. Equipment of a specific make may be named in the specifications, in certain instances, in order to set out specific features desired or required. However, unless the equipment to be furnished is specifically limited to that named, other makes of equal quality and which meet the functional requirements will be considered. 1.4 CONTRACTOR'S RESPONSIBILITY FOR COMPLETE FACILITY A. Attention of all Bidders is called to the fact that manufacturers may not necessarily include in their proposals for equipment to be furnished all the materials or devices required for a complete, usable facility. It is also probable that equipment offered will require some change in the structure in which the equipment will be installed, or in supporting members, electrical and mechanical accessories, piping or miscellaneous work required for the complete installation. 01275708 RESERVOIR EQUIPMENT, GENERAL 01610 - 1 01/10 B. It is the intent of these specifications that a complete workable facility, functioning in �.. accordance with the specified purposes, be furnished and constructed by the Contractor for the prices stated in the Contract. Therefore, it is the direct responsibility of the Contractor to furnish, install, and construct the complete facilities required by the plans and specifications and to take account of all subsidiary requirements of the equipment furnished to the end that the entire facility functions in accordance with the specified requirements. 1.5 SHOP AND INSTALLATION DRAWINGS A. Shop and Installation Drawings, Installation Instructions, Manufacturer's Specifications, °= and all other pertinent data, required by the Engineer to determine approval for installation of the equipment, shall be submitted to the Engineer, as required by Section 01300 SUBMITTALS. Such drawings and other data shall be submitted to the Engineer at the earliest practicable date, with due account being taken of the necessity for having equipment installation data prior to construction of structures in which the equipment will be mounted. Delay in submission of shop drawings will not, of itself, be grounds for - granting an extension of time. Shop drawings submitted to the Engineer without first - having been checked by the Contractor, will be returned to the Contractor, for such ] checking, before being examined by the Engineer. B. After manufacture and/or fabrication, four (4) copies of any test certificates or certificates of compliance with specifications, required by the specifications, shall be furnished to the t Engineer. C. Shop drawings shall be complete in every detail, showing all dimensions, anchor bolts or other mounting devices, openings in structures required for installation of the equipment, connecting piping, size and location of electrical conduits and conduit, openings, nameplate data for electric motors and drive devices and any other pertinent data necessary for determining compliance with the specifications and suitability of the equipment for installation in the proper location and for the service intended. D. Since installation details may vary with the type of equipment furnished, such details may not agree with the contract drawings. Such variations shall be clearly shown in the shop and installation drawings. Any structural modification drawings required will be furnished t the Contractor by the Engineer, but only minor modifications will be approved unless it is clearly shown that it is impracticable to adapt the equipment to the structure as detailed, or to secure equipment which would not require major modification. E. Early submission of shop drawings, or such portions of such drawings as may be required for structures scheduled for early construction, will be insisted upon. Delay in submission of shop drawings will not, of itself, be grounds for granting an extension of time. The Engineer will require a reasonable time for checking such drawings, but such checking will be expedited, and approvals or disapprovals will be issued promptly. F. Approval of shop and installation drawings indicate the Engineer's acceptance of the t... equipment for installation in the project, but does not guarantee dimensions nor sizes and structural or operational adequacy, nor does it waive any specification requirement not specifically waived in writing, nor relieve the Contractor and/or manufacturer of any responsibility for compliance of the completed installation with all specified requirements. 1.6 EQUIPMENT WARRANTIES A. In accordance with the Contract Documents, it is specifically required that all equipment-....5 furnished for the project be covered by the warranties and guarantees specified. The Contractor, prior to final payment, shall furnish the Owner with a written warranty stating 01275708 RESERVOIR EQUIPMENT, GENERAL 01610 - 2 O1/10 1 that any failure of equipment, or part thereof, or any operational malfunction occurring to any equipment, caused by reason of faulty or inadequate design or installation, improper adjustment or defective materials or workmanship, within a period of two years of the final completion of the Project, will be promptly remedied by the Contractor, at no additional cost to the Owner. This two-year period shall begin on the date of final acceptance of the r project, as shown on the Engineer's Certificate of Completion. 1.7 LUBRICATION EQUIPMENT AND SPECIAL TOOLS A. All equipment shall be provided with proper lubrication devices, as approved by the Engineer. Any special lubrication or servicing tools required by the equipment, except grease guns and standard commercial tools, shall be furnished with the equipment. Lists of such required tools shall be submitted with the shop drawings. 1.8 OPERATION AND MAINTENANCE MANUALS A. At the time of manufacturer's inspection of installation of the equipment, the Engineer shall be furnished with six (6) copies of complete installation, operation and maintenance manuals, for each item of equipment covered in this Section. The Engineer will give a receipt in writing for these manuals upon delivery, provided complete data is furnished, and will be responsible for delivery of the manuals to the Owner. Final acceptance of and payment for the project will not be made until all such manuals have been received. Manuals shall be bound in a suitable binder and shall include, but not be limited to, the following: (1) Name, address and telephone number of nearest competent service representative who can supply parts and service; (2) Descriptive literature, including illustrations, covering the operating features of the equipment, and its components, specific for this installation, with all inapplicable information omitted or marked through; (3) Operating, Maintenance and Trouble Shooting Information; (4) Complete Maintenance Parts List; (5) Complete connection, interconnection and assembly diagrams and Operational circuit diagrams, where applicable. 1.9 MANUFACTURER'S SUPERVISION OR INSPECTION OF INSTALLATION A. It is the intent of these specifications that all equipment listed in paragraph 1.1 of this Section shall be installed under the supervision of a competent representative of the Manufacturer, or that the installation will be inspected by a competent representative of the Manufacturer. The character and extent of such supervision and/or inspection services will be governed by the complexity of the equipment and the degree of competence, in installation of such equipment, of the Contractor's personnel. The minimum service of this type which will be required is: (1) A competent representative of the Manufacturer shall check the completed equipment installation and make such pre -operational adjustments as may be required to prepare the equipment for full operation; (2) A competent representative of the Manufacturer shall be present when the equipment is put into operation and shall perform all tests and make all adjustments necessary to insure satisfactory operation, and shall instruct plant operating personnel in the operation and .. maintenance of the equipment. Prior to initial operation of the equipment, the Manufacturer shall furnish, to the Engineer, three (3) copies of a letter, addressed to the Owner and signed by a responsible officer of the Company, stating that the equipment has been installed to the satisfaction of the Manufacturer and that it is ready for operation. 01275708 RESERVOIR EQUIPMENT, GENERAL 01610 - 3 01/10 1. B. The right is reserved by the Owner to require more than the minimum supervision and ., inspection service whenever, in the opinion of the Engineer, such additional service is required to insure satisfactory installation and operation and/or completion of the project within the specified time. The Contractor may utilize Manufacturers' installation and inspection services, beyond the minimum, to whatever extent he desires. No separate payment will be made for any Manufacturer's installation and inspection services. The cost 3 of such services as may be required to fully insure an installation completely acceptable in �F4 all respects shall be included in the Contract price. 1.10 INITIAL OPERATION A. In order to check all the equipment and structures of the project, it will be necessary to place all facilities in operation. However, all testing, checking and adjusting, which can be accomplished prior to full operation, shall be done before initial operation is started. .. B. When all structures are complete and all equipment has been made ready for operation, the Contractor shall begin the initial operating period. The Contractor shall be fully responsible for placing all equipment in operation and maintaining all facilities covered by this Contract in full operation for an uninterrupted period of at least thirty days, or for such longer period as may be required to make all equipment adjustments and to determine that all malfunctions have been remedied and that the equipment is operating in a satisfactory manner. If an equipment unit, once put into operation, must be taken out of service for adjustment or remedy of defects, careful coordination between the Contractor and the Owner will be required in order to maintain operation at the most effective level practicable. During the period of adjustment and the thirty day initial operating period, Owner personnel will not participate directly in the operation of the new equipment but will be observers while being instructed in the operation of the new equipment. During the initial operating period, the new equipment shall be operated continuously, 24 hours each -- day, unless the process requires intermittent operation. C. When it is determined by the Engineer that all elements of the new facility are operating in accordance with the specified requirements, or at the end of the thirty day initial operation _. period, if such determination is made prior to the end of this period, operation of the equipment will be taken over by the Owner. Such takeover will be effected, even though the project is not entirely complete and ready for acceptance. However, operation will not phµ be taken over by the Owner while there is any question of the proper functioning of all elements of the project which would be involved in such operation. So long as there is any question of proper operation of the equipment, the Contractor shall retain sole IJ responsibility for its operation and Owner personnel will perform no operating functions — which might divide such responsibility. r I D. When operation is taken over by the Owner, the Contractor will be relieved of responsibility for any damage due to the negligence of the Owner and for normal — operational wear. However, the facilities shall remain the property of the Contractor until the entire work has been completed and accepted by the Owner, and the Contractor shall be responsible for defective or inadequate design or installation of all the equipment, and for — improper adjustment or other defects of material or workmanship. During this period of operation by the Owner, prior to completion and acceptance, the Contractor may direct the Owner to change operating procedures which he deems detrimental to the work and take such measures as he deems necessary to proper protection of the equipment. Should the Owner disregard such directions of the Contractor, when given in writing, and the Contractor persists in his objections to the actions of the Owner, when such actions are upheld by the Engineer, the question shall become a subject for arbitration as provided for in GENERAL CONDITIONS OF THE AGREEMENT. E 01275708 RESERVOIR EQUIPMENT, GENERAL 01610 - 4 O1/10E, i E. The take-over procedures described above shall apply if the work is completed to the takeover point on or before the specified completion date. If this stage of construction is not reached prior to this date, the right is reserved by the Owner to require the Contractor to put the equipment into service, regardless of the fact that some elements may not have been completely installed. During such an emergency operating period, the Contractor shall have full responsibility for operation of all facilities in the project, under the general direction of the Owner, and shall continue with the installation and adjustment of equipment while in operation. Contractor operation shall continue, as required by the Owner, until the equipment is ready for the initial operation period, as specified above. At such time, initial operation and takeover shall proceed as heretofore specified, except that this emergency operation period may be considered to be the initial operation period, provided all elements of the new facility are operating in accordance with the specified requirements. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01275708 RESERVOIR EQUIPMENT, GENERAL 01610 - 5 01/10 Paae Intentionally Left Blank SECTION 01650 STARTING OF SYSTEMS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Starting systems. B. Demonstration and instructions. C. Testing, adjusting, and balancing. 1.3 RELATED SECTIONS A. Section 01400 - Quality Control: Manufacturers field reports. B. Section 01700 - Contract Closeout: System operation and maintenance data and extra materials. 1.4 STARTING SYSTEMS A. Coordinate schedule for start-up of various equipment and systems. B. Notify Engineer seven days prior to start-up of each item. C. Verify that each piece of equipment or system has been checked for proper lubrication, drive rotation, belt tension, control sequence, or other conditions which may cause damage. D. Verify that tests, meter readings, and specified electrical characteristics agree with those required by the equipment or system manufacturer. E. Verify wiring and support components for equipment are complete and tested. F. Execute start-up under supervision of responsible manufacturer's representative and Contractors' personnel in accordance with manufacturers' instructions. G. When specified in individual specification Sections, require manufacturer to provide authorized representative to be present at site to inspect, check and approve equipment or system installation prior to start-up, and to supervise placing equipment or system in operation. H. Submit a written report in accordance with Section 01400 that equipment or system has been properly installed and is functioning correctly. 1.5 DEMONSTRATION AND INSTRUCTIONS A. Demonstrate operation and maintenance of Products to Owner's personnel two weeks prior to date of final inspection. B. For equipment or systems requiring seasonal operation, perform demonstration for other season. C. Utilize operation and maintenance manuals as basis for instruction. Review contents of manual with Owners' personnel in detail to explain all aspects of operation and maintenance. D. Demonstrate start-up, operation, control, adjustment, trouble -shooting, servicing, maintenance, and shutdown of each item of equipment at agreed -upon times, at equipment location. 01275708 STARTING OF SYSTEMS 01650 - 1 01/10 I'll E. Prepare and insert additional data in operations and maintenance manuals when need for additional data becomes aRparent during instruction. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01275708 STARTING OF SYSTEMS 01650 - 2 01/10 4 SECTION 01700 CONTRACT CLOSEOUT PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. C. Adjusting. D. Project record documents. E. Operation and maintenance data. F. Warranties. G. Spare parts and maintenance materials. 1.3 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. B. Provide submittals to Engineer that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.4 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Remove temporary labels, stains and foreign substances. C. Clean equipment. D. Clean site. E. Remove waste and surplus materials, rubbish, and construction facilities from the site. F. Repair, patch and touch-up marred surfaces to match adjacent finishes. 1.5 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: 1. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. 01275708 CONTRACT CLOSEOUT 01700 - 1 01/10 C. Record information concurrent with construction progress. 'd...'. D. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 3. Field changes of dimension and detail. 4. Details not on original Contract Drawings. -' 5. Changes made by addenda and modification. F. Submit documents to Engineer with claim for final Application for Payment. 1.6 OPERATION AND MAINTENANCE DATA A. Submit one copy 15 days prior to final inspection, bound in 8 1/2 x 11 inch text pages, three.: _ ring binders with durable plastic covers. B. This copy will be returned after final inspection, with Engineer comments. Review content of documents as required prior to final submittal. Retainage will not be released until final operation and maintenance manuals are approved. C. Submit two final volumes revised within ten days after final inspection. D. Prepare binder covers with printed title "OPERATION AND MAINTENANCE .j INSTRUCTIONS", title of project, and subject matter of binder when multiple binders are required. E. Internally subdivide the binder contents with permanent page dividers, logically organized as described below; with tab titling clearly printed under reinforced laminated plastic tabs. F. Contents: Prepare a Table of Contents for each volume, with each Product or system ✓ description identified. G. Part 1: Directory, listing names, addresses, and telephone numbers of Engineer, Contractor, �-- Subcontractors, and major equipment suppliers. H. Part 2: Operation and maintenance instructions, arranged by system and subdivided by specification section. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Identify the following: 1. Significant design criteria. 2. List of equipment. 3. Parts list for each component. 4. Maintenance instructions for equipment and systems. 5. Maintenance instructions for finishes, including recommended cleaning methods and u materials and special precautions identifying detrimental agents. I. Part 3: Project documents and certificates, including the following: l . Shop drawings and product data. ... 2. Certificates. 3. Photocopies of warranties and bonds. 1 01275708 CONTRACT CLOSEOUT 01700 - 2 Y . O1/10 1.7 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documer.*s from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period. F. Prior to final acceptance, the Contractor shall furnish to the Owner a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting from such defects, when such defects appear within one year from the date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner. 1.8 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual specification Sections. B. Deliver to project site and place in location as directed; obtain receipt prior to final payment. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01275708 CONTRACT CLOSEOUT 01700 - 3 01/10 B. Disposal. All materials and equipment not designated for reuse or salvage shall be disposed of by the Contractor at no expense to the Owner. C. Reuse. Other items may be designated for reuse as directed by the Owner's Representative. 1.8 REGULATORY REQUIREMENTS A. Conform to applicable code for demolition of structures, safety of adjacent structures, dust control, runoff control and disposal. B. Obtain required pen -nits from authorities. C. Notify affected utility companies before starting work and comply with their requirements. D. Do not close or obstruct roadways, sidewalks or hydrants without permits. E. Conform to applicable regulatory procedures when discovering hazardous or contaminated materials. 1.9 SCHEDULING A. Schedule work under the provisions of Section 01300. B. Schedule Work to coincide with new construction. C. Describe demolition removal procedures and schedule. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 PREPARATION A. Provide, erect, and maintain temporary barriers and security devices. B. Protect existing landscaping materials, appurtenances and structures which are not to be demolished. C. Prevent movement or settlement of adjacent structures. Provide bracing and shoring. D. Mark location of utilities. 3.2 PROTECTION OF PERSONS AND PROPERTY A. The Contractor is responsible for providing protection of persons and property, including safe working conditions throughout work progress. B. Minimize the spread of dust and flying particles. Execute demolition in a manner to prevent damage from falling debris or other sources to Owner's property or adjacent property. C. Do not interfere with use of adjacent structures; maintain free and safe access at all times. Guard against movement or settlement of adjacent structures. The Contractor is responsible for safety and integrity of adjacent structures and, consequently, is liable for any movement or settlement and any resulting injuries or damage. Provide proper bracing and shoring necessary for support. If safety of adjacent buildings appears to be endangered, cease operations. Do not resume demolition until proper protective measures have been taken. 01275708 REMOVAL, DEMOLITION AND SALVAGE 02050 - 2 O1 /10, 3.3 DEMOLITION REQUIREMENTS A. Conduct demolition to minimize interference with adjacent structures. B. Cease operations immediately if adjacent structures appear to be in danger. Notify Engineer. Do not resume operations until directed. C. Conduct operations with minimum interference to public or private accesses. Maintain protected egress and access at all times. D. Obtain written permission from adjacent property owners when demolition equipment will traverse, infringe upon or limit access to their property. E. Sprinkle work with water to minimize dust. Provide hoses and water connections for this purpose. 3.4 BLASTING A. Blasting is not permitted on this project. 3.5 FIRES A. Fires are not permitted on this project. 3.6 UTILITY SERVICES A. Interruption No interruption of utility service will be allowed. 3.7 DEMOLITION A. Disconnect, remove and cap designated utilities within demolition areas. B. Remove materials to be re -installed or retained in manner to prevent damage. Store and protect in accordance with requirements of Section 01600. C. Do not burn or bury materials on site. Leave site in clean condition. D. Remove all temporary work. 3.8 GENERAL WORK ITEMS A. Contractor may use equipment and materials necessary to properly complete the demolition. Operational procedures are at the Contractor's option but must not interfere with the execution of other work. Materials or equipment designated for reuse or salvage shall be carefully removed, transported and stored in approved storage areas. B. Removing and Replacing Concrete. Use these procedures where existing concrete must be removed to facilitate operations but will be replaced subsequently. 1. Make initial cut with a concrete saw exercising care to avoid cutting reinforcement. 2. After removing concrete, cut cross bars at center of breakout and bend back. 3. Before replacing concrete, bend bars back to the original position and provide a splice bar for each cut bar. Splice bars must be the size of cut bars and of a length to lap each cut end a minimum of 20 diameters of the bar, unless restricted by the job conditions. 4. Immediately before placing new concrete, thoroughly clean old concrete and apply a heavy coat of bonding agent. 5. Replace concrete as specified in Division 3 - Concrete. 01275708 REMOVAL, DEMOLITION AND SALVAGE 01/10 02050 - 3 C. Backfill 1. Backfill holes or other hazardous openings resulting from demolition with an approved material to the density of adjacent soil as specified in the section describing Earthwork. 2. Backfilling with rubbish or burying on the site is not permitted. D. Cleaning. Keep the work areas free of accumulated debris. Materials and equipment that are not for reuse of salvage must be removed from the site daily, unless otherwise approved. 3.9 SCHEDULES A. No salvage material or equipment shall be reused on the project unless specifically provided for in the Specifications or so noted on the drawings. END OF SECTION 01275708 REMOVAL, DEMOLITION AND SALVAGE 02050 - 4 01/10 Y, SECTION 02151 TRENCH SAFETY SYSTEMS PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES This section of the specifications covers trench safety systems for trench excavations greater than five feet in depth. All work performed under this section shall also comply with OSHA Part 1926, Subpart P and all State and Local codes. The Contractor shall be responsible for complying with the requirements of the specifications, drawings and all applicable codes. The Contractor shall immediately notify the Engineer of any unforeseen field conditions which might affect the integrity of the trench safety system. 1.3 RELATED SECTIONS A. Excerpts from OSHA Subpart P. 1.4 SCOPE OF WORK The scope of work includes but is not limited to trench and excavation safety systems either by cut back method or braced excavation method for all trenches five feet and deeper whether indicated on the drawings or required by actual field conditions. Trenches not exceeding five feet in depth shall be protected as required by OSHA, State and Local standards. Alternative methods of trench safety may be submitted for approval to the Engineer, however alternative methods will not be reviewed or reviewed prior to bid opening. Appendix A OSHA 1926 Subpart P is included in these specifications for information only. It is the Contractor's responsibility to adhere to the latest version from OSHA. 1.5 SUBMITTALS Provide detail drawings for proposed trench safety systems. Clearly identify where each system is proposed for use and type of system to be used. Trench excavations cannot be started until trench safety systems have been submitted and reviewed by the Engineer. A. Trench Boxes - Submit manufacturer's standard data sheet and certificate of compliance signed by a registered engineer stating the maximum allowable depth for the given design pressure for each type of trench box proposed for use. 01275708 TRENCH SAFETY SYSTEMS 02151 -1 01/10 B. Alternative Systems - If alternative systems composed of steel, aluminum, wood or a combination of materials are proposed, submit design calculations signed by a licensed engineer showing all member properties, design strengths and any stress increases used with justification for their use. 1.6 QUALITY ASSURANCE Trench safety systems will be designed based on field test borings from the ground storage tank and booster pump station sites. The Contractor shall review all test borings and notify the Engineer of any field conditions encountered which are not representative of the test boring logs. Work shall be performed by forces having at least two years experience with similar types of trench safety systems. All prefabricated items used in trench safety systems shall be manufactured by a company with at least two years experience in fabricating the items. The Contractor shall be responsible for complying with all trench safety requirements and for the safety of trenches and excavations. PART 2 - MATERIALS Provide suitable materials capable of withstanding imposed loads without excessive deflections. Materials shall be clean, free of rust, holes, knots and other defects. A. Steel - Steel shall be of type and thickness as required by design and shall have a minimum yield stress of Fy = 36000 psi. B. Aluminum - Type 6061-T6, thickness as required by design. C. Wood in Contact with Earth - Pressure treated soft woods or untreated hardwoods. D. Wood not in Contact with Earth - Soft or hardwood as required by design. PART 3 - EXECUTION 3.1 JOB CONDITIONS Prior to starting trench excavations, the Contractor shall examine all site conditions and note any conditions in existing structures and other items which may be adversely affected by trenching operations. Prepare a written list of all such conditions and submit the list to the Engineer. During trenching operations note any changes which occur to existing pavements or structures and submit a written report to the Engineer of all such changes. 3.2 EXISTING UTILITIES Prior to starting trench excavations, chart and field locate all existing utilities. Notify owners of all utilities of work to be performed. Protect all existing utilities from damage. Provide additional support for utility lines which cannot span trench width. Do not interrupt existing services without written approval by the Engineer and the utility owner. 01275708 TRENCH SAFETY SYSTEMS 02151 - 2 01/10 3.3 TRENCHING PROCEDURES Provide shoring systems in accordance with the submitted design to adequately resist earth pressures indicated on the drawings. A. Proceed with work in an orderly fashion. Install trench bracing systems as soon as possible after opening trenches. Do not allow workers in trench prior to installing trench bracing systems. B. Backfill trenches as soon as possible after completion of work. C. Stockpile excavated materials at three feet away from edge of trench. D. Maintain barricades and signage as required by State and Local codes to protect open excavations. E. Do not allow surface water to enter excavations. Properly grade areas adjacent to trench excavations to control surface drainage away from excavations. Excavations which must remain open during periods of rainfall shall be covered with suitable material to prevent accumulations of water in excavation. F. If cut back method is employed, maintain a clear distance of three feet from edge of cut to avoid allowing loose material to enter trench. G. Do not operate heavy equipment except for trench digging equipment within twenty feet of edge of excavation. 01275708 O1/10 END OF SECTION TRENCH SAFETY SYSTEMS 02151 - 3 Paae Intentionally Left Blank 1 SECTION 02200 EARTHWORK PART 1- GENERAL Not Used PART 2-PRODUCTS 2.1 EXCAVATION A. Objective: As shown on the drawings, excavate to lines, grades and elevations. B. Drainage: During excavation maintain grades for complete drainage. When directed, install temporary drains or drainage ditches to intercept or divert surface water and prevent interference or delay of the work. The pumping of water shall be included in the lump sum bid items. No separate payment will be made for drainage control and pumping. C. Stockpiling: Stockpile excavated material in areas designated by the Engineer. D. Dressing: Uniformly dress cut and fill slopes to slope, cross section and alignment, as shown. E. Stripping of Ground Surface: All vegetation, all decayed vegetable matter, rubbish and other unsuitable material within the areas to be graded, shall be stripped or otherwise removed to ground level before grading or other earthwork is started. In no case will such material be allowed to remain in or on the areas to be graded. F. General Excavation: 1. Excavate subsoil required to accommodate trenching, slabs -on -grade paving and site structures, construction operations. 2. Excavation cut not to interfere with normal 45 degree bearing splay of foundation. 3. Grade top perimeter of excavation to prevent surface water from draining into excavation. 4. Hand trim excavation, Remove loose matter. 5. Remove lumped subsoil, boulders, and rock up to 1 /3 cu yd measured by volume. 6. Notify Engineer of unexpected subsurface conditions and discontinue affected Work in area until notified to resume work. 7. Correct unauthorized excavation at no extra cost to Owner. 8. Correct areas over -excavated by error in accordance with Section 02223. 9. Stockpile excavated material in area designated on site and spread excess material not being reused in designated area. G. Excavation in Pond Areas: Excavation in the pond area shall be made to the lines and grades as shown on the plans unless otherwise decided by the Engineer. No point in the bottoms of the pond shall be more than 0.1 feet above or below the established grade. The Contractor will be required to set grade stakes or "blue tops" at a spacing of not greater than 50 feet transversely and 100 feet longitudinally. Closer spacing will be required if found necessary to ensure compliance with the grade tolerance. Contractor shall make himself aware of the Geotechnical Report for the Project site located in these specifications, as no additional payment will be made regarding material to be encountered in the construction of all ponds and reservoirs. 01275708 01/10 EARTHWORK 02200 - 1 Page Intentionally Left Blank SECTION 02223 BACKFILLING PART 1- GENERAL Not Used PART 2-PRODUCTS Not Used PART 3 - EXECUTION 3.1 EXAMINATION A. Verify fill materials to be reused are acceptable. 3.2 PREPARATION A. Generally, compact subgrade to density requirements for subsequent backfill materials. B. Cut out soft areas of subgrade not capable of insitu compaction. Backfill with Type B fill and compact to density equal to or greater than requirements for subsequent backfill material. C. Prior to placement of aggregate base course material at paved areas, compact subsoil to 95 percent of its maximum dry density in accordance with ANSFASTM D698. 3.3 BACKFILLING A. Backfill areas to contours and elevations with unfrozen materials. B. Systematically backfill to allow maximum time for natural settlement. Do not backfill over porous, wet, frozen or spongy subgrade surfaces. C. Place and compact materials in continuous layers not exceeding 8 inches compacted depth. D. Employ a placement method that does not disturb or damage utilities in trenches. E. Maintain optimum moisture content of backfill materials to attain required compaction density. F. Backfill against supported foundation walls. Do not backfill against unsupported foundation walls except for cantilevered retaining walls. G. Backfill simultaneously on each side of unsupported foundation walls. H. Slope grade away from building minimum 2 inches in 10 ft, unless noted otherwise. I. Make grade changes gradual. Blend slope into level areas. J. Spread surplus backfill materials in designated areas. K. Leave fill material stockpile areas completely free of excess fill materials. 3.4 TOLERANCES A. Top Surface of Backfilling: Plus or minus one inch from required elevations. 01275708 01/10 BACKFILLING 02223 - 1 3.5 FIELD QUALITY CONTROL A. Field inspection and testing will be performed under provisions of Section 01400. B. Tests and analysis of fill material will be performed in accordance with ANSI/ASTM D698 or D 15 57 and with Section 01400. C. Compaction testing will be performed in accordance with ANSI/ASTM D698 and with Section 01400. D. If tests indicate Work does not meet specified requirements, remove Work, replace and retest at no cost to Owner. E. Frequency of Tests: 1 test for each 1000 square feet of plan area, or as required by Engineer. F. Proof roll compacted fill surfaces under slabs -on -grade and paving. 3.6 PROTECTION OF FINISHED WORK A. Protect finished Work under provisions of Section 01500. B. Recompact fills subjected to vehicular traffic. END OF SECTION 01275708 BACKFILLING 02223 - 2 01/10 SECTION 02231 FLEXIBLE BASE COURSE PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SCOPE A. This section covers excavating, crushing, hauling, and spreading base material and wetting, compacting and shaping it to form a flexible base course for the topsoil of all dikes to the lines, grades and typical cross sections shown on the plans, and as specified herein. The Contractor shall furnish all materials, equipment, tools, labor and superintendence and incidentals necessary to complete the work. 1.3 BASE COURSE MATERIAL A. The base material shall consist of argillaceous limestone, calcareous or calcareous clay particles, with or without stone, conglomerate, gravel, sand or other granular materials. Materials for use in constructing the base course shall be furnished by the Contractor from a source approved by the Owner. The Contractor shall be responsible for locating the source of caliche, securing approval of the source, and for making arrangements with the owner of the property, on which the pit is located, for use of the material. The pits shall be stripped of all unacceptable material and the stripping shall be disposed of in a manner agreeable to the owner of the property on which the pit is located. The pits shall be opened so as to immediately expose the vertical faces of all of the various strata of acceptable material. Unless otherwise directed, the material shall be secured in successive vertical cuts extending through all of the exposed strata. Any incidental costs, including securing, stripping, or crushing the base material, shall be paid for by the Contractor and shall be included in the bid price. 1.4 MATERIAL TESTS A. Contractor will provide all preconstruction testing of material to verify it meets the requirements of 2. LA and 2.1.13 below. Material shall not be shipped until such results have been examined and approved by the Owner. 01275708 FLEXIBLE BASE COURSE 02231 - 1 # 01/10 1..:, PART 2 - PRODUCTS 1 -: 2.1 CALICHE MATERIAL All acceptable material shall be screened and the oversized material crushed and returned to the screened material in such a manner that a uniform material is produced. The processed base material, when properly slaked and tested by the Texas Department of Transportation (TxDOT) standard laboratory methods, shall meet the following requirements: A. Sieve Analysis Retained on 1-3/4" Sieve ............................ 0% Retained on No. 4 Sieve .................. 45 to 75% Retained on No. 40 Sieve ................ 50 to 85% Retained on No. 200 Sieve ............ 85 to 100% B. Soil Binder The material passing the No. 40 sieve shall be known as soil binder and shall meet the following requirements when prepared in accordance with Test Method TEX-101-E procedure: The liquid limit shall not exceed .................. 45 The plasticity index shall not exceed ........... 12 The linear shrinkage shall not exceed......... 8.5 C. Wet Ball Mill When tested in accordance with Tex.-116-E (Wet Ball Mill) the base material shall have a value not to exceed 45. The percent of material passing the #40 sieve shall not increase by more than 30 during the test. PART 3 - EXECUTION 3.1 HAULING AND PLACING A. Prior to placing any base material, the top 6 inches of subgrade shall be shaped, wetted, rolled and compacted to 95% of maximum density, at optimum moisture, as determined by the ASTM D 698 Method B or D. B. Flexible base shall be constructed in one course. The material shall be delivered in approved vehicles of uniform capacity, and it shall be the responsibility of the Contractor to supply the amount of material required to construction the base course to the thickness shown on the plans. Spreading and shaping shall be done in a manner which will thoroughly mix the material and prevent segregation. Sprinkling during this process will be required if necessary to prevent segregation. When shaping is completed the material shall be uniformly well graded and ofthe proper thickness. Material deposited upon the subgrade shall be spread and shaped the same day. In the event inclement weather or other unforseen circumstances renders impractical the spreading of the material during the day in which it is deposited, the material shall be scarified, mixed and spread as directed by the Owner. All areas and nests of segregated coarse of fine materials shall be corrected and removed or replaced with well graded material. If additional or corrective binder is required, it shall be furnished and applied in the amount directed by the Owner. Such binder material shall be carefully and evenly incorporated with the material in place by scarifying, harrowing, or other approved method. 01275708 FLEXIBLE BASE COURSE 02231 - 2 01/10 i J r- 3.2 COMPACTING AND FINISHING A. After the material has been properly spread, it shall be sprinkled, rolled and bladed until thoroughly compacted. During the process of compaction, water shall be applied in such a manner as to maintain optimum moisture in the material and the base course shall be bladed sufficiently to insure a uniform distribution of base materials and a smooth uniform surface, true to section and grades established, after final compaction. Compaction shall be accomplished by rolling with pneumatic and steel wheeled rollers as approved by the Owner. In areas not accessible to the roller, the base material shall be compacted with mechanical tampers or other approved methods to secure uniform compaction over the entire paved area. Throughout the entire operation, the shape of the base course shall be maintained by blading; blading and rolling shall continue until the course is thoroughly compacted and the surface is smooth and in conformity with the typical sections shown on the plans and to the lines and grades established. The material shall be compacted to 95% of maximum density, at optimum moisture, as determined by the ASTM D 698 Method B or D. 3.3 IRREGULARITIES, DEPRESSIONS OR WEAK SPOTS A. All irregularities, depressions or weak spots which develop during compaction shall be corrected immediately by scarifying the areas affected, adding or removing material as required, reshaping and recompacting by sprinkling and rolling, until final surface is approved by the Engineer. END OF SECTION 1, 01275708 FLEXIBLE BASE COURSE 02231 - 3 O1/10 Page Intentionally Left Blank SECTION 02245 GEOMEMBRANE LINING SYSTEM PART 1- GENERAL 1.1 RELATED DOCUMENTS A. The following documents apply to the work of this Section. 1. Project Drawings. 2. General Conditions of the contract for Construction, and Supplementary Conditions. 1.2 SECTION INCLUDES A. High Density Polyethylene (HDPE) geomembrane liner (GML). B. Installation of HDPE GML. C. Nonwoven Geotextile. 1.3 RELATED SECTIONS A. Section 02200 - Earthwork. B. Section 02248 - Gravel Drainage Material. 1.4 REFERENCES A. Applicable Publications: The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. The latest publication in use at the time of the executed contract will be the one that governs this project. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) STANDARDS D 413 Rubber Property -Adhesion to Flexible Substrate D 638 Tensile Properties of Plastics D 746 Brittleness Temperature of Plastics and Elastomers by Impact D 1004 Initial Tear Resistance of Plastic Film and Sheeting D 1204 Linear Dimensional Changes ofNonrigid Thermoplastic Sheeting or Film at Elevated Temperature D 1238 Flow Rates of Thermoplastic by Extrusion Plastometer D 1505 Standard Test Method for Density of Plastics by the Density - Gradient Technique D 1593 Nonrigid Vinyl Chloride Plastic Sheeting 01275708 GEOMEMBRANE LINING SYSTEM 02245 - 1 01/10 D 1603 D 1693 D 5199 Standard 54 Carbon Black in Olefin Plastics Environmental Stress Cracking of Ethylene Plastics Standard Test Method for Measuring Nominal Thickness of Geotextile and Geomembranes NATIONAL SANITATION FOUNDATION 1.5 QUALITY ASSURANCE Flexible Membrane Liners A. Manufacturing 1. The Manufacturer shall be listed by the National Sanitation Foundation as having met Standard 54 for Flexible Membrane Liners, and shall have at least five (5) years continuous experience in the manufacture of HDPE geomembrane rolls and/or experience totaling 10,000,000 square feet of manufactured HDPE geomembrane. The manufacturer shall permit the owner and the Engineer to visit the manufacturing plant. B. Installation 1. The installation contractor shall be the manufacturer or an approved contractor trained and licensed to install the manufacturer's geomembrane. Installation shall be performed under the constant direction of a single Field Installation Supervisor who shall remain on site and be responsible, throughout the liner installation, for liner layout, seaming, patching, testing, repairs, and all other activities by the Installer. This Installation Supervisor shall have installed or supervised the installation and seaming of a minimum of 2,000,000 square feet of HDPE geomembrane. Actual seaming shall be performed under the direction of a Master Seamer (who may also be the Installation Supervisor) who has seamed a minimum of 2,000,000 square feet of HDPE geomembrane, using the same type of seaming apparatus specified in the current project. This Installation Supervisor and/or Master Seamer shall be present whenever seaming is performed. 1.6 SUBMITTALS A. Manufacturer 1. Quality control program and manual, or descriptive documentation. 2. List of material properties and samples of liner and geotextile. 3. A list documenting no less than 5 completed facilities totaling a minimum of 2,000,000 square feet. 4. Certification that all resin used in the manufacture of geomembrane for this job meets the specifications. 5. Copy of quality control certificates issued by the HDPE resin supplier. 6. Copy of quality control certificates issued by geotextile manufacturer. 7. Copy of quality control certificates in conformance with Sections 2.2 and 2.5. 8. Certification that the geomembrane and extrudate produced for this project have the same properties. 01275708 GEOMEMBRANE LINING SYSTEM 02245 - 2 O1/10 B. Installation Contractor 1. Certification that both the Installation Supervisor for the installer and the Master Seamer have reviewed the Project Plans, and these specifications. p 2. A list of at least 5 completed facilities, totaling a minimum of 2,000,000 square feet for which the Contractor has installed an HDPE geomembrane. 3. Proposed Installation Panel layout identifying seams and details. a. Layout plan must be approved by the Engineer at least 10 days before materials are ordered. The panel layout must provide a numbering scheme to be used in quality control/assurance procedures and shall provide that: 1) Seams run up and down slopes. 2) Field seam lengths are to be minimized. 3) GML shall not have any penetrations. 4. Any proposed variance or deviation from these documents shall be submitted in writing by the Installer to the Engineer a minimum of seven (7) working days prior to the scheduled start of geomembrane installation and will be accepted/rejected by the Engineer prior to start of installation activities. 5. Certification that the subgrade in each area to be lined is suitable for placement of the liner. 1.7 WARRANTY A. A written Warranty shall be obtained from the Manufacturer (for material) and the Installation Contractor (for workmanship). These documents shall warrant the quality of the in -place liner. 