Loading...
HomeMy WebLinkAboutResolution - 4108B - Southeast Water Reclamation Plant Contract #4 - Bid12424 - 03_25_1993Resolution No. 4108B March 25, 1993 Item #10 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock a Contract by and between the City of Lubbock and Rhode Construction Company, for SE Water Reclamation Plant Improvements, Contract #3, outfall pipeline and outfall reaeration and dechlorination facilities, attached herewith, which shall be spread upon the minutes of the Council and as spread upon the minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein in detail. Passed by the City Council this ATTEST: -&� I "-- �, i Betty W. J-ohnsonVCity ecre ary 'APPROVED AS TO CONTENT: L�:K, McTo—r—Ki]Mn, Purchasing Manager APPROVED AS TO FORM: DoWd G. Vandiver, First Assistant City Attorney DGV:js/RR0DEC0N.RES D2-Ag®nda/May 17, 1993 f Continental Casualty Company C#VA For All IAr t Mal - AN ILLINOIS CORPORATION POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-iN-FACT Know All Men by these Presents, That CONTINENTAL CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Illinois. and having its principal office in the City of Chicago an State of Illinois. does hereby make. constitute andap DintHoward Cowan Mike Henthorn, Ron Stroman, - Ta Ropers, Pete Binggeii, Kevin J. Dunn, Angie Goff, Marla Hill, InCivilclually of Lubbock, Texas _ Its true and lawful Attorney -in -fact with full power and authority hereby conferred to sign, seal and execute in its behalf bonds, undertakings and other obligatory Instruments of similar nature - In Unlimited Amounts - and to bind CONTINENTAL CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of CONTINENTAL CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article IX --Execution of Documents Section 3. Appointment of Attorney -in -fact. The President or a Vice President may, from time to time, appoint by writtencertificates attorneys -in -fact to act in behalf of the Company in the excecution of policies of insurance, bonds, undertakings and other obligatory Instruments of like nature. Such attomeys•in•fact, subject to the limitations set forth In their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Vice President or the Board of Directors may at any time revoke all power and authority previously given to any attorney-ih-fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 3rd day of April, 1957. "Resolved, that the signature of the President or Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signatures and seat shall be valid and binding on the Company. Any such power sG executed and sealed and certified by certificate so executed and seated shall, with respect to any bond or undertaking to which It is attached, continue to be valid and binding on the Company." In Witness Whereof, CONTINENTAL CASUALTY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 24th day of November 19 92 eas+.,tr\ State of Illinois ? i cd'0 •rx County of Cook i ss SEAL CONTINENTAL CASUALTY COMPANY C.1 ' J. E. Purtell Vice President. 24th November 92 On this day of 19 before me personally came J. E. Purtell, to me known, who, being by me duly sworn, did depose and say: that he resides in the Village of Glenview, State of Illinois: that he is a Vice -President of CONTINENTAL CASUALTY COMPANY, the corporation described in and which executed the above instrument: that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal: that it was so affixed pursuant to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. c 1WA" ao rusuc ce- t� Linda C. Dempsey=rs, My Commission Expires Octo CERTIFICATE I, Robert E. Ayo, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, do hereby certify that the Power of Attorney h is still in force, and further certify that Section 3 of Article IX of the Sy -Laws of the Company and the Resolution of the Boardh in said Power of Attorney are still in forge. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said Company.this 5TH day of MAY 19 93 �C090N.If Ro rt E. Ayo Assistant Secretary ii • SEAL inn Form 1-23142-8 INV. NO. G-57443-8 ISSUE DATEIMMJCI),, -i 5/5/93. PRODUCER 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 i TYL� 1 rl!dF5 t Gr o ap , T rlc . POLICIES BELOW. Oe e t a 01- _ v e r _.0 .L t •a, 55 J U rlidi3nd, Tom:<as .'i71:15 COMPANIES AFFORDING COVERAGE COMPANY A 'G. LETTER F+:.c-e taric; e COMPANY B ' INSURED LETTER F.Lr erfian :5 Fund i niiur ance C a . RHUDE CONSTRUCTION COMPANY COMPANY C+ P . 0. Sox 53370 LETTER �Vya1 Surplus .1ri-es iris . Co . Lubbock TX 79433 COMPANY D LETTER :_+'t. �Z1.t1 Zrt'_-1_/rarYc•y "�J . COMPANY E LETTER • THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY) POLICY EXPIRATION I DATE (MM/DD/YY) LIMITS ENERAL LIABILITY L,'d L•� tl i U Yc U U / BODILY INJURY OCC. I S COMPREHENSIVE FORM I BODILY INJURY AGG. $ PREMISES/OPERATIONS PROPERTY DAMAGE OCC. S UNDERGROUND EXPLOSION & COLLAPSE HAZARD PROPERTY DAMAGE AGG. S 1 BI 11 PD COMBINED OCC. � S 1 UUUUU li PRODUCTSiCOMPLETED OPER. I CONTRACTUAL ^ BI & PC) COMBINED AGG. S INDEPENDENT CONTRACTORS PERSONAL INJURY AGG. $ IGGLCiL,i-i BROAD FORM PROPERTY DAMAGE I I ! PERSONAL INJURY I AUTOMOBILE LIABILITY 1 U/ U 1 /`ic 1J/ / `/.- BODILY INJURY ANY AUTO (Per person) S ALL OWNED AUTOS ( Priv. Pass. ) i BODILY INJURY ALL OWNED AUTOS ( Other Than I Prtv. Pass. (Per accident) S ` HIRED AUTOS I i PROPERTY DAMAGE $ NON -OWNED AUTOS GARAGE LIABILITY BODILY INJURY & 1 PROPERTY DAMAGE I $ 1 V l�Ul liG COMBINED CESS LIABILITY Li .rbY 7/ U U /`i' U/ it / 7 • EACH OCCURRENCE S il UI i UMBRELLA FORM 70THER AGGREGATE S V L' U U LPu 0 THAN UMBRELLA FORM kl- U 10 7 1 1 /U 1*92 1 U U 1 /y.., ) -STATUTORY LIMITS WORKER'S COMPENSATION EACH ACCIDENT S - UUL,U AND DISEASE -POLICY LIMIT S /V I.i U U I 1 EMPLOYERS' LIABILITY DISEASE -EACH EMPLOYEE $ SOUG-36 OTHER *Pertaining to P oduct5/Corrlp. OPS �OnIy DESCRIPTION OF OPERATIONS/LOCATIONSIVEHICLES/SPECIAL ITEMS RE: CITY OF LUBBOCK - BID #12424-CONTRACT 3-OUTFALL PIPELINE AND OUTFALL REAERATION AND DECHLORINATION FACILITIES. ADDITIONAL INSURED IN FAVOR OF CITY OF LUBBOCK AND BLACK & VEATCH SHOULD ANY OF THE ABOVE DESCRBEG POLICIES BE CANCELLED BEFORE THE CITY OF LUBBOCK EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR TO P. 0. BOX 2000 MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LUBBOCK, TEXAS 79457 LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHAL� IMPOSE NO OBLIGATION OR -1-- 1 r yr niv r 11— vr— , , i 1 .71T�—N I O �(l 11Cr'rI m— I N I IV CO. AUTHORIZED REPRESENTATIVE - 1 1 0 0 0 i LUBBOCK0 TEXAS CONTRACT NO.3 OUTFALL PIPELINE & OUTFALL REAERATION AND DECHLORINATION FACILITIES BID # 12424 QQ co 0 City of Lubbock P.O. Box 2000 Lubbock. Texes 79457 BOB-767-2167 Office of Purchasing MAILED: MARCH 2, 1993 CLOSING DATE: MARCH 9, 1993 AT 2 PM BID #12424 - SOUTHEAST WATER RECLAMATION PLANT — CONTRACT 3 ADDENDUM #1 Please modify or amend Contract Documents as per the attached pages. Addendum shall become part of the Contract Documents. 4ThYo , Ron Shuff eld Senior Buyer PLEASE RETURN ONE COPY WITH YOUR BID. L=d.= ..:JLi L.l' Liz dl..fi LUBBOCK, TEXAS SOUTHEAST WATER RECLAMATION PLANT IMPROVEMENTS CONTRACT 3 - OUTFALL PIPELINE AND OUTFALL REAERATION AND DECHLORINATION FACILITIES BID NO. 12424 ADDENDUM NO. 1 A. SCOPE. This Addendum No. 1 consists of pages AD1-1 through AD1-37, and Figures 1-AD1 through 2-AD1. This Addendum No. 1 covers the following additions and changes to the specifications and drawings for this project. B. SPECIFICATIONS. 1. BID PROPOSAL AND FORMS Substitute the revised attachment to the Bid Proposal, a copy of which is attached and designated as pages AD1-10 through AD1-13. A copy of the quotation and terms and conditions for the QEI SCADA system, designated as pages AD1-14 through ADI-19 is attached. The price indicated in the quotation shall be included in Bid Item 2.1 for the Dechlorination Building. Additional costs for bonds, insurance, and other items pertaining to this equipment that may be required by the Contractor shall be considered in the Contrac- tor's bid for this item. r- Delete SRF Form 404 dated June 19, 1988, and substitute the } revised SRF Form 404 dated May 13, 1991, a copy of which is ` attached and designated as page AD1-20. Add SRF Form 373 dated June 2, 1989, a copy of which is attached and designated as page AD1-21. 2. WAGE RATES Delete the Davis -Bacon Wage Rates and cover letter dated January 8, 1992 and substitute the new Davis -Bacon rates and letter dated January 21, 1993, designated as pages AD1-22 through AD1-27. (LUBBOCK, TEXAS ) SEWRP - CONTRACT 3) (17578 ) AD1-1 4 r t 3. SPECIAL CONDITIONS Page SC-3, Paragraph SC-1. Add the following paragraph: "1.01. Flood Hazard Insurance. This provision applies r to structures that are insurable under the National Flood Insurance Program of the Federal Emergency Management Agency. The Contractor shall apply for flood insurance on all insurable structures that will be built under this contract. A copy of the completed application must be provided to the Owner before commencing construction of the Work. The Con -tractor shall obtain the flood hazard insurance as soon as possible and submit a copy of the policy to the Owner." Page SC-8, Paragraph SC-17. Add the following paragraphs: "The Owner has previously coordinated with the appropriate agencies and impacts to known cultural and archeological deposits have been avoided or mitigated. However, the Contractor may encounter unanticipated cultural or archeological deposits during construction. If archeological sites or historic structures which may qualify for designation as a State Archeological Landmark according to the criteria in 13 TAC 41.6 - 41.10, or that may be eligible for listing on the National Register of Historic Places in accordance with 36 CFR Part 800, are discovered after construction operations are begun, the Contractor shall immediately cease operations in that particular area and notify the Owner, the TWDB, and Texas Antiquities Committee, P.O. Box 12276, Capital Station, Austin, Texas 78711 - 2276. The Contractor shall take reasonable steps to protect and preserve the discoveries until they have been inspected by the Owner's representative and the TWDB. The Owner will promptly coordinate with the State Historic Preservation Officer and any other appropriate agencies to obtain any necessary approvals of permits to enable the work to continue. The Contractor shall not resume work in the area of the discovery until authorized to do so by the Owner. If a threatened or endangered species is encountered during construction, the Contractor shall immediately cease work on the area of the encounter and notify the Owner, who will immediately implement actions in accordance with ESA and applicable State statutes. These actions shall include reporting the encounter to the Environmental Protection Agency, the TWDB, the U.S. Fish and Wildlife Department, obtaining any necessary approvals or permits to enable work to continue, or implement other mitigative actions. The r. NWRP BBOCK, TEXAS ) r - CONTRACT 3) (17578 ) AD1-2 a F 7 r- Contractor shall not resume construction in the area of the encounter until authorized to do so by the Owner." SECTION 01015 - PROJECT REQUIREMENTS Page 4, Paragraph 10. Add the following paragraph: "With regard to the connection to the existing 27 inch pipe- line, an isolation valve is located approximately 8,665 feet north (upstream) of the connection point. To the south, a high point is located in the pipeline between the connection point and the end of the existing pipeline. From the connec- tion location north to the isolation valve, the volume of water contained is approximately 258,000 gallons. From the connection point downstream to the high point in the pipe- line, the volume of water contained is approximately 37,000 gallons, for a total volume of 295,000 gallons." 4. SECTION 01500 - TEMPORARY FACILITIES Page 1, Paragraph 2. Add the following paragraph: "Contractor shall be required to obtain a one-time discharge permit from the Texas Water Commission for discharges of water used to test the pipeline. For information regarding this permit contact Mr. Charles Eanes of the Watershed Management Division at (512) 463-8245." Page 5. Add the following paragraphs to the page: "18. STORMWATER POLLUTION PREVENTION PLAN (SWPPP). 18.01. General Requirements. The Contractor shall prepare and submit a Notice of Intent (NOI) for Stormwater Discharge to the United States Environmental Protection Agency (USEPA) not less than 2 days prior to initiating any clearing or grading at the construction sites and pipeline route. The NOI form shall be posted in view at the site at all times. 18.02. Plan. The Contractor shall prepare, implement, and document implementation of the SWPPP in accordance with the provisions set forth in the regulations published in the September 16, 1992, issue of the Federal Register pertaining to Final NPDES Permits for Discharges to Construction Sites. The Engineer and Owner will not be responsible to review or approve the plan. Strict adherence to the SWPPP will be required and is.the sole responsibility of the Contractor. The plan must be certified prior to clearing or grading by the Contractor and/or subcontractors who will implement any measure of the SWPPP." (LUBBOCK, TEXAS ) (SEWRP - CONTRACT 3) (17578 ) AD1-3 r. I, The NOI form is attached to this addendum and is designated as pages AD1-28 through AD1-29. 5. SECTION 01620 - EQUIPMENT SCHEDULE Page 1, Paragraph 2. Delete the following from the list: "16480 600 Volt Class Motor Control Centers X X X" 6. SECTION 02200 - EARTHWORK Page 4, Paragraph 11. Revise the second sentence of the paragraph as follows: "... 4 inch deep on a 4 mil polyethylene sheeting." Page 5, Paragraph 13. Revise the first sentence of the paragraph as follows: "...indicated on the drawings and to the following supplementary requirements. Page 6, Paragraph 13.02. Revise the second sentence of the first paragraph as follows: "Inundated sand may be used for granular embedment for all � cast iron, pretentioned concrete and prestressed concrete pipelines in locations where..." Page 12, Paragraph 21. Revise the third sentence of the third paragraph as follows: ". . . or is within a railroad or public road." Add the following paragraph: "Excess fill may be disposed of within the FM 400 right- of-way. The excess fill may be placed in washed out areas �- within the right-of-way only (between approximate Sta. 125+00 to 143+00). The excess fill shall be placed in no more than 6 to 8 inch layers, and compacted to 90 percent density." r Page 14, Paragraph 24.01. Add the following sentences to the '. second paragraph: "The existing road base shall not be reused. The road shall be provided with new road base material as specified in the county specifications." r r LUBBOCK, TEXAS �SEWRP - CONTRACT 3� (17578 ) AD1-4 7. SECTION 05990 - STRUCTURAL AND MISCELLANEOUS METALS Pape 2, Paragraph 2. Add the following item: "Screen Type 316 stainless steel with 1/4 inch openings." 8. SECTION 11727 — LIQUID CHEMICAL FEED SYSTEM Page 3, Paragraph 3.01. Revise the first sentence of the first paragraph as follows: r "...and installed as wall mounted, as indicated..." Page 5, Paragraph 3.02. Revise the fourth sentence of the fourth paragraph as follows: '...front panel, with "Local -Remote", and main...' Add the following sentence to the fifth paragraph: "The switches shall be set in the field." Page 6, Paragraph 3.05. Revise the first sentence of the second paragraph as follows: "...have a nominal 1/8 inch wall..." Revise the second sentence of the second paragraph as follows: "...graduated in 0.01 gallon increments over a range of 0 to 0.130 gallons,..." SECTION 15061 - CAST IRON PIPE Page 3, Paragraph 3. Revise the sentence as follows: "The interior of all pipe shall be cement mortar lined." 9. SECTION 15104 - RESILIENT -SEATED GATE VALVES Page 4, Paragraph 9. In the schedule, revise the stem for the 26 valves from "OS&Y" to be "NRS". (LUBBOCK, TEXAS ) r' (SEWRP - CONTRACT 3) (17578 } AD1-5 77 r 10. APPENDIX Attached for reference purposes is a copy of the Texas Department of Transportation permit designated as pages AD1-30 through AD1-35. The Contractor will be required to meet all requirements in the permits and shall consider any associated costs in the bid. Delete all paragraphs referencing measurement and payment in the County Standard specifications. Payment for pavement will be made in accordance with paragraph 5.02 of Section 01025 of the specifications. C. DRAWINGS. 1. GENERAL LAYOUT, LEGEND, & ABBREVIATIONS Sheet 2. Revise the following note to the Abbreviations as follows: "FM Force Main, Farm To Market" At the right of the sheet, revise the Sheet Index as follows: 1122 HVAC - Plans, Sections, Details & Schedules 23 Electrical Legends, Abbreviations and Dechlorination Bldg. Site Plan 23A Conduit Schedule, Fixture Schedule and Details 23B Dechlorination Building Electrical Plan 23C Sampling Manhole and Reaeration Structures Electrical Plans 24 P & ID Legend Sheet 24A P & ID and Instrument Device Schedule 25 RTU One -Line Diagrams, I/O Schedule and Installation Detail" 2. PLAN & PROFILE Sheet 4. Revise the slope shown on the profile between Sta 134+10 to Sta 134+50 from "6.38%" to 1.38%." Sheet 7. Revise the location of the following manholes to the new stations indicated: "Injection Manhole Sta 324+02 Pipe Inv E1 3122.01 Chlorine Analyzer MH Sta 324+14 Pipe Inv E1 3122.03" The elevation of the County Road at the previous locations shall remain unchanged. (LUBBOCK, TEXAS ) (SEWRP - CONTRACT 3) (17578 ) AD1-6 3. MISCELLANEOUS DETAILS Sheet 13. At the bottom right of the sheet, revise the designa- tion for the manhole frame and cover at the Access Manhole Under County Road from "Neenah R-1922 W/ Type V Lock" to "Neenah R-1922 W/Type J Lock." At the bottom right of the sheet, revise the note at the Access Manhole Under County Road as follows: "Precast Conc. Riser & Cone Sections..." At the bottom right -of the sheet, revise the reference to the bolted blind flange at the Access Manhole Under County Road from 12411' to '20".' Table 1 shown at the right of the sheet should have the following title: "Air/Vacuum Relief Manhole Location" Sheet 14. In Section 3 of the Sampling Manhole shown at the bottom of the sheet, revise the note at the top left of the section as follows: "Bilco Hatch Type K-2 Or Equal w/SS Hardware and Fasteners" In Section 3 of the Sampling Manhole shown at the bottom of the sheet, relocate the hinges for the Bilco hatch 180 degrees from that shown. In Section 3 of the Sampling Manhole shown at the bottom of the sheet, delete all electrical items shown. For electrical items see sheet 23C of the drawings. Revise Section 4 of the Sampling Manhole shown at the bottom of the sheet as indicated on Figure 1-AD1, a copy of which is attached and designated as page AD1-36. Revise Section 2 of the Dewatering Manhole shown at the top of the sheet as indicated on Figure 2-AD-1, a copy of which is attached and designated as page AD1-37. In the Typical County Road Section, delete the note '2" Hot Mix Asphaltic Concrete' and substitute the note "Double Asphalt Surface Treatment". i i (LUBBOCK, TEXAS (SEWRP - CONTRACT 3� (17578 } AD1-7 Add the following note at the bottom right of the sheet: " "At Sta 127+00, Sta 135+00, and Sta 140+00, the Contractor will be allowed to make a sloped cut rather than a vertical cut. Contractor shall note that the top of the sloped cut must intersect the existing ground surface inside the FM 400 right-of-way. Caution shall be taken in working around the telephone cable located within the FM 400 right-of-way." At the Concrete Retards detail, revise the vertical thickness of the new retards from 8" to 24". The horizontal thickness shall be 8 inches. Sheet 15. In the Chlorine Analyzer Manhole detail, change the vertical dimension for the 10" blind flanged outlet from 4" to be 21-0"• ` Add the following to the drawing: r "Restrained joints will be required at the horizontal bends on the outfall pipeline. The horizontal bends shall be restrained between the following stations: From Sta To Sta Bend Angle Thrust (kips) 99+94.70 125+10.40 100+59.70 125+24.40 90 12 150.0 22.2 126+25.64 126+39.64 12 22.2 140+79.80 140+83.80 3 5.6 r 156+11.59 156+86.53 76 130.6 156+86.53 157+75.47 90 150.0 163+85.03 164+75.54 90 150.0 164+75.54 165+51.05 75 129.1 179+34.82 180+84.82 98 160.0 ` 472+44.88 473+61.00 55 97.9 473+61.00 475+07.66 90 150.0 t l 482+94.00 Exist Pipeline Dead-end 67.9 " 4. REAERATION STRUCTURES Sheet 16. Revise Note 1 shown at the bottom right of the sheet as follows: "All Manhole Frames & Covers This Sheet Shall Be Neenah R-1922 W/Type J Locks." (LUBBOCK, TEXAS ) ,.. (SEWRP - CONTRACT 3) (17578 ) AD1-8 5. OUTFALL STRUCTURE Sheet 17. Revise note shown at the middle left of the sheet as follows: "For Details of Outfall Structure See This Sheet." 6. ELECTRICAL Sheet 23B. Delete the sampling pump and associated manual motor starter in the Power Plan and the sampling pump schematic. In. panelboard LP2, change the designation for circuit No. 12 from "Sample Pump" to be "Spare". Sheet 24A. At the middle left portion of the P&ID diagram, delete the sample pump. The analyzer probe will be located at the analyzer manhole. The analyzer will be located in the Dechlorination Building. ACKNOWLEDGEMENT BY BIDDER Each Bidder is requested to acknowledge receipt of this Addendum No. 1 in the space provided in the Bid Proposal. March 1, 1993 (LUBBOCK, TEXAS ) (SEWRP - CONTRACT 3) (17578 ) AD1-9 BLACK & VEATCH 1 VFebruary 18, 1993 '; Quotation DAL-4204 RT .. P;O,.�o:t � , Irvigg,`%reda''7bda�;°, � .•i r Al j MOE'�I Slack & Veatch 5728 LEJ Freeway, Suite Dallas, TX 75240 Attention: Mr, Tom Safford` Subject: QEI SCADA Equipment & Services Reference: Lubbock Water Reclamation Plant - Contract 3 rGentlemen: t We are pleased to propose the fol).owing for your consideration: 1. (2 ea.) QEI #4050 RTUs(Remote Terminal Units) Price: $14,704.00 lot 2+ (1 ea.) QEI #QUICS IV Data Base, for both luster Station and control capabilities at RTUs. Price: $6,298.00 ea. 3. (1 ea.) spare parts, consisting of two each 1/0 panel and one each of all replaceable modules ,. Price: $3,721.00 ea. r. 4. (1 ea,) Field Service as specified for both installation assistance and startup assistance in one trip to Lubbock for two (2) days on site Price: $4,687.00 ea. Breakdown of above per Spec. Material: $18,425.00 Services: $11,285.00 TOTAL BID: $29,710.00 DELIVERY: 16-18 weeks ARO FOB: Destination via Electronic Van TERMS: QEI Terms & Conditions Apply NOTE: Quote firm for 180 days from quote dare. ktstirusantsAacfErpulnat pdPyadimL-ft AD1-1.4 T00 � £ZTS 996 PUZZ, K:CT £6/9T/L0 57TR qAA bT.? I Page 2 We appreciate this opportunity to be of ser.vir.A to you and hope the above will meet w.ith your approval. An order resulting from this Quotation should be directed to: DACO P. O. Box 154348 Irving, TX 75015 it you should have any quest ions or if we can, be of service in any way, please do not hesitate to call on use. Sincerely, AAllert: Co. of Dallas, Inr.. FloDACO/Dave dM Crabtree 3C/den cc: QEI RV P r i AD1-15 F" zee RM 996 VIM 6£;£I £6i$I/L0 ite M74M QUOTATION # 7781 SEE ATTACHED TEW S AND CONDM*NS "VA NtWRY Lubbeci� QUANITY MW r 1 2 4050 3 4 1 Lot Quits 1V i Lot 1 Lot s 1 .I Lot • QUOTATION • TELEX 7SS026 TAX 2014MI31 60 FADVA ROAD SPRINGFIELD,N.J.QM1411a PAGE 1 OF 1 r—Vive, Allen Co. of Dallas, Inc— P.O. Box 1$4349 IrYtaR. TX 93061 EA= Mr. Jim Crabtree Siarnws IMMA t IDATI RTUo (Remote Teaainal Units) including all eng?limi dmftinS, ammbly, and test, as wcU as all documemadom Data Base, Lor both Master Smdon and "mttcl capbilhics at RTUS. Spare parts, consisting of two cacti UC? panel and one of all other replacxa modules. FWd Servlee as specified for both installation aasistum and startup usista m in one trip for two (2) days on dtr— . ;4 :;erL et hr r .fix �'�'"r'!u S � �fR • Q F4 '3 72, AD1-16 S'CADA TOTAL DISTRIELMON MANAGEMENT SYSTEMS • TONE 1 £00�I £Zi8 986 fi+iZ4� UNIT PRICE TOTAL ma Q. $13.16,94 S S,726. $ 3.383. S 4A87. $ 300. Il£:£i £G/Vi/d0 r 7 1 QEPS SUPPLEMENTAL TERMS AND CONDITIONS OF SALE QVI QUOTATION NO.77a1 The following is pert of QEI's cantmercial offer anti it supplements WE compliance to the custmer's General sad r•. Supplemental (if any) Terms and Conditions. Therefore, these Supplemental Terms tend Conditions of Sale arc hereby ineaporated into Quotadon No. 7791 by raferanoe. hCCEPTANCE OP ORDERS: Thts quotation is valid for one hundred elghty (180) days. CUSTOMER'S r KMC —4 SS t7N= t7R C'ONMCT MUST ST>ILJI.ATE THAT THE SYSTEM EQUrPMENT ORDERED IS IN ACOORDANGE WIM QVS QUOTATION. The order wig be accepted and acknowledged by QE1 upon Its reoelpt in Spri*t1d. New Jareey. r Prices shown for spare parts and test equipment arc valid only fa their concurrent purchas.- with the system. SCFIE211ING: Approval drawings wW be submitted approximately six (6) weeks after the formal acceptance of the Customer's purchase order by QfiI. The equipment offered consists mostly of standard QQEI products. Only that portion of the dtswing package which is Customer IpWific is an*a to approval; the remainder is for recce purposes only. If approval revislons requested are beyond the scope of the Contract. or acy affect the standard product or mrartgements. a quotation will be prepared for a price Increase to the Paeehaso Order for the extra wo&. Shipment will be made approximately eight (8) *cola after On return of fatty approved drawings. Slowever, these escheated shipping dates are approximate. and are not binding on QEt. Estimated ship*g dates given at the time of order acceptance will be bsaed on conditions existing at that time and upon Ste Cbstotrgr'a Final specification teceived with the order. Pltrther, QM will Pot be liable for any delay is delivery due to any cause beyond its control Including. but not limited to, acts of (rod. ads of the Buyer, acts of civil or mWtary authority. frees. tinker, slowdowns, floods, epidemics, quarantine restrictions, war, riot. delays in transportation, or cho:taga of necessary materials. labor or m n dactaring f clUtles. Tn no event shall QE1 be liable for any special., h4roct, incidental or coosequential damages. ( Wb= changes or additions are grade to the CbAomer'a specification after an order is secepted, shipments tray to rescheduled based upon dm date of acceptance by QR1 of the CaMmer's change order and upon factory conditions pow tatisttng at that time, WArffR OF TERMS; QM's Ullure to cbjca to terms or cosditlons contained in the Customer's purchase order crother communications wbkh arc not contained in either the custorner specification or QF.1's proposal package shall not be teemed a walver of Ql l's tiaras and conditions or acceptance of each terms or conditions. No agreements, e aprescrwkms or gua anteos other than those contained herein shall be binding upon QL1 unless they are in writing and signed by QM. TERMS OF PAY113EIVT: QM will allow a to of 1% discount net of freight, insurance, and taxes If amounts lovotoed to the Customer are paid in full within ten (10) clays of the date of the invoice, unless amgcmenrs to the eontxary am made prior to the acceptance of a QEI quotation or proposal by the Customer. If invoiced amounts are ^„ riot paid within ten (10) days. no ftotutt ftn be allowed, and any invoiced amounts shall be paid In fall within thirty (30) days fret rho date of the invoice. Q'M reserves the right to chmge interest it 1% per Mw1h an Ott overdue invoices, PAYMENT Bt3HEbUL>tt 2% wldn the Cansmittal of spptwal drawings 70 % open receipt of do eplprnent 10% upon acceptance of qtQ system, not to exceed 120 days from the recelpt of the tysttnt txnlen the cage of delay its scoepta not is do to QM. CQ rLIANo min LAVA The Customer gall assume complete eesponsa'bttity for compliance with local laws or ordinances and for obtaining and paying for all pannita. licenses. suagwi?atime or certificates required by governmental or vegulatory bodies for the installation or use of the equipment to ire p vvidled. I ADl-17 Page ! of 3 012 996 6TZQ 5£:£T £6/91/Ze 7 rLL—iCf' 7-i LC•1� ►L•WG� Ot'r%a11Yi'►L"L iw IC— lw-LD MYJCV 7'rl. QEI'S SIIPKEWENTA.L TERMS AND CONDITIONS OF SATE QEI QUOTATION NO.7781 SHE N S. RISK OF_IASS, AND TrME: 'this system is quoted F.O.E. Destination, DcllvM to the Customer of the system or any pottitm thereof thali be aside prepaid and insured at the Custotnex's specified delivery b location. Ali risk of loss shall pass to the Sayer upon delivery At the Customer's site. Delivery or this sytteem will be by electronic van, aW dxsefots, no calling h raquIred or has been Included in the quoted price. SYSTEM LTMiT D 7YARRA fro (a) The system pmlormanoe (hardw= and software) shall be warranted as in compliance with the specification for a period of 12 ra=ihs from the date the syttun is acccptcd. or 15 months from site date the system h delivered, whichever canes first QEI's abligatioa under WS warranty shall bt limited to making required eh m#" to cassia the system performance to be its compliance with the ipccification. ll (b) Material and Weearianshit?; All equipmem manufactttred by QEI (except for fuses, lamys. painter ribbons, and batteries which are considered caasumabtes and warranted for ulnety (90) days from the date of thiopmeal), including tacit parts tnanufacttuad by others as tint: DMGRAL to QM equipment, but not including the computer and r" peripheral equipmentntt manufactured by DEC as covered in (b) above, thatl be free from defects in materiel and workmanship for apniod of twelve (12) months from Or. date the equipment is accepted or fifteen (15) months from the date the systern is shipped, whichever comes first. QBI's sole liability ud obligation with rogpect io the system made[ toils warranty than to LIM M TO REPAMING OR REPLACH 0. �T QEI'S QP�,2N. E•O.B. ORIM, FMLY M 7I;�+..(. M. AND MADUAMT2 RX M1+ M= PERSONNEL QEI @tall riot bt rospotWblt for any ousts Incurred In fhe kla dtkatlon, removal, reinstallation. or shipping to the factory of equipment to be repaired or replaced undet this warranty. When rtgttcated. OR] will baler available to the Cust = a competent Geld servo e eachnleiaa to Identify ttte defective ttystem mbassembly. The charge for this service will be at QErs tutrent ettablished rate. (e) Pr =N �larrandes: Exclusion of Tmolied Warranties QEI further wa vans that tilt goads supplied ftortundu will contorm to the dtmription bexoin stated and that QF1 will convey good title d ereto, hee of all liens and encuctbaarrces of any kind whatever unknown to the Customer. Qirl shall have no litfbllity to the Customer for cawKueatlal or extended damages Incurred as the direct sir indirect result of failure of any part of the equipment. 11b Is QEI't sole warrsttty with tespect to ate goods, QM MAKES NO OTHER WARRANTY OF ANY KIND r WHA*MVER, EXPRESS OR IMPLIED; AND ALL TMMD WARRANTIES OF MERCHANTABUM AND FITNESS FOUR A FAR'f1CULAR PUMSIi WMCii l3'RCEM THE AFORESTATED OBLIGATION ARE MRly'SsY DISCLAMD AND EXCLUDED FROM TMS AGRIMU N'T. (d) QM reserves the right to make product modifications or Changes without inclining any obligatioh to make such modiOM ons to ayMms perviously shed. SYSTEM RFSMONSI13I1.'1`rY: The extent of Q8l's system respotuiibility is described as follows: (a) QM will demonstrate, prior to shipping. fat operation of the System in accordance with a rest speCif,Cation approved by the customer, or QP1 will supply certified test results in lieu of the observed aweptanCe test. The can of tbo tawtomer observed f aory stcceptanoe oust has been included In are cost of this system.. However, all sygtems ate completely factory kited wbedtca or tut a customer observed "St is performed. (b) The system price is based on QBl providing lnsWM system salWam with all the operational and Data Base oditing capabilities. QM's suing Waft bath entry and design (with customer assistance) of the system Data Baas. 1Ws include geturation of the system Polat Assip ment Qham. Data Base Descriptor Tables. and dotty of flu DRta Rase. QM will enter and to duo Cuslanu's Data Base and will prepare all the reports and displays frown du data supplied, including historic reports, surd graph% and calculated points. Delays swulfing from lack of the required system iafasrnation will be considered ft:t customer's TwWriallity, and the contract delivery schedule will be adjusted accordingly. QM i otfaing is based on the original point count and syttam alit specified: istcrea= in f'he aysrem point count win be quoted by QM as an optional addltimW a hsrge. (c) Demonstratiou of the system operation. with the instrumentation which tat Customer amy require at Its actual site. may be simulated In Qfil's factory tests. (a) QM will am be responsible for system damage due to faulty installation by the Ctwomet. Field service is available from QV for Installation and/or startup assistance and is included in the price of this system. (1) Field service and training are also availabk an an as receded pet diem basis for system maintenance. ADl-18 goo in Page 2 of 3 £Z19 996 £8/91/Lo F FEE-10-193 12:12 1DzGE1 SPRINWIELD NJ TEL NO:19 QFI'S SUi'TLEMEN'['AL TERMS AND CONDMONS OF SALE QEr QUOTATION NO.77SI 1104-19 PLUS CANCELLAT[ON, DELAYS OR PELIVE'RY DEFBRMENT BY CUSTOMER: After the acceptaacc of a phase order by QEI, time is of the essence. If delay in shiprnents is caused by or at the "uest of the Customer, payments *Mll become due from date when QBI is ps+epttred to make shipmetiL If the empletiton of tha system is terminated by the Customer, payment shalt be based on the Contract price and pa ventage of Completion. QEI reserves the right to invoice me Customer an intense chugc based on The full system price at a menthty rate of IS tier all delays caum d by the Customer which an: det=ined to be excessive and umasonable. to particular, Q81 will invoice as defined above If approval drawings are not return shipped, either "rutty approved" or "approved as mar'i W widgn one (I) month of their roceipL Sim9ar invoicing will -occur if dare base: tables are not seNmed Completely filled out either with the approval drawing& or two (2) Months prior to the scheduled date of delivery. whichever is am TAXES: QEl's prices do not Include. aides, tile, export duties, writes added, excise. or similar ittxcs. All present or future such to = applicable to the purchase or sale of equipment, covered by an oiler, are payable by the Customer. Where QEI is directed to collect sod taxes, the amount will be added to the price of the system and paid by the Customer In the same manner and with the same offem as if prigirtally added thereto. TRAINIId(I Q•OT, SSZ: Vaflouaa Wrung Courses are optionally available RM QEI for QFd equipment. However. the cast of such a train q e=se hn Mat been included in The vost of tftc system. ADl-19 Page 3 of 3 900E £ZT8 996 6TZM L£:£T 96/PT/b0 r SRF-404 (5/13/91) SRF Number CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS The prospective participant certifies to the beat of its knowledge and belief that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. I understand that a false statement on this certification may be. grounds for rejection of this proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine of up to $10,000 or imprisonment for up to 5 years, or both. a ve Date ❑I am unable to certify to the above statements. My explanation is attached. 11 ADl-20 is fi . SRF-373 (6/2/89) MWBE CERTIFICATION AND PARTICIPATION SUV14ARY Loan Applicant: Project Number: I certify that the Minority and Women's Business Enterprises participating in this project are qualified in accordance with the TWDB SRF-52 MWBE Guidance and that all MWBE consultants, contractors, and sub -contractors will comply with the six affirmative steps outlined in the guidance. Attached are: Solicitation Documents Contracts The attached documents outline the efforts taken in complying with the MWBE Guidance. Signature and Title of Authorized Representative of Applicant Total Loan Amount $ Total Contract Amount $ MWBE Firms Contract Amount MBE WBE $ of Contract (Name and address) Total Loan Attached 1. 3. Total MBE Participation Total WBE Participation * Any changes, additions, or deletions to these contracts after loan closing must be submitted for review prior to award. AD1-21 low f PROJECT: City of Lubbock SRF 3104 Gentlemen: TEXAS WATER DEVELOPMENT BOARD P.O. BOX 13231 CAPITOL STATION AUSTIN, TEXAS 78711 DATE: Jan. 21, 1993 The Davis -Bacon Act (40 U.S.C. S276a et seq.) as amended, and 40 CFR & 31.36(i)(5) requires a valid Department of Labor (DOL) wage determination be in the contract specifications (over $2,000) before bids are opened and be in effect on the date of contract award. Determinations may be added to the specifications by addenda after they are approved by the Texas Water Development Board (TWDB). General Wage Determinations (GWD) contain no expiration date and remain in effect until modified, superceded or withdrawn. Modifications or supersedeas determination published ten days prior to bid opening must be included in the contract specifications. Also, if a contract has not been awarded within 90 days after bid opening, any modification published construction, shall be effective with respect to that contract. Project Wage Determinations (PWD) issued by the DOL are effective for 180 calendar days from the date of issuance, unless an extension of time is approved by the Wage and Hour Division DOL) . Modifications to project wage i determinations must also be included n the specifications when they are received by this office ten days prior to bid opening. You MUST keep the below signed informed of the bid opening and award dates. By doing this, we will be able to keep you informed of any necessary changes. Please examine the attached determinations) immediately upon receipt to determine if additional "classifications" or "basic hourly rates" are required. If needed submit your request to the below signed with evidence of prevailing rates from the prime-contractor(s), sub -contractors) or labor showing: (a) Name of contractor, (b) Location and type of construction, (c) Wage rates within each classification and number of employees paid at each rate, (d) Additional classifications and hourly rates, if needed, (e) Specify the determination number and kind of rates (heavy, building, etc.) to which you wish these added. If you need additional information, please contact me at (512) 463-8424. I am attaching (X) Decision DECISION NUMBER/TYF TX-910028 Sincerely, ISSUANCE DATE 12/13/91 ( ) Modification MODIFICATION ISSUANCE KIND OF NUMBER DATE RATES l / /af.s T. Fow er Attachment(s) Copy to: Grantee Project Construction Section Contracts/Payments - Wage Rate Issued File AD1-22 Heavy General Decision Number TX910028 Superseded General Decision No. TX9000_% State: TEXAS Construction Type: Highway County(ies): ECTOR MIDLAND RANDALL LUBBOCK POTTER TAYLOR TOM GREEN HEAVY (excluding tunnels & dams) and HIGHWAY PROJECTS (does not include building structures in rest area projects). Modification Number Publication Date 1 12/13/1991 TX910028 - 1 AD1-23 COUNTY(ies): ECTOR MIDLAND LUBBOCK POTTER Craft Group Name: RANDALL TOM GREEN TAYLOR Craft/Rate Text Block: SUTX2037A 1 11/13/1991 Basic Fringe Hourly Benefits Rate ASPHALT HEATER OPERATOR $7.467 ASPHALT RAKER 7.267 ASPHALT SHOVELER 6.400 BATCHING PLANT WEIGHER 9.799 CARPENTER 8.153 CARPENTER HELPER 6.881 CONCRETE FINISHER -PAVING 7.496 CONCRETE FINISHER HELPER PAVING 6.500 CONCRETE FINISHER STRUCTURES 8.148 CONCRETE FINISHER HELPER STRUCTURES 6.987 ELECTRICIAN 10.000 ELECTRICIAN HELPER 9.500 FLAGGER 5.500 FORM BUILDER -STRUCTURES 8.021 FORM BUILDER HELPER STRUCTURES 7.000 FORM SETTER - PAVING & CURB 8.300 FORM SETTER HELPER -PAVING & CURB 6.307 TX910028 - 2 ADl-24 I FORM SETTER -STRUCTURES 7.839 FORM SETTER HELPER STRUCTURES 6.479 LABORER -COMMON 6.018 LABORER UTILITY 7.102 r t MECHANIC 10.282 MECHANIC HELPER 8.000 OILER 8.233 SERVICER 7.823 i j PIPE LAYER 7.000 PIPE LAYER HELPER 6.250 4 ASPHALT DISTRIBUTOR OPERATOR 7.972 ASPHALT PAVING MACHINE 8.187 BROOM OR SWEEPER OPERATOR 6.411 BULLDOZER 7.963 CONCRETE PAVING CURING MACHINE 9.100 CONCRETE PAVING FINISHING MACHINE 8.075 CONCRETE PAVING JOINT SEALER 7.750 CONCRETE PAVING SAW 10.063 CONCRETE PAVING SPREADER 9.100 RRTWrORCTNC STEEL MACHINE 6.500 r SLIPFORM MACHINE OPERATOR 9.000 f CRANE, CLAMSHELL, BACKHOE DERRICK, DRAGLINE, SHOVEL i LESS THAN 1 1/2 C.Y. 8.574 CRANE, CLAMSHELL, BACKHOE ' DERRICK, DRAGLINE, SHOVEL 1 1/2 C.Y. & OVER 10.043 i CRUSHER OR SCREENING PLANT OPERATOR 7.500 FOUNDATION DRILL OPERATOR CRAWLER MOUNTED 9.000 TX910028 - 3 C AD1-25 FOUNDATION DRILL OPERATOR TRUCK MOUNTED 10.750 FOUNDATION DRILL OPERATOR HELPER 7.050 FRONT END LOADER - 2 1/2 C.Y. & LESS 7.458 FRONT END LOADER - OVER 2 1/2 C.Y. 7.669 HOIST - DOUBLE DRUM 8.100 MOTOR GRADER OPERATOR FINE GRADE 10.343 MOTOR GRADER 9.835 PAVEMENT MARKING MACHINE 9.150 PLANER OPERATOR 10.458 ROLLER, STEEL WHEEL PLANT MIX PAVEMENTS 6.828 ROLLER, STEEL WHEEL OTHER, FLATWHEEL OR TAMPING 6.474 ROLLER, PNEUMATIC SELF-PROPELLED 6.455 SCRAPER-1 C.Y. & LESS 7.546 SCRAPER -OVER 17 C.Y. 7.655 SIDE BOOM 6.350 TRACTOR -CRAWLER TYPE 150 HP iz?:D LESS 7.290 TRACTOR -CRAWLER TYPE OVER 150 HP 10.750 TRACTOR - PNEUMATIC 7.422 REINFORCING STEEL SETTER PAVING 7.926 REINFORCING STEEL SETTER STRUCTURES 9.086 REINFORCING STEEL SETTER HELPER 7.772 TX910028 - 4 AD1-26 STEEL WORKER - STRUCTURAL 9.000 STEEL WORKER HELPER STRUCTURAL 6.250 SPREADER BOX OPERATOR 7.332 BARRICADE SERVICER WORK ZONE 6.500 TRUCK DRIVER -SINGLE AXLE LIGHT 6.592 TRUCK DRIVER -SINGLE AXLE HEAVY 6.791 TRUCK DRIVER -TANDEM AXLE SEMI TRAILER 7.130 TRUCK DRIVER-LOWBOY/FLOAT 8.868 TRUCK DRIVER -TRANSIT MIX 6.891 WELDER 11.827 WELDER HELPER 8.290 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)). END OF GENERAL DECISION TX910028 - 5 ADl-27 r r.. I t 7 L 7 7 7 t 7 F T L 1� f See Reverse for Instructions Form Approved. cuo No. 2o4o•oom Approval wmtm-. 8-3145 United States Environmental Protectuan Agency NPDES Washington, DC 204M FORM ENotice of Intent (NOI) for Storm Water Discharges Associated with Industrial PA \� Activity Under the NPDES General Permit Submission of this Notice of Intent constitutes notice that the party identified In Section I of this form Intends to be authorized by a NPDES permit issued for storm water discharges associated with Industrial actvnly in the State Identified in Section II of this form. Becoming a pemuttee obligates such discharger a comply with the terms and conditions of the permit. ALL NECESSARY INFORMATION MUST BE PROVIDED ON THIS FORM. 1. Facility Operator Information Name I Phone,: Status of J Address: I r r r r r r r r r r r r r r i r r r r r r r r r r r r r r r r Owner/Operator. City: I r r r r r r r r r r i r r r r r r r r r 'r State: W ZIP Code II. Facility/Site Location Information Is the Facility Located on Name: I r r r r r r r r r r r r r r r r r r r r r r r r r r r { Indian Lands? (Y or N) Address: { r r r r r r r r r r r r r r r r r r r r r r r r r r r r r I City: I r r r r r r r r r r r r r r r r r r r r r l State: (_I ZIP Code: Latitude: i l i Longitude: L 1 •1 m i Quarter: �J Section: I i I Township: L J Range: I m m I Ill. Site Activity Information MS4 Operator Name: I.. r r r r r r 11 r r r r r r 1 r r 1 1 r 1 1 r r r r 11J Receiving Water Body: If You are Fling as a Co-permittee, Are There Existing is the Facility Required to Submit ❑ Enter Storm Water General Permit Number: I I 11 . , , . Quantitative Data? (Y or N) Monitoring Data? (1, 2, or 3) SIC or Designated Activity Code: Primary: I , r 2nd: L I I I 3rd: 4th: If This Facility is a Member of a Group Application, Enter Group Application Number: If You Have Other Existing NPDES l Permits, Enter Permit Numbers: . I r r i r r r i 1 I r r r l i r „. r l IV. Additional Information Required for Construction Activities Only Project Completion Start Date: Date. is the Storm Water Pollution Prevention Plan Estimated Area to be in Compliance with State and/or Local I I i i r l r l r l Disturbed (in Acres): I r r r r r 1 Sediment and Erosion Plans? (Y or N) V. Certification: I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who directly Information, manage the system, or those persons responsible for gathering the time Information submitted is, to 01e best of my a and belief, true, I that accurate, and complete. am aware there are significant penalties for submitting false Information, including the possibility of fine and imprisonment for knowing violations. Print Name:. Date: I r r r r r r r r r r r r r r t r r r r r r r r r r I r r r( r I r l 1 1 Signature: EPA Form 3S10-6 (8-92) Printed on AD 1-28 Recycled Paper Irstruetiona = EPA Form 3510.6 Notice Of Intent (NOi) For Storm Water Discharges Associated With Industrial Activity To Be Covered Under The NPDES General Permit Who Must File A Notice Of Intent (NOq Form 'those facilities that must submit monitoring data (e.g.. choice 2) are: Section 313 EPCRA facilities; primary metal industries; land disposal units/Incinerstors/BIFs; wood Federal law at 40 CFR Part 122 prohibits point source discharges of storm water treatment facilities; facilities with coal pile runoff; and, battery redaimers. associated with industrial activity to a water body(les) of the U.S. without a National Pollutant Discharge Elimination System (NPDES) permit. The operator of an industrial List, in descending order of significance, up to tour 4-digtt standard industrial it activity that has sucti a storm water discharge must submit a NOI to obtain coverage classification (SIC) codes that best describe the principal products or services provided 1 under the NPDES Storm Water General Permit If you have questions about whether at the facility or site Identified in Section II of this application. you need a permit under the NPDES Storm Water program, or C you need information as to whether a particular program is administered by EPA or a state agency, contact For Industrial activities defined in 40 CFR 12226(b)(14)(i}(xi) that do not have SIC Me Stone Water Hotline at (709) 821-4823. codes that accurately describe the principal products produced or services provided, the following 2-character codes are to be used: ' Where To Fib NOi Form HZ . Hazardous waste treatment. storage, or disposal facilities, including those that NOIs must be sent to the following address: are operating under interim status or a permit under subtitle C of RCRA (40 CFR 12226 (b)(14)(iv)); Storm Water Notice of Intent LF . Landfills, land application sites, and open dumps that receive or have received PO Box 1215 any industrial wastes, Including those that are subject to regulation under Newington, VA 22122 subtitia D of RCRA 140 CFR 12226 (b)(14)(v)]; �., SE . Steam electric power generating facilities, Including coal handling sites 140 CFR i Completing The Form 122.26 (b)(14)(vii)]; s TW - Treatment works treating domestic sewage or any other sewage sludge or You must type or print, using upper -ease letters, In the appropriate areas only. Please wastewater treatment device or system, used in the storage, treatment, place each character between the marks. Abbreviate It necessary to stay within the recycling, and reclamation of municipal or domestic sewage [40 CFR 1222E number of characters allowed for each Item. Use one space for breaks between words, (b)(14)(hx)]; or, but not for punctuation marks unless they are needed to clarify your response. it you CO . Construction activities [40 CFR 12226 (b)(14)(x)]. have any questions on this forth, call the Storm Water Hotline at (703) 821-4823. If the facility listed In Section II has participated In Part 1 of an approved storm water Section I Facility Operator Information group application and a group number has been assigned, enter the group application number in the space provided_ Give the legal name of the person, firm, public organization, or any other entity that operates the facility or site described In this application. The name of the operator may If there are other NPDES permits presently issued for the facility or site listed in Section or may not be the same as the name of the facility. The responsible party Is the legal 11, list the permit numbers. If an application for the facility has been submitted but nc entity that controls the facility's operation, rather Chan the plant or site manager. Do not permit number has been assigned, enter the application number. a use a colloquial name. Enter the complete address and telephone number of the operator. Section IV Additional information Required for Construction Activities Only Enter the appropriate letter to indicate the legal status of the operator of the facility. Construction activities must complete Section IV in addition to Sections I through III. Only construction activities need to complete Section IV. F - Federal M - Public (other than federal or state) E S - State P - Private Enter the project start date and the estimated completion date for the entire development plan. Section C Facfffty/Site Location Information Provide an estimate of the total number of acres of the site on which soil will be Enter the facility's or site's official or legal name and complete street address, Including disturbed (round to the nearest acre). city, state, and ZIP code. It the facility or site lacks a street address, indicate the state, the latitude and longitude of the facility to the nearest 15 seconds, or the quarter, Indicate whether the storm water pollution prevention plan for the site is in compliance ^, section, township, and range (to the nearest quarter section) of the approximate center with approved state and/or local sediment and erosion plans, permits, or storm water of the site. management plans. Indicate whether the facility Is located on Indian lands. Section V Certification .. Section III Site Activity Information Federal statutes provide for severe penafG.es for submitting false Information an this application form. Federal regulations require thks application to be signed as follows: If the storm water discharges to a municipal separate storm sewer system (MS4), enter the name of the operator of the MS4 (e.g., municipality name, county name) and the receiving water of the discharge from the MS4. (A MS4 is defined as a conveyance or system of conveyances (inducting roads with drainage systems, municipal streets, catch basins, curbs, gutters, ditches, man-made channels, or storm drains) that is owned or operated by a state. Cary, town. borough, county, parish. dlst ict, association, or other public body which Is designed or used for collecting or conveying storm water.) If the facility discharges storm water directly to receiving water(s), enter the name of the receiving water. B you are filing as a co- permittee and a storm water general permit number has been Issued, enter that number In the space provided_ Indicate whether or not the owner or operator of the facility has existing quantitative data that represent the characteristics and concentration of pollutants In storm water discharges. Indicate whether the facility Is required to submit monitoring data by entering one of the following: 1 - Not required to submit monitoring data; 2 - Required to submit monitoring data; 3 . Not required to submit monitoring data; submitting certification for monitoring exclusion For a corporation: by a responsible corporate officer, which means: p) president. secretary, treasurer, or vice-president of the corporation in charge of a principal business function, or any other person who performs similar policy or decision making functions, or (0) the manager of one or more manufacturing , production, or operating facilities employing more than 250 persons or having gross annual sales or expenditures exceeding $25 million (in second-quarter 1980 dollars), if authority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures; For a partnership or sole proprietorship: by a general partner or the proprietor, or Fora municipality, state, Federal, or other public facility: by either a principal executive officer or ranking elected official. Paperwork Reduction Act Notice Public reporting burden for this applicat6xh is estimated to average 0.5 hours per application, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate, any other aspect of the collection of Information, or suggestions for Improving this forth, irduding any suggestions which may increase or reduce this burden to: Chief, Information Policy Branch, PM-223, U.S. Environmental Protection Agency, 401 M Street, SW, Washington, DC 20460, or Director, Office of Information and Regulatory Affairs, Office of Management and Budget, Washington, DC 20503. AD1-29 i Form 1023 '*+ Rev.12.87 E 4 Notice of Proposed Installation Utility Line on Non -Controlled Access Highway Date February 12, 1993 To the State Highway and Public Transportation Commission do District Engineer State Department of Highways and Public Transportation Lubbock ,Texas Formal notice is hereby given that the City of Lubbock Company proposes to place a 27" Effluent Water Pipeline line within the right-of-way of U - S - Highway No. 84 in Lubbock County, Texas as follows: (give location, length, general design, etc.) See attached set of plans for exact location; Beginning at a point in the north Right -of -Way line of U. S. Highway 84 and just east of its intersection with F. M. 835, thence southeastward along the north R.O.W. line of U.S. 84 approximately 901.57 feet. The line will be constructed and maintained on the highway right-of-way as shown on the attached drawing and in accordance with governing laws, including, but not limited to any rules, regulations and policies of the State Department of Highways and Public Transportation. Our Firm further understands that the State considers proper traffic control measures as those complying with applicable portions of the Texas Manual of Uniform Traffic Control Devices required for adoption by the "Uniform Act Regulating Traffic on Highways' (V.C.S. 6701 d). The location and description of the proposed line and appurtenances is more fully shown by f ive complete sets of drawings attached to this notice. Construction of this line will begin on or after the 1st day of May , 19 ,93 Firm City of Lubbock By Ed Bucy <iE� Title Right -of -Way Agent Address P • 0. Box 2000 Lubbock, Texas 79457 r AD1-30 r Form 1023 Rev.12-87 APPROVAL RW09S93038 To: City of Lubbock Control 53 Section 1-30 Hwy. No. US 84 Maintenance Section No. 09 P.O. Box 2000 Lubbock County Lubbock,"Texas 79457 Date _ February 19, 1993 The State Department of Highways and Public Transportation offers no objection to the location on the right-of- way of your proposed 27" effluent water line as shown by accompanying drawings and notice dated February 12, 1993 except as noted below. It is expressly understood that the State Department of Highways and Public Transportation does not purport, hereby, to grant any right, claim, title, or easement in or upon this highway; and it is further understood that the State Department of Highways and Public Transportation may require the owner to relocate this line, subject to provisions of governing laws, by giving thirty (30) days written notice. You are requested to notify this office prior to commencement of any routine or periodic maintenance which requires pruning of trees within the highway right-of-way, so that we may provide specifications for the extent and methods to govern in trimming, topping, tree balance, type of cuts, painting cuts and clean-up. These specifications are intended to preserve our considerable investment in highway planting and beautification, by reducing damage due to trimming. The installation shall not damage any part of the highway and adequate provisions must be made to cause minimum inconveniences to traffic and adjacent property owners. In the event the Owner fails to comply with any or all of the �- requirements as set forth herein, the State may take such action as it deems appropriate to compel compliance. Minimum clearances above the roadway for aerial utilities shall be 22' for power lines and 18' for communications lines. , i. Special Provisions: 1) Work described in this permit shall begin within six (6) months of the issue r date or the permit shall lapse. 2) An effluent water line will be placed in the North R.O.W. between Stations 486+88 and 495+90. 3) The specifications in the plats shall be followed. 4) A minimum of 5 markers per mile is required for all parallel placements with at least one marker visible from any point in r the mile. 5) Please see attachments. Please notify Ron Seal, P.E. , or Ted Carter, Lubbock telephone (806) 748-4464 Poo at least forty-eight (48) hours prior to starting construction of the line in order that we may have a representative present. State Department of Highways and Public Transportation By: District Engineer--Dis Five F 7" AD1-31 c: L Form 1023 r Rev. 12-87 K" I[ F. Notice of Proposed Installation Utility Line on Non -Controlled Access Highway Date February 12, 1993 To the State Highway and Public Transportation Commission do District Engineer State Department of Highways and Public Transportation Lubbock . Texas Formal notice is hereby given that the City of Lubbock Company proposes to place a 27" effluent water pipeline line within the right-of-way of State Highway No. F. M. 400 in Lubbock County, Texas as follows: (give location, length, general design, etc.) See attached set of plans for exact location; North along the west R.O.W. line of F. M. 400 from its intersection with County Road 73 to its intersection with the NFDMF of the Brazos river The line will be constructed and maintained on the highway right-of-way as shown on the attached drawing and in accordance with governing laws, including, but not limited to any rules, regulations and policies of the State Department of Highways and Public Transportation. Our Firm further understands that the State considers proper traffic control measures as those complying with applicable portions of the Texas Manual of Uniform Traffic Control Devices required for adoption by the "Uniform Act Regulating Traffic on Highways' (V.C.S. 6701d). The location and description of the proposed line and appurtenances is more fully shown by complete sets of drawings attached to this notice. f ive Construction of this line will begin on or after the 1st day of 14ay 19 93 By the City of Lubbock Ed Bucy Title Right -of -Way Agent Address P • 0. Box 2000 Lubbock, Texas 79457 r, A01-32 d: F Form 1023 Rev.12-87 APPROVAL RW09S93037 Control 1041 Section 2-3 Hwy. No. FM 400 Maintenance Section No. 09 Lubbock County Date February 19, 1993 The State Department of Highways and Public Transportation offers no objection to the location on the right-of- way of your proposed 27" effluent water line as shown by accompanying drawings and notice dated February 12, 1993 except as noted below. It is expressly understood that the State Department of Highways and Public Transportation does not purport, hereby, to grant any right, claim, title, or easement in or upon this highway; and it is further understood that the State Department of Highways and Public Transportation may require the owner to relocate this line, subject to provisions of governing laws, by giving thirty (30) days written notice. You are requested to notify this office prior to commencement of any routine or periodic maintenance which requires pruning of trees within the highway right-of-way, so that we may provide specifications for the extent and methods to govern in trimming, topping, tree balance, type of cuts, painting cuts and clean-up. These specifications are intended to preserve our considerable investment in highway planting and beautification, by reducing damage duetotrimming. The installation shall not damage any part of the highway and adequate provisions must be made to cause minimum inconveniences to traffic and adjacent property owners. In the event the Owner fails to comply with any or all of the requirements as set forth herein, the State may take such action as it deems appropriate to compel compliance. Minimum clearances above the roadway for aerial utilities shall be 22' for power lines and 18' for communications lines. , Special Provisions: 1) Work described in this permit shall date or the permit shall lapse. I R.O.W. between Stations 223+10 F the plats shall be followed. for all parallel the mile. 5) begin within six (6) months of the issue line will be placed in the West and 321+40 3) The specifications described in 4) A minimum of 5 markers per mile is required placements with at least one marker visible from any point in Please see attachments. 2) An effluent Pleasenotify Ron Seal. P.E.. or Ted Carter, Lubbock telephone (806) 748-4464 - at least forty-eight (48) hours prior to starting construction of the line in order that we may have a representative present. State Department of Highways and Public Transportation v District Engineer-- o. Five Fi AD1-33 "♦ . 1 _ �— b-84 SQECIAL_eBQYIflIQflfl:EQB_EL6�Iflfi�flE�iE6_LINEfl_iC�flAYIIY_EI.Q� 6UQ_eflESSIlflEL.Q�I_dYfltiil�BY_fllGtil_QE,�IAY , 1 1. EMU - THE PERSON IN CHARGE OF THIS INSTALLATION SdALL_ti9YE_9_EQeY_QE ItiE_eE@till_6�iQ_IIfi_AIIACtiMEUIS_QU _ItlE_.lQg_AI__ALL _IIMES�__QEYIAIIQUS.IQ IHE_8Ee6QYEB_EE@till_MIISI_daYE_eBIQ@6Ee@QYAL_QE_ItiE_SIAIE_DEe6flIGENI..QE dIG89AY5_©UD-EUBLIQ_I@AUSQQ@I6IIQU._ HEREINAFTER CALLED SDHPT. A. EXISIIUrA__UllLIIIES,- THE EXACT LOCATION OF ANY UTILITIES THAT MAY CONFLICT WITH THE PROPOSED INSTALLATION'SHOULD BE FIELD VERIFIED BY THE INSTALLER DURING CONSTRUCTION. 7 3. SAEEIX - WARNING AND PROTECTIVE DEVICES INCLUDING GUARD"FENCE, CONCRETE BARRIER AND/OR FLAGMEN SHALL BE USED TO PREVENT CREATION OF A TRAFFIC 14AZARD AND TO ENSURE THE SAFETY OF THE PUBLIC IN ACCORDANCE WITH THE tiANllAL _QE_llUIEQ@tl _I@AEEIC _CQUI6QL _QEY IEEE . PARKING OF EMPLOYEES'- CARS AND TRUCKS ON BOTH SIDES OF THE PAVEMENT WILL BE PROHIBITED AND ALL SUCH VEHICLES SHALL BE PARKED ON ONE SIDE OF THE ROAD AND IN NO INSTANCE CLOSER THAN A MINIMUM OF EIGLUI_EEEI_EgQti IbE_EDGE_QE_IHE_EAYEHEdI ALL CONSTRUCTION EQUIPMENT AND MATERIALS SIQ@EB ON HIGHWAY RIGHT—OF—WAY SHALL BE STORED IN SUCH A MANNER AND AT SUCH LOCATIONS (A MINIMUM OF 30 FEET FROM NEAREST TRAFFIC LANE) AS NOT TO INTERFERE WITH THE SAFE PASSAGE OF TRAFFIC. 4. UUDEBC@OSSIUGS — CROSSINGS SHALL BE BORED UNDER THE HIGHWAY. THE ANNULAR VOID BETWEEN THE DRILLED HOLE AND THE CASING PIPE (IF MORE THAN ONE INCH) SHALL BE PRESSURE —FILLED WITH A SATISFACTORY'MATERIAL TO PREVENT SETTLEMENT OF ANY FART TO THE HIGHWAY FACILITY OVER THE CASING. NO MORE THAN THREE PILOT BORES WILL BE PERMITTED. ABANDONED PILOT BORES SHALL BE PRESSURE —FILLED. BORE PITS SHOULD BE LOCATED AT LEAST! 30 FEET FROM ALL FREEWAY MAIN LANES AND OTHER HIGH—SPEED (EXCEEDING 40 MPH) HIGHWAYS EXCEPT AS INDICATED AS FOLLOWS: 16 FEET. FOR HIGH—SPEED HIGHWAYS WITH CURRENT AVERAGE DAILY TRAFFIC VOLUMES OF 750 VEHICLES PER DAY OR LESS; 16 FEET FOR RAMPS; AND 10 FEET FOR LOW —SPEED (40 MPH OR LESS) HIGHWAYS. FOR URBAN (CURBED) HIGHWAY CROSS SECTIONS, ALL BORINGS SHALL EXTEND BENEATH TRAVEL AND PARKING LANES AND EXTEND BEYOND THE BACK: OF CURB PLUS: 30 FEET FROM HIGH—SPEED (GREATER THAN 40 MPH) FACILITIES; AND THREE FEET FROM LOW —SPEED (40 MPH OR LESS) FACILITIES, PLUS ANY ADDITIONAL WIDTH TO CLEAR AN EXISTING SIDEWALK. IUE__EIIS__DB__IBENCHES_EXCOVOIEp_IO EACILIIAIE_LOgIi�G_ANi2_SE4lE6_LINES_I�tSIALLAIIQ[�_SdALL_EE_BAGlSEILLEp_IQ_8 DEUSIIY_AEE6QXItl9IIUG_Id6I__QE__IdE__©I2J8CEtlI__SOIL__ItlbEI2IAIELY__6EIE8 OEE@AI IOUS_dflYE_gEEU�CQtIELEIEI2 5. LQUGIIUQIN6L_ALIGNMEUI — INSTALLATIONS SHALL BE PLACED UNIFORMLY WITHIN FIVE FEET OF THE RIGHT—OF—WAY LINE ON LONGITUDINAL SECTIONS UNLESS OTHERWISE APPROVED ON THE NOTICE FORM AND SPECIFIED ON THE PLANS. SIAIE _L84! _©LLQ4lS_QULY_llIiLIIY_EI@MS_AfII2_AGEi�CIES._IQ_IMSIALI._LItiES_ALQ�iG d IGH�lBY _fllC�tlI=QE_l�aY AD1-34 F F LUCASEbEHI - PRESSURE OPERATED AND/OR NONMETALLIC SEWER LINE CROS-SINGS SHALL BE ENCASED IN WELDED STEEL'PIPE. THE,LENGTH OF ENCASEMENT SHALL EXTEND UNDER CENTER MEDIANS AND FROM.TOP OF BACKSLOPE FOR CUT SECTIONS (OR FIVE FEET BEYOND THE TOE OF FRONT SLOPE'FOR FILL SECTIONS, OR FACE OF CURB) OF ALL ROADWAYS INCLUDING SIDE STREETS 7. DEeIU_QE_CQVER - MINIMUM DEPTH OF COVER FOR GRAVITY FLOW AND PRES-SURE SEWER LINES AT ANY POINT WITHIN THE RIGHT-OF-WAY,•INCLUDING DITCH BOTTOMS BUT OUTSIDE THE PAVEMENT STRUCTURE, SHALL BE 24 INCHES$ 30 INCIIES FOR NONMETALLIC PIPE. r' 8. MMERIALS - NONMETALLIC PIPE MAY BE USED •PROVIDED ADDITIONAL GROUND COVER IS PROVIDED AS PER ITEM NO. 7 AND ENCASEMENT IS USED AS PER ITEM NO. S. CAST OR DUCTILE IRON PIPE MAY BE USED WITHOUT ENCASEMENT AT CROSSINGS WHEN NOT OPERATED UNDER PRESSURE. I�dEBE_NGi�tiEIALLIG_eleE__IS_I�ISIALLEQ_A__BiIBALLE__ttEIAL__1�IBE__SH9LL__8E CONC!lgflELtILY_IdSIBLLEp_Qfl__QItiEfl_�SEAIlS_SdALL��E_LBQYIDED_EQ8_QEIEGII�d �" t'l18t'05ES. 9. d6HUDLES - MANHOLES SERVING SEWER LINES UP TO 12 INCHES SHALL HAVE A MAXIMUM INTERIOR DIAMETER OF FOUR FEET. FOR ANY INCREASE IN LINE SIZE GREATER THAN 12 INCHES, THE MANHOLE INTERIOR DIAMETER MAY BE INCREASED A LIKE AMOUNT. MANHOLES FOR LARGE INTERCEPTOR SEWERS SHOULD BE SPECIFICALLY DESIGNED, KEEPING THE OVERALL DIMENSIONS TO A MINIMUM. THE OUTSIDE DIAMETER OF THE MANHOLE CHIMNEY AT GROUND LEVEL SHALL NOT EXCEED THREE FEET. FINISHED ELEVATION OF MANHOLE TOPS SHALL BE SUBJECT TO APPROVAL IN THE FIELD BY THE SDHPT AND SHALL BE SUCH THAT THEY WILL NOT INTERFERE WITH HIGHWAY MOWING OPERATIONS OR RESULT IN A HA''ARD TO 1HE TRAVELING PUBLIC. 10. bAfltSEBS - THE UTILITY COMPANY SHALL PLACE' A READILY IDENTIFIABLE AND SUITABLE MARKER AT EACH RIGHT-OF-WAY.LINE CROSSED.BY THIS FACILITY, AT F EACH RIGHT-OF-WAY LINE WHERE CROSSINGS'ARE MADE ON HIGHWAY RIGHT-OF- WAY. 1. ACCESS - INGRESS AND EGRESS AT ALL PRIVATE AND PUBLIC ROADS AND DRIVES WILL BE PROVIDED AT ALL TIMES. 12. BIGdI=QE=WAY_RE5I0aAIloN5 - ALL EXCESS EXCAVATION, MATERIALS, SUP- PLIES, ETC. SHALL BE REMOVED FROM THE RIGHT-OF-WAY AFTER INSTALLATION IS COMPLETE AND THE RIGHT-OF-WAY RESHAPED TO ITS ORIGINAL SECTION INCLUDING FERTILIZING, SEEDING AND/OR SODDING AS MAY BE REQUIRED WHEN EXISTING GRASS HAS BEEN DISTURBED. 13. RlGdI_QE=WAY_UAhACE - THE UTILITY COMPANY WILL DE RESPONSIBLE FOR ANY DAMAGE TO THE RIGHT-OF-WAY, INCLUDING BUT NOT LIMITED TO THE PAVEMENT STRUCTURE, CAUSED BY SETTLEMENT DUE TO THE. SEWER LINE INSTALLATION. DAMAGE SHALL BE REPAIRED IMMEDIATELY UPON NOTIFICATION BY THE SDHPT. 4. WEEKEND5ZHRLIDAYS - CONSTRUCTION WORK TO BE ACCOMPLISHED ON WEEKENDS OR HOLIDAYS WILL PROCEED AT THE DISCRETION OF THE MAINTENANCE SUPERVISOR. 5. LIABILIIIES THE SDHPT ASSUMES NO RESPONSIBILITY FOR CONFLICT WITH EXISTING UTILITY LINES, PIPELINES, HIGHWAY APPURTENANCES OR NATURAL OBSTACLES. THE UTILITY COMPANY SHALL BE ENTIRELY RESPONSIBLE FOR ANY DAMAGE SUITS OR CLAIMS WHICH MIGHT .ARISE DUE TO THE CONSTRUCTION, EXISTENCE OR MAINTENANCE OF THE SEWER LINE FACILITIES. �, AD1-35 r 9+-4" 8/' 8'r_i~ 8r L 1 • �rirwn�r ' • rrrrrrr rrrrr��� ( : • aarwrn err■ ■nr�GRATING rww/ra■ •r.rrra roar■ urrrwr ru ■rarr ■a/r�r■ ■r/ror■ nr•�a■ ■u/rr■14 Q •rr/�w ru u u /rw rorr rani aarar� orrn6" VENT PIPE ra�rr•ri ■/a�wm� rra�wrue ■rar.rriu a Big 2- • SECTIONAL PLANf� 14 LUBBOCK, TEXAS SOUTHEAST WATER RECL. PLANT SAMPLING MANHOLE OUT -PALL PIPELINE AND OUTFALL REAERATION AND DECHL. FAC. BY JES BiK & VeatCf1 FIGURE 1-AD 1 2-9$ DATE Eagtaeer a Architects rVOpaths, Texas AD1-36 MANHOLE FRAME AND COVER a NEENAH R-1522 W/TYPE J LOCK e CDL= w v w a O 1 #4 @ 12'v—.,< cy E.W. s cn PRECAST MANHOLE 4" D.I. MAY BE USED 8'-0" SO. -3 *_^I aK a Y#5 CD' E.W. 10 #4 Ca) 1 E.W. I 4" FLANGED GATE VALVE SHALL I CONNECT TO FLANGED OUTLET I � 4" FLANGED ZGRAVEL — 90' BEND BACKFILL 5*-0' DEWATERING MANHOLE SECTION I C. L. OUTF LL PIPELINE NO SCALE A 14 LUBBOCK, TEXAS UTHEAST- WATER RECL. PLANT FIGURE 2-AD 1 AD1-37 L; LUBBOCK, TEXAS SOUTHEAST WATER RECLAMATION PLANT CONTRACT 3 - OUTFALL PIPELINE AND OUTFALL REAERATION AND DECHLORINATION FACILITIES BID NO. 12424 SUMMARY OF INQUIRIES AND RESPONSES r AT PREBID CONFERENCE HELD FEBRUARY 23, 1993 1. Bidder Question. The drawings indicate that the existing pavement will be replaced with a 2 inch thick asphalt whereas the county specification indicates a double asphalt surface treatment. Which is to be used? B&V Response. The county specifications -govern. B&V Comment. This item will be revised by addendum. 2. Bidder Question. Who performs the pipeline staking? B&V Response. Benchmarks have been established along the pipeline for horizontal and vertical control. The Contractor will be responsible to perform the alignment survey from the reference points. B&V indicated a copy of the survey would be made available to the successful bidder. B&V Comment. No addendum item required. 3. Bidder Question. What is the anticipated start date? City Response. Due to the time required for TWDB review and bond advertisement, the start date will be in June 1993. B&V Comment. No addendum item required. 4. Bidder Question. Is an office trailer and phone required? B&V Response. A trailer is not required for the City or B&V. An address to which all correspondence is sent needs to be provided. B&V Comment. No addendum item required. 5. Bidder Question. Will video tape be acceptable in lieu of photographs? B&V Response. No. B&V Comment. No addendum item required. . 7 I, 6. Bidder Question. Will payment be made for stored materials? B&V Response. Yes, provided the invoice is submitted with the pay request. Payment would be made for the invoice price only. 4 , B&V Comment. No addendum item required. 7. Bidder Question. Are the concrete retards incidental to the bid? r City Response. Yes. No specific bid item will be established for I this item. rB&V Response. No addendum item required. [ 8. Bidder Question. Will traffic along the county road need to be detoured? Can barricades be placed at each end to indicate no r thru traffic? B&V Response. The specifications require that at least one lane of traffic be provided around construction activities. Work in the county road must be coordinated with the county. The City indicated that this item could be discussed with the County Commissioner at the pre -construction conference. B&V Comment. No addendum item required. 9. Bidder Ouestion. On sheet 14, a vertical cut is indicated on the adjacent hill. Is this correct? Can it be sloped? B&V & City Response. The Contractor is responsible for any shoring that may be required when cutting the vertical face. The agreement with the Texas Transportation Department was that they would maintain the vertical slopes. The department will be contacted to determine if the cut can be sloped. B&V Comment. Will be revised by addendum based on discussions with TOOT. 10. Bidder Question. The pipe embedment drawing is contained in the specifications and drawings. Since they slightly differ, which one is to be used? B&V Response. The figure contained in the specifications will be deleted by addendum. B&V Comment. Will be revised by addendum. F11 2 r 11. Bidder Ouestion. The specification indicates three- hree types of embedment classes. Class B is specified for CIP and PCCP. In a later paragraph, inundated sand is specified as an acceptable r option to granular embedment for CIP. Would inundated sand be acceptable for PCCP? B&V Response. Not prepared to answer at this time. B&V will review the item and issue any change by addendum. BP Response. This item will be revised by addendum. 12. Bidder Question. Can -the existing county road base material be rreused as the new base material? B&V Response. Refer to the county road specifications. Fil B&V Comment. No addendum item required. 13. Bidder Ouestion. Are valves available on the 27 inch pipeline to isolate the point of connection? Are there any access manholes on it? BP Response. Refer to the City's record drawings. Subsequent to the meeting, the City made the set available for review. BP Response. No addendum item required. 14. Bidder Ouestion. How much water will have to be drained from the existing pipeline? BP Response. This item will be reviewed and an answer issued by addendum. B&V Comment. Will be clarified by addendum. 15. Bidder Question. The plan and profile drawing indicates that part of Highway 84 pavement will need to'be removed while the detailed plan of the connection indicates otherwise. What is correct? BP & PSC Response. None of the pavement is to be removed. BP Comment. The connection shown on the plan and profile sheet was enlarged for clarity purposes. No addendum item required. 16. Bidder Ouestion. How far does the casing on the existing 27-inch pipeline extend past the pavement at the connection point? B&V Response. Refer to the City's record drawings on the existing pipeline. Subsequent to the meeting, the City made the set available for review. B&V Comment. No addendum item required. 3 F 17. Bidder Question. How long can the Hancock pipeline be out of service? B&V Response. A maximum of 8 hours as specified in section 01300. B&V Comment. No addendum item required. 18. Bidder Question. Will a bid item be added for asphalt pavement? B&V Response. Yes, by addendum. rgm/bk 4 r r r r r F LUBBOCK, TEXAS SOUTHEAST WATER RECLAMATION PLANT IMPROVEMENTS CONTRACT 3 - OUTFALL PIPELINE AND OUTFALL REAERATION AND DECHLORINATION FACILITIES BID NO. 12424 ADDENDUM NO. 2 A. SCOPE.. This Addendum No. 2 consists of page AD2-1. This Addendum No. 2 covers the following change to the Bid Proposal. B. SPECIFICATIONS. BID PROPOSAL In the Bid Proposal issued by Addendum No. 1, revise the quantity for item 6.3, Asphalt Pavement, from "29,278 lin ft" to "15,804 lin ft". ************************************ ACKNOWLEDGEMENT BY BIDDER Each Bidder is requested to acknowledge receipt of this Addendum No. 2 in the space provided in the Bid Proposal. March 3, 1993 (LUBBOCK, TEXAS ) (SEWRPB - CONTRACT 3) AD2-1 BLACK & VEATCH CITY OF LUBG= SPECIFICATIONS for TITLE: CONTRACT 3 - OUTFALL PIPELINE AND OUTFALL ItMRATION AND DECNLORINATION FACILITIES BID NUMBER: 12424 PROJECT NUMBER: 2133-553103-9776 CONTRACT PREPARED BY: Purchasing Department INDEX PAGE 1. NOTICE TO BIDDERS..........................................................................................3 2. GENERAL INSTRUCTIONS TO BIDDERS.............................................................................5 3. BID PROPOSAL - BID FOR !MITT PRICE CONTRACTS ...............................................................13 4. PAYMENT BOND..............................................................................................17 t5. PERFORMANCE BOND..........................................................................................20 6. CERTIFICATE OF INSURANCE..................................................................................23 7. CONTRACT..................................................................................................25 8. GENERAL CONDITIONS OF THE AGREEMENT .......................................................................27 9. CURRENT WAGE DETERMINATIONS.................................................. 44 ............................. 10. SPECIAL CONDITIONS.....................................................................................45 r11. !j NOTICE OF ACCEPTANCE......................................................................................46 12. SPECIFICATIONS............................................................................................47 A; rt i -2- Vl QC W C� M , O ' W F O r NOTICE TO BIDDERS BID S 12424 Sealed proposals addressed to Ron Shuffield, Buyer, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, 1625 .13th St., Roan L-04, Lubbock, Texas, 79401, until 2:00 o'clock a.m. on the 9th day of March. 1993. or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: SOUTHEAST WATER RECLAMATION PLANT IMPROVEMENTS - CONTRACT 3 OUTFALL PIPELINE AND QJTFALL REAERATION AND DECHLORINATION FACILITIES �+ The improvements include approximately 2,327 linear feet of 20 inch, 25,318 linear feet of 24 inch, y 1,618 linear feet of 30 inch, and 15 linear feet of 36 inch outfall pipeline and a tunnel crossing at the AT +�. & SF Railroad. The improvements include two reaeration structures and one outfall structure. The improvements include a dechlorination building. The improvements include air/vacuum relief manholes. access manholes, a sampling manhole, a chlorine analyzer manhole, an injection manhole, and dewatering manholes. The improvements include appurtenant electrical, instrumentation, and site work. After the expiration of the time and date above first written, said sealed proposals will be opened by the Buyer and publicly read aloud. It is the sole responsibility of the bidder to insure that his bid is actually in the office of Ron Shuffield, Buyer for the City of Lubbock, prior to the expiration of the date above first written. The City of Lubbock will consider the bids on the 25th day of March. 1993. at Municipal Bldg., Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the! right to reject any or ell bids and waive any formalities. The successful bidder will be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Ann. Civil St., in the amount of 100% of the f, total contract price in the event that said contract price exceeds $25,000.00. Said statutory bonds should be issued by a company carrying a current V±sl Ratinaof I or swerfar, as the rating of the bond company is a factor that will be considered in determination of the lowest responsible bidder. If the contract price does not exceed $25,000.00 the said statutory bonds will not be required. Bidders 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 bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself 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 bid submitted. r Copies of Contract Documents, including plans and specifications, for use in preparing the Bid may be obtained from Parkhill, Smith and Cooper, 4010 Avenue R, Lubbock, Texas, 7%12, (SO6) 747-0161 upon receipt of a $50.00 deposit for each complete set of documents. Refunds will be made provided the documents are returned in good condition within fourteen (14) calendar days after the date for the receipt of bids. This project will comply with the provisions of the Davis -Bacon Act which requires the payment of federal minimum wages. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids 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. There will be a pre -bid conference on 23rd day of February, 1993- at 11:00 o'clock a.m., Committee Conference Room #103, 1625 13th Street, Lubbock, Texas. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre - bid meetings and bid openings are'available to all persons regardless of disability. if you would like bid information made available in a more accessible format or if you require assistance, please contact the Purchasing Department at (806) 767-2167 (Monday -Friday, 8:00 - 5:00 p.m.) or 1625 13th Street Room L-04 at Least 48 hours in advance of the meeting. All questions of a technical nature must be addressed no later than 26th day of February, 1993, at 5:00 o'clock p.m. in writing to: Black i Veatch 5728 LBJ Freeway, Ste. 300 Attn: Robert McCollum Dallas, Texas'75240 (214)T70-1500 FAX (214)770.1549 All other questions shall be addressed to: Ron Shuffield Buyer City of Lubbock 1625 13th Street Lubbock, TX 79401 (S06)767-2170 FAX (806)767.2164 CITY OF LUBBOCK ` BY: Ron Shuffi BUYER .1 F ADVERTISEMENT FOR BIDS BID B 12424 Sealed proposals addressed to Ron Shuffield, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Roan L-04, Lubbock, Texas, 79401 until 2.00 o'clock p.m. on the 9th day of March, 1993, or as changed by the issuance of formal addenda to all planholders, to furnish ail labor and materiels and perform all work for the construction of the following described project: SOUTHEAST WATER RECLAMATION PLANT IMPROVEMENTS - CONTRACT 3 OUTFALL PIPELINE AND OUTFALL REAERATION AND DECHLORINATION FACILITIES The improvements include approximately 2,327 linear feet of 2D inch, 25,318 linear feet of 24 inch, 1,618 linear feet of 30 inch, and 15 linear feet of 36 inch outfall pipeline and a tunnel crossing at the AT & SF Railroad. The improvements include two reaeration structures and one outfall structure. The improvements include a dechlorination building. The improvements include air/vacuum relief manholes, access manholes, a sampling manhole, a chlorine analyzer manhole, an injection manhole, and dewatering manholes. The improvements include appurtenant electrical, instrumentation, and site work. After the expiration of the time and date above first written, said sealed proposals will be opened by the buyer and publicly read aloud. Copies of Contract Documents, including plans and specifications, for use in preparing the Bid may be obtained from Parkhill, Smith and Cooper, 4010 Avenue R, Lubbock, Texas, 79412, (806) 747-0161 upon receipt of a $50.00 deposit for each complete set of documents. Refunds will be made provided the documents are returned in good condition within fourteen (14) calendar days after the date for the receipt of bids. This project will comply with the provisions of the Davis -Bacon Act which requires the payment of federal minimum wages. Any contract or contracts awarded under this invitation for bids are expected to be funded in part by a loan from the Texas Water Development Board. Neither the State of Texas nor any of its departments, agencies, or employees is or will be a party to this invitation for bids or any resulting contract. Equal Opportunity in Employment: All qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. Bidders on this work will be required to comply with the President's Executive Order No. 11246, as amended. The requirements for bidders and contractors under this order are explained in the specifications. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids 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. There will be a prebid conference on 23rd day of February, 1993, at 11:00 o'clock a.m., Committee Conference Room 5103, 1625 13th Street, Lubbock, Texas. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre - bid meetings and bid openings are available to all persons regardless of disability. If you would like bid l information made available in a more accessible format or if you require assistance, please contact the Purchasing Department at (806) 767-2167 (Monday -Friday, 8:00 - 5:00 p.m.) or 1625 13th Street Room L-04 at Least 48 hours in advance of the meeting. BY: Ron Shuffiel BUYER ft F", GENERAL INSTRUCTIONS TO BIDDERS -4- l; r r-+ GENERAL INSTRUCTIONS TO BIDDERS 1. SCOPE OF WORK The work to be done under the contract documents shall consist of the.followire: Construction of the Outfall Pipeline and outfalt Reaeration and Dechlorination Facilities. The improvements include approximately 2,327 linear feet if 20 inch, 25,318 linear feet of 24 inch, 1,1618 linear feet of 30 inch, and 15 linear feet of 36 inch outfall pipeline and a tunnel crossing at the AT L SF Railroad. The improvements include two reaeration structures and one outfall structure. The improvements include a ?Ilk dechlorination building. The improvements include air/vacuum relief manholes, access manholes, a sampling manhole, a chlorine analyzer dewatering manholes. The improvements include appurtenant electrical, instrumentation, and site work. The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this project in accordance with contract documents. �^ 2. CONTRACT DOCUMENTS I4 All work covered by this contract shall be done in accordance with contract documents described in the Gen- eral Conditions. All bidders 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. 3. PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. 4. TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within 425 (FOUR HUNDRED TWENTY FIVE) calendar days from effective date of Notice to Proceed issued by the City of Lubbock to the successful bidder. �• The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so sub- mitted, the City may direct the Contractor Lto take such action as the City deems necessary to insure comple- N tion of the project within the time specified. 5.PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 6. 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. 7. MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for pro- tecting 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 provi- sion. 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. B. GUARANTEES All equipment and materials incorporated in the project and all construction shall be guaranteed against de- fective 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 ONE year from date of final acceptance of the work as a result of defective meterials or workmanship, at no cost to the Owner (City of Lubbock). 9. PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his \ use during construction. Plans and specifications for use during construction will only be furnished di- rectly to the Contractor. The Contractor shalt then distribute copies of plans and specifications to sup- pliers, subcontractors or others, as required for proper prosecution of the work contemplated by.the Con- tractor. 10. PROTECTION OF THE WORK -- The Contractor shall be responsible for the care, preservation, conservation, and protection of all materi- als, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means; of construc- tion, 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 re- serves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the proposed contract and all work in progress with bond amounts and percentage completed. ... (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. .6 r 11. TEXAS STATE SALES TAX ' This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20." of the Texas Limited Sales, Excise and Use Tax Act. The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the mme- terials to be incorporated into the work without paying the tax at the time of purchase. 12. PROTECTION OF SUBSURFACE LIMES AND STRUCTURES r r 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 construc- tion of the project contemplated by these contract documents. The City of Lubbock agrees that it will fur- nish Contractor the location of all such underground lines and utilities of which it has knowledge. How- ever, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such under- ground lines or structures 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, at Contractor's expense. 13. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger sig- nals, 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 re- placed by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barri- cades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 14. EXPLOSIVES The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. in all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage which may occur as a direct or indirect result of the blast- ing. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. Explosive materials shall not be stored or kept at the construction site by the Contractor.. In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the grand) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. r .7- 15. CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative nay be reached during the time that the work contemplated by this contract is in progress. 16. 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) days in advance of cancellation or change. All policies shall contain an agreement an the part of the insurer waiving the right to subroga- tion. The insurance certificates furnished shall name the City as an additional insured and shall further state that all subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work an this particular project shall be subcontracted. 17. LABOR AND WORKING HOURS Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate which 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 ^- bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations there- under. The inclusion of the schedule of general prevailing rate of per diem wages in these contract docu- ments does not release the Contractor from compliance with any wage law that may be applicable. Construc- tion work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist; (1) The project being constructed is essential to the City of Lubbock's ability to provide .the necessary service to its citizens. (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. Before construction work requiring an inspector is to be performed on weekends 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 an whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. 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. -8- r is. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The F. affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deduc- tions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per than 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, ten 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 r forth in the schedule of general prevailing rate of per diem wages included in these contract documents. I 19. PROVISIONS CONCERNING ESCALATOR CLAUSES Proposals submitted containing any conditions which provide for changes in the stated bid price due to in- creases or decreases in the cost of materials, labor or other items required for the project will be re- jected and returned to the bidder without being considered. 20. PREPARATION FOR PROPOSAL The bidder shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he proposes to do the work contemplated or furnish the materials required. Such prices shall be written in ink, dis- tinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. if the proposal is submitted by an indi- viduaL, his name must be signed by him or his duly authorized agent. if a proposal is submitted by a firm, w 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. The Bid shall contain an acknowledgement of receipt of all Addenda, the ambers and dates of which shall be filled in the Bid Proposal. Each proposal shell be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following mariner: (a) Bidder's name (b) Proposal for (description of the project). Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no proposal may be withdrawn or altered thereafter. r -9- 21. AWARD OF CONTRACT Owner shall award a contract to the Bidder who, in Owner's judgment, is the lowest responsive, responsible Bidder. Owner reserves the right to reject all Bids, to waive informalities, and to reject nonconforming, nonresponsive, or conditional Bids.` r' In evaluating Bids, Owner shall consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and alternatives and unit prices if requested in the Bid Form. owner may consider the qualifications and experience of Subcontractors and other persons and organizations (including those who are to furnish the principal items of material or equipment), and may reject the Bid of any Bidder who does not pass any such evaluation to Owner's satisfaction. Award of the contract will be evaluated on the following basis in accordance with available funding: Base bid (substituting the lowest bid of the two alternate pipe material options, if it is lower than bid for pipe material indicated in the base bid). The Owner reserves the right to award the contract on the basis of any of the combinations indicated or any additional combinations not indicated. If the contract is awarded, Owner shall give the apparent successful Bidder a Notice of Award within 90 days after the date of the Bid opening. 22. SUBCONTRACTORS AND SUPPLIERS Within seven (7) days after Bids are opened, the apparent low Bidder, and any other Bidder so requested, shall submit a list of all Subcontractors he expects to use in the Work. 22.01 SUBCONTRACTOR QUALIFICATION Particular consideration will be given to the qualifications of each Subcontractor proposed to perform more than two (2) percent of the Work. An experience statement with pertinent information as to similar projects and other evidence or qualification shall be furnished for each named Subcontractor, as requested by Owner. if Owner or Engineer after due investigation has reasonable objection to any proposed Subcontractor, he may, before giving the Notice of Award, request the apparent low Bidder to submit an acceptable substitute _ without an increase in his Bid. If the apparent low Bidder declines to make any such substitution, the contract shall not be awarded to such Bidder, but his declining to make any such substitution will not constitute grounds for sacrificing his Bid Security. Any Subcontractor so listed and to whoa Owner or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to the Owner and Engineer. Contractor shall not be required to employ any Subcontractor against whom he has reasonable objection. The use of Subcontractors listed by the Bidder and accepted by Owner prior to the Notice of Award will be required in the performance of the Work. Substitutions shall be subject to the concurrence of the Owner and Engineer and shall be confirmed by Change Order. 22.02 SUPPLIERS The Bidders shall submit the completed equipment questiomaire at the time of the bid opening. All blanks in the questionnaire shall be completed. The listed manufacturer and/or supplier is required to be used in the performance of the work unless changed by a change order. Only one manufacturer shall be listed for each item of equipment. The listed manufacturer is subject to acceptance by the Engineer. -10- WOMEN AND MINORITY BUSINESS ENTERPRISES The successful Bidder shall make a good faith effort to utilize minority and women businesses for at least 10 percent of the total contract amount. Failure to meet this 10 percent goal or to demonstrate an acceptable good faith effort to utilize M/YBE services may be a factor in determining the lowest responsible bid. The Contractors attention is directed to the Special Conditions pertaining to Women and Minority Business Enterprises. