Loading...
HomeMy WebLinkAboutResolution - 2012-R0012 - Contract - Merryman Excavation Inc.- Sewer Extension - 01/12/2012Resolution No. 2012—R0012 January 12, 2012 Item No. 5.14 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract No. 10282 for South Lubbock Sanitary Sewer Extension Phase 1 -Bid Package A, by and between the City of Lubbock and Merryman Excavation, Inc. of Woodstock, Illinois, 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 January 12, 2012 TOM MARTIN, MAYOR ATTEST. Rebe ca. Garza, City Secretar)U APPROVED AS TO CONTENT: M sa eed, P.E., Chief Operating Officer APPROVED AS TO FORM: i Chad Weaver, Assistant City Attorney ww:ccdocs/RES.Contract-Merryman Excavation, Inc. December 19, 2011 r BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: 11 CITY OF LUBBOCK SPECIFICATIONS FOR South Lubbock Sanitary Sewer Extension Phase 1 - Bid Package A RFP 12-10282-MA CONTRACT # 10282 PROJECT NUMBER: 92178 Plans and specifications can be viewed online and downloaded from WWW.BIDSYNC.COM at no cost. Or at offeror's expense plans and specifications can be obtained from The Reproduction Company www.thereproductioncompany.com (806)763-7770. 2Dl --�- 90-D [ �- � city boc TEXAS CITY OF LUBBOCK Lubbock, Texas Page Intentionalty Left Blank ADDEDNUM(S) ADDENDUM # 2 South Lubbock Sanitary Sewer Extension Phase 1 - Bid Package A RFP 12-10282-MA DATE ISSUED: October 28, 2011 CLOSE DATE & TIME: November 8, 2011 @ 2:00 PAL 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. Offerors are invited to review the following: 1) Final completion days have been added. Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within (120) (One Hundred and Twenty) CONSECUTIVE CALENDAR DAYS with FINAL COMPLETIQN with�_30 (Thk0 consecutive calendar days after'substantial c6mp1etio'n Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $1,000.00 (One Thousand Dollars and No Cents) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. 2) Below are questions that were discussed during the pre -bid meeting and the response to those questions. Q. Will there be additional railroad insurance or flagmen requirements on the PYCO property? A. There will not be additional insurance requirements. The contractor will be responsible for providing their own flagmen during construction operations within 25-feet of the railroad track. Q. For critical work (i.e. bypass pumping, connection to head works, etc.) can work hours be extended? A. Work hours may be extended with 48 hours of notification to the City. Q. Does the fiberglass sewer pipe need to be greater pipe stiffness inside the casing? A. The specification does not call for a stiffer pipe inside the casing. The contractor will be required to submit shop drawings with pipe stiffness calculations based on Specification 02660 All requests for additional information or clarification must be submitted in writing and directed to: ADDENDUM #1 South Lubbock Sanitary Sewer Extension Phase 1 - Bid Package A RFP 11-10282-MA DATE ISSUED: October 20, 2011 CLOSE DATE & TiME: November 8, 2011 @ 2:00 RNL The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please be advised: The pre -conference meeting has been moved to the following location: The City of Lubbock, Southeast Water Reclamation Plant, located at 3603 Guava Street, Lubbock, Texas. The pre -conference time will remain the same. All requests -for additional information or clarification must be submitted in writing and directed to: City of Lubbock Marta Alvarez, Director of Purchasing & Contract Management P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Emailed to inalvarez a,mylubbock.us THANK YOU, MtV4 Av"Wj Director of Purchasing & Contract Management It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the Citv of Lubbock Director of Purchasing & onn c Management if any language, requirements. etc., or anv combinations thereof. inadvertently restricts or limits the requirements stated in this rrB 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 bid close date. A review of such notifications will be made. ADDENDUM # 3 South Lubbock Sanitary Sewer Extension Phase 1 - Bid Package A RFP 12-10282-MA DATE ISSUED: November 5, 2011 CLOSE DATE & TIlVIE: November 8, 2011 @ 2:00 PAL 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. Offerors are invited to review the following: 1) Questions & Answers asked on Bidsync.com. Question 1 The specs call for silenced pumps where needed, since this job is not surrounded by a residential area is it necessary to have enclosed pumps (Silenced) ? In my opinion it is better to hear the pumps from the Owner and Contractor in this case so they will know everything is running. Answer This project will not require silenced pumps for the bypass pumping operations. Question 2 Do the pumps have to be headed together? If they don't then we will have a lot of pipes on the ground, if they do then we will have to have a large diameter pipe coming off of our header; possibly fused HDPE pipe. Then you run into issues getting the pipes to fit into the wet well unless we can utilize multiple inlets into the wet well. Answer Neither the Engineer nor City is dictating a bypass pumping configuration. The Contractor shall submit a bypass pumping plans in accordance with Sheet C 4 and specification 02750. There are multiple locations for discharge into the upper wet well. Question 3 The specs call for one back up pump for each size on site, do you want to stick with one pump or one per set up? We will have to set up multiple pumps at each manhole. Initial numbers lead me to believe that we will need 5 pumps per manhole set up (4 - 3000GPM 12" pumps, and 1 - 1500GPM 8" pump), a rather large set up to bypass 40MGD. We would probably want one pump on standby per set of pumps making it 12 pumps on site total. Answer Only one (1) stand-by pump for each size pump will be required for the bypass pumping operations per Specification 02750. The Junction Structure Replacement pay item shall also include installation of the two manholes at JS-1 Sta. 0+14.00 and JS-1 Sta. 0+28.23. City of Lubbock Marta Alvarez, Director of Purchasing & Contract Management P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Emailed to malvarez rr tnylubbock.us THANK YOU, WAV4 4w4ef Director of Purchasing & Contract Management It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Director of Purchasing & Contract Management if any language, requirements, etc., or any combinations thereof. inadvertently restricts or limits the requirements stated in this ITB 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 bid close date. A review of such notifications will be made. Question 4 What is the Average Daily Flow and Monthly Peak Flow currently and last December and January? Once we know these numbers can we set up the pump operation to cover the already seen peak and have the other pumps set in place but without the suction hose dropped into the wetwell? This will help with spacing for the use of the float systems for the primary pumps. The maximum amount of pumps that need to be on float systems is 2, the third pump will need a high level on and off only, and the other two will need to be manually hooked up to discharge pipe and turned on until rain event is over. This keeps the checks and balances on the pumps and will have someone on site for the duration of the event. Answer The following flows are based on recent City flow records for the entire headworks facility: Average Peak Daily Flow Flow GD GD October 19 35.2 2011 December 18.7 20.09 2010 January 18.57 30.98 2011 Question 5 Can we use lay flat hose for the 8" pump since it will be for an emergency event? Answer Lay flat hoses will be allowed for the bypass pumping operations as long as the meet the pressure requirements for the pumps. Question 6 The Cap listed for flows on each line is 62MGD on the 30" Line and 35MGD on the 27" Line, are these caps even possible and should we consider this because it is 89MGD? Just something I feel should be asked. I assume we need to provide for the MAX of 40MGD Answer The design intent is for the contractor to size the bypass pumping system based on the Qmax provided on sheet C 4. Question 7 We are looking at the option of putting a header at each manifold with a 30 inch HDPE pipe running to the headworks requiring 60 inches of discharge space is the another access point to the wet well for this option. Answer There is multiple existing discharge points available at the headworks upper wet well including floor drains and access hatches that vary in size. Question 8 Bid Item No. 5 calls for the construction of a 220 LF tunnel. On Plan Sheet C-2, this Bid Item is identified in Stage E. The construction sequencing notes on sheet C2 state that Stage E work cannot begin until Stage B is completed. We are assuming that the 220 LF tunnel in Stage E can be constructed while Stage B work is occurring, since it needs to be installed prior to the 54" sewer pipe and does not affect any existing flows. Is this correct? Answer The 220 linear feet of tunnel may be constructed during any work stage. The gravity sanitary sewer pipe may not be laid until stage B is complete. Question 9 On Plan Sheet C-4, Bypass Pumping is not identified for the 24" (Phase B) gravity sewer. We are assuming that the existing valve on the 24" line will be closed and that Bypass Pumping will not be necessary for the 24" line. Is this correct? Answer Correct. The 24-inch valve will be closed therefore bypass pumping for the 24-inch force main line will not be required. Question 10 On Plan Sheet C-4, a section of the 30" (Phase D) gravity sewer line will be replaced. On Plan Sheet C-4, there is no Bypass Pumping identified for this 30" line. We are assuming that the existing 30" line will not be active and that Bypass Pumping is not required for this line. Is this correct? Answer Correct, the 30-inch Plant 2 influent line will not be active during Stage D. Question 11 Specification Section 02610 has a chart for liner plate thickness, but the thicknesses have not been included. Can you please provide the thickness (gauge) required for liner plate on this project Answer Please see revised table. 2-Flanged 4-Flanged Liner Liner Tunnel Plate Plate Diamete Thickness Thickness r (gauge) (gauge) Bur De the 18 feet — 25 feet inches 78 1 12 1 10 Question 12 There are no prevailing wage rates for tunneling, excavator operators (50 tons or greater), pipe layers and carpenters. Can Bidders be provided with these prevailing wage rates for this project? Answer Use the following prevailing wage rates: Tunneling — TX20080104 Excavator Operators, pipe layers, carpenters — TX100008 and TX20080055 O' 0 Pr o .° t`3r�A ZYC,'bA ° '�� x0 OA � H> tZJ.C'A �CY'5.�; �' bA "t '� O C v�i W C m C1 N w 13 C W= N Cu `p C O CD= 'C cn C rn v, cD O m v, co ee c�P C, O I � .p � C, , b eb A �p v, �. �° ee 'ri �' :% Cy C� d m n O :0 ^r% '�•, "O (/i d Cv : C/] P ' K ice.. i� .� {'rah ell ai � � CD '3. pr `g = Op (FQ . - 0. = O ,� `� CAD O p ►AS 10 C 0' r[ i-- o O y ": .� E3 n O 0 �. CD N C CO Y .r CD C: rr O R R. Uj CS Cv r0, C3 {:r CD - G bC�� o`er K C�� y a o $CD �' �' all p. w °a co a oa c CO win °� ma CD x' Napo O co t0 r O r-+ a"�� O ,ti ... y • p CD CD CD �° � oa. +�° n>a o o Fs caDoo'er _ co 0 CD �. O P C) C1 Cr CD CD J N o v, N C ti CD CD 0 O CD,, N C' CIC1 Cp n '� N o p., d 0 C L .�' ' W C]. N .°� O CD n n r'rt. ° °0 n rfl Oq O '-' E3 CD W `x O K N r(NJ1 CD O I sr CD C O 13 Cb k C� C�. o o cD a 0 ;1. CIO W c�D ± `� � o m c`�D � � O O► n �% ^ N N_ Vim, a 0 J 0 w w "°"j C3 �• ~O °-h �' a ,Cyr- 0 P�7 0 ��y NO � p, CD n ° °� N p�� o `� P + w `Cs' Co 'C F° F O Q � CD o' w O a P Cz d C3 OrQ �CD 'O �• 5 C xv � � N C ° ` CD CDC',C* nA C', :=. N o oy Z. p C o C` Cc OOD OCCD D trom„0aIcop O CD C+ �~* , CAD pOj `O �A� v��i w , ►oh N N_ 0 is CD co o a 0 CD CD >4' n _ r O �• �° e 0 O oC/ aCO D �7- (D VOi O 0 y o '�" y CD t1 ara C ¢- r� ° O ° CD N O ° CD ro CD ~ d 0 o 0 C 0 n O O "o o� 0. P O TS O O cn W ., 0 �-' O 0 0 � � tU �'. � d �' o. CD N CD .-- CED.°CD o '� ; CURD p �' p- '8' < n m, is � p; ° C '� `� CD �°n d 0 CD y o o CD � o O CD cn CD �-* o .� a� `�P. RL � cD ° o CD as � ° J 0 0 ti Marta Alvarez, Director of Purchasing & Contract Management P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Emailed to malvarezPmylubbock.us Director of Purchasing & Contract Management It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Director of Purchasing & Contract Management if any language. mquirements. etc.. or any combinations thereof, inadvertently restricts or limits the regpirements stated in this ITB 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 bid close date. A review of such notifications will be made. No Text r ADDENDUM # 4 South Lubbock Sanitary Sewer Extension Phase 1 - Bid Package A RFP 12-10282-MA DATE ISSUED: November8, 2011 NEW CLOSE DATE & TIME: November 9, 2011 Cr,, 4:00 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. Offerors are invited to review the following: 1) The close date and time has been changed as follows: Close Date: November 9, 2011 Close Time: 4:00 p.m. 2) Attached are 2 revised sheets to answer question 18 as well as a revised measurement and payment sheet. All requests for additional information or clarification must be submitted in writing and directed to: City of Lubbock Marta Alvarez, Director of Purchasing & Contract Management P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Emailed to malvarez(c mylubbock.us THANK YOU, Director of Purchasing & Contract Management It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Director of Purchasing & Contract Management if any language. requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB 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 bid close date. A review of such notifications will be made. I PART 1-GENERAL SCOPE SECTION 01020 MEASUREMENT AND PAYMENT The following sections shall be used to define measurements and payments for this project. The unit price bid on each item as stated in the bid proposal shall include furnishing all labor, superintendence, machinery, equipment, and materials except as otherwise specified, necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications and on which no separate payment is made shall be included in the bid prices on the various pay items. Payment will not be made for any item that is not complete, including all associated incidental work. Only those items indicated on bid documents and plan sheets will be included for construction and payment. PAY ITEMS MOBILIZATION This pay item shall consist of all costs associated with move -in related equipment and labor, bid bond, performance and construction bonds and insurance related for this project. Measurement for payment shall be on a lump sum basis. OPERATIONAL AND BYPASS PUMPING PLAN This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to prepare an operational plan and bypass pumping plan as a shop drawing prior to beginning construction. The operational plan shall include, at a minimum, the contractor's sequence of construction to minimize disruption to the daily operation of the water reclamation plant. The bypass pumping plan shall include those terms identified in the plans. Measurement for payment shall be on a lump sum basis. JUNCTION STRUCTURE REPLACEMENT This pay item shall consist of all work, labor, materials, equipment; and incidentals necessary to Al replace the existing junction structure, associated piping, and manholes as shown on Sheet C 6 io the plans from JS-1 STA. 0+10 to JS-I STA 0+38.23 and from JS-2 STA. 0+00 to JS-2 STAi 0+10. Measurement for payment shall be on a lump sum basis; 063126003 MEASUREMENT AND PAYMENT 01020 - 1 Nov- I 1 P.OncE c T fyMQRl IS KOO r0 y1PVAT a PYyciEEi ; i I._ roEn ro a.E ocs rcw y+R ny�oyoyar ytw yL• A rR rnya•crpy ro xsa a Pwo yoE 9y .c - gE .oiEs ar mIa LEER: P Slab cw.vL aiciwc.L aycr. ooay vpc rw¢ .ny e c.s ,)yE ro .Eyy.x awyo../ ara owcs. 11i�IL i �Y.ECr I a fu UyOER !•• SS PR m S,w1.0ry s ayow.c a osyval. SUGGESTED EXCAVATION & �"msw aa,w SHORING SECTION — APPROX STA :`-1ft1°t'ar,+� t + Cf1y0 P SOEwnL% wS aayrwr,a TO ocso. t P fILG awc wEOD fay SMaMK • EauY.rv. rtPLACL rw as niuyayc PwayP[ .Qr 9 . - >a .oyo a ml. �c P ; 7771 o.cs ra •sc mar .[w S•' A rPE cc.a.ciow ro oEsyo� • w1Q`v`a. P n ao."`E Pwo.yoE voyr a.ouyc - „� sx yyorts a min E � ai C P W LM,MY SE1ER i l00•igy Ya Yai:Pa.OK. j C _ _. pow ro aw o.cs rt�ayss 'II_'. IyK SUGGESTED EXCAVATION & SHORING jL�2 TI N — APPR X 5TA + 0 �rt0w �c � �* sa w�i oc sa raiEs ay mim (lCilM) qr EXu5 a1 h xi#:ns ?i#�a�tr ir' S1' #?#�Y_ GVy111K1011 9�ILL tO0f1' CPSIFG LOUIgM t i w 1m 3' t— POaaPO E v.IyOM a v�aaw swu wr rotas Ensiwc rooruc. yr '-Ta1 ows ra PPE UmE 1 I 11I 1 4� �11� EmS—I—C j� f� I�__r�i.l' 1al� I._ #rn•u;.�rr-•#rurausr•:. -r•1_r -+ y� itripl::::ii relji:t•�� ' ester aar ru wxn SUGGESTED EXCAVATION &SHORING SUGGESTED EXCAVATION & SHORING "°'r'• " PP` ` '" 9G l EK•WTay 3 TION — APPR X TA 1+ 4 TI N — APPR X TA + mya, •�' Lrrs a ayour wccna SGIE' 1/•• . 1 SGtE ,/•" - 1 a aro,ll IQaMEyyEM,3. i 3 �a w 0 w NV� Q(Lw ..� �m Y Q � m IL �0z N a 5 w m X w SD201 NO x I; 11 x x x x i x x x x i x z i N pa jggj{{ �tt9 4 1 S y H ya N H Y !III I 't if � Y4, 111111 mo 4 109 b `^ wrz: a�oeEn me SOUTH LUBBOCK SANITARY SEWER V J SUGGESTED w EXTENSION - PHASE 1, BID PACKAGE A 54-IN SANITARY SEWER LINE �.a. v EXCAVATION AND>�k �� SHORING PLAN ocwo cs �: - - "°' "'�� ' 'k �'�"` .P.4 Lubbock 4 H ct .�N �p`,,ell,♦ o � tt ♦\♦♦ .?4 .♦ � w CAI \ andAnoeletimbit wMUY �. u,r�xw..n R".wor. City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP 12-10282-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 of every item listed. 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. The offeror binds himself on acceptance of his proposal to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. In case of a discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit Price will be taken." Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. 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. Clearly mark the proposal number, title, due date and time and your company name and address on the outside of the envelope or container. 5. Ensure your proposal is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late proposals will not be accepted. 6. Complete and submit the CONTRACTORS STATEMENT OF QUALIFICATIONS. 7. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 8. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm Is FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 9. Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. 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 BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. (Type or Print Company Name) rw= m Page Intentionally Left Blank u N N 1. NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. TEXAS LOCAL GOVERNMENT CODE § 271.116 4. PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. PROPOSED LIST OF SUB -CONTRACTORS 5. POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS 6. PAYMENT BOND 7. PERFORMANCE BOND 8. CERTIFICATE OF INSURANCE 9. CONTRACT 10. GENERAL CONDITIONS OF THE AGREEMENT 11. DAVIS-BACON WAGE DETERMINATIONS 12. SPECIAL CONDITIONS (IF APPLICABLE) 13. SPECIFICATIONS DIVISION 1— GENERAL REQUIREMENTS DIVISION 2 — SITE WORK DIVISION 3 — CONCRETE DIVISION 4 — NOT USED DIVISION 5 — METALS DIVISION 6-16 — NOT USED 14. APPENDICES APPENDIX A — GEOTECHNICAL REPORT IT Page Intentionally Left Blank f FT i I u 0 NOTICE TO OFFERORS Page Intentionally Left Blank : NOTICE TO OFFERORS RFP 12-10282-MA Sealed proposals addressed to Marta Alvarez, Director of Purchasing & Contract Management, City of Lubbock, Texas, will be received in the office of the Director of Purchasing & Contract Management , City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 2:00 PM on November 8, 2011or as changed by the issuance of formal addenda to all plan holders, to furnish all labor and materials and perform all work for the construction of the following described project: "South Lubbock Sanitary Sewer Extension Phase 1— Bid Package All After the expiration of the time and date above first written, said sealed proposals will be opened in the City Hall, Council Chambers, 1625 13th ST Lubbock, TX 79401 and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of the date above first written. The Contractor is only required to submit one original copy of every item listed on the Contractor LL Checklist in the proposal submittal. Proposals are due at 2:00 PM on November 8, 2011, and the City of Lubbock City Council will consider the proposals on December 1, 2011, 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 accented 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 Offerror. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offerror regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. There will be a non -mandatory pre -proposal conference on October 25, 2011 at 10:00 AM, at 1625 13t6 Street, Lubbock, Texas. �I Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded from WWW.BIDSYNC.COM at no cost. In the event of a large file size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public t libraries. Plans and specifications are also available at the Reproduction company, 806-763-7770. Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the t requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre - proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2175 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, Marta ACvareZ Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO OFFERORS Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish South Lubbock Sanitary Sewer Extension Phase 1 — Bid Package A per the attached specifications and contract documents. Sealed proposals will be received no later than 2:00 PM, November 8, 2011 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 12-10282-MA, South Lubbock Sanitary Sewer Extension Phase 1 — Bid Package A" and the proposal opening date and time. Offerors must ,also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Marta Alvarez, Director of Purchasing -' City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing Contract -- Managers Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by private courier service. Only written proposals submitted in conformance with the Instruction to Offerrors will be considered responsive and evaluated or award of a Contract. 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 2 PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non- mandatory nre-nronosal conference will be held at 10:00 AM. October 25. 2011 at 1625 13" Street, Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre - proposal meeting to offerors who do not attend the pre -proposal meeting. ADDENDA & MODIFICATIONS 3 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 �4 libraries. 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Director of Purchasing & Contract Management . ;,_. At the request of the proposer, or in the event the Director of Purchasing & Contract r� Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Director of Purchasing & Contract Management. Such addenda issued by the Director of Purchasing & Contract Management Office will be available over the Internet at htW://www.bidsync.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR - INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Director of Purchasing & Contract Management 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 Director of Purchasing & Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen 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 1 requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing & Contract Management and a t clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing & Contract Management prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Director of Purchasing & Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than seven (7) calendar days prior to the opening of proposals. 5 PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 2 r L -" 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC r , 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 an business p p P g Yt g Y arrangement with any employee, official or agent of the City of Lubbock. _ 9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY OFFERORS It is the intent of the Cityof Lubbock that all parties with an interest in submitting a proposal on the p g p p project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. 12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing & Contract Management if anlanguage, requirements, etc., or any combinations thereof, inadvertently 13 14 15 16 restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Director of Purchasing & Contract Management 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: Marta Alvarez, Director of Purchasing City of Lubbock Purchasing and Contract Management Office 1625 13`h Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: malvarez@mylubbock.us Bidsync: www.bidsvnc.com TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within One Hundred and Twenty (120) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing in accordance with the general construction sequencing specified, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some 4 detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within TWO years from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor 3 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, z individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. { 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to a maximum of ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all -' materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City 20 21 22 23 24 W reserves the right, after the proposals have been opened and before the contract has been awarded, to require of a proposer the following information: (a) The experience record of the proposer showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the proposer. (c) Equipment schedule. 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. 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. 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. 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. 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. INSURANCE 6 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. t_ 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The proposer' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction - work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor ' or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and W. 29 30 agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. PREPARATION FOR PROPOSAL 29.1 The form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be bidder shall submit his bid on forms furnished by the City, and all blank spaces in the changed for the purpose of correcting an error in the bid price. 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 29.3.1 Proposer's name 29.3.2 Proposal RFP 12-10282-MA, South Lubbock Sanitary Sewer Extension Phase 1 — Bid Package A" 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. 31 (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 carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of 9 P i 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 Maximum Point value is equal to 100 points. The weight factor is 60% for Price, 20% for Contractor Qualifications, and 20% for Safety Record. The selection criteria used to evaluate each proposal includes the following: 32.1 60% PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor = Price Score. 32.2 20% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and past experience with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum score of twenty. Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications" And any past experience with the contractor. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.3 20% SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum score of twenty. Each evaluator assigns points based upon the responses you provide in your "Safety Record Questionnaire" and the Contractors Experience Modification Ratio. The Contractor must submit this ratio with his bid. Contractors with an Experience Modification Ratio greater than 1 will receive a score of zero. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their_ rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed as well as the Experience Modification Ratio. 32.4 EVALUATION PROCESS: Evaluators independently review and score each proposal. The committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks offerors 10 accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates r discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. The estimated budget for the construction phase of this project is $1,300,000.00 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 all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind " 34. ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 34.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 35 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. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: htlp://www.gpo.gov/davisbacon/allstates.litiiil 35.4 It shall be the responsibility of the successful offeror to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 35.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. 9 L� 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. Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM Page Intentionally Left Blank PROPOSAL SUBMrrrAL FORM UN'rr PRFCE PROPOSAL CONTRACT DATE: PROJECT NUMBER: 12-10ZS2-M.A. - South Lubbock Sanitary Sewer Extension Phase I — Bid Package Proposal of , 0I 6 i22.'�..Lb..A� �G ArV�k-i7a� (hereinafter called Offero 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 South Lubbock Santtalry bew Exteaaion P as — Bid Paclta a having carefl�lly examined the plans, speccatlons, instructions to offerors, not to offerors and all other related contract documents and the site of the intended work, and being familiar with all of 1 conditions surrounding the construction of, the intended project including the availability of materials and labor, here intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the pla specifications and contract documents, within the time set forth therein and at the price stated below. The price to ca all expenses incurred in performing the work required under the contract documents. — Item I Name of Pay Item with No. Unit Price in Words Complete in Place, for the Sum of S6V6'rr1' GAOCen T_Y TT_�w Complete in Place, for the Sum of 6r�� 1l+++vDtep Sev"W r-.RAL -r►►owA40 a Amm Dollars And Z Q ,> cents Per Unit Complete in Place, for the Sum of 0,1f tiW46Lj.5 51tit f-r+thfTN�,1s�4+'Q And Z- fl Cents rr.+ r--TT Sf Estimated Quantity tJnft I Unit Bid Price Opm —71I93(A Amount Bid s -71, 63G o'31 )20•oo Is 1-7q,_ao,oy Complete in Place, for the Sum of oN ►lugaet o .rWt ONE F�uNOe�Lp S v�..is��v ----'Dollars And Z AD Cents Per Uait Complete in Place, for the Sum of otic-r0a-AS/vja ,5 , -NX414 N % a &A S ►-�-c1 �: UT -Dollars And 'Z - C-- Cents Per Unit Complete in Place, for the Suns of fZAJa 11,4hd ('ed S kj�rl" c%!/a�Dollars A.nd Cents Per unit Complete in place, for the SUM of r4eti A—uL ► - F % JL - -- — Dolly And Pc .20 _Cents Complete in Place, for the Sum of rva7y\u.noct a "Wso-Ty Dollars And Zu Cents Per Unit $1L3.It7.001$► $ I.� (a (a, o o I $_36( aCa.. 1 s Z7 o S: 00 1$ 6-6"-s70. 0 . C`a $ Z 32• oo I s i LI , M,ao Complete In Place, for the Sum of 15414 2 ►�kNn a �A Dollars And Cents Per Unit Complete in Place, for the Sum of T+N f,I.v£ 's'�S AN 0 j. aaeG4 •fie —D lla And - Z•y Cents Per Unit Complete in Place, for the Sum of Tub 0 llkg 5j *-n1• tj d--Dollars And Cents Complete In Place, for the Sum of Dollars And Z E e.0 Cents Per Unit Complete in Place, for the Sum of Twa IIL. '0 FoccO''r*/-- Dollars And 2. 6-P-0 Cents Complete in Place, for the Sum of `r' w t` u & --- — Dollars And gg—p—y Cents 3 • •l"n.��`,y�d��• •;aiyh'/M.'v •s Y�;�4:ri(,° ,•l t,� +, •E �;�, "•�y�Ri4ihla =A S y00,00 is is,- .'2v $ :, (01. o v 1 $ L_42) ' 0 0 (o, uo I $rl_S2 S. go $ 2-4a. ov I $ y 0 oo-aa $ I $ 1,8o0.0a Complete in Place, for the Sum of Dollars And E JA—o Cents Per Unit S JD q. o a ;t,� ,d, , yy'j� t t �,`�:loJ•clrl:iM;f'�17t^;•:vt'l+iittr7"w""iCi���-y7:Sar;g�LS;�,p�1:�1,;�;.t'4^.Cn��e;;i.;P=Riew4�,j��'F;�;�')�;ih.��:�:.��:»::'":r;:�� •::p"y^�' '� `�.'?.•� ���,�'+ '����^}jt•, ;r,!: itit' S; �%,�Ct 3. r'S� Y�.n<' v i,E•i ;Y�'�':. h, C;, InI ,.. �",.5 �.: ..�,•i, r,t t',,..,.6r.. ,iR. :1.4`i,� fliS! i!, , •.2a.L '�i1�5 :ty`.,, t.. 1 "G' ; p ;`Y,, , 3 • ,;:c•', ., ,,,, > ue , e w ,.. ;'��, ..s.. .." H,1.f , ,r h., nUI. �, .s ay, ., ,� � ,. 5„, n , , ,c u,rd r ' 1H a •t:e , ••, „,., cn , ^'i; �" t.;•r,•.,a.s, t id:S"1� �i i !li°ii:l�;jl'�in � �t ,m�i�!:h�t�.s;l;%: „hii;,"kr"°yet ti�h'jD,�+u,..tn,t'; f H;'` � 1' �+'i�• 4ci�'�1,� a �t�i;P;t• , 'Y/ f'^ tl ,4 i ::�.�1��i1'1', 'J.'.L�i �:!{ ' " � 'kMf � °,,i:{".., a r,...•r, ca aF,t 16.:,t. firma.,: s teal; ,�I. a Y,: tt •aur tX' _ _i ,>, , ,�, .ti ..if} ,..�,,.'t;: „• r` J., . , . Complete in Place, for the Sum of TTWi6r4-r`f •—Two TNoas ° A el- t4N.%) a 0- . © S i gy--ru» --Doll am And 77— Cents Per Unit oo I $ Z Z $ZaZ • ° o TOTAL AMOUNT DID g /, 3 99, 3 4 3 Y dQ t bno ✓- � 6►1e ?� rid /iuh�re.e4 rr�'nf A'AzT�eotict�r,at'fkrP4 fih JNJ S,j(t)%T/� r•cc. Dollars H,�•,�rj.o,ti (Total Amount Bid in Words) Offeroes Initial Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice Proceed" of the Owner and to substactially complete the project within Q01 (One Hundred and Toren CONSEC( TWE CALENDAR DAYS thereafter as stipulated in the specifications and other contract documex Offeror hereby further agrees to pay to Owner as liquidated damages the sutra of S1,000.00 (One Thousand Dollars a No Cents) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, as more fully set forth in the general conditions of the contract documents. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance w th instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any foroaality in the proposing, The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the schedulaAd closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined 1 he plans, specifications and contract documents pertaining to. the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which hre. has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety 'compai Ly, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the to amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurar ce policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to hi f �-- Offeror's huti s U 4 H Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of Stye t y IF) I C, A Dollars (S 75,coo ;ram ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. Date: 11 0 8 . 1 thorize Signature "0"' V,XCgVq�'•,� Patrick Merryman —President Se if Offeror is a Corporation)�`P �QP Oqq • �O '.Printed or Typed Name) (,.�. ST: • " TE to : SEAL ; CCampany 1998 : 1501 Lamb Rd Secr * ; ' ,iLddress /LC1N`,�,�` Woodstock McHenry Offeror acknowledges receipt of the following adde$de;,,,+++++` City, County T1 1 i n n i S 6009R Addenda No. _ 1 Date 10190 2011 State Zip Code Addenda No. �_ Date 10 Z 2 8 2011 Telephone: E1� - 3 -A7 —17C)A - j Addenda No. Date / l /S /i Fax: 815 - 3 3 7 —17 6 6 Addenda No. y Datejj/A,,/j1 Email: area. nenzaRm rrymanexcavation. cc FEDERAL TAX ID or SOCIAL SECURITY No. ._' 36-421 2930 M/WBE Firm: Woman I I Black American Native American Hispanic American I I Asian Pacific American Other (Specify) I AIA Document A310TM - 2010 CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place of business) Merryman Excavation, Inc. Fidelity and Deposit Company of Maryland 1501 Lamb Road Woodstock, IL 1400 American Lane Tower 1,19th Floor This document has important legal consequences. Consultation 60098 Schaumburg, IL 60196-105fi Schaumburg, with OWNER: an attorney is encouraged with (Name, legal status and address) respect to its completion or modification. City of Lubbock, TX 162513th Street Any singular reference to Lubbock, TX 79gi Contractor, Surety, Owner or BOND AMOUNT: * FIVE PERCENT OF AMOUNT BID*** other party shall be considered plural where applicable. PROJECT: (Name, location or address, and Project number, if any) Sanitary Sewer Extension - Lubbock, TX The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner 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. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply, to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefroin and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shalt be construed as a statutory bond and not as a common law bond. Signed and sealed this 8th day of November 2011 Q I Merryman Excays0p,_ Mml L A oA f, JJ (Principal) (Seal) ss) (Title) p c Tierryman, Pres . t Fidelityan_ epos 9mpany of Maryland _ 3 (Su ety) (Seal) (With ) (Title) Todd Schaaa. Attomev-in-Fact AIA Document A3101" —2010. Copyright ® 1963, 1970 and 2010 by The American Institute of Architects. All rights reserved. WARNING: This AIAe Init. Document Is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA° Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. t Purchasers are permitted to reproduce ten (10) copies of this document when completed. To report copyright violations of AIA Contract Documents, e-mail The American Institute of Architects' legal counsel, copyright@aia.org. 081110 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by DAVID S. HEWETT, Vice President, and GREGORY E. MURRAY, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said any, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the d b ereby nominate, constitute and appoint Thomas O. CHAMBERS and Todd SCHAAP e, sin, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal o a , and as its act and deed: any and all bonds and undertakings, and a h gs in pursuance of these presents, shall be as binding upon said Co y $ 1 I d purposes, as if they had been duty executed and acknowleI ed pany at its office in Baltimore, Md., in their own proper persons. Th�P;F a re ehalf of Thomas O. CHAMBERS, Todd SCHAAP, dated March 5, 2008. The said Assistant scertify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By- s said Company, and is now in force. IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 24th day of February, A.D. 2010. ATTEST: 'gyp 9EPps-i •o 0 a ....� s W � 4'un� State of Maryland I ss: City of Baltimore FIDELITY AND DEPOSIT COMPANY OF MARYLAND Gregory E. Murray Assistant Secretary By: David S. Hewett Vice President On this 24th day of February, A.D. 2010, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came DAVID S. HEWETT, Vice President, and GREGORY E. MURRAY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Maria D. Adamski Notary Public My Commission Expires: July 8, 2015 POA-F 184-0010 STATE OF WISCONSIN ) COUNTY OF Kenosha ) ON THIS 8th day of November 1 2011 before me, a notary public, within and for said County and State, personally appeared — Todd Schaap to me personally known, who being duly sworn, upon oath did say that he is the Attorney -in -Fact of and for the Fidelity and Deposit Company of Maryland , a corporation of Maryland . created, organized and existing under and by virtue of the laws of the State of Maryland ; that the corporate seal affixed to the foregoing within instrument is the seal of the said Company; that the seal was affixed and the said instrument was executed by authority of its Board of Directors; and the said Todd Schaap did acknowledge that he/she executed the said instrument as the free act and deed of said Company. In CONTRACTORS STATEMENT OF QUALIFICATIONS Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non- responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages �.y to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: Contractor's General Information Organization Doing Business As Merrvman Excavation Inc. —General Contra 1501 Lamb Rd Business Address of Principle Office Woodstock IL 60098 Telephone Numbers o 1 j— j j 1 —1 i v v Main Number 815 — 3 3 7 —17 0 0 Fax Number 815 — 3 3 7 —17 6 6 Web Site Address www . merrvmanexcavat i on - com Form of Business (Check One) X I A Corporation A Partnership An Individual gag Date of Incorporation 0 2/ 2 4/ 19 9 8 State of Incorporation Illinois Chief Executive Officer's Name _ N/A President's Name Patrick Merrvman Chris Noe Vice President's Name(s) Secretary's Name Tara Hoover Treasurer's Name N/A Date of Organization State whether partnership is general or limited Name Business Address Average Number of Current Full Time 75 Average Estimate of Revenue for $40� 000, 0 Employees the Current Year 7 for L Contractor's Organizational Experience Organization Doing Business As Merryman Excavation Inc .—Genereal Contr Business Address of Regional Office 1501 Lamb Rd Woodstock IL 60098 Name of Regional Office Manager N/A . Telephone Numbers Main Number 815-337-1700 Fax Number 815-337-1766 Web Site Address www . merrvmanexcavat ion . com List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related companies presently doing business: Names of Organization From Date To Date Merryman Excavation Inc. 02/24/1998 Current List of companies, firms or organizations that own any part of the organization. N/A Name of companies, firms or organization Percent Ownership N/A Years experience in projects similar to the proposed project: 13 vears As a General Contractor 13 vears I Asa Joint Venture Partner 0 Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten ears? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local, state, or federal a enc within the last five ears? No If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating litigation? NO If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? no If yes provide full details in a separate attachment. See attachment No. ctor Contractor's Proposed Key Personnel Organization Doing Business As IMerryman Excavation Inc. -General Contra( ra° C :O i Y6 :TW- Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. 1 The organization is headed by the President, Patrick Merryman who is also the sole owner of the company. Operations are guided by the Vice President, Chris Noe. Three functions report to him: Estin;ating, Field Management, and Accounting. The Chief Financial Officer is Steve Somerville. All financial issues including AR, AP, payroll, insurance, and bonding fall under his supervision. The project managers, field superintendents, and safety consultant fall under the direction of the Vice President. Project Managers have overall fiscal responsibility for the project and work in consortium with the Superintendents who manage the daily operations of the project. The Safety Consultant makes periodic inspections with the Vice President. Estimating is a separate function from operations. Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No. 2 For this project, the project management will be done by Ray Braden or Marc Harren. Ray has experience in larger diameter pipes as well as working in remote locations. The Project Superintendent will be Joe Merryman with Tim Hickey serving as the alternate. Joe has completed a project earlier this year consisting of 25,000 If of 24" DIP Watermain. He is currently finishing up 27,000 If of 42" Concrete Force Main. The Superintendent will be onsite 100 a of the time and is responsible for day to day operations, quality control and safety. The Project Manager will set the overall schedule and be the primary contact to the City for administrative issues. The Safety Consultant will make periodic visits to ensure safe operations are being conducted. All billings, waivers, insurance, and bond issues will come through the CFO, Steve Somerville. • t. y.• 8 °' E' Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, arid primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Alternate Candidate Project Manager Ray Braden Marc Harren Project Superintendent Joe --Merryman Tim Hickey Project Safety Officer Rav Braden I Marc Harren Quality Control Manager lJoe Merryman I Tim Hickey If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. attachment 2A !tor r ri III III H U U F Attar nrtrient NO. l _, Senior Estimators Marc Harren Bryan Carlson Estimators Greg Penza Tlm Golyzniak President Patrick Merryman Vice President Chris Noe Proiect Managers Ray Braden Rob Banish _ Ted Harmon Brandon Mullar John Wember Safety Consultant Gregg Swenson, PhD Field Superintendents Joe Merryman Tim Hickey Matt Sieck John Johnson Foreman Jim Limbaugh Russ Orr ! Marty Mosca Ken Olson Gary Plaza Clyde Meyer. Ryan Wilson CFO Steve Somerville Accounting Tara Hoover Casey Goldman Jennifer Graff Attachment No. 2 President Patrick Merryman Vice President Chris Noe Proiect Manners Ray Braden Marc Harren (Alternate) Safety Consultant Gregg Swenson, PhD Field Superintendents Joe Merryman Tim Hickey (Alternate) I .. Foreman Clyde Meyer Ryan Wilson CFO Steve Somerville Accounting Tara Hoover Casey Goldman Jennifer Graff 3 Ray Braden t # Project Manager Merryman Excavation, Inc. 1501 Lamb Road, Woodstock, IL 6009 Phone: 815.337.1700 / Fax 815.337.1766 Work History / Qualifications February 2007 — Current — Project Manager, Merryman Excavation, Inc. • Managed 18 site utility projects in 31 months with a total value of roughly $38 million. The largest project he completed was $4.2 million and involved a 13 acre-ft underground detention system. He continuously impresses engineers and clients with his ability to quickly understand field/engineering issues and then resolving those issues in a real and practical way. He is responsible for entire project from planning to completion. July 2005 — February 2007 — Project Superintendent, Merryman Excavation, Inc. Ran 13 projects with a cumulative value around $13.5 million. All of these projects were site utility installations. He was very hands-on with running his crew to ensure the quality of their work was nothing short of exceptional. Ray has experience in piping in depths over 30 feet, installing various types of underground detention systems, and working in dewatering situations. Day to day coordination of manpower, equipment, materials, inspections and utility conflicts. Responsible for crew safety and OSHA compliance. March 2002 — July 2005 — Foreman, Thelan Sand & Gravel • Day to day coordination of manpower, equipment, materials, inspections and utility conflicts. • Responsible for crew safety and OSHA compliance. Education Richmond -Burton Community High School Graduate Professional Affiliations, Licenses, or Reeistrations OSHA 10-hour, Trench Competent Person Laborers Local 1035 Member Pipelayer Certification — Wisconsin Qualifications Specific To This Protect • Primary Language is English • Specific: Ray has been managing projects in New Mexico, Oklahoma, Iowa, and Illinois over the past 2 years. He is accustomed to working in remote locations. Ray began his career as a pipelayer. He then moved up through foreman, Project Superintendent, and then Project Manager. Ray is very methodical in organizing and scheduling work over large distances. This year he successfully managed the installation of over 25,000 If of 24 DIP water main in Iowa. He also installed over 60,000 if of 14 PVC water transmission lines in Pittsfield, IL. Both i- projects were brought in ahead of schedule. See attached list for specific projects. Proiect Springbrook Prairie Pavillion Walmart - Manchester, MO Antioch Corporate Center Walmart Godfrey Walmart-Harvard Ft. Madison Water Trans. Huntley Sanitary Interceptor* Braun Road Storm Water* RUS Wastewater Improvements Shawnee Raw Water Line* Pittsfield Watermain* SSA #271ohnsburg Bedford Park Hotels Walmart New Mexico (U) Hanover MDWCA-New Mexico* Centegra Health Bridge CDH - Garage (U)* Huntley Force Main* Lowes Kenosha Immanuel Lutheran (U)* Clare Oaks* Grande Reserve Phase II* Shops at Fox River-Johnsburg Project Experience For Ray Braden Proiect Proiect Proiect Safety Quality Control Officer Manager CitV State Proiect Cost Manager Superintendent Jim Limbaugh Ray Braden Naperville IL $ 4,288,074.00 Ray Braden Jim Limbaugh Manchester MO $ 3,040,242.54 Ray Braden Jim Limbaugh Ray Braden Jim Limbaugh Antioch IL $ 515,899.10 Ray Braden Jim Limbaugh Ray Braden Jim Limbaugh Godfrey IL $ 1,841,887.98 Ray Braden Jim Limbaugh Ray Braden Jim Limbaugh Harvard IL $ 3,261,597.36 Ray Braden Joe Merryman Ray Braden Joe Merryman Ft. Madison IA $ 2,787,941.06 Ray Braden Joe Merryman Ray Braden Joe Merryman Huntley IL $ 1,243,018.51 Ray Braden John Johnson Ray Braden John Johnson Mt Pleasant WI $ 533,412.66 Ray Braden John Johnson Ray Braden John Johnson Hurley NM $ 1,044,816.19 Ray Braden John Johnson Ray Braden John Johnson Shawnee OK $ 6,670,252.00 Ray Braden Marty Mosca Ray Braden Marty Mosca Pittsfield IL $ 4,671,769.85 Ray Braden Russ Orr Ray Braden Russ Orr Johnsburg IL $ 539,313.70 Ray Braden Russ Orr Ray Braden Russ Orr Bedford Park IL $ 911,962.81 Ray Braden Shannon Reeves Ray Braden Shannon Reeves Santa Fe NM $ 2,443,866.77 Ray Braden Shannon Reeves Ray Braden Shannon Reeves Bayard NM $ 1,017,359.28 Ray Braden Shannon Reeves Ray Braden Shannon Reeves Huntley IL $ 1,260,840.90 Ray Braden Tim Hickey Ray Braden Tim Hickey Winfield IL $ 553,692.69 Ray Braden Tim Hickey Ray Braden Tim Hickey Huntley IL $ 2,221,204.00 lRay Braden Tim Hickey Ray Braden Tim Hickey Kenosha IL $ 1,495,363.32 Rob Banish Ray Braden Rob Banish Ray Braden Crystal Lake IL $ 1,253,743.00 Greg Penza Ray Braden Greg Penza Ray Braden Bartlett IL $ 1,171,492.00 Trevor Berg Ray Braden Trevor Berg Ray Braden Yorkville IL $ 4,193,577.56 Trevor Berg Ray Braden Trevor Berg Ray Braden Johnsburg IL $ 591,998.87 Trevor Berg Ray Braden Trevor Berg Ray Braden Page 1 of 1 ,a = '= ! ,..,.._.. 7.w Marc Harren Project Manager — Alternate Merryman Excavation, Inc. 1501 Lamb Road, Woodstock, IL 6009 Phone: 815.337.1700 / Fax 815.337.1766 Work History / Qualifications January 2005 — Current — Senior Estimator, Merryman Excavation, Inc. • Estimate and negotiate new projects. Solicit new customers and regions. • Provide value engineering and assist in re -engineering field obstacles. • Project Manager on more technically complex projects February 2004 — January 2005 — Project Manager, Merryman Excavation, Inc. • Manage multiple, concurring site utility projects from start to finish. • Responsible for overall schedule, planning, and budget of projects-. • Negotiated change orders and scope issues with Owner. • See attached list for Project Experience January 2002 — February 2004 — Project Superintendent, Merryman Excavation, Inc. • Day to day coordination of manpower, equipment, materials, inspections and utility conflicts.. • Responsible for: crew safety, OSHA compliance, production, and quality. • Served as OSHA competent person. • Coordinate testing, subcontractors, and other trades. Education Associates of Applied Science Additional Education / Seminars OHSA 10-Hour, Trench Competent Person Professional Affiliations, Licenses, or Registrations Utility Contractors License — Wisconsin Laborers Local 1035 Member Qualifications Specific To This Proiect Primary Language is English General: Marc has progressed from the bottom of the ranks to the top because of his intelligence and understanding of the underground work. Marc spent the first 6 years in this company as a pipe layer. He was promoted to Project Superintendent and then Project Manager soon after that. His primary role now is Senior Estimator because he truly understands all aspects of underground work. Marc's specialty is helping Owner's work through complex construction issues and coming up with value engineering. He is extremely detailed oriented and is proactive in seeing problems before they arise. Specific: The construction of this project no different than other projects that we routinely construct. The main difference is the cost of materials. The job that best demonstrates Marc's qualification for this job is Harmony Road Interceptor. Marc bid this job and then worked hand in hand with the Project Manager to complete this job 3 months ahead of schedule. The job consisted of over 10,000 If of 36" PVC gravity sewer run at minimum grade. The job was complex in that the average excavation was greater than 25 feet, the water table was at 15 feet, and there were multiple borings under roads that needed to be perfectly on grade. N 0 Project EXperience For Marc Harren Proiect Proiect Proiect Safety Quality Control Proiect Chi ( State Proiect Cost Nlanaeer Superintendent Officer Manager Kildeer Marketplace Kildeer IL $ 1,392,755.50 Marc Harren Jim Limbaugh Marc Harren Jim Limbaugh Quentin Collections (Utility) Kildeer IL $ 1,517,684.33 Marc Harren Joe Merryman Marc Harren Joe Merryman Takeda Pharmaceuticals Deerfield IL $ 1,719,723.00 Marc Harren Joe Merryman Marc Harren Joe Merryman San Fillipo Addition Elgin IL $ 589,200.00 Marc Harren Joe Merryman Marc Harren Joe Merryman Zylstra Center St Charles IL $ 1,580,674.50 Marc Harren Joe Merryman Marc Harren Joe Merryman Widmayer Interceptor Sewer Hampshire IL $ 2,088,996.10 Marc Harren Joe Merryman Marc Harren Joe Merryman McHenry Sanitary Forcemain* McHenry IL $ 2,243,156.84 Marc Harren John Johnson Marc Harren John Johnson Creekside Subdivision Elgin IL $ 676,537.39 Marc Harren Pat Merryman Marc Harren Pat Merryman Dupage County Tech Park West Chicago IL $ 2,217,209.57 Marc Harren Tim Hickey Marc Harren Tim Hickey Dupage Tech Park Phase 2 West Chicago IL $ 1,860,131.66 Marc Harren Tim Hickey Marc Harren Tim Hickey Village of Richmond WWTP* Richmond IL $ 586,877.32 Marc Harren Tim Hickey Marc Harren Tim Hickey Page 1 of 1 Tim Hickey Project Superintendent — Alternate Merryman Excavation, Inc. 1501 Lamb Road, Woodstock, IL 6009 Phone: 815.337.1700 / Fax 815.337.1766 Work History / Qualifications August 2002 — Current — Project Superintendent, Merryman Excavation, Inc. • See attached list for project experience in the past 5 years. • Responsible for daily crew schedules, safety, and quality. May 1989 — August 2002 — Foreman, Gluth Bros. Inc. • Started work as pipelayer and moved his way up to foreman. • Responsible for daily crew schedules, safety, and quality. Education Woodstock High School Graduate Additional Education / Seminars OHSA 10-Hour, Trench Competent Person Professional Affiliations, Licenses, or Registrations Laborers Local 1035 Member Qualifications Specific To This Proiect Primary Language is English Specific: Tim is very accomplished in running multiple crews and complex construction projects. In the past year, Tim has been on large diameter sewer installations like Dry Creek Trunk, Spring Creek Trunk Upsizing, and Rock River East Interceptor. These projects involved pipe of 24" to 36" in diameter being installed along creeks and rivers. Dewatering was a constant management issue that Tim handled well despite the congested working areas that he was given. This project is not nearly as complicated as these projects were. However, the skill set that allowed Tim to succeed in these jobs will easily transfer over to this project. This position will also be the Quality Control Manager for this project. For this project, Quality Control is not a 100% dedicated position. The Project Superintendent is responsible for testing the installed pipe and final restoration of the site. Proiect Menards Morris Hopps Road School Bolingbrook High School Miseracordia Campus Ponds of Bull Valley Ph 2 & 3 Menards - Woodstock Shepherd's Crossing Phase 2 Prairie Meadow by Menards Promenade at Bolingbrook South Dupage County Tech Park Dupage Tech Park Phase 2 Village of Richmond WWTP* Menards - Plainfied Algonquin Commons Costco Mount Prospect Centegra Health Bridge CDH - Garage (U)* Huntley Force Main* Tyler's Ridge - KB Homes Shepherd's Crossing Phase 3/4 Esplanade The Conservancy* Wal-Mart Kankakee* Meadow Ridge* Hubble Middle School* Huntley Retail Center Spring Creek Trunk Upsizing* Dry Creel(Trunk* Rock River E. Intecptor 1 & 2* Itasca WWTP c1tv Morris South Elgin Bolingbrook Chicago Woodstock Woodstock Zion Yorkville Bolingbrook West Chicago West Chicago Richmond Plainfield Algonquin Mount Prospect Huntley Winfield Huntley Kenosha Zion Algonquin Gilberts Kankakee Northbrook Warrenville Huntley Rockford Rockford Rockford Itasca Pro" ect �x Project �NtAebce=" For Tim Hickey Proiect State Proiect Cost Manager IL $ 5,065,782.25 Chris Noe IL $ 685,895.70 Chris Noe IL $ 516,024.00 Chris Noe IL $ 895,453.37 Chris Noe IL $ 507,668.90 Chris Noe IL $ 541,109.05 Chris Noe IL $ 708,430.50 Chris Noe IL $ 2,556,390.10 Chris Noe IL $ 6,051,176.98 Chris Noe IL $ 2,217,209.57 Marc Harren IL $ 1,860,131.66 Marc Harren IL $ 586,877.32 Marc Harren IL $ 634,448.33 Pete Havlis IL $ 2,068,417.06 Pete Havlis IL $ 1,206,038.04 Pete Havlis IL $ 1,260,840.90 Ray Braden IL $ 553,692.69 Ray Braden IL $ 2,221,204.00 Ray Braden WI $ 2,083,154.75 Rob Banish IL $ 899,172.93 Rob Banish IL $ 520,410.10 Greg Penza IL $ 4,628,290.20 Greg Penza IL $ 692,781.75 Rob Banish IL $ 1,941,045.30 Greg Penza IL $ 799,158.74 Rob Banish IL $ 832,202.04 Rob Banish IL $ 632,787.90 Rob Banish IL $ 1,541,376.61 Rob Banish IL $ 2,459,594.45 Rob Banish IL $ 1,468,808.69 Rick Zirk Page 1 of 1 Proiect Superintendent Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Proiect Safety Officer Chris Noe Chris Noe Chris Noe Chris Noe Chris Noe Chris Noe Chris Noe Chris Noe Chris Noe Marc Harren Marc Marren Marc Harren Pete Havlis Pete Havlis Pete Havlis Ray Braden Ray Braden Ray Braden Rob Banish Rob Banish Greg Penza Greg Penza Rob Banish Greg Penza Rob Banish Rob Banish Rob Banish Rob Banish Rob Banish Rick Zirk Quality Control ,Manager Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey Tim Hickey 11 Joe Merryinan Project Superintendent Merryman Excavation, Inc. 1501 Lamb Road, Woodstock, IL 6009 Phone: 815.337.1700 / Fax 815.337.1766 Work History / Qualifications February 1998 — Current — Project Superintendent, Merryman Excavation, Inc. • See attached list for project experience in the past 5 years. • Responsible for daily crew schedules, safety, and quality. Education Marian Central High School Graduate Additional Education / Seminars OHSA 10-Hour, Trench Competent Person Professional Affiliations, Licenses, or Registrations Operators Local 150 Member Qualifications Specific To This Project Primary Language is English Specific: Joe has more than 20,000 hours of installing underground utilities as a backhoe operator/foreman. This year Joe supervised two crews in the installation of 25,000 If of 24" DIP in Ft Madison, IA. He also installed more than 16,000 If of 8" DIP in Mechanicsburg, IL. Joe obviously has the experience of successfully running a project that extends over a large area. Currently, he is supervising two crews in the installation of nearly 26,000 if of 42" PCCP force main down the residential streets of Indianapolis. Joe is the ideal candidate because of his experience in both the quantity and pipe size of this project. This position will also be the Quality Control Manager for this project. For this project, Quality Control is not a 100% dedicated position. The Project Superintendent is responsible for testing the installed pipe and final restoration of the site. Proled EXperlefte For Joe Merryman Proiect Proiect Proiect Safety Quality Control Proiect c1tv State Proiect Cost Manager Superintendent Officer Manager Walkup Unit 2,3 Crystal Lake IL $ 749,146.34 Chris Noe Joe Merryman Chris Noe Joe Merryman Brach Brodie Naperville IL $ 705,964.21 Chris Noe Joe Merryman Chris Noe Joe Merryman Shepherd's Crossing Ph 1 Zion IL $ 595,784.04 Chris Noe Joe Merryman Chris Noe Joe Merryman Walworth Prairie Subdivision Walworth IL $ 1,899,624.86 Chris Noe Joe Merryman Chris Noe Joe Merryman Menards Cicero (Utilities) Cicero IL $ 2,243,206.50 Greg Penza Joe Merryman Greg Penza Joe Merryman Neupoint Shores 1 Wonder Lake IL $ 4,455,852.96 Greg Penza Joe Merryman Greg Penza Joe Merryman Menards Hodgkins (U)* Hodgkins IL $ 1,363,657.25 Greg Penza Joe Merryman Greg Penza Joe Merryman Heritage Park* Lake Villa IL $ 1,445,077.75 Greg Penza Joe Merryman Greg Penza Joe Merryman Quentin Collections (Utility) Kildeer IL $ 1,S17,684.33 Marc Harren Joe Merryman Marc Harren Joe Merryman Takeda Pharmaceuticals Deerfield IL $ 1,719,723.00 Marc Harren Joe Merryman Marc Harren Joe Merryman San Fillipo Addition Elgin IL $ 589,200.00 Marc Harren Joe Merryman Marc Harren Joe Merryman Zylstra Center St Charles IL $ 1,580,674.50 Marc Harren Joe Merryman Marc Harren Joe Merryman Widmayer Interceptor Sewer Hampshire IL $ 2,088,996.10 Marc Harren Joe Merryman Marc Harren Joe Merryman Coventry Glen Round Lake IL $ 620,049.00 Pete Havlis Joe Merryman Pete Havlis Joe Merryman Walmart - Waukegan Waukegan IL $ 707,224.26 Pete Havlis Joe Merryman Pete Havlis Joe Merryman Walmart-Harvard Harvard IL $ 3,261,597.36 Ray Braden Joe Merryman Ray Braden Joe Merryman Ft. Madison Water Trans. * Ft. Madison IA $ 2,787,941.06 Ray Braden Joe Merryman Ray Braden Joe Merryman Menards Long Grove-Onsite Long Grove IL $ 943,688.19 Rob Banish Joe Merryman Rob Banish Joe Merryman Walmart-Round Lake Beach Round Lake IL $ 1,288,816.00 Rob Banish Joe Merryman Rob Banish Joe Merryman Mukwonago Mukowango WI $ 2,913,785.27 Rob Banish Joe Merryman Rob Banish Joe Merryman Belmont North Relief Intecptr* Indianapolis IN $ 12,457,863.45 Ted Harmon Joe Merryman Ted Harmon Joe Merryman Harmony Road Interceptor Sewer Hampshire IL $ 5,161,081.30 Trevor Berg Joe Merryman Trevor Berg Joe Merryman Brier Hill Crossing Bus. Park* Hampshire IL $ 1,777,237.65 Trevor Berg Joe Merryman Trevor Berg Joe Merryman Carrington Crossing (U) West Dundee IL $ 502,463.97 Trevor Berg Joe Merryman Trevor Berg Joe Merryman Raw Water Main Replace* Mechanicsburg IL $ 648,739.13 Rob Banish Joe Merryman Rob Banish Joe Merryman Page 1 of 1 �1 Attachment 2a 1 Allocation of key personnel to fulfill multiple responsibilities. Project Manager: 75% of the project manager's time will be dedicated to THIS project. • 10% of the project manager's time to this project will be dedicated to quality control. • 2% of the project manager's time will be dedicated to safety. Project Superintendent: 100% of the project superintendent's time will be dedicated to THIS project. + 5% of the project superintendent's time to this project will be dedicated to safety since it is concurrent with his other operations. 7 10% of the project superintendent's time to this project will be dedicated to quality control. Project Safety Officer: • The project manager will devote approximately 2% of his time on the project to safety. His main activity will be setting up the initial job safety program and then monitoring the job when visiting the site. • The project superintendent is our OSHA competent person who is onsite 100% of the time and in responsible for daily safety activities. • The job will also be inspected by the Company Safety Consultant and an officer of the company to ensure compliance to safety standards. Quality Control Manager: q 0 0 10% of the project manager's time will be dedicated to quality control done via site inspections. T • 10% of the project superintendent's time to this project will be dedicated to quality control. T 0 The project superintendent is responsible for testing the pipe and site restoration. t 1 Proposed Project Managers Organization Doing Business As Merryman Excavation Inc.-Gener 1 . i Name of Individual Ray Braden Years of Experience as Project Manager 5 Years Years of Experience with this organization 6 Years Number of similar projects as Project Manager 18 Number of similar projects in other positions 15 as SuDt/30+ as Foreman/PiDel v Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project this Project Completion Date Shawnee 30" Raw Water Trans 30% 12/20/2010 Hanover MDWCA Water 70% 11 15 2010 Reference Contact Information(listing names indicates approval to contactingthe names individuals as a reference Name Name Title/ Position Title/ Position Organization Villaae ofHuntley TT, Organization Town of Hurley NM Telephone Telephone _ E-mail E-mail Project JHuntlev Forcemain Project lHurlev Forcemain Candidate role on Proiect Manaaer Candidates role Pro i ect Manacrer LE-r—oieat on Project Candidate Name of Individual Marc Harren Years of Experience as Project Manager 5 Years Years of Experience with this organization Years Number of similar projects as Project Manager 11 Number of similar projects in other positions 5 as SuDt • /31 as DiDela er Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project this Project Completion Date Estimatincr g Assn Kildeer Marketplace 10% 11/05/2010 McHenry Sanitary Forcemain 10% 10/24/2010 • MM. MET,". . 1/ • •IowaiMMEM Name John Chenaary Name Ed Coggin Title/Position Construction Manaaer Title/Position Tech- Manacrer Organization Rond rnmpanipg Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Candidate role Project Pro i ect Manaaer I on Project I Pro i ect Manacrer 10 Contrac ar p I Proposed Project Superintendent Organization Doing Business As • f Name of Individual Merrvman Excavation Inc . —Gene Joe Merrvman Years of Experience as Project Superintendent 13 Years Years of Experience with this organization 13 Years Number of similar projects as Superintendent 25 Number of similar projects in other positions 27 as backhoe oDerator/foremaii Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Belmont North Interceptor IN 100% 11 22 2010 Reference Contact Information (listing names indicates ap val to contactingthe names individuals as a reference Name yanName Title/Position Ena. Mechanicsburq Title/Position Village Enaineer Organization Organization Villacce of Mukwonaao Telephone 5-4146 Telephone 262-542-5733 E-mail E-mail Project aw Jdater Relalace I Project[Field Park Area Pave Candidate role on Project ... Name of Individual Pro i ect Supt . ect Supt . ii" Tim Hickey Years of Experience as Project Superintendent 18 Years Years of Experience with this organization 10 Years Number of similar projects as Superintendent 30 Years Number of similar projects in other positions 60+ Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date 100% 12 15 2010 Name Mike Reiaer Name Title/Position Title/Position Enaineer Organization Organization Rock River Water Rec Telephone Telephone E-mail E-mail Project Project Dry --Creek Trunk Candidate role on Project Pro i ect Supt . Candidate role on Project Pro i ect Supt . r. al Cont.#- . Ut1 Dist 'i1 Proposed Project Safety Officer Organization Doing Business As Merryman Excavation Inc - —Genei a Name of Individual Joe Merryman Years of Experience as Project Safety Officer 13 Years Years of Experience with this organization 13 Years Number of similar projects as Safety Officer bZ Number of similar projects in other positions 5 2 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Belmont North Interceptor IN 100% 11/22/2010 Reference Contact Information (listing names indicates a roval to contacting the names individuals as a reference) Name Name Title/ Position Title/ Position Organization__ Organization Telephone 917-945-4146Tele one _ _ E-mail E-mail Project RIa.w Water Replace Project E Candidate role on Project Pro i ect Supt 9111 .. Name of Individual Candidate role on Project T,roiect Supt Tim H i ckev Years of Experience as Project Safety Officer 18 Years Years of Experience with this organization 10 Years Number of similar projects as Safety Officer 18 Number of similar projects in other positions 90+ Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Itasca WWTP 100% 12/15/2010 ... Name Bill Keith Name Mike ReicFer Title/ Position Title/ Position Enaineer Organization Baxter & Woodman OrganizationRock ver Water R Telephone A19-4FI9-9248 Telephone _ _ E-mail E-mail Project Project TN Candidate role on Project ea WWTP Pro i ect Supt Candidate role on Project Pro i ect Supt ki 1 Contrt: /Utl c Dist Proposed Project Quality Control Manager Organization Doing Business As Merryman Excavat on Inc —Genera Name of Individual Ray Braden Years of Experience as Quality Control Manager 5 Years Years of Experience with this organization 0 Tedl-,9 Number of similar projects as Quality Manager EEE19 umber of similar projects in other positions urrent Project Assignments [Name of Assignment Percent of Time Used for Estimated Project this Project Completion Date Hanny 70 11 15 2010 Reference Contact Information (listing to contactin the names individuals as a reference) Name Title/ Position Name Berg nf itle/ Position Organization jarova) Organization Telephone _ ele hone E-mail E-mail Project Project Hurley Candidate role on Forcemia-in. Candidate role Project Pro i ect manager on Project ro i ect Manager 111111 Name of Individual Marc Harren Years of Experience as Quality Control Manager o Years Years of Experience with this organization 13 Years Number of similar projects as Quality Manager 11 Number of similar projects in other positions 5 as SuPt/31 as PiDelayer Current Project Assignments Name of Assignment Project Completion Date Estimating n Proi assion Kildeer Marketpalace 11 05 2010 44,Eostimatedd McHenry San Forcemain 10/24;7201® NameJnbn cw Title/ Position Title! Position RA Or anization Bend Or azation niTele Sp ar Tele hone hone E-mail E-mail _ Project Project Candidate role on Project Candidate role Pro i ect Manager on Proiect __ ro i ect Msria`y ,r h 13 Ed l Contractor's Project Experience and Resources Organization Doing Business As errvman Excavation Inc/General Cont a- Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five ears which specifically illustrate the organizations capability to provide best value to the Owner for this project. Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed key personnel. Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: 1. Contract administration 2. Management of subcontractor and suppliers 3. Time management **See Attachment 3** 4. Cost control 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meethi HUB / MWBE Participation Goal Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necess Equipment Item Primary Use on Project Own BWii►ll Lease 963 Crawler 84! Sheepsfoot What work will the organization complete using its own resources? Merryman Excavation intends to complete the following: Earthwork. Excavation. Pipe Installation. Valve Installation. Testina. Fiber Optic Conduit and Pull Box Installation. What work does the organization propose to subcontract on thisproject? Merryman Excavation intends to subcontract th followina: Borina. Survevina. and Asphalt Pavina 14 actor Contractor's Subcontractors and Vendors Business As Merryman Excavation Inc. —General Con 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 HUB/MWBEof Contract I Firm Provide information on the proposed key personnel, project experience and a description of past relationship and work experience for each subcontractor listed above using the Project Information Forms. Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necessary Furnish Furnish HUB/M Vendor Name Equipment / Material Provided Only and WBE �t Install Firm �OA,5 P.e- 15 Attachment A Current Projects and Project Completed within the last 10 Years Project Owner 1 f,4 4, 1 Project Name General Description of Project: 27 , " main with Project Cost I Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Greq Penza Joe Merryman Grecrcr Swenson Joe Merryi,A J Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer111 7_739-14009 Construction Manager Project Owner- Cr k A Project Name I Massac Creek Contract C INtereeAtor General Description of Project: Construct 14.750 LF Sanitar wer.Aucrerincr and Jack Project Cost $ 2, 9 2 3 .7 2 3.5 0 Date Project Completed I in P r ocr r e s s Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name ay Braden Tim Hickey Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner John Hocrhes Paducah JSA 270-575-0056 Designer r _ Construction ManagerManaur— 7 5— 0 0 5 6 Project Owner lWestern Area a Water SYD01V ND JProjectName kecroinal Res. #1 Transmission main General Description of Project: Project Cost $ 3 . 096 . 300 - 00 Date Project Completed lin Progress Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Ryan Grubb Enaineer AE2S 701-746-8087 Construction Manager David Johnson roi ManaaerW WSA 701-774-3080 16 Project Information Project Owner T Village of Hampshire, IL F Project Name Harmony Road Interceptor General Description of Project 10,625 LF 3611 Gravity Sewer with installation depths greater than 25' on average Water table at 15' depth for entire project. Multiple jack & casings, pavement and landscape restorations. ._ wWti.t '�`""� t. F. f '1' 'Y N „M«i "ji . '.4 +ii fd` 1'' 'er^fr"e,M 't ifS �E „�a.,. .K Iid S '4•w.RStu. n w��-y},�e •�.• x ,k3 a d i- 'G{, i �.;I.�tf u�.'w �T. 2�&� �;kri�'�Phi! �Y" �!!�•t,'.�.°�'� � fl ^Ta�• �` � k,'.�fF9G."�''1b' �i i'" W :��. ^9. F�t'�"•a�+�i3�7�5 � �r] if'' 4y tX�N,N i fr' �..n r V E ,. C 'n �, . 1. 3"�� 1 "� � Ca �,, ..: t -1.J� ai 7.Y�,Ji-•r.`�� ` Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $5,112,031-301 Notice to Proceed 03 06 06 Change Orders IContract Substantial Completion Date at Notice to Proceed 11 30 06 269 Owner Enhancements ($34,750.Od 0.7% Contract Final Completion Date at Notice to Proceed iq/300 Unforeseen Conditions $81 300.00 1 .6 Change Order Authorized Substantial Completion Date 11 30 06 0 Design Issues $2,500.00 0.05% Change Order Authorized Final Completion Date 12/31/06 Total $49,050.00 0.9° Actual / Estimated Substantial Completion Date 09 28/06 _— 206 Final Cost $ 5 , 161 , 081 . 30 Actual / Estimated Final Completion Date 12 0 7 0 6 276. �.'t "Y OEM 1 3 .r.." -,•' 0- Project Manager Project Sup Safety Officer Quality Control Manager Narne Marc Harren Joe Merr man GreggSwensor Joe Merryman Percentage of Time Devoted to the Project o Proposed for this Project o r)n0 Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. ",�',+ :.,k 7:u �, xr„� �*,+g�•+�. ..f��.ei �� :.: '�'r.�w�w L..�i r a4. � �. ,��,,�. �i'hx. YG. f.e,�...w.>••ki...,�c:. Name Title/ Position Organization Telephone E-mail Owner No Longer Avail ble villacre of Uampshire Designer Jennifer Cowan Encrineer CEM OU 630-862.2100 Construction Manager Brad Sanderson Villa e �n ineer EEI 630.466.6700 ��com Suret Todd Scha Vice President S ore s Y of '� n .,a� 9576 NNumber 0--] Number of Issues Total Amount involved in of Issues Total Amount involved in Resolved Resolved Issues 0 Pending 0 Resolved Issues 0 16 Project Information Project Owner CitY of Fort Madison Project Name ITransmission Main PSBA #WK-09-50Z General Description of Project 25,450 LF of 2411 DIP Watermain, 380 LF of 2411 Directional Bore, 800 LF 3611 Steel Casing Bore. a'X:' 7i s', ::v1 •%a'N 7i �-�: ; �,uts� .aa '• t .ry s � t .yr.: � ;�,.5 r ,w,� , �,. .•� ,�,.. rW !i 9 :8 �� t) : d� n ¢ � � ti ¢td a`'4 4 "_s*?s s.:. yr trY=! "'; ! •t ��.:�G-z.3� io r ' .. + fl' { s . ,emu �• a._ .�. , a � � k A a:': ��: �. • . air �r »r � •h r ti'- ' ..;, . . .. s.. , Y s t : ..., Z' .S rr `i -,, N •. 1, ;,� i :-'!? it s4t �� '�'Ji il'.� .. .n .t:.S y�.t •'„`1,i .. •. . t. � n•}�ii } r, @' F� .�� . ' .,.` ?fP• .I M.'!ti Budget History Schedule Performance Amount Bid Am unt Date 12/15/09 Days Bid A2,723,709.22 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed 01 31 10 47 Owner Enhancements $13 , 2 24. 86 0 . 5% Contract Final Completion Date at Notice to Proceed 07131 10 228 Unforeseen Conditions 0 Change Order Authorized Substantial Completion Date _ — 0 Design Issues 0 Change Order Authorized Final Completion Date p 6. Total 13 , 2 24 . 86 0. 5% Actual / Estimated Substantial Completion Date 01 /27-0 3_ Final Cost 2 _'4 Actual / Estimated Final Completion Date 09. 28. 10 287T �_. 'it ,.n. P ,'a7 «�'N•• r,f;:,.s ••.y-{.,:, r ��__;.:• ,s, r r...,_- rn,x, MEN .-,�-. HOME ,•�4� � �f(nf{{ tr�t�,�_..L �k A?< (riF� zt : � ^S� �i .!N,,�55. :(r 7Y+E^ �'u..�•;i��,.�V ' 9 Y. �tiy >. ' P '!.�' +^»',+•+�• c,d ,'� .eYw'...;.Y ,;?..s",•.- r.8•' ..+ ' • p yy .P n�br�•.y : �§ . f,-•` .?h;�ryry.r�:SH•rr».. '"�ra;�. x} ,�'-y: yy :.r+ � k S% <P ;mY C. ty P,7."" �''!' 1'rl {afro j , W.jai.+s. 51 ! •=• r f'l ,i '.. ��$$_ � i 'j.+!''" � t�:• �. : � srL;T�•i�� . • 511 .d. .s :,fi: c. fi „a..sr..rid',tutau.•,..:.4."ltittr•`�r��•,iS��cG�:�. Fr>H t i .a:. -1,1, .��. f.Q7 Project Manager Project Sup Safety Officer Quality Control Manager Name Ray Braden Joe Merryman Greqcr Swenson Joe Percentage of Time Devoted to the Project 50% 100% 2% 100% Proposed for this Project 40% 10 0°0 3, 00% Did Individual Start and Complete the Project? YeS yes Yes Yes If not, who started or completed the project in ,their place. Reason for change. j p -,�:�lt: .: i� }tw ryfltitt F�: t76' � .c x�t h, :5.• � s... �.,. 'ti .. :kk!"'' � �X. i� y•fv'r#,',.� y3.� .elt8 ,twx .-i A. t �, e::�l,�{t " ^ (F 1 , T.: "` . Y ¢ •, Q • 4 IIC C ^ R "Q�s .. Fl: $T+ (�4..r ^ 1. 'J 1 3.^ s ^ �i�''I •��(�t . rrl4Jl..y;'{a. T`•SL ,;�T..�,�.1�'�j� �'� _s Name ( Title/ Position Organization Telephone E-mail Owner Larr Dinwidde irectoerrvice Cit of Ft. MadiSOIL 319.372.7700 Designer —rerry Knoke Construction Manager IrerrvKnoke' SuretyTodd Schaa I _ Vice P 4n—t � or we v 262 835.9576 z Y"a: i'l�:�" ice• LRA':�^, r,i� ��.. - -i�r%o C. !1. rt �� �a i Y+ x r,, as"v 'Fie f;"•C!h?'i`t.�• �'i$r �.'c. e`:L , :. , c.,''s t (t•., '{? ^ . '"•' A9 � �� I®r! Number of Issues Total Amount involved in 0 Number of Issues Total Amount involved in Resolved Resolved Issues 0 Pending 0 Resolved Issues 0 16 Ma'or Pro'ects Completed in Past 10 Year ATTACHMENT A NAME LOCATION DESCRIPTION OWNER PHONE ENGINEER PHONE DATEWORKEND CONTRACTAMOUNT Belmont North Interceptor Indiana 27,000 LF 42" Forcemain, all restoration City of Indianapolis 317.327.8988 URS Corporation 317.532.5400 75% Complete $ 12,457,863.45 30" Raw Water Transission Line Installation Oklahoma 47,974 LF 30" Water Transmission Line, including all appurtenances, valves, fittings, hydrants, etc City of Shawnee 405-878.1604 City of Shawnee, Engineering 405-878.1660 20% Complete $ 6,670,252.00 Harmony Road Interceptor Pittsfield Raw Water Main Transmission Main Illinois Illinois Iowa 10,875 LF 36" PVC SanitarySewer 60,000 LF 14" PVC Water Transmission Main Install of 25,400 LF 24" DIP Water -main, 380 LF of 24" Directional Bore, 800 LF 36" Steel Casing Bore Village of Hampshire 847.683.2064 Engineering Enterprise Inc. 630.466.9350 2005 $ 5,161,081.30 City of Pittsfield 217.285.4484 MECO Engineering 217.285.2550 2010 $ 5,057,255.00 City of Fort Madsion 319.372.1602 Poepping, Stone, Bach & Associates, Inc (PSBA) 319-524.8730 2010 $ 2,723,709.22 Highway B Reconstruction DuPage County Tech Park Wisconsin Illinois 3,866 LF 12" - 36" Storm, 1,265 LF 8 IN Sanitary Sewer, 4,016 LF 8" PVC Water Main, 8,422 LF 8" -14" Sanitary, 12,755 LF 12" WAT, 10,481 LF 12" - 36" STM, & 360' 8'X3' Box Culvert Walworth County & Genoa City 262-2795728 Crispell-Snyder, Inc. 262.348.5600 2009 $ 2,377,143.33 DuPage Airport Authority 630584.2211 Christopher Burke Engineering 815.463.9050 2005 $ 2,355,985.46 McHenry Sanitary Sewer and Part A Forcemain Huntley Sanitary Sewer Force Main Improvements Illinois Illinois 17,700 LF 6" - 24" PVC / DIP / HOPE Sanitary Sewer /Forcemain 10,416 LF 16" PVC Forcemain & 1,93112PVC ' City of McHenry 2,209,470.00 2,189,702.00 815.363.2100 SEC Group, Inc P 815385.1778 95%Complete $ Village of Huntley 847-669.3450 SEC Group P 815.385.1778 2008 $ Dry Creek Trunk Phase 2 and 4 Huntley Interceptor Illinois Illinois 9768 LF 15" - 24" PVC Sanitary Sewer 4,689 24" - 36" PVC Sanitary Sewer Rock River Water Reclamation District 815,387.7500 RRWRD 815.387.7500 2009 $ 1,498,894.00 Village of Huntley Y 847.669.3450 SEC Group 815.385.1778 2007 $ 1,248,283.00 2,898 LF 8" -16" PVC Sanitary Sewer, 11,140 Brier Hill Crossing Phase 1 Illinois LF 12" PVC Force Main, & 8,170 LF 8" -16" DIP Village of Hampshire 847.683.2064 Engineering Enterprise Inc Water Main 630.466.9350 2006 $ 1,224,566.15 Windmayer Interceptor & 13,253 LF 6" -18" PVC Sanitary Sewer and Illinois Watermain Village of Hampshire 847.683.2064 Engineering Enterprise Inc 16,43016' DIP Watermain 8 g p 630.466.9350 2006 $ 2,088,996.10 Construction of a duplex wet sump sewer lift RUS Wastewater station. Construction of electrical service to Improvements New Mexico the site and propane fueled emergency back Town of Hurley 575.537.2287 Engineers, Inc up generator 25,000 LF of SO" PVC Forcemain, 575.538.5395 2010 $ 1,018,358.00 800 LF of 12" PVC Gravity Sewer r......f�1 ♦�j -7 7 .......ter �u•r.1 � 1� .�.._ �.. -.J ���CgVATIOr`I ATTACHMENT A Major Pro'ects Com leted in Past 10 Year PHONE DATEWORI(END CONTRACT AMOUNT OWNER PHONE ENGINEER NAME LOCATION DESCRIPTION 317.532.5400 75%Complete $ 12,457,663.45 City of Indianapolis 317.327.8988 URS Corporation Indiana 27,000 LF 42" Forcemain, all restoration Belmont North Interceptor 405.878.1660 20% Complete $ 6,670,252.00 47,974 LF 30" Water Transmission Line, 405.878.1604 City of Shawnee, Engineering 30" Raw Water Transission Line Oklahoma including all appurtenances, valves, fittings, Y of Shawnee City installation hydrants, etc. 2006 $ 6,041,000.00 37,0D0 LF of Sewer and Water Installation with 60" 630.296.8049 Graycor Construction 847.654.4700 Illinois diameter siphon system under creek; underground Forest City Promenade at Bolingbrook detention system 630.466.9350 2005 $ 5,161,081.30 Village of Hampshire 847.683.2064 Engineering Enterprise Inc Harmony Road Interceptor Illinois 10,875 LF 36" PVC Sanitary Sewer 217.285.2550 2010 $ 5,057,255.00 14" PVC Water Transmission Main City of Pittsfield 217.285.4494 MECO Engineering Pittsfield Raw Water Main Illinois 00 60,0LF ' 866.626.4273 2007 $ 4,628,290.00 48,000 LF of Water & Sewer Installation; Village of Gilberts 847A28.2861 Manhard Consulting The Conservancy SubdMsion Illinois directional drilling; road closures; lane closures; creek crossing; auger under roads 4,455,852.00 Manhard Consulting 866.626.4273 2006 $ insatalled 8" PVC of saniatary and Water of Newman Homes (Defunct) New Point shores Illinois complete subdivison 2008 $ 4,288,074.00 detention system, sewer &water Bond Companies 312.229.1342 V3 construction630,724.9200 Springbrook Prairie Pavillion Illinois 13 acre-ft precast $ 2,913,785.00 10,000 LF Storm Pipe Construction, 9,000 Sy 262.363.6425 Ruekert/Mielke 262542.5733 2005 Field Park Area Paving & Utilities Wisconsin Paving, 3.200 LF Sanitary Sewer,14,150 LF 18" - village of Mukwonago (Mukwonago) 30" Storm Sewer Poepping, Stone, Bach &Associates, 319.524.8730 2010 $ 2,723,709.22 Install of 25,400 LF 24" DIP Watermain, 380 LF City of Fort Madsion 319.372.1602 Inc (PSBA) of 24" Directional Bore, 800 LF 36" Steel Transmission Main Iowa Casing Bore 262.348.5600 2009 $ 2,377,143.83 3,866 LF 12" - 36" Storm,1,265 LF 8 IN Waiworth County & 262.2795728 Crispell-Snyder, Inc. Highway B Reconstruction Wisconsin Sanitary Sewer, 4,016 LF 8" PVC Water Main, Genoa City & Mass Excavation 815.463.9050 2005 $ 2,355,985.46 8,422 LF 8" -14" Sanitary,12,755 LF 12" WAT, DuPage Airport 630584.2211 Christopher Burke Engineering DuPage County Tech Park Illinois 10,481 LF 12" - 36" STM, & 36V VAX Box Authority Culvert 815.385.1778 95%Complete $ 2,209,470. 00 17,700 LF 6" - 24" PVC / DIP / HOPE Sanitary City of McHenry 815.363.2100 SEC Group, Inc McHenry Sanitary Sewer and Illinois Sewer / Forcemain Part A Forcemain ATTACHMENT A Major Projects Completed in Past 10 Year NAME LOCATION DESCRIPTION OWNER PHONE ENGINEER PHONE DATEWORKEND CONTRACrAMOUNT Huntley Sanitary Sewer Force Illinois 10,416 LF 16" PVC Forcemain & 1,93112" PVC Village of Huntley Main Improvements Watermain Windmayer interceptor & Illinois 13,253 LF 6" -18" PVC Sanitary Sewer and Village of Hampshire Watermain 16,43016" DIP Watermain Rock River Water Dry Creek Trunk Phase 2 and 4 Illinois 9768 LF 15" - 24" PVC Sanitary Sewer Reclamation District Huntley Interceptor Illinois 4,689 24" - 36" PVC Sanitary Sewer Village of Huntley 2,898 LF 8" -16" PVC Sanitary Sewer, 11,140 Brier Hill Crossing Phase 1 Illinois LF 12" PVC Force Main, & 8,170 LF 8" -16" DIP Village of Hampshire Water Main Construction of a duplex wet sump sewer lift station. Construction of electrical service to RUS Wastewater New Mexico the site and propane fueled emergency back Town of Hurley Improvements up generator 25,DD0 LF of 10" PVC Forcemain, 800 LF of 12" PVC Gravity Sewer Hanover MDWCA Water New Mexico 25'DDO LF 6" HOPE Watermain with three Hanover MDWCA System Improvements pump stations and buildings Kenosha Water Main & 3,535 LF 16" Water Main and 3,510 LF 8" - 24" at, of Kenosha Sanitary Sewer Wisconsin Sanitary Sewer Extension 947.669.3450 SEC Group 847.683.2064 Engineering Enterprise Inc 815.387.7500 RRWRD 847.669.3450 SEC Group 847.683.2064 Engineering Enterprise Inc 575537.2287 Engineers, Inc 575-537.7213 Souder, Miller & Associates 262.653.4315 Clarks Deitz 815,385.1778 2008 5 2,189,702.00 630.466.9350 2006 $ 2,088,996.10 815.387.7500 2009 $ 1,498,894.00 815.385.1778 2007 $ 1,248,283.00 630.466.9350 2006 $ 1,224,566.15 575.538.5395 2010 $ 1,018,358.00 575.647.0799 In Progress $ 961,302.00 262.657.1550 2010 $ 855,308.80 I Merryman Excavation is a family owned business specializing in utilities and excavation. Our company was started in 1998 and quickly earned a reputation for smashing through demanding timelines and conquering difficult field conditions. We are based out of Woodstock, IL, which is about 60 miles northwest of Chicago. Although much of our work has been in this region, we have always been willing to travel outside of the area as well. Over the years, we have successfully worked throughout Illinois, Wisconsin, Missouri and New Mexico. This year we are beginning projects in Indiana, Kansas and Kentucky. As previously stated, we pride ourselves on helping clients work through projects with difficult installations and seemingly unrealistic deadlines. We are not afraid to "put our money where our mouth is", by volunteering for liquidated damage clauses and bonding our performance. We have the ability to bond all projects and we have never brought a job in late. Thank you for taking the time to consider our company. We would greatly appreciate meeting with you to discuss future opportunities. Sincerely, Patrick Merryman President 1501 Lamb Road r, Woodstock, IL 60098 • p: 815.337.1700 a f: 815.337.1766 030110 03/04:2011 FRI 10:08 FAX 630 894 4333 HAt.-SM.AN RITNIML [i 001 INSURANCE SERVICES 40 South Prospect s Rosefle. IUlnols 60172-0290 630-694-7510 Porsonol Lines FAX 630-894-4823 Commercial Lines FAX 630-8944333 www.h-kino.com March 4, 2011 Merryman Excavation Inc. Attn: Steve Somerville PO Box 905 Woodstock, IL 60098 Re: Worker's Compensation Policy Experience Modification Factors — Five Year History Dear Steve, The following is a five-year history of Merryman Excavation's Experience Modification Factors as issued by the National Council on Compensation Insurance: 0 2010 to 2011 .92 0 2009 to 2010 .94 0 2008 to 2009 .92 s 2007 to 2008 .89 2006 to 2007 .97 Rega s, Carolyn Cramer Commercial Insurance Agent Hausman Kunkel Insurance L >l� cie. Attachment 3 EY�A�.VAT#OEM! � J Sheet 13 — Provide a description of your organizations approach to completing this project to provide the best for the Owner. Including a description of your approach in the following areas: 1. Contract administration: The Project Manager will be the primary point of contact for this activity. This will give the Owner one person to interface with on this issue. 2. Management of subcontractor and suppliers: The Project Manager will issue contracts and purchase orders to subcontractors and suppliers. The scheduling of subcontractor work and supplier delivery to meet the contract schedule is the responsibility of the Project Superintendent. 3. Time management: The overall job schedule is set through a meeting with the Project Manager, the Estimator, Project Superintendent, the President and Vice President. Daily scheduling is the responsibility of the Project Superintendent. The schedule is updated and provided to the Owner at periodic job meetings. 4. Cost control: The project will be run using Build2Win field management. This allows us to manage our costs and production on a daily basis. This will help keep the project on -schedule and can be tracked by the main office via the internet. We are bidding the project per the plans and specifications. Any value engineering will be suggested to the Owner to lower the cost of the project if we are selected as the Contractor. We understand that it is in everyone's best interest to find ways to lower the cost of the project and we do pursue this vigorously on all our projects. 5. Quality management: The Project Superintendent is responsible for testing the installed product and to coordinate inspection activities with the Owner's inspector. At the preconstruction meeting with the Owner, the Project Manager and Project Superintendent will go over with the Owner its expectations on product and inspections. 6. Project site safety: Before a job is started, a pre -job safety plan is completed by the Project Manager, Superintendent and Vice President. The Project Superintendent will be onsite 100% of the time and is also the OSHA Trenching Competent Person. Periodic site visits by the Safety Consultant and/or the Vice President will check operations. 7. Managing changes to the project: Changes to occur when work is to be done outside the plans and specifications of the project. For changes in installed quantities of contract line items, any increases must be directed by the Engineer before proceeding with installation. As for work that is not covered by existing contract items, the Project Manager will submit pricing based on nationally accepted equipment rates (Bluebook), the actual labor rates used for this project, material and subcontractor costs, and the markup allowed by the contract documents. The additional pricing and scope of work will be agreed upon by the Engineer before work commences. 8. Managing equipment: All equipment required for the job is available. The costs to mobilize, operate, and maintain the equipment is the cost of the contractor. The only exception to mobilization costs is if work is stopped for reasons not controlled by the contractor and the contractor leaves the site and must remobilize. Li 9. Meeting HUB / MWBE Participation Goal: There is no goal listed in the bidding documents. However, we do solicit subcontractors and vendors based upon qualifications and without prejudice to race, gender, or (" religion. !_ Page Intentionally Left Blank ERRYMA T EXCAVATION, INC. Written Program for Excavation Safety 1926, Subpart P Table of Contents Excavation Safety- Pro2run I. Objective II. Assignment of Responsibility A. Employer B. Program Manager C. Em— ogees III. Training A. Training Schedule B. Trainina Components C. Training and Duties of Program Manager IV. Ecavation Requirements A. Utilities and Pre -Work Site Inspection B. Surface Encumbrances C. Underground Installations D. Protection of the Public E. Protection of Employees F. Exposure to Vehicular Traffic G. Exposure to Falling Loads H. Warning System for Mobile Equipment I. Hazardous Atmospheres J. Personal Protective Equipment K. Walkways and Guardrails L. Protection from hater Accumulation Hazards M. Stability of Adjacent Strictures N. Protection from Falling Objects and Loose Rocks or Soil O. Inspection by Program Manager V. Protective System Requirements A. Protection of Employees B. Design of Sloping and Benching Systems C. Design of Support, Shield, and Other Protective Systems D. Materials and Equipment E. Installation and Removal of Supports F. Sloping and Benching Systems G. Shield Systems VI. Accident Investigations VII. Changes to Program V-III. Glossary 3 tf '' Ey cavaf4onn Safer Progrann _ for A-fERRElf JA7E_IC_4t-_ITIO_\ LVC. I. OB.IECTW E This Excavation Safety Program has been developed to protect employees from safety hazards that may be encountered during -work in trenches and excavations. This program is intended to assure that: A. Employees who perform x-vork in e cavations are aware of their responsibilities and know hose to perform the work safely. B. MERRY'114AN EXCAVATION, INC. has appointed one or more individuals within the company to assure compliance with the requirements of this program. C. The responsibilities of Competent Person's and workers are clearly detailed. D. All persons involved in excavation and trenching work have received appropriate training in the safe work practices that must be followed when performing this type of work. II. ASSIGNRIENT OF RESPONSIBILITY A. Employer In administering the Excavation Safety Program, MERRYMAN EXCAVATION.. INC. will: 1. Monitor the overall effectiveness of the program. Z. Provide atmospheric testing mid equipment selection as needed. 3. Provide personal protective equipment as needed. 4. Provide protective systems as needed. >. Provide training to affected employees and supervisors. 6. Provide technical assistance as needed. 7. Preview and update the program on at least an annual basis, or as needed. s 9 B. Program NNIanager n The Competent Person acts as the responsible person for AIEP.RYi\[.:\ E1C_"1VATIO1, INC. in reference to this program, and must assure that: 1. The procedures described in this program are folloNred. 2. Employees entering excavations or trenches are properly trained and equipped to perform their duties safely. 