1. Manufacturer a. Furnish a written warranty on a pro rata basis for a period of 20 years. The warranty shall be against manufacturing defects or workmanship and against deterioration due to ozone, ultraviolet or other normal weather aging. The warranty shall be limited to replacement of material only, and shall not cover installation. 2. Installation Contractor a. Furnish a written warranty that the entire lining installed is free of defects in material and workmanship and installed as indicated on the plans and in accordance with these specifications. The Contractor shall agree to make any repairs or replacements made necessary by defects in materials or workmanship which become evident during the 1 year warranty period following the certificate of completion. B. Contractor shall coordinate liner/geotextile installation so that liner installation shall not begin before 420 days from the notice to proceed. Warranty not to begin before 450 days from notice to proceed. 1.8 DELIVERY, STORAGE AND HANDLING A. Transportation { L The geomembrane and geotextile rolls or panels shall be packaged and shipped by appropriate means so that no damage is caused. Transportation shall be the responsibility of the Installer. B. Delivery 1. Off-loading and storage of the geomembrane and geotextile is the responsibility of the Installer. The Installer shall be responsible for replacing any damaged or unacceptable material at no cost to the Owner. Damage during off-loading shall be documented by f 01275708 GEOMEM 3RANE LINING SYSTEM 02245 - 3 01/10 the Installer. All damaged rolls must be separated from the undamaged rolls until the proper disposition of that material has been determined by the Engineer. C. On -Site Storage 1. The geomembrane and geotextile shall be stored so as to be protected from puncture, dirt, grease, water, moisture, mud, mechanical abrasions, excessive heat, or other damage. The rolls shall be stored on a prepared surface (not wooden pallets) and should not be stacked more than two rolls high. Geotextile rolls should not be unwrapped for more than 1 hour prior to use and should not be exposed to sunlight for more than 15 days prior to covering to avoid possible UV degradation of the material. PART2-PRODUCTS 2.1 MATERIALS A. The geomembrane shall be black, High -Density Polyethylene. B. Gasket material shall be neoprene, closed cell medium, 3 inch thick, 50 foot lengths with adhesive on one side, or other compatible gasket materials as required. C. Metal battens or straps and hardware shall be stainless steel. D. Water cut-off mastic shall be a Neoprene Flashing Cement as supplied by the manufacturer or as required. E. Sealant shall be General Electric Silicone, RTV 103 or approved equivalent. F. Geotextile shall be 20-ounce nonwoven material. G. 8" diameter sand filled ballast tubes shall be made of 60 mil. liner material or approved equal. H. Marine grade safety ropes shall be suitable for submerged conditions, shall have knots at 3- foot intervals and shall extend to the bottom of the reservoir. 2.2 GEOMEM 3RANE RAW MATERIALS A. The geomembrane shall be manufactured of new, first -quality resin and shall be compounded and manufactured specifically for the intended purpose. Carbon black shall be added to the resin if the resin is not compounded for ultra -violet resistance. The resin manufacturer shall certify each batch for the following properties. The High Density Polyethylene (Compounded) resin shall meet the following specifications Pro er Test Method Requirements Specific Gravity (ASTM D 792 or 0.94 g/cc ASTM D 1505) Melt Index (ASTM D 1238 <0.1 g/10 min. Condition E) Carbon Black Content (ASTM D 1603) 2% to 3% 01275708 GEOMEM 3RANE LINING SYSTEM 02245 - 4 - - 01/10 11 F�- 2.3 ROLLS A. The manufacturer shall provide black geomembranes. B. The geomembrane shall be supplied in rolls with a minimum width of 15-feet. Labels on each roll shall identify the thickness of the material, the length and width of the roll, batch and roll numbers, and name of manufacturer. The roll length shall be maximized to provide the largest manageable sheet for the fewest field seams C. The geomembrane rolls shall meet the properties shown on Table 1 for smooth membrane material. D. Prior to use, the material shall be certified in writing by the manufacturer to meet the minimum physical properties shown on Table 1. The certificate must include roll identification number, testing procedure and test results. Test results are required for every 50,000 square feet of material shipped to site. TABLE 1 TYPICAL PROPERTIES: 60 mil, Smooth Liner Property Test Method Test Results* Thickness, mils, minimum ASTM D 1593 60 ± 3 Density (g/cc), minimum ASTM D 1505 0.94 Melt Index (g/10 min., maximum) ASTM D 1238 0.4 Carbon Black content (%) ASTM D 1603 2-3 Carbon Black Dispersion ASTM D 3015 A-1,A-2,B-1 Tensile Properties ASTM D 638 1. Tensile Strength at Yield Type IV specimen 140 (pounds/inch width) at 2 inches/minute 2. Tensile Strength at Break 240 (pounds/inch width) 3. Elongation at Yield (%) 13 4. Elongation at Break (%) 700 5. Modulus of Elasticity 90,000 (1% secant; pounds/square inch) Tear Strength (lbs.) ASTM D 1004 Die C 45 Puncture Resistance (lbs.) **FTMS 101 C 2031,(2065) 80 Hydrostatic Resistance ASTM D 751 495 (lbs./square inch) Low Temperature Brittleness ASTM D 746 <-94EF Dimensional Stability ASTM D 1204 112 (% change max.) 212EF, 15 min. Volatile Loss (%) ASTM D 1203 0.4 Resistance to Soil Burial ASTM D 3083 (% change max. in orig. value) type IV specimen A. Tensile Strength at at 2 inches/minute 10 Yield & Break 01275708 GEOMEMBRANE LINING SYSTEM 02245 - 5 O1/10 B. Elongation at Yield & Break 10 Ozone Resistance ASTM D 1149 no 7 days, 100 pphm cracks 104EF, bent loop Environmental Stress Crack ASTM D 1693 >1500 (hours) Condition B (modified NSF 54) Water Absorption (% change ASTM D 570 0.1 max in original weight) Coefficient of Linear Thermal ASTM D 696 1.2 Expansion (cm/cm A EC) x 10-4 Moisture Vapor Transmission ASTM E 96 0.020 Rate (g/100 in5 A day) 100EF, 100% relative humidity * All values, except when specified as minimum or maximum, represent average lot property values. ** Federal Test Method Standards. 2.4 FIELD SEAMS A. The field seams shall meet the following specifications: Seam Property Test Method Requirements Shear ASTM D 4437 95% of manufacturer's parent Strength (as modified in App. A sheet strength and > 120ppi. of NSF 54*) Peel ASTM D 4437 62% of manufacturer's parent Strength g (as modified in App. A sheet strength and >78ppi. of NSF 54*) Film Tear Bond** * National Sanitation Foundation, Standard 54; "Flexible Membrane Liners." ** Film Tear Bond (FTB) is defined as failure of one of the sheets by tearing, instead of separating from the other sheet at the weld interface area (sheet fails before weld). I. Shear seam specimens are 1-inch wide, with a grip separation of 4-inches plus the width of the seam. The seam is to be centered between the clamps. The grip separation rate is 2-ipm. 2. Both shear seam strength and peel tests shall be run on five replicate specimens. A break through the weld or at the weld -sheet interface shall be considered a Non-FTB (failure) in both seam strength (shear) and peel strength tests. 3. Approved field seaming processes are hot shoe fusion welding and extrusion welding. 4. Welding rods or beads used for extrusion welding shall be HDPE and the physical properties shall be the same as those of the resin used in the manufacture of the HDPE geomembrane. 01275708 GEOMEMBRANE LINING SYSTEM 02245 - 6 O1/10 I. _ __ 2.5 QUALITY CONTROL SPECIFICATIONS A. Raw Materials 1. Resin a. All resins for use in Geomembrane must pass a candidate pre -approval process before being eligible for use. Each incoming rail car shall be sampled by compartment with the following testing performed and compared to the manufacturer's specifications: 1) CDensity: ASTM D 1505. 2) CMelt Index: ASTM D 1238. 2. Additives a. All additives and concentrates must pass a candidate pre -approval process. All incoming materials are to be statistically sampled with the following testing performed and compared to the manufacturer's specifications: 1) Density: ASTM D 1505. 2) Melt Index: ASTM D 1238. 3) Carbon Black Content: ASTM D 1603. B. Finished Product: On -Line During Production 1. Coverage a. A minimum of one person from the Quality Department, independent of the Production Department, shall be present for on-line inspection of every roll for 100% of every run. 2. Inspection a. Performed on each roll. 1) Thickness (a) A full width sample shall be cut from the end of each roll, and thickness shall be checked across the entire sample. 2) Appearance (a) Constant monitoring of: (1) Sheet surface appearance. (2) Knife -cut edge. (3) Folds, holes, creases, abrasions, or other damage. 3. Roll Identification a. The Q.C. Engineer controls all paperwork, including roll tags. Four tags per roll shall be used on the following: 1) On the roll sleeve. 2) Inside the core. 3) On the production roll sample. 4) On the roll surface. 4. Out -of -Spec. Material a. Any roll not meeting the specification for any of the above inspections shall be placed on hold. PART 3 - EXECUTION 3.1 ANCHOR TRENCH A. The anchor trench shall be excavated as specified prior to liner system, ballast tube and safety rope placement. 01275708 GEOMEMBRANE LINING SYSTEM 02245 - 7 01/10 3.2 PLACEMENT 1. A. The Installer shall be responsible for the following: 1. No equipment or tools shall damage the geomembrane by handling, trafficking, or other means. 2. No personnel working on the geomembrane shall smoke, wear damaging shoes, or engage in other activities that could damage the geomembrane. 3. The method used to unroll the panels shall not cause scratches or crimps in the geomembrane and shall not cause indentations in the supporting soil greater than one inch deep or damage to the underlying geotextile. 4. The method used to place the panels shall minimize wrinkles. Wrinkles shall be identified as to proper location and compensation shall be identified on the Contractor's and Engineer's drawings. Ballast shall be used to prevent relocation of the compensating wrinkles by wind. 5. Adequate loading (e.g., sand bags or similar items that will not damage the geomembrane) shall be placed to prevent uplift by wind (in case of high winds, continuous loading is recommended along edges of panels to minimize risk of wind flow under the panels). 6. Direct contact with the geomembrane shall be minimized, i.e., the geomembrane in traffic areas is protected by geotextiles, extra geomembrane, or other suitable materials. 7. See drawings for 12" of soil to be placed in bottom of reservoir, and 24" of soil cement to be placed in bottom of evaporation ponds and make recommendations for installation as needed. B. Weather Limitations 1. Geomembrane deployment shall proceed between ambient temperatures of 32° F to 104°F. Placement can proceed below 32°F only after it has been verified by the Engineer that the material can be seamed according to the specification. Below 40' F, preheat of the GML may be required. 2. Geomembrane placement shall not be done during any precipitation, in the presence of excessive moisture (e.g., fog, rain, dew) or in the presence of excessive winds, as determined by the installation supervisor. C. Factory Seam Quality Verifications 1. The Engineer will require the Contractor to test up to as much as 20% of factory fusion welds (non-destructive air pressure test and/or vacuum test) in the field to verify factory test results. Additional testing at the Installer's expense will be required if failed tests are obtained in the field. 3.3 FIELD SEAMING A. Seams shall be oriented parallel to the line of maximum slope, i.e., oriented down, not across the slope. In corners and odd -shaped geometric locations, the number of field seams shall be minimized. B. No base T-seam shall be closer than 5-feet from the toe of the slope. Seams shall be aligned with the least possible number of wrinkles and "fishmouths." If a fishmouth or wrinkle is found, it shall be relieved and cap -stripped. C. Seam Overlap 1. Panels of geomembrane must have a finished overlap of a minimum of 4-inches for hot shoe fusion welding and 3-inches for extrusion welding, but in any event sufficient overlap shall be provided to allow peel tests to be performed on the seam. 1'.] 01275708 GEOMEMBRANE LINING SYSTEM 02245 - 8 01/10 2. No solvent or adhesive may be used unless the product is approved by the Owners Representative. (Samples shall be submitted to the Engineer for testing and evaluation). 3. The procedure used to temporarily bond adjacent panels together shall not damage the geomembrane; in particular, the temperature of hot air at the nozzle of any spot welding apparatus shall be controlled such that the geomembrane is not damaged. 4. Geotextiles on bottoms or slopes less than 10:1 may have horizontal seems and the geotextile may be heat spot -tacked together using a 6" overlap and spot tacked 2-feet on center. D. Seaming Equipment and Accessories 1. Approved equipment for field seaming are hot shoe fusion welders and extrusion welders. a. Hot Shoe Welder, 110 Volt, 10 Amps. b. Extrusion Welder, 220 Volt, 19 Amps. C. High-speed, 10,000 rpm, 42 inch side grinder with 80-grit discs. d. 7.5 KW Generator, single-phase with 110/220 Volt Outputs. e. Power Cord, minimum S.O. type, 10 O.S.H.A. approved electrical cord with O.S.H.A. approved twist -type plugs and connections. f. Seam Vacuum Tester for non-destructive seam and patch testing. g. Field Tensiometer, capable of performing seam and peel adhesion tests for quantitative testing on -site. E. Test Seams 1. Field test seams shall be conducted on geomembrane liner to verify that seaming conditions are satisfactory. Test seams shall be conducted for each seamer at the beginning of each seaming period, at the Engineer's discretion, and at least once each 4 hours, for each seaming apparatus used that day. 2. All test seams shall be made at a location selected by the Engineer in the area of the seaming and in contact with the subgrade. The test seam samples shall be 10-feet long for hot shoe welding and 3-feet long for extrusion welding with the seam centered lengthwise. Specimens 1-inch wide shall be cut from each opposite end of the test seam by the Engineer. The Engineer shall use a tensiometer provided by the Installer to test these specimens for shear and peel. If a test seam fails to meet field seam specifications, the seaming apparatus and/or seamer shall not be accepted and shall not be used for seaming until the deficiencies are corrected and two consecutive successful full test seams are achieved. F. Non -Destructive Seam Testing 1. The Installer shall non-destructively test all field seams over their full length. All test equipment, including but not limited to the following shall be furnished by the Installer: a. Vacuum Box testing 1) Equipment for testing single wedge fusion seams and extrusion seams shall be comprised of the following: (a) A vacuum box assembly consisting of a rigid housing, a transparent viewing window, a soft rubber gasket attached to the bottom, port hole or valve assembly, and a vacuum gauge. (b) A steel vacuum tank and pump assembly equipped with a pressure controller and pipe connections. (c) A rubber pressure/vacuum hose with fittings and connections. (d) A plastic bucket and wide paint brush. (e) A soapy solution. 2) The following procedures shall be followed by the installer: (a) Excess sheet overlap shall be trimmed away. 01275708 01/10 GEOMEMBRANE LINING SYSTEM 02245 - 9 (b) Clean the window, gasket surfaces and check for leaks. (c) Energize the vacuum pump and reduce the tank pressure to approximately 3 to 5-psi. (d) Wet a strip of geomembrane approximately 12-inches by 48-inches (length of box) with the soapy solution. (e) Place the box over the wetted area and compress. (f) Close the bleed valve and open the vacuum valve. (g) Ensure that a leak tight seal is created. (h) For a period of approximately 15-seconds, examine the geomembrane through the viewing window for the presence of soap bubbles. (i) If no bubbles appear after 15-seconds, close the vacuum valve and open the bleed valve, move the box over the next adjoining area with a minimum 3-inches overlap and repeat the process. (j) All areas where soap bubbles appear shall be marked and repaired and then retested. 3) The following procedures shall apply to locations where seams cannot be non-destructively tested, as determined by the Engineer: (a) If the seam is accessible to testing equipment prior to final installation, the seam shall be non-destructively tested prior to final installation. (b) If the seam cannot be tested prior to final installation, the seaming operations shall be observed by the Engineer for uniformity and completeness. 2. Air Pressure Testing (For Double Fusion Seam Only) a. The following procedures are applicable to those processes which produce a double seam with an enclosed space. 1) Equipment for testing double fusion seams shall be comprised of the following: (a) An air pump equipped with pressure gauge capable of generating and sustaining a pressure between 25 and 30-psi and mounted on a cushion to protect the geomembrane. (b) A manometer equipped with a sharp hollow needle, or other approved pressure feed device. b. The following procedures shall be followed by the Installer: 1) Seal one end of the seam to be tested. 2) Insert needle or other approved pressure feed device through the sealed end of the channel created by the double wedge fusion weld. 3) Energize the air pump to verify the unobstructed passage of air through the channel. 4) Seal the other end of the channel. 5) Energize the air pump to a pressure between 25 and 30-psi, close valve, and sustain pressure for approximately 5-minutes. 6) If loss of pressure exceeds 4 psi, or pressure does not stabilize, locate faulty area, repair and retest. 7) Remove needle or other approved pressure feed device and seal. 01275708 GEOMEMBRANE LINING SYSTEM 01/10 02245 - 10 U G. Destructive Seam Testing 1. The Installer shall provide the Engineer with a minimum of one destructive test sample per 5000-feet of seam length from a location specified by the Engineer. The Installer shall not be informed in advance of the sample location. a. Sampling Procedure 1) In order to obtain test results prior to completion of liner installation, samples shall be cut by the Installer as the seaming progresses. A destructive test must be done for each welding machine used for seaming or repairs. Sampling times and locations shall be determined by the Engineer. The Engineer must witness the obtainment of all field test samples and the Installer shall mark all samples with their location roll and seam number. The Installer shall also record in written form the date, time, location, roll seam number, ambient temperatures, and pass or fail --- description. A copy of the information must be attached to each sample portion. All holes in the geomembrane resulting from obtaining the seam samples shall be immediately repaired. All patches shall be vacuum tested. ,. b. Size and Disposition of Samples 1) The samples shall be 12 inches wide by 36 inches long with the seam centered lengthwise. The sample shall be cut into two equal length pieces, and given to the Engineer. C. Field Testing 1) The Installer shall cut six 1-inch wide replicate specimens from his sample and these shall be tested by the Engineer. The Installer shall test two specimens (four when possible for testing both tracks on dual -track fusion welded seams) for peel strength. All tests to be witnessed by the Engineer. To be acceptable, both test specimens must pass. Any specimen that fails through the weld or by adhesion at the weldsheet interface is a Non-FTB break and shall be considered a failure. d. Independent Laboratory Testing 1) The Engineer will package and ship all destructive seam samples to an independent testing Laboratory for determination and verification of all field shear and peel strengths. The test method and procedures to be used by the Independent Laboratory shall be the same used in field testing, where seam samples are 1-inch wide, and the grip separation rate is 2-ipm. The minimum passing criteria for independent laboratory testing are all three of the following: (a) All seam samples tested in the peel mode must fail in FTB. (b) At least four of five seam samples from each peel and shear determination must meet the minimum specified value. (c) The average value from all five seam samples from each peel and shear determination must meet the minimum specified value. R The above criteria apply to both tracks from each dual -track fusion welded seam before it is considered as passing. ALL FAILED LAB TESTS WILL BE PAID FOR BY THE INSTALLER. e. Archive Samples 1) The Installer will package and ship the remaining samples to the Engineer for archival. The samples shall include information that indicates where the sample was taken. 01275708 GEOMEMBRANE LINING SYSTEM 02245 - 11 O1/10 ,I i f. Procedures for Destructive Test Failure 1) The following procedures shall apply whenever a sample fails the field destructive test: (a) The installer shall cap strip the seam between the failed location and any passed test location. (b) The installer can retrace the welding path to an intermediate location (at a minimum of 10-feet from the location of the failed test), at the Engineer's discretion, and take a small sample for an additional field test. If this test passes, then the seam shall be cap stripped between that location and the original failed location. If the test fails, then the process is repeated. (c) Over the length of seam failure, the Contractor shall either cut out the old seam, reposition the panel and reseam, or add a cap strip, as required by the Engineer. (d) After reseaming or placement of the cap strip, additional destructive field test(s) shall be taken within the reseamed area. The reseamed sample shall be found acceptable if test results are approved by the Engineer. If test results are not acceptable, this process shall be repeated until the reseamed length is judged satisfactory by the Engineer. In the event that a sample fails a laboratory destructive test, then the above procedures shall be followed, considering laboratory tests exclusively. The Engineer will document all actions taken in conjunction with destructive test failures. H. Defects and Repairs 1. All seams and non -seam areas of the geomembrane shall be inspected by the Engineer for defects, holes, blisters, undispersed raw materials, and any sign of contamination by foreign matter. Because light reflected by the geomembrane helps to detect defects, the surface of the geomembrane shall be clean at the time of inspection. The geomembrane surface shall be brushed, blown, or washed by the Installer if the amount of dust or mud inhibits inspection. The Engineer shall decide if cleaning of the geomembrane is needed to facilitate inspection. a. Evaluation I) Each suspect location in seam and non -seam areas shall. be non-destructively tested as appropriate in the presence of the Engineer. Each location that fails the non-destructive testing shall be marked by the Engineer, and repaired accordingly. b. Repair Procedures 1) Defective seams shall be restarted/reseamed as described in these specifications. 2) Small holes shall be repaired by extrusion cap welding. If the hole is larger than 3-inch, it shall be patched. 3) Tears shall be repaired by patching. Where the tear is on a slope or an area of stress and has a sharp end it must be rounded prior to patching. 4) Blisters, large holes, undispersed raw materials, and contamination by foreign matter shall be repaired by patches. r. I 01275708 GEOMEMBRANE LINING SYSTEM 02245 - 12 O1/10 I- 5) Surfaces of HDPE which are to be patched shall be abraded and cleaned • no more than 15-minutes prior to the repair. No more than 10% of the thickness shall be removed. Patches shall be round or oval in shape, made of the same geomembrane, and extend a minimum of 6-inches beyond the edge of defects. All patches shall be of the same compound and thickness as the geomembrane specified. All patches shall have their top edge beveled with an angle grinder prior to placement on the geomembrane. Patches shall be applied using approved methods only. C. Restart/Reseaming Procedures 1) The welding process shall restart by grinding the existing seam and rewelding a new seam. Welding shall commence where the grinding started and must overlap the previous seam by at least 2-inches. Reseaming over an existing seam without regrinding shall not be permitted. d. Verification of Repairs 1) Each repair shall be non-destructively tested, except when the Engineer requires a destructive seam sample obtained from a repaired seam. Repairs that pass the non-destructive test shall be taken as an indication of an adequate repair. Failed tests indicate that the repair shall be repeated and retested until passing test results are achieved. Recording of Results: daily documentation of all non-destructive and destructive testing shall be provided to the Engineer by the Installer. This documentation shall identify all seams that initially failed the test and include evidence that these seams were repaired and successfully retested. 3.4 GEOMEMBRANE ACCEPTANCE A. The Installer shall retain all ownership and responsibility for the geomembrane until acceptance by the Owner. The surface of the geomembrane shall not have striations, roughness, pinholes, or bubbles and shall be free of holes, blisters, undispersed raw materials, or any contamination by foreign matter; except that if in the opinion of the Engineer the blemish will not adversely affect properties and use of the geomembrane, the Engineer may accept the geomembrane after sufficient laboratory test data are provided to support such acceptance, and further, provided all such testing is done at the sole expense of the Installer. B. The geomembrane liner shall be accepted by the Owner when all of the following conditions are met: 1. Installation is finished. 2. Verification of the adequacy of all field seams and repairs, including associated testing, is complete. 3. Written certification, including "as built" drawing(s), is provided by the Installer to the Engineer. 4. Documentation of completed installation, including all reports is complete. END OF SECTION 01275708 GEOMEMBRANE LINING SYSTEM 02245 - 13 01/10 Paae Intentionally Left Blank SECTION 02248 GRAVEL DRAINAGE MATERIAL PART 1 - GENERAL Not Used PART 2 - PRODUCTS 2.1 GRAVEL A. Gravel shall consist of clean, sound, hard, durable, round particles of stone or gravel. The gravel shall be free of silt and clay as defined by ASTM D-2487, vegetable matter, and other objectionable materials or coatings. B. Gravel Quality PROPERTY TEST METHOD MINIMUMVALUE Soundness ASTM C-88 18 % Loss ASTM C-131 40 C. Gradation 1. The following gradation is a suggested starting point in determination ofproper particle size for meeting permeability requirements. Gradation may be adjusted to meet or exceed permeability requirements. SIEVE % PASSING 1 inch 100 3/4 inch 90-100 3/8 inch 20-55 No. 4 0-10 No. 8 0 D. Permeability: 1.0 x 10-2cm/sec or higher. E. Calcium Carbonate: Not to exceed 15% by weight. PART 3 - EXECUTION 3.1 GENERAL A. Gravel drainage material must be placed in a manner to prevent damage to the underlying layer. Any damage to the layer will be repaired or replaced in accordance with the specifications at the expense of the Contractor. 01275708 GRAVEL DRAINAGE MATERIAL, 02248 - 1 01/10 3.2 PLACEMENT A. Gravel drainage material will be placed in accordance with Section 02250, Leak Detection System. B. Gravel around leachate pipe shall be done in a manner to prevent deflection or loading of the pipe, and shall be coordinated with perforated openings of piping section. END OF SECTION 01275708 GRAVEL DRAINAGE MATERIAL 02248 - 2 01/10 SECTION 02250 LEAK DETECTION SYSTEM PART 1- GENERAL Not Used PART 2 - PRODUCTS 2.1 POLYVINYL CHLORIDE (PVC) PIPE A. Buried PVC sewer pipe 6" in diameter or larger shall conform to the requirements of- 1. ASTM D 3033 or D 3034 except PVC plastic shall have a cell classification of 12454-B as defined in ASTM D 1784 and the wall thickness shall not be less than SDR 26. 2.2 FITTINGS A. PVC fittings shall be constructed of the same material and shall have the same pressure rating as the pipe to which they are joined. Fittings shall be solvent welded, gasket joint, threaded or true union type as indicated on the drawings or specified herein. PART 3 - EXECUTION 3.1 INSTALLATION A. Place a 6-inch thick layer of gravel across the entire length and width of trench. B. Do not drive heavy vehicles or equipment on top of the material to avoid damage to flexible membrane liner. C. Using hand held mechanical tampers, carefully consolidate the material. D. Place the pipe in the center of the trench and place gravel. E. Place gravel under the haunches of the pipe in 2-inch lifts followed by hand held mechanical compaction up to the springline of the pipe. F. Above the springline, lifts of gravel may be 4-inches thick, followed by hand held mechanical compaction. G. After gravel is placed to full depth, cover the top with the flexible membrane liner. 3.2 PIPE JOINING A. PVC pipe shall be handled and installed in strict accordance with the recommendations of the manufacturer. Special care shall be exercised in handling PVC pipe, in preparation of the trench for pipe laying, and in compacting the bedding under and around each side of the pipe. B. Solvent weld pipe shall be thoroughly cleaned before installation. Solvent application and joining shall be done in accordance with the manufacturer's written recommendations. 01275708 LEAK DETECTION SYSTEM 02250 - 1 01/10 C. The ring groove shall be clean before installation of the rubber ring. The ring shall be carefully installed in the groove as recommended by the manufacturer. The spigot end of the pipe shall be wiped clean and lubricated using the recommended lubricant. The spigot end shall be carefully inserted into the bell end until the reference mark on the spigot end is flush with the end of the bell. END OF SECTION 01275708 LEAK DETECTION SYSTEM 02250 - 2 O1/10 SECTION 02520 CEMENT STABILIZED SOIL PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Cement stabilized soil for use in evaporation ponds. 1.3 RELATED SECTIONS A. Section 02200 — Earthwork B. Section 02223 — Backfilling 1.4 REFERENCES A. ASTM D422 B. ASTM D558 C. ASTM D559 D. ASTM D560 E. ASTM D1632 F. ASTM D1633 1.5 SUBMITTALS A. Submit under provisions of Section 01300. B. Test certificates from an approved commercial laboratory shall be furnished on materials covered by this section 30 days prior to construction. C. In addition to the requirements of Section 01300, submit the following: 1. The source and quality of materials and the soil cement proportions proposed for the work shall be submitted to the Owner for review before the work is started. Certified reports prepared by an independent testing laboratory and covering the soil and mix design shall be submitted in accordance with the submittals section. Review of these reports will be for general acceptability only and continued compliance with all contract provisions will be required. 2. Design and quantities and test results of the Mix Design shall be submitted for review. 3. The report for each tentative soil cement design shall contain the following information: a. Optimum moisture and density. b. Brand, Type, and Quantity of cement (minimum 10% oven -dry weight soil). C. Specific gravity and gradation of soil. I (_ ` 01275708 CEMENT STABILIZED SOIL 02520 - 1 01/10 d. Weight (surface dry) of soil per cubic yard. e. Soil cement loss as determined in accordance with ASTM D559. f. Soil cement loss as determined in accordance with ASTM D560. 1.6 QUALITY ASSURANCE A. Testing shall be by standard ASTM methods. PART 2 - PRODUCTS 2.1 MATERIALS A. Material: 1. Materials used for the soil cement shall be materials mixed with portland cement, and water. It is the intent to use on -site soils to the maximum extent practical for the soil cement mix. 2. If necessary, the Contractor shall provide additional off -site materials and mix with on -site soils as required for the soil mixture to comply with the materials specifications herein. 3. All costs related to importing and processing of off -site materials shall be by and at the expense of the Contractor. 4. If the use of onsite materials for soil cement creates a shortage of materials for the compacted embankment, additional materials shall be provided as required at no additional cost to the contract. 5. Materials use shall be: a. Cement ASTM C150, Type II. b. Soil Clean and free of organic contaminants (solid or chemical) containing not less than 55 percent material by dry weight passing the No. 4 sieve, and not more than 35 percent not less than 5 percent passing the No. 200 sieve. Clay lumps or balls larger than 1 inch shall be pulverized to pass a No. 4 sieve or screened out of the raw soil prior to mixing. Free from caliche nodules, concretions, or chalky calcareous materials. Free from angular rock and any rock in excess of 1 inch in size. C. Water Clean and free from mud, oil, organic matter, or other deleterious substances. B. Soil Cement Requirements 1. The total quantity of portland cement shall be 10% of the oven -dry weight of the soil. 2. The cement shall be free of lumps and otherwise undamaged when used in soil cement. C. Soil Cement Loss: 1. The soil cement loss, as determined in accordance with ASTM D559 and ASTM D560, shall be not more than 10 percent. Increase the cement content as necessary to meet this loss criteria. 01275708 CEMENT STABILIZED SOIL 02520 - 2 01/10 PART 3 - EXECUTION 3.1 GENERAL A. Soil cement shall be mixed at a central plant in a twin -shaft pugmill mixer of either the continuous or batch type. Regardless of the equipment and methods used, an adequately compacted, thoroughly mixed mixture of pulverized soil containing the proper amount of portland cement and moisture shall be provided. Soil cement may be mixed on site with prior approval of Engineer with regard to the method to be used. 3.2 PREPARATION A. Subgrade Liner Preparation: 1. Before placing the soil cement, the subgrade shall be graded, shaped, and rolled as required to construct the soil cement in conformance with lines, grades thickness, and cross sections as indicated on the drawings. 2. Immediately prior to the placement of the soil cement, the receiving surfaces shall be in a moist condition. 3. Contractor shall coordinate with FMC manufacturer for installation to protect liner during the installation process. 3.3 CONSTRUCTION A. Pulverization: 1. The soil shall be pulverized sufficiently so that at the time of compaction 100 percent of the soil cement mixture will pass a one inch sieve and a minimum of 80 percent will pass a No. 4 sieve, exclusive of gravel and stone. 2. For gravel and stone the maximum size permitted shall be 3 inches with a maximum of 5 percent retained on a 3-inch sieve. B. Central Mixing Plant Mixing Method: 1. Soil cement shall be mixed in a central mixing plant. The mix in place method shall not be used. The central plant shall be equipped with metering and feeding devices that will add the soil, cement, and water into the mixer in the specified quantities. 2. The central plant shall have a capacity of at least 300 tons of soil cement per hour. Soil and cement shall be mixed sufficiently to prevent cement balls from forming when water is added. The mixing time shall be that which is required to secure an intimate uniform mixture of the soil, cement, and water. 3. If the actual quantities of the mix vary more than two percent by weight of the accepted quantities, the Owner may require such changes in the plant operation as will provide the required accuracy. 4. The soil cement mixture shall be transported from the mixing plant to the construction site in clean equipment provided with suitable protective covers. 5. The total elapsed time between the addition of water to the mixture and the start of compaction shall not exceed 30 minutes, and the mixture shall not be left undisturbed for longer than 15 minutes during this period. C. Placing: 1. The soil cement mixture shall be placed on the moistened subgrade or liner with spreading equipment that will produce layers of such widths and thicknesses as are necessary for compaction. 01275708 CEMENT STABILIZED SOIL 02520 - 3 01/10 2. Each successive layer shall be placed within four hours after the preceding layer is completed. No more than a four feet wide strip shall be left exposed at the end of a working day. 3. To improve bonding, any bottom layer left exposed for more than four hours shall be sprinkled with 3 pounds per square yard of cement then wetted immediately prior to installation of the upper layer. This shall be done at no extra cost to the contract. 4. Minimum and maximum limits of compacted layer thickness shall be 6 inches and 8 inches, respectively. 5. At the option of the Contractor, a single compacted layer of 12 inches thick may be done provided the degree of compaction specified hereinbefore can be demonstrated, to the satisfaction of the Owner. - 6. All soil cement surfaces which must bond to succeeding layers of soil cement shall - be kept continuously moist by fog spraying until placement of the subsequent layer except that such surfaces will not have to be kept moist for a period longer than 7 days. 7. Any loose material on the surface of the complete layer shall be removed, and the } surface striated and moistened immediately before placement of the next layer. D. Compaction: 1. Soil cement shall be in a uniform loose condition throughout the full depth and the moisture content shall be within 1 percent below to 2 percent above the specified optimum 30 minutes during compaction operations. 2. The in -place final compacted soil cement shall be within 1 percent below and 2 percent above the optimum moisture content as determined by ASTM D558. 3. The specified moisture content shall be maintained uniformly throughout the layer of material being compacted. The compaction operation shall be complete within one hour after the addition of water to the soil cement mixture. 4. When any of the compacting operations are interrupted prior to completion of compaction so that the mixture which has not been completely compacted is left unworked for more than 30 minutes for any reason or when the soil cement mixture before completion of compaction is wetted by rain so that the average moisture content exceeds the specified moisture requirements, the entire layer affected shall be removed and replaced at the expense of the Contractor. E. Finishing: 1. After compaction, the soil cement layer shall be further shaped to the required lines, grades, and cross sections and rolled to a reasonable smooth surface with a steel wheel roller. Surface compaction and finishing of each layer shall be performed, within two hours, to ensure a dense surface free of compaction of planes and loose material. 2. The soil cement shall be placed to the minimum thickness indicated on the drawings. The finished top surface of the section shall show no variation greater than 2 inch from 10 foot straightedge laid thereon parallel to the longitudinal centerline. The finished slopes shall be within 3 inches of plan dimension at the top and bottom of the slopes. 3. On the slopes, the top surface shall be relatively smooth and free of sharp projections. Holes and joints shall be grouted smooth to provide a suitable surface for installation of the geomembrane. F. Construction Joints: 1. No construction joint will be permitted except where construction is halted for a period of 3 hours or more. Unless such joints are made by the use of headers, the end of the section placed shall be cut back to a full depth vertical joint and a firm section before operations are resumed. 01275708 CEMENT STABILIZED SOIL 02520 - 4 O1/10 2. The portions removed may be pulverized and reused as if soil with no cement. Construction joints for succeeding layers of soil cement shall be staggered such that no two joints align. G. Curing: 1. Temporarily exposed surfaces shall be kept moist as previously specified. Care shall -- be exercised to ensure that no curing material other than water is applied to the surfaces that will be in contact with succeeding layers. 2. Permanently exposed surfaces shall be kept wet for a period of 72 hours after completion of compaction. The curing method shall be acceptable to the Owner. 3. When necessary, the soil cement shall be protected from freezing for 7 days after its construction by a covering of loose earth, straw, or other suitable materials. 3.4 FIELD QUALITY CONTROL A. Field Control Tests: 1. Field control test shall consist of gradation test, moisture -density test, and compression test cylinders. 2. One initial gradation shall be made for soil material used for soil cement. One gradation test shall be made for each additional 100 cubic yards. 3. One in place density test shall be made for each 500 cubic yards of material placed. 4. A set of three test cylinder for compression tests shall be performed for each 5000 cubic yards of soil cement. 5. If any test indicates material fail to comply with the specifications, the materials shall be removed and replaced or remedied until such complies with specifications. 6. All remedial work or replacement materials shall be at the Contractor's expense. B. Maintenance: 1. The Contractor shall maintain the soil cement in good condition until all work is completed and accepted by the Owner. 2. Maintenance shall include immediate repairs of any defects that may occur. 3. Faulty work shall be replaced by and at the expense of the Contractor for the full depth of the layer. END OF SECTION 01275708 CEMENT STABILIZED SOIL 02520 - 5 O1/10 Page Intentionally Left Blank 1 SECTION 02614 PRESTRESSED CONCRETE CYLINDER PIPE PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1— General Requirements apply to work of this section. 1.2 WORK INCLUDED Furnish labor, materials, tools, equipment and incidentals necessary to install and test 72"-diameter prestressed concrete cylinder pipe and fittings, rubber gaskets, and mortar to the inside and outside joints, including connections and appurtenances as required for the proper installation and function of the system as shown on the plans and/or specified herein. 1.3 RELATED SECTIONS A. Section 02151— Trench Safety Systems B. Section 02200 — Earthwork C. Section 02223 - Trench Backfilling D. Section 02665 — Piping, Valves and Fittings 1.4 QUALITY ASSURANCE A. GENERAL The materials specified herein are intended to be standard types of prestressed concrete cylinder pipe and fittings for use in transporting potable water. All pipe and fittings installed on this project must meet the requirements of NSF/ANSI Standard 61. B. EXPERIENCE REQUIREMENTS Finished pipe shall be the product of one (1) manufacturer that has had not less than 10 years successful experience manufacturing pipe of the types and sizes indicated. Pipe Manufacturing operations (pipe, fitting, lining, coating) shall be performed at one (1) location. C. 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 01275708 PRESTRESSED CONCRETE CYLINDER PIPE 02614 - 1 01/10 j 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 C301, for all pipe, fittings, and specials. 3. Absorption test. A water absorption test shall be performed on samples of cured motor 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 C497, Method A. The average absorption value for any test shall not exceed 9 percent and no individual sample shall have an absorption exceeding 10 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 (F) cubes shall be tested in accordance with ASTM C109. The equivalent cylinder compressive strength of the mortar (0.8 times the cube strength) shall not be less than 5,500 psi in 28 days. D. 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 required by the Engineer/Contractor during 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. 1.5 SUBMITTALS A. 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 u: joint location where the proposed pipe connects to the existing pipe. B. 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 1 . 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. g C. Prior to delivery of the pipe to the project site, the Manufacturer shall furnish and j affidavit certifying that all pipe, fittings and specials, and other products and materials furnished, comply with this specification and AWWA C301 and AWWA C304. 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. D. Certified test reports for factory and field welder certification. E. 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 elevations for each pipe joint. Survey - information shall be provided on Contractor's "As -Built" drawings. 01275708 PRESTRESSED CONCRETE CYLINDER PIPE 02614 - 2 01/10 1.6 STANDARDS Except as modified or supplemented herein, prestressed concrete cylinder pipe shall conform to the applicable requirements of the following standard specifications, latest edition. ANSI/NSF Standard 61 AWWA C301 Standard for Prestressed Concrete Pressure Pipe, Steel Cylinder Type AWWA C304 Standard for Design of Prestressed Concrete Cylinder Pipe AWWA M9 Concrete Pressure Pipe ASTM A570 Standard Specification for Steel, Sheet and Strip, Carbon, Hot Rolled, Structural Quality. ASTM C33 Standard Specification for Concrete Aggregates ASTM C 144 Specification for Aggregate for Masonry Mortar ASTM C 150 Specification for Portland Cement ASTM D698 Test for Moisture -Density Relations for Soils 1.7 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. 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. Pipe 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. 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 one end, the class for which it is designed, the date of manufacture, 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 desired that pipe be hauled directly 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. 01275708 PRESTRESSED CONCRETE CYLINDER PIPE 02614 - 3 O1/10 PART 2 — PRODUCTS 2.1 MATERIALS A. CEMENT: Cement for use in concrete and mortar shall be Type I Portland Cement conforming to ASTM C150. 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' long and slightly higher than the pipe bell to prevent pipe being supported by the bell. Rings to be at the quarter points of the pipe section. E. STEEL: Steel shall meet the requirements of AWWA C301. Steel shall be homogeneous and shall be suitable for field welding. F. THREADED OUTLETS: Where outlets or taps are threaded, fin-nish and install brass bushings and plugs for the outlet size indicated. 2.2 MIXES; CEMENT MORTAR Cement mortar used for pipe joints shall consist of one (1) part Portland Cement and two (2) parts clean, fins, 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 C150, Type I. Sand shall conform to ASTM C144. 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 Prebond Epoxy Bonding Agent ET- 150, parts A and B, Sikadur 32 Hi -mod or approved equal. 2.3 MANUFACTURED PRODUCTS A. PIPE 1. GENERAL Pipe, specials and fittings shall be designed, manufactured, and tested in accordance with the applicable requirements of AWWA C301, AWWA C304 and AWWA M9, and the special requirements of this specification. All pipe shall have the NSF Seal of Approval. 