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the fol- lowing: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Proposal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates. (j) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. 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. -11- J O m N f 910 PROPOSAL ^ BID FOR UNIT PRICE CONTRACTS PACE LC1,6boc L Z_L(�ts DATE, -- — . PROJECT NO. Proposal of dde C�l�s �rUGT/�� %� l�l�. (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your invitation for bids for the construction of a Ou-/�u// p,.,��Ahe : r>r,,� 0 Qc.h/er/rjee�l-,0v> 4--'aCiliy-ieS having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other re- lated Contract Documents and the site of the proposed work, and being familiar with all of the conditions surround- ing the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifica- tions and Contract Documents, within the time set forth therein and at the prices stated in Exhibit "A". The Bidder binds himself on acceptance of his proposal to execute a Contract and any required bonds, according to the accompanying forms, for perfoning and completing the said work within the time stated and for the prices stated in Exhibit "A" of this proposal. Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 425 (FOUR HUNDRED TWENTY FIVE) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $500.00 (Five Hundred Dollars) per day until final completion of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with in- struction number 20 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. { The Bidder agrees that this bid shall be good and may not be withdrawn for a period of ninety (90) calendar �^'11 days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined P..,�- the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. .13- r EXHIBIT "A" BID PROPOSAL BID FOR UNIT PRICE CONTRACTS Item Quantities Total No. and Units Description of Item Unit Price Amount 1.0 OUTFALL PIPELINE '�J k- 1.1 2,327 lin ft 20-inch piping Ll & lZ PTCP/PCCP(' 3G �Xx 7-Oic.'r DOLLARS lin ft CENTS 1.2 25,318 lin ft 24-inch piping PTCP/PCCP r/I7�1 A/t'�l si- DOLLARS lin f t ($39, ) %r/'.� Z • c ' ) CENTS 1.3 1,618 lin ft 30-inch piping _g7,�j. Ssxry Ft�J, PTCP/PCCP M(��'LS"�G i� DOLLARS lin ft _ _ r-. sxr S��r•✓ _ CENTS 1.4 15 lin ft 36-inch piping PTCP/PCCP 0LLARS l in f t ( $ 2 7Z, 7. 35 rF''s'e. d Ah= CENTS 2.0 DECHLORINATION FACILITIES f:.^IIGe'YT �Gts�b.E�t_y� 2.1 Lum Sum D chlorination Building o �`` T CC dZ /F7, S I�, DOLLARS LS AbCENTS ADl-10 Item Quantities Total No. and Units Description of Item Unit Price Amount 3.0 MISCELLANEOUS STRUCTURES 3.1 13 ea AirlVacuum Relief Manholes DOLLARS ea ($Cc7�,Lij $fJC� T / l/ CENTS 3.2 2 ea Dewatering Manholes j t'c c'S:1•d ftr/c' Xwl--)!'c=>DOLLARS ea ($ Z.ST e $ Zei(It^100 /f CENTS 3.3 1 ea Sampling.Manhole — fic'r/T�i fz t /Z DOLLARS ea CENTS 3.4 nn 2 _ea tom, Reaeration Structures — ia.�-y SZx; DOLLARS ea ir0 — /tit CENTS 3.5 7 ea Accesy Manholes /mot T!/ 5x DOLLARS ea ($ rtZ,lZ CENTS -- 3.6 1 ea Chlorine Analyzer Manhole ..__� DOLLARS ea ($2�3�"•C'G�) $ Z d.tl' -' CENTS 3.7 1 ea Injection Manhole ONE i WeV-' ,0t t re ,W WvX16,rT1,-6 �yonT-.=A DOLLARS ea ($ ./�.CL� 'i $ / /9fi'J -- xede CENTS 3.8 1 ea Outfall Structu e '��� Lf L'stJ � /e:G e�:�ifl� .S�c c.':r.✓ �tNk�cL� — DOLLARS ea ($-34yZL,1�0 $9I le 3"ve) /U1► CENTS ADl-11 Item Quantities Total No. and Units Description of Item Unit Price Amount 3.9 5 ` Valves - 24 inch 5rx7 f %�c'c' DOLLARS ea ($ 3 ZC) $ e) ez Alr-I) CENTS 4.0 RAILROAD CROSSING 4.1 100 lin ft Railroad Crossing r � - /LC c c,t'}� �'E>> rr GLr_'L"r �� DOLLARS 11n f t ( $ Z $ .r=s.-✓s d CENTS 5.0 CONNECTIONS 5.1 Lump sum Existing 27-inch 31363. 5r- .= - DOLLARS LS $ C0 CENTS f. 6.0 MISCELLANEOUS ITEMS 6.1 100 cu yd Miscellaneous Concrete DOLLARS cu yd ($ rIM CENTS 6.2 100 cu yd Artificial Foundations ltll= DOLLARS cu yd ($ L-41 e-C, ) $ C`G, C & A CENTS 6.3 lin ft Asphalt Pavement fl'fTFcit1 DOLLARS lin ft ($ 15;`�G Tic CENTS ADl-12 i Item Quantities Total No. and Units Description of Item Unit Price Amount 7.0 TRENCH PROTECTIVE SYSTEMS 7.1 29,278 lin ft Trench Protective System -1, DOLLARS lin f t . ($ 0 /lD ) $Zq� CENTS 8.0 PIPE ALTERNATIVES 8.1 2,327 lin ft 20-Inch Piping — Cast Iron Pipe DOLLARS lin ft $ A K e/�, 744 — CENTS 8.2 25,318 lin ft 24-Inch Piping - Cast Iron Pipe fD/ZTu H,Q,! 5,4r DOLLARS lin ft ($ $ CENTS 8.3 1,618 lin ft 30-Inch Piping - Cast Iron Pipe — DOLLARS lin f t ($ $-L1/'"'G C CENTS 8.4- 15 lin ft 36-Inch Piping - Cast Iron Pipe DOLLARS lin ft ($ l $ CENTS12 — ITEMS '7 TOTAL BASE BID 1.0 THROUGH 7.1)— T"C //lr/.ecZC.�L �-.SAc ir/�LS�faJ1� Srx /t1-c"Iih.0 DOLLARS TOTAL BID', $ - "- <.�- 1 / CENTS / CONTRACTOR TITLE: ADl-13 LIST OF SUBCONTRACTORS This form shall be completed and submitted with the Bidder's Proposal. Minority Owned Yes No 2. yQ�urle ytt:. 2�4l� ,E7c�rri9 Gj C (, V 4- Tuv- c fr 5. 6. 7. 8. 9. 10. SRF-404 (6/19/88) ` CERTIFICATION OF CONTRACTOR OR SUBCONTRACTOR REGARDING DEBARMENT, SUSPENSION, OR VOLUNTARY EXCLUSION As the Bidder on the project of which this contract is a part, I certify that this firm is not debarred, suspended or voluntarily excluded from participation in any state/federally assisted programs. This firm will obtain a written certification to this effect from all lower -tier subcontractors and make the certification available to the owner. ec-� ^ ,_/ /� _ /� Signature of Prospective Representative rime contractor's or Subcontractor`s Printed or Typed Name and Title of Prime Contractor's or Subcontractor's Representative t rPrinted or Typed Name and Address of Prospective Contractor or Subcontractor FL 14 DATE SRF-503 11/10/88 CONTRACTOR'S ACT OF ASSURANCE STATE OF TEXAS COUNTY OF BEFORE ME, SlMerd k11VAPQ , A Notary Public duly commissioned and qualified in and for the County of State of Texas, came and appeared'-.. ,'' , �s represented by 67* %1 ho �P_ , the corporation's �,.e5 ide�f , Who declares he/she is authorized to represent pursuant to provisions of a resolution adopted by said corporation on the day of 191(2- (a duly certified copy of such resolution is attached to and is hereby made a part of this document) C k2`i a-, cue- , as the representative of /_`i 4,c/o 6 vac, �4. Cy , declares that assures the Texas Water Development Board that it will construct i,- ki / .3 project at z/-r Texas, in accordance with sound construction practice, all laws of the State of Texas, and the rules of the Texas Water Development Board. n N! cmessrD B L M,�Q�rc6 . 1 aQ-3 . .s 911up�- _ H�pnuy� SHAROtJ KINARD '' MY COMMISSION UPIRES •'*;'F ar•�'�' March M. 1994 �NgIn�H\ ,? 4 to We— �-mi7 �•r��.¢� o �O io BY �cvt�v�►� `� . 1 r- I■ F 17 i L SRF-503a 11/10/88 RESOLUTION OF I hereby certify that it was RESOLVED by a quorum of the directors of r L) C i'/C Or meeting on the name of corporation day of p vn fro 191�, that _CUr �» Q � � /2/7,,! ale- 01 e S n/ p, f , be, and hereby is, authorized to act on behalf of n,�i.- n!? � Nr� �rC�G (o �t Cy , as its representative, name of corporation in all business transactions conducted in the State of Texas, and That the above resolution was unanimously ratified by the Board of Directors at said meeting and that the resolution has not been rescinded or amended and is now in full force and effect; and In authentication of the adoption of this resolution, I subscribe my name and affix the seal of the corporation this _ !7 day of M C-C A) (seal) Z secreta �Y.a«r wvM MWBE Self Certification jTo: Project Number (Arrle..t) Contract Name Contract Number j Name Address From: City and State Zip Code Telephone I hereby certify that the above named (MBE) (WBE) firm is composed of person or persons claiming_ MWBE status who own and control fifty-one (S1) per -cent of the business. The following named person or persons further certify the MWBE named is qualified in accordance with the EPA Region 6 MWBE Policy and National MWBE Policy. Name of MB .MBE Firm Mned or Printed) Minorlty Groun or Women l: L L LState of — LCooaty of .— SWORN TO AND SLISCRI32D ►dwe as N W day of (SEAL) LNotary Public Signature Notary ftbiae hiatod er Tylr ?Use Hy eou ntodea espirest US•111ri _ lr_+=.;j i.'t_ lIJ_`•U�}A., K`T RHODE"LBR t)Q Continental,Caslualty Company CNA Fg,r 1N fM• 1,�n�n ilnw•u,-h,w il.pr AN ILL, N O' S C 6 R P p RAT ION POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Man by these Presents, That CONTINENTAL CASU;,LrY COMPANY. a enrporatien duly organizea Ana txisting under the taws of tn! State Of IIhnOiS. and haV'Ae .tti principal office In the C.t 6r Chicago anrq State Of lilinoss. does nereoy rna ke, constitwe and ap tint,- Howard Cowan, Mike lienthorn, Ror, Sirenian, taria Rogers, Pete Binggel i , �Cevtn _J_._Dunn_, Angie Goff, Marla Hi.T naivinuaTTy of Lubbock, Texas it6 true And lawful Attorney-in•fact with full power and aurhority nereby conferred to sign, seal AMC execute in its "hail bond5. vndartakings &no othet Obligatory instrioncrits of similar nature In Unlimited AmoontS and to bind CONTINCNTAL CASUALTY COMPANY thereby AS fully and 10 the same extent AS if such instrumen!s were SIRA&c by the tluly authorized officers of CONTINENTAL CASUALTY COMPANY and all the acts of Laic Attorney, aursu8nt to the authority nereoy Riven are nereby ratified and confirMod. This Power of Attorney is MSde and executed pursuant to and by authority of the following By -Law duly adopted by the Board 01 Directors of the Company. "Article IX —Execution of Documents Section 3, Appointment of Attomoyin•faot. Tne President or a Vice President may, from time to time, appoint by wrlttencertifieates attometys-m-fact to ut in behalf of Inc Company In the excecution of policies of insurance, bonds, undertakings and other obligatory instruthtnta Of likit nature. Such attarneya•in•sact, subject to the hmitatiCnS get forth in their respective CeijiHoates of authority, shall have full Dower to bird the Company by their signature and execution of any ouch instruments and to attach the seal of the Camoany Mereto. The Presldent or any Vice President or the board of Directors may at any time revoke all power and authority previously given to any attomay4h4act." This Power of Attorney is $igntC and teased by facsimile under and by the authority of the follow$($& Rtsolution adopter by the Boars of Directors of the Company at a meeting duly called one halo on the 3rd day of April, 1957. "Resolved, that the Signature of the President 0. Vice President and the seat of the COMP86Y may be Affixed by f3Csintlle on any power of attorneyY granted pursuant to Section 3 of Aftiele IX of the Bylaws, ano the slgnatuSecretary or of the Secretaor An ASSistutt Secretary and the seat of fha CaMpa rky may be affixed by fadalmilo to any certificate of any Guth power, ono any power or cendicate bearing such facsfmifa aignaturo and seal shall be valid and binding on the Company. Any ttuCh Dower to executed aria SCAW and certified byy certificate so 4xoculea and Sealed shall, with respect 10 any bcnd or undertaking to wAieh it Is attached, continua to be vapid and Oindind on the Company," In witness whereof, CONTINENTAL CASUALTY COMPANY nas caused tne6e presents to be Sigeled ty its Vice President and its cotpoate 3eA1 to be hereto affixed on this 24th day of November _ 1F9— tale of Illinois I CSZt*. Aunty of Cook I ss CONTINENTAL CASUALTY COMPANY i J. E. Pun8h Vice President. On this 24 th day of November . 19 42 , before me personalty time J. E. pynail, to me known, who, beirrt� MALTY me duly Sworn. did depose and say: that he re5id42 it the Village of Glenview. State of Illinois: that he is a Vice -President of CONTINENTAL t:ASL�ALTY COMPANY, the aorporatien oescrioed ilk and which executad the above instrument. that he knows jne seat of said Corporation: treat ttie seat affixed to the said instrument is such ob-=ate cal; that ft was to affixedpursuant to the said Instrument IS such corporate seal; that It was so affixed pursuant to authority given by the Board Ol Directors of said ovooration and that ne signed his namt tnereto pursuant to like authority, and acknowledges same to be the ar end deed of said rarporation. b4 . Dew � tiorAay � 4 ousuc of rp"V Linea C. Dempsey - pubbe, 14y commission Expires Octob 19, CERTIRCATE I. Rooer! E. Ayo, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, do heret)v certily that the PoNer a Attorney t fair above set font, is still in force, and furtnar certify that Section 3 of Article IX of the By-laws of the Company an4 the Resolution of the Board actors. set torte in said Power of Attorney are still in for in testimony whereof I nave hereunto subscribed r0 me and affixed the teal �t the said Comoany this rE day of MAi Ci 29 _3 �d•o..,,';I Ro rt E. Aye Assistant Secretary °.+ SEAL it Form 7-23142.13 INV. NO. G-57a43-a ENT RHullE LBK CNA INSURANCE COMPANIES BID BOND KNOW ALL MIEN BY THESE PRESENTS. That we Athode Construction Company ��. LubWOK, Texas and Continental Casualty company , Principal, Surety. are held and firmly bound unto CITY OF LUBBOCK ,Obligee, in the sum of Five Percent of Greatest Amount 61d-------..�-------------- -- �-.- ----�- Dollars ($-...�..���%��.....�j for the payment of welch we bind ourselves, our legal representatives, successors and assigns, jointly and severally, firmly by these presents. WHSREAS, Principal has submitted or Is about to submit s proposal to Obligee on a contract for CONTRACT 3; OUTF'ALL PIPELINE & OUTFALL REAREATION &ND D£CIMORINATION FACILITIES NOW. iHi=REFORE, it the said Contract be awarded to Principal and PrincWt shall, within such time as may be specified, enter Into the contract In writing and give such bond or bonds as may be specified in the bidding or contract documents with surety acceptable to Obligee; or if principal shall fail to do so, pay to Obligee the damages which Obligee may suffer by reason of such falltme not exceediN the penalty of thls bond, then this obligation shall be void; otherwise to remain in full fcyme and effect. Signed, seated and dated ME.MCH 9. 1993 G-104664-a de Construction Co (Principal) CAM" G. RHODE. PRESIDENT Continental Casualty ComannY (Sue by LL Attpmey-in-Fa.�t C#VA Far All theCwmmiva no You ktAW 1-- 29 d r ffoog'4438S j` STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160 i OF THE REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY - - ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION, j 1959 P KNOW ALL AEN BY THESE PRESENTS, that RHODE CONSTRUCTION Cohe e�irmer called the Principal(s), as Principal(s), and CONTINENTAL CASUALTY COMPANY 4 (hereinafter called the Surety(s), as Surety(s) are held and firmly bard unto the City of Lubbock (hereinafter called the obligee), in the amount of -A -4;!t- Dollars (f2DObP1o,fsr lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, adminis- trators, 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 day of 19�1 , to e;,�d 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. tt NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION 1S SUCH, that if the said Principal shall pay all claimants supplying Labor and material to film or a sub -contractor in the prosecution of the work provided for in said con- tract, then, this obligation shall be void; otherwise to remain in full force and effect; 7 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, Regular Session; 1959, and all liabilities an 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. JtAA 7Yu-� SC4 Y4i&tA4 4-<w &Jt d -17- IN WITNESS WHEREOF, the said Principal (s) and Surety (a) have signed and sealed this instrument this Jr �A day of 19'1�. CONTINENTAL CASUALTY COWANY Surety Principal RHODE CONSTRUCTION COMPANY 'HOWARD COWA[Title) By:t�a tom►-rw►.J /�/. �h �-2. (Title) /0restdeP7 ATTY IN F ACT; By: (Title) By: (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby des- ignates HOWARD COWA"gent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. CONTINENTAL CASUALTY COMPANY Surety (Title) HOWARD COWAN Approved as to form: ATTY IN FACT City of Lubbock By: City Attorney *Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. -Is- a r � drs � � �+ ate... • a � �+ � �.� � f.._.-...+ c . [�-. rr cQ %io _ goo Ss l STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL STATUTES OF TEXAS AS r.^ AMENDED BY ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION 1959' - RHODE �� � ���� fh90 kNjX(s), as Principal(s), and KNOW ALL NEN BY THESE PRESENTS, .that CONTINENTAL CASUALTY COMPANY (hereinafter called the Surety(&), as,Surety( In he d a� qf.its► y bound unto the City of Lubbock (hereinafter called the Obligee), in the amount ofa,:.u�e� spa fir. = 4-,Dollars ($ 006 aya.9j1awful money of the • united States for the payment whereof, the said Principal and Surety bird themselves, and their heirs, administra- tors, 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 o�S day of 19a, to M w 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 per- form 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 Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, regular session 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this's day of /tA4 , 19-1a. — CONTINENTRLVCASURLTY COMPANY RHODE CONSTRUCTION COMPA Sure .By:ty "Id�o� Principal �aivYr (Title) HOWARD COWAN r e s,, d e ✓7 (Title) ATTY IN FACT By: ttr" (Title) By: (Title) .20- The undersigned sC,un_�y'c�gpany represents that it is duly qualified to do business in Texas, and hereby designates iS�hh11��((�I resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in natters arising out of such suretyship. ;. CONTINENTAL CASUALTY COMPANY _ Surety *gy. (Title) Approved as to Form ATTY IN FACT) City of Lubbock By: City Attorney *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. i� t -21- CAM For All the C.Onx=twenL, lim MAkF IMPORTANT INFORMATION FOR TEXAS POLICYHOLDERS TO OBTAIN INFORMATION OR MAKE A COMPLAINT, YOU MAY CALL OUR TOLL -FREE TELEPHONE NUMBER 1-800-262-1113 ALSO YOU MAY CONTACT THE TEXAS DEPARTMENT OF INSURANCE TO. OBTAIN INFORMATION ON COMPANIES, COVERAGES, RIGHTS OR COMPLAINTS AT 1-800-252-3439 YOU MAY WRITE THE TEXAS DEPARTMENT OF INSURANCE PO BOX 149104 AUSTIN TX 78714 9104 FAX (512) 475.1771 PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim, you should contact your agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for Information only and does not become a part or condition of the attached document. G-53752-D42-D 1: I CERTIFICATE OF INSURANCE l: t r C .zZ- r CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: Type of Lubbock, Texas Project: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, in- sured by this Company with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by this Company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE No. Expires ------•---•- Limits of Liability •-Effective ---Policy Workmen's Compensation ................................................ ................................. ................................... Owners Protec- Per Person S tive or Contin- Per Occurrence S gent -Liability ------------------------------------••---------------------- ------P�rty .ar�ge ---- ------------ Contractor's Per Person S Protective or Per Occurrence S Contingent Property Damage S Liability ----------------------------------------------------------------------------•--•------.....---------•--------------- Per Person $ Automobile Per Occurrence S Property Damage S --•1---------------------------------------------------- I—' ------------------------------------------------------- Comprehensive General Liability $ ----------------------------•---------------•---------------------------•-••-----------••------------•-------------- Umbrella liability $ t The foregoing Policies (do) (do not) cover all sub -contractors. Locations Covered DESCRIPTION of Operations Covered The above policies either in the body thereof or by appropriate endorsement provide that they may not be charged or I canceled by the insurer in less than the legal time required after the insured has received written notice of such 111 change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THIS CERTIFICATE MUST BE SENT TO THE OWNER. (Name of Insurer) F By: Title -23- ►- N . � t 0 I CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 25th day of March, 1993, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through David R. Langston, Mayor, thereunto authorized to do so, hereinafter referred to as OWNER, and RHODE CONSTRUCTION COMPANY of the City of LUBBOCK, County of LUBBOCK and the State of TEXAS, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID 9 12424 - CONTRACT 3 - OUTFALL PIPELINE AND OUTFALL REAERATION AND DECHLORINATION FACILITIES IN THE AMOUNT OF $2,006,270.95 and all extra work a in connection therewith, underthe tens 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, tabor, 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. 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 th eement i Lubbock, L ck County, Texas in the year and day first above written. ATTEST! TY F' K, IOWNER) IV ATTEST: Co po ate Se re y RHODE CONSTRUCTION COMPANY % Q _ TITLE: ! re .3 /aeo l' COMPLETE ADDRESS: RHODE CONSTRUCTION CO. P.O. BOX 53370 LUBBOCK. TX. 79453; �" 38 t L i i i GENERAL CONDITIONS OF THE AGREEMENT a . k I, t. E. 1; I. k . -26- g GENERAL CONDITIONS OF THE AGREEMENT I. OWNER Whenever the word Owner, or the expression Party of the First Part, 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 the expression Party of the Second Part, or Second Party, is used, it shall be understood to mean the person, persons, co -partnership or corporation, to -wit: Rhode Construction company who has agreed to perform the work embraced in this contract, or to his or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to DAN A. HAWKINS, DIRECTOR OF WATER UTILITIES, City of Lubbock, under whose supervision these contract documents, including the plans and specifications, were prepared, and who will inspect constructions; or to such other representative, supervisor, or inspector as may be authorized by said owner to act in any particular under this agreement. Engineers, supervisor or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or men acting in behalf of the Contractor. L4. CONTRACT DOCUMENTS The contract documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for his inspection in accordance with the Notice to Bidders. 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it 'shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the owner's Representative. Whenever in the Specifications or drawings accompanying this agreement, the terms of description of various qualities relative to finish, workmanship, or other qualities of similar kind which cannot, from their nature, be specifically and clearly described and specified, but are necessarily described in general terms, the fulfillment of which must depend on individual judgment, then, in all such cases, any question of the fulfillment of said Specifications shall be decided by the owner's Representative, and said work shall be done in accordance with his interpretations of the meaning of the words, terms, or clauses defining the character of the work. b. 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. T. 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 him who gives the no4t�cc. P 8. WORK 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. — 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall — accomplish this work in a manner acceptable to the owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in _ accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished with one copies of all Plans, Profiles and Specifications without expense to him and he 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 of quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. He will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the,work, nor will he be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. His efforts will be directed towards providing assurances for the Owner that the completed project will conform.to the requirements of the contract documents, but he will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. On the basis of his onsite observations, he will keep the Owner informed of the progress of the work and will endeavor to guard the Owner against defects and deficiencies in the work of the Contractor. 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever 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 his work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him, his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 43 F 14. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever necessary for the commence- ment of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall'suspend his work-in order to permit owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Con- tractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Repre- sentative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him, his subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the owner's Representa- tive at Contractor's expense. 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 shall review all work included herein. He has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and disputes and to discourage litigation, it is further agreed that 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 this contract. He 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 Owner's Representative's estimates and findings shall be conditions precedent to the right of the parties hereto to arbitration or to any action on the contract, and to any rights of the Contractor to receive any money under this contract; provided, however, that should Owner's Representative render any decision or give any direction, which in the opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party may file with said Owner's Representative within 30 days his written objection to the decision or direction so rendered, and by such action may reserve the right to submit the questions so raised to arbitration as hereinafter provided. it is the intent of this Agreement that there shall be no delay in the execution of the work, therefore, written decisions or direc- tion of the Owner's Representative as rendered shall be promptly carried out, and any claim arising there- from shall be thereafter adjusted to arbitration as hereinafter provided. The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor a written decision an all claims of the parties hereto and on all questions which may arise rela- tive to the execution of the work or the interpretation of the contract, specifications and plans. 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 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 Con- tractor 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 six (6) days make written appeal to the owner's Representative for his decision. -29- 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 his absence and all directions given to him shall be binding as if given to the Contractor. 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 Con- tractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of his 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 himself as to the na- ture and location of the work, the confirmation of the ground, the character, quality and quantity of mate - 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 effect the work"under this contract. No verbal agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of this contract, shall effect or modify any of the terms or obligations herein contained. IS. CHARACTER OF WORKMEN The Contractor agrees to employ only orderly and campetent men, 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 him in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or dis- orderly, such man or men shall be discharged from the work and shall not again be employed on the work with- out the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecu- tion and completion of this contract where it is not otherwise specifically provided that Owner shall fur- nish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection ofanymaterials, 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 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 Ownerls Representative. r. 20. SANITATION'. Necessary sanitary conveniences for the use of laborers an the work site, properly secluded from public ob- servation, shall be constructed and maintained by the Contractor in.cuch manner and at such points as shall be approved by the Owner's Representative and their use shalt be strictly enforced. -30 i� r�+ r 21. 22. 23. OBSERVATION AND TESTING The Owner or Owners Representative shall have the right at all reasonable times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such obser- vation and testing at any location wherever work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be contemplated by Owner or Owner's Representative and shall give am- ple notice as to the time each part of the work will be ready for such observation. Owner or owner's Rep- resentative may reject any work found to be defective or not in accordance with the contract documents, re- gardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether owner's Observer has previously accepted the work through oversight or otherwise. If any work should be covered without approval or consent of the owner, it must, if requested by Owner or Owner's Repre- sentative, 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 Representa- tive to make observations of such work or require testing of said work, then in such event Owner or owner's Representative may require Contractor to furnish owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any 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 Representa- tive, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspec- tions, 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 approval, and any work which meets the requirements of any such tests or approval but does not meet the requirements of the contract documents shall be considered defective. Such defective work 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 this agreement to make such inspections, tests, or approvals shall relieve the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents. DEFECTS AND THEIR REMEDIES It is further 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 Owners' Representative as un- suitable or not in conformity with plans, specification and contract documents, the Contractor shall, after receipt of written notice thereof from the owner's Representative, forthwith remove such material and re- build or otherwise remedy such work so that it shall be in full accordance with this contract. It is fur- ther agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 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 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 my be dispensed with. if they in- crease 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 P -31- case the Owner shall make such charges or alterations as shall make useless any work already done or mate- rial already furnished or used in said work, then the Owner shall recompense the Contractor for any materiaL or labor so used, and for any actual loss occasioned by such change, due to 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, al- teration or addition to the work as shown on the plans and specifications or contract documents and not cov- ered by Contractor's proposal, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representa- tive when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is cam- menced, then the Contractor shall be paid the actual field cost of the work, plus fifteen (15%) per cent. In the event said extra work be performed and paid for under Method (C), then the provisions of this para- graph 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 an account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workmen's 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 mat- _ ters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machin- ery 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 com- pensate him for his profit, overhead, general superintendence and field office expense, and all other ele- ments 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 he should receive compensation or an adjustment in the construction time, he shall make written request to the Owner's Repre- sentative 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 in- sists 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). The Contractor will thereby preserve the right to submit the matter of payment to arbi- tration as herein below provided. -32 26. �..� 27 L_ . IWO p f DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of this contract 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. If the Contractor finds any discrepancies or omissions in these plans, specifications, or contract documents, he should notify the owners' Representative and obtain a clarification before the bids are received, and if no such request is received by the Owner's Representative prior to the opening of bids, then it shall be considered that the Contractor fully understands the work to be included and has provided sufficient suns in his proposal to complete the work in accordance with these plans and specifications. It is further understood that any re- quest for clarification must be submitted no later than five days prior to the opening of bids. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein speci- fied, the Contractor shall, if so ordered in writing, increase his force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC The Contractor shall take out and procure a policy or policies of Workmen's Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workmen's 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 coneply with all applicable provisions of federal, state and municipal laws and building and construction code::. ALLmachineryand 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, his sureties and insurance carriers shall defend, indem- nify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or claims of any character whatsoever, brought for or on account of any injuries or damages received or sus- tained by any person or persons or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the execution and supervision of said contract, and the project which is the subject matter of this contract, on account of the failure of Contractor or any subcon- tractor to provide necessary barricades, warning lights, or signs and will be required to pay any judgment with costs which my be obtained against the Owner or any of its officers, agents, or employees including attorney's fees. The safety precautions taken shall be the sole responsibility of the Contractor, in his 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 pro- gresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assump- tion of duty to supervise safety precautions by either the Contractor or any of his subcontractors. -33- 28. CONTRACTOR'S INSURANCE The Contractor shall procure and carry at his sole cost and expense through the life of this contract, in- surance protection as hereinafter specified. Such insurance shall be carried with an insurance company au- thorized 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. Comprehensive General Liability insurance The contractor shall have Comprehensive General Liability Insurance with limits of $300,000 Bodily Injury and $300,000 Property Damage per occurrence to include: _ Premises and operations Explosion i Collapse Hazard Underground Damage Hazard Products 8 Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury (with exclusion "c" waived) The City is to be named as an additional insured on this policy for this specific job, and copy of - the endorsement doing so is to be attached to the Certificate of insurance. B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. — 'The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy naming the City of Lubbock as insured and the amount of such policy shall be as follows - For bodily injuries, including accidental death, $500,000 per occurrence, and $100,000 for Property ., Damage. C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; r, Bodily Injury $250/500,000 Property Damage $100,000 r to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non - owned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance The Contractor shall obtain a Builders Risk policy in the amount of (100% of poten- tial, loss) naming the City of Lubbock as insured. •34- i, II E. Excess or Umbrella liability Insurance T Contractor ha h i t of The Contr ct shall have Excess or Umbrella Liability Insurance n the amain (S4,000,000 minimum) with coverage to correspond with Comprehensive General Liability and Comprehen- sive Automobile Liability coverages. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing to is to be attached to the Certificate of Insurance. F. Worker's Compensation and Employers Liability Insurance As required by State statute covering all employees whether employed by the Contractor or any Sub- contractor on the job with Employers Liability of at least $100,000 limit. G. 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: l (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named in- sured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) con- tained in the job specifications. No substitute of nor amendment thereto will be accept- able. 29. DISABLED EMPLOYEES Contractors having more than 15 employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to Job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES The Contractor agrees that he will indemnify and cave the Owner harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, all suppliers; including commissary, incurred in the furtherance of the t performance of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence U that all obligations of the nature hereinabove designated have been paid, discharged or waived. If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those designated in the preceding paragraph and shalt fail to pay and discharge any such indebtedness within five (5) days after demand is made, then owner may, during the period for which such indebtedness shall remain unpaid, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness. Any and all communications between any party under this paragraph must be in writing. 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, de- vice, material or process covered by letters patent or copyright by suitable legal agreement with the Paten- tee or Owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the owner harmless from any loss an account thereof, except that owner shall defend all such suits and claims and shall be responsible for all such toss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is speci- fied or required in these contract documents by Owner; provided, however, if choice of alternate design, de- vice, materiaL or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harm- less from any loss on account thereof. If the material or process specified or required by Owner is an in- fringement, the Contractor shall be responsible for such toss unless he promptly gives written notice to the owner of such infringement. 32. LAYS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any roamer effect the contract or the work, and shalt indemnify and save harmless the owner against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor or his employees. if the Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Owners' Representative in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work. if the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, he shall bear all costs arising therefrom. The owner is a municipal corporation of the State of Texas and the law from which it derives its powers, in- sofar as the same regulates the objects for which, or the manner in which, or the conditions under which the owner may enter into contracts, shalt be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. ASSIGNMENT AND SUBLETTING The Contractor further agrees that he will retain personal controland will give his 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 his full obligations to the owner, as provided by this contractual agreement. 34. TIME FOR 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 contract 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 shalt be commenced on a date to be specified in the Notice to Proceed, and must be completed within 425 (FOUR HUNDRED TWENTY-FIVE) consecutive calendar days, unless extended by an approved change order. If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any proper extension thereof granted by the Owner, then the Contractor does hereby agree as part of the con- sideration for the awarding of this contract, the owner may withhold permanently fromi Contractor's total compensation, the sum of $500.00 (FIVE HUNDRED DOLLARS) PER DAY until final completion, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every calendar day that the Contractor shall be in default after the time stipulated for completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the com- pletion of the work described herein is reasonable time for the completion of the same, taking into consid- eration the average climatic change and conditions and usual industrial conditions prevailing in this local- ity. The amount is fixed and agreed upon by and between the Contractor and the Owner because of the impractica- bility and extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sus- tain, and the amount is agreed to be damages the Owner would sustain and shall be retained by the owner from current periodical estimates for payments or from final payment. It is further agreed and understood between the Contractor and Owner that time is of the essence of this contract. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Con- tractor shall be allowed to prosecute his 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 contact, the plans and specifications, and within the time of completion designated in the proposals; provided, also, that when the Owner is having other work done, either by contract or by his own force, the Owner's Representative may direct the time and manner of constructinni work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor proposes 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 sev- eral parts. 36. EXTENSION OF TIME The Contractor agrees that he has submitted his proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range,ard industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 33 hereinabove set forth and that he shall not be entitled to, nor will he request,.an extension of time on this contract, t except when his 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, walk -outs, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for an ex- tension of time, submitting therewith all written justification as may be required by Owner's Representative for such an extension as requested by Contractor. The Owner's Representative within ten (10) days after re- ceipt of a written request for an extension of time by the Contractor supported by all requested docu- mentation shall then submit such written request to the City Council of the City of Lubbock for their can- -37- sideration. Should the Contractor disagree with the action of City Council on granting an extension of time, such disagreement shall be settled by arbitration as hereinafter provided. 37. HINDRANCE AND DELAYS In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the time herein fixed, he has taken into consideration and made allowances for all hindrances and delays in- cident to such work, whether growing out of delays in securing material or workmen or otherwise. 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 Owners convenience, in which event, such expense as in the 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 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 of- fered for the work. 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. 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 he shall be ' Liable for any and all claims for such damage an account of his failure to fully protect all adjacent property. The Contractor agrees to indeanify, save and hold harmless the Owner against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the perfor- mance of this contract, but such indesnity shall not apply to any claim of any kind arising out of the exis- tence or character of the work. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in.this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the - aforesaid work, also, for all expenses incurred by him 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 de- MLf;M F fective work. Contractor shall at any time requested during the progress of the work furnish the Owner or l Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness 1 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 con- tract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner 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 shalt submit to Owner's Representative an applica-tion for partial payment. Owner's Representative shall review said application for partial payment and the progress of the work made by the Contractor and if found to be in order shall prepare a certificate for per- tial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month; said statement shall also include the value of project - specific materials delivered on site, or stored off site, in accordance with the contract specifications and s for which invoices have been received by the Owner's Representative. Within thirty (30) calendar days after the certificate of partial payment is found to be in order by the Owner's Representative, the owner shall then pay the Contractor the total amount of the Owner's Representa- tive'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 suns that may be retained by Owner under the terms of this agreement. It is understood, however, that in case the whole work be near to completion, and this fact is certified to by Owner's Representative and some unexpected and some unusual delay occurs due to no fault or negligence on the part of the Contractor, the Owner may upon written recommendation of Owner's Representative pay a reasonable and equitable portion of the retained percentage due Contractor. 43. FINAL COMPLETION AND ACCEPTANCE Within thirty-one (31) days after the Contractor has given the Owner's Representative_written;notice that the work has been completed or substantially completed, the owner's Representative and the owner shall in- spect the work and within said time, if the work be found to be completed or substantially completed in ac- cordance with the contract documents, the Owner's Representative shall issue to the owner and Contractor his certificate of completion, and thereupon it shalt be the duty of the Owner within thirty-one (31) days to issue a certificate of acceptance of the work to the Contractor.- 44. FINAL PAYMENT upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final measurement and prepare a final statement of the value of all work performed and materials furnished under the term of the agreement, and shall certify same to the owner, who shall pay to the Contractor on or be- fore the 31st day after the date of certificate of completion, the balance due Contractor under the terms of this agreement, provided he has fully performed his contractual obligations under the terms of this con- tract; and said payment shall become due in any event upon said performance by the Contractor. Neither the certificate of acceptance 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 special condi- tions (if any) of this contract or required in the specifications made a part of this contract. 45. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK Contractor shalt promptly remove from'Owners' premises all materials condemned by the Owner's Representative on account of failure to conform to the contract, whether actually incorporated in the work or not, and Con- tractor shall at his own expense promptly replace such condemned smterials with other materials conforming to the requirements of the contract. 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 -39- condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. 46. CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for faulty materials or workmanship, and he 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 substantial completion. The Owner or the Owner's Representative shall give notice of observed de- fects with reasonable promptness. 47. PAYMENT WITHHELD The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as may be necessary to protect himself from loss on account of: cr (a) Defective work not remedied. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor. (d) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. 48. TIME OF FILING CLAIMS 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 Owners Representative within fifteen (15) days after the �-- Owner's Representative has given any directions, order or instruction to which the Contractor desires to take exception. The Owners' Representative shall reply to such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal from the decision of the Owner's _ Representative, any demand for arbitration shall be filed with the Owner's Representative and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shall be a bar to any claim by either party, except where noted other- wise in the contract documents. 49. ARBITRATION All questions of dispute under this agreement shall be submitted to arbitration at the request of both parties to the dispute. The parties may agree upon one arbitrator, otherwise, there shall be three; one named in writing by each party and the third chosen by the two arbiters selected; or if the arbiters fail to select a third within ten (10) days, he shall be chosen by the District Judge, 72nd Judicial District of Texas. Each arbiter shall be a resident of the City of Lubbock.; Should the party demanding arbitration fail to name an arbiter within ten (10) days of the demand, his right to arbitrate shall lapse, and the de- cision of the Owner's Representative shall be final and binding on him. Should the other party fail to choose an arbiter within ten (10) days, the Owners Representative shall appoint such arbiter. Should ei- ther party refuse or neglect to supply the arbiters with any papers or information demanded in writing, the arbiters are empowered by both parties to take Ex Parte Proceedings. -40- The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the contract, unless either or both parties shall appeal within ten (10) days from date of the award by the ar- biters, and it is hereby agreed that each party shall have the right of appeal and all proceedings shall be according to and governed by Arbitration Statutes of Texas, being Article 224, at seq., Vernon's Annotated Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT SHALL BE A CONDITION PRECEDENT TO ANY RIGHT OF LEGAL ACTION. The arbiters, if they deers the case demands it, are authorized to award the party whose contention is sus- tained, such sums as they deem proper for the time, expense and trouble incident to the appeal, and if the 111 appeal was taken without reasonable cause, they my award damages for any delay occasioned thereby. The sr - biters shall fix their own compensation, unless otherwise provided by agreement, and shall assess the costs and charges of the arbitration upon either or both parties. The award of the arbiters must be wade in writ- ing and shall not be open to objection on account of the form of proceedings or award. 50. ABANDONMENT BY CONTRACTOR a. . r i t- r, In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from the Owner or the Owner's Representative, or if the Contractor fails to comply with the or- ders of the Owner's Representative, when such orders are consistent with this contract, this Agreement, or the Specifications hereto attached, then the Surety on the bond shalt be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. After receiving said notice of abandonment, 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 case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for within ten (10) days after service of such notice, then the Owner may provide 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 sup- plies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and,supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been com- pitted by the Contractor, then said Contractor shall receive the difference. In case such expense Is greater than the sum which would have been payable under this contract, if the same had been com- pleted by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspa- per having a general circulation in the Canty of_tocation of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. in case of any increase in Most 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. However, 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. -41- When the work shalt have been substantially completed, the Contractor and his Surety shall be so notified and certificates of completion and acceptance, as provided in paragraph 42 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, 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 certificate 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 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. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety 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 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 subject only to the duty of the owner to exercise ordinary care to protect such property. 'After fifteen (15) 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. 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 machin- ery, equipment, tools, materials, or supplies which remain on the *jobsite and belong to persons other than the Contractor or his Surety, to their proper owners. 51. ABANDONMENT BY OWNER In case the owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the work, and may remove therefrom all machinery, tools, and equipment, and all materials on the ground that have not been included in payments to the Contractor.and have not been incorpo- rated into the work. Thereupon, the Owner's Representative shall make an estimate of the total anoint earned by the Contractor, which estimate shalt include the value of all work actually completed by said Con- tractor at the prices stated in the the attached proposal, the value of all partially completed work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Con- tractor to carry the whole work to completion, and which cannot be utilized. The Owners Representative shall then make a final statement of the balance due the Contractor by deducting from the above estimate all previous payments by the Owner and all other sums that may be retained by the owner under the terms of this Agreement, and shall certify same to the Owner who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by said final statement as due the Contractor, under the terms of this Agreement. — 52. BONDS The successful bidder shall be required to furnish a performance boil and payment bond in accordance with Article 5160, Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the event said contract price exceeds $25,000.00. If the contract price does not exceed $25,000.00, the statu- tory bonds will not be required. All bonds, if required, shall be submitted on forms supplied by the owner, and executed by an approved Surety Company authorized to do business in the State'of Texas. And it is fur- ther agreed that this contract shall not be in effect until such bonds are so furnished. i 53. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special con- ditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 54. LOSSES FROM NATURAL CAUSES Unless otherwise specified herein, all loss 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 and the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. E. 55. INDEPENDENT CONTRACTOR 1 Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and au- thority to direct, supervise, and control his 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 ob- serve Contractor's work during his 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 inteivied 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. 56. 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 he shall remove all such debris and also his 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. k- k f -43. CURRENT WAGE DETERMINATIONS 1 TEXAS WATER DEVELOPMENT BOARD C P.O. BOX 13231 CAPITOL STATION " AUSTIN, TEXAS 78711 0JECT: City of Lubbock DATE: January 8, 1992 SRF No. 3104 Gentlemen: The Davis -Bacon Act (40 U.S.C. S 276a et seq.) as amended, and 40 CFR § 31.36(i)(5) requires a valid Department of Labor (DOL) wage determination be in the contract specifications (over $2-,000) before bids are opened and be in effect on the date of contract award. Determinations may be added to the specifications by addenda after they are approved by the Texas Water t Development Board (TWDB). t General Wage Determinations (GWD) contain no expiration date and remain in effect until modified, superceded or withdrawn. Modifications or supersedeas determination published ten days prior to bid opening must be included in the contract specifications. Also, if a contract has not been awarded within 90 days after bid opening, any modification published to a general wage determination prior to award of the contract, or beginning of construction, shall be effective with respect to that contract. Project Wage Determinations (PWD) issued by the DOL are effective for 180 calendar days from the date of issuance, unless an extension of time is approved by the Wage and Hour Division (DOL). Modifications to project .wage determinations must also be included in the specifications when they are received by this office ten days prior to bid opening. tYou MUST keep the below signed informed of the bid opening and award dates. doing this, we will be able to keep you informed of any necessary .anges . Please examine the attached determinations) immediately upon receipt to determine if additional "classifications" or "basic hourly rates" are +� required.' If needed submit your request to the below signed with evidence of prevailing rates from the prime-contractor(s), sub -contractors) or labor showing: (a) Name of contractor, (b) Location and type of construction, (c) Wage rates within each classification and number of employees paid at each rate, (d) Additional classifications and hourly I rates, if needed, (e) Specify the determination number and kind of rates (heavy, building, etc.) to which you wish these added. If you need additional information, please contact me at (512) 463-8424. I am attaching (X) Decision ( ) Modification DECISION ISSUANCE MODIFICATION ISSUANCE KIND OF NUMBER/TYPE DATE NUMBER DATE RATES TX-91-28 12-13-91 sincerely, r� e G f James To Fowler Attachments) r.• Copy To: Loanee Inspection and Field Support Section Project Support Section - Wage Rate Issued File Heavy General Decision Number TX910028 Superseded General Decision No. TX9000:wc State: TEXAS Construction Type: Highway County(ies): ECTOR MIDLAND RANDALL LUBBOCK POTTER'` TAYLOR TOM GREEN HEAVY (excluding tunnels & dams) and HIGHWAY PROJECTS (does not include building structures in rest area projects). Modification Number Publication Date 1 12/13/1991 TX910028 - 1 COUNTY(ies): ECTOR MIDLAND RANDALL TOM GREEN .- LUBBOCK POTTER TAYLOR Craft Group Name: Craft/Rate Text Block: SUTX2037A 1 11/13/1991 Basic Fringe Hourly Benefits -- Rate ASPHALT HEATER OPERATOR $7.467 ASPHALT RAKER 7.267 ASPHALT SHOVELER 6.400 BATCHING PLANT WEIGHER 9.799 CARPENTER 8.153 r CARPENTER HELPER 6.881 CONCRETE FINISHER -PAVING 7.496 CONCRETE FINISHER HELPER PAVING 6.500 CONCRETE FINISHER STRUCTURES 8.148 CONCRETE FINISHER HELPER STRUCTURES 6.987 ELECTRICIAN 10.000 ELECTRICIAN HELPER 9.500 -- FLAGGER 5.500 FORM BUILDER -STRUCTURES 8.021 FORM BUILDER HELPER STRUCTURES 7.000 FORM SETTER - PAVING & CURB 8.300 FORM SETTER HELPER -PAVING & rURB 6.307 TX910028 - 2 16 FORM SETTER -STRUCTURES FORM SETTER HELPER STRUCTURES LABORER -COMMON LABORER UTILITY MECHANIC MECHANIC HELPER OILER SERVICER PIPE LAYER PIPE LAYER HELPER ASPHALT DISTRIBUTOR OPERATOR ASPHALT PAVING MACHINE BROOM OR SWEEPER OPERATOR BULLDOZER CONCRETE PAVING CURING MACHINE CONCRETE PAVING FINISHING MACHINE CONCRETE PAVING JOINT SEALER CONCRETE PAVING SAW CONCRETE PAVING SPREADER RFTWrnRCTM9 STEEL MACHINE SLIPFORM MACHINE OPERATOR CRANE, CLAMSHELL, BACKHOE DERRICK, DRAGLINE, SHOVEL LESS THAN 1 1/2 C.Y. CRANE, CLAMSHELL, BACKHOE DERRICK, DRAGLINE, SHOVEL 1 1/2 C.Y. & OVER CRUSHER OR SCREENING PLANT OPERATOR FOUNDATION DRILL OPERATOR CRAWLER MOUNTED 7.839 6.479 6.018 7.102 10.282 6.000 6.233 7.823 7.000 6.250 7.972 6.187 6.411 7.963 9.100 8.075 7.750 10.063 9.100 6.500 9.000 8.574 10.043 7.500 9.000 TX910026 - 3 FOUNDATION DRILL OPERATOR TRUCK MOUNTED 10.750 FOUNDATION DRILL OPERATOR HELPER 7.050 FRONT END LOADER - 2 1/2 C.Y. & LESS 7.458 FRONT END LOADER - OVER 2 1/2 C.Y. 7.669 HOIST - DOUBLE DRUM 8.100 MOTOR GRADER OPERATOR FINE GRADE 10.343 MOTOR GRADER 9.835 PAVEMENT MARKING MACHINE 9.150 PLANER OPERATOR 10.458 ROLLER, STEEL WHEEL PLANT MIX PAVEMENTS 6.828 ROLLER, STEEL WHEEL OTHER, FLATWHEEL OR TAMPING 6.474 ROLLER, PNEUMATIC SELF-PROPELLED 6.455 SCRAPER-1 C.Y. & LESS 7.546 SCRAPER -OVER 17 C.Y. 7.655 SIDE BOOM 6.350 TRACTOR -CRAWLER TYPE 150 HP i,::D LESS 7.290 TRACTOR -CRAWLER TYPE OVER 150 HP 10.750 TRACTOR - PNEUMATIC 7.422 REINFORCING STEEL SETTER PAVING 7.926 REINFORCING STEEL SETTER STRUCTURES 9.086 REINFORCING STEEL SETTER HELPER 7.772' TX910028 - 4 STEEL WORKER - STRUCTURAL 9.000 STEEL WORKER HELPER STRUCTURAL 6.250 SPREADER BOX OPERATOR 7.332 BARRICADE SERVICER WORK ZONE 6.500 TRUCK DRIVER -SINGLE AXLE LIGHT 6.592 TRUCK DRIVER -SINGLE AXLE HEAVY 6.791 TRUCK DRIVER -TANDEM AXLE SEMI TRAILER 7.130 TRUCK DRIVER-LOWBOYJFLOAT 8.868 TRUCK DRIVER -TRANSIT MIX 6.891 WELDER 11.827 WELDER HELPER 8.290 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)). END OF GENERAL DECISION TX910028 - 5 SPECIAL CONDITIONS .45- SPECIAL CONDITIONS - LIST OF SUBJECTS SC-1. CONTRACTOR'S INSURANCE SC-2. SPECIFICATIONS SC-3. DRAWINGS SC-4. ENGINEER SC-5. INDEMNIFICATION SC-6. RESPONSIBILITY FOR PAYMENT SC-7. DOCUMENTATION TO ACCOMPANY APPLICATIONS FOR PAYMENT SC-7.01. Materials and Equipment SC-7.02. Schedules and Data SC-7.03. Labor Standards Certificate SC-7.04. Final Payment SC-8. RETAINAGE SC-9. PARTIAL UTILIZATION SC-10. SUBSTANTIAL COMPLETION SC-11. FINAL INSPECTION AND ACCEPTANCE SC-12. CORRECTION PERIOD SC-13. OVERTIME WORK SC-14. LEGAL ADDRESSES SC-15. TEST HOLES SC-16. UNDERGROUND INSTALLATIONS SC-17. HISTORICAL OR ARCHAEOLOGICAL DEPOSITS SC-18. PRIVITY OF CONTRACT SC-19. DEFINITIONS SC-20. LABOR STANDARDS SC-21. EQUAL EMPLOYMENT OPPORTUNITY (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) {CONTRACT NO. 3 ) (17578 ) SC-1 SC-22. REVIEW BY OWNER AND TWDB SC-23. WOMEN AND MINORITY BUSINESS ENTERPRISES SC-24. DEBARMENT AND SUSPENSION (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT NO. 3 ) (17578 ) SC-2 SPECIAL CONDITIONS SC-1. CONTRACTOR'S INSURANCE. The'Engineer shall be included as an additional insured on the Contractor's General Liability and Umbrella or Excess policies. Contractor shall provide a Certificate of Insurance to Engineer, evidencing such endorsement prior to the start of any Work at the project site. SC-2. SPECIFICATIONS. The Specifications which govern the materials and equipment to be furnished and the Work to be performed under this Contract are listed in the Table of Contents at the beginning of this volume. SC-3. DRAWINGS. The Contract Drawings consist of 25 sheets. Sheet titles are listed on Sheet 1 of the Drawings. In addition, each sheet bears the following general title: LUBBOCK, TEXAS SOUTHEAST WATER RECLAMATION PLANT IMPROVEMENTS OUTFALL PIPELINE AND OUTFALL REAERATION AND DECHLORINATION FACILITIES The Drawings referred to above are supplemented by drawings bound in the Specifications and listed in the Table of Contents. SC-4. ENGINEER. The term Engineer means Black & Veatch, acting within the scope of duties contained in the Special Conditions, and as parti- cularly described in Exhibit A to Special Conditions. The performance of Engineer's duties is intended to be for the sole and exclusive benefit of Owner. SC-5. INDEMNIFICATION. To -the fullest extent permitted by law, Contractor shall defend, indemnify, and hold harmless the Engineer and its officials, officers, directors, partners, consultants, agents, and employees for and against all claims, damages, losses, and expenses, direct, indirect, or consequential (including but not limited to fees and charges of engineers, architects, attorneys, and other professionals and court costs) arising out of or resulting from the performance of the work by the Contractor, and subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the work or anyone for whose acts any of them may be liable, regard- less of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by law and regulations regardless of the negligence of any such party. However, this indemnity shall not apply to liability for bodily injury or death to persons or damage to property of any person or expenses in connection therewith caused by or resulting from defects in plans, designs or specifications prepared, approved or used by Engineer or negligence of Engineer in the rendition or conduct of professional duties called for or arising out of the 7 (LUBBOCK, TEXAS (DISCHARGE FACILITIES) (CONTRACT NO. 3 ) (17578 ) SC-3 k Contract and the plans, designs, -or specifications which are a part hereof. SC-6. RESPONSIBILITY FOR PAYMENT. Except for items specifically identified as provided.by Owner, Contractor shall pay for all labor, materials, and other costs incurred under this Contract. SC-7. DOCUMENTATION TO ACCOMPANY APPLICATIONS FOR PAYMENT. Contrac- tor's Applications for Payment shall be accompanied by the documentation specified herein. SC-7.01. Materials and Equipment. If payment is requested for mate- rials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Progress Payment shall be accompanied by such data, .- satisfactory to.Owner, as will establish Owner's title to the materials and equipment and protect his interest therein, including applicable insurance. Payments for such materials and equipment shall be based only upon the actual cost of the materials and equipment, subject to provisions in submittals Section 01300, to Contractor and shall not include any `- overhead or profit to Contractor. SC-7.02. Schedules and Data. Each Application for Progress Payment shall be accompanied by Contractor's updated schedule of operations, or progress report, with such shop drawings schedules, procurement sche- dules, value of material on hand included in application, and other data specified in Division 1 or reasonably required by Engineer. SC-7.03. Labor Standards Certificate. As provided under Labor Standards, each Application for Payment shall be accompanied by a certificate that all labor standards requirements have been fulfilled. This is required from the Contractor and all subcontractors. SC-7.04. Final Payment. Final payment to the Contractor shall be made subject to his furnishing the Owner with a release in satisfactory form of all claims against the Owner arising under and by virtue of his con- tract, other than such claims, if any, as,may be specifically excepted by the Contractor from the operation of the release as provided under general and supplemental conditions elsewhere in this contract. The Owner, before paying the final estimate, may require the Contractor to furnish releases or receipts from all subcontractors having performed any work and all persons having supplied materials, equipment (installed on the.Project) and services to the Contractor, if the Owner deems the same necessary in order to protect the Owner's interests. The Owner, however, may if it deems such action advisable make payment in part or in full to the Contractor without requiring the furnishing of such '- releases or receipts and any payments so made shall in no way impair the obligations of any surety or sureties furnished under this Contract. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT NO. 3 ) (17578 ) SC-4 The retainage and its interest earnings, if any, shall not be paid to the Contractor until the TWDB has authorized,a reduction in, or release of, retainage on the contract work. Withholding of any amount due the Owner, under general and/or supple- mental conditions regarding "Liquidated Damages," shall be deducted from the final payment due the Contractor. SC-8. RETAINAGE. Owner shall retain from each progress payment an amount equal to 5 percent of the estimated value of the Work completed, until payment is due under the terms and conditions governing Substan- tial Completion and final payment. SC-9. PARTIAL UTILIZATION. Owner has the right to take possession of or use any completed or substantially completed portions of the Work at any time, but such taking possession or use will not be deemed an acceptance of any Work not completed in accordance with the Contract Documents. Owner's use of any facilities so identified in the Contract Documents will not be grounds for extension of the Contract Time or change in the Contract Price. Owner's use of any facilities not specifically identified in the Contract Documents will be in accordance with conditions agreed to prior r to such use, and any extra costs or delays in completion incurred and properly claimed by Contractor will be equitably adjusted with a Change Order. Facilities substantially completed in accordance with the Contract Docu- ments which are occupied or used by Owner prior to Substantial Comple- tion of the entire Work will be defined by Engineer in a written notice to Owner and Contractor fixing the responsibility for insurance, and maintenance on that part of the Work and including a tentative list of items to be completed or corrected before final acceptance. Guarantee periods for accepted or substantially completed Work, including equipment, will commence upon the start of continuous use by Owner. All tests and instruction of Owner's personnel must be satisfactorily completed, and Owner shall assume responsibility for and operation of all facilities occupied or used except as may arise through portions of the Work not yet completed by Contractor. SC-10. SUBSTANTIAL COMPLETION. When Contractor considers the Work ready for full occupancy or utilization by Owner, Contractor shall declare in writing to Owner and Engineer that the Work is substantially complete and request that Engineer issue a Notice of Substantial Completion therefor. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT NO. 3 ) (17578 ) SC-5 t Within a reasonable time thereafter,,Owner, Contractor, and Engineer shall make an inspection of the Work to determine the status of comple- tion. If Engineer does not consider the Work substantially complete, Engineer shall notify Contractor in writing giving reasons therefor. If Engineer considers the Work substantially complete, Engineer shall pre- pare and deliver to Owner and.Contractor a Tentative Notice of Substan- tial Completion which will fix the date of Substantial Completion, the release of any part of the retainage (subject to approval by the Texas Water Development Board), and the responsibilities between Owner and Contractor for operation and maintenance. The notice shall include a tentative list of items to be completed or corrected before final acceptance. Owner shall have 10 days after receipt of the Tentative Notice during which he may make written objection to Engineer as to any provisions of the notice or list. If, after considering such objec- tions, Engineer concludes that the Work is not substantially complete, Engineer shall notify Contractor in writing, stating reasons therefor. If, after 10 days and after consideration of Owner's objection, Engineer considers the Work substantially complete, Engineer shall execute and deliver to Owner and Contractor a definitive Notice of Substantial Completion, with a revised list of items to be completed or corrected, reflecting such changes from the Tentative Notice as Engineer believes justified after consideration of any objections from Owner. "Substantial Completion" means that the facilities are completed to the point that effluent can be conveyed through the effluent pipeline and the dechlorination and reaeration facilities operate to the satisfaction of Engineer. All process equipment shall be installed and operational, or temporary arrangements satisfactory to Owner shall have been made. To be considered substantially complete, the following portions of the Work must be operational and ready for Owner's continuous use as intended: Outfall Structure Reaeration Structures Air/Vacuum Relief Manholes Dewatering Manholes Access Manholes Main Pipeline and Connections Chlorine Analyzer Manhole Injection Manhole Dechlorination Facility Sampling Manhole Portions of the Work not essential to operation, which can be completed without interruption of operation, may be completed after the Work is accepted as substantially complete, and may include the following items: Cleanup Painting (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT NO. 3 ) (17578 ) SC-6 SC-11. FINAL INSPECTION AND ACCEPTANCE. Upon written notice that Contractor considers all Work complete, Engineer shall make a final inspection with Owner and Contractor and shall notify Contractor in writing of incomplete or defective work revealed by the inspection. Contractor shall promptly remedy such deficiencies. After Contractor has remedied all deficiencies to the satisfaction of Engineer and delivered all construction records, maintenance and operating instructions, schedules, guarantees, Bonds, certificates of inspection, and other documents (all as required by the Contract Documents), Owner and Contractor shall be promptly notified in writing by Engineer that the Work is acceptable. SC-12. CORRECTION PERIOD. Nothing in General Conditions Article 45 concerning the correction periodshallestablish a period of limitation with respect to any other obligation which Contractor has under the Contract Documents. The establishment of time periods relates only to the specific obligations of Contractor to correct the Work, and has no relationship to the time within which his obligations under the Contract Documents may be sought to be enforced, nor to the time within which proceedings may be commenced to establish his liability with respect to his obligations other than to specifically correct the Work. SC-13. OVERTIME WORK.' No Work shall be done between 6:00 p.m. and 7:00 a.m. nor on Sundays or legal holidays without permission of Owner. However, emergency work may be done without prior permission. Night work may be undertaken as a regular procedure with the permission of Owner; such permission, however, may be revoked at any time by Owner if Contractor fails to maintain adequate equipment and supervision for the proper prosecution and control of the Work at night. SC-14. LEGAL ADDRESSES. The business address of Contractor given in the Bid Proposal and Contractor's office in the vicinity of the Work are both hereby designated as the places to which all notices, letters, and other communication to Contractor will be mailed or delivered. The address of Owner, Post Office Box 2000, Lubbock, Texas 79457, is hereby designated as the place to which all notices, letters, and other communication to Owner shall be mailed or delivered. Either party may t change his address at any time by an instrument in writing delivered to Engineer and to the other party. SC-15. TEST HOLES. Test holes have been made along the route of the pipeline The locations of test holes are indicated on the Drawings. Logs of the test holes are bound as an appendix to these Specifications. Test hole information represents subsurface characteristics to the extent indicated, and only for the point location of the test hole. Each Bidder shall make his own interpretation of the character and condition of the materials which will be encountered between test hole locations. Each prospective Bidder may, at his own expense, make (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT NO. 3 ) (17578 ) SC-7 additional surveys and investigations as he may deem necessary to determine conditions which will affect performance of the Work. SC-16. UNDERGROUND INSTALLATIONS. Existing underground installations are indicated on the Drawings only to the extent such information was -- made available to or discovered by Engineer in preparing the Drawings. There is no guarantee as to the accuracy or completeness of such information,:and all responsibility for ,the accuracy and completeness _ thereof is expressly disclaimed. Contractor shall be responsible for discovery of existing underground installations, in advance of excavating or trenching, by contacting all local utilities and by prospecting. SC-17. HISTORICAL OR ARCHAEOLOGICAL DEPOSITS. If, during the course of construction, evidence of deposits ofhistoricalor archaeological interest is, found, Contractor shall cease operations affecting the find and shall notify Owner, who shall notify Texas Water Development Board _ and the State Historic Preservation Officer. No further disturbance of the deposits shall ensue until Contractor has been notified by Owner that he may proceed. Owner will issue a Notice to Proceed only after the state official has surveyed the find and made a determination to the -- Texas Water Development Board and Owner. Compensation to Contractor, if any, for lost time or changes in construction to avoid the find, shall be determined in accordance with changed conditions or change order provisions of the Contract Documents. (Reference: 80 Stat 915, 16 USC 470, and Executive Order No. 11593 of May 31, 1971.) SC-18. PRIVITY OF CONTRACT. This contract is expected to be funded in part with Federal funds through the State Revolving Fund. Neither the State of Texas nor any of its departments, agencies or employees is, or will be, a party to this contract or any lower tier contract. This contract is subject to regulations contained in 31 TAC Chapter 375 in effect on the date this contract is entered into. SC-19. DEFINITIONS. (a) The term "Minority Business Enterprise" (MBE) means a business concern that is (1) at least 51 percent owned by one or more minority individuals, or, in the case of a publicly owned business, at least 51 percent of the stock is owned by one or more minority individuals; and (2) whose daily business opera- tions are managed and directed by one or more of the minority owners. Minority individuals include Black Americans, Hispanic Ameri- cans, Native Americans, Asian Pacific Americans, or other groups whose members are found to be disadvantaged by the Small -Business Act or by the .Secretary of Commerce under Section 5 of Federal Executive Order 11625. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT NO. 3 ) (17578 ) SC-8 (b) The term "TWDB" means the Executive Administrator of the Texas Water Development Board,'or other person who may be at the time acting in the capacity or authorized to perform the func- tions of such Administrator, or the authorized representative thereof. (c) The term "Woman Business Enterprise" (WBE) means a business concern that is, (1) at least 51 percent owned by one or more women, or, in the case of a publicly owned business, at least 51 percent of the stock is owned by one or more women; and, (2) whose daily business operations are managed and directed by one or more of the women owners. SC-20. LABOR STANDARDS. (a) This subsection applies to any contract in excess of $2,000 which is entered into for the actual construction, alteration and/or repair, including painting and decorating, of a public building or public work, or building or work financed in whole or in part with Federal funds through the State Revolving Fund (SRF). The definitions contained in 29 CFR 5.1 for the terms; labor standards, laborer/mechanic, apprentice, trainee, wages, and wage decision shall apply to this section. (1) Minimum Wages. (i) All laborers and mechanics employed or working upon .the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act ((29 CFR Part 3)), the full amount of wages and bona fide fringe benefits ( Q ) or cash equivalents thereof due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor.which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics. Contributions made or costs reasonably anti- cipated for bona fide fringe benefits under section 1(b) (2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or ` mechanics, subject to the provisions of paragraph (1)(iv) of this subsection; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are r deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage r (LUBBOCK, TEXAS ) l (DISCHARGE FACILITIES) (CONTRACT NO. 3 ) r 1 (17578 ) SC-9 determination for the classification of work actually performed, without regard to skill, except as provided in paragraph (4) of this subsection. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: PROVIDED, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classi- fication and wage rates conformed under paragraph (1)(ii) of this subsection) and the Davis -Bacon poster (WH-1321) shall be posted at all times by the Contractor and its subcontractor at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (ii) (A) The Owner and Contractor agree that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conform- ance with the wage determination. The Contractor shall immediately examine the wage determinations to determine if additional classifications and basic hourly rates are required and advise the Owner if additional classifications are needed. The TWDB shall approve an additional classifica- tion and wage rate and fringe benefits therefore only when the following criteria have been met: (I) The work to be performed by the classi- fication requested is not performed by a classification in the wage determination; and (B) (II) The classification is utilized in the area by the construction industry; and (III) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. If the Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the Owner agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the Owner, to the TWDB'for processing to the Adminis- trator of the Wage and Hour Division, Employment (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT NO. 3 ) (17578 ) SC-10 r fPf 1 1. Standards Administration (W&H, ESA), U.S. Depart- ment of Labor, Washington, D.C. 20210. The W&H, ESA Administrator, or an authorized representative, will approve, modify, or disapprove every addi- tional classification action within 30 days of i receipt and so advise the owner, through the TWDB, or will notify the TWDB within the 30 day period r that additional time is necessary. (C) In the event the Contractor, the laborers or mechanics to be employed in the classification or their representatives, the Owner, and the TWDB do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the TWDB shall refer the questions, -including the views of all interested parties and the recommendation of the TWDB to the Administrator W&H, ESA for determina- tion. The Administrator W&H, ESA, or &n authorized representative, will issue a determination within 30 days of receipt and so advise the owner, through the TWDB, or will notify the TWDB within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraph (B) or (C) of this paragraph shall be paid to all workers performing work in the classification under this contract from the first day on which work is .. performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the Contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equi- valent thereof. (iv) If the Contractor does not make payments to a trustee or other third person, the Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, PROVIDED, That the Secretary of Labor has found, upon the written request of the Con- tractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the Contractor to set (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT NO. 3 ) (17578 ) SC-11 aside in a separate account assets for the meeting of obligations under the plan or program. (2) Withholding. The TWDB shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the Contractor under this contract or any other SRF Federally funded contract with the same prime Contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the Contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the TWDB may, after written notice to the Contractor or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payroll and Basic Records. (i) Payrolls and basic records,relating thereto shall be maintained by the Contractor during the course of the work and preserved for a period of three years there- after for all laborers and mechanics working at the site of the work. Such records shall contain the name, -` address, and Social Security Number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs antici- pated for bona fide ,fringe benefits or cash equivalents thereof of the types described in section l(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1) (iv) that the wagesof any laborer or mechanic include the amount of any costs reasonably anticipated in pro- viding benefits under a plan or program described in section l(b)(2)(B) of the Davis -Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence -. .of the registration of apprenticeship programs and certification of trainee programs, the registration of (LUBBOCK, TEXAS } (DISCHARGE FACILITIES) (CONTRACT NO. 3 ) (17578 } SC-12 .-. i apprentices and trainees, and the ratios and wage rates _. prescribed in the applicable programs. (ii) (A) The Contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the Owner. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR Part 5. This information may be submitted in any form desired. Optional Form 347 is available for this purpose and may be purchased from the Superintendent of Docu- ments (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, D.C. 20402. The prime Contractor is responsible for the submis- sion of copies of payrolls by.all subcontractors. (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the Contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed r+ under the contract and shall certify the following: (I) That the payroll for the payroll period contains the information required to be main- tained under section 5.5(a)(3)(i) of 29 CFR Part 5 and that such information is correct and complete; (II) That each laborer or mechanic (including each helper, apprentice and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR Part 3; (III) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorpora- ted into the contract. (C) The weekly submission of a properly executed certi- fication set forth on the reverse side of Optional Form 347 shall satisfy the requirement for submis- sion of -the "Statement of Compliance" required by paragraph (3)(ii)(B) of this subsection. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT NO. 3 ) �" (17578 ) SC-13 apprentices and trainees, and the ratios and wage rates _. prescribed in the applicable programs. (ii) (A) The Contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the Owner. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR Part 5. This information may be submitted in any form desired. Optional Form 347 is available for this purpose and may be purchased from the Superintendent of Docu- ments (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, D.C. 20402. The prime Contractor is responsible for the submis- sion of copies of payrolls by.all subcontractors. (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the Contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed r+ under the contract and shall certify the following: (I) That the payroll for the payroll period contains the information required to be main- tained under section 5.5(a)(3)(i) of 29 CFR Part 5 and that such information is correct and complete; (II) That each laborer or mechanic (including each helper, apprentice and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR Part 3; (III) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorpora- ted into the contract. (C) The weekly submission of a properly executed certi- fication set forth on the reverse side of Optional Form 347 shall satisfy the requirement for submis- sion of -the "Statement of Compliance" required by paragraph (3)(ii)(B) of this subsection. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT NO. 3 ) �" (17578 ) SC-13 (D) The falsification of any of the above certifica- tions may subject the Contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United State Code. -- (iii) The Contractor or subcontractor shall make the records required under paragraph (3)(i) of this subsection available for inspection, copying, or transcription by authorized representatives of the TWDB, or the Department of Labor, and shall permit such -representatives to interview employees during working hours on the job. If the Contractor or subcontractor fails to submit the required records or to make them available, the TWDB may, after written notice to the Contractor, sponsor, appli- cant, or owner, take such action as may be neces- sary to cause the suspension of any further pay- ment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (4) Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they per- formed when they are employed pursuant to and individu- ally registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the Contractor as to entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determi- (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT NO. 3 ) _ (17578 ) SC-14 nation for the work actually performed. Where a Contrac- tor is performing construction on a project in a locality other than that in which its program is registered. the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the Contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator W&H, ESA determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau. withdraws approval of an apprenticeship program, the Contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predeter- mined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval. evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen of the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provision of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices-. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT NO. 3 ) (17576 ) :SC-15 by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. .In the event the Employment and — Training Administration withdraws approval of a training program, the Contractor will no longer be permitted to utilize trainees at less than the applicable predeter- mined rate for the work performed until an acceptable -- program is approved. (iii) Equal employment opportunity. The Utilization of _ apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. (5) Compliance with Copeland Act Requirements. The Contractor shall -comply with the requirements of 29 CFR Part 3, which are -- incorporated by reference in this contract. (6)Contract Termination: Debarment. A breach of the contract — clauses in this section may be grounds for termination of the contract, and for debarment as a Contractor and a subcontrac- tor as provided in 29 CFR 5.12. (7) Compliance with Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein — incorporated by reference in this contract. (8) Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and — 7. Disputes within the meaning of this clause include disputes between the Contractor (or any of its subcontractors) and the Owner, the U.S. Department of Labor, or the employees or their representatives. (9) Certification of Eligibility. (i) By entering into this contract, the Contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the Contractor.'s firm is a person or firm ineligible to be awarded Government contracts by (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT NO. 3 ) (17578 ) SC-16 _ virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government con- tract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statementsisprescribed in the U.S. Criminal Code, 18 U.S.C. 1001. (b) This subsection applies to any contract subject to the Contract Work Hours and Safety Standards Act.. As used in this subsection of the terms "laborers" and "mechanics" include watchmen and guards. (1) Overtime Requirements. No Contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or.she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives com- pensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in paragraph (1) of this.subsection the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such Contrac- tor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed with respect .to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this subsection, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this subsection. (3) Withholding for Unpaid Wages and Liquidated Damages. The TWDB shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or subcon- tractor under any such contract or any other SRF Federally funded contract with the same prime Contractor, such sums as may be determined to be necessary to satisfy (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT NO. 3 ) (17578 ) SC-17 i; any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this subsection. (c) The Contractor or subcontractor shall maintain payrolls and basic payroll -records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deduc- tions made, and actual wages paid. The records to be main- tained under this paragraph shall be made available by the Contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the TWDB and the Department of Labor, and the Contractor or subcontractor will permit such representatives to interview employees during working hours on the job. (d) Subcontracts. The Contractor or subcontractor shall insert in each subcontract all of the provisions contained in subsec- tions (a), (b), (c), and (d) of this section, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in this sec- tion. SC-21. EQUAL EMPLOYMENT OPPORTUNITY. This provision applies to any contract which is funded in part with, Federal funds through the State Revolving Fund. During the performance of this contract, the Contractor agrees as follows: (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, age, handicap, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, age, handicap, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compen- sation; and selection for training,including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimi- nation clause. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT NO. 3 ) (17578 ) SC-18 F F (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, age, handicap, or national origin. (3) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The Contractor will .comply with all provisions of Executive Order 11246 of September 24, 1965, the Age Discrimination in Employment Act of 1967, 29 U.S.C.A. 621 (1985). Executive Order 12250 of November 2, 1980, the Rehabilitation Act of 1973, 29 U.S.C.A. 701 et seq. (1985), and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the Contractor's noncompliance with the non- discrimination -clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) The Contractor will include the portion of the sentence imme- diately preceding paragraph 1. and the provisions of para- graphs 1. through 7. in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Con- tractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT NO. 3 ) r (17578 ) SC-19 d noncompliance: PROVIDED, HOWEVER, That in the event a Con- tractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interest of the United States. SC-22. REVIEW BY OWNER AND TWDB. (a) The Owner, Engineer, authorized representatives and agents of the Owner, and the TWDB shall, at all times have access to and be permitted to observe and review all work, materials, equip- ment, payrolls, personnel records, employment conditions, material invoices, and other relevant data and records per- taining to this Contract, provided, however that all instruc- tions and approval with respect to the work will be given to the Contractor only by the Owner through authorized represen- tatives or agents. (b) Any such inspection or review by the TWDB shall not subject the state of Texas to any action for damages. SC-23. WOMEN AND MINORITY BUSINESS ENTERPRISES. (a) This provision applies to any contract which is funded in part with Federal funds through the State Revolving Fund. (b) The Contractor shall, if awarding subagreements, to the extent appropriate for the goals listed in the instructions to bidders make a good faith effort to utilize minority and women business when possible as sources of supplies, construction and services by taking the following steps. (1) Including qualified small, minority, and women's businesses on solicitation lists: (2) Assuring that small, minority, and women's businesses are solicited whenever they are potential sources; (3) Dividing total requirements, when economically feasible, into small tasks or quantities to permit maximum parti- cipation of small, minority, and women's businesses: (4) Establishing delivery schedules, where the requirements of the work permit, which will encourage participation by small. minority, and women's businesses; (5) Using the services and assistance of the Small Business Administration -and the Office of Minority Business Enterprise of the U.S. Department of Commerce, as appropriate. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT NO. 3 ) (17578 ) SC-20 (c) The Contractor shall submit to Owner information -on utiliza- tion of minority and women businesses enterprises within 30 days of entering into an agreement with a minority or women business enterprise. The information shall include the information called for by the Minority and Women's Business Enterprise Participation form SRF 373. (d) The Contractor shall maintain a documentation file on all efforts to obtain Minority and Women Business Participation. SC-24. DEBARMENT AND SUSPENSION. This contract is subject to 40 CFR Part 32 regarding the debarment and suspension of firms, persons, and affiliates. The Contractor shall not enter into any agreement with any firm, person, or affiliate who is listed on the current Master List of debarments, suspensions, and voluntary exclusions. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT NO. 3 ) (17578 ) SC-21 EXHIBIT A TO SPECIAL CONDITIONS ENGINEER'S CONSTRUCTION PHASE DUTIES SECTION A. PROJECT ADMINISTRATION Engineer will perform project administration services during the construction phase of the project. By performing these services, Engineer shall not have authority or responsibility to supervise, direct, or control Contractor's work or Contractor's means, methods, techniques, sequences, or procedures of construction. Engineer shall not have authority or responsibility for safety precautions and programs incident to Contractor's work or for any failure of Contractor to comply with laws, regulations, rules, ordinances, codes, or orders applicable to Contractor furnishing and performing the work. Specific services to be performed by Engineer are as follows: 1. Prepare and distribute conforming copies of the construction contract documents. These services will include review of Contractor's bonds and Contractor executed construction contract documents to determine that their contents comply with the requirements of the specifications, furnishing the Contractor unsigned construction contract documents, and transmitting the construction contract documents to -Owner for signature and distribution. 2. Review Contractor's insurance certificates and forward the certificates to Owner for acceptance by Owner's le al counsel. Engineer's review of the insurance certificates for E' content is only for the purpose of determining if the Contractor maintains the general types and amounts of insurance required by the specifications, and is not a legal review to determine if Contractor's insurance coverage complies with all applicable requirements. 3. Distribute one reproducible set of the construction contract drawings and specifications to the successful bidders. 4. At a date and time selected by the Owner and at a facility provided by the Owner, conduct a preconstruction conference for each contract. Engineer shall prepare an agenda for the conference, and prepare and distribute minutes. The preconstruction conference shall include a discussion of Contractor's tentative schedules, procedures for transmittal and review of Contractor's submittals, processing payment applications, critical work sequencing, change orders, record documents, and Contractor's responsibilities for safety and first aid. A-1 r 5. Review and comment on the Contractor's initial and updated construction schedule and advise Owner as to acceptability. 6. Analyze Contractor's construction schedule, activity sequence, and construction procedures as applicable to Owner's ability to keep existing facilities in operation. Advise Owner and Contractor of items needing further review and consideration. 7. Review the Contractor's initial and updated schedule of estimated monthly payments and advise Owner as to acceptability within 10 days following receipt in Engineer's office. 8. Make periodic visits to the construction site to observe progress of the work, and consult with the Owner and Contractor concerning problems and progress of the work. 9. Review drawings and other data submitted by Contractor as required by the construction contract documents. Engineer's review shall be for general conformity to the construction contract drawings and specifications for the project and shall not relieve the Contractor of any of his contractual responsibilities. Such reviews shall not extend to means, methods, techniques, sequences, or procedures of construc- tion, or to safety precautions and programs incident thereto. 10. Receive and review guarantees, bonds and certificates of inspection, and tests and approvals to determine that their content complies with the requirements of construction contract documents, and which are to be assembled by the Contractor in accordance with the construction contract .documents and transmit them to Owner. 11. Interpret construction contract drawings when requested.by the Owner or Contractor and issue written interpretations to the Owner and Contractor. If authorized by the Contractor, Engineer may interpret construction contract drawings and specifications upon request by subcontractors and suppliers. Review proposals for field changes prepared by Contractor and issue written review comments to the Owner and Contractor. 12. Review and process Contractor's monthly payment requests, and forward to the Owner if appropriate. Engineer's review shall be for the purpose of making a full independent mathematical check of Contractor's payment request. If Engineer provides Resident Project Representative, Engineer is responsible for verifying the quantities of work which are the basis of the payment requests. A-2 13. Provide documentation and administer the processing of change orders, including applications for extension of construction time. Evaluate the cost and scheduling aspects of all change orders and, where necessary and with approval of Owner, negotiate with the Contractor to obtain a fair price for the work. Said negotiation shall be subject to the approval of the Owner. 14. Upon completion of.the project, revise the construction contract drawings to conform to the construction records. Submit one copy of the mylars to Owner within 60 days following Engineer's receipt of Record Drawings from the Contractor and Resident Project Representative. 15. Act as initial arbiter on all claims of Owner and Contractor relating to the acceptability of the work or the interpretation of the requirements of the construction contract documents pertaining to the execution and progress of the work. 16. Analyze data from performance testing of equipment by Contractor or supplier when the construction contract documents require the equipment to be tested after installation. Submit conclusions to Owner within 21 days after completion of the test and receipt of all test data. 17. Upon substantial completion of each construction contract, inspect the construction work and prepare a listing of those items to be completed or corrected before final completion of the project. Submit results of the inspection to Owner and Contractor. 18. Upon completion or correction of the items of work on the punch list, conduct a final inspection to determine if the work is completed. Provide written recommendations concerning final payment to Owner, including a list of items, if any, to be completed prior to the making of such payment. j� 19. Provide assistance to Owner, as requested, in completing State Revolving Fund (SRF) forms for partial payment requests and the final payment request. assistance I 20. Provide to Owner as requested for final certification of the project to the TWDB. 21. Advise Owner of defective or neglected work by the - Contractor. 22. Advise Owner of Contractor's or other's filing of unreason- able or an extensive number of claims. F. A-3 F. SECTION B. RESIDENT SERVICES DURING CONSTRUCTION Engineer will furnish a full-time Resident Project Representative and such assistant Resident Project Representatives as may be required on the work. The Resident Project Representative and assistants will observe the — Contractor's work and perform the services listed below. The Resident Project Representative shall not have responsibility for the superin- tendence of construction site conditions, safety, safe practices or unsafe practices or 'Conditions, operation, equipment, or personnel other than employees of the Engineer. This service will in no way relieve the Contractor of complete supervision of the work or the Contractor's obli- gation for complete compliance with the drawings and specifications. The Contractor shall have sole responsibility for safety and for maintaining .safe practices and avoiding unsafe practices or conditions. Specific services performed by the Resident Project Representative and _ assistants are as follows: A. Site Observations and.Liaison with Owner and Contractor(s) i. Conduct onsite observations of the general progress of the work to assist Engineer in determining if the work is proceeding in accordance with the construction contract -- documents. 2. Serve as Engineer's liaison with Contractor, working _ principally through Contractor's superintendent, and assist Engineer in providing interpretation of the construction contract documents. Transmit Engineer's clarifications and interpretations of the construction contract documents to — Contractor. 3. Assist Engineer in serving as Owner's liaison with Contractor when Contractor's operations affect Owner's onsite operation. 4. As requested by Engineer, assist in obtaining from Owner additional details or information regarding plant operations _ and facilities when required at the jobsite for proper execution of the work. 5. Consult with the Owner and the Contractor and prepare written documentation of the consultations to the Engineer, Owner, and Contractor, giving opinions and suggestions based on his (Resident Project Representative's) observations regarding defects or deficiencies in the Contractor's work and relating to compliance with drawings, specifications, and design concepts. A-4 i 6. Advise Engineer and Contractor or its superintendent (~ immediately of the commencement of any work requiring a shop l drawing or sample submission if the submission has not been accepted by Engineer. L7. Monitor changes of apparent integrity of the site (such as differing site conditions, existing structures, and site - related utilities when such utilities are exposed) resulting II from construction -related activities. 8. Observe pertinent site conditions when,Contractor maintains that differing site conditions have been encountered and document actual site conditions. 9. Review and prepare written comments on Contractors' construc- tion sequence for all construction work undertaken simultaneously. r 10. Contact utilities in the general construction area and advise them of Contractor's schedule. Assist in coordinating scheduling of utility activities as so to minimize conflicts with Owner's activities. 11. Furnish Contractor information on the necessary base lines and control points which will be used as datum for the work. Actual staking be done by the Contractor. construction will 12. Visually inspect materials, equipment, and supplies delivered to the worksite. Reject materials, equipment, and supplies l t which do not conform to the construction contract documents. 13. Coordinate onsite materials testing services during construc- tion. Copies of testing results with appropriate. Resident Project Representative's comments will be forwarded to Owner rr l for review and information. 14. Observe field tests of equipment, structures and piping, and review the resulting reports, commenting to Owner as t appropriate. B. Outside Liaison Services 1. Accompany visiting inspectors representing public or other ~ agencies havingjurisdiction over the project. Record the results of these inspections'and report to Engineer.' A-5 F C. Meetings,'Reports, and Document Review and Maintenance 1. Attend the preconstruction conference, and assist Engineer in explaining administrative procedures which will be followed during construction. 2. Prepare for and attend monthly progress meetings, and other meetings when deemed necessary, with the Owner and Contractor to review and discuss construction procedures and progress scheduling, engineering management procedures, and other matters concerning the project. 3. Submit to the Owner weekly construction progress reports containing a summary of the Contractor's progress, general conditions of the work, problems, and resolutions or proposed resolutions of problems. 4. Review the progress schedule, schedule of shop drawings submissions, and schedule of values prepared by Contractor and consult with Engineer concerning their acceptability. 5. Report to Engineer, with a copy of the report to the Owner, whenever work is known to be defective, or does not meet the requirements of any inspections, tests or approval required to be made, or has been damaged prior to final payment, and advise Engineer when the work should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection, or approval. 6. Review applications for payment with Contractor for compliance with the established procedure for their submission and forward them with recommendations to Engineer, noting particularly their relation to the schedule of values, work completed, and materials and equipment delivered at the site but not incorporated into the work. 1. Record date of receipt of shop drawings and samples. Receive samples which are furnished at the` -site by Contractor, and notify Engineer of their availability for examination. 8. During course of the work, verify that certificates, maintenance and operation manuals and other data required to be assembled and furnished by Contractor are applicable to the items actuallyy installed; and deliver this material to the Engineer for his review and forwarding to Owner prior to final acceptance of the work. 4. Maintain a marked set of record drawings and specifications at the jobsite based on data provided by the Contractor. This information will be combined with information maintained A-6 10. Review certificates of inspections, testings, and related approvals submitted by the Contractor in compliance with or required by laws, rules, regulations, ordinances, codes, orders, or the Contract Documents (but only to determine that their content complies with the requirements of, and results certified indicate compliance with, the construction contract documents). This service is limited to•a review of items submitted by the Contractor and does not extend to a determination of whether the Contractor has complied with all legal requirements. 11. Maintain the following documents at the jobsite. a. Correspondence files. b. Reports of job conferences, meetings, and discussions among the Engineer, Owner, and Contractor. C. Shop drawings and samples submissions. d. Reproductions of original construction contract documents. e. Addenda. f. Change orders. g. Field orders. h. Additional drawings issued subsequent to execution of the construction contract documents. i. Engineer's clarifications and interpretations of the construction contract documents. j. Progress reports. (^ k. Names, addresses, and telephone numbers of all [ contractors, subcontractors, and major suppliers of materials and equipment. 12. Maintain a daily diary or log book of events occurring at the jobsite, including the following information: a. Contractor's hours on the jobsite. A-7 b. Contractor and subcontractor personnel on jobsite. C. Construction equipment on jobsite and hours of use. d. Observed delays and causes. e. Weather conditions. f. Data relative to questions of extras or deductions. g. List of visitors. h. Daily activities. i. Decisions. j. Observations connected with the progress of the work. k. Materials received on jobsite. The diary or log book shall remain the property of the Engineer. D. Assistance in Certification of Substantial Completion 1. Before Engineer issues a Certificate of Substantial Completion, submit to Contractor a list of observed items requiring completion or correction. 2. Assist Engineer in conducting final inspection in the companies of Owner and Contractor, and -prepare a final list of items to be completed or corrected. 3. Verify that all items on the final list have been completed or corrected and make recommendations to Engineer concerning acceptance. A-8 '_ NOTICE Of ACCEPTANCE TO: The City of Lubbock, having considered the proposals submitted and opened on the day of 199_, for work to be done and materials to be furnished in and for: as set forth in detail in the Specifications, Plans, and Contract Documents for such work for the City of Lubbock; it appearing that your proposal is fair, equitable and to the best interest of said City, please take notice that said proposal was accepted by the City Council of the City of Lubbock on the _ day of 199 _ at the bid price contained therein, subject to the execution of and furnishing of all contract documents, bonds, cer- tificates of insurance, and all other documents specified and required to be executed and furnished under the con- tract documents. It will be necessary for you to execute and furnish to the City of Lubbock all such documents within ten (10) days from your receipt of this Notice. The five percent (5%) bid security, submitted with your proposal, will be returned upon the execution of such contract documents and bonds within the above specified ten (10) day period. In the event you should fail to execute and furnish such contract documents and bonds within the time limit specified, said bid security will be re- tained by the City of Lubbock. CITY OF LUBBOCK Owner's Representative .46- LLa `., ■ L- 0 TABLE OF CONTENTS Subiect Parses SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS 01015 Project Requirements 1 : 7 01025 Measurement and Payment 1 : 5 01300 Submittals 1 6 01400 Quality Control 1 2 01500 Temporary Facilities 1 5 01610 General Equipment Stipulations 1 7 01620 Equipment Schedule 1 1 01630 Pipeline Schedule 1 : 2 DIVISION 2 - SITEWORK 02200 Earthwork 1 : 14 02612 Prestressed Concrete Cylinder Pipe 1 : 12 02614 Pretensioned Concrete Cylinder Pipe 1 : 11 02704 Pipeline Pressure and Leakage Testing 1 : 4 02832 Chain Link Fencing 1 : 4 02840 Trench Protective Systems 1 : 2 DIVISION 3 - CONCRETE 03301 Concrete 1 6 03600 Grout 1 1 DIVISION 4 - MASONRY 04200 Building Masonry 1 : 9 DIVISION 5 - METALS 05550 Anchor Bolts and Expansion Anchors 1 : 2 05990 Structural and Miscellaneous Metals 1 : 5 DIVISION 6 - WOOD AND PLASTICS - Not Used DIVISION 7 - THERMAL AND MOISTURE PROTECTION 07531 Single -Ply Roofing, Mechanically Fastened 1 : 5 07600 Sheet Metal 1 3 07900 Caulking 1 3 DIVISION 8 - DOORS AND WINDOWS 08112 Stainless Steel Doors 1 3 08700 Finish Hardware 1 3 DIVISION 9 - FINISHES 09900 Painting 1 11 (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) (17578 ) TC-1 TABLE OF CONTENTS (Continued) Subject Pages DIVISION 10 - SPECIALTIES 10300 Louvers 1 : 2 10990 Miscellaneous Specialties 1 : 1 DIVISION 11 - EQUIPMENT 11727 Liquid Chemical Feed System 1 : 6 DIVISION 12 - FURNISHINGS - Not Used DIVISION 13 - SPECIAL CONSTRUCTION 13400 Instrumentation 1 : 10 13530 Remote Terminal Units 1 : 8 DIVISION 14 - CONVEYING SYSTEMS - Not Used DIVISION 15 - MECHANICAL 15060 Miscellaneous Piping 1 : 9 15061. Cast Iron Pipe 1 : 7 15100 Miscellaneous Valves 1 2 15101 Butterfly Valves 1 6 15104 Resilient -Seated Gate Valves 1 5 15108 Combination Air Valves 1 2 15400 Plumbing 1 2 15500 Heating and Ventilating 1 10 DIVISION 16 - ELECTRICAL 16050 Electrical 1 17 FIGURES Number Title Following Page 1-02612 Maximum Joint Opening for Deflected Rubber 02612-12 and Steel Joints - Prestressed Concrete Cylinder Pipe (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) (17578 ) TC-2 TABLE OF CONTENTS (Continued) Number Title Following Page 1-02614 Maximum Joint Opening for Deflected Rubber 02614-11 and Steel Joints - Pretensioned Concrete Cylinder Pipe 1-15061 Mechanical Joints with Tie Rods 15061-7 1-16050 600 Volt, Single Conductor Lighting 16050-17 Cable (THHN-THWN) 2-16050 600 Volt, Single Conductor Lighting/Power 16050-17 Cable (XHHW) 3-16050 600 Volt, Single Conductor Power 16050-17 Cable (RHH-RHW-USE) 4-16050 600 Volt, Single Pair Shielded 16050-17 Instrument Cable 5-16050 600 Volt, Single Triad Shielded 16050-17 Instrument Cable 6-16050 600 Volt, Multiple Pair and/or Triad 16050-17 Shielded Instrument Cable 7-16050 600 Volt, Multiconductor, No. 14 16050-17 AWG Control Cable (THHN-THWN) APPENDIX A - Test Boring Logs B - Lubbock County Standard Specifications for Asphalt Roads (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) (17578 ) TC-3 SPECIFICATIONS AND DOCUMENTS LUBBOCK, TEXAS SEWRP IMPROVEMENTS & EXPANSION CONTRACT NO. 3 OUTFALL PIPELINE AND OUTFALL REAERATION AND DECHLORINATION FACILITIES BLACK & VEATCH Dallas, Texas Project No. 17578.350 1993 Specifiers: RGM, RI, TFS, JRV, RWP r Section 01015 - PROJECT REQUIREMENTS 1. GENERAL DESCRIPTION OF WORK. The Work to be performed under these Contract Documents is generally described as follows: The construction of the Outfall Pipeline, Outfall Reaeration and Dechlorination Facilities for the Southeast Water Reclamation Plant. The pipeline consists of approximately 2,327 linear feet of 20 inch, 25,318 linear feet of 24 inch, 1,618 linear feet of 30 inch, and 15 linear feet of 36 inch outfall pipeline and a tunnel crossing at the AT&SF Railroad. Optional materials of pipeline construction will include prestressed and pretensioned concrete pipe, and cast iron pipe. + 2. WORK BY PUBLIC UTILITIES. The local electric utility isSouth Plains Electric Service. The utility will supply 2 services. A 120/240 volts, single phase, 60 Hz service will be provided at the sampling man- hole. A 480 volts, three phase, 60 Hz service will be provided at the dechlorination building. At both sites, the utility will install the cable as shown on the drawings. 3. OFFSITE STORAGE. Offsite storage arrangements shall be approved by Owner for all materials and equipment not incorporated into the Work but included in Applications for Payment. Such offsite storage arrangements shall be presented in writing and shall afford adequate and satisfactory security and protection. Offsite storage facilities shall be accessible to Owner and Engineer. 4. SUBSTITUTES AND "OR -EQUAL" ITEMS. Whenever a material or article is specified or described by using the name of a proprietary product or the name of a particular manufacturer or vendor, the specified item mentioned shall be understood as establishing the type, function, and quality desired. Other manufacturers' products will be accepted provided sufficient information is submitted to allow Engineer to determine that the products proposed are equivalent to those named. Such items shall be submitted for review by the procedure set forth in the submittals section. Requests for review of equivalency will not be accepted from anyone except Contractor, and such requests will not be considered until after the Contract has been awarded. 5. PREPARATION FOR SHIPMENT. All materials shall be suitably packaged to facilitate handling and protect against damage during transit and storage. Painted surfaces shall be protected against impact, abrasion, discoloration, and other damage. All painted surfaces which are damaged prior to acceptance of equipment shall be repainted to the satisfaction of Engineer. Each item, package, or bundle of material shall be tagged or marked as identified in the delivery schedule or on the Shop Drawings. Complete (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 01015 (17578. ) -1- packing lists and bills of material shall be included with each shipment. 6. EASEMENTS AND RIGHTS -OF -WAY. The easements and rights -of -way for the pipelines and Dechlorination Building will be provided by Owner. Contractor shall confine his construction operations within the limits indicated on the Drawings. Contractor shall use due care in placing construction tools, equipment, excavated materials, and pipeline materials and supplies in order to avoid damage to property and interference with traffic. 6.01. On Private Property. Easements across private property are indicated on the Drawings. Contractor shall set stakes to mark the boundaries of construction easements across private property. The stakes shall be protected and maintained until completion of construc- tion and cleanup.: Contractor shall not enter any private property outside the designated construction easement boundaries without written permission from the owner of the property. Whenever the easement is occupied by crops which will be damaged by construction operations, Contractor shall notify the owner sufficiently in advance so that the crops may be removed before excavation or trenching is started. Contractor shall be responsible for all damage to crops outside the easement and shall make satisfactory settlement for the damage directly with the owner. Where the line crosses fields which are leveled for irrigation or ter- raced, Contractor shall relevel irrigated fields and replace all ter- races to their original or better condition, and to the satisfaction of the owner. 6.02. Work Within Highway, County, and Railroad Rights -of -Way. Permits shall be obtained by Owner. All Work performed and all operations of Contractor, his employees, or Subcontractors, within the limits of railroad, highway and county rights -of -way, shall be in conformity with the requirements and be under the control (through Owner) of the rail- road, county, highway authority owning, or having jurisdiction over and control of, the right-of-way in each case.' 7. OPERATION OF EXISTING FACILITIES. The existing 27-inch Hancock pipeline must be kept in continuous operation throughout the construc- tion period until the final connection is made. Refer to paragraph 1 in submittal section. No interruption will be permitted which adversely affects the degree of service provided. Provided permission is obtained from Owner in advance, portions of the existing facilities may be taken out'of service for short periods corresponding with periods of minimum service demands. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 01015 (17578 ) -2- 8. NOTICES TO OWNERS AND AUTHORITIES. Contractor shall notify owners of adjacent property and utilities when prosecution of the Work may affect them. When it is necessary to temporarily deny access to property, or when any utility service connectionmust be interrupted, Contractor shall give notices sufficiently in advance to enable the affected persons to provide for their needs. Notices will conform to any applicable local ordinance and, whether delivered orally or in writing, will include appropriate information concerning the interruption and instructions on fihow to limit their inconvenience. Utilities and other concerned agencies shall be contacted at least 72 hours prior to cutting or closing streets or -other traffic areas or excavating near underground utilities or pole lines. 9. LINES AND GRADES. All Work shall be done to the lines, grades, and elevations indicated on the Drawings. Basic horizontal and vertical control points will be established or designated by Engineer. These points shall be used as datums for the Work. All additional survey, layout, and measurement Work: shall be performed by Contractor as a part of the Work. �• Contractor shall provide an experienced instrument person, competent assistants, and such instruments, tools, stakes, and other materials ' required to complete the survey, layout, and measurement Work. In PQ addition, Contractor shall furnish, without charge, competent persons from his force, and such tools, stakes, and other materials as Engineer . may require in establishing or designating control points, or in checking survey, layout, and measurement Work performed by Contractor. I Contractor shall keep Engineer informed, a reasonable time in advance, of the times and places at which he wishes to do Work, so that hori- zontal and vertical control points may be established and any checking deemed necessary by Engineer may be done with minimum inconvenience to Engineer and minimum delay to Contractor. Contractor shall remove and reconstruct Work which is improperly located. 10. CONNECTIONS TO EXISTING FACILITIES. Unless otherwise specified or indicated, Contractor shall make all necessary connections to existing facilities, including structures, drainlines, and utilities such as water, sewer, gas, telephone, and electric. In each case, Contractor shall receive permission from Owner or the owning utility prior to undertaking connections. Contractor shall protect facilities against deleterious substances and damage. Connections to existing facilities which are in service shall be thor- oughly planned in advance, and all required equipment, materials, and labor shall be on hand at the time of undertaking the connections. Work (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 01015 (17578 ) -3- shall proceed continuously (around the clock) if necessary to complete connections in the minimum time. Operation of valves or other appurte- nances on existing utilities, when required, shall be by or under the direct supervision of the owning utility. 11. UNFAVORABLE CONSTRUCTION CONDITIONS. During unfavorable weather, wet ground, or other unsuitable construction conditions, Contractor shall confine his operations to Work which will not be affected adversely by such conditions. No portion of the Work shall be con- structed under conditions which would affect adversely the quality or efficiency thereof, unless special means or precautions are taken by Contractor to perform the Work in a proper and satisfactory manner. 12. CUTTING AND PATCHING. Contractor shall perform all cutting and patching required for the Work and as may be necessary in connection with uncovering Work for inspection or for the correction of defective Work. Contractor shall perform all cutting and patching required for and in connection with the Work, including but not limited to the following: Removal of improperly timed Work. Removal of samples of installed materials for testing. Alteration of existing facilities. Installation of new Work in existing facilities. Contractor shall provide all shoring, bracing, supports, and protective devices necessary to safeguard all Work and existing facilities during cutting and patching operations. Contractor shall not undertake any cutting or demolition which may affect the structural stability of the Work or existing facilities without Engineer's concurrence. Materials shall be cut and removed to the extent indicated on the Draw- ings or as required to complete the Work. Materials shall be removed in a careful manner, with no damage to adjacent facilities or materials. Materials which are not salvable shall be removed from the site by Contractor. All Work and existing facilities affected by cutting operations shall be restored with new materials, or with salvaged materials acceptable to Engineer, to obtain a finished installation with the strength, appear- ance, and functional capacity required. If necessary, entire surfaces shall be patched and refinished. 13. CLEANING UP. Contractor shall keep from accumulations of waste materials and provide adequate trash receptacles about empty the containers when .filled. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 01015 (17578 ) -4- the premises free at all times rubbish. Contractor shall the site and shall promptly � Construction materials such as concrete forms and scaffolding shall be rneatly stacked by Contractor when not in use. Contractor shall promptly a' remove splattered concrete, asphalt, oil, paint, corrosive liquids, and cleaning solutions from surfaces to prevent marring or other damage. Volatile wastes shall be properly stored in covered metal containers and removed daily. Wastes shall not be buried or burned on the site or disposed of into storm drains, sanitary sewers, streams, or waterways. All wastes shall be removed from the site and disposed of in a manner complying with local ordinances and antipollution laws. Adequate cleanup will be a condition for recommendation of progress payment applications. 14. APPLICABLE CODES. References in the Contract Documents to local codes mean any applicable Federal, State, and Municipal laws, code, and regulations, including, but not limited to, the requirements of the most recent Occupational Safety and Health Act and the Texas Occupational Safety Law and any other codes used, required, or adopted by the City of Lubbock, Texas. Contractor shall take appropriate safety and health precautions to protect the Work, the workers, the public, and the property of others. Other standard codes which apply to the Work are designated in the Specifications. 15. REFERENCE STANDARDS. Reference to standards, specifications, manuals, or codes of any technical society, organization, or associa- tion, or to the laws or regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, or laws or regulations in . effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifi- cally stated. However, no provision of any referenced standard, speci- fication, manual, or code (whether or not specifically incorporated by reference in the Contract Documents) shall be effective to change the duties and responsibilities of Owner, Contractor, or Engineer, or any of their Consultants, agents, or employees from those set forth in the Contract Documents, nor shall it be effective to assign to Engineer, or r any of Engineer's Consultants, agents, or employees, any duty or author- ity to supervise or direct the furnishing or performance of the Work. 16. PRECONSTRUCTION CONFERENCE. Prior to the commencement of Work at the site, a preconstruction conference will be held at a mutually agreed time and place. The conference shall be attended by: Contractor and his superintendent. Principal Subcontractors. i f' (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 01015 (17578 ) -5- Representatives of principal Suppliers and manufacturers as appropriate. Engineer and his Resident Project Representative. Representatives of Owner. Governmental representatives as appropriate. Others as requested by Contractor, Owner, or Engineer. Unless previously submitted to Engineer, Contractor shall bring to the conference a preliminary schedule for each of the following: Progress. Procurement. Values of lump sum items for progress payment purposes. Shop Drawings and other submittals. The purpose of the conference is to designate responsible personnel and establish a working relationship. Matters requiring coordination will be discussed and procedures for handling such matters established. The •— agenda will include: Contractor's preliminary schedules. Transmittal, review, and distribution of Contractor's submittals. Processing Applications for Payment. Maintaining record documents. Critical Work sequencing. Field decisions and Change Orders. Use of premises, office and storage areas, security, housekeeping, and Owner's needs. Major equipment deliveries and priorities. Contractor's assignments for safety and first aid. Engineer will preside at the conference and will arrange for keeping the minutes and distributing the minutes to all persons in attendance. 17. PROGRESS MEETINGS. Contractor shall schedule and hold regular progress meetings at least monthly and at other times as requested by Engineer or required by progress of the Work. Contractor, Engineer, and (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 01015 (17578 ) -6- all Subcontractors -active on the site shall be represented at each meeting. Contractor may at his discretion request attendance by repre- sentatives of his Suppliers, manufacturers, and other Subcontractors. Contractor shall preside at the meetings. Meeting minutes will be prepared and distributed by Contractor. The purpose of the meetings will be to review the progress of the Work, maintain coordination of efforts, discuss changes in scheduling, and resolve other problems which may develop. 18. SITE ADMINISTRATION. Contractor shall be responsible for all areas of the site used by him, by other contractors, and all Subcontractors in the performance of the Work. Contractor will exert full control over the actions of all employees and other persons with respect to the use and preservation of property and existing facilities, except such controls as may be specifically reserved to Owner or others. Contractor has the right to exclude from the site all persons who have no purpose related to the Work or its inspection, and may require all persons on the site (except Owner's employees) to observe the same regulations as he requires of his employees. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) (17578 ) 01015 -7- Section 01025 - MEASUREMENT AND PAYMENT 1. SCOPE. This section covers methods of measurement and payment for items of Work under this contract. 2. GENERAL. The total Bid Price shall cover all Work required by the Contract Documents. All costs in connection with the proper and successful completion of the Work. including furnishing all materials, equipment, supplies, and appurtenances; providing all construction plant, equipment, and tools; and performing all necessary labor and supervision to fully complete the Work, shall be included in the unit and lump sum prices bid. All Work not specifically set forth as a pay item in the Bid Form shall be considered a subsidiary obligation of Contractor and all costs in connection therewith shall be included in # the prices bid. 3. ESTIMATED QUANTITIES. All estimated quantities of each unit price item stipulated in the Bid Form or other Contract Documents are approxi- mate and are to be used only (a) as a basis for estimating the probable cost of the Work and (b) for the purpose of comparing the bids submitted for the Work. The actual amounts of work done and materials furnished f under unit price items may differ from the estimated quantities. The basis of payment for work and materials will be the actual amount of work done and materials furnished. Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise on account of any difference between the amounts of work actually performed and materials actually furnished and the estimated amounts therefor. 4. EXCAVATION AND TRENCHING. Except where otherwise specified, the unit or lump sum price bid for each item of Work which involves excavation or trenching shall include all costs for such Work. No direct payment shall be made for excavation or trenching. All excavation and trenching shall be unclassified as to materials which may be encountered; in addition, trenches shall be unclassified as to depth. 5. PIPELINES. Pipelines which are to be paid for on a unit price basis shall be measured for payment, after installation, on the basis of the pipeline stationing as determined by the pipeline installation surveys, with all stations carefully measured. The measurement of the length of each line or run of pipe of each size shall begin and end at: a. The end of the pipe, where not connected to any other pipe, fitting, or special under this contract. b. The point of connection to any pipe or fitting installed under another contract for this project. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 01025 (17578 ) -1- C. The point of connection with the item limit of any lump sum bid item which includes the pipe. d. The center line intersection of runs and branches of tees, crosses, and Y-branches not included in lump sum items, where branch or connecting lines are constructed under this contract. e. The measurement of each line or run of pipe of each size which is to be paid for on a unit price basis shall be made continu- ous through all valves, fittings, and specials installed between the ends of each such line; except that the laying lengths of reducers and increasers shallbedivided equally between the connected pipe sizes. 5.01. Crossings. Where tunneling is required in connection with the railroad crossing, the crossing shall be measured for payment horizon- tally along the longitudinal center line of the enclosing conduit or pipe installed therein, from end to end of the enclosing conduit. The unit price bid for the crossing in pipe conduit or tunnel liner shall include allcostsin connection with excavation and backfilling, pipe conduit or tunnel liner, the excess cost of installing pipe in pipe conduit or tunnel liner above the amount bid for the pipe laid in open trench, all skids, jointing materials, jacking pipe, jacking pits, sand backfill, end closures, and all other work for and in connection with the crossing, not paid for separately. This item does not include payment for the pipeline. 5.02. Pavement Removal and Replacement. Pavement removal and replace- ment shall be measured for payment horizontally along the center line of the pipe, through manholes, and to the edge of the existing pavement; or, where the edge of the existing pavement is not clearly defined, to the edge of the pavement replacement. The width of pavement replacement will not be measured or taken into account in payment. The unit prices bid for pavement removal and replacement shall include all costs in connection therewith, including cutting, removal, and disposal of old pavement; construction of new pavement; and all extra compaction effort required for backfill beneath pavement. 6. REAERATION STRUCTURES. The reaeration structures shall be paid for at the lump sum price bid. The lump sum price shall include all excava- tion and backfilling not paid for as trenching for pipeline, concrete, reinforcing steel, ventilators, electrical and instrumentation, and all other work required to complete the structures as indicated on the drawings and specified. 7. MISCELLANEOUS CONCRETE. Concrete for encasement or blocking of pipe and fittings, not included as parts of manholes and other structures, (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) (17578 ) 01025 -2- r will be measured for payment as the actual volume of concrete placed within the limits as indicated or specified. Concrete for arch encasement of pipe shall be computed.using.the dimen- sions shown for arch encasement on the "Embedments for Conduits" detail in the drawings. Concrete for total encasement shall be computed using the maximum allow- able trench width (or pipe OD plus 24 inches where no maximum is speci- fied), the minimum clear depth below the pipe, and the minimum cover over the pipe, less the volume occupied by the pipe itself. Concrete for reaction blocking shall be computed using the dimensions indicated on the drawings for such blocking, unless otherwise authorized by Engineer. Unless otherwise authorized by Engineer, all additional concrete for encasement or blocking required outside the.specified'pay limits will be considered a subsidiary obligation of Contractor and no direct payment shall be made therefor. All concrete which is required in connection with manholes or C structures, and other pay items, shall be included in the lump sum or unit price bid for the pay item. r, The unit price bid for miscellaneous concrete shall include concrete, 1 reinforcing steel, forms, finishing, curing, and all other work or materials required to complete the concrete work. F F it 8. DECHLORINATION BUILDING. The lump sum price bid for the dechlori- nation building shall include all costs for furnishing all materials, equipment, and supplies; all construction equipment, tools, and plant;, the performance of all necessary labor, supervision, and services; and the installation complete of the dechlorination building in conformance with the drawings, specifications, and other contract documents. The work shall include excavation and backfill, concrete, connecting piping between the injection manhole and building, masonry, doors, ventilation and heating, site fencing, site gravel, entrance road, dechlorination equipment, furnishing and installation of the electrical and instrumen- tation work, underground electrical conduit, and all other appurtenant work indicated on the drawing or specified. 9. ARTIFICIAL FOUNDATIONS. The unit price bid for artificial founda- tions made necessary by unstable soil conditions, as directed by the : Engineer, shall include all costs in connection with extra excavation below grade and bringing the trench bottom to grade with granular fill materials. Artificial foundations shall be measured for payment using the following dimensions: , (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) (17578 ) 01025 -3- a. Horizontal distance along center line of pipeline between points where trench bottom is at original grade. b. Average vertical distance between original trench bottom to deepened trench bottom. Measurements to be made at 25 feet intervals along center line of pipeline. C. Minimum trench width specified in excavation and trenching section for size pipe being installed. All pay quantities shall be based on the volume of the excavated mate- rials (computed from above dimensions) in its original and undisturbed condition. 10. CONNECTIONS TO EXISTING PIPELINES. Connections to existing pipe- lines will be paid for at the lump sum prices bid. Each lump sum price named for a connection shall include all costs incurred for making the connection over and above the connecting piping in place. The price - shall include all excavation and backfill work not otherwise included in pipeline trenching and backfill; and all other appurtenant work required by the drawings and specifications and not included under other bid items. 11. VALVES. Valves will be paid for at the unit price bid for each size. The unit price shall include all costs incurred in completing the _ valve installation over and above the amount paid for piping in place. The unit price shall include furnishing and installing the valve, valve box, and appurtenances; excavation and backfill not included under piping and all other costs not included under other bid items. 12. TRENCH PROTECTIVE SYSTEM. The preparation of the trench safety program, and the installation, maintenance, inspection, and removal of — trench protective systems shall be measured and payment made by the unit price bid. Payment shall be made on linear quantities based on pipeline stationing as determined by pipeline installation surveys made after — removal of trench protection systems. Payments shall constitute full compensation for all preparation, design, labor, equipment, and mate- rials necessary to complete the item. 13. MISCELLANEOUS STRUCTURES. The lump sum price bid for miscellaneous structures shall include all costs for furnishing all materials and supplies; all construction equipment, tools, and plant; the performance of all necessary labor, supervision and service; and the installation complete of the outfall structure, air/vacuum relief manholes, sampling manhole, chlorine analyzer manhole, access manholes in county road, injection manhole, and dewatering manholes in conformance with the drawings, specifications, and other Contract Documents. 13.01. Air/Vacuum Relief Manholes. Work for each air relief manhole shall include excavation and backfill not otherwise included in pipeline trenching and backfill; concrete manhole riser, top, and cradle; manhole (LUBBOCK, TEXAS } (DISCHARGE FACILITIES) (CONTRACT 3 } 01025 (17578 } -4- r lid and frame; lifting sleeves; air relief valve; shut-off valves; piping; supports; and all other appurtenant work indicated or required by the drawings and specifications. 13.02. Sampling Manhole. Work for each sampling manhole shall include excavation and backfill not otherwise included in pipeline trenching and backfill; concrete manhole riser, top, and bottom; manhole lid and frame; lifting sleeves; and all other appurtenant work indicated or required by the drawings and specifications. 13.03. Dewatering Manholes. Work for each dewatering manhole shall include excavation and backfill not otherwise included in pipeline trenching and backfill; piping (from connection on main line); shutoff valve; concrete slab and all other appurtenant work required by the drawings and specifications. 13.04. Chlorine Analvzer Manhole. Work for the chlorine analyzer man- hole shall include excavation and backfill not otherwise included in pipeline trenching and backfill; concrete manhole riser, top, and bottom; manhole lid and frame; lifting sleeves; piping; supports; and all other appurtenant work indicated or required by the drawings and specifications. 13.05. Iniection Manhole. Work for the injection manhole shall include excavation and backfill not otherwise included in pipeline trenching and backfill; concrete manhole riser, top, and bottom; manhole lid and frame; piping; supports; and all other appurtenant work indicated or required by the drawings and specifications. 13.06. Access Manholes. Work for each access manhole in the county road shall include excavation and backfill not otherwise included in pipeline trenching and backfill; concrete manhole riser, top, and bottom; manhole lid and frame; and all other appurtenant work required by the drawings and specifications. Other access manholes shall be included in the pipeline. See paragraph 5. 13.07. Outfall Structure. Work for the outfall structure shall include excavation and backfill not otherwise included in pipeline trenching and backfill; concrete slab, walls and top of manhole; manhole lid and frame; concrete slope protection; discharge headwall; riprap; and all other appurtenant work required by the specifications and drawings. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 01025 i', (17578 ) -5- F. Section'01300 - SUBMITTALS 1. PROGRESS SCHEDULE. After the preconstruction conference and before Work is started, Contractor shall submit -to Engineer for review a sche- dule of the proposed construction operations. Owner shall cooperate with Contractor in arrangements for continuity of service and operation of valves and other control facilities. The progress schedule shall indicate the sequence of the Work, the time of starting and completion of each part, the installation date for each major item of equipment, and the time for making connections to existing piping, structures, or facilities. At least every 90 days the schedule shall be revised as necessary to reflect changes in the progress of the Work. Owner may require Contractor, at Contractor's expense, to add to his plant, equipment, or construction forces, as well as increase the working hours, if operations fall behind schedule at any time during the construction period. The following requirements shall be taken into consideration in preparing the proposed schedule of construction operations: Construction operations required for connecting to the existing 27 inch Hancock pipeline to the new outfall pipeline shall not be performed until the new pipeline, reaeration structures, and dechlorination building are substantially completed (except pipeline connections), been satisfactorily tested, cleaned, and are deemed acceptable by the Engi- neer. Connections to the existing pipeline will be performed in such a manner so as to limit the interruption of service to a total of 8 hours. Work shall proceed around the clock until the connection is completed. The Contractor shall submit a detailed schedule including a materials and equipment list for making the connection at least 14 days in advance of making the connection. Z. PROGRESS REPORTS. A progress report shall be furnished to Engineer with each Application for Payment. If the Work falls behind schedule, Contractor shall submit additional progress reports at such intervals as Engineer may request. Each progress report shall include sufficient narrative to describe current and anticipated delaying factors, their effect on the progress schedule, and proposed corrective actions. Any Work reported complete, but which is not readily apparent to Engineer,'must be substantiated with satisfactory evidence. Each progress report shall also include three prints of the accepted graphic schedule marked to indicate actual progress. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 01300 �" (17578 ) -1- 3. SCHEDULE OF VALUES. After review of the preliminary schedule at the preconstruction conference, and before submission of the first Application for Payment, Contractor shall prepare and submit to Engineer a schedule of values covering each lump sum item. The schedule of values,showing the value of each kind of work, shall be acceptable to Engineer before any Application for Payment is prepared. The sum of the items listed in the schedule of values shall equal the Contract Price. Such items as Bond premium, temporary construction facilities, and plant may be listed separately in the schedule of values, provided the amounts can be substantiated. 'Overhead and profit shall not be listed as separate items. An unbalanced schedule of values providing for overpayment of Contractor on items of Work which would be performed first will not be accepted. The schedule of values shall be revised and resubmitted until acceptable to Engineer. Final acceptance by Engineer shall indicate only consent to the schedule of values as a basis for preparation of applications for progress payments, and shall not constitute an agreement as to the value of each indicated item. 4. SCHEDULE OF PAYMENTS. Within 30 days after award of contract. Contractor shall furnish to Engineer a schedule of estimated monthly payments. The schedule shall be revised and resubmitted each time an Application for 'Payment varies more than 10 percent from the estimated payment schedule. 5. SURVEY DATA. All field books, notes, and other data developed by Contractor in performing surveys required as part of the Work shall be available to Engineer for examination throughout the construction period. All such data shall be submitted to Engineer with the other documentation required for final acceptance of the Work. -- 6. SHOP DRAWINGS AND ENGINEERING DATA. 6.01. General. Engineering data covering all equipment and fabricated and building materials which will become a permanent part of the Work under this Contract shall be submitted to Engineer for review. The data shall include drawings and descriptive information in sufficient detail to show the kind, size, arrangement, and operation of component mate- rials and devices; the external connections, anchorages, and supports required; performance characteristics; and dimensions needed for installation and correlation with other materials and equipment. All submittals, regardless of origin, shall be stamped with the approval of Contractor and identified with the name and number of this Contract, Contractor's name, and references to applicable specification paragraphs and Contract Drawings. Each submittal shall indicate the intended use of the item in the Work. When catalog pages are submitted, applicable _ items shall be clearly identified and inapplicable data crossed out. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 01300 r (17578 ) -2- Contractor's stamp of approval is a representation to Owner and Engineer " that Contractor accepts full responsibility for determining and veri-. i fying all quantities, dimensions, field construction criteria, mate- rials, catalog numbers, and similar data, and that he has reviewed and coordinated each submittal with the requirements of the Work and the Contract Documents. Contractor shall accept full responsibility for the completeness of each submission. When an item consists of components from several sources, Contractor shall submit a complete initial submittal including all components. F All deviations from the Contract Documents shall be identified on each submittal and shall be tabulated in Contractor's letter of transmittal. Such submittals shall, as pertinent to the deviation, indicate essential details of all changes proposed by Contractor (including modifications to other facilities that may be a result of the deviation) and all required piping and wiring diagrams. Five copies of each drawing and necessary data shall be submitted to Engineer. Facsimile (fax) copies will not be acceptable. Engineer will not accept submittals from anyone but Contractor. Submittals shall be consecutively numbered in direct sequence of submittal and without division by subcontracts or trades. 6.02. Certificate of Compliance. Where indicated in the equipment - schedule section, each submittal shall include a certificate of com- pliance prepared by the manufacturer or Supplier of the submitted data, certifying that the item covered is in compliance with the Contract Documents. The certificate of compliance shall be a separate document and shall include identification of all deviations from the Contract Documents. 6.03. Engineer's Review of Drawings and Data. Engineer's review of drawings and data submitted by Contractor will cover only general conformity to the Drawings and Specifications, external connections, and dimensions which affect the layout. Engineer's review does not indicate a thorough review of all dimensions, quantities, and details of the material, equipment, device, or item shown. Engineer's review of submittals shall not relieve Contractor from responsibility for errors, omissions, or deviations, nor responsibility for compliance with the Contract Documents. Engineer's submittal review period shall be 21 consecutive calendar days in length and shall commence on the first calendar day immediately following the date of arrival of the submittal or resubmittal in Engineer's office. The time required to mail the submittal or (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 01300 (17578 ) -3- resubmittal back to Contractor shall not be considered a part of the submittal review period. When the drawings and data are returned marked "NOT ACCEPTABLE" or "RETURNED FOR CORRECTION", the corrections shall be made as noted there- on and as instructed by Engineer and five corrected copies resubmitted. Facsimile (fax) copies will not be acceptable. When the drawings and data are returned marked "EXCEPTIONS NOTED", "NO EXCEPTIONS NOTED", or "RECORD COPY", no additional copies need be furnished unless requested by Engineer at time of review. 6.04. Resubmittal of Drawings and Data. Contractor shall accept full responsibility for the completeness of each resubmittal. Contractor shall verify that all corrected data and additional information previously requested by Engineer are provided on the resubmittal. When corrected copies are resubmitted, Contractor shall in writing direct specific attention to all revisions and shall list separately any revisions made other than those called for by Engineer on previous submissions. Requirements specified for initial submittals shall also apply to resub- mittals. Resubmittals shall bear the number of the first submittal followed by a letter (A, B, etc.) to indicate the sequence of the — resubmittal. If more than one resubmission is required because of failure of Contrac- tor to provide all previously requested corrected data or additional information, Contractor shall reimburse Owner for the charges of Engi- neer for review of the additional resubmissions. This does not include initial submittal data such as shop tests and field tests which are submitted after initial submittal. Resubmittals shall be made within 60 days of the date of the letter returning the material to be modified or corrected, unless within 30 days Contractor submits an acceptable request for an extension of the stipulated time period, listing the reasons the resubmittal cannot be _ completed within that time. Any need for more than one resubmission, or any other delay in obtaining Engineer's review of submittals, will not entitle Contractor to exten- sion of the -Contract Times unless delay of the Work is directly caused by a change in the Work authorized by a Change Order or by failure of Engineer to review any submittal within the submittal review period specified herein and to return the submittal to Contractor. 7. OPERATION AND MAINTENANCE DATA AND MANUALS. Adequate operation and maintenance information shall be supplied for all equipment requiring maintenance or other attention. The equipment Supplier shall prepare an operation and maintenance manual for each type of equipment indicated in r (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 01300 (17578 ) -4 the equipment schedule section. Parts lists and operating and mainte- nance instructions shall be furnished for other equipment not listed in the equipment schedule. Operation and maintenance manuals shall include the following; a. Equipment function, normal operating characteristics,,and limiting conditions. b. Assembly, installation, alignment, adjustment, and checking instructions. C. Operating instructions for startup, routine and normal operation, regulation and control, shutdown, and emergency conditions. d. Lubrication and maintenance instructions. e. Guide to "troubleshooting". f. Parts lists and predicted life of parts subject to wear. g. - Outline, cross-section, and assembly drawings; engineering data; and wiring diagrams. h. Test data and performance curves, where applicable. The operation and maintenance manuals shall be in addition to any instructions or parts lists packed with or attached to the equipment C when delivered, or which may be required by Contractor. Manuals and other data shall be printed on heavy, first quality paper, 8-1/2 by 11 inch size, with standard three -hole punching. Drawings and diagrams shall be reduced to 8-1/2 by 11 inches or 11 by 17 inches. Where reduction is not practicable, larger drawings shall be folded separately and placed in envelopes which are bound into the manuals. Each envelope shall bear suitable identification on the outside. Three preliminary copies of each manual, temporarily bound in heavy paper covers bearing suitable identification, shall be submitted to Engineer prior to the date of shipment of the equipment. After review by Engineer, three final copies of each operation and maintenance manual shall be prepared and delivered to Engineer not later than 120 days . prior to placing the equipment in operation. Final manuals and all parts lists and information shall be assembled in substantial, permanent, three-ring or three -post binders. As much as possible, material shall be assembled and bound in the same order as specified, and each volume shall have a table of contents and suitable index tabs. All material shall be marked with project identification, and inappli- cable information shall be marked out or deleted. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 01300 (17578 ) -5- Shipment of equipment will not be considered complete until all required manuals and data have been received. 8. LAYOUT DATA. Contractor shall keep neat and legible notes of measurements and calculations made by him in connection with the layout of the Work. Copies of such data shall be furnished to the Resident Project Representative for use in checking Contractor's layout as provided in the project requirements section. All such data considered _ of value to Owner will be transmitted to Owner by Engineer with other records upon completion of the Work. 9. CONSTRUCTION PHOTOGRAPHS. Contractor shall be responsible for the -' production of construction photographs as provided herein. Engineer shall designate the subject of each photograph. Photographs shall be taken at intervals of approximately 500 feet along the route of the pipeline before the commencement of Work, and promptly submitted to Engineer. The same views shall be rephotographed upon completion of construction activities on any section of the pipeline, and submitted with Contractor's Application for Payment for Work on that section. All photographs shall be produced by a competent photographer, and shall be color photographs of commercial quality. All negatives and two 4 by 5 prints of each view shall be submitted. Negatives shall be — identified with description of view and date. Prints shall be mounted on linen with flap for binding or enclosed in clear plastic binders, and marked with the name and number of the Contract, name of Contractor, description and location of view, and date photographed. Engineer shall transmit one copy of each photograph to Owner. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 01300 (17578 ) -6- F F Section 01400 - QUALITY CONTROL 1. TESTING LABORATORY SERVICES. All tests which require the services of a laboratory to determine compliance with the Contract Documents shall be performed by an independent commercial testing laboratory acceptable to Engineer. The laboratory shall be staffed with experi- enced technicians, properly equipped, and fully qualified to perform the tests in accordance with the specified standards. 1.01. Testing Laboratory Services Furnished by Contractor. Unless otherwise specified, Contractor shall be responsible for all testing laboratory services in connection with asphalt and concrete materials and mix designs, gradation tests for embedment, fill, backfill mate- rials, and all other tests and engineering data required for Engineer's C review of materials and equipment proposed to be used in the Work, 1 Contractor shall be responsible for all testing laboratory service in connection with quality control tests made in the field or laboratory on concrete, moisture -density (Proctor) and relative density tests on embedment, fill, and backfill materials, in -place field density tests on embedments and fills and slump, air content, and compressive strength tests for cast -in -place concrete. Contractor shall obtain acceptance of the testing laboratory before having services performed, and shall pay all costs for services. Field sampling and testing will be performed by Contractor's testing laboratory personnel, in the general manner indicated in the specifi- cations. Contractor, with Engineer's concurrence, shall determine the exact time and location of field sampling and testing. The Owner reserves the right to make any tests at any time to check the quality of the Contractor's testing procedures and/or results. If the tests conducted by the Owner, show no different conclusion, then the addi- tional tests shall be at the Owner's expense. If additional tests prove inaccurate results on the Contractor's behalf, the Contractor shall bear the costs of the additional tests and reconstruct the deficiencies. Contractor shall furnish all sample materials and cooperate in the sampling and field testing activities, interrupting the Work when neces- sary. When sampling or testing activities are performed in the field by testing laboratory personnel, Contractor shall furnish personnel and facilities to assist in the activities. Contractor shall not retain any testing laboratory against which Owner has reasonable objection, and if at any time during the construction process the services become unacceptable to Owner, he may request in writing that such services be terminated. The request must be supported with evidence of improper testing. If sufficient cause exists, Contrac- tor shall terminate the services and engage a different testing labora- tory. 1.02. Transmittal of Test Reports. Written reports of tests and engi- neering data furnished by Contractor for Engineer's review of materials (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 01400 (17578 ) -1- and equipment proposed to be used in the Work shall be submitted as specified for Shop Drawings. The testing laboratory retained by Contractor shall furnish four copies of a written report of each test performed by laboratory personnel in the field or laboratory. Copies of each test report will be transmitted to the Engineer, Owner, and Contractor within three days after each test is completed. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 01400 (17578 ) -2- F1, r Section 01500 - TEMPORARY FACILITIES 1. OFFICE AT SITE OF WORK. During the performance of this Contract, Contractor shall maintain a suitable office at or near the site of the Work which shall be the headquarters of his representative authorized .to receive drawings, instructions, or other communication or articles. Any communication given to the said representative or delivered at Contrac- tor's office at the site of the Work in his absence shall be deemed to have been delivered to Contractor. Copies of the Drawings, Specifications, and other Contract Documents shall be kept at Contractor's office at the site of the Work and avail- able for use at all times. 2. WATER. All water required for and in connection with the Work to be performed shall be provided by and at the expense of Contractor. No separate payment for water used or required will be made and all costs in connection therewith shall be included in the Bid. 3. POWER. Contractor shall provide all power for heating, lighting, operation of Contractor's plant or equipment, or for any other use by Contractor. Temporary heat and lighting shall be maintained until the Work is accepted. 4. TELEPHONE SERVICE. Contractor shall make all necessary arrangements and pay all installation charges for telephone lines in his offices at the site and shall provide all telephone instruments. 5. SANITARY FACILITIES. Contractor shall furnish temporary sanitary facilities at the site, as provided herein, for the needs of all construction workers and others performing work or furnishing services on the Project. F Sanitary facilities shall be of reasonable capacity, properly maintained throughout the construction period, and obscured from public view to the greatest practical extent. If toilets of the chemically treated type are used, at least one toilet will be furnished for each 20 men. Con-- !" tractor shall enforce the use of such sanitary facilities by all personnel at the site. 6. MAINTENANCE OF TRAFFIC. Contractor shall conduct his work to inter- fere as little as possible with public travel, whether vehicular or pedestrian. Whenever it is necessary to cross, obstruct, or close roads, driveways, and walks, whether public or private, Contractor shall provide and maintain suitable and safe.bridges, detours, or other tempo- rary expedients for the accommodation of public and private travel, and shall give reasonable notice to owners of private drives before inter- fering with them. Such maintenance of traffic will not be required when Contractor has obtained permission from the owner and tenant of private property, or from the authority having jurisdiction over public property involved, to obstruct traffic at the designated point. (LUBBOCK, TEXAS y (DISCHARGE FACILITIES) ( CONTRACT 3 ) 01500 (17578 ) -1- In making opencut street crossings, Contractorshallnot block more than one-half of the street at a time. Whenever possible, Contractor shall widen the shoulder on the opposite side to facilitate traffic flow. Temporary surfacing shall be provided as necessary on shoulders. 6.01. Temporary Bridges. Contractor shall construct substantial bridges at all points where it is necessary to maintain traffic across pipeline construction. Bridges in public streets, roads, and highways. shall be acceptable to the authority having jurisdiction thereover. Bridges erected in private roads and driveways shall be adequate for the service to which they will be subjected. Bridges shall be provided with substantial guardrails and with suitably protected approaches. Foot bridges shall be not less than k feet wide, provided with handrails and uprights of dressed lumber. Bridges shall be maintained in place as long as the conditions of the Work require their use for safety of the public. When necessary for the proper prosecution of the Work in the immediate vicinity of a bridge, the bridge may be relocated or tempo- rarily removed for such period as Engineer may permit. 6.02. Detours. Where required by the authority having jurisdiction thereover that traffic be maintained over any construction work in a public street, road, or highway, and the traffic cannot be maintained on the alignment of the original roadbed or pavement, Contractor shall, at his own expense, construct and maintain a detour around the construction work. Each detour shall include a bridge across the pipe trench and all necessary barricades, guardrails, approaches, lights, signals, signs, and other devices and precautions necessary for protection of the Work and safety of the public. 7. BARRICADES AND LIGHTS. All streets, roads, highways, and other public thoroughfares which are closed to traffic shall be protected by effective barricades on which shall be placed acceptable warning signs. Barricades shall be located at the nearest intersecting public highway or street on each side of the blocked section. All open trenches and other excavations shall have suitable barricades, signs, and lights to provide adequate protection to the public. Obstructions such as material piles and equipment shall be provided with similar warning signs and lights. All barricades and obstructions shall be illuminated with warning lights from sunset to sunrise. Material storage and conduct of the Work on or alongside public streets and highways shall cause the minimum obstruc- tion and inconvenience to the traveling public. All barricades, signs, lights, and other protective devices shall be installed and maintained in conformity with applicable statutory requirements and, where within railroad and highway rights -of -way, as required by the authority having jurisdiction thereover. 8. FENCES.- All existing fences affected by the Work shall be main- tained by Contractor until completion of the Work. Fences which (LUBBOCK, TEXAS ) - (DISCHARGE FACILITIES) (CONTRACT 3 ) 01500 (17578 ) -2- interfere with construction operations shall not be relocated or dismantled until written permission is obtained from the owner of the fence, and the period the fence may be left relocated or dismantled has been agreed upon. Where fences must be maintained across the construc- tion easement, adequate gates shall be installed. Gates shall be kept closed and locked at all times when not in use. On completion of the Work across any tract of land or where fences must be dismantled, Contractor shall fences with new steel T-posts and 4 strands of barbed wire to replace their original location. 9. PROTECTION OF PUBLIC AND PRIVATE PROPERTY. Contractor shall pro- tect, shore, brace, support, and maintain all underground pipes, con- duits, drains, and other underground construction uncovered or otherwise affected by his construction operations. All pavement, surfacing, driveways, curbs, walks, buildings, utility poles, guy wires, fences, and other surface structures affected by construction operations, together with all sod and shrubs in yards, parkways, and medians, shall be restored to their original condition, whether within or outside the easement. All replacements shall be made with new materials. Contractor shall be responsible for all damage to streets, roads, high- ways, shoulders, ditches, embankments, culverts, bridges, and other public or private property, regardless of location or character, which may be caused by transporting equipment, materials, or men to or from t the Work or any part or site thereof, whether by him or his Subcontrac- tors. Contractor shall make satisfactory and acceptable arrangements with the owner of, or the agency or authority having jurisdiction over. the damaged property concerning its repair or replacement or payment of costs incurred in connection with the damage. 10. FLOOD PROTECTION. A portion of the facilities to be constructed are located in a flood hazard area. During the construction period, Contractor shall provide temporary protection as necessary to prevent flood damage to new and existing facilities and shall be responsible for any damage which may result from flooding up to the 100 year flood level. 11. ACCESS ROADS. Contractor shall establish and maintain temporary access roads to various parts of the site as required to complete the Project. Such roads shall be available for the use of all others �., performing work or furnishing services in connection with the Project. it 12. PARKING. Contractor shall provide and maintain suitable parking areas for the use of all construction workers and others performing work r or furnishing services in connection with the Project, as required to avoid any need for parking personal vehicles where they may interfere with public traffic, Owner's operations, or construction activities. i 13. NOISE CONTROL. Contractor shall take reasonable measures to avoid unnecessary noise. Such measures shall be appropriate for the normal ambient sound levels in the area during working hours. All construction (LUBBOCK. TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 01500 (17578 ) -3- machinery and vehicles shall be equipped with practical sound -muffling devices, and operated in a manner to cause the least noise consistent, with efficient performance of the Work. During construction activities on or adjacent to occupied buildings, and when appropriate, Contractor shall erect screens or barriers effective in reducing noise in the building and shall conduct his operations to avoid unnecessary noise which might interfere with the activities of building occupants. 14. DUST CONTROL. Contractor shall take reasonable measures to prevent unnecessary dust. Earth surfaces subject to dusting shall be kept moist with water or by application of a chemical dust suppressant. When prac- ticable, dusty materials in piles or in transit shall be covered to prevent blowing. Buildings or operating facilities which may be affected adversely by dust shall be adequately protected from dust. Existing or new machin- ery, motors, instrument panels, or similar equipment shall be protected by suitable dust screens. Proper ventilation shall be included with dust screens. 15. TEMPORARY DRAINAGE PROVISIONS. Contractor shall provide for the drainage of storm water and such water as may be applied or discharged on the site in performance of the Work.:; Drainage facilities shall be adequate to prevent damage to the Work, the site, and adjacent property. Existing drainage channels and conduits shall be cleaned, enlarged, or supplemented as necessary to carry all increased runoff attributable to Contractor's operations. Dikes shall be constructed as necessary to divert increased runoff from entering adjacent property (except in natural channels), to protect Owner's facilities and the Work, and to direct water to drainage channels or conduits. Ponding shall be provided as necessary to prevent downstream flooding. 16. EROSION CONTROL. Contractor shall prevent erosion of soil on the site and adjacent property resulting from his construction activities. Effective measures shall be initiated prior to the commencement of clearing, grading, excavation, or other operation that will disturb the natural protection. Work shall be scheduled to expose areas subject to erosion for the shortest possible time, and natural vegetation preserved to the greatest extent practicable. Temporary storage and construction buildings shall be located, and construction traffic routed, to minimize erosion. Temporary fast-growing vegetation or other suitable ground cover shall be provided as necessary to control runoff. 17. POLLUTION CONTROL. Contractor shall prevent the pollution of drains and watercourses by sanitary wastes, sediment, debris, and other substances resulting from construction activities. No sanitary wastes will be permitted to enter any drain or watercourse other than sanitary (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 01500 (17576 ) -4- sewers. No.sediment' debris, or other substance will be permittedto enter sanitary sewers, and reasonable measures will be taken to prevent such materials from entering any drain or watercourse. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) (17576 ) 01500 -5- F Section 01610 - GENERAL EQUIPMENT STIPULATIONS 1. SCOPE. All equipment furnished and installed under this Contract shall conform to the general stipulations set forth in this section, except as otherwise specified in other sections. 2. COORDINATION. Contractor shall coordinate all details of the equip- ment with other related parts of the Work, including verification that all structures, piping, wiring, and equipment components are compatible. Contractor shall be responsible for all structural and other alterations in the Work required to accommodate equipment differing in dimensions or other characteristics from that contemplated in the Contract Drawings or Specifications. r 3. MANUFACTURER'S EXPERIENCE. Unless specifically named ,in the t Specifications, a manufacturer shall have furnished equipment of the type and size specified which has been in successful operation for not less than the past 5 years. 4. WORKMANSHIP AND MATERIALS. Contractor shall guarantee all equipment against faulty or inadequate design, improper assembly or erection, defective workmanship or materials, and leakage, breakage, or other failure. Materials shall be suitable for service conditions. All equipment shall be designed, fabricated, and assembled in accordance with recognized and acceptable engineering and shop practice. Individ- ual parts shall be manufactured to standard sizes and gages so that repair parts, furnished at any time, can be installed in the field. Like parts of duplicate units shall be interchangeable. Equipment shall not have been in service at any time prior to delivery, except as required by tests. Except where otherwise specified, structural and miscellaneous fabri- cated steel used in equipment shall conform to AISC standards. All structural members shall be designed for shock or vibratory loads. Unless otherwise specified, all steel which will be submerged, all or in part, during normal operation of the equipment shall be at least 1/4 inch thick. 5. LUBRICATION. Equipment shall be adequately lubricated by systems which require attention no more frequently than weekly during continuous operation. Lubrication systems shall not require attention during startup or shutdown and shall not waste lubricants. Lubricants of the types recommended by the equipment manufacturer shall be provided in sufficient quantities to fill all lubricant reservoirs and to replace all consumption during testing, startup, and operation prior to acceptance of equipment by Owner. Unless otherwise specified or permitted, the use of synthetic lubricants will not be acceptable. (LUBBOCK, TEXAS ) ° (DISCHARGE FACILITIES) (CONTRACT 3 ) 01610 (17578 ) -1- Lubrication facilities shall be convenient and accessible. Oil drains and fill openings shall be easily accessible from the normal operating area or platform. Drains shall allow for convenient collection of waste oil in containers from the normal operating area or platform without removing the unit from its normal installed position. 6. ELEVATION. The elevation of the dechlorination building site is approximately 3,130 feet above mean sea level. All equipment furnished shall be designed to meet stipulated conditions and to operate satis- factorily at this elevation. 7. ELECTRIC MOTORS. Unless otherwise specified, motors furnished with equipment shall meet the following requirements: a. Designed and applied in accordance with NEMA, ANSI, IEEE, AFBMA, and NEC for the duty service imposed by the driven equipment, such as frequent starting, intermittent overload, high inertia, mounting configuration, or service environment. b. Rated for continuous duty at 40 C ambient, unless the appli- cation is well recognized for intermittent duty service as a standard industry practice. C. Insulated with Class F or Class H insulation systems and designed for a maximum Class B temperature rise at service factor load. d. Motors used in applications which exceed the usual service conditions as defined by NEMA, such as higher than 40 C ambient, altitude exceeding 3300 feet, explosive or corrosive environments, departure from rated voltage and frequency, poor ventilation, or frequent starting, shall be properly selected with respect to their service conditions and shall not exceed Class B temperature rise limits. e. To ensure long life, nameplate horsepower shall exceed the maximum load imposed by the driven equipment and carry a service factor rating as follows: Motor Service Size Enclosure Factor Fractional hp Open Other Than Open Integral hp (LUBBOCK, TEXAS } (DISCHARGE FACILITIES) (CONTRACT 3 } (17578 } 1.15 1.0 Open 1.15 Other Than Open 1.0 01610 .-2- Nameplate hp in Percent of Max Load bhn 100 110 105 110 F i r F f. Designed for.full voltage starting. g. Designed to operate from an electrical system that may have a maximum of 5 percent voltage distortion per IEEE Standard 519. h. Clamp -type grounding terminal shall be inside motor conduit box. i. External conduit boxes shall be oversized at least one size larger than NEMA standard. j. Totally enclosed motors shall have a continuous moisture drain which also excludes insects. k. Bearings shall be either oil or grease lubricated. 1. Manufacturer's standard motor may be supplied on appliances, tools, and unit heaters, in which case a redesign of the unit would be required to furnish motors of other than the manufac- turer's standard design. However, in all cases, totally enclosed motors are preferred and shall be furnished if offered by the manufacturer as a standard option. M. Totally enclosed motors shall be furnished on: 1. Outdoor equipment. 2. Equipment for installation below grade. 3. Chemical feeding and chemical handling equipment. 4. Equipment operating in wet or dust -laden locations. n. Dripproof motors, or totally enclosed motors at the Supplier's option, shall be furnished on equipment in indoor, above - grade, clean, and dry locations. o. Explosionproof or submersible motors shall be furnished as required by applicable codes or as specified in -other sections. p. Motors shall be rated as follows: 1. Below 1 2 hhP. 115 volts, 60 Hz, single phase; or 240 volts, 60 Hz, single phase. 2. 112 hP and above. 460 volts, 60 Hz, 3 phase. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) (17578 ) 01610 -3_ Where specified or required by the Drawings, motors used on 240 volt systems shall be 230 volts, 60 Hz, 3 phase. Motors used on 208 volt systems shall be 200 volts, 60 Hz, 3 phase. 8. DRIVE UNITS. The nominal input horsepowerrating of each gear or speed reducer shall be at least equal to the nameplate horsepower of the drive motor. Drive units shall be designed for 24 hour continuous service. 8.01. Gearmotors. Unless otherwise specified, the use of gearmotors will not be acceptable. 8.02. Gear Reducers. Each gear reducer shall be a totally enclosed unit with oil or grease lubricated, rolling element, antifriction bearings throughout. Helical, spiral bevel, combination bevel -helical, and worm gear reducers shall have a service factor of at least 1.50 based on the nameplate horsepower of the drive motor._ Cycloidal gear reducers shall have a service factor of at least 2.0 based on -the nameplate horsepower of the drive motor. Shaft -mounted and flange -mounted gear reducers shall be rated AGMA Class II. Helical gear reducers shall have a gear strength rating to catalog rating of 1.5. Each gear reducer shall be designed and manufactured in compliance with applicable AGMA standards. The thermal horsepower rating of each unit shall equal or exceed the nameplate horsepower of the drive motor. During continuous operation, the maximum sump oil temperature shall not rise more than 100 F above the ambient air temperature in the vicinity of the unit and shall not exceed 200 F. Each grease lubricated bearing shall be installed in a bearing housing designed to facilitate periodic regreasing of the bearing by means of a manually operated grease gun. Each bearing housing shall be designed to evenly distribute new grease, to properly dispose of old grease, and to prevent overgreasing of the bearing. The use of permanently sealed, grease lubricated bearings will not be acceptable. An internal or external oil pump and appurtenances shall be provided if required to properly lubricate oil lubricated bearings. A dipstick or sight glass arranged to permit visual inspection of lubricant level shall be provided on each unit. Gear reducers which require the removal of parts or periodic disassembly of the unit for cleaning and manual regreasing of bearings will not be acceptable.` Certification shall be furnished by the gear reducer manufacturer indi- cating that the intended application of each unit has been reviewed in. detail by the manufacturer and that the unit provided is fully compatible with the conditions of installation and service. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 01610 (17578 ) -4- 4 i 8.03. V-Belt Drives., Each V-belt drive shall include a;sliding base or other suitable tension adjustment. V-belt drives shall have a service factor of at least 1.6 at maximum speed based on the nameplate horse- l power of the drive motor. 