3. All required inspections, tests, and recordkeeping finnctions have been performed. C. Employees All employees, including contractor personnel, who work in or around excavations must comply with the requirements of this program. Employees are responsible for reporting hazardous practices or situations to MERRYM AN EXCAVATION, INC. management, as well as reporting incidents that cause injury to themselves or other employees to Competent Person. III. TRAINING A. Training Schedule 1. All personnel involved in trenching or excavation work shall be trained in the requirements of this program by Competent Person with assistance from the appropriate supervisors. 2. Training shall be performed before employees are assigned duties in excavations. 3. Retraining will be performed when work- site inspections indicatethat an employee does not have the necessary knowledge or skills to safely work in or around excavations, or when changes to this program are made. 4. Training records will be maintained by Safett, Dept , and shall include: a. date of the training program; b. name(s) of the instructor(s) who conducted the training; c. a copy of the written material presented; and d. name(s) of the ennployee(s) who recei,-ed the training. B. Training Components s The trailing pre-i ided to all personnel 1,010 perform N ork in excavations shall ' include: I. Tile «ork practices that must be followed during excavating or workiing in excavations. 2. The use of personal protective equipment that will topically be required during \work in excavations, including but not Iinlited to safety shoes, hardhats, and f ll protection devices. 3. Procedures to be followed if a hazardous atmosphere exists or could reasonably be expected to develop during work in an excavation. F. The OSHA Excavation Standard, 29 CFR 1926, Subpart P. 5. Emergency and non -entry rescue methods, and the procedure for calling rescue services. 6. MERRYM N EXCAVATION, INIC. policy on reporting incidents that cause injury to employees. C. Training and Duties of Program Manager The Program -Manager, Cornneteratperson. shall receive the training detailed in f this program as well as training on the requirements detailed in the OSHA . r Excavation Standard. The Prograin Manager shall: 1. Coordinate, actively participate in, and document the training of all employees affected by this program. 2. Ensure on a daily basis, or more often as detailed in this proglann, that worksite conditions are safe for employees to Avork in excavations. 3. Determine the means of protection that will be used for each excavation project. 4. Ensure, if required, that the design of a protective system has been completed and approved by a registered professional engineer before workbegins in an excavation. �. Make available a copy ofthis program and the OSHA Excavation, Standard to any employee who requests it. 6 CI I EXCA-VATION REQUIREMENTS tj A. Utilities and Pre -A ork Site Inspection Prior to ex-cayatiom, the site shall be thorougIIly in~pected by Car ere,, Person to determine if special safety measures must be taken. B. Surface Encumbrances All equipment, materials, supplies, permanent installations (i.e., L-uildings or roadways), trees, brush boulders, and other objects at the surface that could present a hazard to employees working in the excavation shall be removed or supported as necessary to protect employees. C. Underground Installations I. The location of sewer, telephone, fuel, electric, water. or any 1 other underground installations or wires that may be encountered during excavation work shall be deternnined and marked prior to opening an excavation. Arrangements shall be made as necessary by Comneterit Person with the appropriate utility entity for the protection, removal, shutdown, or relocation of underground installations. 2. If it is not possible to establish the exact location ofthese installations_ the work may proceed with caution if detection equipment or other safe and acceptable means are used to locate the utility. I Excavation shall be done in a manner that does not -endanger the underground installations or the employees engaged in the work. Utilities left in place shall be protected by barricades, shoring, suspension, or other means as necessary to protect employees. D. Protection of the Public Barricades, walkways, lighting, and posting shall be provided as necessary for the protection of the public prior to the start of excavation operations. _ 1. Guardrails, fences, or barricades shall be provided on excavations adjacent to walkiarays, drive -,trays, and other pedestrian or velucle thoroughfares. Warning Iights or other illumination shall be maintained as necessary for the safety of the public and employees from sunset to sunrise. 7 �3 2, -Wells, holes. pits, shafts. and all sinular hazardous e>_cavations shall be effectively ban-icaded or covered and posted as necessary to prevent unauthorized access. A l temporary excavations ofthis type shall be backfilled as soon as possible. 3. WalIcways or bridges protected by standard guardrails shall be provided where employees and the general public are permitted to cross over excavations. Where workers in the excavation may pass under these ya-alkways or bridges, a standard guardrail and toeboard shall be used to prevent the hazard of falling objects. Information on the requirements for guardrails and toeboards may be obtained by contacting Comneterrt Person . E. Protection of Employees Stairs, ladders, or ramps shall be provided at excavation sites where employees are required to enter trench excavations over four (4) feet deep. The maximum distance of lateral travel (along the length of the trench) necessary to reach the means of egress shall not exceed 25 feet, 1. Structural Ramps a. Structural ramps 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 person qualified in structural design, and shall be constructed in accordance with the design. b. Ramps and runways constructed of two or more structural members shall have the structural members connected together to prevent movement or displacement. c. Structural members used for ramps and runways shall be of uniform tluclaiess. d. Cleats or other appropriate means used to connect runway structural members shall be attached to the bottom' of the runway or shall be attached in a inanner to prevent tripping. e. Structural ramps used in place of steps shall be provided with cleats or other surface treatments on the top surface to prevent slipping. Pi �'. Ladders ' L_ s a. \A'lien portable ladders are used, the ladder side rails shall extend a minimum of three (3) feet above the upper surface of tile excavation. b. Ladders shall have nonconductive side rails if work- will be performed near exposed energized equipment or systems. c. Two or more ladders, or a double -cleated ladder, will be provided where ?j or more employees will be conducting lx,ork in an excavation where ladders serve as the primary means of egress. or where ladders serve t-v;!o-way traffic. d. Ladders will be inspected prior to use for signs of dania.ge or defects. Damaged ladders will be removed from service and PImarked with "Do Not Use" until repaired. e. Ladders shall be used only on stable and level surfaces unless r secured. Ladders placed in any location -,vhere they can be displaced by workplace activities or traffic shall be secured, or barricades shall be used to keep these activities away from the i ladders. r f: Non self-supporting ladders shall be positioned so that the foot of the ladder is one -quarter of the working length away from the support. g. Employees are not pennitted to carry any objector load while on a ladder that could cause them to lose their balance and fall. F. Exposure to Vehicular Traffic Employees exposed to vehicular traffic shall be provided with, and shall wear waning vests or other suitable garments marked with or made of reflectorized or high -visibility material. Warning vests worn by flagmen shall be red or orange, and shall be reflectorized material if worn during night work. Emergency lighting; such as spotlights or portable lights, shall be prop ided as needed to perform t-or1: safely. i r G. Exposure to Falling Loads NO employee is permitted underneath leads being handled by lifting or digging equipment. Employees are required to stand away from any vehicle benig loaded or unloaded to avoid tieing struck by any spillage or falling materials. Operators may remain in the cabs of vehicles being loaded or unloaded when the vehicles provide adequate protection for the operator during loading and unloading 1._ operations. H. Warning System for Mobile Equipment A wanting system shall be used when mobile equipment is operated adjacent to the edge of an excavation if the operator does not have a clear and direr-L view of the edge of the excavation. The warning system shall consist of barricades, hand or rnechanucal signals, or stop logs. If possible, the glade should be away from the excavation. 1. Hazardous Atmospheres ComuetentPerson will test the atmosphere in excavations over four (4) feet deep if a hazardous atmosphere exists or could reasonably be expected to exist. A hazardous atmosphere could be expected, for example, in excavations in landfill areas, areas where hazardous substances are stored nearby, or near areas containing gas pipelines. ._ 1. Adequate precautions shall be taken to prevent employee exposure to atmospheres containing less than 19.5 percent oxygen and other hazardous atmospheres. These precautions include providing proper respiratory j protection or forced ventilation of the workspace. 2. Forced ventilation or other effective means shall be used to prevent employee exposure to an atmosphere containing a flammable gas in excess often (1.0) percent of the lower flammability limit of the gas. 3. When controls are used that are intended to reduce the level of atmospheric contaminants to acceptable levels. continuous air monitoring will be performed by Competent Pergola ."Tie device used for atmospheric monitoring shall be equipped with in audible and visual alarm. 4. Atmospheric testing will be performed using a properly calibrated direct reading gas monitor. Direct reading gas detector tubes or other acceptable means may also be used to test potentially toxic atmospheres. 10 9 5. Each atmospheric testing instrument shall be calibrated by Competent Person on a schedule and in the manner reconunended by the manufacturer. In addition: a. Any atmospheric testing instrument that has not been used within 30 days shall be recalibrated prior to use. b. Each atmospheric testing instrument shall be calibrated at least every six (6) months. 6. Each atmospheric testing instrument will be field checked irnnnediately prior to use to ensure that it is operating properly. I Personal Protective Equipment 1. All employees working in trenches or excavations shall wear approved hardhats and steel -toed shoes or boots. ri 2. Employees exposed to flying fragments, dust or other materials produced by drilling, sav6ng, sanding, grinding, and similar operations shall Nvear approved safety glasses with side shields. 3. Employees performing welding cutting, or brazing operations, or are exposed to the hazards produced by these tasks, shall wear approved spectacles or a welding faceshield or helmet, as determined by Competent Person . 4. Employees entering bell-bottom pier holes or other similar deep and confined footing excavations shall wear a harness with a lifeline securely attached to it. The lifeline shall be separate fi-om any line used to handle materials and shall be individually attended at all times while the employee wearing tine lifeline is in the excavation. �. Employees shall wear, as determined by Competent Person_ approved gloves or other suitable hand protection. 6. Employees using or workil-ng in the urunediate vicinity of hammer drills, masonry saws, jackhammers, or similar high -noise producing equipment shall wear suitable hearing protection, as determined by Competent Person. 7. Each employee working at the edge of an excavation six (6) feet or more deep shall be protected from falling. Fall protection shall include guardrail systems, fences. barricades, covers, or a tie -back system nnneetirng OSHA requirements, as determined by Competent Perron � S. Emergency' rescue equipment. such as breathing apparatus, a saafety harness and line, and a basket stretcher. shall be readily available ,vhere hazardous atmospheric conditions exist or may develop during ;cork to an excavation. This equipment shall be attended when in use. Only personnel «°ho have received approved training and have appropi:ate equipmeint shall attempt retrieval that would require entry into a hazardous atmosphere. If entry into a known hazardous atmosphere must be performed then COMDetent Person shall be given advance notice so that the hazards can be evaluated and rescue personnel placed on standby if necessary. K. Walkways and Guardrails Walkways shall be provided where employees or equipment are permitted to cross over excavations. Guardrails shall be provided where waU,:NN ays, accessible only to on -site project personnel, are six (6) feet or more above lower levels. L. Protection from Water Accumulation Hazards 1. ErnpIoyees are not permitted to work in excavations that contain or are accumulating water unless precautions have been taken to protect them from the hazards posed by water accumulation. Precautions may include special support or shield systems to protect from cave-ins, water removal to control the level of accumulating water, or use of safety harnesses and lifelines. 2. If water is controlled or prevented from accumulating by the use of water removal equipment, the water removal equipment and operation --= shall be monitored by a person trained in the use of that equipment. 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. Precautions shall also be taken to provide adequate drainage of the area adjacent to the excavation. Excavations subject to runoff from heavy rains shall be reinspected by Conwetent Person after each rain incident to determine if additional precautions, such as special support or shield systems to protect from cave-ins. water removal to control the level of accumulating water, or use of safety harnesses and lifelines, should be used. 4. Cotnvetent Person shall inform affected t-vorkers of the precautions or procedures that are to be followed if water accumulates or is accumulating in an excavation. N4. Stability of .-Adjacent Structures 12 Competent Person ,vill determine if the excavation work could affect the stabilih- of adjoining buildings. walls, sidewalks, or other structures. 1. Support systems (such as shoring. bracing, or underpinning) shall be 0.used to assure the stability of structures and the protection of employees r-here excavation operations could affect the stability of adjoining buildings, walls, or other structures. 2. Excavation below the ievel of the base or footing of any foundation or retaining wall that could be reasonably expected to pose a. hazard to employees shall not be permitted, except when: a. a support system, such as underpinning, is provided to ensure die safety of employees and the stability of the stricture; b. the excavation is in stable rock; c. a registered professional engineer has approved the deternination that the structure is sufficiently removed from the excavation so as to be unaffected by the excaNratiorn activity; or d. a registered professional engineer has approved the determination that such excavation work will not pose a hazard to employees. 3. Sidewalks, pavements, and appurtenant structures shall not be undermined unless a support system or other method of protection is provided to protect employees from the possible collapse of such structures. 4. Where review or approval of a support system by a registered professional engineer is required, Competent Person shall secure this review and approval in writing before the work begins. N. Protection from Falling 01 iects and Loose Rocks 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 f-om an excavation face. Such protection shall consist of: a. scaling to remove loose material; b. installation of protective barricades, such as wire mesh or timber, at appropriate intervals on the face of the slope to stop and contain falling material: or c. benching sufficient to contain falling naterial. 2. Excaz -at personnel shall not be permitted to work above one another where the danger of falling rock or earth exists. 13 a. Emplo-,:ees shall be protected from excavated materials. equip relent. or other materials that could pose a hazard by falling or rolling into excavations. 4. Protection shall be provided by keeping such materials or ecp.dprneint at least two (2) feet from the edge of excavations, by use of restrairnirng devices that are sufficient to prevent materials or equipment from falling or rolling into excavations, or by a combination of both if necessary. 5. Materials and equipment may., as determined by Com-petentpe- arc , need to be stored fiirtIler than two (2) feet from the edge of the excavation if a hazardous loading condition is created on the face of the excavation. 6. Materials piled, grouped, or stacked near the edge of an excavation must be stable and self-supporting. O. Inspection by Program Manager 1. The Program Manager, Competent Person , shall conduct daily inspections of excavations, adjacent areas, and protective systems for evidence of a situation that could result in possible cave-ins, failure of protective systems, hazardous atmospheres, or other hazardous conditions. An inspection shall be conducted by Comyetent Person prior to the start of work and as needed throughout the shift. Inspections shall also be made after every rainstorm or other hazard -increasing occurrence. These inspections are only required when the trench will be or is occupied by employees. 2. .Where the Competeirt Person finds evidence of a situation that could result in. a possible cave-in, failure of protective systems, hazardous atmosphere, or other hazardous conditions, exposed employees shall be removed from the hazardous area until precautions have been taken to assure their safety. I Competent Person shall maintain a written log of all inspections conducted. This log shall include the date, work site location, results of the inspection, and a summary of any action taken to correct existing hazards. t-. PROTECTIN . SYSTEM RE,Q IRE- ENTS A. 'Protection of Employees I. Employees in an excavation shall be protected from cave-ins by Lis ilia either an adequate sloping and benching system or an adequate support or protective system. The only exceptions are: t a. excavations made entirely in stable rock: or b. excavations less than five (5) feet in depth where examination of the ground by Competent Person provides no indication of a potential cave-in. 2. Protective systems shall be capable of resisting all loads thatcould reasonably be expected to be applied to the system. B. Design of Sloping and Benching Systems The slope and configuration of sloping and benching systems shall be selected and constructed by Competent Persotr. in accordance with the following options: I. Allowable configurations and slopes a. Excavations shall be sloped at an angle no steeper than one and one-half (1 '/) horizontal to one (1) vertical (34 degrees measured from the horizontal), unless one of the options listed below is used. b. Slopes shall be properly excavated depending on soil type as shown in 29 CFR 1926, Subpart P. Appendix B. 2. Determination of slopes and configurations using 29 CFR 1926, Subpart P, Appendices A and B The maximum allowable slopes and allo,,s,able configurations for sloping and benching systems shall meet the requirements set forth in these appendices. i 3. Designs Using other tabulated data The design of sloping oi• benching systems may be selected fi•oin, and shall be constructed in accordance with, other tabulated data, such as tables and charts. The tabulated data used must be in Written form and include the follotving: a. Identification of the factors that affect 'lie selection of a sloping or benching system. b. Identification of the limits of the use of the data, including the maximum height and angle of the slopes determined to be safe. c. Other information needed by the user to make correct selection of a protective system. d. At least one copy of the tabulated data that identifies the registered professional engineer who approved the data shall be maintained at the jobsite during constriction of the protective system. After that time, the data may be stored off the jobsite, and shall be maintained by Corn.petentPerson. 4. Design by a registered professional engineer a. Sloping or benching systems designed ui a manner other than those described in the preceding three options shall be approved by a registered professional engineer. b. Designs shall be in -,mitten form and shall include at least the following information: i. the maximum height and angle of the slopes that were determined to be safe for a particular project; and ii. the identity of the registered professional engineers N-vto approved the design. c. At least one copy of the design shall be maintained at the jobsite -while the slope is being constructed. After that time, the design may be. stored off the jobsite, and shall be maintained by Competent Person. C. Design of Support, Shield, and Other Protective Systems The design of support systems, shnield systems. and other protective s%stems shall be selected and constructed by Competent Persort in accordance N.N ith the following requirements: 1.6 1. Designs using 29 CFR 1926. Subpart P. Appendices A. C and D a. Timber shoring in trenches shall be designed in accordance with the recluirements of the OSHA guidelines. b. Aluminum hydraulic shoring shall be designed in accordance xvith the manufacturer's tabulated data or the requirements of the OSHA guidelines. 2. Designs using manufacturer's tabulated data a. Support systems, shield systems, and other protective systems designed from manufacturer's tabulated data shall be eonstz-ueted _t and used in accordance with all specifications, reeornrnendations. and limitations issued or made by the manufacturer. b. Deviation fi-om the specifications, recommendations; and limitations issued or made by the manufacturer shall be allowed only after the manufacturer issues specific written approval. c. Manufacturer's specifications, reconunendations, and limitations, as well as the manufacturer's written approval to deviate from the specifications, recommendations, and limitations, shall be kept in Nvritten form at the jobsite during construction of the protective system(s).:Affer that time, the information may be stored off the jobsite, and shall be maintained by Competent Person. UY i 17 3. Designs using other tabulated data Designs of support systems, shield systems, and other protective systems H shall be selected from and constructed in accordance with tabulated data, such as tables and charts. a. The tabulated data shall be in written form and shall include all ofthe following: i. identification of the factors that affect the selection of a protective system drawn from such data; ii. identification of the limits of the use of such data: and iii. information needed by the user to make a correct selection of a protective system from the data. b. At least one written copy of the tabulated data, which identifies the registered professional engineer who approved 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, and shall be maintained by Competent Person . 4. Design by a registered professional engineer Support systems, shield systems, and other protective systems designed in a manner other than the preceding three options shall be approved by a registered professional engineer. a. Designs shall be in -,na-itten form and shall include: i. a plan indicating the sizes, types, and configurations of the materials to be used in the protective system, and ii. the identity of the registered professional engineer who approved the design. b. At least one copy of the design shall be maintained at the jobsite during construction of the protective system. After that time, the design may be stored off the jobsite, and shall be maintained by Competent Person. is r D. Naterials and Equipment 1. N-lwterials and equipment used for protective s-'stems shall be free from damage or defects that might affect their proper -function. 2. Manufactured materials acid equipment used for protective systems shall be used and maintained in accordance with the recommendations of the manufacturer. and in a manner that Evill prevent employee exposure to hazards. E. Installation and Removal of Supports 1. General a_ Members of support systems shall be securely connected together to prevent sliding; falling, kick -outs, or other potential hazards. 1 b. Support systems shall be installed and removed in a mariner that protects employees from cave-ins, structural collapses, or from being struck by members of the support systems. c. Individual members of the support systems shall not be subjected to loads exceeding those that they were desipied to support. d. Before temporary removal of individual support members begins, additional precautions shall be taken as directed by Competent Person to ensure the safety of employees (i.e., the installation of other structural members to carry the loads imposed � on the support system). e. Removal of support systems shall begin at, and progress from. the bottom of the excavation. Members shall be released slowiy. If there is any indication of possible failure of the remaining members of the structure or possible cave-in of the sides of the excavation, the work shall be halted until it can be examined by Comwetem Person 19 s'` f. Back -filling shall progress in conjunction with the remoi-al of support systems from excaN'atnOilS. ? additional Requirements a. Excavation of material to a level no greater than two (2) feet �4 below the bottom of the members of a support system is allowed, but only if the system is designed to resist the forces calculated for fi- the full depth ofthe trench. There shall be no indications of a possible loss of soil from behind or beloxv the bottom of the support system while the trench is open. b. Installation of a support system shall be closely coordinated with the excavation of trenches. F. Sloping and Benching Systems Employees are not permitted to work above other employees in the faces of sloped or benched systems, except when employees at low r levels are protected from the hazards of falling, rolling, or sliding material or equipment. G. Shield Systems 1. General a. Shield systems shall not be subjected to loads that are greater than those they are designed to withstand. b. Shields shall be installed in a manner that will restrict lateral or other Hazardous movement of the shield and could occur during cave-in or unexpected soil movement. e. Employees shall be protected from the hazard of cave-ins when entering or exiting the areas protected by shields. d. Employees are not permitted in trenches when shields are being installed, removed, or moved vertically. 2. Additional Requirements a. Excavation of material to a level no greater than two (2) feet below the bottom of the shield systcm is allowed. but on1v if the system is designed to resist the forces calculated for the fidl depth of the trench. 20 n b. There -shall be no indications of possible loss of soil from belllnd or below the bottom of the sllleld system2 while the trench Is LA open. f I. A-CCIDENT INVESTIGATIONS .Jll Incidents that result In Injure' to Nvorkers, as well as near misses, regardless of their nature. shall be reported and investigated. Investigations shall be conducted by Risk _-Vanaeement Dent. as soon after an incident as possible to identify the cause and means of prevention to elinunate the risk of reoccur; encce. In the event of such an incident, the Excavation Safety Program shall be reevaluated by Competent Person to determine if additional practices. procedures, or training are necessary to prevent similar future incidents. 171I. GMAIN, GES TO PROGRAM :any changes to the Excavation Safety Program shall be approved by Safety Dept. & :Yana ement . and shall be revievred by a qualified person as the job progresses to determine additional practices, procedures, or training needs necessary to prevent injuries. Affected employees shall be notified of procedure changes, and trained if necessary. VIII. GLOSS A R17 Accepted engineering practices: the standards of practice required by a registered professional engineer. Aluminum hydraulic shorhm: a manufactured shoring system consisting of V aluminum hydraulic cylinders (crossbraees) used with vertical rails (uprights) or horizontal rails («:ales). This system is designed to support the sidewalls of an excavation and prevent cave-ins. Belll-bottom pier bole: a type of shaft or footing excavation, the bottom of which is made larger than the cross section above to form a bell shape. Eenclnin6 systeni: a method of protecting employees from cave-ins by excavating the sides of an excavation to forma one or more horizontal steps, usually with vertical or near-Nertieal surfaces between levels. Cave -hi: the movement of soil or rock into an excavation, or the loss of soil from under a trench shield or support system, in amounts large enough to trap, bury, or injure and immobilize a person. _1 21 Coin-petent. rersoun: a person .xho has been trained to identif;� hazards in the workplace. or .t-orking conditions that are unsafe for employees. and who has the authority to hay-, these Hazards corrected. Cross braces: the Horizontal members of a shoring system installed from side to side of the excavation. The cross braces bear against either uprights or wales. Excayaation: any man-made cut, cavity, trench, or depression in an earth surface formed by earth removal. Faces or sides: the vertical or inclined earth surfaces formed as a result of excavation work. Failure: the movement or damage of a structural member or comiection that makes it unable to support loads. Hazardous atmosphere: an atmosphere that is explosive. flammable. poisonous, corrosive, oxidizing, irritating, oxygen deficient, tonic, or otherwise lia nif ill, that may cause death, illness, or iiiiury. lackout: the accidental movement or failure of a cross brace. Proeraina Manager: the individual within the company who oversees excavation work and is responsible for assuring compliance with this program. Protecti-ve systeFn: a method of protecting employees from cave-ins, from material that could fall or roll fi-om an excavation face into an excavation, or from the collapse of adjacent structures. Protective systems include support systems, sloping and benching systems, shield systems, and other systems that provide the necessary protection. Rainp: an inclined walking or working surface that is used to gain access to one point from another. A ramp may be constructed from earth or from structural materials such as steel or wood. Sheefln$!: the members of a shoring system that retain the earth in position and in turn are supported by other members of the shoring system. SWeld system: a structure used in an excavation to withstand cave-ins and which will protect employees working within the shield system. Shields can be permanent structures or portable units moved along as work progresses. Shields used in trenches are usually referred to as trench boxes or trench shields. q, 22 (_ t S1Far-rg si-steln: a structure that is built or pint in place to support the sides of .in excavation to prevent cave-ins. Sides: see faces. Slopins system: sloping the sides of an excavation away from the excavation to protect employers from cave-ins. The required slope will vary with soil type, weather, and surface or near surface loads that may affect the soil in the area of j the trench (such as adjacent bid Idings, vehicles near the edge of the trench. etc.). Stable rock: natural solid mineral material that can be excavated «with vertical sides that will remain intact while exposed. Structural ramp: 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: a structure used as underpinning, bracing or shoring, which provides support to an adjacent structure, underground installation. or the sides of 1 an excavation. Tabulated data: tables and charts approved by a registered professional engineer and used to design and construct a protective system. Trencf?L: a narrow. excavation (in relation to its height) made below the surface of the ground. Trench box or trench shield: see shield. uprialnts: the vertical members of a trench shoring system placed in contact N ith the earth and usually positioned so the 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: horizontal members of a shoring system placed in the direction of the LI excavation face `Those sides bear against the vertical members of the shoring system or earth (the uprights or sheeting). MERRYM AN EXCAVATION. ATION. INC. Pi By: Dr. Gregg L. Swenson, Ph.D., Safety Director 2� Nflei',ryMan Xv atlolnF llE t � STATEMENT OF SAFETY POLICY It is the policy of the Merryman Excavation, Inc. to provide a safe and healthy workplace for all Employees and to abide by all federal, state and local regulations as they pertain to our operations. The prevention of accidents is a high priority of management. To make our approach to safety effective and uniform throughout the organization, [Merryman Excavation, Inc. has adopted the following Risk Management Program which we will actively pursue. The objective of the Risk Management Program is to reduce the number of accidents and injuries. The reduction of claim cost is one of the goals of management. To be successful, such a program must embody the proper attitudes towards accident prevention on the part of both supervisors and Employees. It also requires cooperation in all safety and health matters, not only between. supervisor and Employees, but also between each employee and his fellow workers. Only through such a cooperative effort can a safety record in the best interest of all be established and maintained. As Employees, you are responsible for wholehearted, genuine cooperation with all aspects of the Risk Management Program, including compliance with all rules and regulations and for continuously practicing safety while performing your duties. The Safety director, Executive VP, Supervisors and Employees have the full support of management in enforcing the provisions of this policy as it relates to the responsibilities assigned to them. Patrick Merryman President tF� �-N-U-N,'EXC-1 -:�-Ti0 �:, ENS. -� Wet)! Police barn Oman mxcava on. Inc. STA T ENAIEN T OF SAFETY POLICY It is the policy of the Merryn ran Excavation, Inc. to provide a safe and healthy workplace for all Employees and to abide by all federal, state and local regulations as they pertain to our operations. The prevention of accidents is a high priority of management. To make our approach to safety effective and uniform throughout the organization, Merryman Excavation, Inc. has adopted the following Risk Management Program which we will actively pursue. The objective of the Risk Management Program is to reduce the number of accidents and injuries. The reduction of claim cost is one of the goals of management. To be successful, such a program must embody the proper attitudes towards accident prevention on the part of both supervisors and Employees. It also requires cooperation in all safety and health matters, not only between supervisor and Employees, but also between each Employee and his fellow workers. Only through such a cooperative effort can a safety record in the best interest of all be established and maintained. As Employees, you are responsible for wholehearted, genuine cooperation with all aspects of the Risk Management Program, including compliance with all rules and regulations and for continuously practicing safety while performing your duties. The Safety Director, Executive VP, Supervisors and Employees have the full support of management in enforcing the provisions of this policy as it relates to the responsibilities assigned to them. Patrick Merr yrnan Employees Signature President U Date cc: Er—,pfc fees Personal rffe LE? T2I'ZL� �':1' OINT,Ll4. i ? r E i Safety lFollcy 1 Me �man Excavation, Inc. Dear Employees: SAFE" , is everyone's responsibility. It is the desire of MerryrE an Excavation, Inc. to help provide a safe working environment for all Employees. You are our most important asset. Your safety is a great responsibility. These words sincerely reflect our attitude of safety, not only towards our Employees but also toward others we work with and the general public. To accomplish this, management will provide reasonable safeguards to help insure_ safe working conditions and support the safe and efficient development of all work activities. The need also exists for recognizing that no job is so important and no order is so urgent that we cannot take time to perform our work safely. Employees are expected to use the safety equipment provided. Pules of conduct and rules of safety shall be observed. Safety equipment shall not be destroyed or abused. The joint cooperation of Employees and management in observance of this policy will help provide safe working conditions, help reduce work related accidents and will be to the mutual advantage of all. Therefore, we ask your cooperation and support to help make all our jobs safe. Sincerely, Patrick Merrilman President :IE —I2Y-\ - EXC_. =TIO.N, LNG. i-s" Safety Policy C 1. Resprnsibiiities A. Supervisors Management ackno\vledges and accepts the ultimate responsibility for safety and accident prevention, and will take the following actions to maintain a safe workplace: 1. Assign a management representative to act as the company's Risk Management Coordinator. 2. Develop safety committees with the responsibility of monitoring workplace safety and the progress of management's program. 3. Conduct safety meetings on a regular basis for training and safety awareness. 4. Focus the necessary resources and support to maintain a safe workplace. 5. Delegate safety responsibilities and hold those assigned with responsibility for workplace safety accountable for proper implementation of the program. 6. Communicate the safety program and its procedures to personnel. 1. Professional Development • Establish and maintain a health and safety reference library • Keep apprised of changes in health and safety regulations • Participate in professional organizations related to occupational health and safety 2. Program Development and Administration • Develop and maintain the written injury and illness prevention program • Develop and maintain injury and illness prevention policies and procedures to include: e Safety rules + Incentive and motivation programs 4, Accident investigations + Safety inspections E Plan and prepare for natural and "man-made" disasters a Establish a medical program which includes on -site first aid capabilities and off - site emergency medical care salY"N 3. Training ar=d Communication • Provide a general safety orientation to all new Employees • Chair the LaborNanagement Safety Committee Train managers and supervisors in their safety responsibilities Accompany outside safety inspectors and consultants on tours cf he facilities o Follow up on recommendations generated by outside safety inspectors and consultants Determine the need for surveys by specialists, such - as fire protection engineers, industrial hygienists, and ergonomists. 4. Internal Consultant Work with personnel to assure safe placement and job assignment • Conduct hazard analysis of existing facilities and operations • Work with plant engineering on special hazards gi • Study hazards of planned and proposed facilities and operations • Conduct a through investigation of those accidents where specialized j; knowledge is required. -f o Conduct research on technical safety problems 5. information Management • Maintain the accident record keeping system • Maintain documentation on all aspects of the injury and illness prevention program 6. Measuring Performance and Results • Audit supervisory safety performance • Audit middle and upper management safety performance Audit company safety performance Safety Police 0 C. Manaoement 1. Ensure that the facility has the following: a. All required workplace posters. b. Copy of the company safety program. c. Telephone number and address of the designed clinic for emergency services. d. Accident kit. e. Required Tire extinguishers. f. MSDS booklet. 2. Carry out and actively enforce the Risk Management Program. 8. Be aware of all safety requirements and safety working practices. 4. Instruct new Employees and existing Employees performing new tasks on safe working practices. 5. Install and maintain devices to protect the public from company operations. Post "No Smoking" signs at required areas. 6. Make sure protective equipment and safety devices are available and used. 7. Plan production so that all work will be done in compliance with established safety regulations. 8. Inspect all tools, cords and equipment to ensure that they are in proper working order. Replace or repair defective parts/tools. 9. Identify and correct all hazards, including unsafe acts and conditions which are within the scope of your position. 10. Ensure that all injuries are treated immediately and reported promptly. Arrange for first -aid and medical services. 11. Investigate all accidents and injuries to determine the cause and initiate corrective action. Complete an accident investigation report and file the State Worker's Claire For Injury Report ASAP but no later than within 24 hours of the incident. Also fax a copy of report to the Safety Director at (815) 282-1670. 12. Conduct safety and risk management meetings and document accordingly. NIERI Safety Policy 9 D. All Employees 1. Observe and comply with all safety rules, including federal, state and local regulations. 2. Work safely in such a manner as to ensure your own safety as well as that of coworkers and others. 3. Request assistance when unsure about how to perform any task safely. 4. Correct unsafe acts or conditions within the scope of your position. 5. Report any deficiencies, unsafe acts or conditions to the job site supervisor. G. Report to work in good mental and physical condition to safely carry out assigned duties. 7. Use and maintain all safety devices provided. 8. Attend job site safety meetings. 9. Immediately report all injuries, accidents, and near misses to the Supervisor. F. Subcontractors 1. All subcontractors of Merryman Excavation, Inc., and their personnel are by contract subject to the policies and procedures as outlined in the Risk Management Program while working on Merryman Excavation, Inc. projects and shall be responsible for all federal, state and local safety regulations. 2. Must notify all other contractors when their activities could affect the safety and health of other company Employees. 3. Report to controlling contractor any unsafe acts or conditions that come to your attention. ILiZRl"�LAi E s':1 iICi?4T, LAC. 1-7 Safety Policy 1 Ir. r�-, t1-4erttc Investigation Policy All accidents, regardless of the seriousness of the personal injury or property damage will be thoroughly investigated by the Supervisor & Safety Director. B. Procedures 1. The Supervisor & Safety Director will document the investigation on the "accident investigation report". The "cause" and "corrective action taken" must be thoroughly explained on each investigation report. 2. it is up to the Supervisor to insure that all causes are determined and that corrective action is taken. This may require the involvement of the Upper Management. Thus, it is up to the Supervisor to establish the necessary lines of communication in order for corrective action to take place and to prevent a recurrence. 3. The Supervisor shall complete the accident investigation report and turn the report into the main office of Human Resources ASAP but no later than with -in 24 hours of the incident. 4. It is the ultimate responsibility of the Supervisor to ensure that an accident investigation report is completed and turned in. 5. In an effort to measure the progress and results of accident investigation, all Supervisors will be provided with a summary and analysis of all accidents and their costs on a periodic basis. 6. Refer to "Injury Reporting Procedures." MRRY'-\-L -IN r iCA i AT10N,1L\C. 1-8 Safety Policy Ill. oqc iay Manaocment K. Policy In the event that there is a work -related accident, we will make sure that the injured Employees are cared for and receive proper medical attention, if necessary. In addition, the accident will be investigated to determine the cause(s), and to ensure ' that corrective action is taken to prevent a recurrence. r It is our desire to maintain the current workforce; therefore management supports the philosophies of "return to work" and will make every effort to accommodate an injured Employees to return to work, as soon as he/she is medically able, either in a modified duty capacity (i.e., the job they had prior to the injury), or in another position that remains within the physical limitations as determined by the medical provider. _. B. IrluU Reporting Procedures While Merryman Excavation, Inc. strives to provide safe conditions and expects Employees to work in a safe manner, accidents occur from time to time. All accidents resulting in injury must be reported. Even a light injury is potentially harmful to Employees, as well as the company. Therefore, it is necessary that all Employees assume the following procedures when an injury occurs. 1. IMMEDIATELY report to your Supervisor when an injury occurs. if the injury is life -threatening, the Supervisor will call 911. 2. If the injury is not life -threatening, but requires medical treatment, you will be sent or taken to the nearest designated medical facility. 3. At the time of injury, you may not need medical treatment. You must report the incident to the Supervisor immediately, but no later than the end of the work shift 4. All accidents must be investigated. Therefore, upon notice of the injury, you and your Supervisor will complete an "Accident Investigation Report" together. Be sure to give as much information as possible about the accident in order that a cause can be determined and corrective action taken to eliminate the hazard. 5. After the accident investigation report has been completed, the Supervisor will give a cope to the corporate office ASAP but no later than within 24 hours of the incident. For any injuries requiring medical treatment beyond first aid, a Worker's Claim for Injury" will be completed and sent to the State Workers Compensation Bureau. NIERRYllzN EX CA`% A TIONT, ffC. 1-9 Safe, Foiiev -. unless medically unable, report to the job site immediately after medical treatment with the physician's signed medical report. Make sure Merryman Encavatior't, Imicl. receives all communication (i.e., medical records, f0110k-Al-lip reports, doctor appointments, medical bills). This will keep us informed of your c = r , have f a medical status and noti�les us as to whether o, not ,rou h��., any restrictions �s a result of the injury. We cannot put you back to work without these reports. 7. If work restrictions are set by the treating physician, they will be reviewed with you and your Supervisor. If you or your Supervisor feels that your restrictions are net being followed, report it t0 Safety Director at (815) 282-1381. It is important that the restrictions be complied with, in order to prevent an aggravation or further injury. 8. These procedures must be followed by all Employees to ensure a successful and rapid recovery from injury. Failure to follow the above listed procedures may jeopardize an Employees claim to workers' compensation. ril IV Identification Analysis, and control of Worki)lace Hazards A. Hazard Review, Work Standards, and Rules Each job must be inspected or reviewed for hazards or for wort: requirements, both on a pre -job basis and ongoing, which could be hazardous. Based upon these hazards, the safety equipment will be made available at the facility. Safe work procedures or methods are to be reviewed and set as minimurn acceptable standards for work on the job. B. Daily Work on the Job V 1. At least once during the workday, the Supervisor is to complete a brief safety inspection. The inspection will focus upon the safe use of all necessary equipment and proper job procedures. Attached is an example of a project inspection form. As a result of this inspection, the Risk Management Coordinator shall correct hazards that are noted, repair or replace hazardous equipment, provide personal protective equipment, and/or enforce the requirements of this Risk Management Program under the company disciplinary policy. C. Hazard ft.natysts Form Safety rofin 1. A `;J{azard Analyses JA/of-ksheet" will be used to record the sequential steps necessary to complete an identified task, as well as to list the hazards associated with each step. This form should also contain the recommended safe vivorking procedure 'that minimizes the identified hazard. Each separate task requires a . att separate worksheetached is a sample worksheet with instructions. The hazard analysis is completed before the job starts and is intended to help plan for X safety at the job site. D. liGlet,tI ication of H'$az hrds 1. The Risk Management Coordinator will conduct a workplace survey, review OSHA 300 logs, and distribute and collect Employees questionnaires to assist all Employees in identifying workplace hazards. E. Ernploytntent Training 1. All Employees will be trained to recognize the hazards of the equipment and materials of the job. The methods of controlling the hazards will be covered, as well as the emergency procedures. The Hazard communication and hazardous waste information for the job will be communicated and safety rules will be reviewed with every owner/operator or broker prior to the start of work. V. Oorgrgra iic«tion of Risk Manag2rnent Program to Emmployees A. Written Program i. Management shall provide a copy of the Risk Management Program, including the General Safety Rules, to all Employees at the point of hire and to all current Employees. The Risk Management Coordinator shall also be identified and made known to all Employees so that questions and comments may be directed to the Risk Management Coordinator. A list of who has been provided a copy of the program and rules shall be maintained by the Risk Management Coordinator, 'and Employees shall sign a form indicating that they have read the program and $ have understood its contents. P. Employees Training i�FEr'Z 1' :L 'V E-CAVATIO�T, I`�C. 1-iI Safety Policy ,1 All Employees vdill be trained to recognize the hazards of the equipment and materials of the job. The methods of controlling the hazards will be covered, as well as the emergency procedures. Training may take the form of one of the following: a. One-on-one contact with someone assigned the responsibility for safety training. i b. Group setting on the worksite such as a safety meeting. c. Outside training consultant in a seminar on -site or at a training facility. C. Employees Contact 1. The Risk Management Coordinator or Supervisors shall take every opportunity to explain the specifics of the Risk Management Program to Employees in order to assist them in explaining the purpose and policy behind the program. ail Accident investigation and Response 1. All Employees are to be informed and encouraged to report all accidents or injuries as soon as practical. It is the Supervisor's responsibility to conduct a through accident investigation. In addition to finding out what occurred, an effort must be made to identify the cause and eliminate it. The investiggation process consists of the following components: a. Aiding the injured person(s) and providing proper medical assistance. b. Investigating and defining the facts. c. Finding the real cause. i. d. Reviewing and analyzing the information gathered. e. Taking the proper corrective measures to reduce the possibility of recurrence. "Accident Investigation Report" - The person with the most direct knowledge of the work being performed should conduct the investigation. A report should be II completed listing the facts surrounding the accident. Opinions should not be listed { Safety Policy t. f, f on the accident report and there should not be an attempt to place blame. S-ee the "Supervisor's Accident Investigation Report,Form" in section two. Included in the "Supervisors Accident Investigation Report Form" should be information as to what corrective action is needed, if any, and what preventive action may be taken to prevent a similar accident. 11. ENFORCEMENT The accomplishment of this safety program depends on the teamwork of all Merryman Excavation, Inc. Employees. Each person must follow the safety rules and procedures of Merryman Excavation, Inc., as well as federal and state statutes. Failure to observe these rules and regulations may result in discipline up to and including termination. Employees may be presented with a safety violation warning notice. Vill. REVIEW Merryman Excavation, Inc., will conduct and document a review of the work place accident and injury reduction program at least annually, and document how procedures set forth in our program were met. We will utilize the program evaluation form in section eight to perform our review on Merryman Excavation, Inc. Cornparty's ",dk>:rma! Risk fKanagerrient Resolution Report Formn': NIERRY"UN EXCAVATION, L\C. 1-1-3 G rater Ii Excavation., Inc. RISK MAN;DEMENT SAFETY COMMITTEE In order to ensure accident prevention is an Integral component pones �t of the Merryman Excavation, Inc. every day profitable operations, an effective safety organization is essential. To assist in this endeavor, a Risk Management Safety Committee has been created and will represent the various departments within Merryman Excavation, Inc. The key to effective safety performance is management procedures that fix accountability. Productive Risk Management Safety Committee meetings require thorough planning if they are to be effective. The following are guidelines for conducting these meetings: Procedure The following guidelines will be followed: • Employees shall elect fellow workers to represent them on the committee. The method of voting shall be optional. • The terms of Employees -elected members shall be a maximum of one year. Should a vacation occur on the committee, a new member shall be elected. • The Chair -person shall be elected by the Risk Management Safety Committee. • The frequency of meetings shall be determined by the Risk Management Safety Committee. • The date, hour, and location of meetings shall be determined by the Risk Management Safety Committee. • The length of each meeting shall not exceed one hour except by majority vote of the Risk Management Safety Committee. • The attendance and subjects discussed shall be documented and maintained on file for a period of one year. Copies of the minutes must be provided to: + Top management + The Safety Director, and e Employees, by posting on the bulletin board and in break areas. NIERRY]VULN EXEAVATiG�s, LN'C. 1-E 4 Safety Policy Scope of Activities Conduct in-house safety inspections with appropriate supervisor. • Assist in accident investigation to uncover trends. Review accident reports to determine means of elimination. Accept and evaluate Employees suggestions. Review job procedures and recommend improvements. Monitor the Risk Management Safety program effectiveness. Promote and publicize Risk Management. Minutes t The :previous rrieeting will .be read and corrections ri7ade.(€his'ttern can sometimes %e wailed) Un htslhe Aril iiaft t°s on hie :def rite ecision, s. have riot been Busii:Qss ... triad ace brourht u.for reconsideration Re�tiew, of <�rsE ssa'n of acd eats, rates ct��r s-aid cot^re tve :.. lccidents -: �...; actlan ..: : :.; Neinr hires, remedtati>rn©nchty, arnua�Iy -= ���-�itc'r:°trscttiar�t+rErs�_.;'::(=?�sil�s'and �orrective;acti�rt pian .- _. -... . -- N Brrstr ess_...Hx.. - -: Ct nges'in er sling aiigies, r4guiaiior~s Saft�t Cdiicerrt5 Each eleprtrnet head Eras Ehe opourarty to address armies o s .eeneern reEai eu to sa.�� EntheEr'desarttne:�t:::. Minutes Minutes of the Risk Management Safety Committee meeting will promptly be prepared and posted at Merryman Excavation, Inc. The minutes will accurately record all decisions and actions taken_ since. they serve as a record of the Committee's work and follow up. Notes t;ERRY_N-LA_K ESC_' VAT1Cltt,11 C. I-1 Safety Policy Merryman E.-cat.ation, Inc. SAFETY MEETING MANAGEMENT PLAN Acienda Purpose: Desired Outcomes: a Date: Start Time: Ending Time: F [dote Taker: Attendees: JgERRyN.r E1S~ 1':4TIE2R=,I�;C. 1-16 Safety Police ,f Employees Safety Commi-ftee Comiment This is to inform, the cold matee 014 a safteLy thazard which I recognized unsafe act Ursa e Other Condition EA -plain: Location of Hazard(s): Description: Office use only. Date Received: investigation Findings: .LRRYN-AV -LAN EEC ATION, LNC. Safety Policy Corrective Action Taken: H in SAFETY COMMi [ [ EE tk/ii€DES T ES VIEI`•.RY :L� V E K.C_�, t :ATFCi'�, L\C. 1-1o Safety Policy k f7 2 :3 7 Signed: Signed: Date of Meeting: Time Opened: Time Closed: Minutes of Meeting commWee Secretary -C. M9 NIET IONT, LN RRY'-\L,'NEEXC' Sa'fety PolicY contimitLee S2ecretary Merlyinaa Excavation Equal Oppoltuni \% (EEO) Seri-ldentificatioii and Americans With Disabilities act roan Name (First, Last, AEI}: Sweet Address: 1 City, State, Zip Code: Position applied for: Date Applied: It has always been and continues to be Merryman Excavation, Inc's policy that employees should be able to enjoy a work environment free fi•om all forms of unlawful employment discrimination. All decisions regarding recruiting, hiring, promotion, assignment, training, termination, and other terms and conditions of employment will be made without unlawful discrimination on the basis of race, color, national origin, ancestry, sex, sexual orientation, gender identity or expression, religion, marital status, age, disability, work -related injury claim, veteran status, political ideology, or any other factor which cannot lawfully be used as a basis for an employment decision. Additionally Merryman Excavation, Inc. prohibits unlawful harassment of its employees, applicants, or independent contractors in any form. Complaints of unlawful employment discrimination or harassment should be reported. In cases where investigation confirms the allegations, appropriate corrective action will be taken, regardless of whether the inappropriate conduct rises to the level of any violation of law. No employee will suffer reprisals for reporting any incidents of unlawful employment discrimination. It is also Merryman Excavation, Ine.'s intent to fully comply with our duty to provide reasonable accommodations to allow people with disabilities to apply for and perforn their jobs. If you have a disability that affects your job performance, let us know today. We will then discuss with you the reasonable accommodations we may be able to provide to enable you to perform the essential functions of your job. If you become unable to perform your essential job functions, even with reasonable accommodations, we will assist you in identifying other jobs that may become available and for which you may be otherwise qualified. If you feel the above policy is in any way violated, we encourage you to use the Open Door Policy and report such violations to Management. Merryman Excavation is subject to certain governmental record keeping and reporting requirements for the administration of civil rights laws and regulations. In order to comply with these laws, the employer invites employees to voluntarily self -identify then' race or ethnicity. Submission of this information is voluntary, and refusal to provide it will not subject you to any adverse treatment. The information obtained will be kept confidential and may be used only in accordance with the provisions of applicable laws, executive orders, and regulations, including those that require information to be summarized and reported to the federal government for civil rights enforcement. When reported data will not identify any specific individual. This form will be kept in a confidential file separate from your application for employment. Gender Identification (check one): _ Female Male Veteran Status (check one): _Non Veteran _ Veteran (attach copy of DD214) _ Disabled Veteran (attach copy of DD214) Race/Ethenic Identification (check one): Hispanic or Latino — A person of Cuban, Mexican, Puerto Rican, South or Central American, or other Spanish culture or origin. White (Not Hispanic or Latino) — A person having origins in any of the original peoples of Europe, the Middle East, or North Africa. EIack or African American (Not Hispanic or Latino) — A person having origins in anoy of the black racial groups of Africa. _ Native Hawaiian or Other Pacific Islander (Not Hispanic or Latina) — A person having origins in any of the peoples of Hawaii, Guam, Samoa, or other Pacific Islands. Asian (Not Hispanic or Latina) — A person having origins in any of the original peoples of the Far East, Southeast Asia, or the Indian Subcontinent, including, for example Cambodia, China, India, Japan, Korea, Malaysia, Pakistan, the Philippine Islands, Thailand, and Vietnam. American Indian or Alaska Dative (Tot Hispanic or Latino) — A person having origins in any of the original peoples of North and South America (including Central America) and who maintained tribal affiliations or community attachment. Two or More Races (Not Hispanic or Latina) —All persons who identify with more than one of the above file races. Decline self -identification Applicants Signature: Date: Fax to Merryman Excavation 815-337-1766 Form 10/28/09 CITY OV LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Offeror and Agent Must be subinitted with Proposal I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (l 0) business days after being notified of such award by the City of Lubbock, furnish a valid insurance c ' ' icate to the City metingeall of the requirements defined in this proposal. ati 54htractAr ( Original Signature) , on for nt) CONTRACTOWSFIRM NAIvlI3: Mprryzman Excwrati4ri Iris` - (Print or Type) CONTRACTOR'S FIRM ADDRESS: 1501 Lamb Rd Woodstock IL 60098 Address ofAgentBroker. . L4O S IPP-DSWIT City/State/Zip: FaSELk e- IL- (.o01'72- Agent/BrokerTelephoneNumber: (6W Date: NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the a contract to another coutraetor. If you have any questions concerning. these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at ($00 775 21b3. PROPOSAL 12-10282-MA -,South Lubbock Sanitary Sewer Extension Phase 1- Bid Package A Pate Intentionally Left Blank SAFETY RECORD QUESTIONNAIRE The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following 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 If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. 03/11/2010—Dutch Creek Rd. (next to Hartford Ouarru). Summer Hill. IL 62363. Tvpe N. $7.000. Foreman relieved of pasitionTOfferor'sInitials Pre —planning & SafetvProaram put into place. I 1F QUESTION TWO Has the offeror, or the firm, corporation. partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints. indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO X If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. 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. 1 ,1 QUESTION FOUR Provide your company'.s Experience Modification Rate and supporting information: - 92 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 o otnissi may cause my proposal to be rejected. Sig Lure Patrick Merryman —President Title iJ I� SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-I10) 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. COMPANYNAME: Merryman Excavation Inc. FEDERAL TAX ID or SOCIAL SECURITY V. _3 6,-01 2930 Signature of Company Official: Printed name of company official signineabove: Patrick Merryman —President Date Signed: 11/08/2011 Page Intentionally Left Blank 1. 2. 3. 4. S. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. PROPOSED LIST OF SUB -CONTRACTORS Company Name LJri <oL� Cove► a� /3e R �a Location Services Provided 1L. C. li e M1 ca G G cc f 0% _X-'A!!4er- t-:"d,-K INN 14— Minority Owned Yes No ❑ CY ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: Merryman Ex _aya .ion Tnc_. (PRINT NAME OF COMPANY) PROPOSAL 12-10282-MA - South Lubbock Sanitary Sewer Extension Phase 1— Bid Package A Page Intentionally Left Blank POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Director of Purchasing & Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due. FINAL LIST OF SUB -CONTRACTORS Paine Intentionally Left Blank 11 M FINAL LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. Borco LP TX Tunnelina 0 K Lincoln ComDanv IL Chemical Groutinq a di 2. ❑ 3. 0 ❑ 4. 0 ❑ 5. 0 0 6. ❑ 0 7. 0 8. 0 0 9. 0 0 10. 11. 12. 0 0 13. 0 0 14. 0 15. 16. SUBWITED BY: Herrvman Excavation. Inc. (PRINTNAME COMPANY THIS FORM SHALL BE COMPLETED AND. RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF No SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO PROPOSAL 12-10282-MA - South Lubbock Sanitary Sewer Extension Phase I — Bid Package A Page Intentionally Left Blank STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) Bond No. 08975984 KNOW ALL MEN BY THESE PRESENTS, that Merryman Excavation, Inc thereinafter called the Principal(s), as Principal(s), and Colonial American Casualty and Surety Company (hereinafter called the Surety(g), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One Million Three -Hundred Ninety -Nine Thousand * Three -Hundred Sixty Three Dollars ($1,399,363) lawflil 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 liis'eiit6red into a certain written -contract with the Obligee, dated the 12-11' day of January, 2612, to Construction of the South Lubbock Sanitary'Sewer Expansion, Phase I Bid Pkg.A and said Principal underthe 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 iff-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 executedpursuantto the provisions af�&edion 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 signedand.sealed this instrument this 6 January ..... jiday.of- 2012. uo i oniai. -American uasuaiLy anct ourecy k-uupai iy Surety.,... *By: (Title) Todd Schaap,..,Attorney-in-Fact Merryman Excavation Inc. (Company Name) EXCAV,1' '/1" O 0 Rq•-,j 3 y: Patrick Merryman (Printed blemd) A Cc A99B- .09i atGef /k L I - N 0\C0 president (Title) No Text The undersigned surety company represents that it is duly -qualified to do business in Texas, and hereby designates: Howard Cowan 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. Colonial American Casualty and Surety Company Surety By: (Title) - - - Todd Schaap, Attorney -in -Fact Approved as to form: City of b . By: -City Attorney..__. _ ...._. *' Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. Power of Attorney COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, by FRANK E. MARTIN JR., Vice President, and ERIC D. BARNES, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Any, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the d ereby nominate, constitute and appoint Thomas O. CHAMBERS and Todd SCHAAP e, sin, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal , d d o sJse a Q , and as its act and deed: any and all bonds and undertakings, and t p h b gs in pursuance of these presents, shall be as binding upon said Co y, 1 , I d purposes, as if they had been duly executed and acknowledged b 9 {ded pany at its office in Baltimore, Md., in their own proper persons. fl ' The said Assistant at the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By- any, and is now in force. IN WITNESS � OF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 3rd day of November, A.D. 2011. ATTEST: *#a* SEAL D State of Maryland I SS: City of Baltimore COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Eric D. Barnes Assistant Secretary By: Frank E. Martin Jr. Vice President On this 3rd day of November, A.D. 2011, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came FRANK E. MARTIN JR., Vice President, and ERIC D. BARNES, Assistant Secretary of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn Notary Public My Commission Expires: July 14, 2015 POA-F 184-0010A EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 26 day of January , 2Q12 4 < I G� r +� Assistant Secretary STATE OF WISCONSIN ) COUNTY OF Racine ) ON THIS 26th day of January , 2012 , before me, a notary public, within and for said County and State, personally appeared _ Todd Schaap to me personally known, who being duly sworn, upon oath did say that he is the Attorney -in -Fact of and for the Fidelity and Deposit Company of Maryland , a corporation of Maryland , created, organized and existing under and by virtue of the laws of the State of Maryland ; that the corporate seal affixed to the foregoing within instrument is the seal of the said Company; that the seal was affixed and the said instrument was executed by authority of its Board of Directors; and the said Todd Schaap did acknowledge that he/she executed the said instrument as the free act and deed of said Company. L. GedeYner Notary Public, Raci My Commission E: 17'y �m r o ntyj' Wisco sin res I2013 � PAYMENTBOND � , \ � • , � , . � � � . . �,- Page Intentionally Left Blank �, � � � �r , STATUTORY -PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) -.. OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) Bond No. 08975984 KNOW ALL MEN BY THESE PRESENTS, that *See Belolhereinafter called the Principal(s), as PrincipaI(s), and *Merryman Excavation, -Inc. Colonial American 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 One -Million -Three-Hundred Ninety -Nine Thousand Three -Hundred Sixty Three Dollars ($1,399,363) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by -these presents. WHEREAS, the Principal has entered -into a certain written contract with the Obligee, dated the 12`h day of January, 2012, to Construction of the South Lubbock Sanitary Sewer Expansion, Phase I —.. Bid Pka. A and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be -void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be detennined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 26 day of January , 2012. Colonial American Casualty and Surety Company, _ Merryman Excavation Inc. Surety (Company Name) - * B�;���„"�1j, B : Patrick Merryman Y Y Y (Title) yC AVq J-/ ''(P,rinted me) Todd Schaap, Attorney -in -Fact ture) — -� 199$ :President o - • • �Till'e} /L L'N0,4``, No Text The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Howard Cowan 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. Colonial American Casualty and Surety Company Surety By. _(Title). Todd Schaap, Attorney —in —Fact Approved as to. Form:... . City of By eyy * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files: 2. No Text I Page Intentionally Left Blank CERTIFICATE OF INSURANCE Page Intentionally Left Blank PERFORMANCE BOND ACORD CERTIFICATE OF LIABILITY INSURANCE OP ID 5 MERRY-1 DATE(MM/DD/YYYY) 01/23/12 PRODUCER Hausman -Kunkel, Inc 40 South Prospect Roselle IL 60172 Phone: 630-894-7510 Fax: 630-894-4333 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED Merryman Excavation Inc. P.O. Box 905 Woodstock IL 60098 INSURER A: West Bend Mutual Ins. Co 15350 INSURER B: Ins Co of the State of PA INSURERC: INSURERD: INSURER E: 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 MATH 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. IN15K LTR FUJ1Q INS TYPE OF INSURANCE POLICY NUMBER DATE MWDD POLICY EXPIRATION DATE MM/DD LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1 , 000 , 000 A X X COMMERCIAL GENERAL LIABILITY CLAIMS MADE a OCCUR CPD 1477267 10/08/11 10/08/12 PREMISES (Ea occurence) $300,000 MED EXP (Any one person) $ 5 , 000 PERSONAL & ADV INJURY $ 1 , 000 , 000 GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMP/OP AGG $ 2 , 000 , 000 POLICY X j LOC A AUTOMOBILE LIABILITY ANY AUTO CPD 1477267 10/08/11 10/08/12 COMBINED ( aaccidetsINGLELIMIT $1,000,000 X BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGG $ ANY AUTO $ EXCESSIUMBRELLALIABILITY EACH OCCURRENCE $ 9,000,000 A X I OCCUR CLAIMSMADE CUD 1375439 10/08/11 10/08/12 AGGREGATE $ 9,000,000 $ DEDUCTIBLE X RETENTION $ O $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below WC 5319997 11/02/11 11/02/12 X I TORY LIMITS ER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1 , 000 , 000 E.L. DISEASE - POLICY LIMIT $ 1 , 000 , 000 OTHER A Lsd/Rented Equip CPD 1477267 10/08/11 10/08/12 Limit lf500,000 Ded 1,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS The City of Lubbock is named as Additional Insured as respects General Liability on a Primary and Non -Contributory basis as required by written contract. A Waiver of Subrogation applies to the General Liability and Workers Compensation policies in favor of the Additional Insured. Attached form WB 1482. CERTIFICATE HOLDER CANCELLATION City of Lubbock P.O. Box 2000, Room 204 Lubbock TX 79457 LUBBO-1 I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. ACORD 26 (2001108) © ACORD CORPORATION 1988 No Text THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. WHO IS AN INSURED (Section II) is amended to include as an additional insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement. The written contract or written agreement must be: 1. Currently in effect or becoming effective dur- ing the term of this policy; and 2. Executed prior to the "bodily injury," "property damage," "personal injury and advertising in- jury." B. The insurance provided to the additional insured is limited as follows: 1. That person or organization is only an addi- tional insured with respect to liability arising out of: a. Your premises; b. "Your work" for that additional insured; or c. Acts or omissions of the additional insured in connection with the general supervision of "your work." 2. The Limits of Insurance applicable to the additional insured are those specified in the written contract or written agreement or in the Declarations for this policy, whichever is less. These Limits of Insurance are inclusive and not in addition to the Limits of Insurance shown in the Declarations. 3. Except when required by written contract or written agreement, the coverage provided to the additional insured by this endorsement does not apply to: a. "Bodily injury" or "property damage" occur- ring after: (1) All work on the project (other than service, maintenance or repairs) to be performed by or on behalf of the addi- tional insured at the site of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another con- tractor or subcontractor engaged in performing operations for a principal as part of the same project. b. "Bodily injury" or "property damage" arising out of acts or omissions of the additional insured other than in connection with the general supervision of "your work." 4. The insurance provided to the additional in- sured does not apply to "bodily injury," "prop- erty damage," "personal injury and advertising injury" arising out of an architect's, engineer's, or surveyor's rendering of or failure to render any professional services including; a. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifica- tions; and b. Supervisory, or inspection activities per- formed as part of any related architectural or engineering activities. WB 1482 06 06 West Bend Mutual Insurance Company Page 1 of 2 West Bend, Wisconsin 53095 No Text C. As respects the coverage provided under this endorsement, Paragraph 4.16. SECTION IV - COMMERCIAL GENERAL LIABILITY CONDI- TIONS is amended with the addition of the fol- lowing: 4. Other insurance b. Excess insurance This insurance is excess over: Any other valid and collectible insurance available to the additional insured whether primary, excess, contingent or on any other basis unless a written contract spe- cifically requires that this insurance be ei- ther primary or primary and noncontribut- ing. Where required by written contract, we will consider any other insurance maintained by the additional insured for injury or damage covered by this en- dorsement to be excess and noncontrib- uting with this insurance. When this insurance is excess, as a con- dition of coverage, the additional insured shall be obligated to tender the defense and indemnity of every claim or suit to all other insurers that may provide coverage to the additional insured, whether on a contingent, excess or primary basis. Page 2 of 2 West Bend Mutual Insurance Company WB 1482 06 06 West Bend, Wisconsin 53095 No Text CERTIFICATE OF I'i URANCE TO: CITY OF LUBBOCK DATE: 11- 03 —( J P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTLFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by tbis Comparry with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions ofthe standard policies used by this company, the fiuther hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GBNMUL LUMITY 14 Commercial General Liability 0 Claims lvtade CP p �177Zt�7 IO' 0e 11 Genera) Aggregate S 2100D t 000 Products-Comp/Op7y�!OC) OD Occurrence. Persbiia1&Adv.Injury S j' O Owner's & Contractors Protective Each Occurrence % Q Fire Damage (Any one Firs) S_oOp00 S Mad Exp (Any one Person) S t tx00 ALTOMOTIVELLSMMYr X Any Auto Combined Single Limit S t,000.00(.) 0 All Owned Autos Bodily Lljury (Per Person) S 0 SChtdaled•AUtoa 0 HIred Autos -CM 147" ZED 7 10 Bodily lnjuty(Per Accident) S Property Damage S 0 Non -Owned Autos GARAGE LUBlI2TY 0 ' Any Auto Auto Only - Each Accident S 0 Other than Auto Only: Each Accident $ Aggregate S 0 BUILDBRSRISK 0 100%ofthe Total Contract Price S 6 INSTALLATION FLOATER S EXCESSLJABILl1X Umbrella Form CUb►375t-{3� 1010011) 10((&1JZ Each Occurrence S `t , 000, OOU Aggregate Sq,tx0100() ❑ Other Than Umbrella Form — k WORKERS COMPENSAT1ONAND AWLOYBRS'LLISIL77Y The Proprietor! 0 tneluded PartnanlExeeutive 0 Excluded WO-531 q q q7 ( I f DZ 14 I I I /C Z/ 1-1 StatutoryLimits Each Accident Officers are: Disease Policy Limit $1, 0p0 r 0 Disease -Each Employee S t, boo , OTHER 1 .7 The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time requirsd after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cenceUation. WEST" SG-M W AUTU AL ME COPIES OF THE CERTIFICATE OF INSURANCE CbMm&ecs- P ib tmbus ley (Nara f Insu er) MUST BE SENT TO THE MY OF LUBBOCK By . Titie: AGI�AT The Insurance Certificates furnished shall name the City of Lulibock as a Primary Additional Insured on General Liability .and provide a Waiver of Subrogation on all policies in favor of the City of Lubbock. ' , 4min4'••` xt INSUMB ENDORSEMENT SHALL INCLUDE PRODUCTS AND CONIPLETE OPERATIONS. Pa2e Intentionally Left Blank CONTRACT 10282 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 121h day of January, 2012 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 Merryman Excavation, Incorporated of the City of Woodstock, County of McHenry and the State of I11ionois 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 12-10282-MA - South Lubbock Sanitary Sewer Extension Phase 1— Bid Package A 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. Merryman Excavation, Incorporated's proposal dated November 81h, 2012 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: TITLE: REW bl�OSEAL COMPLETE ADDid ' n 1998 Company Address l �F City, State, Zip W . iI SC►� t4L ATTEST: CITY OF LUBBOCK, TEXAS (OWNER): By: -< MA OR A sT: City S etary APPROVED AS TO CONTENT: CIL ner's Repres tive &d Marsha Reed, P.E.,Yhief Operating Officer APP AS J6'FORM: ity Attorney 9 I GENERAL CONDITIONS OF THE AGREEMENT w Pate Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT l . 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 Merryman Excavation, Inc., who has agreed to perform the work embraced in this contract, or 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 Kimley-Horn and Associates, Inc., so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular way under this agreement. Engineers, supervisors or inspectors 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. i 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OFPHRASES 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. 8. 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. 9. 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 pipeline must be backfilled, tested, final grading and seeding performed for substantial completion. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall s 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. IJ 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished three (3) copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative's)) deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to 1 comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no j extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the 2 �1 �F Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the 18. 19 21 contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to 4 perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in �- said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the i_ compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America.. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than seven (7) calendar days prior to the opening of proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 27. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of --r insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF ' A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AND ADDITIONAL INSURED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEEMENT SHALL INCLUDE PRODUCTS AND COMPLETED OPERATIONS. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $2,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury B. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. C. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements i_> of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. S. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and 9 A (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: The name and address of the insured. The location of the operations to which the insurance applies. The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. If policy limits are paid, new policy must be secured for new coverage to complete project. 10 (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 persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission: at 800-372-7713 or 512-804- 4000 (www.tdi.state.tm us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage, " and (h) contractually require each person with whom it contracts to provide services on a project, 11 �i r (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 3 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; (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 I 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. i 12 i i l 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which- in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as 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. 13 33. 34. 35. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $1,000.00 (One Thousand Dollars and No Cents l 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 be in default after the time stipulated for substantially completing the work. If the Contractor should neglect, fail, or refuse to Finally complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of of $1.000.00 (One Thousand Do[las and No Cents 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 final completion of 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. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposal; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. 14 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 agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities note exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the 15 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 fall 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 i 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. Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent standard retainage until actually incorporated into the project. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been f substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, Li 16 t _,_ 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 after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's (' Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, ' (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. } When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 17 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, i machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the j ' Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or _(b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this 18 r�t contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 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 famish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's 19 1 51. 52. 53. 54. 55. "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous - Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or 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, 20 } 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 N petroleum products or byproducts and/or asbestos. 56. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 21 Page Intentionally Left Blank I I A [a 11 F L DAVIS BACON WAGE DETERMINATION Page Intentionally Left Blank EXHIBIT A General Decision Number: TX100008 09/16/2011 TX8 State: Texas Construction Types: Heavy and Highway Counties: Armstrong, Carson, Crosby, Ector, Irion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Modification Number Publication Date 0 09/16/2011 SUTX2011-002 08/02/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) ... $ 13.55 ELECTRICIAN ......................$ 20.96 FORM BUILDER/FORM SETTER Paving & Curb ...............$ 12.36 Structures ..................$ 13.51 LABORER Asphalt Raker ...............$ 12.31 Flagger.....................$ 9.30 Laborer, Common .............$ 10.31 Laborer, Utility ............ $ 11.81 Work Zone Barricade Servicer....................$ 10.31 POWER EQUIPMENT OPERATOR: Asphalt Distributer ......... $ 14.89 Asphalt Paving Machine ...... $ 13.52 Broom and Sweeper ........... $ 11.23 Crane, Lattice Boom 80 Tons or Less ................$ 16.82 Crawler Tractor Operator .... $ 13.96 Excavator, 50,000 lbs or less ........................$ 13.46 Front End Loader Operator, Over 3 CY........ ........... $ 12.77 Front End Loader, 3CY or less ........................$ 12.18 Loader/Backhoe..............$ 14.18 Mechanic.. .$ 20.14 Milling Machine .............$ 15.58 Motor Grader, Rough ........ $ 16.15 Motor Grader, Fine .......... $ 17.58 Reclaimer/Pulverizer........ $ 12.85 Roller Operator, Other ...... $ 10.36 Roller, Asphalt .............$ 10.89 Scraper .....................$ 10.61 �_ Spreader Box ................$ 12.27 Servicer .........................$ 13.89 Steel Worker (Reinforcing) ....... $ 13.50 TRUCK DRIVER Lowboy -Float ................$ 14.44 Single Axle ................ $ 12.74 Single or Tandem Axle Dump..$ 11.33 Tandem Axle Tractor with Semi ........................$ 12.50 ------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in 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 EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. SPECIFICATIONS Page Intentionally Left Blank KHA No. 063126005 SOUTH LUBBOCK SANITARY SEWER EXTENSION PHASE 1— BID PACKAGE A At Jeff James, P.E. I .. • ........ . Kimley-Horn and Associates, Inc. ?.. TBPE No. F-928 , a 801 Cherry Street, Unit 911 ¢I Suite 950 I� +'! ' �, ,1;L i f Fort Worth,'I'exas 76102 �a For Civil Design 0 F rF'N iGa; cA � Chris Story, P.L. ,r................ jCHRISTOPHER N. STORS Jaster-Quintanilla Dallas, LLP ?...................... 89485 TBPF No. F-1294 2105 Commerce Street Dallas, Texas 75201 %�-' 0, 4 10 t For Structural Design r r SPECIAL CONDITIONS SOUTH LUBBOCK SANITARY SEWER EXTENSION PHASE 1 BID PACKAGE A SC-1 CONTRACTOR'S LAYOUT OF WORK Add the following to paragraph 10, Layout, of the General Conditions of the Agreement: The Contractor's responsibility for laying out all work shall include, but not be limited to, surveying services and equipment as needed for horizontal and vertical location and control of the work. A list of vertical and horizontal control points and bench marks in the project vicinity will be furnished to the Contractor. SC-2 KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE Add the following to paragraph 11, Keeping of Plans and Specifications Accessible: Additional sets of plans and specifications may be purchased by Contractor at Contractor's expense. SC-3 LINES AND GRADES Add the following to Paragraph 13, Lines and Grades: Lines and grades are indicated in the drawings for the Contractor's layout of the work, therefore the Owner's Representative has furnished lines and grades to the Contractor. SC-4 SUPERINTENDENCE AND INSPECTION Add the following to paragraph 15, Superintendence and Inspection, of the General Conditions of the Agreement: The Owner's Representative may also appoint contracted individuals and business entities to serve in the capacity of subordinate engineers, supervisors or inspectors. Such subordinate inspectors are defined as Resident Project Representatives (RPR). For the purpose of this paragraph, ENGINEER is defined as a contracted licensed engineer, or engineering firm, subordinate to Owner's Representative. Ll RPR is the ENGINEER'S agent during construction, will act as directed by and under the supervision of ENGINEER, and will confer with ENGINEER regarding RPR's actions. RPR's dealings in matters pertaining to the on -site work shall in general be with ENGINEER and U CONTRACTOR keeping OWNER'S REPRESENTATIVE advised as necessary. RPR's dealings with subcontractors shall only be through or with the full knowledge and approval of CONTRACTOR. RPR shall generally communicate with OWNER'S REPRESENTATIVE with the knowledge of and under the direction of ENGINEER. 063126005 SPECIAL CONDITIONS SC- 1 Oct-11 t i_� SC-4.1 Liaison: Serve as ENGINEER's liaison with CONTRACTOR, working principally through CONTRACTOR's superintendent and assist in understanding the intent of the Contract Documents, and assist ENGINEER in serving as OWNER's liaison with CONTRACTOR when CONTRACTOR's operations affect OWNER's on -site operations. Assist in obtaining from OWNER additional details or information, when required for proper execution of the Work. SC-4.2 Shop Drawings and Samples: Receive samples which are furnished at the site by CONTRACTOR, and notify ENGINEER of availability of samples for examination. Advise ENGINEER and CONTRACTOR of the commencement of any Work requiring a Shop Drawing or sample if the submittal has not been approved by the ENGINEER. SC-4.3 Review of Work, Rejection of Defective Work, Inspections and Tests: Conduct on -site observations of the Work in progress to assist.ENGINEER in determining if the Work is in general proceeding in accordance with the Contract Documents. Report to ENGINEER whenever RPR believes that any Work is unsatisfactory, faulty or defective or does not conform to the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise ENGINEER of Work that RPR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. Verify that tests, equipment and systems startups and operating and maintenance training are conducted in the presence of appropriate personnel, and that CONTRACTOR maintains adequate records thereof; and observe, record and report to ENGINEER appropriate details relative to the test procedures and startups. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of these inspections and report to ENGINEER. SC-4.4 Reports: Furnish ENGINEER periodic reports as required of progress of the Work and of CONTRACTOR's compliance with the progress schedule and schedule of Shop Drawing and sample submittals. Consult with ENGINEER in advance of scheduled major tests, inspections or start of important phases of the Work. 063126005 SPECIAL CONDITIONS SC-2 Oct-11 Report immediately to ENGINEER and OWNER upon the occurrence of any accident. SC-4.5 Payment Requests: Review applications for payment with CONTRACTOR for compliance with the established procedure for their submission and forward with recommendations to ENGINEER, noting particularly the relationship of the payment requested to the schedule of values or unit price bid items. Work completed and materials and equipment delivered at the site but not incorporated in the Work. SC-4.6 Limitations of Authority: Resident Project Representative: Shall not authorize any deviation from the Contract Documents or substitution of materials or equipment, unless authorized by ENGINEER. Shall not exceed limitations of ENGINEER's authority as set forth in the General Conditions of the Agreement or the Contract Documents. Shall not undertake any of the responsibilities of CONTRACTOR, subcontractors or CONTRACTOR's superintendent. Shall not advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures of construction unless such advice or directions are specifically required by the Contract Documents. Shall not advise on, issue directions regarding or assume control over safety precautions and programs in connection with the Work. Shall not accept Shop Drawing or sample submittals from anyone other than CONTRACTOR. Shall not authorize OWNER to occupy the Project in whole or in part. Shall not participate in specialized field or laboratory tests or inspections conducted by others except as specifically authorized by ENGINEER. SC-5 CONTRACTOR'S DUTY AND SUPERINTENDENCE Add the following to paragraph 16, Contractor's Duty and Superintendence, of the General Conditions of the Agreement. The person representing the Contractor (i.e., superintendent) shall be considered the single, authorized point of contact between the Owner's Representative and the Contractor. Designations of different persons of contact, or contact designations that divide, or attempt to divide, the Contractor's accountability and responsibility under the contract documents shall be grounds for suspending the operations of the Contractor without recourse on the part of the Contractor. The 063126005 SPECIAL CONDITIONS SC-3 Oct -I 1 Contractor's designated superintendent shall be physically and locally present until such time as the Owner issues notice of final completion. SC-6 CHARACTER OF WORKERS Add the following to paragraph 18, Character of Workers, of the General Conditions of the Agreement: The provisions regarding the character of workmen shall also include persons of female gender wherever the words "man" or "men" are used. The provisions for character of workmen shall be construed to include, but not be limited to, the Contractor's superintendent, Contractor's subcontracted work forces, subcontractor superintendents, laborers, and supervisors. When such workmen are discharged from the work, such workmen shall not be associated with the work in any capacity or function whatsoever. SC-7 CONSTRUCTION OBSERVATION General Condition Paragraph 21 is retained in its entirety. Add the following to General Condition Paragraph 21, Observation and Testing: The Contractor shall make available, or leave in place, for the Owner's observing or testing party equipment for the safe ingress and egress pertaining to the item of work. Such equipment shall include, but not be limited to, oxygen monitors, toxic gas monitors, flammable gas indicators, hoists, harnesses, ladders, excavation shoring, lighting, and ventilation. Failure to make sufficient equipment and monitors available for Owner's observation of the work shall be prima facie evidence that the work does not comply with the Contract Documents, specifications, or drawings. SC-8 DEFINITIONS For the following paragraphs of these Special Conditions, ENGINEER shall be defined as the Owner's primary consultant which is "Prime Consultant" and consultants to "Prime", namely "Sub -Consultant". SC-9 DOCUMENT OWNERSHIP Contractor, and any Subcontractor or Supplier or any other person or organization performing or furnishing any of the work under a direct or indirect contract with Owner (i) shall not have or acquire any title to or ownership rights in any of the drawings, specifications or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, and (ii) shall not reuse any of such drawings, specifications, other documents or copies on extensions of the project or any other project without written consent of the Owner and ENGINEER and specific written verification or adaptation by ENGINEER. SC-10 SUBSURFACE UTILITY INVESTIGATION The ENGINEER conducted subsurface utility investigations through Gorrondona & Associates, Inc (G&A). The G&A project number is KHA-1007.00 dated 04/26/2010.One photocopy of the 063126005 SPECIAL CONDITIONS SC-4 Oct-11 report will be made available upon request to each bidder for information purposes, but the report is not the part of Contract Documents. These subsurface investigations, samples and reports were prepared for design purposes, and any reliance on the samples and report data by the Contractor is at the sole risk of the Contractor. Any conclusions, interpretations or opinions based on samples and reports data are the sole province of the Contractor. Neither the Owner nor the ENGINEER assumes any liability or responsibility for the various differing subsurface utilities that may be encountered, whether or not shown in samples or soil subsurface utility report. Contractor may not rely upon or make any claim against Owner or Engineer with respect to: • the completeness of such reports and drawings for CONTRACTOR's purposes, including but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and program incident thereto, or • other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings, or • any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such data, interpretations, opinions or information. SC-11 UNDERGROUND FACILITIES For the purpose of this Special Provision, Underground Facilities shall be defined as all pipelines, conduits, ducts, wires, cables, manholes, vaults, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems or water. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to OWNER or ENGINEER by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided in the General Conditions of the Agreement: OWNER and ENGINEER shall not be responsible for the accuracy or completeness of any such information or data; and The cost of all the following will be included in the Contract Price and CONTRACTOR shall have full responsibility for: • (i) reviewing and checking all such information and data, • (ii) locating all Underground Facilities shown or indicated in the Contract Documents, • (iii) coordination of the Work with the owners of such Underground Facilities during construction, and • (iv) the safety and protection of all such Underground Facilities as provided in paragraph 21 of the General Instructions to Bidders and repairing, to the satisfaction of the facility owner, any damage thereto resulting from the Work. 063126005 SPECIAL CONDITIONS SC-5 Oct -I I If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents, CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby of performing any Work in connection therewith (except in an emergency as required to prevent injury, loss of life, or damage to property), identify the owner of such Underground Facility and give written notice to that owner and to OWNER and ENGINEER. SC-12 SUBSTITUTES AND "OR -EQUAL" ITEMS SC-12.1 Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent or "or -equal" item, or no substitution is permitted, other items of material or equipment of other Suppliers may be accepted by Engineer under the following circumstances: SC-12.2 "Or -Equal": If in ENGINEER'S sole discretion an item of material or equipment proposed by CONTRACTOR is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by ENGINEER as an "or -equal" item, in which case review and approval of the proposed item may, in ENGINEER's sole discretion, be accomplished without compliance with some or all of the requirements for acceptance of proposed substitute items. SC-12.3 Substitute Items: If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR does not qualify as an "or -equal" item under subparagraph SC-12.2, it will be considered a proposed substitute item. CONTRACTOR shall submit sufficient information as provided below to allow ENGINEER to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. The procedure for review by the ENGINEER will include the following as supplemented in the General Requirements and as ENGINEER may decide is appropriate under the circumstances. Requests for the review of proposed substitute items of material or equipment will not be accepted by ENGINEER from anyone other than CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall first make written application to ENGINEER for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified and be suited to the same use as that specified. The application will state the extent, if any, to which the evaluation and acceptance of the proposed substitute will prejudice CONTRACTOR's achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from 063126005 SPECIAL CONDITIONS SC - 6 Oct-11 _a that specified will be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs or credits that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which will be considered by ENGINEER in evaluating the proposed substitute. ENGINEER may require CONTRACTOR to furnish additional data about the proposed substitute. SC-12.4 CONTRACTOR'S Expense: All data to be provided by CONTRACTOR in support of any proposed "or -equal" or substitute item will be at CONTRACTOR's expense. SC-12.5 Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence or procedure of construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, technique, sequence or procedure of construction acceptable to ENGINEER. CONTRACTOR shall submit sufficient information to allow ENGINEER, in ENGINEER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by ENGINEER will be similar to that provided in subparagraph SC-12.3. SC-12.6 Engineer's Evaluation: ENGINEER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to paragraphs SC-12.3 and SC-12.5. ENGINEER will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized without ENGINEER's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish at CONTRACTOR's expense a special performance guarantee of other surety with respect to any "or -equal" or substitute. ENGINEER will record time required by ENGINEER and ENGINEER's Consultants in evaluating substitutes proposed or submitted by CONTRACTOR pursuant to paragraphs SC-12.3 and SC-12.5 and in making changes in the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) occasioned thereby. Whether or not ENGINEER accepts a substitute item so proposed or submitted by CONTRACTOR, CONTRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER's Consultants for evaluating each such proposed substitute item. SC-13 RECORD DOCUMENTS CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Change Directives, Field Orders and written interpretations and clarifications in good order and annotated to show all changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to ENGINEER for reference. 063126005 SPECIAL CONDITIONS SC-7 Oct-11 Upon completion of the Work, these record documents, Samples and Shop Drawings will be delivered to ENGINEER for OWNER. Failure to maintain and safeguard these required documents shall be grounds for the Owner to issue a non-compliance directive to the Contractor and withhold all payments until such non-compliance is remedied. SC-14 SUBMITTAL REVIEW One initial submittal of shop drawings, samples, "or -equal" items and other required submittals and one resubmittal of the same item will be reviewed by the Engineer at no cost to the Contractor. Subsequent reviews for resubmittals of the same item will be reviewed at a cost to the Contractor of $100.00 per man-hour. Such cost shall be deducted from progress payments to the Contractor and result in a reduction of total contract price. SC-15 PARTIAL PAYMENTS Add the following to paragraph 42, Partial Payments, of the General Conditions of the Agreement: Partial payments requested by the Contractor may include materials delivered, but not yet incorporated into the project. If payment is requested on the basis of materials and equipment not incorporated in the work but delivered and suitably stored at the site, or at another location agreed to in writing, then the application for payment shall also be accompanied by a bill of sale or invoice warranting that the equipment and materials are free and clear of all liens and evidence that the materials and equipment are covered by the appropriate property insurance and other arrangements to protect the Owner's interest therein. Materials and equipment shall not be considered for partial payment if stored where the Owner cannot confirm the quantities or otherwise seize and secure the equipment and materials in the event that the Contractor defaults on the work. Materials and equipment that are eligible for partial payment will be carried as "Materials on Hand" on the partial pay estimates and then moved from "Materials on Hand" to completed items of the work once those materials and equipment are incorporated into the work. Partial payments for completed items of work will reflect adjustments for prior partial payments made to the Contractor, for the same completed items of work, for "Materials on Hand". Partial payments for "Materials on Hand" shall be subject to the five percent retainage. Only actual invoice amounts and actual freight invoice amounts for delivered items to the locations stated above will be eligible for partial payment as "Materials on Hand". Materials on hand shall be limited to materials manufactured at a manufacturing facility such as precast reinforced concrete pipe, fiberglass pipe, precast manholes, manhole frames and covers, check valves, grates, signal masks, light poles, and so forth. Items not considered as materials on hand are those items which require further processing for use in the project such as cements, aggregates, asphalts, fill materials, concrete, riprap, topsoil, sod, seed, earthen materials, paint, glass beads, raised pavement markers, etc. The final determination of whether a substance or item qualifies as materials on hand is the sole province of the Owners representative under General Conditions Paragraph 14. SC-16 ENGINEER'S FIELD OFFICE A field office will not be required for this project. END SPECIAL CONDITIONS 063126005 SPECIAL CONDITIONS SC - 8 Oct-11 r TABLE OF CONTENTS DIVISION 1- GENERAL REQUIREMENTS 01020 Measurement and Payment...............................................................................................13 01027 Applications for Payment....................................................................................................2 01028 Change Order Procedures...................................................................................................3 01039 Coordination and Meetings.................................................................................................2 01100 Summary of Work...............................................................................................................2 01140 Work Restrictions .................3 ............................................................................................ 01310 Progress Schedules..............................................................................................................2 01322 Photographic Documentation..............................................................................................2 01330 Submittal Procedures..........................................................................................................5 01356 Storm Water Pollution Prevention Plan (SWP3)............................................................... 4 01400 .............................................. Quality Requirements ........................................................... 4 01420 References...........................................................................................................................4 01500 Temporary Facilities and Controls......................................................................................5 01555 Barricades, Signs and Traffic Handling..............................................................................2 01576 Waste Material Disposal.....................................................................................................2 01600 Product Requirements.........................................................................................................3 01700 Contract Closeout................................................................................................................2 DIVISION 2 - SITE WORK 02221 Structural Safety Systems...................................................................................................4 02222 Remove Existing Pavements...............................................................................................2 02225 Utility Trench Excavation Embedment and Backfill........................................................17 02260 Excavation Support and Protection.....................................................................................3 02310 02317 Hand Tunneling...................................................................................................................9 Excavation and Backfill for Structure.................................................................................9 02320 Backfill Materials for Structures.........................................................................................6 02349 Installation of Carrier Pipe in Casing or Tunnel Liner Plate...............................................8 02605 Fiberglass Manholes............................................................................................................4 02610 Tunnel Liner Plate...............................................................................................................4 02611 Steel Casing Pipe................................................................................................................4 02660 02730 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers....................................................6 Sewer and Manhole Testing............................................................................................4 02750 Bypass Pumping of Existing Sewer Systems......................................................................4 02763 Closed Circuit Television (CCTV) Inspection....................................................................4 02765 Utility Markers / Locations.......................................................................... 02920 Lawns and Grasses..............................................................................................................7 063126005 TABLE OF CONTENTS TC - 1 , Oct -II E 1 1__t f. r DIVISION 3 - CONCRETE 03100 Concrete Form Work...........................................................................................................9 03200 Concrete Reinforcement......................................................................................................7 03251 Concrete Joints..................................................................................................................10 03300 Cast -In -Place Concrete......................................................................................................29 03360 Contact Grouting...............................................................................................................29 03600 Grout......................................................... ........................................................................10 03740 . Modifications to Existing Concrete....................................................................................7 03930 Concrete Repair and Rehabilitation 12 DIVISION 4 Not Used DIVISION 5 — METALS 05051 Anchorages..........................................................................................................................5 05501 Miscellaneous Metal Fabrication........................................................................................4 05532 Aluminum Checker Plate....................................................................................................3 DIVISION 6 - 16 Not Used APPENDIX A — GEOTECHNICAL REPORT 063126005 TABLE OF CONTENTS TC - 2 Oct -I I DIVISION 1— GENERAL REQUIREMENTS 063126005 DIVISION 1— GENERAL REQUIREMENTS Oct-11 PART1-GENERAL SCOPE SECTION 01020 MEASUREMENT AND PAYMENT The following sections shall be used to define measurements and payments for this project. The unit price bid on each item as stated in the bid proposal shall include furnishing all labor, superintendence, machinery, equipment, and materials except as otherwise specified, necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications and on which no separate payment is made shall be included in the bid prices on the various pay items. Payment will not be made for any item that is not complete, including all associated incidental work. Only those items indicated on bid documents and plan sheets will be included for construction and payment. PAY ITEMS MOBILIZATION This pay item shall consist of all costs associated with move -in related equipment and labor, bid bond, performance and construction bonds and insurance related for this project. Measurement for payment shall be on a lump sum basis. OPERATIONAL AND BYPASS PUMPING PLAN This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to prepare an operational plan and bypass pumping plan as a shop drawing prior to beginning construction. The operational plan shall include, at a minimum, the contractor's sequence of construction to minimize disruption to the daily operation of the water reclamation plant. The bypass pumping plan shall include those terms identified in the plans. Measurement for payment shall be on a lump sum basis. JUNCTION STRUCTURE REPLACEMENT This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to replace the existing junction structure and associated piping as shown on Sheet C 6 in the plans from JS-1 STA. 0+10 to JS-1 STA. 0+38.23 and from JS-2 STA. 0+00 to JS-2 STA. 0+10. Measurement for payment shall be on a lump sum basis. 063126003 MEASUREMENT AND PAYMENT 01020 - 1 Oct -I I CONNECT TO EXISTING HEADWORKS LIFT STATION WET WELL This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to connect the proposed 54-inch fiberglass sewer pipe to the existing lift station wet well as shown in the plans and described in the technical specifications. Measurement for payment shall be on a lump sum basis. 78-INCH STEEL CASING PIPE OR TUNNEL LINER PLATE INSTALLATION BY OTHER THAN OPEN CUT WITH 54-INCH FIBERGLASS SEWER PIPE This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 54-inch fiberglass sewer pipe and 78-inch steel casing pipe or tunnel liner plate as shown in the plans and described in the technical specifications. Measurement for payment shall be on a linear foot basis. 54-, 30-, and 27-INCH FIBERGLASS SEWER PIPE BY OPEN CUT This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to install 54-inch fiberglass sewer pipe by open cut as shown in the plans and described in the technical specifications. Measurement for payment shall be on a linear foot basis. 24-INCH FIBERGLASS FORCE MAIN PIPE BY OPEN CUT This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 24-inch fiberglass force main pipe by open cut as shown in the plans and described in the technical specifications. Measurement for payment shall be on a linear foot basis. 5-FOOT DIAMETER SANITARY SEWER FIBERGLASS MANHOLE This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 5-foot diameter manholes as shown in the plans, specifications and details. Measurement for payment shall be on a per each basis. VACUUM TESTING OF SANITARY SEWER MANHOLES This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to perform vacuum testing of all sanitary sewer manholes in accordance with the technical specifications. Measurement for payment shall be on a per each basis. 063126003 MEASUREMENT AND PAYMENT 01020 - 2 Oct-11 y f POST CONSTRUCTION CLEANING AND TELEVISION INSPECTION F This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to perform post construction television inspection of all sanitary sewer lines in accordance with the technical specifications. Measurement for payment shall be on a linear foot basis. CONCRETE ENCASEMENT This item shall consist of the work, labor and materials required for the forming, furnishing and ` placing of concrete encasement and all necessary work as shown in the plans. In the event the Contractor excavated an extra wide trench or out the trench beyond the limits required and such excess excavation required additional concrete encasement, the Contractor shall furnish and place such additional concrete at his own expense. Measurement for payment shall be made on the J basis of the linear foot installed. CONCRETE SIDEWALK REPAIR This item shall consist of the work, labor and materials required to provide sidewalk repair at the existing electrical building and Headworks Lift Station including furnishing and installing the concrete surface and base courses. All sidewalks shall be neatly saw -cut. Measurement for sidewalks complete and in place shall be by the square foot. TRENCH SAFETY SAFETY This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely furnish, install and remove a trench safety system as required at the various depths indicated. The Contractor is reminded that he must fully comply with OSHA requirements in all cases and no separate payment will be made for such compliance. Measurement for payment shall be on a lump sum basis. STORM WATER POLLUTION PREVENTION PLAN This item shall consist of control measures as described in the specifications, and shall be paid for on a lump sum basis. A general plan with the location of the control measures, including silt fences, straw bale dikes, etc. is shown in the plans. The contractor shall be responsible for determination of adequate and appropriate control measure items, quantities, and locations, and shall include this information in the submitted Storm Water Pollution Prevention Plan. Measurement for payment shall be on a lump sum basis. This pay item shall encompass cost for the entire project. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used 063126003 Oct-11 END OF SECTION 01020 MEASUREMENT AND PAYMENT 01020 - 3 SECTION 01027 APPLICATIONS FOR PAYMENT 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. Procedures for preparation and submittal of Applications for Payment. 1.3 RELATED SECTIONS A. Agreement: Contract Sum/Price and unit prices. B. General Conditions: Progress Payments and Final Payment. C. Section 01020 - Measurement and Payment. D. Section 01028 - Change Order Procedures. E. Section 01330 - Submittal procedures. F. Section 01700 - Contract Closeout. 1.4 FORMAT A. EJCDC 1910-8-E -Application for Payment including continuation sheets when required, or Owner forms, or Owner -approved form of the Contractor. B. For each item, provide a column for listing: Item Number; Description of work; Scheduled Value, Previous Applications; Work in Place; Authorized Change Orders; Total Completed; Percentage of Completion; Balance to Finish; and Retainage. 1.5 PREPARATION OF APPLICATIONS A. Present required information in typewritten form or computer generated Excel Spreadsheet. B. Execute certification by signature of authorized officer. C. Use data from approved Schedule of Values. Provide dollar value in each column for each line item for portion of work performed and for stored products. D. List each authorized Change Order as an extension on continuation sheet, listing Change Order number and dollar amount as for an original item of Work. E. Prepare Application for Final Payment as specified in Section 01700. 1.6 SUBMITTAL PROCEDURES A. Submit four copies of each Application for Payment. B. Submit an updated construction schedule with each Application for Payment. Payment will not be made until an up-to-date schedule is received. C. Payment Period: Submit at intervals stipulated in the Agreement. 063126005 APPLICATIONS FOR PAYMENT 01027 - 1 Oct-11 3 1.7 SUBSTANTIATING DATA A. When Engineer requires substantiating information, submit data justifying dollar amounts in question. B. Provide one copy of data with cover letter for each copy of submittal. Show Application number and date, and line item by number and description. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used € 063126005 APPLICATIONS FOR PAYMENT 01027 - 2 --- Oct-11 SECTION 01028 CHANGE ORDER PROCEDURES PARTI-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. Submittals. B. Documentation of change in Contract Sum/Price and Contract Time. C. Change procedures. D. Construction Change Authorization E. Stipulated Price change order. F. Unit price change order. G. Time and material change order. H. Execution of change orders. I. Correlation of Contractor submittals. 1.3 RELATED SECTIONS A. Section 01027 -Applications for Payment. B. Section 01330 -Submittal Procedures. C. Section 01600 -Product Requirements. D. Section 01700 -Contract Closeout. 1.4 SUBMITTALS A. Submit name of the individual authorized to receive change documents, and be responsible for informing others in Contractor's employ or Subcontractors of changes to the Work. B. Change Order Forms: EJCDC 1910-8-B Change Order, Owner's form, or other form approved by Owner. 1.5 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME A. Maintain detailed records of work done on a time and material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs of changes in the Work. B. Document each quotation for a change in cost or time with sufficient data to allow evaluation of the quotation. C. Provide additional data to support computations: 1. Quantities of products, labor, and equipment. 2. Taxes, insurance and bonds. 3. Overhead and profit. 4. Justification for any change in Contract Time. 5. Credit for deletions from Contract, similarly documented. 063126005 CHANGE ORDER PROCEDURES 01028 - 1 Oct-11 6. If subcontracted, provide subcontractor documentation according to General Contract Conditions and this specification. Show Contractor markup on subcontractor changes. D. Support each claim for additional costs, and for work done on a time and material basis, with additional information: 1. Origin and date of claim. 2. Dates and times work was performed, and by whom. 3. Time records and wage rates paid. 4. Invoices and receipts for products, equipment, and subcontracts, similarly documented. Show Contractor markup on subcontractor work. 1.6 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 the Contract by issuing supplemental instructions by letter. B. The Engineer may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications and 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 a request for change to the Engineer, describing the proposed change and its full effect on the Work, with 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. 1.7 CONSTRUCTION CHANGE AUTHORIZATION A. Engineer may issue a document, signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. B. The document will describe changes in the Work, and will designate method of determining any change in Contract Sum/Price or Contract Time. C. Promptly execute the change in Work. 1.8 STIPULATED PRICE CHANGE ORDER A. Based on Proposal Request and Contractor's maximum price quotation or Contractor's request for a Change Order as approved by Engineer. 1.9 UNIT PRICE CHANGE ORDER A. For pre -determined unit prices and quantities, the Change Order will be executed on a fixed unit price basis. B. For unit costs or quantities of units of work which are not pre -determined, execute Work under a Construction Change Authorization. C. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. 063126005 CHANGE ORDER PROCEDURES 01028 - 2 -a Oct- I I 1.10 TIME AND MATERIAL CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. B. Engineer will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. C. Maintain detailed records of work done on Time and Material basis. D. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. 1.11 EXECUTION OF CHANGE ORDERS A. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. 1.12 CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum/Price. B. Promptly revise progress schedules to reflect any change in Contract Time, revise sub -schedules to adjust time for other items of work affected by the change, and resubmit. C. Promptly enter changes in Project Record Documents. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used END OF SECTION 063126005 CHANGE ORDER PROCEDURES 01028 - 3 Oct-11 SECTION 01039 COORDINATION AND MEETINGS PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 -General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Coordination. B. Preconstruction meeting. C. Progress meetings. 1.3 COORDINATION A. Coordinate scheduling, submittals, and work of the various Sections of the Specifications to assure efficient and orderly sequence of installation of interdependent construction elements. B. Coordinate completion and clean up of Work of separate Sections in preparation for Substantial Completion. C. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.4 PRECONSTRUCTION MEETING A. Engineer will schedule a meeting with the required attendees. B. Attendance Required: Owner, Engineer, Contractor and major Subcontractors. C. Agenda: 1. Distribution of executed Contract Documents. 2. Submission of list of Subcontractors, list of products and progress schedule. 3. Designation of personnel representing the parties in Contract and the Engineer. 4. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures. 5. Schedules. 6. Scheduling activities of construction testing lab. 7. Use of premises by Owner and Contractor. 8. Owner's requirements. 9. Construction facilities and controls provided by Owner. 10. Survey layout. 11. Security and housekeeping procedures. 12. Procedures for testing. 13. Procedures for maintaining record documents. 14. Inspection and acceptance of equipment or improvements put into service during construction period. 15. Other items as deemed necessary by Owner or Engineer. U031Z000J COORDINATION AND MEETINGS 01039 - 1 Oct-11 D. Engineer will record minutes and distribute copies to participants. 1.5 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work as the Owner deems necessary. B. Owner will make arrangements for meetings, prepare agenda with copies for participants, and preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as appropriate to agenda topics for each meeting. D. 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. E. Engineer will record minutes and distribute copies to participants. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used 063126005 Oct-11 END OF SECTION COORDINATION AND MEETINGS 01039 - Z SECTION 01100 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 premises. C. Owner occupancy. 1.3 RELATED SECTIONS A. Section 01330 — Submittal Procedures. 1.4 WORK COVERED BY CONTRACT DOCUMENTS A. Identification: City of Lubbock, Lubbock, Texas. Project consists of the construction of Phase 1 Bid Package A of the South Lubbock Sanitary Sewer Extension. 1. Location: Lubbock, Texas. 2. Owner: City of Lubbock, Texas. B. Identification: City of Lubbock, Lubbock, Texas. Project consists of the following: 1. Sanitary sewer construction of approximately 1,270 linear feet of 54-inch diameter gravity sanitary sewer main. C. Verbal Summary: Without force or effect on requirements of the Contract Documents a brief description of the Project is as described in 1.4(A) & (B). 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. 063126005 SUMMARY OF WORK 01100 - 1 Oct-11 PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used END OF SECTION 063126005 SUMMARY OF WORK 01100 - 2 Oct-11 SECTION 01140 WORK RESTRICTIONS 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. Use of premises. B. Special scheduling requirements. C. Working period. D. Noise restrictions. E. Advance Notice. F. Water for Construction. 1.3 USE OF PREMISES A. Use of Site: Limit use of premises to work in areas indicated. Do not disturb portions of site beyond areas in which the Work is indicated. 1. Limits: Confine construction operations to within the limits of the construction easement or right-of-way as shown on plans. 2. Driveways and Entrances: Keep driveways and entrances serving premises clear and available to employees and emergency vehicles at all times, except when construction is immediately at that vicinity. Do not use these areas for parking or storage of materials. a. Schedule construction to minimize obstruction of driveways and entrances. b. Provide commercial and industrial occupants with at least one (1) driveway suitable to traffic in and out of the location when obstructions are inevitable. Some additional requirements are noted on the plans for some affected driveways. 3. Private vehicles of Contractor's personnel shall be parked outside of the southeast water reclamation plant property. B. Other construction activities will be ongoing during the duration of this project. Contractor shall coordinate with Owner or Engineer as necessary for coordination issues that may arise between the projects. 1.4 SPECIAL SCHEDULING REQUIREMENTS A. Have materials, equipment, and personnel required to perform the work at the site prior to the commencement of the work. B. Permission to interrupt any utility service shall be requested in writing a minimum of 14 calendar days prior to the desired date of interruption. 063126005 WORK RESTRICTIONS 01140 - 1 Oct-11 C. The work under this contract requires special attention to the scheduling and conduct of the work in connection with existing operations. Identify on the construction schedule each factor which constitutes a potential interruption to operations. 1.5 WORKING PERIOD A. Working Hours — Regular working hours shall be between 8:00 a.m. and 5:00 p.m., Monday through Friday, and between 9:00 a.m. and 5:00 p.m. on Saturday. Saturday work shall be restricted to those activities that do not require observation by the Owner. The Owner reserves the right, at the Owner's discretion, to not allow work when it interferes with holiday times and traffic. No work shall be performed on the following holiday periods or days: 1. New Year's Day (observed) 2. Memorial Day Holiday (observed) 3. Independence Day Holiday (observed) 4. Labor Day Holiday (observed) 5. Thanksgiving Day Holiday plus the day before and the three days following Thanksgiving Day. 6. Christmas week. If Christmas Day falls on a Saturday, this will be defined as the week leading to Christmas Day. If Christmas Day falls on a Sunday, this will be defined as the week following Christmas Day plus the Friday and Saturday prior to Christmas Day. B. Work Outside Regular Hours — Work outside regular working hours requires Owner's approval. Make application 21 calendar days prior to such work to allow arrangements to be made by the Owner for inspecting the work in progress, giving the specific dates, hours, location, type of work to be performed, contract number and project title. Based on the justification provided, the Owner may approve work outside regular hours. During periods of darkness, the different parts of the work shall be lighted in a manner approved by the Owner. Lighting shall be such that it does not cause nuisance conditions. C. The drawings contain specific requirements that affect certain areas of the work. 1.6 ADVANCE NOTICE A. Contractor shall provide a minimum of five business days advance written notice of construction to businesses and residences along the construction route. 1. The advance written notice shall be in the form of a single -page flyer to be placed by hand by the Contractor's forces in mailboxes, door handles or handed to applicable individuals at each route building. 2. The text for the advance written notice will be provided by the Owner in written form and electronic form. 3. Reproduction shall be at the Contractor's expense. 4. Distribution shall be at the Contractor's expense. 5. Single -page flyers shall be of a paper or post -card color other than white to direct the recipient's attention to the information. 6. The text shall contain the anticipated beginning date of inconvenience to the recipient and the anticipated duration of that inconvenience. 7. The dates shall encompass the duration of driveway inconveniences and potential noise to the recipients on a single city block (i.e., the dates and durations shall reflect the time that the city block of interest will be affected by non-trafficability). 063126005 WORK RESTRICTIONS 01140 - 2 Oct-11 B. Prior to closing any street or thoroughfare for any length of time, the Contractor shall notify the following a minimum of 5 business days in advance: 1. All Emergency Services — Fire, Police, EMS 2. City of Lubbock Solid Waste Department 3. Lubbock Cooper Independent School District 4. Durham Transportation 5. TxDOT 6. Lubbock Avalanche Journal 7. United States Postal Service 8. Press release for local radio and television stations 1.7 WATER FOR CONSTRUCTION A. Obtaining water for construction is Contractor's sole responsibility. B. Water is available from the potable water system of the City of Lubbock for construction purposes. The Contractor is responsible for all charges and arrangements for water consumption from the potable water system. The Contractor shall make such arrangements directly with the City of Lubbock Water Utilities Department. The City will not furnish potable water free of charge for the construction work. Contractor is responsible for any required metering and hauling. C. Water from park area lakes shall not be used for construction. D. This section does not preclude Contractor from seeking other water sources for use in construction. Such water sources shall meet the purity requirements for the intended use. Such arrangements for water from other sources are the responsibility of the Contractor. PART 2 — PRODUCTS Not Used PART 3 — EXECUTION 3.1 WORK AREA LIMITS A. Prior to any construction, the Contractor shall mark the areas that need not be disturbed under this contract. Isolated areas within the general work area which are to be saved and protected shall also be marked or fenced. Monuments and markers shall be protected before construction operations commence. Where construction operations are to be conducted during darkness, the markers shall be visible. The Contractor's personnel shall be knowledgeable of the purpose for marking and/or protecting particular objects. END OF SECTION 01140 063126005 WORK RESTRICTIONS 01140 - 3 Oct-11 l SECTION 01310 PROGRESS SCHEDULES PART 1-GENERAL 1.1 1.2 1.3 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 -General Requirements apply to work of this section. SECTION INCLUDES A. Format. B. Content. C. Revisions to schedules. D. Submittals. E. Distribution RELATED SECTIONS A. Section 01100 -Summary of Work. B. Section 01027 -Applications for Payment. C. Section 01330 -Submittal Procedures. 1.4 FORMAT A. Sequence of Listings: The chronological order of the start of each item of Work. B. Scale and Spacing: To provide space for notations and revisions. C. Sheet Size: Minimum 8 1/2 x 11 inches. D. Maintain monthly updates to schedule. 1.5 CONTENT Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. A. Identify each item by specification Section number. B. Provide sub -schedules to define critical portions of the entire Schedule. C. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the first day of each month. D. Provide separate schedule of submittal dates for shop drawings, product data, samples, and dates reviewed submittals will be required from Engineer. 063126005 PROGRESS SCHEDULES 01310 - 1 Oct-11 1.6 REVISIONS TO SCHEDULES A. Indicate progress of each activity to date of submittal, and projected completion date of each activity. B. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. C. Provide narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect. 1.7 SUBMITTALS A. Submit initial Schedules within 10 days after date established in Notice to Proceed. After review, resubmit required revised data within 10 days. B. Submit revised Progress Schedules with each Application for Payment. C. Submit the number of opaque reproductions which Contractor requires, plus two copies which will be retained by Engineer. 1.8 DISTRIBUTION A. Distribute copies of reviewed Schedules to Engineer's project file, Subcontractors, suppliers, and other concerned parties. B. Instruct recipients to promptly report, in writing, problems anticipated by projections indicated in Schedules. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used END OF SECTION 063t26005 PROGRESS SCHEDULES 01310 - 2 �- Oct -I I SECTION 01322 PHOTOGRAPHIC 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 SUMMARY A. This Section includes administrative and procedural requirements for the following: 1. Preconstruction photographs. 2. Periodic construction photographs. 3. Preconstruction DVD's. 4. Periodic construction DVD's. B. Related Sections include the following: 1. Section 1330 — Submittal Procedures 1.3 SUBMITTALS A. Submit three complete sets of preconstruction photographs or videotape to Engineer. All three sets will be retained by the Owner and the Engineer. 1. Identification: On back of each print or DVD provide an applied label or rubber-stamped impression with the following information: a. Name of Project. b. Name and address of photographer. C. Name of Engineer. d. Name of Contractor. e. Date photograph was taken. f. Description of vantage point, indicating location, direction (by compass point), and elevation or story of construction. 2. Digital Images: Submit a complete set of digital image electronic files with each submittal of prints. Identify electronic media with date photographs were taken. Submit images that have the same aspect ratio as the sensor, uncropped. PART 2 — PRODUCTS Not Used 063126005 PHOTOGRAPHIC DOCUMENTATION 01322 -1 Oct-11 PART 3 — EXECUTION 3.1 PHOTOGRAPHS, GENERAL A. Field Office Prints: Retain one set of prints of preconstruction photographs in the field office at Project site, available at all times for reference. Identify photographs the same as for those submitted to Engineer. 3.2 CONSTRUCTION PHOTOGRAPHS A. Preconstruction Photographs: Before starting construction, take color photographs of Project site and surrounding properties from different vantage points, or as directed by Engineer. 1. Take photographs to show existing conditions adjacent to the property before starting the Work. 2. Take photographs of existing structures either on or adjoining the property to accurately record the physical conditions at the start of construction. B. Periodic Construction Photographs: As needed to document damage either directly related to or inadvertently related to the Contractor's operations, photograph the area in question and provide to Engineer. 3.3 CONSTRUCTION VIDEOS, GENERAL A. Narration: Describe scenes on video by audio narration by microphone while video is recorded. Include description of items being viewed, recent events, and planned activities. Describe vantage point, indicating location, and direction (by compass point). 3.4 CONSTRUCTION VIDEOS A. Preconstruction Video: Before starting construction, record video of Project site and surrounding properties from different vantage points, or as directed by Engineer. 1. Show existing conditions on and adjacent to Project site before starting the Work. 2. Show existing structures either on or adjoining Project site to accurately record the physical conditions at the start of construction. 3. Existing condition videos shall cover the entire project route. 4. Show protection efforts by Contractor. B. Periodic Construction Documentation: As needed to document damage either directly related to or indirectly related to the Contractor's operations, video the area in question and provide to Engineer. END OF SECTION 01322 v0J ILDUUJ PHOTOGRAPHIC DOCUMENTATION 01322 - 2 Oct-11 SECTION 01330 SUBMITTAL PROCEDURES PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 — General Requirements apply to work of this section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other miscellaneous submittals. 1.3 DEFINITIONS A. Action Submittals: Written and graphic information that requires Owner's or Engineer's responsive action. Submittals may be rejected for not complying with requirements. B. Informational Submittals: Written information that does not require Owner's or Engineer's approval. Submittals may be rejected for not complying with requirements. 1.4 SUBMITTAL PROCEDURES A. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. a. Owner and Engineer reserve the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. B. Submittals Schedule: Comply with requirements in Section 01310 "Progress Schedules" for list of submittals and time requirements for scheduled performance of related construction activities. C. Processing Time: Allow enough time for submittal review, including time for re -submittals, as follows. Time for review shall commence on Owner's or Engineer's receipt of submittal. 1. Initial Review: Allow 15 days for initial review of each submittal. Allow additional time if processing must be delayed to permit coordination with subsequent submittals. Owner or Engineer will advise Contractor when a submittal being processed must be delayed for coordination. 2. If more than five submittals are transmitted for review within any five day period, the time allowed for review will be increased to 21 days. 3. Concurrent Review: Where concurrent review of submittals by Engineer's consultants, Owner, or other parties is required, allow 21 days for initial review of each submittal. 4. If intermediate submittal is necessary, process it in same manner as initial submittal. 5. Allow 15 days for processing each re -submittal. Each re -submittal will count toward the submittal count in any five day period in paragraph 1.4.C.2 above. r 063126005 SUBMITTAL PROCEDURES 01330 - 1 Oct- I I 6. No extension of the Contract Time will be authorized because of failure to transmit submittals sufficiently in advance of the Work to permit processing. D. Identification: Place a permanent label or title block on each submittal for identification. 1. Indicate name of firm or entity that prepared each submittal on label or title block. 2. Provide a space approximately 4 x 8 inches on label or beside title block to record Contractor's review and approval markings and action taken by Owner or Engineer. 3. Include the following information on label for processing and recording action taken: a. Project name. b. Date. c. Name and address of Owner. d. Name and address of Contractor. e. Name and address of subcontractor. f. Name and address of supplier. g. Name of manufacturer, if different than supplier. h. Unique identifier, including revision number. i. Number and title of appropriate Specification Section. j. Drawing number and detail references, as appropriate. k. Other necessary identification. E. Deviations: Highlight, encircle, or otherwise identify deviations from the Contract Documents on submittals. F. Additional Copies: Submit five copies to Owner or Engineer. Submit additional copies if required by Contractor for his work. Unless additional copies are required for final submittal, and unless Owner or Engineer observes noncompliance with provisions of the Contract Documents, initial submittal may serve as final submittal if approved by Owner or Engineer. G. Transmittal: Package each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a consecutively numbered transmittal form. Owner and/or Engineer will discard submittals received from sources other than Contractor. 1. On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Owner or Engineer on previous submittals, and deviations from requirements of the Contract Documents, including minor variations and limitations. Include the same label information as the related submittal. 2. Include Contractor's certification stating that information submitted complies with requirements of the Contract Documents. 3. Transmittal Form: Use Contractor's business transmittal form. Provide locations on form for the following information: a. Project name. b. Date. a Submittal number. d. Destination (To:). e. Source (From:). f. Names of subcontractor, manufacturer, and supplier. g. Category and type of submittal. h. Submittal purpose and description. i. Submittal and transmittal distribution record. j. Remarks. k. Signature of transmitter. 063126005 SUBMITTAL PROCEDURES 01330 - 2 Oct -I I H. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. I. Use for Construction: Use only final submittals with mark indicating action taken by Owner or Engineer in connection with construction. PART 2 — PRODUCTS 2.1 ACTION SUBMITTALS A. General: Prepare and submit Action Submittals required by individual Specification Sections. 1. Number of Copies: Submit five copies of each submittal, unless otherwise indicated. The five copies will be retained by the Owner or Engineer. Any additional copies that the Contractor may need for his operations will be in addition to the five copies required. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's product specifications. b. Manufacturer's installation instructions. c. Standard color charts. d. Manufacturer's catalog cuts. e. Printed performance curves. f. Compliance with recognized testing agency standards. g. Application of testing agency labels and seals. h. Notation of coordination requirements. C. Shop Drawings: Prepare Project specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. 1. Preparation: Include the following information, as applicable: a. Dimensions. b. Identification of products. c. Fabrication and installation drawings. d. Schedules. e. Design calculations. £ Compliance with specified standards. g. Notation of coordination requirements. h. Notation of dimensions established by field measurement. 2. Sheet Size: Submit Shop Drawings on sheets at Ieast 8-1/2 by 11 inches but no larger than 11 x 17 inches. 3. Number of Copies: Submit five copies of each shop drawing submittal. Owner and Engineer will retain all five copies. 063126005 SUBMITTAL PROCEDURES 01330 - 3 Oct-11 2.2 INFORMATIONAL SUBMITTALS A. Manufacturer's Instructions: Prepare written or published information that documents manufacturer's recommendations, guidelines, and procedures for installing or operating a product or equipment. Include name of product and name, address, and telephone number of manufacturer. Include the following, as applicable: 1. Preparation of substrates. 2. Required substrate tolerances. 3. Sequence of installation or erection. 4. Required installation tolerances. 5. Required adjustments. 6. Recommendations for cleaning and protection. B. Manufacturer's Field Reports: Prepare written information documenting factory authorized service representative's tests and inspections. Include the following, as applicable: 1. Name, address, and telephone number of factory authorized service representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 5. Results of operational and other tests and a statement of whether observed performance complies with requirements. 6. Statement whether conditions, products, and installation will affect warranty. 7. Other required items indicated in individual Specification Sections. C. Insurance Certificates and Bonds: Prepare written information indicating current status of insurance or bonding coverage. Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. D. Construction Videotapes: Comply with requirements in Section 01322 "Photographic Documentation". PART 3 — EXECUTION 3.1 CONTRACTOR'S REVIEW A. Review each submittal and check for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Owner or Engineer. B. Approval Stamp: Stamp each submittal with a uniform approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 OWNER'S AND ENGINEER'S ACTION A. General: Owner or Engineer will not review submittals that do not bear Contractor's approval stamp and will return them without action. 063126005 SUBMITTAL PROCEDURES 01330 - 4 Oct-11 r B. Action Submittals: Owner or Engineer will review each submittal, make marks to indicate corrections or modifications required, and return it. Owner or Engineer will provide an action review sheet and will mark appropriately to indicate action to be taken, as follows: 1. No exception taken. 2. Make corrections noted. 3. Revise and resubmit. 4. Rejected. 5. The submittal review by the Engineer indicates that the Engineer checked for: a. General conformance with the design concept of the project and general compliance with the information given in the contract documents. Any action shown is subject to the requirements of the plans and specifications. Contractor is responsible for confirming and correlating all quantities and dimensions; selecting fabrication processes and techniques of construction; and performing his work in a satisfactory manner. C. Informational Submittals: Owner or Engineer will review each submittal and will not return it, or will reject and return it if it does not comply with requirements. D. Submittals not required by the Contract Documents will not be reviewed and may be discarded. END OF SECTION 01330 063126005 SUBMITTAL PROCEDURES 01330 - 5 Oct -I I -i i _� SECTION 01356 STORM WATER POLLUTION PREVENTION PLAN (SWP3) 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 GENERAL A. The Contractor shall implement the Storm Water Pollution Prevention measures specified in the Storm Water Pollution Prevention Plan (SWP3) in a manner which will meet the requirements of the Texas Pollution Discharge Elimination System (TPDES) General Permit No. TXR150000. The Contractor shall be responsible for any fines or penalties assessed by the appropriate regulatory agency for failure to make required inspections, failure to properly document those inspections, failure to adequately implement and adjust the storm water pollution prevention measures specified in the SWP3 to adequately control pollutants, and/or any other fines or penalties assessed by TCEQ or EPA for failure to comply with any part of the permit requirements. The Contractor shall submit a Notice of Intent and a Notice of Termination independently of the Owner. B. The document provided in the plans is to serve as a skeleton for the Storm Water Pollution Prevention Plan and is provided only as a convenience to the Contractor. It is the Contractor's responsibility to ensure that his Storm Water Pollution Prevention Plan is in full compliance with the TPDES permit. The Contractor shall modify the document as necessary to show implementation plans, dates of construction activities, best management practices, inspection reports, and any other information pertinent to the plan or otherwise required to ensure that the plan remains in compliance with permit. C. Fines levied against the Owner by the TCEQ for the Contractor's failure to comply with and maintain the SWP3 shall be paid by the Contractor. D. Storm water must be adequately routed during construction operations in the same general direction as currently occurs. 1.3 EROSION AND SEDIMENT CONTROLS A. General 1. Structural measures shall be implemented to divert flows from exposed soils, temporarily store flows, or otherwise limit run-off and the discharge of pollutants from exposed areas of the site. Structural practices shall be implemented as specified in the SWP3 and in a timely manner during the construction process to minimize erosion and sediment run-off. B. Stabilized Ingress/Egress 1. Stabilized access to and from the construction site shall be installed as soon as practical and in accordance with the S WP3. 2. In all cases, Contractor shall ensure that any soil tracked off -site is cleaned from existing roads, alleys, and any adjacent properties as soon as possible. The Contractor or other responsible party shall check for any pollutants (mud, silt, sand, cement, 063126005 STORM WATER POLLUTION PREVENTION PLAN 01356 - 1 Oct- 11 construction materials, etc.) tracked or washed off -site and perform necessary clean-up measures at the end of each work day. C. Silt Fences/Diversion Berms 1. The Contractor shall provide silt fences and/or diversion berms as a temporary structural practice to minimize erosion and sediment runoff. Silt fences and/or diversion berms shall be properly installed to effectively retain sediment immediately after completing each phase of work where erosion would occur in the form of sheet and rill erosion (e.g. clearing and grubbing, excavation, embankment, and grading). D. Biodegradable Logs: 1. Provide commercially available biodegradable logs manufactured from rice straw, excelsior wood fiber, coconut fiber, jute or other biodegradable material bound with an open mesh fabric of jute or light -weight plastic. The Engineer will accept the biodegradable logs based on compliance with dimensional and other requirements shown in the Contract Documents, and visual inspection of the installed material. E. Sand/Gravel Bags 1. The Contractor may provide sand/gravel bags as a temporary structural practice to minimize erosion and sediment runoff. Bags shall be properly placed to effectively retain sediment immediately after completing each phase of work (e.g., clearing and grubbing, excavation, embankment, and grading) in each independent runoff area (e.g., after clearing and grubbing in an area between a ridge and drain, bags shall be placed as work progresses, bags shall be removed/replaced/relocated as needed for work to progress in the drainage area). Sand/gravel bags must remain in good condition, or they shall be replaced. F. Site Stabilization 1. Contractor shall disturb the least amount of site area as possible. 2. Stabilization measures may include, but are not limited to, any of the following measures: a. temporary or permanent seeding or sodding, b. mulching, c. geotextiles, d. vegetative buffer strips, e. paving. 3. Stabilization measures shall be implemented in accordance with the SWP3. 063126005 STORM WATER POLLUTION PREVENTION PLAN 01356 - 2 Oct -II PART 2 — PRODUCTS 2.1 COMPONENTS FOR SILT FENCES A. Filter Fabric 1. The geotextile shall comply with the requirements of ASTM D 4439, and shall consist of polymeric filaments which are formed into a stable network such that filaments retain their relative positions. The filament shall consist of a long -chain synthetic polymer composed of at least 85 percent by weight of ester, propylene, or amide, and shall contain stabilizers and/or inhibitors added to the base plastic to make the filaments resistant to deterioration due to ultraviolet and heat exposure. Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six months of expected usable construction life at a temperature range of 0 to 120 degrees F. The filter fabric shall meet the following requirements: FILTER FABRIC PHYSICAL FOR SILT FENCE PROPERTY TEST PROCEDURE REQUIREMENT Grab Tensile ASTM D 4632 100 lbs. min. Elongation ASTM D 4632 30% max. Trapezoid Tear ASTM D 4533 551bs. min. Permittivity ASTM D 4491 0.2 sec-1 AOS (U.S. Std. Sieve) ASTM D 4751 20-100 B. Silt Fence Stakes and Posts 1. The Contractor may use either wooden stakes or steel posts for fence construction. Wooden stakes utilized for silt fence construction shall have a minimum cross section of 2 inches by 2 inches when hardwood is used and 2 inches by 4 inches when pine is used, and shall have a minimum length of 4 feet. Steel posts (standard "U" or "T" section) utilized for silt fence construction shall have a minimum weight of 1.33 pounds per linear foot and a minimum length of 4 feet. C. Biodegradable Logs Stakes 1. Only wooden stakes may be used for staking of biodegradable logs. Wooden stakes utilized for biodegradable logs construction shall have a minimum cross section of 2 inches by 2 inches when hardwood is used and 2 inches by 4 inches when pine is used, and shall have a minimum length of 4 feet. D. Identification Storage and Handling 1. Filter fabric shall be identified, stored and handled in accordance with ASTM D 4873. 063126005 STORM WATER POLLUTION PREVENTION PLAN 01356 - 3 Oct-11 PART 3 — EXECUTION 3.1 STORM WATER POLLUTION PREVENTION PLAN A. The Storm Water Pollution Prevention Plan (SWP3) will be provided by the Contractor. Contractor must keep a copy of the SWP3 on site at all times. B. The SWP3 shall be submitted to and approved by the City of Lubbock Storm Water Management before the start of ground disturbing activities. B. A completed Notice of Intent (NOI) form must be submitted a minimum of 48 hours prior to start of construction. No work will be permitted until NOI is filed. C. Contractor shall maintain SWP3 in accordance with the TPDES permit to ensure that the SWP3 reflects current project conditions and remains in compliance with the TPDES permit. D. A completed Notice of Termination (NOT) form must be submitted prior to finalization of this contract. E. The Contractor shall furnish Owner with copy of NOI and NOT. END OF SECTION 01356 [in 11 11 063126005 STORM WATER POLLUTION PREVENTION PLAN 01356 - 4 t Oct -I I i SECTION 01400 QUALITY REQUIREMENTS PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 — General Requirements apply to work of this section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for quality assurance and quality control. B. Construction materials testing services are required by the Contractor in order for the Engineer to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance with the Contract Document requirements. 1. Specific quality control requirements for individual construction activities are specified in the sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2. Specified tests, inspections, and related actions do not limit Contractor's quality control procedures that facilitate compliance with the Contract Document requirements. 1.3 DEFINITIONS A. Construction Materials Engineering (CME): The assessment of a construction material for quality, appropriateness and acceptability is considered an engineering activity. The Contractor will not provide CME services for this project. CME services will be performed by the Engineer. B. Construction Materials Testing (CMT): Within the context of Construction Materials Engineering, CMT includes collecting of samples, performing well defined test procedures, and reporting of such data. The Contractor will provide CMT for this project. C. Quality Assurance Services: Activities, actions and procedures performed by the Contractor before and during execution of the Work. Engineer will determine if the results of the Contractor's activities, actions and procedures are acceptable in guarding against defects and deficiencies and in ensuring that proposed construction complies with requirements. D. Quality Control Services: Tests, inspections, procedures, and related actions performed by the Contractor during and after execution of the Work with results provided to the Engineer to evaluate that completed construction complies with requirements. Services do not include contract enforcement activities performed by Engineer. 1.4 SUBMITTALS A. Qualification Data: For individuals employed by Contractor who will perform testing as required by the various specification Sections, submit at least 30 days prior to being used on the project the capabilities and experience of such individuals and the types of tests that the individual is qualified to perform. For outside testing agency employed by Contractor, submit at least 30 days prior to being used on the project the name, address and manager of 063126005 QUALITY REQUIREMENTS 01400 - 1 Oct-11 such testing agency and the types of tests that the agency is qualified to perform. Such testing agency shall be acceptable to Owner prior to being used on the project. B. Reports: Prepare and submit written reports within 14 days following the date of the test that include the following: 1. Date of issue. 2. Project title and number. 3. Name, address and telephone number of testing agency. If individual employed by Contractor, use Contractor's name, address and telephone number. 4. Dates and locations of samples and tests. 5. Names of individuals making tests. 6. Description of the work and test method. 7. Identification of material, product and specification Section. 8. Complete test data. 9. Test results. 10. Ambient conditions at time of sample taking and testing. 11. Provide a statement indicating if the test passed or failed according to the specified Contract Document requirements and the applicable specification Section. 12. Name and signature of individual performing the test if employee of Contractor, or name and signature of testing agency responsible person. C. Professional Engineer Qualifications: Where a Professional Engineer is required in the specification Sections, this means a Professional Engineer who is legally qualified to practice in the jurisdiction where the project is located and who is experienced in providing engineering services of the kind indicated. D. Testing Agency or Contractor Employee Qualifications: An agency or Contractor Employee with the experience and capability to conduct testing indicated, according to reference standards, and that has the capability and experience in the types of tests to be performed. E. Preconstruction Testing: Testing agency shall perform preconstruction testing with specified requirements for performance and test methods. The Contractor shall not perform preconstruction testing except through a third -party testing agency. F. Testing Agency Responsibilities: Submit written report containing the results of each test to Contractor. State in each report whether tested work passes or fails the specified Contract Document requirements and the applicable specification section. 1.5 QUALITY CONTROL A. Owner Responsibilities: Where quality control services are indicated as Owner's or Engineer's responsibility, such services may be performed by Owner's own forces or by a qualified testing agency to perform these services. 1. Owner or Engineer will furnish Contractor with names, addresses and telephone numbers of testing agencies engaged by Owner. 2. Owner may elect to have own forces, or a third -party testing agency, observe and report on competency of Contractor's personnel performing quality control testing, inspect and report on Contractor's quality control testing equipment and the calibration of that equipment, and inspect and report on Contractor's procedures for quality assurance of construction materials tests and test reports. 3. Results from tests performed by Owners forces or third party testing agency remain the property of the Owner. The third party agency personnel are obligated to report results of such tests only to the Owner or Engineer, not the Contractor. The Owner or Engineer shall inform the Contractor of such results at their discretion. 063126005 QUALITY REQUIREMENTS 01400 - 2 Oct -I I 4. The Owner shall notify the Contractor of reported deficiencies revealed by the above inspections and observations. The Contractor shall correct such deficiencies. Should such deficiencies remain uncorrected, then the amount of the work represented by the deficiencies will be deemed as not conforming to the requirements of the contract documents and the specifications. B. Contractor Responsibilities: Provide quality control services required in the various specification Sections. 1. Where third -party testing agency is engaged by Contractor, notify testing agency sufficiently in advance of the time and date when work that requires testing will be performed. 2. Contractor shall not engage the same testing agencies as the Owner, unless the Owner agrees in writing to such engagement. 3. Where testing is indicated as Contractor's responsibility, submit written reports in duplicate of each testing service, whether performed by Contractor's personnel or Contractor -engaged testing agency. Such reports shall include failing tests and retests. 4. Testing requested by Contractor and not required by Contract Documents are the Contractor's responsibility. 5. Cooperate with Owner and Engineer for Owner's testing of work. Once the Owner or Engineer has given prior notification to the Contractor that confirmation testing by the Owner is to be performed, the Contractor shall provide or leave in place trench shields, ladders, elevators, lifts, or other equipment or temporary construction related to safety, access, and ingress -egress such that the Owner's testing representative can have safe accessibility to the specific site to be tested. Failure to provide these items when confirmation testing is scheduled shall be considered prima facie evidence that the work does not meet specifications and the Owner has the option of withholding payment for the work quantity that the test would represent. 6. Where Contractor's personnel are performing tests, provide individuals with appropriate equipment to perform the tests in accordance with the test method requirements. Provide alternate equipment where the specified test method cannot be applied, and where alternative test methods and equipment must be employed to provide the necessary quality control. C. Retesting: Regardless of whether original tests were Contractor's responsibility, provide quality control services, including retesting, for construction that revised or replaced work that failed to comply with requirements established by the Contract Documents. D. Testing Agency Responsibilities: Cooperate with Engineer and Contractor in performance of duties. Provide qualified personnel and necessary equipment to perform required tests and inspections. 1. Notify Engineer and Contractor promptly of irregularities or deficiencies observed in the work during performance of its services. 2. Prepare a test report and state in each report whether tested and inspected work passes or fails the specified requirements. 3. Submit a written report, in triplicate, of each test. 4. Do not release, revoke, alter, or increase requirements of the Contract Documents or approve or accept any portion of the Work. 5. Do not perform any duties of Contractor. E. Associated Services: Cooperate with agencies performing required tests, inspections, and similar quality control services, and provide reasonable auxiliary services as requested. 063126005 QUALITY REQUIREMENTS 01400 - 3 Oct-11 e Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. 4. Facilities for storage and field curing of test samples. 5. Additional associated services required of Contractor for testing access are listed in the specification Sections. 6. Delivery of samples to testing agencies. 7. Preliminary design mix proposed for use for material mixes that require control by testing agency. 8. Security and protection for samples and for testing and inspecting equipment at Project site. F. Coordination: Coordinate sequence of activities to accommodate required quality assurance and quality control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. 1. Schedule times for tests, inspections, obtaining samples, and similar activities. 2. Notify Owner's Representative at least 1 day prior to when testing of any kind is to be performed. G. Schedule of Tests and Inspections: Prepare a preliminary schedule of tests, inspections, and similar quality control services required by the Contract Documents. Submit schedule within 30 days of date established for Notice to Proceed. 1. Distribution: Distribute schedule to Owner, Engineer, testing agencies, and each party involved in performance of portions of the Work where tests and inspections are required. PART 2 — PRODUCTS Not Used PART 3 -EXECUTION 3.1 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes. 1. Provide materials and comply with installation requirements specified in other Sections of these Specifications. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates evidence of patching. B. Protect construction exposed by or for quality -control service activities. C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality control services. END OF SECTION 01400 063126005 QUALITY REQUIREMENTS 01400 - 4 Oct-11 SECTION 01420 REFERENCES PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications includes: 1. Summary of Industry Standards. 1.3 DEFINITIONS A. General: Basic Contract definitions are included in the Conditions of the Contract. B. "Approved": The term "approved," when used to convey Owner's or Engineer's action on Contractor's submittals, applications, and requests, is limited to Owner's or Engineer's duties and responsibilities as stated in the Conditions of the Contract. C. "Directed": Terms such as "directed," "requested," "authorized," "selected," "approved," "required," and "permitted" mean directed by Owner or Engineer, requested by Owner or Engineer, and similar phrases. D. "Indicated": The term "indicated" refers to graphic representations, notes, or schedules on Drawings or to other paragraphs or schedules in Specifications and similar requirements in the Contract Documents. Terms such as "shown," "noted, "scheduled," and "specified" are used to help the user locate the reference. E. "Regulations": The term "regulations" includes laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, as well as rules, conventions, and agreements within the construction industry that control performance of the Work. F. "Provide": The term "provide" means to furnish and install, complete and ready for the intended use. G. "Installer": An installer is the Contractor or another entity engaged by Contractor as an employee, Subcontractor, or Sub -subcontractor, to perform a particular construction operation, including installation, erection, application, and similar operations. H. "Project site" is the space available for performing construction activities. 1.4 INDUSTRY STANDARDS A. Applicability of Standards: Unless the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. B. Conflicting Requirements: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer uncertainties and requirements that are different, but apparently equal, to Owner or Engineer for a decision before proceeding. 063126005 REFERENCES 01420 - 1 Oct- 11 1. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Owner or Engineer for a decision before proceeding. C. Abbreviations and Acronyms for Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. AASHTO- American Association of State Highway and Transportation Officials (202) 624-5800 www.aashto.or ACI- American Concrete Institute/ACI International (248) 848-3700 www.aci-int.org ACPA- American Concrete Pipe Association (972) 506-7216 www.concrete-pipe.org Al- Asphalt Institute (859) 288-4960 www. asphaltinsti tute. org AIA- American Institute of Architects (The) (800) 242-3837 www.aia.or� AISC- American Institute of Steel Construction, Inc. (800) 644-2400 www.aisc.or(312) 670-2400 AISI- American Iron and Steel Institute (202) 452-7100 www.steel.ora ANSI- American National Standards Institute (212) 642-4900 www.ansi.ora ASCE- American Society of Civil Engineers (800) 548-2723 www.asce.org (703) 295-6300 ASTM- American Society for Testing and Materials (610) 832-9585 www.astm.ora AWWA- American Water Works Association (800) 926-7337 www.awwa.ora (303) 794-7711 CDA- Copper Development Association Inc. (800) 232-3282 www.copper.org (212) 251-7200 CLFMI- Chain Link Fence Manufacturers Institute (301) 596-2583 www.chainlinkinfo.com 063126005 REFERENCES 01420 - 2 Oct-11 CRSI- Concrete Reinforcing Steel Institute (847) 517-1200 www.crsi.ora CSI- Construction Specifications Institute (The) (800) 689-2900 www.csinet.ora (703) 684-0300 EJMA- Expansion Joint Manufacturers Association, Inc. (914) 332-0040 www.eima.org FM- Factory Mutual System (See FMG) FMG- FM Global (Formerly: FM - Factory Mutual System) (401) 275-3000 i www.finglobal.com GRI- Geosynthetic Research Institute (610) 522-8440 www.drexel.e� .. NRMCA- National Ready Mixed Concrete Association (301) 587-1400 www.nrmca.ori NSA National Stone, Sand and Gravel Association (800) 342-1415 www.aggreizates.org (703) 525-8788 PCI- Precast/Prestressed Concrete Institute (312) 786-0300 www.pei.org SDI- Steel Deck Institute (847) 458-4647 i www.sdi.ora TPI- Turfgrass Producers International (800) 405-8873 www.turfgrasssod.org (847) 705-9898 UL- Underwriters Laboratories Inc. (800) 704-4050 www.ul.com (847) 272-8800 BOCA- Boca International, Inc. (800) 214-4321 www.bocai.org (708) 799-2300 CABO- Council of American Building Officials (See ICC) IAPMO- International Association of Plumbing and Mechanical Officials (The) (909) 472-4100 -' www.iapmo.or ICBO- International Conference of Building Officials (562) 699-0541 www.icbo.orjz (800) 284-4406 - ICC- International Code Council (Formerly: CABO -Council of American Building Officials) (703) 931-4533 www. iccsafe.onz 063126005 REFERENCES 01420 - 3 Oct-11 SBCCI- Southern Building Code Congress International, Inc. (205) 591-1853 www.sbcci.org CE- Army Corps of Engineers CRD Standards (601) 634-2355 www.usace.anny.mil CFR- Code of Federal Regulations (202) 512-1530 www.access.gpo.gov/nara/cfr (888) 293-6498 EPA- Environmental Protection Agency (202) 260-2090 www.ei)a.gov FED -STD- Federal Standard (See FS) FS- Federal Specification (Available from DOD, GSA, and NIBS) NIST- National Institute of Standards and Technology (301) 975-6478 www.nist.gov OSHA- Occupational Safety & Health Administration (See CFR 29) (800) 321-6742 www.osha.gov TCEQ- Texas Commission on Environment Quality (806) 796-7092 www.tcea.state.tx.us (512) 239-1000 PART 2 — PRODUCTS Not Used PART 3 — EXECUTION Not Used END OF SECTION 01420 063126005 REFERENCES 01420 - 4 Oct-11 SECTION 01500 TEMPORARY FACILITIES AND CONTROLS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. This Section includes requirements for temporary facilities and controls, including temporary utilities, support facilities, and security and protection facilities. B. Temporary utilities include, but are not limited to, the following: 1. Drainage water service. 2. Sanitary facilities, including toilets, wash facilities, and drinking water facilities. Provide separate male and female sanitary facilities. 3. Electric power service. 4. Telephone service. 5. Cellular telephone service. 6. High speed intemet service. C. Support facilities include, but are not limited to, the following: 1. Temporary roads and paving. 2. Project identification and signs. 3. Field offices. 4. Storage and fabrication sheds. 5. Construction aids and miscellaneous services and facilities. D. Protection facilities include, but are not limited to, the following: 1. Environmental protection. 2. Stormwater control. 3. Barricades, warning signs and lights. E. Related Sections include the following: 1. Section 01330 - "Submittal Procedures" 2. Section 01356 - "Stormwater Pollution Prevention". 3. Section 01555 - "Barricades, Signs and Traffic Handling". 4. Section 02741 - "Hot -Mix Asphalt Paving" for construction and maintenance of asphalt paving for temporary roads and paved areas. 1.3 USE CHARGES A. General: Cost or use charges for temporary facilities are not chargeable to Owner or Engineer and shall be included in the Contract Sum. Allow other entities to use temporary services and facilities without cost, including, but not limited to, the following: 1. Owner. 2. Owner's forces. 3. Engineer. 4. Resident Project Representative. 5. Testing agencies. 063126005 TEMPORARY FACILITIES AND CONTROLS 01500 - 1 Oct-11 6. Personnel of authorities having jurisdiction. B. Sewer Service: Pay sewer service use charges for sewer usage by all parties engaged in construction at project site if Contractor connects to City sewer system. C. Water Service: Pay water service use charges, whether metered or otherwise, for water used by all entities engaged in construction activities at Project site. D. Electric Power Service: Pay electric power service use charges, whether metered or otherwise, for electricity used by all entities engaged in construction activities at Project site. 1.4 QUALITY ASSURANCE A. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. 1.5 PROJECT CONDITIONS A. Conditions of Use: The following conditions apply to use of temporary services and facilities by all parties engaged in the Work: 1. Relocate or remove temporary services and facilities as required by progress of the Work. PART 2 — PRODUCTS 2.1 MATERIALS A. General: Provide new materials. Undamaged, previously used materials in serviceable condition may be used if approved by Owner or Engineer. Provide materials suitable for use intended. B. Pavement: Comply with Division 2 Section 02741 "Hot -Mix Asphalt Paving". C. Portable Chain -Link Fencing: Minimum 2-inch 9-gage, galvanized steel, chain -link fabric fencing; minimum 6 feet high with galvanized steel pipe posts; minimum 2-3/8-inch-OD line posts and 2-7/8-inch-OD corner and pull posts, with 1-5/8-inch-OD top and bottom rails. Provide galvanized steel bases for supporting posts. D. Water: Potable. PART 3 — EXECUTION 3.1 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required. B. Provide each facility ready for use when needed to avoid delay. Maintain and modify as required. 3.2 TEMPORARY UTILITY INSTALLATION A. General: Engage appropriate local utility company to install temporary service or connect to existing service. Where utility company provides only part of the service, provide the 063126005 TEMPORARY FACILITIES AND CONTROLS 01500 - 2 { Oct -I I } r l remainder with matching, compatible materials and equipment. Comply with utility company recommendations. 1. Provide adequate capacity. 2. Obtain easements to bring temporary utilities to Project site where Owner's easements or property cannot be used for that purpose. B. Sewers and Drainage: If sewers are available, provide temporary connections to remove effluent that can be discharged lawfully. If neither sewers nor drainage facilities can be lawfully used for discharge of effluent, provide containers to remove and dispose of effluent off -site in a lawful manner. 1. Filter out excessive soil, construction debris, chemicals, oils, and similar contaminants that might clog sewers or pollute waterways before discharge. 2. Connect temporary sewers to municipal system as directed by sewer department officials. 3. Maintain temporary sewers and drainage facilities in a clean, sanitary condition. After heavy use, restore normal conditions promptly. C. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking -water fixtures. Comply with regulations and health codes for type, number, location, operation, and maintenance of fixtures and facilities. 1. Disposable Supplies: Provide toilet tissue, paper towels, paper cups, and similar disposable materials for each facility. Maintain adequate supply. Provide covered waste containers for disposal of used material. D. Electric Power Service: Install electric power service underground, unless overhead service must be used. Provide main service disconnect and overcurrent protection at convenient location in conformance with National Electrical Code. E. Telephone Service: Provide temporary telephone service throughout construction period for common -use facilities used by all personnel engaged in construction activities. Install separate telephone line for each field office. 1. Provide additional telephone lines for the following: a. In field office with more than two occupants, install a telephone for each additional occupant. b. Provide a dedicated telephone line for each facsimile machine. 2. At each telephone, post a list of important telephone numbers. a. Police and fire departments. b. Ambulance service. C. Contractor's home office. d. Contractor's field office. e. Contractor's emergency contact number. f. "On -call" personnel. g. Engineers' office. h. Owner's office. i. Principal subcontractors' field and home offices. 3. Provide an answering machine or voice mail service on field office telephone. F. Cellular Telephone Service: Furnish RPR a portable cellular telephone with voice mail capability for use in making and receiving telephone calls when away from field office. G. High Speed Internet Service — Provide temporary high speed internet connection throughout the construction period. Connection can be through cable modem or DSL. Provide all equipment necessary for a single point connection to the project computer. 063126005 TEMPORARY FACILITIES AND CONTROLS 01500 - 3 a Oct -I I 3.3 SUPPORT FACILITIES INSTALLATION A. General: Comply with the following: 1. Locate field offices, storage sheds, sanitary facilities, and other temporary construction and support facilities for easy access. Submit location of these facilities to Owner for approval. 2. Maintain support facilities until near Substantial Completion. Remove before Substantial Completion. B. Traffic Controls: Provide temporary traffic controls at junction of temporary roads with public roads. Include warning signs for public traffic and "STOP" signs for entrance onto public roads. Comply with requirements of authorities having jurisdiction. C. Dewatering Facilities and Drains: Comply with requirements in applicable Division 2 Sections for temporary drainage and dewatering facilities and operations not directly associated with construction activities included in individual Sections. Where feasible, use same facilities. Maintain Project site, excavations, and construction free of water. D. Project Identification and Temporary Signs: Prepare Project identification signs with the information listed below. Install signs to inform public and persons seeking entrance to Project. Do not permit installation of unauthorized signs. Submit the layout and dimensions of the sign to the Owner. The sign and lettering shall be of sufficient size to be visible and legible at 100 feet distance. 1. Provide one project sign to be placed near the head works facility of the Southeast Water Reclamation Plant. 2. Project sign to include the following information. List all items on separate lines of the sign. a. City of Lubbock, Texas b. Capital Improvements c. City of Lubbock Project South Lubbock Sanitary Sewer Extensions d. Contractor: (include name of contractor and location of their main headquarters) e. Engineer: Kimley-Horn and Associates, Inc., Childress, Texas. g. Project Serving the Citizens of Lubbock, Texas 3. City Lubbock and Engineer firm logos to be included with firm names on project sign. 4. Submit proposed sign layout according to specifications Section 01330 "Submittal Procedures" prior to constructing project identification sign. 5. Engage an experienced sign painter to apply graphics for Project identification signs. 6. Prepare temporary signs to provide directional information to construction personnel and visitors. 7. Construct signs of exterior -type Grade B-B high -density concrete form overlay plywood. Support on posts or framing of preservative -treated wood or steel. 8. Paint sign panel and applied graphics with exterior -grade alkyd gloss enamel over exterior primer. 9. Maintain project signs until acceptance of the project. E. Waste Disposal Facilities: Provide waste -collection containers in sizes adequate to handle waste from construction operations. Containerize and clearly label hazardous, dangerous, or unsanitary waste materials separately from other waste. l . If required by authorities having jurisdiction, provide separate containers, clearly labeled, for each type of waste material to be deposited. 063126005 TEMPORARY FACILITIES AND CONTROLS 01500 - 4 Oct-11 3.4 OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. B. Maintenance: Maintain facilities in good operating condition until removal. Protect from damage caused by freezing temperatures and similar elements. 1. Maintain operation of temporary enclosures, heating, cooling, humidity control, ventilation, and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage. 2. Prevent water -filled piping from freezing. Maintain markers for underground lines. Protect from damage during excavation operations. C. Termination and Removal: Remove each temporary facility when need for its service has ended, or no later than Substantial Completion. 1. Materials and facilities that constitute temporary facilities are the property of Contractor. Owner reserves right to take possession of Project identification signs. 2. Remove temporary paving not intended for or acceptable for integration into permanent paving. Where area is intended for landscape development, remove soil and aggregate fill that do not comply with requirements for fill or subsoil. Remove materials contaminated with road oil, asphalt and other petrochemical compounds, and other substances that might impair growth of plant materials or lawns. Repair or replace street paving, curbs, and sidewalks at temporary entrances, as required by authorities having jurisdiction. 3. At Substantial Completion, clean and renovate permanent facilities used during construction period. Comply with final cleaning requirements. END OF SECTION 01500 063126005 TEMPORARY FACILITIES AND CONTROLS 01500 - 5 s Oct -I I I SECTION 01555 BARRICADES, SIGNS AND TRAFFIC HANDLING PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 — General Requirements apply to work of this section. 1.2 DESCRIPTION A. This Item shall govern for providing, installing, moving, replacing, maintaining, cleaning and removing upon completion of work, all barricades, portable barriers, signs, portable changeable message signs, cones, lights and other such type devices and of handling traffic as indicated on the plans or as directed by the Engineer or Owner. PART 2 — PRODUCTS 2.1 BARRICADES, SIGNS AND DEVICES A. All barricades, signs and other types of devices listed above shall conform to details shown on the plans or those indicated in the Texas Manual on Uniform Traffic Control Devices (TMUTCD). All traffic control devices shall be crashworthy according to the guidelines set forth in the National Cooperative Highway Research Program (NCHRP) Report 350. 