2. PIPE DESIGN CRITERIA Pressure class pipe shall be 150 psi. In addition to the minimum pressure class required, pipe shall be made to withstand maximum 45' soil cover. 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 C301, AWWA C304 and AWWA Manual M9 for trench construction. Trench depth 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. 0 01275708 PRESTRESSED CONCRETE CYLINDER PIPE 02614 - 4 01/10 3. PROVISIONS FOR THRUST a. Thrusts at bends, tees, plugs, or other fittings shall be resisted by thrust blocking as indicated on the drawings. b. Restrained joints, where identified on the drawings, 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. 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 shall be prepared by trimming the spigot in the shop. c. Thrust restraint design shall be the complete responsibility of the pipe manufacturer. The length of pipe with welded joints, the pipe cylinder thickness necessary to resist thrust forces, and all other provisions necessary for thrust restraint shall be determined by the pipe manufacturer. 4. INSIDE DIAMETER The inside diameter, including the cement mortar lining, shall be a minimum of the nominal diameter of the pipe specified. B. JOINT WRAPPERS: Similar and equal to those manufactured by Mar -Mac Manufacturing Company. C. INSULATED CONNECTIONS AND FLANGE GASKETS: Insulating connections and flange gaskets shall meet the requirements of ITEM MC — PIPING, VALVES AND FITTINGS. D. FLEXIBLE JOINT COUPLINGS AND EXPANSION JOINTS: See ITEM MC — PIPING, VALVES AND FITTINGS. E. PIPE ENDS: The standard pipe end shall include Carnegie steel joint ring as per AWWA Manual M-9 and AWWA C301. Welded joints shall be provided at all joints unless otherwise specified on the plans but shall be at all tie in locations. 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 to permit easy passage of pipeline pigs. H. FITTINGS IN VAULTS: Pipe fittings in vaults shall have a minimum cylinder thickness of 0.25 inches, and shall meet the requirements of AWWA C200. Exposed piping and valves in vaults shall have an epoxy coating. I. NUTS AND BOLTS: All nuts and bolts shall be stainless steel. Use an anti -seize compound during installation. PART 3 — EXECUTION 3.1 INSTALLATION A. GENERAL 1. Install pipe, fittings, specials, and appurtenances as specified and required for the proper functioning of the completed pipeline. Install pipe, fittings, and specials 01275708 PRESTRESSED CONCRETE CYLINDER PIPE 01/10 02614 - 5 in accordance with the Manufacturer's recommendations and AWWA M9. Pipe shall be laid to the line and grade indicated. 2. Maximum allowable pipe deflection is limited to 1 % for bar -wrapped concrete cylinder pipe measured in any direction. Contractor shall repair pipe not meeting this requirement at no additional cost to the Owner. 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. 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 1/16" 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 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 from the project site. 5. Remove, replace or reject any disbanded lining or coating. Apply bonding agent to patch area. A patch larger than 100 square inches or 12" 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 of a crane or other machine. Do not roll or dump into the trench. The crane shall be of sufficient size for handling the pipe, and shall lift and lower the pipe at a slow rate of speed. The crane shall be capable of stopping the lifting operation at any point without producing a shock or otherwise jerking or vibrating of 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. 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 pope is being laid, place the gasket on the spigot ring and enter the spigot end of the pipe into the bell of the adjoining pipe and push into position. The inside joint space between ends of the pipe sections shall have an opening within the tolerances as recommended by the Pipe Manufacturer. No "blocking up" of pipe or j oints will 01275708 PRESTRESSED CONCRETE CYLINDER PIPE 02614 - 6 O1/10 be permitted, and if the pipe is not uniformly supported or the joint not made up properly, remove the joint and properly prepare the trench. After joining, check the position of the gasket with a feeler gauge. If the gasket is out of position, disassemble the joint and repeat the joint laying procedure. For interior welded joints, complete backfill before welding. After welding, apply the interior joint coating. 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 and entrapped air. Leave wrappers in place undisturbed until the mortar has set-up. 3. INTERIOR JOINTS 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. WELDFD JOINTS (All Joints to be Welded) a. Thirty-six inch and smaller pipe shall be welded from the outside using the i 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-two inch and larger pipe shall be welded from the inside, using the following procedures: Joint spigots shall be trimmed where the stress in the gasket groove exceeds 12,000 psi due to axial thrust load. Trim the joint ring behind the gasket groove. After the adjacent pipe sections are aligned and tack welded, weld the bell to the spigot with a full fillet weld. Welded joints shall meet the 01275708 PRESTRESSED CONCRETE CYLINDER PIPE 02614 - 7 O1/10 requirements of AWWA Manual M9. When a joint weld is completed, grout the inside joint, pour the exterior joint with mortar as specified above. c. General weld requirements shall be as follows: 1. Weld joints in accordance with the AWWA C206 for Field Welding of Steel Water Pipe. Unless otherwise specified, welds shall be full circle fillet welds. 2. Adequate provisions for reducing temperature stresses shall be the responsibility of the Contractor. - 3. After the pipe has been joined and properly aligned and prior to the start of the welding procedure, the spigot and bell shall be made essentially concentric by 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 arc process. Welding shall be performed so as not to damage lining or coating. Cover the coating as necessary to protect from welding. 5. Furnish labor, equipment, tools and supplies, including shielded type of 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. j 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 welding contact cannot be obtained, remove the pipe from the line. 1�J 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 steel 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. i_ 10. Use only competent, skilled and qualified workmen. Each welder — employed by the Contractor shall be required to satisfactorily pass a welding test in accordance with AWWA C206 before being allowed to weld on the line. a. Hanson Pipe and Products, Inc, or approved equal. 11. After each welder has qualified in the preliminary tests referred to above, inspections shall be made of the joints in the line. Any welder making defective welds shall not be allowed to continue to weld. 12. Dye penetrant tests in accordance with ASTM E165, or magnetic particle tests, shall be performed by the Contractor's independent testing laboratory on all welded joints. Welds that prove to be defective will be - i 01275708 PRESTRESSED CONCRETE CYLINDER PIPE 02614 - 8 O1/10 3.2 replace or repaired, whichever is deemed necessary by the Engineer, at Contractor's expense. 13. If the Contractor disagrees with the Engineer's interpretation of welding tests, test sections may be cut from the joint for physical testing. The Contractor shall bear the expense of repairing the joint, regardless of the results of the physical testing. The procedure for repairing the joint shall be approved by the Engineer before proceeding. D. PROTECTION OF BURIED METAL Protect buried ferrous metal such as flanges, nuts, bolts, dresser couplings, etc. by applying two wraps of Trenton No. 1 wax tape, and encasing it with flowable fill. E. 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 100 square inches or has dimensions greater than 12". 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. F. PIPE BEDDING AND BACKFILL Pipe bedding and backfill shall be as specified in ITEM MC — PIPING, VALVES AND FITTINGS and shown on plans, Sheet C501. FIELD QUALITY CONTROL A. Perform hydrostatic test to 150 psi as specified in ITEM MC — PIPING, VALVES AND FITTINGS. END OF SECTION 01275708 PRESTRESSED CONCRETE CYLINDER PIPE O1/10 02614 - 9 fl Paze Intentionally Left Blank SECTION 02665 PIPING, VALVES AND FITTINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 WORK INCLUDED This section of the specifications covers all water piping, valves, and fittings required for the project. The term piping as used herein shall include all piping, valves, fittings and accessories as shown on the plans and/or as specified herein. 1.3 RELATED SECTIONS A. Section 01040, Coordination and Meetings B. Section 01300, Submittals 1.4 MATERIAL SCHEDULE A. All 3" chlorine dioxide lines in 6" carrier pipe shall be Schedule 80 PVC pipe as specified. B. 72" raw water line shall be prestressed concrete cylinder pipe as specified in Section 02614. C. 48" raw water bypass and raw water supply lines shall be ductile iron. D. 36" emergency overflow line shall be ductile iron. E. 16" reclaimed water line shall be ductile iron. F. 6" top fill line shall be C900 PVC (buried) and shall be ductile iron when exposed. G. All exposed plant piping and piping in embankments and fill areas shall be ductile iron pipe, AWWA C151. 1.5 SUBMITTALS Submit all manufactures data for all pipe, valves and fitting including all pipe thickness class calculations. PART2-PRODUCTS 2.1 PVC PIPE All PVC pipe shall be of the rubber gasketed, push -on joint type (Bell-Tite or approved equal), AWWA C-900, Class 150 (DR 18). All leak detection system PVC pipe shall be of the rubber gasketed, push on joint type (Bell-Tite or approved equal), ASTM D 2241, PR 160, SDR 26,1PS. PVC for double containment chemical feed piping shall be a prefabricated system consisting of primary pipe supported within secondary containment piping. Primary piping material and fittings 01275708 PIPING, VALVES AND FITTINGS 02665 - 1 01/10 i shall be as specified for single -contained piping for the respective chemical. Containment pipe shall be ASTM D 1785, Cell Classification 12454, bearing NSF seal, Schedule 80. Interstitial supporting devices shall have polypropylene spider clips or C-type, within the secondary containment pipe. i. 2.2 DUCTILE IRON PIPE Ductile Iron Pipe shall be manufactured in accordance with AWWA C151. In general, ductile iron pipe shall have flanged joints when installed above ground and mechanical joints (or push -on joints) when installed below ground unless otherwise required or shown on the plans. Pipe thickness shall be as required for the scheduled internal working pressure with minimum thickness class 50. Thickness for buried pipe shall be computed in accordance with AWWA C 150 for appropriate depths of cover and trench condition, as shown on the Project Plans. All buried ductile iron pipes shall have an asphaltic coating in conformance with AWWA-C 151, and shall be cement lined in accordance with AWWA-C 104. All exposed Ductile Iron Pipe shall have an exterior epoxy coating and shall be cement -lined in conformance with AWWA C104. Mechanical Joints and Push -on Joints shall conform to the requirements of AWWA CI I I unless otherwise specified. The pipe shall be of the best quality in materials and workmanship. All pipe shall be subjected to a thorough inspection at the jobsite before being installed. Any piece found to be defective shall be rejected and removed from the project. 2.3 EXTERIOR DUCTILE IRON PIPE COATING A. Surface Preparation — Solvent wipe all surfaces to remove oil, grease, or other contaminants. Measure existing surface profile of substrate. If existing profile is 1.5 mils or greater, hand or power tool clean all rusted areas per SSPC — SP2 or SSPC — SP3. If profile is less than 1.5 mils, brush-off blast entire surface per SSPC-SP7. B. Prime Coat — Tnemec Series 135 at 4.0 — 6.0 dry mils. C. Second Coat — Tnemec Series 135 at 4.0 — 6.0 dry mils. 2.4 PIPE FITTINGS A. General - Pipe fittings shall be of a type and design especially suitable for use with the type of piping with which they are installed. Pressure rating of fittings shall not be less than that of the pipe. Fittings shall be ductile iron and shall be mechanical joint or push -on joint unless otherwise specified or shown on the drawings. All flanged fittings shall be faced and drilled in accordance with the standard drilling for ANSI 1. _,i B 16.1 Class 125 flanges rated for at least 250 psi working pressure. Bolts for flanged joints shall be of the length and diameter required by the ANSI Specification. Bolts and nuts shall be of best quality mild steel and shall be provided with hexagonal heads. Suitable 1/8" thick rubber ring gaskets shall be provided for all flanged joints. �- r 01275708 PIPING, VALVES AND FITTINGS 02665 - 2 O1/10 T�T B. Ductile Iron Fittings - Ductile iron fittings shall conform to AWWA C 110. In general, flanged fittings shall be used on all exposed piping and all other fittings shall be mechanical joint or push -on joint unless otherwise specified or shown on the drawings. All fittings shall have a pressure rating equal to that of the pipe with which they are used but in no case less than 150 psi. Unless otherwise indicated, buried ductile iron fittings shall have an external bituminous coating and shall be cement -lined in accordance with AWWA C104 and C106 respectively. Exposed fittings shall have an external epoxy coating and cement -lined in accordance with AWWA C106. All ductile iron fittings shall be cast from the same quality of metal used in casting the ductile iron pipe and shall be subjected to the same test requirements. Marking and weighing shall be as required for the ductile iron pipe. Where flanged fittings are used the flanges shall be of the same material as the fitting. Where bell or mechanical joint fittings are used, the bells shall be cast integrally with the fitting. Screwed -on bells will not be acceptable. 2.5 PIPE JOINTS A. Push -on Joints - Push -on joints shall be as specified in AWWA Standard C111. B. Mechanical Joints - Mechanical joints shall be as specified in AWWA Standard C111. C. Flanged Joints - Flanged joints shall meet the requirements of ANSI B 16.1 (Class 125) rated for a working pressure of not less than 250 psi. Bolts shall be of the length and diameter required by the ANSI Specification for Class 125 flanges. Bolts and nuts shall be stainless steel and shall be provided with hexagonal heads, except where other types of bolts are specified. Tighten bolts progressively to prevent unbalanced stress. Draw bolts tight to insure proper setting of gaskets. Suitable full face gaskets shall be used in all flanged joints. D. Miscellaneous Joints - Miscellaneous types of joints shall be made as specified in other paragraphs or as recommended by the manufacturer. All joints shall be made using materials and methods as required to produce joints that will function satisfactorily under the various conditions encountered. 2.6 VALVES A. General - Valves shall be gate valves unless otherwise noted on the plans or specified herein. All valves shall be designed for a working pressure of at least 150 psi unless otherwise noted. B. Gate Valves - All gate valves shall be resilient seat, iron body, bronze mounted throughout and shall meet all requirements of AWWA C 509. The valves shall be of the type of joint used in the piping. All valves shall open by turning to the left, and unless otherwise specified, shall have non -rising stem when buried and outside screw and yoke when exposed, and be furnished with a two-inch operating nut when valves are buried and shall be famished with hand wheels when exposed. Gate valves shall be furnished with O-ring stem packing and shall be Mueller 2360 Series, M & H, or approved equal. Valves used in combination with tapping sleeves or crosses shall be either MJ x FL or true tapping valves. 01275708 PIPING, VALVES AND FITTINGS 02665 - 3 01/10 P All gate valves shall be designed to withstand a working pressure of 200 psi unless otherwise noted. C. - Valve Boxes and Extension Stems -Extension stems shall be furnished on buried valves where the top of the operating nut is more than 36-inches below finished grade. Top of the extension stem shall not be more than 9-inches below the top of the valve box. Buried valves shall be provided with cast iron valve boxes. The boxes shall be designed to fit over a section of 6-inch C900 PVC riser pipe which will be used as an extension from the top of the valve to within 8-inches of the ground surface. The box shall have a heavy cast iron cover. The box shall have a flange type base, with the base being approximately 4 inches larger in diameter than the outside diameter of the barrel of the box. The necessary length of 6-inch C900 PVC riser pipe required for the extension shall be considered as a part of the box. PART 3 - EXECUTION 3.1 GENERAL All pipe and accessories shall be unloaded, handled, laid, jointed, tested for defects and for leakage and disinfected in the manner herein specified. 3.2 POLYETHYLENE WRAP All buried valves and iron fittings shall be thoroughly wrapped prior to installation with a polyethylene material meeting the requirements of ASTM D 1248. The polyethylene material shall have a minimum thickness of 8 mil. The wrap shall be secured by 2" duct tape. 3.3 INSPECTION The pipe, fittings, valves, and accessories shall be inspected upon delivery and during the progress of the work and any material found to be defective will be rejected by the Engineer, and the Contractor shall remove such defective material from the site of the work. 3.4 RESPONSIBILITY FOR MATERIALS The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or has become damaged in handling after delivery. 3.5 HANDLING PIPE AND ACCESSORIES All pipe, fittings, valves, and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the work by the Contractor. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a manner as to avoid shock or damage to the materials. Under no circumstances shall they be dropped. Pipe handled on skidways must not be skidded or rolled against pipe already on the ground. The pipe, fittings and accessories shall be placed along the site in such a manner as to be kept as free as possible from dirt, sand, mud and other foreign matter. 01275708 PIPING, VALVES AND FITTINGS 02665 - 4 01/10 3.6 ALIGNMENT AND GRADE All pipe shall be laid and maintained to the lines and grades shown on the plans or as established on the ground by the Engineer. Wherever it is necessary to deflect pipe from a straight line either in a vertical or horizontal plane to avoid obstructions, to plumb valves, or where vertical or horizontal curves are shown or permitted, the degree of deflection at each joint shall not exceed the maximum deflection recommended by the manufacturer of the particular type of pipe being laid and the degree of deflection shall be approved by the Engineer. 3.7 MANNER OF HANDLING PIPE AND ACCESSORIES INTO TRENCH After the trench grade has been completed, all bell holes dug and the grade inspected, the pipes and accessories may be placed in the trench. All pipe, fittings, and valves shall be carefully lowered into the trench piece by piece by means of derricks, ropes, or other suitable tools or equipment, in such a manner so as to prevent damage to the material in any way. Under no circumstances shall pipe or accessories be dropped or dumped in to the trench. 3.8 EXPOSED PIPING All exposed piping shall be installed in a neat and workmanlike manner. All piping runs shall be truly horizontal or vertical except where specifically shown otherwise on the drawings. Piping shall be adequately supported by temporary supports during installation. Permanent supports, as specified and as shown on the drawings, shall then be placed so that pipe loads are supported thereon. Spacing of v such supports shall be as required to prevent deflection of the pipe between supports, as shown on the drawings. 3.9 CLEANING AND INSPECTING Before lowering into the trench, the pipe shall be again inspected for defects and the pipe, while suspended, shall be lightly hammered to detect cracks. Any defective, damaged or unsound pipe and materials shall be rejected. All foreign matter or dirt shall be removed from the inside of the -pipe and from all bells, spigots or parts of the pipe used in forming the joint, before the pipe is lowered into the trench, and it shall be kept clean by approved means during and after laying. At times when pipe laying is not in progress, the open ends of pipe shall be closed by approved means, and no trench water shall be allowed to enter the pipe. 3.10 LAYING AND JOINTING DUCTILE IRON PIPE A. General - Unless otherwise directed, pipe shall be laid with bells facing in direction of laying; ` and for lines on appreciable slopes, bells shall, at the discretion of the Engineer, face up grade. B. Cutting of pipe for inserting valves, fittings or closure pieces shall be done in a neat and workmanlike manner without damage to the pipe or the cement lining. C. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the trench overnight. At times when pipe laying is not in progress, the open ends of pipe shall f, be closed by approved means, and no trench water shall be permitted to enter the pipe. a 01275708 PIPING, VALVES AND FITTINGS 02665 - 5 01/10 5 D. No pipe shall be laid in water, or when the trench conditions or weather are unsuitable for such work, except by permission of the Engineer. E. Flanged joints shall be used where shown on the plans. Mechanical joint, or other approved joints shall be installed with materials furnished by the manufacturer and in accordance with the manufacturer's specifications. F. Before laying the pipes, all lumps, blisters and excess coating shall be removed from the bell and spigot ends of each pipe; the outside of the spigot and the inside of the bell shall be wire brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made. G. Defective joints shall be repaired as directed by the Engineer. H. Mechanical Joint Piping - The last 8 in. outside of the spigot and inside of the bell of mechanical joint pipe shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter from the joint, and then painted with lubricant recommended by the pipe manufacturer. The cast-iron gland shall then be slipped on the spigot end of the pipe with the lip extension of the gland toward the socket or bell end. The rubber gasket shall be painted with lubricant recommended by the pipe manufacturer and placed on the spigot end with the thick edge toward the gland. I. The entire section of the pipe shall be pushed forward to seat the spigot end in the bell. The gasket shall then be pressed into place within the bell; care shall be taken to locate the gasket evenly around the entire joint. The gland shall be moved along the pipe into position for bolting, all of the bolts inserted, and the nuts screwed up tightly with the fingers. All nuts shall be tightened with a suitable torque -limiting wrench. J. Nuts spaced 180 deg. apart shall be tightened alternately in order to produce an equal pressure on all parts of the gland. K. Flanged Joints - Flanged joints where used shall be bolted with Flange bolts ofbest quality mild steel and of the size and length required by American Standards Association; bolts and nuts shall be provided with standard hexagonal heads. Gasket rings shall be used and shall be made of best quality rubber composition sheet packing one -eighth (1/8) inch thick, of a brand and quality approved by the Engineer. L. The pipe and fittings shall be properly aligned and free to move in any direction while bolting, and the bolts shall be gradually tightened at a uniform rate around the entire flange. M. Push -On -Joints - The inside of the bell and the outside of the spigot end shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter. The circular rubber gasket shall be flexed inward and inserted in the gasket recess of the bell socket. N. A thin film of gasket lubricant shall be applied to either the inside surface of the gasket or the spigot end of the pipe or both. Gasket lubricant shall be as supplied by the pipe manufacturer. O. The spigot end of the pipe shall be entered into the socket with care used to keep the joint from contacting the ground. The joint shall then be completed by forcing the plain end to the bottom of the socket with a forked tool or jack -type tool or other device. Pipe that is not furnished with a depth mark shall be marked before assembly to assure that the spigot end is inserted to the full depth of the joint. Field -cut pipe lengths shall be filed or ground to resemble the spigot end of such pipe as manufactured. P. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the trench overnight. At times when pipe laying is not in progress, the open ends of the pipe shall be properly plugged. No pipe shall be laid in water, or when trench conditions or weather are unsuitable for such work. Q. If water gets in the trench before the joint is completed, or if the pipe is disturbed from line and grade after being laid, the pipe shall be taken up, the joints cleaned and the pipe relaid. R. Immediately after completion of the jointing, sufficient bedding and backfill material shall be placed around and over the pipe to hold the pipe to line and grade. 01275708 PIPING, VALVES AND FITTINGS 02665 - 6 O1/10 F' S. Premoulded joints shall be made in accordance with the recommendations of the manufacturer of the pipe. The surfaces of the jointing material on both the bell and the spigot at each joint shall be wiped with the solvent recommended by the pipe manufacturer. The spigot shall then 4 be firmly forced into the bell using a bar or other similar lever and a block of wood to prevent damage to the pipe. 3.11 SETTING VALVES, VALVE BOXES AND FITTINGS Valves and fittings shall be set at the locations shown on the plans or at locations as established by the Engineer, and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. All valves buried in the ground shall have a valve box set over the valve. All valves shall be thoroughly inspected and checked for operation before installation. Concrete blocking shall be provided for all buried valves and fittings. Valve boxes shall be firmly supported and maintained centered and plumb over the wrench nut of the valve, with box cover flush with the surface of the ground or at such level as directed. Sections of 6- inch pipe shall be used for valve box extensions and shall be sufficient length to extend from the top of the valve bonnet to within 8 inches of the ground surface. 3.12 EXCAVATION AND TRENCHING The trench shall be excavated to the lines and grades as established by the Engineer and as shown on the plans. The minimum depth of cover for all pipe shall be forty-eight (48) inches unless otherwise specifically shown on the drawings. The minimum width of the trench shall be the outside diameter of the pipe plus twelve (12) inches and the maximum width shall be the outside diameter of the pipe plus eighteen (18) inches. The trenching equipment shall be maintained on a sufficiently level road bed to provide substantially vertical trench walls. The trench shall be excavated to an even grade so that the bottom of the pipe will rest on the bottom of the trench over the entire length of pipe. In order to obtain a true even grade, the trench shall be fine graded by hand. Any part of the trench excavated below grade shall be corrected by filling with approved material and compacting thoroughly. The Contractor shall be responsible for implementing a trench shoring system wherever the trench depth exceeds five (5) feet. The Contractor shall refer to Section 02151 TRENCH SAFETY for guidelines on trench shoring methods for pipelines. If ledge rock, rock fragments or other unyielding material is encountered in the bottom of the trench it shall be removed to a depth of six inches below grade, refilled with selected material, and thoroughly compacted. Bell holes of ample dimensions shall be dug at each joint to permit the jointing of pipe to be made properly, and of sufficient depth to prevent the bell of the pipe from resting on undisturbed materials. 01275708 PIPING, VALVES AND FITTINGS 02665 - 7 O1/10 Paae Intentionally Left Blank SECTION 02704 PIPELINE PRESSURE AND LEAKAGE TESTING PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 — General Requirements apply to work of this section. 1.2 SCOPE A. This section covers field hydrostatic pressure and leakage testing of piping. The term "piping" shall be used in this section to refer to piping systems, pipelines, or sections thereof. B. Testing of other piping is covered in the Sewer Pipe Installation and Testing section and Miscellaneous Piping and Accessories Installation section. Cleaning and disinfection of piping is covered in another section if required. 1.3 GENERAL A. Unless otherwise specified, testing of piping shall be completed prior to final cleaning and disinfection. B. Contractor shall notify federal, state, and local regulatory agencies to determine if any special procedures or permits are required for disposal of water used for pressure and leakage testing and to identify acceptable locations for disposal of the water. All requirements and costs associated with notifications and obtaining any discharge permit or approvals shall be responsibility of Contractor. C. Engineer or Engineer's representative shall be present during testing and shall be notified of the time and place of testing at least 3 days prior to commencement of the work. All work shall be performed to the satisfaction of Engineer. 1.4 TESTING SCHEDULE AND PROCEDURE A. A testing schedule and test procedure shall be submitted to Engineer for review and acceptance not less than 21 days prior to commencement of testing. The schedule shall indicate the proposed time and sequence of testing of the piping. The testing procedure shall establish the limits of the piping to be tested, the positions of all valves during testing, the locations of temporary bulkheads, and all procedures to be followed in performing the testing. 1.5 SPECIAL TESTING REQUIREMENTS A. Special testing requirements include the following: B. Unless otherwise acceptable to Engineer, the general sequence of work for each pipeline, or valved or bulkheaded section thereof, shall be as follows: 1. Initial flushing and cleaning of pipeline. 2. Filling pipeline. 01275708 PIPELINE PRESSURE AND LEAKAGE TESTING 02704 - 1 01/10 I. "I 3. Hydrostatic pressure and leakage testing to the pressure class of pipe. 4. Disinfection. 5. Final cleaning, flushing, and neutralization of heavily chlorinated water. 6. Bacteriological tests. s, C. Unless otherwise acceptable, during testing of the pipeline, all valves, except for the auxiliary hydrant valve, shall be in the open position. D. Unless otherwise acceptable, temporary bulkheads shall be provided during testing so that the test pressures are not applied to existing or newvalves and hydrants, or to existing water lines, or to any portion of water lines installed under this Contract that have already been put into service. E. A temporary pressure gauge shall be installed at each end of the limits of the pipeline to be F. tested. The tests shall be conducted before connections are made to existing water lines, or to any portion of water lines installed under this Contract that have already been put into service. G. All auxiliary hydrant valves shall be closed during pressure testing so that the test pressure is not applied to the hydrant valves. H. Unless otherwise acceptable, upon completion of testing and disinfection, connections made to existing water lines or to any portion that has been put into service of new water lines installed under this Contract, shall be visually inspected for leakage after placing the water line into service and before backfilling the connection. .` I. If testing is permitted against a butterfly valve, the maximum differential test pressure J across the valve seat (gate) in the closed position shall be 150 psi on Class 150B butterfly valves and 250 psi on Class 250 butterfly valves. 1.6 WATER A. Water for testing shall be furnished as stipulated in the Temporary Facilities section. As a conservation measure, the water shall be collected for reuse in subsequent testing. Following completion of testing, the water shall be disposed of in a manner acceptable to Engineer. Unless otherwise permitted, the water shall be kept out of the remainder of the piping. PART 2 - PRODUCTS 2.1 TEST EQUIPMENT A. All necessary connections between the piping to be tested and the water source, together with pumping equipment, water meter, pressure gauges, and all other equipment, materials, and facilities required to perform the specified tests, shall be provided. All required flanges, valves, bulkheads, bracing, blocking, and other sectionalizing devices shall also be provided. All temporary sectionalizing devices shall be removed upon completion of testing. Vents shall be provided in test bulkheads where necessary to expel air from the piping to be tested. B. Test pressures shall be applied by means of a force pump sized to produce and maintain the required pressure without interruption during the test. C. Water meters and pressure gauges shall be accurately calibrated and shall be subject to review and acceptance by Engineer. 01275708 PIPELINE PRESSURE AND LEAKAGE TESTING 02704 - 2 O1/10 a. D. Permanent gauge connections shall be installed at each location where test gauges are connected to the piping during the required tests. Drilling and tapping of pipe walls will [not ]be permitted. Upon completion of testing, each gauge connection shall be fitted with a removable plug or cap acceptable to Engineer. PART 3 - EXECUTION 3.1 FILLING AND VENTING A. Before filling the piping with water, care shall be taken to ensure that all air release valves and other venting devices are properly installed and in the open position. Hand -operated vent valves shall not be closed until an uninterrupted stream of water is flowing from each valve. The rate of filling the piping with water must not exceed the venting capacity of the installed air vent valves and devices. 3.2 BLOCKING AND BACKFILLING A. Piping shall be adequately blocked, anchored, and supported before the test pressure is applied. Underground piping shall be tested before the joints are covered as identified in the pipeline schedule. 3.3 PRESSURE TESTING A. After the piping to be tested has been filled with water, the test pressure shall be applied and maintained without interruption within plus or minus 5 psi of test pressure for 4 hours plus any additional time required for Engineer to examine all piping being tested and for Contractor to locate any defective joints and pipe materials. The test pressure shall be in accordance with the requirements specified for pipeline or plant piping. B. Pipeline Test Pressure 1. Piping shall be subjected to a hydrostatic test pressure as indicated in the Pipeline Test Pressure Schedule. 2. The test pressure, expressed in feet of water, to be applied at any point in the piping shall be equivalent to the arithmetic difference between the specified test pressure plane elevation and the elevation of the horizontal center line of the piping at the selected location. The value obtained shall be multiplied by 0.433 to obtain psi. C. Plant Piping Test Pressure 1. Unless otherwise noted, piping shall be subjected to the test pressure as indicated in the Plant Piping Test Pressure Schedule. 3.4 PLANT PIPING LEAKAGE A. All plant piping shall be watertight and free from leaks. Each leak which is discovered within the correction period stipulated in the General Conditions shall be repaired by and at the expense of Contractor. 01275708 PIPELINE PRESSURE AND LEAKAGE TESTING 02704 - 3 01/10 3.5 PIPELINE LEAKAGE TESTING A. Following completion of pressure testing and acceptance by Engineer, the pipeline piping shall be subjected to a leakage test. The duration of the leakage test shall be 2 hours plus the additional time required for Engineer to make an accurate determination of leakage. B. Leakage Test Pressure 1. The hydrostatic pressure maintained during the leakage test shall be at least 75 percent, but not more than 100 percent, of the pressure specified for pressure testing of the piping and shall be maintained within plus or minus 5 psi [35 kPa] during the entire time that leakage measurements are being performed. C. Leakage Measurement 1. Measurement of leakage shall not be attempted until all trapped air has been vented and a constant test pressure has been established. After the pressure has stabilized, piping leakage shall be measured with a suitable water meter installed in the pressure piping on the discharge side of the force pump. D. Allowable Leakage 1. The term "leakage", as used herein, refers to the total amount of water which must be introduced into the piping during the leakage test to maintain the test pressure. 2. No piping will be accepted if and while it exhibits a leakage rate in excess of that determined by the indicated formulas: Q = 0.0075 DLN (using inch -pound units) Where Q = allowable leakage in gallons per hour D = nominal diameter of pipe in inches L = length of section tested in thousand feet N = square root of average test pressure in pounds per square inch Q = 1.4 x 10-6 DLN (using SI units) Where Q = allowable leakage in liters per hour D = nominal diameter of pipe in millimeters L = length of section tested in meters N = square root of average test pressure in kilopascals E. Whenever the piping to be tested contains pipe of different diameters, the allowable leakage shall be calculated separately for each diameter and the corresponding length of piping. The resulting allowable leakage rates shall be added to obtain the total allowable leakage for the entire piping. I 01275708 PIPELINE PRESSURE AND LEAKAGE TESTING 02704 - 4 vn. 01/10 F. All joints in piping shall be watertight and free from visible leaks during the leakage test. Each leak which is discovered within the correction period stipulated in the General Conditions shall be repaired by and at the expense of Contractor regardless of the amount that the total leakage may have been below the specified allowable leakage rate during the leakage test. G. If the leakage test indicates a higher than allowable leakage rate, Contractor shall locate and repair leaking joints and other defective work to the extent necessary to reduce the leakage to an acceptable value. END OF SECTION 01275708 PIPELINE PRESSURE AND LEAKAGE TESTING O1/10 02704 - 5 Page Intentionally Left Blank SECTION 02742 DENSE -GRADED HOT -MIX ASPHALT (METHOD) PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to the work of this Section. 1.2 SUMMARY A. This Section includes construction of a pavement layer composed of a compacted, dense - graded mixture of aggregate and asphalt binder mixed hot in a mixing plant. PART 2 - PRODUCTS 2.1 MATERIALS Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. Notify the Engineer of all material sources. Notify the Engineer before changing any material source or formulation. When the Contractor makes a source or formulation change, the Engineer will verify that the requirements of this Item are met and may require a new laboratory mixture design, trial batch, or both. The Engineer may sample and test project materials at any time during the project to verify compliance. A. Aggregate: Furnish aggregates from sources that conform to the requirements shown in Table 1, and as specified in this Section, unless otherwise shown on the plans. Provide aggregate stockpiles that meet the definition in this Section for either coarse aggregate or fine aggregate. When reclaimed asphalt pavement (RAP) is allowed by plan note, provide RAP stockpiles in accordance with this Section. Aggregate from RAP is not required to meet Table 1 requirements unless otherwise shown on the plans. Supply mechanically crushed gravel or stone aggregates that meet the definitions in Tex-100-E. The Engineer will designate the plant or the quarry as the sampling location. Samples must be from materials produced for the project. Establish the surface aggregate classification (SAC) and perform Los Angeles abrasion, magnesium sulfate soundness, and Micro-Deval tests. Perform all other aggregate quality tests listed in Table 1. Document all test results on the mixture design report. The Engineer may perform tests on independent or split samples to verify Contractor test results. Stockpile aggregates for each source and type separately. Determine aggregate gradations for mixture design and production testing based on the washed sieve analysis given in Tex-200-F, Part II. Do not add material to an approved stockpile from sources that do not meet the aggregate quality requirements of TxDOT's Bituminous Rated Source Quality Catalog (BRSQC) unless otherwise approved. 1. Coarse Aggregate. Coarse aggregate stockpiles must have no more than 20% material passing the No. 8 sieve. Provide aggregates from sources listed in the BRSQC. Provide aggregate from nonlisted sources only when tested and approved before use. 01275708 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 1 01/10 `i. i Provide coarse aggregate with at least the minimum SAC shown on the plans. SAC _. requirements apply only to aggregates used on the surface of travel lanes, unless otherwise shown on the plans. The SAC for sources on TxDOT's AQMP is listed in the BRSQC. Class B aggregate meeting all other requirements in Table 1 may be blended with a Class A aggregate in order to meet requirements for Class A materials. When blending Class A and B aggregates to meet a Class A requirement, ensure that at least 50% by weight of the material retained on the No. 4 sieve comes from the Class A aggregate source. Blend by volume if the bulk specific gravities of the Class A and B aggregates differ by more than 0.300. When blending, do not use Class C or D aggregates. For blending purposes, coarse aggregate from RAP will be considered as Class B aggregate. 2. RAP. RAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement. Crush or break RAP so that 100% of the particles pass the 2-in. sieve. RAP from either Contractor- or other sources, including RAP generated during the project, is permitted only when shown on the plans. Owner -owned RAP, if allowed for use, will be available at the location shown on the plans. When RAP is used, determine asphalt content and gradation for mixture design purposes. Perform other tests on RAP when shown on the plans. When RAP is allowed by plan note, use no more than 30% RAP in Type A or B mixtures unless otherwise shown on the plans. For all other mixtures, use no more than 20% RAP unless otherwise shown on the plans. Do not use RAP contaminated with dirt or other objectionable materials. Do not use the RAP if the decantation value exceeds 5% and the plasticity index is greater than 8. Test the stockpiled RAP for decantation in accordance with the laboratory method given in Tex-406-A, Part I. Determine the plasticity index using Tex-106-E if the decantation value exceeds 5%. The decantation and plasticity index requirements do not apply to RAP samples with asphalt removed by extraction. Do not intermingle Contractor -owned RAP stockpiles with other RAP stockpiles. Remove unused Contractor -owned RAP material from the project site upon completion of the project. Return unused Owner -owned RAP to the designated stockpile location. 3. Fine Aggregate. Fine aggregates consist of manufactured sands, screenings, and field sands. Fine aggregate stockpiles must meet the gradation requirements in Table 2. Supply fine aggregates that are free from organic impurities. The Engineer may test the fine aggregate in accordance with Tex-408-A to verify the material is free from organic impurities. At most 15% of the total aggregate may be field sand or other uncrushed fine aggregate. With the exception of field sand, use fine aggregate from coarse aggregate sources that meet the requirements shown in Table 1, unless otherwise approved. 01275708 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 2 --' O1/10 9 r, r If 10% or more of the stockpile is retained on the No. 4 sieve, test the stockpile and verify that it meets the requirements in Table 1 for coarse aggregate angularity (Tex- 460-A) and flat and elongated particles (Tex-280-F). Table 1 Test Method Course A!Q'reLyate SAC AQMP As shown on plans Deleterious material, %, max Tex-217-F, Part I 1.5 Decantation, %, max. Tex-217-F, Part II 1.5 Micro-Deval abrasion, %, max Tex461-A Note 1 Los Angeles abrasion, %, max Tex410-A 40 Magnesium sulfate soundness, 5 cycles, %, max Tex-411-A 30 Coarse aggregate angularity, 2 crushed faces, %, min Tex 460-A, Part I 85 Flat and elongated particles @ 5:1, %, max Tex-280-F 10 Fine Aggregate t Linear shrinkage, %, max Tex-107-E 3 Combined Aggregate Sand equivalent, %, min Tex-203-F 45 1. Not used for acceptance purposes. Used by the Engineer as an indicator of the need for further investigation. 2. Unless otherwise shown on the plans. 3. Unless otherwise shown on the plans. Only applies to crushed gravel. 4. Aggregates, without mineral filler, RAP, or additives, combined as used in the job -mix formula (JMF). Table 2 { Gradation Requirements for Fine Arxarepate a Sieve Size % Passing by Weight or Volume 3/8" 100 #8 70-100 #200 0-30 B. Mineral Filler. Mineral filler consists of finely divided mineral matter such as agricultural lime, crusher fines, hydrated lime, cement, or fly ash. Mineral filler is allowed unless otherwise shown on the plans. Do not use more than 2% hydrated lime or cement, unless otherwise shown on the plans. The plans may require or disallow specific mineral fillers. When used, provide mineral filler that: 1. is sufficiently dry, free -flowing, and free from clumps and foreign matter; 2. does not exceed 3% linear shrinkage when tested in accordance with Tex-107-E 3. meets the gradation requirements in Table 3. 01275708 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 3 01/10 Table 3 Gradation Requirements for Mineral Filler Sieve Size % Passing by Weight or Volume #8 100 #200 50-100 C. Baghouse Fines. Fines collected by the baghouse or other dust -collecting equipment may be reintroduced into the mixing drum. D. Asphalt Binder. Furnish the type and grade of performance -graded (PG) asphalt binder specified in accordance with TxDOT Section 300.2.J, "Performance -Graded Binders." Utilize PG 64-28 asphalt binder. E. Tack Coat. Unless otherwise shown on the plans or approved, furnish CSS-lH, SS-1H, or a PG binder with a minimum high -temperature grade of PG 58 for tack coat binder in accordance with Item 300, "Asphalts, Oils, and Emulsions." Do not dilute emulsified asphalts at the terminal, in the field, or at any other location before use. If required, verify that emulsified asphalt proposed for use meets the minimum residual asphalt percentage specified in TxDOT Item 300, "Asphalts, Oils, and Emulsions." The Engineer will obtain at least 1 sample of the tack coat binder per project and test it to verify compliance with TxDOT Item 300. The Engineer will obtain the sample from the asphalt distributor immediately before use. F. Prime Coat: Prime coat shall be MC-30 or AE-P Meeting the requirements of TxDOT Item 300. G. Additives. When shown on the plans, use the type and rate of additive specified. Other additives that facilitate nixing or improve the quality of the mixture may be allowed when approved. If lime or a liquid antistripping agent is used, add in accordance with TxDOT Item 301, "Asphalt Antistripping Agents." Do not add lime directly into the mixing drum of any plant where lime is removed through the exhaust stream unless the plant has a baghouse or dust collection system that reintroduces the lime back into the drum. 2.2 EQUIPMENT A. Provide required or necessary equipment in accordance with TxDOT Item 320, "Equipment for Asphalt Concrete Pavement." PART 3 - EXECUTION 3.1 CONSTRUCTION. Design, produce, store, transport, place, and compact the specified paving mixture in accordance with the requirements of this Item. Unless otherwise shown on the plans, Contractor shall provide the nix design and all related testing. Testing during construction will be performed by the Owner's independent laboratory. 