9. SAFETY GUARDS. All belt or chain drives, fan blades, couplings, and l l other moving or rotating parts shall be covered on all sides by a safety guard. Safety guards shall be fabricated from 16 USS,gage or heavier galvanized or aluminum -clad sheet steel or 1/2 inch mesh galvanized expanded metal. Each guard shall be designed for easy installation and removal.- All necessary supports and accessories shall be provided for each guard. Supports and accessories, including bolts, shall be galva- nized. All safety guards in outdoor locations shall be designed to prevent the entrance of rain and dripping water. 10. ANCHOR BOLTS. Equipment suppliers shall furnish suitable anchor bolts for each item of equipment. Anchor bolts, together with templates or setting drawings, shall be delivered sufficiently early to permit setting the anchor bolts when the structural concrete is placed. Anchor bolts shall comply with the anchor bolts and expansion anchors section and, unless otherwise specified, shall have a minimum diameter of. 3/4 inch. Unless otherwise indicated or specified, anchor bolts for items of equipment mounted on baseplates shall be long enough to permit 1-1/2 inches of grout beneath the baseplate and to provide adequate anchorage into structural concrete. 11. EQUIPMENT BASES. Unless otherwise indicated or specified, all equipment shall be installed on concrete bases at least 6 inches high. l Cast iron or welded steel baseplates shall be provided for pumps, com- pressors, and other equipment. Each unit and its drive assembly shall be supported on a single baseplate of neat design. Baseplates shall , have pads for anchoring all components and adequate grout holes. Base-, plates for pumps shall have a means for collecting leakage and a threaded drain connection. Baseplates shall be anchored to the concrete base with suitable anchor bolts and the space beneath filled with grout as specified in the grout section. 12. SPECIAL TOOLS AND ACCESSORIES. Equipment requiring periodic repair and adjustment shall be furnished complete with all special tools, instruments, and accessories required for proper maintenance. Equipment requiring special devices for lifting or handling shall be furnished 1.' complete with those devices. 13. SHOP PAINTING. All steel and iron surfaces shall be protected by r suitable paint or coatings applied in the shop. Surfaces which will be inaccessible after assembly shall be protected for the life of the equipment, Exposed surfaces shall be finished, thoroughly cleaned, and filled as necessary -to provide a smooth, uniform base.for.painting. . Electric motors, speed reducers, starters, and other self-contained or (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 01610 (17578 ) -5- enclosed components shall be shop primed or finished with a high-grade, oil -resistant enamel suitable for top coating in the field with an alkyd enamel. Coatings shall be suitable for the environment where the equip- ment is installed. Surfaces to be painted after installation shall be prepared for painting as' recommended by the paint manufacturer for the intended service, and then shop painted with one or more coats of the specified primer. Unless otherwise specified, the shop primer for steel and iron surfaces shall be Ameron "Amercoat 3153A Universal Primer", Cook "391-N-167 Barrier Primer", Kop-Coat "340 Gold Primer", Tnemec "37-77 Chem -Prime or Valspar "13-R-28 Chromox Primer". Machined, polished, and nonferrous surfaces which are not to be painted shall be coated with rust -preventive compound, Houghton "Rust Veto 344". 14. PREPARATION FOR SHIPMENT. All equipment shall be suitably packaged to facilitate handling and protect against damage during transit and - storage. All equipment shall be boxed, crated, or otherwise completely enclosed and protected during shipment, handling, and storage. All equipment shall be protected from exposure to the elements and shall be kept dry at all times. Painted surfaces shall be protected against impact, abrasion, discolora- tion, and other damage. Painted surfaces which are damaged prior to acceptance of equipment shall be repainted to the satisfaction of Engineer. Grease and lubricating oil shall be applied to all bearings and similar items. Each item of equipment shall be tagged or marked as identified in the delivery schedule or on the Shop Drawings. Complete packing lists .and bills of material shall be included with each shipment. 15. STORAGE. Upon delivery, all equipment and materials shall imme- diately be stored and protected until installed in the Work. Pumps, motors, electrical equipment, and all equipment with antifriction or sleeve bearings shall be stored in weathertight structures maintained at a temperature above 60 F. Equipment, controls, and insulation shall be protected against moisture and water damage. All space heaters furnished in equipment shall be connected and operated continuously. Equipment and materials shall not show any pitting, rust, decay, or other deleterious effects of storage when installed in the Work. 16. INSTALLATION AND OPERATION. Equipment shall not be installed or operated except by, or with the guidance of, qualified personnel having the knowledge and experience necessary to obtain proper results. When so specified, or when employees of Contractor or his Subcontractors are (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 01610 (17578 ) -6- not qualified, such personnel shall be field representatives of the manufacturer of the equipment or materials being installed. Qualified field representatives shall be provided by the equipment manufacturers as required to perform all manufacturer's field services called for in the Specifications. Manufacturer's field representatives shall observe, instruct, guide, and direct Contractor's erection or installation procedures, or perform an installation check, as required. The field representative shall revisit the site as often as necessary to attain installation satisfactory to Engineer. All equipment installed under this Contract, shall be placed into suc- cessful operation according to the written instructions of the manufac- turer or the instructions of the manufacturer's field representative. All required adjustments, tests, operation checks, and other startup activity shall be provided. 17. OBSERVATION OF PERFORMANCE TESTS. Where the Specifications require the presence of Engineer, initial tests shall be observed or witnessed by Engineer. Owner shall be reimbursed by Contractor for all costs of subsequent visits by Engineer to witness or observe incomplete tests, retesting, or subsequent tests. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 01610 (17578 ) -7- I 71, r Section 01620 - EQUIPMENT SCHEDULE 1. SCOPE.. The first section of this schedule lists the items of equipment for which manufacturer's field services, operation and main- tenance manuals, or the manufacturer's or supplier's certificate of compliance are required. Equipment designation numbers are defined in the second section of this schedule. Specific requirements for manufacturer's field services are covered in the quality control section. Specific requirements for operation and maintenance manuals and certifi- cates of compliance are covered in the submittals section. 2. SUBMITTALS REQUIREMENTS. Manufacturer's field services, operation and maintenance manuals, and certificates of compliance shall be provided for the items of equipment indicated in the following schedule: Mf r' s Certificate Spec Field 0&M of Section Type of Equipment Services Manual Compliance 11727 Liquid Chemical Feed System X X X 13400 Instrumentation X X X 15100 Miscellaneous Valves X X 15101 Butterfly Valves X X 15104 Resilient -Seated Gate Valves X X 15108 Combination Air Valves X X 15500 Heating and Ventilation X X 16050 Electrical X x X 16480 600 Volt Class Motor Control X X X Centers 3. EQUIPMENT DESIGNATIONS. Spec Section 11727 15101 15500 Service Metering Pumps Chlorine Monitor Butterfly Valves Power Roof Ventilators Duct Fan Supply Fans Control Damper Electric Unit Heater Electric Duct Heater Thermostats Register Grille Louver (LUBBOCK. TEXAS } (DISCHARGE FACILITIES) (CONTRACT NO. 3 ) 01620 (17578 ) -1- Designation MP-5001, -5002 CM-5001 BV-5001 to BV-5005 PRV-5001, -5002 DF-5001 SF-5001 to SF-5004 CD-5001 EUH-5001 EDH-5001 T-5001, -5002 SD-1 EG-1 LD-5001 Section 01630 - PIPELINE SCHEDULE 1. SCOPE. This section consists of a schedule of 4 inch and larger pipelines indicating the type of pipe to be used. Pipe materials and installation are covered in other sections. Piping smaller than 3 inch size is covered in the miscellaneous piping section. 2. ALTERNATIVE PIPE TYPES. Where more than one type of pipe is indicated for a line in the schedule, the type of pipe material to be installed may be selected by the Contractor except as specified else- where. The details on the drawings cover only one type of pipe for each line. If a different material is selected by the Contractor, all details of connection, jointing, wall fittings, support, anchorage, and harnesses shall be modified as necessary to produce an equivalent design acceptable to the Engineer. 3. SCHEDULE INDEX. Pipe material abbreviations and the specification sections covering the pipe materials are as follows: Abbreviations Pipe Material Specification Section PCCP Prestressed Concrete Cylinder Pipe 02612 PTCP Pretensioned Concrete 02614 r Cylinder Pipe t CIP Cast Iron (Ductile) Pipe 15061 r"! MP Miscellaneous Piping 15060 4. SCHEDULE. Pipe materials shall conform to the following schedule. All pipelines indicated on the drawings, and all pipelines required for proper operation of the equipment furnished, shall be provided whether listed in the schedule or not. Pipe Size Station Service Location Material (inches) 36 East of Outfall Buried PTCP/PCCP, 99+92.7 Pipeline CIP 30 99+94.7 to Outfall Buried PTCP/PCCP, 115+88 Pipeline CIP 30 125+57 to Outfall Buried PTCP/PCCP. 125+82 Pipeline CIP (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 01630 (17578 ) -1- Pipe Size Station Service Location Material (inches) 20 115+88 to Outfall Buried PTCP/PCCP, 125+30 Pipeline CIP 20 126+15 to Outfall Buried PTCP/PCCP, 140+00 Pipeline CIP *24 140+00 to Outfall Buried PTCP/PCCP, 483+44.23 Pipeline CIP 16 & 18 --- Reaeration Reaeration MP Vent Structures 6 --- Manhole Vent Air/Vacuum MP Piping Relief and Sampling Manholes 4 --- Dewatering Buried, CIP Piping Dewatering Manhole 4 --- Air/Vacuum Buried, CIP Air/Vacuum Relief Manhole *Includes equation station 187+23.80 back - 277+49.65 forward (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 01630 (17578 ) -2- r F F Section 02200 - EARTHWORK 1. SCOPE. This section covers earthwork and shall include the necessary clearing, grubbing, and preparation of the site; removal and disposal of all debris; excavation and trenching as required; the handling, storage, transportation, and disposal of all excavated mate- rial; all necessary sheeting, shoring, and protection work; preparation of subgrades; pumping and dewatering as necessary or required; protec- tion of adjacent property; backfilling; pipe embedment; construction of fills and embankments; surfacing and grading; and other appurtenant work. 2. GENERAL REQUIREMENTS. With reference to the terms and conditions of the construction standards for excavations set forth in the OSHA "Safety and Health Regulations for Construction", Chapter XVII of Title 29, CFR, Part 1926, the Contractor shall employ a competent person and, when necessary, a registered professional engineer, to act upon all pertinent matters of the work of this section. Excavations shall provide adequate working space and clearances for the work to be performed therein and for installation and removal of con- crete forms. In no case shall excavation faces be undercut for extended footings. Subgrade surfaces shall be clean and free of loose material of any kind when concrete is placed thereon. Backfilling and construction of fills and embankments during freezing weather shall not be done except by permission of -the Engineer. No- backfill, fill, orembankment materials shall be installed on frozen surfaces, nor shall frozen materials, snow, or ice be placed in any backfill, fill, or embankment. 3. CLASSIFICATION OF EXCAVATED MATERIALS. No classification of exca- vated materials will be made. Excavation and trenching work shall include the removal and subsequent handling of all materials excavated or otherwise removed in performance of the contract work, regardless of the type, character, composition, or condition thereof. 4. BLASTING. Blasting or other use of explosives for excavation will not be permitted. 5. UNAUTHORIZED EXCAVATION. Except where otherwise authorized, indi- cated, or specified, all materials excavated below the bottom of con- crete walls, footings, slabs on grade, and foundations shall be replaced, by and at the expense of the Contractor, with concrete placed at the same time and monolithic with the concrete above. 6. DEWATERING. Dewatering equipment shall be provided to remove and dispose of all surface water and groundwater entering excavations, f (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02200 t (17578 ) -1- P trenches, or other parts of the work. Each excavation shall be kept dry during subgrade preparation and continually thereafter until the struc- ture to be built, or the pipe to be installed therein, is completed to the extent that no damage from hydrostatic pressure, flotation, or other cause will result. All excavations for concrete structures or trenches which extend down to or below groundwater shall be dewatered by lowering and keeping the groundwater level beneath such excavations 12.inches or more below the bottom of the excavation. Surface water shall be diverted or otherwise prevented from entering excavated areas or trenches to the greatest extent possible without causing damage to adjacent property. The Contractor shall be responsible for the condition of any pipe or conduit which he may use for drainage purposes, and all such pipe or conduit shall be left clean and free of sediment. 7. SHEETING AND SHORING. Except where banks are cut back on a stable slope, excavation for structures and trenches shall be sheeted, braced, - and shored, as necessary to prevent caving or sliding. Trench sheeting may be removed only if the pipe strength is sufficient to carry trench loads based on trench width to the back of sheeting. Trench sheeting shall not be pulled after backfilling. With the concurrence of the Engineer, sheeting shall be left permanently in the trench for no extra pay. Where trench sheeting is left in place, such sheeting shall not be braced against the pipe, but shall be supported in a manner which will preclude concentrated loads or horizontal thrusts on the pipe. Cross braces installed above the pipe to support sheeting may be removed after pipe embedment has been completed. 8. STABILIZATION. Subgrades for concrete structures and trench bottoms shall be firm, dense, and thoroughly compacted and consolidated; shall be free from mud and muck; and shall be sufficiently stable to remain firm and intact under the feet of the workmen. Subgrades for concrete structures or trench bottoms which are otherwise solid, but which become mucky on top due to construction operations, -- shall be reinforced with crushed rock or gravel. The stabilizing material shall be spread and compacted to a depth of not more than — 4 inches; if the required depth exceeds 4 inches, the material shall be furnished and installed as specified for granular fills. The finished elevation of stabilized subgrades shall not be above subgrade elevations indicated on the drawings." 9. EARTHFILLS AND EMBANKMENTS. Fills and embankments shall be con- structed -to lines and grades indicated on the drawings. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02200 (17578 ) -2- r 9.01. Materials. To the maximum extent available, excess suitable material obtained from structure and trench excavation shall be used for the construction of fills and embankments. All material placed in fills and embankments shall be free from rocks or stones larger than 6 inches in their greatest dimension, brush, stumps, logs, roots, debris, and organic or other deleterious materials. No rocks or stones shall be placed in the upper 18 inches of any fill or embankment. Rocks or stones within the allowable size limit may be incorporated in the remainder of fills and embankments, provided they are distributed so that they do not interfere with proper compaction. 9.02. Subgrade Preparation. After preparation of the fill or embank- ment site, the subgrade shall be leveled and rolled so that surface r 1 materials of the subgrade will be as compact and well bonded with the first layer of the fill or embankment -as specified for subsequent layers. 9.03. Placement and Compaction. All fill and embankment materials shall be placed in approximately horizontal layers not to exceed 8 inches in uncompacted thickness. Material deposited in piles or windrows by excavating and hauling equipment shall be spread and leveled before compaction. Each layer of material shall have the best practicable moisture content for satisfactory compaction. The material in each layer shall be wetted or dried as required and thoroughly mixed to ensure uniform moisture content and adequate compaction. Each layer shall be thoroughly com- pacted to at least 85 percent of maximum density at optimum moisture content as determined by ASTM D698. If the material fails to meet the 1 density specified, compaction methods shall be altered. Wherever a trench is to pass through a fill or embankment, the fill or ` embankment material shall be placed and compacted to an elevation not less than 12 inches above the top of pipe elevation before the trench is r excavated. 10. GRANULAR FILLS. Granular fills shall be provided where indicated on the drawings. Granular fills shall be placed on suitably prepared subgrades and compacted by vibration. Granular fill material shall be crushed rock or gravel; shall be free from dust, clay, or trash; and shall be graded 1-1/2 inch to No. 4 as defined in ASTM C33. Granular fills shall be compacted to not less than 70 percent relative density as determined by ASTM D4253 and D4254. Where granular fills are to be covered with concrete, the top surface ..: shall be graded to the required subgrade and covered with polyethylene film as specified in the cast -in -place concrete section. 9 11. LANDSCAPE GRAVEL. Landscape gravel shall beprovidedat the dechlorination facility as indicated on the drawings. The landscape r (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02200 h (17578 ) -3- gravelshallbe 3/4 inch smooth gravel, 4 inch deep on a 6 mil poly- ethylene sheeting. 12. TRENCH EXCAVATION. No more trench shall be opened in advance of pipe laying than is necessary to expedite the work. One block or 400 feet (whichever is the shorter) shall be the maximum length of open trench on any line under construction. Except where tunneling is indicated on the drawings, is specified, or is permitted by the Engineer, all trench excavation shall be open cut from the surface. 12.01. Alignment, Grade, and Minimum Cover. The alignment and grade or elevation of each pipeline shall be fixed and determined from offset stakes. Vertical and horizontal alignment of pipes, and the maximum joint deflection used in connection therewith, shall be in conformity with requirements of the section covering installation of pipe. Where pipe grades or elevations are not definitely fixed by the contract drawings, trenches shall be excavated to a depth sufficient to provide a minimum depth of backfill cover over the top of the pipe of 42 inches. Greater pipe cover depths may be necessary on vertical curves or to provide necessary clearance beneath existing pipes, conduits, drains, drainage structures, or other obstructions encountered at normal pipe grades. Measurement of pipe cover depth shall be made vertically from the outside top of pipe to finished ground or pavement surface eleva- tion, except where future surface elevations are indicated on the drawings. 12.02., Limiting Trench Widths. Trenches shall be excavated to a width which will provide adequate working space and sidewall clearances for proper pipe installation, jointing, and embedment. Minimum trench widths shall be as follows: Nominal Piye Size inches Less than 27 27 through 60 Minimum Trench Width inches Pipe OD plus 24 Pipe OD plus nominal pipe size Minimum Sidewall Clearance inches 12 ID12 OD - Outside diameter (or span) of conduit. ID s Inside diameter (or span) of conduit. Specified minimum sidewall clearances are not minimum average clearances but are minimum clear distances which will be required to the trench excavation or the trench protective system. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02200 (17578 ) -4- Cutting trench banks on slopes to reduce earth load to prevent sliding and caving shall be used only in areas where the increased trench width will not interfere with surface features or encroach on right-of-way limits. 12.03. Mechanical Excavation. The use of mechanical equipment will not be permitted in locations where its operation would cause damage to trees, buildings, culverts, or other existing property, utilities, or structures above or below ground. In all such locations, hand excava- ting methods shall be used. Mechanical equipment used for trench excavation shall be of a type, design, and construction, and shall be so operated that -the rough trench excavation bottom elevation can be controlled, and that trench alignment is such that pipe, when accurately laid to specified alignment, will be centered in the trench with adequate sidewall clearance. Undercutting the trench sidewall to obtain sidewall clearance will not be permitted. 12.04. Excavation Below.Piye Subgrade. Except where otherwise required, pipe trenches shall be excavated below the underside of the pipe, as indicated on the drawings, to provide for the installation of granular embedment. 12.05. Artificial Foundations in Trenches. Whenever unsuitable or unstable soil conditions are encountered, trenches shall be excavated, below grade and the trench bottom shall be brought to grade with suitable material. In such cases, adjustments will be, made in the Contract Price in accordance with the provisions of the Measurement and Payment section. 12.06. Bell Holes., Bell holes shall provide adequate:clearance for tools and methods used in installing pipe. No part of any bell or coupling shall be in contact with the trench bottom, trench walls, or granular embedment when the pipe is jointed. 13. PIPE EMBEDMENT. Embedment materials both below and above the bottom of the pipe, classes of embedment to be used, and placement and compaction of embedment materials shall conform to the requirements indicated on Figure 1-02200 and to the following supplementary requirements. Embedment material shall contain no cinders, clay lumps, or other material which may cause pipe corrosion. 13.01. Embedment Classes. a. Class A Arch Encasement., Class A arch encasement is not required unless improper trenching or unexpected trench condi- tions require -its use as determined by .the Engineer. 7 (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02200 (17578 ) -5- Concrete and reinforcing steel for arch encasement shall conform to the requirements of the cast -in -place concrete section. b. Class B Bedding. Class B bedding shall be used for all cast iron, pretensioned concrete, and prestressed concrete pipe- lines, and all other pipelines not otherwise specified. _ 13.02. Embedment for Cast Iron Pipelines. Granular embedment for cast �- iron pipelines shall be pea gravel or crushed rock with rounded or sub rounded particles; crushed rock with sharp edges which could cause significant scratching or abrasion of the pipe or damage to the poly- ethylene tube protection shall not be used. Inundated sand may be used for granular embedment in locations where the use of water will cause no damage to adjacent property and where it can be placed and properly r- compacted without damage to the pipe. Inundated sand, if used for granular embedment, shall conform to the requirements for inundated sand backfill as specified herein. 13.03. Placement and Compaction. Granular embedment material shall be spread and the surface graded to provide a uniform and continuous support beneath the pipe at all points between bell holes or pipe joints. It will be permissible to slightly disturb the finished subgrade surface by withdrawal of pipe slings or other lifting tackle. After each pipe has been graded, aligned, and placed in final position on the bedding material, and shoved home, sufficient pipe embedment material shall be deposited and compacted under and around each side of the pipe and back of the bell or end thereof to hold the pipe in proper position and alignment during subsequent pipe jointing and embedment operations. Embedment material shall be deposited and compacted uniformly and simul- taneously on each side of the pipe to prevent lateral displacement. Granular embedment for 20 inch and larger pipe shall be vibrated with a mechanical probe type vibrator during placement to ensure that all spaces beneath the pipe are filled. From pipeline station 99+94.7 to 105+00, soil migration into the embed- ment material shall be prevented with geotechnical fabric. Geotechnical fabric shall be placed on the trench surfaces and shall completely surround the embedment material. Joints shall be lapped 12 inches. 13.03.01. Filter Fabric. Filter fabric shall be a nonwoven fabric consisting only of continuous chains of polymeric filaments or yarns of polyester formed into a stable network by needle punching. The fabric shall be inert to commonly encountered chemicals; shall be resistant to mildew, rot, ultraviolet light, insects, and rodents; and shall conform to the following properties: (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02200 (17578 ) -6- r r f Property Fabric Weight Grab Strength Grab Elongation Mullen Burst Strength Test Method Unit ASTM D3776 oz/yd2 ASTM D4632 lb ASTM.D4632 percent ASTM D3786 psi Minimum Average Roll Value (weakest principal. direction) 5.7 155 _. 60 -. 190 Apparent Opening CW-02215 U.S. Standard 70 Size Sieve Size The filter fabric shall be provided in rolls wrapped with protective covering to protect the fabric from mud, dirt, dust, and debris. Complete descriptive and engineering data for the fabric shall be submitted in accordance with the submittals section. Data submitted shall include: A 12 inch square.sample of fabric. Manufacturer's descriptive product data. Installation instructions. 13.04. Groundwater Barrier. Continuity of embedment material shall be interrupted by low permeability groundwater barriers spaced at a maximum of 1000-foot intervals to impede passage of water through the embedment. Groundwater barriers shall be compacted soil around the pipe, meeting soil classifi-cation GC, SC,-CL, or ML-CL, compacted to 95 percent of maximum density. Material may be finely divided, suitable job excavated material, free from stones, organic matter, and debris. 14. TRENCH BACKFILL. All trench backfill above pipe embedment shall conform to the following requirements. A layer of backfill material not more than 8 inches, deep may be placed over concrete arch encasement or concrete reaction blocking after the concrete has reached its initial set, to aid curing. No additional backfill,shall be placed over arch encasement or blocking until the concrete has been in place for at least 3 days. 14.01. Compacted Backfill. Compacted backfill will be required for the full depth of the trench above the embedment in the following locations: Where beneath pavements, surfacings, driveways, or -other surface construction or structures. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02200 (17578 ) -7- Where in street, road, or highway shoulders. At the option of the Contractor, compacted backfill may be (a) suitable job excavated material, (b) inundated sand, or (c) graded gravel, as described below: a. Job Excavated Material. Job excavated material may be used for compacted backfill when the job excavated material is finely divided and free from debris, organic material, cinders or other corrosive material, and stones larger than 3 inches in greatest dimension. Masses of moist, stiff clay shall not be used. Job excavated materials shall be placed in uniform layers not exceeding 8 inches in uncompacted thickness. Each layer of material shall have the best possible moisture con- tent for satisfactory compaction. The material in each layer shall be wetted or dried as required and thoroughly mixed to ensure uniform moisture content and adequate compaction. Increased layer thickness may be permitted for noncohesive material if the Contractor demonstrates to the satisfaction of the Engineer that the specified compacted density will be obtained. The method of compaction and the equipment used shall be appropriate for the material to be compacted and shall not transmit damaging shocks to the pipe. Job excavated material shall be compacted to 95 percent of maximum density at optimum moisture content, as determined by ASTM D698 when that test is appropriate, or to 70 percent relative density, as determined by ASTM D4253 and D4254 when those tests are appropriate. b. Inundated Sand. Sand for inundated sand backfill shall be clean, with not more than 25 percent retained on a No. 4 sieve and not more than 7 percent passing a No. 200 sieve, and shall have an effective size between 0.10 mm and 0.30 mm. Sand shall be deposited in, or placed simultaneously with appli- cation of, water so that the sand is inundated during compac- tion. During placement, the sand shall be compacted by a mechanical probe type vibrator. Inundated sand shall be -compacted to 70 percent relative density as determined by ASTM D4253 and D4254. C. Graded Gravel. Gravel for compacted backfill shall conform to the following gradation:. Sieve Size Percent Passing by Weight 1 inch 100 314 inch 85 - 100 - 3/8 inch 50 80 . No. 4 35 - 60 -, No. 40 15 .: 30 No. 200 5 - 10 (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02200 (17578 ) -8- �� 4I d The gravel mixture shall contain no clay lumpsor organic matter. The fraction passing the No. 4 sieve shall have a liquid limit not greater than 25 and a plasticity index not greater than 5. Gravel backfill shall be deposited in uniform layers not exceeding 12 inches in uncompacted thickness. The ,_. backfill shall be compacted by a suitable vibratory roller or platform vibrator to not less than 70 percent, relative density as determined by ASTM D4253 and D4254. Groundwater barriers specified under pipe embedment shall extend to the top of the graded gravel backfill. 14.02. Ordinary Backfill. To prevent future settlement, ordinary trench backfill above pipe embendment in locations other than those Specified to be compacted backfill shall be compacted to at least 90 percent of maximum density at optimum moisture content as determined by ASTM D698. Ordinary earth backfill material to be placed above embedments shall be free of brush, roots more than 2 inches in diameter, debris, cinders, or other corrosive material, but may contain rubble and detritus from rock excavation, stones, and boulders in certain portions of the trench depth. Ordinary backfill material above embedments shall be placed by methods which will not impose excessive concentrated or unbalanced loads, shock, or impact on, and which will not result in displacement of, installed pipe. Compact masses of stiff clay or other consolidated material more than one cubic foot in volume shall not be permitted to fall more than 5 feet into the trench, unless cushioned by at least 2 feet of loose backfill above pipe embedment. No ordinary trench backfill material containing rocks., or rock excava- tion detritus, shall be placed in the upper 18 inches of the trench, nor shall any stone larger than 8 inches in its greatest dimension be placed within 3 feet of the top of pipe. Large stones may be placed in the remainder of the trench backfill only if well separated and so arranged that no interference with backfill settlement will result. 14.03. Water Settled Ordinary Backfill. Where water settlement of ordinary backfill is permitted, water shall be applied so that effective settlement is obtained with a minimum of water. Trenches shall not be permitted to overflow. Settlement by water puddling shall not be done (` until after the trench has been backfilled to the ground surface. Water shall be introduced above the pipe embedment through a long pipe nozzle so that disturbance of any granular embedment or compacted material will be held to an absolute minimum. Backfill material, to compensate for settlement below surface grade, shall be added as necessary and settled during puddling operations. jj (LUBBOCK, TEXAS ) t (DISCHARGE FACILITIES) (CONTRACT 3 ) 02200 (17578 ) -9- 1; 15. STRUCTURE BACKFILL. -Backfill around structures shall be compacted to the extent necessary to prevent future settlement. Water settlement will be permitted only where no damage to the work could be caused thereby. No backfill shall be deposited or compacted in water. Material for backfill shall be composed of earth only and shall contain no wood, grass, roots, broken concrete, stones, trash, or debris of any kind. No tamped or otherwise mechanically compacted backfill shall be deposited or compacted in water. 16. TESTS. All tests to ensure that embedment, fill, and backfill materials and their placement comply with specified requirements shall be made by an independent testing laboratory at the expense of the Contractor. The following tests will be required: a. Two initial gradation tests for each type of embedment, fill, or backfill material and one additional gradation test for each additional 2000 tons of each material. b. Two moisture -density (Proctor) tests in accordance with ASTM D698 or two relative density tests in accordance with ASTM D4253 and D4254 for each type of embedment, fill, or backfill material proposed, except for granular embedment material. C. For pipelines, in -place field density tests at average inter- vals of 1,000 feet along the trench or as required by the Engineer. d. For area fills and embankments, an in -place field density test for each 2,000 cubic yards of material placed. e. For water barriers, a total of 8 in -place density tests will be required. f. Retesting of areas where previous testing results indicated " non-compliance with the specifications and drawings shall be at the expense of the Contractor. 17. TUNNEL EXCAVATION. Pipelines shall be constructed in tunnels of the type designated on the drawings, in conformity with the requirements which follow. Before starting work on any tunnel, detailed drawings, specifications, and other data covering the liner to be used shall be submitted in -accordance with the submittals section. The clear inside diameter of tunnel liners shall be within 4 inches of the nominal diameter indicated on the drawings. 17.01. Smooth Steel Pipe. Smooth wall casing -pipe shall ,be of welded steel construction and shall be of new material with a minimum yield point of 35,000 psi. The pipe shall have a wall thickness of at (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02200 (17578 } -10- 1 A least 0.500 inch.. The casing pipe shall be cleaned ,and coated both inside and outside with two coats of coal tar paint, Kop-Coat"Situ- mastic Super Service Black" or Tnemec "46-449 Heavy Duty Black". The conduit shall be installed by jacking into place. Earth displaced by the conduit shall -be removed through the interior of the conduit by hand, by auger, or by other acceptable means. Sections of the casing pipe shall be welded together to form a continuous conduit capable of resisting all stresses, including jacking stresses. The casing pipe conduit in its final position shall be straight and true in alignment and grade, as required by the drawings. There shall be no space between the earth and the outside of the casing. 17.02. Wood Skids. Wood skids shall be provided as indicated on the drawings. The wood shall be pressure treated with chromated copper arsenate (CCA) in accordance with AWPA C2 and AWPB.LP-22. The wood skids shall be securely strapped to the pipe with steel strapping material at least 3/4 inch wide. 17.03. End Closure. Both ends of each casing conduit shall be closed with common brick and mortar as indicated on the drawings. 17.04. Paved Invert. The bottom portion of casing conduit constructed using tunnel liner plates shall be provided with a paved concrete invert. 17.05. Interruption of Traffic. No interruption of traffic will be permitted at any location where tunnels are required. 18. DRAINAGE MAINTENANCE. Trenches across roadways, driveways, walks, or other trafficways adjacent to drainage ditches or watercourses shall not be backfilled prior to completion of backfilling the trench on the upstream side of the trafficway, to prevent impounding water after the pipe has been laid. Bridges and other temporary structures required to maintain traffic across such unfilled trenches shall be constructed and maintained by the Contractor. Backfilling shall be done so that water will not accumulate in unfilled or partially filled trenches. All material deposited in roadway ditches or other watercourses crossed by the line of trench shall be removed immediately after backfilling is completed, and the original section, grades, and contours of ditches or watercourses shall be restored. Surface drainage shall not be obstructed longer than necessary. 19. PROTECTION OF TRENCH BACKFILL IN DRAINAGE COURSES. Where trenches are constructed in ditches or other watercourses, backfill shall be protected from surface erosion. Where the grade of the ditch exceeds one percent, retards shall be installed. Unless otherwise indicated on the drawings, retards shall be concrete. Retards shall extend at least 2 feet below the original ditch or watercourse bottom for the full bottom width and at least 18 inches into the side slopes, and shall be (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02200 '" (17578 ) -11- at least 12 inches thick. Existing retards that are removed shall be replaced with new retards. 20. FINAL GRADING AND PLACEMENT OF TOPSOIL. After other outside work has been finished, and backfilling and embankments completed and settled, all areas which are to be graded shall be brought to grade at the indicated elevations, slopes, and contours. All cuts, fills, embankments, and other areas which have been disturbed or damaged by construction operations shall be surfaced with 'topsoil to a depth of at least 4 inches. Topsoil shall be of a quality at least equal to the existing topsoil in adjacent areas, free from trash, stones, and debris, and well suited to support plant growth. Use of graders or -other power equipment will be permitted for final'' grading and dressing of slopes, provided the result is uniform and - equivalent to hand work. All surfaces shall be graded to secure effec- tive drainage. Unless otherwise indicated, a slope of at least one percent shall be provided. Final grading and surfacing shall be smooth, even, and free from clods and stones larger than one inch in greatest dimension, weeds, brush, and other debris. 21. DISPOSAL OF EXCESS EXCAVATED MATERIALS. Except as otherwise permitted, all excess excavated materials shall be disposed of away from the site of the work. Broken concrete and other debris resulting from pavement or sidewalk removal, excavated rock in excess of the amount permitted to be installed in trench backfill, debris encountered in excavation work, and other similar waste materials shall be disposed of away from the site of the work. Excess earth from excavations located in unimproved property may be distributed directly over the pipe trench and within the pipeline right- of-way to a maximum depth of 6 inches above the original ground surface elevation at and across the trench and sloping uniformly each way. Material thus wasted shall be carefully finished with a drag, blade machine, or other suitable tool to a smooth, uniform surface without obstructing drainage at any point. Wasting of excess excavated material in the above manner will not be permitted where the line of trench crosses or is within a railroad, public road, or highway right-of-way. The disposal of waste and excess excavated materials, including hauling, handling, grading, and surfacing, shall be a subsidiary obligation of the Contractor and no separate payment will be made therefor. 22. SETTLEMENT. The Contractor shall be responsible for all settlement of backfill, fills, and embankments which may occur within the correc- tion period stipulated in the General Conditions. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02200 (17578 ) -12- L The Contractor shall make, or cause to be made, all repairs or replace- ments made necessary by settlement within 30 days after notice from the Engineer or the Owner. 23. EROSION CONTROL. At Brazos River, the restored the outfall creek bank structure into the NFDMF of the shall be protected by a minimum of 18 inches of rip rap as indicated on the drawings. .Beneath the rip rap, 6 inches of filter blanket rock, not indicated on the drawings, shall be provided. The rip rap and filter blanket rock shall cover an area from the bottom of the channel to the top of the bank as indicated on the drawings. 23.01. Materials. Stones for rip rap and filter blankets shall be obtained from sources selected by the Contractor and shall be acceptable to the Engineer. Rip rap The material shall be durable stone or broken concrete containing a combined total of not more than 10 percent of earth, sand, shale, and nondurable rock. At least 25 per- cent of the mass shall be of pieces having a volume of one cubic foot or more, but not exceeding 24 inches in thickness. Filter blanket rock The material shall be durable and may be either crushed stone or gravel or a combination of both. The rock shall be reasonably well graded with a maximum size of 4 inches in diameter and an average size of one inch in diameter. 23.02. Placement. The filter blanket rock shall be dumped in place and shall form a layer to be used as backing for rip rap. Rip rap shall then be carefully dumped in placed so as to prevent damage to the filter blanket layer. The completed rip rap shall form a uniform minimum Erg' 18-inch thick layer with a tight surface. Each layer need not be compacted, but shall be graded in a manner to insure that the larger fragments are uniformly distributed and that the smaller fragments serve to fill the voids between the larger fragments. Hand placement of frag- ments or compaction will be required only to the extent necessary to obtain the required results. 7 24. ROAD CONSTRUCTION. 24.01. General Reouirements. Materials, procedures, and construction ,..� methods for reconstruction of the county road shall conform to the requirements of Lubbock County standard specifications for asphalt roads: I� (LUBBOCK, TEXAS ) i (DISCHARGE FACILITIES) (CONTRACT 3 ) 02200 (17578 ) -13- i Section IV - Scarifying and reshaping flexible base. Section V - Prime coat. Section VI - Double asphalt surface treatment. Section X - Subgrade preparation. Section XI Flexible base. The specifications are attached as an appendix. Payment for road con- struction is covered in Section 01025 Measurement and Payment. The entire width of the county road pavement shall be replaced (pipeline station 179+90 to 428+35) with new pavement and new subgrade (where required). Materials, procedures, and construction methods for the Dechlorination Building entrance road and area within fencing are covered herein. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02200 (17578 ) -14- r Section 02612 - PRESTRESSED CONCRETE CYLINDER PIPE 1. SCOPE. This section covers prestressed concrete pressure pipe with a steel cylinder, and steel fittings lined and coated with concrete or mortar, to be furnished and installed where indicated in the pipeline schedule. Pressure and leakage testing are covered in other sections. Pipe trenching, bedding, and backfill are covered in the earthwork section. All straight pipe, bends, tees, adapters, access manholes, closure pieces, blowoff fittings, and other fittings or specials shall be furnished as indicated on the drawings or required to complete the work. Piping shall.be installed complete with all jointing materials and accessories, anchors and blocking, and other necessary appurtenances. 2. GOVERNING STANDARD., Except as modified or supplemented herein, the manufacture of prestressed concrete cylinder pipe, fittings, and specials shall be governed by AWWA C301. The supplementary information required in the foreword of the governing standard is as follows: j� Tabulated Layout Schedule (Sec. 1.5.2) Required. Identification Marks (Sec. 1.6) Required. Inspection (Sec. 1.7.1) Not required. Cement Test Reports (Sec. 1.9.2) Not required. L Steel Test Reports and Specimens (Sec. 1.9.3 Not required. and 1.9.4) ~� Rubber Gasket Test Results (Sec. 1.9.5 Not required. and 2.11.8) Affidavit of Compliance (Sec. 1.10) Required. Cement As specified rr- herein. ` Pozzolanic Materials (Sec. 2.1.1) Not permitted. Concrete Aggregate Samples (Sec. 2.4) Not required. �^ Design Calculations (Sec. 3.2.1) Required. L: Welding Details (Sec. 3.5.2) Not required. Concrete Mix Designs (Sec. 3.6.2) Not required. -° Specials and Fittings (Sec. 4.1) As specified Cherein. Structural Steel Connections (Sec. 4.4) Interior lining required. 3. MATERIALS. Unless otherwise specified, all materials used in the manufacture of pipe, fittings, and accessories shall conform to AWWA C301. Prestressing Wire j�__` L (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02612 (17578 ) -1- ASTM A648, wire diameter shall be not less than 0.192 inch. Pipe .Size Station to Cond. A. Cond. B Cond. C Cond. Cond. 8 Cond. C (inches) Station A 30 99+94.7 to 3,100 .5,350 3,100 50 50 75 110+50 110+50 to 7,240 9,490 7,240 50 50 75 115+88 125+57 to 9,840 12.090 9.840 50 50 75 125+82 20 115+88 to 4,750 6,750 4,150 50 50 75 120+50 122+50 to 4,750 6,750 4,750 50 50 75 124+75 126+15 to 4,750 6,750 4,750 50 50 75 131+00 133+00 to 4,750 6,750 4,750 50 50 75 140+00 120+50 to 2,770 4,770 2,770 50 50 75 122+50 131+00 to 2.770 4.770 2,770 50 50 75 133+00 124+75 to 6,775 8,775 6,775 50 50 75 125+30 24_ 140+00 to 4,680 6,930 4,680 50 50 75 141+50 163+75 to 4,680 6,930 4,680 50 50 75 165+00 *184+00 to 4,680 6,930- 4.680. 50 50 75 295+75 317+00 to 4,680 6.930 4,680 50 50 75 329+50 365+50 to 4,680 6,930 4.680 50 50 75 384+25 460+75 to 4,680 6,930 4,680 50 50 75 483+44 141+50 to 2,770 5,100 2,770 50 50 75 163+75 165+00 to 2,770 5.100 2.770 50 50 75 184+00 295+75 to 2,770 50100 2,770 50 50 75 317+00 329+50 to 2,770 5.100 2.770 50 50 75 365+50 384+25 to 2,770 5,100 2,770 50 - 50 75 460+75 (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02612 (17578 ) -6- i Pipe Size Station to Cond. A. Cond. B Cond. C Cond. Cond. B Cond. C (inches) Station A 36 East of 6.500 9,100 6,500 50 50 75 Station 99+92.7 -Includes equation Station 187+23.8 back - 277+49.65 forward 6. ACCESS MANHOLES. Access manholes shall be provided in the locations indicated on the drawings. Access manholes shall be 20 inch flanged outlets with blind flange covers. Unless otherwise indicated on the drawings, covers shall be fabricated from 3/16 inch steel plate and shall have two handles fabricated from one inch diameter rod. At the option of the Contractor, reinforced or dished covers of lighter weight may be provided. Such covers shall be acceptable to the Engineer. 7, DEWATERING MANHOLES. Each dewatering manhole shall be arranged to provide a horizontal flanged drainline connection. One of the following arrangements shall be employed: r a. . Tangential flanged outlets. b. Radial flanged outlets, plus a flanged cast iron or cast steel bend for each. 8. ADAPTERS. Adapters shall be furnished in locations where required for connection to other types of pipe or appurtenances. A. spigot or, bell jointringshall be welded to the reinforcement for the concrete pipe portion of the adapter. The other portion of the adapter shall match the pipe or appurtenance to which it is to be connected. 9. WALL FITTINGS. Fabricated steel wall fittings shall be provided at the locations indicated on the drawings. Wall fittings shall be the required length, shall have bells to match the joints on the concrete pipe, and shall be fabricated by the manufacturer of the pipe to which they connect. 10. RESTRAINED JOINTS. Where indicated on the drawings,.joints shall be restrained by clamps, bolts, retaining rings, bolt harness assem- blies, or other method acceptable to the Engineer. Welding the joint rings will not be acceptable. Design of harness bolts, if used, shall be based on a maximum stress of r., 40,000 psi over the tensile stress area of the bolt. Each restrained joint pipe shall be designed to resist thrust of the magnitude indicated on the drawings. The length of pipe having re- (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02612 (17578 ) -7- strained joints shall be as indicated on the drawings. The longitudinal thrust shall be assumed to vary uniformly from a maximum at the bend or -' dead end to zero at the end of the required length"of restrained joint piping. Restrained joints and pipe cylinders shall be designed to withstand the calculated stresses at all points along the length of pipe having restrained joints. The maximum longitudinal stress in pipe cylinders shall not exceed 12,500 psi at the specified working pressure or 15,000 psi at the specified working pressure plus surge pressure. Restrained joints in the tunnels shall be designed to allow the pipe to be installed orremovedfrom the casing without damaging the joints or joint restraint. When angular deflection is required at restrained bell -and -spigot joints, special bevels shall be provided for the exact angle. Deflec- tion obtained by opening joints on one side will not be acceptable. 11. REDUCERS-. Tapered reducers shall be provided at the locations indicated on the drawings. Reducers shall be eccentric and shall have a diametrical reduction of not more than 3 inches per foot of length. The orientation of the flat portion of the reducer is indicated on the drawings. 12. FLANGED JOINTS. Flange faces shall be normal to the pipe axis. The angular deflection (or layback) of the flange face shall conform to the _ requirements of Section 4.3 of ANSIJAWWA C207.All flanges, after welding to the pipe, shall be refaced, if necessary, to comply with Section 3.2 of ANSI/AWWA C207. Pipe lengths and the dimensions and drillings of flanges furnished shall be coordinated with the lengthsandflanges for the valves, fittings, and other items to be installed in the piping. All mating flanges shall have the same diameter and drilling and shall be suitable for the pres- sures to which they will be subjected. Blind flanges shall conform in diameter and drilling to the flanges to which they attach. Details of blind flanges shall be subject to review and acceptance by the Engineer. 13. MARKING. Each pipe, fitting, or special section shall have plainly and permanently marked thereon: Pipe class. Date of manufacture. Manufacturer's name or trademark. On bends, the angle turned, and location of short and long sides.,' Identification of specials to show proper location :in line. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02612 " (17578 ) -8- r is F On beveled pipe, amount of bevel and point of maximum bevel, marked on the beveled -end. Markings shall be indented in the pipe or painted thereon with water- proof paint. Each end of each bevel end pipe. fitting, or special shall be marked with a stripe of paint, approximately 1-1/2 inches wide and 2 feet 'long, applied along the top center line. 14. HANDLING. Concrete pipe and fittings shall be handled carefully and shall not be bumped or dropped. Hooks shall not be permitted to come in contact with joint surfaces. 15. LAYING PIPE. Pipe shall be protected from lateral -displacement by pipe embedment material installed as specified in the earthwork section. t Pipe shall not be laid in water or under unsuitable weather or trench conditions. Pipe shall be laid with bell ends facing the direction of laying except when reverse laying is specifically permitted by the Engineer. Foreign matter shall be prevented from entering the pipe during instal- lation. No tools, clothing, debris, or other foreign material shall be placed in the pipe. Whenever pipe laying is stopped, the open end of the line shall be sealed with a watertight plug. All water in the trench shall be removed prior to removing the plug. 15.01. Cleaning. The interior of all pipe and fittings shall be-thor oughly cleaned before installation and shall be kept clean until the work has been accepted. 15.02, Alignment. Piping shall be laid to the lines and grades indi- cated on the drawings. Pipelines or runs intended to be straight shall be laid straight.. Curves may be formed by using fittings or beveled joints or by opening the joints. r Laser beam equipment, surveying instruments, or other suitable methods shall be used to maintain alignment and grade. At least one elevation p- reading shall be made on each length of pipe. If laser beam equipment j is used, periodic elevation measurements shall be made with surveying. ttt instruments to verify accuracy of grades. If such measurements indicate thermal deflection of the laser beam due to differences between ground temperature and the air temperature within the pipe, precautions shall be taken to prevent or minimize further thermal deflections. 15.03. Joint Opening. The minimum reserve extensibility.(distance from C the near edge of the spigot groove to the edge of the flare of the bell) remaining after joints are deflected shall be not less. -than the amount indicated on Figure 1-02612 at the end of this section. For bells (LUBBOCK. TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02612 (17578 ) -9- having a,depth of straight portion different from that indicated on Figure 1-02612 and for spigots having sealing and gasket reetention space different from that indicated on Figure 1-02612, the maximum joint opening shall be correspondingly adjusted. The distance from the face of the shall,be at least 3/8 inch greater face of bell to seat of bell). 16. JOINTING. spigot to the shoulder of the spigot than.the joint depth (distance from 16.01'. Bell -and -Spigot Joints. Rubber and steel joints shall be installed in accordance with the pipe manufacturer's recommendations. Immediately before the pipes are joined, all spigot and bell surfaces shall be thoroughly cleaned and bell surfaces shall be coated with joint lubricant. The gasket shall be lubricated and positioned in the spigot groove so that the gasket is distributed uniformly around the circum- ference. After each joint is completed, the position of the gasket shall be checked using a feeler gauge. If the gasket is not in the proper position, the joint shall be pulled apart, the gasket removed and discarded, and the joint reassembled using a new, properly lubricated gasket. Joint lubricant shall be stored in closed containers and shall be kept clean. When installing pipe in cold weather, the joint surfaces and gaskets shall be kept warm and the joint lubricant shall be prevented from freezing. Each exterior joint recess shall be filled with joint grout. A diaper shall be used to prevent foreign material from entering the joint recess before grouting and to serve as a form for the grout. Each diaper shall be of sufficient length to encircle the pipe, leaving enough space between the ends to allow the grout to be poured into place. Joint. grout shall be poured between the diaper and the pipe and shall be allowed to run down around to the bottom of the pipe. The grout shall be rodded, while being poured, using a stiff wire curved to the approxi- mate shape of the pipe. Each joint recess shall be completely filled with grout for the full circumference of the pipe. Not less than two lengths of pipe shall be in final position in advance of exterior joint grouting. If pipe embedment operations are resumed before the grout has attained initial set, care shall be taken to pre- vent damage to the grout while placing and compacting embedment material. After trench backfilling operations have been completed, the inside joint recess of all 24 inch and larger concrete pipe shall be filled with joint mortar. Joint surfaces shall be damp, but free from surface water when the mortar is placed. Mortar shall be thoroughly compacted to completely fill the recess and shall be finished smooth. All excess mortar -shall "be removed from the pipe. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02612 (17578 ) -10- The inside joint recess of 21 inch and smaller pipe.shall be filled with joint mortar by "buttering" the seat of the bell with mortar. After the joint is engaged, the mortar shall be smoothed and cleaned with a swab or by pulling a ball across the joint. All excess mortar shall be �^ removed from the pipe. 16.02. Flanged Joints. Care shall be taken in bolting flanged joints �. so that there is no restraint on the opposite end of the piece which would prevent pressure from being uniformly applied upon the gasket. r. The pipe or fitting must be free to move in any direction while bolting. Bolts shall be gradually tightened in a criss-cross pattern, to ensure a uniform rate of gasket compression around the'entire flange. 16.03. Mechanical Joints. Mechanical joints shall be carefully assem- bled in accordance with the manufacturer's recommendations. If effec- tive sealing is not obtained, the joint shall be disassembled, thoroughly cleaned, and reassembled. Overtightening of gland bolts to compensate for poor installation practice will not be permitted. 17. CONNECTIONS WITH EXISTING LINES. Where connections are made between new work and existing piping, such connections shall be made using fittings suitable for the conditions encountered. Each connection with an existing pipe shall be made at the time and under conditions which will least interfere with service to customers affected thereby, and as authorized by the Owner. Facilities shall be provided for proper dewatering and for disposal of all water removed from the dewatered lines and excavations without damage to adjacent property. 18. CONCRETE ENCASEMENT AND BLOCKING. Concrete encasement and blocking e., shall be installed where and as indicated on the drawings. Concrete and reinforcing steel shall be as specified in the cast -in -place concrete section. All pipe to be encased shall be suitably supported and blocked r in proper position and shall be anchored against flotation. r Blocking shall bear against undisturbed earth. The minimum required bearing area shall be as indicated on the drawings. r 19. PROTECTIVE COATINGS. Unless otherwise specified, metal surfaces shall be protected as specified herein. r. 19.01. Shop Coatings. Bolts and flange faces shall be shop coated with rust -preventive compound as specified. All other metal surfaces, except steel joint rings, shall be shop primed with coal tar primer as specified. All surfaces of steel joint rings exposed in finished pipe shall be n protected from corrosion by a shop -applied coat of rust -inhibitive primer or a coating of metallic zinc not.less than 0.004 inch thick applied by the metalizing process. r r (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02612 r r Section 02614 - PRETENSIONED CONCRETE CYLINDER PIPE 1. SCOPE. This section covers circumferentially pretensioned reinforced concrete pressure pipe with a steel cylinder and rod reinforcement, and steel fittings lined and coated with concrete or mortar, to be furnished and installed where indicated in the pipeline schedule. Pressure and leakage testing are covered in other sections. Pipe trenching, bedding, and backfill are covered in the excavation and trenching section. All straight pipe, bends, tees, adapters, access manholes, closure pieces, blowoff fittings, and other fittings or specials shall be furnished as indicated on the drawings or required to complete the work. All piping shall be installed complete with all jointing materials and accessories, anchors and blocking, and other necessary appurtenances. 2. GOVERNING STANDARD. Except as modified or supplemented herein, the manufacture of pretensioned concrete cylinder pipe, fittings, and specials shall be governed by AWWA C303. The supplementary information required in the foreword of the governing standard is as follows: Tabulated Layout Schedule (Sec. 1.5.2) Identification Marks (Sec. 1.6) Inspection (Sec. 1.7.1) Concrete Lining Quality Control Test Reports (Sec. 1.9.2) Steel Test Reports and Specimens (Sec. 1.9.3 and 1.9.4) Rubber Gasket Test Results (Sec. 1.9.5 and 2.8.8) Reinforcement Bar Weld Testing (Sec. 1.9.6) Affidavit of Compliance (Sec. 1.10) Type of Cement (Sec. 2.1.1) Concrete Aggregate Samples (Sec. 2.2.3) Design Data (Sec. 1.4.1) Design Calculations (Sec. 3.2.1) Protective Coating for Joint Rings Welding Details (Sec. 3.5.2) Specials and Fittings (Sec. 4.1) Required. Required. Not required. Not required. Not required. Not required. Not required. Required. As specified herein. Not required. As specified herein. Required. As specified herein. Not required. As specified herein. 3. MATERIALS. Unless otherwise specified, all materials used in the manufacture of pipe, fittings, and accessories shall conform to AWWA C303. Cement ASTM C150, Type I or II. Tri- calcium aluminate content shall not exceed 5 percent. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) (17578 ) 02614 -1- Fine Aggregate ASTM C33. Joint Ring Gaskets AWWA C303, Sections 2.8 and 3.4, except polymer shall be synthetic rubber. Natural rubber will not be acceptable. Joint Lubricant A vegetable base lubricant suitable for use in potable water. Petroleum or animal base lubricants will not be acceptable. Joint Grout One part portland cement to two parts clean masonry sand mixed to a pouring consistency. The sand shall pass a 16 mesh sieve. Cement used for joint grout shall be Type II containing not more than 5 percent tricalcium aluminate: Joint Mortar One part portland cement to two parts clean masonry sand mixed to a stiff consistency. The sand shall pass a 16 mesh sieve. Joint Diapers 24 Inch Pipe and Smaller Fabric with steel strap in hems, at least 7 inches wide. 27 Inch Pipe and Larger Fabric with steel strap in hems, At least 9 inches wide. Flanged Joints Flanges ANSI/AWWA C207, except where otherwise permitted or required. Dimensions and ANSI/AWWA C207, Class D. except Drilling where otherwise required. Blind Flanges Same as pipe flanges to which they attach, except thickness shall be as indicated on the drawings or specified. Flange Bolting Material ASTM A307. (LUBBOCK, TEXAS ) - (DISCHARGE FACILITIES) (CONTRACT 3 ) 02614 (17578 ) -2- Type Bolt and nut; bolt -stud and two nuts permitted for one inch diameter and larger. Bolts and Bolt -Studs Length Such that ends project 1/4 to 1/2 inch beyond surface of nuts. Ends Chamfered or rounded. Threading ANSI B1.1, coarse thread series, Class 2A fit. Bolt -studs may be threaded full length. Studs for tapped holes shall be threaded to match threading in holes. Bolt Heads Dimensions - ANSI B18.2.1; regular pattern for square, heavy pattern for hexagonal. Nuts Hexagonal. Dimensions ANSI B18.2.2, heavy, semi- finished pattern. Threading ANSI B1.1, coarse thread series, Class 2B fit. Gaskets ANSIJAWWA C207 ring type; Crane Packing Company "Style 777 - Cloth Inserted Synthetic Rubber Sheet Packing" or Garlock "Style 19 Cloth -Inserted Rubber Sheet Gasketing". Gasket Compound Garlock "Compound No. 101-5" or Titeseal "T251. Restrained Joints Bolts ASTM A193,. Grade B7. Threading ANSI B1.1, Class ZA fit, coarse thread series for one inch and smaller and 8-thread series for 1-1/8 inch and larger. Ends Chamfered or rounded. (LUBBOCK. TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02614 (17576 ) -3- Nuts Hexagonal, ASTM A194, Grade 2H or better. Threading As specified for bolts except Class 2B fit. Dimensions ANSI B18.2.2, heavy, semi- finished pattern. Washers Hardened steel, ASTM A325. Mechanical Joints ANSI/AWWA C111/A21.11. ^ Threaded Connections ANSI/ASME B1.20.1, NPT. Coatings Rust -Inhibitive Primer Universal type; Ameron "Amercoat 51051, Cook 1391-N-167 Barrier Primer", Koppers "No. 10 Inhibitive Primer", Tnemec "77 Chem -Prime", or Valspar "13-R-28 — Chromox Primer". Rust -Preventive Compound Houghton "Rust Veto 344" or Rust-Oleum "R-9". Coal Tar Primer Koppers "Bitumastic Mill Under- coat" or Valspar "35-J-6 Bituminous Black". Medium Consistency Koppers "Bitumastic Super — Coal Tar Paint Service Black", Tnemec "46-449 Heavy Duty Black", or Valspar "35-J-10 Hi -Build Bituminous Coating". Thixotropic Coal Tar MIL-C-18480, Koppers "Bitumastic No. 50" or Tnemec "46-450 Heavy - Tnemecol". Liquid Epoxy AWWA C210. Tape Coating Protecto Wrap "20OGT" or Tape - coat "CT". 4. BASIS OF DESIGN. Except as modified herein, pipe and fittings shall be designed in accordance with Appendix A of the governing standard to withstand the following external loadings and internal pressures: — (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02614 (17578 ) -4- Field External Load Surge + Pounds Working Working Pipe Size Station to Station per lin Pressure Pressure (inches) ft (psi) (psi) 30 99+94.7 to 110+50 5,350 50 75 110+50 to 115+88 9,490 50 75 125+57 to 125+82 12,090 50 75 20 115+88 to 120+50 6,750 50 - 75 122+50 to 124+75 6,750 50 75 126+15 to 131+00 6,750 50 75 133+00 to 140+00 6,750 50 75 120+50 to 122+50 4,770 50 75 131+00 to 133+00 4,770 50 75 124+75 to 125+30 8,775 50 75 24 140+00 to 141+50 60930 50 75 163+75 to 165+00 6,930 50 75 *184+00 to 295+75 6,930 50 75 317+00 to 329+50 6,930 50 75 365+50 to 384+25 6,930 50 75 460+75 to 483+44 6,930 50 75 141+50 to 163+75 5,700 50 75 165+00 to 184+00 5,100 50 75 295+75 to 317+00 5,100 50 75 329+50 to 365+50 5,100 50 75 384+25 to 460+75 5,100 50 75 36 East of Station 99+92.7 9,100 50 75 *Includes equation Station 187+23.8 back - 277+49.65 forward r (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) r (CONTRACT 3 ) t (17578 ) 02614 —5- Design ofthe pipe for external loadings -shall be based on the following values: Modulus of soil reaction (E') 1,000 psi Bedding constant (K) 0.090 Deflection lag factor (D1) 1.25 5. FITTINGS. Fittings shall comply with Section 4 of AWWA C303. Fittings shall be designed for the same external loads and internal pressures as the adjacent pipe. Steel plates used in the fabrication of fittings and special sections shall have a thickness not less than the outside diameter of the cylinder divided by 165 or shall be 1/4 inch thick, whichever is greater. This minimum wall thickness also applies to the reinforcing bands or saddles used for outlets in pipe and for beveled pipe. The use of metal lugs on fittings for ease of handling,will not be permitted. 6. ACCESS MANHOLES. Access manholes shall be provided in the locations indicated on the drawings. Access manholes shall be 20 inch flanged outlets with blind flange covers. Unless otherwise indicated on the drawings, covers shall be fabricated from 13/16 inch steel plate and shall have two handles fabricated from one inch diameter rod. At the option of the Contractor, reinforced or dished covers of lighter weight may be provided. Such covers shall be subject to acceptance by the Engineer. 7. DEWATERING MANHOLES. Each dewatering manhole shall be arranged to provide a horizontal flanged drainline connection. One of the following arrangements shall be employed: a. Tangential flanged outlets. b. Radial flanged outlets, plus a flanged cast iron or cast steel bend for each. 8. ADAPTERS. Adapters shall be furnished in locations where required for connection to other types of pipe or appurtenances. A spigot or bell joint ring shall be welded to the reinforcement for the concrete pipe portion of the adapter. The other portion of the adapter shall match the pipe or appurtenance to which it is to be connected. 9. WALL FITTINGS. Fabricated steel wall fittings shall be provided at the locations indicated on the drawings. Wall fittings shall be the required length, shall have bells to match the joints on the concrete (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02614 (17578 ) -6- F pipe, and shall -be fabricated by the manufacturer of the pipe -to which they connect. 10. RESTRAINED JOINTS. Where indicated on the drawings, joints shall be restrained by clamps, bolts, retaining rings, bolt harness assemb- lies, or other method acceptable to the Engineer. Welding the joint rings will not be acceptable. Design of harness bolts, if used, shall be based on a maximum stress of 40,000 psi over the tensile stress area of the bolt. Each restrained joint pipe shall be designed to resist thrust of the magnitude indicated on the drawings. The length of pipe having restrained joints shall be as indicated on the drawings. The longi- tudinal thrust shall be assumed to _vary uniformly from a maximum at the bend or dead end to zero at -the end of the required length of restrained joint piping. Restrained joints and pipe cylinders shall be designed to withstand the calculated stresses at all points along the length of pipe having restrained joints. The maximum longitudinal stress in pipe cylinders shall not exceed 16,OOO psi. When angular deflection is required at restrained bell -and -spigot joints, special bevels shall be provided for the exact angle. Deflec- tion obtained by opening joints on one side will not be acceptable. 11. REDUCERS. Tapered reducers shall be provided at the locations indicated on the drawings. Reducers shall be eccentric and shall have a diametrical reduction of not more than 3 inches per foot of length. The orientation of the flat portion of the reducer is indicated on the drawings. 12. FLANGED JOINTS. Flange faces shall be normal to the pipe axis. The angular deflection (or layback) of the flange face shall conform to the requirements of Section 4.3 of ANSI/AWWA C207. All flanges, after weld- ing to the pipe, shall be refaced, if necessary, to comply with Section 3.2 of ANSI/AWWA C207. Pipe lengths and the dimensions and drillings of flanges furnished shall be coordinated with the lengths and flanges for the valves, fittings, and other items to be installed in the piping. All mating flanges shall have the same diameter and drilling and shall be suitable for the pres- sures to which they will be subjected. Blind flanges shall conform in diameter and drilling to the flanges to which they attach. Details of blind flanges shall be subject to review and acceptance by the Engineer. 13. MARKING. Each pipe, fitting, or special section shall have plainly and permanently marked thereon: Pipe class. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02614 (17578 ) -7- Date of manufacture. Manufacturer's name or trademark. On bends, the angle turned, and location of short and long sides. Identification of specials to show proper location in -line. On beveled pipe,.amount of bevel and point of maximum bevel, marked on the beveled end. Markings shall be indented in the pipe or.painted.thereon with water- proof paint. Each end of each bevel end pipe, fitting, or special shall be marked with a stripe of paint, approximately 1-1/2 inches wide and 2 feet long, applied along the top center line. 14. HANDLING. Concrete pipe and fittings shall be handled carefully and shall not be bumped or dropped. Hooks shall not be permitted to come in contact with joint surfaces. 15. LAYING PIPE. Pipe shall be protected from lateral displacement by pipe embedment material installed as specified in the earthwork section. Pipe shall not be laid in water or under unsuitable weather or trench conditions. Pipe shall be laid with bell ends facing the direction of laying except when reverse laying is specifically permitted by the Engineer. Foreign matter shall be prevented from entering the pipe during instal- lation. No tools, clothing, debris, or other foreign material shall be placed in the pipe. Whenever pipe laying is stopped, the open end of the line shall be sealed with a watertight plug. All water in the trench shall be removed prior to removing the plug. 15.01. Cleaning,. The interior of all,pipe and fittings shall be -thor- oughly cleaned before installation and shall be kept clean until the work has been accepted. 15.02. Alignment. Piping shall be laid to the lines and grades indi- cated on the drawings. Pipelines or runs intended to be straight shall be laid straight. Curves may be formed by using fittings or beveled joints or,by opening the joints. Laser beam equipment, surveying instruments, or other suitable methods shall be used to maintain alignment and grade. At least one elevation reading shall be made on each length of pipe. If laser beam equipment is used, periodic elevation measurements shall be made with surveying instruments to verify accuracy of grades. If (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02614 (17578 ) -6- V; such measurements indicate thermal deflection of the laser beam due to differences between ground temperature and the air temperature within the pipe, precautions shall be taken to prevent or minimize further thermal deflections. 15.03. Joint Opening. The minimum reserve extensibility (distance from the near edge of the spigot groove to the edge of the flare of the bell) remaining after joints are deflected shall be not less than the amount indicated on Figure 1-02614 at the end of this section. For bells having a depth of straight portion different from that indicated on Figure 1-02614 and for spigots having sealing and gasket retention space different from that indicated on Figure 1-02614, the maximum joint opening shall be correspondingly adjusted. The distance from the face of the spigot to the shoulder of the spigot shall be at least 3/8 inch greater than the joint depth (distance from face of bell to seat of bell). 16. JOINTING. t; 6i r 16.01. Bell -and -Spigot Joints. Rubber and steel joints shall be installed in accordance with the pipe manufacturer's recommendations. Immediately before the pipes are joined, all spigot and bell surfaces shall be thoroughly cleaned and bell surfaces shall becoated with joint lubricant. The gasket shall be lubricated and positioned in the spigot groove so that the gasket is distributed uniformly around the circum- ference. After each joint is completed, the position of the gasket shall be checked using a feeler gauge. If the gasket is not in the proper position, the joint shall be pulled apart, the gasket removed and discarded, and the joint reassembled using a new, properly lubricated gasket. Joint lubricant shall be stored in closed containers and shall be kept clean. When installing pipe in cold weather, the joint surfaces and gaskets shall be kept warm and the joint lubricant shall be prevented from freezing. Each exterior joint recess shall be filled with joint grout. A diaper shall be used to prevent foreign material from entering the joint recess before grouting and to serve as a form for the grout. Each diaper shall be of sufficient length to encircle the pipe, leaving enough space between the ends to allow the grout to be poured into place. Joint grout shall be poured between the diaper and the pipe and shall be allowed to run down around to the bottom of the pipe. The grout shall be rodded, while being poured, using a stiff wire curved to the approximate shape of the pipe. Each joint recess shall be completely filled with grout for the full circumference of the pipe. Not less than two lengths of pipe shall be in final position in advance of exterior joint grouting. If pipe embedment operations are resumed before the grout has attained initial set, care shall be taken to FOR II' (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02614 (17578 ) -9- prevent damage to the grout while placing and compacting embedment material. After trench backfilling operations have been completed, the inside joint recess of all 24 inch and larger concrete pipe shall be filled with joint mortar. Joint surfaces shall be damp, but free from surface water when the mortar is placed. Mortar shall be thoroughly compacted to completely fill the recess and shall be finished smooth. All excess mortar shall be removed from the pipe. The inside joint recess of 21 inch and smaller pipe shall be filled with joint mortar by "buttering" the seat of the bell with mortar. After the joint is engaged, the mortar shall be smoothed and cleaned with a swab or by pulling a ball across the joint. All excess mortar shall be removed from the pipe. 16.02. Flanged Joints. Care shall be taken in bolting flanged joints so that there is no restraint on the opposite end of the piece which would prevent pressure from being uniformly applied upon the gasket. The pipe or fitting must be free to move in any direction while bolting. Bolts shall be gradually tightened in a crass -cross pattern, to ensure a uniform rate of gasket compression around the entire flange, — 16.03. Mechanical Joints. Mechanical joints shall -be carefully assembled in accordance with the manufacturer's recommendations. If effective sealing is not obtained, the joint shall be disassembled, thoroughly cleaned, and reassembled. Overtightening of gland bolts to compensate for poor installation practice will not be permitted. 17. CONNECTIONS WITH EXISTING LINES. Where connections are made between new work and existing piping, such connections shall be made using fittings suitable for the conditions encountered. Each connection _ with an existing pipe shall be made at the time and under conditions which will least interfere with service to customers affected thereby, and as authorized by the Owner. Facilities shall be provided for proper dewatering and for disposal of all water removed from the dewatered lines and excavations without damage to adjacent property. 18. CONCRETE ENCASEMENT AND BLOCKING. Concrete encasement and blocking shall be installed where and as indicated on the drawings. Concrete and reinforcing steel shall be as specified in the cast -in -place concrete section. All pipe to be encased shall be suitably supported and blocked in proper position and shall be anchored against flotation. Blocking shall bear against undisturbed earth. The minimum required bearing area shall be as indicated on the drawings. "- 19. PROTECTIVE COATINGS. Unless otherwise specified, metal surfaces shall be protected as specified herein. 19.01. Shop Coatings. Bolts and flange faces shall be shop coated with rust -preventive compound as specified. All other metal surfaces, except (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02614 _ (17578 ) -10- r IF steel joint rings, shall be shop primed with coal tar primer as speci- fied. All surfaces of steel joint rings exposed in finished pipe shall be protected from corrosion by a shop -applied coat of rust -inhibitive primer or a coating of metallic zinc not less than 0.004 inch thick applied by the metalizing process. 19.02. Surfaces Exposed Underground. All. metal surfaces which will be in contact with backfill after installation and are not encased in con- crete shall be cleaned to remove all rust and foreign materials, primed, and wrapped with two half -lapped layers of field -applied tape coating, or coated with 35 mils of thixotropic coal tar coating. Tape coating shall be applied in accordance with the manufacturer's recommendations. Backfill adjacent to wrapped surfaces shall consist of clean sand or pea gravel. 19.03. Surfaces Exposed in Manholes. All metal surfaces exposed inside manholes after installation shall be cleaned and given two coats of medium consistency coal tar paint. 20. PRESSURE AND LEAKAGE TESTING. After installation, pretensioned concrete cylinder piping shall be tested for defective workmanship and materials by being subjected to a hydrostatic test as set forth in the pipeline pressure and leakage testing section. 21. DRAWINGS AND DATA. Drawings, specifications, installation sched- ules, and other data showing complete details of the design, fabri- cation, construction, field locations and elevations, and installation of pipe, fittings, specials, and connections, together with complete data covering all materials proposed for use, shall be submitted in accordance with the submittals section. The drawings and data shall include, but shall not be limited to, the following for each size and class of pipe: Pipe design. Details of fittings and specials. Test reports. Laying schedule complete with an explanation of all abbreviations used in the schedule. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02614 (17578 ) -11- • '• 4.i, o•' J D - Depth of straight portion of bell E - Minimum reserve extensibility F - Salina and gasket retention space J - Maximum joint opening Pipe D E F J Sze Layout Installed Layout installed Oil d1marWom we In lnahal 1Q-21 2-1/2 3/4 5/8 1.1/8 5/8 3/4 2442 2-3/4 3/4 5/8 1.1 /8 7/8 1 MAXIMUM JOINT OPENING FOR DEFLECTED RUBBER AND STEEL JOINTS PRETENSIONED CONCRETE Figure 1-02614 R.M.. cm. M..ew+ CYLINDER PIPE I t Section 02704 - PIPELINE PRESSURE AND LEAKAGE TESTING 1. SCOPE. This section covers field hydrostatic pressure and leakage testing of the pipelines set forth herein. Testing of other piping systems is covered in the miscellaneous piping section. 2. GENERAL. Unless otherwise specified, testing of pipelines shall be completed prior to final cleaning. The Engineer shall be present during the performance of all testing work and shall be notified of the time and place of testing at least 3 days prior to commencement of the work. All work shall be performed to the satisfaction of the Engineer. 2.01. Testing Schedule and Procedure. A testing schedule and test procedure shall be submitted to the Engineer for review and acceptance not less than 21 days prior to commencement of testing work. The schedule shall indicate the proposed time and sequence of testing of each pipeline. The testing procedure shall establish the limits of each pipeline to be tested, the position of all valves during testing, the location of temporary bulkheads, and all other procedures to be followed in performing the required testing work. 2.02. Water. Water used for testing shall be furnished as stipulated in the temporary facilities section. Water shall be conserved through collection and reuse in subsequent testing work. Following completion of testing work, the water shall be disposed of in a manner acceptable to the Engineer. Unless otherwise permitted, the water shall not be allowed to enter other parts of the pipeline. 2.03. Filling and Venting. When filling the line with water, care shall be taken to ensure that all air release valves and other venting devices are properly installed and in the open position. Hand -operated vent valves shall not be closed until water flows in an uninterrupted stream from each valve. Care shall be taken to ensure that the rate at which each line is filled with water does not exceed the venting capacity of the installed air vent valves and devices. 2.04. Blocking and Backfilling. Piping shall be adequately blocked, anchored, and supported before the test pressure is applied. 2.05. Test Equipment. All necessary piping connections between the line to be tested and the water source, together with pumping equipment, water meter, pressure gauges, and all other equipment, materials, and facilities required to perform the specified tests, shall be provided. All flanges, valves, bulkheads, bracing, blocking, and other section- alizing devices required shall also be provided. All temporary (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02704 (17578 ) -1- sectionalizing devices shall be removed upon completion of testing. Vents shall be provided in test bulkheads where necessary to expel air from the line to be tested. Test pressures shall be applied by means of a force pump sized to provide and maintain the required pressure without interruption during the test. Water meters and pressure gauges shall be accurately calibrated and shall be subject to review and acceptance by the Engineer. Permanent gauge connections shall be installed at each location where test gauges are connected to the pipeline during performance of the required tests. Drilling and tapping of pipe walls will not be per- mitted. Upon completion of testing work, each gauge connection shall be fitted with a removable plug or cap acceptable to the Engineer. 3. PRESSURE TESTING. After the section of line to be tested has been filled with water, the test pressure shall be applied and maintained without interruption for 2 hours plus any additional time required for the Engineer to examine all piping undergoing the test and for the Contractor to locate all defective joints and pipe materials. 3.01. Test Pressure. The pipeline shall be subjected to a hydrostatic test pressure equivalent to the pressure plane elevation indicated for each section of line as follows: Location Test Pressure Plant Elevations Station to Station feet above mean sea level 100+00 to''121+00 3100 121+00 to 126+15 3120 126+15 to 129+00 3150 129+00 to 132+50 3175- 132+50 to 136+06 3195 136+00 to 139+00 3215 139+00 to 157+00 3235 157+00 to 283+00 '3260 283+00 to 343+00 -3280 343+00 to 402+00 3300 402+00 to 428+00 3325 428+00 to 483+44 3300 The test pressure, expressed in terms of feet of water, to be applied at any point in the line shall be equivalent to the arithmetic difference between the specified test pressure plane elevation and the elevation of the horizontal centerline of the pipeline to the selected location. The value obtained shall be multiplied by 0.433 to obtain pounds per square inch. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02704 (17578 ) -2- r r 4. LEAKAGE TESTING. Following completion of pressure testing and acceptance by the Engineer, the pipeline shall be subjected to a leakage test. The duration of the leakage test shall be 2 hours plus the, additional time required by the Engineer for an accurate determination of line leakage. 4.01. Leakage Test Pressure. The hydrostatic pressure maintained during the leakage test shall be at least 75 percent but not more than 100 percent of the pressure specified for.pressure testing of the pipe- line and shall be maintained within plus or minus 5 percent during the entire time that leakage measurements are being performed. 4.02. Leakage Measurement. Measurement of leakage shall not be attempted until all trapped air has been vented and a constant test pressure has been established. After the pressure has stabilized, line leakage shall be measured by means of a suitable water meter installed in the pressure supply piping on the pipeline side of the force pump. 4.03. Allowable Leakage. The term "leakage", as used herein, shall be the total amount of water which must be introduced into the line during the leakage test to maintain the test pressure. No section will be accepted if and while it exhibits a leakage rate in excess of that determined by the following formula: where Q - 0.0075 DLN Q - allowable leakage in gallons per hour D - nominal diameter of pipe in inches L - length of section tested in thousand feet N - square root of average test pressure in psi Whenever the pipeline to be tested contains pipe of different diameters, the allowable leakage shall be calculated separately for each diameter and corresponding length of line. The resulting allowable leakage rates shall be added to obtain the total allowable leakage for the entire pipeline. All joints in piping shall be watertight and free from visible leaks during the leakage test. Each leak which is discovered within the cor- rection period stipulated in the General Conditions shall be repaired by and at the expense of the Contractor regardless of any amount that the total line leakage rate, during the leakage test, may have been below the specified allowable leakage rate. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) S" (CONTRACT 3 ) 02704 (17578 ) -3- If the leakage test indicates a line leakage rate exceeding the allow- able, the Contractor shall locate and repair leaking joints and other defective items of work to the extent necessary to reduce the line leakage to an acceptable amount. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02704 (17578 ) -4- r r F r Section 02832 - CHAIN LINK FENCING 1. SCOPE. This section covers chain link fencing and gates. Fencing shall be provided in the alignment indicated on the drawings around the perimeter of the Dechlorination Building. 2. FENCE TYPE. Fencing shall conform to the details indicated on the drawings and shall be of the following general types. 2.01. Dechlorination Building Perimeter. Fencing shall consist of galvanized or aluminum coated steel fabric, with a top rail, bottom tension wire, and three strands of barbed wire mounted on 45 degree extension arms. The fabric height shall be 8 feet. The upper strand of barbed wire shall be approximately 12 inches out from the fence and 12 inches above the top of the fabric. Posts shall be set in concrete as indicated on the drawings. 3. MATERIALS. 3.01. Steel Fencing. All steel or malleable iron parts and accessories shall be hot -dip galvanized or aluminum coated after fabrication. Fabric 9 gage, 2 inch mesh; galvanized, ASTM A392, Class 2, or aluminum coated, ASTM A491; knuckled selvage on top, twist selvage on bottom. Posts Line Posts For 8 Foot Fencing Terminal Posts For 8 Foot Fencing Gate Posts (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02832 (17578 ) -1-- Steel pipe, ASTM F669, Group IC, with ASTM F1234, Type B interior and exterior protective coating. 2-3/8 inch OD pipe, 3.12 lb per ft. End, corner, and pull posts. 2-7/8.inch OD pipe, 4.64 lb per ft. Gate or leaf 6 ft or less, 2-7/8 inch OD pipe, 4.64 lb per ft; gate or leaf over 6 ft, 4 inch OD pipe, 6.56 lb per ft; gate or leaf over 13 ft, 6-5/8 inch OD pipe, 18.97 lb per ft; gate or leaf over 18 ft, Top Rails Rail Couplings Bracing Post Tops Barbed Wire Stretcher Bars Fabric Ties 8-5/8 inch OD pipe, 28.55 lb per ft. 1-5/8 inch OD steel pipe, 1.40 lb per ft. Sleeve type, 6 inches long, ASTM F626. Pipe brace same as top rail, with 3/8 inch diameter steel rod truss and tightener. Pressed steel, malleable iron with pressed steel extension arm, or one-piece aluminum casting, ASTM F626. Galvanized, ASTM A121, Class 2, or aluminum coated, ASTM A585, Type I; two 12-1/2 gage steel wires with four -point barbs. Steel, ASTM F626, 3/16 inch by 3/4 inch, or equivalent area. Aluminum bands or wires, ASTM F626. Gate Frames Steel tubing, 1-7/8 inch OD, 2.28 lb per ft. Tension Wire ASTM A824, galvanized or aluminum coated coil spring wire, 7 gage. 4. GATES. Cantilever slide gates shall be complete with frames, latches, stops, roller bearing and guide assemblies, fabric, braces, and three strands of barbed wire. Gates shall be rigidly constructed and shall be free from sag or twist. Gates shall be fitted with vertical extension arms or shall have frame end members extended to carry barbed wire. Joints between frame members shall be made by welding or by means of heavy fittings, and shall be rigid and watertight. Gate fabric shall be same as fence fabric and shall be attached to frame ends by stretcher bars, bolt hooks, or other mechanical means. An overhang section shall provide the necessary support when the gate is in the closed position and to receive the gate in the fully opened posi- tion. Roller bearing truck assemblies shall be mounted in positions which allow the gate to operate smoothly without snagging. Suitable (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02832 (17578 ) -2- F I stops and latches for padlocking shall be provided to allow padlocking accessibility from both sides of the gate. Gates shall be installed so they cannot be removed without disassembly of the hardware. Hardware attachment bolts shall be peened so that I removal will be difficult. u, 5. FENCE CONSTRUCTION. The installed fence shall conform to the align- ment and finish grade indicated. All posts shall be plumb. Unless otherwise indicated on the drawings, posts shall be spaced approximately 10 feet apart. Where necessary, the fence grade shall be adjusted to fit the ground contour by slipping the fence fabric links. Ground surface irregularities shall be graded as required to maintain not more than 2 inch clearance below the bottom of the fence fabric. t Where posts are set in earth, concrete foundations 36 inches deep shall be provided. If bedrock is encountered, post excavation shall be con- tinued to the 36 inch depth or 18 inches into the rock, whichever is less. Concrete foundations shall be circular in horizontal section, not less than 10 inches in diameter for line posts, and with a diameter not less than the post OD plus 9 inches for terminal and gate posts, except that foundations in bedrock shall be a minimum of 6 inches larger than the outside dimension of the post. Foundations shall extend above the ground surface and shall be crowned approximately one inch. Concrete for foundations shall conform to the cast -in -place concrete section. Each foundation shall be cured for at least 72 hours before further work is done on the post. I 7 Top rails and bottom tension wires shall be installed before the fabric. Top rails shall be furnished in at least 18 foot lengths and shall be securely connected to gate and terminal posts. Tension wires shall be installed approximately 6 inches above grade and shall be attached to each post and securely anchored at terminal and gate posts. A terminal post shall be provided at each change in slope. Fabric shall be attached to the top rail and bottom tension wire at 24 inch centers, and to the line posts at 15 inch centers. Barbed wire shall be fastened to each extension arm by internal clips or external fabric ties. Stretcher bars shall be provided at each gate and terminal post. Each stretcher bar shall be threaded through the fabric and anchored to the post at 15 inch centers by positive mechanical means. Each gate and terminal post shall be braced by a horizontal pipe brace and an adjustable truss extending to an adjacent line post. Corner posts shall be braced in both directions. Fabric shall be stretched taut and anchored so that a pull of 150 pounds at the middle of a panel will not lift the bottom of thefabricmore than 6 inches. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02832 (17578 ) -3- All surfaces of aluminum which will be in contact with concrete, mortar, or dissimilar metals shall be given a heavy coat of coal tar paint. 6. DRAWINGS AND DATA. Complete detail drawings and specifications for the fence, gates, and accessories shall be submitted in accordance with the submittals section. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02832 (17578 ) -4- I Section 02840 - TRENCH PROTECTIVE SYSTEMS 1. SCOPE. The requirements of this section are minimum requirements and are not intended to limit the scope of the Contractor's safety program. 2. GENERAL. Trench protective systems shall be provided for all trenches having a depth exceeding 5 feet. All trench protection work performed and protective systems installed shall conform to the requirements set forth in the 1990 OSHA regula- tions. F Prior to beginning construction, the Contractor shall submit to Owner a trench safety plan containing detailed plans and specifications for ade- quate trench protective systems. The plan must be designed and sealed by a professional engineer registered in the State of Texas with profes- sional experience in trench protective systems. The plan shall be submitted to the Owner for record purposes only. No review or approval of the plan will be made by the Owner. The Contractor shall be solely responsible for trench safety and shall provide a competent person to supervise trenching activities. The Con- tractor's trenching supervisor shall be present at the site of trenching work during all trenching operations. 3. TEST HOLES. Logs of test holes are bound as an appendix to these j� specifications, as indicated in Supplementary Conditions. The Contractor shall be responsible for obtaining any additional borings and soil analysis as required for the design of the trench safety plan. 4. TRENCH PROTECTIVE SYSTEMS. Contractor may meet the requirements for trench protective systems in three ways: 1. Excavate slopes no steeper than allowed by OSHA. 2. Utilization of trench box. 3. Shoring, sheeting, and bracing methods. Contractors electing to utilize the minimum angle of repose must submit a detailed plan of the excavation areas with cross sections and assess the impact on existing right-of-way and infrastructure. Contractors electing to utilize a trench box must submit physical dimen- sions, materials, position in the trench, expected loads, and the strength of the box. Contractors electing to utilize shoring, sheeting, and bracing must submit dimensions and materials (to include strengths, grades, etc.) of all uprights, stringers, cross -bracing, and spacing required. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02840 (17578 ) -1- In addition, contractor must maintain on file with Owner a current trench safety program governing its operations hereunder. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 02840 (17578 ) -2- Section 03301 - CONCRETE 1. SCOPE. This section covers all cast -in -place concrete, including reinforcing steel, forms, finishing, curing, and appurtenant work. All concrete shall be air -entrained. 2. GENERAL. All cast -in -place concrete shall be accurately formed and properly placed and finished, as indicated on the drawings and specified herein. The Contractor shall inform the Engineer at least 24 hours in advance of the times and places at which he intends to place concrete. 3. MATERIALS. Cement ASTM C150, Type I or II. Fine Aggregate Clean natural sand, ASTM C33. Artificial or manufactured sand will not be acceptable. Coarse Aggregate Water Admixtures Water -Reducing Air -Entraining Reinforcing Steel Bars Welded Wire Fabric Bar Supports Mechanical Connections (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) (17576 ) 03301 -1- Crushed rock, washed gravel, or other inert granular material conforming to ASTM C33, except that clay and shale particles shall not exceed one percent. Clean and free from deleterious substances. ASTM C494, Type A or D. ASTM C260. ASTM A615, Grade 60, deformed. ASTM A165 or A497. CRSI Class 1, plastic protected, or Class 2, stainless steel protected. Erico "Cadweld T-Series" or "Lenton", or Richmond "Dowel Bar Splice System". «— Forms Plywood Product Standard PS1, waterproof, resin -bonded, exterior type, Douglas fir. Lumber Straight, uniform width and thickness, and free from knots, offsets, holes, dents and other surface defects. Form Oil- Light-colored paraffin oil or other acceptable nonstaining material. Polyethylene Film Product Standard PS17, 6 mils or thicker. Membrane Curing Compound Fed Spec TT-C-800, Type I, and Floor Sealer Class 1, minimum 18 percent solids, nonyellowing, unit moisture loss 0.039 g/cm2 maximum; Cormix "Sealco 800", L&M Chemical "Dress & Seal", Prokrete "Cure-N-Seal 30", ProSoCo "Kure and Seal" or Sonneborn "Kure-N-Seal 0800". 4. PRELIMINARY REVIEW. The source and quality of concrete materials and the concrete proportions proposed for the work shall be submitted to the Engineer for review before concrete is placed. 5. LIMITING REQUIREMENTS. Unless otherwise specified, concrete shall be controlled within the following limiting requirements. 5.01. Minimum Cement Factors. The quantity of portland cement, expressed in pounds per cubic yard, shall be not less than that indicated in the following table: Coarse Aggregate Size from No. 4 Sieve to Concrete Slump 3 8" 1 2" 3 4" 1 2 inches 601 573 545 517 3 inches 629 592 564 536 4 inches 639 611 583 555 5 inches 658 630 602 573 6 inches 677 649 620 592 (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 03301 (17578 ) -2- F b 5.02. Ratio of Fine to Total Aggregates. The ratio of fine to total A` aggregates based on solid volumes (not weights) shall be: Coarse Aggregate Minimum Maximum r Size Ratio Ratio 3/8 inch 0.45 0.60 1/2 inch 0.40 0.55 3/4 inch 0.35 0.50 1 inch 0.30 0.46 I" 5.03. Total Water Content. Total water content of concrete shall not exceed 5.4 gallons of water per hundred pounds of cement in the mix. 5.04. Slump. Concrete slump shall be kept as low as possible con- sistent with proper handling and thorough compaction. Unless otherwise authorized by the Engineer, slump shall not exceed 4 inches. 5.05. Total Air Content. The total volumetric air content of concrete after placement shall be 6 percent plus or minus one percent. 5.06. Admixtures. The admixture content, batching method, and time of introduction to the mix shall be in accordance with the manufacturer's recommendations. A water -reducing admixture and an air -entraining r., admixture shall be included in all concrete. No calcium chloride or admixture containing chloride from other than impurities from admixture ingredients will be acceptable. 5.07. Strength. The minimum acceptable compressive strengths, as determined by ASTM C39, shall be: Age Minimum Compressive Strength 7 days 3,000 psi 28 days 4,000 psi 6. STORAGE OF MATERIALS. Cement shall be stored in suitable moisture - proof enclosures. Cement which has become caked or lumpy shall not be used. Aggregates shall be stored so that segregation and the inclusion of foreign materials are prevented. The bottom 6 inches of. aggregate piles r' in contact with the ground shall not be used. Reinforcing steel shall be carefully handled and shall be stored on supports which will keep the steel from contact with the ground. 7 7. BATCHING AND MIXING. Concrete shall be furnished by an acceptable ready -mixed concrete supplier and shall conform to ASTM C94. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 03301 (17578 ) -3- s 7.01. Consistency. The consistency of concrete shall be suitable for the placement conditions. Aggregates shall float uniformly throughout the mass, and the concrete shall flow sluggishly when vibrated or spaded. The slump shall be kept uniform. 7.02. Delivery Tickets. A delivery ticket shall be prepared for each load of ready -mixed concrete. A copy of each ticket shall be handed to the Engineer by the truck operator at the time of delivery. Tickets shall show the quantity delivered, the amount of each material in the batch, the outdoor temperature in the shade, the time at which the cement was added, and the numerical sequence of the delivery. 8. FORMS. Forms shall be designed to produce hardened concrete having the shape, lines, and dimensions indicated on the drawings. Forms shall be substantial and sufficiently tight to prevent leakage of mortar and shall be maintained in proper position and accurate alignment. Forms for pavement, curbs, or gutters shall be made of steel and shall be 'supported on thoroughly compacted earth. The top face of pavement forms shall not vary from a true plane more than 1/4 inch in 10 feet. Forms shall be thoroughly cleaned and oiled before concrete is placed. Where concrete is placed against gravel or crushed rock which does not contain at least 25 percent material passing a No. 4 sieve, such sur- faces shall be covered with polyethylene film to protect the concrete from loss of water. Joints in the film shall be lapped at least 4 inches. 8.01. Form Ties. Form ties shall be of the removable end, permanently embedded body type, and shall have sufficient strength and rigidity to support and maintain the form in proper position and alignment without the use of auxiliary spreaders. 8.02. Edges and Corners. Chamfer strips shall be placed in forms to bevel all salient edges and corners, except the top edges of walls and slabs which are to be tooled and edges which are to be buried. Unless otherwise noted, bevels shall be 3/4 inch wide. 8.03. Form Removal. Forms shall not be removed or disturbed until the concrete has attained sufficient strength to safely support all dead, live, and construction loads. Care shall be taken in form removal to avoid surface gouging, corner or edge breakage, and other damage to the concrete. 9. REINFORCEMENT. Reinforcement shall be accurately formed and positioned, and shall be maintained in proper position while the con- crete is being placed and compacted. Unless otherwise indicated on the drawings, the details of fabrication shall conform to ACI 315 and 318. In case of conflict, ACI 318 shall govern. Reinforcement shall be free t from dirt, loose rust, scale, and contaminants. Mechanical connections shall be used only as indicated on the drawings. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 03301 (17578 ) -4- 0 r r r 10. PLACEMENT. Concrete shall be conveyed to the point of final deposit and placed by methods which will prevent segregation or loss of ingredients. During and immediately after placement, concrete shall be thoroughly compacted and worked around all reinforcement and embedments and into the corners of the forms. Concrete shall be compacted by immersion -type vibrators, vibrating screeds, or other suitable mechanical compaction equipment. The use of jitterbug tampers to compact concrete flatwork will not be permitted. 11. TESTING. 11.01. Air Content. An air content test shall be made from each batch of concrete from which concrete compression test cylinders are made. The Contractor shall provide all equipment and supplies necessary for the testing. Air content shall be determined in accordance with ASTM C231. 11.02. Slump. A slump test shall be made from each batch of concrete from which concrete compression test cylinders are made. Slump shall be determined in accordance with ASTM C143. 11.03. Test Cylinders. Compression test specimens shall be made, cured, stored, and delivered to the laboratory in accordance with ASTM C31 and C39. One set of concrete test cylinders shall be cast for each concrete pour. A set of test cylinders shall consist of four cylinders, two to be broken and to have compressive strengths averaged at 7 days, and two to be broken and to have compressive strengths averaged at 28 days. All concrete required for testing shall be furnished by the Contractor. No additional compensation will be paid to the Contractor for concrete so used. Testing of the cured cylinders shall be performed by an independent testing laboratory at the expense of the Owner. 12. FINISHING. -Recesses from form ties shall be filled flush with mortar. Fins and other surface projections shall be removed from all formed surfaces, except exterior surfaces that will be in contact with earth backfill. Unless otherwise specified, unformed surfaces shall be screeded and given an initial float finish as soon as the concrete has stiffened sufficiently for proper working. Any piece of coarse aggregate which.is disturbed by the float or which causes a surface irregularity shall be removed and replaced with mortar. Initial floating shall produce a surface of uniform texture and appearance, with no unnecessary working of the surface. Initial floating shall be followed by a second floating at the time of initial set. The second floating shall produce a finish of uniform (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) (17578 ) 03301 -5- texture and color. The completed finish for unformed surfaces shall be the finish produced by the second floating. 13. CURING. Concrete shall be protected from loss of moisture by water saturation or by membrane curing for at least 7 days after placement. Water saturation of concrete surfaces shall begin as quickly as possible after initial set of the concrete. Unformed surfaces shall be covered with polyethylene film, tarpaulins, or sand to retain the water. Water shall be applied as often as necessary to keep the concrete saturated . for the entire curing period. Membrane curing compound may be used in lieu of water curing on concrete which will not be covered later with mortar or additional concrete. Membrane curing compound shall be spray applied at a coverage of not more than 300 square feet per gallon. Unformed surfaces shall be covered with curing compound within 30 minutes after final finishing. If forms are removed before the end of the specified curing period, curing compound shall be immediately applied to the formed surfaces before they dry out. Curing compound shall be suitably protected against abrasion during the curing period. Concrete shall be protected against freezing for at least 7 days after placement. 14. REPAIRING DEFECTIVE CONCRETE. Defects in concrete surfaces shall be repaired to the satisfaction of the Engineer. All concrete which is honeycombed or otherwise defective shall be cut out and removed to sound concrete, -with edges square cut to avoid feathering. Concrete repair work shall conform to Chapter'9 of ACI 301 and shall be performed in a manner that will not interfere with thorough curing of surrounding concrete. Repair work shall be adequately cured. 15. CONCRETE FOR MANHOLES, PIPE BLOCKING, AND PIPE ENCASEMENT. Concrete for manholes, buried blocking, and encasement of pipe shall conform to the limiting requirements specified herein, except that the cement factor and total water content may be adjusted to provide a minimum compressive strength of 3,000 psi at 28 days. Concrete shall have a slump of not less than 2 inches nor more than 5 inches when placed. 16. DATA AND DRAWINGS. All submittals of data and drawings shall be in accordance with the submittals section, except as noted herein. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) (17578 ) 03301 -6 1 Section 03600 GROUT 1. SCOPE. This section covers grouting of pump, motor, and equipment baseplates or bedplates; other miscellaneous baseplates; and other uses of grout as indicated on the drawings. Unless otherwise specified, all grouting shall be done with nonshrinking grout. Anchor bolts and threaded rod anchors arecovered in the anchor bolts and expansion anchors section. 2. MATERIALS. Nonshrinking Grout Cormix "Supreme", L&M "Crystex", Master Builders "Masterflow 713 Grout" or "Set Grout", Sauereisen Cements "F-100 Level Fill Grout", UPCO "Upcon Super Flow", or U.S. Grout "Five Star Grout". 3. NONSHRINKING GROUT. Nonshrinking grout shall be furnished factory premixed so that only water is added at the jobsite. Grout shall be mixed in a mechanical mixer. No more water shall be used than is necessary to produce a flowable grout. 3.01. Preparation. The concrete foundation to receive nonshrinking grout shall be saturated with water for 24 hours prior to grouting. 3.02. Placement. Unless otherwise specified or indicated on the draw- ings, the thickness of grout under baseplates shall be 1-1/2 inches. Grout shall be placed in strict accordance with the directions of the manufacturer so that all spaces and cavities below the top of baseplates and bedplates are completely filled, without voids. Forms shall be provided where structural components of baseplates or bedplates will not confine the grout. 3.03. Edge Finishing. In all locations where the edge of the grout will be exposed to view, the grout shall be finished smooth after it has reached its initial set. Except where shown to be finished on a slope, the edges of grout shall be cut off flush at the baseplate, bedplate, member, or piece of equipment. 3.04. Curing. Nonshrinking grout shall be protected against rapid loss of moisture by covering with wet rags or polyethylene sheets. After edge finishing is completed, the grout shall be wet cured for at least 7 days. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) (17578 ) 03600 -1- olk r Section 04200 - BUILDING MASONRY 1. SCOPE. This section covers building masonry. 2. GENERAL. Building masonry shall be constructed of units of the types, dimensions, arrangements, and coursing indicated on the drawings and specified herein, complete with all materials, accessories, and appurtenances as indicated, specified, or required. 3. MATERIALS. Masonry unit sizes are indicated in inches. Sizes of masonry units are nominal, the actual size being slightly smaller to allow for mortar joints. Concrete Block, [Includes Split Face Concrete Block and Split Rib (6 V Rib) Concrete Block.] Hollow Block Solid Block Sand 8 by 16, standard buff color, with special shapes as required; normal weight sand, gravel, or crushed stone aggregate con- forming to ASTM C33; moisture - controlled for linear shrinkage of 0.03 percent or less, with integral waterproofing additive. ASTM C90, Grade N-I. ASTM C145, Grade N-I. ASTM C144, natural sand. Pea Gravel ASTM C33, coarse aggregate, 90 percent passing 3/8 inch sieve, 90 percent retained on No. 4 sieve. Portland Cement ASTM C150, Type I. Hydrated Lime ASTM C207, Type S. Quicklime ASTM C5, pulverized. Lime Putty Quicklime, thoroughly slaked and stored for one day; kept moist until used. Integral Waterproofing (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) (17578 ) 04200 =1- Aluminum stearate. ammonium stearate, or calcium stearate, 2 percent of weight of cement; A. C. Horn "Hydratite" , Master Builders "Omicron Mortarproof- ing", Sika "Red Label", or Sonneborn "Hydrocide Water Repellent Fed Spec SS-W-110C, clear, colorless. Prime -A -Pell 200, -� Prosoco "Saltguard", or equal. Water Clean and free from deleterious substances. Joint. Reinforcement Fabricated from cold drawn steel wire, ASTM A82; galvanized, ~' ASTM A153, Class B-2. Ladder Type AA Wire Products or Dur-O-Wal; -- two-rod and three -rod types as required. Heavy -Duty 3/16 inch side rods and 9 gage truss rods. Corners Prefabricated corners. 1 Dovetail Anchors Galvanized, ASTM A153, Class B-2. Anchors - 12 gage, one inch wide, punched or notched for mortar grip; length as specified,.or extending to within 1/2 inch of outside face of masonry units used for facing. Corrugated are not to be used. Slots 22 gage, with fillers. i Reinforcing Steel ASTM A615, Grade 60, except No. 3 bars which may be either Grade 40 or Grade 60. _ Loose Fill Insulation Granular perlite, ASTM C549, or vermiculite, ASTM C516, treated for water repellency; Grace "Zonolite" or Grefco "Permalite". Wicks Nylon or polypropylene sash cord, 1/4 inch diameter. Wall -fleshings are covered in the sheet metal section. 4. COLORS AND SAMPLES. Colors will be selected from samples submitted v as specified. Where colors are specified they are intended to indicate the color.range'desired. :Equivalent colors by other manufacturers may be furnished subject to concurrence of the Engineer. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) '04200 (17578 ) -2- r 4.01. Concrete Block, Split Face Concrete 'Block and Split Rib Concrete Block. All concrete block shall be buff color. The exact color will be selected by the Engineer from catalog data and samples submitted by the Contractor. Data and samples shall be submitted showing as many different colors as may be required for proper selection. 5. SAMPLE PANEL. Before the installation of any masonry materials, a sample panel V -8" long by 4'-0" high shall be erected at the building site showing proposed color, texture, bond, mortar joints, and workman- ship for masonry materials. The panel shall be concrete block laid in running bond with exterior materials on one face and interior materials on the other face. The panel shall be of the thickness indicated on the drawings. The panel shall be representative of the typical exterior wall construction indicated on the drawings, complete with wall flashings, joint reinforcement, vertical reinforcing, and insulation. No masonry work shall progress until the Engineer has accepted the sample panel. The panel shall then become the standard of comparison for all masonry work built of the same materials. The panel shall not be destroyed or moved until masonry work is completed. 6. HANDLING AND STORAGE. All masonry units shall be handled in a . manner which will prevent soiling, chipping, or damage of any kind. i Broken, discolored, chipped, or otherwise damaged facing units will be rejected and shall be replaced with undamaged units. Masonry units shall be stored on pallets and shall be protected against contamination and staining. Masonry units shall be kept covered and dry at all times. Lime and cement shall be stored under cover in a dry place. Sand shall be stored so that the inclusion of foreign materials is prevented. Whenever sand is piled directly on the ground, the surface beneath the sand shall be smooth, well drained, and free from dust, mud, and debris. The bottom 6 inches of each pile shall not be used in mortar. Insulation shall be stored under cover in a dry place, and shall be protected from the weather at all times. 7. MORTAR. The method of measurement of all mortar ingredients shall be accurate and shall ensure definite and uniform proportions. The use of masonry cement will not be permitted. 7.01. Masonry Mortar4 Masonry mortar shall conform to ASTM C270 except as modified herein. Mortar shall be machine mixed 'for at least 5 minutes and shall be used within 90 minutes after mixing. Mortar left on hand when work is stopped shall be discarded. No remixing of mortar more than 90 minutes old with additional water, cement, or other materials will be permitted. The term "reinforced masonry", as used to determine mortar requirements, shall include all masonry work incorporating reinforcing steel in cores, (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 04200 (17578 ) -3- cavities, or bond beams. Construction having joint reinforcement or ties only shall not be considered as reinforced masonry. Mortar shall be mixed in volumetric proportions as follows: Service Portland Hydrated Lime Sand and Type Cement or Lime Putty (Max) Reinforced 1 1/2 4 masonry (Type S) The sand content specified above is a maximum quantity. Integral waterproofing shall be added to each mortar mix. Mortar for concrete block shall be colored to match.the concrete block. 7.02. Concrete Fill. Concrete fill for filling bond beams and other reinforced masonry shall be concrete grout meeting the requirements, of ASTM C476, mixed in the volumetric proportions of one part cement, 2-1/2 parts sand, and 1-1/2 parts pea gravel. Only enough water shall be added to the mixture to produce a mixture which is flowable, but which will not show an excess of water when placed. _Unless otherwise specified, concrete fill shall have a -slump ranging from 8 to 11 inches. Unless otherwise acceptable to the ,Engineer, concrete fill shall be placed in lifts not exceeding 5 feet in height. Pours exceeding 12 inches in height shall be consolidated by.mechanical vibration and reconsolidated by mechanical vibration after initial water loss and settlement has occurred. Bond beam fill shall not be mechanically vibrated. 8. MORTAR JOINTS., Masonry shall be laid in straight, level, uniform courses with mortar joints of approximately 3/8 inch wide and of uniform width. ;.Head joints shall approximately equal the horizontal joints in width. In laying up concrete block masonry, abutting surfaces of head joints shall. -be completely and solidly cemented together with mortar. All solid masonry units and hollow units with horizontal cells shall be laid on a full bed of mortar. All unfilled hollow masonry units with verti- cal cells -shall be laid with face shell mortar bedding, except that starter courses shall be laid on a full bed of mortar. Web joints of all cores which will be subsequently filled with concrete fill shall be fully mortared. The filling of masonry joints shall mean that the entire space between abutting surfaces of units is full, and that the body ofthemortar is forced -against and into the porous surface of each unit. All exposed interior mortar joints shall be tooled to a smooth uniform surface and finished free from voids, using a rounded tool. Mortar joints specified to be caulked shall be raked to a depth of 1/2 inch. Tooling of joints shall .be regulated so that the mortar for each wall (LUBBOCK,. TEXAS ) - (DISCHARGE FACILITIES) (CONTRACT 3 ) 04200 (17578 ) -4- space has $.uniform appearance, Joints in exterior concrete block shall �J be finished flush following the contour of the unit.. 9. BONDING AND REINFORCING. Except where otherwise indicated on the �-� drawings, all exposed concrete block shall be laid in running bond. All masonry shall be reinforced and anchored in the manner indicated on the drawings and specified herein. Unless otherwise specified, all concrete block masonry shall be bonded and reinforced by continuous ladder type joint reinforcement spaced not more than 16 inches apart vertically. The joint reinforcement shall have one longitudinal rod at each face shell of the masonry units_. Masonry facing for concrete construction shall be reinforced at corners and for at least 6 feet back from corners with ladder type joint rein- forcement and prefabricated corners spaced not more than 8 inches apart vertically. Openings in masonry walls shall have joint reinforcement placed in the two courses immediately above lintels and in the two courses immediately below all sills. Joint reinforcement shall extend 24 inches past openings on each side. Widths of joint reinforcement (side rod to side rod) in each case shall be approximately 2 inches less than the nominal overall thickness of the wall in which it is placed. All joint reinforcement shall be placed to. ensure at least 5/8 inch of mortar coverage on the exterior face and shall be fully embedded in mortar. Sections of joint reinforcement shall have ends lapped at least 8 inches. Joint reinforcement shall be lapped full width at_corners and intersections, or prefabricated corners shall be used.. Masonry facings for concrete construction shall be anchored by means of dovetail anchors in anchor slots cast vertically in the concrete, with a maximum horizontal slot spacing of 24 inches. Dovetail anchors shall be installed in each slot not more than 8 inches apart. Concrete block bond beam units shall be provided, installed, and rein- forced with reinforcing steel where required and as indicated on the drawings. Bond beam units shall be filled with concrete fill as speci- fied herein. Reinforcing steel shall be continuous around corners, and all laps shall have a minimum length of 48 bar diameters. Vertically reinforced concrete block cores shall be -provided as indi- cated on the drawings. Reinforcing shall be accurately placed and securely tied to prevent shifting during core filling. All lap splices shall have a minimum length of 48 bar diameters. Mortar fins which h� project into cores more than 1/2 inch and all loose mortar and debris shall be removed before filling the cores. Cores shall be filled with �* concrete fill -as specified herein. 1 (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) + (CONTRACT 3 ) 04200 _ (17578 ) -5- 10. LAYING MASONRY UNITS. All masonry units shall be free from dust, dirt, and surface moisture when laid. Concrete blocks shall be dry when laid. All masonry shall be laid to a line. Walls shall be plumb and straight and in level courses. At no time shall masonry construction at any point be more than 8 feet above adjacent work. When work is suspended, the tops of exterior masonry walls shall be covered and protected from the weather. Care shall be in corner construction and at jambs to maintain uniformity of appearance and to ensure that only whole, undamaged units are used. Where masonry units in exposed locations are laid in running bond, care shall be taken to lay out the work so that vertical joints in alternate courses lie in the same vertical lines midway between the vertical joints in adjacent courses to provide a regular and uniform joint pattern. Masonry units shall be saw cut as necessary to provide openings and to accommodate embedded items. Anchors shall be securely embedded in mortar. Door frames shall be maintained plumb and true. A caulking space shall be provided between exterior door frames and masonry in accordance with the details indicated on the drawings. The jambs of built-in stainless steel hollow metal door frames shall be completely filled with concrete fill or mortar. Lintels shall be provided over all openings of width greater than the length of a masonry unit. Lintels shall be of the type and size indi- cated on the drawings or as required, and shall be acceptable to the Engineer. Lintels greater than 3 feet in length shall bear on solid masonry units or concrete -filled cells of hollow units at least one masonry course in height, unless otherwise indicated on the drawings. All embedded items shall be set and securely anchored in the masonry work as indicated on the drawings or in a manner acceptable to the Engineer. Joints between masonry and embedded items shall be pointed. The open cores of all exterior concrete block walls shall be filled with loose fill insulation. The insulation shall be poured into the space as the work progresses, with care taken to fill all spaces and voids. Masonry units shall be selected and laid so that the exposed face of each unit is free from broken corners, chipped edges, or other defects which would be detrimental to the appearance of the wall surface. 11. FLASHINGS. Wall flashings shall be installed where and as indi- cated on the drawings. Flashings that are located in horizontal joints shall be in the center of the joint with mortar below and above them. Flashings shall drain toward the exterior surface of the wall. Weeps shall be provided for wall fleshings at not greater than 2 foot centers (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 04200 (17578 ) -6- r and shall consist of wicks installed when the masonry ,is:laid and cut off flush after the mortar has set. Fleshings shall be kept from actual contact with steel work. 12. ANCHORS AND INSERTS. All necessary ties, anchors, bolts, inserts, bucks, fleshings, sleeves for piping, conduits of every kind, window and door frames, and other work shall be accurately set and securely held in the masonry work as indicated on the drawings or in a manner acceptable to the Engineer. Sleeves shall be provided where small piping passes through the masonry. '. 13. LOW TEMPERATURES. When the surrounding air is below 40 F or when the outside temperature is likely to fall below freezing at any time during the 24 hour day, the following precautions shall be taken to prevent freezing of freshly laid masonry: a. In addition to the protection specified for ordinary condi- tions, masonry materials shall also be kept from contact with snow, ice, or dampness of any kind. b. The mixed mortar shall have a temperature between 70 F and 120 F. Warm mixing water shall be used, but water temperature shall not exceed 165 F. If necessary, sand shall be heated also. Mortar mixing equipment shall be heated before it is used. The use of salt or calcium chloride is prohibited. C. Masonry units shall be free of ice and snow and shall be above freezing when laid. If the outside temperature is below 30 F, units shall be heated to at least 40 F. If the temperature is below 0 F, units shall be heated to at least 60 F. Heating shall be done in a way that will prevent any damage to units. d. Units shall not be laid upon a surface that is frozen or covered with snow or ice. e. Masonry laid during freezing weather shall be kept warm for at least 3 days after laying. The air at the masonry surface shall be kept between 45 F and 90 F. Heating shall be done by methods that will not unduly dry out or otherwise damage the masonry. Heat shall be applied to both sides of the wall, arrangement being made for proper circulation of air. The masonry shall be suitably housed or covered. 14. HIGH TEMPERATURES. When the ambient air temperature exceeds 99 F in the shade and the relative humidity is less than 50 percent, masonry shall be protected from 'direct exposure to wind and sun during erection and for 48 hours thereafter. j! 15. PROTECTION FROM DAMAGE. Masonry and all embedded or -built-in items shall be carefully protected from damage. Masonry walls discolored by paint, mortar, or concrete shall be rebuilt with new materials. f (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 04200 (17578 ) -7- A-. Whenever concrete is placed adjacent to previously constructed masonry, the masonry shall be adequately protected against splashing of concrete paste and other damage. Where concrete is placed on top of previously constructed masonry, the masonry shall be protected from concrete splashing, spilling, and water penetration by polyethylene film or Sisalkraft paper placed on top of the masonry and extended down each side of the wall as required for adequate protection. The protective covering shall be neatly trimmed away at face of wall after form removal. 16. FINISH POINTING. On completion of the work, all exposed masonry shall be pointed where necessary and all voids and holes in the mortar filled to match adjacent joint surfaces. Defective joints shall be cut out and repointed with mortar.. Care shall be taken to produce a uniform overall appearance. Spottiness due to variations either in materials or workmanship will not be acceptable. 17. CLEANING. Following finish pointing, all exposed masonry surfaces shall be carefully cleaned and all surface stains removed. Mortar smears or droppings on concrete blocks shall be removed with a ._ steel trowel. Removal shall not be attempted until the smears or drop- pings have hardened to the extent necessary to,prevent additional smear- ing of the surface during removal. Mortar remaining after removal with c. the trowel shall be removed as much as possible by rubbing with a small piece of block. All surfaces shall then be thoroughly brushed. 18. WATER REPELLENT. All exterior surfaces of.masonry shall be coated with water repellent. Water repellent shall be.a clear, colorless treatment providing. an effective general purpose water repellent and chlorine screen applied in strict accordance with the manufacturers recommendations. The masonry shall be prepared as recommended by the water repellent manufacturer. 19. DRAWINGS AND DATA. Before masonry construction is begun, the following drawings, data, specimens, and samples shall be submitted in accordance with the submittals section: Sample panel. Specimens of colored mortar. Results of mortar tests performed in accordance with the property specification requirements of ASTM C270., Shop drawings showing details of steel reinforcement, lintels and door frames, and shelf angles and lintels. Results of tests of _masonry units and materials. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 04200 (17578 ) -8- Specimens of the masonry units which will be used in project construction, showing range of colors, textures, finishes, and dimensions (deliver to jobsite). (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) (17578 ) Section 05550 - ANCHOR BOLTS AND EXPANSION ANCHORS 1. SCOPE. This section covers cast -in -place anchor bolts and expansion anchors to be installed in hardened concrete and masonry. Additional requirements for equipment anchor bolts are covered in the General Equipment Stipulations. 2. GENERAL. Unless otherwise specified or indicated on the drawings, all anchor bolts shall be cast -in -place bolts, shall have a diameter of at least 3/4 inch, and shall be either headed or "L" shape. Expansion anchors indicated or accepted in lieu of cast -in -place anchor bolts for equipment or structural framing shall have a diameter of at least 3/4 inch. All other expansion anchors shall have a diameter of at least 1/2 inch. Anchor bolts for .buried service and in splash zones shall be hot -dip galvanized. Anchor bolts and expansion anchors for immersion service shall be stainless steel. Expansion anchors for buried service and in splash zones shall be stainless steel. All other anchor bolts and expansion anchors shall be carbon steel unless otherwise specified or indicated on the drawings. 3. MATERIALS. Anchor Bolts and Nuts Carbon Steel Stainless Steel Galvanized Steel Flat Washers Expansion Anchors For Concrete (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) (17578 ) 05550 -1- ASTM A307. IFI-104, Grade 304 or 316. Carbon steel bolts and nuts; hot -dip galvanized, ASTM A153 and A385. ANSI B18.22.1; of the same material as anchor bolts and nuts , Fed Spec FF-S-325; wedge type, Group II, Type 4, Class l or 2; self -drilling type, Group III, Type 1; or nondrilling type, Group VIII, Type 1 or 2; Hilti, ITW Ramset/Red Head, Rawlplug, or USM. r- For Masonry Thread Lubricant Anti -seize Fed.Spec FF-S-325; lag shield (zinc) type, Group II, Type 1; or split shield type, Group II, Type 3, Class 3; Hilti,-ITW Ramset/Red Head, or Rawlplug. Jet-Lube "Nikal", John Crane "Thred Gard Nickel", Never-Seez "Pure Nickel Special", or Permatex 'Nickel Anti -Seize". 4. ANCHOR BOLTS. Anchor bolts shall be delivered in time to permit setting before the structural concrete is placed. Anchor bolts which are cast in place in concrete shall be provided with sufficient threads to permit a nut to be installed on the concrete side of the concrete form or supporting template. Installation of anchor bolts is covered in the cast -in -place concrete section. Two nuts, a jam nut, and a washer shall be furnished for anchor bolts indicated on the drawings to have locknuts; two'nuts and a washer shall be furnished for all other anchor bolts. Anti -seize thread lubricant shall be liberally applied to projecting, threaded portions of stainless steel anchor bolts immediately before final installation and tightening of the nuts. 5. EXPANSION ANCHORS. Expansion anchors shall be installed in con- formity with the manufacturer's recommendations for maximum holding power, but in`no case shall the depth of hole be less than four bolt hole diameters. The minimum distance between the center of any expan- sion anchor and an edge or exterior corner of concrete shall be at least 4-1/2 times the diameter of the hole in which the anchor is installed. Unless otherwise indicated on the drawings, the minimum distance between the centers of expansion anchors shall be at least eight times the diameter of the hole in which the anchors are installed. Nuts and washers for expansion anchors shall be as specified for anchor bolts. Anti -seize thread lubricant shall be liberally applied to threaded stainless steel components of expansion anchors immediately before installation. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 05550 (17578 ) -2 Section 05990 - STRUCTURAL AND MISCELLANEOUS METALS 1. SCOPE. This section covers all items fabricated from metal shapes, plates, sheets, rods, bars, or castings and all other wrought or cast metal except component parts of equipment and items covered by other sections. Fabricated metal items which are indicated on the drawings but not mentioned specifically herein shall be fabricated in accordance with the applicable requirements of this section. 2. BASIC MATERIALS. Steel Shapes, Plates, and Bars ASTM A36 , Sheets ASTM A366 or A569,_zinc _coated. Pipe ASTM A53, Type-E or S, Grade B; Bolts and Nuts Unfinished. Nuts, Self -Locking Washers Flat Flat, Hardened Lock Structural Tubing Rails Crane Cast Iron Stainless Steel Plates (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) (17578 ) 05990 -1- or ASTM A500, Grade B or-C. ASTM A307, Prevailing torque type; IFI-100, Grade A. ASTM F844. ASTM F436. ANSI B18.21.1, helical spring type• ASTM A500, Grade B or C. ASTM Al.. ASTM A48, Class 35B or better. ASTM A167, Type 304L or 316L. Bolts ASTM F593, Alloy Group 1. ca Nuts ASTM F594, Alloy Group 1. Washers Flat ANSI B18.22.1. Lock ANSI B18.21.1, helical spring type. Aluminum Grating ASTM B221, Alloy 6063-T6, mechanically locked; Klemp "I -Bar", Reliance "I-Lok", or Universal "Uni-Lok". 3. GENERAL REQUIREMENTS. Structural and miscellaneous metal work shall be fabricated in conformity with dimensions, arrangement, sizes, and weights or thicknesses specified or indicated on the drawings. All members and parts, as delivered and erected, shall be free of winds, warps, local deformations,and unauthorized bends. Holes and other provisions for field connections shall be accurately located and shop checked so that proper fit will result when the units are assembled in the field. Erection drawings shall be prepared, and each separate piece shall be marked as indicated thereon. All field connection materials shall be furnished. Structural and miscellaneous metal work shall be stored on blocking so that no metal touches the ground and water cannot collect thereon. The material shall be protected against bending under its own weight or superimposed loads. Before assembly, surfaces to be in contact with each other shall be thoroughly cleaned. All parts shall be assembled accurately as indicated on the drawings. Light drifting will be permitted to draw parts "together, but drifting to match unfair holes will not be permit- ted. Any enlargement of holes necessary to make connections in the field shall be done by reaming with twist drills. Enlarging holes by burning will not be permitted. 3.01. Plant Certification. All fabricating plants providing structural steel under these specifications shall be certified in accordance with the AISC Quality Certification Program. Fabricating plants shall be certified in accordance with Category I, Conventional Steel Structures. All shop drawings shall be prepared by or under the direct control of a Category I quality certified plant. 4. STRUCTURAL AND MISCELLANEOUS STEEL. Except as otherwise specified or indicated on the drawings, all materials and work shall conform to (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 05990 �l the applicable provisions of the AISC "Steel Construction Manual" and AISC "Specification for the Design, Fabrication and Erection of Structural Steel for Buildings 4.01. Connections. Unless otherwise noted, all connections shall be made with unfinished bolts. All bolts shall be equipped with self- locking nuts or unfinished nuts and lock washers. Where welding is required or permitted, all butt and miter welds shall be continuous and, where exposed to view, shall be ground smooth. Intermittent welds shall have an effective length of at least 2 inches and shall be spaced not more than 6 inches apart. Welding shall be in accordance with the Structural Welding Code, AWS D1.1, of the American Welding Society. 4.02. Field Erection. Structural steel shall be erected so that individual pieces are plumb, level, and aligned within a tolerance of 1:500. The elevation of the top of the floor and roof members shall be within 1/16-inch of the elevations indicated on the drawings. Unless otherwise acceptable to the Engineer, a platform or other means of access shall be provided at each field connection to facilitate inspection. Baseplates shall be set level in exact position and grouted in place. 5. METERING WEIRS. Metering weir plates shall be fabricated to the dimensions indicated on the drawings. Top edges and sides shall be machined and shall have sharp corners. Metering weir plates shall be Type 316 stainless steel. 6. DOOR FRAMES. Door frames required by the drawings to be construc- ted of structural steel shapes shall be fabricated in accordance with the indicated details. Corners of frames shall be fully welded and. welds dressed smooth on exposed surfaces. Jamb anchors and sill clip angles for jamb members shall be provided for all frames set in masonry walls. Sill clip angles shall be anchored to concrete floors with 1/2 inch diameter bolts and expansion anchors unless otherwise.indir Gated. Body solder may be used as necessary to fill joints and to provide a surface that can be finished. 7. CASTINGS. Manhole frames and covers for structures -and for access manholes shall be furnished and installed where indicated on the drawings. Unless otherwise specified or indicated on the drawings, all. frames and covers shall be cast iron, Neenah "R-19221. 8. RUNWAY BEAMS. The W12 x 58 steel beams used as-hoist.runway shall be straight and level. The upper surface of the lower flange of each beam shall be smooth with all projections ground off. Joints shall be close -fitting and free from unevenness. The beams shall be rigidly F-= supported in exact alignment. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 05990 (17578 -3- Stops made from angles and bolted in place shall be provided on each end of each runway beam to limit the travel of the hoist. Stops shall be suitably located so that the hoist does not contact any part of the structure or piping. At the power feed end of the runway, the stops shall be designed so that the cable trolleys will .pass beneath the stops. The stops shall be located so that there is sufficient room on the runway for storage of the cable trolleys beyond the stops. Second- ary stops shall be provided for the cable trolleys. 9. SHOP COATING. All structural and miscellaneous metal items shall be shop coated as specified herein. The requirements for field painting are covered in the painting section. 9.01. Cleaning. Surfaces shall be dry and of a proper temperature when — coated, and free of grease, oil, dirt, dust, grit, rust, loose mill r' scale, weld flux, slag, weld spatter, or other objectionable substance. Articles to be galvanized shall bepickledbefore galvanizing. All other ferrous metal surfaces shall be cleaned by high-speed power wire brushing or blasting to the degree recommended by the paint manufac- turer. Welds shall be scraped, chipped, and brushed as necessary to remove all weld spatter. 9.02. Edge Grinding. Sharp projections of cut or sheared edges of ferrous metals which will be submerged in operation, except for items specified to be hot -dip galvanized, shall be ground to a radius as required to ensure satisfactory paint adherence. 9.03. Galvanizing. All galvanizing shall be done by the hot -dip process after fabrication in conformity with requirements of ASTM A123, A153, and A385. Where galvanized bolts are required by the drawings or specified, the use of zinc plated bolts will not be acceptable. 9.04. Castings. Shop coating of miscellaneous iron castings will not be required. 9.05. Steel. Unless otherwise specified, all ungalvanized structural and miscellaneous steel shall be given a rust -inhibitive prime coat in the shop after fabrication. Steel surfaces shall be prime coated as soon as practicable after cleaning. All painting shall be done in a heated structure if the outside airtemperatureis below 50 F. Steel shall not be moved or handled until the shop coat is dry and hard. 9.06. Stainless Steel. Unless otherwise specified or permitted, all items fabricated from stainless steel shall be thoroughly cleaned, degreased, andpickledfollowing fabrication. Pickling shall produce a modest etch and shall remove all embedded iron and heat'tint. Pickled surfaces shall be subjected to a 24 hour water test or a ferroxyl test L- to detect the presence of residual embedded iron and shall be repickled as required to remove all traces of iron contamination. Pickled (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 05990. (17578�- surfaces shall.be adequately protected during shipping, handling, and installation to prevent contact with iron or steel objects or surfaces.. Blast cleaning of stainless steel will not be acceptable. 9.07. Other Surfaces. Shop coating of zinc coated steel, stainless steel, or bronze surfaces will not be required. 9.08. Film Thickness. The dry film thickness of the shop coating shall be at least 1.5 mils for rust -inhibitive primer and at least 6 mils for coal tar paint. 10. GRATING. All grating shall be aluminum. Depth of bearing bars for grating shall be as indicated on the drawings. Except as modified herein, grating manufacture, fabrication, and instal- lation shall comply with recommendations in the "Metal Bar Grating Manual" of the National Association of Architectural Metal Manufac- turers. 10.01. Aluminum Grating. Aluminum grating shall be pressure locked type. Bearing bars shall be at least 3/16 inch flat stock. or equivalent I -bars, with center -to -center spacing of 1-3/16 inches. 11. DRAWINGS AND DATA. Complete data, detailed drawings, and setting or erection drawings covering all structural and miscellaneous metal items shall be submitted in accordance with the submittals section. All welds shall be properly identified on the detailed shop drawings. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 05990 (17578 ) -5- Section 07531 - SINGLE -PLY ROOFING, MECHANICALLY FASTENED 1. SCOPE. This section covers a mechanically fastened, single -ply .^. membrane roof system complete with adhesives, fasteners, fleshings, insulation, and accessories. The roof system shall meet UL Class A rating and FM I-90 wind uplift classification. 2. GENERAL. Except as otherwise indicated, roof deck shall be covered with insulated, single -ply membrane roofing. The roofing shall provide a watertight roof under all conditions of weather and service except physical damage due to unforeseen causes. 3. SUBCONTRACTOR'S QUALIFICATIONS. Work under this section shall be done by a qualified roofing subcontractor who has been in business for not less than 5 years. The roofing subcontractor shall be currently operating under the franchise of the roofing membrane manufacturer. The work shall be inspected by a representative of the manufacturer of the roofing membrane to ensure that materials and methods of application are in accordance with the recommendations of the manufacturer and these specifications. 4. MATERIALS. Unless noted otherwise, all materials used in construc- tion of the roof membrane shall be furnished by the same manufacturer. Materials shall be manufactured by firms of national reputation. In order to indicate type, quality, and features required, this speci- fication is based on Carlisle black "Sure -Seal" mechanically fastened system. Equivalent roofing systems manufactured by Firestone or Goodyear may also be acceptable. Materials shall conform to the following: Roofing Membrane` Flashing Material Hard rubber edging Bonding Adhesive Splicing Cement Lap Sealant (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) (17578 ) 07531 -1- FR-EPDM reinforced compounded elastomer; min 0.045 inch thick. Elastoform flashing membrane, 0.060 inch thick, Sure -Seal Uncured (EPDM). As recommended by roofing membrane manufacturer. As recommended by roofing membrane manufacturer. As recommended by roofing membrane manufacturer. As recommended by roofing membrane manufacturer. In -Seam Sealant As recommended by roofing membrane manufacturer. Rubber Nailing Strips Membrane manufacturer's and Fasteners standard. Seam Fastening Plate Membrane manufacturer's standard. Molded Pipe Flashing Membrane manufacturer's standard. Pourable Sealer Membrane manufacturer's standard. Water Cutoff Mastic Membrane manufacturer's standard. Night Sealant Membrane manufacturer's standard. Insulation Extruded polystyrene, ASTM C578, Type VI, 40 psi min compressive strength; Dow Chemical "Styrofoam SM" or UC Industries Foamular 400", with factory tapered sections to provide roof slopes of 1/4 inch per.fooi; not less than 1-1/2 inch thick at any point. Wood Nailers Structural grade southern pine, pressure treated with chromated copper arsenate (CCA), Type A, B, or C preservative in accordance with AWPA C2 and AWPB LP-22. Mechanical Fasteners Factory Mutual approved for roof insulation used. Unless otherwise specified, cap and counterflashings, and similar metal items are covered in the sheet metal section. 5. PRODUCT DELIVERY, STORAGE, AND HANDLING. Materials shall be delivered in original, unopened containers labeled with the manufac- turer's name, brand name, installation instructions, and identification of various items. All materials for the roofing system shall be stored and handled in accordance with the recommendations of the manufacturer. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 07531 (17578 ) -2- i� r 6. PREPARATION OF ROOF SURFACES. Roof surfaces shall be cleaned and inspected before any roofing materials are applied. All drainage fix- tures shall be set at the proper elevation to permit free flow of water. The roof surfaces to be covered shall be smooth, hard, dry, and free from high spots and depressions, frost, or effects of frost. Roof surfaces shall be swept clean and free from dust, loosened cement scale, and debris. Roof surfaces shall be examined for openings, holes, or crevices which might allow asphalt, adhesives, or sealants to drip or flow through the deck or between the deck and vertical projections. Such openings shall be filled or covered before any roofing materials are applied. 7. APPLICATION OF ROOFING. 7.01. Nailers. Nailers shall be continuous and shall be installed level and straight. Each section of nailer shall be secured by at least two anchor bolts. Washers shall be provided under all bolt heads and nuts in contact with lumber. Nailers shall be secured as required by the roofing membrane manufacturer and as required by FM Bulletin 1-49. Wood nailers shall be installed at the locations specified herein, as indicated on the drawings, and as recommended by the membrane manufacturer. 7.02. Insulation. All insulation shall be dry when installed. No more insulation shall be installed than can be covered with roofing membrane before the end of the day's work or before the onset of inclement weather. Insulation boards shall be laid with joints staggered between parallel courses. Abutting edges of boards shall be laid in moderate contact, not forced into place. At vertical surfaces, insulation shall be cut neatly to provide a clearance of not more than 1/4 inch. Insulation boards shall be laid in position in accordance with the . manufacturer's layout, providing roof slopes of 1/4 inch per foot and drainage patterns as indicated on the drawings. The installed thickness of insulation shall be at least 1-1/2 inch at all points. One-half inch thick cover boards shall be installed over all extruded polystyrene insulation as recommended by the roofing membrane manufac- turer. The insulation shall be anchored to the concrete roof deck with mechani- cal fasteners as recommended by the roofing membrane manufacturer. 7.03. Membrane. The roofing membrane shall be positioned installed insulation without stretching. Membrane shall be relax for approximately 1/2 hour prior to attachment. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 07531 (17578 ) -3- over the allowed to The outside edge of the top sheet shall be folded back approximately 12 inches to allow splicing of sheets as recommended by the membrane manufacturer. Seam fastening plates shall be installed in accordance with the layout drawings approved by the membrane manufacturer. Plates shall be installed using the fasteners approved for the substrate. Adjoining sheets shall be applied in the same manner, lapping edges a minimum of 6 inches Splicing of sheets shall be done in accordance with the roofing membrane manufacturer's recommendations. At the end of each day or when application of roofing is interrupted, temporary water cutoffs shall be installed at loose edges as recommended by the membrane manufacturer. When work is resumed, the sheet shall be pulled free and trimmed to remove membrane where sealant was previously applied. 7.04. Perimeter Membrane Securement. Sheets shall be mechanically fastened at the perimeter of each roof level, curb, and skylight by means of rubber fastening strips. The fastening strips shall be mechanically fastened through the membrane and -insulation into the wood blocking or structural substrate as recommended by the membrane manu- facturer. 7.05. Hard Rubber Edging. Roofing membrane shall be installed over the perimeter wood nailer to the outside face of the building, turned down, and extended below and secured to the wood nailer. Hard rubber edgings shall be installed and secured through the membrane as recommended by the roofing membrane manufacturer. 7.06. Flashing. Perimeter, roof edge, and curb flashings shall be provided and installed as recommended by the membrane manufacturer. The splices between the flashing and the membrane roof sheet shall be sealed with lap sealant before flashing is bonded to the vertical surfaces with bonding adhesive. All pipe, conduit, or other roof penetrations shall be flashed with molded pipe flashings and the manufacturer's recommended water cutoff mastic. 8. INSPECTION. The roofing membrane manufacturer's representative and the roofing subcontractor shall conduct all required inspections and submit all required drawings, details, and completed questionnaires to the roofing manufacturer for obtaining the specified warranty. 9. ROOFING PERFORMANCE. The manufacturer of the roofing membrane materials shall furnish to the Owner, through the roofing subcontractor, a warranty covering the workmanship and application of the roofing membrane for a period of 10 years from date of acceptance. The warranty shall provide for the repair of all leaks in the membrane and base flashings that may occur due to defective materials, improper workman- ship, and normal weather conditions. The manufacturer shall also provide a separate material warranty covering the membrane, guaranteeing (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 07531 (17578 ) -4- G for not less than 20 years against premature deterioration of the membrane because of weathering. 10. DRAWINGS AND DATA. Complete specifications and data covering the materials furnished under this section shall be submitted in accordance with the submittals section. Drawings shall be submitted showing outline of roof area and roof size, location and types of roof penetrations, perimeter and penetration details, splice details, special details as required, and installation instructions. Drawings shall be submitted showing the insulation manufacturer's recommended layout for each area of tapered insulation and crickets indicated on the drawings. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) (17578 ) 07531 -5- r r Section 07600 — SHEET METAL 1. SCOPE. This section covers sheet metal for fleshings and moisture protection. The following sheet metal items are covered in other sections: a. Ductwork, louvers, and other sheet metal for the heating, ventilating, and air conditioning system. b. Metal curbs for skylights and power roof ventilators. C. Skylights. d. Fire extinguisher. 2. GENERAL. Installation of wall and roof flashings shall be as indicated on the drawings and as specified in the building masonry and roofing sections. Flashing members to be built into masonry, concrete, or roofing shall be delivered at the proper time for incorporation into the work. When installing sheet metal items, care shall be taken to avoid marring and improper bending. All components shall be stored in clean, dry storage areas. Contact with corrosive or staining materials shall be prevented. All damaged sections shall be replaced and only undamaged units shall be installed. 3. BASIC MATERIALS. Stainless Steel Soldering Flux For Stainless Steel Fasteners Bird Screen Asphalt Roof Coating Plastic Cement (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) (17578 ) 07600 -1- ASTM A167, Type 302 or 304, AISI 2B finish unless otherwise specified. Zinc chloride type, Fed Spec 0-F-506, Type II. Same metal as sheet metal being fastened. .2 mesh, brass or copper wire cloth, min wire dia 0.063 inch. ASTM D2823, Type I. Asphalt roof cement, asbestos - free; ASTM D4586, Type II. r Coal Tar Paint Koppers "Bitumastic Super Service Black", Tnemec "46-449 Heavy Duty Black", or Valspar "High -Build Bituminous Coating 35-J-10". Acrylic Sealant Pecora "Unicrylic" or Tremco "Mono". 4. WATERTIGHT JOINTS. Joints in sheet metal work shall be closed watertight unless slip joints are specifically required. Watertight joints shall be mechanically interlocked and then thoroughly soldered. All joints shall be wiped clean of flux after soldering. Acid flux shall be neutralized by washing the joints with sodium bicarbonate. 5. FLASHINGS. All exposed or contacting flashings shall be of the same material. 5.01. Wipes and Materials. Through -Wall Flashing Stainless steel, 32 gage, dead soft, fully annealed; ribbed; Architectural Steel "Rib -Bond", Cheney "3-Way Saw -tooth Flashing", or Keystone "Inter- locking Type". Cap Flashing Stainless steel, 26 gage. 5.02. Through -Wall Flashings. Through -wall flashings shall be provided as indicated on the drawings. Flashings over lintels and under sills shall extend 8 inches past each jamb and shall have ends turned up 1/4 inch. Where multiple bends are required for through -wall installation, as "'- indicated on the drawings, flashings may be provided in single -bend sections with vertical legs overlapped to drain to the outside face of the wall. Installation of through -wall flashings is covered in the building masonry section. 5.03. Cap Flashings. Cap flashings shall be provided at all roof ventilators, skylights, and elsewhere as indicated on the drawings. Cap flashings shall be fabricated in sections not exceeding 10 feet in length; sections shall overlap at least 3 inches and shall form a slip joint, but shall not be interlocked. All corners and all joints other than slip joints shall be closed watertight as specified herein. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 07600 1 (17578 ) -2- r r Cap flashings shall be installed after membrane base flashings have been completed. Cap fleshings shall be anchored in place as indicated on the drawings. 6. PROTECTION. Adequate protection shall be provided during shipment, site storage, and installation to prevent damage to materials or finished work. 7. DRAWINGS AND DATA. Complete specifications, data, and catalog cuts or drawings covering the items furnished under this section shall be submitted in accordance with the submittals section. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) (17578 ) 07600 -3- Section 07900 - CAULKING 1. SCOPE. This section covers caulking and sealing. 2. GENERAL. The terms "caulking" and "sealing", as used on the draw- ings and in these specifications, are synonymous. Both terms indicate the materials specified herein. Oil -base caulking shall not be used on this project. 3. MATERIALS. Thiokol Sealant Fed Spec TT-S-00227; polysulfide rubber, two component. Nonsag (Nonsubmerged Service) Self -Leveling Urethane Sealant Nonsag (Nonsubmerged Service) Self -Leveling Primer Backup Material Bondbreaker Tape 4. COLORS. Colors of sealants shall from the manufacturer's standard line be required for different locations. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) (17578 ) Pecora "GC-5", or Sonneborn "Sonolastic". A. C. Horn "Hornflex Traffic Grade". Fed Spec TT-S-00227 and ASTM C920; two component. Bostik "Chem -Calk 500", Mameco "Vulkem 227", Pecora "Dyne- trol II", PRC "Permapol RC-21, or Tremco "DYmeric". Bostik "Chem -Calk 550", Mameco 'Vulkem 2450, Pecora "Urexpan NR-200", PRC "Permapol RC-2SL", or Tremco "THC-900". As recommended by the sealant manufacturer. Polyethylene or polyurethane foam as recommended by the sealant manufacturer; Dow "Ethafoam SE' or Plateau "Denver Foam" Adhesive -backed polyethylene tape as recommended by the sealant manufacturer. be as selected by the Engineer of colors. Different colors may 07900 -1- 5. LOCATIONS TO BE CAULKED. 5.01. With Thiokol or Urethane Sealant (nonsag). Entire perimeter of frames for exterior metal doors. Entire perimeter of metal louvers. Entire perimeter of metal dampers and metal shutters. Watertight joints in aluminum sheet metal work, unless otherwise specified. Other locations where caulking is indicated on the drawings, speci- fied in other sections, or required for weatherproofing. 5.02. With Thiokol or Urethane Sealant (self -leveling). Horizontal joints in walks or drives. Annular space around fence posts set in sleeves. 6. JOINT PREPARATION. All surfaces to receive sealant shall be clean, dry, and free from dust, grease, oil, or wax. Concrete surfaces which have been contaminated by form oil, paint, or other foreign matter which would impair the bond of the sealant to the substrate shall be cleaned by sandblasting. All surfaces shall be wiped with a clean cloth saturated with xylol or other suitable solvent and primed before the sealant is applied. Unless otherwise recommended by the sealant manufacturer and permitted by the Engineer, the depth of sealant in a joint shall be equal to the width of the joint, but not more than 1/2 inch. Backup material shall be provided as necessary to control the depth of sealant and shall be of suitable size so that, when compressed 25 to 50 percent, the space will be filled. Backup material shall be rolled or pressed into place in accordance with the manufacturer's installation instructions, avoiding puncturing and lengthwise stretching. If depth of the joint does not permit use of backup material, bondbreaker tape shall be placed at the bottom of the joint to prevent three -sided adhesion. 7. SEALING. Sealing work .shall be done before any field painting work is started. The air temperature and the temperature of the sealed surfaces shall be above 50 F when sealing work is performed. Upon completion of the sealing work, each sealed joint shall have a smooth, even, tooled finish, flush with the edges of the sealing recess, and all adjacent surfaces shall be clean. Sealant shall not lap onto adjacent surfaces. Any sealant so applied as to prevent the painting of adjacent surfaces to a clean line, or with an excess of material outside the joint and feathered onto surfaces, shall be removed and the joint resealed. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 07900 (17578 ) -2- 8. DATA AND SAMPLES. Specifications and data covering the materials proposed for use, together with samples or color cards showing the manufacturer's full line of sealant colors, shall be submitted in accordance with the submittals section. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) (17578 ) 07900 -3- Section 08112 - STAINLESS STEEL DOORS 1. SCOPE. This section covers stainless steel hollow metal doors and frames. All stainless steel doors shall be flush type. Structural steel door frames and finish hardware are covered in other sections. 2. GENERAL. Doors, frames, and appurtenances shall be furnished and installed as specified herein and in accordance with the details and arrangements indicated on the drawings. -' 2.01. Governing Standard. Except as modified or supplemented herein, all stainless steel doors and frames shall conform to the requirements of ANSI/SDI 100. i 2.02. Metal Gage. Gages of steel sheet metal specified herein refer to 4ll"' US Standard gage and are minimum permissible thicknesses. 2.03. Nomenclature. The nomenclature used herein conforms to ANSI A123.1. 2.04. Acceptable Products. Subject to the requirements specified herein, internally reinforced doors and accompanying frames shall be equivalent to the following: Curries Manufacturing Company "Series 707T" Pioneer Industries "Series CS" 2.05. Shop Finish. All stainless steel doors and frames shall be mill finish. 3. MATERIALS. Materials used in the manufacture and installation of steel doors and frames shall be type 316 stainless steel unless otherwise specified and shall be as follows: Doors and Frames Stretcher leveled, commercial quality stainless sheet steel with smooth, clean surface. Internal Reinforcing Fillers for Internally Reinforced Doors Anchoring Devices Expansion Anchors 4V (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) ASTM A366, stainless steel. Mineral wool or fiberglass. Stainless steel. Stainless steel and as specified in the anchor bolts and expansion anchors section. (CONTRACT 3 ) (17578 ) 08112 -1- 4. FRAME. The frame for the door shall be formed of stainless steel to the sizes and shapes indicated. Metal for frame shall be not lighter than 16 gage. 4.01. Workmanship.- The finished work shall be strong and rigid, neat in appearance, and free from defects. Molded members shall be fabri- cated straight and true with corner joints well formed, and with fastenings concealed where practicable. 4.02. Joints. Joints for frames shall be mitered and continuously welded on the reverse side to produce rigid joints which are invisible on the face of the frame. Frame bottom shall be held rigidly in position by a spreader bar to maintain proper alignment during shipment and erection. 4.03. Hardware Provisions. The frame shall be prepared at the factory for the specified hardware. The frame shall be mortised, reinforced, drilled, and tapped for mortised hardware, and shall be reinforced for surface- applied hardware. Cover boxes shall be provided in back of all hardware cutouts. Concealed stainless steel reinforcements shall be provided for hardware with the following minimum thicknesses: Hinge reinforcement Strike reinforcement Closer reinforcement Other reinforcement 10 gage 14 gage 12 gage 14 gage 4.04. Wall and Floor Anchors. Metal anchors of the sizes and shapes required for the adjoining type of wall construction shall be provided. Jamb anchors shall be fabricated from stainless steel, with thickness not less than the gage used for frames. Anchors shall be located near the top and bottom of each frame and at intermediate points not to exceed 32 inches spacing. Jamb anchors shall be at least 10 inches long, adjustable, and corru- gated or other deformed type. The door frame shall be anchored to the floor with a 16 gage stainless steel base clip at each jamb. Clips shall be sized and drilled for at least two 318 inch diameter anchoring devices. 4.05. Installation. The frame shall be set in position, plumbed, aligned, and braced securely until permanent anchors are set. The frame shall be anchored to the floor with stainless steel expansion anchors or as indicated on the drawings. Jamb anchors shall be built into walls and secured to adjoining construction. Spreader bars shall remain in place until frames have been built into the walls. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 08112 (17578 ) -2- 5. DOORS. Doors indicated on the drawings as stainless steel shall be as specified herein. Doors shall be prepared to receive the hardware specified in the finish hardware section. 5.01. Workmanship. Doors shall be rigid, neat in appearance, and free from defects. All welded joints on exposed surfaces shall be dressed smooth so that they are invisible after finishing. 5.02. Sizes and Clearances. Doors shall be 1-3/4 inches thick, full flush type, of the sizes and design indicated. Clearances for doors, shall be 1/8 inch at jambs and heads, 1/4 inch at meeting stiles of pairs of doors, and 3/4 inch at bottom unless otherwise indicated or specified. 5.03. Construction. Doors shall have 18 gage seamless outer sheets. All edges of doors shall be flush and closed watertight. All seams shall be continuously welded and ground smooth. Doors shall be prepared at the factory for hardware as indicated on the drawings and as speci- fied. Door edges shall be beveled or rounded. Internally reinforced doors shall have fillers placed in the spaces r- between reinforcing members and shall be reinforced by 22 gage or heavier vertical steel stiffeners installed on 6 inch centers and welded to face sheets. F 5.04. Hardware Provisions. Doors shall be mortised, reinforced, drilled, and tapped for mortised hardware. Reinforcing units shall be provided for locksets. Reinforcing plates shall be provided for mortised and surface -applied hardware in at least the following thicknesses: Hinge reinforcement Surface -applied closers and hold -open arms Other reinforcement 10 gage 12 gage 14 gage The location of hardware items shall be in accordance with DHI "Recom- mended Locations for Builders' Hardware for Standard Steel Doors and Frames". 5.05. Astragals. The meeting edges of all door leaves at door No. S002 shall be provided with stainless steel astragals. Astragals shall be applied to the active leaf at vertical stiles and the inside upper leaf at horizontal stiles. 6. DRAWINGS AND DATA. Complete detail drawings of all items specified herein shall be submitted in accordance with the submittals section.' Drawings shall show elevations of each door type; details of each frame type; location or identification of each item; typical and special details of construction; methods of assembling sections; location and installation requirements for hardware; size. shape, and thickness of materials; joints; connections; and finish. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 08112 (17578 ) -3- Section 08700 - FINISH HARDWARE 1. SCOPE. This section covers finish hardware for stainless steel doors and padlocks which must be keyed to match door locks. 2. GENERAL. 2.01. Templates. Each hardware manufacturer shall deliver to the door and frame manufacturer a template for each item of mortised and surface - applied hardware. Each template shall be labeled with the manufac- turer's name, hardware item, opening number, and location on the door or frame where the item is to be installed. 2.02. Finish. The required finish shall be as indicated by the catalog number listed in the Hardware Schedule herein. Exterior surfaces of door closers shall be plastic and shall be painted to match the doors on which they are installed. Machine screws, bolts, and other exposed attachments shall be finished to match hardware. 2.03. Acceptable Manufacturers. The catalog numbers which appear in the Hardware Schedule identify products of the first -named of the 1 manufacturers listed herein for each hardware item. Equivalent products of the other manufacturers listed herein will also be acceptable. Butts Cylinders and Padlocks Exit devices Closers Holders and bumpers Drip Caps Surface bolts Chain bolts Stanley, Hager, or Lawrence. Schlage, Yale, or Russwin. Von Duprin, Russwin, or Corbin. LCN, Sargent, or Russwin. Glynn -Johnson, Russwin, or Corbin. Reese, Zero, or Pemko. Glynn -Johnson, Ives, or Baldwin. Stanley, Hager, or Lawrence. Weatherstripping Reese, Zero, or Pemko. 3. HARDWARE SCHEDULE. Hardware shall be furnished in accordance with the following schedule. Doors are listed by opening number. A complete set of hardware is listed for each opening. r u- (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 08700 (17578 ) -1- r Opening No. - No. Item Read Catalog No. '- Chain Link Padlock 1 45-101-626 Gate D-5001 'Butts 3 FBB199-630 4-1/2" x 4-1/2".NRP �. Exit device 1 .88TP-630, with 299 strike; less cylinder Cylinder 1 20-020 Series-626, with cylinder bar as required by exit device furnished Closer 1 4040 CUSH Threshold, cast 1 115 Alumogrit 4" x 1/2" abrasive Drip cap 1 R199A Weatherstripping Head and jambs 1 set 770A Sill 1 712A ---------------------------------------------------------------------------------- D-5002 Butts 14 FBB199-630 5" x 4-1/2" NRP (4 leaves) Exit device 1 88TP-630, with 1609 strike; less cylinder Cylinder 1 20-020 Series-626, with cylinder bar as required by exit device furnished Overhead stop 1 GJ79HD-626 and holder (active leaf) Holder 2 GJW20X - Threshold, cast 1 115 Alumogrit 4" x 1/2" abrasive Drip cap 2 R199A Surface bolt, 1 GJ1708B bottom of lower door Surface bolt, 1 GJ1712T-12"-626 "- top of lower door Chain bolt 2 1055-8"-626 Q 94]" chain and guides) (upper doors) Weatherstripping Heads, jambs, 4 sets 770A and meeting stiles (vertical and horizontal) Sills 2 701A 4. KEYING. All locks in each group shall be keyed alike and each group shall be keyed differently. All locks shall be operable by a master key (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 08700 (17578 ) -2- F or by master key groups and a grand master. Two keys shall be furnished with each lock. Six master keys shall be furnished. 5. PACKAGING. Each item of hardware shall be packaged separately in an individual container complete with screws, keys special wrenches, instructions, and installation templates necessary for accurately locating, setting, adjusting, and attaching the hardware. Each container shall be marked with the number of the opening to which the hardware item is to be applied. 6. INSTALLATION. Hardware shall be accurately fitted, securely applied, carefully adjusted, and lubricated in accordance with the manufacturer's instructions. 6.01. Location. Unless otherwise directed by the Engineer, the loca- tions of hardware items shall be in accordance with DHI "Recommended Locations for Builders' Hardware for Standard Steel Doors and Frames". 6.02. Thresholds. The ends of thresholds shall be notched to fit the applicable door frame profile. Thresholds shall be field drilled to receive surface bolts where required. Thresholds shall be anchored to concrete by means of 5/16 inch diameter stainless steel flat head countersunk machine screws and expansion anchors spaced at 8 inch centers. Thresholds shall be set in asphalt roofing cement conforming to ASTM D4586, Type II. 6.03. Protection. Special care shall be taken to protect finished surfaces of hardware during installation. Hardware on which the finish has been damaged prior to final acceptance of the work shall be replaced with new hardware at no additional cost to the Owner. 7. DRAWINGS AND DATA. A complete schedule of finish hardware shall be submitted in accordance with the submittals section. The schedule shall indicate each item of hardware required for each opening, manufacturer's name, manufacturer's number or symbol, and finish. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 08700 (17578 ) -3- Section 09900 - PAINTING 1. SCOPE. This section covers field painting, including surface prepa- ration, protection of surfaces, and other appurtenant work. Regardless of the number of paint coats previously applied, at least two field coats of paint shall be applied to all surfaces unless otherwise specified. Dampproofing of concrete surfaces and water repellent for masonry sur- faces are covered in other sections. 2. EQUIVALENT PRODUCTS. Whenever a coating is specified by using the name of a proprietary product or the name of a particular manufacturer or vendor, the specified coating shall be understood as establishing the type and quality of coating desired. Other manufacturers' products will be accepted provided sufficient information is submitted to allow the Engineer to determine that the coatings proposed are equivalent to those named. Proposed coatings shall be submitted for review in accordance with the submittals section. Requests for review of equivalency will not be accepted from anyone except the Contractor, and such requests will not be considered until after the contract has been awarded. In addition to the products named herein, equivalent products of the following manufacturers will also be acceptable: Carboline PPG (Pittsburgh) Devoe Rust-Oleum Glidden Sherwin-Williams MAB Valspar Porter 3. MATERIALS. All paint shall be delivered to the job in original unopened containers with labels intact. Paint shall be stored inside and shall be protected against freezing. No adulterant, unauthorized thinner, or other material not included in the paint formulation shall be added to the paint for any purpose. All paint shall conform to the applicable air quality regulations at the point of application. Any paint material which cannot be guaranteed by the manufacturer to comply, whether specified by product designation or not, shall not be used. It shall be the responsibility of the Contractor to ensure the compati- bility of the field painting products which will be in contact with each other or which will be applied over shop painted or previously painted surfaces. Paint used in successive field coats shall be produced by the same manufacturer. Paint used in the first field coat over shop painted or previously painted surfaces shall cause no wrinkling, lifting, or other damage to underlying paint. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 09900 (17578 ) -1- All paint used for intermediate and finish coats shall be guaranteed by the paint manufacturer to be fumeproof and suitable for sewage plant atmosphere containing hydrogen sulfide. Any paint that cannot be so guaranteed shall not be used. Paint shall be -lead-free and mercury -free if available, but in no case shall the lead or mercury content cause discoloration in sewage plant atmosphere. Where painting materials are referenced to Federal or Military Specifi- cations, the reference shall define general type and quality required but is not intended to limit acceptable materials to an exact formulation. 3.01. Primers and Pretreatments. Rust -Inhibitive Universal type; Ameron "Amercoat 3153A Universal Primer", Cook "391-N-167 Barrier Primer", Kop- Coat "340 Gold Primer", or Tnemec "37-77 Chem -Prime". Vinyl Wash MIL-P-15328; Ameron "Amercoat 178 Wash Primer", Cook "900-Y-002 Vinyl Wash Primer", Kop-Coat "No. 40 Passivator", or Tnemec "32-1210 Vinoline Wash Primer". Catalyzed Epoxy Ameron "Amerlock 400 Epoxy" or Cook 0920-W-965 Epicon-MW Hi -Build Epoxy". 3.02. Intermediate and Finish Paints. Gloss Alkyd Enamel Semigloss Alkyd Enamel Medium Consistency Coal Tar (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 09900 (17578 ) -2- Fed Spec TT-E-489, Class A; Ameron "Amercoat 5401HS Gloss Alkyd Enamel", Cook "801 Series Gloss Enamel", Kop-Coat "Glamortex 501 Enamel", or Tnemec "Series 2 Tneme-Gloss". Fed Spec TT-E-529; Ameron "Amercoat 5401HS Semigloss Enamel", Cook "876 Series Semigloss Enamel", Kop-Coat "Glamortex", or Tnemec "Series 23 Enduratone". Kop-Coat "Bitumastic Super Service Black" or Tnemec "46-449 Heavy Duty Black" I Thixotropic Coal Tar MIL-C-18480; Kop-Coat. "Bitumastic No. 50" or Tnemec "46-450 Heavy Tnemecol". Latex Emulsion Acrylic containing at least 50 percent by weight nonvolatile solids. Flat Cook "827-W-007 SFR Latex Paint", Kop-Coat "600 Acrylic", Sherwin-Williams "Weather Perfect Acrylic Latex Series B-36", or Tnemec "Tneme-Cryl". Satin Gloss Ameron "Amerguard 220 Acrylic Enamel Satin" or Sherwin- Williams "Metalatex Semi -Gloss Enamel Series B-421. Epoxy Enamel Ferrous Metal Surfaces, Ameron "Amercoat 385 Epoxy", and Masonry or Concrete Cook "920-W-965 Epicon-MW Surfaces Other Than HB Epoxy", Kop-Coat "Hi -Gard Floors Epoxy", or Tnemec "Hi -Build Epoxoline Series 66". 4. PRODUCT AND COLOR SELECTION. The Contractor shall submit color cards for all paints proposed for use, together with complete descriptive specifications, to the Engineer for review and color selection. Requests for review submitted directly to the Engineer by paint suppliers will not be considered. Submittals shall also include guarantees from the paint manufacturer that all paints to be used for intermediate and finish coats are fumeproof and suitable for sewage plant atmosphere containing hydrogen sulfide. For the gloss alkyd enamel, semigloss alkyd enamel, and satin gloss latex emulsion finish paints, a total of not more than 15 custom colors (excluding deeptone or high-level colors) may be required. The manufac- turer's standard colors will be acceptable for all other paints. 5. FIELD PRIMING. In general, surfaces of equipment, steel, and cast iron are specified to be shop primed. Any such surfaces which have not been shop primed shall be field primed. Shop coatings which are damaged or have failed, and have been determined unsuitable by the Engineer, shall be removed and the surfaces field primed. Galvanized, aluminum, stainless steel, wood, and insulated surfaces shall be field primed. Primers used for field priming, unless otherwise required for repair of shop primers, shall be: (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) (17578 ) 09900 -3- Surface To Be Primed Material Equipment, surfaces to be painted with Alkyd enamel Rust -inhibitive Epoxy enamel Same as finish coats Coal tar paint Same as finish coats .r Steel and cast iron, surfaces to be painted with -- Alkyd enamel Rust -inhibitive Epoxy enamel Same as finish coats Coal tar paint Same as finish coats Galvanized Vinyl wash Aluminum Vinyl wash Stainless steel Vinyl wash PVC Catalyzed epoxy FRP Catalyzed epoxy Surfaces specified to be field painted with clear finish coats need not be primed. Unless otherwise recommended by the paint manufacturer, priming will not be required on concrete, or concrete block, specified. to be painted with latex paint or epoxy enamel, nor on metal surfaces specified to be painted with epoxy enamel. 6. PAINTING SCHEDULE. The following schedule lists paints for inter- mediate and finish coats for surfaces to be painted. All exposed sur- faces, including sides and edges, shall be painted. Surface To Be Painted Material 6.01. Metal Surfaces. All surfaces of structural and Gloss alkyd enamel miscellaneous steel exposed to view or to the elements in exterior locations. (Galvanized surfaces are not to be painted unless otherwise specified.) (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 09900 (17578 ) -4- r Surface _ToBe Painted Material All surfaces of structural and Semigloss alkyd enamel miscellaneous steel exposed to view inside buildings. (Galvanized surfaces are not to be painted unless otherwise specified.) Unless otherwise specified, all Gloss alkyd enamel surfaces of steel doors, door frames, steel handrails, steel =+ floor plates, pumps, motors, speed reducers, and other machines and equipment exposed to view or to the elements. Accessories for chemical feeders. Gloss alkyd enamel Metal curbs for skylights and power Gloss alkyd enamel roof ventilators. Heating units, convector covers, Gloss alkyd enamel electrical equipment cabinets, and similar items and equipment (unless factory finished). All surfaces of cast iron and steel Alkyd enamel; gloss piping inside buildings and above rg ade for color coded outdoors exposed to view or to the piping; gloss or elements, including valves, fittings, semigloss for all flanges, bolts, supports, and accessories other piping therefor, and including galvanized surfaces after proper priming. Surfaces of ductwork exposed to Semigloss alkyd enamel view inside buildings, after or latex proper priming, ;-� All surfaces of electrical conduit Semigloss alkyd enamel j} exposed to view inside buildings or latex (except banks of conduits in multiple layers hung from ceilings), including fittings, boxes, supports, and acces- sories therefor, after proper priming. All metal surfaces, unless otherwise Medium consistency specified, which will be submerged or coal tar buried, all or in part, including valves, valve boxes, and weir plates, but excluding piping laid in the ground. (LUBBOCK, TEXAS ) u (DISCHARGE FACILITIES) (CONTRACT 3 ) 09900 �'^ (17578 ) -5- Surface To Be Painted Material Miscellaneous castings, including Medium consistency manhole rings and covers, and manhole coal tar steps. (One coat, if not foundry _ dipped.) All exterior surfaces of cast iron Medium consistency and steel piping in manholes, coal tar wetwells, and similar locations, including valves, fittings, flanges, bolts, supports, and -- accessories. All metal harness anchorage for Thixotropic coal tar _ buried piping. Supports and miscellaneous metal Epoxy enamel for equipment handling sodium bisulfite. 6.02. Concrete and Masonry Surfaces. All concrete and concrete block surfaces (except floor surfaces and surfaces scheduled to receive other coatings) which are exposed to view _ in interior locations (two coats). Walls and columns. Satin gloss -latex emulsion Ceilings and overhead Flat latex emulsion construction. 6.03. Miscellaneous Surfaces. PVC and FRP. Gloss alkyd enamel 6.04. Surfaces Not To Be Painted. Unless otherwise specified, the following surfaces shall be left unpainted: Exposed surfaces of aluminum, except ductwork. Polished or finished stainless steel and mill finished stainless steel doors and frames. Unfinished stainless steel, except flashings and counterflashings, shall be painted. ` Nickel or chromium. Galvanized surfaces, except piping, conduit, ductwork, and other items specifically noted. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 09900 (17578 ) -6- Surface To Be Painted Material Piping concealed in inaccessible plumbing chases and above suspended ceilings. Rubber and plastics. Face brick. Exterior concrete. Surfaces specified to be factory finished. 7. PIPING IDENTIFICATION. Exposed piping, and piping in accessible chases, shall be identified with lettering or tags designating the service of each piping system, shall have flow directional arrows, and shall be color coded as scheduled below. Piping scheduled to be color coded shall be completely painted with the indicated colors, except surfaces specified to be unpainted shall have segments painted with the specified coding color long enough to accommo- date the required lettering and arrows. All other piping specified to be painted shall match adjacent surfaces, unless otherwise directed by the Engineer. 7.01. Location. Lettering and flow direction arrows shall be provided near equipment served, adjacent to valves, on both sides of walls and floors where pipe passes through, at each branch or tee, and at inter- vals of not more than 50 feet in straight runs of pipe. If, in the opinion of the Engineer, the foregoing requirements will result in an excessive number of labels or arrows on a run of pipe, the number required shall be reduced as directed. 7.02. Metal Taas. Where the outside diameter of pipe or pipe covering is 5/8 inch or smaller, metal tags shall be provided instead of letter- ing. Tags shall have the specified identifying lettering stamped -in, and shall be fastened to the pipe with suitable chains. Metal tags and chains shall be aluminum or stainless steel. Where tags are used, pipe shall be color coded as specified. 7.03. Lettering. "Lettering on piping shall be painted, stenciled, or snap -on markers. Snap -on markers shall be plastic sleeves, Brady "Bradysnap-On B-915" or Seton "Setmark". Letter size shall be as follows: Outside Diameter of Pine or Covering 5/8 inch and smaller 3/4 inch through 4 inch (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) (17578 ) 09900 -7- Minimum Height of Letters Metal tags - 1/4 inch 3/4 inch 5 inch and larger 2 inches Electrical conduit shall be painted to match adjacent ceiling or wall surfaces as directed by the Engineer. Vent lines shall be painted to match surfaces they adjoin. In addition, special painting of the following items will be required: 8. MIXING AND THINNING. Paint shall be thoroughly mixed each time any is withdrawn from the container. Paint containers shall be kept tightly closed except while paint is being withdrawn. Paint shall be factory mixed to proper consistency and viscosity for hot weather application without thinning. Thinning will be"permitted only as necessary to obtain recommended coverage at lower application temperatures. In no case shall the wet film thickness of applied paint be reduced, by addition of paint thinner or otherwise, below the thickness recommended by the paint manufacturer. 