2.2 TEMPORARY PAVEMENT MARKINGS A. Materials, handling and installation shall be in accordance with Texas Department of Transportation Standard Specifications for Construction of Highways, Streets and Bridges, 2004 (TxDOT) Item 662. B. Layout, color and placement shall conform with the TMUTCD and be verified by the Owner's representative before installation. PART 3 — EXECUTION 3.1 GENERAL A. For this project the Contractor shall propose a Traffic Control Plan (TCP), responsive to the TMUTCD. If the plan is approved in writing by the Engineer or Owner, it may be used. Prior to beginning work, the Contractor shall designate, in writing, a competent person who will be responsible and available on the project site or in the immediate area to insure compliance with the TCP. 063126005 BARRICADES, SIGNS AND TRAFFIC HANDLING 01555 - 1 ` Oct-11 i 3.2 MAINTENANCE A. All retroreflective traffic control devices such as barricades, vertical panels, signs, etc., shall be maintained by cleaning, replacing or a combination thereof such that during darkness and rain the retroreflective characteristics shall equal or exceed the retroreflective characteristics of traffic industry standard reflective panels. B. The contractor will be responsible for repairing and replacing any damaged crash cushion attenuators during construction. Begin repair or replacement of an attenuator within 48 hours of notification. Cleanup of a damaged attenuator should commence immediately in order to maintain open lanes of traffic according to the TCP. END OF SECTION 01555 063126005 BARRICADES, SIGNS AND TRAFFIC HANDLING 01555 - 2 Oct-11 SECTION 01576 WASTE MATERIAL DISPOSAL 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. Disposal of waste material and salvageable material. 1.3 RELATED SECTIONS A. Section 02221 — Removing Existing Pavements. B. Section 02300 — Earthwork. C. Section 02317 — Excavation and Backfill for Structures. 1.4 SUBMITTALS A. Submittals shall conform to requirements of Section 01330 — Submittal Procedures, B. Obtain and submit disposal permits for proposed disposal sites if required by local ordinances. C. Submit a copy of written permission from property owner, along with description of property, prior to disposal of excess material adjacent to the Project. Submit a written and signed release from property owner upon completion of disposal work. Both written permission and signed release shall include hold -harmless clauses naming the City of Lubbock, Texas and Kimley-Horn and Associate, Inc. as the entities to be held harmless in any subsequent legal proceeding. Both property permissions and signed releases shall be attested to by a notary public. PART 2 — PRODUCTS Not Used PART 3 — EXECUTION 3.1 SALVAGEABLE MATERIAL A. Excavated Material: When indicated on drawings, load, haul, and deposit excavated material at a location or locations as directed by Engineer. B. Asphalt Pavement and Asphalt Stabilized Base: Conform to requirements in Section 02221 1 — Removing Existing Pavements. C. Other Salvageable Materials: Conform to requirements of individual Specification Sections. D. Coordinate the delivery of salvageable material to a specified location with the Engineer. i i_ 063126005 WASTE MATERIAL DISPOSAL 01576 - 1 t Oct- 11-- 3.2 EXCESS MATERIAL A. Vegetation, rubble, broken concrete, debris, asphaltic concrete pavement, excess soil, and other materials not designated for salvage, shall become the property of the Contractor and shall be removed from the job site in a timely manner and legally disposed of at a proper facility such as the West Texas Region Disposal Facility (WTRDF). B. Excess soil may be deposited on private property adjacent to the Project if approved by the Owner and when written permission is obtained from the respective property owner. C. Waste materials shall be removed from the site on a daily basis, such that the site is maintained in a neat and orderly condition. D. Excess material may be disposed at the West Texas Region Disposal Facility. There may be a tipping fee for construction debris and for excess uncontaminated soil. For a complete list of fees associated with the West Texas Region disposal Facility, please go to the City's website at http://solidwaste.ci.lubbock.tx.us/disposal/disfees.htm. There may also be a fee per load for every truck that is not covered properly when coming to the landfill. All tipping fees shall be considered to be included in the Contractor's bid prices in accordance with specification Section 01020. END OF SECTION 01576 063126005 WASTE MATERIAL DISPOSAL 01576 - 2 Oct-11 SECTION 01600 PRODUCT REQUIREMENTS PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 — General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Products. B. Transportation and handling. C. Storage and protection. D. Product options. E. Substitutions. 1.3 RELATED SECTIONS A. Information to Bidders: Product options and substitution procedures. B. Section 01400 -Quality Requirements. 1.4 PRODUCTS A. Products: Means new material, machinery, components, equipment, fixtures, and systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components required for reuse. B. Do not use materials and equipment removed from existing premises, except as specifically permitted by the Contract Documents. C. Provide interchangeable components of the same manufacturer, for similar components. 1.5 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery 1. Deliver materials, products and equipment to the project site in undamaged condition in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. 2. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 4. Arrange deliveries in accordance with the construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in the construction process. 063126005 Oct -I I PRODUCT REQUIREMENTS 01600 - 1 �1 a_ B. Storage 1. Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weather -tight, climate controlled enclosures. 2. For exterior storage of fabricated products, place on sloped supports, above ground. 3. Provide off -site storage and protection when site does not permit on -site storage or protection. 4. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation. 5. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing with foreign matter. 6. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. 7. Arrange storage of products to permit access for inspection in a local warehouse. Periodically inspect to assure products are undamaged and are maintained under specified conditions. 8. Materials, products and equipment may be stored off site in a bonded and insured local warehouse approved by the Engineer and Owner. Pay all costs incurred for off -site storage facilities. Products properly stored in off -site storage facilities may be included in progress pay requests with written approval of the Owner. C. Handling 1. Handle materials, products and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage and installation. 1.6 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. 1.7 SUBSTITUTIONS A. For bidding purposes as provided in "Information to Bidders". B. Substitutions may be considered when a product becomes unavailable through no fault of the Contractor. C. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. D. A request constitutes a representation that the Bidder: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the Substitution as for the specified product. 3. Will coordinate installation and make changes to other Work which may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension which may subsequently become apparent. 5. Will reimburse Owner for review or redesign services associated with re -approval by authorities. 063126005 PRODUCT REQUIREMENTS 01600 - 2 Oct -II E. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. F. Substitution Submittal Procedure: l . 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 01600 063126005 PRODUCT REQUIREMENTS 01600 - 3 Oct-11 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. 1.3 RELATED SECTIONS A. Section 01500 —Temporary Facilities and Controls. 1.4 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. A. Execute final cleaning prior to final inspection. B. Clean site; sweep paved areas, rake clean landscaped surfaces. C. Remove waste and surplus materials, rubbish, and construction facilities from the site. D. Repair, patch and touch-up marred surfaces to match adjacent finishes. 1.6 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 1.7 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. 063126005 CONTRACT CLOSEOUT 01700 - 1 - Oct -I I 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. C. Record information concurrent with construction progress. D. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Field changes of dimension and detail. 3. Details not on original Contract Drawings. 4. Changes made by addenda and modification. F. Submit documents to Engineer as line segment installation is completed and with claim for final Application for Payment. 1.8 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period. F. Provide Affidavit of Bills Paid as required by General Contract Conditions and Owner. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used END OF SECTION 01700 063126005 CONTRACT CLOSEOUT 01700 - 2 Oct -I I DIVISION 2 — SITE WORK 063126005 DIVISION 2 — SITE WORK Oct-11 SECTION 02221 STRUCTURAL SAFETY SYSTEMS PART 1-GENERAL 1.1 WORK INCLUDED Work in this section shall consist of furnishing all equipment, materials and labor for a structural safety system meeting appropriate requirements established in the Occupational Safety and Health Administration (OSHA) Safety and Health Regulations, Part 1926, Subpart P - Excavations, Trenching and Shoring, Texas HB 1569, and other applicable regulations. 1.2 RELATED WORK A. Specifications: 1. Section 02317 - Excavation and Backfill for Structures. 1.3 SUBMITTALS A. Submit the following in accordance with the requirements of the General Conditions and Division 1 - General Requirements: 1. The Contractor shall retain the services of Professional Engineers, licensed in the State of Texas and having experience in soils and structural engineering, to design and prepare the structural excavation safety systems. The plans shall include shoring systems, systems to protect existing utilities, slope stability monitoring and dewatering. 2. Submit a plan for all structural excavations of a depth 5 feet or greater, with a bottom width less than twice the total depth of the excavation, where an existing structure or utility falls within a 2 horizontal to 1 vertical (2:1) slope from the bottom of the excavation, or where conditions dictate a plan be developed based on the structural safety engineers analysis. 3. Submit details of any proposed dewatering system, including groundwater - monitoring wells, slope stability and/or shoring systems to the Owner prior to proceeding with any excavation. 1.4 PROTECTION OF FACILITIES A. Before the start of earthwork operations, adequately protect structures, utilities, trees, shrubs and other permanent objects. Costs resulting from damage to permanent facilities due to negligence or lack of adequate protection will be charged to the Contractor. Excavations near existing structures or utilities must be instrumented to verify no impact to existing facilities. B. Provide surface drainage during the period of construction to protect the work and to avoid nuisance to adjoining property. C. The Contractor shall conduct his operations in such fashion that trucks and other vehicles do not create a dirt nuisance in the streets. The truck beds shall be sufficiently tight, and shall be loaded in such a manner that objectionable materials will not be spilled onto the 063126005 STRUCTURAL SAFETY SYSTEMS 02221-1 Oct-2011 streets. Any dirt, mud, or other materials that are spilled onto the streets or deposited onto the streets by the tires of vehicles shall be promptly cleared away by the Contractor. 1.5 QUALITY CONTROL A. Engineers responsible for the preparation of the Structural Excavation Safety Plan shall meet the qualifications requirements of Section 01360 - Quality Control. 1.6 STRUCTURAL EXCAVATION PLAN A. Structural Excavation Plan: After award, the Contractor shall have a structural excavation plan prepared. This excavation plan must illustrate proposed safety and excavation requirements specifically designed for this project and must be designed, signed, dated and sealed by a Professional Engineer licensed in the State of Texas with professional experience in soil mechanics and design of structural excavation safety systems. The Contractor is responsible for obtaining additional soil borings and soil analysis as required for design. The structural excavation plan is to be designed in conformance with OSHA standards, Texas HB 1569 and other applicable regulations. B. A signed, dated and sealed copy of the structural excavation plan shall be maintained at the project site for the Contractor's use during construction. In addition, a signed, dated and sealed copy of the structural excavation plan shall be maintained at the project site in the contractor's records. No work in excavations in excess of five feet deep is to be performed until this plan is prepared and implemented. The Contractor shall not deviate from the structural excavation plan without written authorization from the engineer who prepared the plan. This written authorization shall be signed, dated and sealed by the engineer. Any changes in the structural excavation plan after initiation of construction will not be cause for extension of time or change order. Contractor accepts sole responsibility for compliance with all applicable safety requirements. The structural excavation plan does not relieve Contractor from responsibility for any or all construction means, methods, techniques and procedures. Furthermore the Contractor shall indemnify the Owner, the Owner's Representatives, and Consulting Engineer from any and all claims due to any property damage or bodily injury (including death) that arises from use or misuse of the structural excavation plan, or from Contractor's negligence in performance of the contract work. 1.7 DEFINITION A. For the purposes of this project, a structural excavation is any excavation exceeding a depth of 5 feet that requires vertical or steep slopes that cannot sufficiently ensure the safety of existing structures, utilities or workers. PART 2 -SPECIFIC REQUIREMENTS 2.1 SHORED EXCAVATIONS A. Where site limitations require excavations to have vertical side walls, a suitable earth retention system must be designed, load tested and constructed by a qualified contractor under the direct supervision of a registered professional engineer. The design, implementation, instrumented load testing and monitoring of this system is the responsibility of the Contractor. Design of the retention system shall account for all 063126005 STRUCTURAL SAFETY SYSTEMS 02221- 2 Oct-2011 applicable loads including, but not limited to, hydrostatic pressures, surcharge pressures, vibration, traffic, and dynamic loads. 2.2 LOAD TESTING A. Any structural safety system, shoring or earth retention system that requires the use of tie- back anchors or soil nails must include verification load testing prior to installation of any anchors or production nails. Proof -testing of production anchors or nails will also be required periodically during construction. B. Pre -construction verification load tests on individual anchors or nails must be loaded to 200% of the Design Test Load in accordance with acceptable standards and procedures established by the applicable industry. This must include prolonged creep testing at 150% of the Design Test Load. A minimum of four (4) load verification tests must be performed at locations selected by the Owner's representative. Pre -construction load tests must demonstrate that long-term creep will not occur at 150% of the Design Test Load and that the maximum test load exceeds 200% of the Design Test Load. C. Proof Testing of Production Nails or Anchors will be required on 5% of the production nails/anchors in each row or a minimum of 1 per row. The test locations shall be designated by the Design Engineer and approved by the Owner's representative. Proof testing of production nails/anchors must be in accordance with acceptable standards and procedures established by the applicable industry. Proof testing of production nails must be performed to at least 150% of the Design Test Load. D. Acceptance or rejection of verification load tests, nails/anchors and production nails/anchors will be in accordance with applicable standards for the industry. E. All load testing procedures and acceptance or rejection criteria must be included in the Pre -Construction Submittal with the Retention Plan for review and acceptance by the Owner's representative. This submittal must include required grout strength and the proposed grout mix. This submittal must be made at least 6 weeks prior to the start of construction. PART 3 -EXECUTION 3.1 GENERAL A. The structural excavation safety system shall be constructed, installed and maintained in accordance with the details shown in the design.prepared by the Contractor's licensed Professional Engineer to prevent death or injury to personnel or damage to structures or utilities in or near these structural excavations. Materials excavated to be stored no closer to the edge of the excavation than one-half the depth of the excavation. 3.2 SUPERVISION A. Contractor shall provide competent supervisory personnel at each structural excavation while work is in progress to ensure Contractor's excavation safety methods, procedures, equipment and materials meet the requirements of OSHA standards and the structural excavation plan. 063126005 STRUCTURAL SAFETY SYSTEMS 02221- 3 Oct-2011 3.3 MAINTENANCE OF SAFETY SYSTEM A. The safety system shall be maintained in the condition as specified by the Contractor's Trench Safety Engineer. The Contractor shall take all necessary precautions to ensure the safety systems are not damaged during their use. If at any time during its use a safety system is damaged, personnel shall be immediately removed from the excavation area and the safety system repaired. The Contractor shall take all necessary precautions to ensure no loads, except those included in the safety system design, are imposed upon the excavation. 3.4 INSPECTION A. Contractor shall make daily inspection of structural excavation system to ensure that the system meets OSHA requirements and the requirements of the safety plan. Daily inspection is to be made by qualified personnel. If evidence of possible cave-ins, slides or other conditions of concern is apparent, all work in the excavation shall cease until necessary precautions have been taken to safeguard personnel entering the excavation and protect adjacent structures and utilities. Contractor shall maintain permanent record of daily inspections. The Contractor's Structural Excavation Safety Engineer shall make periodic site visits (at the start of each new excavation and at least once per week for all open excavations). Within two (2) days after each visit, the Contractor's Structural Excavation Safety Engineer shall make a written report to the Owner certifying that the structural excavation plan and safety construction practices are being followed. The Contractor's Structural Excavation Safety Engineer shall immediately report any unsafe construction practices to the Owner and Contractor. 3.5 REMOVAL A. Bed and backfill structural excavation to a point at least one foot above the structure prior to removal of any portion of the structural safety system. Bedding and backfill to be in accordance to other applicable specification items. Backfilling and removal of structural excavation supports shall progress together from bottom of excavation upward. Remove no braces or supports until all personnel have evacuated the excavation. Backfill excavation to within five feet of natural ground prior to removal of entire safety system. END OF SECTION 02221 063126005 STRUCTURAL SAFETY SYSTEMS 02221- 4 Oct-2011 SECTION 02222 REMOVING EXISTING PAVEMENTS PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications covers the removal of existing pavements. Included, but not limited to the following are: concrete paving, asphaltic paving, concrete curb and/or gutter, miscellaneous items. 1.3 RELATED SECTIONS A. Section 01576 —Waste Material Disposal. B. Section 02300 — Earthwork. C. Section 02317 — Excavation and Backfill for Structures. D. Section 03300 — Cast -in -Place Concrete. 1.4 REGULATORY REQUIREMENTS A. Conform to applicable codes for disposal of debris. Refer to Section 01576 —Waste Material Disposal. B. Coordinate removal work with utility companies. PART 2 — PRODUCTS Not Used PART 3 — EXECUTION 3.1 REPARATION A. Obtain advance approval from Engineer for dimensions and limits of removal work. B. Identify all utilities below grade. Stake and flag locations. 3.2 PROTECTION A. Protect the following from damage or displacement: 1. Adjacent public and private property. 2. Trees, plants, and other landscape features designated to remain. 3. Utilities not designated to be removed. 063126005 REMOVING EXISTING PAVEMENTS 02222 - 1 Oct-11 4. Pavement and utility structures not designated to be removed. 5. Bench marks, monuments, and existing structures not designated to be removed. 3.3 REMOVALS A. Remove pavements and structures by methods that will not damage underground utilities. Do not use a drop hammer near existing underground utilities. B. Minimize amount of earth loaded during removal operations. C. Where existing pavement is to remain, make straight saw cuts in existing pavement to provide clean breaks prior to removal. Do not break concrete pavement or base with drop hammer unless concrete or base has been saw cut to a minimum depth of 2 inches. D. Where street and driveway saw cut locations coincide or fall within 3 feet of existing construction or expansion joints, break out to existing joint. E. Remove sidewalks and curbs to nearest existing dummy, expansion, or construction joint. F. Any existing concrete which is damaged or destroyed beyond the neat lines so established shall be replaced at the Contractor's expense. G. Remaining concrete shall be mortared to protect the reinforcing steel and provide a neat clean appearance. H. Where reinforcement is encountered in the removed portions of structures to be modified, a minimum of 1-foot of steel length shall be cleaned of all old concrete and left in place to tie into the new construction where applicable. I. Existing asphalt pavement and caliche base shall be salvaged and delivered to stockpile area at 8425 N Avenue P. Salvage to depth indicated in drawings. Care shall be taken to exclude subgrade soils from the salvaged paving material. Material shall be crushed to a maximum diameter of 2-inches, whether crushed or milled. 3.4 BACKFILL A. Backfill of removal zones shall be in accordance with requirements of Section 02300— Earthwork or 02317 — Excavation and Backfll for Structures as applicable to the specific portion of the work. 3.5 DISPOSAL A. Remove from the site debris resulting from work under this section in accordance with requirements of Section 01576 — Waste Material Disposal. END OF SECTION 02221 063126005 REMOVING EXISTING PAVEMENTS 02222 - 2 Oct -I I SECTION 02225 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL PART1- GENERAL ""M UMT_1u s_' A. Section Includes: 1. Excavation, Embedment and Backfill for: a. Pressure Applications 1) Water Distribution or Transmission Main 2) Wastewater Force Main 3) Reclaimed Water Main b. Gravity Applications 1) Wastewater Gravity Mains 2) Storm Sewer Pipe and Culverts 3) Storm Sewer Precast Box and Culverts 2. Including: a. Excavation of all material encountered, including rock and unsuitable materials b. Disposal of excess unsuitable material c. Site specific trench safety d. Pumping and dewatering e. Embedment f. Backfill g. Compaction B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I — General Requirements 3. Section 02222 — Paving Removal 1.2 REFERENCES A. Definitions 1. General — Definitions used in this section are in accordance with Terminologies ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise noted. 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, haunching bedding, springline, pipe zone and foundation are defined as shown in the following schematic: 063126005 UTILITY TRENCH EXCAVATION AND BACKFILL 02225 - 1 Oct-11 INITIAL _ BACKFILL G W SPRINGLINE Uj Lt] MUNCHING BEDDING FOUNDATION UNPAVED AREAS EXCAVATED TRENCH WTH 00 CLEARANCE 3. Deleterious materials — Harmful materials such as clay lumps, silts and organic material 4. Excavated Trench Depth — Distance from the surface to the bottom of the bedding or the trench foundation 5. Final Backfill Depth a. Unpaved Areas — The depth of the final backfill measured from the top of the initial backfill to the surface b. Paved Areas — The depth of the final backfill measured from the top of the initial backfill to bottom of permanent or temporary pavement repair B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM Standards: a. ASTM C33-08 Standard Specifications for Concrete Aggregates b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or Magnesium Sulfate c. ASTM C 136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and Bridge Construction. 063126005 UTILITY TRENCH EXCAVATION AND BACKFILL 02225 - 2 Oct-11 I' r e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large - Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine f. ASTM D588 — Standard Test method for Moisture -Density Relations of Soil - Cement Mixture g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of Soil Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)). h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in Place by Sand Cone Method. i. ASTM 2487 — 10 Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System) j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity -Flow Applications a k. ASTM D2922 — Standard Test Methods for Density of Soils and Soil Aggregate in Place by Nuclear Methods (Shallow Depth) 1. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in place by Nuclear Methods (Shallow Depth) m. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit Weight of Soils and Calculations of Relative Density 3. OSHA a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - Excavations 1.3 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Utility Company Notification a. Notify area utility companies at least 48 hours in advance, excluding weekends and holidays, before starting excavation. b. Request the location of buried lines and cables in the vicinity of the proposed work. B. Sequencing 1. Sequence work for each section of the pipe installed to complete the embedment 1 and backfill placement on the day the pipe foundation is complete. 2. Sequence work such that proctors are complete in accordance with ASTM D698 prior to commencement of construction activities. Li 1.4 SUBMITTALS A. Submittals shall be in accordance with Section 01330. Lill B. All submittals shall be approved by the Engineer or the City prior to construction. 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS t A. Shop Drawings 1. Provide detailed drawings and explanation for ground water and surface water t- control, if required. 2. Trench Safety Plan in accordance with Occupational Safety and Health Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P -- Excavations 3. Stockpiled excavation and/or backfill material 063126005 UTILITY TRENCH EXCAVATION AND BACICFILL 02225 - 3 Oct-11 i� a. Provide a description of the storage of the excavated material only if the Contract Documents do not allow storage of materials in the right-of-way of the easement 1.6 DELIVERY, STORAGE, AND HANDLING A. Storage 1. Within Existing Rights -of -Way (ROW) a. Spoil, imported embedment and backfill materials may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 01356. d. Store materials only in areas barricaded as provided in the traffic control plans. e. In non -paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage of spoils, embedment or backfill materials within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 01356. d. Do not block drainage ways. e. Only materials used for 1 working day will be allowed to be stored in the work zone. B. Deliveries and haul -off - Coordinate all deliveries and haul -off. 1.7 FIELD [SITE] CONDITIONS A. Existing Conditions l . Any data which has been or may be provided on subsurface conditions is not intended as a representation or warranty of accuracy or continuity between soils. It is expressly understood that neither the City nor the Engineer will be responsible for interpretations or conclusions drawn there from by the Contractor. 2. Data is made available for the convenience of the Contractor. 063126005 UTILITY TRENCH EXCAVATION AND BACKFILL 02225 - 4 Oct-11 PART 2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS 2.2 MATERIALS A. Materials 1. Utility Sand a. Granular and free flowing b. Generally meets or exceeds the limits on deleterious substances per Table 1 for fine aggregate according to ASTM C 33 c. Reasonably free of organic material d. Gradation: Sieve Size Percent Retained 1 inch 0 3/8 inch 0-10 #40 20-60 #100 95 2. Crushed Rock a. Durable crushed rock or recycled concrete b. Gradation: Standard Crushed Rock A re ate Cumulative Percent Retained (by wei ht Retained on 1" Sieve 0 Retained on 1/2" Sievec 0-20 Retained on 3/8" Sieve 30-50 Retained on No. 4 Sieve 90-100 Retained on No. 8 Sieve 95-100 c. May be unwashed d. Free from significant silt clay or unsuitable materials e. Percentage of wear not more than 40 percent per ASTM C131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 3. Fine Crushed Rock a. Durable crushed rock b. Meets the gradation of ASTM D448 size numbers 8 or 89 c. May be unwashed d. Free from significant silt clay or unsuitable materials. e. Have a percentage of wear not more than 40 percent per ASTM C 131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 4. Ballast Stone a. Stone ranging from 3 inches to 6 inches in greatest dimension. b. May be unwashed c. Free from significant silt clay or unsuitable materials d. Percentage of wear not more than 40 percent per ASTM C131 or C535 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of sodium sulfate soundness per ASTM C88 063126005 UTILITY TRENCH EXCAVATION AND BACKFILL 02225 - 5 Oct-11 is r _, I 5. Acceptable Backfill Material a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from voids d. Must have 20 percent passing the number 200 sieve 6. Blended Backfill Material a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 b. Blended with in -situ or imported acceptable backfill material to meet the requirements of an Acceptable Backfill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 7. Unacceptable Backfill Material a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 8. Select Fill a. Classified as SC or CL in accordance with ASTM D2487 b. Liquid limit less than 35 c. Plasticity index between 8 and 20 9. Cement Stabilized Sand (CSS) a. Sand or silty sand b. Free of clay or plastic material c. Minimum of 4 percent cement content of Type I/II portland cement d. 100 to 150 psi compressive strength at 2 days in accordance with ASTM D 1633, Method A e. 200 to 250 psi compressive strength at 23 days in accordance with ASTM D 1633, Method A f. Mix in a stationary pug mill, weigh -batch or continuous mixing plant 10. Trench Geotextile Fabric a. Soils other than ML or OH in accordance with ASTM D2487 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 2) Fibers shall retain their relative position 3) Inert to biological degradation 4) Resist naturally occurring chemicals 5) UV Resistant 6) Mirafi 140N by Tencate, or approved equal b. Soils Classified as ML or OH in accordance with ASTM D2487 1) High -tenacity monofilament polypropylene woven yarn 2) Percent open area of 8 percent to10 percent 3) Fibers shall retain their relative position 4) Inert to biological degradation. 5) Resist naturally occurring chemicals 6) UV Resistant 7) Mirafi FW402 by Tencate, or approved equal 063126005 UTILITY TRENCH EXCAVATION AND BACKFILL 02225 - 6 Oct-11 PART 3 - EXECUTION 3.1 EXAMINATION A. Verification of Conditions 1. Review all known, identified or marked utilities, whether public or private, prior to excavation. 2. Locate and protect all known, identified and marked utilities or underground facilities as excavation progresses. 3. Notify all utility owners within the project limits 48 hours prior to beginning excavation. 4. The information and data shown in the Drawings with respect to utilities is approximate and based on record information or on physical appurtenances observed within the project limits. 5. Coordinate with the Owner(s) of underground facilities. 6. Immediately notify any utility owner of damages to underground facilities resulting from construction activities. 7. Repair any damages resulting from the construction activities. B. Notify the City immediately of any changed condition that impacts excavation and installation of the proposed utility. 3.2 PREPARATION A. Protection of In -Place Conditions 1. Pavement a. Conduct activities in such a way that does not damage existing pavement that is designated to remain. b. Repair or replace any pavement damaged due to the negligence of the contractor outside the limits designated for pavement removal at no additional cost to the Owner. 2. Trees a. When operating outside of existing ROW, stake permanent and temporary construction easements. b. Restrict all construction activities to the designated easements and ROW. c. Flag and protect all trees designated to remain in accordance with Section 31 10 00. d. Conduct excavation, embedment and backfill in a manner such that there is no damage to the tree canopy. e. Prune or trim tree limbs as specifically allowed by the Drawings or as specifically allowed by the City. 1) Pruning or trimming may only be accomplished with equipments specifically designed for tree pruning or trimming. 3. Above ground Structures a. Protect all above ground structures adjacent to the construction. b. Remove above ground structures designated for removal in the Drawings. 4. Traffic a. Do not block access to driveways or alleys for extended periods of time unless: 1) Alternative access has been provided 2) Proper notification has been provided to the property owner or resident 063126005 UTILITY TRENCH EXCAVATION AND BACKFILL 02225 - 7 Oct-11 3) It is specifically allowed in the traffic control plan b. Use traffic rated plates to maintain access until access is restored. 5. Traffic Signal — Poles, Mast Arms, Pull boxes, Detector loops a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any excavation that could impact the operations of an existing traffic signal. b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops. c. Immediately notify the City's Traffic Services Division if any damage occurs to any component of the traffic signal due to the contractors activities. d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops as a result of the construction activities. 6. Fences a. Protect all fences designated to remain. b. Leave fence in the equal or better condition as prior to construction. 3.3 INSTALLATION A. Excavation 1. Excavate to a depth indicated on the Drawings. 2. Excavate to a width sufficient for laying the pipe in accordance with the Drawings and bracing in accordance with the Excavation Safety Plan. 3. The bottom of the excavation shall be firm and free from standing water. a. Notify the City immediately if the water and/or the in -situ soils do not provide for a firm trench bottom. b. The City will determine if any changes are required in the pipe foundation or bedding. 4. Unless otherwise permitted by the Drawings or by the City, the limits of the excavation shall not advance beyond the pipe placement so that the trench may be backfilled in the same day. 5. Over Excavation a. Fill over excavated areas with the specified bedding material as specified for the specific pipe to be installed. b. No additional payment will be made for over excavation or additional bedding material 6. Unacceptable Backfill Materials a. In -situ soils classified as unacceptable backfill material shall be separated from acceptable backfill materials. b. If the unacceptable backfill material is to be blended in accordance with this Specification, then store material in a suitable location until the material is blended. c. Remove all unacceptable material from the project site that is not intended to be blended or modified. B. Shoring, Sheeting and Bracing 1. Engage a Licensed Professional Engineer in the State of Texas to design a site specific excavation safety system in accordance with Federal and State requirements. 2. Excavation protection systems shall be designed according to the space limitations as indicated in the Drawings. 063126005 UTILITY TRENCH EXCAVATION AND BACKFILL 02225 - 8 Oct-11 3. Furnish, put in place and maintain a trench safety system in accordance with the Excavation Safety Plan and required by Federal, State or local safety requirements. 4. If soil or water conditions are encountered that are not addressed by the current Excavation Safety Plan, engage a Licensed Professional Engineer in the State of Texas to modify the Excavation Safety Plan and provide a revised submittal to the City. 5. Do not allow soil, or water containing soil, to migrate through the Excavation Safety System in sufficient quantities to adversely affect the suitability of the Excavation Protection System. Movable bracing, shoring plates or trench boxes used to support the sides of the trench excavation shall not: a. Disturb the embedment located in the pipe zone or lower b. Alter the pipe's line and grade after the Excavation Protection System is removed c. Compromise the compaction of the embedment located below the spring line of the pipe and in the haunching C. Water Control 1. Surface Water a. Furnish all materials and equipment and perform all incidental work required to direct surface water away from the excavation. 2. Ground Water a. Furnish all materials and equipment to dewater ground water by a method which preserves the undisturbed state of the subgrade soils. b. Do not allow the pipe to be submerged within 24 hours after placement. c. Do not allow water to flow over concrete until it has sufficiently cured. d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water Control Plan if any of the following conditions are encountered: 1) A Ground Water Control Plan is specifically required by the Contract Documents 2) If in the sole judgment of the City, ground water is so severe that an Engineered Ground Water Control Plan is required to protect the trench or the installation of the pipe which may include: a) Ground water levels in the trench are unable to be maintained below the top of the bedding b) A firm trench bottom cannot be maintained due to ground water c) Ground water entering the excavation undermines the stability of the excavation. d) Ground water entering the excavation is transporting unacceptable quantities of soils through the Excavation Safety System. e. In the event that there is no bid item for a Ground Water Control and the City requires an Engineered Ground Water Control Plan due to conditions discovered at the site, the contractor will be eligible to submit a change order. f. Control of ground water shall be considered subsidiary to the excavation when: 1) No Ground Water Control Plan is specifically identified and required in the Contract Documents g. Ground Water Control Plan installation, operation and maintenance 1) Furnish all materials and equipment necessary to implement, operate and maintain the Ground Water Control Plan. 2) Once the excavation is complete, remove all ground water control equipment not called to be incorporated into the work. 063126005 UTILITY TRENCH EXCAVATION AND BACKFILL 02225 - 9 Oct-11 h. Water Disposal 1) Dispose of ground water in accordance with City policy or Ordinance. 2) Do not discharge ground water onto or across private property without written permission. 3) Permission from the City is required prior to disposal into the Sanitary Sewer. 4) Disposal shall not violate any Federal, State or local regulations. 3. Sanitary Sewer Lines a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Place pipe on the bedding according to the alignment shown in the Drawings. g. The pipe line shall be within f0.1 inches of the elevation on the Drawings. h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not exceed the spring line prior to compaction. j. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. k. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. 1. Density test may be performed by City to verify that the compaction of embedment meets requirements. in. Place trench geotextile fabric on top of the initial backfill. n. Place marker tape on top of the trench geotextile fabric in accordance with Section 02765. D. Trench Backfill 1. At a minimum, place backfill in such a manner that the required in -place density and moisture content is obtained, and so that there will be no damage to the surface, pavement or structures due to any trench settlement or trench movement. a. Meeting the requirement herein does not relieve the responsibility to damages associated with the work. 2. Backfill Material a. Final backfill depth less than 15 feet 1) Backfill with: a) Acceptable backfill material b) Blended backfill material, or c) Select backfill material, CSS, or CLSM when specifically required b. Final backfill depth greater than 15 feet and under pavement or future pavement 1) Backfill depth from 0-15 feet deep a) Backfill with: (1) Acceptable backfill material 063126005 UTILITY TRENCH EXCAVATION AND BACKFILL 02225 - 10 Oct-11 (2) Blended backfill material, or (3) Select backfill material, CSS, or CLSM when specifically required 2) Backfill depth greater than15 feet deep a) Backfill with: (1) Select Fill (2) CSS, or (3) CLSM when specifically required c. Final backfill depth greater than 15 feet and not under pavement or future pavement 1) Backfill with: a) Acceptable backfill material, or b) Blended backfill material 3. Required Compaction and Density a. Final backfill depths less than 15 feet 1) Compact acceptable backfill material, blended backfill material or select backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at moisture content within -2 to +5 percent of the optimum moisture. 2) CSS or CLSM requires no compaction. b. Final backfill depths greater than 15 feet and under existing or future pavement 1) Compact select backfill to a minimum of 98 percent Standard Proctor per ASTM D 698 at moisture content within -2 to +5 percent of the optimum moisture. 2) CSS or CLSM requires no compaction. c. Final backfill depths greater than 15 feet and not under existing or future pavement 1) Compact acceptable backfill material blended backfill material, or select backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at moisture content within -2 to +5 percent of the optimum moisture. 4. Saturated Soils a. If the in -situ soils consistently demonstrate that they are greater than 5 percent over optimum moisture content, the City may require that the contractor to remove the saturated soil and backfill with imported acceptable backfill material. b. Removal of existing soils and placement of imported acceptable backfill material shall be at price bid per cubic yard. 5. Placement of Backfill a. Use only compaction equipment specifically designed for compaction of a particular soil type and within the space and depth limitation experienced in the trench. b. Place in loose lifts not to exceed 8 inches. c. Compact to specified densities. d. Compact only on top of initial backfill, undisturbed trench or previously compacted backfill. e. Remove any loose materials due to the movement of any trench box or shoring or due to sloughing of the trench wall. f. Install appropriate tracking balls for water and sanitary sewer trenches in accordance with Section 02765. 6. Backfill Means and Methods Demonstration a. Notify the testing lab in writing with sufficient time for the lab to obtain samples and perform standard proctor test in accordance with ASTM D698. 063126005 UTILITY TRENCH EXCAVATION AND BACKFILL 02225 - 11 Oct-11 b. The results of the standard proctor test must be received prior to beginning excavation. c. Upon commencing of backfill placement for the project the Contractor shall demonstrate means and methods to obtain the required densities. d. Demonstrate Means and Methods for compaction including: 1) Depth of lifts for backfill which shall not exceed 12 inches 2) Method of moisture control for excessively dry or wet backfill 3) Placement and moving trench box, if used 4) Compaction techniques in an open trench 5) Compaction techniques around structure e. Provide a testing trench box to provide access to the recently backfilled material. f. The Contractor will provide a qualified testing lab full time during this period to randomly test density and moisture continent. 1) The testing lab will provide results as available on the job site. 7. Varying Ground Conditions a. Notify the City of varying ground conditions and the need for additional proctors. b. Request additional proctors when soil conditions change. c. The City may acquire additional proctors at its discretion. d. Significant changes in soil conditions will require an additional Means and Methods demonstration. 3.4 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Proctors a. The lab will perform Proctors in accordance with ASTM D698. b. Test results will generally be available to within 4 calendar days and distributed to: 1) Contractor 2) City Project Manager 3) City Inspector 4) Engineer c. Notify the City if the characteristic of the soil changes. d. Perform new proctors for varying soils: 1) When indicated in the geotechnical investigation in the Appendix 2) If notified by the Contractor e. Trenches where different soil types are present at different depths, the proctors shall be based on the mixture of those soils. 2. Density Testing of Backfill a. Density Test Shall be in conformance with ASTM D2922. b. Provide a testing trench protection for trenches deeper than 5 feet. c. Place, move and remove testing trench protection as necessary to facilitate all test. d. For final backfill depths less than 15 feet and trenches of any depth not under existing or future pavement: 1) Perform density testing twice per working day when backfilling operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests of the current lift in the available trench. 063126005 UTILITY TRENCH EXCAVATION AND BACKFILL 02225 - 12 Oct-11 e. For final backfill depths greater than 15 feet deep: 1) Perform density testing twice per working day when backfilling operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests of the current lift in the available trench. 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. f. Make the excavation available for testing. g. The City will determine the location of the test. h. The testing lab will provide results to Contractor and the City's Inspector upon completion of the testing. i. A formal report will be issued within 48 hours. j. Test reports shall include: 1) Location of test by station number 2) Time and date of test 3) Depth of testing 4) Field moisture 5) Dry density 6) Proctor identifier 7) Percent Proctor Density B. Non -Conforming Work 1. All non -conforming work shall be removed and replaced. END OF SECTION 02225 063126005 UTILITY TRENCH EXCAVATION AND BACKFILL 02225 - 13 Oct-11 SECTION 02260 EXCAVATION SUPPORT AND PROTECTION PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES This section of the specifications covers trench safety systems and excavations equal to or greater than five feet in depth. All excavation work performed for the project shall also comply with US Department of Labor Rules 29 CFR, OSHA Part 1926, Subpart P and all State and Local codes. 1.3 RELATED SECTIONS A. Section 02317 — Excavation and Backfill for Structures. 1.4 SUBMITTALS A. Conform to Section 01330 — Submittal Procedures. B. Prior to, or at the Pre -Construction Conference, the Contractor shall submit to Owner a "Trench Safety System Plan" sealed by a Professional Engineer registered in the State of Texas. Notice to Proceed with construction will not be issued by Engineer until Contractor has submitted a "Trench Safety System Plan" to Owner. The Trench Safety System Plan shall, at a minimum, conform to OSHA standards for sloping of sides, utilization of trench boxes, and/or utilization of shoring, sheeting and bracing methods. 1.5 QUALITY ASSURANCE A. 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. B. Installer Qualifications: Engage an experienced installer to assume engineering responsibility and perform work of this Section who has specialized in installing excavation support and protection systems similar to those required for this Project and with a record of successful in-service performance. The Contractor shall be responsible for complying with all trench safety requirements and for the safety of trench and excavations. C. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in the jurisdiction where the Project is located and who is experienced in providing engineering services for designing excavation support and protection systems that are similar to those indicated for this Project in material, design, and extent. 1. Engineering Responsibility: As needed by the Contractor to assure worker safety and compliance with OSHA regulations, the Contractor shall be responsible for engaging a qualified professional engineer to prepare or supervise the preparation of 063126005 EXCAVATION SUPPORT AND PROTECTION 02260 -1 Oct -II data for the excavation support and protection system including drawings and comprehensive engineering analysis that shows the system's compliance with specified requirements. 1.6 PROJECT CONDITIONS A. Prior to starting trench excavations, the Contractor shall examine all site conditions and note any conditions in existing pavements, 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, structures or adjacent ground and submit a written report to the Engineer of all such changes. 1.7 EXISTING UTILITIES A. Prior to starting trench excavations, chart and field locate all existing utilities. Notify owners of all utilities of work to be performed. Protect all existing utilities from damage. Provide additional support for utility lines which cannot span trench width. Do not interrupt existing services without written approval by the Engineer and the utility owner. PART 2 -PRODUCTS 2.1 MATERIALS A. Materials need not be new but must be in serviceable condition. B. Structural Steel: ASTM A 36. C. Steel Sheet Piling: ASTM A 328 or ASTM A 572 D. Wood: Soft or hard wood as required by design. E. Aluminum: Type 1061-T6, thickness as required by design. PART 3 -EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards that could develop during excavation support and protection system operations. 1. Shore, support, and protect utilities encountered. B. Install excavation support and protection systems to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by governing regulations. C. Locate excavation support and protection systems clear of permanent construction and to permit forming and finishing of concrete surfaces. D. Monitor excavation support and protection systems daily during excavation progress and for as long as excavation remains open. Promptly correct bulges, breakage, or other evidence of movement to ensure excavation support and protection systems remain stable. 063126005 EXCAVATION SUPPORT AND PROTECTION 02260 - 2 Oct-11 E. Promptly repair damages to adjacent facilities caused by installing excavation support and protection systems. 3.2 TRENCHING PROCEDURES Provide shoring systems in accordance with the Contractor's submitted design to adequately resist earth pressures. 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 least 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. F. If cut back method is allowed by Owner and is employed, maintain a clear distance of three feet from edge of cut to avoid allowing loose material to enter trench. Cut back method may not be used where there is insufficient work area to employ it. G. Do not operate heavy equipment except for trench digging or pipe laying equipment within twenty feet of edge of excavation. Haul trucks, if needed, may operate closer than twenty feet to trench edge provided the Contractor deems it safe to do so. 3.3 REMOVAL AND REPAIRS A. Remove excavation support and protection systems when construction has progressed sufficiently to support excavation and bear soil and hydrostatic pressures. Remove in stages to avoid disturbing underlying soils and damaging structures, pavements, facilities, and utilities. 1. Repair or replace, as approved by Engineer, adjacent work damaged or displaced by Contractor's operations. END OF SECTION 02260 063126005 EXCAVATION SUPPORT AND PROTECTION 02260 - 3 Oct-11 SECTION 02310 HAND TUNNELING PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Minimum requirements for Hand Tunneling using tunnel liner plate or casing pipe at the locations shown on the Drawings B. Related Specification Sections include, but are not necessarily limited to: l . Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 02610 — Tunnel Liner Plate 4. Section 02611 — Steel Casing Pipe 1.2 A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO): a. HB-17, Standard Specifications for Highway Bridges. 3. Occupational Safety and Health Administration (OSHA) a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavation. 1.3 ADMINISTRATIVE REQUIREMENTS A. Pre -installation 1. The Contractor shall provide written notice to the City at least 72 hours in advance of the planned launch of tunneling operations. 1.4 SUBMITTALS A. Submittals shall be in accordance with Section 01330. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.5 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Shop Drawings 1. Submit the following, when required by the Contract Documents: a. Detailed description of the methods and equipment to be used in completing each reach of tunnel b. Description of the survey methods that will be used to ensure that the tunnel is advanced as shown on the Drawings and within the line and grade tolerances specified 063126005 HAND TUNNELING 02310 - 1 Oct-11 c. Shaft layout drawings 1) Detailing dimensions and locations of all equipment, including overall work area boundaries, crane, front-end loader, forklift, spoil stockpiles, spoil hauling equipment, pumps, generator, pipe storage area, tool trailer or containers, fences, and staging area 2) Shaft layout drawings will be required for all shaft locations and shall be to scale, or show correct dimensions. 3) Layout such that all equipment and operations shall be completely contained within the allowable construction areas shown on the Drawings d. Schedule in accordance with Division 1 to include the following activities as independent items: 1) Mobilization 2) Shaft excavation and support 3) Water control at shafts 4) Working slab construction 5) Thrust wall construction 6) Tunneling 7) Shaft backfill 8) Site restoration 9) Cleanup 10) Demobilization 2. For all projects, provide the following for Contact Grouting: a. Contact Grouting (outside of casing) Work Plan and Methods including: 1) Grouting methods 2) Details of equipment 3) Grouting procedures and sequences including: a) Injection methods b) Injection pressures c) Monitoring and recording equipment d) Pressure gauge calibration data e) Materials 4) Grout mix details including: a) Proportions b) Admixtures including: (1) Manufacturer's literature (2) Laboratory test data verifying the strength of the proposed grout mix (3) Proposed grout densities (4) Viscosity (5) Initial set time of grout (a) Data for these requirements shall be derived from trial batches from an approved testing laboratory. 5) Submit a minimum of 3 other similar projects where the proposed grout mix design was used. 6) Submit anticipated volumes of grout to be pumped for each application and reach grouted. 063126005 HAND TUNNELING 02310 - 2 Oct-11 B. Daily Records 1. Submit samples of the tunneling logs or records to be used at least 7 days prior to beginning Hand Tunneling. I 2. Submit daily records to the City's Inspector by noon on the day following the shift for which the data or records were taken. 3. Daily records shall include: a. Date b. Time ' c. Name of operator d. Tunnel drive identification e. Installed liner ring and corresponding tunnel length f. Time required to tunnel each ring g. Time required to set subsequent ring h. Spoil volumes (muck carts per liner ring and estimated volume of spoil in each muck cart) i. Grout volumes and pressures j. Soil conditions, including occurrences of unstable soils and estimated groundwater inflow rates, if any k. Line and grade offsets 1. Any movement of the guidance system in. Problems encountered during tunneling n. Durations and reasons for delays o. Manually recorded observations made: 1) At intervals of not less than 2 every 5 feet 2) As conditions change 3) As directed by the City and/or Engineer 1.6 QUALITY ASSURANCE A. Qualifications 1. Failure to meet the qualification requirements is failure to fulfill the Contract and the Contractor will be required to obtain a subcontractor that meets the qualification requirements. 2. Contractor a. All tunneling work shall be performed by an experienced subcontractor or Contractor who has at least 5 years of experience in performing tunneling work and has completed at least 5 projects of similar diameter in similar ground conditions. 3. All Work by the Contractor shall be done in the presence of the City unless the City grants prior written approval to perform such work in City's absence. 4. The Contractor shall allow access to the City and/or Engineer and shall furnish necessary assistance and cooperation to aid in the observations, measurements, data and sample collection including, but not limited to, the following: a. The City and/or Engineer shall have access to the tunneling system prior to, during and following all tunneling operations. b. The City and/or Engineer shall have access to the tunneling shafts prior to, during and following all tunneling operations. 1) This shall include, but not be limited to, visual inspection of installed pipe and verification of line and grade. a 063126005 HAND TUNNELING 02310 - 3 LJ Oct-11 F € i �I 2) The Contractor shall provide safe access in accordance with all safety regulations. c. The City and/or Engineer shall have access to spoils removed from the tunnel excavation prior to, during and following all tunneling operations. 1) The City shall be allowed to collect soil samples from the muck buckets or spoil piles a minimum of once every 10 feet and at any time when changes in soil conditions or obstructions are apparent or suspected. PART 2- PRODUCTS 2.1 MATERIALS A. Description 1. Tunnel Liner Plate shall be in accordance with Section 02610. 2. Casing Pipe shall be in accordance with Section 02611. B. Design Criteria 1. Design excavation methods and spoil conveyance system for the full range of ground conditions described in the Geotechnical Reports and anticipated 2. Tolerance a. Accurately maintain the face of the excavation inside the tunnel so as to allow the absolute minimum of void space outside the casing/liner plate. b. Maintain a maximum of %z inch tolerance between the outside of the casing/liner plate and the excavation wherever possible. c. The tunnel diameter shall not be greater than 2 inches larger than the casingiliner outer diameter (O.D.). 3. Use methods and equipment that control surface settlement and heave above the pipeline to prevent damage to existing utilities, facilities and improvements. a. Limit any ground movements (settlement/heave) to values that shall not cause damage to adjacent utilities and facilities. b. Repair any damage caused by ground movements at no cost to the City. PART 3 - EXECUTION 3.1 PREPARATION A. Tunneling shall not begin until the following have been completed: 1. All required submittals have been made and the City and/or Engineer has reviewed and accepted all submittals. 2. Review of available utility drawings and location of conduits and underground utilities in all areas where excavation is to be performed. a. Notify the applicable one -call system prior to any excavation to avoid interference with the existing conduits and utilities. 1) Repair damage to existing utilities resulting from excavation at no additional cost to the City. 3. Shaft excavations and support systems for each drive completed in accordance with the requirements of the Specifications. -- 4. Site safety representative has prepared a code of safe practices in accordance with OSHA requirements. } 063126005 HAND TUNNELING 02310 - 4 Oct-11 a. Provide the Engineer and Owner with a copy of each prior to starting shaft construction or tunneling. b. Hold safety meetings and provide safety instruction for new employees as required by OSHA. 5. All specified settlement monitoring points have been installed, approved and baselined in accordance with the Contract Documents. B. Verification of Stability l . Confirm that the ground will remain stable without movement of soil or water while the entry/exit location shoring is removed and while the tunnel is Iaunched or received into a shaft. 2. Demonstrate that all soils have been stabilized at all tunnel portal locations to: a. Prevent the inflow of weak, running or flowing soils. b. Prevent the inflow of loose rock. c. Prevent and control groundwater inflows. 3.2 INSTALLATION A. Tunnel Methods 1. Tunnel liner plate shall not be used where bore or jack methods are used, or where not allowed on the Drawings or permits. 2. The Contractor shall be fully responsible to: a. Ensure the methods used are adequate for the protection of workers, pipe, property and the public b. Provide a finished product as required. B. General 1. The Contractor shall immediately notify the City, in writing, if and when any problems are encountered with equipment or materials, or if the Contractor believes the conditions encountered are materially and significantly different than those represented within the Contract Documents. 2. Properly manage and dispose of groundwater inflows to the shafts in accordance with requirements of Specifications and all permit conditions. a. Discharge of groundwater inflow into sanitary sewers is not allowed without proper approval and permits. 3. Furnish all necessary equipment, power, water and utilities for tunneling, spoil removal and disposal, grouting and other associated work required for the methods of construction. 4. Promptly clean up. Remove and dispose of any spoil or slurry spillage. 5. Whenever there is a condition that is likely to endanger the stability of the excavation or adjacent structures, operate with a full crew 24 hours a day, including weekends and holidays, without interruption, until those conditions no longer jeopardize the stability of the Work. C. Installation with Steel Casing Pipe Jack the pipe from the low or downstream end, unless specified otherwise. a. Provide heavy duty jacks suitable for forcing the pipe through the embankment. 1) When operating jacks, apply pressure evenly. b. Provide a suitable jacking head and bracing between jacks so that pressure will be applied to the pipe uniformly around the ring of the pipe. c. Provide a suitable jacking frame or back stop. 063126005 HAND TUNNELING 02310 - 5 Oct-11 d. Set the pipe to be jacked on guides, properly braced together, to support the section of the pipe and to direct it in the proper line and grade. e. Place the whole jacking assembly so as to line up with the direction and grade of the pipe. f. In general, excavate embankment material just ahead of the pipe and remove material through the pipe. g. Force the pipe through the embankment with jacks into the space excavated. 2. The excavation for the underside of the pipe, for at least 1/3 of the circumference of the pipe, shall conform to the contour and grade of the pipe. a. Provide a clearance of not more than 2 inches for the upper half of the pipe. 1) This clearance shall be tapered off to 0 at the point where the excavation conforms to the contour of the pipe. b. Extend the distance of the excavation beyond the end of the pipe depending on the character of the material, but do not exceed 2 feet in any case. 1) Decrease the distance if the character of the material being excavated makes it desirable to keep the advance excavation closer to the end of the pipe. 3. If desired, use a cutting edge of steel plate around the head end of the pipe extending a short distance beyond the end of the pipe with inside angles or lugs to keep the cutting edge from slipping back onto pipe. 4. When jacking of pipe has begun, carry on the operation without interruption to prevent the pipe from becoming firmly set in the embankment. a. Remove and replace any pipe damaged in the jacking operations. b. The Contractor shall absorb the entire expense. D. Installation with Tunnel Liner Plate 1. Install the tunnel liner plates to the limits indicated on the Drawings and as specified in AASHTO HB-17, Section II-26, Construction of Tunnels Using Steel Tunnel Liner Plates. a. Assemble liner plates into circumferential rings. b. Liner plates shall be of the type to permit segments to be installed completely from inside the tunnel. 2. Accurately maintain the face of the excavation inside the tunnel so as to allow the absolute minimum of void space outside the casing/liner plate. a. Maintain a maximum of %2 inch tolerance between the outside of the c s casing/liner plate and the excavation wherever possible. b. The tunnel diameter shall not be greater than 2 inches larger than the liner O.D. 3. Liner plate installation shall proceed as closely as possible behind the excavation. a. Excavation shall at no time be more than 6 inches ahead of the required space to install an individual tunnel liner plate. b. Use breast plates, poling boards or other suitable devices to maintain accurate - excavation with the minimum of unsupported excavation at any time. c. Casing/Tunnel liner plate shall not be allowed to deflect vertically during i installation. _I 4. Tunneling operations shall control surface settlement and heave above the pipeline to prevent damage to existing utilities, facilities and improvements. a. In no case shall ground movements cause damage to adjacent structures, roadways, or utilities. - 063126005 HAND TUNNELING 02310 - 6 Oct-11 �_ t b. The Contractor shall repair any damage resulting from construction activities, at no additional cost to the City and without extensions of schedule for completion. E. Contact Grouting l . Pressure grout any voids caused by or encountered during the tunneling. a. Modify equipment and procedures as required to avoid recurrence of excessive settlements or damage. 2. Install contact grout in the void space between the outside of the casing/tunnel liner and the excavation. a. For tunnel liner plate, install pressure grout mix at the end of each work day or more often, as conditions warrant. 3. Install pressure grouting through grout fittings for the casing/tunnel liner plate 48- inches in diameter or larger. a. Grout fittings shall be fabricated into tunnel liner plate at a maximum spacing of 6 feet. b. Remove and plug grout fittings after pressure grouting. 4. Install pressure grout from the low end for all crossings where grout fittings are not used. a. Seal the low end and pressure grout until grout is extruded from the opposite end. F. Control of Line and Grade 1. Confirm that all established benchmarks and control points provided for the Contractor's use are accurate. a. Use these benchmarks to furnish and maintain all reference lines and grades for tunneling. b. Use lines and grades to establish the location of the pipe using a laser or theodolite guidance system. c. Submit to the City copies of field notes used to establish all lines and grades and allow the Engineer to check guidance system setup prior to beginning each tunneling drive. d. Provide access for the City to perform survey checks of the guidance system and the line and grade of the carrier pipe on a daily basis during tunneling operations. e. The Contractor remains fully responsible for the accuracy of the work and the U correction of it, as required. 2. The casing/tunnel liner shall be installed in accordance with the following t tolerances: a. Variations from design line or grade: f 2 inches maximum 1) If the installation is off line or grade, make the necessary corrections and 1 return to the design alignment and grade at a rate of not more than 1 inch per 25 feet. 3. Monitor line and grade continuously during tunneling operations. , a. Record deviation with respect to design line and grade once at each pipe joint and submit records to Engineer daily. t 4. If the pipe installation does not meet the specified tolerances, correct the installation, including any necessary redesign of the pipeline or structures and ? acquisition of necessary easements. 063126005 HAND TUNNELING 02310 - 7 Oct-11 G. Obstructions 1. If the tunneling operations should encounter an object or condition that impedes the forward progress of the shield, notify the City immediately. 2. Correct the condition and remove, clear or otherwise make it possible for the shield to advance past any objects or obstructions that impede forward progress. 3. Proceed with removal of the object or obstruction by methods submitted by the Contractor and accepted by the City and/or Engineer. 4. Compensation a. The Contractor will receive compensation by change order for removal of obstructions, as defined as metallic debris, reinforced concrete, rocks, whole trees and other hard objects with a maximum dimension larger than 50 percent of the outer diameter of the shield which: 1) Cannot be broken up by the cutting tools with diligent effort, and 2) Are located partially or wholly within the cross -sectional area of the bore 3) Contain utilities or ditch lines located longitudinally within the tunnel horizon b. Payment will be negotiated with the Contractor on a case -by -case basis. c. The City and/or Engineer shall be provided an opportunity to view obstruction prior to removal. 1) Any removal process that does not allow direct inspection of the nature and position of the obstruction will not be considered for payment. d. No additional compensation will be allowed for removing, clearing or otherwise making it possible for the shield to advance past objects consisting of cobbles, boulders, wood, reinforced concrete, and other objects or debris with maximum lateral dimensions less than 50 percent of the outer diameter of the shield. 3.3 CLEANUP AND RESTORATION A. After completion of the tunneling, all construction debris, spoils, oil, grease and other materials shall be removed from the tunneling pipe, shafts and all work areas. _ 1. Cleaning shall be incidental to the construction. B. Restoration shall follow construction as the Work progresses and shall be completed as soon as reasonably possible. 1. Restore and repair any damage resulting from surface settlement caused by shaft excavation or tunneling. 2. Any property damaged or destroyed, shall be restored to a condition equal to or better than that to which it existed prior to construction. 3. Restoration shall be completed no later than 30 days after tunneling is complete, or earlier if required as part of a permit or easement agreement. 4. This provision for restoration shall include all property affected by the construction operations. 3.4 SITE QUALITY CONTROL A. Safety 1. No gasoline powered equipment shall be permitted in receiving shafts/pits. a. Diesel, electrical, hydraulic and air powered equipment are acceptable, subject to applicable local, State, and Federal regulations. -' 063126005 HAND TUNNELING 02310 - 8 Oct -II 6 2. Furnish and operate a temporary ventilation system in accordance with applicable t safety requirements when personnel are underground. a. Perform all required air and gas monitoring. b. Ventilation system shall provide a sufficient supply of fresh air and maintain an atmosphere free of toxic or flammable gasses in all underground work areas. 3. Perform all Work in accordance with all current applicable regulations and safety requirements of the Federal, State, and Local agencies. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavations. _-- a. In the event of conflict, comply with the more stringent requirements. 4. If personnel will enter the pipe during construction, the Contractor shall develop an emergency response plan for rescuing personnel trapped underground in a shaft excavation or pipe. a. Keep on -site all equipment required for emergency response in accordance with the agency having jurisdiction. END OF SECTION 02310 063126005 HAND TUNNELING 02310 - 9 Oct-11 VJ SECTION 02317 EXCAVATION AND BACKFILL FOR STRUCTURES PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications includes information on excavation, trenching, foundation, embedment, and backfill for installation of structures, including storm sewers, culverts, manholes and other pipeline structures. 1.3 RELATED SECTIONS A. Section 01330 — Submittal Procedures. B. Section 01400 — Quality Requirements. C. Section 01500 — Temporary Facilities and Controls. D. Section 01555 — Barricades, Signs and Traffic Handling. E. Section 02221— Removing Existing Pavements. F. Section 02260 — Excavation Support and Protection. 1. Section 02320 — Backfill Materials for Structures. 1.4 DEFINITIONS A. Pipe Foundation: Suitable and stable native soils that are exposed at the trench subgrade after excavation to depth of bottom of the bedding as shown on the Drawings, or foundation backfill material placed and compacted in over -excavations. B. Pipe Bedding: The portion of trench backfill that extends vertically from top of foundation up to a level line at bottom of pipe, and horizontally under 1/3 of the pipe O.D. C. Haunching: The material placed on either side of pipe from the foundation to the springline of the pipe for rigid wall pipe, and horizontally from one trench sidewall to opposite sidewall, excluding the bedding section as shown on the plans. For flexible wall pipe, the haunching material extends to a minimum of 12" above the top of the pipe. D. Initial Backfill: The portion of trench backfill that extends vertically from the top of haunching or cement stabilized backfill up to a level line immediately below pavement subgrade, and horizontally from one trench sidewall to opposite sidewall. E. Pipe Embedment: The portion of trench backfill that consists of bedding, haunching and initial backfill. F. Trench Zone: The portion of trench backfill that extends vertically from top of pipe embedment up to a line immediately below pavement subgrade or up to final grade when not beneath pavement. G. Backfill: Suitable material meeting specified quality requirements, placed and compacted under controlled conditions. 063126003 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 1 a Oct -I I 1 H. Surface Water Control: Diversion and drainage of surface water runoff and rain water away from trench excavation. Rain water and surface water accidentally entering trench shall be controlled and removed as a part of excavation drainage. I. Excavation Drainage: Removal of surface water in trench by sump pumping or other approved means. J. Trench Conditions are defined with regard to the stability of trench bottom and trench walls of pipe embedment zone. Maintain trench conditions that provide for effective placement and compaction of embedment material directly on or against undisturbed soils or foundation backfill, except where structural trench support is necessary. l . Dry Stable Trench: Stable and substantially dry trench conditions exist in pipe embedment zone as a result of typically dry soils or achieved by ground water control (dewatering or depressurization) for trenches extending below ground water level. 2. Stable Trench with Seepage: Stable trench in which ground water seepage is controlled by excavation drainage. a. Stable Trench with Seepage in Clayey Soils: Excavation drainage is provided in lieu of or to supplement ground water control systems to control seepage and provide stable trench subgrade in predominately clayey soils prior to bedding placement. b. Stable Wet Trench in Sandy Soils: Excavation drainage is provided in the embedment zone in combination with ground water control in predominately sandy or silty soils. 3. Unstable Trench: Unstable trench conditions exist in the pipe embedment zone if ground water inflow or high water content causes soil disturbances, such as sloughing, sliding, boiling, heaving or loss of density. K. Subtrench: Subtrench is a special case of benched excavation. Subtrench excavation below trench shields or shoring installations may be used to allow placement and compaction of foundation or embedment materials directly against undisturbed soils. Depth of a subtrench depends upon trench stability and safety as determined by the Contractor. L. Trench Dam: A placement of low permeability material in pipe embedment zone or foundation to prohibit ground water flow along the trench. M. Over -Excavation and Backfill: Excavation of subgrade soils with unsatisfactory bearing capacity or composed of otherwise unsuitable materials below top of foundation as shown on Drawings, and backfilled with foundation backfill material. N. Foundation Backfill Materials: Natural soil or manufactured aggregate of controlled gradation, to control drainage and material separation. Foundation backfill material is placed and compacted as backfill to provide stable support for bedding. O. Trench Safety Systems include both protective systems and shoring systems as defined in Section 02260 — Excavation Support and Protection. P. Trench Shield (Trench Box): A portable worker safety structure moved along the trench as work proceeds, used as a protective system and designed to withstand forces imposed on it by cave-in, thereby protecting persons within the trench. Trench shields may be stacked if so designed or placed in a series depending on depth and length of excavation to be protected. Q. Shoring System: A structure that supports sides of an excavation to maintain stable soil conditions and prevent cave-ins, or to prevent movement of the ground affecting adjacent installations or improvements. 063126003 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 2 Oct -I I �t t_ 1.5 REFERENCES A. ASTM D 558 - Test Methods for Moisture -Density Relations of Soil Cement Mixtures. B. ASTM D 698 -Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 5.5-lb (2.49-kg) Rammer and 12-in. (304.8-mm) Drop. C. ASTM D 1556 - Test Method for Density in Place by the Sand -Cone Method. D. ASTM D 2487 - Classification of Soils for Engineering Purposes. E. ASTM D 2922 -Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). F. ASTM D 3017 -Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). G. ASTM D 4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. H. TxDOT Tex-101-E - Preparation of Soil and Flexible Base Materials for Testing. I. TxDOT Tex- 110-E - Determination of Particle Size Analysis of Soils. J. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). 1.6 SCHEDULING A. Schedule work so that pipe embedment can be completed on the same day that acceptable foundation has been achieved for each section of pipe installation, manhole, or other structures. 1.7 SUBMITTALS A. Conform to Section 01330 - Submittal Procedures. B. Submit a written description for information only of the planned typical method of excavation, backfill placement and compaction, including: 1. Sequence of work and coordination of activities. 2. Selected trench widths. 3. Procedures for foundation and embedment placement, and compaction. 4. Procedure for use of trench boxes and other premanufactured systems while assuring specified compaction against undisturbed soil. C. Submit a surface water control plan in accordance with requirements in this Section. D. Submit backfill material sources and product quality information in accordance with requirements of Section 02320 - Backfill Materials for Structures. E. Submit record of location of storm sewer installed, referenced to survey control points. Include locations of utilities encountered that are not shown on Drawings or rerouted for the convenience of the Contractor. Give stations, NAD 83 state plane coordinates, NAVD 88 elevations, inverts, and gradients of installed storm sewer. F. Submit field density tests of trench backfill. G. Submit laboratory density compaction curves for each material. 1.8 TESTS A. Perform backfill material source qualification testing in accordance with requirements of Section 02320- Backfill Materials for Structures. B. Perform field density tests of trench backfill representative of each 500 linear feet of trench and each one -foot of lift thickness. 063126003 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 3 Oct -II C. Once within pavement subgrade depth under paved areas, perform field density tests of subgrade at the frequency specified in Section 02300 — Earthwork. D. The Owner will perform his own check of field densities at random intervals at Owner's expense for passing tests. Failing tests will be charged to the Contractor. PART 2 -PRODUCTS 2.1 EQUIPMENT A. Perform excavation with hydraulic excavator or other equipment suitable for achieving the requirements of this Section. B. Use only hand -operated tamping equipment until a minimum cover of 12 inches is obtained over pipes, conduits, and ducts. Do not use heavy compacting equipment until adequate cover is attained to prevent damage to pipes, conduits, or ducts. Do not use vibratory equipment until 5 feet of cover over pipes, conduits and ducts is obtained. Do not use vibratory equipment if adjacent structures are affected. C. Use trench shields or other protective systems or shoring systems which are designed and operated to achieve placement and compaction of backfill directly against undisturbed native soil. 2.2 MATERIAL CLASSIFICATIONS A. Embedment and Trench Zone Backfill Materials: Conform to classifications and product descriptions of Section 02320 - Backfill Materials for Structures. PART 3 -EXECUTION 3.1 PREPARATION A. Establish traffic control to conform with requirements of Section 01555 — Barricades, Signs and Traffic Handling and the Drawings. B. The Contractor shall demonstrate proposed installation and compaction methods by installing one joint of pipe to prove that all specifications and standards are being met. B. Perform work to conform with applicable safety standards and regulations. Employ a trench safety system as specified in Section 02260 — Excavation Support and Protection. C. Immediately notify the agency or company owning any existing utility line which is damaged, broken, or disturbed. Obtain approval from the Owner and agency for any repairs or relocations, either temporary or permanent. D. Remove existing pavements and structures, including sidewalks and driveways, to conform with requirements of Section 02221 - Removing Existing Pavements. E. Maintain permanent benchmarks, monumentation, and other reference points. Unless otherwise directed in writing, replace those which are damaged or destroyed. 3.2 PROTECTION A. The Contractor shall locate all existing underground lines, whether or not they are shown on the Drawings, sufficiently in advance of trenching operations to prevent any damage 063126003 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 4 Oct -I 1 - thereto. Verification of location, size and burial depth of existing utilities shall be the complete responsibility of the Contractor. B. The Contractor shall protect trees, shrubs, lawns, existing structures, and other permanent objects outside of grading limits and within the grading limits as designated on the Drawings. C. Trench digging machinery may be used to make the trench excavations except in places where operation of same would cause damages to pipelines, fences or other existing structures either above or below ground; in such instances hand methods shall be employed. D. Contractor shall protect and support above -grade and below -grade utilities which are to remain. E. Contractor shall restore damaged permanent facilities to pre -construction conditions, at the Contractors expense, unless replacement or abandonment of facilities are indicated on the Drawings. F. Contractor shall implement measures to minimize erosion of trenches. Do not allow water to pond in trenches. Where slides, washouts, settlements, or areas with loss of density or pavement failures or potholes occur, repair, recompact, and pave those areas at no additional cost to Owner. G. The Contractor is responsible for notifying pipeline and cable utility owners of his intention of crossing their utility no less than seven days prior to crossing the utility. Coordinate vertical separation requirements with the utility owners and any other special construction considerations. Notify the Engineer of required changes in the vertical profile shown on the Drawings prior to constructing these changes. 3.3 EXCAVATION A. Perform excavation work so that pipe, conduit, and ducts can be installed to depths and alignments shown on the Drawings. Avoid disturbing surrounding ground and existing facilities and improvements. B. Perform excavation of existing sanitary sewer pipeline trench to the limits established in the Drawings. C. Structural excavation quantities for pipe or box installation, while shown for informational purposes only, have been determined using the following table: Inside Diameter/ Box Width Trench Width (Feet) _< 42" O.D. + 2'-0" > 42" O.D. + 4'-0" In situations where benching of trench is required for lowering excavator below grade, minimum bench width should be 22'-0" to allow the excavator to make a 90' pivot unless Contractor chooses to "walk" the excavator on a ramp into and out of the trench. D. Salvage topsoil in unpaved areas for later re -introduction into surface of trench. In roadside ditch areas, topsoil will be considered to be the soil above the uppermost calcium carbonate caliche layer. Depth of topsoil will vary. Excavate topsoil and keep separate from other excavated soil. Excavate with smooth -lip excavator bucket if necessary to avoid intermixing with caliche and undesirable soils. Stockpile topsoil separately from other excavated materials. 063126003 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 5 Oct -I I E. Upon discovery of unknown utilities, badly deteriorated utilities not designated for removal, or concealed conditions, discontinue work at that location. Notify the Engineer and obtain instructions before proceeding. F. Shoring of Trench Walls. 1. Install Special Shoring in advance of trench excavation or simultaneously with the trench excavation, so that the soils within the full height of the trench excavation walls will remain laterally supported at all times. 2. For all types of shoring, support trench walls in the pipe embedment zone throughout the installation. Provide trench wall supports sufficiently tight to prevent washing the trench wall soil out from behind the trench wall support. 3. Unless otherwise directed by the Engineer, leave sheeting driven into or below the pipe embedment zone in place to preclude loss of support of foundation and embedment materials. Leave rangers, wailers, and braces in place as long as required to support sheeting, which has been cut off, and the trench wall in the vicinity of the pipe zone. 4. Employ special methods for maintaining the integrity of embedment or foundation material. Before moving supports, place and compact embedment to sufficient depths to provide protection of pipe and stability of trench walls. As supports are moved, finish placing and compacting embedment. 5. If sheeting or other shoring is used below top of the pipe embedment zone, do not disturb pipe foundation and embedment materials by subsequent removal. Maximum thickness of removable sheeting extending into the embedment zone shall be the equivalent of a I -inch-thick steel plate. Fill voids left on removal of supports with compacted backfill material. 6. The Contractor is entirely responsible for assuring that trenches are adequately supported to protect both his workman and the public. G. Use of Trench Shields. When a trench shield (trench box) is used as a worker safety device, the following requirements apply: 1. Make trench excavations of sufficient width to allow shield to be lifted or pulled freely, without damage to the trench sidewalls. 2. Move trench shields so that pipe, and backfill materials, after placement and compaction, are not damaged nor disturbed, nor the degree of compaction reduced. 3. When required, place, spread, and compact pipe foundation and bedding materials beneath the shield. For backfill above bedding, lift the shield as each layer of backfill is placed and spread. Place and compact backfill materials against undisturbed trench walls and foundation. 4. Maintain trench shield in position to allow sampling and testing to be performed in a safe manner. 5. The Contractor is entirely responsible for assuring that trenches are adequately supported to protect both his workman and the public. 3.4 HANDLING EXCAVATED MATERIALS A. Use only excavated materials which are suitable as defined in this Section and conforming with Section 02320-Backfill Materials for Structures. Place material suitable for backfilling in stockpiles at a distance from the trench to prevent slides or cave-ins. B. C. Do not place stockpiles of excess excavated materials on streets and adjacent properties. Protect excess stockpiles for use on site. Maintain site conditions in accordance with Section 01500 - Temporary Facilities and Controls. D. Protect topsoil from intermixing with undesirable materials. 063126003 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 6 Oct -I 1 E. All surplus or unsuitable materials shall be loaded and wasted at the Contractor's expense. 3.5 TRENCH FOUNDATION A. 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. B. Any part of the trench excavated below grade shall be corrected by filling with approved material and compacting thoroughly. C. 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 approved material, and thoroughly compacted. D. 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. 3.6 PIPE EMBEDMENT, PLACEMENT, AND COMPACTION A. Immediately prior to placement of embedment materials, the bottoms and sidewalls of trenches shall be free of loose, sloughing, caving, or otherwise unsuitable soil. B. Place embedment including bedding, haunching, and initial backfill as shown on Drawings. C. For pipe installation, manually spread embedment materials around the pipe to provide uniform bearing and side support when compacted. Do not allow materials to free -fall from heights greater than 24 inches above top of pipe. Perform placement and compaction directly against the undisturbed soils in the trench sidewalls, or against sheeting which is to remain in place. D. Do not place trench shields or shoring within height of the embedment zone unless means to maintain the density of compacted embedment material are used. If moveable supports are used in embedment zone, lift the supports incrementally to allow placement and compaction of the material against undisturbed soil. E. Place haunching material manually around the pipe and compact it to provide uniform bearing and side support. If necessary, hold small -diameter or lightweight pipe in place with sand bags or other suitable means during compaction of haunch areas and placement beside the pipe. Remove sandbags and other suitable means prior to backfilling where these items are located. F. Shovel in -place and compact embedment material using pneumatic tampers in restricted areas, and vibratory -plate compactors or engine -powered jumping jacks in unrestricted areas. Compact each lift before proceeding with placement of next lift. Water tamping and water jetting are not allowed. G. For cement stabilized backfill, vibrate with concrete vibrator to consolidate material under haunches. Use minimum two-inch diameter vibrator, vibrate backfill continuously along entire length of pipe leaving no unconsolidated lengths or areas. If compaction is required to fill all voids with cement stabilized backfill, then hand operated tampers may be used. 3.7 TRENCH ZONE BACKFILL PLACEMENT AND COMPACTION A. Place backfill for pipe or conduits and restore surface as soon as practicable. Leave only the minimum length of trench open as necessary for construction. B. Place trench zone backfill in lifts and compact by methods selected by the Contractor. Fully compact each lift before placement of the next lift. 063126003 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 7 Oct -I I 1. Cement Stabilized Backfill. a. Place in depths as shown on plans. b. Use vibratory equipment to ensure placement under the haunches of the pipe. 2. Pea Gravel a. Place in depths as shown on plans. b. Use vibratory equipment or shovel -slicing to ensure placement under the haunches of the pipe. 3. Native Material/Borrow Material a. Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding 6 inches. b. Compaction by vibratory equipment to a minimum of 95 percent of the maximum dry density determined according to ASTM D 698. Use of vibratory equipment limited as specified in paragraph 2.I.B. C. Moisture content within 2% of optimum determined according to ASTM D 698. 4. Topsoil a. Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding 6 inches. b. Compaction by steel wheel roller or by vibratory equipment to a minimum of 95 percent of the maximum dry density, except the top 12 inches where no paving is proposed shall be compacted to at least 90 percent of the maximum dry density, determined according to ASTM D 698. Use of vibratory equipment limited as specified in paragraph 2.I.B. C. Moisture content within 2% of optimum determined according to ASTM D 698. 5. Bedding Material a. Sand bedding shall be loosely placed in trench as shown on Drawings. 3.8 MANHOLES, JUNCTION BOXES, AND OTHER PIPELINE STRUCTURES A. Meet the requirements of adjoining utility installations for backfill of pipeline structures, as shown on the Drawings. 3.9 FIELD QUALITY CONTROL A. Test for material source qualifications as defined in Section 02320 -Backfill Materials for Structures. B. Provide excavation and trench safety systems at locations and to depths required for testing and retesting during construction at no additional cost to Owner. C. Tests will be performed by Contractor on a minimum of three different samples of each material type for plasticity characteristics, in accordance with ASTM D 4318, and for gradation characteristics, in accordance with Tex- 101-E and Tex-110-E. Additional classification tests will be performed whenever there is a noticeable change in material gradation or plasticity. D. At least three tests for moisture -density relationships will be performed initially for backfill materials in accordance with ASTM D 698. Additional moisture -density relationship tests will be performed whenever there is a noticeable change in material gradation or plasticity. E. In -place density tests of compacted pipe foundation, embedment and trench zone backfill soil materials will be performed according to ASTM D 1556,,or ASTM D 2922 and ASTM D 3017, and at the following frequencies and conditions. 1. A minimum of one test for every 500 linear feet of compacted trench zone backfill material for each 12 inches of backfill. 063126003 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 8 I Oct-11 E -I 2. Density tests will be distributed among the placement areas. Placement areas are: foundation, bedding, haunching, initial backfill and trench zone. 3. The number of tests will be increased if inspection determines that soil type or moisture content are not uniform or if compacting effort is variable and not considered sufficient to attain uniform density, as specified. 4. Density tests may be performed at various depths below the fill surface by pit excavation. Material in previously placed lifts may therefore be subject to acceptance/rejection. 5. Two verification tests will be performed adjacent to in -place tests showing density less than the acceptance criteria. Placement will be rejected unless both verification tests show acceptable results. 6. Recompacted placement will be retested at the same frequency as the first test series, including verification tests. F. Recondition, recompact, and retest at Contractor's expense if tests indicate Work does not meet specified compaction requirements. For hardened cement stabilized backfill with nonconforming density, core and test for compressive strength at Contractor's expense. G. Acceptability of crushed rock compaction will be determined by inspection. 3.10 DISPOSAL OF EXCESS MATERIAL A. Dispose of excess materials in accordance with requirements of Section 01576 -Waste Material Disposal END OF SECTION 02317 063126003 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 9 Oct- I I SECTION 02320 BACKFILL MATERIALS FOR STRUCTURES PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This Section of the specifications covers materials related to the backfill of structures. Included are the following: 1. "Concrete" sand. 2. Cement stabilized backfill. 3. Lean concrete backfill. 4. Native soil materials. 5. Topsoil. 6. Pea Gravel. 1.3 RELATED SECTIONS A. Section 01330 — Submittal Procedures. B. Section 01400 —Quality Requirements. C. Section 02317 — Excavation and Backfill for Structures. 1.4 DEFINITIONS A. Refer to Section 02317 — Excavation and Backfill for Structures. 1.5 REFERENCES A. ASTM C 33 - Specification for Concrete Aggregate. B. ASTM C 40 - Test Method for Organic Impurities in Fine Aggregates for Concrete. C. ASTM C 123 - Test Method for Lightweight Pieces in Aggregate. D. ASTM C 131 -Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. E. ASTM C 136 - Test Method for Sieve Analysis of Fine and Coarse Aggregates. F. ASTM C 142 - Test Method for Clay Lumps and Friable Particles in Aggregates. G. ASTM D 698 — Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft3). H. ASTM D 1140 - Test Method for Amount of Materials in Soils Finer Than No. 200 Sieve. I. ASTM D 2487 -Classification of Soils for Engineering Purposes (Unified Soil Classification System). J. ASTM D 2488 -Standard Practice for Description and Identification of Soils (Visual -Manual Procedure). K. ASTM D 4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. 063126005 BACKFILL MATERIALS FOR STRUCTURES 02320 - 1 Oct -II L. ASTM D 4643 -Method for Determination of Water (Moisture) Content of Soil by the Microwave Oven Method. M. TxDOT Tex- 101-E - Preparation of Soil and Flexible Base Materials for Testing. N. TxDOT Tex- 104-E - Test Method for Determination of Liquid Limit of Soils (Part 1) O. TxDOT Tex-106-E - Test Method - Methods of Calculating Plasticity Index of Soils. P. TxDOT Tex- 110-E - Determination of Particle Size Analysis of Soils. Q. City of Lubbock Public Works Engineering - Standard Paving Specifications, 7.10 Backfilling. 1.6 SUBMITTALS A. Conform to requirements of Section 01330 - Submittal Procedures. B. Submit a description of source, material classification and product description, production method, and application of backfill materials. C. Before stockpiling materials, submit a copy of temporary easement or approval from landowner for stockpiling backfill material on private property. D. For each delivery of material, provide a delivery ticket which includes source location. 1.7 TESTS A. Verification tests of backfill materials may be performed by the Owner, at Owner's expense; however, failing tests will be charged to the Contractor and deducted from Contractor's progress payments. PART 2 -PRODUCTS 2.1 MATERIAL DESCRIPTIONS A. "Concrete" Sand l . Coarse -grained, well -graded, sand (natural, manufactured, or a combination of both) conforming to requirements of ASTM C33. 063126005 BACKFILL MATERIALS FOR STRUCTURES 02320 - 2 Oct-11 2. Gradation shall confrm to ASTM C136 and the following limits. SIEVE PERCENT PASSING 3/8" 100 No. 4 95 to 100 No. 8 80 to 100 No. 16 50 to 85 No. 30 25 to 60 No. 50 10 to 30 No. 100 2 to 10 B. Cement Stabilized Backfill 1. Cement content 2 sack mix per cubic yard. 2. Water —to -cement ratio = .6 to 0.75 with slump not to exceed three (3) inches. 3. Maximum aggregate size shall not exceed 1.5-inch diameter for backfilling pipe sizes 48 inches and greater in diameter. 4. Maximum aggregate size shall not exceed one -inch diameter for backfilling pipe sizes less than 48 inches in diameter. C. Native Soil Material for Backfill 1. Provide backfill material that is free of stones greater than 6 inches, free of roots, waste, debris, trash, organic material, unstable material, non -soil matter, hydrocarbon or other contamination. D. Topsoil 1. Provide topsoil material that is free of stones greater than 1-inch, free of roots, waste, trash, debris, organic material, unstable material, non -soil matter, hydrocarbon or other contamination. Cultivated farm land topsoil shall be free of rocks. 2. Surface should be made clear of rock and other debris before planting in accordance with Section 02920 — Lawns and Grasses. 3. Use topsoil material salvaged under Section 02317 — Excavation and Backfill for Structures of excavated material for topsoil backfill. This material shall be set aside to prevent mixing with other excavated material. Topsoil is only required in non -paved areas. E. Gravel Embedment 1. Gravel embedment shall be free of waste, trash, debris, organic material, unstable material, or other non -gravel matter. 063126005 BACKFILL MATERIALS FOR STRUCTURES 02320 - 3 Oct-1 1 2. Gravel embedment shall be graded within the following limits: SIEVE PERCENT PASSING 1" 0 7/8" 0-2 3/4" 15-35 5/8" 55 —100 3/8" 95 —100 No. 10 99 —100 F. It is the intent that materials excavated from trench or cut and cover operations be used as backfill in the same general open cut location. There is not a specification limit on liquid limit, plastic limit or plasticity index for native materials removed from a trench and then used as backfill in that same trench. Native backfill materials shall meet the requirements of paragraph 2. LD. Where material must be imported to bring a trench to grade, then the material requirements of paragraph 2. l .F.2 shall be followed. Where cuttings or spoil from excavation operations have been mixed with carrier fluids that contain additives (such as those by Baroid Drilling Fluids, Cetco, Cross Tech, Federal Summit Drilling Fluids, Kem-Tron, Parchem, Polymer Drilling Systems, Wyo-Ben, and others), such cuttings or spoil shall be considered as unsuitable for backfill and shall not be used for backfill. Where cuttings or spoil have been mixed with water only, such cuttings or spoil may be used for backfill provided the material's water content can be satisfactorily reduced to optimum and specified compaction density can be achieved. 2.2 MATERIAL TESTING A. Ensure that material selected, produced and delivered to the project meets applicable specifications and is of sufficiently uniform properties to allow practical construction and quality control. B. Source or Supplier Qualification. Perform testing, or obtain representative tests by suppliers, for selection of material sources and products. Provide test results for a minimum of three samples for each source and material type. Tests samples of processed materials from current production representing material to be delivered. Tests shall verify that the materials meet specification requirements. Repeat qualification test procedures each time the source characteristic changes or there is a planned change in source location or supplier. Qualification tests shall include, as applicable: 1. Gradation. Complete sieve analyses shall be reported regardless of the specified control sieves. The range of sieves shall be from the largest particle through the No. 200 sieve. 2. Plasticity of material passing the No. 40 sieve. 3. Los Angeles abrasion wear of material retained on the No. 4 sieve. 4. Clay lumps. 5. Lightweight pieces 6. Organic impurities C. Production Testing. Provide reports to the Engineer from an independent testing laboratory that backfill materials to be placed in the Work meet applicable specification requirements. 063126005 BACKFILL MATERIALS FOR STRUCTURES 02320 - 4 Oct-1 I D. Assist the Engineer in obtaining material samples for verification testing at the source or at the production plant. E. Native material requires testing only when questionable material is encountered. PART 3 -EXECUTION 3.1 SOURCES A. Use of material encountered in the trench excavations is acceptable, provided applicable specification requirements are satisfied. If excavation material is not acceptable, provide from other approved source. B. Identify off -site sources for backfill materials at least 21 days ahead of intended use so that the Engineer may obtain samples for verification testing. C. Obtain approval for each material source by the Engineer before delivery is started. If sources previously approved do not produce uniform and satisfactory products, furnish materials from other approved sources. Materials may be subjected to inspection or additional verification testing after delivery. Materials which do not meet the requirements of the specifications will be rejected. Do not use material which, after approval, has become unsuitable for use due to segregation, mixing with other materials, or by contamination. Once a material is approved by the Engineer, expense for sampling and testing required to change to a different material will be at the Contractor's expense with no additional cost to the Owner. 3.2 MATERIAL HANDLING A. Establish temporary stockpile locations for practical material handling and control, and verification testing by the Engineer in advance of final placement. Obtain approval from landowner for storage of backfill material on adjacent private property. B. When stockpiling backfill material near the project site, use appropriate covers to eliminate blowing of materials into adjacent areas and prevent runoff containing sediments from entering the drainage system. C. Cement stabilized backfill and lean concrete backfill shall be consolidated upon placement by using concrete vibrators to ensure filling of voids, filling around and under haunches of pipe and filling of spaces between corrugations. Vibration shall not be applied to the utility pipe itself. D. Pea gravel shall be consolidated upon placement by using rodding or pneumatic vibratory methods. Shovel slicing shall be used as necessary to ensure filling of voids, filling around and under haunches of pipe and filling of spaces. 3.3 FIELD QUALITY CONTROL A. Quality Control 1. The Engineer may sample and test backfill at: a. Sources including borrow pits, production plants and Contractor's designated off -site stockpiles. b. On -site stockpiles. C. Materials placed in the Work. 2. The Engineer may resample material at any stage of work or location if changes in characteristics are apparent. 063126005 BACKFILL MATERIALS FOR STRUCTURES Oct -I I 02320 - 5 r 9 B. Production Verification Testing: The Owner's testing laboratory will provide verification testing on backfll materials, as directed by the Engineer. Samples may be taken at the source or at the production plant, as applicable. Contractor shall cooperate with Owner and Engineer in allowing access to materials. END OF SECTION 02320 063126005 BACKFILL MATERIALS FOR STRUCTURES 02320 - 6 Oct -I I SECTION 02349 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for the installation of carrier pipe into steel casings or tunnel liner plate at locations shown on the Drawings B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 0130 = Sewer and Manhole Testing 1.2 REFERENCES A. Definitions 1. Carrier Pipe: Permanent pipe for operational use that is used to convey flows 2. Casing: A steel pipe or tunnel liner installed by trenchless methods that supports the ground and provides a stable underground excavation for installation of the carrier pipe B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Testing and Materials (ASTM) a. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. b. C109, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-in or [50 mm] Cube Specimens). c. D638, Standard Test Method for Tensile Properties of Plastics. 3. International Organization for Standardization (ISO): a. 9001, Quality Management Systems - Requirements. 4. Occupational Safety and Health Administration (OSHA) a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavation. 1.3 SUBMITTALS A. Submittals shall be in accordance with Section 01330. B. All submittals shall be approved by the Engineer or the City prior to delivery. 063126005 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 02349 - i Oct-11 1.4 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Casing Isolators/Spacers a. Material Data 2. Grout Mix a. Material Data B. Shop Drawings 1. Required for 16-inch and larger pipe installations 2. Submit Work Plan describing the carrier pipe installation equipment, materials and construction methods to be employed. 3. Casing Spacers/Isolators a. Detail drawings and manufacturer's information for the casing isolators/spacers that will be used. 1) Include dimension and component materials and documentation of manufacturer's ISO 9001:2000 certification. b. Alternatives to casing spacers/isolators may be allowed by the City on a case - by -case basis. c. For consideration of alternate method, submit a detailed description of method including details. 4. End seal or bulkhead designs and locations for casing/liners. Annular Space (between casing pipe and casing/tunnel liner plate) Grouting Work Plan and Methods including: a. Grouting methods b. Details of equipment c. Grouting procedures and sequences including: 1) Injection methods 2) Injection pressures 3) Monitoring and recording equipment 4) Pressure gauge calibration data 5) Materials d. Grout mix details including: 1) Proportions 2) Admixtures including: a) Manufacturer's literature b) Laboratory test data verifying the strength of the proposed grout mix c) Proposed grout densities d) Viscosity e) Initial set time of grout (1) Data for these requirements shall be derived from trial batches from an approved testing laboratory. e. Submit a minimum of 3 other similar projects where the proposed grout mix design was used. f. Submit anticipated volumes of grout to be pumped for each application and reach grouted. g. For pipe installations greater than 36-inches, without hold down jacks or a restrained spacer, provide buoyant force calculations during grouting and measures to prevent flotation. 1...' 063126005 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 02349 - 2 Oct-11 1) Calculations sealed by a licensed Engineer in the State of Texas. h. Description of methods and devices to prevent buckling of carrier pipe during grouting of annular space, if required 1.5 QUALITY ASSURANCE A. Certifications 1. Casing isolator/spacer manufacturer shall be certified against the provisions of IS09001:2000. PART2- PRODUCTS 2.1 MATERIALS A. Manufacturers 1. The water line shall be new and the Casing Spacers/Isolators shall be new and the product of a manufacturer regularly engaged in the manufacturing of casing spacers/isolators. B. Design Criteria and Materials 1. Carrier pipe shall be installed within the horizontal and vertical tolerances as indicated in PART 3 of this Specification, incorporating all support/insulator dimensions required. Diameter Specification inches Material Reference Waste Water 54-inch Fiberglass 02660 Line 2. Grout of annular space a. For gravity sewer carrier pipe installation: 1) Fill all voids between the carrier pipe and the casing or liner with grout. 2) All exterior carrier pipe surfaces and all interior casing or liner surfaces shall be in contact with the grout. b. For water line installation: 1) No annular space fill will be used. 3. Grout Mixes a. Low Density Cellular Grout (LDCC) 1) Annular space (between sewer carrier pipe and casing/liner) grout shall be LDCC. 2) The LDCC shall be portland cement based grout mix with the addition of a foaming agent designed for this application. 3) Develop 1 or more grout mixes designed to completely fill the annular space based on the following requirements: a) Provide adequate retardation to completely fill the annular space in 1 monolithic pour. b) Provide less than 1 percent shrinkage by volume. c) Compressive Strength (1) Minimum strength of 10 psi in 24 hours, 50 psi in 28 days. d) Design grout mix with the proper density and use proper methods to prevent floating of the carrier pipe. 063126005 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 02349 - 3 Oct-i l e) Proportion grout to flow and to completely fill all voids between the carrier pipe and the casing or liner. 4. End Seals a. Provide end seals at each end of the casing or liner to contain the grout backfill or to close the casing/liner ends to prevent the inflow of water or soil. 1) For water piping less than 24-inch diameter, use hard rubber seals, Model PL Link Seal as manufactured by the Thunderline Corporation or approved equal. 2) For water piping 24-inch diameter and greater, use pull -on, 1/8 inch thick, synthetic rubber end seals, Model C, as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. 3) For sewer piping, no end seals are required since the annular space between the carrier pipe and the casing will be grouted. b. Design end seals to withstand the anticipated soil or grouting pressure and be watertight to prevent groundwater from entering the casing. 5. Casing Spacers/Insulators a. Provide casing spacers/insulators to support the carrier pipe during installation and grouting (where grout is used). b. Casing Spacers/Isolators material and properties: 1) Shall be minimum 14 gage 2) For water pipe, utilize Stainless Steel. 3) For sewer pipe, utilize Coated Steel. 4) Suitable for supporting weight of carrier pipe without deformation or collapse during installation c. Provide restrained -style casing spacers to hold all pipes stable during grouting operations and prevent floating or movement. d. Provide dielectric strength sufficient to electrically isolate each component from one another and from the casing. e. Design risers for appropriate loads, and, as a minimum: 1) Provide 10 gage steel risers a) Provide stainless steel bands and risers for water installations. f. Band material and criteria 1) Provide polyvinyl chloride inner liner with: a) Minimum thickness of 0.09 inches b) Durometer "A" of 85-90 hardness c) Minimum dielectric strength of 58,000 volts g. Runner material and criteria 1) Provide pressure -molded glass reinforced polymer or UHMW with: a) Minimum of 2 inches in width and a minimum of 11 inches in length. 2) . Attach to the band or riser with 3/8 inch minimum welded steel or stainless steel studs. 3) Runner studs and nuts shall be recessed well below the wearing surface of the runner a) File recess with a corrosion inhibiting filler. h. Riser height 1) Provide sufficient height with attached runner allow a minimum clearance of 2 inches between the outside of carrier pipe bells or couplings and the inside of the casing liner surface. 063126005 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 02349 - 4 Oct-11 PART 3 - EXECUTION 3.1 INSTALLATION A. General 1. Carrier pipe installation shall not begin until the following tasks have been completed: a. All required submittals have been provided, reviewed and accepted. b. All casing/liner joints are watertight and no water is entering casing or liner from any sources. c. All contact grouting is complete. d. Casing/liner alignment record drawings have been submitted and accepted by Engineer to document deviations due to casing/liner installation. e. Site safety representative has prepared a code of safe practices and an emergency plan in accordance with applicable requirements. 2. The carrier pipe shall be installed within the casings or liners between the limits indicated on the Drawings, to the specified lines and grades and utilizing methods which include due regard for safety of workers, adjacent structures and improvements, utilities and the public. B. Control of Line and Grade 1. Install Carrier pipe inside the steel casing within the following tolerances: a. Horizontal 1) f 2 inches from design line b. Vertical 1) f 1 inch from design grade 2. Check line and grade set up prior to beginning carrier pipe installation. 3. Perform survey checks of line -and -grade of carrier pipe during installation operations. 4. The Contractor is fully responsible for the accuracy of the installation and the correction of it, as required. a. Where the carrier pipe installation does not satisfy the specified tolerances, correct the installation, including if necessary, redesign of the pipe or structures at no additional cost to City. C. Installation of Carrier Pipe 1. Pipe Installation a. Remove all loose soil from casing or liner. b. Grind smooth all rough welds at casing joints. 2. Installation of Casing Spacers a. Provide casing spacers, insulators or other approved devices to prevent flotation, movement or damage to the pipe during installation and grout backfill placement. b. Assemble and securely fasten casing spacers to the pipeline to be installed in casings or tunnels. c. Correctly assemble, evenly tighten and prevent damage during tightening of the insulators and pipe insertion. d. Install spacers in accordance with manufacturer's recommendations. e. Install carrier pipe so that there is no metallic contact between the carrier pipe and the casing. 063126005 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 02349 - 5 Oct -I 1 f. Carrier pipe shall be installed without sliding or dragging it on the ground or in the casing/liner in a manner that could damage the pipe or coatings. 1) If guide rails are allowed, place cement mortar on both sides of the rails. g. Coat the casing spacer runners with a non-corrosive/environmentally safe lubricant to minimize friction when installing the carrier pipe. h. The carrier pipe shall be electrically isolated from the carrier pipe and from the casing. i. Grade the bottom of the trench adjacent to each end of the casing to provide a firm, uniform and continuous support for the pipe. If the trench requires some backfill to establish the final trench bottom grade, place the backfill material in 6-inch lifts and compact each layer. j. After the casing or tunnel liner has been placed, pump dry and maintain dry until the casing spacers and end seals are installed. 3. Insulator Spacing a. Maximum distance between spacers is to be 6 feet. b. For ductile -iron pipe, flanged pipe or bell and spigot pipe, install spacers within 1 foot on each side of the bell or flange and 1 in the center of the joint where 18 foot or 20 foot long joints are used. c. If the casing or pipe is angled or bent, reduce the spacing. d. The end spacer must be within 6 inches of the end of the casing pipe, regardless of size of casing and pipe or type of spacer used. e. Install spacers on PVC pipe at the insertion line to prevent over -insertion of the spigot into the bell. 4. After installation of the carrier pipe: a. Mortar inside and outside of the joints, as applicable b. Verify electrical discontinuity between the water carrier pipe and tunnel liner. c. If hold down jacks or casing spacers are used, seal or plug the ends of the casing. d. If steel pipe is used and not welded prior to installation in casing/liner, welding of pipe will only be allowed after grouting of annular space is complete. D. Installation of End Seals 1. For Water Pipes 2. For Sewer Pipes a. Grout annular space between carrier pipe and casing as indicated in this Specification. E. Annular Space Grouting (For Sewer Only) 1. Prepare pipe as necessary to prevent the pipe from floating during grouting operation as necessary. 2. Mixing of Grout a. Mix material in equipment of sufficient size to provide the desired amount of grout material for each stage in a single operation. 1) The equipment shall be capable of mixing the grout at the required densities for the approved procedure and shall be capable of changing the densities as required by field conditions. 3. Backfill Annular Space with Grout a. Prior to filling of the annular space, test the carrier pipe in accordance with Section 03360. -' 063126005 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 02349 - 6 Oct -I I b. Verify the maximum allowable pressure with the carrier pipe manufacturer and do not exceed this pressure. c. After the installation of the carrier pipe, the remaining space (all voids) between the casing/liner and the carrier shall be filled with LDCC grout. 1) All surfaces of the exterior carrier pipe wall and casing/liner interior shall be in contact with the grout. 2) Grout shall be pumped through a pipe or hose. 3) Use grout pipes, or other appropriate materials, to avoid damage to carrier pipe during grouting. 4. Injection of LDCC Grout a. Grout injection pressure shall not exceed the carrier pipe manufacturer's approved recommendations or 5 psi (whichever is lower). b. Pumping equipment shall be of a size sufficient to inject grout at a volume, velocity and pressure compatible with the size/volume of the annular space. c. Once grouting operations begin, grouting shall proceed uninterrupted, unless grouting procedures require multiple stages. d. Grout placements shall not be terminated until the estimated annular volume of grout has been injected. 5. Block the carrier pipe during grouting to prevent flotation during grout installation. 6. Protect and preserve the interior surfaces of the casing from damage. 3.2 FIELD [oR] SITE QUALITY CONTROL A. Reports and Records required for pipe installations greater than 48-inches and longer than 350 feet 1. Maintain and submit daily logs of grouting operations. a. Include: 1) Grouting locations 2) Pressures 3) Volumes 4) Grout mix pumped 5) Time of pumping 2. Note any problems or unusual observations on logs. B. Grout Strength Tests 1. Submit test results for 24-hour and 28-day compressive strength tests for the cylinder molds or grout cubes obtained during grouting operations. 2. Perform field sampling during annular space grouting. a. Collect at least 1 set of 4 cylinder molds or grout cubes for each 100 cubic yards of grout injected but not less than 1 set for each grouting shift. b. Perform 24-hour and 28-day compressive strength tests per ASTM C39 (cylindrical specimens) or ASTM C109 (cube specimens). c. Remaining samples shall be tested as directed by City. C. Safety 1. The Contractor is responsible for safety on the job site. a. Perform all Work in accordance with the current applicable regulations of the Federal, State and local agencies. b. In the event of conflict, comply with the more restrictive applicable requirement. 063126005 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 02349 - 7 Oct-1 I 2. No gasoline powered equipment shall be permitted in jacking shafts and receiving shafts/pits. a. Diesel, electrical, hydraulic and air powered equipment is acceptable, subject to applicable local, State and Federal regulations. 3. Methods of construction shall be such as to ensure the safety of the Work, Contractor's and other employees on site and the public. 4. Furnish and operate a temporary ventilation system in accordance with applicable safety requirements when personnel are underground. a. Perform all required air and gas monitoring. b. Ventilation system shall provide a sufficient supply of fresh air and maintain an atmosphere free of toxic or flammable gasses in all underground work areas. 5. Perform all Work in accordance with all current applicable regulations and safety requirements of the federal, state and local agencies. a. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavations. b. In the event of conflict, comply with the more stringent requirements. 6. If personnel will enter the pipe during construction, the Contractor shall develop an emergency response plan for rescuing personnel trapped underground in a shaft excavation or pipe. a. Keep on -site all equipment required for emergency response in accordance with the agency having jurisdiction END OF SECTION 02349 063126005 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 02349 - 8 Oct -II SECTION 02605 FIBERGLASS MANHOLES PART1- GENERAL I"IE M1Y_lli - 4 A. Section Includes: 1. Glass -Fiber -Reinforced Polyester (Fiberglass) Sanitary Sewer Manholes B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03300 — Cast -in -Place Concrete 4. Section 02730 — Sewer and Manhole Testing 5. Section 02225 — Utility Trench Excavation, Embedment and Backfill 1.2 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. ASTM A307 — Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. b. ASTM A615 — Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement. c. ASTM C76 — Standard Specification for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe. d. ASTM C270 — Standard Specification for Mortar for Unit Masonry. e. ASTM C478 — Standard Specification for Precast Reinforced Concrete Manhole Sections. f. ASTM C923 — Standard Specification for Resilient Connectors Between Reinforced Concrete Manholes Structures, Pipes, and Laterals. g. ASTM C 1107 — Standard Specification for Packaged Dry, Hydraulic -Cement Grout (Non -Shrink). h. ASTM C 1244 — Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test Prior to Backfill. i. ASTM C1628 - Standard Specification for Joints for Concrete Gravity Flow Sewer Pipe, Using Rubber Gaskets. j. ASTM D698 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN- m/m3)) k. ASTM D2996 — Standard Specification for Filament -Wound Fiberglass (Glass -Fiber -Reinforced Thermosetting -Resin) Pipe. 063126005 FIBERGLASS MANHOLES 02605 - 1 Oct -II 1. ASTM D2997 — Standard Specification for Centrifugally -Cast Fiberglass (Glass -Fiber -Reinforced Thermosetting -Resin) Pipe. in. ASTM D3753 — Standard Specification for Glass -Fiber -Reinforced Polyester Manholes and Wetwells. n. ASTM D4258 — Standard Practice for Surface Cleaning of Concrete. o. ASTM D4259 — Standard Practice for Abrading Concrete. 1.3 SUBMITTALS A. Submittals shall be in accordance with Section 01330. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.4 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Design and fabrication details of Fiberglass Manhole components 2. Installation instructions for Fiberglass Manholes 3. Drop connection materials 4. Pipe connections at manhole walls 5. Materials for stubs and stub plugs, if applicable 6. Grade ring materials 7. External coating materials 8. Plugs for hydrostatic testing 1.5 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. PART2- PRODUCTS 2.1 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Materials 1. Fiberglass Manholes a. Provide Prefabricated Fiberglass Manholes conforming in shape, size, l dimensions and details shown in the Drawings. b. Unless modified in the Drawings, use manhole sections conforming to ASTM D3753. c. Mark date of manufacture and name or trademark of manufacturer in 1 inch tall stenciled letters on the inside of the barrel. .k d. Unless larger size is required, provide 48-inch diameter barrel. e. Provide wall section thickness for depth of manhole according to ASTM D3753, but not less than 0.48 inches in thickness. £ Provide fabricated reducer bonded at factory to form 1 continuous unit at top of manhole barrel to accept concrete grade rings and cast iron frame and cover. 1) Reducer design shall be of sufficient strength to safely support HS-20 loading in accordance with AASHTO. 2. Lifting Devices a. Manhole bases may be furnished with lift lugs or lift holes. -` 063126005 FIBERGLASS MANHOLES 02605 - 2 Oct-11 b. If lift lugs are provided, place 180 degrees apart. c. If lift holes are provided, place 180 degrees apart and grout during manhole installation. 3. Pipe Connections a. Conform to ASTM C923 or ASTM C1628. PART 3 - EXECUTION 3.1 EXAlYIINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.2 PREPARATION A. Foundation Preparation 1. Excavate 8 inches below manhole foundation. 2. Replace excavated soil with course aggregate; creating a stable base for the manhole to be constructed on. a. If soil conditions or ground water prevent use of course aggregate base a 2-inch mud slab may be substituted. 3.3 INSTALLATION A. General 1. Manhole a. Construct manhole to dimensions shown on Drawings. b. Lower manhole barrel onto base section. c. Seal with manufacturer's gasket or approved sealant. d. Wrap joint with external sealing material a minimum of 12 inches in width. e. Where cast -in -place base is used, support manhole barrel in place and brace it from sides of excavation to prevent any movement of barrel during concrete placement and while concrete is setting. 1) Provide minimum clearance between reinforcing steel and manhole barrel bottom as shown on Drawings. 2) Do not support manhole barrel on reinforcing steel. 3) Place bead of water swelling sealant around inside of barrel near bottom, as shown on Drawings, to form seal. 2. Pipe connections at Manhole a. Construct pipe stubs for future connections at locations and with materials indicated on Drawings. 1) Install stub plugs at interior of manhole and wood or plastic bulkhead at the end of the stub. b. Cut manhole barrel for pipe penetrations following curvature of pipe and with maximum of 1-inch clearance. 1) Seal cut edges with resin. 2) Hole may be circular or cutout with semi -circular top, which extends to bottom of barrel. c. Place continuous bead of water swelling sealant, as shown on Drawings, around pipe penetrations on interior of manhole barrel. 063126005 FIBERGLASS MANHOLES 02605 - 3 Oct-11 1) Roughen surface of fiberglass prior to placement to improve bond with sealant. 2) Allow sealant to completely cure before placing concrete against it. 3) Test connections for watertight seal before backfilling. 3. Invert a. For direction changes of mains, construct channels tangent to mains with maximum possible radius of curvature. 1) Provide curves for side inlets. 4. Drop Manhole Connection a. Install drop connection when sewer line enters manhole higher than 24 inches above the invert. b. At drop pipe connections through fiberglass barrel, cut circular hole sized to requirements of manufactured connector. 1) Seal cut edge with resin. 2) Install watertight connector according to manufacturer's recommendations. 5. Final Rim Elevation a. Install concrete grade rings for height adjustment. 1) Construct grade ring on load bearing shoulder of manhole. 2) Use sealant between rings as shown on Drawings. b. Set frame on top of manhole or grade rings using continuous water sealant. c. Remove debris, stones and dirt to ensure a watertight seal. d. Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. 3.4 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Perform testing in accordance with Section 02730. END OF SECTION 02605 063126005 FIBERGLASS MANHOLES 02605 - 4 Oct-11 SECTION 02610 TUNNEL LINER PLATE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Minimum requirements for manufacturing, furnishing and transporting Tunnel Liner Plate to be used for excavation support as installed By Other than Open Cut at the locations shown on the Drawings B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 02310 — Hand Tunneling 4. Section 02349 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 1.2 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO) a. HB-17, Standard Specifications for Highway Bridges, Section 16. b. M 190, Bituminous -Coated Corrugated Metal Culvert Pipe and Pipe Arches. 3. ASTM International (ASTM): a. A123, Standard Specification for Zinc (Hot- Dip Galvanized) Coating on Iron and Steel Products. b. A153, Standard Specification for Zinc Coating (Hot Dip) on Iron and Steel Hardware. c. Al011, Standard Specification for Steel, Sheet and Strip, Hot -Rolled, Carbon, Structural, High -Strength Low -Alloy and High -Strength Los -Alloy with Improved Formability, and Ultra -High Strength. 1.3 SUBMITTALS A. Submittals shall be in accordance with Section 01330. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.4 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Tunnel Liner Plate and fasteners a. Material data 2. Exterior Coating 063126005 TUNNEL LINER PLATE 02610 - 1 Oct-11 a. Material data b. Field touch-up procedures 3. Grout Mix a. Material data B. Shop Drawings 1. Submit calculations for the design of the Tunnel Liner Plate sealed by a Licensed Engineer in the State of Texas. 2. Detailed plan for grouting the void space on the exterior of the Tunnel Liner Plate 3. Grout coupling location and spacing 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver, handle and store Tunnel Liner Plate in accordance with the Manufacturer's recommendations to protect coating systems. PART 2 - PRODUCTS [NOT USED] 2.1 MATERIALS A. Design Criteria 1. Manufacturer to design Tunnel Liner Plate in accordance with the methods and criteria as specified in AASHTO HB-17. a. Soil parameters shall be determined by the Tunnel Liner Plate Manufacturer. b. Allow a maximum deflection of 3 percent. c. Thickness of the Tunnel Liner Plate specified herein is the minimum acceptable and shall be increased as necessary to obtain adequate joint strength, stiffness, buckling strength and resistance to deflection. B. Materials 1. Tunnel Liner Plate a. Provide new, corrugated metal Tunnel Liner Plates made from steel sheets conforming to the requirements of ASTM A1011. 1) Sanitary Sewer carrier pipe a) Galvanized (1) Plate to be galvanized with zinc coating in accordance with ASTM A123 with the following exception: (a) Zinc shall be applied at a rate of 2.0 ounces per square foot on each side. 2) Tunnel Liner Plates and fasteners shall comply with the requirements of AASHTO HB-17. 3) Liner plates shall be punched for bolting on both longitudinal and circumferential seams and fabricated to permit complete erection from the inside of the tunnel. 4) Bolts and nuts shall be galvanized to conform to ASTM A153. 5) Where groundwater is encountered gasketed liner plates shall be used. 6) Plates shall be of uniform fabrication and those intended for 1 size tunnel shall be interchangeable. 7) Field welding of Tunnel Liner Plate, including grout couplings shall not be allowed. 063126005 TUNNEL LINER PLATE 02610 - 2 Oct-11 8) The material used for the construction of these plates shall be new, unused and suitable for the purpose intended. 9) Minimum thickness of Tunnel Liner Plate shall be as follows: 2-Flanged Liner 4-Flanged Liner Tunnel Plate Thickness Plate Thickness Diameter (gauge) _____(gauge) inches Bury Depth: 20 feet — 25 feet 2. Casing Insulators a. Casing insulators shall be used for this project in accordance with Section 02349. PART 3 - EXECUTION 3.1 INSTALLATION A. Tunnel Liner Plate shall be installed in accordance with appropriate portions of Section 02310. B. Carrier pipe shall be installed inside Tunnel Liner Plate in accordance with Section 02349. C. Contact grouting of the annulus outside the Tunnel Liner Plate shall be performed in accordance with Section 03360. END OF SECTION 02610 063126005 TUNNEL LINER PLATE 02610 - 3 Oct-11 SECTION 02611 STEEL CASING PIPE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Minimum requirements for manufacturing, furnishing and transporting Steel Casing Pipe to be installed by Open Cut or By Other than Open Cut at the locations shown on the Drawings B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 02225 — Utility Trench Excavation, Embedment and Backfill 4. Section 02310 -Hand Tunneling 5. Section 02349 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 1.2 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. A139, Standard Specification for Electric -Fusion (Arc) -Welded Steel Pipe (NPS Sizes 4 and Over). 3. American Water Works Association (AWWA): a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied. 1.3 SUBMITTALS A. Submittals shall be in accordance with Section 01330. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.4 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Exterior Coating a. Material data b. Field touch-up procedures 2. Interior Coating a. Material data b. Field touch-up procedures -- 063126005 STEEL CASING PIPE 02611 - 1 Oct-11 B. Shop Drawings 1. No shop drawings required for Auger Boring 2. For Tunneling, provide the following: a. Furnish details for Steel Casing Pipe outlining the following: 1) Grouttlubrication ports 2) Joint details 3) Other miscellaneous items for furnishing and fabricating pipe b. Submit calculations in a neat, legible format that is sealed by a Licensed Professional Engineer in Texas, consistent with the information provided in the geotechnical report, and includes: 1) Calculations confirming that pipe jacking capacity is adequate to resist the anticipated jacking loads for each crossing with a minimum factor of safety of 2 2) Calculations confirming that pipe capacity is adequate to safely support all other anticipated loads, including earth and groundwater pressures, surcharge loads, and handling loads 3) Calculations confirming that jointing method will support all loading conditions 1.5 DELIVERY, STORAGE, AND HANDLING A. Delivery, Handling, and Storage 1. Prior to delivery of the pipe, end/intemal bracing shall be furnished and installed, as recommended by the manufacturer, for protection during shipping and storage. 2. Deliver, handle and store pipe in accordance with the Manufacturer's recommendations to protect coating systems. PART 2 - PRODUCTS 2.1 MATERIALS A. Design Criteria 1. The Contractor is fully responsible for the design of Steel Casing Pipe that meets or exceeds the design requirements of this Specification and that is specifically designed for installation by the intended trenchless method. 2. For Steel Casing Pipe utilized for tunneling projects, consider the following: a. Design of the casing pipe shall account for all installation and service loads including: 1) Jacking loads 2) External groundwater and earth loads 3) Traffic loads 4) Practical consideration for handling, shipping and other construction operations 5) Any other live or dead loads reasonably anticipated b. Design shall be sealed and signed by a registered Professional Engineer licensed in the State of Texas. c. The allowable jacking capacity shall not exceed 50 percent of the minimum steel yield stress. d. Steel Casing Pipe shall have a minimum wall thickness as follows: 063126005 STEEL CASING PIPE 02611 - 2 Oct-11 Casing Pipe Diameter inches Minimum Wall Thickness inches) 78 .6875 11/16 3. Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently install the required carrier pipe with casing spacers as required in Section 02349. a. Allowable casing diameters are shown on the Drawings for each crossing. 4. Furnish in lengths that are compatible with Contractor's shaft sizes and allowable work areas. 5. Random segments of pipe will not be permitted for straight runs of casing. a. Closing piece segments, however, shall be acceptable. 6. When required by installation method, provide grout/lubricant ports along the pipe at intervals of 10 feet or less. a. Ports and fittings shall be attached to the pipe in a manner that will not materially affect the strength of the pipe nor interfere with installation of carrier pipe- b. Plugs for sealing the fittings shall be provided by the Contractor and shall be capable of withstanding all external and internal pressures and loads without leaking. B. Materials 1. Provide new, smooth -wall, carbon steel pipe conforming to ASTM A139, Grade B. 2. Dimensional Tolerances a. Furnishing and installing Steel Casing Pipe with dimensional tolerances that are compatible with performance requirements and proposed installation methods that meet or exceed the specific requirements below: 1) Minimum wall thickness at any point shall be at least 87.5 percent of the nominal wall thickness. 2) Outside circumference within 1.0 percent or 3/4 inch of the nominal circumference, whichever is less. 3) Outside diameter of the pipe shall be within 1/8 inch of the nominal outside diameter. 4) Roundness such that the difference between the major and minor outside diameters shall not exceed 0.5 percent of the specified nominal outside diameter or 1/4 inch, whichever is less. 5) Maximum allowable straightness deviation of 1/8 inch in any 10-foot length. 3. All steel pipe shall have square ends. a. The ends of pipe sections shall not vary by more than 1/8 inch at any point from a true plane perpendicular to the axis of the pipe and passing through the center of the pipe at the end. b. When pipe ends have to be beveled for welding, the ends shall be beveled on the outside to an angle of 35 degrees with a tolerance of f 2%s degrees and with a width of root face 1/16 inch + 1/32 inch. 4. Steel Casing Pipe shall be fabricated with longitudinal weld seams. a. All girth weld seams shall be ground flush. C. Finishes 063126005 STEEL CASING PIPE 02611 - 3 Oct-11 1. Provide inside and outside of Steel Casing Pipe with a coal -tar protective coating in accordance with the requirements of AWWA C203. a. Touch up after field welds shall provide coating equal to those specified above. PART 3 - EXECUTION 3.1 INSTALLATION A. Install Steel Casing Pipe for By Other than Open Cut in accordance with Section 02310. Install Steel Casing Pipe for Open Cut in accordance with Section 02225. 1. Steel Casing Pipe connections shall be achieved by full penetration field butt welding or an integral machine press -fit connection (Permalok or equal) prior to installation of the pipe, depending on the type of carrier pipe. 2. Allowable joint types for each crossing are shown on the Drawings. 3. Field butt welding a square end piece of steel pipe to a 35 degree beveled end of steel pipe is acceptable. 4. Integral machined press -fit connections shall be installed in accordance with the manufacturer's installation procedures and recommendations. B. Carrier pipe shall be installed inside Steel Casing Pipe in accordance with Section 02349. C. Contact grouting of the annulus outside the casing pipe shall be performed in accordance with Section 02310. END OF SECTION 02611 063126005 STEEL CASING PIPE 02611 - 4 Oct -II SECTION 02660 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWER PART1- GENERAL ` 1.1 SUMMARY A. Section Includes: 1. Fiberglass Reinforced pipe 18-inch and larger for gravity sanitary sewer applications B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 02730 — Sewer and Manhole Testing 4. Section 02763 — Closed Circuit Television (CCTV) Inspection 5. Section 02225 — Utility Trench Excavation, Embedment and Backfill 1.2 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. D3236, Standard Test Method for Apparent Viscoscity of Hot Melt Adhesives and Coating Materials. b. D3262, Standard Specification for "Fiberglass" (Glass -Fiber -Reinforced Thermosetting -Resin) Sewer Pipe. c. D3681, Standard Test Method for Chemical Resistance of "Fiberglass" (Glass - Fiber -Reinforced Thermosetting -Resin) Pipe in a Deflected Condition. d. D4161, Standard Specification for "Fiberglass" (Glass -Fiber -Reinforced Thermosetting -Resin) Pipe Joints Using Flexible Elastomeric Seals. e. F477, Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. 1.3 SUBMITTALS A. Submittals shall be in accordance with Section 01330. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.4 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Manufacturer 2. Manufacturer Number (identifies factory, location, and date manufactured.) 3. Nominal Diameter 063126005 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS 02660 - 1 Oct-11 4. Beam load 5. Laying lengths 6. ASTM designation B. Shop Drawings 1. Pipe details 2. Joint details 3. Miscellaneous items to be furnished and fabricated for the pipe 4. Dimensions 5. Tolerances 6. Wall thickness 7. Properties and strengths 8. Pipe calculations a. Calculations confirming the pipe will handle anticipated loading signed and sealed by a Licensed Professional Engineer in Texas C. Certificates 1. Furnish an affidavit certifying that all Fiberglass Reinforced Pipe meets the provisions of this Section and has been tested and meets the requirements of ASTM D3262. 1.5 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size per project. b. Pipe manufacturing operations shall be performed under the control of the manufacturer. c. All pipe furnished shall be in conformance with this specification and ASTM D3262. 1.6 DELIVERY, STORAGE, AND HANDLING A. Delivery 1. Provide adequate strutting during transport to prevent damage to the pipe, fittings and appurtenances. B. Storage and Handling Requirements 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's guidelines. Only the pipe and fittings that will be installed during a single work day will be allowed to be stored within the barricaded work area. 063126005 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS 02660 - 2 Oct-11 PART2- PRODUCTS 2.1 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Performance / Design Criteria 1. Pipe a. Design in accordance with ASTM D3262 b. Design pipe for service loads that include: 1) External groundwater and earth loads 2) Jacking/pushing loads a) The allowable jacking/pushing capacity shall not exceed 40 percent of the ultimate compressive strength or the maximum allowable compressive strength recommended by the manufacturer, whichever is less. 3) Traffic loads 4) Practical considerations for handling, shipping and other construction operations c. Design is to be conducted under the supervision of a Professional Engineer licensed in the State of Texas, who shall seal and sign the design. d. Standard lay length of 20 feet, except for special fittings or closure pieces necessary to comply with the Drawings. e. Stiffness class that satisfies design requirement on the Drawings, but not less than 46 psi when used in direct bury operations. f. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. g. In no case shall pipe be installed deeper than its design allows. h. Identification markings on each joint of pipe as follows: 1) Nominal pipe diameter 2) Beam Load 3) Company, plant and date of manufacture 4) ASTM designation 2. Dimensional Tolerances a. Inside diameter 1) Pipe shall not vary more than 1/8 inch from the nominal inside diameter. b. Roundness 1) The difference between the major and minor outside diameters shall not exceed 0.1 percent of the nominal outside or %a inch, whichever is less. c. Wall thickness 1) Provide minimum single point thickness no less than 98 percent of stated design thickness. d. End Squareness 1) Provide pipe ends square to pipe axis with maximum tolerance of 1/8 inch. e. Fittings 1) Provide tolerance of angle of elbow and angle between main and leg of wye or tee to f2 degrees. 2) Provide tolerance of laying length of fitting to f2 inches. ---` 063126005 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS 02660 - 3 Oct-11 B. Materials 1. Resin Systems a. Only use polyester resin system with proven history of performance in this particular application. 2. Glass Reinforcements a. Use reinforcing glass fibers of highest quality commercial grade E-glass filaments with binder and sizing compatible with impregnated resins to manufacture components. 3. Fillers a. Silica sand or other suitable materials may be used. b. Use 98 percent silica with maximum moisture contest of 0.2 percent. 4. Additives a. Resin additives, such as curing agents, pigments, dyes, fillers, thixotropic agents, etc., when used, shall not detrimentally affect the performance of the product. 5. Internal liner resin a. Suitable for service as sewer pipe b. Highly resistant to exposure to sulfuric acid c. Produced by biological activity from hydrogen sulfide gases d. Meet or exceed requirements of ASTM D3681 6. Gaskets a. Supply from approved gasket manufacturer in accordance with ASTM F477 and suitable for service intended. b. Affix gaskets to pipe by means of suitable adhesive or install in a manner so as to prevent gasket from rolling out of pre-cut groove in pipe or sleeve coupling. c. Provide the following gaskets in potentially contaminated areas. 1) Petroleum (diesel, gasoline) — Viton 2) Other contaminants — Manufacturer recommendation 7. Couplings a. Field connect pipe with fiberglass sleeve couplings that utilize elastomeric sealing gaskets as sole means to maintain joint water tightness. 8. Joints a. Joints must meet requirements of ASTM D4161. 9. Pipe markings shall meet the minimum requirements of ASTM D3236. Minimum pipe markings shall be as follows: a. Manufacturer b. Manufacturer Number (identifies factory, location, date manufactured, shift and sequence) c. Nominal diameter U) d. Beam load e. Laying length f. ASTM designation 1 10. Connections a. Use only manufactured fittings. 1 063126005 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS 02660 - 4 Oct-11 PART 3 - EXECUTION 3.1 INSTALLATION A. General 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in Section 02225 and in accordance with the pipe manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with Section 02225. 4. Embed pipe in accordance with Section 02225. 5. For installation of carrier pipe within casing, see Section 02349. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and rejector repair any damaged pipe prior to lowering into the trench. b. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Pipe Joint Installation a. Clean dirt and foreign material from the gasketed socket and the spigot end. b. Assemble pipe joint by sliding the lubricated spigot end into the gasketed bell end to the reference mark. c. Install such that identification marking on each joint are oriented upward toward the trench opening. d. When making connection to manhole, use an elastomeric seal or flexible boot to facilitate a seal. 3.2 FIELD [oR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Closed Circuit Television (CCTV) Inspection a. Provide a CCTV inspection in accordance with Section 02763. 2. Air Test and Deflection (Mandrel) Test a. Perform test in accordance with Section 02730. - 063126005 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS 02660 - 5 Oct-11 SECTION 02730 SEWER AND MANHOLE TESTING PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing for sanitary sewer pipe and manholes prior to placing in service a. Low Pressure Air Test and Deflection (Mandrel) Test 1) Excludes pipe with flow 2) Hydrostatic Testing is not allowed. b. Vacuum Testing for sanitary sewer manholes 2. Before any newly constructed sanitary sewer pipe and manholes are placed into service it shall be cleaned and tested. 3. Pipe testing will include low pressure air test and deflection (mandrel) test for 36- inch pipe and smaller. 4. Hydrostatic testing is not allowed. 5. Manhole testing will include vacuum test. B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements and Contract Information 2. Division 1 — General Requirements 1.2 SUBMITTALS A. Submittals shall be in accordance with Section 01330. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.3 CLOSEOUT SUBMITTALS A. Test and Evaluation Reports 1. All test reports generated during testing (pass and fail) 1.4 QUALITY ASSURANCE A. Certifications 1. Mandrel Equipment a. If requested by City, provide Quality Assurance certification that the equipment used has been designed and manufactured in accordance to the required specifications. 063126005 SEWER AND MANHOLE TESTING 02730 - 1 Oct -II PART2- PRODUCTS Not Used PART 3 - EXECUTION 3.1 PREPARATION A. Low Pressure Air Test (Pipe) 1. Clean the sewer main before testing, as outlined in this Specification. 2. Plug ends of all branches, laterals, tees, wyes, and stubs to be included in test. B. Deflection (mandrel) test (Pipe) 1. Perform as last work item before final inspection. 2. Clean the sewer main and inspect for offset and obstruction prior to testing. 3. Materials a. Mandrel used for deflection test 1) Use of an uncertified mandrel or a mandrel altered or modified after certification will invalidate the deflection test. 2) Mandrel requirements a) Odd number of legs with 9 legs minimum b) Effective length not less than its nominal diameter c) Fabricated of rigid and nonadjustable steel d) Fitted with pulling rings and each end e) Stamped or engraved on some segment other than a runner indicating the following: (1) Pipe material specification (2) Nominal size (3) Mandrel outside diameter (OD) f) Mandrel diameter must be 95 percent of inside diameter (ID) of pipe. C. Vacuum test (Manhole) 1. Plug lifting holes and exterior joints. 2. Plug pipes and stubouts entering the manhole. 3. Secure stubouts, manhole boots, and pipe plugs to prevent movement while vacuum is drawn. 4. Plug pipes with drop connections beyond drop. 5. Place test head inside the frame at the top of the manhole. 3.2 INSTALLATION A. Low pressure air test (Pipe) 1. Install plug with inlet tap. 2. Connect air hose to inlet tap and a portable air control source. 3. After the stabilization period (3.5 psig minimum pressure) start the stop watch. 4. Determine time in seconds that is required for the internal air pressure to reach 2.5 psig. Minimum permissible pressure holding time per diameter per length of pipe is computed from the following equation: 063126005 SEWER AND MANHOLE TESTING 02730 - 2 Oct-11 T = (0.0850*D*K) Q Where: T = shortest time, seconds, allowed for air pressure to drop to 1.0 psig K = 0.000419*D*L, but not less than 1.0 D = nominal pipe diameter, inches L = length of pipe being tested (by pipe size), feet Q = 0.0015, cubic feet per minute per square foot of internal surface 5. UNI-B-6, Table 1 provides required time for given lengths of pipe for sizes 4-inch through 60-inch based on the equation above. 6. Stop test if no pressure loss has occurred during the first 25 percent of the calculated testing time. B. Deflection (mandrel) test (Pipe) 1. For pipe 36 inches and smaller, the mandrel is pulled through the pipe by hand to ensure that maximum allowable deflection is not exceeded. 2. Maximum percent deflection by pipe size is as follows: Nominal Pipe Size Inches Percent Deflection Allowed 12 and smaller 5.0 15 through 30 4.0 Greater than 30 3.0 C. Vacuum test (Manhole) 1. Draw a vacuum of 10 inches of mercury and turn off the pump. 2. With the valve closed, read the level vacuum level after the required test time. 3. Minimum time required for vacuum drop of 1 inch of mercury is as follows: Depth of Manhole, feet 4-foot Dia Seconds 5-foot Dia Seconds 6-foot Dia Seconds 8 20 26 33 10 25 33 41 12 30 39 49 14 35 45 57 16 40 52 67 18 40 59 73 ** T=5 T=6.5 T=8 ** For manholes over 18 feet deep, add "T" seconds as shown for each respective diameter for each 2 feet of additional depth of manhole to the time shown for 18 foot depth. (Example: A 30 foot deep, 4-foot diameter. Total test time would be 70 seconds. 40+6(5)=70 seconds) 063126005 SEWER AND MANHOLE TESTING 02730 - 3 Oct-11 i 4. Manhole vacuum levels observed to drop greater than 1 inch of mercury will have failed the test. 3.3 FIELD QUALITY CONTROL A. Non -Conforming Work 1. Low pressure air test a. Should the air test fail, find and repair leak(s) and retest. 2. Deflection (mandrel) test (Pipe) a. Should the mandrel fail to pass, the pipe is considered overdeflected. b. Uncover overdeflected pipe. Reinstall if not damaged. c. If damaged, remove and replace. 3. Vacuum test (Manhole) a. Should the vacuum test fail, repair suspect area and retest. 1) External repairs required for leaks at pipe connection to manhole. 2) Leaks within the manhole structure may be repaired internally or externally. END OF SECTION 02730 063126005 SEWER AND MANHOLE TESTING 02730 - 4 Oct-11 SECTION 02750 BYPASS PUMPING OF EXISTING SEWER SYSTEMS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Bypass pumping of the existing sewer system, required on 18-inch and larger sewer lines unless otherwise specified in the Contract Documents B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 1.2 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Occupational Safety and Health Organization (OSHA). 1.3 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule meeting with City to review sewer shutdown prior to replacing or rehabilitating any facilities. 2. City reserves the right to delay schedule due to weather conditions, or other unexpected emergency within the sewer system. 3. Review bypass pumping arrangement or layout in the field with City prior to beginning operations. Facilitate preliminary bypass pumping run with City staff present to affirm the operation is satisfactory to the City. 4. After replacement or rehabilitation of facilities, coordinate the reestablishment of sewer flow with City staff. 5. Provide onsite continuous monitoring during all bypass pumping operations using one of the following methods: a. Personnel on site b. Portable SCADA equipment 1.4 SUBMITTALS A. Submittals shall be in accordance with Section 01330. B. All submittals shall be approved by the Engineer or the City prior to delivery. 063126005 BYPASS PUMPING OF EXISTING SEWER SYSTEMS 02750 - 1 Oct-11 B. Shop Drawings 1. No shop drawings required for Auger Boring 2. For Tunneling, provide the following: a. Furnish details for Steel Casing Pipe outlining the following: 1) Grout/lubrication ports 2) Joint details 3) Other miscellaneous items for furnishing and fabricating pipe b. Submit calculations in a neat, legible format that is sealed by a Licensed Professional Engineer in Texas, consistent with the information provided in the geotechnical report, and includes: 1) Calculations confirming that pipe jacking capacity is adequate to resist the anticipated jacking loads for each crossing with a minimum factor of safety of 2 2) Calculations confirming that pipe capacity is adequate to safely support all other anticipated loads, including earth and groundwater pressures, surcharge loads, and handling loads 3) Calculations confirming that jointing method will support all loading conditions 1.5 DELIVERY, STORAGE, AND HANDLING A. Delivery, Handling, and Storage 1. Prior to delivery of the pipe, end/internal bracing shall be furnished and installed, as recommended by the manufacturer, for protection during shipping and storage. 2. Deliver, handle and store pipe in accordance with the Manufacturer's recommendations to protect coating systems. PART 2 - PRODUCTS 2.1 MATERIALS A. Design Criteria 1. The Contractor is fully responsible for the design of Steel Casing Pipe that meets or exceeds the design requirements of this Specification and that is specifically designed for installation by the intended trenchless method. 2. For Steel Casing Pipe utilized for tunneling projects, consider the following: a. Design of the casing pipe shall account for all installation and service loads including: 1) Jacking loads 2) External groundwater and earth loads 3) Traffic loads 4) Practical consideration for handling, shipping and other construction operations 5) Any other live or dead loads reasonably anticipated b. Design shall be sealed and signed by a registered Professional Engineer licensed in the State of Texas. c. The allowable jacking capacity shall not exceed 50 percent of the minimum steel yield stress. d. Steel Casing Pipe shall have a minimum wall thickness as follows: 063126005 STEEL CASING PIPE 02611 - 2 Oct-11 SECTION 02611 STEEL CASING PIPE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Minimum requirements for manufacturing, furnishing and transporting Steel Casing Pipe to be installed by Open Cut or By Other than Open Cut at the locations shown on the Drawings B. Related Specification Sections include, but are not necessarily limited to: I. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 02225 — Utility Trench Excavation, Embedment and Backfill 4. Section 02310 — Hand Tunneling 5. Section 02349 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 1.2 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. A139, Standard Specification for Electric -Fusion (Arc) -Welded Steel Pipe (NPS Sizes 4 and Over). 3. American Water Works Association (AWWA): a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied. 1.3 SUBMITTALS A. Submittals shall be in accordance with Section 01330. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.4 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Exterior Coating a. Material data b. Field touch-up procedures 2. Interior Coating a. Material data b. Field touch-up procedures 4, -' 063126005 STEEL CASING PIPE 02611 - 1 Oct-11 8) The material used for the construction of these plates shall be new, unused and suitable for the purpose intended. 9) Minimum thickness of Tunnel Liner Plate shall be as follows: 2-Flanged Liner 4-Flanged Liner Tunnel Plate Thickness Plate Thickness Diameter (gauge) (gauge) Bury Depth: 20 feet — 25 feet inches 2. Casing Insulators a. Casing insulators shall be used for this project in accordance with Section 02349. PART 3 - EXECUTION 3.1 INSTALLATION A. Tunnel Liner Plate shall be installed in accordance with appropriate portions of Section 02310. B. Carrier pipe shall be installed inside Tunnel Liner Plate in accordance with Section 02349. C. Contact grouting of the annulus outside the Tunnel Liner Plate shall be performed in accordance with Section 03360. END OF SECTION 02610 063126005 TUNNEL LINER PLATE 02610 - 3 Oct-11 L I a. Material data b. Field touch-up procedures 3. Grout Mix a. Material data B. Shop Drawings 1. Submit calculations for the design of the Tunnel Liner Plate sealed by a Licensed Engineer in the State of Texas. 2. Detailed plan for grouting the void space on the exterior of the Tunnel Liner Plate 3. Grout coupling location and spacing 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver, handle and store Tunnel Liner Plate in accordance with the Manufacturer's recommendations to protect coating systems. PART 2 - PRODUCTS [NOT USED] 2.1 MATERIALS A. Design Criteria 1. Manufacturer to design Tunnel Liner Plate in accordance with the methods and criteria as specified in AASHTO HB-17. a. Soil parameters shall be determined by the Tunnel Liner Plate Manufacturer. b. Allow a maximum deflection of 3 percent. c. Thickness of the Tunnel Liner Plate specified herein is the minimum acceptable and shall be increased as necessary to obtain adequate joint strength, stiffness, buckling strength and resistance to deflection. B. Materials 1. Tunnel Liner Plate a. Provide new, corrugated metal Tunnel Liner Plates made from steel sheets conforming to the requirements of ASTM A1011. 1) Sanitary Sewer carrier pipe a) Galvanized (1) Plate to be galvanized with zinc coating in accordance with ASTM A123 with the following exception: (a) Zinc shall be applied at a rate of 2.0 ounces per square foot on each side. 2) Tunnel Liner Plates and fasteners shall comply with the requirements of AASHTO HB-17. 3) Liner plates shall be punched for bolting on both longitudinal and circumferential seams and fabricated to permit complete erection from the inside of the tunnel. 4) Bolts and nuts shall be galvanized to conform to ASTM A153. 5) Where groundwater is encountered gasketed liner plates shall be used. 6) Plates shall be of uniform fabrication and those intended for 1 size tunnel shall be interchangeable. 7) Field welding of Tunnel Liner Plate, including grout couplings shall not be allowed. 063126005 TUNNEL LINER PLATE 02610 - 2 Oct -II SECTION 02610 TUNNEL LINER PLATE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Minimum requirements for manufacturing, furnishing and transporting Tunnel Liner Plate to be used for excavation support as installed By Other than Open Cut at the locations shown on the Drawings B. Related Specification Sections include, but are not necessarily limited to: l . Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 02310 — Hand Tunneling 4. Section 02349 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 1.2 REFERENCES A. Reference Standards l . Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO) a. HB-17, Standard Specifications for Highway Bridges, Section 16. b. M190, Bituminous -Coated Corrugated Metal Culvert Pipe and Pipe Arches. 3. ASTM International (ASTM): a. A123, Standard Specification for Zinc (Hot- Dip Galvanized) Coating on Iron and Steel Products. b. Al53, Standard Specification for Zinc Coating (Hot Dip) on Iron and Steel Hardware. c. A1011, Standard Specification for Steel, Sheet and Strip, Hot -Rolled, Carbon, Structural, High -Strength Low -Alloy and High -Strength Los -Alloy with Improved Formability, and Ultra -High Strength. 1.3 SUBMITTALS A. Submittals shall be in accordance with Section 01330. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.4 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Tunnel Liner Plate and fasteners a. Material data 2. Exterior Coating 063126005 TUNNEL LINER PLATE 02610 - 1 Oct-11 c. 1) Roughen surface of fiberglass prior to placement to improve bond with sealant. 2) Allow sealant to completely cure before placing concrete against it. 3) Test connections for watertight seal before backfilling. 3. Invert a. For direction changes of mains, construct channels tangent to mains with maximum possible radius of curvature. 1) Provide curves for side inlets. 4. Drop Manhole Connection a. Install drop connection when sewer line enters manhole higher than 24 inches above the invert. b. At drop pipe connections through fiberglass barrel, cut circular hole sized to requirements of manufactured connector. 1) Seal cut edge with resin. 2) Install watertight connector according to manufacturer's recommendations. 5. Final Rim Elevation a. Install concrete grade rings for height adjustment. 1) Construct grade ring on load bearing shoulder of manhole. 2) Use sealant between rings as shown on Drawings. b. Set frame on top of manhole or grade rings using continuous water sealant. c. Remove debris, stones and dirt to ensure a watertight seal. d. Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. 3.4 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Perform testing in accordance with Section 02730. END OF SECTION 02605 063126005 FIBERGLASS MANHOLES 02605 - 4 Oct-11 b. If lift lugs are provided, place 180 degrees apart. c. If lift holes are provided, place 180 degrees apart and grout during manhole installation. 3. Pipe Connections a. Conform to ASTM C923 or ASTM C1628. PART 3 - EXECUTION 3.1 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.2 PREPARATION A. Foundation Preparation 1. Excavate 8 inches below manhole foundation. 2. Replace excavated soil with course aggregate; creating a stable base for the manhole to be constructed on. a. If soil conditions or ground water prevent use of course aggregate base a 2-inch mud slab may be substituted. 3.3 INSTALLATION A. General 1. Manhole a. Construct manhole to dimensions shown on Drawings. b. Lower manhole barrel onto base section. c. Seal with manufacturer's gasket or approved sealant. d. Wrap joint with external sealing material a minimum of 12 inches in width. e. Where cast -in -place base is used, support manhole barrel in place and brace it from sides of excavation to prevent any movement of barrel during concrete placement and while concrete is setting. 1) Provide minimum clearance between reinforcing steel and manhole barrel bottom as shown on Drawings. 2) Do not support manhole barrel on reinforcing steel. 3) Place bead of water swelling sealant around inside of barrel near bottom, as shown on Drawings, to form seal. 2. Pipe connections at Manhole a. Construct pipe stubs for future connections at locations and with materials indicated on Drawings. 1) Install stub plugs at interior of manhole and wood or plastic bulkhead at the end of the stub. b. Cut manhole barrel for pipe penetrations following curvature of pipe and with maximum of 1-inch clearance. 1) Seal cut edges with resin. 2) Hole may be circular or cutout with semi -circular top, which extends to bottom of barrel. c. Place continuous bead of water swelling sealant, as shown on Drawings, around pipe penetrations on interior of manhole barrel. 063126005 FIBERGLASS MANHOLES 02605 - 3 Oct -I I I 1. ASTM D2997 — Standard Specification for Centrifugally -Cast Fiberglass -j (Glass -Fiber -Reinforced Thermosetting -Resin) Pipe. m. ASTM D3753 — Standard Specification for Glass -Fiber -Reinforced Polyester Manholes and Wetwells. n. ASTM D4258 — Standard Practice for Surface Cleaning of Concrete. o. ASTM D4259 — Standard Practice for Abrading Concrete. 1.3 SUBMITTALS A. Submittals shall be in accordance with Section 01330. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.4 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Design and fabrication details of Fiberglass Manhole components 2. Installation instructions for Fiberglass Manholes 3. Drop connection materials 4. Pipe connections at manhole walls 5. Materials for stubs and stub plugs, if applicable 6. Grade ring materials 7. External coating materials 8. Plugs for hydrostatic testing 1.5 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. PART 2 - PRODUCTS 2.1 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Materials 1. Fiberglass Manholes a. Provide Prefabricated Fiberglass Manholes conforming in shape, size, dimensions and details shown in the Drawings. b. Unless modified in the Drawings, use manhole sections conforming to ASTM D3753. c. Mark date of manufacture and name or trademark of manufacturer in 1 inch tall stenciled letters on the inside of the barrel. d. Unless larger size is required, provide 48-inch diameter barrel. e. Provide wall section thickness for depth of manhole according to ASTM D3753, but not less than 0.48 inches in thickness. f. Provide fabricated reducer bonded at factory to form 1 continuous unit at top of t manhole barrel to accept concrete grade rings and cast iron frame and cover. 1) Reducer design shall be of sufficient strength to safely support HS-20 loading in accordance with AASHTO. -� 2. Lifting Devices a. Manhole bases may be furnished with lift lugs or lift holes. z ' 063126005 FIBERGLASS MANHOLES 02605 - 2 Oct-11 �l I SECTION 02605 FIBERGLASS MANHOLES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Glass -Fiber -Reinforced Polyester (Fiberglass) Sanitary Sewer Manholes B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03300 — Cast -in -Place Concrete 4. Section 02730 — Sewer and Manhole Testing 5. Section 02225 — Utility Trench Excavation, Embedment and Backfill 1.2 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. ASTM A307 — Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. b. ASTM A615 — Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement. c. ASTM C76 — Standard Specification for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe. d. ASTM C270 — Standard Specification for Mortar for Unit Masonry. e. ASTM C478 — Standard Specification for Precast Reinforced Concrete Manhole Sections. f. ASTM C923 — Standard Specification for Resilient Connectors Between Reinforced Concrete Manholes Structures, Pipes, and Laterals. g. ASTM C1107 — Standard Specification for Packaged Dry, Hydraulic -Cement Grout (Non -Shrink). h. ASTM C1244 — Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test Prior to Backfill. i. ASTM C1628 - Standard Specification for Joints for Concrete Gravity Flow Sewer Pipe, Using Rubber Gaskets. j. ASTM D698 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN- m/m3)). k. ASTM D2996 — Standard Specification for Filament -Wound Fiberglass (Glass -Fiber -Reinforced Thermosetting -Resin) Pipe. 063126005 FIBERGLASS MANHOLES 02605 - 1 Oct-11 2. No gasoline powered equipment shall be permitted in jacking shafts and receiving shafts/pits. a. Diesel, electrical, hydraulic and air powered equipment is acceptable, subject to applicable local, State and Federal regulations. 3. Methods of construction shall be such as to ensure the safety of the Work, Contractor's and other employees on site and the public. { 4. Furnish and operate a temporary ventilation system in accordance with applicable safety requirements when personnel are underground. a. Perform all required air and gas monitoring. C b. Ventilation system shall provide a sufficient supply of fresh air and maintain an atmosphere free of toxic or flammable gasses in all underground work areas. 5. Perform all Work in accordance with all current applicable regulations and safety requirements of the federal, state and local agencies. a. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, t Underground Construction and Subpart P, Excavations. b. In the event of conflict, comply with the more stringent requirements. 6. If personnel will enter the pipe during construction, the Contractor shall develop an emergency response plan for rescuing personnel trapped underground in a shaft excavation or pipe. a. Keep on -site all equipment required for emergency response in accordance with the agency having jurisdiction END OF SECTION 02349 063126005 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 02349 - 8 Oct-11 b. Verify the maximum allowable pressure with the carrier pipe manufacturer and do not exceed this pressure. c. After the installation of the carrier pipe, the remaining space (all voids) between the casing/liner and the carrier shall be filled with LDCC grout. 1) All surfaces of the exterior carrier pipe wall and casing/liner interior shall be in contact with the grout. 2) Grout shall be pumped through a pipe or hose. 3) Use grout pipes, or other appropriate materials, to avoid damage to carrier pipe during grouting. 4. Injection of LDCC Grout a. Grout injection pressure shall not exceed the carrier pipe manufacturer's approved recommendations or 5 psi (whichever is lower). b. Pumping equipment shall be of a size sufficient to inject grout at a volume, velocity and pressure compatible with the size/volume of the annular space. c. Once grouting operations begin, grouting shall proceed uninterrupted, unless grouting procedures require multiple stages. d. Grout placements shall not be terminated until the estimated annular volume of grout has been injected. 5. Block the carrier pipe during grouting to prevent flotation during grout installation. 6. Protect and preserve the interior surfaces of the casing from damage. 3.2 FIELD loR] SITE QUALITY CONTROL A. Reports and Records required for pipe installations greater than 48-inches and longer than 350 feet 1. Maintain and submit daily logs of grouting operations. a. Include: 1) Grouting locations 2) Pressures 3) Volumes 4) Grout mix pumped 5) Time of pumping 2. Note any problems or unusual observations on logs. B. Grout Strength Tests 1. Submit test results for 24-hour and 28-day compressive strength tests for the cylinder molds or grout cubes obtained during grouting operations. 2. Perform field sampling during annular space grouting. a. Collect at least 1 set of 4 cylinder molds or grout cubes for each 100 cubic yards of grout injected but not less than 1 set for each grouting shift. b. Perform 24-hour and 28-day compressive strength tests per ASTM C39 (cylindrical specimens) or ASTM C109 (cube specimens). c. Remaining samples shall be tested as directed by City. C. Safety 1. The Contractor is responsible for safety on the job site. a. Perform all Work in accordance with the current applicable regulations of the Federal, State and local agencies. b. In the event of conflict, comply with the more restrictive applicable requirement. 063126005 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 02349 - 7 Oct-11 f. Carrier pipe shall be installed without sliding or dragging it on the ground or in the casing/liner in a manner that could damage the pipe or coatings. 1) If guide rails are allowed, place cement mortar on both sides of the rails. g. Coat the casing spacer runners with a non-corrosive/environmentally safe lubricant to minimize friction when installing the carrier pipe. h. The carrier pipe shall be electrically isolated from the carrier pipe and from the casing. i. Grade the bottom of the trench adjacent to each end of the casing to provide a firm, uniform and continuous support for the pipe. If the trench requires some backfill to establish the final trench bottom grade, place the backfill material in 6-inch lifts and compact each layer. j. After the casing or tunnel liner has been placed, pump dry and maintain dry until the casing spacers and end seals are installed. 3. Insulator Spacing a. Maximum distance between spacers is to be 6 feet. b. For ductile -iron pipe, flanged pipe or bell and spigot pipe, install spacers within 1 foot on each side of the bell or flange and I in the center of the joint where 18 �F s foot or 20 foot long joints are used. c. If the casing or pipe is angled or bent, reduce the spacing. d. The end spacer must be within 6 inches of the end of the casing pipe, regardless of size of casing and pipe or type of spacer used. e. Install spacers on PVC pipe at the insertion line to prevent over -insertion of the spigot into the bell. 4. After installation of the carrier pipe: a. Mortar inside and outside of the joints, as applicable b. Verify electrical discontinuity between the water carrier pipe and tunnel liner. c. If hold down jacks or casing spacers are used, seal or plug the ends of the casing. d. If steel pipe is used and not welded prior to installation in casing/liner, welding of pipe will only be allowed after grouting of annular space is complete. D. Installation of End Seals 1. For Water Pipes 2. For Sewer Pipes a. Grout annular space between carrier pipe and casing as indicated in this Specification. E. Annular Space Grouting (For Sewer Only) 1. Prepare pipe as necessary to prevent the pipe from floating during grouting operation as necessary. 2. Mixing of Grout a. Mix material in equipment of sufficient size to provide the desired amount of grout material for each stage in a single operation. 1) The equipment shall be capable of mixing the grout at the required densities for the approved procedure and shall be capable of changing the densities as required by field conditions. 3. Backfill Annular Space with Grout a. Prior to filling of the annular space, test the carrier pipe in accordance with Section 03360. 063126005 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 02349 - 6 Oct -II PART 3 - EXECUTION 3.1 INSTALLATION A. General 1. Carrier pipe installation shall not begin until the following tasks have been completed: a. All required submittals have been provided, reviewed and accepted. b. All casing/liner joints are watertight and no water is entering casing or liner from any sources. c. All contact grouting is complete. d. Casing/liner alignment record drawings have been submitted and accepted by Engineer to document deviations due to casing/liner installation. e. Site safety representative has prepared a code of safe practices and an emergency plan in accordance with applicable requirements. 2. The carrier pipe shall be installed within the casings or liners between the limits indicated on the Drawings, to the specified lines and grades and utilizing methods which include due regard for safety of workers, adjacent structures and improvements, utilities and the public. B. Control of Line and Grade 1. Install Carrier pipe inside the steel casing within the following tolerances: a. Horizontal 1) f 2 inches from design line b. Vertical 1) ±1 inch from design grade 2. Check line and grade set up prior to beginning carrier pipe installation. 3. Perform survey checks of line -and -grade of carrier pipe during installation operations. 4. The Contractor is fully responsible for the accuracy of the installation and the correction of it, as required. a. Where the carrier pipe installation does not satisfy the specified tolerances, correct the installation, including if necessary, redesign of the pipe or structures at no additional cost to City. C. Installation of Carrier Pipe t- 1. Pipe Installation a. Remove all loose soil from casing or liner. b. Grind smooth all rough welds at casing joints. 2. Installation of Casing Spacers a. Provide casing spacers, insulators or other approved devices to prevent flotation, movement or damage to the pipe during installation and grout backfill placement. b. Assemble and securely fasten casing spacers to the pipeline to be installed in casings or tunnels. c. Correctly assemble, evenly tighten and prevent damage during tightening of the insulators and pipe insertion. d. Install spacers in accordance with manufacturer's recommendations. e. Install carrier pipe so that there is no metallic contact between the carrier pipe and the casing. 063126005 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 02349 - 5 Oct-11 e) Proportion grout to flow and to completely fill all voids between the carrier pipe and the casing or liner. 4. End Seals a. Provide end seals at each end of the casing or liner to contain the grout backfill or to close the casing/liner ends to prevent the inflow of water or soil. 1) For water piping less than 24-inch diameter, use hard rubber seals, Model PL Link Seal as manufactured by the Thunderline Corporation or approved equal. 2) For water piping 24-inch diameter and greater, use pull -on, 1/8 inch thick, synthetic rubber end seals, Model C, as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. 3) For sewer piping, no end seals are required since the annular space between the carrier pipe and the casing will be grouted. b. Design end seals to withstand the anticipated soil or grouting pressure and be watertight to prevent groundwater from entering the casing. 5. Casing Spacers/Insulators a. Provide casing spacers/insulators to support the carrier pipe during installation and grouting (where grout is used). b. Casing Spacers/Isolators material and properties: 1) Shall be minimum 14 gage 2) For water pipe, utilize Stainless Steel, 3) For sewer pipe, utilize Coated Steel. 4) Suitable for supporting weight of carrier pipe without deformation or collapse during installation c. Provide restrained -style casing spacers to hold all pipes stable during grouting operations and prevent floating or movement. d. Provide dielectric strength sufficient to electrically isolate each component from one another and from the casing. e. Design risers for appropriate loads, and, as a minimum: 1) Provide 10 gage steel risers a) Provide stainless steel bands and risers for water installations. f. Band material and criteria 1) Provide polyvinyl chloride inner liner with: a) Minimum thickness of 0.09 inches b) Durometer "A" of 85-90 hardness c) Minimum dielectric strength of 58,000 volts g. Runner material and criteria 1) Provide pressure -molded glass reinforced polymer or UHMW with: a) Minimum of 2 inches in width and a minimum of 11 inches in length. 2) • Attach to the band or riser with 3/8 inch minimum welded steel or stainless steel studs. 3) Runner studs and nuts shall be recessed well below the wearing surface of the runner a) File recess with a corrosion inhibiting filler. h. Riser height 1) Provide sufficient height with attached runner allow a minimum clearance of 2 inches between the outside of carrier pipe bells or couplings and the inside of the casing liner surface. 063126005 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 02349 - 4 Oct-11 1.5 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Submit a detailed plan and description outlining all provisions and precautions that will be taken with regard to the handling of sewer flows. Submit the plan to the City for approval a minimum of 7 days prior to commencing work. Include the following details: 1. Schedule for installation and maintenance of the bypass pumping system 2. Staging areas for pumps 3. Pump sizes, capacity, number of each size, and power requirements 4. Calculations for static lift, friction losses, and velocity 5. Pump curves showing operating range and system head curves 6. Sewer plugging methods 7. Size, length, material, joint type, and method for installation of suction and discharge piping 8. Method of noise control for each pump and/or generator, if required 9. Standby power generator size and location 10. Suction and discharge piping plan 11. Emergency action plan identifying the measures taken in the event of a pump failure or sewer spill 12. Staffing plan for responding to alarm conditions identifying multiple contacts by name and phone numbers (office, mobile) 13. A contingency plan to implement in the event the replacement or rehabilitation has unexpected delays or problems PART2- PRODUCTS 2.1 EQUIPMENT A. Pumping 1. Provide equipment that will convey 100 percent of wet weather peak flow conditions. 2. Provide fully automatic self -priming pumps. Foot -valves or vacuum pumps are not - permitted for priming the system. 3. Pumps must be constructed to allow dry running for periods of time to account for the cyclical nature of sewer flow. 4. Provide 1 stand-by pump for each size to be maintained on site. Place backup pumps on line, isolated from the primary system by valve. 5. If multiple pumps are required to meet the flow requirements, provide the necessary fittings and connections to incorporate multiple discharges. 6. Noise levels of the pumping system must follow the requirements of the City noise ordinance for gas wells. B. Piping 1. Install pipes with joints which prevent the incident of flow spillage. C. Plugs or Stop Logs 1. Plugs 063126005 BYPASS PUMPING OF EXISTING SEWER SYSTEMS 02750 - 2 Oct-11 t. a. Select a plug that is made for the size and potential pressure head that will be experienced. b. Provide an additional anchor, support or bracing to secure plug when back pressure is present. c. Use accurately calibrated air pressure gauges for monitoring the inflation pressure. d. Place inflation gauge at location outside of confined space area. Keep the inflation gauge and valve a safe distance from the plugs. e. Never over inflate the plug beyond its pressure rating. 