01275708 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 4 01/10 A. Mixture Design. 1. Design Requirements. Use a Level H specialist certified by a TxDOT-approved hot - mix asphalt certification program to develop the mixture design. Have the Level H specialist sign the design documents. Unless otherwise shown on the plans, use the typical weight design example given in Tex-204-F, Part I, to design a mixture meeting the requirements listed in Tables 1 through 6. Use an approved laboratory to perform the Hamburg Wheel test and provide results with the mixture design, or provide the laboratory mixture and request that the Department perform the Hamburg Wheel test. The Engineer will review the mixture design during construction. The Contractor may submit a new mixture design at anytime during the project. The Engineer will review all mixture designs before the Contractor can begin production. Provide the Engineer with a mixture design report. Include the following items in the report: 17 a. the combined aggregate gradation, source, specific gravity, and percent of each material used; { b. results of all applicable tests; C. the mixing and molding temperatures; d. the signature of the Level H person or persons who performed the design; e. the date the mixture design was performed; f. a unique identification number for the mixture design. Table 4 Master Gradation Bands (% Passing by Weight or Volume) And Volumetric Properties Sieve Size A Coarse Base B Fine Base C Coarse Surface D Fine Surface F Fine Mixture 1-1/2" 98.0 —100.0 - - - - 1" 78.0-94.0 98:0-100.0 - - - 3/4" 64.0-85.0 84.0-98.0 95.0-100.0 - - 1/2" 50.0-70.0 - - 98.0-100.0 - 3/8" . - 60.0-80.0 70.0-85.0 85.0-100.0 98.0-100.0 #4 30.0-50.0 40.0-60.0 43.0-63.0 50.0-70.0 80.0-86.0 #8 22.0-36.0 29.043.0 32.0-44.0 35.0-46.0 38.0-48.0 #30 8.0-23.0 13.0-28.0 14.0-28.0 15.0-29.0 12.0-27.0 #50 3.0-19.0 6.0-20.0 7.0-21.0 7.0-20.0 6.0-19.0 #200 2.0-7.0 2.0-7.0 2.0-7.0 2.0-7.0 2.0-7.0 Design VMA , % Minimum - 12.0 13.0 1 14.0 1 15.0 16.0 Plant -Produced VMA, % Minimum - 11.0 12.0 1 13.0 1 14.0 15.0 1. Voids in Mineral Aggregates 01275708 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 5 01/10 Table 5 Laboratory Mixture Design Properties Property Test Method Requirement Target laboratory molded density, % Tex-207-F 96.0 Tensile stren h (psi (molded to 93% + 1% density) Tex-226-F 85-200 Boil test Tex-530-C - 1. Unless otherwise shown on the plans. 2. May exceed 200 psi when approved and may be waived when approved. 3. Used to establish baseline for comparison to production results. May be waived when approved. Table 6 Hamburg Wheel Test Requirements' High -Temperature Binder Grade Minimum # of Passes 0.5" Rut De th, Tested 122°F PG 64 or lower 10,000 PG 70 15,000 PG 76 or higher 20,000 1. Tested in accordance with Tex-242-F. 2. May be decreased or waived when shown on the plans. B. Job -Mix Formula Approval. The job -mix formula (JMF) is the combined aggregate gradation and target asphalt percentage used to establish target values for mixture production. JMF is the original laboratory mixture design used to produce the trial batch. The Engineer and the Contractor will verify JMF based on plant -produced mixture from the trial batch unless otherwise approved. The Engineer may accept an existing mixture design previously used and may waive the trial batch to verify JMF. If the JMF is not verified by the Engineer from the trial batch, adjust the JMF or redesign the mix and produce as many trial batches as necessary to verify the JMF. Provide the Engineer with split samples of the mixtures and blank samples used to determine the ignition oven correction factors. The Engineer will determine the aggregate and asphalt correction factors from the ignition oven using Tex-236-F. The Engineer will use a Texas gyratory compactor calibrated in accordance with Tex-914- F in molding production samples. The Engineer will perform Tex-530-C and retain the tested sample for comparison purposes during production. The Engineer may waive the requirement for the boil test. C. JMF Field Adjustments. Produce a mixture of uniform composition closely conforming to the approved JMF. If, during initial days of production, the Contractor or Engineer determines that adjustments to the JMF are necessary to achieve the specified requirements, or to more nearly match the aggregate production, the Engineer may allow adjustment of the JMF within the tolerances of Table 7 without a laboratory redesign of the mixture. 01275708 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 6 O1/10 wv, Table 7 Operational Tolerances Allowable Description Test Method Difference from JMF Target Individual % retained for #8 sieve and larger Tex-200-F or +5.0 Individual % retained for sieves smaller than #8 and +3.0' larger than #200 Tex-236 — passing the #200 sieve +2.0 Asphalt content, % Tex-236-F +0.3 Laboratory -molded density, % Tex-207-F + 1.0 VMA, %, min Note 2 1. When within these tolerances, mixture production gradations may fall outside the master grading limits; however, the percent passing the #200 sieve will be considered out of tolerance when outside the master grading limits. 2. Test and verify that Table 4 requirements are met. D. Production Operations. Perform a new trial batch when the plant or plant location is changed. The Engineer may suspend production for noncompliance with this Item. Take corrective action and obtain approval to proceed after any production suspension for noncompliance. 1. Operational Tolerances. During production, do not exceed the operational tolerances in Table 7. Stop production if testing indicates tolerances are exceeded on: a. 3 consecutive tests on any individual sieve, b. 4 consecutive tests on any of the sieves, or C. 2 consecutive tests on asphalt content. Begin production only when test results or other information indicate, to the satisfaction -of the Engineer, that the next mixture produced will be within Table 7 tolerances. 2. Storage and Heating of Materials. Do not heat the asphalt binder above the temperatures specified in TxDOT Item 300, "Asphalts, Oils, and Emulsions" or outside the manufacturer's recommended values. On a daily basis, provide the Engineer with the records of asphalt binder and hot -mix asphalt discharge temperatures in accordance with TxDOT Item 320, "Equipment for Asphalt Concrete Pavement." Unless otherwise approved, do not store mixture for a period long enough to affect the quality of the mixture, nor in any case longer than 12 hr. 3. Mixing and Discharge of Materials. Notify the Engineer of the target discharge temperature and produce the mixture within 25°F of the target. Monitor the temperature of the material in the truck before shipping to ensure that it does not exceed 350°F. The Owner will not pay for or allow placement of any mixture produced at more than 350°F. Control the mixing time and temperature so that substantially all moisture is removed from the mixture before discharging from the plant. E. Hauling Operations. Before use, clean all truck beds to ensure mixture is not contaminated. When a release agent is necessary to coat truck beds, use a release agent on the approved list maintained by the TxDOT Construction Division. 01275708 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 7 01/10 F. Placement Operations. Prepare the surface by removing raised pavement markers and objectionable material such as moisture, dirt, sand, leaves, and other loose impediments from the surface before placing mixture. Remove vegetation from pavement edges. Place the mixture to meet the typical section requirements and produce a smooth, finished surface with a uniform appearance and texture. Offset longitudinal joints of successive courses of hot mix by at least 6 in. Place mixture so longitudinal joints on the surface course coincide with lane lines, or as directed. Ensure that all finished surfaces will drain T properly. Place mixture within the compacted lift thickness shown in Table 8, unless otherwise shown on the plans or allowed. Table 8 Com acted Lift Thickness and Required Core Height Mixture Type Com acted Lift Thickness Minimum in. Maximum in. A 3.00 6.00 B 2.50 5.00 C 2.00 4.00 D 1.50 3.00 F 1.25 2.50 1. Weather Conditions. Place mixture when the roadway surface temperature is 60'F or higher unless otherwise approved. Measure the roadway surface temperature with a handheld infrared thermometer. Unless otherwise shown on the plans, place mixtures only when weather conditions and moisture conditions of the roadway surface are suitable in the opinion of the Engineer. 2. Tack Coat. Clean the surface before placing the tack coat. Unless otherwise approved, apply tack coat uniformly at the rate directed by the Engineer. The Engineer will set the rate between 0.04 and 0.10 gal. of residual asphalt per square yard of surface area. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures, and all joints. Prevent splattering of tack coat when placed adjacent to curb, gutter, and structures. Roll the tack coat with a pneumatictire roller when directed. The Engineer may use Tex-243-17 to verify that the tack coat has adequate adhesive properties. The Engineer may suspend paving operations until there is adequate adhesion. 3. Prime Coat. Apply prime coat, as specified, in accordance with TxDOT Item 310. Engineer will set the rate between .20 and .30 gal. per square yard of surface area. Allow prime coat sufficient time to cure out prior to installation of paving. G. Lay -Down Operations. 1. Minimum Mixture Placement Temperatures. Use Table 9 for suggested minimum mixture placement temperatures. 2. Windrow Operations. When hot mix is placed in windrows, operate windrov. pickup equipment so that substantially all the mixture deposited on the roadbed is picked up and loaded into the paver. 01275708 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 8 O1/10 Table 9 Suggested Minimum Mixture Placement Temperature Eligh-Temperature Binder Grade(Before Minimum Placement Temperature Entering Paver PG 64 or lower 260OF PG 70 270OF PG 76 1 280OF PG 82 or higher I 290OF H. Compaction. Use air void control unless ordinary compaction control is specified on the plans. Avoid displacement of the mixture. If displacement occurs, correct to the satisfaction of the Engineer. Ensure pavement is fully compacted before allowing rollers to stand on the pavement. Unless otherwise directed, use only water or an approved release agent on rollers, tamps, and other compaction equipment. Keep diesel, gasoline, oil, grease, and other foreign matter off the mixture. Unless otherwise directed, operate vibratory rollers in static mode when not compacting, when changing directions, or when the plan depth of the pavement mat is less than 1-1/2 in. Use tamps to thoroughly compact the edges of the pavement along curbs, headers, and similar structures and in locations that will not allow thorough compaction with the rollers. The Engineer may require rolling with a trench roller on widened areas, in trenches, and in other limited areas. Allow the compacted pavement to cool to 160°F or lower before opening to traffic unless otherwise directed. When directed, sprinkle the finished mat with water or limewater to expedite opening the roadway to traffic. 1. Air Void Control. Compact dense -graded hot -mix asphalt to contain from 5% to 9% in -place air voids. Do not increase the asphalt content of the mixture to reduce pavement air voids. a. Rollers. Furnish the type, size, and number or rollers required for compaction, as approved. Use a pneumatic -tire roller to seal the surface, unless otherwise shown on the plans. Use additional rollers as required to remove any roller marks. b. Air Void Determination. Unless otherwise shown on the plans, obtain 2 roadway specimens at each location selected by the Engineer for in -place air void determination. The Engineer will measure air voids in accordance with Tex-207-F and Tex-227-F. Before drying to a constant weight, cores may be predried using a Corelok or similar vacuum device to remove excess moisture. The Engineer will use the average air void content of the 2 cores to calculate the in place air voids at the selected location. C. Air Voids Out of Range. If the in -place air void content in the compacted mixture is below 5% or greater than 9%, change the production and placement operations to bring the in -place air void content within requirements. The Engineer may suspend production until the in -place air void content is brought to the required level, and may require a test section as described in TxDOT Section 340.4.H.l.d, "Test Section." 01275708 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 9 O1/10 d. Test Section. Construct a test section of 1 lane -width and at most 0.2 mi. in length to demonstrate that compaction to between 5% and 9% in -place air voids can be obtained. Continue this procedure until a test section with 5% to 9% inplace air voids can be produced. The Engineer will allow only 2 test sections per day. When a test section producing satisfactory in -place air void content is placed, resume full production. 2. Ordinary Compaction Control. Furnish the type, size, and number or rollers required for compaction, as approved. Furnish at least 1 medium pneumatic -tire roller (minimum 12-ton weight). Use the control strip method given in Tex-207-F, Part IV, -, to establish rolling patterns that achieve maximum compaction. Follow the selected rolling pattern unless changes that affect compaction occur in the mixture or placement conditions. When such changes occur, establish a new rolling pattern. Compact the pavement to meet the requirements of the plans and specifications. When rolling with the 3-wheel, tandem or vibratory rollers, start by first rolling the t joint with the adjacent pavement and then continue by rolling longitudinally at the sides. Proceed toward the center of the pavement, overlapping on successive trips by at least 1 ft., unless otherwise directed. Make alternate trips of the roller slightly different in length. On superelevated curves, begin rolling at the low side and r progress toward the high side unless otherwise directed. I. Irregularities. Immediately take corrective action if surface irregularities, including but not limited to segregation, rutting, raveling, flushing, fat spots, mat slippage, color, texture, roller marks, tears, gouges, streaks, or uncoated aggregate particles, are detected. The Engineer may suspend production or placement operations until the problem is corrected. At the expense of the Contractor and to the satisfaction of the Engineer, remove and replace any mixture that does not bond to the existing pavement or that has other surface irregularities identified above. Ride Quality. Use Surface Test Type A to evaluate ride quality in accordance with TxDOT Item 585, "Ride Quality for Pavement Surfaces," unless otherwise shown on the plans. 3.2 MEASUREMENT Hot mix will be measured by the ton of composite hot mix, which includes asphalt, aggregate, and additives. Measure the weight on scales in accordance with TxDOT Item 520, "Weighing and Measuring Equipment." END OF SECTION i_ 01275708 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 10 O1/10. SECTION 02933 SITE SEEDING PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Standard General Conditions of the Construction Contract, Supplementary Conditions and Division 1 - General Requirements apply to the work of this Section. 1.2 SECTION INCLUDES A. Preparation of subsoil. B. Placing topsoil. C. Seeding and fertilizing. D. Maintenance. 1.3 REFERENCES A. FS O-F-241 - Fertilizers, Mixed, Commercial. 1.4 DEFINITIONS A. Weeds: Include Dandelion, Jimsonweed, Quackgrass, Horsetail, Morning Glory, Rush Grass, Mustard, Lambsquarter, Chickweed, Cress, Crabgrass, Canadian Thistle, Nutgrass, Poison Oak, Blackberry, Tansy Ragwort, Bermuda Grass, Johnson Grass, Poison Ivy, Nut Sedge, Nimble Will, Bindweed, Bent Grass, Wild Garlic, Perennial Sorrel, and Brome Grass. 1.5 MAINTENANCE DATA A. Submit under provisions of Section 01700. B. Maintenance Data: Include maintenance instructions, cutting method and maximum grass height. 1.6 QUALITY ASSURANCE A. Provide seed mixture in containers showing percentage of seed mix, year of production, net weight, date of packaging, and location of packaging. 1.7 REGULATORY REQUIREMENTS A. Comply with regulatory agencies for fertilizer and herbicide composition. B. Provide certificate of compliance from authority having jurisdiction indicating approval of seed mixture. 01275708 SITE SEEDING 02933 - 1 01/10 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site under provisions of Section 01600. B. Deliver grass seed mixture in sealed containers. Seed in damaged packaging is not acceptable. C. Deliver fertilized in waterproof bags showing weight, chemical analysis, and name of manufacturer. 1.9 COORDINATION A. Coordinate work under provisions of Section 01040. B. Coordinate with installation of underground sprinkler system piping and watering heads. 1.10 MAINTENANCE SERVICE A. Maintain seeded areas immediately after placement until grass is well established and exhibits a vigorous growing condition for two cuttings. PART 2-PRODUCTS 2.1 SEED MIXTURE A. Seed Mixture: Common Bermuda Grass - 100 percent (Reservoir and Pond Berms). B. Seed Mixture: TxDOT Standard Seed Mix (Entire Site). (Green Spangletop, Side Oats Grama (El Reno), Blue Grama (0.9 Hachita), Sand Dropseed, and Buffalograss (Texoka)). 2.2 SOIL MATERIALS A. Topsoil: Fertile, agricultural soil, typical for locality, capable of sustaining vigorous plant growth, taken from drained site; free of subsoil, clay or impurities, plants, weeds and roots; pH value of minimum 5.4 and maximum 7.0. y" 2.3 ACCESSORIES A. Fertilizer: FS O-F-241, Type I, Grade A; recommended for grass, with fifty percent of the elements derived from organic sources; of proportion necessary to eliminate any deficiencies of topsoil to the following proportions: Nitrogen 10 percent, phosphoric acid 5 percent, soluble potash 5 percent. B. Water. Treated effluent supplied by plant water system. C. Stakes: Softwood lumber, chisel pointed. D. String: Inorganic fiber. 2.4 TESTS A. Provide analysis of topsoil fill under provisions of Section 01400. B. Analyze to ascertain percentage of nitrogen, phosphorus, potash, soluble salt content, f organic matter content, and pH value. C. Submit minimum 10 oz sample of topsoil proposed. Forward sample to approved testing laboratory in sealed containers to prevent contamination. 01275708 SITE SEEDING 02933 - 2 01/10 3 ; PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that prepared soil base is ready to receive the work of this Section. 3.2 PREPARATION OF SUBSOIL A. Prepare sub -soil to eliminate uneven areas and low spots. Maintain lines, levels, profiles and contours. Make changes in grade gradual. Blend slopes into level areas. B. Remove foreign materials, weeds and undesirable plants and their roots. Remove contaminated sub -soil. C. Scarify subsoil to a depth of 3 inches where topsoil is to be placed. Repeat cultivation in areas where equipment, used for hauling and spreading topsoil, has compacted sub -soil. 3.3 PLACING TOPSOIL A. Spread topsoil to a minimum depth of 6 inches over area to be seeded. Rake until smooth. B. Place topsoil during dry weather and on dry unfrozen subgrade. C. Remove vegetable matter and foreign non -organic material from topsoil while spreading. D. Grade topsoil to eliminate rough, low or soft areas, and to ensure positive drainage. E. Install edging at periphery of seeded areas in straight lines to consistent depth. 3.4 FERTILIZING A. Apply fertilizer in accordance with manufacturer's instructions. B. Apply after smooth raking of topsoil and prior to roller compaction. C. Do not apply fertilizer at same time or with same machine as will be used to apply seed. D. Mix thoroughly into upper 2 inches of topsoil. E. Lightly water to aid the dissipation of fertilizer. 3.5 SEEDING A. Apply seed at a rate of 2.5* lbs per 1000 sq ft evenly in two intersecting directions. Rake in lightly. *Need a minimum of 75% coverage of grass. B. Planting Season: May 15 to September 1. C. Do not sow immediately following rain, when ground is too dry, or during windy periods. D. Roll seeded area with roller not exceeding 112 lbs. 3.6 SEED PROTECTION A. Identify seeded areas with stakes and string around area periphery. Set string height to 18 inches. Space stakes at 72 inches. B. Cover seeded slopes where grade is 4 inches per foot or greater with erosion fabric. Roll fabric onto slopes without stretching or pulling. C. Lay fabric smoothly on surface, bury top end of each section in 6 inch deep excavated topsoil trench. Provide 12 inch overlap of adjacent rolls. Backfill trench and rake smooth, level with adjacent soil. D. Secure outside edges and overlaps at 36 inch intervals with stakes. 01275708 SITE SEEDING02 933-3 01/10 1.9 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site under provisions of Section 01600. B. Store off ground in ventilated and protected manner to prevent deterioration from moisture. 1.10 COORDINATION A. Coordinate work under provisions of Section 01040. B. Coordinate this Section with other Sections ofwork which require attachment of components to formwork. C. If formwork is placed after reinforcement resulting in insufficient concrete cover over reinforcement, request instructions from Engineer before proceeding. PART 2 - PRODUCTS 2.1 WOOD FORM MATERIALS A. Plywood: Douglas Fir species; medium density overlaid one side grade; sound undamaged sheets with clean, true edges. _ B. Lumber: Douglas fir species; construction grade; with grade stamp clearly visible. 2.2 MANUFACTURERS - PREFABRICATED FORMS a A. Substitutions: Under provisions of Section 01600. 2.3 FORMWORK ACCESSORIES A. Form Ties: Snap -off type, metal, fixed length, cone type, free of defects that could leave holes larger than one inch in concrete surface. B. Form Release Agent: Colorless mineral oil which will not stain concrete, absorb moisture, or impair natural bonding or color characteristics of coating intended for use on concrete. C. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages: Sized as required, of sufficient strength and character to maintain formwork in place while placing concrete. D. Waterstops: Polyvinyl chloride, minimum 1,750 psi tensile strength, minimum 50 degrees F to plus 175 degrees F working temperature range, maximum possible lengths, ribbed profile, preformed comer sections, heat welded jointing. E. Cold Joint Waterstops: Flexible strip, bentonite waterproofing compound equal to Volcaly Waterstop-RX by American Colloid Company. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify lines, levels and centers before proceeding with formwork. Ensure that dimensions agree with Drawings. fj 01275708 CONCRETE FORMWORK 03100 - 2 O1/10 , 3.2 EARTH FORMS A. Verify with Engineer prior to the use of earth forms in lieu of specified form material. B. Hand trim sides and bottom of earth forms. Remove loose soil prior to placing concrete. 3.3 ERECTION - FORMWORK A. Erect formwork, shoring and bracing to achieve design requirements, in accordance with requirements of ACI 301. B. Provide bracing to ensure stability of formwork. Shore or strengthen formwork subject to overstressing by construction loads. C. Arrange and assemble formwork to permit dismantling and stripping. Do not damage concrete during stripping. Permit removal of remaining principal shores. D. Align joints and make watertight. Keep form joints to a minimum. E. Obtain approval before framing openings in structural members which are not indicated on Drawings. F. Provide chamfer strips on external comers of beams, joists, columns and walls. 3.4 APPLICATION - FORM RELEASE AGENT A. Apply form release agent on formwork in accordance with manufacturer's recommendations. B. Apply prior to placement of reinforcing steel, anchoring devices, and embedded items. C. Do not apply form release agent where concrete surfaces will receive applied coverings which are effected by agent. Soak inside surfaces of untreated forms with clean water. Keep surfaces coated prior to placement of concrete. 3.5 INSERTS, EMBEDDED PARTS, AND OPENINGS A. Provide formed openings where required for items to be embedded in or passing through concrete work. B. Locate and set in place items which will be cast directly into concrete. C. Coordinate work of other Sections in forming and placing openings, slots, reglets, recesses, chases, sleeves, bolts, anchors, and other inserts. D. Install accessories in accordance with manufacturer's instructions, straight, level, and plumb. Ensure items are not disturbed during concrete placement. E. Install waterstops continuous without displacing reinforcement. Heat seal joints watertight. F. Provide temporary ports or openings in formwork where required to facilitate cleaning and inspection. Locate openings at bottom of forms to allow flushing water to drain. G. Close temporary openings with tight fitting panels, flush with inside face of forms, and neatly fitted so joints will not be apparent in exposed concrete surfaces. 3.6 FORM CLEANING A. Clean and remove foreign matter within forms as erection proceeds. B. Clean formed cavities of debris prior to placing concrete. C. Flush with water or use compressed air to remove remaining foreign matter. Ensure that water and debris drain to exterior through clean -out ports. D. During cold weather, remove ice and snow from within forms. Do not use de-icing salts or water to clean out forms, unless formwork and concrete construction proceed within heat enclosure. Use compressed air or other means to remove foreign matter. 01275708 CONCRETE FORMWORK 03100 - 3 O1/10 3.7 FORMWORK TOLERANCES A. Construct formwork to maintain tolerances required by ACI 301. 3.8 FIELD QUALITY CONTROL A. Inspect erected formwork, shoring, and bracing to ensure that work is in accordance with formwork design, and that supports, fastenings, wedges, ties, and items are secure. B. Do not reuse wood formwork more than four times for concrete surfaces to be exposed to view. Do not patch formwork. 3.9 FORM REMOVAL A. Do not remove forms or bracing until concrete has gained sufficient strength to carry its own weight and imposed loads. B. Loosen forms carefully. Do not wedge pry bars, hammers, or tools against finish concrete surfaces scheduled for exposure to view. C. Store removed forms in manner that surfaces to be in contact with fresh concrete will not be damaged. Discard damaged forms. END OF SECTION 01275708 CONCRETE FORMWORK 03100 - 4 O1/10 SECTION 03200 CONCRETE REINFORCEMENT PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Reinforcing steel bars, wire fabric and accessories for cast -in -place concrete. 1.3 RELATED SECTIONS A. Section 03100 - Concrete Formwork. B. Section 03300 - Cast -in -Place Concrete. 1.4 REFERENCES A. ACI 301 -Structural Concrete for Buildings. B. ACI 318 - Building Code Requirements For Reinforced Concrete. C. ACI SP-66 - American Concrete Institute - Detailing Manual. D. ANSI/ASTM A82 - Cold Drawn Steel Wire for Concrete Reinforcement. E. ANSI/ASTM A185 - Welded Steel Wire Fabric for Concrete Reinforcement. F. ANSI/AWS D1.4 - Structural Welding Code for Reinforcing Steel. G. ANSI/AWS D12.1 - Reinforcing Steel Welding Code. H. ASTM A615 - Deformed and Plain Billet Steel Bars for Concrete Reinforcement. I. AWS D12.1 - Welding Reinforcement Steel, Metal Inserts and Connections in Reinforced Concrete Construction. J. CRSI - Concrete Reinforcing Steel Institute Manual of Practice. K. CRSI 63 - Recommended Practice For Placing Reinforcing Bars. L. CRSI 65 - Recommended Practice For Placing Bar Supports, Specifications and Nomenclature. 1.5 SUBMITTALS A. Submit under provisions of Section 01300. B. Shop Drawings: Indicate bar sizes, spacings, locations, and quantities of reinforcing steel, bending and cutting schedules, and supporting and spacing devices. C. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. 1.6 QUALITY ASSURANCE A. Perform Work in accordance with CRSI 63, 65 and Manual of Practice, ACI 301, ACI SP-66, ACI 318. B. Submit certified copies of mill test report of reinforcement materials analysis. 01275708 CONCRETE REINFORCEMENT 03200 - 1 01/10 I", 1.7 COORDINATION } A. Coordinate work under provisions of Section 01040. B. Coordinate with placement of formwork, formed openings and other Work. PART 2 - PRODUCTS 2.1 REINFORCEMENT A. Reinforcing Steel: ASTM A615, 60 ksi yield grade; deformed billet steel bars, plain. B. Welded Steel Wire Fabric: ASTM A185 Plain Type; in flat sheets; plain. 2.2 ACCESSORY MATERIALS A. Tie Wire: Minimum 16 gage annealed type. B. Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for strength and support of reinforcement during concrete placement conditions including load bearing pad on bottom to prevent vapor barrier puncture. 2.3 FABRICATION A. Fabricate concrete reinforcing in accordance with CRSI Manual of Practice. B. Weld reinforcement when approved by the Engineer in accordance with ANSI/AWS D1.4. C. Locate reinforcing splices not indicated on Drawings, at point of minimum stress. Review location of splices with Engineer. _ PART 3 - EXECUTION 3.1 PLACEMENT A. Place, support and secure reinforcement against displacement. Do not deviate from required position. B. Do not displace or damage vapor barrier. C. Accommodate placement of formed openings. D. Conform to ACI 318 for concrete cover over reinforcement. 3.2 FIELD QUALITY CONTROL A. Field inspection will be performed under provisions of Section 01400. END OF SECTION 01275708 CONCRETE REINFORCEMENT 03200 - 2 O1/10 6 SECTION 03300 CAST -IN -PLACE CONCRETE PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Cast -in -place concrete foundations. B. Floors and slabs on grade. C. Control, and expansion and contraction joint devices associated with concrete work. D. Inlet/outlet structures. 1.3 RELATED SECTIONS A. Section 03100 - Concrete Formwork: Formwork and accessories. B. Section 03200 - Concrete Reinforcement. 1.4 REFERENCES A. ACI 301 - Structural Concrete for Buildings. B. ACI 302 - Guide for Concrete Floor and Slab Construction. C. ACI 304 - Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete. D. ACI 305R - Hot Weather Concreting. E. ACI 306R - Cold Weather Concreting. F. ACI 308 - Standard Practice for Curing Concrete. G. ACI 318 Building Code Requirements for Reinforced Concrete. H. ASTM C33 - Concrete Aggregates. I. ASTM C94 - Ready -Mixed Concrete. J. ASTM C 150 - Portland Cement. K. ASTM C260 - Air Entraining Admixtures for Concrete. L. ASTM C494 - Chemicals Admixtures for Concrete. M. ASTM C618 - Fly Ash and Raw or Calcinated Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete. 1.5 SUBMITTALS A. Submit under provisions of Section 01300. B. Product Data: Provide data on joint devices, attachment accessories, admixtures and cement types to be used. C. Samples: Submit two, inch long samples of expansion/contraction joint and control joint. D. Manufacturer's Installation Instructions: Indicate installation procedures and interface required with adjacent Work. t 01275708 CAST -IN -PLACE CONCRETE 03300 - 1 01/10 1.6 QUALITY ASSURANCE A. Perform Work in accordance with ACI 301. B. Acquire cement and aggregate from same source for all work. C. Conform to ACI 305R when concreting during hot weather. D. Conform to ACI 306R when concreting during cold weather. 1.7 COORDINATION A. Coordinate work under provisions of Section 01040. B. Coordinate the placement of joint devices with erection of concrete formwork and placement of form accessories. PART 2 - PRODUCTS 2.1 CONCRETE MATERIALS A. Cement: ASTM C 150, Type I - Normal, Type II - Moderate, Portland type. All cement shall be from the same manufacturer unless approved by the Engineer. B. Fine and Coarse Aggregates: ASTM C33. C. Water: Clean and not detrimental to concrete. 2.2 ADMIXTURES A. Air Entrainment: ASTM C260. B. Chemical: ASTM C494, Type A - Water Reducing; Type B - Retarding; Type C - Accelerating; Type D - Water Reducing and Retarding; Type E - Water Reducing and Accelerating admixture. C. Fly Ash: ASTM C618. 2.3 ACCESSORIES A. Vapor Barrier: 6 mil thick clear polyethylene film, type recommended for below grade application. B. Non -Shrink Grout: Premixed compound consisting of non-metallic aggregate, cement, water reducing and plasticizing agents; capable of developing minimum compressive strength of 2,400 psi in 48 hours and 7,000 psi in 28 days. C. Epoxy Mortar Liner: 100% solids, three component system, equal to FOSROC Epoxy Liner. 2.4 JOINT DEVICES AND FILLER MATERIALS A. Joint Filler: ASTM D1751; Asphalt impregnated fiberboard or felt, 1/2 inch thick. B. Construction Joint Devices: Integral galvanized steel; formed to tongue and groove profile, knockout holes spaced at 6 inches, ribbed steel spikes with tongue to fit top screed edge. 01275708 CAST -IN -PLACE CONCRETE 03300 - 2 01/10 I 2.5 CONCRETE MIX A. Mix and deliver concrete in accordance with ASTM C94, Alternative No. 2 and 3. B. Select proportions for normal weight concrete in accordance with ACI 301 Method 1, Method 2 and Method 3. C. Provide concrete to the following criteria: (For Structures and Access Road Pavement) 1. Compressive Strength (7 days): 2,800 psi. 2. Compressive Strength (28 days): 4,000 psi. 3. Slump: 1 to 4 inches*. 4. Maximum Water/Cement Ratio: 0.45. D. Provide concrete to the following criteria (For pond slope stabilization). 1. Compressive strength (7 days): 2,100 psi. 2. Compressive strength (28 days): 3,000 psi. 3. Slump: 1 to 4 inches. E. Use fly ash only when approved by Engineer. F. Use set retarding admixtures during hot weather only when approved by Engineer. G. Add air entraining agent to normal weight concrete mix for work exposed to exterior. * Contractor shall use larger slump when paving inlet/outlet structures. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify site conditions under provisions of Section 01040. B. Verify requirements for concrete cover over reinforcement. C. Verify that anchors, seats, plates, reinforcement and other items to be cast into concrete are accurately placed, positioned securely, and will not cause hardship in placing concrete. 3.2 PREPARATION A. Prepare previously placed concrete by cleaning with steel brush and applying bonding agent in accordance with manufacturer's instructions. B. In locations where new concrete is doweled to existing work, drill holes in existing concrete, insert steel dowels and pack solid with non -shrink grout. 3.3 PLACING CONCRETE A. Place concrete in accordance with ACI 304. B. Notify Engineer minimum 24 hours prior to commencement of operations. C. Ensure reinforcement, inserts, embedded parts, formed joint fillers are not disturbed during concrete placement. D. Install vapor barrier under interior slabs on grade. Lap joints minimum 6 inches and seal watertight by taping edges and ends. E. Repair vapor barrier damaged during placement of concrete reinforcing. Repair with vapor barrier material, lap over damaged areas minimum 6 inches and seal watertight. F. Install joint fillers in accordance with manufacturer's instructions. G. Separate slabs on grade from vertical surfaces with inch 1/2 thick joint filler. H. Extend joint filler from bottom of slab to within 1/4 inch of finished slab surface. I. Install joint devices in accordance with manufacturer's instructions. e 01275708 CAST -IN -PLACE CONCRETE 03300 - 3 01/10 2.5 CONCRETE MIX A. Mix and deliver concrete in accordance with ASTM C94, Alternative No. 2 and 3. B. Select proportions for normal weight concrete in accordance with ACI 301 Method 1, Method 2 and Method 3. C. Provide concrete to the following criteria: (For Structures and Access Road Pavement) 1. Compressive Strength (7 days): 2,800 psi. 2. Compressive Strength (28 days): 4,000 psi. 3. Slump: 1 to 4 inches*. 4. Maximum Water/Cement Ratio: 0.45. D. Provide concrete to the following criteria (For pond slope stabilization). 1. Compressive strength (7 days): 2,100 psi. 2. Compressive strength (28 days): 3,000 psi. 3. Slump: 1 to 4 inches. E. Use fly ash only when approved by Engineer. F. Use set retarding admixtures during hot weather only when approved by Engineer. G. Add air entraining agent to normal weight concrete mix for work exposed to exterior. * Contractor shall use larger slump (7" to 9") when pouring inlet/outlet structures. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify site conditions under provisions of Section 01040. B. Verify requirements for concrete cover over reinforcement. C. Verify that anchors, seats, plates, reinforcement and other items to be cast into concrete are accurately placed, positioned securely, and will not cause hardship in placing concrete. 3.2 PREPARATION A. Prepare previously placed concrete by cleaning with steel brush and applying bonding agent in accordance with manufacturer's instructions. B. In locations where new concrete is doweled to existing work, drill holes in existing concrete, insert steel dowels and pack solid with non -shrink grout. 3.3 PLACING CONCRETE A. Place concrete in accordance with ACI 304. B. Notify Engineer minimum 24 hours prior to commencement of operations. C. Ensure reinforcement, inserts, embedded parts, formed joint fillers are not disturbed during concrete placement. D. Install vapor barrier under interior slabs on grade. Lap joints minimum 6 inches and seal watertight by taping edges and ends. E. Repair vapor barrier damaged during placement of concrete reinforcing. Repair with vapor barrier material; lap over damaged areas minimum 6 inches and seal watertight. F. Install joint fillers in accordance with manufacturer's instructions. G. Separate slabs on grade from vertical surfaces with inch 1/2 thick joint filler. H. Extend joint filler from bottom of slab to within 1/4 inch of finished slab surface. I. Install joint devices in accordance with manufacturer's instructions. 01275708 CAST -IN -PLACE CONCRETE 03300 - 3 01/10 3.8 DEFECTIVE CONCRETE A. Defective Concrete: Concrete not conforming to required lines, details, dimensions, tolerances or specified requirements. B. Repair or replacement of defective concrete will be determined by the Engineer. C. Do not patch, fill, touch-up, repair, or replace exposed concrete except upon express direction of Architect/Engineer for each individual area. END OF SECTION 01275708 CAST -IN -PLACE CONCRETE 03300 - 5 O1/10 Paine Intentionally Left Blank SECTION 05500 METAL FABRICATIONS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Provisions including General Conditions, Supplementary General Conditions and Division 1 - General Requirements, apply to work of this Section. 1.2 SECTION INCLUDES A. Steel framing for handrails. B. Steel shelf angles. C. Steel framing and supports for applications where framing and supports are not specified in other sections. 1.3 SUBMITTALS A. Submit under provisions of Section 0 13 00. B. Shop Drawings: Indicate profiles, sizes, connection attachments, reinforcing, anchorage, size and type of fasteners, and accessories. Include erection drawings, elevations, and details where applicable. C. Indicate welded connections using standard AWS A2.0 welding symbols. Indicate net weld lengths. 1.4 QUALITY ASSURANCE A. Fabricator qualifications: A firm experienced in producing metal fabrications similar to those indicated for this project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. 1.5 FIELD MEASUREMENTS A. Verify that field measurements are as indicated on shop drawings. 1.6 SEQUENCING A. Inserts and Anchorage: Furnish inserts and anchoring devices which must be set in concrete for installation of miscellaneous metal work. Provide setting drawings, templates, instructions and directions for installation of anchorage devices. Coordinate delivery with other -work to avoid delay. 01275708 METAL FABRICATIONS 05500 - 1 O1/10 PART 2 - PRODUCTS 2.1 METALS, GENERAL Metal surfaces, general: For metal fabrications exposed to view in the completed work, provide materials with smooth, flat surfaces without blemishes. Do not use materials with exposed pitting seam marks, roller marks, rolled trade names, or roughness. 2.2 FERROUS METALS A. Steel Sections: ASTM A36. B. Stainless Steel Sheet, Strip, Plate and Flat Bars: ASTM A666, Type 304. C. Steel Tubing: Cold formed steel tubing complying with ASTM A500. D. Bolts, Nuts, and Washers: ASTM A325. E. Welding Materials: AWS D1.1; type required for materials being welded. 2.3 FABRICATION A. Fit and shop assemble in largest practical sections, for delivery to site. B. Fabricate items with joints tightly fitted and secured. C. Seal joined members by intermittent welds. D. Grind exposed joints flush and smooth with adjacent finish surface. Make exposed joints butt tight, flush, and hairline. Ease exposed edges to small uniform radius. E. Exposed Mechanical Fastenings: Flush countersunk screws or bolts; unobtrusively located; consistent with design of component, except where specifically noted otherwise. F. Supply components required for anchorage of fabrications. Fabricate anchors and related components of same material and finish as fabrication, except where specifically noted otherwise. 2.4 FINISHES A. Galvanizing: Hot dip galvanize items as indicated to comply with applicable standard listed below: 1. ASTM A 123, For Galvanized Steel and Iron Products. 2.5 STEEL HANDRAIL FABRICATION A. Form all changes in rail direction by radius elbows. B. Cut material square and remove burrs from all exposed edges, with no chamfer. C. Make exposed joints butt tight, flush and hairline. D. Close exposed ends of handrail by use of appropriate end cap. E. For posts set in concrete, furnish matching sleeves or inserts not less than 5 inches long. F. Locate intermediate rails equally spaced between the top rail and the top of the stair stringer. G. Verify dimensions on site prior to ship fabrication. 2.6 STEEL BOLLARDS A. Steel bollards shall be constructed as indicated on the drawings of Schedule 40 ASTM A53 _ Grade B or A501 galvanized steel pipe. Pipes shall be set into concrete footings as indicated. 01275708 METAL FABRICATIONS 05500 - 2 01/10 =j 2.7 ALUMINUM HATCHES A. Heavy duty aluminum access cover (Flygt model FDRN-O or equivalent): size according to dimensions. B. Cover shall be capable of supporting 300 pounds per square foot. -- C. Cover shall include opening assist device. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive work. B. Beginning of installation means erector accepts existing conditions. 3.2 PREPARATION A. Clean and strip primed steel items to bare metal where site welding is required. B. Supply items required to be cast into concrete or embedded in masonry with setting templates, to appropriate sections. 3.3 DISSIMILAR MATERIALS A. Where dissimilar metals are in contact, or absorptive materials subject to wetting, the surface shall be protected with a coat of bituminous paint conforming to Military Specification MIL-C- 18480 or to Federal Specification TT-V-51, unless otherwise specified, to prevent galvanic or corrosive action. B. Where aluminum alloy parts are in contact with, or fastened to, dissimilar materials, the aluminum shall be kept from direct contact with the dissimilar material by coating the contact surface as described below. 1. Aluminum surfaces to be placed in contact with steel shall be given one coat of zinc chromate primer in accordance with United States Joint Army -Navy Specification JAN- P-735 or approved equal. The steel surfaces to be placed in contact with aluminum shall be painted with good quality priming paint, such as red lead conforming to Federal Specification TT-P-86a, followed by one coat of paint consisting of 2 lb of aluminum paste pigment (ASTM Specification D962, Type II, Class B) per gallon of varnish meeting Federal Specification TT-V-81b, Type II or approved equal. 2. Aluminum surfaces to be placed in contact with wood, concrete or masonry construction, except where the aluminum is to be imbedded in concrete, shall be given a heavy coat of an alkali -resistant bituminous paint before installation. The bituminous paint used shall meet the requirements of United States Military Specification MIL-P-6883. The paint shall be applied as it is received from the manufacturer without the addition of any thinner. 3. Aluminum surfaces to be imbedded in concrete shall, before installation, be given one coat of zinc chromate primer in accordance with United States Joint Army -Navy Specification JAN-P-735 or the equivalent. The paint shall be allowed to dry before the aluminum is placed in the concrete. 01275708 METAL FABRICATIONS 05500 - 3 01/10 3.4 INSTALLATION A. Install items plumb and level, accurately fitted, free from distortion or defects. B. Allow for erection loads, and for sufficient temporary bracing to maintain true alignment until completion of erection and installation of permanent attachments. C. Obtain Architect/Engineer approval prior to site cutting or making adjustments not scheduled. 3.5 ERECTION TOLERANCES A. Maximum Offset From True Alignment: 1/4 inch per 10 feet. END OF SECTION 01275708 METAL FABRICATIONS 05500 - 4 01/10 SECTION 05521 STEEL PIPE AND TUBE RAILINGS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary. Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Steel pipe railings. 2. Wall brackets. 1.3 RELATED SECTIONS A. Section 03300 — "CAST -IN -PLACE CONCRETE" for setting of railing post sleeves. B. Section 05500 — "METAL FABRICATIONS" anchoring railings to stairs and related reference and Aluminum Railings. 1.4 PERFORMANCE REQUIREMENTS A. General: In engineering railings to withstand structural loads indicated, determine allowable design working stresses of railing materials based on the following: 1. Steel: 72 percent of minimum yield strength. B. Structural Performance: Provide railings capable of withstanding the effects of gravity loads and the following loads and stresses within limits and under conditions indicated: 1. Handrails: a. Uniform load of 50 lbf/ ft. (0.73 kN/m) applied in any direction. b. Concentrated load of 200 lbf (0.89 kN) applied in any direction. C. Uniform and concentrated loads need not be assumed to act concurrently. 