9. SURFACE PREPARATION. All surfaces to be painted shall be dry and shall meet the recommendations of the paint manufacturer for surface preparation. Cleaning and painting operations shall be performed in a manner which will prevent dust or other contaminants from getting on freshly painted surfaces. Oil and grease shall be completely removed by use of solvents or detergents before mechanical cleaning is started. The gloss of previously painted surfaces shall be dulled if necessary for proper adhesion of topcoats. Surfaces shall be free of cracks, pits, projections, or other imperfec- tions which would prevent the formation of a smooth, -unbroken paint film, except for concrete block construction where a rough surface is an inherent characteristic. When applying touchup paint, or repairing previously painted surfaces, the surfaces to be painted shall be cleaned as recommended by the paint manufacturer and sanded or wire brushed in such a manner that the edges of adjacent paint are feathered or otherwise smoothed so that they will not be noticeable when painted. All paint made brittle or otherwise damaged by heat of welding shall be completely removed. 9.01. Galvanized Surfaces. Galvanized surfaces shall be prepared for painting in conformity with the instructions of the manufacturer of the vinyl wash primer. Any chemical treatment of galvanized surfaces shall be followed by thorough rinsing with clean water. 9.02. Ferrous Metal Surfaces. Ungalvanized ferrous metal surfaces shall be cleaned for painting by one or more of the following means: solvents, blasting, high-speed power wire brushing, or scraping. Sur- faces of welds shall be given special treatment by scraping and wire brushing as necessary. to remove all slag and weld spatter. Tools which produce excessive roughness shall not be used. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 09900 (17578 ) -8- r All ferrous metal surfaces which are specified to be painted with epoxy enamel shall have all welds and sharp edges ground smooth if not pre- viously ground smooth in the shop. All components of equipment that will allow satisfactory surface preparation and painting after installa- tion shall be installed prior to surface preparation. Components of equipment that will be inaccessible after installation shall.have the surfaces prepared and shall be painted prior to installation. Motors, drive trains, and bearings shall be protected during surface preparation in accordance with the equipment manufacturer's recommendations. Surfaces to be coated with epoxy enamel,_coatings, except galvanized surfaces, shall be cleaned to the degree recommended by the paint manufacturer. Blast cleaning shall be used where recommended by the paint manufacturer, and may be used elsewhere at the option of the Contractor.provided that no dust is permitted to settle on adjacent wet paint films. All ferrous metal surfaces specified to be painted with epoxy enamel shall have all shop primer removed in field surface preparation. Surface preparation by blast cleaning shall immediately precede the first application of paint, and both operations shall be performed the same day. If more surface area is prepared than can be painted in one day, the unpainted area shall have surfaces blast cleaned again to the satisfaction of the Engineer. 9.03. Concrete Surfaces. New concrete surfaces, including floors, which are to be painted shall be prepared by removing all dirt, dust, efflorescence, oil or grease stains, or other foreign substances, by wire or fiber brushing or scrubbing, scraping, or other appropriate methods. Prior to mechanical cleaning, any oil or grease shall be removed with a solvent or detergent. Concrete surfaces to be painted with epoxy enamel shall be etched with acid or brush blasted prior to priming. 9.04. Concrete Block Surfaces. Voids and openings in concrete block construction shall be pointed. Interior surfaces to be painted with latex paint need not be filled. 9.05. PVC and FRP Plastic. All wax and oil shall be removed from plastic surfaces by wiping with a solvent of the type used for the specified primer. 9.06. Hardware. Hardware and hardware items such as bolts, screws, washers, springs, and grease fittings need not be cleaned prior to painting if there is no evidence of dirt, corrosion, or foreign material. 10. APPLICATION. Paint shall be applied in a neat manner, with finished surfaces free of runs, sags, ridges, laps, and .brush ,marks. Each coat shall be hard and dry through the entire paint film.before the (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) (17578 ) 09900 -9- next coat is applied. Each coat shall be applied in a manner that will produce an even film of uniform and proper thickness. In no case shall paint be applied at a rate of coverage which is greater than the maximum rate recommended by the manufacturer. Paint showing sags, 'checks, blisters, teardrops, or fat edges will not be accepted and shall be entirely removed and the surface repainted. 10.01. Priming. Edges, corners, crevices, welds, and bolts shall be given a brush coat of primer before the specified spot or touchup paint- ing of metal surfaces. Special attention shall be given to filling all crevices with paint. Abraded and otherwise damaged portions of shop -applied paint shall be cleaned and repainted as recommended by the manufacturer of the finish coating. Welded seams and other uncoated surfaces, heads and nuts of field -installed bolts, and surfaces where paint has been damaged by heat shall be given a coat of the specified primer. This patch, spot, or touchup painting shall be completed, and shall be dry and hard, before additional paint is applied. 10.02. Latex Paint. Latex paint shall be applied by brushing or rolling; spraying will not be permitted. Latex paint shall not be thinned excessively. 10.03. Epoxy Enamel. The application of epoxy enamel, including temperature limitations and protection from sunlight until topcoated, shall conform to the recommendations of the paint manufacturer. 10.04. Film Thickness. The total paint film thickness, including prime coat (if any), intermediate coats, and finish coat, shall be not less than: Type of Paint Latex Coal tar Medium consistency Thixotropic Coal tar epoxy Epoxy enamel Surfaces with first coat of epoxy enamel and second coat of aliphatic polyurethane (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 09900 (17578 ) -10- Minimum Dry Film Thickness 3 mils 20 mils 35 mils 15 mils 7 mils r r F Type of Paint Other surfaces (two coats) Alkyd enamel With shop finish or primer applied by electrostatic spray and baked -on, as on hollow metal doors and equipment cabinets With vinyl wash primer field applied to galvanized, aluminum, and stainless steel surfaces With all other primers, shop or field applied All other finishes Minimum Dry Film Thickness 10 mils 4 mils 4 mils 5 mils 5 mils 10.05. Weather Conditions. Paint shall not be applied, except under shelter, during wet, damp, or foggy weather, or when windblown dust, dirt, debris, or insects will collect on freshly applied paint. Paint shall not be applied at temperatures below the minimum temperature recommended by the paint manufacturer, or to surfaces of metals, such as the surfaces of a tank or pipe containing cold water, regardless of the air temperature, when metal temperature and atmospheric conditions cause condensation on the surface of the metal. 11. REPAIRING FACTORY FINISHED SURFACES. Factory finished surfaces which have become damaged prior to acceptance by the Owner shall be spot primed and repainted with materials equivalent to those used in the original application. If, in the opinion of the Engineer, spot repair of the damaged area is not satisfactory, the entire surface or item shall be repainted as required by the Engineer. 12. PROTECTION OF SURFACES. Throughout the work the Contractor shall use drop cloths, masking tapes, and other suitable measures to protect all surfaces from cleaning operations, accidental spraying, spattering, or spilling of paint. The Contractor shall be responsible for and shall correct and repair damage resulting from his operations or the opera- tions of those responsible to him. Paint deposited on surfaces which are not being painted at the time shall be immediately removed. Bitu- minous paints spilled or dropped on any material except metals shall be surface cleaned and spot painted with aluminum paint prior to applying the specified paint. Exposed concrete or masonry not specified to be painted which is damaged by paint shall be either removed and rebuilt or, where authorized by the Owner, painted with two coats of masonry paint. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 09900 (17578 } -11- F Section 10300 - LOUVERS 1. SCOPE. This section covers the furnishing and installation of fixed -type and combination type weather louvers. 2. GENERAL. The louvers shall be the product of one manufacturer. The louvers shall be furnished complete with all hardware and appurtenances necessary for a satisfactory installation. 3. LOWERS. Fixed -type weather louvers denoted by the symbol "L" and an identifying number shall be furnished and installed where indicated on the drawings and schedules. Louvers shall be the stationary type constructed of extruded aluminum sections, with 6 inch frames, securely �r and permanently assembled to form a sturdy, rigid unit. The louvers t shall have extended sills as indicated on the drawings and schedules. The louvers shall be installed with clip angles and shall be caulked as specified in the caulking section. Bird screens of 1/2 inch mesh aluminum shall be furnished and installed on the inside of all fixed louvers. Combination type louver/dampers denoted by the symbol "LD" and an iden- tifying number shall be furnished and installed where indicated on the drawings and schedules. Combination type louvers shall be constructed of extruded aluminum sections, with 6 inch frames. Blades shall be of 6063 T5 alloy, minimum 0.101 nylon bearings. All blades shall be fitted with vinyl gaskets. Combination type louvers shall have edge seals and blade linkage concealed in the frame and extended sills. The louvers shall be installed with clip angles and shall be caulked as specified in the caulking section. Bird screens of 1/2 inch mesh aluminum shall be furnished and installed on the inside of all combination louvers. Where aluminum work is to be attached to steel supporting members, or other dissimilar metal, the aluminum shall be kept from direct contact with such metals by a heavy shop coat of the coal tar paint. Aluminum surfaces which will be in contact with concrete or masonry when installed shall be given a heavy coat of coal tar paint. All paint shall be dry and hard when the coated parts are shipped, assembled, or installed. Aluminum work which will be exposed to the exterior after installation shall be given an anodic coating, Aluminum Association finish AA-M12C22A41, clear. Louvers shall be architectural style continuous blades with concealed mullions. Fixed louvers shall be Ruskin "Type ELF-6375", Swartwout or equal. Combination type louver/dampers shall be Ruskin "Type ELC 6375", Swartwout or equal. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 10300 f^ (17578 ) -1- r' 4. DRAWINGS AND DATA. Complete specifications and detailed drawings covering arrangement, dimensions, hardware, accessories, and details of construction and installation of the louvers shall be submitted in accordance with the submittals section. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 10300 (17578 ) -2- �' r F Section 10990 - MISCELLANEOUS SPECIALTIES 1. SCOPE. This section covers miscellaneous items of work and equipment not included in other sections. 2. GENERAL. Miscellaneous specialties shall be furnished and installed as specified herein and in accordance with the details, arrangements, and dimensions indicated on the drawings. Where not specifically indi- cated or specified, fasteners, gaskets, and other accessories shall be provided as required and as recommended by the manufacturer of the specific item. 3. HAZARDOUS MATERIALS SIGNS. 3.01. General. The signs shall be made in strict accordance with the Hazardous Material Regulations 49 CFR Part 172, established by the Federal Department of Transportation (DOT). All hazardous chemicals shall be identified by a four -digit number obtained from "Emergency Response Guidebook; Guidebook for Hazardous Materials Incidents" (DOT - P5800.3, 1984). 3.02. Materials. Placard Seton 10-3/4" x 10-3/4" Style "N", permanent or removable pressure - sensitive vinyl, 0.023 or 0.125 polyethylene (for slide -in holders). Slide -In Holders Seton "HDR 1", 20 ga. steel, white baked enamel finish mounting holes. 3.03. Installation. Signs shall be installed on the sides of the building and tanks. 4. WALL MOUNTED FIRE EXTINGUISHERS. Wall mounted hand fire extin- 4 guishers shall be of the all purpose, nitrogen -pressured, dry chemical type. Two chemical type fire extinguishers shall be provided and installed in the locations indicated on the drawings or as directed by the Engineer. The fire extinguishers shall meet the new Underwriters' Laboratories Standards and shall carry the U.L. rating of 4A-60B:C. Capacity of the extinguishers shall be 10 pounds and the color of the shell shall be red. Wall mounting brackets shall be furnished and mounted 5 feet above the floor. Fire extinguishers shall be Kidde "10 TAX-l" or Laresen's "MP 10" for dry chemical. 5. DRAWINGS AND DATA. Complete specifications, data, detailed drawings, and setting or erection drawings covering miscellaneous specialties shall be submitted in accordance with the procedures set forth in the submittals section. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 10990 (17578 ) -1- Section 11727 — LIQUID CHEMICAL FEED SYSTEM 1. SCOPE. This section covers sodium bisulfite feed equipment and accessories. Principal items to be furnished and installed shall include the following: Chlorine residual monitor and probe. Liquid level switch. Two metering pumps. The following items of work and equipment are covered under other sections: Instrumentation. Piping and valves between the items of equipment. Water supply and electric power supply to the equipment. Drain and vent piping. r 2. GENERAL. Equipment furnished and installed under this section shall be fabricated, assembled, erected, and placed in proper operating is condition in full conformity with drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by the Engineer. f Each item shall be furnished and installed complete with all mechanical and electrical equipment required for proper operation, all components indicated on the drawings or specified, and all additional materials or construction required by the design of the system. Chemical feed equipment shall be of substantial construction with all parts designed for long life under working conditions, including corrosive atmospheres and intermittent or continuous operation. All wearing parts and items requiring adjustment shall be readily acces- sible. Each unit shall be completely enclosed and dusttight when in operation. All parts which are exposed to corrosive conditions shall be made from corrosion -resistant materials or covered with suitable protec- tive coatings. 2.01. General Eouipment Stipulations. The General Equipment Stipula- tions shall apply to all equipment furnished under this section. 2.02. Interchangeability. Similar components of new chemical feed systems shall be from the same manufacturer to facilitate maintenance and stocking of repair parts. Whenever possible,.identical units shall be furnished. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 11727 (17578 ) -1- 2.03. Power Supply. Unless otherwise specified, the power supply will be 120 volts, 60 Hz, single phase. Where control voltage lower than the power supply voltage is required, a suitable control power transformer shall be furnished. 2.04. Electrical Equipment. All electrical equipment shall conform to applicable standards of the National Electrical Manufacturers Associa- tion and the National Electrical Code. Both power and control equipment shall be insulated for not less than 600 volts even though operating voltages may be lower. Service voltage to the various items of equip- ment is indicated on the drawings. Unless otherwise specified, a manual motor starter shall be provided for each electrical device served by a 120 volt, single phase power supply. All manual motor starters, motors, controls, and.rate changing devices shall be totally enclosed and dustproof. All associated equipment and controls shall be completely wired so that only one power connection to each item of equipment need be made after the equipment is installed. 2.05. Equipment Bases. Unless otherwise specified or indicated on the drawings, each item of chemical feed equipment shall be mounted on a concrete base approximately 6 inches above the floor. If feeders or other components must be supported at higher elevations above the floor, suitable supplementary bases shall be provided. 2.06. Nameplates. A nameplate shall be provided and mounted on each sodium bisulfite metering pump to identify its function. Nameplates shall be approximately one inch by 3 inches in size, made from black on white phenolic material. Letters shall be engraved to the white interior and shall be at least 3116 inch high. Feeder designations on the nameplates shall correspond to those indicated on the drawings. 2.07. Supplier's Qualifications. The sodium bisulfite feed system shall be designed, coordinated, and supplied by a qualified system supplier who is regularly engaged in the business of designing and assembling liquid chemical feed systems for wastewater projects. Within 7 days after the Bids are opened, the Contractor shall submit proof of the following qualifications for the intended supplier of the system: The supplier has the required financial capability. The names of manufacturers whose products will be supplied. The supplier maintains a qualified technical staff and design office. The supplier has the physical plant and fabricating personnel to complete the work specified. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 11727 (17578 ) -2- l The supplier has and will maintain competent -service personnel to service the equipment furnished. The supplier has successfully provided similar work for at least 5 years. The names of at least three references who are users of similar systems designed, assembled, and furnished by the supplier. 2.06. Coordination. The supplier shall prepare system installation drawings, isometric piping schematics, interconnecting diagrams, panel layouts, and other data required for complete system description. The supplier shall verify that each system component is compatible with all other components of the system, that all pipe materials and sizes are appropriate, and that all devices necessary for a properly functioning system have been provided. Review of drawings submitted prior to the final determination and coordination of related equipment to be provided will not relieve the Contractor from responsibility for supplying systems in full compliance with the specific requirements of the related equipment. 2.09. Metal Thicknesses. Metal thicknesses and gages specified herein are minimums. Gages refer to US Standard gage. 2.10. Calibration Graphs. The supplier shall prepare a calibration graph from field tests for each chemical feed unit which does not have a rate set device reading in pounds per hour for dry feeders or in gallons per hour for liquid feeders. The graph shall show the rate setter graduation conversion to pounds per hour or gallons per hour throughout the range of the feed unit. Each graph shall be furnished on hard paper and sealed in clear plastic. 3. SODIUM BISULFITE FEED SYSTEM. One assembly of feeding equipment shall be furnished and installed in the dechlorination facility, as indicated on the drawings, to dispense sodium bisulfite solution to the outfall pipeline. 3.01. Residual Monitor. One chlorine residual monitor shall be furnished and installed, as indicated on the drawings, to directly measure the total chlorine residual in the discharge flow. The monitor shall be of the direct sensing polarographic membrane type, with automatic temperature compensator, and self-cleaning sensor for operation over a range of 0 to 2 ppm of chlorine. The monitor shall be furnished with the following accessories: Chlorine sensor. " Chlorine sensor cable from sample point to monitor. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 11727 (17576 ) -3- r Two spare chlorine -sensors. Integral indicator calibrated 0 to 2 ppm. Submersion mounting kit. Each monitor shall include a transmitter having a 4-20 mA do signal for transmission to -a remote SCADA system, as described in the instrumenta- tion section, and to a feeder electronic controller. The monitor shall be Enterra "Series 5100 One amperometric titrator for measuring total and free residual shall be furnished for calibration of the chlorine residual monitor._ The titrator shall operate on a battery or on 120 volts, 60 Hz, single phase, and shall be complete with sample container, titrating solution bottle, pipettes, instruction book, chemicals, and other items required for proper operation. The titrator shall be Capitol Controls "Series R-1773", or Wallace k Tiernan "Series A-790". 3.02. Metering Pumps. Two metering pumps shall be furnished and installed as indicated on the drawings to dispense sodium bisulfite solution to the outfall pipeline, as indicated on the drawings. The pumps shall be suitable for intermittent and continuous automatic proportional electric and local manual, mechanically controlled metering of solution under the following conditions and requirements: Capacity control range, percent 0 to 100 Metering range, gph 0.5 to 4 Minimum drive motor, hp 1/4 Nominal maximum stroke rate, spm 70 Accuracy, percent of scale over metering range Nominal discharge pressure, psi 30 Sodium bisulfite specific gravity 1.36 Sodium bisulfite concentration, 1 30 - 40 Motor horsepower for each pump shall be based on the above requirements and on the discharge backpressure required by the pump furnished. Motors shall be not less than the indicated horsepower, and shall be rated 120 volts, single phase, 60 Hz, complete with motor starter with selector switch. The motor starter will be furnished under the electrical section. Power to the motor shall be provided by an SCR controlled rate controller as specified herein.' (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 11727 (17578 ) -4- F r Each pump motor shall be equipped with an electric rate set controller to operate from a remote rate setter and flowmeter signal. The signal input shall be 4-20 mA dc, and shall be ungrounded differential type with an input resistance of not more than 250 ohms. The controller shall accept either the remote signal or a manual rate .control signal at the controller, and vary the do voltage to the motor, with feedback as required to attain the desired rate. In addition to the manual rate setter, the controller shall contain a rate indicator on the front panel, with "Auto -Manual", "Local- Remote", and main -"On -Off" selector switches. The rate controllers shall be mounted adjacent to the pumps and shall be furnished with an engraved nameplate indicating the controller unit. Each controller shall operate from a 120 volt, single phase, 60 Hz power supply, and shall be mounted in a NEMA 4 enclosure. "High" and "Low" speed alarm switches shall be included to alarm motor or controller failure, and shall be mounted in a NEMA l enclosure. Each pump shall be of the positive displacement type using, a mechani- cally actuated diaphgram. Each pump shall have one individually adjust- able head. Each pump shall promptly stop after receiving a signal from the drum low level switch. Multiple step motor drive pulleys shall be provided to allow selection of various stroke rates to cover the specified feed range. Materials of construction shall be selected for resistance to the pumped solution. The multiconductor shielded cable from the remote control module to the pump mounted capacity controller shall be furnished with each metering PUMP An "On -Off" switch for the 120 volt ac power to the electric operated capacity control, and manual mechanical capacity control with position indicator, shall be included in the pump capacity controller to provide r capacity adjustment without tools while the pump is running and an I electric control signal is not available. Accessories furnished with the pump shall include, but not be limited to: suction foot valve and flexible tubing, pressure relief valve, discharge tubing, pipe adapters, belt guard, back pressure valve, splash guard, steel stand, and all other necessary accessories or fittings required or indicated on the drawings. All wiring shall be furnished complete and ready for connection of an external motor circuit, and detector switch interlock circuit. 3.03. Drum Scale. Two drum scales of the hydraulic cell type shall be C furnished and installed as indicated on the drawings for weighing sodium bisulfite, 55 gallon drums. Scales should come complete with platform, dial stand, load cell with 5 feet hydraulic tubing, and 8-1/2 inch (LUBBOCK, TEXAS } (DISCHARGE FACILITIES) (CONTRACT 3 ) 11727 (17578 ) -5- r f readouts. The platform height shall be no more than 2 inches to allow. easy handling and unloading of drums. Cell shall be of the temperature stable, rolling diaphragm type. Flexible hose shall be lead from the cell to allow easy installation of — the dial on a platform mounted dial stand. Dial diameter shall be 6-1/2 inch and read 0-800 pounds. Dial shall be _ temperature stable with damper installed to prevent shock damage. Dial accuracy shall be better than 1/2 of 1 percent full scale. Scale'shall be as manufactured by Forced Flow Equipment "Drumm -Scale Model 8D8DS- Epoxy". 3.04. Drum Scale Switch. An adjustable corrosion -resistant switch for determining amount of liquid in each 55 gallon, sodium bisulfite drum shall be provided. The switch shall send a signal to the SCADA System when the weight of each 55 gallon drum reaches a preset level. Switch shall be as manufactured by Forced Flow Equipment "Drumm -Scale Model RS5 Reed Switch". 3.05. Calibrating Columns. Two transparent plastic calibrating columns shall be furnished for ocnnection to and installed on the metering pump suction piping as indicated on the drawings. _ Each column shall be 2-inch I.D., Schedule 40 clear PVC or other resistant, rigid, transparent plastic tubing have a nominal 1/4 inch wall thickness, and complete with vented top cap and 1/2 inch screwed flow fitting. The column shall be graduated -in 0.005 gallon increments over a range of 0 to 0.03 gallons, complete with a numeral at each graduation. Each column shall be mounted on a galvanized steel support leg. The column shall be Valcom Inc. Model 6500. 3.06. Safety Equipment. One chemical handling safety equipment kit _ shall be provided. The kit shall include, but not be limited to, chemical splash goggles, rubber gloves, rubber boots, and rubber apron, all packed in a suitable carrying case. 4. DRAWINGS AND DATA. Complete fabrication, assembly, and installation drawings, isometric piping schematics, and wiring diagrams, together with detailed specifications and data covering materials used, parts, devices, and other accessories forming a part of the equipment furnished,, shall be submitted in accordance with the submittals section. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 11727 (17578 ) -6- F Section-13400 - INSTRUMENTATION 1. SCOPE. This section covers the furnishing and installation of metering and control equipment which shall include the following principal items. 1.01. Metering and Control Systems. Principal components of the metering and control systems shall be as indicated on the piping and instrument diagram drawings and as listed on the instrument device schedule drawings. 1.02. Miscellaneous. One lot of test equipment, spare parts, and miscellaneous devices as set forth herein. Supplementing this section, the drawings indicate locations and arrange- ment of panels and instruments, and provide functional diagrams and schematics regarding connection and interaction with other equipment. 2. CODES AND PERMITS. All work performed and all materials used shall be in accordance with the National Electrical Code, the National Electrical Safety Code, and applicable local regulations and ordinances. Where required by applicable codes, materials and equipment shall be listed by Underwriters' Laboratories or other testing organization acceptable to the governing authority. The Contractor shall, at his own expense, arrange for and obtain all necessary permits, inspections, and approval by the proper authorities in local jurisdiction of such work. 3. SUPPLIER'S QUALIFICATIONS. The entire system shall be designed, coordinated, and supplied by a qualified system supplier who is regularly engaged in the business of designing and building; instrument and control systems for water and wastewater projects. The Contractor's intended instrumentation supplier shall meet the following qualifications: The supplier shall have and shall maintain a qualified technical staff and design office. The qualifications and experience of key project personnel shall be acceptable to the Engineer. The supplier shall have the physical plant and fabricating per- sonnel to complete the work specified. Fabrication capabilities or subcontractor fabrication arrangements shall be acceptable to the Engineer. r! The supplier shall have and shall maintain competent service personnel to service the equipment furnished. The geographic location of service personnel for this project shall be acceptable to the Engineer. a (LUBBOCK, TEXAS 13400 (SEWRP IMPROVEMENTS & EXPANSION) -1- (CONTRACT NO. 3 } 1i (17578 } The supplier shall have successfully provided similai work for at least 5 years. 4. COORDINATION. Instrument and control systems shall be designed and coordinated for proper operation with related equipment and materials furnished by other suppliers under other sections of these specifica- tions, under other contracts, and, where applicable, to related existing equipment. All instruments and control devices shall be applied in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the instrument or device manufacturer and the related equipment manufacturer. Review of drawings submitted prior to the final determination of related equipment shall not relieve the Contractor from supplying systems in full compliance with the specific requirements of the related equipment. Related equipment and materials may include, but will not be limited to, primary flow measuring devices, valve actuators, chemical feeders, analytical measuring devices, supervisory control equipment, telemetry, conduit, cable, and piping, as described in other specifications associ- ated with this project. Installation drawings shall be prepared for interconnecting wiring and piping between the related equipment and the equipment furnished under this section. All interconnecting wiring shall be appropriate for the service and shall 'result in a properly functioning system. Coordination with other contractors and supervision of installation shall be provided by the Contractor as required during construction. 5. INSTALLATION REQUIREMENTS. The instrumentation equipment shall be installed by the Contractor or his subcontractors. The services of the system supplier's technical representative'shall be provided as necessary to calibrate,test, and advise others of procedures for adjustment and operation in accordance with the requirements of the quality control section. 5.01.- Field Wiring. Field wiring materials and installation shall conform to the requirements of the electrical section. 5.02. Field Piping. Field piping materials and installation shall conform to the requirements of the miscellaneous piping section. 5.03. Field" Mounted Instruments.- Instruments shall be mounted so that they may be easily read and serviced and so that all appurtenant devices may be easily operated. Installation details for some instruments are indicated on the drawings. Unless otherwise indicated on the drawings, (LUBBOCK, TEXAS ) 13400 (SEWRP IMPROVEMENTS & EXPANSION) -2- (CONTRACT NO. 3 ) (17578 ) r r instruments which include local indicators shall be mounted so that the indicator is approximately 5'-01 above the floor. Indicators shall be oriented for ease of viewing. Transmitters shall be mounted on corrosion -resistant pipe supports suitable for floor, wall, or bracket r mounting. 5.04. Field Calibration. A technical representative of the system supplier shall calibrate each instrument and shall provide a written . calibration report for each instrument indicating the results and final tuning adjustment settings. The adjustments of each calibrated instru- ment shall be sealed or marked, insofar as possible, to discourage tampering. Instrument calibration shall be accomplished prior to a checkout of the operations of a system. A typical -instrument calibration report form is included at the end of this section. 5.05. Systems Check. A technical representative of the system supplier shall participate in the checkout of metering and control systems. If interrelated devices furnished by other suppliers, such as valve actu- ators, motor controls, chemical feeders, and primary measuring devices, do not perform properly when placed in service, the technical repre- sentative shall use suitable test equipment to introduce simulated signals to verify or measure signals from those devices as may be required to locate the source of trouble or malfunction. A written report stating the results of such tests shall be furnished, if requested by the Engineer, as necessary to assign responsibility for corrective measures. 5.06. Installation Test Equipment. Unless specified otherwise, all test equipment necessary for calibration and checking of system components shall be provided by the Contractor for the duration of the testing work. Unless specified otherwise, test equipment will remain the property of the Contractor or the system supplier. 5.07. Salvage of Existing Equipment. Existing materials and equipment removed or replaced under this contract shall be turned over to the Owner, or shall be discarded as directed by the Owner. Any mounting brackets, piping, or holes, which remain after removal of equipment, shall be removed or repaired in a manner acceptable to the l Engineer. 6. GENERAL REQUIREMENTS. All equipment furnished under this section shall be selected by the system supplier for its superior quality and intended performance. All equipment shall be installed in accordance with the manufacturer's instructions. Equipment and materials used shall be subject to review and shall comply with the following requirements. 7 (LUBBOCK, TEXAS 13400 - (SEWRP IMPROVEMENTS & EXPANSION) -3- (CONTRACT NO. 3 ) (17578 ) 6.01. Power and Instrument Signals Unless specified otherwise, electrical power supply to the instrumentation equipment will be unregulated 120 volts ac at the locations noted on the one -line and functional diagrams. All transmitted electronic analog instrument signals shall be 4-20 mA dc, unless noted otherwise, and shall be linear with the measured variable. 6.02. Control Performance. The coordinating supplier shall design the control systems and shall be responsible for performance of the systems within these specified limitations. a. Rate of Flow Control. Range Operable automatic control from shutoff to maximum capacity of .control element. Stable auto- matic control between 12 and 100 percent of full-scale flow. Stability After controls have taken corrective action, as a result of a change in load or set point, the control element shall remain stable without hunting or oscillating. Sensitivity Controls shall be sensitive to, and begin correcting for, - changes in controlled media or set point of less than 1.0 percent of span._ Agreement Rate indicators and rate set point indicators shall agree within 2.0 percent of span. 6.03. Metering Accuracy. System metering accuracy, as compared to the actual process value, shall be determined from the value read at the principal readout device such as the recorder or totalizer. System requirements shall not preclude any requirements specified herein for individual devices. For systems -where the primary measuring device, transmitter, and receiver are furnished under this section, the accuracies shall be within the following limits: a. Pressure: 1.0 percent of measured span. b. Level: 1.0 percent of measured span. (LUBBOCK, TEXAS •) 13400 (SEWRP IMPROVEMENTS & EXPANSION) -4- (CONTRACT NO. 3 ) (17578 ) F F F F F fl C. Temperature: 1.0 percent of measured span. d. Position: 2.0 percent maximum travel. e. Flow Rate: Magnetic or transit time ultrasonic metering: 1.5 percent of full scale between 10 and 100 percent of scale. Differential producing primary element type metering% 2.0 percent of full scale between 15 and 100 percent of scale. Doppler type ultrasonic metering: 3.0 percent of full scale between 10 and 100 percent of scale. Open channel type weir or flume metering: 4.0 percent of full scale between 5 and 100 percent of scale. For systems where the primary flow measuring device is furnished by others, the accuracies as compared to the flow -head curve of the primary device shall be within the following limits: Differential producing primary element type metering: 1.5 percent of full scale between 15 and 100 percent of scale. Open channel type weir or flume metering: 1.5 percent of full scale between 5 and 100 percent of scale. 6.04. Appurtenances. Signal converters, signal boosters, amplifiers, special power supplies, special cable, special grounding, and isolation requirements shall be furnished and installed as required for proper performance of the equipment 6.05. Interchangeability and Appearance. Instruments used for the same types of functions and services shall be of the same brand and model line insofar as possible. Similar components of different new and existing instruments shall be from the same manufacturer to facilitate maintenance and stocking of repair parts. Whenever possible, identical units shall be furnished. Recorders, process indicators, control stations, and similar panel -mounted instruments shall be of the same style and shall be products of the same major instrument manufacturer. 6.06. Programming Devices. A programming or system configuring device shall be provided for systems that contain any equipment which requires such a device for routine calibration, maintenance, and troubleshooting. The programming device shall be complete and in like -new condition and shall be turned over to the Owner at completion of startup. (LUBBOCK, TEXAS ) 13400 (SEWRP IMPROVEMENTS & EXPANSION) -5- (CONTRACT NO. 3 ) (17578 ) 6.07. Device T_g Numbering System. All devices shall be provided with permanent identification tags. The tag numbers shall agree with the instrument device schedules and with the supplier's equipment drawings. All field -mounted transmitters and devices shall have stamped stainless steel identification tags. Panel, subpanel, and rack mounted devices shall have laminated phenolic identification tags securely fastened to the device. Hand -lettered labels or tape labels will not be acceptable. 6.08. Special Tools and Accessories. Equipment requiring periodic repair and adjustment shall be furnished complete with all special tools, instruments, and accessories required for proper maintenance. Equipment requiring special devices for lifting or handling shall be furnished complete with those devices. 7. MISCELLANEOUS INSTRUMENTATION. The following test equipment, spare parts, and miscellaneous devices shall be provided: a. Pressure switches, level switches, float switches, and miscel- laneous devices, as listed in the instrument device schedules, unless noted otherwise. b. One electronic instrument calibrator, as specified herein. 8. INDIVIDUAL DEVICE SPECIFICATIONS. The following specifications shall apply to the equipment items in the instrumentation and control systems. 8.01. Open Channel Ultrasonic Flowmeters. Each ultrasonic flowmeter shall be a microprocessor -based electronic unit consisting of a sensor assembly, a signal converter/transmitter, and an interconnecting cable. The sensor shall be encapsulated in a chemical and corrosion -resistant material such as kynar or CPVC, and shall be suitable for operation over a temperature range of -20 to +150 F, with a relative humidity of 10 to 100 percent. Sensors shall be compatible with the process media being measured. The sensor shall be mounted directly over the flume or weir channel and shall measure the fluid level by means.of reflected high frequency sound waves. The sensor shall,be an explosionproof design suitable for use in all hazardous areas. Sensors which are mounted in areas where freezing condensation is likely to occur shall be provided with special transducers or heaters designed to prevent sensor icing. Sensors which are mounted in direct sunlight shall be provided with sunshades. The supplier shall coordinate the sensor mounting requirements and shall furnish drawings, complete with dimensions and elevations, to ensure a proper and satisfactory installation. General installation requirements are indicated on the drawings. (LUBBOCK, TEXAS ) 13400 (SEWRP IMPROVEMENTS & EXPANSION) -6- (CONTRACT NO. 3 ) (17578 ) F r The ultrasonic flowmeter shall have an automatic compensation for changes in air temperature at the sensor location. If separate temperature sensing probes are provided, they shall be mounted with or adjacent to the ultrasonic sensor, as recommended by the manufacturer. The transmitter shall have a four -digit LCD display scaled to read in engineering units of flow. Digit height shall be approximately 0.5 inch. The transmitter shall be designed to ignore momentary level spikes or momentary loss -of -echo. A loss -of -echo condition shall be indicated on the transmitter unit and shall be available as an alarm contact output. The transmitter output shall be an isolated 4-20 mA do signal linearly proportional to flow. The signal converter shall use a microprocessor based digital flow linearizer circuit which can be easily changed in the field. Calibration parameters shall be stored in non- volatile EEPROM memory. Accuracy of the transmitted signal shall be plus or minus 1.0 percent of the flow range. An appropriate length of sensor -to -transmitter signal cable shall be furnished with the instrument. The sensor shall be capable of being located from 25 to 200 feet away from the signal converter. The signal converter electronics shall be housed in a NEMA Type 12 enclosure suitable for wall or pipestand mounting and for operating temperatures of +30 to +120 F. The signal converter shall be powered from 120 volts ac, 60 Hz. The signal converter shall contain a six -digit, nonreset flow totalizer. The signal converter shall contain an integral flow integrator which provides a scaled pulse contact type output suitable for operating a remote totalizer. The ultrasonic flow transmitter shall be Fischer & Porter 150US", Inventron "9140", or Milltronics "Multiranger Plus". 8.02. Miscellaneous Equipment. r 8.02.01. Instrument Calibrator. The calibrator shall be completely 1 portable and shall be capable of measuring and generating milliamperes and volts. The calibrator shall be completely solid-state and shall have one 4-1/2 digit display capable of indicating either calibrator input or output. The display indication (output or input) shall be switch selectable. The input display shall be bipolar complete with a �. minus (-) sign. r (LUBBOCK, TEXAS ) (SEWRP IMPROVEMENTS & EXPANSION) (CONTRACT NO. 3 ) 13400 (17578 ) - 7- r Input ranges shall cover -50 to +50 volts, -100 to +100 MV and -50 to +50 mA dc. Output ranges shall cover 0 to 11 volts and 0 to 22 mA dc. Input and output accuracy shall be plus or minus 0.1 percent of full scale and shall be traceable to the National Institute of Standards and Technology. The calibrator shall be capable of simulating a two -wire _ transmitter operating from an external supply voltage of 12 to 65 volts dc, or driving an external load of 0 to 400 ohms at 20 mA do from the calibrator's internal 24 volt do supply. The calibrator shall have input-output isolation and shall be protected against misconnection and overvoltage. The calibrator shall be powered from a snap -in battery pack capable of - operating the calibrator for 8 hours at 20 mA continuous output. The calibrator shall be supplied with two battery packs, a separate battery charger, a carrying case, an instruction manual, and test leads. The calibrator shall be Transmation "1091" and specified module part numbers. The calibrator shall be capable, with the addition of auxiliary modules, of measuring pressure and differential pressure in inches of water or psig.Accuracy of pressure measurement shall be 0.07 percent of full scale and shall be traceable to the National Institute of Standards and Technology. The pressure modules shall have overpressure relief which protects module calibration and shall be compatible with nonconductive, noncorrosive, instrument -grade clean air or clean inert gas. Pressure ranges and modules shall be as specified in the following table: Pressure Ranges Module Part Numbers Single Port Dual Port (for differential input) Single Scale Modules 0-5 psig PS1100 PS1101 0-10 psig PS2100 PS2101 0-16 psig PS3100 PS3101 0-33 psig PS4100 PS4101 0-50 psig PS5100 NA 0-100 psig PS6100 NA 0-100 in. of water PS1200 PS1201 -- 0-280 in. of water PS2200 PS2201 0-420 in. of water PS3200 PS3201 0-830 in. of water PS4200 PS4201 (LUBBOCK, TEXAS ) 13400 (SEWRP IMPROVEMENTS & EXPANSION) -8- (CONTRACT NO. 3 ) (17578 ) F F i� Dual Scale Modules 0-0.5 psig, 0-10.0 in. of water PDO120 NIA 0-5 psig, 0-100 in. of water PD1120 PD1121 0-10 psig, 0-280 in. of water PD2120- PD2121 .0-16 psig, 0-420 in. of water PD3120 PD3121 0-33 psig, 0-830 in. of water PD4120 PD4121 The calibrator shall be equipped with fittings for 1I8 inch NPT to 1I4 inch OD tubing, and a portable air supply pump (-2 to +200 psig). The air supply pump shall be Transmation "1098P". 9. CUSTOMER TRAINING. The coordinating supplier shall provide a qualified representative at the jobsite to train the Owner's personnel in operating and maintaining the equipment. The training session shall include a technical explanation of the equipment and an actual hands-on demonstration. The training session shall consist of full 8 hour consecutive Owner working days, and the schedule shall be arranged and coordinated with the Owner. 10. DRAWINGS AND DATA. Complete fabrication, assembly, and installa- tion drawings; wiring and schematic diagrams; and details, specifica- tions, and data covering the materials used and the parts, devices, and accessories forming a part of the equipment furnished shall be submitted in accordance with the submittals section. Submittal data shall be grouped'and submitted in three separate stages. The submittal for each stage shall be substantially complete. Individual drawings and data sheets submitted at random intervals will not be accepted for review. Instrument tag numbers indicated on the contract drawings shall be referenced where applicable. Submittal data for multifunctional instruments shall include complete descriptions of the intended functions and configurations of the instruments. 10.01. First Stage Submittal. The first stage submittal shall include the following items: a. Product catalog cut sheets clearly marked to shmT the appli- cable model number, optional features, and intended service of the device. b. A detailed list of any exceptions, functional differences, or discrepancies between the supplier's proposed system and the contract requirements. (LUBBOCK, TEXAS ) 13400 (SEWRP IMPROVEMENTS & EXPANSION) -9- (CONTRACT NO. 3 ) (17578 ) 10.02. Second Stage Submittal. Before any equipment is released for shipment to the jobsite, the following data shall be submitted: a. Complete panel fabrication drawings and details of _panel wiring, piping, and painting. Panel and subpanel drawings shall include overall dimensions, metal thickness, door swing, mounting details and front of panel arrangement to show general appearance with spacing and mounting height of instruments and control devices.. b. System wiring and installation drawings for all inter- connecting wiring between components of the systems furnished and for all interconnecting wiring between the related equip- ment and the equipment furnished under this section. Wiring diagrams shall show complete circuits and indicate all connections. If panel terminal designations, interdevice connections, device features and options, or other features are modified as a result of the fabrication process or factory testing, revised drawings shall be resubmitted prior to shipment of the equipment to the jobsite. At the supplier's option, and for projects with very few fabrication drawings, the first stage and second stage submittals may be combined. 10.03. Third Stage Submittal. Complete system documentation, in the form of operation and maintenance manuals, shall be provided. Manuals shall include complete product instruction books for each item of equip- ment furnished. Where instruction booklets cover more than one specific model or range of instrument, product data sheets shall be included which indicate the instrument model number, calibrated range, and all other special features. A complete set of "as -built" wiring, fabrication, and interconnection drawings shall be included with the manuals. End of Section (LUBBOCK, TEXAS ) 13400 (SEWRP IMPROVEMENTS & EXPANSION) -10- (CONTRACT NO. 3 ) (17578 ) I Section 13530 - REMOTE TERMINAL UNITS 1. SCOPE. This section covers the furnishing and installation of two Remote Terminal Units (RTUs) and all devices, accessories and appurtenances requiredforproper operation and interface with the existing Supervisory Control and Data Acquisition (SCADA) system. The existing SCADA system was furnished by QEI, Inc. in 1992. RTUs furnished under this section shall be designed, coordinated and supplied by a single manufacturer or supplier, hereafter referred to as the System Supplier, who is regularly engaged in the business of supplying microprocessor based monitoring, control, and data acquisition system. The System Supplier shall be QEI, Inc. without exception. Alternate suppliers will not be acceptable. The System Supplier shall furnish complete, fully operational RTUs meeting the communications, input/output, and functional requirements indicated on the drawings and specified herein. 2. GENERAL. All equipment furnished under this section shall be selected by the System Supplier for its suitability for its intended purpose and operating conditions, and shall conform to the following requirements. All RTUs shall be of the same basic design: control unit, modem, input/output interface, and plug-in functional modules.. All functions and input/output requirements identified herein or indicated on the drawings as "future" shall be fully functional at the,time,of RTU installation. 2.01. Spare and Future Capacity. Each RTU shall include spare I/O points and have provisions for future expansion in addition to any spare or future points indicated on the drawings. Each RTU shall include at least 100 percent spare I/O of each type installed. Additionally, each RTU shall be capable of supporting at least 50 percent additional I/O without modification to the RTU processor or enclosure. 3. INPUT/OUTPUT HARDWARE. The drawings indicate the type and quantity of input/output hardware required for each RTU. Any inputs or outputs �.• required for SCADA system associated purposes or other non -Owner requirements will be in addition to those points indicated on the drawings. 3.01. Digital Outputs. Digital control outputs shall be isolated from the RTU's internal logic: A separate control output shall be provided for each control function (i.e., a control output for each START and each STOP function). Groups of momentary control outputs shall have adjustable timing ranges from 150 milliseconds to 1 second. (LUBBOCK, TEXAS ) 13530 (SEWRP IMPROVEMENTS & EXPANSION) -1- (CONTRACT NO. 3 ) (17578 ) 3.02. Analog Outputs. Analog control outputs shall be isolated from the RTU's internal logic. Analog outputs shall be 4 to 20 mA do without need for external load adjustments. The digital to analog converters shall have the following minimum characteristics over the temperature and humidity ranges,specified under environmental requirements: Full scale accuracy of t0.1 percent. Linearity of 0.05 percent. Resolution of 0.05 percent. Repeatability of 0.024 percent. Each analog output signal shall remain at its last value in the event of computer system or communications failure. 3.03. Digital Inputs. Digital inputs will be from dry contacts, unless otherwise indicated on the drawings. Power for the dry contacts shall be supplied by the RTUs and shall -not be less than 24 volts. All state changes shall be reported regardless of whether they were the result of commanded or uncommanded operations. 3.04. Analog Inputs. The analog.inputs shall accept input signals from instruments, valve position transmitters, analytical devices, and other process -instruments and devices as indicated on the drawings. The analog to digital converters shall have the following minimum char- acteristics over the temperature and humidity ranges specified under environmental requirements: • Input range of 4 to 20 mA dc. Full scale accuracy of t0.25 percent. Linearity of 0.05 percent. • Resolution of 0.05 percent. Repeatability of 0.025 percent. Overrange of 20 percent. RTU analog inputs shall provide a common mode noise rejection ratio of at least 90 dB (dc to 60 Hz) and a normal mode noise rejection ratio of at least 60 dB at 60 Hz). Input circuits shall be isolated to the extent that 200 volts ac continuous may be applied to a single input without damage or degradation to any circuitry. (LUBBOCK, TEXAS ) 13530 (SEWRP IMPROVEMENTS & EXPANSION) -2- (CONTRACT NO. 3 ) (17578 ) r r The 24 volt do instrument loop power required for two-wire..instrument. transmitters indicated on the drawings shall be furnished from power supplies integral to the RTU for loops specified herein.or indicated on the drawings. 4. ENCLOSED FABRICATION. The following paragraphs describe general fabrication requirements for RTUs. 4.01. Enclosures. Electrical panels and cabinets, except for those of cast metal, shall be constructed from steel plate reinforced as required to provide a true surface and adequate support for devices mounted thereon. Thickness of the steel plate shall conform to the requirements of UL-50. Enclosures shall contain only those openings required for cabling and ventilation. The cabinets shall be free from waves and other imperfections. Panel fronts shall not be recessed at the base. Adjoining panel sections shall be accurately shop fitted to assure satisfactory assembly in_the field. Doors shall be essentially full height, having turned -back edges and additional bracing to assure rigidity and prevent sagging. Positive latches shall hold doors securely compressed at top, sides, and bottom against rubber gaskets. Each RTU enclosure shall be either a NEMA Type 12 indoor cabinet or a_ NEMA Type 4 outdoor cabinet, as indicated, with all equipment and wiring accessible from the front of the enclosure. Any other indoor electrical enclosures required shall be NEMA Type 12, as a minimum. Any other outdoor or below gradeelectrical enclosures required shall, as a minimum, be NEMA Type 4. Cabinets shall have hinged, lockable, front doors for access. Field wire entry capability shall be from the bottom or top of the cabinet,. Each cabinet shall, wherever possible, be one of the System Supplier's standard sizes; however, the height shall not exceed 90 inches for the indoor and outdoor installations and 46 inches for the below grade installations. All indoor cabinets shall be sized so that they can be moved through a 36 inch wide doorway. All below grade cabinets shall be sized so that they can be moved through a 30 inch circular manhole opening. Any ventilation openings in the enclosure shall be provided with dust filters and insect screens. Any ventilating fans required by the System Supplier's design shall be located at air inlets so that the enclosure interior is pressurized. Panels and cabinets shall.be of adequate strength to support mounted components during shipment and to support a concentrated load of-200 pounds on their top after erection. (LUBBOCK, TEXAS ) 13530 (SEWRP IMPROVEMENTS & EXPANSION) -3- (CONTRACT NO. 3 ) r (17576 ) 4.02. Shop Painting. :All metallic surfaces subject to corrosion shall be protected by suitable coatings applied in the shop. Surfaces which will be inaccessible after assembly shall be protected for the life of the equipment. The surfaces shall be cleaned and prepared in the shop. All mill scale, rust, lubrications, and other coatings shall be removed. Exposed surfaces shall be finished smooth, thoroughly cleaned, and filled as necessary to provide a smooth, uniform base for painting. All surfaces shall be treated to resist rust and to form a bond between the metal and the paint. Enclosures shall be given one or more coats of rust -inhibiting primer and two coats of high grade oil -resistant enamel, lacquer-, or poly- urethane finish both inside and out. Paint films which show sags, checks, blisters, teardrops, or fat edges will not be acceptable. Any such defects shall be repaired by and at the expense of the System Supplier. The System Supplier shall include touchup paint with the equipment he is furnishing. Touchup paint shall be of the same type and color as the factory applied finish paint. One quart of finish color shall be fur- nished for future touchup. Complete application instructions shall be furnished. The paint and instructions shall be boxed or crated to prevent damage, and shall be clearly labeled. The exterior finish color of the RTU enclosure shall be light gray. The interior finish color shall be flat white. 4.03. Wiring. Internal wiring,in factory prewired RTU and other elec- trical -enclosures may be installed according to the System Supplier's standard as to wire size, insulation, and method of termination except that insulation for all wiring (including circuit board wiring, back plane wiring, and power supply wiring) shall meet VW-1 flame test requirements of UL-44. Identification of conductors may be done by insulation color coding identified on the manufacturer's drawings or by printed wiring sites. Wiring from field termination blocks to individual input and output points shall be factory installed. Digital and analog signal wiring shall be segregated with the enclosure as much as practical. 4.04. Power Supplies. All RTU equipment shall be designed for con- tinuous operation on a nominal 120 volt, single-phase power source. Each RTU shall be provided with an internal battery and battery charger. Each RTU battery shall be sized to fully supply power to the.RTU and related analog loops for at' least 2 hours. The System Supplier shall guarantee satisfactory operation when the equipment is continuously energized at any voltage level from -15 percent to +12.5 percent of nominal with ambient temperatures as specified. All BTUs shall tolerate and ride through voltage dips, surges, and momentary transients associated with normal power supplies. (LUBBOCK, TEXAS ) 13530 (SEWRP IMPROVEMENTS & EXPANSION) -4- (CONTRACT NO. 3 ) (17578 ) r r F F. Each internal RTU power supply shall be furnished complete with an on - Off switch, indicating light, and input overcurrent protection. In addition to the internal power supplies to power equipment within the RTU enclosure, certain RTUs shall provide 24 volt do instrument loop power for two -wire type transmitters as indicated on the drawings. The 24 volt do power supply shall be regulated to within +/-2.0 percent (0.5 volt) of nominal with ambient temperatures as specified and shall have a minimum capacity of 5 watts. 5. INSTALLATION REQUIREMENTS. The services of the System Supplier's technical representative shall be provided as necessary to assist during installation, to calibrate, test, and advise others of the procedures for installation, adjustment and operation in accordance with the requirements of the quality control section. 5.01. Field Wiring. Field wiring materials and installation shall be in accordance with the electrical section. 5.02. Field Calibration. A technical representative of the System Supplier'shall calibrate each analog input and output and shall provide a written calibration report for each point, indicating the results and final tuning adjustment settings. The calibrated adjustments shall be sealed or marked, insofar as practical, so that further adjusting by unauthorized personnel is discouraged. Calibration shall be accomplished prior to field checkout of the operations of a system. 5.03. Systems Check. Factory -trained engineering and programming personnel shall participate in the checkout of the systems. During the startup period, these -personnel shall thoroughly check all equipment, correct all deficiencies, and repeat the factory testing procedures described herein. The System Supplier shall appoint a field services manager to perform or supervise the performance of all system checkout and startup activities. The field services managershallbeimmediately available to the Engineer and the Owner by phone or onsite for the duration of this contract. If interrelated devices furnished by other suppliers or under other contracts, such as valve operators, motor controls, and instruments, do not perform properly at the time of system checkout, the technical representative shall use suitable test equipment to introduce simulated signals to and/or measure signals from those devices as may be required to locate the source of trouble or malfunction. A written report regarding the results of such tests shall be furnished, if requested by the Engineer, as necessary to resolve a question of responsibility for corrective measures. (LUBBOCK, TEXAS ) 13530 (SEWRP IMPROVEMENTS EXPANSION) -5- (CONTRACT NO. 3 ) (17578 ) 5.04. Installation Test Equipment. All necessary test equipment for calibration and check of system components shall be provided by the System Supplier. The System Supplier shall furnish calibration and maintenance records for all test and calibration equipment used onsite if requested by the Engineer. 6. DRAWINGS AND DATA.- Complete dimensional, assembly, and installation drawings, wiring and schematic diagrams; and details, specifications and data covering the materials used and the parts, devices, and accessories forming a part of the system furnished, shall be submitted in accordance with the submittals section. Submittal data shall be grouped and sub- mitted in three separate stages. Each stage submittal shall be substan- tially complete. Individual drawings and data sheets submitted at random intervals will not be accepted for review. Equipment tag numbers or identifications indicated on the drawings shall be referenced where applicable. 6.01. First Stage Submittal. The first stage submittal shall include the following items: a. A detailed list of any exceptions, functional differences, or discrepancies between the Supplier's proposed system and the contract requirements. b. Product catalog cut sheets on all hardware items, clearly marked to show the applicable model number, optional features, and intended service of each device. C. A brief, concise description of the system proposed, including major hardware and software components, field services, and training. d. A system configuration.drawing in block diagram or schematic format showing the principal items of equipment being fur- nished and their interrelationship. e. Drawings showing floor space requirements for all equipment items. Drawings shall include space requirements for door swings and maintenance access. f. Standard field termination drawings for all process input/ output equipment, showing typical terminations for each type of point available in the system. 6.02. Second Stage Submittal. Before any equipment is released for shipment to the jobsite the following data shall be submitted. At the Supplier's option, the stage one and stage two submittals may be combined. (LUBBOCK, TEXAS ) 13530 (SEWRP IMPROVEMENTS & EXPANSION) -6- (CONTRACT NO. 3 ) (17578 ) i -a. System wiring and installation drawings for all intercon- r necting wiring between components of the existing system and k for interconnecting wiring between the related equipment and the equipment furnished under this section. Wiring diagrams r shall show complete circuits and indicate all connections. If Epanel terminal designations, interdevice connections, device features and options, or other features are modified as a result of the fabrication process or factory testing, revised drawings shall be resubmitted prior to shipment of the equip- ment to the jobsite. b. Process input/output listings showing point names, numbers, and addresses. Flo 6.03. Third Stage Submittal. Complete system documentation, in the form of operation and maintenance manuals, shall be provided. Operation and maintenance manuals shall include complete product instruction books for each item of equipment furnished. Where instruction booklets cover more than one specific model or range of device, product data sheets shall be included which indicate the device model number and other special features. F r r The System Supplier shall furnish complete documentation on all software provided with the systems specified herein. Software documentation shall consist of the following principal items: a. One backup set of any integrated circuit or solid-state memory -based plug-in firmware used. b. Two complete backup copies of application software in exe- cutable format provided on magnetic media compatible with the system furnished. C. Two complete copies of the system database on magnetic media compatible with the system furnished, plus one printed copy. d. Three sets of written as -built reference documentation for any special software provided specifically for this contract. Compilers, assemblers, utility, and diagnostic programs that are standard commercial products of third parties shall not be required to be included in the magnetic media source code backup requirements. 7. SPARE PARTS. As a minimum, the following spare parts and consumable items shall be provided: One spare board of each type used in the remote terminal units, plus two of each type of input/output board used. (LUBBOCK, TEXAS ) 13530 (SEWRP Il PROVEKENTS & EXPANSION) -7- (CONTRACT NO. 3 ) (17578 ) All spare parts shall be furnished to the Owner before final acceptance of the system. Spare parts shall be .packaged to exclude dust and moisture and shall be suitable for storage. Circuit boards and other electronic parts shall be enclosed in anti -static material. Spare parts packages shall be clearly marked with the manufacturer's name, part number or other identification, date of shipment, and approximate shelf life. Spare parts and supplies shall not be consumed during installation, de- bugging, startup or training operations and shall be available in the quantities specified at the time of final acceptance. The System Sup- plier shall provide replacement for all supplies'partiallq or totally consumed before final acceptance of the systems. 8. TESTING. The system shall be subject to field acceptance testing. The System Supplier shall prepare a system test procedure to be approved by the Owner and the Engineer which shall demonstrate conformance of the system to the specifications. The test shall be performed by the System Supplier and witnessed by the Owner and/or the Engineer. The System Supplier shall notify the Engineer and the Owner in writing at least 14-days prior to the proposed date for commencing the tests. 8.01. Field Acceptance Testine. After installation of the new RTUs and after checkout by the System Supplier's personnel, a field acceptance test shall be performed. The field acceptance test shall include an operational demonstration of at least 10 days during which the system shall run continuously without loss of basic functions. During the operational demonstration, all errors or abnormal occurrences shall be recorded by the System Sup- plier's field representative. The log shall include a description of the problem, its likely cause, and the action taken, if any, to recover from the occurrence. Failure of any existing SCADA system equipment shall not be considered as downtime, provided that, in the opinion of the Engineer, the failure was not caused by deficiency in the new BTUs or new software modifications provided under this Contract. Repeated failure of any hardware component or software module shall cause the acceptance test to be terminated and restarted. End of Section (LUBBOCK, TEXAS ) 13530 (SEWRP IMPROVEMENTS & EXPANSION) -8- (CONTRACT NO. 3 ) (17578 ) i Section 15060 - MISCELLANEOUS PIPING 1. SCOPE. This section covers furnishing and installation of miscellaneous piping and piping accessories (except as otherwise indicated) for all services. The following items are covered in other sections: Cast (ductile) iron pipe Concrete pipe Miscellaneous piping shall be furnished and installed complete with all fittings, jointing materials, hangers, supports, anchors, and other necessary appurtenances. 2. MATERIALS. Steel Pipe The following types of steel pipe shall be provided. The specific type of pipe material and wall thickness to be pro- vided for each service listed herein shall conform to the requirements of the applicable Service and Type Requirements paragraph. Fittings Cast Iron Threaded Buttwelding Unions Malleable Iron (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) (17578 ) 15060 -1- ASTM A53, seamless (Type S), or electric resistance welded, (Type E), Grade A or B. ASTM A106, Grade A or B. ANSI/ASME B16.4, Class 125. ANSI/ASME B16.9; standard weight for use with standard weight pipe and extra strong for use with extra strong pipe. Fed Spec WW-U-531, Class 2; Type B (galvanized) for galva- nized pipe or Type A (black) for ungalvanized pipe. Flanges For Standard Weight ANSI/ASME B16.5, Class 150, flat Pipe face. PVC Pipe, Schedule 80 Pipe ASTM D1785, Cell Classification 12454-8, bearing NSF seal. Fittings ASTM D2464 or D2467, Cell - Classification 12454-B, bearing NSF seal. Flanges Diameter and drilling shall conform to ANSI/ASME B16.5, Class 150. Flange Bolts and ASTM A307, Grade B, galvanized, Nuts length such that, after installation, the bolts will project 1/8 to 3/8 inch beyond outer face of the nut. Flat Washers ANSI B18.22.1, plain, galvanized. Flange Gaskets Full face, 1/8 inch thick, chemical -resistant elastomeric material suitable for the specified service. Solvent Cement ASTM D2564. Primer ASTM F656. Expansion Joints Edlon "Thermo -molded TFE" or Resistoflex "Style R6905" molded expansion joint. Cast Iron Soil Pipe - Pipe and Fittings Service Weight ASTM A74, service weight. Hubless CISPI 301. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 15060 (17578 ) -2- Jointing Materials Lead Packing Rubber Gaskets Watertight/Dusttight Pipe Sleeves Anti -Seize Thread Lubricant Teflon Thread Sealer Teflon Thread Tape Pipe Sleeve Sealant Protective Coatings Plastic -Coated Pipe Tape Wrap Primer Coal Tar Coating (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) (17578 ) 15060 -3- Fed Spec QQ-C-40, Type I. Hooven & Allison "Sure Seal White Oakum" or Sealite "White Oakum Caulking Yarn 1100. ASTM C564. 0-Z Electrical Manufacturing "Thruwall" and "Floor Seals", or Thunderline "Link. -Seals"; with modular rubber sealing elements, nonmetallic pressure plates, and galvanized bolts. Jet-Lube "Nikal" ,John Crane "Thred Gard Nickel", Never-Seez "Pure Nickel Special", or Permatex "Nickel Anti -Seize". Paste type; Hercules "Real - tuff", John Crane "JC-30", or Permatex "Thread Sealant with Teflon". Hercules "Tape Dope" or John Crane "Thred-Tape". Polysulfide or urethane, as specified in the caulking section. Plexco "Plexguard Coating". The products of other manufacturers will not be acceptable. ANSI/AWWA C209, except single ply tape thickness shall not be less than 30 mils; Protecto Wrap "200" or Tapecoat "CT". As recommended by the tape manufacturer. MIL-C-18480; Kop-Coat "Bitumastic No. 50" or Tnemec "46-450 Heavy Tnemecol". 3. SERVICE AND TYPE REQUIREMENTS. Except as otherwise specified, pipe and tubing shall conform to the general requirements which follow. Pipe materials for service conditions not listed shall be as specified in other sections, as indicated on the drawings, or, in the absence of any definite requirement, as determined by the Engineer. — Where optional pipe materials or fittings are specified for a particular service, either may be provided at the Contractor's option. For all services where ASTM A53 steel pipe is required, the use of ASTM A106 steel pipe of equivalent wall thickness will be acceptable. 3.01. Galvanized Steel Pine. a. ASTM A53 Standard Weight Tvpe E with Threaded Cast Iron ". Fittings. All 5 inch and smaller drainage, waste, and vent piping inside structures may, at the option of the Contractor, be either galvanized steel pipe with threaded cast iron fittings or cast iron soil pipe, unless otherwise specified. Drain piping from equipment. All pipe sleeves except where plastic sleeves are required. 1_ 3.02. Black Steel Pipe. a. ASTM A53 Standard Weight Type E with Buttwelding Fitting. T" All 2-1/2 inch (unless otherwise noted) and larger piping for the following services: Reaeration structure vent piping. Sampling manhole vent piping. Air/vacuum relief manhole vent. 3.03. Regular Weight Iron -Pipe -Size Brass Pipe. All 2 inch and smaller piping for the following services: — Vent piping on air/vacuum relief valve. 3.04. PVC Pipe, Schedule 80. a. With Solvent Welded Joints. Sodium bisulfite solution piping. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 15060 (17578 ) -4- I T" F r t is Sleeve for chlorine analyzer,probe b. With Flanged or Union Joints. Flanges or unions shall be provided at each valve, device, and item of. equipment to facilitate disassembly. All other connections, including joining of flanges or unions to pipe, shall be solvent welded unless otherwise permitted by the Engineer. 3.05. Cast Iron Soil Pine. All 6 inch and smaller drainage piping buried beneath floors or underground, unless otherwise specified. All 6 inch and smaller drainage, waste, and vent piping inside structures may, at the option of the Contractor, be either cast iron soil pipe or galvanized steel pipe with threaded cast iron fittings, unless otherwise specified. 4. PIPE JOINTS. Pipe joints shall be carefully and neatly made in accordance with the requirements which follow. 4.01. Threaded. Pipe threads shall conform to ANSI/ASME B.1.20.1, NPT, and shall be full and cleanly cut with sharp dies. Not more than three threads at each pipe connection shall remain exposed after installation. Ends of pipe shall be reamed, after threading and before assembly, to remove all burrs. Threaded joints in plastic piping shall be made up with teflon thread tape applied to all male threads. At the option of the Contractor, threaded joints in other piping may be made up with teflon thread tape, thread sealer, or a suitable joint compound. Thread tape and joint compound or sealers shall not be used in threaded joints which are to be seal welded. 4.02. Solvent Welded. All joint preparation, cutting, and jointing operations shall comply with the pipe manufacturer's recommendations and ASTM D2855. Pipe ends shall be beveled or chamfered to the dimensions recommended by the manufacturer. Newly assembled joints shall be suit- ably blocked or restrained to prevent movement during the set time recommended by the manufacturer. Pressure testing of solvent welded piping systems shall not be performed until the applicable curing time, as set forth in Table X2.1 of ASTM D2855, has elapsed. 4.03. Flanged. Flange bolts shall be tightened sufficiently to slightly compress the gasket and effect a seal, but not so tight as to fracture or distort the flanges. A plain washer shall be installed under the head and nut of bolts connecting plastic pipe flanges. Anti -seize thread lubricant shall be applied to the threaded portion of all stainless steel bolts during assembly. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 15060 (17578 ) -5- 4.04. Welded. Welding shall conform to the specifications and recom- mendations contained in the "Code for Pressure Piping", ANSI B31.1. 4.05. Push -on. Gasket installation and other jointing operations shall be in accordance with the recommendations of the manufacturer. Each spigot end shall be suitably beveled to facilitate assembly. All joint surfaces shall be lubricated with a heavy vegetable soap solution immediately before the joint is completed. Lubricant shall be suitable for use in potable water, shall be stored in closed containers, and shall be kept clean. 4.06. Lead. Packing for lead joints in cast iron soil pipe shall be installed in accordance with the manufacturer's recommendations. The joint space between the packing and the face of the bell of each joint - shall be filled in one continuous pour with lead. After the lead has cooled, the joint shall be caulked until thoroughly compacted and water- tight. 4.07. Rubber Gasketed. When rubber gasketed joints are used for hub and spigot type cast iron soil pipe, spigot ends shall be plain, without beads. Cut ends of all pipe shall be cut square and all burrs removed. Spigot ends shall be coated with a lubricant recommended by the gasket �- manufacturer and fully seated in the gasket. Clamps for hubless cast iron soil pipe shall be installed in accordance with the manufacturer's recommendations. 5. PIPE SLEEVES. Piping passing through concrete or masonry shall be installed through sleeves installed before the concrete is placed or when masonry is laid. In all other locations where pipes pass through floors, pipe sleeves shall project not less than one inch nor more than 2 inches above the floor surface, with the projection uniform in each floor area. Where the drawings indicate future installation of pipe, — sleeves shall be provided and the ends sealed with suitable plastic caps or plugs. Holes drilled with a suitable rotary drill will be considered in lieu of sleeves for piping which passes through interior walls and through floors having a special finish. Unless otherwise indicated on the drawings, all pipes passing through walls or slabs which have one side in contact with earth or exposed to the weather shall be sealed watertight with special rubber gasketed sleeve and joint assemblies, or with sleeves and modular rubber sealing elements. Piping passing through the dechlorination building walls and floor shall be made dusttight and gastight with`special'rubber gasketed sleeve and joint assemblies; with sleeves sealed with modular rubber sealing elements; or by caulking with oakum and sealing each end with polysul- fide or urethane sealant. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 15060 (17578 ) -6- 6. PIPE INSTALLATION. 'Pipe shall be installed as specified, as indi- cated on the drawings, or, in the absence of detail piping arrangement, in a manner acceptable to the Engineer. A union shall be provided within 2 feet of each threaded end valve unless there are other connections which will permit easy removal of the valve. Unions shall also be provided in piping at locations adjacent to devices or equipment which may require removal in the future and at locations required by the drawings or the specifications. Pipe shall be cut using measurements taken at the site and not from the drawings. All necessary provisions shall be taken in laying out piping to provide throughout for expansion and contraction. Piping shall not obstruct openings or passageways. Pipes shall be held free of contact with building construction so as not to transmit noise resulting from expansion. Taps for pressure gauge connections on the suction and discharge of pumping units shall be provided with a nipple and a ball type shutoff valve. Drilling and tapping of pipe walls for installation of pressure gauges or switches will not be permitted. Buried PVC piping shall be "snaked" in the trench and shall be kept as cool as possible during installation. PVC pipe shall be kept shaded and shall be covered with backfill immediately after installation. 7. CHEMICAL PIPING. All chemical piping shall be installed so that g lines are readily accessible for cleaning. At changes in direction in all chemical piping except chlorine piping, tees shall be provided with extra openings plugged to facilitate cleaning. Teflon thread tape or teflon thread sealer shall be applied to the threads of all plugs so that they can be easily removed. At each point where hose or reinforced saw plastic tubing is connected to rigid piping, a quick -disconnect coupling shall be provided. 8. PROTECTIVE COATING. Black steel pipe in buried locations shall have exterior surfaces protected with a shop -applied plastic coating. 1; All fittings, couplings, specials, and other exterior surfaces of buried . piping not protected with plastic coating shall be tape wrapped in the field. All surfaces to be tape wrapped shall be thoroughly cleaned and primed in accordance with the tape manufacturer's recommendations immediately before wrapping. Tape wrapping shall be two-ply (half -lap) application or as required to provide a total installed tape thickness of not less than 60 mils. Joints in plastic -coated pipe shall be cleaned, primed, and tape wrapped after installation Joints in galvanized steel piping in underground locations shall be field painted with two coats of coal tar coating. i c (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 15060 (17578 ) -7- 8.01. Inspection. All shop -applied plastic coatings and tape wrap on pipe or fittings shall be inspected for holidays and other defects after receipt of the pipe or fitting on the job and immediately before installation. All field -applied tape wrap on pipe, pipe joints, fittings, and valves shall be inspected for holidays and other defects following completion of wrapping. Inspection of plastic coatings after installation of the pipe or fitting in the trench shall be made where, in the opinion of the Engineer, the coating may have been damaged during installation. Holidays and defects disclosed by inspection shall be repaired in accordance with the recommendations of the coating or tape wrap manufacturer, as applicable. Inspection shall be made using an electrical holiday detector. The detector and inspection procedures shall conform to the requirements of Section 4.4 of ANSI/AWWA C209. 8.02. Handling and Storage. Pipe and fittings shall be handled and stored in a manner which will ensure installation in sound, undamaged condition. Handling methods and equipment used shall prevent damage to the protective coating and shall include the use of end hooks, padded calipers, and nylon or similar fabric slings with spreader bars. Bare cables, chains, or metal bars shall not be used. Coated pipe shall be stored off the ground on wide padded skids. Whenever the storage period on the job exceeds 30 days, plastic -coated pipe shall be covered or otherwise protected from exposure to sunlight. 9. CLEANING. The inside of all pipe, valves, and fittings shall be smooth, clean, and free from blisters, loose mill scale, sand, dirt, and other foreign matter when installed. The interior of all lines shall be thoroughly cleaned, to the satisfaction of the Engineer, before being placed in service. 10. PRESSURE AND LEAKAGE TESTING. All specified tests shall be made by and at the expense of the Contractor in the presence, and to the satis- faction, of the Engineer. Each piping system shall be tested for at least one hour with no loss of pressure. Piping shall be tested at the following pressures: Service Test Pressure Test Medium Chemical Solution 100 psi water Pipe Leakage may be determined by loss of pressure, soap solution, chemical indicator, or other positive and accurate method acceptable to the Engineer. All fixtures, devices, or other accessories which are to be connected to the lines and which would be damaged if subjected to the specified test pressure shall be disconnected and ends of the branch lines plugged or capped as required during the testing procedures. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 15060 (17578 ) .-8- ti Drainage and venting systems shall be tested by filling with water to the level of the highest vent stack. Openings shall be plugged as necessary. Each system shall hold the water for 30 minutes without any drop in the water level. All necessary testing equipment and materials, including tools, appli- ances and devices, shall be furnished and all tests shall be made by and at the expense of the Contractor and at such time as directed by the Engineer. All joints in piping shall be tight and free from leaks. All joints which are found to leak, by observation or during any specified test, shall be repaired, and tests repeated. 11. DRAWINGS AND DATA. Complete specifications, data, and catalog cuts or drawings covering the following items furnished under this section shall be submitted in accordance with the submittals section: Expansion joints for PVC pipe. Flange gaskets. PVC pipe and fittings. Watertight/dusttight pipe sleeves. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 15060 (17578 ) -9- Section 15061 - CAST IRON PIPE 1. SCOPE. This section covers cast iron pipe. Cast iron pipe shall be furnished complete with all fittings, jointing materials, anchors, encasement, and other necessary appurtenances. Pipe shall be tested in accordance with the pipeline pressure and leakage testing section. Cast iron soil pipe is covered in the miscellaneous piping section. 2. MATERIALS. Pipe Fittings 12 Inch and Smaller 14 Inch and Larger Push -on Joints Restrained Push -on Joints Mechanical Joints Wall Castings (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) (17578 ) 15061 -1- Ductile iron, ANSI/AWWA C151/A21.51; thickness class as listed in the table at the end of this section. ANSI/AWWA C110/A21.10, except shorter laying lengths will be acceptable. 250 psi pressure rating. 150 psi pressure rating. ANSI/AWWA C111/A21.11, except gaskets shall be neoprene or other synthetic rubber. Natural rubber will not be acceptable. American "Flex -Ring", "Lok-Fast" or "Lok-Ring"; Clow "Super - Lock"; U.S. Pipe "TR Flex"; or Griffin "Snap-Lok". Use of set- screws bearing on the pipe wall will not be acceptable. ANSI/AWWA C111/A21.11, except gaskets shall be neoprene or other synthetic rubber. Natural rubber will not be acceptable. Mechanical joint with water stop and tapped holes; single casting or fabricated ductile iron. All holes shall be sized in accord- ance with Figure 1-15061 and shall be provided with removable plugs. Mechanical Joints with Tie Rods See details at the end of this section. Tie Rods ASTM A307. Steel Pipe- ASTM A53, standard weight. Washers ANSI B18.22.1, plain steel. Threaded Connections ANSI/ASME B1.20.1, NPT; provide boss or tapping saddle wherever wall thickness minus the foundry tolerance at the tapped connec- tion is less than that required for 4-thread engagement as set forth in Table A.1, Appendix A, of ANSI/AWWA C151/A21.51. Mechanical Couplings .Couplings Dresser "Style 38", Rockwell "441 or 411 Flexible Coupling", or Romac "Style 501"; without pipe stop: Gaskets Oil -resistant synthetic rubber. Shop Coating and Lining Cement Mortar Lining ANSI/AWWA C104/A21.4. Polyethylene Lining ASTM D1248, Class C, heat bonded, 30 mil nominal thick- ness, except min thickness shall be not less than 25 mils. Thickness may taper to not less than 10 mils beginning 4 inches from the end of pipe or fittings. Shop Primer Ameron "Amercoat 3153A Universal Primer", Cook "391-N-167 Barrier Primer", Kop-Coat "340 Gold Primer", or Tnemec "37-77 Chem -Prime": Asphaltic Coating Manufacturer's standard. Coal Tar Epoxy Manufacturer's standard. Liquid Epoxy ANSI/AWWA C210. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) - (CONTRACT 3 ) 15061 (17578 ) -2- Rust -Preventive Compound Polyethylene Tube Houghton "Rust Veto.344" . Seamless, ANSIJAWWA C105JA21.5. 3. SHOP -COATING AND LINING. The interior of all pipe shall be Polyethylene lined. 4. HANDLING. Pipe, fittings, and accessories shall be handled in a manner that will ensure installation in sound, undamaged condition. Equipment, tools, and methods used in handling and installing pipe and fittings shall not damage the pipe and fittings. Hooks inserted in ends of pipe shall have broad, well -padded contact surfaces. Unpadded hooks, wire brushes, or other abrasive tools shall not be permitted to contact the polyethylene lining. Pipe and fittings in which the lining has been damaged shall be replaced. With the concurrence of the Engineer, small and readily accessible damaged areas may be repaired. All pipe coating which has been damaged shall be repaired by the Contractor before the pipe is installed. 5. CUTTING PIPE. Cutting shall be done in a neat manner, without damage to the pipe or the lining. Cuts shall be smooth, straight, and at right angles to the pipe axis. After cutting, the end of the pipe shall be dressed with a file or power grinder to remove all roughness and sharp edges. The cut ends of push -on joint pipe shall be suitably beveled. Ends of ductile iron pipe shall be cut with a portable guillotine saw, abrasive wheel, saw, milling cutter, or oxyacetylene torch. The use of hydraulic squeeze type cutters will not be permitted. Field -cut holes for saddles shall be cut with mechanical cutters; oxyacetylene cutting will not be permitted. 6. CLEANING. The interior of all pipe and fittings shall be thoroughly cleaned of all foreign matter prior to installation and shall be kept clean until the work has been accepted. Before jointing, all joint contact surfaces shall be wire brushed if necessary, wiped clean, and kept clean until jointing is completed. Precautions shall be taken to prevent foreign material from entering the pipe during installation. Debris, tools, clothing, or other materials shall not be placed in or allowed to enter the pipe. Whenever pipe laying is stopped, the open end of the pipe shall be sealed with a watertight plug which will prevent trench water from entering the pipe. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) (17578 ) 15061 -3- 7. INSPECTION. Pipe and fittings shall be carefully examined for cracks and other defects immediately before installation; spigot ends shall be examined with particular care. All defective pipe and fittings shall be removed from the site of the work. r 8. ALIGNMENT. Piping shall be laid to the lines and grades indicated on the drawings. Pipelines or runs intended to be straight shall be laid straight. Deflections from a straight line or grade shall not , exceed the values stipulated in Table 4 or Table 5 of AWWA C600, unless specially designed bells and spigots are provided. Either shorter pipe sections or fittings shall be installed where required to conform to the alignment or grade indicated on the drawings. Batter boards, laser beam equipment, or surveying instruments shall be used to maintain alignment and grade. Batter boards, if used, shall be erected at intervals of not more than 25 feet. Batter boards shall be used to determine and check pipe sub grades. Not less than three batter boards shall be maintained in proper position at all times when trench grading is in progress. If laser beam equipment is used, periodic elevation measurements shall be made with surveying instruments to verify accuracy of grades. If such measurements indicate thermal deflection of the laser beam due to differences between ground temperature and the air temperature within the pipe, precautions shall be taken to prevent or minimize further thermal deflections. 9. LAYING PIPE. Pipe shall be protected from lateral displacement by placing the "specified pipe embedment material. Under no circumstances shall pipe be laid in water, and no pipe shall be laid under unsuitable weather or trench conditions. Pipe shall be laid with the bell ends facing the direction of laying, except when reverse laying is specifically authorized by the Engineer. 10. FIELD JOINTS. Joints in buried locations shall be mechanical joint or push=on type unless otherwise indicated on the drawings. Bells on wall castings and wall sleeves shall be mechanical joint type with tapped holes for tie rods or stud bolts. 11; MECHANICAL JOINTS.Mechanical joints shall be carefully assembled in accordance with the manufacturer's recommendations. If effective sealing is not obtained, the joint shall be disassembled, thoroughly ` cleaned, and reassembled. Bolts shall be uniformly tightened to the torque values listed in Appendix A of ANSI/AWWA Clll/A21.11. 'Over - tightening of bolts to compensate for poor installation practice will not be permitted. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 15061 (17578 ) '4- 1 F r The holes in mechanical joints with tie rods shall be carefully aligned to permit installation of the tie rods. In flange and mechanical joint pieces, holes in the mechanical joint bells and the flanges shall strad- dle the top (or side for vertical piping) center line. The top (or side) center line shall be marked on each flange and mechanical joint piece at the foundry. r` 12. PUSH -ON JOINTS. The pipe manufacturer's instructions and recom- mendations for proper jointing operations shall be followed. All joint m; surfaces shall be lubricated with heavy vegetable soap solution immedi- ately before the joint is completed. Lubricant shall be suitable for use in potable water, shall be stored in closed containers, and shall be kept clean. Each spigot end shall be suitably beveled to facilitate assembly. Pipe ends for restrained joint pipe shall be prepared in accordance with the pipe manufacturer's recommendations. 