2. Stop Logs a. Use stop log devices designed for the manhole or sewer vault structure in use. b. If applicable, obtain stop logs from City that may be used on specific structures. PART 3 - EXECUTION 3.1 PREPARATION A. Locate the bypass pipelines in area to minimize disturbance to existing utilities and obtain approval of those locations from the City. B. Make preparations to comply with OSHA requirements when working in the presence of sewer gases, oxygen -deficient atmospheres and confined spaces. C. Do not begin bypass preparation and operation until City approval of the submittals requested per this Specification. 3.2 INSTALLATION A. Install and operate pumping and piping equipment in accordance to the submittals provided per this Specification. B. Sewer flow stoppage 1. Plugging a. Use confined space procedures and equipment during installation when necessary. b. Thoroughly clean the pipe before insertion of the plug. c. Insert the plug seal surface completely so it is fully supported by the pipe. d. Position the plug where there are not sharp edges or protrusions that may damage the plug. e. Use pressure gauges for measuring inflation pressures. f. Minimize upstream pressure head before deflating and removing. C. Sewer flow control and monitoring 1. Take sufficient precautions to ensure sewer flow operations do not cause flooding or damage to public or private property. The Contractor is responsible for any damage resulting from bypass pumping operations. 2. Begin continual monitoring of the sewer system as soon as the sewer is plugged or blocked. Be prepared to immediately start bypass pumping if needed due to surcharge conditions. 3. Sewer discharge may be into another sewer manhole or appropriate vehicle or container only. Do not discharge sewer into an open environment such as an open channel or earthen holding facility. 063126005 BYPASS PUMPING OF EXISTING SEWER SYSTEMS 02750 - 3 Oct-11 4. Do not construct bypass facilities where vehicular traffic may travel over the piping. a. Provide details in the suction and discharge piping plan that accommodate both the bypass facilities and traffic without disrupting either service. 3.3 FIELD [oR) SITE QUALITY CONTROL A. Field [OR) Site Tests and Inspections 1. Perform leakage and pressure tests of the bypass pumping pipe and equipment before actual operation begins. Have City staff on site during tests. 3.4 CLOSEOUT ACTIVITIES A. Once plugging or blocking is no longer necessary, remove in such a way that permits the sewer flow to slowly return to normal — preventing surge, surcharging and major downstream disturbance. END OF SECTION 02750 063126005 BYPASS PUMPING OF EXISTING SEWER SYSTEMS 02750 - 4 Oct-11 SECTION 02763 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements and procedures for Closed Circuit Television (CCTV) Inspection of sanitary sewer or storm sewer mains B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 02750 — Bypass Pumping of Existing Sewer Systems 1.2 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 1.3 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Meet with City Water Department staff to confirm that the equipment, software, standard templates, defect codes and defect rankings are being used, if required. 1.4 SUBMITTALS A. Submittals shall be in accordance with Section 01330. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.5 INFORMATIONAL SUBMITTALS A. Pre -CCTV submittals for sanitary sewer lines 24 inches and larger, if required 1. Project schedule 2. Listing of cleaning equipment and procedures 3. Listing of flow diversion procedures 4. Listing of CCTV equipment 5. Listing of backup and standby equipment 6. Listing of safety precautions and traffic control measures 1.6 CLOSEOUT SUBMITTALS A. Post -CCTV submittals 1. 2 copies of CCTV video results on DVD 063126005 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION 02763 - 1 Oct-11 2. 2 hard copies of Inspection Report PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 PREPARATION A. CCTV Equipment 1. Use equipment specifically designed and constructed for such inspection. 2. Use equipment designed to operate in 100 percent humidity conditions. 3. Use equipment with a pan (t270 degrees), tilt, and rotates (360 degrees). 4. Use camera with an accurate footage counter that displays on the monitor the distance of the camera (to the nearest 1/10 foot) from the centerline of the starting manhole. 5. Use camera with height adjustment so camera lens is always centered at 1/2 the inside diameter, or higher, in the televised pipe. 6. Provide sufficient lighting to illuminate the entire periphery of the pipe. 7. Provide color video. B. Temporary Bypass Pumping — Conform to Section 02750. 3.2 INSPECTION (CCTV) A. General 1. Begin inspection immediately after cleaning of the main. 2. Move camera through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of the main's condition. 3. Do not move camera at a speed greater than 30 feet per minute. 4. Use manual winches, power winches, TV cable, and power rewinds that do not obstruct the camera view, allowing for proper evaluation. 5. During investigation stop camera at each defect along the main. a. Record the nature, location and orientation of the defect or infiltration location as specified in the CCTV Manual. 6. Pan and tilt the camera to provide additional detail at: a. Manholes b. Service connections c. Joints d. Visible pipe defects such as cracks, broken or deformed pipe, holes, offset joints, obstructions or debris e. Infiltration/Inflow locations f. Pipe material transitions g. Other locations that do not appear to be typical for normal pipe conditions 7. Provide accurate distance measurement. a. The meter device is to be accurate to the nearest 1/10 foot. 8. CCTV inspections are to be continuous. 063126005 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION 02763 -2 Oct-11 a. Do not provide a single segment of main on more than 1 DVD. B. Pre -Installation Inspection for Sewer Mains to be rehabilitated 1. Perform Pre -CCTV inspection immediately after cleaning of the main and before rehabilitation work. 2. If, during inspection, the CCTV will not pass through the entire section of main due to blockage or pipe defect, set up so the inspection can be performed from the opposite manhole. C. Post -Installation Inspection 1. Complete manhole installation before inspection begins. 2. Prior to inserting the camera, flush and clean the main in accordance with City Standards. D. Documentation of CCTV Inspection 1. Follow the CCTV Manual for the inspection video, data logging and reporting. E. END OF SECTION 02763 063126005 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION 02763 - 3 Oct-11 SECTION 02765 UTILITY MARKERS / LOCATORS PART 1-GENERAL 1.1 SUMMARY A. Section Includes: 1. Buried and surface utility markers for utility construction B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 1.2 REFERENCES A. Reference Standards l . Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Public Works Association (AWPA): a. Uniform Color Code. 1.3 SUBMITTALS A. Submittals shall be in accordance with Section 01330. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.4 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Buried Marker 2. Surface Marker PART2- PRODUCTS 2.1 MATERIALS A. Manufacturers 1. Provide new Utility Markers/Locators from a manufacturer regularly engaged in the manufacturing of Utility Markers/Locators. B. Materials 1. Buried Markers a. Detectable warning tape shall be as follows: 1) 5.0 mil overall thickness 2) Width — 3 inch minimum 3) Weight — 27.5 pounds per inch per 1,000 square feet 4) Triple Layer with: 063126005 UTILITY MARKERS / LOCATORS 02765 - 1 Oct -II a) Minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket (1) 100 percent virgin low density polyethylene (2) Impervious to all known alkalis, acids, chemical reagents and solvents within soil (3) Aluminum foil visible to both sides 5) Locatable by conductive and inductive methods 6) Printing encased to avoid ink rub -off 7) Color and Legends a) Sewer Line (1) Color— Green (in accordance with APWA Uniform Color Code) (2) Legend — Caution Sewer Line Below (repeated every 24 inches) 2. Surface Markers a. Provide as follows: 1) 4-inch diameter, 6-feet minimum length, polyethylene posts, or equal 2) White posts with colored, ultraviolet resistant domes as follows: a) Sewer lines (1) Color— Green (in accordance with APWA Uniform Color Code) (2) Legend — Caution Sewer Line Below PART 3 - EXECUTION 3.1 INSTALLATION A. Buried Markers 1. Detectable Warning Tape a. Install in accordance with manufacturer's recommendations below natural ground surface and directly above the utility for which it is marking. 1) Allow 18 inches minimum between utility and marker. 2) Bury to a depth of 3 feet or as close to the grade as is practical for optimum protection and detectability. B. Surface Markers 1. Bury a minimum of 2 feet deep, with a minimum of 4 feet above ground 2. The warning sign for all surface markers shall be 21 inches (not including post cap). 3. Where possible, place surface markers near fixed objects. 4. Place Surface Markers at the following locations: a. Buried Features 1) Place directly above a buried feature. b. Above -Ground Features 1) Place a maximum of 2 feet away from an above -ground feature. c. For sanitary sewer lines: 1) In undeveloped areas, place marker maximum of 2 feet away from an above -ground feature such as a manhole or combination air valve vault. 2) Place at locations identified on the plan sheets. END OF SECTION 02765 063126005 UTILITY MARKERS / LOCATORS 02765 - 2 Oct- 11 SECTION 02920 LAWNS AND GRASSES PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. This section refers to establishment of grasses for developed and undeveloped areas damaged or removed by construction activities. All developed areas are to be sodded using approved methods and materials. All undeveloped areas are to be seeded using approved methods and materials. Where seeding is required the Contractor has the option of either planting seed with a drill or planting seed through hydroseeding, or a mixture of both methods, in accordance with these specifications. 1.3 RELATED DOCUMENTS A. Related Sections include the following: 1. Section 02317 -Excavation and Backfill for Structures 1.4 DEFINITIONS A. Finish Grade: Elevation of finished surface of planting soil. B. Manufactured Soil: Soil produced off -site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. C. Planting Soil: Native or imported topsoil, manufactured topsoil, or surface soil modified to become topsoil; mixed with soil amendments. D. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or top surface of a fill or backfill immediately beneath planting soil. E. Developed Areas: Area disturbed by construction activities adjacent to homes apartments or businesses along the roadway. For the purposes of meeting the re -vegetation requirements required under this project, developed areas shall be defined as land with any type of improvement such as a home apartment building, storage building, fence, or any type of business. F. Undeveloped Areas: Area disturbed by construction activities where the land is not developed. For the purposes of meeting the re -vegetation requirements for this project, undeveloped areas shall be defined as land without improvements. 1.5 SUBMITTALS A. Product Data: For each type of product indicated. B. Certification of Grass Seed: From seed vendor for each grass -seed monostand or mixture stating the botanical and common name and percentage by weight of each species and 063126005 LAWNS AND GRASSES 02920 - 1 Oct- 11 variety, and percentage of purity, germination, and weed seed. Include the year of production and date of packaging. 1. Certification of each seed mixture for turfgrass, identifying source, including name and telephone number of supplier. 2. Certification that any trees, sod or seed are from nurseries that are certified to be fire ant free. C. Product Certificates: For soil amendments and fertilizers, signed by product manufacturer. D. Qualification Data: For landscape installer. E. Planting Schedule: Indicating anticipated planting dates for each type of planting. F. Preconstruction Condition Documentation: Prior to construction in any developed or undeveloped area, submit video or photographic evidence that shows all areas to be disturbed. This will provide the documentation of the "preconstruction" condition of these areas. 1.6 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape installer whose work has resulted in successful grass establishment. 1. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when planting is in progress. 1.7 DELIVERY, STORAGE, AND HANDLING A. Seed: Deliver seed in original sealed, labeled, and undamaged containers. B. Sod: Harvest, deliver, store, and handle sod according to requirements in TPI's "Specifications for Turfgrass Sod Materials" and "Specifications for Turfgrass Sod Transplanting and Installation" in its "Guideline Specifications to Turfgrass Sodding." 1.8 SCHEDULING A. Planting Restrictions: Plant during one of the following periods. Coordinate planting periods with maintenance periods to provide required maintenance from date of Substantial Completion. l . Seeding: February - May 2. Sodding: March - September B. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit. C. When construction activities are completed outside planting periods for seeding or sodding operations, the Contractor shall overseed the areas disturbed by construction activities with annual rye grass as a temporary stabilization measure. The Contractor shall re -seed or re -sod areas overseeded with annual rye with approved permanent stabilization grasses as soon as practical during the following planting season. 1.9 UNDEVELOPED AREA MAINTENANCE A. Begin maintenance immediately after each area is planted and continue until an acceptable stand of grass is established as defined in Section 3.7 "Satisfactory Grass Establishment", but for not less than 40 calendar days from date of Substantial Completion. B. Maintain and establish grass by watering, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch. 063126005 Oct-11 LAWNS AND GRASSES 02920 - 2 r L C. Watering: Provide and maintain temporary piping, hoses, or other lawn -watering equipment to convey water from sources to keep soil uniformly moist. 1. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas. 2. Water seed at a minimum rate of 1 inch per week. D. Mow grass as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 40 percent of grass height. Remove no more than 40 percent of grass -leaf growth in initial or subsequent mowings. Do not delay mowing until grass blades bend over and become matted. Do not mow when grass is wet. Schedule initial and subsequent mowings to maintain the following grass height: 1. Mow grass 4 inches to 6 inches high. E. Seeding/Sodding Postfertilization: Apply fertilizer after initial mowing and when grass is dry. 1. Use fertilizer that will provide actual nitrogen of at least 1 lb/1000 sq. ft. to seeded area. 1.10 DEVELOPED AREA MAINTENANCE A. Begin maintenance immediately after each area is planted and continue until an acceptable stand of grass is established as defined in Section 3.7 "Satisfactory Grass Establishment", but for not less than the following periods: 1. Sodded Lawns: 30 calendar days from date of Substantial Completion. B. Maintain and establish grass by watering, fertilizing, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch to produce a uniformly smooth surface. C. Watering: Provide and maintain temporary piping, hoses, or other lawn -watering equipment to convey water from sources to keep soil uniformly moist to a depth of 4 inches. 1. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas. 2. Water grass at a minimum rate of 1 inch per week. D. Mow grass as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 40 percent of grass height. Remove no more than 40 percent of grass -leaf growth in initial or subsequent mowings. Do not delay mowing until grass blades bend over and become matted. Do not mow when grass is wet. Schedule initial and subsequent mowings to maintain the following grass height: 1. Mow grass 1-1/2 inch to 2 inches high. E. Sodding Postfertilization: Apply fertilizer after initial mowing and when grass is dry. 1. Use fertilizer that will provide actual nitrogen of at least 1 lb/1000 sq. ft. to lawn area. 063126005 LAWNS AND GRASSES 02920 - 3 Oct-11 PART 2 -PRODUCTS 2.1 SEED A. Grass Seed: Fresh, clean, dry, new -crop seed complying with AOSA's "Journal of Seed Technology; Rules for Testing Seeds" for purity and germination tolerances. B. Seed Species: Seed of grass species as follows, with not less than 95 percent germination, not less than 85 percent pure seed, and not more than 0.5 percent weed seed: 1. Use Bermuda grass seed for disturbed undeveloped areas. Choose a variety such as Sahara Bermuda or Yuma Bermuda and submit to the Engineer 60 days prior to planting for approval. 2.2 TURFGRASS SOD A. Turfgrass Sod: Approved, complying with TPI's "Specifications for Turfgrass Sod Materials" in its "Guideline Specifications to Turfgrass Sodding." Furnish viable sod of uniform density, color, and texture, strongly rooted, and capable of vigorous growth and development when planted. B. Turfgrass Species: Bermuda grass (Cynodon dactylon tiffway cultivar) 2.3 TOPSOIL 1 A. Contractor shall use approved topsoil obtained from stripping ahead of construction IA activities. 2.4 PLANTING ACCESSORIES A. Selective Herbicides: EPA registered and approved, of type recommended by manufacturer H for application. 2.5 FERTILIZER A. Slow -Release Fertilizer: Granular or pelleted fertilizer consisting of 50 percent water -insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: 20 percent nitrogen, 10 percent phosphorous, and 10 percent potassium, by weight. PART 3 -EXECUTION 3.1 EXAMINATION A. Examine areas to receive grasses for compliance with requirements and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities, trees, shrubs, and plantings from damage caused by planting operations. ' 1. Protect adjacent and adjoining areas from hydroseeding overspray. 063126005 LAWNS AND GRASSES 02920 - 4 Oct -I I B. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. C. Remove weeds before seeding by applying selective herbicides as required do not use pre -emergence herbicides. D. Limit subgrade preparation to areas to be planted. Loosen subgrade to a minimum depth of 4 inches. Remove stones larger than one inch in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. Pulverize or roto-till soil clods to less than one-half inch equivalent diameter. 1. Apply fertilizer directly to subgrade before loosening at a rate of 400 pounds per acre. 2. Reduce elevation of planting soil to allow for soil thickness of sod. E. Adjacent Subgrades: If grasses are to be planted in areas unaltered or undisturbed by excavating, grading, or surface soil stripping operations; but were affected by stockpiling, vehicular traffic or other ancillary activity relating to construction operations, prepare surface soil as follows: 1. Loosen surface soil to a depth of at least of 4 inches. a. Apply fertilizer directly to subgrade before loosening at a bulk rate of 400 pounds per acre. 2. Remove stones larger than one inch in any dimension and sticks, roots, trash, and other extraneous matter. 3. Legally dispose of waste material, including grass, vegetation, and turf, off Owner's property- F. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly fine texture. Grade to within plus or minus 1/2 inch of finish elevation. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit fine grading to areas that can be planted in the immediate future. G. Moisten prepared lawn areas before planting if soil is dry. Water thoroughly and allow surface to dry before planting. Do not'create muddy soil. H. Restore areas if eroded or otherwise disturbed after finish grading and before planting. 3.3 DRILLED SEEDING A. Sow seed with drill specifically designed for type of seed to be used. Do not broadcast or drop seed when wind velocity is excessive. Evenly distribute seed by sowing equal quantities in two directions at right angles to each other. 1. Do not use wet seed or seed that is moldy or otherwise damaged. B. Sow seed at the rate of 2 lb. of pure live seed (pls) per 1000 sf. C. Roll lightly, and water with fine spray. 3.4 HYDROSEEDING A. Hydroseeding: Mix specified seed, fertilizer, and fiber mulch in water, using equipment specifically designed for hydroseed application. Continue mixing until uniformly blended into homogeneous slurry suitable for hydraulic application. 1. Mix slurry with nonasphaltic or asphalt -emulsion tackifier. 2. Apply slurry uniformly to all areas to be seeded in a one-step process. { 063126005 LAWNS AND GRASSES 02920 - 5 _$ Oct -I I 3.5 SODDING A. Lay sod within 48 hours of harvesting. Do not lay sod if dormant or if ground is frozen or muddy. B. Lay sod to form a solid mass with tightly fitted joints. Butt ends and sides of sod; do not stretch or overlap. Stagger sod strips or pads to offset joints in adjacent courses. Avoid damage to subgrade or sod during installation. Tamp and roll lightly to ensure contact with subgrade, eliminate air pockets, and form a smooth surface. Work sifted soil or fine sand into minor cracks between pieces of sod; remove excess to avoid smothering sod and adjacent grass. 1. Lay sod across angle of slopes exceeding three horizontal to one vertical. 2. Anchor sod on slopes exceeding six horizontal to one vertical with wood pegs or staples spaced as recommended by sod manufacturer but not less than 2 anchors per sod strip to prevent slippage. C. Saturate sod with fine water spray within two hours of planting. During first week, water daily or more frequently as necessary to maintain moist soil to a minimum depth of 1-1/2 inches below sod. 3.6 RENOVATION OF LAWNS A. Renovate existing grasses and landscaping damaged by Contractor's operations, such as storage of materials or equipment and movement of vehicles, at Contractor's expense. 1. Reestablish lawn where settlement or washouts occur or where minor regrading is required. 2. Contractor shall replace damaged grass or plants with grass or plants that are identical to those present in the existing lawn or landscaping. B. Remove sod and vegetation from diseased or unsatisfactory lawn areas; do not bury in soil. C. Remove topsoil containing foreign materials resulting from Contractor's operations, including oil drippings, fuel spills, stone, gravel, and other construction materials, and replace with new topsoil. D. Remove weeds before seeding. Where weeds are extensive, apply selective herbicides as required. Do not use pre -emergence herbicides. E. Remove waste and foreign materials, including weeds, soil cores, grass, vegetation, and turf, and legally dispose of them off Owner's property. F. Till stripped, bare, and compacted areas thoroughly to a soil depth of 6 inches. G. Apply soil amendments and initial fertilizers required for establishing new lawns and mix thoroughly into top 4 inches of existing soil. Provide new planting soil to fill low spots and meet finish grades. H. Water newly planted areas and keep moist until new grass is established. 3.7 SATISFACTORY GRASS ESTABLISHMENT A. Satisfactory Seeded Area: At end of maintenance period, a healthy, uniform, close stand of grass has been established, free of weeds and surface irregularities, with coverage exceeding 90 percent over any 10 sq. ft. (0.92 sq. m) and bare spots not exceeding 5 by 5 inches. B. Satisfactory sodded Area: At end of maintenance period, a healthy, well -rooted, even -colored, viable stand of grass has been established, free of weeds, open joints, bare areas, and surface irregularities. C. Reestablish grasses that do not comply with requirements and continue maintenance until grasses are satisfactory to the Owner. 063126005 LAWNS AND GRASSES 02920 - 6 Oct-11 3.8 CLEANUP AND PROTECTION A. Promptly remove soil and debris created by landscape work from paved areas. Clean wheels of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas. B. Erect barricades and warning signs as required to protect newly planted areas from traffic. Maintain barricades throughout maintenance period and remove after lawn is established. C. Remove erosion -control measures after grass establishment period in accordance with the Storm dater Pollution Prevention Plan. END OF SECTION 02920 063126005 LAWNS AND GRASSES 02920 - 7 -- Oct -I I DIVISION 3 — CONCRETE 063126005 DIVISION 3 — CONCRETE Oct-11 SECTION 03100 CONCRETE FORMWORK A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install concrete formwork. The Work also includes: a. Providing openings in formwork to accommodate the Work under this and other Sections and building into the fonnwork all items such as sleeves, anchor bolts, inserts and all other items to be embedded in concrete for which placement is not specifically provided under other Sections. B. Coordination: 1. Review installation procedures under other Sections and coordinate the installation of items that must be installed with the formwork. 2. Coordinate formwork specifications herein with the requirements for finished surfaces specified in Section 03300, Cast -In -Place Concrete. C. Related Sections: 1. 03200-Concrete Reinforcement. 2. 0325 1 -Concrete Joints. 3. 03300-Cast-In-Place Concrete. 1.2 QUALITY ASSURANCE A. CONTRACTOR shall examine the substratum and the conditions under which concrete formwork is to be performed, and notify the ENGINEER, in writing, of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions have been corrected in a manner acceptable to the ENGINEER. B. Reference Standards: Comply with applicable provisions and recommendations of the following, except as otherwise shown or specified. Where conflicts may occur between the reference standards, the more restrictive provisions shall apply. 1. ACI 117, Standard Tolerances for Concrete Construction and Materials. 2. ACI 301, Standard Specifications for Structural Concrete. 3. ACI 3181318R, Building Code Requirements for Reinforced Concrete. 4. ACI 347, Guide for Concrete Formwork. 5. ASTM C 805, Test Method for Rebound Number of Hardened Concrete. 6. US Product Standard, PS-1-83 for Construction and Industrial Plywood. 063126005 CONCRETE FORMWORK 03100- 1 Oct-2011 C. Allowable Tolerances: 1. Construct formwork to provide completed concrete surfaces complying with tolerances specified in ACI 347, Chapter 3, except as otherwise specified. 2. Construct formwork to provide completed concrete surfaces complying with the following tolerances: a. Vertical alignment: 1) Lines, surfaces and arises less than 100 feet in height — maximum 1 inch not to exceed a 1/2" in any 10-feet. 2) Outside corner of exposed corner columns and control joints in concrete exposed to view less than 100 feet in height -1/2 inch. 3) Lines, surfaces and arises greater than 100 feet in height-1/1000 times the height but not more than 6 inches. b. Lateral alignment: 1) Members - 1 inch. 2) CenterIine of openings 12 inches or smaller and edge location of larger openings in slabs - 1/2 inch. 3) Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch. C. Level alignment: 1) Elevation of slabs -on -grade — maximum 3/4 inch not to exceed '/-inch in any 10-feet. 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 inch. 3) Elevation of formed surfaces before removal of shores - 3/4 inch. 4) Lintels, sills, parapets, horizontal grooves, and other lines exposed to view - 1/2 inch. d. Cross -sectional dimensions: Overall dimensions of beams, joists, and columns and thickness of walls and slabs. 1) 12 inch dimension or less - plus 3/8 inch to minus 1/4 inch. 2) Greater than 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 3) Greater than 3 foot dimension - plus 1 inch to minus 3/4 inch. e. Relative alignment: 1) Stairs: (a) Difference in height between adjacent risers - 1/8 inch. (b) Difference in width between adjacent treads - 1/4 inch. (c) Maximum difference in height between risers in a flight of stairs - 3/8 inch. 063126005 Oct-2011 CONCRETE FORMWORK 03100- 2 r a (d) Maximum difference in width between treads in a flight of stairs - 3/8 inch. 2) Grooves: (a) Specified width 2 inches or less - 1/8 inch. (b) Specified width between 2 inches and 12 inches - 1/4 inch. 3) Vertical alignment of outside corner of exposed corner columns and control joint grooves in concrete exposed to view - 1/4 inch in 10 feet not to exceed 3/4 inch. 4) All other conditions - 3/8 inch in 10 feet. 5) Offsets between pieces of formwork facing material: (a) Class A - Architecturally or prominently exposed surfaces -1/8 inch gradual or abrupt. (b) Class B - Surfaces to receive plaster or stucco - 1/4 inch gradual or abrupt. (c) Class C - Exposed surfaces in generally unfinished spaces - 1/4 inch abrupt,1/2 inch gradual. (d) Class D - Concealed surfaces — 1/2 inch gradual or abrupt. D. CONTRACTOR shall install all formwork and accessories for all facilities in accordance with manufacturers' instructions. E. When high range water reducer (superplasticizer) is used in concrete mix, forms shall be designed for full hydrostatic pressure in accordance with ACI 347. F. Make joints in forms watertight. G. Limit panel deflection to 1/360h of each component span to achieve tolerances specified. 1.3 SUBMITTALS A. Samples: 1. Form Ties: Proposed method of sealing and waterstopping form tie hole. Coordinate with Drawing details. B. Shop Drawings: l . Submit for approval the following: a. Taper tie installation, removal, and hole repair materials and procedures. 2. Submit for information purposes the following: a. Copies of manufacturer's data and installation instructions for proprietary materials, including form coatings, manufactured form systems, ties and accessories. 1.4 PRODUCT DELIVERY, STORAGE AND HANDLING 063126005 CONCRETE FORMWORK 03100- 3 Oct-2011 A. On delivery to job site, place materials in area protected from weather, in accordance with manufacturers' recommendations. B. Store materials above ground on framework or blocking. Cover wood for forms and other accessory materials with protective waterproof covering. Provide for adequate air circulation or ventilation. Store materials in accordance with the manufacturers' recommendations. C. Handle materials to prevent damage in accordance with the manufacturers' recommendations. 1.5 QUALIFICATIONS A. FORMWORK DESIGNER: FORMWORK, FALSEWORK, AND SHORING DESIGN SHALL BE BY AN ENGINEER LICENSED IN THE STATE OF TEXAS. PART 2-PRODUCTS 2.1 FORM MATERIALS A. Forms for Smooth Finish Concrete: 1. Unless otherwise shown or specified, construct formwork for smooth concrete surfaces with plywood, metal, metal -framed plywood -faced, or other panel type materials acceptable to ENGINEER, to provide continuous, straight, smooth p ' as -cast surfaces with no wood grain or other surface texture imparted by the of joints and to formwork. Furnish in largest practical sizes to minimize number conform to joint system shown or specified. Provide form material with sufficient l_ thickness to withstand pressure of newly placed concrete without bow or deflection. B. Forms for Standard Finish Concrete: 1. Form concrete surfaces designated to have a standard formed finish with 1 plywood, lumber, metal, or other acceptable material. Provide lumber that is dressed on at least two edges and one side. C. Cylindrical Columns and Supports: -� I. Form round -section members with paper or fiber tubes, constructed of laminated plies using water-resistant type adhesive with wax -impregnated exterior for weather and moisture protection. Provide units with sufficient wall thickness to resist loads imposed by wet concrete without deformation. a. Provide manufacturer's seamless units to minimize spiral gaps or seams. 2. Fiberglass or steel forms may be used for cylindrical columns, if approved by ENGINEER. j D. Form Ties: 1. Provide factory -fabricated, removable or snapoff metal form ties, designed to prevent form deflection, and to prevent spalling of concrete surfaces upon removal. Materials used for tying forms will be subject to approval of ENGINEER. 063126005 CONCRETE FORMWORK 03100- 4 Oct-201 I 2. Unless otherwise shown on the Drawings, provide ties so that portion remaining within concrete after removal of exterior parts is at least 1.5-inch from the outer concrete surface. Provide form ties that will leave a hole no larger than 1-inch diameter in the concrete surface. 3. Ties for exterior walls, below grade walls, fluid containment walls, and walls subject to hydrostatic pressure shall have waterstops. 4. All ties shall leave a uniform, circular hole when forms are removed. 5. Provide stainless steel form ties for planned exposed tie hole locations. 6. Wire ties are not acceptable. E. Form Release Agent: Material: Release agent shall not bond with, stain, or adversely affect concrete surfaces, and shall not impair subsequent treatments of concrete surfaces when applied to forms or form liners. A ready -to -use water based material formulated to reduce or eliminate surface imperfections, containing no mineral oil or organic solvents. Environmentally safe, meeting local, state, and federal regulations and can be used in potable water facilities (NSF 61 approved). 2. Manufacturers and Products: a. Master Builders, Inc.; Rheofmish. b. Cresset Chemical Company; Crete -Lease 20-VOC. 2.2 DESIGN OF FORMWORK A. Design, erect, support, brace and maintain formwork so that it shall safely support vertical and lateral loads that might be applied, until such loads can be supported by the concrete structure. Carry vertical and lateral loads to ground by formwork system or in -place construction that has attained adequate strength for this purpose. Construct formwork so that concrete members and structures are of correct size, shape, alignment, elevation and position. B. Design forms and falsework to include values of live load, dead load, weight of moving equipment operated on formwork, concrete mix, height of concrete drop, vibrator frequency, ambient temperature, foundation pressures, stresses, lateral stability, and other factors pertinent to safety of structure during construction. C. Provide shores and struts with positive means of adjustment capable of taking up formwork settlement during concrete placing operations, using wedges or jacks or a combination thereof. Provide trussed supports when adequate foundations for shores and struts cannot be secured. D. Support form facing materials by structural members spaced sufficiently close to prevent beyond tolerance deflection, in accordance with ACI 117. Fit forms placed in successive units for continuous surfaces to accurate alignment, free from irregularities and within allowable tolerances. For long span members without intermediate supports, provide camber in formwork as required for anticipated deflections resulting from weight and pressure of fresh concrete and construction loads. E. Design formwork to be readily removable without impact, shock or damage to concrete surfaces and adjacent materials. 063126005 CONCRETE FORMWORK - _A Oct-2011 I F. Provide formwork sufficiently tight to prevent leakage of cement paste during concrete placement. Solidly butt joints and provide backup material at joints as required to prevent leakage and fins. G. Omit side forms of footings and place concrete directly against excavation only when formally requested by CONTRACTOR, in writing, and accepted by ENGINEER, in writing. When omission of forms is accepted, provide additional concrete required beyond the minimum design profiles and dimensions of the footings as detailed. No additional compensation will be made to CONTRACTOR for additional concrete required. PART 3-EXECUTION 3.1 INSPECTION A. CONTRACTOR shall examine the substrate and the conditions under which Work is to be performed and notify ENGINEER, in writing, of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER. B. Formwork that is excessively worn, damaged, rusting or otherwise incapable of producing straight and plumb surfaces will be rejected by the Owner, and new forms acceptable to the Owner will be supplied at the Contractor's expense. 3.2 FORM CONSTRUCTION A. Construct forms complying with the requirements of ACI 347, to the exact sizes, shapes, lines and dimensions shown, as required to obtain accurate alignment, location and grades to tolerances specified, and to obtain level and plumb work in finished structures. Provide for openings, offsets, keyways, recesses, moldings, rustication, reglets, chamfers, blocking, screeds, bulkheads, anchorages and inserts, and other features required. Use selected materials to obtain required finishes. Finish shall be as determined by approved mock-up or sample panel, where requested by the Owner and as specified. B. Fabricate forms for easy removal without damaging concrete surfaces. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces where the slope is too steep to place concrete with bottom forms only. Kerf wood inserts for forming keyways, reglets, recesses, and the like, to prevent swelling and assure ease of removal. C. Provide temporary openings where interior area of formwork is inaccessible for cleanout, for inspection before concrete placement, and for placement of concrete. Brace temporary closures and set tightly to forms to prevent loss of cement paste. Locate temporary openings on forms in Iocations as inconspicuous as possible, consistent with requirements of the Work. Form intersecting planes of openings to provide true, clean. -cut corners, with edge grain of plywood not exposed as form for concrete. D. Fassework: 063126005 Oct-2011 Erect falsework and support, brace and maintain it to safely support vertical, lateral and asymmetrical loads applied until such loads can be supported by in -place concrete structures. Construct falsework so that adjustments can be made for take-up and settlement. CONCRETE FORMWORK 03100-6 r- 1 2. Provide wedges, jacks or camber strips to facilitate vertical adjustments. Carefully inspect falsework and formwork during and after concrete placement operations to determine abnormal deflection or signs of failure; make necessary adjustments to produce finished Work of required dimensions. E. Forms for Smooth Finish Concrete: 1. Do not use metal cover plates for patching holes or defects in forms. 2. Provide sharp, clean corners at intersecting planes, without visible edges or offsets. Back joints with extra studs or girts to maintain true, square intersections. 3. Use extra studs, walers and bracing to prevent bowing of forms between studs and to avoid bowed appearance in concrete. Do not use narrow strips of form material that will produce bow. Exposed surfaces that visually exhibit bows in forms will be rejected and replaced where directed by the Engineer. 4. Assemble forms so they may be readily removed without damage to exposed concrete surfaces. 5. Form molding shapes, recesses, rustication joints and projections with smooth -finish materials, and install in forms with sealed joints to prevent displacement. F. Corner Treatment: 1. Form exposed corners of beams, walls, foundations, bases and columns to produce smooth, solid, unbroken lines, except as otherwise shown. Exposed corners shall be chamfered. 2. Form chamfers with 3/4-inch by 3/4-inch strips, unless otherwise shown, accurately formed and surfaced to produce uniformly straight lines and tight edge joints. Use rigid PVC chamfers for all architecturally formed concrete. Extend terminal edges to required limit and miter chamfer strips at changes in direction. 3. Reentrant and unexposed corners may be formed either square or chamfered. G. Joints: 1. Refer to Section 03251 of these Specifications for treatment of joints. Locate as shown on the Drawings and specified. H. Openings and Built -In Work: 1. Provide openings in concrete formwork shown or required by other Sections. Refer to Paragraph 1.1.B., above, for the requirements of coordination. 2. Accurately place and securely support items to be built into forms. I. Sealing Formwork: 1. All formwork joints shall be tight fitting or otherwise sealed to prevent loss of cement paste. 2. All formwork, which rests against concrete surfaces, shall be provided with a compressible gasket material between the concrete and edge of form to fill any irregularities and create a tight seal. J. Cleaning and Tightening: 063126005 CONCRETE FORMWORK 03100- 7 Oct-2011 1. Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt or other debris just before concrete is to be placed. Retighten forms immediately after concrete placement, as required to eliminate cement paste leaks. 3.3 FORM COATINGS A. Coat form contact surfaces with a non -staining form -coating compound before reinforcement is placed. Do not allow excess form coating material to accumulate in the forms or to come into contact with surfaces which will be bonded to fresh concrete. Apply in compliance with manufacturer's instructions. B. Coat steel forms with a non -staining, rust -preventative form oil or otherwise protect against rusting. Rust -stained steel formwork is not acceptable and shall be replaced by the Contractor where directed by the Owner. 3.4 INSTALLATION OF EMBEDDED ITEMS A. Set and build into the formwork, anchorage devices and other embedded items, shown, specified or required by other Sections. Refer to Paragraph 1.1.B., above, for the - requirements of coordination. Use necessary setting drawings, diagrams, instructions and directions. B. Edge Forms and Screeds Strips for Slabs: 1. Set edge forms or bulkheads and intermediate screed strips for slabs to obtain required elevations and contours in the finished slab surface. Provide and secure units to support screeds. 3.5 FIELD QUALITY CONTROL A. Before concrete placement, CONTRACTOR shall check the formwork, including tolerances, lines, ties, tie cones, and form coatings. CONTRACTOR shall make corrections and adjustments to ensure proper size and location of concrete members and stability of forming systems. B. During concrete placement CONTRACTOR shall check formwork and related supports to ensure that forms are not displaced and that completed Work shall be within specified tolerances. C. If CONTRACTOR finds that forms are unsatisfactory in any way, either before or during placing of concrete, placement of concrete shall be postponed or stopped until the defects have been corrected and reviewed by ENGINEER. 3.6 REMOVAL OF FORMS A. Conform to the requirements of ACI 301, Section 2 and ACI 347, Chapter 3.7, except as specified below. Ambient Temperature (F) 70OF-95OF 60°F-70°F 50°F-60°F Below 50°F a. Walls 2 days 2 days 3 days Do not remove b. Columns 2 days 3 days 4 days forms until 063126005 CONCRETE FORMWORK 03100- 8 i Oct-2011_. c. Beam 4 days 5 days 6 days site -cured test Soffits cylinder d. Slabs 5 in. 5 days 6 days 7 days develops 75% thick or of 28-day less strength. e. Slabs over 6 days 7 days 7 days 5 in. thick B. Removal of Forms and Supports: Continue curing in accordance with Section 03300, Cast -In -Place Concrete. C. When high -early strength concrete is specified, a schedule for removal of forms will be developed in the field from the age/strength relationships established for the materials and proportions used by tests in accordance with ACI 301. D. Form facing material shall remain in place a minimum of four days after concrete placement, unless otherwise approved by ENGINEER. E. Results of suitable control tests of field -cured specimens may be used as evidence that the concrete has attained sufficient strength and that supporting forms and shoring may be removed prior to the periods indicated herein. F. The time for removal of all forms will be subject to ENGINEER'S approval. 3.7 PERMANENT SHORES A. Provide• permanent shores as defined in ACI 347. B. Reshores shall not be permitted. 3.8 RE -USE OF FORMS A. Clean and repair surfaces of forms to be re -used in the Work. Split, frayed, delaminated or otherwise damaged form facing material will not be acceptable. Apply new form coating compound material to concrete contact surfaces as specified for new formwork. B. When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close all joints. Align and secure joints to avoid offsets. Do not use "patched" forms. Form surfaces shall be subject to ENGINEER and OWNER approval. END OF SECTION 03100 063126005 CONCRETE FORMWORK 03100- 9 1 " Oct-2011 SECTION 03200 CONCRETE REINFORCEMENT PART1-GENERAL 1.1 SUMMARY A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install concrete reinforcement. 2. The extent of concrete reinforcement is shown. 3. The Work includes fabrication and placement of reinforcement including bars, ties and supports, and welded wire fabric for concrete, encasements and fireproofing. B. Related Sections: 1. 03300-Cast-in-Place Concrete. 1.2 QUALITY ASSURANCE A. Reference Standards: Comply with applicable provisions and recommendations of the following, except as otherwise shown or specified: 1. ASTM A82, Specification for Steel Wire, Plain, for Concrete Reinforcement. 2. ASTM Al84, Specification for Fabricated Deformed Steel Bar Mats for Concrete Reinforcement. 3. ASTM A185, Specification for Steel Welded Wire Fabric, Plain, for Concrete Reinforcement. 4. ASTM A496, Specification for Steel Wire, Deformed, for Concrete Reinforcement. 5. ASTM A497, Specification for Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement. 6. ASTM A615, Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. 7. ASTM A706, Specification for Low -Alloy Steel Deformed Bars for Concrete Reinforcement. 8. ASTM A775, Specification for Epoxy -Coated Reinforcing Steel Bars. 9. ACI 315, Manual of Standard Practice for Detailing Reinforced Concrete Structures. 10. ACI 318, Building Code Requirements for Structural Concrete. 11. ACI 350, Code Requirements for Environmental Engineering Concrete Structures. 12 ACI SP66, Detailing Manual. 063126005 Oct-2011 CONCRETE REINFORCEMENT 8 03200- 1 ` is 13. CRSI 1MSP, Concrete Reinforcing Steel Institute (CRSI) Manual of Standard Practice. B. Allowable Placing Tolerances: Comply with ACI 318, Chapter 7 - Details of Reinforcement unless specified otherwise below or where shown in the Drawings: 1. Concrete wall surfaces in contact with liquids: 2-inches minimum coverage. C. Subcontractor: At least three projects utilizing similar methods and materials within the last three years. Installer shall be trained and certified by the adhesive manufacturer for drilled dowels. 1.3 SUBMITTALS A. Shop Drawings: Submit for approval the following: 1. Manufacturer's specifications and installation instructions for all materials and reinforcement accessories. 2. Drawings for fabrication, bending, and placement of concrete reinforcement. Comply with ACI 315, Parts A and B. For walls, show elevations of each wall to depict reinforcing. For slabs, show top and bottom reinforcing on separate plan views. Show bar schedules, stirrup spacing, diagrams of bent bars, arrangements and assemblies, as required for the fabrication and placement of concrete reinforcement unless otherwise noted. Splices shall be kept to a minimum. Splices in regions of maximum tension stresses shall be avoided whenever possible. 3. Drawings detailing the location of all construction, contraction and expansion joints as required under Section 03251, Concrete Joints, shall be submitted and approved before Shop Drawings for reinforcing steel are submitted. Reinforcing submittals not showing jointing will be rejected. B. Certificates: 1. Submit one copy of steel producer's certificates of mill analysis, tensile and bend tests for reinforcing steel. C. Adhesive for Drilled Dowels: 1. Product Data: a. Manufacturer's catalog information. b. Manufacturer's instructions for preparation, placement, drilling of holes, installation, and handling of cartridges, nozzles and equipment. C. Contact for manufacturer including name, telephone number, and address. d. Manufacturer's Certificate of Proper Installation e. Manufacturer's written letter of certification identifying installer's qualifications to install the product. f. Doweling system ICBO Reports. g. Detailed step-by-step instructions for the Special Inspection procedure in accordance with ICBO Reports and IBC. 063126005 CONCRETE REINFORCEMENT 03200- 2 .._; Oct-2011 1.4 DELIVERY, HANDLING AND STORAGE A. Deliver concrete reinforcement materials to the site bundled, tagged and marked. Use metal tags indicating bar size, lengths, and other information corresponding to markings shown on placement diagrams. B. Store concrete reinforcement material at the site to prevent damage and accumulation of dirt or excessive rust. Store on heavy wood blocking so that no part of it will come in contact with the ground. C. Store adhesives in covered storage area at temperatures according to manufacturer guidelines. 1. Dispose of when the shelf life has expired or where stored other than manufacturer's instructions. 2. Container Markings: Include manufacturer's name, product name, batch number, mix ratio by volume, product expiration date, ANSI hazard classification, and appropriate ANSI handling procedures. PART 2-PRODUCTS 2.1 MATERIALS A. Reinforcing Bars: 1. Provide Grade 60 standard reinforcing bars at all locations. B. Mechanical Couplers 1. Where permitted in writing by the ENGINEER, mechanical couplers may be used. This connection shall be a full mechanical connection which shall develop in tension or compression, as required, at least 125 percent of specified yield strength (fy) of the bar in accordance with ACI 318. Submit manufacturer ICBO report. 2. Mechanical threaded couplers shall be: a. Lenton Taper Threaded Rebar Couplers by Erico, Inc. b. Lenton Form Saver Couplers by Erico, Inc. C. Cadweld Rebar Coupler by Erico, Inc. C. Steel Wire: ASTM A 82. D. Welded Smooth Wire Fabric: ASTM A 185. 1. Furnish in flat sheets, not rolls. E. Supports for Reinforcement: Bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcement in place. 1. Use wire bar type supports complying with CRSI "Manual of Standard Practice" recommendations, except as specified below. Do not use wood, brick, or other unacceptable materials. 2. For slabs on grade, use precast concrete blocks, 4-inch square in plan, with embedded tie wire as specified by CRSI, "Manual of Standard Practice". The 063126005 Oct-2011 CONCRETE REINFORCEMENT 03200- 3 t- precast concrete blocks shall have the same or higher compressive strength as specified for the concrete in which they are located. 3. For all concrete surfaces, where legs of supports are in contact with forms, provide supports complying with CRSI "Manual of Standard Practice" as . _ follows: a. At formed surfaces in contact with soil, weather, or liquid or located above liquid, supports shall be CRSI Class 1 for maximum protection. The plastic coating on the legs shall extend at least 1/2-inch upward from the form surface. b. At interior dry surfaces (not located above liquid), supports shall be either Class 1 or Class 2 for moderate protection. C. At formed surfaces with an architectural or prominently exposed finish, use stainless steel protected legs (Type B). 4. Over waterproof membranes, use precast concrete chairs. F. Drilled Dowels 1. Adhesive material for drilled dowels shall be a two-part epoxy adhesive. The resin shall be a high modulus, moisture insensitive type. The adhesive shall be packaged in a cartridge type dispensing system with a mixing nozzle. The adhesive shall be formulated to maintain its bond and integrity under continuous submergence by water. The adhesive anchoring systems shall have an ultimate capacity in excess of 125 percent of the yield strength of the reinforcing steel at an embedment of 12 bar diameters. 2. Adhesive systems shall be: a. HIT RE 500, manufactured by Hilti Corporation. b. No substitutes will be considered. 2.2 FABRICATION A. General: Fabricate reinforcing bars to conform to required shapes and dimensions, with fabrication tolerances complying with CRSI, "Manual of Standard Practice". In case of fabricating errors, do not re -bend or straighten reinforcement in a manner that will damage or weaken the material. B. Unacceptable Materials: Reinforcement with any of the following defects will not be permitted in the Work: 1. Bar lengths, bends, and other dimensions exceeding specified fabrication tolerances. 2. Bends or kinks not shown on approved Shop Drawings. 3. Bars with reduced cross-section due to excessive rusting or other cause. 4. Bars that have been field modified or cut without prior approval by the Engineer. PART 3-EXECUTION 3.1 INSPECTION 063126005 CONCRETE REINFORCEMENT 03200- 4 t___; Oct-2011 A. CONTRACTOR shall examine the substrate and the conditions under which concrete reinforcement is to be placed, and notify ENGINEER, in writing, of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER. B. Bars with excessive rust, debris, concrete laitance or other defect shall be removed and replaced where directed by the Owner. 3.2 INSTALLATION A. Comply with the applicable recommendations of specified codes and standards, and CRSI, "Manual of Standard Practice", for details and methods of reinforcement placement and supports. B. Clean reinforcement to remove loose rust and mill scale, earth, ice, and other materials which reduce or destroy bond with concrete. Repair any visible pinholing in epoxy coated reinforcing. C. Position, support, and secure reinforcement against displacement during formwork construction or concrete placement operations. Locate and support reinforcing by metal chairs, runners, bolsters, spacers and hangers, as required. 1. Place reinforcement to obtain the minimum concrete coverages as shown and as specified in ACI 350. Arrange, space, and securely tie bars and bar supports together with 16 gage wire to hold reinforcement accurately in position during concrete placement operations. Set wire ties so that twisted ends are directed away from exposed concrete surfaces. 2. Prior to placement of concrete, CONTRACTOR shall demonstrate to ENGINEER that the specified cover of reinforcement has been attained, by using a surveying level. 3. Reinforcing steel shall not be secured to forms with wire, nails or other ferrous metal. Metal supports subject to corrosion shall not touch formed or exposed concrete surfaces. 4. Adjusting the location of reinforcing during concrete placement is not permitted. Reinforcing must be firmly secured at specified locations prior to concrete placement. D. Install welded wire fabric in as long lengths as practical. Lap adjoining pieces at least one full mesh and lace splices with 16-gage wire. Do not make end laps midway between supporting beams, or directly over beams of continuous structures. Offset end laps in adjacent widths to prevent continuous laps. E. Provide sufficient numbers of supports of strength required to carry reinforcement. Do not place reinforcing bars more than 2-inches beyond the last leg of any continuous bar support. Do not use supports as bases for runways for concrete conveying equipment and similar construction loads. F. Lap Splices: Provide standard reinforcement splices by lapping ends, placing bars in contact, and tying tightly with wire. Where spliced bars are not in direct contact, spacing shall not exceed that specified in the Drawings. Comply with requirements shown on the Drawings for minimum lap of spliced bars. 063126005 CONCRETE REINFORCEMENT 03200- 5 Oct-2011 G. Mechanical Couplers: 1. Mechanical butt splices shall be in accordance with the recommendation of the manufacturer of the mechanical splicing device. Butt splices shall develop 125 percent of the specified minimum yield tensile strength of the spliced bars or of the smaller bar in transition splices. Bars shall be flame dried before butt splicing. Adequate jigs and clamps or other devices shall be provided to support, align, and hold the longitudinal centerline of the bars to be butt spliced in a straight line. Couplers shall be used only when permitted in writing by the ENGINEER. H. Welded Splices Welded splicing of reinforcing is not permitted. Welding of crossing bars (tack welding) for assembly of reinforcement is prohibited. I. Drilled Dowels Drilled dowels shall be reinforcing dowels set in a resin adhesive in a hole drilled into hardened concrete. 2. Holes shall be drilled to the adhesive anchor system manufacturer's recom- mended diameter and depth to develop the required pullout resistance but shall not be greater in diameter than 1/4-inch more than the nominal bar diameter nor less than 12 times the nominal bar diameter in depth unless specified otherwise in the Drawings. 3. The hole shall be drilled by methods which do not interfere with the proper bonding of the resin. Only masonry type drill bits shall be used. 4. Existing reinforcing steel in the vicinity of proposed holes shall be located prior to drilling. The location of holes to be drilled shall be adjusted to avoid drilling through or nicking any existing reinforcing bars only after approval by the ENGINEER. 5. The hole shall be brushed (non-metallic bristle brush only) and blown clean with clean, dry compressed air to remove all duet and loose particles. 6. Resin shall be injected into the hole through the injection system -mixing nozzle (and any necessary extension tubes) placed to the bottom of the hole. The discharge end shall be withdrawn as resin is placed but kept immersed to prevent formation of air pockets. The hole shall be filled to a depth that ensures that excess material is expelled from the hole during dowel placement. 7. Dowels shall be twisted during insertion into the partially filled hole so as to guarantee full wetting of the bar surface with resin. The bar shall be inserted slowly enough to avoid developing air pockets. 3.3 INSPECTION OF REINFORCEMENT A. Concrete shall not be placed until the reinforcing steel is inspected and permission for placing concrete is granted by the OWNER. All concrete placed in violation of this provision will be rejected. The CONTRACTOR shall give 24-hour written notice to the OWNER's representative prior to reinforcing steel inspection. 063126005 CONCRETE REINFORCEMENT 03200- 6 Oct-2011 B. Formwork for walls and other vertical members will not be closed up until the reinforcing steel is inspected and permission for placing concrete is granted by the OWNER. All concrete placed in violation of this provision will be rejected. C. Testing of Drilled Dowels: The OWNER shall employ a testing agency to perform field quality control testing of the drilled dowel installation. After completion of the manufacturer's recommended curing period and prior to placement of connecting reinforcing, ten percent of drilled dowels installed shall be proof tested for pullout. The drilled dowels shall be tensioned to 60 percent of the specified yield strength. Where dowels are located less than six bar diameters from the edge of concrete, the ENGINEER will determine the tensile load required for the test. If any dowels fail, all installed dowels shall be tested. Dowels that fail shall be reinstalled and retested at CONTRACTOR'S expense. END OF SECTION 03200 063126005 CONCRETE REINFORCEMENT 03200- 7 Oct-2011 SECTION 03251 CONCRETE JOINTS PART 1-GENERAL 1.1 SUMMARY A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install concrete joints. 2. The types of concrete joints required include the following: a. Construction joints. b. Expansion joints. C. Control/contraction joints. d.- Isolation joints. e. Waterstops. B. General: All joints subject to hydrostatic pressure or in contact with soil, except non - water bearing slabs -on -grade, shall be provided with continuous waterstop. C. Related Sections: 1. 03100-Concrete Formwork. 2. 03200-Concrete Reinforcement. 3. 03300-Cast-In-Place Concrete. 1.2 QUALITY ASSURANCE A. Regulatory Requirements: Acceptance of pourable joint filler for potable water structures by federal EPA or by state health agency. 1. Pourable Joint Filler: Certified as meeting NSF 61. B. Qualifications: Water stop manufacturer shall demonstrate 5 years, minimum, continuous successful experience in production of specified water stops. C. Reference Standards: Comply with applicable provisions and recommendations of the following, except as otherwise shown or specified: 1. ACI 301, Standard Specifications for Structural Concrete. 2. ASTM C 920, Standard Specification for Elastomeric Joint Sealants. 3. ASTM D 412, Test Methods for Vulcanized Rubber and Thermoplastic Rubbers and Thermoplastic Elastomers-Tension. 4. ASTM D 624, Test Method for Tear Strength of Conventional Vulcanized Rubber and Thermoplastic Elastomers. 5. ASTM D 1752, Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction. 063126005 CONCRETE JOINTS 03251- 1 Oct-2011 6. ASTM D 2240, Test Method for Rubber Property — Durometer Hardness. 7. CRD-0572, U.S. Army Corps of Engineers Specifications for Polyvinyl - Chloride Waterstop. 8. ASTM A 240 — Test Method for Stainless Steel Physical Properties. 9. ANSI/NSF 61, Drinking Water System Components -Health Effects. 10. COE CEGS-03250 July 1995 Guide Specification for Military Construction. 11. EPA Title 40 CFR Section 265.193. D. All manufactured items shall be installed in accordance with manufacturer's instructions. 1.3 SUBMITTALS A. Shop Drawings: Submit for approval the following: I . Manufacturer's specifications and installation instructions for all materials 1 required. 2. Manufacturer's literature for waterstops include waterstop profiles with dimensions, shop made fittings, field splice joint detailed instructions, MSDS sheets, installation instructions, and certificate of compliance to specified physical properties. 3. Layout of all construction, contraction and expansion joint locations prior to the submittal of steel reinforcement Shop Drawings. 1.4 PRODUCT DELIVERY, STORAGE AND HANDLING A. All materials used for joints in concrete shall be stored on platforms or in enclosures and covered to prevent contact with the ground and exposure to the weather and direct sunlight. Storage and handling requirements of the manufacturer shall also be followed. PART 2-PRODUCTS 2.1 WATERSTOPS A. Polyvinyl Chloride: T1 1. Material Requirements: - a. Waterstops shall be extruded from an elastomeric polyvinyl chloride compound containing the plasticizers, resins, stabilizers, and other materials necessary to meet the requirements of these Specifications and the requirements of CRD-0572. No reclaimed or scrap material shall be used. b. Tensile strength of finished waterstop: 1400 psi, minimum. C. Ultimate elongation of finished waterstop: 280 percent, minimum. ? d. Minimum thickness shall be 3/8-inch. e. Waterstops shall be centerbulb ribbed type and sized as specified in the Drawings. E 2. Product and Manufacturer: Provide one of the following: 063126005 CONCRETE JOINTS 03251- 2 ' Oct-2011 -1 ,- a a. A.C. Horn, Incorporated. b. Greenstreak, Inc. C. Vinylex Corp. 2.2 HYDROPHILIC WATERSTOP MATERIALS A. General Material Properties 1. Hydrophilic waterstop materials shall be bentonite-free and shall expand by a minimum of 80 percent of dry volume in the presence of water to form a watertight joint seal without damaging the concrete in which it is cast. Provide only where indicated in the Contract Documents. 2. The material shall be composed of resins and polymers which absorb water and cause an increase in volume in a completely reversible and repeatable process. The waterstop material shall be dimensionally stable after repeated wet -dry cycles with no deterioration of swelling potential. 3. Select materials which are recommended by the manufacturer for the type of liquid to be contained. B. Hydrophilic Rubber Waterstop 1. The minimum cross sectional dimensions shall be 3/16-inch by 3/4-inch. Waterstop shall be capable of withstanding hydrostatic head pressures relevant to the Work but not less than 100-feet of head pressure. 2. Product and Manufacturer: Provide one of the following: a. Duroseal Gasket, by BBZ USA, Inc. b. Adeka Ultraseal MC-2010M, by Asahi Denka Kogyo K.K. C. SikaSwell S by the Sika Corporation. C. Hydrophilic Sealant: 1. The hydrophilic sealant shall adhere firmly to concrete, metal, and PVC in dry or damp condition. When cured it shall be elastic indefinitely. 2. Product and Manufacturer: Provide one of the following: a. Duroseal Paste, by BBZ USA, Inc. b. Adeka Ultraseal P-201, by Asahi Denka Kogyo K.K. D. Hydrophilic Injection Resin 1. Hydrophilic injection resin shall be acrylate-ester based. The viscosity shall be less than 50 cps. The resin shall be water soluble in its uncured state, solvent free, and non -water reactive. In the cured state it shall form a solid hydrophilic flexible material which is resistant to permanent water pressure and shall not attack bitumen, joint sealants, or concrete. 2. Product and Manufacturer: Provide one of the following: a. Duroseal Inject 1K/2K, by BBZ USA, Inc. b. Sika Injection 29, by Sika Corporation. y 063126005 CONCRETE JOINTS 03251- 3 Oct-2011 2.3 CONCRETE CONSTRUCTION JOINT ROUGHENER A. Provide a water-soluble non-flammable, surface -retardant roughener. B. Product and Manufacturer: Provide one of the following: I. Rugasol-S, as manufactured by Sika Corporation for horizontal joints only. 2. Concrete Surface Retarder -Formula S, as manufactured by Euclid Chemical Company, for horizontal joints only. 3. Concrete Surface Retarder -Formula F, as manufactured by Euclid Chemical Company, for vertical joints only. 2.4 EPDXY BONDING AGENT t A. Provide a two -component epoxy -resin bonding agent. B. Product and Manufacturer: Provide one of the following: 1. Sikadur 32 I i-Mod LPL, as manufactured by Sika Corporation. 2. Eucopoxy LPL, as manufactured by the Euclid Chemical Company. 2.5 EPDXY -CEMENT BONDING AGENT A. Provide a three component epoxy resin -cement blended formulated as a bonding agent. B. Product and Manufacturer: Provide one of the following: 1. Sika Armatec 110 EpoCem, as manufactured by Sika Corporation. 2. Corr -Bond, as manufactured by the Euclid Chemical Company. 2.6 NEOPRENE BEARING PADS A. Product and Manufacturer: Provide one of the following: I. 65 Durometer, Sheet Neoprene No. 1200, as manufactured by Williams Products Company. 2. 65 Durometer, Sheet Neoprene Style No. 264, as manufactured by Garlock Rubber Technologies. - 2.7 JOINT SEALANT A. Sealant shall be a two part polyurethane type sealant meeting the requirements of ASTM C 920, Type M, Class 25. The manufacturer's recommended primer must be used with the sealant. B. The sealant shall meet the following requirements (measured at 73 degrees F and 50 percent RH). : 1. Ultimate hardness (ASTM D 2240, Type A, Shore): 20 to 45. 2. Tensile strength (ASTM D 412): 200 psi, minimum. 3. Ultimate elongation (ASTM D 412): 400 percent, minimum. 4. Tear strength (ASTM D 624, die Q: 75 pounds per inch of thickness, minimum. 063126005 CONCRETE JOINTS 03251- 4 Oct-2011 5. Color: light gray. C. Product and Manufacturer: Provide one of the following: 1. Sikaflex-2c, as manufactured by Sika Corporation. 2. Permapol RC-270 Reservoir Sealant, as manufactured by Products Research and Chemical Corporation. 2.8 SEALANT ACCESSORIES A. Backer Rod: Backer rod shall be an extruded closed -cell polyethylene foam rod. The material shall be compatible with the sealant material used and shall have a tensile strength of not less than 40 psi and a compression deflection of approximately 25 percent at 8 psi. The rod shall be 1/8-inch larger in diameter than the joint width at joints less than 3/4-inch wide and 1/4-inch larger in diameter at joints 3/4-inch and wider. B. Bond Breaker Tape: Bond breaker shall be polyethylene or TFE-fluorocarbon self adhesive tape, as recommended by the manufacturer. PART 3-EXECUTION 3.1 INSPECTION A. CONTRACTOR shall examine the substrate and the conditions under which Work is to be performed and notify ENGINEER, in writing, of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER. 3.2 CONSTRUCTION JOINTS A. Comply with the requirements of ACI 301 and as specified below. B. Locate and install construction joints as shown on the Drawings. Additional construction joints shall be located as follows: 1. In walls locate vertical joints at a spacing of 40 feet maximum and approximately 10 feet from corners or as specified in the Drawings. 2. In foundation slabs and slabs on grade locate joints at a spacing of approximately 40 feet. Place concrete in a strip pattern not to exceed 100 linear feet, unless otherwise indicated on the Drawings, to a maximum of 5000 square feet in any one placement. 3. In mats and structural slabs and beams, at a spacing of approximately 40 feet. Locate joints in compliance with ACI 301, unless otherwise indicated on the Drawings. 4. Provide other additional construction joints as required to satisfactorily complete all Work. C. Horizontal Joints: 1. Roughen concrete at the interface of construction joints by abrasive blasting, hydrobiasting, or the use of surface retardants and water jets to expose the aggregate and remove accumulated concrete on projecting rebar immediately subsequent to form stripping, unless otherwise approved by ENGINEER. 063126005 CONCRETE JOINTS 03251- 5 Oct-2011 Immediately before placing fresh concrete, thoroughly clean the existing contact ' surface using a stiff brush or other tools and a stream of water under pressure. The surface shall be clean and wet, but free from pools of water at the moment the fresh concrete is placed. 2. Remove laitance, waste mortar or any other substance which may prevent complete adhesion. Where joint roughening was performed more than seven days prior to concrete placement or where dirt or other bond reducing ,1 contaminants are on the surface, additional light abrasive blasting or hydroblasting shall be done to remove laitance and all bond reducing materials just prior to concrete placement. 3. Place a 2-inch thick coat of mortar, one part sand and one part cement with water added to a flowable consistency or a 4-inch layer of Construction Joint Grout, as specified in Section 03600 over the contact surface of the old concrete. Place fresh concrete before the mortar or grout has attained its initial set. If the concrete mix has the slump increased to at least 6-inches by addition of a high range water reducer, the placement of mortar or grout may be omitted. D. Vertical Joints: 1. Apply roughener to the form in a thin, even film by brush, spray or roller in accordance with the manufacturer's instructions. After roughener is dry, concrete may be placed. 2. When concrete has been placed, remove joint surface forms as early as is necessary to allow for removal of the surface retarded concrete. Forms covering member surfaces shall remain in place as required by Section 03100, Concrete Formwork. Wash loosened material off with high-pressure water spray to obtain roughened surface subject to approval by ENGINEER. Alternately, the surface shall be roughened by abrasive blasting or hydroblasting to expose aggregate. The outer 1-inch of each side of the joint face shall be masked and protected from the blasting to avoid damage to the member surface. 3.3 EXPANSION JOINTS A. Comply with the requirements of ACI 301 and as specified below. B. Locate and install expansion joints as shown on the Drawings. Install joint filler in accordance with manufacturer's instructions. Sealants shall be installed as specified herein. 3.4 CONTROL JOINTS �j A. Control joints shall be provided in non -water bearing slabs on grade and where shown in the drawings. A groove, with a depth of at least 25 percent of the slab thickness, shall be formed or saw -cut in the concrete. This groove shall be filled with joint sealant material. I B. Where the control joint is formed by sawcutting, the cut shall be made immediately after the concrete has set enough to support the saw and be cut without being damaged or to cause curling. The concrete shall be kept continually moist until the cutting operation. C. Control joints may be formed with a tool or by insertion of a joint forming strip. After the concrete has gained its design strength, the upper portion of the joint forming strip shall be removed and the void filled with sealant. 063126005 Oct-2011 CONCRETE JOINTS 03251- 6 3.5 ISOLATION JOINTS A. Wherever a sidewalk, paving or other slab on grade abuts a concrete structure and is not shown doweled into that structure, an isolation joint shall be provided. Such joint shall be formed by a 1/2-inch joint filler with the upper 1/2-inch of the joint filled with sealant. 3.6 WATERSTOPS A. General: Comply with the requirements of ACI 301 and as specified below. All joints shall be made in accordance with manufacturer's instructions. 2. Obtain ENGINEER'S approval for waterstop locations not shown on the Drawings. 3. Provide polyvinyl chloride waterstops in all joints in concrete which are intended to retain liquid or are located below grade up to an elevation at least 12-inches above grade or to an elevation at least 12-inches above overflow liquid level in tanks, whichever is higher, except where otherwise shown on the Drawings. B. Polyvinyl Chloride Waterstop: 1. Tie waterstop to reinforcement, at a maximum spacing of 18-inches, so that it is securely and rigidly supported in the proper position during concrete placement. Continuously inspect waterstops during concrete placement to ensure their proper positioning. 2. Splices in waterstops shall be performed by heat sealing the adjacent waterstop sections in accordance with the manufacturer's printed recommendations. It is required that: a. The material shall not be damaged by heat sealing. b. The splices shall have a tensile strength of not less than 60 percent of the unspliced materials tensile strength. C. The continuity of the waterstop ribs and of its tubular center axis shall be maintained. 3. Only prefabricated mitered and beveled type joints of the ends of two identical waterstop sections shall be allowed to be made while the material is in the forms. 4. All joints with waterstops involving more than two ends to be jointed together, and all joints which involve an angle cut, alignment change, or the joining of two dissimilar waterstop sections shall be prefabricated by CONTRACTOR or manufacturer prior to placement in the forms, allowing not less than 24-inch long strips of waterstop material beyond the joint. Upon being inspected and approved, such prefabricated waterstop joint assemblies shall be installed in the forms and the ends of the 24-inch strips shall be welded to the straight run portions of waterstop in place in the forms. 5. Where a centerbulb waterstop intersects and is jointed with a non-centerbulb waterstop, care shall be taken to seal the end of the centerbulb, using additional PVC material, if required. 6. The symmetrical halves of the waterstops shall be equally divided between the concrete placements at the joints and centered within the joint width, unless 063126005 CONCRETE JOINTS 03251- 7 Oct-2011 shown otherwise. Centerbulb waterstops shall be placed in expansion joints so that the centerbulb is centered on the joint filler material. 7. When any waterstop is installed in the forms or is embedded in the first concrete placement and the waterstop remains exposed to the atmosphere for more than four days, suitable precautions shall be taken to shade and protect the exposed waterstop from direct rays of the sun during the entire exposure and until the exposed portion of the waterstop is embedded in concrete. 8. Waterstop placed in joints intended for future concrete placement shall be - protected from direct rays of the sun by temporary means until a permanent cover is installed so that the waterstop is not exposed to the direct rays of the sun for more than a total of four days. C. Hydrophilic Rubber Waterstop and Sealant 1. Where a hydrophilic rubber waterstop or sealant is called for in the Contract Documents, or where approved by the ENGINEER, it shall be installed with the manufacturer's instructions and recommendations; except, as modified herein. 2. When requested by the ENGINEER, the manufacturer shall provide technical assistance in the field. 3. The waterstop or sealant shall be located as near as possible to the center of the joint and it shall be continuous around the entire joint. The minimum distance from the edge of the waterstop to the face of the member shall be 3-inches. 4. Where a hydrophilic rubber waterstop is used in combination with PVC waterstop, the hydrophilic rubber waterstop shall overlap the PVC waterstop for a minimum of 6-inches. The contact surface between the hydrophilic rubber waterstop the PVC waterstop shall be filled with hydrophilic sealant. 5. Where wet curing methods are used, hydrophilic rubber waterstop and sealant shall be applied after curing water is removed and just prior to the closing up of the forms for the concrete placement. Hydrophilic rubber waterstop and sealant shall be protected from the direct rays of the sun and from becoming wet prior to concrete placement. If the material does become wet and expands, it shall be allowed to dry until it has returned to its original cross sectional dimensions before concrete is placed. 6. The hydrophilic rubber waterstop shall be installed in a bed of hydrophilic sealant, before skinning and curing begins, so that any irregularities in the concrete surface are completely filled and the waterstop is bonded to the sealant. After the sealant has cured, concrete nails, with washers of a diameter equal to the waterstop width, shall be placed to secure the waterstop to the concrete at a maximum spacing of 18-inches. 7. Prior to installation of hydrophilic sealant, the concrete surface shall be wire brushed or sand blasted to remove any laitance or other materials that may interfere with the bonding. Surfaces of metal or PVC to receive sealant shall be cleaned of paint and any material that may interfere with bond. When sealant alone is shown on the Contract Documents, it shall be placed in a built up bead which has a triangular cross section with each side of the triangle at least 3/4- inch in length, unless indicated otherwise. Concrete shall not be placed until the sealant has cured as recommended by the manufacturer. 063126005 CONCRETE JOINTS 03251- 8 Oct-2011 3.7 BONDING AGENT A. Use epoxy bonding agent for bonding of fresh concrete to concrete that has been in place for at least 60 days or to existing concrete. B. Use epoxy -cement bonding agent for the following: 1. Bonding toppings and concrete fill to concrete that has been in place for at least 60 days or to existing concrete. 2. For all locations where bonding agent is required and concrete cannot be placed within the open time period of epoxy bonding agent. C. Use a cement -water slurry as a bonding agent for toppings and concrete fill to new concrete. The cement water slurry shall be worked into the surface with a stiff bristle broom and concrete shall be placed before the cement -water slurry dries. D. Handle and store bonding agent in compliance with the manufacturer's printed instructions, including safety precautions. E. Mix the bonding agent in complete accordance with the instructions of the manufacturer. F. Before placing fresh concrete, thoroughly roughen surface to 3/16-inch amplitude and clean hardened concrete surfaces and coat with bonding agent not less than 1/16-inch thick. Place fresh concrete while the bonding agent is still tacky (within its open time), without removing the in -place bonding agent coat, and as directed by the manufacturer. 3.8 SEALANT INSTALLATION A. Sealants shall be installed according to the manufacturer's recommendations for sealant which is to be subjected to continuous submerged conditions and the following requirements. Prior to sealant installation, CONTRACTOR shall arrange to have a representative of the sealant manufacturer instruct the crew doing the Work as to the proper methods of surface preparation, mixing, and application of the sealant. B. Surfaces to receive sealant shall be cleaned of all materials which could interfere with proper bonding. Concrete surfaces shall have all fins or other defects removed or repaired and shall receive a light abrasive blasting prior to priming and sealant application. All surfaces to receive sealant shall be completely dry. C. Spaces to receive sealant shall be filled with joint filler as shown. Where not shown, the space shall be filled with joint filler or a backer rod so that the depth of sealant does not exceed the width of the space. Where the bottom of the space to receive sealant is formed by a material other than backer rod, a bond breaker tape shall be placed. The maximum sealant depth, at middle of the joint width, shall be 1/2-inch. D. The primer and sealant used shall be supplied by the same manufacturer. No sealant shall be placed without the use of a primer. E. Self -leveling sealants shall only be used in joints with a slope less than 0.5 percent and where maximum and minimum sealant depths can be maintained. Non -sag sealant shall be used at all other locations and may be used instead of self -leveling sealant. All non - sag sealant shall be tooled to a uniform concave surface before skinning and curing begins. F. Sealant material shall be conditioned to be within the optimum temperature range recommended by the manufacturer for installation for a minimum of 16 hours prior to 063126005 CONCRETE JOINTS 03251- 9 Oct-2011 1 r installation. Installation shall proceed only when the substrate is at a temperature recommended by the manufacturer. Sealant shall not be placed if there is a threat of imminent rainfall. CONTRACTOR shall submit a letter certifying that the applied sealants were installed in accordance with the manufacturer's recommendations, including temperature, relative humidity, etc. G. All joints to receive sealant shall be inspected by the OWNER prior to sealant placement. Provide 24-hour written notice to OWNER representative prior to inspection. H. All sealant shall achieve final cure at least seven days before the structure is filled with water. I. Any sealant which, after the manufacturer's recommended curing time for the job conditions, fails to fully and properly cure shall be completely removed. The surfaces to receive sealant shall be completely cleaned of all traces of the improperly cured sealant and primer. The specified sealant shall then be reinstalled. All costs of such removal, surface treatment, and reinstallation shall be at the expense of CONTRACTOR. 3.9 BEARING PAD INSTALLATION A. Neoprene Bearing Pad: Install with water insensitive adhesive in accordance with j manufacturer's instructions. END OF SECTION 03251 063126005 CONCRETE JOINTS 03251- 10 Oct-2011 tI 9 I_ } SECTION 03300 CAST -IN -PLACE CONCRETE PART 1-GENERAL 1.1 SUMMARY A. Scope: 1. Provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install cast -in -place concrete. 2. The Work includes providing concrete consisting of portland cement, fine and coarse aggregate, water, and approved admixtures; combined, mixed, transported, placed, finished and cured. The Work also includes: a. Providing openings in concrete to accommodate the Work under this and other Sections and building into the concrete all items such as sleeves, frames, anchor bolts, inserts and all other items to be embedded. B. Coordination: 1. Review installation procedures under other Sections and coordinate the installation of items that must be installed in the concrete. C. Classifications of Concrete: 1. Class A (4,000 psi) concrete shall be steel reinforced and includes the following: a. All concrete, unless indicated otherwise. 2. Class B (2,500 psi) concrete shall be unreinforced and used where required as concrete fill under foundations, filling abandoned piping and wherever "lean" concrete is required on the Drawings. D. Related Sections: 1. 03 1 00-Concrete Formwork. 2. 03200-Concrete Reinforcement. 3. 0325 1 -Concrete Joints. 4. 03600-Grout. 1.2 QUALITY ASSURANCE A. Qualifications: 1. Mix Designer: Licensed professional engineer registered in the state of Texas. 2. Batch Plant: Currently certified by the National Ready Mixed Concrete Association. B. Reference Standards: Comply with the applicable provisions and recommendations of the following, except as otherwise shown or specified. CONTRACTOR shall provide a copy of all referenced standards to the OWNER representative prior to commencing work. 063126005 CAST -IN -PLACE CONCRETE 03300 - 1 Oct-2011 1. ACI 214, Recommended Practice for Evaluation of Strength Test Results of Concrete. 2. ACI 301, Specifications for Structural Concrete (includes ASTM Standards referred to herein). 3. ACI 304, Guide for Measuring, Mixing, Transporting and Placing Concrete. 4. ACI 305, Hot Weather Concreting. 5. ACI 306, Cold Weather Concreting. 6. ACI 309, Guide for Consolidation of Concrete. 7. ACI 311, Guide for Concrete Inspection. 8. ACI 318, Building Code Requirements for Structural Concrete. 9. ACI 350, Code Requirements for Environmental Engineering Concrete Structures 10. ANSI/NSF 61, Drinking Water System Components -Health Effects. 11. AASHTO M 182, Burlap Cloth Made From Jute or Kenaf. 12. AASHTO TP 23, Proposed Standard Method of Test for Water Content of Freshly Mixed Concrete Using Microwave Oven Drying. 13. ASTM C 31, Practice for Making and Curing Concrete Test Specimens in the Field. 14. ASTM C 33, Specification for Concrete Aggregates. 15. ASTM C 39, Test Method for Compressive Strength of Cylindrical Concrete Specimens. 16. ASTM C 42, Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete 17. ASTM C 94, Specification for Ready -Mixed Concrete. 18. ASTM C109, Test Method for Compressive Strength of Hydraulic Cement Mortars. 19. ASTM C 143, Test Method for Slump of Hydraulic- Cement Concrete. 20. ASTM C 150, Specification for Portland Cement. 21. ASTM C 157, Test Method for Length Change of Hardened Hydraulic -Cement Mortar and Concrete. 22. ASTM C 171, Specification for Sheet Materials for Curing Concrete. 23. ASTM C 172, Practice for Sampling Freshly Mixed Concrete. 24. ASTM C 231, Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 25. ASTM C 260, Specification for Air -Entraining Admixtures for Concrete. 26. ASTM C 309, Specification for Liquid Membrane -Forming Compounds for Curing Concrete. 063126005 CAST -IN -PLACE CONCRETE 03300 - 2 Oct-2011 27. ASTM C 330, Specification for Lightweight Aggregates for Structural Concrete. 28. ASTM C 494, Specification for Chemical Admixtures for Concrete. 29. ASTM C 882, Test Method for Bond Strength of Epoxy -Resin Systems Used with Concrete by Slant Shear. 30. ASTM E 154, Test Methods for Water Vapor Retarders Used in Contact with Earth Under Concrete Slabs, on Walls, or as Ground Cover. 31. ASTM E 329, Specification for Agencies Engaged in the Testing and/or Inspection of Materials Used for Construction. C. Concrete Testing Service: 1. OWNER shall employ, at its own expense, testing laboratories experienced in the testing of concrete materials to perform material evaluation tests. a. Testing agency shall meet the requirements of ASTM E 329. b. Selection of a testing laboratory is subject to ENGINEER'S approval. C. Submit a written description of the proposed concrete testing laboratory giving qualifications of personnel, laboratory facilities and equipment, and other information that may be requested by ENGINEER. 2. Materials and installed Work may require testing and retesting, as directed by ENGINEER, at any time during the progress of the Work. Allow free access to material stockpiles and facilities at all times. Tests not specifically indicated to be done at OWNER'S expense, including the retesting of rejected materials and installed Work, shall be done at CONTRACTOR'S expense. D. Qualifications of Water -Reducing Admixture Manufacturer: 1. Water -reducing admixtures shall be manufactured under strict quality control in facilities operated under a quality assurance program. CONTRACTOR shall furnish copy of manufacturer's quality assurance handbook to document the existence of the program. Manufacturer shall maintain a concrete testing laboratory that has been approved by the Cement and Concrete Reference Laboratory at the Bureau of Standards, Washington, D.C. 2. Provide a qualified concrete technician employed by the admixture manufacturer to assist in proportioning the concrete for optimum use of the admixture. The concrete technician shall advise on proper addition of the admixture to the concrete and on adjustment of the concrete mix proportions to meet changing jobsite conditions. E. Laboratory Trial Batch: 1. Each concrete mix design specified shall be verified by a laboratory trial batch, unless indicated otherwise. 2. Each trial batch shall include the following testing: a. Aggregate gradation for fine and coarse aggregates. b. Slump. C. Air content. 063126005 CAST -IN -PLACE CONCRETE 03300 - 3 - Oct-2011 d. Compressive strength based on three cylinders each tested at seven days and at 28 days. e. Shrinkage test as specified herein for Class A and Al concrete mix designs. 3. Each trial batch shall provide the following information: a. Project identification name and number. b. Date of report. C. Complete identification of aggregate source of supply. d. Tests of aggregates for compliance with specified requirements. e. Brand, type and composition of cement. f. Brand, type and amount of each admixture. g- Amounts of water used in trial mixes. h. Proportions of each material per cubic yard. i. Gross weight and yield per cubic yard of trial mixtures. j. Measured slump. k. Measured air content. n. Compressive strength developed at seven days and 28 days, from not less than three test cylinders cast for each seven day and 28 day test, and for each design mix. o. Shrinkage test results where required and as specified herein. 4. The requirement for a trial batch may be waived if the required test information has been provided in a previous laboratory trial batch run on the identical mix design within the previous two years. The same brand, type, and source of all materials must have been used. F. Shrinkage Test: 1. Drying shrinkage tests will be made for the trial batch as specified herein. 2. Drying shrinkage specimens shall be 4-inch by 4-inch by 11-inch prisms with an effective gage length of 10-inches, fabricated, cured, dried and measured in accordance with the requirements of ASTM C 157 modified as follows: specimens shall be removed from molds at an age of 23 fl hours after trial batching, shall be placed immediately in water at 70°F f3°F for at least 30 minutes, and shall be measured within 30 minutes thereafter to determine original length and then submerged in saturated lime water at 73°F t3°F. Measurement to determine expansion expressed as a percentage of original length shall be made at age seven days. This length at age seven days shall be the base length for drying shrinkage calculations ("0" days drying age). Specimens then shall be stored immediately in a humidity control room maintained at 73°F f3°F and 50 percent f4 percent relative humidity for the remainder of the test. Measurements to determine shrinkage expressed as percentage of base length shall be made and 063126005 CAST -IN -PLACE CONCRETE 03300 - 4 Oct 2011 LI s" reported separately for 7, 14, 21, and 28 days of drying after seven days of moist curing. 3. The drying shrinkage deformation of each specimen shall be computed as the difference between the base length (at "0" days drying age) and the length after drying at each test age. The average drying shrinkage deformation of the specimens shall be computed to the nearest 0.0001-inch at each test age. If the drying shrinkage of any specimen departs from the average of that test age by more than 0.0004-inch, the results obtained from that specimen shall be disregarded. Results of the shrinkage test shall be reported to the nearest 0.001 percent of shrinkage. Compression test specimens shall be taken in each case from the same concrete used for preparing drying shrinkage specimens. These tests shall be considered a part of the normal compression tests for the project. Allowable shrinkage limitations shall be as specified in Part 2, herein. G. Sample Panels: 1. Provide sample panels of wall finishes, 12-inches by 12-inches by 3-inches thick, where requested by the OWNER. Perform revisions and corrective work required to produce finished concrete and surfaces as required by ENGINEER. a. Construct additional sample panels as may be required if original results are not satisfactory. 2. The continuity of color and texture for exposed concrete surfaces is of prime importance. Maintain such controls and procedures, in addition to those specified, as is necessary to provide continuous match of concrete Work with - accepted samples. H. Existing Sample Panels 1. The OWNER will identify sections of existing concrete members which will serve as reference examples of acceptable concrete finishes. 2. If appropriate existing concrete members do not exist to define all the finishes specified, sample sections shall be constructed as specified herein as needed. 1.3 SUBMITTALS A. Samples: Submit samples of materials as specified and as otherwise may be requested by ENGINEER, including names, sources and descriptions. B. Shop Drawings: Submit for approval the following: 1. Manufacturer's specifications with application and installation instructions for proprietary materials and items, including admixtures and bonding agents. 