2. Top Rails of Guards: a. Uniform load of 50 lbf/ ft. (0.73 kN/m) applied in any direction. b. Concentrated load of 200 lbf (0.89 kN) applied in any direction. C. Uniform and concentrated loads need not be assumed to act concurrently. C. Thermal Movements: Provide exterior railings that allow for thermal movements resulting from the following maximum change (range) in ambient and surface temperatures by preventing buckling, opening of joints, overstressing of components, failure of connections, and other detrimental effects. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime -sky heat loss. 1. Temperature Change (Range): 120 deg F (67 deg C), ambient; 180 deg F (100 deg C), material surfaces. 01275708 01/10 STEEL PIPE AND TUBE RAILINGS 05521 -1 D. Control of Corrosion: Prevent galvanic action and other forms of corrosion by insulating metals and other materials from direct contact with incompatible materials. E. Design: Design in conformance to ASTM E 985 — Performance of Metal Railing Systems and Rails for Buildings, Refer to Section 05500 — "METAL RABRICATIONS". 1.5 SUBMITTALS A. Product Data: For the following: L Grout, anchoring cement, and paint products. B. Shop Drawings: Include plans, elevations, sections, details, and attachments to other work. 1. For installed products indicated to comply with design loads, include structural analysis data signed and sealed by the qualified professional engineer responsible for their preparation. C. Samples for Initial Selection: For products involving selection of color, texture, or design. D. Samples for Verification: For each type of exposed finish required. 1. Sections of each distinctly different linear railing member, including handrails, top rails, posts, and balusters. 2. Fittings and brackets. E. Welding certificates. F. Qualification Data: For professional engineer. 1.6 QUALITY ASSURANCE A. Source Limitations: Obtain each type of railing through one source from a single manufacturer. B. Welding: Qualify procedures and personnel according to the following: 1. AWS D1.1, "Structural Welding Code --Steel." 1.7 PROJECT CONDITIONS A. Field Measurements: Verify actual locations of walls and other construction contiguous with railings by field measurements before fabrication and indicate measurements on Shop Drawings. 1.8 COORDINATION AND SCHEDULING A. Coordinate installation of anchorages for railings. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. B. Schedule installation so wall attachments are made only to completed walls. Do not support railings temporarily by any means that do not satisfy structural performance requirements. 01275708 STEEL PIPE AND TUBE RAILINGS 05521 - 2 01/10 s, y PART 2 - PRODUCTS 2.1 METALS, GENERAL -- A. Metal Surfaces, General: Provide materials with smooth surfaces, without seam marks, roller marks, rolled trade names, stains, discoloration, or blemishes. B. Brackets, Flanges, and Anchors: Cast or formed metal of same type of material and finish as supported rails, unless otherwise indicated. 2.2 STEEL AND IRON A. Pipe: ASTM A 53/A 53M, Type F or Type S, Grade A, Standard Weight (Schedule 40), unless another grade and weight are required by structural loads. B. Plates, Shapes, and Bars: ASTM A 36/A 36M. C. Castings: Either gray or malleable iron, unless otherwise indicated. 1. Gray Iron: ASTM A 48/A 48M, Class 30, unless another class is indicated or required by structural loads. 2.3 FASTENERS A. General: Provide the following: 1. Steel Railings: Plated steel fasteners complying with ASTM B 633, Class Fe/Zn 25 for electrodeposited zinc coating. B. Fasteners for Anchoring Railings to Other Construction: Select fasteners of type, grade, and class required to produce connections suitable for anchoring railings to other types of construction indicated and capable of withstanding design loads. C. Fasteners for Interconnecting Railing Components: 1. Provide concealed fasteners for interconnecting railing components and for attaching them to other work, unless otherwise indicated. 2. Provide tamper -resistant flat -head machine screws for exposed fasteners, unless otherwise indicated. D. Anchors: Provide torque -controlled expansion anchors, fabricated from corrosion -resistant materials with capability to sustain, without failure, a load equal to six times the load imposed when installed in unit masonry and equal to four times the load imposed when installed in concrete, as determined by testing per ASTM E 488 conducted by a qualified independent testing agency. 2.4 MISCELLANEOUS MATERIALS A. Welding Rods and Bare Electrodes: Select according to AWS specifications for metal alloy welded. B. Shop Primers: Provide primers that comply with Division 9 painting Sections. C. Universal Shop Primer: Fast -curing, lead- and chromate -free, universal modified -alkyd primer complying with MPI#79. D. Bituminous Paint: Cold -applied asphalt emulsion complying with ASTM D 1187. E. Nonshrink, Nonmetallic Grout: Factory -packaged, nonstaining, noncorrosive, nongaseous grout complying with ASTM C 1107. Provide grout specifically recommended by manufacturer for interior and0exterior applications. 01275708 STEEL PIPE AND TUBE RAILINGS 05521 - 3 01/10 F. Anchoring Cement: Factory -packaged, nonshrink, nonstaining, hydraulic -controlled L.a expansion cement formulation for mixing with water at Project site to create pourable anchoring, patching, and grouting compound. 1. Water -Resistant Product: At exterior locations provide formulation that is resistant to erosion from water exposure without needing protection by a sealer or waterproof coating and that is recommended by manufacturer for exterior use. 2.5 FABRICATION A. General: Fabricate railings to comply with requirements indicated for design, dimensions, member sizes and spacing, details, finish, and anchorage, but not less than that required to support structural loads. B. Assemble railings in the shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. _. Clearly mark units for reassembly and coordinated installation. Use connections that maintain structural value of joined pieces. C. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of approximately 1 /32 inch (1 mm), unless otherwise indicated. Remove sharp or rough areas on exposed surfaces. D. Formwork true to line and level with accurate angles and surfaces. IJ E. Fabricate connections that will be exposed to weather in a manner to exclude water. ` F. Provide weep holes where water may accumulate. Cut, reinforce, drill, and tap as indicated to receive finish hardware, screws, and similar items. °W G. Connections: Fabricate railings with welded connections, unless otherwise indicated. H. Welded Connections: Cope components at connections to provide close fit, or use fittings designed for this purpose. Weld all around at connections, including at fittings. 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove flux immediately. 4. At exposed connections, finish exposed surfaces smooth and blended so no roughness shows after finishing and welded surface matches contours of adjoining surfaces. _. I. Welded Connections for Aluminum Pipe: Fabricate railings to interconnect members with concealed internal welds that eliminate surface grinding, using manufacturer's standard system of sleeve and socket fittings. J. Nonwelded Connections: Connect members with concealed mechanical fasteners and fittings. Fabricate members and fittings to produce flush, smooth, rigid, hairline joints. 1. Fabricate splice joints for field connection using an epoxy structural adhesive if this is manufacturer's standard splicing method. K. Form changes in direction as follows: 1. As detailed. 2. By radius bends of radius indicated. L. Form simple and compound curves by bending members in jigs to produce uniform curvature for each repetitive configuration required; maintain cross section of member throughout entire bend without buckling, twisting, cracking, or otherwise deforming _ exposed surfaces of components. M. Close exposed ends of railing members with prefabricated end fittings. IJ N. Provide wall returns at ends of wall -mounted handrails, unless otherwise indicated. Close ends of returns unless clearance between end of rail and wall is 1/4 inch (6 mm) or less. 01275708 STEEL PIPE AND TUBE RAILINGS 05521 - 4 O1/10 �f O. Brackets, Flanges, Fittings, and Anchors: Provide wall brackets, flanges, miscellaneous fittings, and anchors to interconnect railing members to other work, unless otherwise indicated. P. Provide inserts and other anchorage devices for connecting railings to concrete or masonry work. Fabricate anchorage devices capable of withstanding loads imposed by railings. Coordinate anchorage devices with supporting structure. Q. For railing posts set in concrete, provide steel sleeves not less than 6 inches (150 mm) long with inside dimensions not less than 1/2 inch (13 mm) greater than outside dimensions of post, with steel plate forming bottom closure. 2.6 FINISHES, GENERAL A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of the range of approved Samples. Noticeable variations in the same piece are not acceptable. Variations in appearance of other components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. C. Provide exposed fasteners with finish matching appearance, including color and texture, of railings. 2.7 STEEL AND IRON FINISHES A. For nongalvanized steel railings, provide nongalvanized ferrous -metal fittings, brackets, fasteners, and sleeves, except galvanize anchors to be embedded in exterior concrete or masonry. B. Preparation for Shop Priming: Prepare uncoated ferrous -metal surfaces to comply with minimum requirements indicated below for SSPC surface preparation specifications and environmental exposure conditions of installed railings: 1. Exterior Railings (SSPC Zone 1B): SSPC-SP 6/NACE No. 3, "Commercial Blast Cleaning." 2. Interior Railings (SSPC Zone IA): SSPC-SP 7/NACE No. 4, "Brush-off Blast Cleaning." C. Apply shop primer to prepared surfaces of railings, unless otherwise indicated. Comply with requirements in SSPC-PA 1, "Paint Application Specification No. 1: Shop, Field, and Maintenance Painting of Steel," for shop painting. Primer need not be applied to surfaces to be embedded in concrete or masonry. 1. Stripe paint comers, crevices, bolts, welds, and sharp edges. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Fit exposed connections together to form tight, hairline joints. B. Perform cutting, drilling, and fitting required for installing railings. Set railings accurately in location, alignment, and elevation; measured from established lines and levels and free of rack. 1. Do not weld, cut, or abrade surfaces of railing components that have been coated or fmished after fabrication and that are intended for field connection by mechanical or other means without further cutting or fitting. 01275708 STEEL PIPE AND TUBE RAILINGS 05521 - 5 O1/10 2. Set posts plumb within a tolerance of 1/16 inch in 3 feet (2 mm in 1 m). 3. Align rails so variations from level for horizontal members and variations from parallel with rake of steps and ramps for sloping members do not exceed 1/4 inch in 12 feet (5 mm in 3 m). C. Corrosion Protection: Coat concealed surfaces of aluminum that will be in contact with grout, concrete, masonry, wood, or dissimilar metals, with a heavy coat of bituminous paint. I -A D. Adjust railings before anchoring to ensure matching alignment at abutting joints. E. Fastening to In -Place Construction: Use anchorage devices and fasteners where necessary for securing railings and for properly transferring loads to in -place construction. 3.2 RAILING CONNECTIONS A. Welded Connections: Use fully welded joints for permanently connecting railing components. Comply with requirements for welded connections in Part 2 "Fabrication" Article whether welding is performed in the shop or in the field. B. Expansion Joints: Install expansion joints at locations indicated but not farther apart than required to accommodate thermal movement. Provide slip joint internal sleeve extending 2 inches (50 nun) beyond joint on either side, fasten internal sleeve securely to 1 side, and locate joint within 6 inches (150 mm) of post. 3.3 ANCHORING POSTS A. Use steel pipe sleeves preset and anchored into concrete for installing posts. After posts have been inserted into sleeves, fill annular space between post and sleeve with nonshrink, nonmetallic grout, mixed and placed to comply with anchoring material manufacturer's written instructions. B. Cover anchorage joint with flange of same metal as post, attached to post with set screws. C. Anchor posts to metal surfaces with oval flanges, angle type, or floor type as required by conditions, connected to posts and to metal supporting members as follows: 1. For steel pipe railings, weld flanges to post and bolt to metal supporting surfaces. 3.4 ANCHORING RAILING ENDS A. Anchor railing ends to concrete and masonry with round flanges connected to railing ends and anchored to wall construction with anchors and bolts. 3.5 ATTACHING HANDRAILS TO WALLS A. Attach handrails to wall with wall brackets. Provide brackets with 1-1/2-inch (38-mm) clearance from inside face of handrail and finished wall surface. 1. Use type of bracket with flange tapped for concealed anchorage to threaded hanger bolt. 2. Brackets shall be equal to Julius Blum & Co., Inc. No. 305. B. Locate brackets as indicated or, if not indicated, at spacing required to support structural loads. 01275708 STEEL PIPE AND TUBE RAILINGS 05521 - 6 O1/10 V.. C. Secure wall brackets to building construction as follows: 1. For concrete and solid masonry anchorage, use drilled -in expansion shields and hanger or lag bolts. 2. For hollow masonry anchorage, use toggle bolts. 3. For steel -framed gypsum board partitions, use hanger or lag bolts set into fire - retardant -treated wood backing between studs. Coordinate with stud installation to locate backing members. 3.6 ADJUSTING AND CLEANING A. Clean aluminum and stainless steel by washing thoroughly with clean water and soap and rinsing with clean water. B. Touchup Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with same material as used for shop painting to comply with SSPC-PA 1 for touching up shop -painted surfaces. C. Touchup Painting: Cleaning and touchup painting of field welds, bolted connections, and abraded areas of shop paint are specified in Division 9 painting Sections. 3.7 PROTECTION A. Protect finishes of railings from damage during construction period with temporary protective coverings approved by railing manufacturer. Remove protective coverings at time of Substantial Completion. B. Restore finishes damaged during installation and construction period so no evidence remains of correction work. Return items that cannot be refinished in the field to the shop; make required alterations and refinish entire unit, or provide new units. END OF SECTION d 01275708 STEEL PIPE AND TUBE RAILINGS 05521 - 7 01/10 Paze Intentionally Left Blank SECTION 05530 GRATINGS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Aluminum bar grating. 1.3 PERFORMANCE REQUIREMENTS A. Structural Performance: Provide gratings capable of withstanding the following structural loads without exceeding the allowable design working stress of the material involved, including anchors and connections. 1. Floors and Walkways: Capable of withstanding a uniform load of 500 pound per square foot. Limit deflection to L/360. 1.4 SUBMITTALS A. Product Data: For the following: 1. Clips and anchorage devices for gratings. 2. Aluminum bar grating. B. Shop Drawings: Show fabrication and installation details for gratings. Include plans, elevations, sections, and details of connections. Show anchorage and accessory items. Provide templates for anchors and bolts specified for installation under other Sections. 1.5 QUALITY ASSURANCE A. Fabricator Qualifications: A firm experienced in producing gratings similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. B. Metal Bar Grating Standards: Comply with applicable requirements of the following: 1. Non -Heavy -Duty Metal Bar Gratings: Comply with NAAMM MBG 531, "Metal Bar Grating Manual for Steel, Stainless Steel, and Aluminum Gratings and Stair Treads." 1.6 PROJECT CONDITIONS A. Field Measurements: Where gratings are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication and indicate measurements on Shop Drawings. Coordinate fabrication schedule with construction progress to avoid delaying the Work. r �3 01275708 GRATINGS 05530 - 1 1 01/10 fi 1.7 COORDINATION A. Coordinate installation of anchorages for gratings, grating frames; and supports. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. PART2-PRODUCTS 2.1 ALUMINUM A. Extruded bars and shapes: ASTM B221, alloys as follows: 1. 6061-T6 or 6063-T6, for bearing bars of gratings and shapes. 2. 6061-TI, for grating crossbars. 2.2 FASTENERS A. Fasteners for Aluminum Gratings: Provide fasteners of aluminum, non magnetic stainless steel, zinc plated steel, or other material warranted by the manufacturer to be compatible with aluminum gratings and other components. 2.3 FABRICATION A. Shop Assembly: Fabricate grating sections in shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installation. B. Form from materials of size, thickness, and shapes indicated, but not less than that needed to support indicated loads. C. Shear and punch metals cleanly and accurately. Remove burrs. D. Ease exposed edges to a radius of approximately 1 /32 inch, unless otherwise indicated. E. Fit exposed connections accurately together to form hairline joints. F. Welding: Comply with AWS recommendations and the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. G. Provide for anchorage of type indicated; coordinate with supporting structure. Fabricate and space anchoring devices to secure gratings, frames, and supports rigidly in place and to _ support indicated loads. H. Edges of grating shall be banded with bars of the same size as bearing bars. 01275708 GRATINGS 05530 - 2 01/10 y _1� 2.4 METAL BAR GRATINGS A. Fabricate pressure -locked, rectangular bar aluminum grating as follows: 1. As required to comply with structural performance. B. Traffic Surface for Aluminum Bar Gratings: As follows: 1. Serrated. C. Aluminum Steel Finish: As follows: 1. Clear anodized. D. Fabricate cutouts in grating sections for penetrations indicated. Arrange cutouts to permit grating removal without disturbing items penetrating gratings. 1. Edge -band openings in grating that interrupt four or more bearing bars with bars of the same size and material as bearing bars. E. Do not notch bearing bars at supports to maintain elevation. 2.5 FINISHES A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Finish gratings, frames, and supports after assembly. C. Galvanizing: For those items indicated for galvanizing, apply zinc coating by the hot -dip process complying with ASTM A 123. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Fastening to In -Place Construction: Provide anchorage devices and fasteners where necessary for securing gratings to in -place construction. Include threaded fasteners for concrete and masonry inserts, through -bolts, lag bolts, and other connectors. B. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing gratings. Set units accurately in location, alignment, and elevation; measured from established lines and levels and free from rack. C. Provide temporary bracing or anchors in formwork for items that are to be built into concrete or masonry. D. Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop welded because of shipping size limitations. Do not weld, cut, or abrade the surfaces of exterior units that have been hot -dip galvanized after fabrication and are for bolted or screwed field connections. E. Field Welding: Comply with the following requirements: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 3.2 INSTALLING METAL BAR GRATINGS A. General: Install gratings to comply with recommendations of referenced metal bar grating standards that apply to grating types and bar sizes indicated, including installation clearances and standard anchoring details. 01275708 GRATINGS 05530 - 3 01/10 B. Attach removable units to supporting members with type and size of clips and fasteners indicated or, if not indicated, as recommended by grating manufacturer for type of installation conditions shown. C. Attach nonremovable units to supporting members by welding where both materials are the same; otherwise, fasten by bolting as indicated above. END OF SECTION 01275708 GRATINGS 05530 - 4 O1/10 SECTION 11280 STAINLESS STEEL GATES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. The CONTRACTOR shall furnish all labor, materials, equipment and incidentals required to install, ready for operation and field test stainless steel gates and appurtenances as shown on the Contract Drawings and as specified herein.. B. The gates and appurtenances shall be supplied in accordance with the latest edition of AWWA C561 Standard for Fabricated Stainless Steel Slide Gates as modified herein. The allowable leakage rate for the stainless steel gates in this specification shall be 1/2 the allowable leakage listed in the latest revision of AWWA C561. 1.3 SUBMITTALS A. Provide the following information to confirm compliance with the specification in addition to the submittal requirements specified in Section 01300. 1. Complete description of all materials including the material thickness of all structural components of the frame and slide. 2. Installation drawings showing all details of construction, details required for installation, dimensions and anchor bolt locations. 3. Maximum bending stress and deflection of the slide under the maximum design head. 4. The location of the company headquarters and the location of the principle manufacturing facility. Provide the name of the company that manufactures the equipment if the supplier utilizes an outside source. 1.4 QUALITY ASSURANCE A. Qualifications 1. All of the equipment specified under this Section shall be fumished by a single manufacturer with a minimum of 20 years experience designing and manufacturing water control gates. The manufacturer shall have manufactured water control gates for a minimum of 100 projects. 2. The specification is based on the 900 Series Stainless Steel Gate as manufactured by Whipps, Inc. of Athol, Massachusetts, Hydro Gate or equal. 01275708 01/10 STAINLESS STEEL GATES 11280 - 1 PART 2-PRODUCTS 2.1 2.2 GENERAL A. Gates shall be stainless steel — Series 900 and have the characteristics and dimensions shown on the Contract Drawings. B. Leakage shall not exceed 0.05 gpm/ft of wetted seal perimeter in seating head and unseating head conditions. C. The gate shall utilize self-adjusting seals. Due to the difficulty of accessing gates when they are in service, gates that utilize adjustable wedges, wedging devices or pressure pads are not acceptable. D. All structural components of the frame and slide shall be fabricated of stainless steel having a minimum thickness of 1/4-inch and shall have adequate strength to prevent distortion during normal handling, during installation and while in service. E. All welds shall be performed by welders with AWS certification. F. Finish: Mill finish on stainless steel. Welds shall be sandblasted to remove weld burn and scale. All iron and steel components shall be properly prepared and shop coated with a primer. G. Materials: Components Frame Assembly and Retainers Slide and Stiffeners Stem Fasteners, Nuts and Bolts Invert Seal (Upward Opening Gates Only) Seat/Seals and Facing Lift Nuts Pedestals and Wall Brackets Operator Housing FRAME Materials Stainless Steel, Type 304L, ASTM A-240 Stainless Steel, Type 304L, ASTM A-240 Stainless Steel, Type 304, ASTM A-276 Stainless Steel, Type 304, ASTM F-593 & 594 Neoprene ASTM D-2000 or EPDM Ultra -High Molecular Weight Polyethylene ASTM D4020 Bronze ASTM B584 Stainless Steel, Type 304L, ASTM A-276 Cast aluminum or ductile iron A. The frame assembly, including the guide members, invert member and yoke members, shall be constructed of formed stainless steel plate with a minimum thickness of 1/4-inch. 1. Frame design shall allow for embedded mounting, mounting directly to a wall with stainless steel anchor bolts and grout or mounting to a wall thimble with stainless steel mounting studs and a mastic gasket material. Mounting style shall be as shown on the Contract Drawings. 2. All wall mounted or wall thimble mounted gates shall have a flange frame. Flat frame gates are not acceptable. 3. The structural portion of the frame that incorporates the seat/seals shall be formed into a one-piece shape for rigidity. Guide members that consist of two or more bolted structural members are not acceptable. Guide member designs where water loads are transferred through the assembly bolts are specifically not acceptable. 4. Gussets shall be provided as necessary to support the guide members in an unseating head condition. The gussets shall extend to support the outer portion of the guide assembly and shall be positioned to ensure that the load is transferred to the anchor bolts or the wall thimble studs. 01275708 STAINLESS STEEL GATES 11280 - 2 01/10 4 5. The frame shall extend to accommodate the entire height of the slide when the slide is in the fully opened position on upward opening gates or downward opening weir gates. 6. On self-contained gates, a yoke shall be provided across the top of the frame. The yoke shall be formed by two structural members affixed to the top of the side frame members to provide a one-piece rigid assembly. The yoke shall be designed to allow removal of the slide. 7. A rigid stainless steel invert member shall be provided across the bottom of the opening. The invert member shall be of the flushbottom type on upward opening gates. 8. A rigid stainless steel top seal member shall be provided across the top of the opening on gates designed to cover submerged openings. 9. A rigid stainless steel member shall be provided across the invert of the opening on downward opening weir gates. 2.3 SLIDE A. The slide and reinforcing stiffeners shall be constructed of stainless steel plate. All structural components shall have a minimum thickness of 1/4-inch. 1. The slide shall not deflect more than 1/360 of the span or 1/16 inch, whichever is smaller, under the maximum design head. 2. When the width of the gate opening multiplied by the maximum design head is 80 square feet or greater, the portion of the slide that engages the guide members shall be of a "thick edge" design. The thick edge portion of the slide shall have a minimum thickness of 3 inches. 3. Reinforcing stiffeners shall be welded to the slide and mounted horizontally. Vertical stiffeners shall be welded on the outside of the horizontal stiffeners for additional reinforcement. 4. The stem connector shall be constructed of two angles or plates. The stem connector shall be welded to the slide. A minimum of two bolts shall connect the stem to the stem connector. 2.4 SEALS A. All gates shall be provided with a self-adjusting seal system to restrict leakage in accordance with the requirements listed in this specification. 1. All gates shall be equipped with UHMW polyethylene seat/seals to restrict leakage and to prevent metal to metal contact between the frame and slide. 2. The seat/seals shall extend to accommodate the 1-1/2 x the height of the slide when the slide is in the fully closed or fully opened position. 3. All upward opening gates shall be provided with a resilient seal to seal the bottom portion of the gate. The seal shall be attached to the invert member or the bottom of the slide and it shall be held in place with stainless steel attachment hardware. 4. All downward opening weir gates shall be provided with U AM polyethylene seat/seals across the invert member. 5. The seal system shall be durable and shall be designed to accommodate high velocities and frequent cycling without loosening or suffering damage. 6. All seals must be bolted or otherwise mechanically fastened to the frame or slide. Arrangement with seals that are force fit or held in place with adhesives are unacceptable. 7. The seals shall be mounted so as not to obstruct the water way opening. 8. Gates that utilize rubber "J" seals or "P" seals are not acceptable. 9. The seal system shall have been factory tested to confirm negligible wear (less than 0.01") and proper sealing. The factory testing shall consist of an accelerated wear test 01275708 STAINLESS STEEL GATES 11280 - 3 O1/10 comprised of a minimum of 25,000 open -close cycles using a well -agitated sand/water mixture to -,simulate fluidized grit. 2.5 STEM 1-11 A. A threaded operating stem shall be utilized to connect the operating mechanism to the slide. On rising stem gates, the threaded portion shall engage the operating nut in the manual operator or motor actuator. On non -rising stem gates, the threaded portion shall engage the nut on the slide. 1. The threaded portion of the stem shall have a minimum outside diameter of 1-1 /2 inches. Stem extension pipes are not acceptable. 2. The stem shall be constructed of solid stainless steel bar for the entire length, the metal having a tensile strength of not less than 90,000 psi for stems that are 3 inches or less in diameter. Stems that are in excess of 3 inches in diameter shall have a tensile strength of 85,000 psi. 3. The stem shall be threaded to allow full travel of the slide unless the travel distance is otherwise shown on the Contract Drawings. 4. Maximum L/R ratio for the unsupported part of the stem shall not exceed 200. 5. In compression, the stem shall be designed for a critical buckling load caused by a 40lb effort on the crank or handwheel with a safety factor of 2, using the Euler column formula. 6. The stem shall be designed to withstand the tension load caused by the application of a 40 lb effort on the crank or handwheel without exceeding 1/5 of the ultimate tensile strength of the stem material. 7. The threaded portion of the stem shall have machine rolled threads of the full Acme type with a 16 microinch finish or better. Stub threads are not acceptable. 8. Stems of more than one section shall be joined by stainless steel or bronze couplings. The coupling shall be bolted to the stems. 9. Stems, on manually operated gates, shall be provided with adjustable stop collars to prevent over closing of the slide. 2.6 STEM GUIDES A. Stem guide shall be provided when necessary to ensure that the maximum L/R ratio for the unsupported part of the stem is 200 or less. 1. Stem guide brackets shall be fabricated of stainless steel and shall be outfitted with UHMW or bronze bushings. 2. Adjustable in two directions. 2.7 WALL THIMBLES' A. Wall thimbles shall be provided when shown on the Contract Drawings. 1. The wall thimble depth shall be equal to the thickness of the concrete wall in which the t thimble is to be mounted. 2. Wall thimbles shall be fabricated stainless steel construction of adequate section to withstand all operational and reasonable installation stresses. 3. Wall thimbles shall be constructed of 1/4-inch minimum thickness stainless steel and the front face shall have a minimum thickness of 1/4—inch. t 4. The fabrication process shall ensure that the wall thimble is square and plumb and the front face is sufficiently flat to provide a proper mounting surface for the gate frame. 01275708 STAINLESS STEEL GATES 11280 - 4 01/10 5. The face of the wall thimble shall only be machined if recommended by the gate manufacturer. If the wall thimble is to be machined, the front face shall have a minimum thickness of 1/4-inch after machining. 6. A water stop shall be welded around the periphery of the thimble. Wall thimbles shall be designed to allow thorough and uniform concrete placement during installation. 7. Studs and nuts shall be stainless steel. Water stop may be stitch welded. 8. A suitable gasket or mastic shall be provided to seal between the gate frame and the wall thimble. 2.8 ELECTRIC MOTOR ACTUATORS A. See Section 15180 — Electric Actuators. 2.9 ANCHOR BOLTS A. Anchor bolts shall be provided by the gate manufacturer for mounting the gates and appurtenances. 1. Quantity and location shall be determined by the gate manufacturer. 2. If epoxy type anchor bolts are provided, the gate manufacturer shall provide the studs and nuts. 3. Anchor bolts shall have a minimum diameter of 1/2-inch. PART 3 - EXECUTION 3.1 INSTALLATION A. Installation of the gates and appurtenances shall be done in a workmanlike manner. It shall be the responsibility of the CONTRACTOR to handle, store and install the equipment specified in this Section in strict accordance with the manufacturer's recommendations. B. The CONTRACTOR shall review the installation drawings and installation instruction prior to installing the gates. C. The gate assemblies shall be installed in a true vertical plane, square and plumb. D. The CONTRACTOR shall fill the void in between the gate frame and the wall with non -shrink grout as shown on the installation drawing and in accordance with the manufacturer's recommendations. E. The CONTRACTOR shall add a mastic gasket between the gate frame and wall thimble (when applicable) in accordance with the manufacturer's recommendations. 3.2 FIELD TESTING A. After installation, all gates shall be field tested in the presence of the ENGINEER and OWNER to ensure that all items of equipment are in full compliance with this Section. Each gate shall be cycled to confirm that they operate without binding, scraping, or distorting. The effort to open and close manual operators shall be measured, and shall not exceed the maximum operating effort specified above. Electric motor actuators shall function smoothly and without interruption. Each gate shall be water tested by the CONTRACTOR, at the discretion of the ENGINEER and OWNER, to confirm that leakage does not exceed the specified allowable leakage. 01275708 STAINLESS STEEL GATES 11280 - 5 01/10 L Model Size *Height Location Manufacturer # Sheet Material T e inches feet Frame Lift Inlet Stainless Electric Structure W_ hi s 953. C-501 Steel Slide 48 x 48 35 Embedded Actuated Inlet Stainless Electric Structure Whipps 953 C-501 Steel Slide 48 x 48 35 Embedded Actuated Outlet Stainless Electric Structure Whipps 953 C-502 Steel Slide 48 x 48 40 Embedded Actuated Outlet Stainless Electric Structure Whipps 953 C-502 Steel Slide 72 x 72 40 Embedded Actuated Inlet Stainless Electric Structure Whipps 953 C-501 Steel Slide 48 x 48 40 Embedded Actuated Inlet Stainless Electric Structure Whipps 953 C-501 Steel Slide 48 x 48 40 Embedded Actuated Inlet Stainless Electric Structure Whipps 953 C-501 Steel Slide 24 x 24 38 Embedded Actuated Inlet Stainless Electric Structure Whipps 953 C-501 Steel I Slide 24 x 24 38 Embedded Actuated *Vertical Height measurement is taken from invert to floor. END OF SECTION 01275708 STAINLESS STEEL GATES 11280 - 6 01/10 SECTION 14612 ELECTRIC FIXED HOIST PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Agreement and Division 1 — General Requirements apply to the work of this Section. 1.2 SECTION INCLUDES A. Electric Fixed Hoist on Inlet Structure. 1.3 REFERENCE A. ASTM A 36-86 — Structural Steel. 1.4 GENERAL REQUIREMENTS A. The capacities and travel distances for all motions, and other pertinent data are shown on the contract drawings which form a part of this specification. All hoisting equipment assemblies shall be designed for moderate duty service equivalent to use in machine shops, light fabrication shops and warehouse service. Envelope dimensions of the equipment shall be within the limits shown on the contract drawings. B. Nameplate: Each major component of the hoisting equipment shall be identified by nameplates. Nameplates shall furnish as a minimum, the following information: name and address of true manufacturer, part number and/or serial number. Nameplates shall be affixed to the components in conspicuous places and shall have capacity plate rating (in tons) affixed to both sides of Hoist. Lettering on capacity plate shall be in bold letters clearly legible from the floor. C. Protection from Moving Parts: All pulleys, chains, gears, couplings, projecting set screws, keys and other rotation parts in such a location that a person could come within close proximity thereto, shall be fully enclosed or properly guarded. D. Conflicting Codes: Where one or more referenced codes, standards, or paragraphs in this specification conflict on the requirements for any single component or condition, the minimum requirements of the most stringent code, standard or paragraph of this specification shall prevail. 1.5 SUBMITTALS A. Submit in accordance with provisions of Section 01300 — Submittals. B. Drawings: Provide drawings indicating in lieu of the general and arrangement drawings, regularly published descriptive literature which will give all this information may be furnished. C. Data: Submit manufacturer's product data and design data on hoist equipment showing all pertinent information including lift capacity, height of lift, and headroom clearances. i t 01275708 ELECTRIC FIXED HOIST 14612 - 1 01/10 D. Design Calculations: Provide design calculations for strength, durability, life of bearings and factors of safety of the components of the hoists. E. Certificates of Compliance: Submit certificates of compliance attesting that hoisting equipment conforms to specified requirements. F. Closeout Submittals 1. Submit in accordance with Section 01700. 2. Operation and Maintenance with Section 01700.'' a. Complexity of text and detail of items covered shall be on the level of a `- skilled technician. b. Provide instructions for hoists, cable supports, and other items as may be deemed necessary, including complete procedures required to operate and =' maintain equipment as recommended by manufacturer. Include the following information under headings indicated as applicable: 1) Equipment description. 2) Safety precautions. 3) Assembly and installation procedures. 4) Adjustment and alignment. 5) Checkout procedures. 6) Procedure of operation. 7) Special tools and equipment. ] 8) Preventive maintenance. _ 9) Repair and maintenance procedure. 3. Parts list: Furnish parts list for each item of equipment covered by this section having different item type code number, giving a list of all parts of equipment, and further identifying those parts recommended by manufacturer as required repair parts to insure efficient operation for one year following expiration of the guaranty`: period. -- PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS 1. Gaffey Crane and Hoist company, Fort Worth, TX or equal 2. Substitutions: In accordance with provisions of Section 01600.. _E 2.2 EQUIPMENT A. Electric Jib Hoist 1. Capacity: 3 ton. 2. Lift: 10'— 0" minimum clearance under hook. 2.3 PAINTING AND FINISHING A. Cleaning hoisting equipment, including accessories, of all oil and grease, loose rust and mill scale. B. Abrade surface to provide good adhesion and bonding of paint. C. Prime and paint at factory. D. Primer: Manufacturer's standard, spray applied and compatible with the finish coats. 1-1; 01275708 ELECTRIC FIXED HOIST 14612 - 2 O1/10 E. Finish: Conform to Federal Specification TT-E-529 or be of enamel or lacquer or equal quality standard with the manufacturer, provided the optional enamel or lacquer will accept the enamel conforming to Federal Specification TT-E-529 as field installation touch-up. F. Finish Color: Safety Yellow. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify site conditions in accordance with provisions of Division 1. 3.2 INSTALLATION A. Install in accordance with manufacturer's instructions. 3.3 CLEANING A. Clean surfaces and components ready for inspection. END SECTION 01275708 ELECTRIC FIXED HOIST 14612 - 3 01/10 L, Pape Intentionally Left Blank SECTION 15180 ELECTRIC ACTUATORS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section covers furnishing powered gate actuators and accessories specified herein. B. Electric actuator shall include the electric motor, reduction gearing, valve stem drive nut/bushing, position limit switches, mechanical overload torque switches, ductile iron gear case and automatic declutchable handwheel. 1.3 RELATED SECTIONS A. Section 11280 — Stainless Steel Gates. PART 2 - PRODUCTS 2.1 GEARS A. Motor speed reduction shall be by means of a gear train consisting of hardened steel spur gears and self-locking worm and worm gear set. The worm shall be heat treated alloy steel and have worm thread surface rolled or ground. The worm gear shall be bronze. Non-metallic gears in the power train are not acceptable. 2.2 ROTATING COMPONENTS A. All gearing and shafting shall be supported on anti -friction bearings. All thrust components shall be supported by use of tapered roller bearings. 2.3 HANDWHEEL DRIVE A. The actuator shall be furnished with a handwheel located in a 90 degree plane from the actuator output drive, with a maximum rim pull requirement of 60 pounds for valve travel loads. An external manual declutch lever shall be included to place actuator in the manual mode. The lever shall not require more than a 10 pound force to engage even when the valve has been tightly seated. The lever is to be padlockable in either handwheel or motor ri►ode. Operation by motor shall not cause the handwheel to rotate, or operation of the handwheel shall not cause the motor to rotate. Handwheel shall operate in the clockwise direction to close. 01275708 ELECTRIC ACTUATORS 15180 - 1 01/10 t 2.4 LUBRICATION A. All gearing and bearings shall be grease lubricated and suitable for year-round service based on prevailing ambient temperature conditions. 2.5 ELECTRIC MOTORS A. Electric motors shall be specifically designed for valve actuator service, and be totally enclosed, nonventilated. The enclosure shall meet Nema 4 (weatherproof), Nema 6 (submersible), or Nema 7 (explosion proof), as required for the project. Motor shall be capable of operation under maximum specified loads when voltage to the motor is +/- 10% of the nominal voltage. Motor shall have Class F insulation with thermal overload sensors imbedded in the motor windings. Motors shall be rated for exterior service. 2.6 LIMIT SWITCHES A. Limit switches shall be geared to the drive mechanism and in step with actual valve position at all times, whether operation is by power or manual mode. Switches shall be activated by a rotor type design. Contacts shall be silver and have a rating for 10 amps at 120 VAC. A minimum of (3) N.O. and (3) N.C. contacts shall be provided for each direction of travel. The limit switch gear mechanism shall be enclosed to prevent entrance of foreign matter or wire entanglement. Use of cams or screws to set switches or designs requiring battery back-up methods to ensure position control in the event of a power failure are unacceptable. 2.7 TORQUE SWITCHES A. The actuator shall include an adjustable torque switch to interrupt the motor power circuit when an obstruction is encountered in either direction of travel or when torque seating of valves is required for tight shut off. The torque switch shall have a calibrated dial for adjustment and have means to ensure maximum actuator rating is not exceeded. Contacts shall be same construction and rating as limit switch. Mechanical torque springs for load control shall be field replaceable without need of actuator dismantling or removal of the worm assembly. 2.8 POSITION INDICATION A. Local position indication for quarter valves shall be by indicator dial located on the gear operator and graduated in 25 percent increments. For rising stem multi-tum actuators a dial window indicator shall be located on the limit switch compartment cover and labeled 0 to 100% open and graduated in 5 percent increments. If remote position indication is specified, this shall be by means of a 1000 ohm potentiometer in step with valve position at all times whether operation is electrical or manual. 2.9 ELECTRICAL CONTROLS 1, A. As a minimum, the actuator shall be furnished with power and control terminal strips, space _ heater (25 watt), limit switches, torque switches, all housed in a control compartment meeting Nema 4 (weatherproof), Nema 6 (submersible), or Nema 7 (explosion -proof), as specified for the project. The rectangular enclosure shall have a bonded o-ring seal and a hinged cover. Cover bolting shall be captive stainless hex head screws. i> 01275708 ELECTRIC ACTUATORS 15180 - 2 -' 01/10, B. When built-in controls are specified they shall be an integrated modular package, completely wired and be easily removable or replaceable, as a complete package, by removal of four (4) captivate screws. Motor leads and power supply leads will be terminated to the terminal strips located on the modular package. Power supply terminals (5 points minimum) and control supply terminal (48 points minimum) shall be physically isolated from each other to protect against transient voltages. The terminal strips shall be completely shrouded with high impact resistant plastic to avoid accidental terminal contact by personnel. The module is to include a snubber circuit to provide control voltage protection for switches and electronic modules from voltage surges. All electrical components of the modular package, such as reversing contactor, transformer, etc., shall be unidirectional plug connected to provide easy removal and replacement without concerns for proper wiring connections. All optional control requirements such as modulating control, 2-wire control, interposing relays, etc. shall be plug-in printed circuit type boards having gold plated contact connectors. Unless otherwise specified, all PC boards must be temperature rated -40° to +70°C. Ease of replacement or upgrading shall be of paramount consideration. 2.10 OPEN -CLOSE SERVICE CONTROLS shall include as a minimum: A. Reversing Contractor. 1. Control voltage shall be 120 volts, 60 or 50 Hz. N.O. Seal -in contacts for momentary contact pushbutton control and N.C. contacts for electrical interlock shall be supplied. When specified, additional auxiliary contacts (1 N.O. and 1 N.C. for open and close coils) shall be supplied. The contractor shall be both electrically and mechanically interlocked. It shall be completely wired as an assembly and plug connected to the modular package. B. Control Power Transformer. 1. The transformer assembly shall provide 115, 18 and 12 Vac. It shall be epoxy impregnated and encapsulated to prevent moisture incursion and shall be completely wired as an assembly and plug connected to the modular package. C. Pushbuttons. 1. Each actuator shall be supplied with open -stop -close pushbuttons furnished integrally mounted. Pushbuttons shall be double o-ring sealed and include a protective silicon boot. Seal material shall be resistant to ozone and ultraviolet light. When integrally mounted pushbuttons are specified, the design shall permit operation of the buttons when the electrical enclosure cover is open. D. Indicating Lights. 1. The actuator shall include a two (2) long life -high intensity LED type pilot lights to indicate open, closed and intermediate valve position (both lamps on). Red shall indicate valve open and green shall indicate valve closed. An additional LED pilot light shall be famished to indicate power is on. A fourth LED pilot light shall be furnished to indicate torque switch trip. E. Selector Switch. 1. The actuator shall include a 3-position selector switch, for local (hand) -off --remote (auto) control. If specified the switch shall be padlockable in any position. A tumbler keylock option may be specified. F. Other Options. 1. When specified, such as interposing relays, two wire control, positioning control, etc., shall be by means of plug-in type PC board modules designed for easy upgrading without need of changing existing equipment. 01275708 ELECTRIC 0 A C RIC ACTUATORS 15180- 3 l 01/10 _i 2.11 POSMONING CONTROL SERVICE A. Positioning control service providing up to 600 starts per hour with positioning accuracy to +/- 1.0% dependent on valve operating time, shall include, in addition to the Open -Close controls: B. Comparator Circuit. 1. The comparator circuit shall be a solid state plug-in PC board to accept a 4-20mA input control signal from a position controller and have zero, span and deadband adjustments. The circuit shall provide, as standard, a 4-20mA output signal for remote position indications. Both input and output signals shall be optically isolated. The circuit shall include a jumper selectable setting to Remain -In -Last Position or Close on Loss of control signal. C. Feedback Potentiometer. 1. A valve position feedback potentiometer shall be included and shall be mechanically connected to the valve stem and in step with valve position at all times whether the unit is being operated electrically or by handwheel. PART 3 - EXECUTION 3.1 INSTALLATION A. Installation of the actuators shall be done in a workmanlike manner. It shall be the responsibility of the CONTRACTOR to handle, store and install the equipment specified in this Section in strict accordance with the manufacturer's recommendations. B. The CONTRACTOR shall review the installation drawings and installation instruction prior to installing the gates and actuators. C. The gate assemblies shall be installed in a true vertical plane, square and plumb. 3.2 FIELD TESTING A. After installation, all actuators shall be field tested in the presence of the ENGINEER and OWNER to ensure that all items of equipment are in full compliance with this Section. Each actuator shall be cycled to confirm that they operate without exceeding torque maximum. Electric motor actuators shall function smoothly and without interruption. END OF SECTION 01275708 ELECTRIC ACTUATORS 15180 - 4 01/10 11 3i _ fi SECTION 16000 ELECTRICAL GENERAL PROVISIONS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to the work of this Section. 1.2 SCOPE A. The requirements of the General Conditions, Special Conditions and General Requirements of these specifications are applicable and part of every section in Division 16 - Electrical. The Contractor shall furnish all labor, material, service, equipment, appliances and shall perform all operations in connection with the installation and testing of Electrical Work in accordance with contract drawings and specifications. Any material found to be defective will be rejected by the Engineer and the Contractor shall remove such defective material from the site of the work. B. The Contractor shall be responsible for all such material furnished by him and he shall replace at his own expense all such materials found to be defective in manufacture or damaged after delivery. 1.3 REQUIREMENTS OF REGULATORY AGENCIES AND STANDARDS A. Regulatory Agencies: Installation, materials, equipment and workmanship shall conform to the applicable provisions of the following: 1. National Electrical Code (NEC) 2. National Electrical Safety Code (NESC) 3. Terms and conditions of the electrical utility and other authorities having lawful jurisdiction pertaining to the work required. B. All modifications required by these applicable codes, rules, regulations and authorities shall be made by the Contractor without additional charge to the Owner. 1. Underwriter's Laboratories (UL): All materials, appliances, equipment or devices shall conform to the applicable standards of Underwriter's Laboratories, Inc. The label of, or listing by, UL is required. 2. Standards: Where referenced in these specifications or on the drawings, the publications and standards of the following organization shall apply: a. American Society of Testing and Materials (ASTM) b. Institute of Electrical and Electronic Engineers (IEEE) C. Insulated Power Cable Engineers Association (IPCEA) d. National Electrical Manufacturers Association (NEMA) e. National Fire Protection Association (NFPA) f. American National Standards Institute (ANSI) C. Should this Contractor observe any conflict or variation in the plans and specifications, he shall notify the Engineer in writing not later than ten (10) days prior to date of bid opening. Failure to clarify such variations will result in the Electrical Contractor bearing all costs arising from electrical work done contrary to either the specifications or drawings. Electrical contractor shall coordinate all control wiring and electrical connections to equipment items furnished by 01275708 ELECTRICAL GENERAL PROVISIONS 16000 - 1 01/10 Mechanical Contractor, General Contractor, Instrumentation Contractor, the Owner, and other contractors under other sections of these specifications. 1.4 SUBMITTALS A. Materials List: Within 15 days after award of contract, the Contractor shall submit to the Engineer in seven (7) copies, specifications on conduit, cable, and panels. Where substitutions are proposed, data sheets provided must clearly indicate that a substitution is proposed and if the substitution meets all specified criteria. Complete data must be furnished showing performance, quality and dimensions for all equipment proposed. Written approval of)Engineer must be obtained before purchasing equipment. 1. Substitutions: Proposed substitutions of electrical equipment, control devices, and other equipment shall be submitted with other submittal data. This request shall be accompanied by complete descriptions of the substitutes offered, including catalog cuts. The entire burden of proof of equality shall be placed on the Contractor and the decision of the Engineer shall be final. PART 2 - PRODUCTS 2.1 ELECTRICAL REQUIREMENTS A. The electrical requirements for equipment specified or indicated on the drawings are based on information available at the time of design. If equipment furnished for installation has electrical requirements other than indicated on the electrical drawings, the Contractor shall make any required changes to wire and conduit size, controls, over current protection and installation as required to accommodate the equipment supplied, without additional charge to the Owner. The complete responsibility and costs for such adjustments shall be assigned to the respective section of this specification under which the equipment is furnished. 2.2 MATERIALS A. All similar materials and equipment shall be the product of the same manufacturer unless specified otherwise. B. Where no specific material, apparatus or appliance is mentioned, any first-class product made by a reputable manufacturer may be used, providing it conforms to the contract requirements and meets the approval of the Engineer. C. Materials and equipment shall be the standard products of manufacturers regularly engaged in the production of such material and shall be the manufacturer's current and standard design. D. Altitude: Equipment affected by altitude shall perform satisfactorily for the function intended at the altitude of the project site. PART 3 - EXECUTION 3.1 ELECTRICAL SYSTEM A. Fabrication, erection and installation of the complete electrical system shall be done in ; accordance with accepted good practice by qualified personnel experienced in such work and _ shall proceed in an orderly manner so as not to impede the progress of the project. 01275708 ELECTRICAL GENERAL PROVISIONS 16000 - 2 -y 01/10 1 B. The Electrical Contractor shall check all areas and surfaces where electrical equipment material is to be installed, removed or relocated and report any unsatisfactory conditions before starting work. Commencement of work signifies this Contractor's acceptance of existing conditions. C. In the acceptance or rejection of the finished installation, no allowance will be made for lack of skill on the part of workmen. 3.2 TEMPORARY POWER AND LIGHTING A. Furnish and install temporary electrical facilities, if required, for construction and safety operations. No part of the permanent electrical systems or the existing electrical system maybe used for temporary service unless approved by the Engineer. Provide separate electrical metering for temporary power. 3.3 PERFORMANCE TESTS A. Thoroughly test all control circuits, fixtures, services and all circuits for proper operating condition and freedom from grounds and short circuits before acceptance is requested. All equipment, appliances and devices shall be operated under load conditions. Perform such other tests as required by other sections of these specifications or as requested to prove acceptability. Furnish all instruments and labor for testing. 3.4 AS -BUILT DRAWINGS A. During progress of the work, maintain an accurate record of the installation of the system. Upon completion of the installation, transfer all record data to a reproducible copy of the original drawings and furnish to Engineer. 3.5 OPERATING INSTRUCTIONS AND MANUALS A. Without additional charge to the Owner, furnish complete instruction to the Owner in the care, adjustment and operation of all parts of the electrical equipment and systems. B. Upon completion of the work, prepare and deliver to the Owner three (3) sets of complete operating and maintenance manuals for the systems and major equipment installed. Include catalog data, shop drawings, wiring diagrams, performance curves and rating data, spare parts lists and manufacturer's operating maintenance data. C. The above requirements are in addition to specific instructions and manuals specified for individual systems or equipment. 3.6 DRAWINGS A. General: The electrical drawings show the general arrangement of all conduit, equipment, etc. and shall be followed as closely as actual building construction and the work of other trades will permit. B. The contractor shall investigate the conditions affecting the work and shall arrange his work accordingly, providing such fittings, elbows, pull boxes, and accessories as may be required to meet such conditions. 01275708 ELECTRICAL GENERAL PROVISIONS 16000 - 3 O1/10 C. Field Measurements: The Contractor shall verify the dimensions governing the electrical work at the building. No extra compensation shall be claimed or allowed on account of differences between actual dimensions and those indicated on the drawings. END OF SECTION 11 01275708 ELECTRICAL GENERAL PROVISIONS 16000 - 4 O1/10 SECTION 16111 CONDUIT PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to the work of this Section. 1.2 SECTION INCLUDES A. Metal conduit. B. Liquidtight flexible metal conduit. C. Fittings and conduit bodies. D. PVC coated metal conduit. E. Rigid PVC conduit. 1.3 RELATED SECTIONS A. Section 16130 - Boxes. B. Section 16170 - Grounding and Bonding. C. Section 16190 - Supporting Devices. D. Section 16195 - Electrical Identification. 1.4 REFERENCES A. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated. B. ANSI C80.3 - Electrical Metallic Tubing, Zinc Coated. C. ANSI/NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies. D. ANSUNFPA 70 - National Electrical Code. E. NECA "Standard of Installation." F. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing. 1.5 DESIGN REQUIREMENTS A. Conduit Size: ANSI/NFPA 70. 1.6 SUBMITTALS A. Submit under provisions of Section 01300. B. Product Data: Provide for metallic conduit, flexible metal conduit, liquid -tight flexible metal conduit, nonmetallic conduit, fittings and conduit bodies. 01275708 CONDUIT 16111 - 1 01/10 1.7 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01700. B. Accurately record actual routing of conduits. 1.8 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. 1.9 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle Products to site under provisions of Section 01600. B. Accept conduit on site. Inspect for damage. C. Protect conduit from corrosion and entrance of debris by storing above grade. Provide appropriate covering. D. Protect PVC conduit from sunlight. 1.10 PROJECT CONDITIONS A. Verify that field measurements are as shown on Drawings. B. Verify routing and termination locations of conduit prior to rough -in. C. Conduit routing is shown on Drawings in approximate locations unless dimensioned. Route as required to complete wiring system. PART 2 - PRODUCTS 2.1 CONDUIT REQUIREMENTS A. Minimum Size: 3/4 inch unless otherwise specified. B. Wet and Damp Locations above grade: Use rigid galvanized steel or liquid tight flexible conduit. C. Below Slab: Nonmetallic PVC conduit is acceptable within limitations specified. D. Below Grade: Use only PVC coated rigid galvanized steel, wrapped rigid steel, or nonmetallic PVC conduit within limitations specified. 2.2 METAL CONDUIT A. Manufacturers: 1. Allied 2. Wheatland 3. Substitutions: Under provisions of Section 01600. B. Rigid Steel Conduit: ANSI C80.1. C. Fittings and Conduit Bodies: ANSI/NEMA FB 1; all steel fittings. 01275708 CONDUIT 16111 - 2 01/10 2.3 LIQUID -TIGHT FLEXIBLE METAL CONDUIT A. Manufacturers: 1. Ultatite 2. Electri-flex 3. Substitutions: Under provisions of Section 01600. B. Description: Interlocked steel construction with PVC jacket. C. Fittings: ANSUNEMA FB 1. D. Applications: Use for final connections to motorized equipment in exterior locations. 2.4 NON-METALLIC PVC CONDUIT A. Manufacturers: 1. Carlon 2. Allied 3. Substitutions: Under provisions of other sections. B. Description: NEMA TC2, Schedule 40 PVC. Flame retardant type resistant to bending and cracking. C. Fittings and Conduit Bodies: NEMA TC3. D. Vertical risers and ells installed below grade shall be rigid steel conduit with protective wrapping or PVC coating. E. Do not use above grade. F. Joints made with PVC fittings shall be applied with solvent compound after thorough cleaning. 2.5 CONDUIT FITTINGS A. Refer to Section 16170 for use of grounding type bushing. PART 3 - EXECUTION 3.1 INSTALLATION A. Install conduit in accordance with NECA "Standard of Installation." B. Install nonmetallic conduit in accordance with manufacturer's instructions. C. Arrange supports to prevent misalignment during wiring installation. D. Support conduit using coated steel or malleable iron straps, lay -in adjustable hangers, clevis hangers, and split hangers. E. Group related conduits; support using conduit rack. Construct rack using steel channel. F. Fasten conduit supports to surfaces under provisions of Section 16190. G. Do not support conduit with wire or perforated pipe straps. Remove wire used for temporary supports. H. Arrange conduit to maintain headroom and present neat appearance. I. Route exposed conduit parallel and perpendicular to structures. J. Maintain adequate clearance between conduit and piping. K. Maintain 12 inch clearance between conduit and surfaces with temperatures exceeding 104 degrees F. L. Cut conduit square using saw or pipecutter; de -burr cut ends. M. Bring conduit to shoulder of fittings; fasten securely. 01275708 CONDUIT 16111 - 3 01/10 N. Use conduit hubs or sealing locknuts to fasten conduit to sheet metal boxes in damp and wet locations and to cast boxes. O. Install no more than equivalent of three 90-degree bends between boxes. Use conduit bodies to make sharp changes in direction, as around beams. Use factory elbows for bends in metal conduit larger than 2 inch size. P. Avoid moisture traps; provide junction box with drain fitting at low points in conduit system. Q. Provide suitable pull string in each empty conduit except sleeves and nipples. R. Use suitable caps to protect installed conduit against entrance of dirt and moisture. S. Ground and bond conduit under provisions of Section 16170. T. Identify conduit under provisions of Section 16195. U. Ducts shall be cleaned with an flexible mandrel assembly. V. All conduits passing vertically through slabs on grade shall be rigid steel or IMC. Rigid steel conduits shall be applied with protective coatings as indicated herein. W. Minimum cover for underground conduits shall be 30 inches. END OF SECTION 01275708 CONDUIT 16111 - 4 O1/10 SECTION 16123 WIRE AND CABLE PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to the work of this Section. 1.2 SECTION INCLUDES A. Wire and cable. B. Wiring connectors and connections. M.! 1.3 RELATED SECTIONS A. Section 16195 - Electrical Identification. j--, 1.4 REFERENCES A. NECA Standard of Installation (National Electrical Contractors Association). B. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems (International Electrical Testing Association). - C. NFPA 70 - National Electrical Code. 1.5 SUBMITTALS FOR REVIEW A. Product Data: Provide for each cable assembly type. 1.6 SUBMITTALS FOR INFORMATION A. Test Reports: Indicate procedures and values obtained. B. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use y stipulated by product testing agency specified under Regulatory Requirements. 1.7 SUBMITTALS AT PROJECT CLOSEOUT A. Project Record Documents: Record actual locations of components and circuits. 1.8 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum three years documented experience. r 1E 01275708 WIRE AND CABLE 16123 - 1 i 01/10 } 1.9 REGULATORY REQUIREMENTS [ A. Conform to NFPAA 70. B. Furnish products listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. 1.10 PROJECT CONDITIONS t A. Verify that field measurements are as indicated. B. Conductor sizes are based on copper. C. Wire and cable routing indicated is approximate unless dimensioned. 1.11 COORDINATION A. Coordinate Work under provisions of Section 01039. B. Where wire and cable destination is indicated and muting is not shown, determine exact routing and lengths required.: _ PART 2 - PRODUCTS 2.1 WIRE A. Manufacturers: 1. Southwire. ` 2. American Cable. 3. Houston Wire and Cable. �s B. Description: Single conductor insulated wire. C. Conductor: Copper. �. D. Insulation Voltage Rating: 600 volts. E. Insulation: NFPA 70, Type TRW, TIIHN/THWN and XHHW. F. MC Cable: Shall not be utilized on this project. 2.2 WIRING CONNECTORS W A. Split Bolt Connectors: 1. Ilsco. 2. Buchanan. "£,} 3. Burndy. B. Solderless Pressure Connectors: 1. Ilsco.' 2. Buchanan. 3 3. Burndy. J C. Spring Wire Connectors: 1. Ideal. D. Compression Connectors: I . Ilsco. 2. Buchanan. 3. Burndy. t 01275708 WIRE AND CABLE 16123 - 2 01/10 N � i PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that raceway installation is complete and supported. 3.2 PREPARATION A. Completely and thoroughly swab raceway before installing wire. 3.3 WIRING METHODS A. All Locations: Use only wire, Type THW or THHN/THWN insulation, in raceway. 3.4 INSTALLATION A. Route wire and cable as required to meet Project Conditions. B. Install cable in accordance with the NECA "Standard of Installation." C. Use solid conductor for feeders and branch circuits 10 AWG and smaller. D. Use stranded conductors for control circuits. E. Use conductor not smaller than 12 AWG for power and lighting circuits with the exception of pre -manufactured fixture whips, listed for such use and not exceeding 6' in length. F. Use conductor not smaller than 14 AWG for control circuits. G. Use 10 AWG conductors for 20 ampere, 120 volt branch circuits longer than 75 feet. H. Install all conductors in conduit. I. Pull all conductors into raceway at same time. J. Use suitable wire pulling lubricant for building wire 4 AWG and larger. K. Protect exposed cable from damage. L. All cables shall be neatly supported. M. Use suitable cable fittings and connectors. N. Neatly train and lace wiring inside boxes, equipment, and panelboards. O. Clean conductor surfaces before installing lugs and connectors. P. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible temperature rise. Q. Use split bolt connectors for copper conductor splices and taps, 6 AWG and larger. Tape uninsulated conductors and connector with electrical tape to 150 percent of insulation rating of conductor. R. Use solderless pressure connectors with insulating covers for copper conductor splices and taps, 8 AWG and smaller. S. Use insulated spring wire connectors with plastic caps for copper conductor splices and taps, 10 AWG and smaller. T. Identify and color code wire and cable under provisions of Section 16195. Identify each conductor with its circuit number or other designation indicated. U. The number of conductors in each conduit run shall be limited to the requirements as indicated on the drawings and stated in Article 310-15 of the National Electrical Code. 01275708 WIRE AND CABLE 16123 - 3 01/10 I'll 3.5 FIELD QUALITY CONTROL A. Inspect and test in accordance with NETA ATS, except Section 4. B. Perform inspections and tests listed in NETA ATS, Section 7.3.1. END OF SECTION 01275708 WIRE AND CABLE 16123 - 4 O1/10 I SECTION 16130 BOXES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to the work of this Section. 1.2 SECTION INCLUDES A. Wall and ceiling outlet boxes. B. Pull and junction boxes. C. Floor boxes. 1.3 RELATED SECTIONS A. Section 07270 - Firestopping. B. Section 16140 - Wiring Devices: Wall plates in finished areas. 1.4 REFERENCES A. NECA - Standard of Installation. B. NEMA FB 1 - Fittings and Supports for Conduit and Cable Assemblies. C. NEMA OS 1 - Sheet -steel Outlet Boxes, Device Boxes, Covers, and Box Supports. D. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum). E. NFPA 70 - National Electrical Code. 1.5 SUBMITTALS FOR CLOSEOUT A. Section 01700 - Contract Closeout: Submittals for Project closeout. B. Record actual locations and mounting heights of outlet, pull, and junction boxes on project record documents. 1.6 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Provide Products listed and classified by Underwriters Laboratories, Inc., as suitable for the purpose specified and indicated. 01275708 01/10 BOXES 16130 - 1 PART 2 - PRODUCTS 2.1 OUTLET BOXES A. Manufacturers: 1. Thomas & Betts. 2. Hubbell. 3. Substitutions: Refer to Section 01600 — Product Requirements. B. Sheet Metal Outlet Boxes: NEMA OS 1, galvanized steel. C. Luminaire and Equipment Supporting Boxes: Rated for weight of equipment supported; include half -inch male fixture studs where required. D. Cast Boxes: Die cast A360 aluminum alloy copper -free. 1. Exterior: NEMA 3R rating. Provide closed -cell foam gasket. E. Wall Plates for Finished Areas: As specified in Section 16140. 2.2 PULL AND JUNCTION BOXES A. Sheet Metal Boxes: NEMA OS 1, galvanized steel. B. Surface Mounted Cast Metal Box: NEMA 250, Type 4; flat -flanged, surface mounted junction box: C. Material: Galvanized cast iron. D. Cover: Furnish with ground flange, neoprene gasket, and stainless steel cover screws. E. For pull boxes installed in -grade provide pre -cast concrete boxes with cast iron covers at locations required by the Codes or as required to limit pulling tensions. Covers shall be traffic rated. F. In -Grade Boxes: Reinforced fiberglass is acceptable in landscaping areas. Provide traffic rated covers. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify locations of outlets in all areas prior to rough -in. 3.2 INSTALLATION A. Install boxes in accordance with NECA "Standard of Installation." B. Install in locations as shown on Drawings, and as required for splices, taps, wire pulling, equipment connections and compliance with regulatory requirements. C. Set wall mounted boxes at elevations to accommodate mounting heights specified in section for outlet device. D. Orient boxes to accommodate wiring devices oriented as specified in Section 16140. E. Locate outlet boxes to allow luminaires positioned as shown on plan. F. Support boxes independently of conduit. G. Use cast outlet box in exterior locations exposed to the weather and wet locations and where used in conjunction with threaded rigid, galvanized steel conduit. 01275708 BOXES 16130 - 2 O1/10 H. Large Pull Boxes: Use hinged enclosure in interior dry locations, surface -mounted 3R cast metal box in other locations. Contractor shall coordinate with Water Treatment Plant Electrical drawings, exact location of pull box at plant electrical room. 3.3 INTERFACE WITH OTHER PRODUCTS A. Coordinate installation of outlet box for equipment connected under Section 16180. 3.4 ADJUSTING A. Section 01700 - Contract Closeout: Adjusting installed work. B. Install knockout closures in unused box openings. 3.5 CLEANING A. Section 01700 - Contract Closeout: Cleaning installed work. B. Clean interior of boxes to remove dust, debris, and other material. C. Clean exposed surfaces and restore finish. 3.6 REPAIR A. Repair any areas or surfaces damaged during conduit installation. B. Paint (resurface) to original condition. 01275708 O1/10 END OF SECTION BOXES 16130 - 3 PART 2 - PRODUCTS 2.1 LIGHTING PHOTOCONTROL A. Manufacturer: 1. Intermatic K4141 C. 2. Approved equal. B. Description: Photovotaic Cell, 120 volts, 25 amps max., Temperature Range -40°F - 158°F, 50/60 Hz. C. Body: '/z male threaded, swivel type with built-in relay. D. Installation requires north orientation. Provide connectors to flood light for control. Mount in cast aluminum NEMA 3R box adjacent to light fixture. 2.2 RECEPTACLES A. Manufacturers: 1. Hubbell HBL 5352-I 2. Substitutions: Refer to Section 01600. Equivalent. B. Description: NEMA WD 1, Heavy-duty general use receptacle, with wraparound bridge, brass center rivet, triple wipe contacts and grounding contacts integral with backstrap (no rivets). C. Device Body: Ivory impact -resistant thermoplastic. D. Configuration: NEMA WD 6, type as specified and indicated. E. GFCI Receptacle: Convenience receptacle with integral ground fault circuit interrupter to meet regulatory requirements. Hubbell GF5352-I or equivalent. All receptacles inside the wellhouse shall be GFCI type. PART 3 - EXECUTION 3.1 EXAMINATION A. Section 01039 - Coordination and Meetings: Verification of existing conditions prior to beginning work. B. Verify that outlet boxes are installed at proper height. C. Verify that wall openings are neatly cut and will be completely covered by wall plates. D. Verify that branch circuit wiring installation is completed, tested, and ready for connection to wiring devices. 3.2 PREPARATION A. Provide extension rings to bring outlet boxes flush with finished surface. B. Clean debris from outlet boxes. 3.3 INSTALLATION A. Install in accordance with NECA "Standard of Installation." B. Install devices plumb and level. C. Install receptacles with grounding pole on top. D. Connect wiring device grounding terminal to branch circuit equipment grounding conductor. E. Connect wiring devices by wrapping conductor around screw terminal. 01275708 WIRING DEVICES 16140 - 2 01/10 M F. Install galvanized steel plates on outlet boxes and junction boxes. G. Install blank cover plate on all unused boxes. 3.4 INTERFACE WITH OTHER PRODUCTS A. Coordinate locations of outlet boxes provided under Section 16130 to obtain mounting heights specified and indicated on drawings. B. Install convenience receptacle as shown in drawings. 3.5 FIELD QUALITY CONTROL A. Section 01400 - Quality Control: Field inspection, testing, adjusting, and balancing. B. Inspect each wiring device for defects. C. Operate each circuit energized and verify proper operation. D. Verify that each receptacle device is energized. E. Test each receptacle device for proper polarity. F. Test each GFCI receptacle device for proper operation. 3.6 ADJUSTING A. Section 01700 - Contract Closeout: Adjusting installed work. B. Adjust devices and wall plates to be flush and level. 3.7 CLEANING A. Section 01700 - Contract Closeout: Cleaning installed work. B. Clean exposed surfaces to remove splatters and restore finish. 01275708 O1/10 END OF SECTION WIRING DEVICES 16140 - 3 1.7 QUALITY ASSURANCE A. Perform Work in accordance with NECA Standard of Installation. 1.8 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum five years experience. 1.9 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. Furnish products listed and classified by UL as suitable for purpose specified and indicated. 1.10 FIELD MEASUREMENTS A. Verify that field measurements are as indicated. 1.11 MAINTENANCE MATERIALS A. Provide maintenance materials under provisions of General Conditions. Provide two of each panelboard key if required. PART 2 - PRODUCTS 2.1 PANELBOARDS A. Manufacturers: 1. General Electric. 2. Square-D. 3. Eaton. 4. Siemens. B. Description: NEMA PB-1, circuit breaker type. C. Panelboard Bus: Copper with ratings as indicated. Provide a copper ground bus in each panelboard. D. Minimum integrated short circuit rating: Fully rated devices with minimum levels as indicated. Series rated systems will not be allowed. Minimum calculated values are labeled on each panelboard and are indicated as "AIC". E. Molded Case Circuit Breakers: NEMA AB 1, bolt -on, circuit breakers with integral thermal and instantaneous magnetic trip in each pole. Provide circuit breakers UL listed as type HACR for air-conditioning equipment loads and type SWD for switching applications. F. Enclosure: NEMA 3R. 01275708 PANELBOARDS 16470 - 2 01/10 PART 3 - EXECUTION 3.1 INSTALLATION A. Install panelboards in accordance with NEMA PB 1.1. B. Install panelboards plumb. C. Provide supports in accordance with drawings and Section 16190. D. Height: 6 ft maximum to top of panelboard. E. Provide filler plates for unused spaces in panelboards. F. Provide typed circuit directory for each branch circuit panelboard. Revise directory to reflect circuiting changes required to balance phase loads. Spare slots shall be labeled as such in erasable pencil on directory. G. Provide engraved plastic nameplates under the provisions of Section 16195. 3.2 FIELD QUALITY CONTROL A. Field inspect and test for grounds on each circuit after installation is completed. B. Measure steady state load currents at each panelboard feeder; rearrange circuits in the panelboard to balance the phase loads to within 20 percent of each other. Maintain proper phasing for multi -wire branch circuits. C. Visual and Mechanical Inspection: Inspect for physical damage, proper alignment, anchorage, and grounding. D. Check proper installation and tightness of connections for circuit breakers, fusible switches, and fuses. END OF SECTION 01275708 PANELBOARDS 16470 - 3 01/10 __ , Pam Intentionally Left Blank . � � . � \} : � (( id � \) : ({ . � \) {/ APPENDIX A GEOTECHNICAL INVESTIGATION Page Intentionally Left Blank r- w-c. HAMILTON ENGINEERING, INC. i I I FINAL GEOTECHNICAL IlWESTIGATION LADE ALAN HENRY WATER TREATMENT PLANT AND TERMINAL STORAGE RESERVOIR LUBBOCK, TEXAS PaLre Intentionally Left Blank go 11 W. C. AAMILTON ENGINEERING, INC. T=m Regbkvvd &nghwering Firm F,?M TABLE OF CONTENTS PAGE INTRODUCTION General.................................................................... 1 ExistingSite Conditions....................................................... 1 SubsurfaceExploration....................................................... 2 LaboratoryTesting.......................................................... 3 Summary.................................................................. 3 SUBSURFACE MATERIALS AND CONDITIONS Stratification................................................................ 4 MaterialCharacteristics....................................................... 4 Subsurface Water Conditions .................................................. 4 Shrink/Swell Potential........................................................ 4 FrostDepth ................................................................. 5 SeismicZone............................................................... 5 FOUNDATION DESIGN RECOMAIENDATIONS General.................................................................... 6 Potential Soil Movements..................................................... 6 Structural Load Support, Flow Control Structure, Clearwell, and Treatment Structures (Boring Nos. B-5, B-18 through B-22, and B-25.................................. 7 Interior Floor Slab Considerations ............................................... 8 Lateral Load Resistance....................................................... 8 Lateral Earth Pressures....................................................... 8 OTHER DESIGN CONSIDERATIONS Other Design Values........................................................ 10 FOUNDATION CONSTRUCTION CRITERIA Site Preparation............................................................ 11 Select Non -Expansive Fill Material ............................................. 12 VaporBarrier.............................................................. 12 Foundation Construction..................................................... 12 Drainage Considerations..................................................... 13 Backfill Compaction ........................................................ 13 Pond Construction.......................................................... 13 PAVEMENT DESIGN AND CONSTRUCTION CRITERIA Design Criteria............................................................. 14 Traffic Conditions and Pavement Thicknesses .................................... 14 Construction Criteria........................................................ 16 Drainage.................................................................. 16 LIlVI TATIONS OF THIS INVESTIGATION ....................................... 17 REFERENCES................................................................. 18 APPENDDMS HAKMTON ENGMEEA.ING, INC. 7axm Re9bleradBnOneering !term F-8724 surface Exploration: Subsurface materials at -the site were explored during two phases, with ul of twenty -sip; borings being drilled at locations selected and staked by Parkhill, Smith & per personnel. Eleven borings were drilled during Phase 1 in September of 2008 and the pining fifteen borings were drilled during Phase 2 in April of 2009. The borings were drilled maximum depth of 40.0 feet. The approximate boring locations are shown on Plate 1 in radixA. Field drilling operations were completed with the plugging of the holes on April 3, borings were advanced using continuous sampling techniques. The materials were itored during the drilling operations at the direction of the geotechnical engineer for any y of physical changes in the materials. A thin -wall steel push tube sampler was used to in undisturbed samples at the depths indicated on the Logs of Boring. These samples were illy examined identified, wrapped and sealed in plastic, when appropriate, and placed in boxes for transportation to the laboratory. An auger drill bit was used to advance each ig the remaining depth of the hole. :et penetrometer readings were taken in the field on the push tube samples as the samples extruded from the push tubes. This test is a quick method for determining the relative istencies of the samples and gives an indication of the relative strengths of the samples. & test results are shown on the Logs of Boring in Appendix B in the "test' column. Standard Penetration (SPT) Test, ASTM D1586, was conducted at various intervals of h during the exploration to aidin strength evaluations. This test procedure drops a 140 id hammer from a height of 30 inches to advance a split barrel drive point. Depending on - esistance of the materials to penetration by the drive point, either the number of blows fired to advance the drive point 12 inches, 50 blows resulting in six inches or less _ tration, or the inches of penetration due to 100 blows is recorded. Results of the SPT tests -hown on the left-hand side of the Logs of Boring. The SPT samples were visually - iined, identified. and wrapped and sealed in plastic for transportation to the laboratory. W.c HAK LTON ENGIIOfERING, INC. Toxin Reghto. AWAI wFing Firm F-3724 Samples obtained from the Meld operations that were not utilized in the laboratory testing will be stored for 30 days from the date of this report. After that time they will be discarded unless written notification is received. Laboratory Testing. The soil samples were returned to the laboratory where they were re- examined and the visual classifications checked by the geotechnical engineer. Selected specimens were chosen for testing to identify their soil classifications and natural moisture contents. The specific tests conducted are summarized as follows: Atterberg Limits Tests • Percent Passing No. 200 Sieve Tests • Natural Moisture Content Tests The Atterberg Limits tests, percent passing No. 200-mesh sieve tests, and natural moisture content tests were used to evaluate the basic engineering properties of the soil. The results of these tests and the classifications of the subsurface materials are shown in the summary on Plate H in Appendix A. The soil classifications refer to the Unified Soil Classification System per ASTM D2487. Summary. The results from the field exploration and the laboratory investigation were utilized ., in an engineering study to develop recommendations for the design of the building and SS pavement foundation systems. These evaluations and recommendations are discussed in the (. following sections. [c] :. HAIlr ILTON ENGINEERING, INC. Taws Registered Engineering Firm F-3724 FOUNDATION DESIGN RECOMMENDATIONS eraL Plans call for the construction of a water treatment plant and holding ponds. )rding to the client, the planned construction will include the following: Boring No. Planned Structure Structure Depth below Existing Ground Surface 1-4 and 6-11 Preliminary Borings N/A 5 Flow Control Structure At grade t2-16 Terminal Storage Reservoir ## 1 20.0 feet 17 Clearwell At grade 18-21 Membrane Treatment Building At grade 22 Reclaimed Water Basin 15.0 feet 23 Retention Pond 15.0 feet 24 Drain Fields At grade ' 25 High Service Pump Station 4.0 feet 26 Evaporation Pond 5.0 feet -ntial Soil Movements: McDowell's potential vertical rise (PVR) procedure (Reference 1) been used to estimate the possible magnitude of shrink/swell movements at the site. The Its indicate possible shrink/swell movements over the site to be up to Ys inch with the soil iture changing from a "dry" to a "wet" soil moisture content due to seasonal soil moisture itions. It should be noted that this method utilizes correlations of soil types to swell ntial and as such, the results must be considered as giving approximate values of the ik/swell potential. materials encountered in the borings were generally in a state that is not susceptible to ;ic consolidation settlement. Footings designed using the recommended design values will abject to settlement of less than one inch total and one-half inch differential settlement. 6 ,e der. s sH sc W.c HAMMTON ENGINEERING, INC. nWae..tteg *rvd NagineoTbW Finn P-37 4 Also, be aware that these potential soil movement estimates are indicative of the relative magnitude of probable movement under seasonal changes in soil moisture content. Soil movements in excess of these values due to either expansion or consolidation may be expected if increases in soil moisture content occur as a result of broken water and sewer lines, improper drainage of surface water, shrubbery and trees planted near the foundations, excessive lawn or shrubbery irrigation, or ponding of water near the foundations. These movement potentials must be considered in the design of the foundation support system. Structural Load Support, Flow Control Structure, Clearwell, and Treatment Structures (Boring Nos B-S, B-18 through B Z2, and B-25): Based on the materials encountered in the borings, shallow spread, mat type, or continuous footings will provide satisfactory support for the proposed structures. Footings founded at a minimum depth of 3.0 feet below the existing ground surface at the time of the geotechnical drilling operations may be sized using a net allowable loading intensity of 3,000 pounds per square foot. This value provides for a factor of safety of three against a general shear failure at this depth. Should fill material placement be required for site work improvements such that the footing depth becomes relatively deep, footings may be designed using a net value of 3.000 pounds per square foot at a minimum depth of 3.0 feet below the finished grade elevation. The footings should be founded on compacted select fill material or the natural subgrade prepared and placed as described in the Foundation Construction Criteria section of this report. This value also provides for a factor of safety of three against a general shear failure in the material specified. Drilled piers will also provide satisfactory support for the proposed structures. Drilled piers founded at a minimum depth of 15.0 feet below the existing ground surface at the time of the geotechnical drilling operations and with a minimum penetration of six inches into the tan caliches may be sized using a net allowable unit loading intensity of 10,000 pounds per square foot. The piers should be designed as straight shaft. This value also provides for a factor of safety of three against a general shear failure. 7 W.C, E MII.TON ENGINEERING, INC. 7k=& Registered Bagieeering Firer I+ M4 Interior Floor Slab Considerations: The subsurface materials appear suitable for support of a typical lightly -loaded floor slab system. The Foundation Construction Criteria section of this report should be consulted for recommendations for preparation ofthe subgrade and the addition of fill material, if required. Floor slab areas subjected to heavy floor loading or forklift traffic will require special consideration. These floor slabs should be designed as pavements. A "cushion sand" is not recommended for these type slabs. Lateral Load Resistance: The structures will impart lateral loads outward from the base of the footings. These lateral loads will be resisted by the weight ofthe footings, the weight of the soil placed above the footings, frictional resistance between the contact area of the footing base and the soil, and passive earth pressures of the soil against the outer side area of the footings. The passive earth pressure resistance for each foot of width of the footing may be calculated using the following formula: PR = 0.5yH1 + 2CH where Pp Ultimate resultant force per foot of width of the footing (lbs) y — Unit weight of soil (pet) C = Cohesion (pso H — Soil/footing contact height (ft) The following are recommended soil values for use: y — 115 pcf C = 750 psf A factor of safety of at least 1.5 is recommended. Lateral Earth Pressures: Walls below grade, if required, will be acted upon by lateral earth pressures. The magnitude of the lateral earth pressures will be a function of the type of materials used as backfill, compaction achieved during placement, placement method, and specifics of the wall design (i.e., smooth wall, rough wall, braced, battered, height of wall, finished grade, etc.). IIHA11 MON ENGRUERING, INC. 7 ► ter d Firm F-a W. a. _ g�,�eerr�g 724 If the top of the wall is allowed to trove slightly, then the "active" Rankine lateral earth pressure case will be developed. If the top of the wall is restrained against movement, then the "at rest" lateral earth pressure ease will be developed. The following values are recommended for design purposes and reflect the average or mixed condition for on -site materials: Material At Rest Active Equivalent Type Equivalent Fluid Fluid Pressure Ka Pressure K. On -site Materials 75 Ibs/ft`/Iin ft 60 lbs/ft'/lin ft These earth pressure values are for horizontal pressures on a vertical wall (not exceeding 15 feet in height) and do not include surcharge loading or hydrostatic pressure buildup, 9 w. . SAMI ,TON ENGMERING, INC. Toxas Regislersd Enginey4ng Firm F'-3724 L-C OTHER DESIGN CONSIDERATIONS Other Design Values: Based on the results of the plasticity index tests, sieve analyses, and correlations of the results with similar materials, the following are recommended design values ,Y for the properties of the on -site materials: Angle of Internal Friction (0): SANDY LEAN CLAYS: 10 ° CALICHES: 250 3 Modulus of Subgrade Reaction for Mats and Slabs (pci)*: 300 Ultimate Friction Factor between _ Soil and Base Concrete: (Unformed) 0.4 to 0.5 Unit Weight of Soil: (formed) 0.3 115 pounds per cubic foot *When prepared as recommended in the Foundation Construction Criteria section ofthis report , IJ y1 to J. I� W.C. HAMILTON ENGINEERING, INC. Imm PWiWwvd snginea.*ng Firm F-37£4 FOUNDATION CONSTRUCTION CRITERIA Site Preparation: Prior to starting any work at the site it is recommended that proper construction drainage be provided to maintain a relatively dry condition. This will be very important if any work is attempted during periods of prolonged rainfall which occur seasonally in this area. Ponding of water at the site should be avoided during all phases of construction and post construction grading. Site preparationshould begin by removing all -surface vegetation and root systems to aminimum depth of six inches within the building areas and six inches within the pavement areas for a distance offive feet outside the building lines and two feet beyond pavement lines. This material should not be used for structural fill or in the building areas. Tree stumps, if encountered, should be completely removed and backfilled. Backfilling should be accomplished in maximum eight - inch loose lifts and then compacted to a minimum of 95 percent of maximum density (ASTM D698) at not less than two percentage points of optimum moisture. Compacted select, non - expansive fill material should be used to fill in stump holes. The exposed surfaces for the building areas (when at proper subgrade) should be compacted to a minimum of 95 percent of ASTM D698 maximum density at not less than two percentage points of the optimum moisture content determined by this test. If any soft or weak areas are revealed, they should be removed and then replaced with compacted select fill prior to placement of fill or base material. Any areas found not to comply with the compaction requirements should be reworked and retested prior to placing the next lift. A density test frequency of one test for every 2,500 square feet of building area is recommended. Occasionally, the shallow soils become wet and pump during site preparation, and become difficult to work. This condition generally occurs with trapped moisture in the subgrade. If this condition occurs during construction, the soils need to be excavated, aerated to dry, and W.c. HAMZLTON ENGWEEMNTG, INC. Texas Registered Bnglneering Firm P-8724 recompacted adequately. At times excavating and replacing with selected soils may be required to achieve an adequate subgrade. Select Non -Expansive Fill Material: Fill material used should be the on -site material or a select non -expansive material meeting the following general requirements: Maximum Aggregate Size ................. 3.0 inches Percent Retained on No. 4 Sieve ................ 25-50 Percent Retained on No. 40 Sieve ............... 50-85 Plasticity Index ........................ 