2. List of concrete materials and concrete mix designs proposed for use. Include the results of all tests performed to qualify the materials and to establish the mix designs. The following information, if ready -mixed concrete is used. a. Physical capacity of mixing plant. b. Trucking facilities available. 063126005 CAST -IN -PLACE CONCRETE 03300 - 5 Oct-2011 C. Estimated average amount that can be produced and delivered to the site during a normal eight hour day, excluding the output to other customers. 4. Manufacturer's Certificate of Compliance: a. Portland Cement. b. Admixtures. C. Aggregates. d. Bonding Agent. e. Bond Breakers. f Patching Materials. g. Admixtures: Manufacturers' Certificate of Proper Installation. C. Laboratory Test Reports: Submit copies of laboratory test reports for concrete cylinders, materials and mix design tests. ENGINEER'S review will be for general information only. Production of concrete to comply with specified requirements is the responsibility of CONTRACTOR. D. Submit notarized certification of conformance to referenced standards when requested by ENGINEER. E. Delivery Tickets: Furnish to OWNER'S field representative copies of all delivery tickets for each load of concrete delivered to the site. Provide items of information as specified in ASTM C 94, Section 16.1. F. Administrative Submittals: Concrete Coordination Meeting Minutes. Provide copy to OWNER'S field representative. 1.4 PRODUCT DELIVERY, STORAGE AND HANDLING A. All materials used for concrete must be kept clean and free from all foreign matter during transportation and handling and kept separate until measured and placed in the mixer. ; Bins or platforms having hard clean surfaces shall be provided for storage. Suitable means shall be taken during hauling, piling and handling to ensure that segregation of the coarse and fine aggregate particles does not occur and the grading is not affected. 1.5 CONCRETE COORDINATION MEETING' A. A Concrete Coordination Meeting shall be held to review the detailed requirements of CONTRACTOR'S proposed concrete design mixes, to determine the procedures for producing proper concrete construction, and to clarify the roles of the parties involved. -` B. All parties involved in the concrete Work shall attend the conference, including but not limited to the following: 1. CONTRACTOR'S representative. 2. Testing laboratory representative. 3. Concrete subcontractor. 4. Reinforcing steel subcontractor and detailer." 5. Concrete supplier. -i 063126005 Oct-2011 CAST -IN -PLACE CONCRETE 03300 - 6 6. Admixture manufacturer's representative. 7. ENGINEER. 8. OWNER representative C. The Concrete Coordination Meeting shall be held at a mutually agreed upon time and place. The OWNER shall be notified no less than five days prior to the date of the Concrete Coordination Meeting. PART 2-PRODUCTS 2.1 CEMENTITIOUS MATERIALS A. Cement: 1. Portland cement, ASTM C 150, Type II. 2. Use portland cement made by a well-known acceptable manufacturer and produced by not more than one plant. Alternate cement sources may be used provided that a mix design has been accepted and a trial batch verifying performance has been made. 3. Do not use cement which has deteriorated because of improper storage or handling. 2.2 AGGREGATES A. General: 1. Aggregates shall conform to the requirements of ASTM C 33 and as herein specified. 2. Do not use aggregates containing soluble salts or other substances such as iron sulfides, pyrite, marcasite, ochre, or other materials that can cause stains on exposed concrete surfaces. B. Fine Aggregate: Clean, sharp, natural sand free from loam, clay, lumps or other deleterious substances. 1. Dune sand, bank run sand and manufactured sand are not acceptable. C. Coarse Aggregate: Clean, uncoated, processed aggregate containing no clay, mud, loam, or foreign matter, as follows: 1. Crushed stone, processed from natural rock or stone. 2. Washed gravel, either natural or crushed. Use of slag and pit or bank run gravel is not permitted. 2.3 WATER A. Water used in the production and curing of concrete shall be clean and free from injurious amounts of oils, acids, alkalis, organic materials or other substances that may be deleterious to concrete or steel. 2.4 CONCRETE ADMIXTURES 063126005 CAST -IN -PLACE CONCRETE 03300 - 7 Oct-2011 A. Provide admixtures produced by established reputable manufacturers, and use in compliance with the manufacturer's printed instructions. All admixtures shall be compatible and by a single manufacturer capable of providing qualified field service representation. Admixtures shall not contain thiocyanates nor more than 0.05 percent chloride ion, and shall be non -toxic in the concrete mix after 30 days. Do not use admixtures that have not been incorporated and tested in the accepted mixes, unless otherwise authorized in writing by ENGINEER. B. Air -Entraining Admixtures: ASTM C 260. C. E. 063126005 Oct-2011 1. Product and Manufacturer: Provide one of the following: a. SIKA AER or SIKA AEA-15, as manufactured by Sika Corporation. b. MB-VR, as manufactured by Master Builders, Inc. C. Daravair, as manufactured by W.R. Grace & Company. Water -Reducing Admixture: ASTM C 494, Type A. 1. Proportion all Class A, Class Al and Class B concrete with non -air entraining, normal setting, water -reducing, aqueous solution of a modification of the salt of polyhydroxylated organic acids. The admixture shall not contain any lignin, nitrates or chlorides added during manufacture. 2. Product and Manufacturer: Provide one of the following: a. Eucon WR-75, as manufactured by Euclid Chemical Company. b. Pozzolith series, as manufactured by Master Builders, Inc. C. WRDA-15, as manufactured by W.R. Grace & Company. d. Plastocrete 161 or Plastiment NS, as manufactured by Sika Corporation. High Range Water -Reducing Admixture (HRWR): ASTM C 494, Type F/G. 1. High range water -reducer shall be used in classifications of concrete, where specified, and shall be permitted, at CONTRACTOR'S option, in all other classifications of concrete. It shall be added to concrete in compliance with the manufacturer's printed instructions. The specific admixture formulation shall be as recommended by the manufacturer for the project conditions. Provide one of the following: a. Sikament series, as manufactured by Sika Corporation. b. Rheobuild series, as manufactured by Master Builders, Inc. C. Daracem-100, as manufactured by W.R. Grace & Company. d. Eucon 37 or Eucon 537, as manufactured by the Euclid Chemical Company. Set -Control Admixtures: ASTM C 494, as follows: 1. Type B, Retarding. 2. Type C, Accelerating. 3. Type D, Water -reducing and Retarding. 4. Type E, Water -reducing and Accelerating. CAST -IN -PLACE CONCRETE 03300 - 8 5. Type F, Water -reducing, high range admixtures. 6. Type G, Water -reducing, high range, and retarding admixtures. F. Calcium Chloride: Calcium chloride shall not be used. G. Shrinkage Reducing Admixture 1. A shrinkage reducing admixture shall be permitted to be used in the mix design where necessary to meet specified shrinkage limitations provided that specified strength requirements are met and there is no reduction in sulfate resistance and no increase in permeability. 2. Shrinkage reducing admixtures shall be one of the following: a. Eclipse, as manufactured by Grace Construction Products. b. Tetraguard AS20, as manufactured by Master Builders, Inc. H. If super plasticizers are used in mix designs, the mix shall be slumped at jobsite prior to addition of plasticizer. 2.5 PROPORTIONING AND DESIGN OF MIXES A. Prepare concrete design mixes subject to the following recommendations. Final proportions and mix design is the responsibility of the CONTRACTOR: Classificatio n Coarse Aggregate Minimum Cementious (lbs/cy) Maximum W/C RatO SlumP2 Air N Minimum Compressive Stren2th3 (psi) Size A SizeB Class A #57 #8 530 0.45 4" Max. 5+/-1 4000 Class B Any ASTM C33 --------------------No Requirements------------------ 2500 1 Coarse aggregate size numbers refer to ASTM C 33. Where a size A and B are listed, it is intended that the smaller size B aggregate is to be added, replacing a portion of the coarse and /or fine aggregate, in the minimum amount necessary to make a workable and pumpable mix with a sand content not exceeding 41 percent of total aggregate. 2 The slumps listed are prior to the addition of high range water reducer (super plasticizer) 3 Mix designs shall be made for all but Class B, which does not require a trial batch, so that the compressive strength achieved for the laboratory trial batches will be no less than 125 percent of the specified design strength. This is to assure meeting the design strength for all concrete batched during the project. 4 The quantity of water to be used in the determination of the water-cementitious materials ratio shall include free water on aggregates in excess of SSD and the water portion of admixtures. 063126005 CAST -IN -PLACE CONCRETE 03300 - 9 Oct-2011 B. Use an independent testing facility acceptable to ENGINEER for preparing and reporting proposed mix designs. 1. The testing facility shall not be the same as used for field quality control testing. C. Submit written reports of laboratory trial batch test results for proposed mixes of concrete to ENGINEER at least 15 days prior to start of Work. Do not begin concrete production until mixes have been approved by ENGINEER. D. Adjustment to Concrete Mixes: Mix design adjustments may be requested by CONTRACTOR when characteristics of materials, job conditions, weather, test results, or other circumstances warrant; at no additional cost to the OWNER and as accepted by ENGINEER Laboratory test data for revised mix designs and strength results must be submitted to and accepted by ENGINEER before using the revised mixes. E. Admixtures: l . Use air -entraining admixture in all concrete, unless otherwise shown or specified. Add air -entraining admixture at the manufacturer's prescribed rate to result in concrete at the point of placement having air content within the prescribed limits. 2. Water reducing or high -range water reducing admixtures shall be used in all Class A and Class Al concrete. 3. Use amounts of admixtures as recommended by the manufacturer for climatic conditions prevailing at the time of placing. Adjust quantities and types of admixtures as required to maintain quality control. F. Slump Limits with High Range Water Reducer 1. Slump shall not exceed 3-inches prior to adding high range water -reducer and shall not exceed 7.5 inches, measured at point of placement, after adding high range water reducer. G. Shrinkage Limitation 1. The maximum concrete shrinkage for specimens cast in the laboratory from the trial batch, as measured at 21-day drying age or at 28-day drying age shall be 0.039 percent or 0.045 percent, respectively. CONTRACTOR shall only use a mix design for construction that has first met the trial batch shrinkage requirements. Shrinkage limitations apply only to Class A and Class Al concretes. 2. If the trial batch results fail to meet the shrinkage limitation, the mix shall be redesigned to reduce shrinkage. Alternately, CONTRACTOR may use a higher shrinkage mix when acceptable to the ENGINEER provided that the amount of shrinkage reinforcement in the structures is increased as determined by the ENGINEER to resist the higher levels of shrinkage stresses. The additional reinforcing shall be provided at CONTRACTOR'S expense. H. Color: Provide colored concrete where shown on the Drawings and specified. Incorporate pigments into the concrete mix according to manufacturer's written instructions. Match sample color approved by ENGINEER. 2.6 BONDING AGENT 063126005 CAST -IN -PLACE CONCRETE 03300 - 10 Oct-2011 A. Provide epoxy and epoxy -cement bonding agents as specified in Section 0325 10, Concrete Joints. 2.7 CONCRETE CURING MATERIALS A. Absorptive Cover: Burlap cloth made from jute or kenaf, weighing approximately 10 ounces per square yard and complying with AASHTO M 182, Class 3. B. Curing Mats: Curing mats shall be heavy carpets or cotton mats, quilted at 4-inches on center. Curing mats shall weigh a minimum of 12 ounces per square yard when dry. C. Moisture Retaining Cover: One of the following, complying with ASTM C 171. 1. Waterproof paper. 2. Polyethylene film. 3. White burlap -polyethylene sheet. D. Curing Compound: ASTM C 309 Type 1-D (water retention requirements): 1. Product and Manufacturer: Provide one of the following: a. Super Aqua Cure VOX, as manufactured by The Euclid Chemical Company. b. Sealtight 1100, as manufactured by W.R. Meadows, Incorporated. C. MasterKure, as manufactured by Master Builders, Inc. 2. Curing compound must be applied by roller or power sprayer. 2.8 FINISHING AIDS A. Evaporation Retardant: l . Product and Manufacturer: Provide one of the following: a. Confilm, as manufactured by Master Builders. b. Eucobar, as manufactured by Euclid Chemical Company. C. SikaFilm by Sika Corporation. 2.9 CRACK INJECTION MATERIALS A. Epoxy: 1. Epoxy for injection shall be a low viscosity, high modulus moisture insensitive type. 2. Products and Manufacturers: Provide one of the following: a. Sikadur 35, Hi -Mod L.V. and Sikadur 31, Hi -Mod Gel, as manufactured by Sika Corporation. b. Eucopoxy Injection Resin, as manufactured by The Euclid Chemical Company. B. Hydrophilic Resin 063126005 CAST -IN -PLACE CONCRETE 03300 -11 Oct-2011 i' 4 1. Hydrophilic resin shall be an acrylic -ester based resin with a maximum viscosity of 50 cps. It shall cure into a flexible rubber -like material that has the potential for unrestrained increase in volume in excess of 100 percent in the presence of water. 2. Products and Manufacturers: Provide one of the following: a. Duroseal Inject, as manufactured by BBZ USA, Inc. b. Sikafix HH, by Sika Corporation. 2.10 CONCRETE REPAIR MATERIALS A. Concrete repair mortar shall be a prepackaged polymer -modified cementitious repair mortar with the following minimum properties: 1. Compressive strength at one day: 2000 psi (ASTM C 109). 2. Compressive strength at 28 days: 6000 psi (ASTM C 109). 3. Bond strength at 28 days: 1800 psi (ASTM C 882 modified). B. Concrete repair mortar shall be: 1. SikaTop 122 Plus, SikaTop 123 Plus, SikaTop III Plus, or Sikacem 133, manufactured by the Sika Corporation. The formulation, among those listed, recommended by the manufacturer for the specific application conditions shall be used. 2. Emaco S88-CA or S66-CR, manufactured by Master Builders Inc. The formulation, among those listed, recommended by the manufacturer for the specific application conditions shall be used. 3. Verticoat, Verticoat Supreme, or Euco SR-VO, manufactured by the Euclid Chemical Company. The formulation, among those listed, recommended by the manufacturer for the specific application conditions shall be used. C. Cement Mortar: Cement mortar shall consist of a mix of one part cement to 1 1/2 parts sand with sufficient water to form a trowelable consistency. Minimum compressive strength at 28 days shall be 4000 psi. Where required to match the color of adjacent concrete surfaces, white portland cement shall be blended with standard portland cement so that, when dry, the patching mortar shall match the color of the surrounding concrete. 2.11 CHEMICAL HARDENER A. Provide a clear chemical hardener of the fluosilicate family. B. Product and Manufacturer: Provide one of the following: 1. Lapidolith, as manufactured by BASF. 2. Hornolith, as manufactured by A.C. Horn, Inc. 063126005 CAST -IN -PLACE CONCRETE 03300 - 12 Oct-2011 2.12 COMPATIBILITY A. CONTRACTOR shall coordinate the requirements of all specified materials with the proposed mix design to ensure compatibility between the products. PART 3-EXECUTION 3.1 INSPECTION A. CONTRACTOR shall examine the substrate and the conditions under which Work is to be performed and notify ENGINEER, in writing, of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER. 3.2 CONCRETE MIXING A. General: 1. Concrete may be produced at batch plants or it may be produced by the ready -mixed process. Batch plants shall comply with the recommendations of ACI 304, and shall have sufficient capacity to produce concrete of the qualities specified, in quantities required to meet the construction schedule. All plant facilities are subject to testing laboratory inspection and acceptance of ENGINEER. 2. Mixing: a. Mix concrete with an approved rotating type batch machine, except where hand mixing of very small quantities may be permitted. b. Remove hardened accumulations of cement and concrete frequently from drum and blades to assure acceptable mixing action. C. Replace mixer blades when they have lost ten percent of their original height. d. Use quantities such that a whole number of bags of cement is required, unless otherwise permitted. B. Ready -Mix Concrete: 1. Comply with the requirements of ASTM C 94, and as herein specified. Proposed changes in mixing procedures, other than herein specified, must be accepted by ENGINEER before implementation. a. Plant equipment and facilities: Conform to National Ready -Mix Concrete Association "Plant and Delivery Equipment Specification". b. Mix concrete in revolving type truck mixers that are in good condition and which produce thoroughly mixed concrete of the specified consistency and strength. C. Do not exceed the proper capacity of the mixer. d. Mix concrete for a minimum of two minutes after arrival at the job site, or as recommended by the mixer manufacturer. e. Do not allow the drum to mix while in transit. 063126005 CAST -IN -PLACE CONCRETE 03300 - 13 Oct-2011 f. Mix at proper speed until concrete is discharged. g. Maintain adequate facilities at the job site for continuous delivery of concrete at the required rates. h. Provide access to the mixing plant for ENGINEER at all times. C. Maintain equipment in proper operating condition, with drums cleaned before charging each batch. Schedule rates of delivery in order to prevent delay of placing the concrete after mixing, or holding dry -mixed materials too long in the mixer before the addition of water and admixtures. 3.3 TRANSPORTING CONCRETE A. Concrete shall be placed into the forms within 60 minutes of the batch time for concrete temperatures between 75 and 90 degrees F, and within 90 minutes for concrete temperatures between 40 and 75 degrees F. B. Take care to avoid spilling and separation of the mixture during transportation. C. Do not place concrete in which the ingredients have been separated. D. Do not retemper partially set concrete. E. Use suitable and approved equipment for transporting concrete from mixer to forms. F. Adding water to the material transport vehicle after partial unloading is prohibited. 3.4 PREPARATION FOR CONCRETING A. All reinforcement, installation of waterstop and positioning of embedded items shall be inspected and approved by the OWNER. The CONTRACTOR shall provide 24-hour written notice to the OWNER prior to concrete placement for inspection. B. Subgrade surfaces shall be thoroughly wetted by sprinkling, prior to the placing of any concrete, and these surfaces shall be kept moist by frequent sprinkling up to the time of placing concrete thereon. The surface shall be free from standing water, mud, and debris at the time of placing concrete. C. All reinforcing steel and embedded items shall be completely cleaned of mortar, loose rust, form release compounds, dirt, or any other substance which would interfere with proper bonding with concrete. Protective coatings on embedded aluminum items shall continuously cover the surface to be in contact with concrete. Any defects in the coating shall be repaired. D. No concrete shall be placed in any structure until all water entering the space to be filled with concrete has been properly cut off or has been diverted by pipes, or other means, and carried out of the forms, clear of the work. No concrete shall be deposited underwater nor shall CONTRACTOR allow still water to rise on any concrete until the concrete has attained its initial set. Water shall not be permitted to flow over the surface of any concrete in such manner and at such velocity as will injure the surface finish of the concrete. Pumping or other necessary dewatering operations for removing ground water, if required, will be subject to the review of the ENGINEER. E. Joint surfaces shall be prepared as required by Section 03251, Concrete Joints. 3.5 CONCRETE PLACEMENT 063126005 CAST -IN -PLACE CONCRETE 03300 -14 Oct-2011 A. General: Place concrete continuously so that no concrete will be placed on concrete that has hardened sufficiently to cause the formation of seams or planes of weakness within the section. If a section cannot be placed continuously, provide construction joints as specified in Section 03251, Concrete Joints. Deposit concrete as nearly as practical in its final location to avoid segregation due to rehandling or flowing. Do not subject concrete to any procedure which will cause segregation. 1. The CONTRACTOR shall provide 24-hour written notice to the OWNER representative prior to all concrete placements. 2. Screed concrete that is to receive other construction to the proper level to avoid excessive skimming or grouting. 3. Do not use concrete which becomes non -plastic and unworkable, or does not meet the required quality control limits, or which has been contaminated by foreign materials. Do not use retempered concrete. Remove rejected concrete from the job site and dispose of it in an acceptable location. 4. Do not place concrete until all forms, bracing, reinforcement, and embedded items are in final and secure position. 5. Unless otherwise approved, place concrete only when ENGINEER or OWNER representative is present. 6. Allow a minimum of three days before placing concrete against a slab or wall already in place. B. Bonding for Next Concrete Pour: 1. Prepare for bonding of fresh concrete to new concrete that has set but is not fully cured, as follows: a. Thoroughly wet the surface, but allow no free standing water. b. For horizontal surfaces place a 2-inch layer of mortar, one part sand and one part cement with water added to a flowable consistency, or a 4-inch layer of Construction Joint Grout, as specified in Section 03 60 00, Grout, over the hardened concrete surface. C. Place fresh concrete before the mortar/grout has attained its initial set. d. If a high range water reducer is used to increase the concrete slump to at least 6-inches, the mortar/grout layer may be omitted. 2. Bonding of fresh concrete to fully -cured hardened existing concrete shall be accomplished by using a bonding agent as specified in Section 03 25 10, Concrete Joints. C. Concrete Conveying: 1. Handle concrete from the point of delivery and transfer to the concrete conveying equipment and to the locations of final deposit as rapidly as practical by methods that will prevent segregation and loss of concrete mix materials. 2. Provide mechanical equipment for conveying concrete to ensure a continuous flow of concrete at the delivery end. Provide runways for wheeled concrete conveying equipment from the concrete delivery point to the locations of final 1_ 063126005 CAST -IN -PLACE CONCRETE 03300 -15 -` Oct-2011 deposit. Keep interior surfaces of conveying equipment, including chutes, free of hardened concrete, debris, water, ice and other deleterious materials. 3. Do not use chutes for distributing concrete, unless approved in writing by ENGINEER. a. Provide sketches showing methods by which chutes will be employed when requesting such approval. b. Design chutes, if permitted, with proper slopes and supports to permit efficient handling of the concrete. 4. Pumping concrete is permitted, however do not use aluminum pipe for conveying. D. Placing Concrete into Forms: 1. Deposit concrete in forms in horizontal layers not deeper than 18-inches and in a manner to avoid inclined construction joints. Where placement consists of several layers, place concrete at such a rate that concrete that is being integrated with fresh concrete is still plastic. 2. Do not permit concrete to free fall within the form from a distance exceeding four feet. Where high range water reducer is used to extend slump to at least 6- inches, the maximum free fall of concrete may be increased to six feet. If a 4- inch thick layer of construction joint grout, as specified in Section 03251, Concrete Joints, is placed on the horizontal joint, concrete with slump extended by a high range water reducer may free fall up to eight feet in walls that are 24- inches and thicker. Use "elephant trunks" to prevent free fall and excessive splashing on forms and reinforcement. Free falls in excess of four feet shall be discontinued if there is any evidence of segregation. 3. Remove temporary spreaders in forms when concrete placing has reached the elevation of such spreaders. 4. Consolidate concrete placed in forms by mechanical vibrating equipment supplemented by hand -spading, rodding or tamping. Use equipment and procedures for consolidation of concrete in accordance with the applicable recommended practices of ACI 309. Vibration of forms and reinforcing will not be permitted. 5. Where height of concrete placement in walls exceeds 14 feet, temporary windows shall be installed in the formwork to facilitate vibration. The windows shall be properly closed when the height of concrete approaches the windows. Location, size, and spacing of the windows shall be determined by CONTRACTOR to suit equipment used. 6. Do not use vibrators to transport concrete inside of forms. Insert and withdraw vibrators vertically at uniformly spaced locations not farther than the visible effectiveness of the machine. Place vibrators to rapidly penetrate the layer of concrete and at least 6-inches into the preceding layer. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion, limit the duration of vibration to the time necessary to consolidate the concrete and complete embedment of reinforcement and other embedded items without causing segregation of the mix. 063126005 CAST -IN -PLACE CONCRETE 03300 - 16 Oct-2011 7. Do not place concrete in beam and slab forms until the concrete previously placed in columns and walls is no longer plastic. 8. Force concrete under pipes, sleeves, openings and inserts from one side until visible from the other side to prevent voids. E. Placing Concrete Slabs: 1. Deposit and consolidate concrete slabs in a continuous operation, within the limits of construction joints, until the placing of a panel or section is completed. 2. Consolidate concrete during placing operations using mechanical vibrating equipment, so that concrete is thoroughly worked around reinforcement and other - - embedded items and into corners. 3. Consolidate concrete placed in beams and girders of supported slabs, and against bulkheads of slabs on ground, as specified for formed concrete structures. 4. Bring slab surfaces to the correct level. Smooth the surface, leaving it free of humps or hollows. Do not sprinkle water on the plastic surface. Do not disturb the slab surfaces prior to beginning finishing operations. 5. Where slabs are placed in conditions of high temperature or wind that could lead to formation of plastic shrinkage cracks, an evaporation retardant shall be applied in accordance with the manufacturer's recommendations, when required by the ENGINEER. F. Quality of Concrete Work: 1. Make all concrete solid, compact and smooth, and free of laitance, cracks and cold joints. 2. All concrete for liquid retaining structures, and all concrete in contact with earth, water, or exposed directly to the elements shall be watertight. 3. Cut out and properly replace to the extent directed by ENGINEER, or repair to the satisfaction of ENGINEER, surfaces which contain cracks or voids, are unduly rough, or are in any way defective. Thin patches or plastering shall not be acceptable. 4. All leaks through concrete that exhibit any flowing water, and cracks, holes or other defective concrete in areas of potential leakage, shall be repaired and made watertight by CONTRACTOR. 5. Repair, removal, and replacement of defective concrete as directed by ENGINEER shall be at no additional cost to the OWNER. G. Cold Weather Placing: 1. Protect all concrete Work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures, in compliance with the requirements of ACI 306 and as herein specified. 2. When the air temperature has fallen to or may be expected to fall below 40°F, provide adequate means to maintain the temperature, in the area where concrete is being placed, at between 50°F and 70°F for at least seven days after placing. Provide temporary housings or coverings including tarpaulins, insulating blankets and plastic film. Maintain the heat and protection, if necessary, to ensure 063126005 CAST -IN -PLACE CONCRETE 03300 -17 Oct-2011 that the ambient temperature does not fall more than 30°F in the 24 hours following the seven-day period. Avoid rapid dry -out of concrete due to overheating, and avoid thermal shock due to sudden cooling or heating. 3. When air temperature has fallen to or is expected to fall below 40°F, uniformly heat all water and aggregates before mixing as required to obtain a concrete mixture temperature of not less than 55°F and not more than 85°F at point of placement. 4. Do not use salt and other materials containing antifreeze agents or chemical accelerators, or set -control admixtures, unless approved by ENGINEER, in mix designs. H. Hot Weather Placing: 1. When hot weather conditions exist that would seriously impair the quality and strength of concrete, place concrete in compliance with ACI 305 and as herein specified. Use of high -range water reducer in the mix does not preclude the temperature requirements specified herein. 2. When ambient air temperatures is at or above 90°F, cool ingredients before mixing to maintain concrete temperature at time of placement below 90°F when the air temperature is rising and below 85°F when the air temperature is falling. Mixing water may be chilled, or chopped ice may be used to control the concrete temperature provided the water equivalent of the ice is calculated in the total amount of mixing water. In addition, the reduction in time from addition of mix water to placement or the use of a set retarding admixture may be required. a. Concrete temperatures measuring above 90 degrees F at any point prior to placement will be rejected. b. The addition of a high -range water reduce into the mix design will not be considered for allowing concrete placements above 90 degrees F. 3. Cover reinforcing steel with water -soaked burlap if it becomes too hot, so that the steel temperature will not exceed the ambient air temperature immediately before embedment in concrete. 4. Wet forms thoroughly before placing concrete. 5. Do not place concrete at a temperature so as to cause difficulty from loss of slump, flash set, or cold joints. 6. Do not use set -control admixtures, unless approved by ENGINEER in mix designs. 7. Obtain ENGINEER'S approval of other methods and materials proposed for use. 3.6 FINISH OF FORMED SURFACES A. Standard Form Finish: 1. Standard form finish shall be basically smooth and even but shall be permitted to have texture imparted by the form material used. Defects shall be repaired as specified herein. 2. Use standard form finish for the following: 063126005 CAST -IN -PLACE CONCRETE 03300 -18 Oct-2011 a. Exterior vertical surfaces from the foundation up to one foot below grade. b. Vertical surfaces not exposed to view. B. Smooth Form Finish: 1. Produce smooth form finish by selecting form materials that will impart a smooth, hard, uniform texture. Arrange panels in an orderly and symmetrical manner with a minimum of seams. Repair and patch defective areas as specified herein. 2. Use smooth form finish for the following: a. Exterior surfaces that are exposed to view. b. Surfaces that are to be covered with a coating material. The material may be applied directly to the concrete or may be a covering bonded to the concrete such as waterproofing, dampproofing, painting or other similar system. C. Interior vertical surfaces of liquid containers. d. Interior and exterior exposed beams and undersides of slabs. e. Surfaces to receive a smooth rubbed or grout cleaned finish. C. Smooth Rubbed Finish: 1. Provide smooth, Class A, rubbed finish to concrete surfaces, which have received smooth form finish and where all defects have been repaired, as follows: a. Rubbing of concrete surfaces not later than the day after form removal. b. Moistening of concrete surfaces and rubbing with carborundum brick or other abrasive until a uniform color and texture is produced. Do not apply cement grout other than that created by the rubbing process. _2. Except where surfaces have been previously covered as specified above, use smooth, Class A, rubbed finish for the following: a. Interior exposed walls and other vertical surfaces. b. Exterior exposed walls and other vertical surfaces down to one foot below grade. C. Interior and exterior horizontal surfaces, except exterior exposed slabs and steps. d. Interior exposed vertical surfaces of liquid containers down to one foot below liquid level. e. Edges of concrete pipe supports, equipment bases and other miscellaneous concrete bases and supports. D. Related Unformed Surfaces: 1. At tops of walls, horizontal offsets, and similar unformed surfaces occurring adjacent to formed surfaces, strike off smooth and finish with a texture matching the adjacent formed surfaces. Continue the final surface treatment of formed 063126005 CAST -IN -PLACE CONCRETE 03300 -19 Oct-2011 f_f surfaces uniformly across the adjacent unformed surfaces, unless otherwise shown. E. The addition of water to concrete surfaces for purposes of aiding finishing operations is prohibited. 3.7 SLAB FINISHES A. Float Finish: 1. After placing concrete slabs, do not work the surface further until ready for floating. Begin floating when the surface water has disappeared or when the concrete has stiffened sufficiently. Check and level the surface plane to a tolerance not exceeding 1/4-inch in ten feet when tested with a ten foot straightedge placed on the surface at not less than two different angles. Cut down high spots and fill all low spots. Uniformly slope surfaces to drains. Immediately after leveling, refloat the surface to a uniform, smooth, granular texture. 2. Use float finish for the following: a. Interior exposed horizontal surfaces of liquid containers, except those to receive grout topping. b. Exterior below grade horizontal surfaces. C. Surfaces to receive additional finishes, except as shown on the Drawings or specified. B. Trowel Finish: 1. After floating, begin the first trowel finish operation using a power -driven trowel. After concrete has stiffened sufficiently to permit operation and after bleed water has disappeared, hand or machine float the surface. Follow immediately by steel troweling at least twice with hand or machine trowels. 2. Consolidate the concrete surface by the final hand troweling operation. Finish shall be free of trowel marks, uniform in texture and appearance, and with a surface plane tolerance not exceeding 1/8-inch in ten feet when tested with a ten foot straight edge. Grind smooth surface defects that would telegraph through applied floor covering system. LJ 3. Use trowel finish for the following: a. Interior exposed slabs, unless otherwise shown or specified. b. Slabs to receive resilient floor finishes. C. Non -Slip Broom Finish: 1. Immediately after float finishing, slightly roughen the concrete surface by brooming in the direction perpendicular to the main traffic route. Use fine fiber -bristle broom, unless otherwise directed by the ENGINEER. Coordinate the required final finish with ENGINEER before application. 2. Use Non -Slip Broom Finish for the following: a. Exterior exposed horizontal surfaces subject to light foot traffic. 063126005 Oct-2011 CAST -IN -PLACE CONCRETE 03300 - 20 L 3.8 b. Interior and exterior concrete steps and ramps. C. Horizontal surfaces which will receive a grout topping or a concrete equipment base slab. CONCRETE CURING AND PROTECTION A. General: 1. Protect freshly placed concrete from premature drying and excessive cold or hot temperature, and maintain without drying at a relatively constant temperature for the period of time necessary for hydration of the cement and proper hardening of the concrete. 2. Start initial curing after placing and finishing concrete as soon as free moisture has disappeared from the concrete surface. Keep continuously moist for not less than 72 hours. Begin final curing procedures immediately following initial curing and before the concrete has dried. Continue final curing for at least seven days and in accordance with ACI 301 procedures for a total curing period, initial plus final, of at least ten days. For concrete sections over 30-inches thick, continue final curing for an additional seven days, minimum. Avoid rapid drying at the end of the final curing period. B. Curing Methods: 1. Water retaining, below grade structures, and slabs shall be moist cured by the addition of water to maintain the surface in a continually wet condition. Other concrete shall be cured by moist curing, or by moisture retaining cover curing, or by the use of curing compound when permitted in writing by the ENGINEER. Use curing compound only when permitted by ENGINEER. a. For curing, use water that is free of impurities that could etch or discolor exposed, natural concrete surfaces. 2. Provide moisture curing by any of the following methods: a. Keeping the surface of the concrete continuously wet by covering with water. b. Continuous water -fog spray. C. Covering the concrete surface with curing mats, thoroughly saturating the mats with water, and keeping the mats continuously wet with sprin- klers or porous hoses. Place curing mats so as to provide coverage of the concrete surfaces and edges, with a 4-inch lap over adjacent mats. If necessary, the curing cover shall be weighted to maintain contact with the concrete surface. d. At the end of the curing period apply one coat of curing compound, unless concrete surface is to receive a topping or coating or application is waived by the ENGINEER. Provide moisture retaining cover curing as follows: 063126005 CAST -IN -PLACE CONCRETE 03300 - 21 Oct-2011 IV IN a. Cover the concrete surfaces with the specified moisture retaining cover for curing concrete, placed in the widest practical width with sides and ends lapped at least 3-inches and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during the curing period using cover material and waterproof tape. 4. Provide liquid curing compound as follows: a. Apply the specified curing compound to all concrete surfaces when permitted by ENGINEER. Slabs to receive terrazzo floors, chemical resistant heavy duty concrete topping or ceramic tile, shall not be cured with liquid curing compound, but shall be moisture cured. The com- pounds shall be applied immediately after final finishing in a continuous operation by power spray equipment in accordance with the manufacturer's directions. Recoat areas that are subjected to heavy rainfall within three hours after initial application. Maintain the continuity of the coating and repair damage to the coat during the entire curing period. b. When curing compound is authorized for application to water retaining or below grade members, it shall be applied at the manufacturer's recommended coverage rate and then applied again at the same rate to provide twice the recommended coverage. ril C. At the end of the curing period, curing compound shall be removed U- where required by the ENGINEER. Curing Formed Surfaces: rij 1. Cure formed concrete surfaces, including the undersides of girders, beams, supported slabs and other similar surfaces by moist curing with the forms in place unloosened for the full curing period or until forms are removed. Where wood forms are kept in place, water shall be added to keep the forms wet. If forms are removed, continue curing by methods specified above, as applicable. Curing Unformed Surfaces: 1. Initially cure unformed surfaces, such as slabs, floor topping, and other flat surfaces by using the appropriate method specified above. 2. Final cure unformed surfaces, unless otherwise specified, by utilizing methods specified above, as applicable. Temperature of Concrete During Curing: j 1. When the atmospheric temperatures is 40°F and below, maintain the concrete temperature between 50°F and 70°F continuously throughout the curing period. When necessary, make arrangement before concrete placing for heating, covering, insulation or housing as required to maintain the specified temperature and moisture conditions continuously for the concrete curing period. Provide cold weather protection complying with the requirements of ACI 306. 2. When the atmospheric temperature is 80°F and above, or during other climatic conditions which will cause too rapid drying of the concrete, make arrangements before the start of concrete placing for the installation of wind breaks or shading, and for fog spraying, wet sprinkling, or moisture retaining covering. Protect the 063126005 CAST -IN -PLACE CONCRETE 03300 - 22 Oct-2011 concrete continuously for the concrete curing period. Provide hot weather protection complying with the requirements of ACI 305, unless otherwise specified. 3. Maintain concrete temperature as uniformly as possible, and protect from rapid atmospheric temperature changes. Avoid temperature changes in concrete which exceed 5°F in any one hour and 50OF in any 24 hour period. F. Protection from Mechanical u In' � rY: 1. During the curing period, protect concrete from damaging mechanical disturbances including load stresses, heavy shock, excessive vibration, and from damage caused by rain or flowing water. Protect all finished concrete surfaces from damage by subsequent construction operations. 3.9 FIELD QUALITY CONTROL A. The OWNER shall employ a testing laboratory to perform field quality control testing. ENGINEER or testing agency will direct the number of tests and cylinders required. The testing laboratory shall make standard compression test cylinders and entrained air tests as specified below, except when a laboratory representative is not present the CONTRACTOR shall make standard compression cylinders and entrained air tests. CONTRACTOR shall also provide all labor, material and equipment required including, scale, glass tray, cones, rods, molds, air tester, thermometer, curing in a heated storage box, water holding tank and all other incidentals required. Above will be subject to approval by ENGINEER. CONTRACTOR shall furnish all necessary storage and curing, and transportation required by the testing. B. - Quality Control Testing During Construction: 1. Perform sampling and testing for field quality control during the placement of concrete, as follows: a. Sampling Fresh Concrete: ASTM C 172. b. Slump: ASTM C 143; one test for each concrete load at point of discharge; and one for each set of compressive strength test specimens. C. Air Content: ASTM C 231; one for every other concrete load at point of discharge and placement, or when required by an indication of change. d. Compressive Strength Tests: ASTM C 39; one set of compression cylinders for each 50 cubic yards or fraction thereof, of each mix design placed in any one day; one specimen tested at seven days, and three specimens tested at 28 days. 1) Adjust mix if test results are unsatisfactory and resubmit for ENGINEER'S approval. 2) Concrete that does not meet the strength requirements is subject to rejection and removal from the Work, or to other such j corrective measures as directed by ENGINEER, at the expense of CONTRACTOR. 063126005 CAST -IN -PLACE CONCRETE 03300 - 23 Oct-2011 e. Compression Test Specimens: ASTM C 31; make one set of four standard cylinders for each compressive strength test, unless otherwise directed. 1) Cast, store and cure specimens as specified in ASTM C 31. f. Water Cementitious Materials Ratio: Perform one test from each sample from which compression test specimens are taken in accordance with AASHTO TP 23. g. Concrete Temperature: Test hourly when air temperature is 40°F and below, and when 80°F and above; and each time a set of compression test specimens is made. Concrete temperatures measuring above 90 degrees F at any point prior to placement will be rejected - no exceptions. 2. The testing laboratory shall submit certified copies of test results directly to ENGINEER and CONTRACTOR within 24 hours after tests are made. 3. The Concrete Mix Supplier shall be given written procedures and notice to observe initial cylinder sample retrieval and testing procedures such that testing procedures utilized are agreed to by the Concrete Supplier and the Testing Laboratory. C. Evaluation of Quality Control Tests: 1. Do not use concrete delivered to the final point of placement, which has slump or total air content outside the specified values. 2. When water content testing indicates water-cementitious materials ratio to exceed specified requirements by more than 0.02, remaining batches needed to complete the concrete placement shall have water content decreased in the mix and water reducing admixture dosage increased as needed to bring the subsequently batched concrete within the specified water-cementitious materials ratio. Additional testing shall be done to verify compliance with the specified water-cementitious materials ratio. Concrete production for further concrete placements shall not resume until CONTRACTOR has identified the cause of the excess water in the mix and revised batching procedures and/or adjustments to mix design needed to bring water-cementitious materials ratio into conformance with specified requirements have been accepted by the ENGINEER. 3. Compressive strength tests for laboratory -cured cylinders will be considered satisfactory if the averages of all sets of three consecutive compressive strength tests results equal or exceed the 28 day design compressive strength of the type or class of concrete; and, no individual strength test falls below the required compressive strength by more than 500 psi. a. Where questionable field conditions may exist during placing concrete or immediately thereafter, strength tests of specimens cured under field conditions will be required by ENGINEER to check the adequacy of curing and protecting of the concrete placed. Specimens shall be molded at the same time and from the same samples as the laboratory cured specimens. 063126005 CAST -IN -PLACE CONCRETE 03300 - 24 Oct-2011 1) Provide improved means and procedures for protecting concrete when the 28 day compressive strength of field -cured cylinders is less than 85 percent of companion laboratory -cured cylinders. 2) When laboratory -cured cylinder strengths are appreciably higher than the minimum required compressive strength, field -cured cylinder strengths need not exceed the minimum required compressive strength by more than 500 psi even though the 85 percent criterion is not met. 3) If individual tests of laboratory -cured specimens produce strengths more than 500 psi below the required minimum compressive strength, or if tests of field -cured cylinders indicate deficiencies in protection and curing, provide additional measures to assure that the load -bearing capacity of the structure is not jeopardized. If the likelihood of low -strength concrete is confirmed and computations indicate the load -bearing capacity may have been significantly reduced, tests of cores drilled from the area in question will be required at CONTRACTOR'S expense. b. If the compressive strength tests fail to meet the minimum requirements specified, the concrete represented by such tests will be considered deficient in strength and subject to replacement, reconstruction or to other action approved by ENGINEER. D. Testing Concrete Structure for Strength: 1. When there is evidence that the strength of the in -place concrete does not meet specification requirements, CONTRACTOR shall employ at its expense the services of a concrete testing service to take cores drilled from hardened concrete for compressive strength determination. Tests shall comply with the requirements of ASTM C 42 and the following: a. Take at least three representative cores from each member or suspect area at locations directed by ENGINEER. b. Strength of concrete for each series of cores will be considered satisfactory if their average compressive strength is at least 85 percent and no single core is less than 75 percent of the 28 day required compressive strength. C. Report test results to ENGINEER, in writing, on the same day that tests are made. Include in test reports, the Project identification name and number, date, name of CONTRACTOR, name of concrete testing service, location of test core in the structure, type or class of concrete represented by core sample, nominal maximum size aggregate, design compressive strength, compression breaking strength and type of break (corrected for length -diameter ratio), direction of applied load to core with respect to horizontal plane of the concrete as placed, and the moisture condition of the core at time of testing. 2. Fill core holes solid with non -shrink, high strength grout, and finish to match adjacent concrete surfaces. 063126005 CAST -IN -PLACE CONCRETE 03300 - 25 Oct-2011 i 3. Conduct static load test and evaluations complying with the requirements of ACI 318 if the results of the core tests are unsatisfactory, or if core tests are impractical to obtain, as directed by ENGINEER. 3.10 MISCELLANEOUS CONCRETE ITEMS A. Temporary Openings 1. Openings in concrete walls and/or slabs required for passage of Work or installation of equipment and not shown on the Drawings shall be provided, but only with approval of the ENGINEER. 2. All temporary openings made in concrete shall be provided with waterstop in below grade or water retaining members. Continuity of required reinforcement shall be provided in a manner acceptable to the ENGINEER. 3. Temporary openings left in concrete structures shall be filled with concrete after the Work causing the need for the opening is in place, unless otherwise shown or directed. Mix, place and cure concrete as specified herein, to blend with in -place construction. Provide all other miscellaneous concrete filling shown or required to complete the Work. B. Equipment Bases: 1. Unless specifically shown otherwise, provide concrete bases for all pumps and other equipment. CONTRACTOR shall coordinate and construct bases to the dimensions shown, or as required to meet manufacturers; requirements and Drawing elevations. Where no specific elevations are shown, bases shall be 6- inches thick and extend 3-inches outside the metal equipment base or supports. Bases shall have smooth trowel finish, unless a special finish such as terrazzo, ceramic the or heavy duty concrete topping is required. In those cases, provide appropriate concrete finish. 2. Include all concrete equipment base work not specifically included under other Sections. 3. In general, place bases up to 1-inch below the metal base. Properly shim equipment to grade and fill 1-inch void with non -shrink grout as specified in Section 03600, Grout. C. Curbs: 1. Provide monolithic finish to interior curbs by stripping forms while concrete is still green and steel -troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. 2. Exterior curbs shall have rubbed finish for vertical surfaces and a broomed finish for top surfaces. 3.11 CONCRETE REPAIRS A. Repair of Formed Surfaces: 063126005 Oct-2011 The following defects shall be repaired in all types of formed finishes: a. Spalls, air bubbles, rock pockets, form depressions, and other defects that are more than 1/4-inch in depth. CAST -IN -PLACE CONCRETE 03300 - 26 tug (_l b. Holes from tie rods and other form tie systems. C. Fins, offsets and other projections that extend more than 1/4-inch beyond the designated member surface. d. Structural cracks, as defined by the ENGINEER. e. Non-structural cracks, as defined by the ENGINEER, which are greater than 0.010-inch wide. In water retaining members, elevated slabs subject to rainfall and washdown, and below grade members, any crack that shows any amount of leakage. Where it is not possible to verify that a crack is not leaking, it shall be repaired. 2. The following defects shall be repaired in smooth finish surfaces, in addition to those listed above: a. Spalls, air bubbles, rock pockets, form depressions, and other defects which extend to more than 1/2-inch in width in any direction, no matter how deep. b. Spalls, air bubbles, rock pockets, form depressions, and other defects of any size that exceed three in number in a 12-inch square or 12 in number in a three foot square. C. Fins, offsets and other projections shall be completely removed and smoothed. d. Scratches and gouges in the surface. e. Texture and color irregularities. At water retaining surfaces, texture and color irregularities need not be repaired when greater than 12-inches below the minimum normal operating water surface, except where such defects are indicative of reduced durability. Where a smooth rubbed or grout cleaned finish is specified, minor surface defects repairable by the finishing process need not be repaired prior to the finish application, when approved by the ENGINEER. B. Method of Repair of Formed Surfaces: 1. Repair and patch defective areas with cement mortar or concrete repair mortar immediately after removal of forms and as directed by ENGINEER. Repairs made to water bearing and buried surfaces shall be made with repair mortar only. Repairs of form tie holes on water bearing or buried surfaces shall be made with non -shrink grout as specified in Section 03600, Grout. 2. Cut out honeycomb, rock pockets, voids, and holes left by tie rods and bolts, down to solid concrete but, in no case, to a depth of less than 1-inch for cement mortar and 1/2-inch for repair mortar. Make edges of cuts perpendicular to the concrete surface. Before placing the cement mortar, thoroughly clean and brush -coat the area to be patched with the specified bonding agent. Where concrete repair mortar is used, bonding agent shall be optional and the surface prepared and mortar placed per manufacturers recommendations. a. Repairs at exposed -to -view surfaces shall match the color of surrounding concrete, except color matching is not required for the interior surfaces of liquid containers up to one foot below liquid level. CONTRACTOR 063126005 CAST -IN -PLACE CONCRETE 03300 - 27 Oct-2011 shall impart texture to repaired surfaces to match texture of existing adjacent surfaces. Provide test areas at inconspicuous locations to verify mixture, texture and color match before proceeding with the patching. Compact mortar in place and strike off slightly higher than the surrounding surface. Structural cracks shall be pressure grouted using an injectable epoxy using a pumped pressure system. Apply in accordance with the manufacturer's directions and recommendations. 4. Non-structural cracks shall be pressure grouted using hydrophilic resin. Apply in accordance with the manufacturer`s directions and recommendations. 5. Determination of the crack type shall be made by the ENGINEER. 6. Fill holes extending through concrete by means of a plunger- type gun or other suitable device from the least exposed face, using a flush stop held at the exposed face to ensure completely filling. At below grade and water retaining members, fill holes with concrete repair mortar except use a color matched cement mortar for the outer 2-inches at exposed to view surfaces. 7. Where powerwashing and/or scrubbing is not adequate, abrasive blast exposed -to -view surfaces that require removal of stains, grout accumulations, sealing compounds, and other substances marring the surfaces. Use sand finer than No. 30 and air pressure from 15 to 25 psi. C. Repair of Unformed Surfaces: 1. Test unformed surfaces, such as monolithic slabs, for smoothness and to verify surface plane to the tolerances specified for each surface and finish. Correct low and high areas as herein specified. 2. Test unformed surfaces sloped to drain for trueness of slope, in addition to smoothness, using a template having the required slope. Correct high and low areas as herein specified. 3. Repair finish of unformed surfaces that contain defects that adversely affect the durability of the concrete. Surface defects include crazing, cracks in excess of 0.01-inch wide, spalling, popouts, honeycomb, rock pockets, and other objectionable conditions. 4. Repair structural cracks in all structures and non-structural cracks in water -holding structures. In water -holding structures, where the dry face of the concrete member can be observed, cracks that show any rate of water flow shall be repaired. Where the dry face of the member cannot be observed, all cracks shall be repaired. D. Methods of Repair of Unformed Surfaces: 1. Correct high areas in unformed surfaces by grinding, after the concrete has cured sufficiently so that repairs can be made without damage to adjacent areas. 2. Correct low areas in unformed surfaces during, or immediately after completion of surface finishing operations by cutting out the low areas and replacing with fresh concrete. Finish repaired areas to blend into adjacent concrete. Where the concrete has already set and repairs are required, sawcut around the perimeter of 063126005 CAST -IN -PLACE CONCRETE 03300 - 28 Oct-2011 the area to be repaired to a 1/2-inch depth and remove concrete so that the minimum thickness of the repair is 1/2-inch. Apply specified concrete repair mortar in accordance with the manufacturer's directions and recommendations. 3. Repair defective areas, except random cracks and single holes not exceeding 1-inch diameter, by cutting out and replacing with fresh concrete. Remove defective areas to sound concrete with clean, square cuts, and expose reinforcing steel with at least 3/4-inch clearance all around. The minimum thickness of the repair shall be 1.5-inches. Dampen all concrete surfaces in contact with patching concrete and brush with the specified bonding agent. Place patching concrete while the bonding agent is still tacky. Mix patching concrete of the same materials and proportions to provide concrete of the same classification as the original adjacent concrete. Place, compact and finish as required to blend with adjacent finished concrete. Cure in the same manner as adjacent concrete. 4. Repair isolated random non-structural cracks (in members which are not below grade or water retaining), and single holes not over 1-inch diameter, by the dry -pack method. Groove the top of cracks, and cut out holes to sound concrete and clean of dust, dirt and loose particles. Dampen all cleaned concrete surfaces and brush with the specified bonding agent. Place dry -pack before the cement grout takes its initial set. Mix dry -pack, consisting of one part portland cement to 2-1/2 parts fine aggregate passing a No. 16 mesh sieve, using only enough water as required for handling and placing. Compact dry -pack mixture in place and finish to match adjacent concrete. Keep patched areas continuously moist for not less than 72 hours. 5. Structural cracks shall be pressure grouted using an injectable epoxy. Apply in accordance with the manufacturer's directions and recommendations. 6. Non-structural cracks in below grade and water retaining structures shall be pressure grouted using hydrophilic resin. Apply in accordance with the manufacturer's directions and recommendations. 7. Determination of the crack type shall be made by the ENGINEER. 8. Assure that surface is acceptable for flooring material to be installed in accordance with manufacturer's recommendations. E. Other Methods of Repair: Repair methods not specified above may be used if approved by ENGINEER. END OF SECTION 03300 063126005 CAST -IN -PLACE CONCRETE 03300 - 29 Oct-2011 PART 1- GENERAL 1. SCOPE OF WORK 2. 3. SECTION 03360 CONTACT GROUTING a. This Section provides minimum requirements for contact grouting of all voids caused or encountered during casing installation, the annular space outside the jacking pipe after trenchless installations are complete, around shafts as necessary to prevent surface settlement, as necessary to complete portal stabilization work, and for abandonment grouting of boreholes for subsurface monitoring points after trenchless construction is complete. RELATED WORK SPECIFIED ELSEWHERE a. 02611— Steel Casing Pipe REFERENCE SPECIFICATIONS, CODES, AND STANDARDS a. The publications listed below form a part of this Specification to the extent referenced. Where conflicts between these Specifications and the referenced specification, code, or standard occur, the more restrictive specification shall govern. The latest edition available on the date of issue of Contract Documents shall be used. b. ASTM C 31 — Standard Practice for Making and Curing Concrete Test Specimens in the Field C. ASTM C 39 — Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens d. ASTM C 94 — Standard Specification for Ready -Mixed Concrete e. ASTM C 109 — Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-inch Cube Specimens) f. ASTM C 144 — Standard Specification for Aggregate for Masonry Mortar g. ASTM C 150 — Standard Specification for Portland Cement h. ASTM C 937 — Standard Specification for Grout Fluidifier for Preplaced- Aggregate Concrete 063126003 CONTACT GROUTING 03360 - 1 Oct-11 4. DESIGN CRITERIA a. Contact grout shall be used to fill any voids caused or encountered outside the casing pipe to fill the annular space created by the shield overcut during trenchless construction, to fill any voids caused or encountered outside of shafts, as necessary for portal stabilization, and for abandonment of subsurface monitoring point boreholes. b. Grout Mixes: Develop one or more grout mixes designed to completely fill the voids outside the casing or shafts and to provide acceptable strength to prevent settlement. Grout used outside shaft excavations shall be of a strength that allows for efficient excavation by the tunneling equipment. Determine 24-hour and 28- day strength of each grout mix in accordance with ASTM C39 or C 109. All grout mix proportions shall be subject to review and acceptance by the Engineer. C. Grout Composition: Grout shall consist of Portland cement, bentonite, fluidifier as necessary, and water in the proportions specified herein or as approved by the Engineer. Sand may be added to the grout mix in instances of very high grout takes as approved by the Engineer. The addition of sand may require additional water or fluidifier to be added to the grout mix. d. Compressive Strength: The minimum compressive strength at 24 hours shall be at least 10 psi. The minimum compressive strength at 28 days shall be 50 psi. The grouting contractor shall coordinate with the trenchless subcontractor to ensure that the grout strength for any grout that will be excavated during trenchless construction can be efficiently excavated by the tunneling equipment without damaging the equipment or causing excessive wear of cutting tools. 5. QUALITY ASSURANCE a. Grout Strength Tests: 1) Prepare samples for 24-hour and 28-day compressive strength tests according to ASTM C31 for cylinders or ASTM C109 for cubes. Test samples according to ASTM C39 or C109 as applicable. Grout for the cylinders or cubes shall be taken from the nozzle of the grout injection line. Collect at least one set of four (4) samples for each 500 cubic feet of grout injected but not less than one set for each grouting shift, unless directed in writing otherwise by the Engineer. 6. SUBMITTALS a. Submittals shall be made in accordance with Section 01330. Review and acceptance of the Contractor's submittals by the Engineer shall not be construed in any way as relieving the Contractor of its responsibilities under this Contract. b. Work Plan and Methods: 063126003 CONTACT GROUTING 03360 - 2 Oct-11 1) Submit a work plan for each type of contact grouting required, including: contact grouting methods and details of equipment, grouting procedures and sequences, injection pressures, monitoring and recording equipment, pressure gauge calibration data, methods of controlling grout pressure, and provisions to protect pipe lining or shaft supports. 2) Submit details of grout mix proportions, admixtures, including manufacturer's literature, MSD sheets, and laboratory test data verifying the strength of the proposed grout mix. C. Reports and Records: Maintain and submit daily logs of grouting operations, including grouting locations, pressures, volumes, and grout mix pumped, and time of pumping. Note any problems or unusual observations on logs. d. Grout Strength Tests: Submit test results for 24-hour and 28-day compressive strength tests for the cylinder molds or grout cubes obtained during grouting operations. PART 2 - PRODUCTS 1. MATERIALS a. Cement: Cement shall be Type II or Type V Portland cement conforming to ASTM C 150. Type II cement shall meet Table 4 false set requirements of ASTM C 150. b. Bentonite: Bentonite shall be a commercially processed powdered bentonite, Wyoming type, such as Imacco-gel, Black Hills, or equal. C. Fluidifier: Fluidifiers shall hold the solid constituents of the grout in colloidal suspension, be compatible with the cement and water used in the grouting work, and comply with the requirements of ASTM C 937. d. Admixtures: Other admixtures may be used subject to the written approval of the Engineer to improve the pumpability, to control set time, to hold sand in suspension, and to prevent segregation and bleeding. 2. EQUIPMENT a. Equipment for mixing and injecting grout shall be adequate to satisfactorily mix and agitate the grout and force it into the grout ports, in a continuous flow at the desired pressure. Pumps shall be capable of continuously developing a sustained pressure of 15 psi in excess of existing groundwater pressures at the grout port connection. b. Two pressure gauges shall be provided, one at the grout pump and one at the collar of each port being grouted. The accuracy of the gauges shall be 063126003 CONTACT GROUTING 03360 - 3 Oct-11 periodically checked with an accurately calibrated pressure gauge. A minimum of two spare pressure gauges shall be available on site at all times. C. The grouting equipment shall be provided with a meter to determine the volume of grout injected. The meter shall be calibrated in cubic feet to the nearest one - tenth of a cubic foot. d. The grouting equipment shall be maintained in satisfactory operating condition throughout the course of the work to ensure continuous and efficient performance during grouting operations. e. Suitable stop valves shall be provided at the collar of each port for use in maintaining pressure as required until the grout has set. f. Grout hoses shall have an inside diameter not less than 1-1/2 inches and shall be capable of withstanding the maximum water and grout pressures to be used. PART 3 - EXECUTION GENERAL REQUIREMENTS a. The Contractor shall use contact grouting to fill any voids caused or encountered during shaft construction that could lead to shaft movements during trenchless operations, or that could lead to settlement and damage of installed pipe, surface features, or subsurface utilities. b. The Contractor shall use contact grouting to completely fill the void space outside the jacking pipe caused by the trenchless operations (including the overcut), and any voids caused or encountered during the trenchless construction. C. All grouting operations are to be performed in the presence of the Engineer. Notify the Engineer at least 24 hours in advance of starting contact grouting operations. d. The Contractor shall take care to prevent the spill or escape of grout to the 1- • ground surface, into any water body, or into any sanitary or storm sewer. The Contractor shall closely monitor grouting operations to detect any spills or escape of grout to the surface or into any water body, sanitary sewer, or storm sewer. �g y Any such spill shall be immediately contained and cleaned up by the Contractor at no additional cost. e. During grouting work, provide for adequate disposal of all waste and wastewater. Remove and properly dispose of all waste grout resulting from grouting operations. The contents of grout lines shall not be discharged into the pipe, sanitary sewers, storm drains, or water bodies. 063126003 CONTACT GROUTING 03360 - 4 Oct-11 2. MIXING AND INJECTION OF GROUT a. All materials shall be free of lumps when put into the mixer and the grout mix shall be continuously agitated. Grout shall flow unimpeded and shall completely fill all voids. Grout not injected within 90 minutes of mixing shall be wasted. b. The grouting process shall be operated and controlled so that the grout is delivered uniformly and steadily. C. Recirculate grout mixes when any new mix is batched or after adding water, fluidifier, or sand to mix. Recirculate mix for at least 2 minutes prior to pumping grout into grout port. d. In general, grouting will be considered completed when less than one cubic foot of grout of the accepted mix and consistency can be pumped in 5 minutes under the specified maximum pressure. After the grouting is finished, the valve shall be closed before the grout header is removed, and remain closed until grout has set. For any port ahead of the grouting operation, with a valve attached, and the valve in the open position; the current port shall be considered grouted if grout issues forth, from the subsequent port, with the same color and consistency, and at the same rate as that being pumped. Replace grout plugs in pipe at the completion of grouting. e. The maximum sustained grouting pressure shall be 15 psi in excess of existing groundwater pressures at the grout port collar connection, unless otherwise approved in writing by the Engineer. 3. CONTACT GROUTING OF SHAFTS a. Commence contact grouting of shafts after completion of each shaft, and before trenchless construction begins. b. Inject grout through vertical or inclined holes drilled from the ground surface to intersect the known or suspected void. Alternatively, drill grout holes horizontally through shaft support elements into the soil to intersect the known or suspected void. Holes shall be sufficiently close to ensure all voids are completely filled. C. Install check valve and grout nipple in each hole drilled. d. Inject grout through each grout nipple until completion, as defined in Paragraphs Part 3.2.d and e. e. Engineer may direct Contractor to drill and grout additional holes if the grouting operation has not, in the judgment of the Engineer, achieved satisfactory filling of all known or suspected voids. 063126003 CONTACT GROUTING 03360 - 5 Oct-11 4. CONTACT GROUTING OF STEEL CASING a. Commence contact grouting outside of the casing pipe within 72 hours following the completion of each drive. b. Grout ports shall be provided in casing pipes at intervals not greater than 10 feet. C. Contact grout ports shall be installed by the pipe manufacturer in the pipe before pipe is jacked into place. Drilling grout ports through pipe shall not be permitted. Grout ports shall be threaded to accept valve fittings and plugs. d. An attempt shall be made to hook-up and pump grout at every port or coupling unless approval is granted by the Engineer in writing to omit grouting of selected ports. e. Before attempting to grout a port the Contractor shall insert a long rod through the port to clean the area outside the grout port of loose soil and to provide a path for grout to travel. f. Inject grout through the grout connections in such a manner as to completely fill all voids outside the pipe resulting from, or encountered during, trenchless operations. Grout pressure shall be controlled to avoid damaging the pipe, and to avoid movement of the surrounding ground or improvements. g. Grouting shall generally progress sequentially in a constant upgradient direction from one grout port to the next grout port in the sequence indicated in the approved submittals. h. At all times during the grouting operations, sufficient contact grout ports ahead of the port to be grouted shall be cleaned and ready for grouting. Valves or other suitable devices shall be attached and placed in the fully open position on all ungrouted ports within the maximum grout communication distance, as determined by the Contractor and accepted by the Engineer. i. For any port ahead of the grouting operation, with a valve attached, and the valve in the open position, such port shall be considered grouted if grout issues forth of the same consistency and color, and at the same rate as that being pumped. Replace grout plugs in pipe at the completion of grouting. j. Pipe grout fittings shall be sealed with screw type plugs upon completion of grouting. 5. CONTACT GROUTING OF SUBSURFACE SETTLEMENT POINT BOREHOLES a. After all settlement monitoring measurements have been completed, monitoring point borehole casings shall be grouted. 063126003 CONTACT GROUTING 03360 - 6 Oct-11 b. Inject grout into each casing until filled. Grout may be injected by gravity flow, through a tremie pipe, or attaching a valve and nipple a g p p, y g pp e t the casing collar. 6. CLEANUP a. After completion of contact grouting, all related construction debris, grout, oil, grease, and all other materials shall be removed from the jacking pipe, jacking' and receiving shafts, and all Contractor work areas. END OF SECTION 03360, 063126003 CONTACT GROUTING 03360 - 7 Oct-11 SECTION 03600 GROUT PART 1-GENERAL 1.1 SUMMARY A. Scope: 1. Provide all labor, materials, equipment, and incidentals as shown, specified and required to furnish and install grout. 2. The types of grout include the following: a. Non -Shrink Grout: This type of grout is to be used wherever grout is shown in the Contract Documents, unless another type is specifically referenced. Two classes of non -shrink grout (Class I and II) and areas of application are specified herein. b. Non -Shrink Epoxy Grout (Class III). C. Grout Fill, Topping Grout. d. Construction Joint Grout. B. Related Sections: 1. Section 03300, Cast -In -Place Concrete. 2. Section 05051, Anchorages C. Application: The following is a listing of typical applications and the corresponding type of grout which is to be used. Unless indicated otherwise, grouts shall be provided as listed below whether called for on the Drawings or not. Application Type of Grout Beam and column (1 or 2 story) base plates and Non -shrink Class II precast concrete bearing less than 16-inches in the least dimension. Column base plates and precast concrete bearing Non -shrink Class I (greater than 2 story or larger than 16- inches in the least dimension). i Base plates for storage tanks and other non- Non -shrink Class I -J motorized equipment and machinery less than 30 horsepower. j3 Machinery over 30 horsepower and equipment Non -shrink Class III under 30 horsepower but subject to severe shock loads and high vibration. 063126005 GROUT 03600 - 1 Oct-2011 3 Filling blockout spaces for embedded items such as railing posts, gate guide frames, etc. Toppings and concrete fill less than 4-inches thick. Toppings and concrete fill greater than 4-inches thick. All anchor bolts and reinforcing steel set in grout. Non -shrink Class 11 (Class I where placement time exceeds 15 minutes) Grout Fill, Topping Grout Class Al Concrete in accordance with Section 03300, Cast -In -Place Concrete. Refer to Section 03200, Concrete Reinforcement, and Section 05051, Anchorages. Any application not listed above, where grout is Non -shrink Class I, unless noted called for on the Drawings. otherwise 1.2 QUALITY ASSURANCE A. Reference Standards: Comply with applicable provisions and recommendations of the following, except as otherwise shown or specified. 1. ACI 211.1, Practice for Selecting Proportions for Normal, Heavy -Weight and Mass Concrete. 2. ACI 301, Specification for Structural Concrete (Includes ASTM Standards referred to herein). 3. ASTM C 33, Specification for Concrete Aggregates. 4. ASTM C 109, Test Method for Compressive Strength of Hydraulic Cement Mortars (using 2-in. or 50 mm. Cube Specimens). 5. ASTM C 150, Specification for Portland Cement. 6. ASTM C 230, Specification for Flow Table for use in Tests of Hydraulic Cement. 7. ASTM C 531, Test Method for Linear Shrinkage and Coefficient of Thermal Expansion of Chemical- Resistant Mortars, Grouts, and Monolithic Surfacings. 8. ASTM C 579, Test Method for Compressive Strength of Chemical -Resistant Mortars, Grouts, Monolithic Surfacings and Polymer Concretes. 9. ASTM C 827, Test Method for Early Volume Change of Cementitious Mixtures. 10. ASTM C 882, Test Method for Bond Strength of Epoxy -Resin Systems Used with Concrete. 11. ASTM C 937, Specification for Grout Fluidifier for Preplaced-Aggregate Concrete. 12. ASTM C 939, Text Method for Flow of Grout for Preplaced-Aggregate Concrete (Flow Cone Method). 063126005 Oct-2011 GROUT 03600 - 2 1 ' 13. ASTM C 1107, Specification for Packaged Dry, Hydraulic -Cement Grout (Non - shrink). 14. ASTM C 1181, Test Method for Compressive Creep of Chemical -Resistant Polymer Machinery Grouts. 15. ASTM D 696, Test Method for Coefficient of Linear Thermal Expansion of Plastics. B. Field Tests: 1. Compression test specimens will be taken during construction from the first placement of each type of grout, and at intervals thereafter as selected by the OWNER to ensure continued compliance with these specifications. 2. Compression tests and fabrication of specimens for non -shrink grout will be performed as specified in ASTM C 109 at intervals during construction as selected by the OWNER. A set of three specimens will be made for testing at seven days, 28 days, and each additional time period as appropriate. 3. Compression tests and fabrication of specimens for epoxy grout will be performed as specified in ASTM C 579, Method B, at intervals during construction as selected by the OWNER. A set of three specimens will be made for testing at seven days, and each earlier time period as appropriate. 4. The cost of all laboratory tests on grout will be borne by the OWNER, but CONTRACTOR shall assist in obtaining specimens for testing. However, CONTRACTOR shall be charged for the cost of any additional tests and investigation on work performed which does not conform to the requirements of the specifications. CONTRACTOR shall supply all materials necessary for fabricating the test specimens. 1.3 SUBMITTALS A. Shop Drawings, submit for approval the following: For Grout Fill and Construction Joint Grout, copies of grout design mix and laboratory test reports for grout strength tests. B. Reports and Certificates, submit for approval the following: 1. For proprietary materials, submit copies of manufacturer's certification of compliance with the specified properties for Class I, II, and III grouts. 2. Submit certified testing lab reports for ASTM C 1107, Grade B and Grade C (as revised herein) requirements for Class I and II grouts tested at a fluid consistency for temperatures of 45, 73.4, 90°F with a pot life of 30 minutes at fluid consistency. 3. Submit certification that materials meet specification requirements for nonproprietary materials. 4. Submit certifications that all grouts used on the project are free of chlorides or other chemicals causing corrosion. 5. Manufacturer's specifications and installation instructions for all proprietary materials. 063126005 GROUT 03600 - 3 Oct-2011 r 1.4 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery of Materials: Grout materials from manufacturers shall be delivered in unopened containers and shall bear intact manufacturer's labels. B. Storage of Materials: Grout materials shall be stored in a dry shelter and shall be protected from moisture. PART 2-PRODUCTS 2.1 GROUTS A. General: Non -shrink grout shall be a prepackaged, inorganic, flowable, non -gas - liberating, non-metallic, cement -based grout requiring only the addition of water. Manufacturer's instructions shall be printed on each bag or other container in which the materials are packaged. The specific formulation for each class of non -shrink grout specified herein shall be that recommended by the manufacturer for the particular application. B. Class I Non -Shrink Grout: 1. Class I non -shrink grouts shall have a minimum 28 day compressive strength of 7000 psi. This grout is for precision grouting and where water tightness and non - shrink reliability in both plastic and hardened states are critical. Refer to areas of application as specified herein. 2. Shall meet the requirements of ASTM C 1107 Grade C and B (as modified below) when tested using the amount of water required to achieve the following properties: a. Fluid consistency (20 to 30 seconds) in accordance with ASTM C 939. b. At temperatures of 45, 73.4, and 95°F. 3. The length change from placement to time of final set shall not have a shrinkage greater than the amount of expansion measured at 3 or 14 days. The expansion at 3 or 14 days shall not exceed the 28-day expansion. 4. The non -shrink property is not based on a chemically generated gas or gypsum expansion. 5. Fluid grout shall pass through the flow cone, with a continuous flow, one hour after mixing. 6. Product and Manufacturer: Provide one of the following: a. Masterflow 928, as manufactured by Master Builders, Inc. b. Five Star Grout, as manufactured by Five Star Products, Inc. C. Hi -Flow Grout, as manufactured by the Euclid Chemical Company C. Class II Non -Shrink Grout: 1. Class II non -shrink grouts shall have a minimum 28 day compressive strength of 7000 psi. This grout is for general purpose grouting applications as specified herein. 063126005 GROUT 03600 - 4 Oct-2011_ [{ 2. Shall meet the requirements of ASTM C 1107 and the following requirements when tested using the amount of water required to achieve the following properties: a. Flowable consistency (140 percent flow on ASTM C 230, five drops in 30 seconds). b. Fluid working time of at least 15 minutes. C. Flowable for at least 30 minutes. 3. The grout when tested shall not bleed at maximum allowed water. 4. The non -shrink property is not based on a chemically generated gas or gypsum expansion. 5. Product and Manufacturer: Provide one of the following: a. Set Grout, as manufactured by Master Builders, Inc. b. NBEC Grout, as manufactured by Five Star Products, Inc. C. NS Grout, as manufactured by the Euclid Chemical Company. D. Class III Non -Shrink Epoxy Grout: 1. Epoxy grout shall be a flowable, non -shrink, 100 percent solids system. The epoxy grout system shall have three components: resin, hardener, and specially blended aggregate, all premeasured and prepackaged. The resin component shall not contain any non -reactive diluents. Resins containing butyl glycidyl ether (BGE) or other highly volatile and hazardous reactive diluents are not acceptable. Variation of component ratios is not permitted, unless specifically recommended by the manufacturer. Manufacturer's instructions shall be printed on each container in which the materials are packaged. The following properties shall be attained with the minimum quantity of aggregate allowed by the manufacturer. 2. Product and Manufacturer: Provide one of the following: a. Euco High Strength Grout, as manufactured by The Euclid Chemical Company. b. Sikadur 42 Grout Pak, as manufactured by Sika Corporation. C. Five Star Epoxy Grout, as manufactured by Five Star Products, Incorpo- rated. 3. The vertical volume change at all times before hardening shall be between 0.0 percent shrinkage and four percent expansion when measured according to ASTM C 827 (modified for epoxy grouts by using an indicator ball with a specific gravity between 0.9 and 1.1). Alternately, epoxy grouts which maintain an effective bearing area of not less than 95 percent are acceptable. 4. The length change after hardening shall be negligible (less than 0.0006 in/in) and the coefficient of thermal expansion shall be less than 0.00003 in/in/F when tested in accordance to the requirements of ASTM C 531. 063126005 GROUT 03600 - 5 �__ Oct-2011 5. The compressive creep at one year shall be negligible (less than .001 in/in) when tested under a 400 psi constant load at 140°F in accordance to the requirements of ASTM C 1181. 6. The seven day compressive strength shall be a minimum of 14,000 psi when tested in accordance to the requirements of ASTM C 579. 7. The grout shall be capable of maintaining at least a flowable consistency for a minimum of 30 minutes at 70°F. 8. The shear bond strength to portland cement concrete shall be greater than the shear strength of the concrete when tested in accordance to the requirements of ASTM C 882. 9. The effective bearing area shall be a minimum of 95 percent. E. Grout Fill, Topping Grout: 1. Grout for topping of slabs and concrete fill for built-up surfaces of tank, channel, and basin bottoms shall be composed of cement, fine aggregate, coarse aggregate, water, and admixtures proportioned and mixed as specified herein. All materials and procedures specified for normal concrete in Section 03300, Cast - In -Place Concrete, shall apply except as noted otherwise herein. 2. Coarse aggregate shall be graded as follows: U.S. STANDARD PERCENT BY SIEVE SIZE WEIGHT PASSING 1/2-inch 100 3/8-inch 90 to 100 No. 4 20 to 55 No. 8 5 to 30 No. 16 0 to 10 No. 30 0 3. Final mix design shall be as determined by trial mix design under supervision of the approved testing laboratory. 4. Strength: Minimum compressive strength of Grout Fill at the end of 28 days shall be 4000 psi. F. Construction Joint Grout: 1. Construction Joint Grout approximates Class Al concrete, as specified in Section 03300, with aggregate coarser than 1/2-inch removed. The mix is to be designed as flowable with a high mortar content. It is intended to be placed over construction joints and mixed with Class Al concrete as specified in Section 03300, Cast -In -Place Concrete. The mix requirements are as follows: a. Compressive Strength: 4,000 psi minimum at 28-days. b. Maximum Water -Cement Ratio: 0.45 by weight. 063126005 GROUT 03600 - 6 Oct-2011 I. C. Coarse Aggregate: ASTM C33, No. 8 size. Y . d. Fine Aggregate: ASTM C33, approximately 60 percent by weight of total aggregate. G. Requirements for Grout Fill and Construction Joint Grout 1. Proportion mixes by either laboratory trial batch or field experience methods, using materials to be employed on the Project for grout required. Comply with ACI 211.1 and report to ENGINEER the following data: a. Complete identification of aggregate source of supply. for b. Tests of aggregates compliance with specified requirements. C. Brand, type and composition of cement. d. Brand, type and amount of each admixture. e. Amounts of water used in trial mixes. £ Proportions of each material per cubic yard. 8 g- Gross weight and yield per cubic yard of trial mixtures. - h. Measured slump. i. Measured air content. j. Compressive strength developed at seven days and 28 days, from not less than three test specimens cast for each seven day and 28-day test, and for each design mix. 2. Submit written reports to ENGINEER of proposed mix of grout at least 30 days f' prior to start of Work. Do not begin grout production until mixes have been Q approved by ENGINEER. 3. Laboratory Trial Batches: When laboratory trial batches are used to select grout �P proportions, prepare test specimens and conduct strength tests as specified in ACI 301, Section 4 -Proportioning. However, mixes need not be designed for greater than 125 percent of the specified strength, regardless of the standard deviation of r the production facility. . 4. Field Experience Method: When field experience methods are used to select grout proportions, establish proportions as specified in ACI 301, Section 4. 5. Admixtures: Use air -entraining admixture in all grout. Use amounts of L_ _' admixtures as recommended by the manufacturer for climatic conditions prevailing at the time of placing. Adjust quantities and types of admixtures as required to maintain quality control. Do not use admixtures which have not been incorporated and tested in the accepted design mix, unless otherwise authorized in writing by ENGINEER. 2.2 CURING MATERIALS A. Curing materials shall be as specified in Section 03300, Cast -in -Place Concrete, and as recommended by the manufacturer of prepackaged grouts. 063126005 GROUT 03600 - 7 1-1- Oct-2011 2.3 CONSISTENCY A. The consistency of grouts shall be that necessary to completely fill the space to be grouted for the particular application. B. The slump for topping grout and grout fill shall be adjusted to match placement and finishing conditions, but shall not exceed 4-inches. C. The slump for Construction Joint Grout shall be 7 ± 1-inches. PART 3 EXECUTION 3.1 INSPECTION A. CONTRACTOR shall examine the substrate and conditions under which grout is to be placed and notify OWNER, in writing, of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER. 3.2 INSTALLATION A. General: 1. Place grout as shown on the Drawings and in accordance with manufacturer's instructions. If manufacturer's instructions conflict with the Specifications do not proceed until ENGINEER provides clarification. 2. Manufacturers of proprietary products shall make available upon 72 hours notification the services of a qualified, full time employee to aid in assuring proper use of the product under job conditions. 3. Placing grout shall conform to temperature and weather limitations in Section 03300, Cast -In -Place Concrete. 4. Grout shall be cured following manufacturer's instructions for prepackaged grout and the requirements in Section 03300, Cast -In -Place Concrete, for grout fill and topping grout. B. Columns, Beams and Equipment Bases: 1. Epoxy grout: After shimming equipment to proper grade, securely tighten anchor bolts. Properly form around the base plates, allowing sufficient room around the edges for placing the grout. Adequate depth between the bottom of the base plate and the top of concrete base must be provided to assure that the void is completely filled with the epoxy grout. 2. Non -shrink, non-metallic grout: After shimming columns, beams and equipment to proper grade, securely tighten anchor bolts. Properly form around the base plates allowing sufficient room around the edges for placing the grout. Adequate depth between the bottom of the base plate and the top of concrete base must be provided to assure that the void is completely filled with the non -shrink, non-metallic grout. C. Handrails and Railings: 063126005 Oct-2011 GROUT 03600 - 8 1. After posts have been properly inserted into the holes or sleeves, fill the annular space between posts and sleeve with the non -shrink, non-metallic grout. Bevel grout at juncture with post so that moisture flows away from post. } D. Construction Joints: 1. Place a 4-inch minimum thick layer of Construction Joint Grout over the contact surface of the old concrete at the interface of horizontal construction joints as specified in Section 03251, Concrete Joints, and Section 03300, Cast -In -Place Concrete. E. Topping Grout: 1. All mechanical, electrical, and finish work shall be completed prior to placement of topping grout. The base slab shall be given a roughened textured surface by sandblasting or hydroblasting exposing the aggregates to ensure bonding to the ` base slab. 2. The minimum thickness of grout topping shall be 1-inch. The base slab shall be thoroughly cleaned and brought to a saturated surface dry condition prior to placing topping and fill. No topping concrete shall be placed until the slab is complete free from standing pools or ponds of water. A thin coat of neat Type II cement slurry shall be broomed into the surface of the slab and topping or fill concrete shall be placed while the slurry is still wet. The topping and fill shall be compacted by rolling or tamping, brought to established grade, and floated. 4. Topping grout placed on sloping slabs shall proceed uniformly from the bottom of the slab to the top, for the full width of the placement. 5. The surface shall be tested with a straight edge to detect high and low spots which shall be immediately eliminated. When the topping has hardened sufficiently, it shall be steel troweled to a smooth surface free from pinholes and other imperfections. An approved type of mechanical trowel may be used as an assist in this operation, but the last pass over the surface shall be by hand -troweling. During finishing, no water, dry cement or mixture of dry cement and sand shall be applied to the surface. 