15 maximum Other local materials that do not meet these requirements should be submitted to the geotechnical engineer for evaluation and testing prior to their use. The fill material should be compacted to a minimum of 95 percent of ASTM D698 maximum density in maximum eight -inch loose lifts and tested for compliance prior to proceeding with subsequent lifts. The moisture content should be maintained at or near the optimum moisture content as determined by ASTM D698, and should not be less than two percentage points of the optimum moisture content determined by this test. Vapor Barrier. A vapor barrier below the floor slab should be considered in areas where moisture sensitive floor coverings will be applied. The vapor barrier -should be designed according to ACI criteria. Foundation Constriction: It is recommended that all footing excavations be inspected and checked by the owner's authorized representative for proper foundation supporting material and depth, proper dimensions, and proper reinforcement size and placement. Loose material should be removed from the excavation prior to the placement of steel and concrete. Foundation excavations should remain open only the minimum time necessary to permit good quality construction and in no case should the pier holes remain open overnight. Although caving was not encountered in the drilling operations and is not anticipated, it is recommended that the use ki W.0 BANIILTON ENGMERING, INC. 7i us tutened Angin aUg Firm F-WM of temporary steel casing be included in the bid or contract documents as a separate item should it be required during construction. Drainage Considerations: Proper drainage should be provided away from the foundation elements during all phases of construction and post -construction grading. Proper drainage is essential to the long-term stability of the structures. Ponding of water near the foundation elements from improper grading, excessive landscape watering, or gutter downspouts should not be permitted. Backfill Compaction: In the event that footings are constructed in such a manner that they require backfilling, the on -site material or a selectmaterial may be used as backfill. The material should be compacted to not less than 95 percent of maximum density (ASTM D698) in maximum six-inch lifts. The select material should have a plasticity index of 15 or less. Non - plastic materials should have at Ieast 30 percent by weight passing the No. 200-mesh sieve. The maximum particle size should be less than two inches when hand compacted techniques are used. A three-inch maximum particle size is permissible when large construction equipment is utilized for backfill compaction. Bachill compaction consideration should .also be given to any utility trenches within or near the construction area. Pond Construction: Plans call for construction of a holding pond to be excavated to a depth of approximately 20 feet with the excavated material being used to build berms above ground to extend the total capacity of the ponds. The planned slope of the excavation is one vertical to three horizontal. It is recommended that the berm till material be compacted to a minimum of 100 percent of ASTM D698 maximum density in maximum eight -inch loose lifts and tested for compliance prior to proceeding with subsequent lifts. The moisture content should be maintained at or near the optimum moisture content as determined by ASTM D698, and should not be less than two percentage points of the optimum moisture content determined by this test. The exterior grading at the base of the berm should provide positive drainage away from the berm and ponding of water should not be allowed within 20 feet of the base of the berm. 13 W.C. FUM ULTON ENGINEERING, INC. Texas ReWsferied hWgfneering Mr>n &$724 PAVEMENT DESIGN AND CONSTRUCTION CRITERIA Design Criteria: The predominant subgrade providing support for the pavement area should be the SANDY LEAN CLAYS. Based on the laboratory tests and past experience with similar soils, the support strength of these materials has been estimated to have a Texas Triaxial Classification of 3.9 when compacted to at least 95 percent of AASHTO T180 density. Traffic Conditions and Pavement Thicknesses: The total pavement thickness for any particular paved area will depend on the traffic characteristics as estimated by the number of 18-kip axle load repetitions. For this site, assuming parking areas will be primarily automobile and other light vehicles, the estimated design number of equivalent 18-kip axle load repetitions is 25,000. The required pavement thicknesses have been selected using the 1993 AASHTO Guide for Design of Pavement Structures. The required total pavement thickness and individual layer thicknesses for flexible and rigid pavement sections with assumptions are provided below: FLEXIBLE PAVEMENT 1. 18-Kip ES -AL, W x 25,000 .Reliability, R 85% Overall Standard Deviation, Sp 0.45 Soil Resilient Modulus, MR 11,000 psi Initial Serviceability, p,, 4.1 Terminal Serviceability, p, 2.25 Design Structural Number, SN 1.45 14 11 W.c, HAau MION ENGi OMMG, INC. 7%xwAmz Eene Z"inwring Firm F-SM 2. Layer Coefficients Asphaltic Concrete Surface, a, 0.40 Asphaltic Concrete Base, a. 0.25 Base, a3 0.10 Recommended Section 1.5 inches of Hot Mix Asphaltic Concrete Surface Course (HMACS) 4_;_0 inches of Not Max Asphaltic Concrete Base Course (HMACB) 5.5 inches Total Constructed Pavement Thickness, above 6.0 inches of Compacted Subgrade or Alternate Section 2.0 inches of Hot Mix Asphaltic Concrete Surface Course (HMACS) 6.0 inches of Flexible Base Material 8.0 inches Total Constructed Pavement Thickness, above 6.0 inches of Compacted Subgrade On truck delivery routes and areas, an additional one inch of HMACS and either one inch of HMACB (recommended section) or two inches of Flexible Base (alternate section) should be added to the selected pavement section. RIGID PAVEMENT Assumptions for rigid pavement section are the same as outlined previously except for the following additional assumptions: 1. Load Transfer, 1= 4.1 (Assuming no load transfer devices in jointed pavement) Concrete Compressive Strength (28 days) = 3,000 psi Concrete Modulus of Elasticity = 3,600,000 psi Modulus of Rupture = 500 psi Overall Standard Deviation, So = 0.35 Modulus of Subgrade Reaction = 300 pci 15 11-c HAMMON ENGINEERING, INC. re2m emu« Engt,".ing Firm F-8724 The following rigid pavement section would be appropriate at this site: 5.0 inches of Portland Cement Concrete 6.0 inches of Compacted Subgrade Reinforcing steel consisting ofdefotmed steel re -bars (notwire mesh) should be usedin concrete pavement at this site. Thickness selection is based on concrete flexural strength, soil modulus, and traffic volume. Selection of steel is dependent on joint spacing, slab thickness, and other factors as discussed in the Portland Cement Association publications. Construction Criteria: The pavement should be specified, constructed, and tested to meet the following requirements: 1. Hot Mix Asphaltic Concrete Pavement - Texas Department of Transportation (TxDOT) Item 340, Type C or D, 1993 Specification, compacted to at least 93% of the Rice Specific Gravity (TEX Method 227-F). 2. Hot Mix Asphaltic Concrete Base - TxDOT Item 340, Type B, 1993 Specification, compacted to at least 93% of the Rice Specific Gravity (TEX Method 227-F) in maximum four -inch lifts. 3. Flexible Base Material - TxDOT Item 247, Type A, Grade 3, 1993 Specification. The material should be compacted to a minimum of 95% of AASHTO T180-74 density near optimum moisture content. 4. Compacted Subgrade - The subgrade beneath the pavements should be compacted to a minimum of 95% of AASHTO T180-74 density near optimum moisture content. 5. Portland Cement Concrete - Portland Cement Concrete should be specified to contain a minimum of 5.0 sacks of cement per cubic yard and minimum 3000 psi compressive strength at 28 days. Reinforcing steel is recommended for -temperature and expansion control. Drainage: Proper drainage of the paved area, including minimization of ponding of water on the pavement surface, is essential to provide maximum pavement life. 16 w`c, HAM MTON ENGIlWNG, INC. Texas ltegietted Baginwrinsr Firm F-8724 LIMITATIONS OF THIS INVESTIGATION The subsurface materials and conditions are known only at the specific boring locations and within the depths explored. Subsurface conditions have been extrapolated based on known conditions in the borings, and actual field conditions elsewhere at the site may differ from those described in this report due to geological. prior use, or other factors. For this reason, we recommend that the geotechnical engineer be retained through the construction phase to include plan review and to identify variations in subsurface materials and conditions and to confirm that the recommendations contained in this report are applicable to subsurface conditions encountered elsewhere on this site. This report has been prepared based on a specific site and specific use. The geotechnical engineer must be consulted prior to this report being used for other than the specific project for which this report was written. This report should not be copied without permission ofthe geotechnical engineer. When copied with his/her permission, the report should be copied in its entirety and in no case should the boring logs be separated from the body of the report. it is recommended that the construction materials testing laboratory shall meet the basic requirements of ASTM E329, but as a minimum shall have demonstrated satisfactory performance in the AASHTO Materials Reference Laboratory Proficiency Sample Program in soils and concrete. 17 W. a HAMILTON ENGMEERING, INC. Tema RegUterwd Hisgine"ing Mrm F,77-04 REFERENCES 1. McDowell, C., "The Relation of Laboratory Testing to Design for Pavements and Structures on Expansive Soils," Quarterly qI'the Colorado School ofVines, Vol. 54, No. 4. Oct. 1959, pp. 127-153 2. AASHTO Guide for Design qf Pwvment Structures, American Association of State Highway and Transportation Officials, 1993. 3. Standard Specifications fir Construction of Highways, Streets and Bridges, Texas Department of Transportation (T.xDOT). 1993. [A APPENDIX A Paze Intentionally Left Blau m SITE VICINITY MAP AND APPROX. BORING LOCATIONS Project No. 4320409 Luke Alan 1-lenry Water Treatment Plant Lubbock. Texas PLATE I W.a MAK11TO ENGMEMG1, INC. Tame Awislered !Engineering Fkm P-3:�4 SUMMARY OF SOIL CLASSIFICATION TEST RESULTS % Passing Natural Boring Depth Liquid Plasticity 20&mesh Moisture Class& !Material Number in Feet Lhwf Index Sieve Content Ykativa bescriplion B-1 2.5-4.0 24 9 70.9 13.1 CL Reddish Tan and Tan SANDY LEAN CLAY w/Calcareous Particles B-1 9.0-10.5 40 21 65.9 13.2 CL Reddish Tan and Tan SANDY LEAN CLAY w/Calcareous Particles B-1 18.0-19.5 34 10 41.9 110 SC Tan CALICHE B-6 2.54.0 28 13 61.2 14.3 CL Reddish. Tan and Tan SANDY LEAN CLAY w/Calcareous Particles B-6 9.0-10.5 44 17 62.7 15.2 CL Tan SANDY LEAN CLAY w/Calcareous Particles B-6 18.0-19.5 44 13 25.7 10.0 SC Tan CALICHE B-7 1.5-2.5 32 16 67.9 14.6 CL Reddish Tan and Tan SANDY LEAN CLAY w/Caicareous Particles B-7 5.0-0 28 12 65.0 13.9 CL Reddish Tan and Tan SANDY LEAN CLAY w/Calcareous Particles B-7 13.0-14.5 44 23 62.4 13.6 CL Tan SANDY LEAN CLAY w/Calcareous Particles B-11 2.54.0 22 8 56.2 1.3.0 CL Reddish Tan and Tan SANDY LEAN CLAY w/Calcareous Particles B-11 5.0-6.5 20 8 41.2 10.9 SC Reddish Tan and Tan CLAYEY SAND w/Calcareous Particles 13-11 13.0-14.5 NP* NP* 26.6 15.5 SM Tan CALICHE *Non -plastic TEST Project No. 4320409 PLATE Lake Alan Henry Water Treatment Plant RESULTS n Lubbock, Texas lW.r- MOMJON 101G OEM4G, INC. ram. to re. ed �ngtnrering I+Yr+n t�.aaaa SUMMARY OF SOIL CLASSIFICATION TEST RESULTS (cont'd) % Passing Natural Boring Depth Liquid Plasticity 200-mesh M&LOure Chwl Material Number in Feel Limit Index sieve Content fieation Description B-12 5.0-6,5 23 7 72.7 10.5 CL Reddish Tan and Tan SANDY LEAN CLAY w/Calcareous Particles B-12 13.0.14.5 25 10 52.2 9.7 CL Reddish Tan and Tan SANDY LEAN CLAY w/Calcareous Particles B-1.2 18.0-19.5 44 24 32.4 9.1 SC Tan CLAYEY SAND w/Calcareous Particles B-13 5.0-6.5 30 16 72.6 4.4 CL Reddish Tan and Tan SANDY LEAN CLAY w/Calcareous articles B-14 9.0-10.5 33 19 67.6 9.4 CL Reddish Tan and Tan SANDY LEAN CLAY w/Calcareous Particles B-15 18.0-19.5 47 15 5 L5 12.5 ML Tan CALICHE B-16 2.5-4.0 28 13 66.2 13.1 CL Reddish Tan and Tan SANDY LEAN CLAY w/Calcareous Particles B-17 1.5 2.5 22 8 55.5 9.2 CL Reddish Brown SANDY LEAN CLAY B-17 9.0-10.5 33 18 64.4 12.9 CL Reddish Tan and Tan SANDY LEAN CLAY w/Calcareous Particles B-17 23.0-24.5 50 22 67.8 10.6 MH Tan CAUICHE B-18 5.0-6.5 26 14 69.0 8.0 CL Tan SANDY LEAN CLAY B-18 13.0.14.5 40 20 67.4 9.0 CL Tan CALICHE B-18 28.0-29.5 44 12 44.6 12.5 ML Tan CALICHE TEST Project No. 4320409 PLATE Lake Alan Henry Water Treatment Plant RESULTS Ile Lubbock, Texas 11 W. HAKMTON ENGINEERING, INC. C, itegiatet+ed 1£sgineerJKg Fux, P4124 SUIVIMARY OF SOIL CLASSIFICATION TEST RESULTS (cont'd) ib Passing Natural Boring Depth Liquid Plastich), 200-mesh Moisture Classi- Material Number in Feet Lhnit Index Steve Content ficatlon Description 13-19 9.0-10.5 34 19 72.5 7.8 CL Tan SANDY LEAN CLAY w/Calcareous Particles B-20 13.0-14.5 51 21 36.9 11.2 MH Tan CALICHE B-21 1.5-2.5 26 11 50.6 7.4 CL Reddish 'Tan and Tan SANDY LEAN CLAY w/Calcareous Particles B-22 9.0-10.5 41 20 69.4 13.9 CL Tan SANDY LEAN CLAY w/Calcareous Particles B-25 LS-2.5 25 10 55.0 10.5 CL Reddish Brown SANDY LEAN CLAY B-26 2.5-4.0 25 11 48.2 5.8 SC Reddish Brown CLAYEY SAND B-26 9.0-10.5 38 21 69.3 13.1 CL Tan SANDY LEAN CLAY w/Calcareous Particles B 26 18.0-19.5 1 45 1 20 1 60.3 12.5 1 ML Tan CALICHE 7"EST Project No. 432040.9 PLATE Lake Alan Henry Water Treatment Plant RESULTS Ub Lubbock, Texas No Text PaLre Intentionally Left Blank W.0 E AYMTON ENG1114EERn4G, INC. Tc=n ReIrbler et BngJn*wIng Firm P-3724 [' KEY TO LOG OF BORING C F P E E H T s Y M 8 O L s A M P L E T E S T MATERIAL DESCRIPTION u D W p C f � t f M C L L P I %8 2 Q C O A t L S 5 4.6 18 Push I U e sample a and Pocketene rome er ReSU Standard Penetration Test Sample and "N" Value Cuttings Sample Core Sample Testable Core Sample Unit Dry Weight Test Result, pcf Unconfined Compression Test Result, tsf Moisture Content Test Result, % Atterberg Limits Test Results Passing No. 200-Mesh Sieve Test Result, % Unified Soil Classification Water Surface Level y Water Surface Date 01101 f2020 115.8 4.35 12.8 25 12 66.3 CL 10 eC-5.0 R-C 5 ROD 50.0 15 20 25 SYMBOLS i LEAN CLAY (CL) SAND (SP) CALICHE FAT CLAY (CH) GRAVEL (GP) LIMESTONE l CLAYEY SAND (SC) SILT (ML) SANDSTONE 4 _ SILTY SAND (SM) ELASTIC SILT (MH) SHALE Groundwater Note: The boring was advanced to a depth of feet below the ground surface without Using drilling tluld and groundwater was not encountered above that depth. LOG OF Project No. Date: Type: BORING Project Name BORING Air Rotary NO. Location Paae Intentionally Left Blank — �w.a HANIILTON ENGINEERING, INC. 7k ac eJUV10wW1 Mqfneering Fim P-8724 E F e E H T s Y M B 0 L s A M P L E T E S T MATERIAL DESCRIPTION u D w p c f c t f M c L L P 1 % 2 C S L 0 I L S 5 3.0 4.5 Reddish Brown SANDY LEAN CLAY 13.1 13.2 13.0 24 40 34 9 21 10 70.9 65.9 41.9 CL CL SC 7 Reddish Tan and Tan SANDY LEAN CLAY with Calcareous Particles 10 0 19 15 20 44 Tan CALICHE = 5" = 3" Total Depth of Boring = 40.0 Feet 60 25 44 30 35 50 50 40 t7rounawaier Note: I ne oonng was a©vancea Io a u5inn 01 W.0 feel Pelvw 111C ytwullu out muc wluluut uanlg ulutulg 114.41Y atom groundwater was not encountered above that depth. LOG OF Project No. 4320409 Date; Type; BORING BORING 09-06-2008 Auger NO. B-1 Luke Alan Henry Water Treat. Plant Lubbock, Texas (� W. c. HAYMTON ENGMERING, INC. T&um Jhgh*rfd Sngimem►g Firm F' 9724 o E F P S T S T T s Y B O L S A P P L E T a S T MATERIAL DESCRIPTION u p w P c f u C t s { M C L L p t % _ 2 0 0 S C L D A I S L S F5 I/ 3.0 4.5 Reddish Brown SANDY LEAN CLAY 12 "-� - 10 11 Reddish Tan and Tan SANDY LEAN CLAY with Calcareous Particles 13 Tan CALICHE = 2" = 2" =1" = 2"' Total Depth of Boring = 40.0 Feet 15 47 20 51 25 50 30 50 35 50 40 50 urounawaler Mte: I ne aonng was auvanceu iu b ueiptn cu -tv.v IGGF ucIVW U14 y7YY11Y aIY..Gu�. 7l.i..v... +.+..•.� .-........a - - -' - groundwater was not encountered above that depth. Project No. 4320409 Date: 09-10-2008 Type: Auger BORING NO. B-2 LOG OF BONG Lake Alan Henry Water Treat. Plant Lubbock, Texas W,C. HAMZLTON ENGi aKMG, INC. raxim ft stmvd Engineering Firm P4724 E F p E E H T S Y M B O L S A M P L E T E S T MATERIAL DESCRIPTION u D W p a f C t f M C L L P 1 Z 0 S L O I L S 5 3.0 4.5 Kedclish Brown Reddish Tan and Tan SANDY LEAN CLAY with Calcareous Particles 13 10 21 15 15 13 20 67 = 3" Tan GAUCHE = 2" = 3" = 2" Total Depth of Boring = 40.0 Feet 25 50 30 50 50 35 40 50 Groundwater Nate: The boring was advanced to a depth of 40.0 feet below the ground surface without using arming tnuia and groundwater was not encountered above that depth. LOG OF Project No. 4320409 Date; Type; BORING Lake Alan Henry Water Treat. Plant BORING 09-09.2008 Auger NO. B-3 Lubbock, Texas ` .c, HAM LTON E1 GMERING, INC. 1 7i.. iteg I red E g.,w ing Firm F' gt n F F E T E H T s Y M B Q L s A M P L E T E S T I MATERIAL DESCRIPTION I u 0 W P c t C t s t M C L L P 1 �-� 2 p 0 $ L 0 A 1 S L S 5 3.0 4.5 Reddish Brown SANDY LEAN CLAY 14.3 15.2 10.0 28 44 44 13 17 13 61.2 62.7 25.7 CL CL SC 5 Reddish Tan and Tan SANDY LEAN CLAY with Calcareous Particles 10 10 20 Tan SANDY LEAN CLAY with Calcareous Particles 16 2i 20 50 = 3" = 4° Tan CALICHE = V = 1° = 2° Total Depth of Boring = 40.0 Feet 25 30 50 50 35 50 40 50 Groundwater Note: I ne oonng was aavancen io a Wpm of *U.0 l"m umuw Ulu 91vulw ourlaua .rI«OWu4 6'.4jaa V., "'.V groundwater was not encountered above that depth, Project No. 4320409 Date: 09-09-2008 Type: Auger BORING NO. B-6 LOG OF BORING Lake Alan Henry Water Treat. Plant Lubbock, Texas c, HAKMTON ENGDWYJ ING, INC. �►+ea srFgi�seering+ Fay s E F E E H T 8 Y M B O L 5 A M P L E T E S T MATERIAL DESCRIPTION U D W p C f C t f M C L L P 1 °�° 2 U !'a C O A L S $ 3.0 4.5 Reddish t3rown 14.6 13.9 13.6 32 28 44 16 12 23 67.9 65.0 62.4 CL CL Ci- Reddish Tan and Tan SANDY LEAN CLAY with Calcareous Particles 13 10 13 24 15 19 Tan SANDY LEAN CLAY with Calcareous Particles 20 53 26 62 = 5" Tan CALICHE = 3" Total Depth of Boring = 40.0 Feet 30 50 50 35 4tI Groundwater Note: The boring was advanced to a depth of 40.0 feet below the ground surface without using drilling fluid and groundwater was not encountered above that depth. LOG OF Project No, 43204-09 Date: Type: BORING BORING 09-07-2008 Auger NO. B-7 Lake Alan Henry Water Treat. Plant Lubbock, Texas w.0 EIAYMTON ENGINEERING, INC. Teresa RgUierad Magineving Firm F4724 0 F P E T E T T S Y M a O L S A M P L E T E S T MATERIAL DESCRIPTION U D W P c f U c t s f M L P % _ 2 p 0 c S L 0 A S L S $ 3.0 4.5 12 clish Brown Reddish Tan and Tan SANDY LEAN CLAY with Calcareous Particles Tan SANDY LEAN CLAY with Calcareous Particles 10 3 31 15 Tan CALICHE = fill = 4" = 4" Total Depth of Boring = 40.0 Feet 38 20 2 7 25 76 30 35 s0 50 40 5p urounawaxer imme: me uanng wau auvaUn.nu two Umpul v, -.,,.a .v�..+�,.,...,,., y,...,...........�. ....,,. .. _...�---•••--� ----- --- - groundwater was not encountered shove that depth. Project No. 4320409 Date: 09-07-2008 Type: Auger BORING NO. B-8 LOG OF BOMG Lake Alan Henry Water Treat. Plant Lubbock, Texas I I W. a. E AMILTON ENGINEERING, INC. T"m R.ststomd Esghwtrhw Firm P-3724 D F P E E H T S Y M B 0 L S A M P L E T E S T MATERIAL DESCRIPTION U D W p c i U t f M C L L P ! % 2 Q S C O A t L S 5 3.0 4.5 Reddish Brown Reddish Tan and Tan SANDY LEAN CLAY with Calcareous Particles 4 10 8 20 16 27 20 28 43 25 = 5" Tan CALICHE = 2" = 2" Total Depth of Boring = 40.0 Feet 30 50 35 50 P40 50 umunawaier !Vote: 1 no oonng was aavaneeu to a oepin oT RU.0 Te8M ueIUW IRe q[UU"U SUUIUUU WJUJUL . UMIJU u111111Ie 11U a81u groundwater was not encountered above that depth. LOG OF Project No. 4320409 Date: Type: BORING BORING 09_U7-2008 Auger NO. B-9 Lake Alan Henry Water Treat. Plant Lubbock, Texas 11 "'c- HAMILTON ENGINEERING, INC. 7k=m Registered Engineering Firm P-3724 p E F p E T E T T s Y M B 0 L s A M P L E T E 5 T MATERIAL DESCRIPTION U 0 W C c � U C t $ f M C 1. L P 1 % O 4 C L O A t S L s 5 3.0 . Reddish Brown SANDY LEAN CLAY _ .[L�...A . i.. AAHSw.. A. Gd -.A 14 Reddish Tan and Tan SANDY LEAN CLAY with Calcareous Particles 10 8 Tan SANDY LEAN CLAY with Calcareous Particles 15 15 41 Tan CALICHE = 5„ = 2" = 2" = 1" Total Depth of Boring = 40.0 Feet 20 80 25 50 30 50 50 35 F50 40 Groundwater Note: The boring was advanced to a depth or 4U.0 Teat below the ground suililu r wni_Ivu+ us ng U++ groundwater was not encountered above that depth. Date; 09.07-2008 Type: Auger BORING NO. B-10 LOG OF ,BORING Project No. 4320409 Lake Alan Henry Water Treat. Plant Lubbock, Texas w.e HAAMTON ENGINEERING, INC. Axas Regtatered Engitem ing Firm P-3724 O F P E E H T S Y M B O L S A M P L i E T E S T i MATERIAL DESCRIPTION U p W p c f U t f M C L L P I % z D S L o A I L S 5 3.0 4.5 Reddish Brown SANDY LEAN CLAY 13.0 10.9 15.5 22 20 NP 8 8 NP 56,2 41.2 26.6 CL SC SM 5 Reddish Tan and Tan SANDY LEAN CLAY with Calcareous Particles 10 15 7 Reddish Tan and Tan CLAYEY SAND with Calcareous Particles Tan SANDY LEAN CLAY with Calcareous Particles 37 45 Tan CALICHE = 511 = 2" = 2" = 2" = 1" Total Depth of Boring = 40.0 Feet 20 50 25 30 35 50 50 50 40 50 Groundwater Note: Me boring was aavanceu to a oeptn oT 4u.0 Teat oem the ground surTace wrnout using orimng num anu groundwater was not encountered above that depth. LOG OF Project No. 4320409 Date: Type: BORING BORING 09-07-2008 Auger NO. B-11 Lake Alan Henry Water Treat. Plant Lubbock, Texas C. HAM LTON ENGINES UNG, INC. Texcw &egisteriad Engineering hirm F-872[ p E F Q E T E H T S Y M 8 O L S A M P L E T E S T MATERIAL DESCRIPTION U D W P c IF U C t s f c � P % _ 2 O 0 C S L 0 A s L S 5 2.5 4.5 Ked 1Sh Brown 10.5 9.7 9.1 23 25 44 7 10 24 72.7 52.2 32.4 CL CL SC Reddish Tan and Tan SANDY LEAN CLAY with Calcareous Particles 31 10 15 14 15 14 20 Tan CLAYEY SAND with Calcareous Particles 24 25 50 = 4" = 2" Tan CALICHE = 0" = 0" Total Depth of Boring = 40.0 Feet 30 50 35 50 50 40 Groundwater Note: The boring was advanced to a depth of 40,0 feet below the grounc sunace without using unomy nu1u ar.iu groundwater was not encountered above that depth. Date.: 04-03-2009 Type: Auger BORING NO. B-12 LOG OF BORING Project No. 4320409 Lake Alan Harry Water Treat, Plant Lubbock, Texas { (Iwo HA3MTON ENGUME$1NG, INC. Tim. Rrgtrr wwd Ibrytnaar w N rim F-$724 C F P E E T T 5 Y M 8 O S A M P L E T a 8 T MATERIAL DESCRIPTION 0 D W p 0 f c t f M C L L P I 96 2 S G 0 A l L S 5 2.5 4.5 1180CUS11 brown SANDY LEAN ULAY 4.4 30 16 72.6 CL Reddish Tan and Tan SANDY LEAN CLAY with Calcareous Particles 16 10 18 17 15 57 = 5" = 2" Tan CALICHE = 2" = 2" = 2" Total Depth of Boring = 40.0 Feet 20 50 25 50 30 50 35 . 50 40 50 Groundwater Note: The boring was advanced to a depth of 40.0 feet below the ground surface without using drilling fluid and groundwater was not encountered above that depth. Project No. 4320409 Date: 04-03-2009 Type: Auger BORING NO. B-13 LOG OF BORING Lake Alan Henry Water Treat. Plant Lubbock, Texas w,c HAMILTON ENGINEERING. INC. Tema Regialered Engineering Finn I -7774 0 F P E T E T T S Y M B O L 5 A M P L E T E S T MATERIAL DESCRIPTION U D W P e t U � t s i L P % 2 0 Q C S L a A 5 L 5 5 3,0 4.5 Reddish Tan and Tan SANDY LEAN CLAY with Calcareous Particles 9.4 33 19 67.6 CL 15 10 17 15 15 29 20 34 25 50 = 3" = 2" Tan CALICHE = 2" = 2" Total Depth of Boring = 40.0 Feet 30 50 35 50 50 40 urounawater Note: ! ne Goring was aovan—a [u b aaNui vi Yv.v ICGL ucwvr uic groundwater was not encountered above that depth. LOG OF Project No. 4320409 Date: Lake Alan Henry Water Treat. Plant BORING 04-03-2009 Lubbock, Texas Type: BORING Auger NO. B-14 W.c HAMILTON (ENGINEERING. INC. 7hx=1&-{ UAwed Engin"r W Firm P-8724 t. E F E HT s Y M S O L S A M R L E T S s T MATERIAL DESCRIPTION u D W P c f U t t M C L L P l °�° 2 0 S L 1 I L S 5 91, 4 Reddish an and Tan with Calcareous Particles 12.6 47 16 51.5 ML X 14 Tan SANDY LEAN CLAY with Calcareous Particles 10 12 22 15 32 20 = 3" = 2" Tan CALICHE 3„ Total Depth of Boring = 40.0 Feet 50 50 25 30 50 35 50 40 urounflwater NOte: i ne Donng was amancea is a tiepin of 4U.0 reei Deiow ine groun4 but rare wiuluut UbIllu uamnIy ifulu at iu groundwater was not encountered above that depth, LOG OF Project No. 4320409 Date: Type: BORING BORING Lake Alan Henry Water Treat. Plant 04-03-2009 Auger NO. B-15 Lubbock, Texas W.c HAWLTON ENGINEERING, INC. 71cm Regiatered Bnglaaertng Mm F 8724 p E F P E T� T T g Y M e O L S A M p t_ E T E s T MATERIAL DESCRIPTION U D w P c r c t f c L 1 - 2 0 S L 1 A L S 5 4.0 4.5 Reddish Brown SANDY LEAN CLAY 13.1 28 13 66.2 CL 11 Reddish Tan and Tan SANDY LEAN CLAY with Calcareous Particles = 4" = 2" =1" Tan CALICHE = 1" = 0" Total Depth of Boring = 40.0 Feet 10 10 29 15 50 20 50 25 50 50 30 35 50 40 urounawater Note: I ne Donng Was aovanceu to a aeput or 4u.0 jeee uCww a ie givuw.0 out ..c vv 1wu..—v .u.....y .,.,.. groundwater was not encountered above that depth. LOG OF Project No. 4320409 Date: Type: BORING Lake Alan Henry Water Treat. Plant BORING 04-03-2009 Auger NO. B-16 Lubbock, Texas i- W'c HAMILTON ENQT WMLINTG. INC. Tema RegtAWVd Bnirinew ing Phan P-37U D F P E T E H T S Y B 9 O L S A M P L. E T E 5 T MATERIAL DESCRIPTION U D w P C f U t s f M Q L L P t �0 2 0 S L C A I S L S 5 4.5 4.5 Reddish Brown SANDY LEAN CLAY 9.2 729 10.6 22 33 50 8 18 22 55.5 - 64.4 67.8 CL CL MH 19 Reddish Tan and Tan SANDY LEAN CLAY with Calcareous Particles 10 22 17 15 = 4" Tan CALICHE = 5" = 3" = 3" Total Depth of Boring = 40.0 Feet 65 20 2 9 25 50 30 35 50 5Q F40 50 Groundwater Note: Trig boring was advanced to a depth of 40.0 Teel De1oW the grouna surface w mout using onning nuro ano groundwater was not encountered above that depth. LOG OF Project No. 4320409 Date: Type: BORING Lake Alan Henry Water Treat. Plant �V11i1 • V BORING A 009 �Y���i U�f7 p t�ll�e+r 7 ��w B"'� i � Lubbock,l eras 4 W.c HAMILTON ENGI WMUNG. INC. re as Reglaeared BytginecHng Firm ASM4 D E F P E T T H s Y e O � S A P L E T E T MATERIAL DESCRIPTION U D p f C s f c L P �° o 0 S L Q s L S 5 / /yo/ 3.0 4.5 Reddish Brown SANDY LEAN CLAY 8.0 9.0 12.5 26 40 44 14 20 12 69.0 67.4 44.6 CL CL ML 19 10 19 Tan SANDY LEAN CLAY with Calcareous Particles 14 15 50 = 4" = 2° Tan CALICHE = 5" = 4"F400M Total Depth of Boring = 40.0 Feet 20 50 56 30 60 35 50 Groundwater Note; The boring was advanced to a depth dt 4u.4 feet below the ground surface wanom using urnnng nuw anu groundwater was not encountered above that depth. Project No. 4320409 Date; 04-02-2009 Type. Auger BORING NO. B-18 LOG OF BORING Lake Alan Henry Water Treat, Plant Lubbock, Texas W.a HAMTLTON ENGMEEiING, INC. T"'as Brgftkrf Engtn"rhW Firm x a7F4 Q F E P E T T T 5 Y M B O L S A M P L E T E S T MATERIAL DESCRIPTION U D p c f U t s f C l: L L P J °6 2 0 0 S C t O A S L S 3.0 4,5 Reddish Brown SANDY LEAN CLAY 7.8 34 18 72.5 CL 16 10 22 Tan SANDY LEAN CLAY with Calcareous Particles 18 15 20 65 = 3" Tan CALICHE = 3" - 2" = lit40 Total Depth of Boring = 40.0 Feet 25 50 30 50 50 35 50 urounawater NOte: i ne oonng was aavancea to a aeptn or+qu.0 Teel netow me greunu suiraae wiuwut ubmV mmlmLi nuiu allu groundwater was not encountered above that depth. LOG OF Pro'ectNo. 4320409 Date: Type: BORING BORING Lake Alan Henry Water Treat. Plant 04-02-2009 Auger NO. B-19 Lubbock, Texas W'o, HAAULTON ENGINEERING, INC. Texas Re�sfered Engineering Firm F-3724 p E F E p E T T T s Y M B O L S A M P L E T E 5 T MATERIAL DESCRIPTION U i) P p c f U t s t M C L L P I % _ 2 0 0 C o A 1 $ L S 5 4.0 4.5 Reddish Brown SANDY LEAN CLAY 11.2 51 21 36.9 MH 23 Tan SANDY LEAN CLAY with Calcareous Particles 10 25 23 15 23 = 5„ = 3° Tan CALICHE = 1 =1" Total Depth of Boring = 40,0 Feet Zo 65 25 50 3Q 50 35 50 50 40 GrounCfwater Note: I ne nonng was aavancea io a aepul of 4u.V leak LJCIUW Um yl uul lu .....- groundwater was not encountered above that depth. Pro'eet No. 4320409 Date: 04-01-2009 Type: Auger BORING NO. B-20 LOG OF BORING Lake Alert Henry Water Treat. Plant Lubbock, Texas W.C. SANIMTT04 ENGMERING, INC. 7bx",uravd ' Ineorin8 Flax F-3-,24 E F E E T T T s Y B O L s A P L E T E S T MATERIAL DESCRIPTION u 0 W p c t u t s f C L L P I ' 2 0 � S L O A I 3 L S 5 3,0 4.5 Reddish urown 7A 28 11 50.8 CL Reddish Tan and Tan SANDY LEAN CLAY with Calcareous Particles 17 10 23 Tan SANDY LEAN CLAY with Calcareous Particles 14 15 38 20 49 25 37 30 35 Tan CALICHE = 1" Total Depth of Boring = 40.0 Feet 52 50 40 Groundwater Note: The boring was ativanoea to a neptn of 4u.0 Taal oeiaw the ground surrace wanout using onuatg Oulu 191 iu groundwater was not encountered above that depth. LOG OF Project No. 4320409 Date: Type: BODING Lake Alan Henry Water Treat. Plant BORING 04µ02-2009 Auger NO. B-21 Lubbock,. Texas W. AAMLTON ENGINEERING, INC. Tkma Registered EAgteem ing Firm F-3724 Q F P E T E T H S Y M B O L S A M P L E T E 8 T MATERIAL DESCRIPTION u D w P f U c t s t C � P % - 2 0 0 c S L A Q S L S 5Oil 2.5 3.5 Ked(J!Sn Urown 6ANDY L17N ULAY 13.9 41 20 69.4 CL Reddish Tan and Tan SANDY LEAN CLAY with Calcareous Particles 11 10 16 29 Tan SANDY LEAN CLAY with Calcareous Particles 15 28 �n 50 = 5" = 3" Tan CALICHE = 4" = 2" =1" Total Depth of Boring = 40.0 Feet 25 30 50 50 35 50 F40 50 urounawater (Vote: i ne voring was aavancea io a UUP[n Vr yV.V tWWL UGIVYY &I.Ia ylvui to euI groundwater was not encountered above that depth. LOG OF Project No. 4320409 Date: Type: BORING Lake Alan Henry Water Treat. Plant BORING 04-02-2009 Auger NO. B-22 Lubbock, Texas W__ HAMILTON ENGINEERING. INC. 7bAm )Wslererd Smoin"ring Pirm-F4724 E F w E T T S Y aii B O L a A P I_ E T S S T MATERIAL DESCRIPTION U D INt p a f U f M G t. L P I y4 2 0 S C o A L S 5 2.0 3.0 Reddish Brown SANDY LEAN CLAY 10 Tan SANDY LEAN CLAY with Calcareous Particles 10 20 20 15 33 20 = 5„ = 4" = 3" Tan CALICHE = 2" = 5" Total Depth of Boring = 40.0 Feet 50 25 50 30 50 35 50 40 50 Groundwater Note: The boring was advanced to a depth of 40.0 feet below the ground surface without using drilling fluid and groundwater was not encountered above that depth. LOG OF Project No. 4320409 Date: Type: BORING BORING 04-01-2009 Auger NO.13-23 Lake Alan Henry Water Treat. Plant Lubbock, Texas W.c. HAMILTON ENGINEERING, INC. Tern, lRegialowd Engineering Finn F-M4 n F P E Y T H S Y B 0 L S A p L E T s T MATERIAL DESCRIPTION u D P a t u C s s c L P pia p 0 4 S L p s L S 5 1.5 3.0 Reddish Urown Tan SANDY LEAN CLAY with Calcareous Particles 9 10 5 20 Reddish Tan and Tan SANDY LEAN CLAY with Calcareous Particles 15 Tan SANDY LEAN CLAY with Calcareous Particles 24 20 54 25 50 = 5" = 3" Tan CALICHE = 3" = 2" Total Depth of Boring = 40,0 Feet 30 50 35 50 40 50 Groundwater Note: Tne Donng was aavancea To a aepin oT 4u.0 reel me-w urn 91-1 u coul,oLont will luut ua...id ..t -it .y groundwater was not encountered above that depth. Project No. 4320409 Date: 04-01-2009 Type: Auger BORING NO. B-24 LOG OF BORING Lake Alan Henry Water Treat. Plant Lubbock, Texas W.0 HAKILTON ENGDQMRING, INC. Tems JW&ftred 8hginm,*W Firm F-37734 E F P S T T s Y 0 O L s A M P L E T S S T MATERIAL DESCRIPTION u D W p c f c t f C L L 1 I 2 0 S L o 1 L S 5 3.0 4,5 Reddish Brown SANDY LEAN CLAY 10.5 25 10 55.0 CL 20 10 32 Reddish Tan and Tan SANDY LEAN CLAY with Calcareous Particles 25 '15 Tan SANDY LEAN CLAY with Calcareous Particles 34 20 31 25 35 30 69 Reddish Tan and Tan SANDY LEAN CLAY with Calcareous Particles 35 = 4" Tan CALICHE = 2" Total Depth of Boring = 40.0 Feet 50 50 40 urounawater NOtB: i ne nonng was aavancea to a oeptn or ,4u.0 Teet oeiow ine grounu sumacs wunwt usn iy unim iu Hula all groundwater was not encountered above that depth. LOG OF Project No. 4320409 Date: Type: BORING Lake Alan Henry Water Treat. Plant BORING 04_02-2009 Auger NO. B-25 Lubbock, Texas W,C. RAMMTON ENGINEERING. INC. Texas Registered Enginoering Firm F-a?24 U E F P E T T y S Y 6 0 L S A P L E T 8 T MATERIAL DESCRIPTION u D p f u c � f c � P % u 0 C S L o S L S 5 2.5 4.5 Reddish Brown SANDY LEAN CLAY 5.8 13.1 12.5 25 38 45 11 21 20 48.2 69.3 60.3 5C CL ML 21 Reddish Brown CLAYEY SAND 10 36 Tan SANDY LEAN CLAY with Calcareous Particles 35 15 8 Reddish Tan and Tan SANDY LEAN CLAY with Calcareous Particles 20 = 3" Tan CALICHE = 4" = 4" = 3" Total Depth of Boring = 40.0 Feet 26 50 30 50 35 50 40 50 Groundwater Note: The boring was advanced to a depth of 40.0 feet below the ground surface Without using drilling fluid and groundwater was not encountered above that depth. Project No. 4320409 Date-: 04.0 J_2009 Type: Auger BORING NO. B-26 LOG OF BORING Lake Altus Henry Water Treat. Plant Lubbock, Texas APPENDIX B OSHA 1926 SUBPART P Page Intentionally Left Blank OSHA 1926 SUBPART P For Information Only § 1926.606 If it is necessary to stand at the out- board or inboard edge of the deckload where less than 24 inches of bulwark, rail, roaming, or other protection ex- ists, all employees shall be provided with a suitable means of protection against falling from the deckload. (d) First -aid and lifesaving equipment. (1) Provisions for rendering first aid and medical assistance shall be in ac- cordance with subpart D of this part. (2) The employer shall ensure that there is in the vicinity of each barge in use at least one U.S. Coast Guard -ap- proved 30-inch lifering with not less than 90 feet of line attached, and at least one portable or permanent ladder which will reach the top of the apron to the surface of the water. If the above equipment is not available at the pier, the employer shall furnish it during the time that he is working the barge. (3) Employees walking or working on the unguarded decks of barges shall be protected with U.S. Coast Guard -ap- proved work vests or buoyant vests. (e) Commercial diving operations. Com- mercial diving operations shall be sub- ject to subpart T of part 1910, §§ 1910.401-1910.441, of this chapter. (39 FR 22801, June 24, 1974, as amended at 42 FR 37674, July 22, 19771 § 1926.606 Definitions applicable to this subpart. (a) Apron —The area along the water- front edge of the pier or wharf. (b) Bulwark —The side of a ship above the upper deck. (c) Coaming—The raised frame, as around a hatchway in the deck, to keep out water. (d) Jacob's ladder —A marine ladder of rope or chain with wooden or metal rungs. (e) Rail, for the purpose of § 1926.605, means a light structure serving as a guard at the outer edge of a ship's deck. Subpart P—Excavations AUTHORITY: Sec. 107, Contract Worker Hours and Safety Standards Act (Construc- tion Safety Act) (40 U.S.C. 333); Secs. 4, 6, 8, Occupational Safety and Health Act of 1970 (29 U.S.C. 653, 655, 657); Secretary of Labor's Order No. 12-71 (36 FR 8754), 8-76 (41 FR 29 CFR Ch. XVII (7-1-07 Edition) 25059). or 9-3 (48 FR 35736), as applicable, and 29 CFR part 1911. SOURCE: 54 FR 45959, Oct. 31, 1989, unless otherwise noted. § 1926.650 Scope, application, and defi- nitions applicable to this subpart. (a) Scope and application. This sub- part applies to all open excavations made in the earth's surface. Exca- vations are defined to include trenches. (b) Definitions applicable to this sub- part. Accepted engineering practices means those requirements which are compat- ible with standards of practice required by a registered professional engineer. Aluminum Hydraulic Shoring means a pre-engineered shoring system com- prised of aluminum hydraulic cylinders (crossbraces) used in conjunction with vertical rails (uprights) or horizontal rails (walers). Such system is designed, specifically to support the sidewalls of an excavation and prevent cave-ins. Bell-bottom pier hole means a type of shaft or footing excavation, the bottom of which is made larger than the cross section above to form a belled shape. Benching (Benching system) means a method of protecting employees from cave-ins by excavating the sides of an excavation to form one or a series of horizontal levels or steps, usually with vertical or near -vertical surfaces be- tween levels. Cave-in means the separation of a mass of soil or rock material from the side of an excavation, or the loss of soil from under a trench shield or support system, and its sudden movement into the excavation, either by falling or sliding, in sufficient quantity so that it could entrap, bury, or otherwise injure and immobilize a person. Competent person means one who is capable of identifying existing and pre- dictable hazards in the surroundings, or working conditions which are unsan- itary, hazardous, or dangerous to em- ployees, and who has authorization to take prompt corrective measures to eliminate them. Cross braces mean the horizontal members of a shoring system installed perpendicular to the sides of the exca- vation, the ends of which bear against either uprights or wales. 366 Occupational Safety and Health Admin., Labor Excavation means any man-made cut, cavity, trench, or depression in an earth surface, formed by earth re- moval. Faces or sides means the vertical or inclined earth surfaces formed as a re- sult of excavation work. Failure means the breakage, displace- ment, or permanent deformation of a structural member or connection so as to reduce its structural integrity and its supportive capabilities. Hazardous atmosphere means an at- mosphere which by reason of being ex- plosive, flammable, poisonous, corro- sive, oxidizing, irritating, oxygen defi- cient, toxic, or otherwise harmful, may cause death, illness, or injury. Kickout means the accidental release or failure of a cross brace. Protective system means a method of protecting employees from cave-ins, from material that could fall or roll from an excavation face or into an ex- cavation, or from the collapse of adja- cent structures. Protective systems in- clude support systems, sloping and benching systems, shield systems, and other systems that provide the nec- essary protection. Ramp means an inclined walking or working surface that is used to gain ac- cess to one point from another, and is constructed from earth or from struc- tural materials such as steel or wood. Registered Professional Engineer means a person who is registered as a profes- sional engineer in the state where the work is to be performed. However, a professional engineer, registered in any state is deemed to be a "registered pro- fessional engineer" within the meaning of this standard when approving de- signs for "manufactured protective systems" or "tabulated data" to be used in interstate commerce. Sheeting means the members of a shoring system that retain the earth in position and in turn are supported by other members of the shoring system. Shield (Shield system) means a struc- ture that is able to withstand the forces imposed on it by a cave-in and thereby protect employees within the structure. Shields can be permanent structures or can be designed to be portable and moved along as work pro- gresses. Additionally, shields can be ei- ther premanufactured or job -built in § 1926.650 accordance with § 1926.652 (c)(3) or (c)(4). Shields used in trenches are usu- ally referred to as "trench boxes" or "trench shields." Shoring (Shoring system) means a structure such as a metal hydraulic, mechanical or timber shoring system that supports the sides of an exca- vation and which is designed to prevent cave-ins. Sides. See "Faces." Sloping (Sloping system) means a method of protecting employees from cave-ins by excavating to form sides of an excavation that are inclined away from the excavation so as to prevent cave-ins. The angle of incline required to prevent a cave-in varies with dif- ferences in such factors as the soil type, environmental conditions of ex- posure, and application of surcharge loads. Stable rock means natural solid min- eral material that can be excavated with vertical sides and will remain in- tact while exposed. Unstable rock is considered to be stable when the rock material on the side or sides of the ex- cavation is secured against caving -in or movement by rock bolts or by an- other protective system that has been designed by a registered professional engineer. Structural ramp means a ramp built of steel or wood, usually used for vehicle access. Ramps made of soil or rock are not considered structural ramps. Support system means a structure such as underpinning, bracing, or shor- ing, which provides support to an adja- cent structure, underground installa- tion, or the sides of an excavation. Tabulated data means tables and charts approved by a registered profes- sional engineer and used to design and construct a protective system. Trench (Trench excavation) means a narrow excavation (in relation to its length) made below the surface of the ground. In general, the depth is greater than the width, but the width of a trench (measured at the bottom) is not greater than 15 feet (4.6 m). If forms or other structures are installed or con- structed in an excavation so as to re- duce the dimension measured from the forms or structure to the side of the ex- cavation to 15 feet (4.6 m) or less 367 § 1926.651 (measured at the bottom of the exca- vation), the excavation is also consid- ered to be a trench. Trench box. See "Shield." Trench shield. See "Shield." Uprights means the vertical members of a trench shoring system placed in contact with the earth and usually po- sitioned so that individual members do not contact each other. Uprights placed so that individual members are closely spaced, in contact with or interconnected to each other, are often called "sheeting." Wales means horizontal members of a shoring system placed parallel to the excavation face whose sides bear against the vertical members of the shoring system or earth. § 1926.651 Specific excavation require- ments. (a) Surface encumbrances. All surface encumbrances that are located so as to create a hazard to employees shall be removed or supported, as necessary, to safeguard employees. (b) Underground installations. (1) The estimated location of utility installa- tions, such as sewer, telephone, fuel, electric, water lines, or any other un- derground installations that reason- ably may be expected to be encoun- tered during excavation work, shall be determined prior to opening an exca- vation. (2) Utility companies or owners shall be contacted within established or cus- tomary local response times, advised of the proposed work, and asked to estab- lish the location of the utility under- ground installations prior to the start of actual excavation. When utility companies or owners cannot respond to a request to locate underground utility installations within 24 hours (unless a longer period is required by state or local law), or cannot establish the exact location of these installations, the employer may proceed, provided the employer does so with caution, and provided detection equipment or other acceptable means to locate utility in- stallations are used. (3) When excavation operations ap- proach the estimated location of under- ground installations, the exact loca- tion of the installations shall be deter- mined by safe and acceptable means. 29 CFR Ch. XVII (7-1-07 Edition) (4) While the excavation is open, un- derground installations shall be pro- tected, supported or removed as nec- essary to safeguard employees. (c) Access and egress—(1) Structural ramps. (i) Structural ramps that are used solely by employees as a means of access or egress from excavations shall be designed by a competent person. Structural ramps used for access or egress of equipment shall be designed by a competent person qualified in structural design, and shall be con- structed in accordance with the design. (ii) Ramps and runways constructed of two or more structural members shall have the structural members con- nected together to prevent displace- ment. (III) Structural members used for ramps and runways shall be of uniform thickness. (iv) Cleats or other appropriate means used to connect runway struc- tural members shall be attached to the bottom of the runway or shall be at- tached in a manner to prevent tripping. (v) Structural ramps used in lieu of steps shall be provided with cleats or other surface treatments on the top surface to prevent slipping. (2) Means of egress from trench exca- vations. A stairway, ladder, ramp or other safe means of egress shall be lo- cated in trench excavations that are 4 feet (1.22 m) or more in depth so as to require no more than 25 feet (7.62 m) of lateral travel for employees. (d) Exposure to vehicular traffic. Em- ployees exposed to public vehicular traffic shall be provided with, and shall wear, warning vests or other suitable garments marked with or made of reflectorized or high -visibility mate- rial. (e) Exposure to falling loads. No em- ployee shall be permitted underneath loads handled by lifting or digging equipment. Employees shall be re- quired to stand away from any vehicle being loaded or unloaded to avoid being struck by any spillage or falling mate- rials. Operators may remain in the cabs of vehicles being loaded or un- loaded when the vehicles are equipped, in accordance with §1926.601(b)(6), to provide adequate protection for the op- erator during loading and unloading operations. 368 --- Occupational Occupational Safety and Health Admin., Labor (f) Warning system for mobile equip- ment. When mobile equipment is oper- ated adjacent to an excavation, or when such equipment is required to ap- proach the edge of an excavation, and the operator does not have a clear and direct view of the edge of the exca- vation, a warning system shall be uti- lized such as barricades, hand or me- chanical signals, or stop logs. If pos- sible, the grade should be away from the excavation. (g) Hazardous atmospheres—(1) Testing and controls. In addition to the require- ments set forth in subparts D and E of this part (29 CFR 1926.50-1926.107) to prevent exposure to harmful levels of atmospheric contaminants and to as- sure acceptable atmospheric condi- tions, the following requirements shall apply: (f) Where oxygen deficiency (atmospheres containing less than 19.5 percent oxygen) or a hazardous atmos- phere exists or could reasonably be ex- pected to exist, such as in excavations in landfill areas or excavations in areas where hazardous substances are stored nearby, the atmospheres in the exca- vation shall be tested before employees enter excavations greater than 4 feet (1.22 m) in depth. (fi) Adequate precautions shall be taken to prevent employee exposure to atmospheres containing less than 19.5 percent oxygen and other hazardous atmospheres. These precautions in- clude providing proper respiratory pro- tection or ventilation in accordance with subparts D and E of this part re- spectively. (iii) Adequate precaution shall be taken such as providing ventilation, to prevent employee exposure to an at- mosphere containing a concentration of a flammable gas in excess of 20 per- cent of the lower flammable limit of the gas. (iv) When controls are used that are intended to reduce the level of atmos- pheric contaminants to acceptable lev- els, testing shall be conducted as often as necessary to ensure that the atmos- phere remains safe. (2) Emergency rescue equipment. (i) Emergency rescue equipment, such as breathing apparatus, a safety harness and line, or a basket stretcher, shall be readily available where hazardous at- § 1926.651 mospheric conditions exist or may rea- sonably be expected to develop during work in an excavation. This equipment shall be attended when in use. (ii) Employees entering bell-bottom pier holes, or other similar deep and confined footing excavations, shall wear a harness with a life -line securely attached to it. The lifeline shall be sep- arate from any line used to handle ma- terials, and shall be individually at- tended at all times while the employee wearing the lifeline is in the exca- vation. (h) Protection from hazards associated with water accumulation. (1) Employees shall not work in excavations in which there is accumulated water, or in exca- vations in which water is accumu- lating, unless adequate precautions have been taken to protect employees against the hazards posed by water ac- cumulation. The precautions necessary to protect employees adequately vary with each situation, but could include special support or shield systems to protect from cave-ins, water removal to control the level of accumulating water, or use of a safety harness and lifeline. (2) If water is controlled or prevented from accumulating by the use of water removal equipment, the water removal equipment and operations shall be monitored by a competent person to ensure proper operation. (3) If excavation work interrupts the natural drainage of surface water (such as streams), diversion ditches, dikes, or other suitable means shall be used to prevent surface water from entering the excavation and to provide adequate drainage of the area adjacent to the ex- cavation. Excavations subject to runoff from heavy rains will require an in- spection by a competent person and compliance with paragraphs (h)(1) and (h)(2) of this section. (i) Stability of adjacent structures. (1) Where the stability of adjoining build- ings, walls, or other structures is en- dangered by excavation operations, support systems such as shoring, brac- ing, or underpinning shall be provided to ensure the stability of such struc- tures for the protection of employees. (2) Excavation below the level of the base or footing of any foundation or re- taining wall that could be reasonably 369 § 1926.662 expected to pose a hazard to employees shall not be permitted except when: (i) A support system, such as under- pinning, is provided to ensure the safe- ty of employees and the stability of the structure; or (ii) The excavation is in stable rock; or (iii) A registered professional engi- neer has approved the determination that the structure is sufficently re- moved from the excavation so as to be unaffected by the excavation activity; or (iv) A registered professional engi- neer has approved the determination that such excavation work will not pose a hazard to employees. (3) Sidewalks, pavements, and appur- tenant structure shall not be under- mined unless a support system or an- other method of protection is provided to protect employees from the possible collapse of such structures. (j) Protection of employees from loose rock or soil. (1) Adequate protection shall be provided to protect employees from loose rock or soil that could pose a hazard by falling or rolling from an excavation face. Such protection shall consist of scaling to remove loose ma- terial; installation of protective barri- cades at intervals as necessary on the face to stop and contain falling mate- rial; or other means that provide equiv- alent protection. (2) Employees shall be protected from excavated or other materials or equip- ment that could pose a hazard by fall- ing or rolling into excavations. Protec- tion shall be provided by placing and keeping such materials or equipment at least 2 feet (.61 m) from the edge of excavations, or by the use of retaining devices that are sufficient to prevent materials or equipment from falling or rolling into excavations, or by a com- bination of both if necessary. (k) Inspections. (1) Daily inspections of excavations, the adjacent areas, and protective systems shall be made by a competent person for evidence of a sit- uation that could result in possible cave-ins, indications of failure of pro- tective systems, hazardous atmospheres, or other hazardous condi- tions. An inspection shall be conducted by the competent person prior to the start of work and as needed throughout 29 CFR Ch. XVII (7-1-07 Edition) the shift. Inspections shall also be made after every rainstorm or other hazard increasing occurrence. These in- spections are only required when em- ployee exposure can be reasonably an- ticipated. (2) Where the competent person finds evidence of a situation that could re- sult in a possible cave-in, indications of failure of protective systems, haz- ardous atmospheres, or other haz- ardous conditions, exposed employees shall be removed from the hazardous area until the necessary precautions have been taken to ensure their safety. (1) Walkways shall be provided where employees or equipment are required or permitted to cross over excavations. Guardrails which comply with § 1926.502(b) shall be provided where walkways are 6 feet (1.8 m) or more above lower levels. [54 FR 45959, Oct. 31, 1989, as amended by 59 FR 40730, Aug. 9, 1994] § 1926.652 Requirements for protective systems. (a) Protection of employees in exca- vations. (1) Each employee in an exca- vation shall be protected from cave-ins by an adequate protective system de- signed in accordance with paragraph (b) or (c) of this section except when: (i) Excavations are made entirely in stable rock; or (ii) Excavations are less than 5 feet (1.52m) in depth and examination of the ground by a competent person provides no indication of a potential cave-in. (2) Protective systems shall have the capacity to resist without failure all loads that are intended or could rea- sonably be expected to be applied or transmitted to the system. (b) Design of sloping and benching sys- tems. The slopes and configurations of sloping and benching systems shall be selected and constructed by the em- ployer or his designee and shall be in accordance with the requirements of paragraph (b)(1); or, in the alternative, paragraph (b)(2); or, in the alternative, paragraph (b)(3), or, in the alternative, paragraph (b)(4), as follows: (1) Option (1)—Allowable configurations and slopes. (i) Excavations shall be sloped at an angle not steeper than one and one-half horizontal to one vertical 370 Occupational Safety and Health Admin., Labor (34 degrees measured from the hori- zontal), unless the employer uses one of the other options listed below. (ii) Slopes specified in paragraph (b)(1)(i) of this section, shall be exca- vated to form configurations that are in accordance with the slopes shown for Type C soil in Appendix B to this subpart. (2) Option (2)—Determination of slopes and configurations using Appendices A and B. Maximum allowable slopes, and allowable configurations for sloping and benching systems, shall be deter- mined in accordance with the condi- tions and requirements set forth in ap- pendices A and B to this subpart. (3) Option (3)---Designs using other tab- ulated data. (i) Designs of sloping or benching systems shall be selected from and be in accordance with tab- ulated data, such as tables and charts. (ii) The tabulated data shall be in written form and shall include all of the following: (A) Identification of the parameters that affect the selection of a sloping or benching system drawn from such data; (B) Identification of the limits of use of the data, to include the magnitude and configuration of slopes determined to be safe; (C) Explanatory information as may be necessary to aid the user in making a correct selection of a protective sys- tem from the data. (iii) At least one copy of the tab- ulated data which identifies the reg- istered professional engineer who ap- proved the data, shall be maintained at the jobsite during construction of the protective system. After that time the data may be stored off the jobsite, but a copy of the data shall be made avail- able to the Secretary upon request. (4) Option (4)—Destgn by a registered Professional engineer. (1) Sloping and benching systems not utilizing Option (1) or Option (2) or Option (3) under paragraph (b) of this section shall be approved by a registered professional engineer. (ii) Designs shall be in written form and shall include at least the following: (A) The magnitude of the slopes that were determined to be safe for the par- ticular project; § 1926.652 (B) The configurations that were de- termined to be safe for the particular project; and (C) The identity of the registered pro- fessional engineer approving the de- sign. (iii) At least one copy of the design shall be maintained at the jobsite while the slope is being constructed. After that time the design need not be at the jobsite, but a copy shall be made available to the Secretary upon re- quest. (c) Design of support systems, shield systems, and other protective systems. De- signs of support systems shield sys- tems, and other protective systems shall be selected and constructed by the employer or his designee and shall be in accordance with the requirements of paragraph (c)(1); or, in the alter- native, paragraph (c)(2); or, in the al- ternative, paragraph (c)(3); or, in the alternative, paragraph (c)(4) as follows: (1) Option (1)—Designs using appen- dices A, C and D. Designs for timber shoring in trenches shall be determined in accordance with the conditions and requirements set forth in appendices A and C to this subpart. Designs for alu- minum hydraulic shoring shall be in accordance with paragraph (c)(2) of this section, but if manufacturer's tab- ulated data cannot be utilized, designs shall be in accordance with appendix D. (2) Option (2)—Designs Using Manufac- turer's Tabulated Data. (i) Design of sup- port systems, shield systems, or other protective systems that are drawn from manufacturer's tabulated data shall be in accordance with all speci- fications, recommendations, and limi- tations issued or made by the manufac- turer. (11) Deviation from the specifications, recommendations, and limitations issued or made by the manufacturer shall only be allowed after the manu- facturer issues specific written ap- proval. (iii) Manufacturer's specifications, recommendations, and limitations, and manufacturer's approval to deviate from the specifications, recommenda- tions, and limitations shall be in writ- ten form at the jobsite during con- struction of the protective system. After that time this data may be stored off the jobsite, but a copy shall 371 PI. 1926, Subpt. P, App. A Soil classification system means, for the pur- pose of this subpart, a method of catego- rizing soil and rock deposits in a hierarchy of Stable Rock, Type A, Type B, and Type C, in decreasing order of stability. The cat- egories are determined based on an analysis of the properties and performance character- istics of the deposits and the environmental conditions of exposure. Stable rock means natural solid mineral matter that can be excavated with vertical sides and remain intact while exposed. Submerged soil means soil which is under- water or is free seeping. Type A means cohesive soils with an unconfined compressive strength of 1.5 ton per square foot (tsf) (144 kPa) or greater. Ex- amples of cohesive soils are: clay, silty clay, sandy clay, clay loam and, in some cases, silty clay loam and sandy clay loam. Ce- mented soils such as caliche and hardpan are also considered Type A. However, no soil is Type A if: (i) The soil is fissured; or (ii) The soil is subject to vibration from heavy traffic, pile driving, or similar effects; or (III) The soil has been previously disturbed; or (iv) The soil is part of a sloped, layered system where the layers dip into the exca- vation on a slope of four horizontal to one vertical (4H:1V) or greater; or (v) The material is subject to other factors that would require it to be classified as a less stable material. Type B means: (f) Cohesive soil with an unconfined com- pressive strength greater than 0.5 tsf (48 kPa) but less than 1.5 tsf (144 kPa); or (ii) Granular cohesionless soils including: angular gravel (similar to crushed rock), silt, silt loam, sandy loam and, in some cases, silty clay loam and sandy clay loam. (III) Previously disturbed soils except those which would otherwise be classed as Type C soil. (iv) Soil that meets the unconfined com- pressive strength or cementation require- ments for Type A. but is fissured or subject to vibration. or (v) Dry rock that is not stable; or (vi) Material that is part of a sloped, lay- ered system where the layers dip into the ex- cavation on a slope less steep than four hori- zontal to one vertical (4H:1V), but only if the material would otherwise be classified as Type B. Type C means: (i) Cohesive soil with an unconfined com- pressive strength of 0.5 tsf (48 kPa) or less; or (if) Granular soils including gravel, sand, and loamy sand; or (III) Submerged soil or soil from which water is freely seeping; or (iv) Submerged rock that is not stable, or 29 CFR Ch. XVII (7-1-07 Edition) (v) Material in a sloped, layered system where the layers dip into the excavation or a slope of four horizontal to one vertical (4H:1V) or steeper. Unconfined compressive strength means the load per unit area at which a soil will fail in compression. It can be determined by labora- tory testing, or estimated in the field using a pocket penetrometer, by thumb penetra- tion tests, and other methods. Wet soil means soil that contains signifi- cantly more moisture than moist soil, but in such a range of values that cohesive material will slump or begin to flow when vibrated. Granular material that would exhibit cohe- sive properties when moist will lose those co- hesive properties when wet. (c) Requirements—(1) Classification of soil and rock deposits. Each soil and rock deposit shall be classified by a competent person as Stable Rock, Type A, Type B, or Type C in accordance with the definitions set forth in paragraph (b) of this appendix. (2) Basis of classification. The classification of the deposits shall be made based on the re- sults of at least one visual and at least one manual analysis. Such analyses shall be con- ducted by a competent person using tests de- scribed in paragraph (d) below, or in other recognized methods of soil classification and testing such as those adopted by the Amer- ica Society for Testing Materials, or the U.S. Department of Agriculture textural classi- fication system. (3) Visual and manual analyses. The visual and manual analyses, such as those noted as being acceptable in paragraph (d) of this ap- pendix, shall be designed and conducted to provide sufficient quantitative and quali- tative information as may be necessary to identify properly the properties, factors, and conditions affecting the classification of the deposits. (4) Layered systems. In a layered system, the system shall be classified in accordance with its weakest layer. However, each layer may be classified individually where a more stable layer lies under a less stable layer. (5) Reclassification. If, after classifying a de- posit, the properties, factors, or conditions affecting its classification change in any way, the changes shall be evaluated by a competent person. The deposit shall be re- classified as necessary to reflect the changed circumstances. (d) Acceptable visual and manual tests—(l) Visual tests. Visual analysis is conducted to determine qualitative information regarding the excavation site in general, the soil adja- cent to the excavation, the soil forming the sides of the open excavation, and the soil taken as samples from excavated material. (f) Observe samples of soil that are exca- vated and soil in the sides of the excavation. Estimate the range of particle sizes and the relative amounts of the particle sizes. Soil that is primarily composed of fine-grained 374 t., Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B material is cohesive material. Soil composed primarily of coarse -grained sand or gravel is granular material. (ii) Observe soil as it is excavated. Soil that remains in clumps when excavated is cohesive. Soil that breaks up easily and does not stay in clumps is granular. (iii) Observe the side of the opened exca- vation and the surface area adjacent to the excavation. Crack -like openings such as ten- sion cracks could indicate fissured material. If chunks of soil spall off a vertical side, the soil could be fissured. Small spalls are evi- dence of moving ground and are indications of potentially hazardous situations. (iv) Observe the area adjacent to the exca- vation and the excavation itself for evidence of existing utility and other underground structures, and to identify previously dis- turbed soil. (v) Observe the opened side of the exca- vation to identify layered systems. Examine layered systems to identify if the layers slope toward the excavation. Estimate the degree of slope of the layers. (vi) Observe the area adjacent to the exca- vation and the sides of the opened exca- vation for evidence of surface water, water seeping from the sides of the excavation, or the location of the level of the water table. (vif) Observe the area adjacent to the excar vation and the area within the excavation for sources of vibration that may affect the stability of the excavation face. (2) Manual tests. Manual analysis of soil samples is conducted to determine quan- titative as well as qualitative properties of soil and to provide more information in order to classify soil properly. (I) Plasticity. Mold a moist or wet sample of soil into a ball and attempt to roll it Into threads as thin as A -inch in diameter. Cohe- sive material can be successfully rolled into threads without crumbling. For example, if at least a two Inch (50 mm) length of %-inch thread can be held on one end without tear- ing, the soil is cohesive. (ii) Dry strength. If the soil is dry and crumbles on its own or with moderate pres- sure into individual grains or fine powder, it is granular (any combination of gravel, sand, or silt). If the soil is dry and falls into clumps which break up into smaller clumps, but the smaller clumps can only be broken up with difficulty, it may be clay in any combination with gravel, sand or silt. If the dry soil breaks into clumps which do not break up into small clumps and which can only be broken with difficulty, and there is no visual indication the soil is fissured, the soil may be considered unfissured. (III) Thumb penetration. The thumb penetra- tion test can be used to estimate the unconfined compressive strength of cohesive soils. (This test 1s based on the thumb pene- tration test described in American Society for Testing and Materials (ASTM) Standard designation D2488—"Standard Recommended Practice for Description of Soils (Visual — Manual Procedure).") Type A soils with an unconfined compressive strength of 1.5 tsf can be readily indented by the thumb; how- ever, they can be penetrated by the thumb only with very great effort. Type C soils with an unconfined compressive strength of 0.5 tsf can be easily penetrated several inches by the thumb, and can be molded by light finger pressure. This test should be conducted on an undisturbed soil sample, such as a large clump of spoil, as soon as practicable after excavation to keep to a miminum the effects of exposure to drying influences. If the exca- vation is later exposed to wetting influences (rain, flooding), the classification of the soil must be changed accordingly. (iv) Other strength tests. Estimates of unconfined compressive strength of soils can also be obtained by use of a pocket pene- trometer or by using a hand -operated shearvane. (v) Drying test. The basic purpose of the drying test is to differentiate between cohe- sive material with fissures, unfissured cohe- sive material, and granular material. The procedure for the drying test involves drying a sample of soil that is approximately one inch thick (2.54 cm) and six inches (15.24 cm) in diameter until it is thoroughly dry: (A) If the sample develops cracks as it dries, significant fissures are indicated. (B) Samples that dry without cracking are to be broken by hand. If considerable force is necessary to break a sample, the soil has sig- nificant cohesive material content. The soil can be classified as a unfissured cohesive ma- terial and the unconfined compressive strength should be determined. (C) If a sample breaks easily by hand, it is either a fissured cohesive material or a granular material. To distinguish between the two, pulverize the dried clumps of the sample by hand or by stepping on them. If the clumps do not pulverize easily, the mate- rial is cohesive with fissures. If they pul- verize easily into very small fragments, the material is granular. APPENDIX B TO SUBPART P OF PART 1926—SLOPING AND BENCHING (a) Scope and application. This appendix contains specifications for sloping and benching when used as methods of protecting employees working in excavations from cave-ins. The requirements of this appendix apply when the design of sloping and bench- ing protective systems is to be performed in accordance with the requirements set forth in §1926.652(b)(2). (b) Definitions. Actual slope means the slope to which an excavation face is excavated. Distress means that the soil is in a condi- tion where a cave-in is imminent or is likely 375 PI. 1926, Subpt. P, App. B to occur. Distress is evidenced by such phe- nomena as the development of fissures in the face of or adjacent to an open excavation; the subsidence of the edge of an excavation; the slumping of material from the face or the bulging or heaving of material from the bottom of an excavation; the spalling of ma- terial from the face of an excavation; and ravelling, i.e., small amounts of material such as pebbles or little clumps of material suddenly separating from the face of an exca- vation and trickling or rolling down into the excavation. Maximum allowable slope means the steep- est incline of an excavation face that is ac- ceptable for the most favorable site condi- tions as protection against cave-ins, and is expressed as the ratio of horizontal distance to vertical rise (H:V). Short term exposure means a period of time less than or equal to 24 hours that an exca- vation is open. (c) Requirements—(1) Soil classification. Soil and rock deposits shall be classified in ac- cordance with appendix A to subpart P of part 1926. 29 CFR Ch. XVII (7-1-07 Edition) (2) Maximum allowable slope. The maximum allowable slope for a soil or rock deposit shall be determined from Table B-1 of this appendix. (3) Actual slope. (1) The actual slope shall not be steeper than the maximum allowable slope. (ii) The actual slope shall be less steep than the maximum allowable slope, when there are signs of distress. If that situation occurs, the slope shall be out back to an ac- tual slope which is at least 1/2 horizontal to one vertical ('hH:1V) less steep than the maximum allowable slope. (ifi) When surcharge loads from stored ma- terial or equipment, operating equipment, or traffic are present, a competent person shall determine the degree to which the actual slope must be reduced below the maximum allowable slope, and shall assure that such reduction is achieved. Surcharge loads from adjacent structures shall be evaluated in ac- cordance with §1926.651(i). (4) Configurations. Configurations of slop- ing and benching systems shall be in accord- ance with Figure B-1. TABLE B-1 MAXIMUM ALLOWABLE SLOPES SOIL OR ROCK TYPE HAYIMUM ALLOWABLE SLOPES(H:V)111 FOR EXCAVATIONS LESS THAN 20 FEET STABLE ROCK TYPE A [21 TYPE B TYPE C VERTICAL(90) 1/1:1 (53 11f:1 (340) NOTES: 1. Numbers shown in parentheses next to maximum allowable slopes are angles expressed in degrees from the horizontal. Angles have been rounded off. 2. A short-term maximum allowable slope of 1/2H:IV (63') is allowed in excavations in Type A soil that are 12 feet (3.67 m) or less in depth. Short-term maximum allowable slopes for excavations greater than 12 feet (3.67 m) in depth shall be 3/4H:1V (53"). 3. Sloping or benching for excavations greater than 20 feet deep shall be designed by a registered professional engineer. 376 c_ J: Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B Figure B-1 Slope Configurations (All slopes stated below are in the horizontal to vertical ratio) B-1.1 Excavations made in Type A soil. 1. All simple slope excavation 20 feet or less in depth shall have a maximum allowable slope of W1. 20' Max. Al 3/4 SIMPLE SLOPE —GENERAL Exception: Simple slope excavations which are open 24 hours or less (short term) and which are 12 feet or less in depth shall have a maximum allowable slope of'h:l. 12' Max. 4 1 1/2 SIMPLE SLOPE —SHORT TERM 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of 3/ to 1 and maximum bench dimensions as follows: 377 PI. 1926, Subpt. P, App. B SIMPLE BENCH 20' Max. 5' Max. 4' Max. 29 CFR Ch. XVII (7-1-07 Ediflon) � 1 / / 3/4 / MULTIPLE BENCH 3. All excavations 8 feet or less in depth which have unsupported vertically sided lower por- tions shall have a maximum vertical side of 31/2 feet. IA8' Max. 3/4 1 (A'ax. UNSUPPORTED VERTICALLY SIDED LOWER PORTION —MAXIMUM 8 FEET IN DEPTH All excavations more than 8 feet but not more than 12 feet in depth which unsupported vertically sided lower portions shall have a maximum allowable slope of 1:1 and a maximum vertical side of 31h feet. 378 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B UNSUPPORTED VERTICALLY SIDED LOWER PORTION —MAXIMUM 12 FEET IN DEPTH All excavations 20 feet or less in depth which have vertically sided lower portions that are supported or shielded shall have a maximum allowable slope of 9/4:1. The support or shield sys- tem must extend at least 18 inches above the top of the vertical side. Suimort or shield system I OP id 20' Max. 3/4 18" Min. Total height of vertical side SUPPORTED OR SHIELDED VERTICALLY SIDED LOWER PORTION 4. All other simple slope, compound slope, and vertically sided lower portion excavations shall be in accordance with the other options permitted under § 1926.652(b). B-1.2 Excavations Made in Type B Soil 1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable slope of 1:1. SIMPLE SLOPE 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of 1:1 and maximum bench dimensions as follows: 379 Pt. 1926, Subpt. P, App. B 29 CFR Ch. XVII (7-1-07 Edition) This bench allowed in cohesive soil only. 1 20' Max 1 1 4' i Max. i SINGLE BENCH i This bench allowed in cohesive soil only i i 20' Max. � �( 4' . Maxw i 1 4' Max. i MULTIPLE BENCH 3. All excavations 20 feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All such excavations shall have a maximum allowable slope of 1:1. Support or shield system 20 Max. 1 8" Min. Total height of vertical side VERTICALLY SIDED LOWER PORTION 4. All other sloped excavations shall be in accordance with the other options permitted in §1926.652(b). B-1.3 Excavations Made in Type C Soil 1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable slope of l%:1. 380 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B 20' Max. �1 1 �} SIMPLE SLOPE 2. All excavations 20 feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All such excavations shall have a maximum allowable slope of 11h:1. Support or shield system 20' HaX. 18" Min. Total height of vertical side VERTICAL SIDED LOWER PORTION 3. All other sloped excavations shall be in accordance with the other options permitted in §1926.652(b). B-1.4 Excavations Made in Layered Soils . 1. All excavations 20 feet or less in depth made in layered soils shall have a maximum al- lowable slope for each layer as set forth below. 381 Pt. 1926, Subpt. P, App. B a OVER A C OVER A C OVER B 382 29 CFR Ch. XVII (7-1-07 Edition) a zc A3/4 13 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. C A OVER B A OVER C 8 �1 C � 1 A B OVER C 2. All other sloped excavations shall be in accordance with the other options permitted in §1926.652(b). APPENDIX C TO SUBPART P OF PART (b) Soil Classification. In order to use the 1926—TIMBER SHORING FOR TRENCHES data presented in this appendix, the soil type or types in which the excavation is made (a) Scope. This appendix contains informa- must first be determined using the soil clas- tion that can be used timber shoring is pro- sification method set forth in appendix A of vided as a method of protection from cave- subpart P of this part. ins in trenches that do not exceed 20 feet (6.1 (c) Presentation of Information. Information m) in depth. This appendix must be used is presented in several forms as follows: when design of timber shoring protective (1) Information is presented in tabular systems is to be performed in accordance form in Tables C-1.1, C-1.2, and C-1.3, and Ta- with § 1926.652(c)(1). Other timber shoring bles C-2.1, C-2.2 and C-2.3 following para- configurations; other systems of support graph (g) of the appendix. Each table pre - such as hydraulic and pneumatic systems; sents the minimum sizes of timber members and other protective systems such as slop- to use in a shoring system, and each table ing, benching, shielding, and freezing sys- contains data only for the particular soil tems must be designed in accordance with type in which the excavation or portion of the requirements set forth in §1926.652(b) and §1926.652(c). 383 Pt. 1926, Subpt. P, App. C the excavation is made. The data are ar- ranged to allow the user the flexibility to se- lect from among several acceptable configu- rations of members based on varying the horizontal spacing of the crossbraces. Stable rock is exempt from shoring requirements and therefore, no data are presented for this condition. (2) Information concerning the basis of the tabular data and the limitations of the data is presented in paragraph (d) of this appen- dix, and on the tables themselves. (3) Information explaining the use of the tabular data is presented in paragraph (e) of this appendix. (4) Information illustrating the use of the tabular data is presented in paragraph (f) of this appendix. (5) Miscellaneous notations regarding Ta- bles C-1.1 through C-1.3 and Tables C-2.1 through C-2.3 are presented in paragraph (g) of this Appendix. (d) Basis and limitations of the data—(1) Di- mensions of timber members. (1) The sizes of the timber members listed in Tables C-1.1 through C-1.3 are taken from the National Bureau of Standards (NBS) report, "Rec- ommended Technical Provisions for Con- struction Practice in Shoring and Sloping of Trenches and Excavations." In addition, where NBS did not recommend specific sizes of members, member sizes are based on an analysis of the sizes required for use by ex- isting codes and on empirical practice. (ii) The required dimensions of the mem- bers listed in Tables C-1.1 through C-1.3 refer to actual dimensions and not nominal di- mensions of the timber. Employers wanting to use nominal size shoring are directed to Tables C-2.1 through C-2.3, or have this choice under §1926.652(c)(3), and are referred to The Corps of Engineers, The Bureau of Reclamation or data from other acceptable sources. (2) Limitation of application. (f) It is not in- tended that the timber shoring specification apply to every situation that may be experi- enced In the field. These data were developed to apply to the situations that are most commonly experienced in current trenching practice. Shoring systems for use in situa- tions that are not covered by the data in this appendix must be designed as specified in § 1926.652(c). (ii) When any of the following conditions are present, the members specified in the ta- bles are not considered adequate. Either an alternate timber shoring system must be de- signed or another type of protective system designed In accordance with §1926.652. (A) When loads Imposed by structures or by stored material adjacent to the trench weigh in excess of the load imposed by a two - foot soil surcharge. The term "adjacent" as used here means the area within a horizontal distance from the edge of the trench equal to the depth of the trench. 29 CFR Ch. XVII (7-1-07 Edition) (B) When vertical loads imposed on cross braces exceed a 240-pound gravity load dis- tributed on a one -foot section of the center of the crossbrace. (C) When surcharge loads are present from equipment weighing in excess of 20,000 pounds. (D) When only the lower portion of a trench is shored and the remaining portion of the trench is sloped or benched unless: The sloped portion is sloped at an angle less steep than three horizontal to one vertical; or the members are selected from the tables for use at a depth which is determined from the top of the overall trench, and not from the toe of the sloped portion. (e) Use of Tables. The members of the shor- ing system that are to be selected using this information are the cross braces, the uprights, and the wales, where wales are re- quired. Minimum sizes of members are speci- fied for use in different types of soil. There are six tables of information, two for each soil type. The soil type must first be deter- mined in accordance with the soil classifica- tion system described in appendix A to sub- part P of part 1926. Using the appropriate table, the selection of the size and spacing of the members is then made. The selection is based on the depth and width of the trench where the members are to be installed and, in most instances, the selection is also based on the horizontal spacing of the crossbraces. Instances where a choice of horizontal spac- ing of crossbracing is available, the hori- zontal spacing of the crossbraces must be chosen by the user before the size of any member can be determined. When the soil type, the width and depth of the trench, and the horizontal spacing of the crossbraces are known, the size and vertical spacing of the crossbraces, the size and vertical spacing of the wales, and the size and horizontal spac- ing of the uprights can be read from the ap- propriate table. (f) Examples to Illustrate the Use of Tables C- 1.1 through C-1.3. (1) Example 1. A trench dug in Type A soil is 13 feet deep and five feet wide. From Table F1.1, for acceptable arrange- ments of timber can be used. Arrangement #B1 Space 4x4 crossbraces at six feet hori- zontally and four feet vertically. Wales are not required. Space 3x8 uprights at six feet horizontally. This arrangement is commonly called "skip shoring." Arrangement#B2 Space 4x6 crossbraces at eight feet hori- zontally and four feet vertically. Space 8x8 wales at four feet vertically. 384 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. C Space 2x6 uprights at four feet hori- zontally. Arrangement #B3 Space 6x6 crossbraces at 10 feet hori- zontally and four feet vertically. Space 8x10 wales at four feet vertically. Space 2x6 uprights at five feet hori- zontally. Arrangement #B4 Space 6x6 crossbraces at 12 feet hori- zontally and four feet vertically. Space 1040 wales at four feet vertically. Spaces 3x8 uprights at six feet hori- zontally. (2) Example 2. A trench dug in Type B soil in 13 feet deep and five feet wide. From Table C-1.2 three acceptable arrangements of members are listed. Arrangement #B1 Space 6x6 crossbraces at six feet hori- zontally and five feet vertically. Space 8x8 wales at five feet vertically. Space 2x6 uprights at two feet hori- zontally. Arrangement #B2 Space 6x8 crossbraces at eight feet hori- zontally and five feet vertically. Space 10x10 wales at five feet vertically. Space 2x6 uprights at two feet hori- zontally. Arrangement #B3 Space 8x8 crossbraces at 10 feet hori- zontally and five feet vertically. Space 1042 wales at five feet vertically. Space 2x6 uprights at two feet vertically. (3) Example 3. A trench dug in Type C soil is 13 feet deep and five feet wide. From Table C-1.3 two acceptable arrange- ments of members can be used. Arrangement #B1 Space 8x8 crossbraces at six feet hori- zontally and five feet vertically. Space 1042 wales at five feet vertically. Position 2x6 uprights as closely together as possible. If water must be retained use special tongue and groove uprights to form tight sheeting. Arrangement #B2 Space 840 crossbraces at eight feet hori- zontally and five feet vertically. Space 1242 wales at five feet vertically. Position 2x6 uprights in a close sheeting configuration unless water pressure must be resisted. Tight sheeting must be used where water must be retained. (4) Example 4. A trench dug in Type C soil is 20 feet deep and 11 feet wide. The size and spacing of members for the section of trench that is over 15 feet in depth is determined using Table C-1.3. Only one arrangement of mem- bers is provided. Space 840 crossbraces at six feet hori- zontally and five feet vertically. Space 1242 wales at five feet vertically. Use 3x6 tight sheeting. Use of Tables C-2.1 through C-2.3 would fol- low the same procedures. (g) Notes for all Tables. 1. Member sizes at spacings other than in- dicated are to be determined as specified in §1926.652(c), "Design of Protective Systems." 2. When conditions are saturated or sub- merged use Tight Sheeting. Tight Sheeting refers to the use of specially -edged timber planks (e.g., tongue and groove) at least three inches thick, steel sheet piling, or similar construction that when driven or placed in position provide a tight wall to re- sist the lateral pressure of water and to pre- vent the loss of backfill material. Close Sheeting refers to the placement of planks side -by -side allowing as little space as pos- sible between them. 3. All spacing indicated is measured center to center. 4. Wales to be installed with greater di- mension horizontal. 5. If the vertical distance from the center of the lowest crossbrace to the bottom of the trench exceeds two and one-half feet, uprights shall be firmly embedded or a mudsill shall be used. Where uprights are embedded, the vertical distance from the center of the lowest crossbrace to the bot- tom of the trench shall not exceed 36 inches. When mudsills are used, the vertical dis- tance shall not exceed 42 inches. Mudsills are wales that are installed at the toe of the trench side. 6. Trench jacks may be used in lieu of or in combination with timber crossbraces. 7. Placement cf crossbraces. When the vertical spacing of crossbraces is four feet, place the top crossbrace no more than two feet below the top of the trench. When the vertical spacing of crossbraces is five feet, place the top crossbrace no more than 2.5 feet below the top of the trench. 385 co co M TABLE C-1.1 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE A Pa = 25 X H + 72 psf (2 ft Surcharge) ** DEPTH WALES OF TRENCHkRIZ. WIDTH OF TRENCH FEET PERT. PERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP TO UP TO (FEET) CING SPACING SIZE SPACING FEETEET 4 6 9 2 (FEET) (IN) (FEET) TO Not 4X4 4X4 4X6 6X6 6X6 4 R 2X6 TO Not TO 8 4X4 4X4 4X6 6X6 6X6 4 Re 'd --- 2X8 UP TO 10 10 4X6 4X6 I 4X6 6X6 4 8X8 4 2X6 I UP TO 12 4X6 4X¢ 6X6 6X6 6X6 4 8X8 4 2X6 UP TO Not 10 6 4X4 4X4 4X6 6X6 6X6 4 R ' UP TO TO 8 4X6 4X6 6X6 6X6 6X6 4 8X8 4 2X6 UP TO 15 10 6X6 6X5 6X6 6X8 6X8 4 8XIO 4 2X6 UP TO 12 6X6 6X6 6X6 6X8 6X8 4 1OX10 4 UP TO 15 6 6X6 6X6 6X6 6X8 6X8 4 6X8 4 3X6 UP TO TO 8 6X6 6X6 6X6 6X8 6X8 4 8X8 4 3X6 UP TO 20 10 x 8X8 8X8 QX8 8XI01 4 8XIO a UP TO 2 8X8 8X8 8X8 8X8 8X10 1 4 1,10XIO 1 4 1 3X6 OVER 20 t SEE NOTE i * Mixed oak or equivalent with a bending strength not less than 850 psi. ** Manufactured members of equivalent strength may by substituted for wood. Ic W Co TABLE C-1.2 TILER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE B P a - 45 X H + 72 psf (2 ft. Surcharge) DEPTHSIZE (ACTUAL) AND - ** CROSS BRACES UPRIGHTS WALES OF TRENCH HORIZ. W FEET VERT. VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP TO (FEET) SPACING SPACING SIZE SPACING (FEET) (FEET) 4 6 9 12 15 (FEET) (IN) (FEET) CLOSE 2 3 UP TO 5 6 4X6 4X6 6X6 6X6 6X6 5 6X8 5 2X6 UP TO TO 6X6 6X6 6X6 6X8 6X8 5 8X10 1 5 UP TO 10 10 6X6 6X6 6X6 6X8 6X8 5 1OX10 5 2X6 See Note I UP 10 6TO 6X6 6X6 6X6 6X8 6X8 5 8X8 5 2X6 UP TO TO 8 6X8 6X8 6X8 8X8 8X8 5 1OX10 5 2X6 UP TO 15 5 1OX12 5 2X6 See Note 1 UP TO 15 6 6X8 6X8 6X8 8X8 8X8 5 8X10 5 3X6 UP To TO 8 8X8 8X8 8X8 8X8 8X10 5 1OX12 5 3X6 UP TO 10 8X10 RXIO 8X10 8X10 1OX10 5 12X12 5 3X6 20 See Note 1 OVER 20 SEE NOTE 1 * Mixed oak or equivalent with a bending strength not less than 850 psi. ** Manuf matured members of equivalent strength may by substituted for wood. W, W co co TABLE C-1.3 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE C P - 80 X H . 72 psf (2 ft. Surcharge) a DEPTH N F R ** OF CROSS BRACES UPRIGHTS TRENCH HORIZ. WIDTH OF TRENCH (FEET) MAXIMUM ALLOWABLE HORIZONTAL SPACING (FEET) SPACING UP TO UP TO UP TO UP TO UP TO SPACING SIZE SPACING FEET See Not 2 CLOSE (FEET) 4 6 9 12 15 FEET IN. (FEET) UP TO 5 6 6X8 6X8 6X8 8X8 8X8 5 8X10 5 2X6 UP TO TO 8 8X8 8X8 8X8 8X8 8X10 5 1OX12 5 2X6 UP TO 10 10 8X10 8X10 8X10 8X10 1OX10 5 12X12 5 2X6 See Note 1 UP TO 10 6 8X8 8X8 8X8 8X8 8X10 5 1OX12 5 2X6 UP TO TO 8 SX10 8X10 8X10 8X10 1OX10 5 12X12 5 2X6 See 15 Note 1 See Note 1 UP TO 15 6 8X10 8X10 8X10 8X10 1OX10 5 12X12 5 3X6 See Note I .TO See PO Note 1 See Note 1 OVER 20 SEE NOTE 1 * Mixed Oak or equivalent with a bending strength not less than 850 psi. ** Manufactured members of equivalent strength may be substituted for wood. Y L_.v. � w; _.._,w ..u_, ,.�...: ��_.._am� �,. � _ „__ .._,M I . - 1. _ . � a i ., w co CO TABLE C-2.1 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE A P a o 25 X H t 72 psf (2 ft. Surcharge) DEPTH SIZE S4 ** OF CROSS BRACES UPRIGHTS TRENCH •HORIZ. WIDTH OF VERT VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP'TO UP TO (FEET) SPACING SPACING SIZE SPACING FEET CLOSE 4 5 6 8 (FEET) 4 FEET UP TO Not Not 5 6 4X4 4X4 4X4 4X4 4X6 4 Req'd Reg'd, 4X6 UP TO eq TO 8 4X4 4X4 4X4 4X6 4X6 4 Rd Regt d 4X8 UP TO 10 4X6 4X6 4X6 6X6 6X6 4 8X8 4 4X6 UP12TO 4X6 4X6 4X6 6X6 6X6 4 8X8 4 4X6 10 UP TO 6 4X4 4X4 4X4 6X6 6X6 4 Req d NOV R d 4X10 UP TO TO 8 4X6 4X6 4X6 6X6 6X6 4 6X8 4 4X6 UP TO 10 6X6 6X6 6X6 6X6 6X6 4 8X8 4 4X8 15 P TO 12 6X6 6X6 6X6 6X6 6X6 4 8X10 4 4X6 4X10 YT0 15 6 6X6 6X6 6X6 6X6 6X6 4 6X8 4 3X6 UP TO TO 8 6X6 6X6 6X6 6X6 6X6 4 8X8 4 3X6 4X12 P10 TO 20 6X6 6X6 6X6 6X6 6X8 4 8X10 4 3X6 UP TO 12 6X66X6 6X6 6X8 6X8 4 8X12 4 3X6 4X12 OVER SEE NOTE 1 20 * Douglas fir or equivalent with a bending strength not less than 1500 psi. ** Manufactured members of equivalent strength may be substituted for wood. O� w W CD O TABLE C-2.2 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE B P - 45 X H t 72 psf (2 ft. Surcharge) a DEPTH SIZE, S4S) AND SPACING OF MEMBERS ** OF rRnss RRACPS WALES UPRIGHTS TRENCH HORIZ. WIDTH OF TRENCH FEET VERT. VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP TO UP TO (FEET) SPACING SPACING SIZE SPACING (FEET) (FEET) 4 6 9 12 15 (FEET) (I141) CLOSE 2 3 4 6 UP TO 5 6 4X6 4X6 4X6 6X6 6X6 5 6X8 5 4X82 4X12 UP TO TO 8 4X6 4X6 6X6 6X6 6X6 5 8X8 5 3X8 4X8 UP TO 10 4X6 4X6 6X6 6X6 6X8 5 8X10 5 4X8 10 See Note 1 UP TO 10 6 6X6 6X6 6X6 6X8 6X8 5 8X8 5 3X6 4X10 UP TO TO 8 6X8 6X8 6X8 8X8 8X8 5 1OX10 5 3X6 4X10 UP TO 15 10 6X8 6X8 8X8 8X8 8X8 5 1OX12 5 3X6 4X10 See Note 1 UP TO 15 6 6X8 6X8 6X8 6X8 8X8 5 8X10 5 4X6 UP TO TO 8 6X8 6X8 6X8 8X8 8X8 5 1OX12 5 4X6 UP TO 20 10 8X8 I 8X8 8X8j 8X8 BXB 5 12X12 5 4X6 See Note 1 OVER 20 SEE NOTE 1 * Douglas fir or equivalent with a bending strength not less than 1500 psi. ** Manufactured members of equivalent strength may be substituted for wood. Y N 0o �y p �Z po p d d ag m tjj �Nb x p C] nbb e o Cn p, pub : — M C xa CD 0 y p m p n 0 m ❑ 0 0 , p as oa C,y Cp F+ EZ m m o p p, CD Coa N 'r� OpS p b H GC CY ba CD CD p C] „ ��"� O m CD�p Py'1m tr a s � o a s P mro. o N m dmm IDO N , P Cf p 0 F rn C a 0 ry m J pas,D o C °O �D CD O�qCD P R O n 9O R P - " CD m r C1, 0 � E PM Ct $0 rrt TABLE C-2.3 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE C Pa . 80 X H i 72 psf (2 ft. Surcharge) DEPTH ** OF UPRIGHTS HORI2. WIDTH OF VERT, VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING TRENCH (FEET) SPACING UP TO UP TO UP TO UP TO UP TO SPACING SIZE SPACING (FEET) CLOSE (FEET) 4 6 9 12 15 FEET FEET UP TO 6X6 6X6 6X6 6X6 8X8 5 8X8 5 3X6 5 6 UP TO 6X6 6X6 6X6 8X8 8X8 5 1OX10 5 3X6 TO 8 UP TO IO 10 6X6 6X6 8X8 8X8 8X8 5 1OX12 5 3X6 See Note 1 UP TO 10 6X8 6X8 6X8 8X8 8X8 5 1OX10 5 4X6 UP TO TO a 8X8 8X8 8X8 8X8 8X8 5 12X12 5 4X6 15 Note I See Note I UP TO 15 6 8X8 8X8 8X8 8X10 8XIO 5 1OX12 5 4X6 See TO Note 1 See 20 Note 1 ee ote 1 OVER 20 SEE NOTE 1 * Douglas fir or equivalent with a bending strength not leas than 1500 psi. ** Manufactured members of equivalent strength may be substituted for wood. A! 0. CA Q Q D .O u Pt. 1926, Subpt. P, App. D 29 CFR Ch. XVII (7-1-07 Edf ion) ALUMINUM HYDRAULIC SHORING TYPICAL INSTALLATIONS FIGURE NO. 1 FIGURE N0. 2 o"Im HTD 4� 16 wNRq �HrD� ula i. (�� NACMW (H'fIM RYYIpl101 % XO IZO HORIZONTAL fPACIXS AG S►CIX I" NAX. VERTICAL S PA CXG A' NA%.I�J`�"*7' 2' NAR. FIGURE NO. 3 n: n1 A% N.. V {S1�OLRD1 'T, SQ O+ O� VERTICAL .PA CISS A- MAR. 2' MAR. VERTICAL RAIL VERTICAL RAIL 16" HYDRAULIC CYLINDER VERTICAL S PACIXS A' NA%X2K FIGURE NO. 4 ALUA AUUC SNOMq I..fR Afu rt a HORIZONTAL SPACING VERTICAL RAIL 2' MAX. XYORAULIC r C TLINDER VERTICAL S PACINa 394 HYDRAULIC CYLINDER PLYWOOD UPRIGHT SHEETING HYDRAULIC C TLIHDER CAD w cn TABLED - 1.1 ALUMINUM HYDRAULIC SHORING VERTICAL SHORES FOR SOIL TYPE A HYDRAULIC CYLINDERS WIDTH OF TRENCH (FEET) DEPTH MAXIMUM MAXIMUM OF HORIZONTAL VERTICAL TRENCH SPACING SPACING UP TO 8 OVER 8 UP OVER 12 UP TO 12 TO 15 (FEET) (FEET) (FED OVER 5 UP TO 8 10 OVER 10 8 4 2INCH 2INCH 3INCH UP TO DIAMETER DIAMETER DIAMETER 15 NOTE (2) OVER 15 7 UP TO 20 OVER 20 NOTE (1) Footnotes to tables, and general notes on hydraulic shoring, are found in Appendix D, Item (g) Note (1): See Appendix D, Item (g) (1) Note (2): See Appendix D, Item (g) (2) PA %0 N P N c Cr 13 �r .0 13 13 w cc 00 TABLED - 1.4 ALUMINUM HYDRAULIC SHORING WALER SYSTEMS FOR SOIL TYPE C WALES HYDRAULIC CYLINDERS TIMBER UPRIGHTS DEPTH WIDTH OF TRENCH (FEET) MAX.HORIZ SPACING (ON CENTER) UP TO 8 OVER 8 UP TO 12 OVER 12 UP TO 15 SOLD 2 Fr, 3 Fr. OF TRENCH VERTICAL SPACING SECTION MODULUS NORM CYLINDER HOAR. CYLINDER HORIZ CYLINDER (FEET) (FEET) (IN') SPACING DIAMETER SPACING DIAMETER SPACING IDIAMETER OVER 5 UP TO 4 3.5 6.0 2 IN 6.0 2 IN NOTE 2 6.0 3IN 3x12 7.0 6.5 2 IN 6.5 2IN NOTE(2) 6.5 3IN - - 14.0 10.0 3IN 10.0 3IN 10.0 3IN 10 OVER 3.5 4.0 2 IN 4.0 NOTE 2 4.0 3 IN 7,0 5.5 3IN 5.5 3IN 5.5 3IN 10 UP TO 4 3x12 - - 14.0 8.0 3IN 8.0 3IN 8.0 3IN 15 OVER 3.5 3.5 2 IN 3.5 NOTB 2 3.5 3 IN 7.0 5.0 3IN 5.0 3IN 5.0 3IN 15 UPTO 4 3x12 -. 14.0 6.0 IN 6.0 3IN 6.0 3IN 20 OVER 20 NOTE (1) Footnotes to tables, and general notes on hydraulic shoring, are found in Appendix D, Item (g) Notes (1): See Appendix D, item (g) (1) Notes (2): See Appendix D, Item (g) (2) • Consult product manufacturer and/or qualified engineer for Section Modulus of available wales. u Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. E APPENDIX E TO SUBPART P OF PART 1926-ALTERNATIVES TO TIMBER SHORING Figure 1. Aluminum Hydraulic Shoring 1S° M VER1 SPAC 41 MA ATICAL RAIL YDRAULIC CYLINDER Figure 2. Pneumatic/hydraulic Shoring 0 0 0 4 0 O O O O 399 29 CFR Ch. XVII (7-1-07 Edition) Pi. 1926, Subpt. P, App. F Figure 3. Trench Jacks (Screw Jacks) Figure 4. Trench Shields APPENDIX F TO SUBPART P OF PART part P for excavations 20 feet or less in 1926—SELECTION OF PROTECTIVE depth. Protective systems for use in exca- SYSTEMS vations more than 20 feet in depth must be designed by a registered professional engi- The following figures are a graphic sum- neer in accordance with §1926.652 (b) and (c). mary of the requirements contained in sub- 400 Occupational Safety and Health Admin., labor Is the excavation more -than 5 feet in depth? Is there potential for cave-in? " Excavation may be made with vertical sides. Excavation must be sloped, shored, or shielded. Pt. 1926, Subpt. P, App. F Is the excavation entirely in stable rock? slo in Shoring or shielding se acted. selected. Go to Figure 2 Go to Figure 3 FIGURE 1 - PRELIMINARY DECISIONS 401 Page Intentionally Left Blank