6. Cure and protect the grout topping as specified in Section 03300, Cast -In -Place Concrete. F. Grout Fill 1. All mechanical, electrical, and finish work shall be completed prior to placement of grout fill. Grout fill shall be mixed, placed, and finished as required in Section 03300, Cast -In -Place Concrete. The minimum thickness of grout fill shall be 1-inch. Where the finished surface of grout fill is to form an intersecting angle of less than 45 degrees with the concrete surface it is to be placed against, a key shall be formed in the concrete surface at the intersection point. The key shall be a minimum of 3-1/2-inches wide by 1-1/2-inches deep. The surface shall be tested with a straight edge to verify that the surface slopes uniformly to drain and to detect high and low spots which shall be immediately 063126005 GROUT 03600 - 9 �_ Oct-2011 eliminated. When the grout fill has hardened sufficiently, it shall be steel troweled to a smooth surface free from pinholes and other imperfections. During finishing, no water, dry cement or mixture of dry cement and sand shall be applied to the surface. END OF SECTION 03600 063126005 GROUT 03600 - 10 r Oct-2011 i J SECTION 03740 MODIFICATIONS TO EXISTING CONCRETE PART 1-GENERAL 1.1 SUMMARY A. Scope of Work: 1. Furnish all labor, materials, equipment, and incidentals required and cut, remove, repair, or otherwise modify parts of existing concrete structures or appurtenances as shown on the Drawings and as specified herein. Work under this Section shall also include bonding new concrete to existing concrete. B. Related Sections: 1. 03 1 00-Concrete Formwork. 2. 03200-Concrete Reinforcement. 3. 0325 1 -Concrete Joints and Joint Accessories. 4. 03300-Cast-in-Place Concrete. 5. 03600-Grout. 6. 05501-Miscellaneous Metal Fabrications. 1.2 QUALITY ASSURANCE A. Referenced Standards: Comply with provisions of following codes, specifications, and standards, except as otherwise indicated. 1. ASTM C881 - Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete 2. ASTM C882 - Standard Test Method for Bond Strength of Epoxy -Resin Systems Used with Concrete by Slant Sheer 3. _ ASTM D570 - Standard Test Method for Water Absorption of Plastics 4. ASTM D638 - Standard Test Method for Tensile Properties of Plastics 5. ASTM D695 - Standard Test Method for Compressive Properties of Rigid Plastics 6. ASTM D732 - Standard Test Method for Shear Strength of Plastics by Punch Tool 7. ASTM D790 - Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials B. No existing structure or concrete shall be shifted, cut, removed, or otherwise altered until authorization is given by the Engineer or where directed in the Drawings. C. When removing materials or portions of existing structures and when making openings in existing structures, all precautions shall be taken and all necessary barriers, shoring and bracing, and other protective devices shall be erected to prevent damage to the structures beyond the limits necessary for the new work, protect personnel, control dust, and to prevent 063126005 MODIFICATIONS TO EXISTING CONCRETE 03740 - 1 Oct-2011 damage to the structures or contents by falling or flying debris. Unless otherwise permitted, shown, or specified, line drilling will be required in cutting existing concrete. D. Manufacturer Qualifications: The manufacturer of the specified products shall have a minimum of 10 years experience in the manufacture of such products and shall have an ongoing program of training, certifying, and technically supporting the Contractor's personnel. 1.3 SUBMITTALS A. Submit to the Engineer, a Schedule of Demolition, and the detailed methods of demolition to be used at each location. B. Submit manufacturer's technical literature on all product brands proposed for use to the Engineer for review. The submittal shall include the manufacturer's installation and/or application instructions. C. When substitutions for acceptable brands of materials specified herein are proposed, submit brochures and technical data of the proposed substitutions to the Engineer for approval before delivery to the project. 1.4 DELIVERY, STORAGE, AND HANDLING A. Deliver the specified products in original, unopened containers with the manufacturer's name, labels, product identification, and batch numbers. B. Store and condition the specified product as recommended by the manufacturer. PART 2-PRODUCTS 2.1 MATERIALS A. General 1. Materials shall comply with this Section and any state or local regulations. B. Epoxy Bonding Agent 1. General a. The epoxy bonding agent shall be a two -component, solvent -free, asbestos - free, moisture -insensitive epoxy resin material used to bond plastic concrete to hardened concrete complying with the requirements of ASTM C881, Type V, and the additional requirements specified herein. 2. Material a. Properties of the cured material: (1) Compressive Strength (ASTM D695): 8,500 psi minimum at 28 days (2) Tensile Strength (ASTM D638): 4,000 psi minimum at 14 days (3) Flexural Strength (ASTM D790 - Modulus of Rupture): 6,300 psi minimum at 14 days (4) Shear Strength (ASTM D732): 5,000 psi minimum at 14 days 063126005 MODIFICATIONS TO EXISTING CONCRETE 03740 - 2 Oct-2011 (5) Water Absorption (ASTM D570 - 2 hour boil): 1 percent maximum at 14 days (6) Bond Strength (ASTM C882) Hardened to Plastic: 1,500 psi minimum at 14 days moist cure (7) Color: Gray 3. Approved manufacturer's include: Sika Corporation, Lyndhurst, New Jersey - Sikadur 32, Hi -Mod; Master Builder's, Cleveland, Ohio - Concresive Liquid (LPL); or W.R. Meadows. C. Epoxy Paste 1. General a. Epoxy Paste shall be a two -component, solvent -free, asbestos free, moisture insensitive epoxy resin material used to bond dissimilar materials to concrete such as setting railing posts, dowels, anchor bolts, and all -threads into hardened concrete and shall comply with the requirements of ASTM C881, Type I, Grade 3, and the additional requirements specified herein. 2. Material a. Properties of the cured material: (1) Compressive Properties (ASTM D695): 10,000 psi minimum at 28 days (2) Tensile Strength (ASTM D638): 3,000 psi minimum at 14 days. Elongation at Break - 0.3 percent minimum (3) Flexural Strength (ASTM D790 - Modulus of Rupture): 3,700 psi minimum at 14 days (4) Shear Strength (ASTM D732): 2,800 psi minimum at 14 days (5) Water Absorption (ASTM D570): 1.0 percent maximum at 7 days (6) Bond Strength (ASTM C882): 2,000 psi at 14 days moist cure (7) Color: Concrete grey 3. Approved manufacturer's include: a. Overhead applications: Sikadur Hi -mod LV 31, Sika Corporation, Lyndhurst, New Jersey; Concresive 1438, Master Builders, Inc., Cleveland, Ohio; or W.R. Meadows. b. Sikadur Hi -mod LV 32, Sika Corporation, Lyndhurst, New Jersey; Concresive 1438, Master Builders, Inc., Cleveland, Ohio; or W.R. Meadows. D. Non -Shrink Precision Cement Grout, Non -Shrink Cement Grout, and Non -Shrink Epoxy Grout are included in Section 03600, Grout. E. Repair Mortars: See Section 03930. PART 3-EXECUTION 063126005 MODIFICATIONS TO EXISTING CONCRETE 03740 - 3 Oct-2011 A. Cut, repair, reuse, demolish, excavate, or otherwise modify parts of the existing structures or 4 appurtenances, as indicated on the Drawings, specified herein, or necessary to permit completion of the Work. Finishes, joints, reinforcements, sealants, etc., are specified in respective Sections. All work shall comply with other requirements of this of Section and as shown on the Drawings. B. All commercial products specified in this Section shall be stored, mixed, and applied in strict compliance with the manufacturer's recommendations. C. In all cases where concrete is repaired in the vicinity of an expansion j oint or control joint the repairs shall be made to preserve the isolation between components on either side of the joint. D. When drilling holes for dowels/bolts at new or existing concrete, drilling shall stop if rebar is encountered. As approved by the Engineer, the hole location shall be relocated to avoid rebar. Rebar shall not be cut without prior approval by the Engineer. Where possible, rebar locations shall be identified prior to drilling using "rebar locators" so that drilled hole locations may be adjusted to avoid rebar interference. 3.2 CONCRETE REMOVAL A. Concrete designated to be removed to specific limits as shown on the Drawings or directed by the Engineer, shall be done by line drilling at limits followed by chipping or jack -hammering as appropriate in areas where concrete is to be taken out. Remove concrete in such a manner that surrounding concrete or existing reinforcing to be left in place and existing in place equipment is not damaged. Sawcutting at limits of concrete to be removed shall only be done if indicated on the Drawings, or after obtaining written approval from the Engineer. B. Where existing reinforcing is exposed due to saw cutting/core drilling and no new material is to be placed on the sawcut surface, a coating or surface treatment of epoxy paste shall be applied to the entire cut surface to a thickness of 1/2-in. Rebar shall be drilled and grinded to establish minimum cover requirements prior to application of the surface treatment as detailed in the Drawings. C. In all cases where the joint between new concrete or grout and existing concrete will be exposed in the finished work, except as otherwise shown or specified, the joint shall be grooved and grouted after the new concrete placement has fully cured as directed in the Drawings. D. Concrete specified to be left in place that is damaged shall be repaired by approved means to the satisfaction of the Engineer. E. The Engineer may from time to time direct the Contractor to make additional repairs to existing concrete. These repairs shall be made as specified or by such other methods as may be appropriate. F. All demolished concrete and other demolished materials shall be removed offsite by the Contractor. 3.3 CONNECTION SURFACE PREPARATION A. Connection surfaces shall be prepared as specified below for concrete areas requiring patching, repairs or modifications as shown on the Drawings, specified herein, or as directed by the Engineer. J 1 063126005 MODIFICATIONS TO EXISTING CONCRETE 03740 - 4 Oct-2411 �1 B. Remove all deteriorated materials, dirt, oil, grease, and all other bond inhibiting materials from the surface by dry mechanical means, i.e., sandblasting, grinding, etc., as approved by the Engineer. Be sure the areas are not less than 1/2-in in depth. Irregular voids or surface stones need not be removed if they are sound, free of laitance, and firmly embedded into parent concrete, subject to final inspection. C. If reinforcing steel is exposed, it must be mechanically cleaned to remove all contaminants, rust, etc., as approved by the Engineer. If half of the diameter of the reinforcing steel is exposed, chip out behind the steel. The distance chipped behind the steel shall be a minimum of 1-in. Reinforcing to be saved shall not be damaged during the demolition operation. D. Reinforcing from existing demolished concrete that is shown to be incorporated in new concrete shall be cleaned by mechanical means to remove all loose material and products of corrosion before proceeding with the repair. It shall be cut, bent, or lapped to new reinforcing as shown on the Drawings and provided with 1-in minimum cover all around. E. The following are specific concrete surface preparation "methods" to be used where called for on the Drawings, specified herein, or as directed by the Engineer. Adhesive doweling shall be in accordance with Section 03251. Method A: After the existing concrete surface at connection has been roughened and cleaned, thoroughly moisten the existing surface with water. Brush on a 1/1 6-in layer of cement and water mixed to the consistency of a heavy paste. Immediately after application of cement paste, place new concrete or grout mixture as detailed on the Drawings. 2. Method B: After the existing concrete surface has been roughened and cleaned, apply epoxy bonding agent at connection surface. The field preparation and application of the epoxy bonding agent shall comply strictly with the manufacturer's recommendations. Place new concrete or grout mixture to limits shown on the Drawings within time constraints recommended by the manufacturer to ensure bond. 3. Where no method is specified, Method B shall be used. END OF SECTION 03740 063126005 MODIFICATIONS TO EXISTING CONCRETE 03740 - 5 a Oct-2011 SECTION 03930 CONCRETE REPAIR AND REHABILITATION PART 1-GENERAL 1.1 SUMMARY A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to repair or rehabilitate all existing concrete members and surfaces identified in the Contract Documents. 2. CONTRACTOR shall repair all damage to new concrete construction as specified herein, except that where such repairs are specified in Section 03300, Cast -in -Place Concrete. B. Coordination: 1. Review installation procedures under other Sections and coordinate the installation of items that must be included with the repair and rehabilitation of concrete. C. Related Sections: 1. 03300-Cast-in-Place Concrete. 1.2 QUALITY ASSURANCE A. Reference Standards:. Comply with the applicable provisions and recommendations of the following, except as otherwise shown or specified: 1. ASTM C 109, Test Method for Compressive Strength of Hydraulic Cement Mortars. 2. ASTM C 157, Test Method for Length Change of Hardened Cement Mortar and Concrete. 3. ASTM C 348, Standard Test Method for Flexural Strength of Hydraulic Cement Mortars 4. ASTM C 496, Standard Test Method for Splitting Tensile Strength of Cylindrical Concrete Specimens 5. ASTM C 882, Test Method for Bond Strength of Epoxy -Resin Systems Used with Concrete. 6. ASTM D 412, Test Methods for Vulcanized and Thermoplastic Rubbers and Thermoplastic Elastomers - Tension. 7. ASTM D 570, Test Method for Water Absorption of Plastics. 8. ASTM D 624, Test Method for Tear Strength of Conventional Vulcanized Rubber and Thermoplastic Elastomers. 9. ASTM D 638, Test Method for Tensile Properties of Plastics. 10. ASTM D 695, Test Method for Compressive Properties of Plastics. �t i 063126005 CONCRETE REPAIR AND REHABILITATION 03930-1 Oct-2011 i z 11. ASTM D 732, Test Method for Shear Strength of Plastics by Punch Tool. 12. ASTM D 790, Test Method for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. 13. ASTM D 903, Test Method for Peel or Stripping Strength of Adhesive Bonds. 14. ASTM G 109, Test Method for Determining the Effects of Chemical Admixtures on the Corrosion of Embedded Steel Reinforcement in Concrete Exposed to Chloride Environments. B. Construction Tolerances: Construction tolerances shall be as specified in Section 03300, Cast -in -Place Concrete, except as specified herein and elsewhere in the Contract Documents. 1.3 SUBMITTALS A. Shop Drawings: Submit for approval the following: 1. CONTRACTOR shall submit manufacturer's product information and recommended placement procedures for all repair materials. 2. CONTRACTOR shall submit Shop Drawings, when requested by ENGINEER, to show all methods for supporting existing structures, pipes, etc., during demolition and repair activities. 1.4 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery of Materials: 1. Conform to the manufacturer requirements and supplementary requirements below. 2. Deliver all materials to the job site in original, new and unopened packages and containers bearing manufacturer's name and label, and the following information. a. Name or title of material. b. Manufacturer's stock number and date of manufacture. C. Manufacturer's name. B. Storage of Materials: 1. Conform to the manufacturer requirements and supplementary requirements below. 2. Storage only acceptable project materials on project site. 3. Store in a suitable location approved by ENGINEER. Keep area clean and accessible. 4. Restrict storage to repair materials and related equipment. 5. Comply with health and fire regulations including the Occupational Safety and Health Act of 1970. C. Handling of Materials: 063126005 CONCRETE REPAIR AND REHABILITATION 03930- 2 Oct-2011 1. Conform to the manufacturer requirements and supplementary requirements below. 2. Handle materials carefully to prevent inclusion of foreign materials. Do not open containers or mix components until necessary preparatory Work has been completed and application Work will start immediately. PART 2-PRODUCTS 2. 1 REPAIR MORTAR — HAND -APPLIED A. Repair mortar shall be a prepackaged cement based product specifically formulated for the repair of concrete surface defects. The repair mortar shall be a two -component polymer -modified, portland cement, fast setting, trowel -grade mortar. The repair mortar shall be enhanced with a penetrating corrosion inhibitor and shall have the following properties: Physical Property Value ASTM Standard Compressive Strength (minimum) C 109 at 1 day: 2000 psi at 28 days: 6000 psi Bond Strength (minimum) C 882* at 28 days: 1800 psi * Modified for use with repair mortars. B. Where the least dimension of the placement in width or thickness, exceeds 4- inches, the repair mortar shall be extended by addition of aggregate as recommended by the manufacturer. C. Product and Manufacturer: Provide one of the following: 1. SikaTop 122 Plus or SikaTop 123 Plus, as manufactured by Sika Corporation. 2. Emaco S88-CI or S66-CI, as manufactured by BASF. 2.2 REPAIR MORTAR— SPRAY -APPLIED A. Repair mortar shall be a prepackaged cement based product specifically formulated for the repair of concrete surface defects. The repair mortar shall be a single -component, cementitious, silica fume enhanced, fiber reinforced, shrinkage compensated, sprayable repair mortar. The repair mortar shall have the following properties: Physical Property Value ASTM Standard Compressive Strength (minimum) C 109 at 1 day: 3500 psi at 28 days: 9000 psi Flexural Strength at 28 days 1000 psi C 348 063126005 CONCRETE REPAIR AND REHABILITATION 03930- 3 Oct-2011 Tensile Strength at 28 days 700 psi C 496 Slant Shear Bond Strength (minimum) C 882* at 28 days: 2250 psi * Modified for use with repair mortars. B. Product and Manufacturer: Provide one of the following: l . SP15 Spray Mortar, or Emaco S88-CI, as manufactured by BASF. 2. SikaRepair 224, as manufactured by Sika Corporation. 2.3 EXPOSED REBAR REPAIR A. Reinforcing steel: Deformed, new billet steel bars, Grade 60. B. Corrosion Inhibitor: 1. The corrosion inhibitor shall be a three -component, solvent -free, moisture - tolerant, epoxy -modified, cementitious product formulated as a bonding agent and anti -corrosion coating. It shall have the following properties: Physical Property Value ASTM Standard Compressive Strength (minimum) C 109 at 3 days: 4500 psi at 28 days: 8000 psi Flexural Strength at 28 days 1000 psi C 348 Tensile Strength at 28 days 600 psi C 496 Bond Strength (minimum) C 882* at 14 days, moist cure: 2000 psi * Modified for use with repair mortars. B. Product and Manufacturer: Provide one of the following: 1. Emaco P24, as manufactured by BASF. 2. Armatec 110 EpoCem, as manufactured by Sika Corporation. 2.4 CRACK REPAIR — POLYURETHANE A. Repair material shall be a very low viscosity hydrophobic polyurethane grout specially formulated to form a tough, flexible, closed cell gasket in very tight joints and hairline cracks, having the following properties (cured material, unless noted otherwise): Solids (uncured) 100% 063126005 CONCRETE REPAIR AND REHABILITATION Oct-2011 03930- 4 Viscosity (uncured) Density Tensile Strength Elongation Shrinkage Influence of pH Toxicity NSF 61 Potable Water approved Yes 150-250 cps D 2196 A 8.76 — 9.20 lbs/gal D 3574 174 psi D 3574 250% D 3574 Less than 4% D 3574 No influence between 2-11 Non -toxic 2.5 STRIP AND SEAL EXPANSION JOINT COVER A. System shall consist of Hypalon sheeting anchored with a two -component epoxy resin adhesive. B. Epoxy Resin Adhesive shall conform to ASTM C 881, and have the following properties (cured material unless noted otherwise): Physical Property Value ASTM Standard Potlife (mixed, uncured material) 25-45 minutes Consistency (mixed, uncured matl.) Non -sag (1/2 in. thick) Tack -Free Time to Touch 2-3 hours at 73°F Tensile Strength 3600 psi at 14 days D 638 Elongation at break 0.4% at 14 days D 638 Modulus of Elasticity 7.5 x 105 psi at 14 days D 638 Compressive Strength 12000 psi at 28 days D 695 Flexural Strength 4400 psi at 14 days D 790 Shear Strength 3400 psi at 14 days D732 Water Absoption 0,79% at 1 day D 570 Bond Strength - (2-day dry cure) 3300 psi C 882 (14-day moist cure) 2400 psi C 882 3 063126005 CONCRETE REPAIR AND REHABILITATION 03930- 5 }` Oct-2011- C. Hypalon Sheeting shall have the following properties: Physical Property Value ASTM Standard Tensile Strength 1000 psi D 412 Elongation at Break 800% D 412 Tensile Set after Break 400% D 412 Tear Resistance 2501b./in. D 624 Low Temperature Performance Maintained to -40°F Ozone Resistance (3-month exposure) — Water/ozone (3 ppm) No Effect Air/ozone (2-300 ppm) No Effect Note: Tests performed with material and curing conditions at 71-75OF and 45-55% relative humidity. PART 3-EXECUTION 3.1 INSPECTION A. CONTRACTOR shall examine areas and conditions under which repair Work is to be installed, and notify ENGINEER, in writing, of conditions detrimental to proper and timely completion of Work. Do not proceed with Work until unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER. B. Prior to and during the first stages of surface preparation and material installation, a qualified representative of the material manufacturer, thoroughly trained for quality control of the materials being installed, shall visit the site to consult with the Contractor installing the products to verify site conditions, surface preparation, and material selection and installation. 3.2 GENERAL A. Surface Preparation: 1. The entire area to be repaired shall have all laitance, foreign material, existing coatings, and unsound concrete removed by mechanical means, including chipping, abrasive blasting or hydroblasting. The surface shall be further roughened as specified herein. Where non -shrink grout or repair mortar is used, any additional surface preparation steps recommended by the manufacturer shall be performed. 2. Where repair concrete, shotcrete, or cement grout is used, and a bonding agent is not required, or where the repair mortar or non -shrink grout manufacturer recommends a wet or saturated surface, water shall be delivered to the surface continuously for a minimum of four hours. Where large surface areas are to be repaired, fog spray nozzles mounted on stands shall be provided in sufficient numbers such that the entire surface to be repaired is in contact with the fog 063126005 CONCRETE REPAIR AND REHABILITATION Oct-2011 03930- 6 r spray cloud. The concrete shall be prevented from drying until after the repair operation is completed. Unrepaired surfaces shall be rewetted by water spray on at least a daily basis. Should more than four days elapse without rewetting the unrepaired surfaces, the original saturating procedure shall be repeated. All standing water in areas to be repaired shall be removed prior to placement of repair material. Means to remove excess water from the structure shall be provided. 3. Repair material manufacturer representative shall observe completed surface preparation. Contractor shall perform additional surface preparation as recommended by manufacturer's rep. 3. Where the repair material manufacturer recommends the use of an epoxy - bonding agent, the recommendations of both the repair material and bonding agent manufacturers shall be followed. B. Care shall be taken to fully consolidate the repair material, completely filling all portions of the area to be filled. C. The repair surface shall be brought into alignment with the adjacent existing surfaces to provide a uniform, even surface. The repair surface shall match adjacent existing surfaces in texture and shall receive any coatings or surface treatments which had been provided for the existing surface. D. Curing: 1. Curing of repair mortar and non -shrink grout shall be according to the manufacturer's recommendations except that the minimum cure period shall be three days. 2. Curing of other materials shall be according to Section 03 30 00, Cast -in -Place Concrete. 3.3 TREATMENT OF SURFACE DEFECTS A. Surface defects are depressions in a concrete surface which do not extend all the way 1 through the member. The depressions can result from the removal of an embedded item, the removal of an intersecting concrete member, physical damage, unrepaired rock pockets created during original placement, or spalls from corroded reinforcing steel or other embeds. B. Preparation: 1. All loose, damaged concrete shall be removed by chipping to sound material. 2. Where existing reinforcing bars are exposed, concrete shall be removed to a minimum of 1-inch all around the bars. If the existing bars are cut through, cracked, or the cross sectional area is reduced by more than 25 percent, the ENGINEER shall be notified immediately. 3. The perimeter of the damaged area shall be score cut to a minimum depth of 0.5- inch and a maximum depth to not cut any existing reinforcing steel. Existing concrete shall be chipped up to the score line so that the minimum thickness of repair mortar is 0.5-inch. C. Repair Material: 063126005 CONCRETE REPAIR AND REHABILITATION Oct-2011 03930- 7 _3 t t Repair of surface defects in members, which are normally in contact with water or soil, or in the interior surfaces of enclosed chambers that contain water shall be made only with repair mortar. 2. Repair of other surface defects may be by the application of repair mortar, repair concrete, shotcrete, or cement grout, as appropriate. 3.4 PATCHING OF HOLES IN CONCRETE A. For holes larger than 48-inches, refer to the Drawings for reinforcement details. 3.5 PATCHING OF LINED HOLES A. This Section applies to those openings which have embedded material over all or a portion of the inside edge. Unless indicated to remain in place on the Drawings or by the ENGINEER, such embedded materials shall be removed and the remaining hole repaired as specified above. The requirements for repairing holes in concrete specified above shall apply as modified herein. B. Where embedded material is allowed to remain, it shall be trimmed back a minimum of 2-inches from the concrete surface. The embedded material shall be roughened or abraded to promote good bonding to the repair material. Any substance that interferes with good bonding shall be completely removed. C. Any embedded item that is not securely and permanently anchored into the concrete shall be completely removed. D. Embedded items which are larger than 12-inches in their least dimension shall be completely removed, unless they are composed of a metal to which reinforcing steel can be welded. Where reinforcement is required, it shall be welded to the embedded metal. E. The following additional requirements apply to concrete members which are in contact with water or soil. Lined openings, which are less than 4-inches in their least dimension, shall be filled with epoxy grout. 2. Lined openings which are greater than 4-inches, but less than 12-inches in their least dimension, shall be coated with an epoxy bonding agent prior to being filled with Class I non -shrink grout. 3. Lined openings which are greater than 12-inches in their least dimension shall be coated with an epoxy bonding agent and shall have a hydrophilic rubber waterstop or bead of hydrophilic sealant installed to the interior of the opening at the wall centerline, as required by Section 03251, Concrete Joints, prior to being filled with any approved repair material. 3.6 REPAIR OF DETERIORATED CONCRETE A. This Section pertains to concrete which has been damaged due to corrosion of reinforcing steel, physical damage due to abrasion, and damage due to chemical attack. The only material acceptable for surface repair is repair mortar as specified herein. Where the repaired surface is to be subsequently covered with a liner material, the finishing details shall be coordinated with the requirements of installing the liner material. B. Surface Preparation: 063126005 CONCRETE REPAIR AND REHABILITATION 03930- 8 Oct-2011 1. All loose, broken, softened, and acid contaminated concrete shall be removed by abrasive blasting and chipping down to sound, uncontaminated concrete. 2. When the removal of deteriorated concrete is completed, CONTRACTOR shall notify the ENGINEER and the representative of the repair material manufacturer, in writing. Two weeks shall be scheduled for the ENGINEER and the representative of the repair material manufacturer to inspect the surface, perform testing for acid contamination, determine if additional concrete must be removed, and to develop any special repair details that may be required. Should it be determined that additional concrete must be removed to reach sound, uncontaminated material, another two week period shall be scheduled for further evaluation after the end of the additional removal. 3. Additional surface preparation shall follow the recommendations of the repair mortar manufacturer. 4. Isolated areas of exposed reinforcing bars shall be treated as required for repair of surface defects. Apply anti -corrosion coating to all exposed reinforcing steel. If extensive areas of reinforcement are uncovered after removal of deteriorated concrete, repair methods shall be as determined by the ENGINEER. C. Repair Mortar Placement: 1. The procedures recommended by the manufacturer for the mixing and placement of the repair mortar shall be followed. Representative of the repair material manufacturer shall be on site during initial placement for each material. 2. After the initial mixing of the repair mortar, additional water shall not be added to change the consistency should the mix begin to stiffen. 3. Repair mortar shall be placed to a minimum thickness as recommended by the manufacturer, but not less than 0.50-inch. Where removal of deteriorated concrete results in a repair thickness of less than 0.5-inch to return to original concrete surface location in isolated areas totaling less than ten percent of the total repair area, additional concrete shall be removed to obtain the 0.5-inch thickness. Where the area with repair thickness of less than 0.5-inch exceeds ten percent of the total repair area, notify the ENGINEER. In any case, repair mortar shall be added so that the minimum cover over existing reinforcing steel is 2- inches. CONTRACTOR shall not place repair mortar so as to create locally raised areas. Where there is a transition with wall surfaces which are not in need°$ of repair, the repair mortar shall not be feathered at the transition. A score line shall be sawcut to not less than the minimum repair mortar depth and concrete 1 chipped out to it to form the transition. Care shall be taken to not cut or otherwise damage any reinforcing steel. 4. The repair mortar shall be placed to an even, uniform plane to restore the member to its original surface. Tolerance for being out of plane shall be such that the gap between a 12-inch straight edge and the repair mortar surface does not exceed 0.125-inch and the gap between a 48-inch straight edge and the repair 1 mortar surface does not exceed 0.25-inch. This shall apply to straight edges placed in any orientation at any location. D. Finishing: l . The repair mortar shall receive a smooth, steel trowel finish. 063126005 CONCRETE REPAIR AND REHABILITATION 03930- 9 f Oct-2011- 1 2. When completed, there shall be no sharp edges. All exterior corners, such as at penetrations, shall be made with a 1-inch radius. All interior corners shall be square except corners to receive lining shall be made with a 2-inch repair mortar fillet. E. Curing: 1. Curing shall be performed as recommended by the repair mortar manufacturer, except that the cure period shall be at least 24 hours and shall be by means of a continuous fog spray. If the manufacturer recommends the use of a curing compound, no material shall be used that would interfere with the bond of the protective coating system or adhesive used for placing the lining, where required. 3.7 REPAIR OF LEAKING CRACKS IN CONCRETE A. Prior to drilling injection holes, Contractor shall locate embedded reinforcing steel, conduit, etc. in the areas scheduled to be repaired. B. Drill injection port holes as shown on the Drawings, and in accordance with material manufacturer's recommendations. If reinforcing steel is encountered, move injection hole as necessary. Do not cut through reinforcing steel. C. Set removable injection ports (packers) equipped with "zerk" fittings in injection holes. Flush cracks with clean water with a neutral pH range 3 to 10. D. Mix polyurethane grout material with catalyst in accordance with manufacturer's recommendations. E. On vertical cracks, begin grout injection at the lowest port. On horizontal cracks, begin at one end. F. Inject grout until grout appears at adjacent port. Disconnect and start injection at adjacent port. After injecting 34 ports, disconnect and re -inject all ports a second time. Upon completion of the grout injection, re -inject each port with water. Continue this injection process until all ports have been injected, and crack has been sealed. G. After polyurethane grout cures, completely remove all injection ports and excess grout material from concrete and other adjacent surfaces. Patch holes with cementitious repair mortar flush with adjacent surfaces. H. Cracks that are not adequately sealed shall be re -injected at Contractor's expense. 3.8 STRIP AND SEAL EXPANSION JOINT COVER A. The concrete of steel substrate must be clean, dry, sound, and free of surface contaminants. B. Remove dust, laitance, grease, oils, curing compounds, form release agents, foreign particles, etc. by mechanical means, i.e., sandblasting, etc., in accordance with manufacturer's recommendations. 063126005 CONCRETE REPAIR AND REHABILITATION 03930- 10 Oct-2011 C. Wipe Hypalon sheeting with Activator a minimum of one hour and a maximum of eight hours before installation. If job conditions allow, perform all lapping of sheeting at the time of activating the Hypalon sheeting. Laps (welds) shall be a minimum of 2 in. overlap of each Hypalon sheet welded together by the activator or by heat with an approved apparatus per manufacturer's recommendations. D. Pre -mix each component of the epoxy resin adhesive, Proportion two parts of Component A to one part Component B by volume ina clean, dry mixing pail. Mix for three minutes with a low -speed (400-600 rpm) drill and jiffy paddle until uniform in color. Mix only that quantity that can be used within its potlife (25-45 minutes). E. Joints shall be masked to prevent discoloration or application on unwanted areas. If masking tape is used, it shall be applied just prior to application of the epoxy resin adhesive, and removed before the epoxy resin adhesive has set. F. Apply the epoxy resin adhesive in a 1 '/Z to 2 in. wide band on each side of the joint to a thickness of approximately 1/32 in. to a maximum of 1/8 in. Set the Hyaplon sheeting into the epoxy. Place Hypalon sheeting flat over the joint, or drape into joint as directed by Engineer. Using a hard roller, force the sheeting down into the epoxy. Take precautions not to allow the epoxy resin adhesive to enter the joint. Apply a top layer of epoxy resin adhesive over the same 1 '/2 to 2 in. wide band of sheeting on each side of joint. The epoxy resin adhesive shall extend 1/8 — '/ in. beyond the outer edges of the sheeting. Remove expansion strip from sheeting before the epoxy resin adhesive has set. G. Excess uncured epoxy resin adhesive shall be removed using solvents recommended by material manufacturer. Excess cured epoxy resin adhesive can only be removed by mechanical means. H. Leave finished work and work area in a neat, clean condition without evidence of spillover onto adjacent areas. 3. 9 FIELD QUALITY CONTROL A. CONTRACTOR shall employ a testing laboratory to perform field quality control testing ENGINEER will direct the number of tests and specimens required. CONTRACTOR shall make standard compression test specimens as specified below, under the direct inspection by ENGINEER. CONTRACTOR shall furnish all necessary assistance required by ENGINEER. CONTRACTOR shall also provide all labor, material and equipment required including rods, molds, thermometer, curing in a heated storage box, and all other incidentals required. Above will be subject to approval by ENGINEER. CONTRACTOR shall furnish all necessary storage, curing, and transportation required by the testing. B. Field tests of cement based grouts and repair mortar: 1. Compression test specimens will be taken during construction from the first placement of each type of mortar or grout, and at intervals thereafter as selected by the ENGINEER to ensure continued compliance with these specifications. The specimens will be made by the ENGINEER or its representative. 2. Compression tests and fabrication of specimens for repair mortar and non -shrink grout will be performed as specified in ASTM C 109. A set of three specimens 063126005 CONCRETE REPAIR AND REHABILITATION 03930-11 Oct-2011 C. 063126005 Oct-2011 will be made for each test. Tests shall be made at 7 days, 28 days, and additional time periods as appropriate. 3. All material, already placed, which fails to meet the requirements of these specifications, is subject to removal and replacement at the cost of CONTRACTOR. 4. The cost of all laboratory tests on mortar and grout will be borne by the CONTRACTOR. CONTRACTOR shall be responsible for the cost of any additional tests and investigation on Work performed which does not conform to the requirements of the specifications. CONTRACTOR shall supply all materials necessary for fabricating the test specimens. Repair Concrete: Repair concrete shall be tested as required in Section 03300, Cast -in - Place Concrete. END OF SECTION 03930 CONCRETE REPAIR AND REHABILITATION 03930-12 DIVISION 5 — METALS 063126005 DIVISION 5 — METALS Oct-11 L_ i SECTION 05051 ANCHORAGES PART 1-GENERAL 1.1 SUMMARY A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown on the Drawings, specified, and required to furnish and install anchorages. B. The types of Work using the anchor bolts, toggles and inserts include, but are not limited to the following: 1. Hangers and brackets. 2. Equipment. 3. Piping. 4. Grating and floor plate. 5. Electrical, Plumbing and HVAC Work. 6. Metal, wood and plastic fabrications. C. Related Sections: 1. 05501-Miscellaneous Metal Fabrications. 1.2 QUALITY ASSURANCE A. Reference Standards: Comply with the applicable provisions and recommendations of the following, except as otherwise shown and specified. 1. ASTM A 36, Specification for Carbon Structural Steel. 2. ASTM A 123, Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. 3. ASTM A 153, Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. 4. ASTM A 307, Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. S. ASTM A 484, Specification for General Requirements for Stainless and Heat - Resisting Steel Bars, Billets and Forgings. 6. ASTM A 525, Specification for General Requirements for Steel Sheet, Zinc - Coated (Galvanized) by the Hot -Dip Process. 7. ASTM A 536, Specification for Ductile Iron Castings. 8. ASTM A 570, Specification for Steel, Sheet and Strip, Carbon, Hot -Rolled, Structural Quality. 9. ASTM B 633, Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 063126005 ANCHORAGES 05051 -1 Oct-2011 10 ASTM F 593, Stainless Steel Bolts; Hex Cap Screws, and Studs. 11. Federal Specifications WW-H-171E for Malleable Iron. 12. ICBO, International Conference of Building Officials. 13. International Building Code. B. Inserts shall be ICBO, UL or FM approved. C. Toggle Bolts: Federal Specification FF-B-588C, Type I, Class A, Style 1. 1.3 SUBMITTALS A. Shop Drawings: Submit for approval the following: 1. Setting drawings and templates for location and installation of anchorage devices. 2. Copies of manufacturer's specifications, load tables, dimension diagrams and installation instructions for the devices. 3. Copies of ICBO, UL or FM Reports certifying load carrying capacities and installation requirements for the anchorage devices. PART 2-PRODUCTS 2.1 DESIGN CRITERIA A. When the size, length or load carrying capacity of an anchorage is not shown on the Drawings, provide the following: 1. For anchor bolts (cast -in -place), provide the size, length and capacity required to carry the design load based on the values and requirements given in the International Building Code. 2. For concrete anchors (adhesive types) and concrete inserts, provide the size, length, type, and capacity required to carry the design load based on the values and requirements given in the ICBO Evaluation Report, or similar certifications by UL or FM, for the anchor to be used. Alternately the capacity may be based on independent testing lab capacities for tension and shear strength using a minimum safety factor of four. Consideration of reduced capacity due to spacing and edge distance shall be made. B. Determine design loads as follows: 1. For equipment anchors, use the design load recommended by the equipment manufacturer and approved by ENGINEER. 2. For pipe hangers and supports, use one half of the total weight of pipe, fittings, and water contained in pipe, plus the full weight of valves and accessories located between the hanger or support in question. 3. Allowances for vibration are included in the safety factor specified above. 4. Concrete anchors shall develop ultimate shear and pull-out loads of not less than the following values in 4,000 psi concrete: 063126005 ANCHORAGES 05051 - 2 Oct-2011 Bolt Diameter Min. Shear Min. Pull -Out Load Inches Pounds Pounds 1/2 5,000 7,600 5/8 8,000 12,000 3/4 11,500 17,000 7/8 15,700 20,400 1 20,500 28,400 2.2 MATERIALS A. Anchor Bolts: 1. Provide stainless steel bolts and hardware complying with ASTM F 593, AISI Type 316 headed or non -headed type with nitronic 60 stainless steel nuts and locknuts, unless otherwise indicated. 2. For equipment, provide anchor bolts, which meet the equipment manufacturer's recommendations for size, material, and strength. Anchors shall be Type 316 stainless steel. 3. Provide anchor bolts as shown on the Drawings or as required to secure structural steel to concrete or masonry. 4. Locate and accurately set the anchor bolts using templates or other devices as required. 5. Protect threads and shank from damage during installation of equipment and structural steel. 6. Comply with manufacturer's required embedment length and necessary anchor bolt projection. B. Adhesive Anchors: 1. Provide stainless steel adhesive anchors complying with ASTM F 593, AISI Type 316 with nitronic 60 stainless steel nuts and locknuts. 2. Anchors shall be of the size required for the concrete strength specified. 3. Adhesive anchors shall consist of threaded rods or bolts anchored with an adhesive system into hardened concrete. The adhesive system shall use a two - component adhesive mix and shall be injected with a static mixing nozzle following manufacturer's instructions. The embedment depth of the rod/bolt shall provide a minimum allowable bond strength that is equal to the allowable tensile capacity of the rod/bolt, unless noted otherwise on the Drawings. 4. Product and Manufacturer: a. HIT HY-150 Injection Adhesive Anchor System, as manufactured by Hilti. Use Hilti Hit ICE where ambient temperatures are below 45 degrees F. b. No substitutes will be considered. C. Concrete Inserts: 063126005 ANCHORAGES 05051 - 3 Oct-2011 1. For piping, grating, floor plate and masonry lintels, provide malleable iron inserts. Comply with Federal Specification WW-H-171E (Type 18). Provide those recommended by the manufacturer for the required loading. 2. Finish shall be black. 3. Product and Manufacturer: Provide inserts by one of the following: a. Figure 282, as manufactured by ITT Grinnell. b. No. 380, as manufactured by Hohmann and Barnard, Incorporated. D. Toggle Bolts: 1. Provide spring -wing toggle bolts, with two-piece wings. 2. Provide Type 316 stainless steel bolts. 3. Product and Manufacturer: Provide toggle bolts by one of the following: a. Hilti. b. Simpson. E. Powder activated fasteners shall not be used, unless approved by ENGINEER. F. Expansion anchors will not be allowed for structural connections. Where expansion anchors are specified in other sections, use the following: l . Provide Type 316 stainless steel expansion anchors. 2. Product and Manufacturer: a. Kwik Bolt by Hilti. b. Easy -Set by Simpson. PART 3-EXECUTION 3.1 INSPECTION A. CONTRACTOR shall examine areas and conditions under which anchor bolts, toggle bolts and concrete insert Work is to be installed, and notify ENGINEER, in writing, of conditions detrimental to proper and timely completion of Work. Do not proceed with Work until unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER. 3.2 INSTALLATION A. Assure that embedded items are protected from damage and are not filled in with concrete. B. Use concrete inserts for pipe hangers and supports for the pipe size and loading recommended by the insert manufacturer. C. Use toggle bolts for fastening brackets and other elements onto masonry units. D. For the adhesive anchors and adhesive material, CONTRACTOR shall comply with the manufacturer's installation instructions on the hole diameter and depth required to fully develop the tensile strength of the adhesive anchor or reinforcing bar. CONTRACTOR shall properly clean out the hole utilizing a wire brush and compressed air to remove all 063126005 ANCHORAGES 05051 - 4 Oct-2011 loose material from the hole, prior to installing adhesive capsules or material. Refer to the Drawings for details. E. Use torque wrench for all anchor installations and torque to manufacturer recommendations. 3.3 CLEANING A. After embedding concrete is placed, remove protection and clean bolts and inserts. 3.4 FIELD QUALITY CONTROL A. OWNER shall employ a testing laboratory to perform field quality testing of installed anchors. OWNER inspector shall determine the level of testing which is required for the various types of adhesive anchors and anchor bolts. A minimum of ten percent of the adhesive anchors are to be tested to 50 percent of the ultimate tensile capacity of the adhesive anchor as published in the manufacturer's catalogue. B. If failure of any of the adhesive anchors or reinforcing bars occurs, CONTRACTOR will be required to pay for the costs involved in testing the remaining 90 percent. C. CONTRACTOR shall correct improper workmanship, remove and replace, or correct as directed by the ENGINEER, all adhesive anchors or bars found unacceptable or deficient, at no additional cost to the OWNER. D. CONTRACTOR shall pay for all corrections and subsequent tests required to confirm the integrity of the adhesive anchor or bar. E. The independent testing and inspection agency shall complete a report on each area. The report should summarize the observations made by the inspector and be submitted to ENGINEER. F. Provide access for the testing agency to places where Work is being produced so that required inspection and testing can be accomplished. END OF SECTION 05051 063126005 ANCHORAGES 05051 - 5 5= Oct-2011 SECTION 05501 MISCELLANEOUS METAL FABRICATIONS PART 1-GENERAL 1.1 SUMMARY A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown on the Drawings, specified and required to furnish miscellaneous metal fabrications, including surface preparation and shop priming. B. The extent of miscellaneous metal fabrications Work is shown on the Drawings and includes items fabricated from iron, steel and aluminum shapes, plates, bars, castings and extrusions, which are not a part of the structural steel or other metal systems covered by other Sections of these Specifications. C. The types of miscellaneous metal items include, but are not limited to the following: 1. Miscellaneous framing and supports. 2. Miscellaneous accessories and fasteners. 3. Seat Angles, supports and brackets. D. Related Sections: 1. 0505 1 -Anchorages. 2. 09902-Painting and Protective Coatings. 1.2 QUALITY ASSURANCE A. Reference Standards: Comply with the applicable provisions and recommendations of the following, except as otherwise shown and specified: 1. ASTM A 36, Specification for Carbon Structural Steel. 2. ASTM A 153, Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. 3. ASTM A 240, Specification for Heat -Resisting Chromium and Chromium - Nickel Stainless Steel Plate, Sheet and Strip for Pressure Vessels. 4. ASTM A 276, Stainless and Heat -Resisting Steel Bars and Shapes. 5. ASTM A 320, Specification for Alloy Steel Bolting Material for Low Temperature Service. 6. ASTM B 209, Specification for Aluminum and Aluminum -Alloy Sheet and Plate. 7. ASTM B 211, Specification for Aluminum and Aluminum -Alloy Bars, Rods and Wire. 8. ASTM B 221, Specification for Aluminum -Alloy Extruded Bars, Rods, Wire, Shapes and Tubes. 063126005 MISCELLANEOUS METAL FABRICATIONS 05501 - 1 Oct-2011 9. ANSI A14.3, Safety Requirements for Fixed Ladders. 10. AWS D1.1, Structural Welding Code. 11. NAAMM, Metal Finishes Manual. 12. OSHA. B. Field Measurements: 1. Take field measurements where required prior to preparation of Shop Drawings and fabrication to ensure proper fitting of the Work. C. Shop Assembly: 1. Preassemble items in the shop to the greatest extent possible, so as to minimize field splicing and assembly of units at the project site. Disassemble units only to the extent necessary for shipping and handling limitations. Clearly mark units for reassembly and coordinated installation. 1.3 SUBMITTALS A. Shop Drawings: Submit for approval the following: 1. Fabrication and erection details of all assemblies of miscellaneous metal Work. Include plans, elevations, and details of sections and connections. Show anchorage and accessory items. Include setting drawings and templates for location and installation of miscellaneous metal items and anchorage devices. 2. Copies of manufacturer's specifications, load tables, dimension diagrams, anchor details, and installation instructions for products to be used in miscellaneous metal Work. PART 2-PRODUCTS 2.1 MATERIALS A. Steel Plates, Shapes and Bars: ASTM A 36. B. Aluminum: 1. Alloy and Temper: Provide alloy and temper as shown on the Drawings or specified, or as otherwise recommended by the aluminum producer or finisher. 2. Extruded Shapes and Tubes: ASTM B 241. 3. Plate and Sheet: ASTM B 209. 4. Bars, Rods and Wire: ASTM B 211. C. Stainless Steel Plates, Sheets and Bars: ASTM A 276, Type 316 stainless steel. 1. Use Type 316 stainless steel unless shown otherwise in the Drawings. D. Stainless Steel Fasteners and Fittings: ASTM A 320. E. Surface Preparation and Shop Priming: All steel shall be primed in the shop. Surface preparation and shop priming requirements are included herein, but are specified in Section 09902. 063126005 MISCELLANEOUS METAL FABRICATIONS 05501 - 2 Oct-2011 F. Galvanizing: All galvanizing of fabricated steel items shall comply with the requirements of ASTM A 123. G. Aluminum Finish: Provide an Architectural Class I anodized finish for all aluminum work unless specifically shown or specified to be mill or other finish. 2.2 MISCELLANEOUS METAL ITEMS A. Miscellaneous Framing and Supports: 1. Provide miscellaneous metal framing and supports, which are not a part of the structural steel framework and are required to complete the Work. 2. Fabricate miscellaneous units to the sizes, shapes and profiles shown on the Drawings or, if not shown on the Drawings, of the required dimensions to receive adjacent grating, plates, tanks, doors, or other work to be retained by the framing. Except as otherwise shown on the Drawings, fabricate from structural shapes, plates, and bars, of all welded construction using mitered corners, welded brackets and splice plates and a minimum number of joints for field connection. Cut, drill and tap units to receive hardware and similar items to be anchored to the Work. 3. Equip units with integrally welded anchors for casting into concrete or building into masonry. Furnish inserts if units must be installed after concrete is placed. a. Except as otherwise shown on the Drawings, space anchors, 24-inches on centers, and provide units the equivalent of 1-1/4 by 1/4 by 8-inch strips. b. All material shall be Type 316 stainless steel unless noted otherwise in the Drawings. B. Fasteners and Fittings: Provide Type 316 stainless steel, for all aluminum fabrications, and zinc coated hardware for all galvanized fabrications, unless otherwise shown on the Drawings or specified. C. Surface Preparation and Shop Priming: All miscellaneous metal fabrications shall be primed in the shop. Surface preparation and shop priming requirements are included herein, but are specified in Section 09902. D. Aluminum Finish: Provide an Architectural Class 1 anodized finish, AA M32C22 A41, clear, as specified in NAAMM Manual. PART 3-EXECUTION 3.1 INSTALLATION A. Set miscellaneous metal fabrications accurately in location, alignment and elevation, plumb, level, true and free of rack, measured from established lines and levels. Brace temporarily or anchor temporarily in formwork where fabrications are to be built into concrete, masonry or similar construction. B. Anchor securely as shown on the Drawings or as required for the intended use, using concealed anchors wherever possible. C. Fit exposed connections accurately together to form tight hairline joints. Weld steel connections, which are not to be left as exposed joints, but cannot be shop welded 063126005 MISCELLANEOUS METAL FABRICATIONS 05501 - 3 Oct-2011 because of shipping size limitations. Grind steel joints smooth and touch up shop paint coat. Do not weld, cut or abrade the surfaces of exterior units, which have been hot -dip galvanized after fabrication, and are intended for bolted or screwed field connections. D. Protection of Aluminum from Dissimilar Materials: 1. Coat all surfaces of aluminum in contact with dissimilar materials, such as concrete, masonry and steel conforming to the requirements of Section 09902. E. All welds to be coated shall be grinded smooth according to NACE "Surface Preparation of Welds Prior to Coating". END OF SECTION 05501 063126005 MISCELLANEOUS METAL FABRICATIONS Oct-2011 05501 - 4 SECTION 05532 ALUMINUM CHECKER PLATE PART 1-GENERAL 1.1 SUMMARY A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown on the Drawings, specified and required to furnish aluminum framing and checker plate. 2. The Work also includes: a. Providing openings in checker plate to accommodate the Work under this and other Sections and attaching to the grating all items such as sleeves, bands, studs, fasteners and all items required for which provision is not specifically included under other Sections. B. Coordination: 1. Review installation procedures under other Sections and coordinate the Work that must be installed with or attached to the grating or checker plate. C. Related Sections: 1. 03300-Cast-In-Place Concrete. 2. 0550 1 -Miscellaneous Metal Fabrications. 3. 09902-Painting and Protective Coatings. 1.2 QUALITY ASSURANCE A. Reference Standards: Comply with applicable provisions and recommendations of the following, except as otherwise shown or specified. 1. ASTM B 209, Specification for Aluminum and Aluminum - Alloy Sheet and Plate. 2. ASTM B 210, Specification for Aluminum and Aluminum -Alloy Drawn Seamless Tubes. 3. ASTM B 221, Specification for Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire, Shapes and Tubes. 4. NAAMM, Metal Finishes Manual, and Metal Bar Grating Manual. 5. Aluminum Association Standards. B. Field Measurements: 1. Take field measurements prior to preparation of Shop Drawings and fabrication, where required, to ensure proper fitting of the Work. 1.3 SUBMITTALS A. Shop Drawings: Submit for approval the following: 063126005 ALUMINUM CHECKER PLATE 05532 -1 Aug-2011 1. Fabrication and erection of all Work. Include plans, elevations, and details of sections and connections. Show anchorage and accessory items. 2. Setting drawings and templates for location and installation of anchorage devices. 3. Manufacturer's specifications, load tables, dimension diagrams, anchor details and installation instructions. PART 2-PRODUCTS 2.1 PERFORMANCE CRITERIA A. The manufacturer shall furnish removable checkered plate or plank grating to conform to the following, unless otherwise shown on the Drawings: 1. Aluminum Checkered Plate: a. Minimum thickness: 3/8-inch. b. Design Uniform Load: 100 psf, unless otherwise shown on the Drawings. C. Maximum clear span deflection: 1/120th of the span or 1/4-inch, whichever is less, under 100 psf. 2.2 MATERIALS A. Aluminum Checkered Plate: 1. Provide aluminum checkered plate as shown on the Drawings and specified. Plate to conform to ASTM B 209. Provide anodized finish. 2. Raised Pattern Floor Plate: Provide pattern standard with the manufacturer. Alloy and temper to be Alloy 6061-T6. 2.3 CHECKERED PLATES A. Provide removable checkered plates in the locations and sizes shown on the Drawings or where directed by the OWNER. Also, provide perforated plates where shown on the Drawings. B. Each checkered plate shall be provided with four lifting handles as recommended by the manufacturer. The lifting handles shall be of the recessed, drop handle type unless indicated otherwise. Maximum weight of checkered plate shall be 150 pounds. C. Checkered plates shall have a checkered, nonslip surface. D. The aluminum plates shall have an anodized finish. Protect finish with a factory -applied coating of lacquer standard with the manufacturer. PART 3-EXECUTION 3.1 INSTALLATION A. Fastening to In -Place Construction: --' 063126005 ALUMINUM CHECKER PLATE 05532 - 2 Aug-2011 r 1. Use Type 316 stainless steel anchorage devices and fasteners to secure grating to supporting members or prepared openings, as recommended by the manufacturer. s B. Cutting, Fitting and Placement: 1. Perform all cutting, drilling and fitting required for installation. Set the Work accurately in location, alignment and elevation, plumb, level, true and free of rack. Do not use wedges or shimming devices. 2. Wherever gratings are penetrated by pipes, ducts, and structural members, cut openings neatly and accurately to size and attach a strap collar not less than 1/8-inch thick to the cut ends of the bars. 3. Divide the panels into sections only to the extent required for installation wherever grating is to be placed around previously installed pipe, ducts, and structural members. C. Protection of Aluminum from Dissimilar Materials: Coat all aluminum surfaces in contact with dissimilar materials such as concrete, masonry, steel and other metals as specified in Section 09902. -, D. Removable aluminum checkered plate or aluminum plank grating shall be fastened to secure checker plate or plank grating to supporting members, as recommended by the manufacturer. Fastening system for the checker plate or plank grating shall be removable. E. Gaps between the edge of grating and edge of perimeter support or gaps between adjacent grating panels exceeding %2-inch will be rejected and new grating panels fabricated to the as -built conditions providing 1/4-inch gap shall be provided at no additional expense to the Owner. END OF SECTION 05532 063126005 ALUMINUM CHECKER PLATE 05532 - 3 P__F Aug-2011 i APPENDIX A — GEOTECHNICAL REPORT 063126005 APPENDIX A — GEOTECHNICAL REPORT Oct-11 GEOTECHNICAL ENGINEERING STUDY South Lubbock Sanitary Sewer System Extension Lubbock, Texas Prepared for: Kimley-Horn and Associates, Inc. Prepared by: PAVETEX ENGINEERING & TESTING, INC. PaveTe Engineering &Testing May, 2011 r 12804 County Road 2500 Lubbock TX 79404 _ Office (806) 771-7283 — Fax (806) 771-7062 — rcomey@pavetex.com Page 1 i paveTom* Engineering May 10, 2011 Mr. Aaron K. Rader, P.E. Kimley-Horn and Associates, Inc. 801 Cherry Street, Suite 950, Unit 11 Forth Worth, Texas 76102 fSubject. Geotechnical Engineering Study L South Lubbock Sanitary Sewer System Extension Lubbock, Texas Dear Mr. Rader: testing and engineering This report presents the results of field exploration, laboratory Lubbock, Texas. analyses with recommendations for structure foundation design and d of L truction for the sanitary sewer system extension located in the southern portion 98u street and north from Lift Station 43 near 98�" street and along venue P north to the The project extends generally running east Southeast Bowe d!aThisoalignmenn Plant, is approximately 7 miles in length. along M Horn and report has been prepared for the use of Kimley- This geotechnical engineering rep generally accepted engineering Associates, Inc. for design purposes in accordance vva t es or entities. This study was practices and is not intended for the e use of -Ho other Associates, Inc.. authorized by Mr. Aaron Rader construction phase by providing you on this project and look forwardo We appreciate the opportunity to be of through he constr our business relationship you have any questions continuing services, Please contact us if y construction materials testing about this report. Sincerely, pA1fETEX E EERING &TESTING, INC. Texas ist� d Engineering Firm F-961 /Robert G. Comey, P.E. Vice President C" Copies Submitted- Addressee (3} 12804 County Road 2500 Lubbock TX 79404 Office (806) 771-7283 ~ Fax (Sufi) 771-"'- rcome.@pavetekcom Page 2 A Report Prepared for: Kimley-Horn and Associates, Inc. Fort Worth, Texas GEOTECHNICAL STUDY South Lubbock Sanitary Sewer System Extension LubbocklTexas May 10, 2011 Prepared by: e�is A. Reagan, P.E. Senior Geotechnical Engineer A'ob-ert G. Comey, P.E. Vice President PAVETEX ENGINEERING 8, TESTING, INC. Texas Registered Engineering Firm F-961 may, 2011 12804 County Road 2500 Lubbock TX 79404 - office (806) 771-7283 - Fax (806) 771-7062 - rconleY@_--Pavetex.corn Page 3 ........... .... . . ... t-, Table of Contents 1 EXECUTIVE SUMMARY ........... ..................................................................... ........... ....... 5 2 INTRODUCTION ............................................................................................... ......... ...... o 2.1 SCOPE OF SERVICES ........................... .......................................................................................... n 2.2 U��[�(TK]NS............—.~..,—.....--..~.—..--'~..~..~—.....~..—~.—.—... 6 3 SUBSURFACE EXPLORATION ............................................. ......................... ....... ........ 8 3.1 LABORATORY TESTING ............................................................................................................... 10 3.2 GEOLOGY ...................................... .... .............................................. ....... ...... ............................ 1O 3.3 GROUNDWATER OBSERVATIONS ......... ..................................................................................... 1O 3'4 Expansive Soil ................................................................................... `......................................... 11 4 ENGINEERING ANALYSES ................................................................................... .......... 12 4.1 CONCUL8x]NSAND RECOMMENDATIONS ............... ................................................................ 12 4`1.1 EXCAV/TAQ|L[P/................................................................................................................. 13 4.1.2 STRUCTURES ....................................................................................................................... 10 4.13 VVVVTPCONFLICTS .................................................................................................. ........... 14 ' 4.1.4 LATERAL Earth Pressures .... ..................................................................................... ......... 17 4.1.5 LATERAL RESISTANCE ............................................................................... ......................... 17 4.1.6 IBC SITE CLASSIFICATION ........................................................................ ........................... 1D 4,1.7 Fill Material Requirements ............................ .................................................................... 1u I EXECUTIVE SUMMARY The soil conditions at the site of the proposed sanitary sewer system extension were explored by 15 borings. The borings ranged in depth from 20 to 45 feet below ground surface depending on the proposed alignment depth and the proposed location of structures. Laboratory tests were assigned to selected samples to evaluate the engineering characteristics of soil strata encountered in the borings. Based on the field exploration program, the soils encountered at this site may be described generally as clayey sand with isolated lenses and layers of lean clay, sand, gravels and in one boring, caliche was encountered. The project is generally a pipeline project with major structures located at the 50th street crossing, the Avenue P crossing and at the treatment plant. The pipeline and structure near the treatment plant create construction difficulties due to the presence of existing utilities, structures and at grade buildings. The alignment at the Pyco rail crossing will be constructed using bore and jack techniques. Information important to the design and construction of the proposed improvements at the site are contained within this report. Reading through the entire report by the owner, design team and contractor will prove to be an advantage to successful completion of the project. 12804 County Road 2500 Lubbock TX 79404 w Office (806) 771-7283 Fax (806) 771-7062 — rcomey@pavetex.com Page 5 This geotechnical engineering report has been prepared by PaveTex Engineering & Testing, Inc. having completed the authorized field exploration, laboratory testing and foundation engineering analyses for the proposed sanitary sewer system extension located in Lubbock, Texas. This engineering study briefly describes the procedures utilized during the study and presents the results of evaluations of the data and recommendations for site preparation and foundation design. 2.1 SCOPE OF SERVICES In general, the objectives of this study were: 1. To evaluate the engineering characteristics of the soil stratigraphy encountered, at the boring locations chosen by Kimley-Horn and Associates, Inc., by logging the exploratory borings and by performing laboratory testing on selected samples. 2. To present geotechnical recommendations for the design for the proposed structures and construction guidelines. 2.2 LIMITATIONS - This work was performed in a manner consistent with the level of care and skill ordinarily exercised by other members of PaveTex's profession practicing in the same locality, under similar conditions at the date services were provided. The conclusions, opinions and/or recommendations are based on a limited number of observations and data. It is possible that conditions could vary between or beyond the data evaluated PaveTex makes no other representation, guarantee or warranty, expressed or implied, regarding the services, communication (oral or written), report, opinion, or instrument of �v service provided. 12804 county Road 2500 Lubbock TX 79404 ^ Office (806) 771-7283 - Fax (806) 771-7062 - rdomey@pavetex.com Page 6 This report was prepared exclusively for Kimley-l-lorn and Associates, inc. and the licensed design professionals responsible for the design of the project and for the purposes stated herein for this specific project within a reasonable time from the report's issuance, but in no event later than two (2) years from the date of the report. This report may not reflect the exact variations of the soil conditions across the site. The nature and extent of variations across the site may not become evident until construction commences. If site conditions are noted to be significantly different than noted in this report, it may be necessary to re-evaluate recommendations after performing on -site observations and tests to establish the engineering significance of the variations. 12804 County Road 2600 Lubbock TX 79404 — Once (806) 771-7283 — Fax (806) 771-7062 — rcomey@pavetex.com Page 7 r� 3 SUBSURFACE EXPLORATION Soil conditions along the sanitary sewer extension were evaluated by fifteen (15) borings at the locations shown on the Plan of Borings in the Appendix section of this report. The boring locations were predetermined and staked in the field by PaveTex personnel. Methods used to stake the borings were determined by tape and right angle measurements from existing structures or features. The boring locations provided in the Appendix should be considered accurate only to the degree implied by the method used. The subsurface exploration was conducted following established accepted Geotechnical Engineering procedures. Continuous -flight auger with push/drive sampling techniques was used to complete the borings. When present, seepage and groundwater levels were recorded. At the completion of the field exploration program, each boring was backfilled with soil cuttings. One hundred and three (103) samples were collected as part of the subsurface exploration procedure for the proposed pipeline. Materials recovered from the sampling procedures were placed in plastic bags to reduce moisture loss and transported to the laboratory for testing. Samples will be retained in the laboratory for 30 days after submittal of the report. Additional storage time may be arranged at the request of the client. Field logs were prepared for each boring by a soils technician. Each log contains information concerning the drilling methods, samples recovered, indications of the presence of various materials such as silt, clay, gravel or sand and observations of ground water. The logs also contain an interpretation of the soil conditions between samples; therefore, contain both factual and interpretive information. Field logs will be on file in the office of PaveTex Engineering and Testing, Inc. Final logs represent the interpretation of the contents of the field logs combined with the results of laboratory testing. Final logs are presented in the Appendix section of this 12804 County Road 2500 Lubbock TX 79404 — Office (806) 771-7283 — Fax (806) 771-7062 - rcomey@pavetex.com Page 8 report along with a key to classification terms and symbols used on the logs. A boring log summary is presented below. Boring Log Summary Boring Approximate Location Approximate Number Station Depth (ft) B-1 00+75 WWTP 25 B-2 2+50 WWTP 25 B-3 11+00 Pyco Rail 35 B-4 32+00 35" St 45 B-5 49+00 FM 835 45 B-6 72+00 MLK bled. 40 B-7 99+50 MLK bled. 35 B-8 125+00 MLK bled. 30 B-9.._..__ 165+00 .__.._ ...__Loop 289 20 _ (N side) B-10 169+00 Loop 289 20 (S side) B-11 172+50 E. Slaton Rd. 20 (S side) B-12 220+00 MLK bled. 25 B-13 300+00 98 St. 30 B-14 336+00 98` and 35 Hwy 87 98u' St near B-15 350+00 Ave P. 30 12804 Count Road 2500 Lubbock TX 79404 - office 806 771-7283 - Fax 806) 771-7062 - rcomey @pavetex.com ( ) ( y@pavetex.com Page 9 . i i AJ 3.1 LABORATORY TESTING Laboratory testing was performed on selected samples collected from the borings. Each sample was examined and classified by a geotechnical engineer. The samples were selected as being generally representative of the stratum and/or boring. Testing was performed to allow for material classification in general accordance with the Unified Soil Classification System (ASTM D 2487). As a part of this classification procedure, the natural water contents of selected samples were determined. Liquid and plastic limit tests were performed on representative samples to determine the plasticity characteristics of the soil. These tests were also helpful in the evaluation of the swell potential of the underlying soils. Laboratory tests are presented on a summary in the Appendix as well as on the logs. 3.2 GEOLOGY The Lubbock sheet of the Texas Geologic Atlas indicates that the site is located in an area comprised of the Blackwater Geologic formation overlying the Ogallala formation with potential Playa deposits scattered intermittently throughout the area. The Blackwater formation consists predominantly of Aeolian sediments comprised mainly of grayish red sands with silts and caliche nodules. Due to the sporadic depositional characteristics it is not uncommon to find clay deposits as well. The Ogallala formation is a fluviatile deposition comprised of sand, silt, clay and gravel commonly capped with caliche. The Playa deposits are formed by the formation of small lakes formed on the surface of the Blackwater formation. The Playa deposits consist of clay and silt and are typically light gray in color. Groundwater was not encountered at the time of the field exploration program. The borings were advanced using dry auger drilling techniques which allowed for groundwater observation limited to these depths. Groundwater observations are noted on each boring log. tx. The occurrence and variation of groundwater can vary due to many factors. These factors include seasonal changes, site topography, surface runoff, the layering and 12804 County Road 2500 Lubbock TX 79404 — Office (806) 771-7283 — Fax (806) 771-7062 — rcomey@pavetex.com Page 10 permeability of subsurface strata; site location relative to waterways, lakes and ponds, utilities, and other factors. This limited study does not represent a comprehensive groundwater study; therefore, the contractor should determine groundwater conditions prior to construction. The soils encountered have the potential to be expansive, and can shrink and swell. The amount of vertical movement will depend on the amount the moisture fluctuates after construction. These fluctuations typically occur due to seasonal wet and dry cycles, grading and drainage, landscaping, groundwater conditions, and the presence of paving. Therefore, the amount of vertical soil movement is difficult to determine due to the unpredictable variables involved. McDowell's (1959) Potential Vertical Rise (PVR) method has been used to estimate the potential expansive soil movement for this site. The results of the laboratory tests, engineering judgment, and experience have also been considered. For a full seasonal moisture cycle the calculated PVR for the majority of the soils encountered is less than 1 inch, however, layers of lean clay were encountered in thicknesses of up to 10 feet. This material has PVR of up to 1.2 inches. It should be recognized that the PVR is an estimate and not an exact number. These soil movements are based on the subsurface conditions encountered during our field investigation and for seasonal moisture fluctuations. Actual soil movements will depend on the moisture fluctuations encountered over the life of the project. Soil movements larger than estimated could occur due to inadequate site grading, poor drainage, ponding of rainfall, and/or leaks in water or sprinkler lines. Site grading will also alter actual PVR movements. This project is primarily below grade and the zone of seasonal moisture fluctuations and expansive soil movement is not anticipated to be an issue. I f# t 12804 County Road 2500 Lubbock TX 79404 -- Office (806) 771-7283 -- Fax (806) 771-7062 — rcomey@pavetex.com Page 11LJ sL__� Based upon the results of the field exploration program and laboratory testing, the following factors will affect the design and construction at this site: The area near the WWTP has conflicts with existing utilities, junction boxes, and buildings. The material encountered in the upper 20 feet is loose and appears to be old fill. 8 The material encountered near the 54th street structure is loose to about 10 to 15 feet below grade. This may impact the design of the planned structure depending on the planned depth. ® At boring B-13 (approx. sta. 300+00) a gravel layer was encountered from 19 feet bgs to the bottom of the boring at 30 feet bgs. This material caved in the bore hole and if the planned pipeline grade extends into this material a positive shoring system will likely be necessary unless an sloped excavation can be utilized. ! At boring B-14, caliche was encountered at a depth of about 19 feet bgs and may require larger excavation equipment than might be utilized on other portions of the project. Engineering analyses and recommendations for this project will be discussed in a in the following section of this report. 4.1 CONCULSIONS AND RECOMMENDATIONS The following recommendations are based on the results of the field exploration program, laboratory testing and engineering analyses. 1-11'. 12804 County Road 2500 Lubbock TX 79404 — Office (806) 771-7283— Fax (806) 771-7062 — rcomey@pavetex.com Page 12 4.1.1 EXCAVATAEILITY The alignment is generally underlain by clayey sand with intermittent layering of lean clay, sand and gravels. The consistency of the clayey sand, sand and gravels ranged from loose to very dense. The loose material was typically encountered in the upper 10 feet bgs with the exception of boring B-1 near the WWTP, where the loose material extended down to about 20 feet bgs. The alignment should be excavatable with conventional equipment, however, caliche was encountered at 19 feet bgs on 98th street. We recommend the contractor be equipped to deal with caliche if necessary. Based on the limited information available as of this writing, it appears that the foundation layer for the pipe will be below the loose materials. However, the loose material may be an issue during the excavation and prior to backfill. If the pipe bottom is supported in material that is deemed to be too loose for adequate support it may become necessary to compact this material prior to pipe placement. 4.1.2 STRUCTURES The proposed subsurface structures may be founded on the native materials. If the foundations materials are soft or loose, it may be necessary to compact or remove and replace depending on the severity of the issue. Crushed caliche or reclaimed concrete may be used for select material if needed. Structures may be founded on prepared natural soil or approved engineered fill. The values provided are based on a reinforced slab foundation or Mat foundation. Mat foundations are often designed to act as a unit with a low bearing pressure. Based on the conditions encountered in the borings, the base of the subsurface structure will bear in the clayey sand. A foundation founded in these materials may be designed for a maximum net bearing pressure 2,000 pounds per square foot. The bearing capacity should provide a factor of safety Of at least 3, with the maximum allowable value based upon a maximum settlement of 1 inch. These recommendations assume that the mat will be uniformly loaded. A lean concrete "mud slab" may be necessary at the base of the excavations to reduce disturbance of the bearing stratum and to provide a firm and level working surface. 12804 County Road 2500 Lubbock TX 79404 Office (806) 771-7283 — Fax (806) 771-7062 — rcomey@pavetex.com Page 13 The allowable bearing pressure provided is a net value; therefore, the weight of the foundation extending below grade may be neglected when computing dead loads. The allowable bearing pressure applies to dead plus live loads and will provide a calculated factor of safety in excess of 3 under normal conditions with respect to the design soil shear strength. 4.1.3 WWTP CONFLICTS The alignment near the WWTP is in conflict with several utilities and the adjacent r electrical building. The following conflicts are present: -- The alignment runs parallel to an existing 30 inch sanitary sewer line, approximately 12 feet offset. The 30 inch line is approximately 3 feet higher than the proposed 54 inch line at the junction box; however, its grade rises must faster than the 54 inch. This prohibits the use of a sloped trench excavation and will require a positive pressure shoring system. The shoring would need to stay in �P place the entire time the trench is open and should only be removed during r backfilling of the trench. A Jack and Bore installation is recommended as a method of dealing with this issue. The alignment is within about 10 feet of the adjacent electrical building and 2 feet from the concrete sidewalk. This also would require a positive pressure shoring system and we are not confident that there would not be some impact to the existing structure even with a positive shoring system. The shoring would need to stay in place the entire time the trench is open and should only be removed during backfilling of the trench. Backfill of the 54 inch line should be completed with flowable fill up to a depth of no more than 8 feet below the adjacent electrical building slab. The flowable fill should extend from the junction box to station 1+50. The concrete sidewalk surrounding the building will likely be undermined during the trench excavation process and may require replacement of the area near the trench after completion of the pipeline. A Jack and Bore installation is recommended as a method of dealing with this issue ® The alignment runs within about 4 feet of the existing junction box on the existing sanitary sewer line. The proposed 54 inch excavation would be 3 to 4 feet lower than the bottom of the box. The trench excavation would require the complete excavation of the junction box on order to keep the box from shifting towards the 54 inch due to the lateral pressure on the away side of the box. Due to the consistency and quality of the material under the box, we do not believe that a 12804 County Road 2600 Lubbock TX 79404 — Office (806) 771-7283 M Fax (806) 771-7062 rcomey@pavetex.com Page 14 E A shoring system or underpinning system will protect the box adequately and some risk of movement is possible with any shoring system. Excavation of the trench would likely undermine the box. One possible method to increase the shear strength of the material underlying the box would be to jet grout the underlying material after the box is exposed. This would reduce the risk but not eliminate it. Any shoring method used at this point would need to be done from the elevation of the box bottom. Any excavation, such as would be done for soil nails or similar shoring system, would likely result in undermining of the box. The shoring of the box will need to be something such as sheet piling or soldier piles that are installed by a vibration free method. The problem with this is conventional installation will require the use of a crane potentially over shallow pipelines and structures. A specialty geotechnical contractor should be consulted for this type of system. The shoring would need to stay in place the entire time the trench is open and should only be removed after the trench was backfilled up to the bottom of the box. Backfill of this pipe should be completed with flowable fill up to the bottom of the box. A Jack and Bare installation is recommended as a method of dealing with this issue. The alignment runs parallel to the existing 54 inch connecting the junction box to the WWTP. This line will also be vulnerable during the trench excavation and will also require a positive shoring system. The shoring would need to stay in place the entire time the trench is open and should only be removed during backfilling of the trench. Backfill of this pipe should be completed with flowable fill up to the bottom of the box. Excavation adjacent to this pipe is inevitable even with a Jack and Bore installation method as this will be the terminus of the proposed 54 inch line. Risk to this pipeline could be reduced by jet grouting the soils between the existing pipe and the proposed pipe prior to excavation. The alignment runs under multiple smaller utilities and a 24 inch force main. We understand the force main will be off line during this construction process. The alignment intersects an existing 30 inch line that is planned to be lowered to accommodate the 54 inch line. This line is in very close proximity to the box. This excavation will also compromise the box. It is our understanding that the preferred method of installation for lowering the 30 inch is the Jack and Bore method. If not, shoring and backfill of this lime would need to follow the same procedures recommended for the 54 inch line adjacent to the box. The shoring would need to stay in place the entire time the trench is open and should only be removed after the trench was backfilled up to the bottom of the box. Backfill of 12804 County Road 2500 Lubbock TX 79404 — Office (806) 771-7283 — Fax (806) 771-7062 — rcomey@pavetex.com Page 15 f this pipe should be completed with flowable fill up to the bottom of the adjacent box. Based on the known conflicts it is our opinion that the best method to protect the parallel line, junction box and electrical building is to use the Jack and Bore method to install the proposed 54 inch line. It is our opinion that the methods of shoring all the different pieces of this project during the installation of the proposed 54 inch pipe will have a high risk of disturbance of the existing system. If the Jack and Bore method is not possible, it is our recommendation to take the box and parallel lines off line during the installation of the 54 inch line. The contractor should be responsible for the means and method of this procedure. Excavations should be configured to create a safe working condition. As required by Texas State law, the excavation design and maintenance is the sole responsibility of the Contractor. Attention is drawn to OSHA Standards 29 CFR for guidance in the design of such systems. The Contractor should complete before and after survey of the nearby features to provided documentation that structures and pipelines were not impacted. 12804 County Road 2500 Lubbock TX 79404 — Office (806) 771-7283 — Fax (806) 771-7062 — rcomey@pavetex.com Page 16 r r 4.1.4 LATERAL Earth Pressures The following equivalent fluid pressures, with a triangular distribution, may be used for the horizontal backfill, non -surcharged condition. These values do not include load factors. The geotechnical design recommendations on the on -site native clayey sand are provided. Native Clayey Sand: This material should be a clayey sand or sandy clay. An approximate angle of internal friction of 30 degrees and a unit weight of 115 pounds per cubic foot has been assumed. Table 4.1.4 - Equivalent Fluid Pressures for Backfill Equivalent Fluid Pressure, pcf Condition - Drained Undrained At -Rest, 63 94 ko=0. 50 At -Rest, 42 83 ko=0. 33 4.1.5 LATERAL RESISTANCE Resistance to lateral loads may be provided by frictional resistance between the bottom of concrete foundations and the underlying soils and by passive soil pressure against the sides of the foundation. A friction coefficient of 0.35 can be used for soil to concrete interface. Passive pressure available in engineered fill or undisturbed native soil may be taken as equivalent to the pressure exerted by a fluid weighing 345 pounds per cubic foot (pcf). These values are un-factored. 12804 County Road 2500 Lubbock TX 79404 — Office (806) 771-7283 — Fax (806) 771-7062 — rcomey@pavetex.com Page 17 4.1.6 IBC SITE CLASSIFICATION For structural designs based upon the 2006 IBC, the following Criteria will apply. The Site Class is D. The Mapped Spectral Response Acceleration at short periods (SS) is about 0.10g, and the Mapped Spectral Response Acceleration at a 1 second period (S1) is about 0.037g. Hazards associated with slope stability, soil liquefaction, surface rupture, and lateral spreading are not considered an issue with this site due to the study area being in a seismically inactive area. 4.1.7 Fill Material Requirements The project may include the placement and compaction of a variety of native fill materials. Material requirements and compaction specification for each of these materials are provided below. On -Site Soil - On -site soil that is recompacted in structural areas (areas subject to surface loads) or used as backfill should be compacted to 95 percent of the maximum dry density as determined by TxDOT method TEX 113/114. In conjunction with the compacting operations, this fill material should be brought to between optimum to 4 percent above the optimum moisture content (0 to 4). Flowable Fill — The material should meet the requirements of TxDOT item 401. Crushed Caliche or Crushed Concrete - Non -expansive select fill should be free of roots and organic debris. The material should meet the gradational requirements of TxDOT Item 247 grade 3. The select fill material should be compacted to 95 to 100 percent of the maximum dry density as determined by the TxDOT method TEX 113. In conjunction with the compacting operations, this fill material should be brought to between 2 percent below to 2 percent above the optimum moisture content (-2 to +2). LA 12804 County Road 2500 Lubbock TX 79404 - office (806) 771-7283 — Fax (806) 771-7062 — rcomey@pavetex.com Page 18 4.1.8 Fill Placement, Compaction and Testing Fill material for this project should be placed in loose horizontal lifts not exceeding 8 inches in uncompacted thickness. The fill material should be uniform with respect to material type and moisture content. Material should be broken down to remove clods and the fill material mixed so that a material of uniform moisture and density is obtained for each lift. Water required to bring the fill material to the proper moisture content should be applied evenly through each layer. A field density test should be taken as each lift of fill material is placed for every 200- linear-feet of compacted trench. At a minimum, three density verification tests per lift should be required. Placement of density test in a trench should be random and should not be taken at the same location for multiple lifts. For critical areas, the frequency of testing may need to be increased. Each lift should be compacted, tested, and approved before another lift is added. The actual quality of the fill, as compacted, should be the responsibility of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations. 12804 County Road 2500 Lubbock TX 79404 — Office (806) 771-7283 — Fax (806) 771-7062 ^- rcomey@pavetex.com Page 19 APPENDIX 12804 County Road 2500 Lubbock TX 79404 — Office (806) 771-7283 — Fax (806) 771-7062 — reomey@pavetex.com Page 20 �—_-'—_.__.__'__ SOUTH LUBBOCK SANITARY SEWER EXTENSION - BID PACKAGE No. 1 ---% BORE LOCATION (64-IN SEWER LINE FROM lubbobk p-im 2m, SOUTH LUBBOCK SANITARY SEWER EXTENSION - BID PACKAGE No. 1 ca BORE LOCATION EXHIBIT (64-IN SEWER LINE FROM BEGIN TO 10+56) and Asw)atK Inc. V--o� - PaveTex Engineering and Testing BORING NUMBER B1 12804 CR 2500 PAGE 1 OF 1 Lubbock, TX 79404 Telephone: (806) 771-7283 CLIENT Kimley--Horn and Associates PROJECT NAME South Lubbock Sanitary Sewer Extension PROJECT NUMBER PROJECT LOCATION Lubbock TX DATE STARTED 2/8/11 COMPLETED 2/8/11 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR White Drilling Services GROUND WATER LEVELS: DRILLING METHOD SFA AT TIME OF DRILLING — LOGGED BY Kevin Crispin CHECKED BY LAR AT END OF DRILLING — NOTES Sta. 00+75 AFTER DRILLING ATTERBERG E— W °o w W o LIMITS W U x n c� °L MATERIAL DESCRIPTION ~m J >_ W� Ci mw oZJ O �-� E-� Z �Z Z O o O > OU9 Q mUZ w Yv Q �� w _F I- �� H t- �� U 0~ 04 �J (Z U > OZa=I OV �WW zw vai a o =' (L g' Z 0 n. u. CLAYEY SAND, (SC) with caliche nodules, brown to tan, damp to moist, loose to medium dense 12 9 25 13 12 32 7 11 5 4 13 30 17 13 30 'a 10 J y N J J N N 15 8 8 15 14 1 11 POORLY GRADED SAND WITH SILT AND GRAVEL, (SP-SM) z brown to tan, damp to moist, loose 0 0 w J U 20 50 11 CLAYEY SAND WITH GRAVEL, (SC) tan to pink, damp to moist, w dense to very dense 0 0 J2 3 s 73 19 35 15 20 38 0 25 Bottom of borehole at 25.0 feet. w U N N c� F- 0 m 5 0 Z z zz J O U m U 0 O w PaveTex Engineering and Testing BORING NUMBER B2 12804 CR 2500 PAGE 1 OF 1 Lubbock, TX 79404 Telephone: (806) 771-7283 CLIENT Kimley Horn and Associates PROJECT NAME South Lubbock Sanitary Sewer Extension PROJECT NUMBER PROJECT LOCATION Lubbock TX DATE STARTED 2/8/11 COMPLETED 2/8/11 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR White Drilling Services GROUND WATER LEVELS: DRILLING METHOD SFA AT TIME OF DRILLING — LOGGED BY Kevin Crispin CHECKED BY LAR AT END OF DRILLING — NOTES Sta. 02+50 AFTER DRILLING — ATTERBERG Q. iz W LIMITS w � U x I- o =U' ° m WD a 0ZJ nLL F-� F- z �Z Z o O MATERIAL DESCRIPTION g > 0� Q w� o, � w i- � ►- U � (9 2Z W UZ 0 2O CJ� g-1 �Z w vai o- 0 U o- g— z o Q. U. CLAYEY SAND, (SC} with calicha nodules, brown to tan, damp to moist,dense to very dense 23 18 23 13 10 33 33 16 5 19 11 a 10 ' J J J N 30 12 33 12 21 45 15 z 0 0 w 0 U 64 11 35 15 20 35 20 f w 9 z 0 t2 x w 57 10 29 16 13 20 0 25 Bottom of borehole at 25.0 feet. z w cn U N N 7 n P1 F (7 ai 5 U) a z c� z z J 0 U cs U W F LU W U PaveTex Engineering and Testing BORING NUMBER B3 12804 CR 2500 PAGE 1 OF 1 Lubbock, TX 79404 Telephone: (806) 771-7283 CLIENT Kimlev--Horn and Associates PROJECT NAME South Lubbock Sanitary Sewer Extension PROJECT NUMBER PROJECT LOCATION Lubbock TX DATE STARTED 2l8t11 COMPLETED 2/8l11 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR White Drilling Services GROUND WATER LEVELS: DRILLING METHOD SFA AT TIME OF DRILLING — LOGGED BY Kevin Crispin CHECKED BY LAR AT END OF DRILLING — NOTES Ste. 11+00 AFTER DRILLING — ATTERBERG t— oW W W o LIMITS W o 0 } F ~^ d(`3 cc F}- WM _ W� �zJ O F- f- z o �z Z O o O MATERIAL DESCRIPTION , > Cs ¢ W a N W E— 5 H i— U x 0 2z co 0z � Oz a g� �z w W a 0 20 —' g— 0) 0 o- z n= M= 0 o u. POORLY GRADED SAND WITH CLAY AND GRAVEL, (SC-SM) with 26 7 18 12 6 28 caliche nodules, brown to tan, damp, loose to dense ��EE 45 1 1 1 5 1221161 6 1 28 1 POORLY GRADED GRAVEL WITH SILT AND SAND, (GP -GM) with I I 49 I I I 8 148 120 128 112 I caliche nodules, brown to tan, dense to very dense CLAYEY SAND, (SC) with caliche nodules, brown to tan, damp, dense I I 50 I ( 112 141 118 123 130 to very dense GRAVELLY LEAN CLAY WITH SAND, (CL) with caliche nodules, tan, 37 16 23 15 8 57 damp, hard 32 20 CLAYEY SAND WITH GRAVEL, (SC) with caliche nodules, tan to 14 23 1 17 1 9 1 8 35 pink, damp, medium dense Bottom of borehole at 35.0 feet.