13. MECHANICAL COUPLINGS. Mechanical couplings shall be carefully installed in accordance with the manufacturer's recommendations. A space of at least 1/4 inch and not more than one inch shall be left between the pipe ends. Pipe and coupling surfaces which contact gaskets shall be clean and free from dirt and other foreign matter during assembly. All assembly bolts shall be uniformly tightened so that the coupling is free from leaks and all parts of the coupling are square and symmetrical with the pipe. Following installation of the coupling, damaged areas of shop coatings on the pipe and coupling shall be repaired to the satisfaction of the Engineer. The interior surfaces of the middle rings shall be prepared for painting in accordance with instructions of the paintmanufacturerand shall then be coated with liquid epoxy in accordance with ANSI/AWWA C210. The remaining components shall be cleaned and shop primed with the manufac- turer's standard rust -inhibitive primer. 14. POLYETHYLENE TUBE PROTECTION. All buried cast iron pipe shall be provided with polyethylene tube protection installed in accordance with AWWA C105, Method A. 15. WALL CASTINGS. Unless otherwise indicated on the drawings, wall castings shall be provided where cast iron pipes pass through concrete walls. 16. REDUCERS. Where indicated on the drawings, reducers shall be eccentric pattern, installed with the straight side as indicated on the drawings. Other reducers shall be concentric pattern. 17. OUTLETS. Where a 12 inch or smaller branch outlet is indicated and t• the diameter of the line pipe is at least twice the diameter:of.the branch, either a tee, factory welded -on boss, or a tapping saddle will be acceptable. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 15061 (17578 ) -5- 16, CONNECTIONS WITH EXISTING PIPING. Connections between new work and existing piping shall be made using fittings suitable for the conditions encountered. Each connection with an existing pipe shall be made at a time and under conditions which will least interfere with service to customers, and as authorized by the Owner. Facilities shall be provided for proper dewatering and for disposal of all water removed from the dewatered lines and excavations without damage to adjacent property. 19. CONCRETE ENCASEMENT. Concrete encasement shall be installed as indicated on the drawings. Concrete and reinforcing steel shall be as specified in the cast -in -place concrete section. All pipe to be encased shall be suitably supported and blocked in proper position, and shall be anchored to prevent flotation. 20. REACTION ANCHORAGE AND BLOCKING. All push -on and mechanical joint tees, Y-branches, bends deflecting 22-1/2 degrees or more, and plugs which are installed in buried piping (subjected to internal hydrostatic heads in excess of 30 feet) shall be provided with suitable reaction blocking, anchors, joint harness, or other acceptable means for preventing movement of the pipe caused by internal pressure. Concrete blocking shall extend from the fitting to solid undisturbed �-- earth and shall be installed so that all joints are accessible for repair. The dimensions of concrete reaction blocking shall be as indi- cated on the drawings or as directed by the Engineer. If adequate support against undisturbed ground cannot be obtained, metal harness anchorages shall be installed to provide the necessary support. Metal harness anchorages shall consist of steel rods extending across the joint and securely anchored to pipe and fitting, or other adequate anchorage facilities shall be installed to provide the necessary sup- port. If the lack of suitable solid vertical excavation face is due to improper trench excavation, metal harness anchorages shall be furnished and installed by and at the expense of the Contractor. Reaction blocking, anchorages, or other supports for fittings installed in fills or other unstable ground, installed above grade, or exposed within structures shall be provided as required by the drawings or as directed by the Engineer. 21. LEAKAGE. All joints shall be watertight and free from leaks. Each leak which is discovered within the correction period stipulated in the General Conditions shall be repaired by and at the expense of the Contractor. 22. PRESSURE TEST. Pipeline pressure and leakage testing is covered in ` another section. 23. DIMENSIONS. The thickness class for cast iron pipe shall be as indicated in the following table: (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 15061 (17578 ) -6- i ANSIJAWWA Thickness Nominal Size Class - inches 4 51 20 50 24 50 30 50 36 50 Note The specified thickness class includes corrosion allowance and foundry tolerance. Pipe wall thickness for threaded pipe shall be increased if necessary to comply with the following minimum thicknesses: Minimum Thickness Class Pipe Size Threaded Ends _ (1) 4 53 20 53 24 53 30 53 36 53 (1) Complies with ANSIJAWWA C115JA21.15 for minimum pipe wall thickness for threaded flanges. f 24. DRAWINGS AND DATA. Complete layout drawings, details, and specifi- cations covering all cast iron piping and accessories shall be submitted in accordance with the submittals section. Submittal data shall clearly indicate the country of origin of pipe, fittings, restraining devices, and accessories. When requested by the Engineer, certified copies of physical and chemical test results shall ' be submitted for the materials to be provided. F� (LUBBOCK, TEXAS ) . (DISCHARGE FACILITIES) (CONTRACT 3 ) 15061 (17578 ) -7- Steel pipe spacer shaped to fit back of f/onge - pipe .size'8,", Len9thxC (\Woaher d�c�mster s A Threaded tie ro ,3, or bolt -studs Mechanical joint ►vall pip* rapped hold Removable P/u9 A Q C Pipe Siss Tit Rod Spacer. Spacer DiO. Alom.Size Length sop to 12" 14 to 24""' 3j" 3004.360 i " /" 4" 42" 0 Oda lei /e • 40 Notes : I. Except where tie rods are required, bolts for- follower rings shall be bolt studs on ,rol/ pipes and tee head bolts �n other /ocolions. 2. All holes in wall pipes shall be topped and ,sh211 be sized in accordonce with column A. MECHANICAL JOINTS WITH TIE RODS BLACK A VEATCH 41 I FIGURE 1-15061 Section 15100 - MISCELLANEOUS VALVES 1. SCOPE. This section covers all valves, except where specific requirements are stipulated in other sections. 2. GENERAL. 2.01. General Equipment Stipulations. The General Equipment Stipula- tions shall apply to all equipment furnished under this section. 2.02. Manual Actuators. All valves, except those which are equipped with power actuators or are designed for automatic operation, shall be provided with manual actuators. Unless otherwise specified or indicated on the drawings, each manual actuator shall be equipped with an operating handwheel. 2.03. Wrench Nuts. Wrench nuts shall be provided on all buried valves. Unless otherwise directed by the Owner, all wrench nuts shall comply with Section 3.16 of AWWA C5OO. 2.04. Rotation. Unless otherwise required by the Owner, the direction ' of rotation of the lever to open the valve shall be to the left (counterclockwise). Each valve body or actuator shall have cast thereon the word "Open" and an arrow indicating the direction to open. 2.05. Length Tolerance. Unless otherwise specified, the actual length of valves shall be within 1/16 inch (plus or minus) of the specified or theoretical length. 2.06. Ends. Unless otherwise indicated on the drawings or specified, all 2 inch or smaller valves shall have solder ends as required by the piping system in which the valve is to be installed. 2.07. Unions. A union connection shall be provided within 2 feet of each threaded end valve unless the valve can be easily removed from the piping. 3. BALL VALVES. Unless otherwise indicated or specified, all 2-1/2 inch and smaller shutoff valves shall be ball valves. All shutoff valves in PVC piping shall be full-size port PVC ball valves with Viton 0-rings, teflon seats and socket ends, and shall be Nibco t "Chemtrol TU Series Tru-Bloc Ball Valve" or Hayward Plastic Products "True Union Ball Valve". The port diameter shall not be smaller than the ID of Schedule 80 PVC pipe. Three inch and larger ball valves for air and water service shall be ANSI Class 150 regular port valves with end entry carbon steel body, hard chrome plated carbon steel ball, reinforced teflon seats, teflon upper and lower stem seal, teflon body seal, a removable operating lever, and flanged ends. Flange diameter and drilling shall conform to (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 15100 (17578 ) -1- ANSI B16.5, Class 150. Valves shall be driptight in both directions and shall be Conbraco Industries "Apollo 88-100 Series", Jamesbury "Series 5000, Figure 5150-11-2200TT", or Powell "Figure 4224T" ball valves. 4. CHECK VALVES. Check valves shall be wafer style designed for installation between two pipe flanges and shall be Marlin "Wafer Check A125HZNSF", Stockham "WG-970", TRW Mission "Duo-Chek II Figure 12HMP", or Valve and PRimer "9000AR1F". Each check valve shall have a cast iron body, bronze plates, stainless steel springs, stainless steel hinge pins and stops,teflon spring and hinge bearings, and standard trim for IBBM construction. All wetted aluminum bronze valve components shall be heat treated to inhibit dealuminization in accordance with Section 2.2 of AWWA C504. 5. DRAWINGS AND DATA. Complete specifications, data, and catalog cuts or drawings covering the items furnished under this section shall be submitted in accordance with the submittals section. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 15100 (17578 ) -2- i i Section 15101 - BUTTERFLY VALVES 1. SCOPE. This section covers AWWA butterfly valves for cold water �►. service as indicated in the Butterfly Valve Schedule included herein. Butterfly valves shall be furnished complete with actuators and accessories as specified herein. All other butterfly valves are covered in the miscellaneous valves t section. 2. GENERAL. 2.01. Acceptable Products. Butterfly valves furnished under this section shall be limited to the following: Manufacturer Size Range American -Darling All sizes DeZurik All sizes M&H 14 inch and larger Mueller 12 inch and larger Pratt All sizes 2.02. Governing Standard. Except as modified or supplemented herein, all butterflyvalves, including actuators, shall conform to the appli- g PP cable requirements of ANSIIAWWA C504. cable 2.03. General Equipment Stipulations. The General Equipment Stipula- tions shall apply to all equipment furnished under this section. 2.04. Marking. Supplementing the requirements of Section 6.1 of the governing standard, the country of origin shall be cast on the outside of the body and on the disc of each valve. An identifying serial number shall be stamped on a corrosion -resistant plate attached to the valve i IL body. 4ie4 2.05. Shop Painting. All interior and exterior ferrous metal surfaces, f except finished surfaces, bearing surfaces, and stainless steel com- ponents, of valves and accessories shall be shop painted for corrosion protection. The valve manufacturer's standard coating will be accept- able provided it is functionally equivalent to the specified coating and is compatible with the specified field painting. F (LUBBOCK, TX ) (DISCHARGE FACILITIES) `' (CONTRACT 3 ) 15101 (17578 ) -1- The following surfaces shall be painted: Unfinished Surfaces Interior Surfaces Epoxy. Exterior Surfaces of Coal tar. Valves To Be Buried Polished or Machined Surfaces Rust -preventive compound. Actuators and Accessories Rust -inhibitive primer. Interior coatings shall comply with'AWWA C550 and shall be free of holidays. The total dry film thickness of shop -applied coatings shall be not less than: Minimum TyRe of Coating Dry Film Thickness Coal Tar 6 mils Epoxy 10 mils Rust -Inhibitive Primer 3 mils 3. MATERIALS. Except as modified or supplemented herein, materials used in the manufacture of butterfly valves and actuators shall conform to the requirements of ANSIJAWWA C504. Shop Coatings Coal Tar Kop-Coat "Bitumastic Super Service Black" Tnemec "46-449 Epoxy Rust -Inhibitive Primer (LUBBOCK, TX ) (DISCHARGE FACILITIES) (CONTRACT 3 ) (17578 ) 1,5101 -2- Heavy Duty Black", or Valspar "35-J-10 Hi -Build Bituminous Coating". Cook "920-W-965 Epicon-MW HB Epoxy", Engard "Engard 4601, - Indurall "Induron Ruff Stuff 3300 HMW Epoxy", Kop-Coat "Hi -Gard Epoxy", Soc-Co "Keysite 750", Tnemec "Series 20 Pota-Pox", or Valspar "78-W-3B Val -Chem Hi -Build Tank Epoxyw. Cook "391-N-167 Barrier Coat", Kop-Coat "340 Gold Primer", Tnemec "37-77 Chem -Prime", or Valspar 113-R-28 Chromox Primer". F r Rust -Preventive Compound Houghton "Rust Veto,3441 or Rust-Oleum "R-9". 4. VALVE CONSTRUCTION. 4.01. Valve Bodies. Valves shall be short -body type except where wafer type is specified. a. Body Stops. The use of a stop or lug cast integrally with or mechanically secured to the body for the purpose of limiting disc travel by means of direct contact or interference with the valve disc (in either the open or closed position) will not be acceptable. b. Flanges. Flanges shall be finished to true plane surfaces within a tolerance limit of 0.005 inch. The finished face shall be normal to the longitudinal valve axis within a maxi- mum angular variation tolerance of 0.002 inch per foot of flange diameter. C. Mechanical Joint Ends. Where mechanical joint ends are speci- fied, either mechanical joint or push -on ends conforming to ANSI/AWWA C111%A21.11 will be acceptable. 4.02. Valve Shafts. Valve shafts shall be fabricated of AISI Type 304 or 316 stainless steel. The use of shafts having a hexagonal cross section will not be acceptable. 4.03. Valve Discs. Valve discs shall be secured to shafts by means of solid, smooth sided, stainless steel or monel taper pins or dowel pins. Each taper pin or dowel pin shall extend through or shall wedge against the side of the shaft and shall be mechanically secured in place. The use of bolts, setscrews, knurled or fluted dowel pins, expansion pins, roll pins, tension pins, spring pins, or other devices in lieu of the pins specified herein will not be acceptable. 4.04. Valve Seats. Acceptable seating surfaces mating with rubber are AISI Type 304 or 316 stainless steel, monel, or plasma -applied nickel chrome overlay for all valves; bronze for 20 inch and smaller valves; and alloy cast iron for 20 inch and smaller manually operated valves. Valve seat configurations which rely on the mating pipe flange to hold the seat in position in the valve body will not be acceptable. t 4.05. Shaft Seals. Shaft seals shall be of the chevron or 0-ring type. 4.06. Thrust Bearings. Each valve shall be provided with one or more thrust bearings in accordance with the governing standard. Thrust bear- ings which are directly exposed to line liquid and which consist of a j! metal bearing surface in rubbing contact with an opposing, metal bearing surface will not be acceptable. (LUBBOCK, TX ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 15101 ti +° (17578 ) -3- 5. VALVE ACTUATORS. Valve actuators shall be provided, installed, and adjusted by the valve manufacturer. 5.01. Manual Actuators. Unless otherwise required by the Owner, the direction of rotation of the wrench nut to open each valve shall be to the left (counterclockwise). Each valve body or 'actuator shall have cast thereon the word "Open" and an arrow indicating the direction to open. The housing of traveling -nut type actuators shall be fitted with a removable cover which shall permit inspection and maintenance of the operating mechanism without removing the actuator from the valve. Travel limiting devices shall be provided inside the actuator for the open and closed positions. Travel limiting stop nuts or collars installed on the reach rod of traveling -nut type operating mechanisms shall be field adjustable and shall be locked in position by means of a removable roll pin, cotter pin, or other positive locking device. The use of stop nuts or adjustable shaft collars which rely on clamping force or setscrews to prevent rotation of the nut or collar on the reach rod will not be acceptable. The valve and actuator shall be designed so that shaft seal leakage cannot enter the actuator housing. 5.01.01. Wrench Nuts. Wrench nuts shall be provided on all buried valves, on all valves that are to be operated through floor boxes, and where indicated on the drawings. Unless otherwise directed by the Owner, all wrench nuts shall comply with Section 3.16 of AWWA C500. At least two operating keys shall be furnished for operation of the wrench nut operated valves. 6. EXTENSION STEMS. Extension stems shall be furnished and installed where specified, indicated on the drawings, or otherwise required for proper valve operation. Extension stems shall be of solid steel and shall be not smaller in diameter than the stem of the valve actuator shaft._ Extension stems shall be connected to the valve actuator by means of a Lovejoy "Type D" single.universal joint with grease -filled protective boot. All stem connections shall be pinned. Extension stems shall be provided for buried valves when the valve actuator is 4 feet or more below finished grade. Each extension stem for buried valve shall extend to within 6 inches of the ground' surface, shall be provided with spacers which will center the stem in the valve box, and shall be equipped with a wrench nut. 7. VALVE BOXES. Each valve buried to a depth of 4 feet or less shall be provided with a slide'type valve box. Valve boxes shall be cast iron, extension sleeve type, suitable for the depth of cover required by the drawings. Not more than one extension will be allowed with each slide type valve box. Valve boxes shall be not less than 5 inches in inside diameter, shall have a minimum thickness at any point of - (LUBBOCK, TX ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 15101 (17576 ) =4- r_ i ;r. 3/16 inch,.and shall be provided with suitable cast iron bases:and covers. Each valve buried to a depth greater than 4 feet shall be provided with a valve box consisting of a cast iron cover and a 6 inch cast iron pipe section. The cover shall be a Clay & Bailey "No. 2193" or Tyler "Series 6890-A". The pipe shaft shall be sized to extend from the valve to 5 inches inside the valve box cover. 1 All parts of valve boxes, bases, and covers shall be shop coated by dipping in asphalt varnish. Valves and valve boxes shall be set plumb. Each valve box shall be placed directly over the valve it serves, with the top of the box brought flush with the finished grade. After being placed in proper position, earth shall be filled in around each valve box and thoroughly tamped on each side of the box. 8. INSTALLATION. Unless otherwise necessary for proper operation or as permitted by the Engineer, all butterfly valves shall be installed with the shaft horizontal. Whenever an actuator must be removed to permit installation of a butterfly valve, the actuator shall be promptly reinstalled and shall be inspected and readjusted by a representative of the valve manufacturer. Prior to acceptance of the valve by the Owner, the manufacturer's representative shall submit a written report to the Engineer certifying that the valve and actuator have been inspected and adjusted and are suitable for the service conditions set forth herein. 9. BUTTERFLY VALVE SCHEDULE. Minimum Actuator Quan- Type of AWWA Type of Torque ti_ty Size Service Installation ClassM Actuator Capability(2) inches inch -pounds t 5 24 Outfall Buried 150B-MJ Wrench 28,080 Pipeline Nut (1) Suffix letters define valve ends as follows: F - Flanged W - Wafer MJ - Mechanical joint S - Single flange (2) The manufacturer's rated torque capacity for each butterfly valve actuator shall be at least equal to the actuator torque capability specified herein. If valves with an AWWA class w designation higher than listed above are furnished, actuator torque capabilities shall be L increased accordingly and to the satisfaction of the Engineer. 10. DRAWINGS AND DATA. Complete drawings, details, and specifications covering the valves and their appurtenances shall be submitted in accordance with the submittals section. Submittal drawings shall (LUBBOCK, TX ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 15101 (17578 ) -5- clearly indicate the country of origin of all cast gray iron and ductile iron valve components. When requested by the Engineer, certified copies of physical and chemi- cal test results shall be submitted for the materials of construction of valve components. Certified copies of the results of all tests as required by Section 3.8' and Section 5 of ANS1IAWWA C504, together with an affidavit of compli- ance as indicated in Section 1.7, shall be furnished to the Engineer before the valves are shipped. (LUBBOCK, TX ) (DISCHARGE FACILITIES) (CONTRACT 3 ) (17578 ) 71 Section-15104 - RESILIENT -SEATED GATE VALVES 1. SCOPE. This section covers resilient -seated AWWA gate valves as indicated in the drawings. 2. GENERAL. r� 2.01. Governing Standard. Except as modified or supplemented herein, 1 all resilient -seated gate valves shall conform to the applicable requirements of ANSI/AWWA C509. 2.02. General Equipment Stipulations. The General Equipment Sti Stipula- tions P tions shall apply to all equipment furnished under this section. 2.03. Marking. Supplementing the requirements of Section 7.1 of the governing standard, the country of origin of the valve body shall be cast on the exterior of the body. The country of origin of the gate shall be molded into the resilient seat material. 2.04. Shop Coating. All interior and exterior ferrous metal surfaces of valves and accessories shall be shop coated for corrosion protection. The valve manufacturer's standard coating will be acceptable provided it is functionally equivalent to the specified coating and is compatible with the specified field painting. The following surfaces shall be coated: Interior Surfaces Exterior Surfaces of Valves To Be Located in Manholes or Valve Vaults Polished or Machined Surfaces Epoxy. Epoxy or coal tar. Rust -preventive compound. The protective coating on interior surfaces of each valve shall be subjected to a nondestructive holiday test in accordance with ASTM G62, Method A, and shall be electrically void -free. Exterior surfaces of valves coated with coal tar shall be field painted .. in accordance with the painting section. Field painting of valves coated with epoxy shall be limited to touchup painting of damaged surfaces. Holiday testing of exterior coatings will not be required. The total dry film thickness of shop -applied coatings shall be not less i than: Tvpe of Coating Minimum Dry Film Thickness Coal Tar 6 mils (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 15104 1(' (17578 ) -1 r.. Type of Coating Epoxy Rust -Inhibitive Primer Minimum Dry Film Thickness 10 mils 3 mils 3. MATERIALS. Except as modified or supplemented herein, materials used in the manufacture of resilient -seated gate valves shall conform to the requirements of ANSIJAWWA C509. 3.01. Bronze Components. All wetted bronze valve components shall be fabricated of bronze containing less than 15 percent zinc. All wetted aluminum bronze components shall be heat treated to inhibit dealumini- zation in accordance with Section 2.2 of ANSIJAWWA C504. 3.02. Gaskets. Gasket material shall be sheet paper or elastomer, free from asbestos and corrosive ingredients. 3.03. Shop Coatings. The following coating materials shall be shop applied. The valve manufacturer's standard coating will be acceptable provided it is functionally equivalent to the products specified herein and is compatible with the specified field painting. Coal Tar Kop-Coat "Bitumastic Super Service Black", Tnemec "46-449 Heavy Duty Black", or Valspar "35-J-10 Hi -Build Bituminous Coating". Epoxy Manufacturer's standard fusion - bonded or liquid epoxy. Rust -Inhibitive Primer Cook "391-N-167 Barrier Coat", Kop-Coat "340 Gold Primer", Tnemec "37-77 Chem -Prime", or Valspar "13-R-28 Chromox Primer". Rust -Preventive Compound Houghton "Rust'Veto 344" or Rust-Oleum "R-9". 4. VALVE CONSTRUCTION. -- 4.01. Flanges. Flanges shall be finished to true plane surfaces within a tolerance limit of 0.005 inch. The finished face shall be normal to the longitudinal valve axis within a maximum angular variation tolerance of 0.001 inch per inch of flange diameter. 4.02. Stem'Seals. Gate valves with rising stems shall be provided with stuffing box stem seals. Valves with nonrising stems and all buried valves shall be provided with 0-ring stem seals. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 15104 (17578 ) -2- 4.03. Rotation. The direction of rotation of the handwheel or wrench nut to open the valve shall be to the left (counterclockwise) 5. EXTENSION STEMS. Extension,stems and stem guides shall be furnished .., and installed where specified, indicated on the, drawings, or otherwise required for proper valve operation. Extension stems shall be of solid t steel and shall be not smaller in diameter than the valve stem. Exten- sion stems shall be connected to the valve stem by means of a Lovejoy "Type D" single universal joint with grease filled protective boot. All 1 stem connections shall be pinned. At least two stem guides shall be furnished with each valve requiring stem guides. Stem guides shall be of cast iron construction, bronze bushed, and adjustable in two directions. Stem guide spacing shall not exceed 100 times the stem diameter or 10 feet, whichever is smaller. The top stem guide shall be designed to carry the weight of the extension stem. The extension stem shall have a collar; the collar shall be pinned to the stem and shall bear against the stem thrust guide. Extension stems shall be provided for buried valves when the valve is 4 feet or more below finished grade. Each extension stem for a buried valve shall extend to within 6 inches of the ground surface, shall be provided with spacers which will center the stem in the valve box, and shall be equipped with a wrench nut. 6. FLOOR BOXES. Where openings through concrete slabs are provided for key operation of valves with the operating nut being in or below the *" slab, such openings shall be provided with a cast iron floor box l; complete with cover. Each floor box shall be of the depth required for installation in the slab indicated on the drawings. Where the operating nut is in the slab, the stem shall have a guide to maintain the nut in the center of the box; where below the slab, the, opening in the bottom of the box shall permit passage of the operating key. Each floor box and cover shall be shop coated by dipping in asphalt varnish. 7. VALVE BOXES. Each valve buried to a depth of 4 feet or less shall be provided with a slide type valve box. Valve boxes shall be cast iron, extension sleeve type, suitable for the depth of cover required by the drawings. Not more than one extension will be allowed with each slide type valve box. Valve boxes shall be not less than 5 inches in inside diameter, shall have a minimum thickness at any -point of 3/16 inch, and shall be provided with suitable cast iron bases and covers. Each valve buried to a depth greater than 4 feet shall be provided with a valve box consisting of a cast iron cover and a 6 inch cast iron pipe section. The cover shall be Clay & Bailey "No. 2193" or 'Tyler "Series !� (LUBBOCK, TEXAS ) �- (DISCHARGE FACILITIES) - (CONTRACT 3 ) 15104 (17578 ) - 3- a 6890-A The pipe shaft shall be sized to extend from the valve to 5 inches inside the valve box cover. All parts of valve boxes, bases, and covers shall be shop coated by dipping in asphalt varnish. Valves and valve boxes shall be set plumb. Each valve box shall be placed directly over the valve it serves, with the top of the box brought flush with the finished grade. After being placed in proper position, earthfill shall be placed around each valve box and thoroughly tamped on each side of the box. 8. INSTALLATION. Valves shall be handled and installed in accordance with the recommendations set forth in the appendix to ANSIJAWWA C509 and the recommendations of the manufacturer. 9. GATE VALVE SCHEDULE. Type of Quantity Size Installation Ends Stem Actuator inches 26 4 Air/vacuum F OS&Y HW manhole 2 4 Dewatering F NRS WN manhole Abbreviations used in the Gate Valve Schedule are as follows: Ends F - Flanged MJ - Mechanical joint P - Push -on joint Stem NRS - Nonrising stem OS&Y - Outside screw -and -yoke Actuator WN - Wrench nut HW - Handwheel r- 10. DRAWINGS AND DATA. Complete drawings, details, and specifications covering the valves and their appurtenances shall be submitted in accordance with the submittals section. Submittal drawings shall clearly indicate the country of origin of all cast gray iron or ductile iron valve components. When requested by the Engineer, certified copies of physical and chemical test results shall be submitted for the materials of construction of valve components. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 15104 (17578 ) -4- All valves shall be tested in accordance with Section 6 of ANSI/AWWA C509. Certified copies of the results of all tests, together with an l affidavit of compliance as indicated in Section 1.5, shall be furnished to the Engineer before the valves are shipped. 4 .a Pft a. ,R (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 15104 (17578 ) -5- d' 0-1 Section 15108 - COMBINATION AIR VALVES 1. SCOPE. This section covers combination air valves. 2. GENERAL. Equipment furnished and installed under this section shall be fabricated, assembled, erected, and placed in proper operating condi- tion in full conformity with drawings, specifications, engineering data, instructions, and recommendations furnished by the equipment manufac- turer, unless exceptions are noted by the Engineer. 2.01. Governing Standard. Except as modified or supplemented herein, all valves furnished under this section shall conform to the applicable requirements of AWWA C512. 2.02. General Equipment Stipulations. The General Equipment Stipula- tions shall apply to all equipment furnished under this section. 2.03. Acceptable Products. Valves provided under this section shall be as manufactured by ApcolValve and Primer, GA Industries, or Multiplex Manufacturing, subject to compliance with the requirements set forth herein. Four inch and larger combination air valves shall consist of an air and vacuum valve with an externally mounted ,air release valve and shall be ApcolValve and Primer "Custom Combination Air Valves", GA Industries "Figure 950 Kinetic Custom Combination Air Valves", or Multiplex "Crispin Dual Air Valves". 2.04. Shop Painting._ All interior and exterior ferrous metal surfaces, except stainless steel components, shall be shop painted for corrosion protection. The valve manufacturer's standard coating will be accept- able provided it is functionally equivalent to the specified coating and is compatible with the specified field painting. Field painting is covered in the painting section. The following surfaces shall be painted: Interior Surfaces Exterior Surfaces of Valves To Be Located in Manholes Polished or Machined Surfaces Epoxy. Coal tar. Rust -preventive compound. Interior epoxy coatings shall comply with AWWA C550 and shall be free of holidays. The total dry film thickness of shop -applied coatings shall be not less than: (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 15108 (17578 ) -1- Type of Coating Minimum Dry Film Thickness - Coal 6 mils Epoxy 10 mils 2.05. Shutoff Valve. Each 4 inch and larger combination air valve shall be provided with a shutoff valve between the air and vacuum valve and the air release valve. 3. MATERIALS. Except as modified or supplemented herein, materials of construction shall comply with the.governing standard. The use of =- stressed thermoplastic components will not be acceptable.; Valve Trim Bronze or austenitic stainless steel. Float Austenitic stainless steel. Shop Coatings Coal Tar Kop-Coat "Bituminous Super Service Black" or Tnemec "46-449 Heavy Duty Black". Epoxy Cook "920-W-965 Epicon-MW HB Epoxy", Kop-Coat "Hi -Gard Epoxy", or Tnemec "Series 20 Pota-Pox". -' Rust -Preventive Houghton "Rust Veto 344 Compound .r 4. INSTALLATION. Valves shall be installed in accordance with the manufacturer's recommendations and as indicated on the drawings. 5. DRAWINGS AND DATA. Complete assembly drawings, together with detailed specifications and data covering materials used and accessories forming a part of the valves furnished, shall be submitted in accordance with the submittals section. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 15108 (17578 ) -2- F Section 15400 - PLUMBING - - 1. SCOPE. This section covers furnishing and installation of materials, devices, appliances, fixtures, equipment, and appurtenances required for complete plumbing systems as specified herein and as indicated on the drawings. Principal items of work to be performed, and materials, equipment, devices, and appliances to be furnished and installed hereunder, include the following: a. Drainage and vent piping systems, with connections to each fixture and piece of equipment requiring a waste or vent connection. b. Plumbing fixtures, except those specified in other sections. C. Floor drains. Miscellaneous piping materials are.covered in the miscellaneous piping section. 2. CODES AND ORDINANCES. Plumbing work shall be performed in accord- ance with all applicable codes and ordinances which pertain to such work. In case of conflict between these specifications and any appli- cable code or ordinance, the latter shall govern. In the absence of an applicable plumbing code or ordinance, plumbing work shall conform to the provisions of the Uniform Plumbing Code. 3. PIPING SYSTEMS. 3.01. Drainage and Vent Piping. Drainage and vent piping shall be installed where required and shall, in general, conform to the locations indicated on the drawings. Horizontal soil and waste pipes shall have a grade of 1/4 inch per foot wherever possible, but in no case shall the slope toward the drainage outlet be less than 118 inch per foot. Drainage piping which is required to be buried beneath floors or under- ground shall be cast iron soil pipe as indicated on the drawings and as specified in other sections. All drainage piping buried beneath floors shall be encased in concrete at least 6 inches thick. Unless otherwise required by the applicable code, cast iron soil pipe shall be service weight, hubless type. Rubber-gasketed joints may be used if permitted by the applicable code. 4. FLOOR DRAINS. Floor drains shall be as manufactured by Josam, Smith, Wade, Polydrain, or Zurn. For ease of identification, the drawings indicate products manufactured by Wade and Polydrain. j (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) .� (CONTRACT 3 ) 15400 t (17578 ) -1- r Floor drains shall be of the types and sizes indicated on the drawings. Floor drains shall be carefully adjusted to the correct elevation for proper drainage. 5. PLUMBING FIXTURES AND ACCESSORIES. Plumbing accessories shall be provided as indicated on the drawings as listed herein. Portable Combination Eyewash 37 gallon stainless steel tank and Drench Hose with hand cart, air fill valve, ABS plastic spray heads, stay - open brass ball valve, lever handle valve hand spray with hose; Haws "Model 7601.10.2" or Western "Model W637 6. CLEANING AND ADJUSTING. Immediately prior to the final inspection of the work, all parts of the installation shall be thoroughly cleaned. All equipment, pipe, drains, and fittings shall be cleaned. All drains shall be checked for proper operation. 7. DRAWINGS AND DATA. Complete specifications, data, and drawings covering all materials and equipment shall be submitted in accordance with the submittals section. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 15400 (17578 ) -2- Section 15500 - HEATING AND VENTILATING 1. SCOPE. This section covers the heating and ventilating systems, including all equipment, controls, ducts, devices, accessories, and appurtenances necessary for complete, properly operating systems. t,+ 2. GENERAL. Equipment furnished and installed under this section shall be fabricated, assembled, erected, and placed in proper operating condi- tion in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer 06;` unless exceptions are noted by the Engineer. Equipment furnished under this section shall be the standard product of the manufacturer. Where two or more units of the same class of equip- ment are required, they shall be the product of a single manufacturer; however, all ,the component parts of the system need not be the products of one manufacturer. 2.01. General Equipment Stipulations. The General Equipment Stipula- tions shall apply to all equipment furnished under this section. 2.02. Metal Thickness. Metal thicknesses and gages specified herein are minimum requirements. Gages refer to US Standard gage. 2.03. Equipment Nameplates. Each major component of equipment shall have the manufacturer's name, address, and catalog number on a nameplate securely affixed in a conspicuous place. The nameplate of a distri- buting agent only will not be acceptable. 2.04. Shop Painting. Unless otherwise specified, all ferrous sheet metal surfaces other than ductwork shall be given a rust -inhibiting treatment consisting of galvanizing or bonderizing followed by a rust - inhibitive primer and finish paint. Surface finish damaged during installation shall be repaired to the satisfaction of the Engineer. 3. INSULATION. The Contractor shall furnish and install all insulation materials as required and as specified herein for the ductwork. Insula- tion materials shall be installed in accordance with the manufacturer's recommendations. 3.01. Duct Insulation. Interior duct liner insulation shall be one inch thick, 1-1/2 pounds per cubic foot density, spray coated duct liner. The duct liner shall be held to the duct by a coat of 3M "33" adhesive applied over the entire duct surface. Where duct dimensions exceed 24 inches on any side, mechanical fasteners shall be used in addition to adhesive. The top and bottom pieces of duct liner shall overlap the sides. All exposed edges of the duct liner shall be coated with 3M 133" adhesive. The following ducts shall be insulated: r-. f (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) kr; (CONTRACT 3 ) 15500 (17578 ) -1- a. Makeup or outside air ducts. Duct insulation shall be CertainTeed "150 Ultralite Duct Liner" or Owens-Corning °Aeroflex Duct Liner"'. 4. HEATERS. Heaters of the types, sizes, and capacities specified herein shall be furnished and installed where indicated on the drawings and in the schedules. All heaters shall be complete with controls and accessories as required for satisfactory operation. All electric heaters shall be UL listed. 4.01. Electric Duct Heaters. Electric duct heaters, denoted by the symbol "EDH" and an identifying number, shall be furnished and installed where indicated on the drawings and shall be designed for the conditions indicated in the schedules. Electric duct heaters shall be of finned tube construction with 80 per- cent nickel and 20 percent chromium resistance elements. Bushings shall r- be ceramic and terminals shall be stainless steel. Heaters shall have galvanized or aluminized welded steel frames and shall comply with the National Electrical Code. The heaters shall have one inch wide flanges and shall be securely fastened to the ductwork. Heaters shall be completely factory wired and shall be provided with disconnecting backup and safety contactors, transformers, automatic reset thermal cutout, manual reset thermal cutout, disconnect switch, and differential pressure airflow switch. All interconnecting wiring shall be enclosed in a terminal box fastened to the heaters and oriented as indicated on the drawings. Contactors shall be 600 volt rated, 3 pole, UL listed, and suitable for 100,000 operations. Built-in industrial dry type 24 volt control trans- former shall be furnished and sized to carry the full contactor holding coil load. Primary and secondary windings shall be fused. Secondary windings shall have one lead grounded. ^ The duct heaters shall be furnished with an SCR control unit mounted in the duct heater terminal box. The SCR control unit shall be a solid- _ state proportioning controller designed to modulate the heater output from 0 to 100 percent. The duct heaters shall be controlled by a room thermostat as indicated in the schedule and on the drawings. The duct heater output in kW shall be as indicated on the schedules. Wiring diagrams for the duct heater shall be submitted in accordance with the submittals section. Electric duct heaters shall be as manufactured by Indeeco or Brasch. 4.02. Electric Unit Heaters. Electric unit heaters, denoted by the symbol "EUH" and an identifying number, shall include fan and motor assembly, built-in contactor, and a control transformer for 120 volt (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) _ (CONTRACT 3 ) 15500 - (17578 ) -2- l" E control, and shall be suitable for use with the power supply indicated in the schedules. Heater elements shall be steel plate, fin type with elements brazed to common fins for maximum strength and heat transfer. Each unit heater fan motor shall be provided with automatic reset thermal overload protection. Each unit heater shall have a capacity as indicated in the schedules and shall be provided with a wall mounting bracket. Electric unit heaters shall be Chromalox "LUH" or Brasch. 5. FANS. Fans of the types, -sizes, and capacities specified shall be furnished and installed where indicated on the drawings and in the schedules. Each fan shall be complete with safety disconnect switch, electric drive motor, drive, and accessories as required for satisfac- tory operation. Where belt -driven fans are furnished, each fan shall be complete with V-belt drive designed for 50 percent overload capacity, adjustable sheaves, adjustable base or rails for belt tightening, and a belt guard. Fans shall be rated in accordance with AMCA standards, or shall _bear the AMCA Certified Rating Label, and shall be UL listed. Fan drive motors and controls shall conform to the requirements of the Electric Motors and Motor Controls paragraph. Motor horsepowers in the Fan Schedule are minimum motor horsepowers. Larger motors shall be provided if required to meet the specified requirements. All 120 volt, single phase motors shall have internal thermal overload protection. Fan curves shall be furnished with thefansubmittals. Fan noise level tests and ratings shall be made and published in accord- ance with AMCA Standards 300 and 301. Fan sound ratings and sound test verifications shall be furnished with each fan submittal. 5.01. Power Roof Ventilators. Power roof ventilators, denoted by the symbol "PRV" and an identifying number, shall be of the centrifugal type and shall be statically and dynamically balanced to ensure quiet, vibration -free operation. Each fan shall be complete with a weather hood, safety disconnect switch mounted in the hood, self -flashing 12 inch high roof curb, and 1/2 inch mesh aluminum bird screen over all openings. Fan housings shall be constructed of aluminum and shall have an aluminum base of the self -flashing type suitable for mounting as indicated on the drawings. Fan motors shall be open dripproof, with permanently lubricated double - sealed ball bearings, and shall be suitable for use with the power supply indicated in the schedules. Power roof ventilators shall have capacities as indicated in the schedules. Power roof ventilators shall be as manufactured by Penn Ventilator "Model Fumex", Loren Cook, or Greenheck. 9 a (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 15500 (17578 ) -3- 5.02. Supply Fans. Supply fans, denoted by the symbol' "SF"'and an identifying number, shall be furnished and installed as indicated on the drawings and schedules. The supply fans shall be axial flow type and have cast aluminum airfoil propeller blades, shall be statically and dynamically balanced to ensure quiet, vibration -free operation, and shall be suitable for mounting as indicated. Fan motors shall be TEFC, with permanently lubricated, double -sealed ball bearings, and shall be suitable for use with the power supply indicated in the schedules. The fan housing shall be constructed of steel and shall be furnished with steel mounting flanges and inlet orifice bells with steel inlet ring guard. Access doors or panels shall be provided to allow for servicing of all internal parts without removing the fan from the piping. Supply fans shall be Hartzell or equal. 5.03. Duct Fans. Duct fans, denoted by the symbol "DF" and an iden- tifying number, shall be furnished and installed as indicated on the drawings and specified herein. Duct fans shall be of the centrifugal, direct drive, in -line type. The fan housing shall be constructed of steel and shall be furnished with duct mounting collars. Access doors or panels shall be provided to allow for servicing of all -- internal parts without removing the fan from the ductwork. Fan wheels shall be aluminum, backward inclined, centrifugal type. Wheels shall be dynamically and statically balanced. Motors and drives shall be isolated from the airstream. Motors shall be open dripproof type with permanently lubricated, double -sealed antifric- tion bearings. Flexible wiring leads shall be provided from the fan motor to an external junction box and disconnect switch arranged to permit access for servicing without disconnecting the field wiring. Duct fans shall be furnished with hanging support vibration isolators. The interior of the fan housing shall be lined with a fiberglass duct liner. Duct fans shall be Penn Ventilator "Model Centrex", Loren Cook, or Greenheck. 6. DAMPERS. Dampers of the types and sizes specified shall be furnished and installed where indicated on the drawings and in the schedules. 6.01. Control Dampers. Control dampers, denoted by the symbol "CD" and an identifying number, shall be furnished and installed where indicated on the drawings and in the schedules. Dampers shall be sized and located as indicated on the drawings. Dampers having an area exceeding 25 square feet or any blade dimension (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 15500 a (17578 ) -4- r exceeding 48 inches shall be built in multiple sections. All dampers shall be carefully inspected before and after installation, and any damper having poorly fitted blades, insufficient frame rigidity, or excessive clearance or backlash in moving parts will be rejected and should be replaced with an acceptable unit. Type 1 rectangular and square control dampers in ductwork shall be Ruskin "Type CD-50" or Arrow Louver & Damper. The damper frames shall be constructed of 5 or 6 inch 6063 T5 extruded aluminum. Damper blades shall be constructed of 6 inch wide airfoil -shape extruded aluminum. Two -position dampers shall have parallel operating blades. All damper blades shall be installed on a steel shaft operating in synthetic bearings. Bearings shall be suitable for industrial service. r Dampers shall be close fitting and designed to offer minimum resistance to the airflow when in the full open position. Dampers shall have blade linkage concealed in the frame. 6.02. Volume Control Dampers. Volume control dampers, denoted by the symbol "VCD", shall be furnished and installed where indicated on the drawings. Rectangular dampers shall be fabricated of 16 gage galvanized steel, with 5 inch by one inch channel frame, and opposed operating r blades. Round dampers shall be fabricated of 10 gage galvanized steel, with a 9 inch channel frame, 1-1/2 inch flange and a round. blade. The damper shall be provided with continuous slot adjustment quadrants and locking devices so that the position of the damper will be indicated and the damper will not move when locked. Volume control dampers in round ductwork shall be Ruskin "Type CDR-92" or Arrow Louver & Damper. r- Volume control dampers in rectangular ductwork shall be Ruskin "Type MD-35 OB" or Arrow Louver & Damper. 7. DAMPER OPERATORS. The damper operators shall be complete with necessary linkage and mounting brackets, and shall be installed as indicated on the drawings. A maximum of 25 square feet of control damper shall be controlled by one damper operator. The operators shall have sufficient torque required to operate the damper. 7.01. Electric Damper -Operators. The electric damper operators shall be two -position type. 7.01.01. Two -Position Electric Damper Oyerators. Two -position electric damper operators shall be housed in a die-cast aluminum case with mount- ing flange. Motor and gear train components shall be immersed in oil. Damper operators shall have a 3/8 inch square, double -ended drive shaft. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 15500 (17578 ) -5- Damper operators shall be two -position type with spring return and shall have one internal spdt auxiliary switch rated 5 amperes at-120 volts ac. Damper operators shall be suitable for operation on a 120 volt, 60 Hz, single phase power supply. Where aux-liary transformers are required, the transformer shall be factory wired to the damper operator and installed in a NEMA Type 1 rated enclosure fastened to the motor housing. Two -position electric damper operators shall be Honeywell "Model M445A or Johnson Controls "Model M100". 8. DIFFUSERS AND GRILLES. Diffusers and grilles shall be furnished in accordance with the Diffuser, Register, and Grille Schedule. 8.01. Ceiling Diffusers. Ceiling diffusers shall be aluminum as manufactured by Titus or equal. Diffusers shall be square or rectan- gular with removable core and shall have a key -operated opposed blade damper, Titus "AG-95", mounted in neck except where noted to be omitted. Size, location, and direction of blow shall be as indicated on the drawings. Diffuser type shall be as indicated in the Diffuser, Register, and Grille Schedule. 8.02. Grilles. All grilles shall be as manufactured by Titus or equal'. Grilles shall be constructed of extruded aluminum. Grille type shall be as indicated in the Diffuser, Register, and Grille Schedule and as indi- cated on the drawings. 9. FLEXIBLE CONNECTIONS. Ductwork connections to the fans shall be made by means of a fabric connector. Fabric shall be fire-resistant, waterproof,.and mildew -resistant, and shall be held with airtight collar and metal band. At least 4 inches of fabric shall be exposed. Fabric shall be Ventfabrics "Ventglass". Flexible connections shall be in accordance with the requirements of the National Fire Protection Association. 10. AIR FILTERS. Replaceable air filters shall be furnished and installed where indicated on the drawings. Filters shall be throw -away type with 2 inch thick glass fiber media and an initial resistance of 0.10 inch water column at 300 fpm. Filters shall be American Air Filter "Type 5700 Industrial Filter Two additional spare sets of filters shall be furnished for all locations and shall be delivered to the Owner in unopened packages. Unless otherwise indicated or specified, all filters shall have a minimum efficiency of 20 percent atmospheric dust based on the NBS dust spot test. 11. DUCTWORK. The location, arrangement, and size of all ductwork shall be as indicated on the drawings. The duct sizes indicated are clear dimensions inside the duct or duct lining. Ductwork shall be constructed and installed in accordance with the drawings. Variations in the size and location of ductwork may be made, as acceptable to the (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 15500 (17578 ) -6- r s owner, where required to avoid interference with building structure, piping systems, or electrical work. The installation shall be -coordi- nated with other phases of the work to establish space and clearance requirements. All ductwork, accessories, bracing, and supports shall be constructed.of galvanized steel. Ductwork, turning vanes, and other accessories shall be fabricated, installed, and supported in accordance with the latest edition of the SMACNA manual for HVAC Duct Construction Standards. Double thickness turning vanes with trailing edge shall be installed in all 45 degree and larger turns. Plenums shall be constructed of reinforced, 16 gage galvanized sheet metal. Sheet metal ductwork shall be sealed according to the classifications described in the SMACNA manual for HVAC Duct Construction Standards. - All ductwork shall have, as a minimum, a Class B seal. 12. TEMPERATURE CONTROLS. The automatic temperature control systems shall be furnished and installed as indicated on.the drawings and as, specified herein. All temperature controls shall consist of electric equipment as specified and shall be the product of a single.manufac- turer, unless otherwise indicated. Prior to the performance of any work or installation of any materials, the Contractor shall submit the following data in accordance with the submittals section: Published descriptive data on each item of equipment and acces- sories, indicating all specific characteristics and options and noted with the identification designation used herein and on the drawings. Schematic control diagrams giving specific data on all settings, ranges, action, adjustments, and normal positions. Although sche- matic, these diagrams shall, as closely as possible, represent the actual systems with all significant equipment and devices identi- fied and located relative to each other. These diagrams shall also show detailed multiline wiring and instrument piping with all terminals and ports accurately identified. Wiring diagrams shall be detailed to the degree required for field construction and shall include all related wiring. Sequence of operation for each system corresponding to the control schematics. Space thermostat.schedule indicating the types of covers and adjustment means for each space. The electrical control components shall be as manufactured by Johnson Controls, Honeywell or equal. The control apparatus shall consist of _ all necessary thermostats, switches and relays as indicated on the drawings and as specified herein. e (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 15500 i (17576 ) -7- 12.01. Thermostats. Thermostats shall be as specified herein and as indicated in the Thermostat Schedule on the drawings. Wall -mounted thermostats shall be mounted 4'-6" above finished floors, Insulating spacers for thermostats mounted.on exterior building walls shall be provided. The spacers shall be installed between the thermo- stat and its mounting surface so that the thermostat will not be affected by surface temperatures. 12.01.01. Remote Bulb Thermostats. All electric remote thermostats for air shall be provided with liquid filled copper sensing elements. Remote bulb thermostats shall be furnished with adjustable sensitivity and set point. The thermostats shall control the controlled device within plus or minus one degree F when occurring at the sensing element. The thermostats shall.:have a range of approximately 35F to 11OF and shall be White Rogers "Honeywell" or equal._ 12.01.02. Thermostats for Unit Heaters. Thermostats for control of unit heaters shall be two -position line voltage thermostats. The thermostats shall have an spdt switch rated for one horsepower. The thermostats shall have a .range of approximately 35 F to 100 F with a nonadjustable differential of 2 degrees F, and shall be Honeywell "T631A Airswitch" or Penn Controls "A19BAC-1". 13. NAMEPLATES. Phenolic nameplates shall be provided and permanently attached to the wall at each control device to indicate the equipment controlled. The letters used shall be the same as the symbols indicated herein and on the drawings for various equipment. Each nameplate shall have white letters on a black background. The nameplate at PRV-5002 shall read "High Rate Ventilation". 14. SEQUENCE OF OPERATION. The sequence of operation shall be as indi- cated on the drawings. 15. ELECTRIC MOTORS AND MOTOR CONTROLS. The following requirements apply only to electric motors and motor controls which are not covered in other sections. Motors shall conform to the requirements of the General Equipment Stipulations. One-half horsepower and larger motors shall be energy - efficient type. Motor starters and controls shall be furnished under the electrical section. All electrical controls shall have a case or cabinet at least equivalent to NEMA Type l for wiring in conduit. Typical schematics on the drawings indicate electrical control items and functions required for most of the equipment; however, actual motor sizes shall comply with the General Equipment Stipulations (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 15500 (17578 ) -8- r 16. ANCHOR BOLTS AND EXPANSION ANCHORS. All anchor bolts, nuts, washers, inserts, supports, and other accessories which are required for heating, ventilating, and air conditioning work shall be furnished and installed. Anchor bolts and expansion anchors shall conform to''the requirements of the anchor bolts and expansion anchors section. 17. TESTS. All tests shall be conducted in a manner acceptable to the Engineer and shall be repeated as many times as necessary to secure the Engineer's acceptance of each system. 17.01. Completed Systems. After completion of the heating and ventila- ting systems, tests shall be conducted to demonstrate that each system is functioning in accordance with specification requirements and to the satisfaction of the Engineer. 17.02. Defective Work.. If inspection or tests indicate defects, the defective work or material shall be replaced, and inspection and tests repeated. 17.03. Air System Testing and Balancing. The Contractor shall provide the services of a licensed independent contractor who shall test and balance the ducted air systems installed under these specifications, and shall perform an operational check of all equipment and ducted fans installed under this contract. r All air systems shall be tested and balanced in accordance with the latest applicable edition of the SMACNA manual for Balancing and Adjust- ment of Air Distribution Systems. Ducted air systems shall be tested and balanced at airflow rates indicated on the drawings. Dampers behind diffusers, registers, and grilles shall be adjusted to the flow rates indicated on the drawings. r _ Final test readings shall be recorded. Apparatus report sheets for all ' ducted system fans and outlet test sheets for all air outlets shall be accurately and completely filled out in accordance with the SMACNA manual. Four copies of the final test readings shall be submitted to the Engineer for acceptance within one week after completion of the testing. 18. CLEANING AND ADJUSTING. At the completion of the work, all parts of the installation shall be thoroughly cleaned. All equipment and fittings shall be cleaned of grease, metal cuttings, and sludge which may have accumulated by operation of the system for testing. Any stoppage, discoloration, or other damage to parts of the building, building finish, or furnishings shall be repaired at no additional cost to the Owner. 19. DRAWINGS AND DATA. Complete fabrication, assembly, foundation, and r-- installation drawings, together with detailed specifications and data covering material used, parts, devices, and other accessories forming a part of the equipment furnished, shall be submitted in accordance with Y . L (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 15500 (17578 ) -9- the submittals section. The data and specifications shall include, but shall not necessarily be limited to, the following: Ductwork. Temperature controls system. Equipment.. r l Section 16050 ELECTRICAL 1. SCOPE. This section covers the installation of electrical equipment furnished under other sections, except electrical items designated to be installed under those sections; and furnishing and installation of all additional equipment and materials needed for the electrical require- ments of this contract. The General Equipment Stipulations shall apply to all equipment furnished under this section. 2. CODES AND PERMITS. All work shall be performed and all materials shall be in accordance with the National Electrical Code, the National Electrical Safety Code, and applicable local regulations and ordinances. Where required by applicable codes, materialsand equipment shall be listed by Underwriters' Laboratories or other testing organization acceptable to the governing authority. The Contractor shall, at his own expense, arrange for and obtain all necessary permits, inspections, and approval by the proper authorities in local jurisdiction of such work. 3. RELATION TO OTHER WORK. Electrical work shall be done to conform with the construction schedule and progress of other trades and the scheduling requirements of South Plains Electric Co-op. Electrical apparatus on all equipment shall be handled, set in place, connected, checked out, serviced, and placed in readiness for proper operation. 4. POWER AND TELEPHONE SERVICE ENTRANCES. The Contractor shall familiarize himself with the service installation requirements of the local electric and Southwestern Bell telephone utilities, and shall furnish and install the service equipment in complete accordance therewith. The Contractor shall coordinate details and timing of service entrance installations with the utilities. 5. EQUIPMENT INSTALLATION. Except as otherwise specified or indicated on the drawings, the following procedures shall be used in performing electrical work. 5.01. Care of Equipment. During construction, all electrical equipment insulation shall be protected against absorption of moisture, and metal- lic components shall be protected against corrosion by strip heaters, lamps, or other suitable means. This protection shall be provided immediately upon receipt of the equipment and maintained continuously. 5.02. Setting of Fauipment. All equipment shall be installed level and plumb. Sheet metal junction boxes, equipment enclosures, sheet metal r-- raceways, and similar items mounted on water- or earth -bearing walls j shall be separated from the wall not less than 1/4 inch by corrosion - resistant spacers. r (LUBBOCK, TEXAS ) i (DISCHARGE FACILITIES) (CONTRACT 3 ) 16050 "' (17578 ) -1 5.03. Sealing of Equipment. All outdoor equipment -shall be permanently sealed at the base, and all openings into equipment shall be screened or sealed as required to prevent the entrance of rodents and insects the size of wasps and mud daubers. Sealing material at the base shall" be concrete grout. Small cracks and openings shallbesealed from inside with silicone sealant, Dow -Corning 1795"-or General Electric "SCS1200 6. CONDUIT. Except as otherwise specified or indicated on the drawings, the following procedures and requirements shall be used for conduit installation and identification. 6.01. Interior and Exposed Exterior Conduit Installation. This section covers the installation of conduit inside structures, above and below grade, and in exposed outdoor locations. In general, conduit inside structures shall be concealed. Large conduit and conduit stubs may be exposed unless otherwise specified or indicated on the drawings. No conduit shall be exposed in water chambers unless so indicated on the drawings. Unless otherwise indicated on the drawings, the Contractor shall be responsible for determining conduit routing that conforms to the installation requirements set forth herein. Conduit installation shall conform to the following requirements: a. Intermediate metal conduit shall be installed in concrete, and for exposed indoor applications. Conduit shall not be installed in water bearing walls. b. PVC -coated rigid steel conduit shall be installed in all exposed outdoor locations and vaults. C. Liquidtight flexible metal conduit shall be installed for final connections to dry type transformers, motors without flexible cords, and other equipment with rotating or moving parts. d. Liquidtight flexible metal conduit shall be installed with watertight connectors and in minimum lengths without sharp bends. e. Terminations and connections of intermediate metal conduit shall be taper threaded." Conduits shall be reamed, free of burrs, and terminated with conduit bushings. f. Exposed conduit shall be installed either parallel or perpen- dicular to structural members and surfaces. g. Two or more conduits in the same general routing shall be parallel with symmetrical bends. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 16050 (17578 ) -2-.' h. Conduits shall be at least 6 inches from high temperature piping, ducts, and flues. i. Conduit shall be rigidly supported by galvanized hardware and framing materials, including nuts and bolts. j. Conduit connections to sheet metal enclosures shall be securely fastened by locknuts inside and outside. k. Conduits shall be installed between the reinforcing steel in walls or slabs which have reinforcement in both faces. In slabs which have only a single layer of reinforcing steel, conduits shall be placed under the reinforcement. 1. Conduit across structural joints where structural movement is allowed shall have an 0-Z "Type DX":or Crouse -Hinds "Type XD", bonded, weathertight expansion and deflection fitting of that conduit size. M. Conduit shall be clear of structural openings and indicated future openings. n. Conduits through roofs or metal walls shall be flashed and sealed watertight. o. Conduit shall be neatly grouted into any openings cut into concrete and masonry structures. p. Conduits shall be capped during construction to prevent entrance of dirt, trash, and water. q. Exposed conduit stubs for future use shall be terminated with galvanized pipe caps. r. Concealed conduit for future use shall be terminated in equip- ment or by galvanized couplings plugged flush with structural surfaces. s. Where the drawings indicate future duplication of equipment wired hereunder, concealed portions of conduits for future equipment shall be provided. t. Conduit installed horizontally shall allow headroom of at least 7 feet except where it may be installed -along struc- tures, piping, and equipment, or in other areas where headroom cannot be maintained because of other considerations. U. Unless otherwise indicated on the drawings, no conduit shall besmallerthan 3/4 inch. r (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 16050 (17578 ) -3 V. PVC -coated rigid steel conduit shall be threaded and installed as recommended by the conduit manufacturer. Threading tools used for steel conduit shall not be used to thread PVC -coated rigid steel -conduit. W. All conduits that enter enclosures shall be terminated by fittings which ensure that the NEMA rating of the enclosure is not affected or changed. X. A corrosion -resistant coating shall be applied to all conduits that turn out of -concrete, masonry, or earth indoors. The .coatingshallconsist of a heavy coat of coal tar paint extending one inch on each side of the point of turn -out. 6.02. Underground Conduit Installation. All excavation, backfilling, and concrete work shall conform to respective sections of these specifi- cations. Underground conduit shall conform to the following require- ments: a. All underground conduits not indicated as otherwise on the drawings shall be pvc-coated rigid steel, direct buried. No underground conduit shall be smaller than one inch. b. Conduits shall have end bells where terminated at walls, or adapters for steel conduit continuations where required. C. Underground portions of conduit for telephone and instrument cables shall be steel conduit. Conduits shall have end bells where terminated at walls. d. Underground conduit bend radius shall be not less than 2 feet at vertical risers nor less than 3 feet elsewhere. e. Underground conduits shall have 2 foot minimum earth cover except where indicated otherwise. f. Conduits and passing through walls which have one side in contact with earth shall be sealed watertight with special rubber-gasketed sleeve and jointassemblies or with sleeves and modular rubber sealing elements. g. Intercommunication and instrument cables shall be isolated from all power wiring raceways, conduits, boxes, manholes, and handhole s'. 6.03. Sealine of Conduits. Aftercablehas been installed and con- nected, conduit ends shal•1 be sealed by nonhardening sealing compound forced into conduits to a minimum depth equal to the conduit diameter. This shall apply for all conduits at handholes, manholes, and -building entrance junction boxes, and for one inch and larger conduit connections to equipment. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 16050 (17578 ) -4- C r Conduits entering chlorine or sewage screen rooms and submersible enclosures shall have Appleton "Type ESU" or Crouse -Hinds "EYS" sealing fittings with sealing compound. 6.04. Conduit Identification. Conduits shall be provided with identi- fication tags in building entrance pull boxes, junction boxes, and equipment. Identification tags shall be 19 gage stainless steel, with 1/2 inch stamped letters and numbers as indicated on the drawings. Identification tags shall be attached to conduits with nylon tie wraps and shall be positioned to be readily visible for inspection. ., 7. CABLE. Except as otherwise specified or indicated.on_the drawings, the following procedures and requirements shall be used for cable installation and identification. a►- i 7.01. Cable Installation. Care shall be taken to protect the cable and avoid kinking of conductors, cutting or puncturing the jacket, contam- ination by oil or grease, or damaging in any manner. Cable installation shall conform with the following requirements: a. Stranded conductor cable shall be terminated by lugs, cup washers, or pressure type connectors. Stranded cables shall not be wrapped around screw type terminals. b. Stranded conductor cable shall be spliced by solder or crimp type connectors. Twist -on wire connectors shall not be used on stranded cable. c. d. Cables may be spliced only at readily accessible locations. Cable terminations and splices shall be made as recommended by the cable manufacturer for the particular cable and service conditions. All shielded cable stress cone terminations made to electrical equipment, either indoors or outdoors, shall be IEEE Class 1 molded rubber type. Shielded cable splices shall be tape or molded rubber type as required. Shielded cable splices and stress cone terminations shall be made by quali- fied splicers. Materials used shall be as manufactured by 3M Company or Raychem Electric Power Products. e. Cable shall not be pulled tight against bushings nor pressed heavily against enclosures. f. Cable -pulling lubricants shall be as recommended by the cable manufacturer for that particular type cable. g. Cables in vertical risers shall be supported by Rellems, or equal, woven grips where necessary to prevent heavy loading on cable connections. h. Spare cable ends shall be taped and coiled. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 16050 (17578 ) -5 i. Cables shall not be bent to a radius less than the manufac- turer's recommended minimum bending radius. j. All cables in one conduit, over one foot long, or with any bends, shall be pulled in or out simultaneously. 7.02. Cable Identification. Except for lighting and receptacle circuits, each individual wire in power, control, indication, and instrumentation circuits shall be provided with identification markers at the point of termination. The wire marker shall be of the self -laminating write -on type. The wire numbers shall be as shown on the equipment manufacturer's drawings. Wire markers shall be positioned to be readily visible for inspection. Power wires not having individualized identification numbers shall be color coded with electrical tape or colored wire jacket. 8. GROUNDING. Electrical system grounding and equipment grounding shall be installed in compliance with the National Electrical Code and shall conform with the following applicable requirements: a. All ground conductors shall be bare or green,insulated in accordance with the National Electrical Code, soft drawn copper cable or bar, not smaller than 12 AWG. b. Ground cable splices and joints which will be inaccessible upon completion of construction shall meet the requirements of IEEE Standard 837, and shall be Cadweld "Exothermic" or Burndy "Hyground" type. C. Ground cable through building exterior walls shall enter within 3 feet below finish grade and shall be prepared with a water stop. Unless otherwise indicated, the 'water stop shall include filling the space between the strands with solder and soldering a 12 inch copper disc over the cable. d. Ground cable near the base of a structure shall be in earth and as far from the structure as the excavation permits but not closer than 6 inches. e. The main grounding conductor, when exposed within a building, shall be copper bar supported with suitable spacers at 1/2 to one inch from the structure.Unless otherwise indicated on the drawings, the ground bus shall be not smaller than 1/4 by one inch rectangular. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 16050 (17578 ) -6- r l f. Lighting fixtures and convenience outlets shall be grounded through the conduit system. g. Convenience outlet receptacles shall be grounded by a bare copper conductor in addition to the conduit connection. h. Ground connections to equipment andgroundbuses shall be by copper ground lugs or clamps. Connections to enclosures not provided with ground buses or ground terminals shall be by clamp type lugs added under permanent assembly bolts or under new bolts drilled and added through enclosures other than explosionproof, or by grounding locknuts or bushings. Ground cable connections to anchor bolts; against gaskets, paint, or varnish; or on bolts holding removable access covers will not be permitted. i. The grounding system shall be bonded to station piping by con- nection to the first flange inside the building on either a suction or discharge pipe which will form a good ground connection. The connection shall be made with a copper bar or strap by drilling and tapping the flange and providing a bolted connection. j. Ground conductors on equipment shall be formed to the contour of the equipment and firmly supported. k. All ground connection hardware, bolts, and nuts shall be high strength, high conductivity copper alloy. 1. Ground rods not described elsewhere shall be 5/8 inch diameter by 8 feet long, with a copper jacket bonded to a steel core. 9. OUTLETS AND FITTINGS. Exposed conduit systems shall have a surface - mounted switch and convenience outlets. 9.01. Conduit Boxes and Fittings. a. Boxes and fittings in exposed conduit systems shall be galva- nized or cadmium plated, threaded, malleable iron, Appleton. b. Boxes and fittings in conduit systems encased in concrete, in exterior faces of walls, in water- or earth -bearing walls, and L where weatherproof devices are required shall be galvanized or cadmium plated, threaded, malleable iron, Appleton. C. Hub arrangements on threaded fittings shall be the most appro- priate for the conduit arrangement required in each case, to ,. avoid unnecessary conduit bends and fittings. I (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 16050 "' (17578 ) -7 9.02. Device Plates. a. Galvanized or cadmium plated device plates shall be used on surface -mounted outlet boxes where weatherproof plates are not required. b. Device plate mounting hardware shall be countersunk and finished to match the plate. C. Oversized plates shall be installed where standard plates do not fully cover the wall opening. d. Device plates for switches outdoors or indicated as weather- proof shall have provisions for padlocking switches "On" and "Off", and shall be Appleton "FSK-1VS" or Crouse -Hinds "DS185". e. Device plates for receptacles outdoors or indicated as weatherproof shall be Appleton "FSK-WELD" or Crouse -Hinds "WLRD1"• f. Flush -mounted, weatherproof plates shall be provided with adapter plates, Appleton "FSK-SBA" or Crouse -Hinds "FS031". g. Engraved device plates, where required, shall beasmanufac- tured by Sierra Electric Corporation. 9.03. Wall Switches. a. Switches on ac lighting panel load circuits through 240 volts shall be 20 amperes, 1201277 volts, Eagle 02221" through 12224" or Hubbell 11221" through "1224". b. Wall switches shall be mounted 3'-6" above floor or grade. 9.04. Receptacles. a. Standard convenience outlets shall be duplex, three -wire, grounding, 20 amperes, 125 volts, Eagle "5362" or Hubbell "5362" for 120 volt circuits, and 250 volts, Eagle 15462" or Hubbell "5462" for 240 volt circuits. b. Convenience outlets shall be 18 inches above the floor unless otherwise required. C. Convenience outlets outdoors and in manholes and rooms where equipment may be hosed down shall be 4'-0" above floor or grade. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) (17578 ) 16050 -8 F F 9.05. Special Outlets. a. Wall thermostats shall be 5'-6' above the floor unless other- wise required. Thermostats on exterior walls shall be suitably insulated from wall temperature. 10. JUNCTION BOXES AND WIRING GUTTERS. Indoor boxes (larger than switch, receptacle, or fixture type) and gutters shall be constructed of sheet steel and galvanized after fabrication. Similar enclosures outdoors shall be provided with neoprene gaskets on the hinged doors or removable covers and shall be lockable. Box and gutter sizes, metal thickness, and installation details shall comply with the National Electrical Code. Telephone conduit shall have separate junction boxes and pull fittings. Bolt -on junction box covers 3'-0' square or larger, or heavier than 25 pounds, shall have a rigid handle. Covers larger than 3'-0' by 4'-0" shall be split. Where indicated on the drawings. junction boxes with a removable side opposite the underground conduits shall be provided over building ends of underground conduit banks. Boxes shall be at least Code size, in- cluding space for full size continuations of all underground conduits not originally continued. Conduit arrangement shall leave maximum space for future conduits . 11. LIGHTING FIXTURES. Lighting fixtures shall be furnished and installed as described in the fixture schedule and as indicated on the drawings. The drawings indicate the general location and arrangement of fixtures desired. Fixtures in rows shall be aligned both vertically and horizontally unless otherwise required. Fixtures shall be clear of pipes, mechanical equipment, structural openings, indicated future equipment and structural openings, and other obstructions. Lighting fixtures shall be furnished complete with lamps. Pendant fixtures shall have swivel type box covers and threaded conduit: pendants unless otherwise specified. 12. CONDUIT. All conduit furnished shall be as described herein. 12.01. Rigid Steel Conduit. Rigid steel conduit shall be heavy wall, hot -dip galvanized. and shall conform to Fed Spec WW-C-581 and ANSI C80.1. Rigid steel conduit shall be manufactured in accordance with UL 6. 12.02. Intermediate Metal Conduit (IMC). IMC shall be hot -dip galvanized and shall conform to Fed Spec WW-C-581. IMC shall be manufactured in accordance with UL 1242. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) (17578 ) 16050 -9- 12.03. Liguidtiaht Flexible Metal Conduit. Liquidtight flexible metal conduit shall be hot -dip galvanized steel, covered with moistureproof and flame -resistant polyvinyl chloride jacket. 12.04. PVC -Coated Riaid Steel Conduit. The conduit shall be rigid steel. Before the PVC coating is applied, the hot -dip galvanized surfaces shall be coated with an -epoxy -acrylic primer to ensure a bond between the steel substrate and the coating. A two-part red urethane chemically cured coating shall be applied to the interior of all conduit and fittings. The internal coating shall be applied at a nominal 2 mil thickness. The urethane internal coating shall afford sufficient flexi- bility so as to permit,field bending without cracking or flaking of the interior coating. The PVC coating shall be bonded to the primed outer .surface of the conduit. Thebond on conduit and fittings shall be greater than the tensile strength of the PVC coating. The thickness of the PVC coating shall be a minimum of 40 mils. Every female opening shall have a PVC sleeve extending one conduit diameter or 2 inches beyond the opening, whichever is less. The inside diameter of the sleeve shall be the same as the outside diameter of the _ conduit before coating. The wall thickness of the sleeve shall be at least 40 mils. All fittings, condulets, mounting hardware, and accessories shall be PVC_ coated. All hollow conduit fittings shall be coated with the same red interior urethane coating as described above. The screw heads on condu- lets shall be encapsulated with a corrosion -resistant material by the _ manufacturer. Couplings shall have longitudinal ribs 40 mils in thick- ness to protect them from wrenches or pliers. All damaged coatings shall be repaired according to the manufacturer's instructions. PVC -coated rigid steel conduit shall be as manufactured by Robroy Industries. 13. CABLE. The cable furnished shall conform to the Cable Data sheets bound at the end of this section and as described herein. 13.01. Cable Manufacturers. The cable furnished shall be produced by one or more of the manufacturers indicated in the following table; products of other manufacturers will not be acceptable. All cables of each type (such as lighting cable or 600 volt power cable) shall be from the same manufacturer. Each "X" in the table indicates an acceptable manufacturer of the indicated cable.< (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 16050 (17578 ) -10- multi- 600 V 600 V Cond Power Ltg Control Instrument Cable Cable Cable Cable American Insulated Wire Corp. X X X Belden Electronic Wire & Cable X BIW Cable System, Inc. X X X Cabled Corp. (Anaconda and X X Phelps -Dodge Cable Only) Fluorocarbon, Samuel Moore X X . Group, Dekoron Div. The Okonite Co. A X A Paranite (Essex) A X Pirelli Cable Corp. X Rockbestos Co. X X X X Rome Cable Corp. X X X X Southwire X X Tamaqua Cable Products Co. A Triangle PWC, Inc. X X X 13.02. Lighting Cable. Lighting cable shall be provided only.in light- ing and receptacle circuits operating at 277 volts and below. Lighting and receptacle circuits for underground use and cable 8 AWG or larger shall be as specified for 600 volt power cable. 13.03. 600 Volt Power Cable. Cables in power, alarm circuits operating at 600 volts or less, except control, indication, and where lighting, multi -conductor control, and instrument cables are permitted or required, shall be 600 volt power cable. 13.04. Instrument Cable. Cable for electronic circuits: to instrumen- tation, metering, and other signaling and control equipment shall be... n two- or three -conductor instrument cable twisted for magnetic noise rejection andprotected from electrostatic noise by a total coverage, shield. Cable shall be used where indicated on the drawings. rr I 13.05. Multi -Conductor Control Cable.. Multi -conductor control cable shall be used where indicated on the drawings. (LUBBOCK, TEXAS ) i (DISCHARGE FACILITIES) (CONTRACT 3 ) 16050_.:. The ampacity of direct current testing equipment shall be not less than 2,500 microamperes. Final test voltages and the duration of the test shall be as indicated on the Cable Data sheets. Test procedures shall conform to the following standard applicable to the cable insulation under test: ICEA - 5-68-516 (Interim Standard No. 1), Cable Rated 0-35,000 Volts and Having Ozone -Resistant Ethylene -Propylene Rubber Insulation. The tests shall be performed by competent personnel specializing in electrical cable testing. Reports on cable test data for each cable tested shall be submitted to the Engineer in triplicate. A Cable Test Data Form is included at the end of this section. 14. LIGHTING PANELS. Unless otherwise specified, each lighting panel shall be dead -front, circuit breaker, 120/240 volt, single phase panel - board type in accordance with the drawings and the following. 14.01. Cabinet. Panel LP2 shall have a surface NEMA Type 1 enclosure. The enclosure shall have a door with latch and lock. A directory inside the door shall have the panel and all circuit identities neatly typewritten at completion of the contract. Panel LP1 shall have a weatherproof NEMA Type 4 enclosure. The enclo- sure shall have a door with latch and lock. A directory inside the door _ shall have the panel and all circuit identities neatly typewritten at completion of the contract. The bus and breaker assembly shall be rigidly located at the cover posi- tion by adjustable supports. 14.02. Circuit Breakers. Circuit breakers shall be thermal -magnetic, ^- bolt -in, individually front replaceable, and shall indicate "On", "Off", and "Tripped". Breakers indicated as multiple -pole shall be common trip. Breakers shall have interrupting ratings not less than _ 18,OOO amperes. Handle clips to prevent casual operation of breakers shall be provided for 10 percent (minimum oftwo)of the breakers and applied to the circuits directed. Breakers and provisions for future breakers shall be provided in the quantities, poles, and ampere ratings '- indicated on the drawings. Breakers shall be single pole, 20 amperes, except as indicated otherwise. 14.03. Buses. The panel shall have main and neutral buses insulated from the cabinet, and a ground bus. Buses shall be copper, with ampere ratings and main lugs or breaker as indicated. The ground bus shall be _ similar to a neutral bus and shall have a good ground connection to the cabinet, a removable bond to the neutral bus, clamp type lugs for the (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 16050 (17578 ) -12- F ground cable in each supply conduit, and connections for a ground cable . in each load conduit. 15. POWER PANELS WITHOUT NEUTRALS. Except as individually described, each power panel without neutral shall be dead -front, circuit breaker, panelboard type in accordance with the drawings and the following. 15.01. Cabinet.The panel shall have a surface NEMA Type 1 enclosure. The enclosure shall have a door with latch and lock. A directory inside the door shall have a panel and all circuit identities neatly type- written at completion of the contract. A ground stud bolt shall be provided through the cabinet, with a removable 1/0 AWG bond to the panel ground bus and an external clamp connector for a station ground cable. 15.02. Circuit Breakers. Circuit breakers shall be thermal -magnetic, bolt -in, individually front replaceable, and shall indicate •On", 'Off', and "Tripped•. Breakers indicated as multiple -pole shall be common trip. Breakers for 480 volts shall be rated 600 volts with interrupting ratings not less than 22,000 amperes at 480 volts. Handle clips to prevent casual operation of breakers shall be provided for 10 percent (minimum of two) of the breakers and applied to the circuits directed. Breakers and provisions for future breakers shall be provided in the quantities, poles, and ampere ratings indicated. 15.03. Buses. The panel shall have 3 phase buses insulated from the cabinet, and a ground bus. Buses shall be copper, with ampere and voltage ratings and main lugs or breaker as indicated. The ground bus shall be similar to a neutral bus and shall have a good ground connec- tion to the cabinet, clamp type lugs for the ground cable in each supply conduit, and connections for a ground cable in each load conduit. i 16. SEPARATELY ENCLOSED MOTOR STARTERS. Separately enclosed motor starters, unless otherwise specified, shall be full voltage, non - reversing, circuit breaker combination magnetic motor starters sized as indicated on the drawings. The starters shall consist of single or 3 phase, 60 Hz contactors with thermal overloads, 120 volt ac coil, dry type control power transformer where required, and a magnetic motor circuit protector disconnect in a NEMA Type 1 enclosure indoors or NEMA Type 4 stainless steel enclosure outdoors, unless otherwise noted. Control power transformers shall be sized to handle allsimultaneous loads. Each starter shall include auxiliary contacts, as required, plus one spare NO and one spare NC contact.. Magnetic motor circuit protectors shall be single or 3 phase, 600 volt, molded -case circuit breakers with instantaneous trip elements. The. .. ~ (LUBBOCK, TEXAS ) t (DISCHARGE FACILITIES) (CONTRACT 3 ) 16050 (17578 ) -13 breakers shall be manually operated with quick -make, quick -break, trip - free toggle mechanism. One thermal overload relay shall be provided in each phase lead. Each starter shall be provided with an external manual reset push button for reset of the thermal overload relays. An external manual breaker operating handle with provisions for up to three padlocks shall be provided on each starter. The access door shall be interlocked with the motor circuit protector so that the door cannot be opened while the breaker is closed, except by an interlock override. The complete starter -shall have an interrupting rating of at least 22,000 amperes at 480 volts. The Contractor shall match control power transformers, overloads, heaters, and sizes of starters to the equipment furnished, which may differ from expected values as indicated on the drawings. Control power transformers shall have both primary leads fused, one,secondary lead fused, and one secondary lead grounded. All push buttons, selector switches, and lights indicated on the sche- matics to be provided on or in the starter enclosure shall be heavy-duty, oiltight. Push buttons shall be provided with protective caps when starters are located outdoors Motor starters shall have engraved or etched legends ("Start", "Stop", etc.) as described on the drawings. Motor starters shall have nameplates identifying related equipment, and unit numbers where applicable. Nameplates shall be laminated black -over -white plastic, with 1/8 inch engraved letters, and shall be securely fastened to the motor starter. 17. SEPARATELY ENCLOSED MANUAL STARTERS. Separately enclosed manual starters not specified otherwise shall be provided hereunder. Manual starters shall be provided with thermal overload protection properly sized for the motors served and with a contact and overload in each phase lead. Manual starters shall be mounted in NEMA Type 1 enclosures unless otherwise noted. Manual starters shall have engraved or -etched legends as described on the drawings. Manual starters shall have nameplates identifying related equipment, -and unit numbers where applicable. Nameplates shall be laminated black -over -white plastic, with 1/8 inch engraved letters, and shall be securely fastened to the manual starter. 18. CONTROL STATIONS. Control stations shall be provided as indicated on the one -line diagrams or schematics or as required by the equipment furnished. Pilot devices shall be heavy-duty, oiltight, and shall perform the functions indicated. Indoor control stations :shall have NEMA Type 13 enclosures. Control stations outdoors or indicated to be (LUBBOCK, TEXAS (DISCHARGE FACILITIES) (CONTRACT 3 ) 16050 (17578 ) -14- weatherproof shall have NEMA Type 4 stainless steel enclosures with protective caps on the control devices. Control stations in Class I, Division 2, Group D hazardous areas shall be NEMA Type 7 enclosures. Control stations shall have engraved or etched legends (*Start', "Stop". etc.) as described on the drawings. Control stations shall have name- plates identifying related equipment, and unit numbers where applicable. Nameplates shall be laminated black -over -white plastic, with 118 inch engraved letters, and shall be securely fastened to the control station. 19. SEPARATELY ENCLOSED CIRCUIT BREAKERS. Circuit breakers shall be 3 phase, 480 volt, molded -case circuit breakers of not less than 14,000 22,000 amperes interrupting rating at 480 volts ac, complete with thermal and instantaneous trip elements in a NEMA Type 1 enclosure r" indoors or a NEMA Type 4 stainless steel enclosure outdoors. These breakers shall be manually operated with quick -make, quick -break, trip -free toggle mechanism. Bimetallic thermal elements shall withstand sustained overloads and short-circuit currents without injury and r without affecting calibration. Circuit breakers shall have "On", "Off", and "Tripped" indication and padlockable exterior handles. Circuit breakers shall have engraved or etched legends ("On", "Off", and "Tripped") as described on the drawings. Circuit breakers shall have nameplates identifying related equipment, and unit numbers where applic- able. Nameplates shall be laminated black -over -white plastic. with 118 inch engraved letters, and shall be securely fastened to the circuit r- breaker. i 20. DISCONNECT SWITCHES. Unless otherwise specified, each disconnect switch shall be 3 phase, nonfusible, 600 volts, with a continuous current rating as indicated on the drawings. Switches located indoors shall have a NEMA Type 1 general purpose enclosure. Switches located outdoors shall have a NEMA Type 4 enclosure. Switches shall have high conductivity, copper, visible blades; nonteasible, positive, quick -make, quick -break mechanisms; and switch assembly plus operating handle as an integral part of the enclosure base. Each switch shall have a handle whose position is easily ! recognizable and capable of being padlocked in the "Off" position with l three padlocks. The "On" position and "Off" positionshallbe clearly marked. All switches shall be UL listed, horsepower rated, and meet.NEMA Specification KS1-1975. Switches shall have defeatable door interlocks that prevent the door from being opened while the operating handle is in the "On" position. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 16050 �' (17578 ) -15- All switches shall have front cover -mounted nameplates that contain a permanent record'on switch type, manufacturer and catalog number, and horsepower rating. An additional nameplate shall, be provided to identify the related equipment. The additional nameplate shall be engraved or etched, laminated black -over -white plastic, with 1/8 inch letters. Both nameplates shall be securely fastened to the enclosure. 21. LIGHTING AND AUXILIARY POWER TRANSFORMERS. Separately mounted transformers shall be provided in the phases, kVA,.and voltages indi- cated on the drawings. Transformers shall be self -air-cooled, dry type, wall- or floor -mounted, and enclosed for wiring in conduit. Trans- formers installed outdoors shall be weatherproof. Transformers shall have at least two full capacity voltage taps. 22. LIGHTNING PROTECTION SYSTEM. A complete lightning protection system, certified by the "Lightning Protection Institute" (LPI) of Hohokus, New Jersey, shall be furnished and installed. The Contrac- tor's design shall be submitted to and modified as required by the LPI., The installation Contractor must be LPI certified. All material shall comply with Components Standard LPI-176 and shall meet the installation requirements of Lightning Protection Code NFPA-78. All phases of construction shall be inspected by the Engineer before concealment. Lightning protection shall be furnished at the headworks, blower, chlorine storage, and solids handling buildings, anaerobic digesters No. 6 and No. 7, the digested sludge pumping station, and at Phase I of the maintenance building. 22.01. Materials. Materials shall conform to Class I (for structures less than 75 feet in height). All conductors shall be of copper, air - terminals shall be of copper or bronse, ground terminals shall be of copper clad steel, and fastening devices shall be of bronze or copper. 22.02. Installation. Down conductors, where used, shall be concealed as much as possible and shall be bonded to the grounding electrode system. The electrode system shall include a counterpoise encircling the structure as far as possible. 22.03. Approval. An LPI Certified System Plate shall be obtained and mounted on the building at the Engineers -Architects' direction. 22.04. Drawings. Within 60 days after Notice to Proceed, the Contrac- tor shall furnish outline drawings and bill of material data which fully describes the lightning protection system as specified herein. All drawings and data shall be submitted for review in accordance with the Submittals Section. 23. DRAWINGS AND DATA. All materials and equipment shall be submitted for review in accordance with the submittals section. Each sheet of descriptive literature submitted shall be clearly marked to identify the material or equipment as follows: (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 16050 (17578 ) -16- F F F a. Lamp fixture descriptive sheets shall show the fixture schedule letter, number, or symbol for which the sheet applies. b. Equipment and materials descriptive literature and drawings shall show the specification paragraph for which the equipment applies. C. Sheets or drawings showing more than the particular item under consideration shall have crossed out all but the pertinent description of the item for which review is requested. d. Equipment and materials descriptive literature not readily cross-referenced with the drawings or specifications shall be identified by a suitable notation. e. Schematics and connection diagrams for all electrical equip- ment shall be submitted for review. A manufacturer's standard connection diagram or schematic showing more than one scheme of connection will not be accepted, unless it is clearly marked to show the intended connections. Within 90 days after the Notice to Proceed, the Contractor shall furnish a submittal indicating all types of cable and conduit to be provided. The submittal shall indicate the manufacturer and cable type, and shall contain sufficient data to indicate that the cable and conduit meet the specified requirements. In addition to the complete specifications and descriptive literature, a sample of the largest -size of each type of cable shall be submitted for review before installation. Each sample shall have a legible and complete surface printing of the cable identification. (LUBBOCK, TEXAS ) (DISCHARGE FACILITIES) (CONTRACT 3 ) 16050 (17578 ) -17- y. y i r 1. `r- k no PON u, PM fm Cu ra l o 6n 0 ID 7� U 07 r i STANDARD SPECIFICATIONS --_—_— R UL 83 Solid, u=ated copper. Maximn operating teape=ature 90 C dry, 75 C wet. Il6lATnCN: Polyvinyl Chloride, .UL 83► 'Type MW and MM. SD:EID: Nacre JAtIOrT: Conductor: Nylon, 4 mils mfniaim thicimess, UL w. FACTORY TMS: Cable shall meet the rupire rots of UL 83 for Type MW and M. CABLE DETAILS NO. *CQNETCR IIULMON O.D. SITE OF THICKNESS NAX. (AW) Smm (nEMS) (DIM) 12 1 or 7 .015 .17 10 1 or 7 :OQO .20 *M* average thickness shall be not Less than that indicated above. The minim thida ess shall not be less than 90 percent of the value indicated above. A durable marking shall be provided an the surface of the cable at intervals not exceeding 24 indm. MaddM shall include mm facrxer► s nw e, MW or MAN, cdc:ductor size, and 600V. 600 VOLT SINM CQIN<,TCR LIGEMG CAME 600-1-PVC-TEW-'Dm EM8CkrwVVMtM. CABLE L TA - FIGURE 1 co LM a rn a 0 Ln 0 .o N C7 w STANDARD SPECIFICATIONS Rom: ICFA S-66•-524 (M% VC 7). MUMM Cancentric-lay, uncoated Copper; -Strand class B. Normal mvdatm opetatirg twopwat " 90 C. INSLIMM: Cro0-11dced theIosetting polyethylene. ICFA S-66-524, Paragraph 3.6. STD: None. JA=: Nona. FACM 't1:Si'S: Cable shall meet the req Areunts of IffA 5-66-524. CABLE DETAILS DRIMCN O.D. SIZE PD. OF INIMM ML (AUG OR i CM) SIItM (, ' ) (Ilw) 14 7 .030 .17 12 7 .030 .19 10 7 .030 .21 8 7 .045 .27 6 7 .045 .31 4 7 .045 .36 2 7 .045 .42 1 19 .055 .48 1/0 19 .055 .52 2/0 19 .055 .57 4/0 19 .055 .68 250 37 .065 .75 350 37 .M .85 500 37 .065 .98 750 61 .OBO 1.22 1000 61 .OBO 1.37 -*The average thidamm shall be not less than that indicated above. The minimum thidmess shall be not lass than 90 percept of the value indicated above. A durable marking shall be provided on the surface of the cable at intervals not exceeding 24 indw. Maddrg shall include unifacawer's name, X2, MU, conductor "size, and voltage claw. essck s vaaccn MAK—C4� 600-1-W-NONE-M FIGURE 2 7 L. .- STANDARD SPECIFICATIONS REFS: ICEA S46-524 (MA W 7). CMEUMM: Carmtric-lay, cncaated mppor; standard class B. Nozmnl madam operating tempe=atu=e 90 C. INSLIIMIGN: moss -linked thex=settirg polyethylene, ICU 5-66-524, ParaVmph 3.6. JACM: None. FACM TES15: Cable shall meet the requirements of ICFA 5-66-524. CABLE DETAILS SIM (AUG OR,14 1�1) 12 10 8 4 2 1/0 2/0 4/0 250 350 500 750 1000 *QiLU'ICR IMIMIM O.D. NO. OF MCKNMS KM Smm (MM) 7 .045 .19 7 .045 .22 7 .045 .24 7 .060 .31 7 .060 .35 7 .060 .39 7 .060 .46 19 .080 .54 19 .OBO .59 19 .080 .63 19 .OBO .74 37 .095 .82 37 .095 .91 37 .095 1.04 61 .110 1.28 61 .110 1.44 *11* average thi -1 stall be not less dm that indicated abom. 7D* minima thidmess shall be not less than 90 percent of the value indicated above. A durable madding shall be provided on the surface of the cable`at'intervals not exceeding 24 inches. Haddrg stall include merufacturer's name, ffiP, FM or RHW or USE, conductor size, and voltage class. ...:...... FIGURE 3 STANDARD SPECIFICATIONS REiuma: M 62, UL 1Z77. c2vuc : 16 AM, 7 strand, concentric -lay, w=ated copper. Hvda n operating temperature 90 C dry, 75 C vet. Il+SUiATTON: Polyvinyl chloride, not less than 15 mils average thidams (13 mils minima thidaess), IL 62, Type TEN. LAY: Tvisted pair with 1-1/2 to 2-1/2 inch lair. 1 SB�LD: Cable asseubly, combination alu in m-polyester tape and 7 strand, 2p ALG mini:mn size, timed copper drain wire, shield applied to achieve 100 percent cover over in wasted conductors. JACIDrT: Canductor: Nylon, 4 mils aUdimm thic1mm, III. 62. Cable assembly: Blade flame retardant polyvinyl chloride, tL 1277, applied over tape wrapped cable core. C1:Ia M IT FICATION: One conductor blank, one cmxh:ctor white. FA= TESTS: Insulated conductors shall met the requirements of III. 62 for Type TFN. 1 Assembly jacket shall meet the requirements of LL 1277. Cable stall meet the vertical -tray flame test requirements of tL 1277. CABLE DETAILS *ASSDW JACKM O.D. .1�ESS MAX. SnIaE (MM) (III) PAM .045 .34 *'The average thiclaess shall be not less than that indicated above. The minirnm thictaess shalll, be not less than 80 percent of the value indicated above. A durable marking shel1 be provided an the surface of the cable at intervals not exceeding 24 inches. Marking shall include a wifacttsrer's name, 'Type TC, Type TFN, ctductor size, single pair, and voltage class. . � � r •rr r r -:u� r 5r i . r•� i� . � � -rr r. - . r eacsc 6 vertu CABLE D FIGURE 4 F STANDARD SPECIFICATIONS Rff FREliE: M 62, Ib 1277. CMVLMMi 16 AM, 7 strand, tsic-la►, uncoated copper. MMina operating tegxrature 90 C dry, 75 C wet. Il&HATICN: Polyvinyl chloride, not less than 15 arils avrsap thickness (13 mils adrdi= thida)ess), UL 62, Type TEN. LAY: Twisted triad with 1-1/2 to 2-1/2 inch lay. SM D: Cable asseably, combination alLaimm-polyester tape and 7 strand, 20 AZ7G adnima size, timed copper drain wire, shield applied to achieve 100 percent cover over insulated c=kxtors. JACKET: Conductor: Nylon, 4 ails minima thickness, UL 62. Cable assenbly: Black flans retardant polyvinyl chloride, M IM, applied over tape wrapped cable core. CWMCM IT 0 1gICATICN: One conductor black, one c=kxtor white, one cmxbxtor red. FACiCRY TMM: Insulated conductors shall meet the regairenents of M 62 for Type TEN. Asswhly jacket shall aaet the requirwmts of LL 1277. Cable shall meet the vertical -tray flame test requirsnents of M 1277. CABLE DETAILS F-T✓17! 1 *Ma avenge thidayess stall be not less than, that indicated above:. The minima thickneess shall be not less than 8D percent of the valve indicated above. A durable masking small be provided an the surface of the cable at intervals not exceeding 24 incises. ll&ddrg shall include manufacturer's name, 'type TC, Type UN, c=b for size, single triad, and voltage class. .11 r, Yr r. #Ab r1 r `:llx r FIGURE 5 STANDARD SPECIFICATIONS Ate: LL 62, IA. 1277. .TOR: 18 AUG, 7 strand, concentric -lay, uxoated copper. Itdn n operating ta"rature 90 C dry, 75 C vet. — namiQd: Polyvinyl ddoride. Not Less > than 15 mils average thidams (13 mils minima thida:ea), LL 62, Type UN. LAY:, Tvisted pairs or triads with 1-1/2 to 2-1/2 inch lay. _ Each pair or triad and cable assembly: Canbinaticn altmimni-polyester tape and 7 strand, 20 AUG mind= size, timed copper drain wire, shield applied to achieve 10 percent cover over inslnlated canductors. Shield tape on pair and/or triad assemblies shad be applied in such a way as to give total shield isolation from ale -- other pair or triad shields. JAlM Canductor: Nylon, 4 mils adninun thidaness, LL 62. Cable assembly: Black 90C flame retardant polyvinyl chloride, III. 1277, Table 10.17, applied over tape wrapped cable core. CMVJ M IlFCIF OnON: Pair:o ne cwdxtor black, one catdnnctor white. Triad:one conductor blac_, one conductor white, one caductor red. PAIR I' F71CA CN: Each pair and/or triad numbered. — FACICRY TESTS: Insulated caductors shall meet the regLd its of M 62 for Type ITN. Assembly jacket shall meet the requirements of l8. 1277. Cable shall meet the vertical -tray flame te9t req drenw is of LL 1277. CABLE DETAILS *ASSE2W NJM JAM O.D. OF TffiC{ M MAX. PAIRS (nun) (3igM) 4 .045 .554 8 .060 .749 12 .060 .8% 24 .080 1.256 N(iM OF TRIADS ADS 4 .060 .648 8 .060 .823 12 .OBO 1.030 24 .080 1.393 *The avesagr thidama shall be not less than that indicated above. The minima thickness shall be not less than 80 percent of the value indicated above. A durable mndcirg shall be provided on the surface of the cable at intervals not a meedicg 24 inches. Marking shall include mmwfacturer's rmme, Type TC, Type TEN,, conductor size, number of pairs or triads, aM voltage class. . . r . - u� •�. Ma 11hpajill FIGURE 6 r STANDARD SPECIFICATIONS : LL 839 IL 1277, ICFA S-61-402 (IVA WC 5). CQD MM* 14 ALA, 7 or 19 strantis, conematric-lay, uncoated cMw. Had" operating teaQerature 90 C dry, 75 C vet. DGIMCN: Polyvinyl chloride, not less than 15 mils average thicaress (13 adls mania thiclaress), LL 63, Type MEN and TW. 93IFiD: Norse. JAa=: C=kr-tor: Nyl.an, 4 mils minis n thidmess, M 83. Cable assembly: Black flame retardant polyvinyl chloride, M 1277, applied over tape w%pped cable core. 02CUCIM IIaJI'Zt'ICATICN: ICFA S-61-402 Appendix K, Method 1, Table K,2 or ICU S-61-402 Appendix K, Method 3. Vhite or green ca:ductors shall not be provided. FACM TESTS: Insulated conductors shall meet the 're Vireaents of M 83 for Type Mf�-'HN. Assembly jacket shall meet the requirements of M 1277. Cable shall meet the flame test requirements of UL 1277 for Type TC power and control tray cable. CABLE DETAILS *ASSDW NLWM JACKET' O.D. OF IMCIOESS lIAX. 2 .045 .38 3 .045 .39 4 .045 .44 5 .045 .46 7 .045 .49 9 .045 .61 12 .060 .66 19 .060 .77 24 .060 .93 30 .080 .98 37 .080 1.05 *The average thi-1a 1 shall be not less than that indicated above. The minimm thidamss shall be not less than 80 percent of the value indicated above. A dtiaable marking shall be provided on the surface of the cable at intervals not exceeding 241nctes. Mm3dng shall include asn ,facturer's name, Type TC, Type MW or MEN, conductor size, a1'-or of cwxbctors, and voltage class. 80K:k19VUUt= CABLE DATA FIGURE 7 No Text APPENDIX A Test Boring Logs The stationing for log borings B-22 through B-61 as listed in the geotechnical report shall have 10,000 feet added to them to agree with the drawings (Sheet 6 through 12). For example, log boring B-22 listed as Sta 183+00 in the geotechnical report is actually station Sta 283+00. r C GEOTECHNICAL EXPLORATION FOR DISCHARGE PIPELINE AND WATER RECLAMATION IMPROVEMENTS LUBBOCK, TEXAS Prepared For Black and Veatch 5725 LBJ Freeway, Suite 300 Dallas, Texas 75240 August 24, 1992 SWL Report No. 92-132 ■�L17YWif Tf �Y 1 ��n�.��e�f• sw� Ff SOUTHWESTERN LABORATORIES Materials, environmental and geotechnical engineering, nondestructive, metallurgical and analytical services 2575 Lone Star Drive • P. O. Box 224227. Dallas, Texas 75222 • 29 4/63'1 -2700 August 24, 1992 Mr. Robert G. McCollum, P.E. Black& Veatch 5725 LBJ Freeway, Suite 300 Dallas, Texas 75240 Re: Geotechnical Investigation Discharge Pipeline and Water Reclamation Improvements Lubbock, Texas SwL Report No. 92-132 Dear Mr. McCollum: Attached is our geotechnical report for the above referenced project. This investigation was performed in accordance with the Agreement Between Engineer and Consultant effective March 5, 1992. Comments furnished by the client have been incorporated into the report as deemed appropriate. A letter addressing these comments will be furnished under separate cover. If during the course of this project you require additional information, please do not hesitate to call US. Sincerely, SOUTHWESTERN LABORATORIES, INC. `5- esse E. Coleman, P.E. Geotec nic 1 Division im G. Abrams, P.E. Manager Geotechnical Division JEC:TGA OF JESSE E. COLEMAN. JR. 00 IlkIONAL C p+ •at t,�i� � ,' .. l , �� �� f y i1 r- ✓ "CI HOUSTON • CALLA.S 0 AUSTIN • BEAUMONT • GALVESTON COUNTY • RIC GRANDE VALLEY • ALEXANDRIA SAN ANTONIO • FORT WORTH • MIDLAND • MONROE • SHREVEPORT • TEXARKANA • DENISON • BATON ROUGE i A member of fne —i- ,group of comoames r�r TABLE OF CONTENTS Page Project Information ................................ 1 Scope of Investigation 2 Field Operations ................................... 3 Laboratory Testing ................................. 4 Subsurface Conditions .............................. 6 Biotower Filter, Pumping Station Complex, and Effluent Pump Station ..................... 6 Pipeline ....................................... 7 Groundwater ........................................ 8 Biotower Filter, Pump Station Complex, and Effluent Pump Station ..................... 8 Pipeline ....................................... 9 Analysis and Recommendations Foundation System .............................. 9 Pumping Station Complex ..................... 10 Biotower Filters 11 Effluent Pump Station ....................... 13 Hydrostatic Uplift .......................... 15 Mat Foundation Construction Considerations ..... 16 Drilled Shaft Construction Considerations ...... 17 Lateral Earth Pressures 16 Wall Drainage .................................. 20 Design Groundwater Level ....................... 21 Pipeline Construction Considerations ........... 21 Dewatering..................................... 24 Excavations ..................................... 26 Backfill ....................................... 26 Seismic Design Considerations .................. 27 Limitations and Reproductions ...................... 27 FIGURES Figure Discharge Pipeline Below Lake Ransom Canyon ......... 1 Southeast Water Reclamation Plant .. ..... ......... 2 Pressure Diagram For Temporary Multi -Braced Retention System .................................... 3 APPENDIX Figures Log of Borings....................................A-1 Grain Size Analyses...............................A-40 Corrosion Test Results............................A-43 SOUT.IWE■TERN LASORATOR192 GEOTECHNICAL INVESTIGATION DISCHARGE PIPELINE AND WATER RECLAMATION IMPROVEMENTS LUBBOCK, TEXAS PROJECT INFORMATION A new 24 inch diameter discharge pipeline is planned from U.S. Highway 84 to FM 400 near the city of Lubbock as shown on Figure 1. The pipeline will be about 29,500 feet long and range from 8 to 32 feet deep. This project also includes the design and construction of two biotower filters (trickling filter), a pumping station complex between the two biotower filters, and an effluent pump station at the Southeast Water Reclamation Plant located as shown on Figure 2. This study was planned to provide recommendations to guide the design and construction of the pipeline and treatment plant improvements. The sizes and maximum loads for the filters and pump stations are as follows: Effluent Pumping Station: 48" long by 32' wide by 23' deep with bearing pressures at 1,840 psf and 21. 3 kip bridge crane loads SCUTNWCfTCRN LABORATORIES 92-132 -1- Biotower Filters Pumping Station Complex: 65' diameter by 3' deep with a bearing pressures of 1,250 psf 74' long by 59' wide by 21' deep with bearing pressures of 1,500 psf. Two existing trickling filters are located where the new biotowers and pumping station complex is planned. The existing filters are approximately 180 feet in diameter, with rock filter media to a depth of about 6 feet. The pipeline extends from Station 100+00 at the north fork of the Double Mountain Fork of the Brazos River and FM 400 to Station 383+44.23 at FM 835 and US Highway 84 at Posey, Texas. The station numbering changes along the alignment. Station equation, Sta. 187+23.80 Back = 177+49.65 Forward, may be used to correct the stationing. SCOPE OF INVESTIGATION The purposes of the study were to: 1) explore the subsur- face conditions at the site, 2) evaluate the pertinent engineering properties of the subsurface materials, 3) provide recommendations for suitable types of foundation systems for the proposed biotower filters and pump stations, and 4) provide recommendations for pipeline trench excavations. !OU'TMWESTERN LAGORATOOtitl 92-132 -2- l: FIELDOPERATIONS Sixty-one borings were drilled along the pipeline align- ment between the dates of March 20 and March 27, 1992. Approximate boring locations at the Southeast Water Reclamation Plant are shown in the -Boring Location Diagram, Figure 2. Locations of Borings B-4 through B-61 are referenced by station numbers of the pipeline. The boring station 'locations and elevations of Borings B-4 through B-60 were established by survey. , The station location and elevation of Boring B-61 was estimated from the project topographic map. Borings were advanced utilizing air rotary methods with a Failing 1250, truck -mounted drilling rig to obtain samples of laboratory evaluation. Logs of the borings with sample descriptions and approximate locations of strata boundaries are presented on the boring logs in the appendix. .Undisturbed specimens of cohesive soils were obtained at intermittent intervals with standard, thin -walled, seamless tube samplers. These specimens were extruded in the field, logged, sealed and packaged to protect them from disturbance and maintain their in -situ moisture content during transportation to our laboratory. 92-132 -3- ■ UT.JWWRTWO. LARBMATMO.W. Where cohesionless soils, caliches, and stiff clays containing calcareous nodules were encountered, an indication of their engineering properties was obtained by means of the Standard Penetration test. This test consists of determining the number of 'blows required for a 140 pound hammer falling 30 inches to drive a standard split -spoon sampler 12 inches: Double -tube core barrels and hard formation drilling bits were used to sample the primary formation of caliche. These samples were also extruded, logged and packaged in the field. Foundation bearing properties of caliche were also evaluated using the Texas Highway Department (THD) Cone Penetrometer test. This test consists of determining the penetration of a 3=inch diameter cone driven with an approximate energy equivalent of a 170-pound hammer falling 24 inches. LABORATORY TESTING The samples obtained' during field operations were exam- ined in our laboratory by a geotechnical engineer. The laboratory tests were performed on selected samples under the supervision of this engineer. _ •nu tr.a1raera.0 � ae,naa�w �.ra 92-132 -4- The in -situ unit weight and moisture; content of the sam- ples were determined and. used in conjunction with the At- terberg Limits tests to evaluate ,the potential volumetric change of the different strata, and as an indication of the uniformity of the material. Unconfined. compression tests were, performed on selected undisturbed samples of the tan and brown silty and sandy clays.to evaluate the strength of these materials. Uncon- fined compression tests, were also run. on selected samples of the clayey sands and caliche. Grain size analyses and the percent finer than the No. 200 sieve was measured for selected samples as an aid in classification. The results of our testing program are tabulated on the Logs of Borings and Grain Size Analyses included on Figures A-40 to A-42 in the Appendix. Thirteen samples were tested for chloride and sulphate content, pH, and specific conductance in accordance with ASTM and EPA standards. The results of these tests are tabulated on Figures A-43 through A-47 in the Appendix. SCUTMWCSTKRN 1A00NATOFI[f 92-132 -5- SUBSURFACE CONDITIONS The subsurface conditions encountered in the borings were generally similar. The conditions present at each boring location are presented on the Boring Logs in the Appendix along with -descriptions of the various strata and their depths and thicknesses. A brief description of the stratigraphy indicated by the borings is summarized in the following paragraph: Biotower Filters, Pumping Station Complex and Effluent Pump Station Borings B-1 and B-3 were drilled for the biotower filters and pumping station complex. Boring B-2 was drilled for the effluent pump station. Brown and tan sandy clay (CL) to clayey sand (SC) was encountered at the ground surface and extended to a depth of 2 feet. In Borings B--2 and B-3 this material was identified as fill. Tan and brown silty to sandy clay (CL) was next encountered and extended to depths varying from 8 to 21.5 feet. In Boring B-1 a reddish brown clay (CH) was encountered at a depth of 21.5 feet and extended to the maximum 25 foot depth explored. A gray sandy clay (SC) was next encountered at a depth of 17 feet in Boring B-2. This sandy clay was underlain by a gray silty sand (SM) at SOU TMW.[ftERN L••ORATORIES 92-132 -6- 24.5 feet. A pinkish tan silty clay to clayey sand (CL-SC) (calcareous weakly cemented caliche) was encountered in -Boring 3 at a depth of-8 feet. Reddish brown silty sand (SM) was next encountered in -this boring at 21.5 feet and extended to the -maximum 30.5 foot depth explored. Pipeline Borings B-4 through B-61 were drilled along the pipeline route. The borings -were drilled and sampled to depths corresponding to the proposed range in the depth of the pipeline. A summary 'of the boring depths is presented below: Approximate Borings Depth. ft. 4 thorough 37 10 38 thorough 40 15 41 thorough 44 20 45 thorough 46 25 47 thorough 52 35 53 thorough 55 20 -56 thorough 63 10 Borings B-8, B-10, B-12, and B-20 through B-51 were drilled through road paving consisting of 2 to 3 inches of asphaltic concrete pavement and up to 9 inches of base material. Boring B-11 was drilled through one foot of road base material, iCLITr�W rfTrw L,�nC�Tn ��r• 92-132 -7- The soil in Borings B-4 and B-5 consists of a very loose to medium clayey sand extending to the maximum 10 foot depth explored. In general, the soil in the remainder of the borings consists of a sandy to silty clay to depths of 3.to 10 feet. Underlying. this sandy to silty clay is a hard to very dense, weakly cemented, silty clay to clayey sand (caliche) extending to the maximum 10 to 25 foot depths explored in Borings B-7 through B-45 and B-54 through B-61. The caliche also extended to the maximum 35 foot depth explored in Borings B-50 and B-51. A carbonate cemented sandstone was encountered at depths of 9 to 17 feet in Borings B-46,. B-47, B-48, B-49, and B-53. This sandstone extended to the maximum 35 foot depth explored in Borings B-46 through B-49 and the maximum 20 foot depth explored in Boring B-53. GROUNDWATER Rotary drilling techniques, using compressed air to remove the cuttings, were used to advance our borings. This technique allows groundwater seepage to be observed during drilling operations. Siotower Filters, Pumping Station Complex and Effluent Pump Station Groundwater seepage was encountered in Borings B-1, B-2, and B-3 at depths of 10, 11, and 20 feet, respectively. fnutuWrfrseu�wneATn■le• 92-132 -8- F Groundwater levels of 8, 10, and 16 feet were measured in Borings B-1,_B-2, and B-3, respectively, after completion of drilling operations. Pipeline Groundwater seepage was encountered at a depth of 1 foot in Borings B-4 and B-5. The measured water level in Boring B-4 was 4 feet at completion and 4 feet after 5 hours. Boring B-5 was dry at completion.; Groundwater was not observed in any, of the remaining borings. Variation in groundwater levels and quantities should_be anticipated due seasonal variations in rainfall. ANALYSIS AND RECOMMENDATIONS Foundation System For purposes of this report, net bearing pressure is de- fined as the pressure, in excess of the existing overbuy - den pressure, which can be safely carried at the founda- tion depth. The bottom of an excavation is considered the top of the overburden, for purposes of calculating the net bearing pressure for foundations within an excavation. The allowable bearing pressure values given in this report are net bearing values. r92-132 -9- Pumninr station Complex The bottom'of the pumping station' complex will be about 21 feet below existing grade. A mat foundation is planned. The allowable net bearing value for a mat foundation bearing at a depth of about 21 feet below existing grade is 2,800 psf. This bearing value includes a factor of safety of 3. The mat foundation could experience up to one-half inch of settlement for a net bearing pressure of 1,500 psf. Approximately 1/4 of this settlement is expected to occur during construction and initial loading. Differential settlement is expected to be less than 1/2 the total settlement for a mat foundation. Excavation for the foundation, placement of concrete and steel, and required backfilling should proceed in as continuous a`manner -as practical. This will serve to reduce deterioration of the bearing surface. The excavation is anticipated to be below the water table. Accordingly, the excavation must be continuously dewatered. during construction. The foundation subgrade soils may be disturbed during construction "activities. The subgrade can be protected during construction by placing filter fabric over the subgrade soils. A 6 inch layer of crushed 92-132 -10- stone should then be placed over the fabric. Should the footing subgrade be loosened by the excavation activities, the subgrade should. be compacted prior to placing the filter fabric., Biotower Filters The bottom of the biotower (trickling). filter structures will be about 3 feet below existing grade. Current plans call for an integral rincjwall and bottom slab foundation. The filter media will be supported on square footings on the filter floor slab. An allowable bearing value of 10500 psf is recommended for the combination footing founded at a depth of 3 feet. The biotower filter is planned to be 65 feet in diameter with a sustained bearing pressure on the order of 1,250 psf. Settlements of 1. to- 2 inches were computed for the soil .conditions indicated by Borings B-3 and B-1, respectively, for this bearing pressure.-, The actual amount of settlement will depend upon the actual soil conditions present at the f ilter. locations. Differential settlement of these foundations are estimated to be on the order of 50 to 70 percent of the total estimated settlement measured between the center and edge of the filter foundation. sell, V-CM-Pro- 92-132 Excavation for the foundation, placement of concrete and steel,and--required backfill-ing should proceed in as - continuous a manner as practical. Should the subgrade soils soften due to standing water in the excavation, the soft soils should be removed -to firm ground and replaced with suitable fill soils or worked in placed to obtain a dry density of at least 95 percent of the maximum dry density as determined by test' method ASTM D 698 at a moisture content ±2 percent of optimum. Should weather conditions at the time of construction indicate rainfall will occur, consideration should be given to the use of a lean concrete seal slab to help preserve the subgrade soils. If these settlements cannot be tolerated by the biotower structure, then a drilled and underreamed shaft foundation is recommended. The shafts should be founded in the sandy clay at a depth of 10 feet below existing grade. A base to 'shaft diameter ratio between 2 and'2.5 to 1 is recommended. An allowable net bearing pressure of 2,50.0 psf is recommended. SOUTHWESTERN 6AMORATORIEf 92-132 -12- Settlement of drilled and underreamed shafts loaded to a net bearing pressure as recommended above is estimated to be less than one inch, with up to one-half of this settlement occurring during construction and initial loading. Differential settlement between -adjacent drilled shafts is expected to equal the total settlement. Before a drilled shaft foundation system is constructed, we recommend that additional borings be drilled at each of the trickling filters after demolition of the existing filters. Once the actual -soil types are established at the,biotower locations, a determination of the magnitude of the expected settlement can be.made. These borings may indicate soil conditions similar to Boring 3 that will allow a shallow foundation system. Effluent Pump Station The bottom of the structure of.the.effluent pump station will be approximately 23 feet below existing grade. Current plans call for a mat foundation for this structure. The allowable net bearing pressure for a mat foundation is 2,000 psf. This bearing value contains a factor of safety of 3. 92-132 -13- The mat foundation subgrade should be free, of loose or soft soils when the foundation concrete is poured. Either a lean concrete seal slab or filter fabric overlain by crushed stone can be used toprotectthe mat subgrade. The subgrade should becompactedshould -the foundation soils be loosened by construction activities prior to placement of the seal slab or filter fabric and rock. The maximum settlement of a mat foundation is expected to be on the order- of one-half inch with up to 60 to 70 percent of this settlement occurring during construction and initial loading. Differential settlement is expected to be less than 50 percent of the total settlement. The effluent pump station will also have a bridge crane with a 21.3 kip load at the crane support. Either shallow spread footings orreinforced concrete drilled shafts are recommended. An allowable net bearing pressure of 1,500 psf for sustained live and "dead loads and 2,000 psf for dead and transient live loads are recommended for a square spread footing embedded at least 2 feet below L -.existing grade. L a ' For drilled shafts founded 10 below existing grade, an allowable net bearing value of 3,000 psf is recommended lOYTMN[fT(RN LA•OR�TOrI�[f 92-132 -14- F for dead and. sustained live loads -and 3,600 psf for dead plus transient live loads for shafts with a underream or shaft diameter equal to or less than 3 feet. For larger underream or shaft diameters or greater embedments, the weaker sandy clays below 17 feet will reduce the allowable bearing pressures to 1,400 psf. Hydrostatic Uplift The pump station complex and effluent pump station will be subjected to hydrostatic uplift forces. The effluent pump station floor slab willbedesigned with pop -off valves to relieve hydrostatic water pressures... The pump station complex floor slab will be designed to withstand hydrostatic pressures. These forces can be resisted by the buoyant weight of the structures and compacted soil backfill placed on a heel or extension of the foundation slab around the perimeter provided the floor slabs are designed to resist the uplift pressures. Buoyant soil weights should be used below the design water level. If the mat foundations cannot be designed to resist the uplift loads, then tie -downs should be considered to resist the hydrostatic forces. Tie -downs may be drilled and underreamed shafts or grouted tendons anchored in the deeper soil strata SwL can provide design parameters for these systems, upon your request. 92-132 -15- SOUTHWESTERN LAaONA'T W.ff4 Mat Foundation Construction Considerations Based on information from Borings B-1 and B-2, groundwater will be encountered during excavation for the for the pump station complex and effluent pump station at depths of 8 and 10 feet, respectively. Dewatering of these sites will be required for the construction excavations. The sites should be dewatered to 2 feet below the planned excavation depth. Temporary cut slopes in the sandy clays should be 2 horizontal to 1 vertical (2H:1V) for cuts up to 25 feet in depth or. a braced retention system should be used. Sheet piling may be used as a retention system. Sheet piling will generally have less seepage through joints than other forms of.retention;systems. Dewatering of the sandy clays within the sheet piling with sumps and pumps should be anticipated. The recommended temporary retention system pressure envelope for use at this site is presented on Figure 3. The pressure envelopes are for saturated conditions without surcharge loads. Hydrostatic pressures should also be included where groundwater is encountered and excavations are not dewatered. 92-132 -16- lOUTMN E�t[AN L�6OA�7O1i�[! F Drilled Shaft Construction Considerations Groundwater, .seepage will be. encountered during the installation of some of the shafts, particularly if construction proceeds during a wet period of the year. In most cases, rapid placement of concrete and steel will permit shaft installation to proceed; however, the seepage rates could be sufficient to require the use of temporary casing. In those instances where casing is required it should be seated below the zone of seepage with all water and most .Loose material removed prior to beginning the underream operation. Care should then be taken that a sufficient head of plastic concrete is maintained within the casing during extraction. The underreaming of individual shafts should be excavated in a continuous operation and concrete placed as soon as practical after completion of drilling. No shaft should be left open for more than 8 hours. All drilled shaft installations should be carefully inspected by qualified personnel to help verify the bearing stratum, underream clean -out, and perform related duties. Lateral Earth Pressures The lateral pressure appropriate for the design of below grade walls will be a function of the backfill material 92-132 -17- used and _drainage conditions behind the wall. Recommended lateralearthpressure coefficients for level ground surface conditions are as follows: - .'Earth Pressure'Coefficients Backfill Material Active At -Rest Passive Ka KO Kp on -site clayey sand 0.35 0.50 2.9 on -site sandy clay 0.45 0.70 2.5 Granular backfill conforming to ASTM C.33, fine aggregate 027 0.40 3.5 Active earth pressures are recommended where the top of the structure walls are free to deflect, or for single braced sheet piling walls. Reinforced concrete walls that are restrained at their top should be designed for at -rest earth pressures. The wall backfill limits should extend outward at least 2 feet from the base of the wall and then upward on a 1H:2V slope or the temporary stable cut slope. Where the backfill cannot be placed to these limits due to the earth retention system, the on -site soil values should be used for design. Surcharge loads should be included in the wall design. Recommended soil unit weights in pounds per cubic foot for the above backfill materials are as follows: f OUTHWKSTCON LAeORATGRI[f 92-132 -18- Above Design- Below Design Groundwater Groundwater .Backfill Material Level (pcf1: Level (pcf) on -site clayey sand 120 58 on -site sandy clay 125 63 Granular backfill conforming to ASTM C 33, fine aggregate 125 63 Below the design groundwater -levels hydrostatic pressures should be added to the earth effective or buoyant pres- sures unless drainage is otherwise provided for. Care should be taken that backfill is not overcompacted, which could increase the ,lateral pressures on the walls. The top of the backfill should be protected by flatwork, paving, or a minimum of 2 feet of sandy clay fill to prevent surface infiltration. The above values assume a relatively level surface behind the wall. A sloping ground surface behind the wall can significantly increase the lateralearthpressures. For example, a 3H:1V backslope condition would require a 15 percent increase in the above lateral earth pressure values while a 2H:1V backslope condition would require a 30 percent increase in the values. SOUTHWEST.ERN.. LASORATOFICS 92-132 -19- Wald backf ill materials which will support flatwork or loads should be placed in loose lifts less than 9 inches thick and uniformly compacted to a minimum density of 95 percent of ASTM D 698 or a minimum relative density of 75 percent in order to 'reduce backfill settlement. Moisture content during placement of the backfill should be within -2 to +3 percent of the optimum moisture content as measured in the test method used to develop the compaction density value. Even with practical attempts to uniformly compact the wall backfill, some settlements may occur immediately behind the wall. These settlements may also impose an additional load on pipes passing through the fill to the structures. Potential settlements of well compacted fill may range from 0.3 to 0.5 percent of the fill thickness. Wall Drainage If the on -site sandy clay or clayey sand is used as backfill and it is desired to reduce the hydrostatic pressures, a vertical drain would be required immediately behind the walls. This drain could consist of a clean sand and gravel vertical drain or a synthetic drain such as MIRADRAIN by Mirafi. seuTrWeatr�u ��wa�a*a era 92-132 -20- The sand and gravel drain should -be-at least 1 foot wide. The granular drain should be free. draining material with less than 3 percent passing the No. 200 sieve and meeting the gradation requirements for concrete aggregates as specified in ASTM C 33 Coarse.Aggregate, size No. 57. The drain material should be separated from .the adjacent fine-grained backfill by using, a suitable geotextile fabric (such as Mirafi 14ON or equal). A perforated drain pipe which drains by gravity flow to a suitable outlet or sump would be required at the base of the vertical back - fill drain. Design Groundwater Level Seepage was observed in the borings. Seepage from rainfall or migration from the ,near surface rainfall or irrigation is expected in the surficial clayey sands and sandy clays. This, seepage could result in a build-up of hydrostatic pressure behind the walls. Therefore, if a drain.is not provided behind the wall, the wall should be .designed for hydrostatic forces beginning 5 feet below the top of the walls or finished grade. .Pipeline Construction Recommendations A 24 inch diameter pipeline will be constructed as part of this project. The pipeline will connect to the 'existing S9%l1TYWfGTf M" LLMAO.T__ g2-132 -21- 24,inch diameter pipeline and extend from U.S. Highway 84 to FM 400 near the city of Lubbock. The pipeline will be about 29,500 feet in length and range from 8 to 32 feet in depth. The proposed pipeline route is shown on Figure 1. The boring locations were staked by the firm of Black & Veatch. The station numbers and elevations shown on the boring logs were obtained from Black'& Veatch, except for Boring 61. The station and elevation were estimated from the site plan for this boring. The soil consists of a very loose to medium dense clayey sand in the area of Borings B-4 and B-5. In addition, groundwater seepage was encountered in both borings, and a high groundwater level was measured in Boring B-4. Slopes of 4'horizontal to 1 -vertical (4H:1V) or flatter may be necessary to provide stability for temporary cut slopes in this material, if the slopes are not dewatered. Dewatered slopes can be excavated' on 2H:lV`side slopes. Dewatering will also be required for braced excavations. The groundwater level should be lowered to at least 2 feet below the bottom 'of the trench excavation. I- _ ... � I_ _ 1. _ 11 1 _ I I .. fOUTMW[STERN IAeORATO1It[! 92-132 -22- Any excavation which is greater than 5 feet in depth must be either braced or laid back to a stable slope. OSHA Safety and Health Standards .(29 CFR 1926), Subpart P, re- garding safety requirements should be consulted for trench excavations greater than 5 feet in depth. The soils in the area of Boring 4 and 5 are classified as Type C by OSHA classification. The soils along the .remainder of the pipeline length are generally very stiff sandy clays to silty clays and clayey sands (weakly cemented caliche). Temporary cut slopes of 1H:1V will be stable in these soils. The cemented sandstones encountered in Borings B-45 through B-49 and B-52 should also be cut to slopes of 1H:1V. These soils are classified as OSHA Type A soils, unless they are subject to vibrations from heavy traffic. Various types of retention* systems can be considered for the excavation of the pipe trenches. Trench boxes or shields, cantilevered tangent -shafts, soldier pile with lagging and cross -bracing, or steel sheet piling with cross bracing could be used at this site. Trench boxes or shields are anticipated to be used where excavation depths are less than 15 feet. The other retention systems may be required where excavations greater than 15 feet are required. 92-132 -23- The steel sheet piling are anticipated to require less dewatering and accordingly less groundwater to dispose of .in an approved manner. Sheet piling can also be used to reduce the groundwater inflows into the trench excavations. The sheet piling should be driven several feet below the base .of the excavation. The enclosed area will need to be dewatered 2 feet below excavation grade to provide a suitable working platform. Hard driving may split sheet pile interlocks and the intact interlocks may not be entirely watertight. Provisions to maintain water levels below the excavation level should be made. Recommended design parameters for the above retention systems are presented on Figure 3. The pressure envelopes contains a hydrostatic pressure but not surcharge loads due to traffic, equipment', or adjacent structures. These surcharges must be evaluated and included in the design of the retention system. Hydrostatic pressure should be included for retention systems where groundwater is present and theexcavationis not dewatered. -Similar diagrams can be developed for other systems,'if desired. Dewaternq All temporary excavations for the pump station complex effluent pump station and a portion of the pipeline will _. _•souTYWrtTr�M 1Anna AVnri<f 92-132 -24- be partially submerged. _ Therefore, dewatering of the excavations will be required. Dewatering can be accomplished in various ways, such, as sump pumping or wellpoint systems where sands are present. The drawdown from wellpoints can result in settlement of structures and/or pavements in close proximity (within 75 to 100 feet) to the area being dewatered. The magnitude of any potential settlement of existing structures due to wellpointing is dependent on the type of foundation system, foundation depth, foundation loading conditions, the actual drawdown of the wellpoint system, the distance of the structure from the wellpoints, and the compressibility and hydraulic conductivity characteristics of the.soil profile. Typically, structures overlying the soft, gray, sandy clays encountered in Boring B-1 could be suspectable to significant settlements, on the order of 4 inches or more, dependent upon the actual foundation loading, type, distance from the wellpoints, etc. as mentioned above. The amount .of settlement generally decreases: with distance from the wellpoint system. Lightly loaded structures, with bearing pressures on the order of.2,000 ppsf or less and foundation depths less than 10 feet, more than 50 feet from the wellpoints are expected to have settlements on the order of 1 inch or 92-132 -25- less. If the actualsoilconditions are -similar to those in ,Boring B-3, settlement due to well pointing is expected to be much less than one inch. Methods to mitigate settlementi from wellpoint systems include, underpinning foundations, additional deep foundations, limiting the range of the drawdown by use of cut-off walls, water injection, etc. The actual method chosen will depend upon the of dewatering system the contractor installs. Excavations': Excavations for the structures at the water reclamation plant can be accomplished with standard excavation techniques. - Temporary cut slopes should be as recommended above. Excavations for the pipeline through the soil encountered in this excavation can also be accomplished with standard excavation techniques and equipment: Some difficult digging should be 'anticipated in - the - weakly cemented caliche materials, requiring greater effort and possibly the use of a pavement breaker mounted on a backhoe. .However, excavation by drilling and blasting techniques is not anticipated. SCUTNWCSTCRN L.ASCRATORIES 92-132 -26- Backf ill The material obtained from the various excavations may be used as backfill for the project structures -and pipeline. The on -site materials are classified as CH, CL, and SC, in accordance with ASTM D 2448. Both the areas to receive fill and the fill materials should be free of any vegetation or debris. Prior to placing the fill, the exposed subgrade in areas to receive fill (structure and trench subgrade) should be scarified to a depth of 6 inches and recompacted to a minimum of 95 percent density ±2 percentage points of the optimum moisture content as determined by ASTM D 698. Fill materials should be spread in loose lifts, less than 9 inches thick and uniformly compacted in a similar manner. Seismic Design Considerations The Uniform Building Code (UBC), 1988 edition, places the project area within seismic Zone 0., - Therefore, UBC seismic coefficients for structural design are not necessary for this project. Liquefaction will not be a problem because the seismic zone is zero. There are no known faults within a 50 mile radius of the project site based on The American Association of Petroleum Geologists Geological Highway Map of Texas. 92-132 -27- -RM.V.Wa's T t MIN -C A■Ga♦TC a IV. LIMITATIONS AND REPRODUCTIONS The foregoing recommendations are based on analyses of the soils from each of the indicated borings with the assumption of uniform variation in the soil properties between borings. Should any conditions at variance with this report be encountered during construction, this office should be notified ,immediately so further investigations can be made and supplemental recommendations can be given. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface conditions for purposes of determining trafficability, etc., are responsibilities of others. This report should not be used as a construction specification but as a guide for developing final foundation and pavement plans and specifications. Analysis performed by: Jesse E. Coleman, Jr., P.E. fOUTMW(jT(RN LAOORATORI63 92-132 -28- r f r i r r r r r r r r r r t OLJTMWEtTE AM L�E1C ��Te��e• rip SOUTHEAST WATER ( __ L 1R'�C�'Pf J 1 RECLAMATION PLANT r` e• Y 2 ( � a � Il 4• ., G L•1 IIJLLfLe r•• �3.5 = t•- a LJ�KE tS . _^ • • CANYON w �. 0,00541 VILLAGE to Mo 4. 10 J ) Ct, R //0/0 Boring/ LO I�r Y i (% •^.'?. « �`.--� C rye / 7 LOR• dCOnjal J a 1 =_'�.?a •1 r- �- -=T-' — -� tr�Qiry PROPOSED DISCHARGE) - ' a —L. .. .: ?re d PIPELINE BELOW-eaNr ' .! ; !4 I I B A •» a LAKE RANSOM CANYON2711 n LU BO •_�- 1 -I ( CK _ 1{r— 1 1 • /1�, IMOVSTM�I � �5L •�Ri08T I �? I t_ ,• .•. r. - I es as POSE/ c ( (i s r • = a�,tr ISBS >,c� �e>•�� :��rt r. a?r_ ..sr.rs. • BR17:1 0� 8• >'ICALE IN�MILES- -- — - -- _ — — - — — - ._• : ---- -t—r: '�� ^ ._ --s=.ter.. z-� --ter+. — -•--.-air .. ,•rrs��� __—c..._.c Vr_: � Y r ► w No Text 10.25 H — 62.4 Ibs / tt (HYDROSTATIC) R PILE OF SHEET PILE NOTE: 1. SURCHARGE LOADS SHOULD BE ADDED AS REQUIRED. 2 H AND D IN FEET. 3. APPROPRIATE SAFETY FACTORS TO BE APPLIED. 4. GROUNDWATER DEPTH BELOW EXISTING GROUND SURFACE VARIES. FIGURE PRESSURE[ FOR TEMP, MULTIBRACED SYSTF SWL 92 - 132 Figure 3 r s LOG OF BORING NO. B. 1 PROJECT: SE WATER RECLAMATION PLANT SHEET 1 of 1 CLIENT: BLACK & VEATCH LOCATION: SEE FIGURE 1 DATE: 3/20/92 SURFACE ELEV: 3120.00 FIELD DATA LABORATORY DATA DRILLING METHODIS): Boring advanced using air rotary method. b > N GROUNDWATER INFORMATION: Growndwater seepage 10.0'. Water w encountered at at 8.0' after 20 minutes. ~ Y Water at 8.0' after 2.E hours. Z Q DESCRIPTION OF STRATUM zj H LL Q Dense, brown CLAYEY SAND (SC) P-3.75 10 2.0 Very stiff, tan and brown SANDY CLAY (CL) with calcareous nodules 5 P - 2.25 17 108 35 19 16 10 15.1 Ns8 125 189 30 35 --`- 40 41 1 1.4 12.9 M b I N I N I W TUBE AUGER SPLIT• ROCK THC SAMPLE SAMPLE SPOON CORE CON PEN 92-132 Very stiff, reddish brown CLAY (CH) 2.7 13.3 k{ REMARKS: NO RECOVERY A- 1 1.5 SOUTHWESTERN LABORATORIES, INC. LOG OF BORING NO. B- 2 PROJECT: SE WATER RECLAMATION PLANT SHEET 1 of 1 CLIENT: BLACK & VEATCH LOCATION: SEE FIGURE 1 DATE: 3/20/92 SURFACE ELEV: 3126.00 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. >R aR g m ~ Z IN W W GROUNDWATER INFORMATION: Growndwater seepage > ��nf i � o at 11.0'. Water at 10.0' st completion. — !� Qy U.encountered _ U Q _ y O us 1n = r {t C S 2 y J U �j 2 Uj Ujj °Z g DESCRIPTION OF STRATUM H _j w LL �' Very stiff, tan and brown SANDY CLAY (CL) with 11 122 3.0 3.0 calcareous nodules Y P a 4.0 11 121 -FILL- Very stiff, tan end brown SANDY CLAY (CL) with e 4.5 + 10 112 calcareous nodules 1101 5P N-19 15 114 1.9 3.9 — 15 20 -9 1251 100 . I. t I- 25 -W N -14 123 30 35 !:1 Soft, gray SANDY CLAY (CL) 0.6 4.3 301 I Medium dense, grey SILTY SAND (SM) TUBE AUGER BOCK NO SAMPLE SAMPLE �spLr. SPOON CORE CONE KN ECOVERY 92.132 A- 2 SOUTHWESTERN LABORATORIES, INC LOG OF BORING NO. B- 3 PROJECT: SE WATER RECLAMATION PLANT SHEET 1 of 1 CLIENT: BLACK & VEATCH LOCATION: SEE FIGURE 1 DATE: 3/20/92 SURFACE ELEV: 3132.00 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. b ILt W W GROUNDWATER INFORMATION: Groundwater seepage Y F c ag w LL w encountered at 20.0'. Water at 25.0' at completion. Water at 16.0' after 5.5 hours. G.. ci z Wxe N ci DESCRIPTION OF STRATUM z 01 h LL Brown and tan SANDY CLAY (CL) -FILL- 2.0 P-4.0 9 118 29 18 11 2.0 3.3 Very stiff, brown SILTY CLAY (CL) 5 P-3.75 11 12 107 56 126 130 1.0 12.7 8.0 Hard to very dense, pinkish ten, SILTY CLAY TO CLAYEY 10 N - 50/3- 7 SAND ISC-CLI, (calcareous, weakly cemented caliche) - N-64 18 44 15 - :: Y 20 N-54s 16 - 21.5 Very dense, reddish brown SILTY SAND (SM) 25 N-92 19 18 - N - 91 21 60 30 30.5 - 35 _ �40 u N REMARKS: TUBE AUGER SPLIT- ROCK CONE NO SAMPLE SAMPLE MOM CORE PEN. RECOVERY 92-132 A- 3 SOUTHWESTERN LABORATORIES, INC LOG OF BORING NO. B- 4 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 100+21.8, 29'LT. CLIENT: BLACK & VEATCH DATE: 3/21 /92 SURFACE ELEV: 2924.06 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. Uj GROUNDWATER INFORMATION: Growndwater seepage m = W encountered at 1 A'. Water at 4.0' at completion. — Uj �n a� W 5N� LL y Water at 4.0' after 5 hours. Y S = O rX, >Y a U O O W O m a W y O y= N t7 2 m QZ 2 N J V (i Z W~ W Cr i c d �' to v a DESCRIPTION OF STRATUM g Very loose, brown CLAYEY SAND (SC) _J 13 37 P- 1 34 93 5 0.25 - T=3 . M Medium dense, tan CLAYEY SAND (SC) with clay seams and gravel 10 N-10 19 20 10.E I i i .I 15 LOG OF BORING NO. B- 5 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 105+00 20'LT. ^� CLIENT: BLACK & VEATCH DATE: 3/21 /92 SURFACE ELEV: 2919.90 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary'-" method. —I GROUNDWATER INFORMATION: Growndwater seepage m W U. y encountered at 1.0'. Boring dry at completion. y = rZ- >. LL W U. a O y >c p ►_ O a u, rA i� C O S LL m Q Q W fA J (� (� Z gW LLJ 0 vi � z o pOW DESCRIPTION OF STRATUM c 10, Z a 2 Q _U w U. i jZ 12 34 Loose to medium dense, tan CLAYEY SAND (SC) with organics 13 115 1.7 3.4 5 P - 2.5 18 19 17 2 Loose to medium dense, tan CLAYEY SAND (SC) \' 10 N-4 16 30 to`- REMARKS: ^ TUBE AUGER SPLIT- MOCK THD CONE NO SAMPLE SAMPLE SPOON CORE PEN. RECOVERY 92-132 A- 4 SOUTHWESTERN LABORATORIES, INC. f LOG OF BORING NO. B- 6 PROJECT: SE WATER RECLAMATION PLANY '` ' LOCATION: STA 110+00 201T. CLIENT: BLACK .& VEATCH DATE: 3121/92 - - SURFACE-ELEV: 2924.37 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. GROUNDWATERINFORMATION: Boring dry at ca z completion. toUj II-- bq S Q V CL tL yy ci h rn .s s o CL I.- 12 S2 H Y = d a _ o _ ` $ DESCRIPTION OF STRATUM N C N Z IL C -1 if: u LL Ci Light brown CLAYEY SAND (SC) 9 27 18 9 2.5 Very stiff, light brown and tan SANDY CLAY (CL) with 20 105 2.5 3.8 caliche 5 - Ne15 9 10 N�4 10.5- 15 LOG OF BORING NO. B- 7 PROJECT: SE WATER RECLAMATION PLANT LOCATION: STA 115+00 20'LT. CLIENT: BLACK & VEATCH DATE: 3/21 /92 SURFACE ELEV: 2933.70 FIELD DATA LABORATORY DATA DRILLING METHOD(S):. Boring advanced using air rotary method. W GROUNDWATER INFORMATION: Boring dry at c _ completion. H S 8 WY � C1 W }} Ci0 N I ~ al LL OF STRATUM c c H v CA U.DESCRlFTK)N Tan CLAYEY SAND (SC) 9 13 3.0 Very stiff, ten and brown SANDY CLAY (CL) with 5 P-2.75 17 calcareous nodules - 14 112 32 18 14 1.5 3.2 P-2.5 115 1 1 10.0 10 15 N 17j �j REMARKS: TUBE AUGER SPLrT. ROCK CONE NO SAMPLE SAMPLE _ __ SPOON .. _._.CORE __, _ _PEN. _. RECOVERY 92-132 A 5 SOUTHWESTERN LABORATORIES. INC LOG OF BORING NO. B- 8 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE. LOCATION: _ STA 120 + 00 301T. CLIENT: BLACK & VEATCH DATE: 3/21/92 SURFACE ELEV: 2949.10 FIELD DATA LABORATORY DATA DRILLING METHODIS): Boring advanced using air rotary — method. � GROUNDWATER INFORMATION: Boris g dry at $ z W , completion. fA H W N LL _ Y a 3 O W CiZj Q = r G z H O O C N s O DESCRIPTION OF STRATUM c W a y= c¢ Z 4 a ` o a c N to G v� 2 ►1 a G i U to LL U a 3" Asphalt Paving 1.0 Very stiff, tan and brown SANDY CLAY (CU with r 1 1 lie 3.2 2.9 calcareous nodules 5 N-28 10 37 17 20 39 �1 6.0 " Medium dense, brown clayey SILT IMU 10 N=13 10.5 15 LOG OF BORING NO. B- 9 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION. STA 125+00 251T. CLIENT: BLACK & VEATCH DATE: 3/21/92 SURFACE ELEV: 2979.90 FIELD DATA LABORATORY DATA DRILLING METHOD(S):' Boring advanced using air rotary method. W W GROUNDWATER INFORMATION: Boring dry at t $ z W completion. J �5 LL = W .. Uj ,I V LL m N J O z y H W :� W W c _ W H C z _ o yZj o a s it DESCRIPTION OF STRATUM LL �, Ua P e 4.5 + 9 Very stiff, tan and brown SANDY CLAY (CL) with calcareous nodules 3.0 Very stiff to medium dense, pinkish brown SILTY CLAY 5 N-26 TO CLAYEY SAND ICL-SCI, (calcareous, weakly cemented caliche) N-29 4 10 N-29 4 16 10A 15 N Fi p REMARKS: TUBE AUGER SPLIT- ROCK CONE ND SAMPLE SAMPLE SPOON CORE pEN RECOVERY 92-132 A- 6 SOUTHWESTERN LABORATORIES, INC. LOG OF BORING NO. B-10 PROJECT: SE WATER RECLAMATION PLANT bfStHAdE�PIPELINE LOCATION: STA 130+00 51T. CLIENT: BLACK & VEATCH DATE: 3121 /92 SURFACE ELEV: 3011.02 FIELD DATA LABORATORY DATA DRILLING" METHOD(S): Boring advanced using air rotary method. W GROUNDWATER INFORMATION: Boring dry at X completion. l LL U.j Uj Y V O 0 Z U Z) �S SC �_ O 7 N rN C) Z= i 0 W y y Z J r~rf r~A = {yy G �% Z It S U. C ¢ < < � LL g - a� DESCRIPTION OF STRATUM Vl O Z H eL 2I . O J tt 2: ti rA {� _ 3- Asphalt Paving and Base 27 Stiff, tan and brown SANDY CLAY (CL) with calcareous nodules 3.0 17 81 52 27 25 5.1 3.6 Hard, reddish brown CLAY (CH) k 5 _ P=4.5+ 14 P=4.5+ 201 1 1 1 1 1 10.0 10 N i � 15 LOG OF BORING NO. B-11 ` PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 135+00 41T. CLIENT: BLACK & VEATCH DATE: 3/21192 SURFACE ELEV: 3042.11 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. c w W GROUNDWATER INFORMATION: Boring dry at cc completion. v. W O Y Z CL °� ° `" to DESCRIPTION OF STRATUM d x } < l LL 6 � y c = c so ° e Road Base Material 1.0 10 113 37 21 16 0.6 2.2 Hard, reddish brown SANDY CLAY ICL) N=37 15 5.0 5 Hardto dense, pinkish tan, SILTY CLAY TO CLAYEY SAND ICL-SC) Icalcareous, weakly cemented caliche) N-40 5 t ` 10 N-46 3 10.5- t ., C 15 REMARKS: C TUaE AUGER SPUT• ROCK CTHO OME NO SAMPLE SAMPLE SPOON CORE PEN. RECOVERY 92.132 A- 7 SOUTHWESTERN LABORATORIES, INC LOG OF BORING NO. B-12 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE' LOCATION: STA 140+00 51T. CLIENT: BLACK & VEATCH DATE: 3121192 SURFACE ELEV: 3071.72 _ FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. J W W GROUNDWATER INFORMATION: Boring dry at -- m _ completion. y o it 4+ tll Lo 2 C) 7R $ ~ y > ac CL Ci O ¢ H o o W J J 1 m m O W ¢ fn 2 fn J J (� H Y O Z y= W~ W Inc o F= 0¢a i cc g DESCRIPTION OF STRATUM 5 o o & � � H < v 12' Asphalt paving and road base material t.C— Hard to vary dense, pinkish tan, SILTY CLAY TO CLAYEY SAND, (CL-SC) (calcareous, weakly cemented calicha) 5 N - 5013' t0.f LOG OF BORING NO. B-13 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 145+00 20'LT. CLIENT: BLACK & VEATCH DATE: 3121/92 SURFACE ELEV: 3079.56 J FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. W W GROUNDWATER INFORMATION: Boring dry at c completion.. 3 �n U F $ fn Y a a}yc 0 3 m F fn ~ ' W O fn O p I? 2 N W ¢ !E LL DESCRIPTION OF STRATUM o CL W _ o o LL U Tan clayey SAND (SC) t. N - 56 Dense, carbonate' cemented SAND AND SILT (Calicha) x. x 5 N - 63 9 81 x x 10-5011.5 5 85 to.! 'I ' ROCK CORE 92-132 15 TUBE AUGER SPLIT- SAMPLE SAMPLE SPOON �{ �{ REMARKS: NO THD CONE PEN. RECOVERY A- 8 SOUTHWESTERN LABORATORIES, IN'-- LOG OF BORING NO. B-14 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA150 +00 201T. CLIENT: BLACK & VEATCH DATE: 3122192 SURFACE ELEV: 3081.71 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. tR F � W W GROUNDWATER INFORMATION: Boring dry at Uj completion. Y k6 F z I.- H LL H_ F~F X oQ ^ LL W Y H p ri ¢ J O y - p 0 x a O H r � o << Y < LL 9 v—� DESCRIPTION OF STRATUM 0 O Tan clayey SAND (SC) 1.0 Very stiff, reddish brown SANDY CLAY (CH) 13 115 3.4 3.0 3.5 N-19 Very stiff to medium dense, pinkish tan, SILTY CLAY TO 5 CLAYEY SAND, ICL-SC) Icalcareous, weakly cemented — caliche) N-21 17 34 10 N-21 36 1 1 1 1 37 10.5— LOG OF BORING NO. B-15 PROJECT: SE WATER RECLAMATION PLANT' DISCHARGE PIPELINE LOCATION: STA 155+00 201T. CLIENT: BLACK & VEATCH DATE: 3/22192 SURFACE ELEV: 3085.79 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. c aR GROUNDWATER INFORMATION: Boring dry at. m z W completion. H y LW H W N p cc ¢U H y tr € O Z fNA H H c W H x < U. —' DESCRIPTION OF STRATUM z a CC,'S 2 u� m o vH LL Tan clayey SAND ISC) 1.0 19 110 29 16 13 41 Very stiff, reddish tan SANDY CLAY (CL) with caliche layers 18 50 5 Very stiff to medium dense, pinkish tan, SILTY CLAY TO CLAYEY SAND, ICL-SC) (calcareous, weakly cemented N - 14 17 caliche) \� N-15 16 36 10 10.5— 15 FFN''0I1 REMARKS: TUBE AUGER SPLIT- ROCK CTHO SAMPLE SAMPLE SPOON CORE CON. RECOVERY 92-132 A• 9 SOUTHWESTERN LABORATORIES, INC. LOG OF BORING NO. B-16 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 160+00 20'LT. CLIENT: BLACK & VEATCH DATE: 3/22192 - SURFACE ELEV: 3088.84 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary' method. W GROUNDWATER INFORMATION: Boring dry at m W , .. completion. -. 0 y W Y pY Z O I i m U ui H O w !2 ~ Y �_ O y y= H vl t7 r.J Q `r 0 O Qj y C J V H Fa Z N Q t7 W $ DESCRIPTION OF STRATUM. s M2<< oo a oRO10" A 0 N U— - Very stiff, light brown SANDY CLAY (CU. 16 3.0 Stiff to medium dense, pinkish tan, SILTY CLAY TO 5 15 112 29 14 15 2.6 1.8 CLAYEY SAND, (CL-SC) (calcareous; weakly cemented caliche) N-13 \ 10 N-10 15 41 101 LOG OF BORING NO. B-17 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE, LOCATION: STA 165+00 CLIENT: BLACK & VEATCH DATE: 3/22/92 SURFACE ELEV: 3090.98 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary I method. -1 W _ s GROUNDWATER INFORMATION: Boring dry at m _ X x it completion. f/J }' F 7R t a fn pNO LL W Y $� W W__ LL Os C l Z W CC $ Q zO y DESCRIPTION OF STRATUM N C Z IF d O J _ U W U.- Very stiff, light brown SANDY CLAY (CL). \ 8 61 11 19 17 2 Very stiff to medium dense, pinkish tan, SILTY CLAY TO 5 N`14 13 39 CLAYEY SAND, (CL-SC) (calcareous, weakly cemented caliche) \� 10 __N N-19 1131 I I I 1331 I 1 u15 H TUBE AUGER SAMPLE SAMPLE . 92.132 � � b SPLIT- ROCK TND SPOON - CORE CONE PEN. 2.1 )) 1o. I REMARKS: — NO RECOVERY _. A- 10 SOUTHWESTERN LABORATORIES, IN,' I LOG OF' BORING NO. B-18 r" ; PROJECT: SE WATER RECLAMATION PLANT blSCHAfid PIPELINE LOCATION: STA 170+00 10'L CLIENT: BLACK & VEATCH DATE: 3/22/92 SURFACE ELEV: 3095.88 r' FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. t ?R IRW W GROUNDWATER INFORMATION: Boring dry at g i all¢ = R completion. } ir ir Q LL W g LL m at L Q H I j I.-Ci iC = N H H H O CL 2< N_ Z O= C i�lf f~A h O O DESCRIPTION OF STRATUM $ c z a o 10 45 Light brown clayey SAND (SC) 1.5 18 101 27 17 10 1.2 2.3 Stiff to medium dense, pinkish tan, SILTY CLAY TO CLAYEY SAND, (CL-SC) (calcareous, weakly cemented caliche) 5 - 10 N-13 13 36 10.5- L. " 15 LOG OF BORING NO. B-19 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE CLIENT: BLACK & VEATCH DATE: 3/22/92 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary rR g = OR rH H W 7 y > Y y2� > Z FIR 8N LL u O W a. m W to t t p O ZQ ' W J Z W luo US U L 17 107 26 17 9 0.0 0.0 r 5 18 " \ P-3.5 14 `� 10 15 33 15 f 4i TU8E SAMPLE AUGER SAMPLE SPLrT- SPOON ROCK CORE TNC CON PEN .92.132 method. LOCATION: STA 175+00 SURFACE ELEV: 3099.50 GROUNDWATER INFORMATION: Boring dry at completion. DESCRIPTION OF STRATUM Very stiff, reddish brown SANDY CLAY (CL) with calcareous nodules Very stiff to medium dense, pinkish tan, SILTY CLAY TO CLAYEY SAND, (CL-SC) (calcareous, weakly cemented caliche) 30 10.0 _ REMARK5 t NO RECOVERY A- 11 SOUTHWESTERN LABORATORIES, INC LOG OF BORING NO. B-20 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 182+00 CLIENT: BLACK & VEATCH DATE: 3/23/92 SURFACE ELEV: 3108.03 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. GROUNDWATER INFORMATION: Boring dry at _ completion. in y� Ln y 2 O LL 7R 0 N S U. W Z W a ! cQ� F 3 S a OJ a c) W y r- 0)y �_ Fj m C W 0 Z= J = S2 = W C7 W - DESCRIPTION OF STRATUM J i i y r i Q o > o < < o Q¢U. o V5i O 2 a i 0 a Q 2. 21: 0 to < U. V n 3' Asphalt Paving with 7" of road base material Very stiff, tan and brown SANDY CLAY (CL) with 11 116 28 16 12 46 calcareous nodules S.tL 5 Hard to very dense, pinkish tan, SILTY CLAY TO CLAYEY SAND, (CL-SC) (calcareous, weakly cemented caliche) N=80 8 20 10 N-50 9 10.E J 15 _I LOG OF BORING NO. B-21 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 187+00 CLIENT: BLACK & VEATCH DATE: 3/23/92 - SURFACE ELEV: 3110.12 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. GROUNDWATER INFORMATION• B d s or ng ry at m F i W completion. > 0 ~ ��n 0 � C � A W 0 N �< Y 0 2 0 V y F- 0 t_ Jo a. m "' ¢ y V z !_ z y= ¢ to xa=¢ y_ H y h W DESCRIPTION OF STRATUM1 0 c < z F o g < E r CL 2' Asphalt Paving with 4" road base material . Very stiff, tan and brown SANDY CLAY (CL) with 12 113 29 17 12 50 9.8 2.6 calcareous nodules 5 Very stiff to dense, pinkish tan, SILTY CLAY TO CLAYEY SAND, ICL-SC) (calcareous, weakly cemented caliche) \\ N-36 10 N-40 11 38 15 N a N N a TUBE SAMPLE AUGER SAMPLE SPLIT- SPOON ROCK CORE THD CONE PEN. REMARKS: 92-132 A- 12 SOUTHWESTERN LABORATORIES, INm- LOG OF YBORING. NO. B-22 PROJECT: SE WATER RECLAMATION PLANT DISHARGE PIPELINE LOCATION: STA 183+00 CLIENT: BLACK & VEATCH DATE: 3/23/92 SURFACE ELEV: 3113.68 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. a` W GROUNDWATER INFORMATION: Boring dry at i completion. f}A Hz/1 Uj 8 y g O O d W N r O y= N t7 zO ~ 2< W y Q J Y N S2 I.-y Z 4't�.7 W DESCRIPTION OF STRATUM H c < z 2 c< uZi H < OR 2" Asphalt Paving with 4" road base material Very stiff, tan and brown SANDY CLAY (CL) with calcareous nodules 10 119 29 15 14 0.0 0.0 4.0 5 Very stiff to medium dense, pinkish tan, SILTY CLAY TO _ CLAYEY SAND, (CL-SC) (calcareous, weakly cemented caliche) N-21 12 10 - 11.5 15 LOG OF BORING NO. B-23 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 187+00 CLIENT: BLACK & VEATCH DATE: 3/23/92 SURFACE ELEV: 3116.51 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. '� aR W W GROUNDWATER INFORMATION: Boring dry at 0 i W completion. H Uj C Ip LL o� ►- > u+ y S� P.- o H x w (C = G Q H N W (� Q Q J Y N (� N Z W Q yg� 7 DESCRIPTION OF STRATUM \ 2" Asphalt Paving with 4" road base material 0.5 11 115 27 16 11 45 0.0 0.0 Very stiff, tan and brown SANDY CLAY (CL) with Calcareous nodules 3.0 15 1 12 4.6 2.7 Very stiff to dense, pinkish tan, SILTY CLAY TO CLAYEY 5 SAND, (CL-SC) (calcareous, weakly cemented calichs) - N-34 12 31 N-24 10 10.5 - 15 REMARKS: TUBE AUGER SPLIT- ROCK CTWO ONE No SAMPLE SAMPLE SPOON CORE PEN. RECOVERY 92.132 A- 13 SOUTHWESTERN LABORATORIES. INC LOG `OF BORING NO. B-24 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION; STA 192+00 CLIENT: BLACK & VEATCH DATE: 3123/92 - SURFACE ELEV: 3119.03 - FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. GROUNDWATER INFORMATION: Boring dry at W y completion. r tz a�nn ►e'- z I.- " aQ ~ >< c $ LL Z � x 3 Z v a >Y a p ►� j 0CL m in vn O � >_ p y= w Uj O O W O U 2 Uj DESCRIPTION OF STRATUM o v°I z B o g is' S' i v m LL a 2' Asphalt Paving with 4' road base material P=4.5+ 12 Very stiff, reddish brown SANDY CLAY (CL) Very stiff to medium dense, pinkish tan, SILTY CLAY TO 19 103 2.2 3.3 LAYE! SAND, (CL-SC) (calcareous, weakly cemented 5 caliche N=17 10 1s I I I I I I I I I I I I LOG OF BORING NO. B-25 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 197+00 rl CLIENT: BLACK & VEATCHf DATE: 3/23/92 SURFACE ELEV: 3120.14 11 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. GROUNDWATER INFORMATION: Boring dry at o .: > ,� completion. - N j- yz� _ t C N LA.z Uj Y N Y _ ` 2 O O a C� W j N 1� Z O y 2 y C7 O W to J S2 t: Z W W F ~ = Q N Z 0 N = � � = 0 o 4 i u < v DESCRIPTION OF STRATUM 66 2' Asphalt Paving with 4' road base material ry stiff, tan and brown SANDY CLAY (CL) with -t— ff.."Icareousnodules 5 14 104 P-4.5+ 18 10 N-34 15 N �-J N M W TUBE AUGER SPLIT. ROCK SAMPLE SAMPLE SPOON CORE ' 92.132 2.2 2.2 I Hard to dense, pinkish tan, SILTY CLAY TO CLAYEY SAND, ICL-SC) Icalcareous, weakly cemented caliche) �{ iO } IN-'01 REMARKS: - TAM CONE PEN. RECOVERY A- 14 SOUTHWESTERN LABORATORIES, 1P LOG OF -,BORING NO. B-26 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 202+00 CLIENT: BLACK & VEATCH DATE: 3/23192 SURFACE ELEV: 3120.94 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. y` W GROUNDWATER INFORMATION: Boring dry at z _ completion. ~ ~ U. W WLU H y O W IL W P C1 C Q j W ►_- d 2< ~ Q 2 Q f- ►- to Z U. DESCRIPTION OF STRATUM 2' Asphalt Paving with 4' road base material5— Very stiff, tan and brown SANDY CLAY (CU with 15 113 31 17 14 4.6 5.2 calcareous nodules \ 5 - N-31 10.0 10 15 LOG OF BORING NO. B-27 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 207+00 CLIENT: BLACK & VEATCH DATE: 3123192 SURFACE ELEV: 3123.06 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. ul GROUNDWATER INFORMATION: Boring dry at m z > W _ ,� I i n . comp et o > S~, 2 >R 'R o Ng y O O L W yz ¢ C1 N N 2 Is _Ic G= US W C DESCRIPTION OF STRATUM c W c a % = o La < q j ; < g - 2' Asphalt Paving with 6' road base material 0.6 Pm4.5+ 13 30 16 14 Very stiff, ten and brown SANDY CLAY ICL) with calcareous nodules 3.0 14 109 Z.6 4.1 Hard to dense, pinkish tan, SILTY CLAY TO CLAYEY 5 SAND, (CL-SC) (calcareous, weakly cemented caliche) — P=4.5+ \ N-42 14 10 15 H N REMARKS: TUBE AUGER SPLIT. ROCK THO NE NO SAMPLE SAMPLE SPOON CORE CONE RECOVERY 92-132 A- 15 SOUTHWESTERN LABORATORIES, INC LOG OF BORING NO. B-28 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 212+00 CLIENT: BLACK & VEATCH DATE: 3/24/92 SURFACE ELEV: 3126.53 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. � GROUNDWATER INFORMATION: Boring dry at c � completion. LL C U W r y V SS J H H Q > YCL y 3f Uj W y Q 0 U 2 W DESCRIPTION OF STRATUM r p a Q y _ o .� s p v H 5 U. v y O y 2 1- a od 2' Asphalt Paving with 6' road base material P.4.5+ Very stiff, tan and brown S2. ANDY CLAY (CL) with calcareous nodules Hard to dense, pinkish tan, SILTY CLAY TO CLAYEY P=4,5+ 18 14 38 33 15 5 SAND, (CL-SC) (calcareous, weakly cemented caliche) " 9.0 I 10 N - 31 6 10 Dense, reddish brown SILTY SAND (SM) 10 15 LOG OF BORING NO. B-29 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 217+00 CLIENT: BLACK & VEATCH DATE: 3/24/92 SURFACE ELEV: 3128.84 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotas method. W ¢ GROUNDWATER INFORMATION: Boring dry at g i completion. Uj o z :R 8 LL S m m C ¢ Z N � y N W G CJ U z W DESCRIPTION OF STRATUM a y _ Q > s v =' LL _ — v v0i o Z ►- a fl<, i r~n a 2' Asphalt Paving with 4" road base material �-6- a 5 P-4.5+ 113 P-4.0 16 10 FR P-4.0 113 15- TUBE AUGER SPLIT- ROCK SAMPLE SAMPLE SPOON CORE 92-132 Very stiff, tan and brown SANDY CLAY (CL) with 3.0 3.3 calcareous nodules Hard to dense, pinkish tan, SILTY CLAY TO CLAYEY SAND, (CL-SC) (calcareous, weakly cemented caliche) Very stiff, reddish brown SANDY CLAY (CL) Hard, reddish brown SILTY SAND (SM) H N REMARKS: THO NC CONE PEN, RECOVERY A- 16 10 _ SOUTHWESTERN LABORATORIES, IUC LOG OF' BORING NO. B-30 PROJECT: SE WATER RECLAMATION PLANT bii HAM PIPELINE LOCATION: STA 222+00 CLIENT: BLACK & VEATCH DATE: 3124/92 SURFACE ELEV: 3130.09 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. W W GROUNDWATER INFORMATION: Boring dry at $ a completion. H m Uj H O S = z y DESCRIPTION OF STRATUM d o ¢ < o < o N O 2 2' Asphalt Paving with 4' road base material Very stiff, tan and brown SANDY CLAY (CL) with 2.0 r-- calcareous nodules P - 4.5 + 16 P•4.5+ 17 Hard to dense, pinkish tan, SILTY CLAY TO CLAYEY 5 SAND, (CL-SC) (calcareous, weakly cemented caliche) 12 10 N-31 10.5- 15 LOG OF BORING NO. B-31 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 227+00 CLIENT: BLACK & VEATCH DATE: 3/24192 SURFACE ELEV: 3130.99 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced'using air rotary method. d W w GROUNDWATER INFORMATION: Boring dry at $ i Completion. n' t� _ h O O >� in DESCRIPTION OF STRATUM H c _ c 2' Asphalt Paving with 4' road base material I f Very stiff, light brown SANDY CLAY ICL). 2'0 P-4.0 12 23 13 Very stiff, reddish tan SANDY CLAY ICU with caliche 14 112 5.0 3.0 layers . 5 8.0 Hard to dense, pinkish tan, SILTY CLAY TO -CLAYEY 10 P - 4.26 13 SAND, (CL-SC) (calcareous, weakly cemented caliche) 10.0 15 W kj REMARKS: TUBE AUGER SPLIT- ROCK THO CONE ON No SAMPLE SAMPLE SPOON CORE RECOVERY 92.132 A- 17 SOUTHWESTERN LABORATORIES, INC LOG OF BORING NO. B-32 i PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 232+00 r CLIENT: BLACK & VEATCH DATE: 3/24/92 SURFACE ELEV: 3130.01 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. aR id id Uj GROUNDWATER INFORMATION: Boring dry at c ~ '� ' Ly :R r- completion. V7 ~ Q r IL y O a m V W rn v ~ Ci N= CCO .e r m Z O a a=< S W y G 2 J Y n z ¢ z W- j ? DESCRIPTION OF STRATUM v~i voi o < z a i o i iti� H 2- Asphalt Paving with 4- road base material IX 8 16 14 2 34 Very stiff, tan and brown SANDY CLAY (CL) with 10 calcareous nodules Hard to dense, pinkish tan, SILTY CLAY TO CLAYEY 5 SAND, (CL-SC) (calcareous, weakly cemented caliche) =I♦M 3.5 15 LOG OF BORING NO. B-33 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 237+00 CLIENT: BLACK &VEATCH DATE: 3/24/92 SURFACE ELEV: 3130.26 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. GROUNDWATER INFORMATION: Boring dry at $ z Completion. y tL�i Uj 2 �` Yt ~ O y W y O z O y Y a- m i0 � Uj . C as i s O ai W N C i J ° SZ H V ~ 2 W Q dj W a m � = o ¢ < < DESCRIPTION OF STRATUM U H 2' Asphalt Paving with 4- road base material 1 1 29 10 19 43 Very stiff, tan and brown SANDY CLAY (CU with calcareous nodules 22 3.8 3.0 Hard to dense, pinkish tan, SILTY CLAY TO CLAYEY 5 SAND, (CL-SC) (calcareous, weakly cemented caliche) P=4.5+ 18 10 y15 N M TUBE AUGER SPLIT- ROCK SAMPLE I SAMPLE SPOON CORE 92-132 N REMARKS: NO . THO CONE PEN. RECOVERY A- 18 J tOX i SOUTHWESTERN LABORATORIES, INI. LOG OF, BORING NO. B-34 PROJECT: SE WATER RECLAMATION PLAN 61i&4liGE PIPELINE CLIENT: BLACK & VEATCH DATE: 3/25/92 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. Uj I-- O g t6 WY yy+ >" s .+ ¢ is c UA ¢ W N O J Y Z E 4 C H 2 Y O N N 7 Z N O < Y H G. '� O C. '� t0.) ta W t7 P 3.25 10 29 16 13 74 EE l 4' ` 14 115 10 P+ f 10.8 15.7 LOCATION: STA 242+00 SURFACE ELEV: 3130.62 GROUNDWATER INFORMATION: Boring dry at completion. DESCRIPTION OF STRATUM 2' Asphalt Paving with 4' road base material Very stiff, ten and brown SANDY CLAY ICU with calcareous nodules 3.5 Very stiff, reddish tan SILTY CLAY ICU 15 LOG OF BORING NO. B-35 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 247+00 CLIENT: BLACK & VEATCH DATE: 3/25/92 SURFACE ELEV: 3131.85 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. W e GROUNDWATER INFORMATION: Boring dry at' i completion. 2 it O yg W H Y t) O 2 O a c U Y O Y N z Y yµ��i F. H= N c Z Q Y N 1, H d DESCRIPTION OF STRATUM r" . I \ 2' Asphalt Paving with 4" road base material P-4.5+ 14 Very stiff, tan and brown SANDY CLAY (CO with calcareous nodules 20 104 25 16 1 9 1 3.1 13.6 Hard to dense, pinkish ten, SILTY CLAY TO CLAYEY r• 5 � Ar �\ 10 [P- i 15 b C N TUBE AUGER SAMPLE SAMPLE 92-132 - 4CNSPLIT• ROCK SPOON CORE PEN SAND, (CL-SC) (calcareous, weakly cemented caliche) 2.5 10.0 kj REMARKS: FFNOII RECOVERY A- 19 SOUTHWESTERN LABORATORIES, INC _ - LOG OF BORING NO. B-36 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 252+00 CLIENT: BLACK & VEATCH DATE: 3/25192 SURFACE ELEV: 3133.01 . FIELD DATA' LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary - method. GROUNDWATER INFORMATION: Boring dry at m x LaW > completion. H LU LL H C 8 W. y a W Q O H O 0a W to V 2 H C H= H -- O Q .p LL S Q! O I.: C 7a H Z H O O J O V H V r Z rn Q 0 W LLzp DESCRIPTION OF STRATUM � d i -N 1 = a o > �p o < a o y VO) O Z H d O fL 2� U tff LL S 6 \,\ 2' Asphalt Paving with 4- road base materiel Very stiff, tan and brown SANDY CLAY (CL) with 12 31 16 15 51 calcareous nodules 3.5 18 103 3.3 2.3 Very stiff to very dense, pinkish tan, SILTY CLAY TO 5 CLAYEY SAND, (CL-SC) (calcareous, weakly cemented =- caliche) 10- 11-64 P_351121111111II 15 LOG OF BORING NO. B-37 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION:.STA 257+00 CLIENT: BLACK & VEATCH DATE: 3125192 SURFACE ELEV: 3134.78 - -- - FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary ` method. ' .. _ IR W GROUNDWATER INFORMATION: Boring dry at m ... ": , Z W C completion. --1 N N t 3 C y LL -, _ W �- �' R ,c V s H = i s y W (AJ S H C > X h= N d O . m H CL H H WA S S < N Z Vl Vf O W u O LL u OF STRATUM e<. LL a.DESCRIPTION 2' Asphalt Paving with 4' road base material e. Very stiff, tan and brown SANDY CLAY (CL) with 12 29 15 14 calcareous nodules 3.5 P+z4.5+ 18 Hard to dense, pinkish tan, SILTY CLAY TO CLAYEY 5 1 SAND, (CL-SC) (calcareous, weakly cemented caliche) `\ 16 108 84 5.9 2.6 m_m t5 REMARKS: NO TUBE AUGER SPLIT- ROCK THD SAMPLE SAMPLE SPOON CORE CONE PEN_ RECOVERY 32 A- 20 J. 1OX SOUTHWESTERN LABORATORIES, INC—. t; LOG OF; BORING NO. B-38 PROJECT: SE WATER RECLAMATION PLANT OIi;bHAAGE PIPELINE LOCATION: STA 262+00 CLIENT: BLACK & VEATCH DATE: 3/25/92 SURFACE ELEV: 3136.08 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. W GROUNDWATER INFORMATION: Boring dry at X completion. E y y~ Uj a Y O WY �y p U.m Y C U ;> G Uj �u DESCRIPTION OF STRATUM . a _ < o ¢ '� C7 2 H a. i C .� a 2' Asphalt Paving with 4' road base material 0.5 P-4.5 10 Very stiff, tan and brown SANDY CLAY (CL) with t calcareous nodules 3.5 Hard to dense, pinkish tan, SILTY CLAY TO CLAYEY 5 SAND, (CL-SC) (calcareous, weakly cemented caliche) - f 10 11 35 20 15 30 _ r i P-4.5+ L 2 15.0 15 LOG OF BORING NO. B-39 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 287+00 f [` CLIENT: BLACK & VEATCH DATE: 3125/92 SURFACE ELEV: 3137.71 FIELD DATA LABORATORY DATA DRILLING METHODIS): Boring advanced using air rotary method. J yj WG GROUNDWATER INFORMATION: Boring dry at pCf"' $ z �_ completion. i� H SO ~ LL ~ ~ CS y8 N U. W 0 $ 9 W Off. V g m € Ci h H N t7 r .e r: C 7d ivy O Z -' C sz h sz H = n CL LL DESCRIPTION OF STRATUM r°n c 2' Asphalt Paving with 4' road base material ---�3— P-4.5+ 12 P-4.5+ 17 5 P-4.5+ 15 10 21 101 P-4.5 1181 15 j TUBE AUGER SPLIT. t SAMPLE SAMPLE SPOON P 92-132 281161121 1 I I I Very stiff, reddish brown SANDY CLAY (CL) 4.6 13.5 ROCK NO CONE CORE PEN RECOVERY A- 21 Hard to very dense, pinkish tan, SILTY CLAY TO CLAYEY SAND, (CL-SC) (calcareous, weakly cemented caliche) REMARKS: SOUTHWESTERN LABORATORIES, INC LOG OF BORING NO. B-40 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE SHEET 1 of 1 CLIENT: BLACK & VEATCH - LOCATION: STA 272+00 -- DATE: 3/26/92 SURFACE ELEV: 3138.47 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. aR � °m i W GROUNDWATER INFORMATION: Boring dry at m yr iR W completion. x a = z o I.- ,� aR C 8 a � y �Y cc a u U. y o o Q. m m v W h c�i F c N= N E _ C 2 ..= f- W N G 2 J C ►- N ►- ,Z tlf ' W �, Z W . . J d f�lJ' H < e. i � Ou y � 2 u DESCRIPTION OF STRATUM 2" Asphalt Paving With 4" road base material Very stiff, reddish brown SANDY CLAY (CL) P=4.5+ 12 32 15 17 ;\ 4:u 5 P-4.5+ 12 Hard to very dense, pinkish tan, SILTY CLAY TO CLAYEY \� SAND, (CL-SC) (calcareous, weakly cemented caliche) 14 102 6.6 2.5 10— 15 N 6 15.v 5012. " 20 ..' 25 i 30 35 ^- y40 N W PI I -'I REMARKS: TUBE AUGER SPLIT- HOCK CTHD ONE NO .-. SAMPLE SAMPLE SPOON CORE PEN. RECOVERY - - 92-132 A- 22 SOUTHWESTERN LABORATORIES, INC, ` LOG OF. BORING NO. B•41 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE SHEET" 1 of 1 CLIENT: BLACK & VEATCH LOCATION: STA_ 277 + 00 DATE: 3126/92 SURFACE ELEV: 3136.63 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. aR � °m z W Uj n GROUNDWATER INFORMATION: Boring dry at h t i 0 -1Y r- NLL. completion. Uj F ~ 90 a W y O 0- UJ m IL S H _ Y H O = H N r7 e0 = d 1- G Z N H= H W N Q 0 J p (� N r N Z N W z C � �` c ai z a }_ c q m `�' 1°n DESCRIPTION OF STRATUM \� - 2" Asphalt Paving with 4' road base material 5— 9 22 13 9 50 I Very stiff, reddish brown SANDY CLAY (CL) 5 15 20 -N N `32 25 30 35 70 741 1 1 1 TUBE AUGER SPLIT- OCK THC SAMPLE I SAMPLE I SPOON I CORE CON I PEN 92.132 Hard to dense, pinkish tan, SILTY CLAY TO CLAYEY SAND, (CL-SC) Icalcareous, weakly cemented caliche) kj REMARKS. - NO RECOVERY A- 23 SOUTHWESTERN LABORATORIES, INC. LOG OF BORING NO. B-42 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE SHEET 1 of 1 CLIENT: BLACK & VEATCH LOCATION: STA 282+00 DATE: 3/26/92 SURFACE ELEV: 3139.43 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. �R BRUj J ff GROUNDWATER INFORMATION: Boring dry at > U. � o h W completion. N y 2Uj 0 2 N LL wN Y Q CL U LL Y O O uZi m m a C� s O ►_ CC w Q I.C Q y iUj G z ~ ~ ti , az�z ¢ Z r=- Uj. 000. 4 e e � Ulm URI DESCRIPTION OF STRATUM 2 1121' 113 ' Asphalt Paving with 4" road base material Very stiff, reddish brown SANDY CLAY (CL) 33 16 17 8.9 4.6 5 Very stiff, reddish ten SILTY CLAY (CL). 10 N-27 14 �f 15 N-21 22 20 N=66 20 2 25 30 35 40 REMARKS: TUBE AUGER SPLIT- ROCK THD NO CONE SAMPLE SAMPLE SPOON CORE PEN RECOVERY 92-132 A- 24 SOUTHWESTERN LABORATORIES, INC. } - LOG OF BORING NO. B-43 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE SHEET 1 of 1 CLIENT: BLACK & VEATCH LOCATION: STA 287+00 DATE: 3/26192 SURFACE ELEV: 3140.54 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method... . 0 W.. ¢ GROUNDWATER INFORMATION: Boring dry at y 1.-U.X ht it N 0-U z aR '� o — completion.73 i yS S LL H 8 2cj N 1L µ¢1 6. O H 03 OJ CL ui N U ' .j H O N= M cc si d fA = _ LA y g iA fA z M 66 i DESCRIPTION OF STRATUM I tOA d U N U 2' Asphalt Paving with 4" road base material \ 10 Very stiff, reddish brown SANDY CLAY (CL) ME2 4.0 5 19 103 36 19 17 4.9 2.4 Hard to very dense, pinkish tan, SILTY CLAY TO CLAYEY SAND, (CL-SC) (calcareous, weakly cemented caliche) z►l�l 15 -iN N - 50 20 N-50/1' 1 11 25 30 35 40 TUBE AUGER SPLIT• SAMPLE SAMPLE SPOON 92-132 26 20.0 1 W H k{ REMARKS: - ROCK T E NO CORE PEN. RECOVERY A- 25 SOUTHWESTERN LABORATORIES, INC. LOG OF.BORING NO. B-44 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE SHEET 1 of 1 CLIENT: BLACK & VEATCH LOCATION: STA 262+00 — DATE: 1/26/92 SURFACE ELEV: 3143.16 FIELD DATA LABORATORY DATA DRILLING METHODIS): Boring advanced using air rotary method. GROUNDWATER INFORMATION: Boring dry at m i W s LL W i at X o N R W completion. — U N a 3 W U ~ g ~ >Y `� rL d U. Uji>� 0Uj 0 m a ¢ y v Ci yy�� y 2 .D 2 1a- 0 2 y 0 0 0 N F to y 7 ¢ 0 Uj U. �. a o tgi 2 y z a Y o u °u `�' a° v~i DESCRIPTION OF STRATUM Asphalt Paving with 4' road base material P-4.5+ 12 TV6 ry stiff, reddish brown SANDY CLAY (CU 4.0 16 112 30 16 15 5.0 2.6 Very stiff to very dense, pinkish tan, SILTY CLAY TO r-r 5 CLAYEY SAND, (CL-SC) (calcareous, weakly cemented caliche) 10 -I N-27 112 15 -iN N-42 120 25 30 35 36 ao N REMARKS: TUBE AUGER SPLIT- ROCK THO NO I CONE SAMPLE SAMPLE SPOON CORE PEN. RECOVERY 92-132 A- 26 SOUTHWESTERN LABORATORIES, INC f LOG OF BORING NO. B-45 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE SHEET 1 of 1 CLIENT: BLACK 8, VEATCH LOCATION: STA 287 + 00 DATE: 3/26/92 SURFACE ELEV: 3147,23 FIELD DATA LABORATORY DATA DRILLING METHODIST: Boring advanced using air rotary method. W x GROUNDWATER INFORMATION: Boring dry at +t H c H y completion. _ Uj F Z' u a y o 0 W i� m a s 2 z in w U.►- z C6 Uj x i Z y ¢ z_ DESCRIPTION OF STRATUM v°� o uai z I.- a c ii' 2� v h i' 2 Asphalt Paving with 4- road base material ---:r.5 P=4.5+ 12 Very brown stiff, reddish bSANDY CLAY (CL) 2.5 _ 18 106 34 18 16 Hard to very dense, pinkish tan, SILTY CLAY TO CLAYEY N. 5 10 N=34 10 15 N=39 6 20 N = 60 16 25 N-68 8 30 35 i 40 TUBE AUGER SPOT- ROCK THO SAMPLE SAMPLE SPOON CORE CONE PEN. r 02.1.32 I. SAND, (CL•SC) Icalcareovs, weakly cemented calichel 25.5 - k{ REMARKS: 1=1 NO RECOVERY A- 27 SOUTHWESTERN LABORATORIES, INC. ` LOG OF BORING NO. B-46 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE SHEET 1 of 1 CLIENT: BLACK & VEATCH LOCATION: STA 302+00 DATE: 3/27/92 SURFACE ELEV: 3151.95 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary — method. ° m ~ 2 '� � W tR � GROUNDWATER INFORMATION: Boring 9 dry at LL completion. a. V ~ N N kc Cr a t� O v u=i m m Uj CC Q = 11.1 y J Y U z Uj HJ DESCRIPTION OF STRATUM I \ 2- Asphalt Paving with 4- road base material Very stiff, reddish brown SANDY CLAY (CL) �I 3. W@.1®f x x x x x , x 13 106 x X • EC-77% 20 x ROD-O% X ' . • x x'. K X 25 30 35 — 1 40 Very stiff to very dense, pinkish ten, SILTY CLAY TO CLAYEY SAND, (CL-SC) (calcareous, weakly cemented caliche) ^1 i I i 12.0 i White to pinkish white, carbonate cemented sandstone — with traces of bioturbation 88 55.9 0.0 i i 25. 0 0 0 1 M I � I N I REMARKS: -- NO TUBE AUGER SPLIT- ROCK — CONE SAMPLE SAMPLE SPOON t— CORE PEN. I :RECOVERY 92-132 A-28 SOUTHWESTERN LABORATORIES, INC. LOG OF BORING NO. B-47 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE SHEET 1 of 1 CLIENT: BLACK & VEATCH LOCATION: STA 307+00 DATE: 3/28/92 SURFACE ELEV: 3155.99 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. rR � 10z W a GROUNDWATER INFORMATION: Boring dry at NU. i c H completion. W N Y (p! H O O W r� S U t= n {7T U S ¢ J C ' y F N C7 aj i0/1' 0 Y<. S DESCRIPTION OF STRATUM 2" Asphalt Paving with 4" road base material \ Very stiff, reddish brown SANDY CLAY (CL) 5 N-19 4 6.0 Hard to very dense, pinkish tan, SILTY CLAY TO CLAYEY SAND, (CL-SC) (calcareous, weakly cemented caliche) 10 -N N=50/5' 18 15 N=50 17 17.0 % x 20 N-50 10 % . • x % z 16 83 x 30 EC=74% RQD-0% % 35 TUBE AUGER SPLIT. ROCK T"I SAMPLE ( SAMPLE I SPOON I CORE ICON PEN 82.2 10.0 White to pinkish white, carbonate cemented sandstone with traces of bioturbation 31.5 Yellowish red to reddish brown, carbonate cemented sandstone with traces of bicturbation 35.0 REMARKS: NO RECOVERY 92.132 A- 29 SOUTHWESTERN LABORATORIES, INC LOG OF BORING NO. B-48 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE SHEET 1 of 1 CLIENT: BLACK & VEATCH LOCATION: STA 312+00 _ DATE: 3/28/92 SURFACE ELEV: 3180.36 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. in _ �¢ Uj GROUNDWATER INFORMATION: Boring dry at U._W ��n �n F ~ 4y LL Y W completion. _ V p a$ 3 z OJ G-D d S IG > ¢ d D: W Vf W to E J O _ y= LLJ (A W � ~ tall H = y Z y ~ = uZl s ' � U. z - y a a z n R c R ° a z W. d is: is: L°� (A Q DESCRIPTION OF STRATUM 2' As halt Pavin with 4' —A b t I 5 N N-23 19 10 N-75 14 15 N-97 12 X N-50/5- 9 X •x 20 X . •x X ' X N=50/5' 14 X 25 �x X X I( x X N-91 8 Y 30 X x A K x Y 35 18 95 38 23 I■" 15.0 17.3 p q r a ese ma ere --�T Very stiff, reddish brown SANDY CLAY ICU Hard to very dense, pinkish tan, SILTY CLAY TO CLAYEY SAND, (CL-SC) (calcareous, weakly cemented caliche) 17� White to pinkish white, carbonate cemented sandstone with traces of bicturbation 35.0 y40 H Y,l I7j �`i REMARKS: TUBE NO AUGER SPLIT- ROCK THO SAMPLE SAMPLE SPOON CORE PENS RECOVERY .92-132 _ A- 30 SOUTHWESTERN LABORATORIES, INC LOG OF BORING NO. B-49 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE CLIENT: BLACK & VEATCH DATE: 3/28/92 FIELD DATA LABORATORY DATA DRILLING METHOD(5): Boring advanced using air rotary method. aR aR SHEET 1 of 1 LOCATION: STA 317+00 SURFACE ELEV: 3164.37 $ i W ¢ GROUNDWATER INFORMATION: Boring dry at r h U. Uj Uj c y completion. g m Z N Z y� CO 0�= y c y Z c H 0 a r r°n o a= te a c& 2 w w g DESCRIPTION OF STRATUM 2" Asphalt Paving with 4" road base materiel - 25 -LAN T'y:-Irystiff, tan and brown SANDY CLAY (CLI with careous nodules G ' N - 23 9 47 5 t N-61 N-81 11 10 10 X X X x X z % x N - 50/6" 10 40 20 % x X tr` X X N - 50/3" t X X 25 a' X X N - 50/4" 13 46 x 30 z I ` X X X X X N-50/3" 35 r r 40 - TUBE AUGER SPLIT- ROCK THO f SAMPLE PL SAME SPOON CORE CONE PEN. 92-132 f^ I Herd to very dense, pinkish tan, SILTY CLAY TO CLAYEY SAND, (CL-SC) (calcareous, weakly cemented caliche) 13.0 White to pinkish white, carbonate cemented sandstone with traces of bicturbation 35.0 REMARKS: NO RECOVERY A- 31 SOUTHWESTERN LABORATORIES, INC. LOG OF BORING NO. B-50 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE SHEET 1 of 1 CLIENT: BLACK & VEATCH LOCATION: STA 322+00 — DATE: 3128192 SURFACE ELEV: 3161.51 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary — method. °m z Uj z GROUNDWATER INFORMATION: Boring dry at H v i IR c � W completion. ^- O ~ ~ Uj n U LL uZ+ m m tL V c 2 -i J ~ Z �Y W H n~ i ai F a 12, Wo z o H d .. W c < zr� a O i 4 i ~ < i' w o � c� w � c� Q DESCRIPTION OF STRATUM 2' Asphalt Paving with 4' road base material N - 21 Very stiff, tan and brown SANDY CLAY (CL) with -' calcareous nodules 3•0 Hard to very dense, pinkish tan, SILTY CLAY TO CLAYEY 5 N-51 9 37 15 12 29 SAND, (CGSC) (calcareous, weakly cemented caliche) N-56 N 61 10 N-51 20 68 15 y 25 —N N- 50/3' 110 I I I I 168 30 —NI T 100/4.5' ■111• 40 H W H REMARKS: TUBE AUGER SPLIT- ROCK THO NO SAMPLE SAMPLE SPOON CORE CONE PEN. RECOVERY 92-132 • . A- 32 SOUTHWESTERN LABORATORIES, INC. LOG OF BORING NO. B-51 t PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE SHEET 1 of 1 r- CLIENT: BLACK & VEATCH LOCATION: STA 327 + 00 [ DATE: 3/28/92 SURFACE ELEV: 3156.87- FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. .. IR IR W ai uj GROUNDWATER INFORMATION: Boring dry at ' o fA completion. N ►y- z ►- 8ujy W 1 O P is m d at N 9 -1 M O �p ui 0 1- O z1- W N CI J N N = ui O W Q N= O < 4� Gi < ZZ O DESCRIPTION OF STRATUM H � Il: Il: u H LL u 2" Asphalt Paving with 4' road base material5— �'' Vary stiff, reddish brown CLAY ICH) 20 103 63 19 44 2.1 5.3 5 5.5 Very stiff, reddish tan SANDY CLAY (CL) with caliche 29 81 49 26 23 2.1 2.0 layers 8.5 N - 50 Hard to very dense, pinkish tan, SILTY CLAY TO CLAYEY 10 SAND, ICL-SC) (calcareous, weakly cemented caliche) N � 15 u 29 21 79 40 39 � 20 T-100/5- r� e 25 T i 100/4.5' 100/5' ET-30 l LIT-100/6*1 35.0 I 35 r y40 {, p REMARKS: _. TUBE SAMPLE AUGER SAMPLE SPLIT. SPOON ROCK CORE THO CONE PEN. NO "RECOVERY 92-132 - A- 33 SOUTHWESTERN LABORATORIES, INC. t - LOG OF BORING NO. B-52 i PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE SHEET 1 of 1 CLIENT: BLACK & VEATCH LOCATION: STA 332+00 DATE: 3/27/92 SURFACE ELEV: 31'52.30 • FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary — method. IR °m _ aR W GROUNDWATER INFORMATION: Boring dry at i c y — W completion. aRaR H H fz 0 LL >,-, a- ¢c� y O yF d N _ b S In C Z � r w H p 0 J g f S2 r = v� W c� ¢=Uj W s 0 79C 0 O i O J i a < c°� � DESCRIPTION OF STRATUM Very stiff, reddish brown SANDY CLAY (CL) 2.0 Very stiff to very dense, pinkish tan, SILTY CLAY TO CLAYEY SAND, (CL-SC) (calcareous, weakly cemented { 5 N -19 caliche) i N-25 17 31 N-33 10 N-35 20 15 7 T - 20 5014.5' ._ i 25 254 x . x 'White to pinkish white carbonate cemented SANDSTONE x X with traces of bioturbation x EC-57% % RQD-O% x •x .K . x 30 J .x X. T - 14 114 1 1 31.1 0.0 35 100/1.75' j 1 REMARKS: TUBE AUGER SPLIT. ROCK COMNE NO SAMPLE SAMPLE SPOON CORE pEN, RECOVERY 92=132 A- 34 SOUTHWESTERN LABORATORIES, INC. r LOG OF BORING NO. B-53 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE SHEET 1 of 1 CLIENT: BLACK & VEATCH LOCATION: STA 337+00 DATE: 3/27/92 SURFACE ELEV: 3147.90 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. m z * GROUNDWATER INFORMATION: Boring dry at H F o y LL g I completion. x F Q 0 cZ {may i.y z e H S DESCRIPTION OF STRATUM ai ad 2 v tl� $� Brown CLAYEY SAND ISC) Hard to very donee, pinkish ten, CLAY (CH) (calcareous, weakly cemented caliche) N - 39 14 71 38 33 28 r5 l; N - 48 24 73 44 29 t 10 x x N-55 17 58 White to pinkish white carbonate cemented SANDSTONE L x with traces of bioturbaticn x x x .x j ' X x j ' X N 20 50/3.5' 25 G 30 t 35 # 40 ICI REMARKS: H I�'I TUBE SAMPLE AUGER SAMPLE SPLIT- SPOON ROCK CORE CCNE NO RECOVERY PEN, 9.0 92-132 A- 35 SOUTHWESTERN LABORATORIES, INC. r LOG OF BORING NO. B-54 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE SHEET 1 of 1 CLIENT: BLACK & VEATCH LOCATION: STA 342+00 _.. DATE: 3127/92 SURFACE ELEV: 3144.60 FIELD DATA LABORATORY DATA DRILLING METHODIS): Boring advanced using air rotary_,. method. x m Uj GROUNDWATER INFORMATION: Boring dry at H i o W completion. — �n H Q R W y 2 S r. m m H J H O y 4J Z H Cl d= N W i/1 2 J 0.. Z LLJ Z� W LL - _± y d 2 H x N= Y O < f�/1 < _2 u7 H < . �' ° d d y LL g DESCRIPTION OF STRATUM 41, Very stiff, reddish brown SANDY CLAY (CL) Very stiff, reddish tan SANDY CLAY (CL) with caliche layers \ 5 N-16 11 73 i ` N-23 9.0 N-79 11 59 Hard to very dense, pinkish tan, SILTY CLAY TO CLAYEY 10 SAND, (CL-SC) (calcareous, weekly cemented caliche) ' N-75 —t 15 J M�ImmmE 25 30 35 20.0 40. M H W tyi p kI FBI REMARKS: � I TUBE AUGER SPLIT• ROCK T NO sAMPLE SAMPLE SPOON CORE E PEN. RECOVERY 92-132 A- 36 SOUTHWESTERN LABORATORIES, INC. - LOG.OF BORING NO. B-55 RECLAMATION PROJECT: SE WATER PLANT DISCHARGE PIPELINE SHEET 1 of 1 CLIENT: BLACK & VEATCH LOCATION: STA 346+00 DATE: 3/27192 SURFACE ELEV: 3142.20 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. Vt GROUNDWATER INFORMATION: Boring dry at > aR ¢ F � c H completion. Fir W 1 ' inCL. t CiZ� ti H >Z ` ` D DESCRIPTION OF STRATUM P4.5 Very stiff, reddish brown SANDY CLAY (CL) 15 1gg � 5 20 105 I 10 N-55 12 N-24 15 17 41 39 2 N 20 5014.5" 25 l 30 r 35 40 H � W TUBE AUGER SPLIT- ROCK SAMPLE SAMPLE SPOON CORE 92.132 i Very stiff, reddish ten SANDY CLAY (CL) with caliche layers 35 I 5.8 12.4 1 i 20.0 1 �{ REMARKS: IHD ONE NO PEN. RECOVERY A- 37 SOUTHWESTERN LABORATORIES, INC. LOG OF BORING NO. B-56 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 352+00 CLIENT: BLACK & VEATCH DATE: 3127192 SURFACE ELEV: 3140.80 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotas method. iq L W GROUNDWATER INFORMATION: Boring dry at m x W ; H completion. 2 Y H ~ 0 — (a i, H ? aq ~ 0 8 rV y ! Y Q� Lu cc V O LL a.SCLLI uzi m�' a. N S S~ .ems'' 0 y 2 y �• H LU IL = 6 `� y W 0 z eJ'' N t~A z W uz+ W 0 U. - c a. a = o s < < ? < DESCRIPTION OF STRATUM VJ 0 N 2 d- 2 0 2 UfA LL U P-2.5 Very stiff, reddish brown SANDY CLAY (CU 15 P.4.5+ 14 3 Herd to dense, pinkish tan, SILTY CLAY TO CLAYEY 5 14 113 5.8 4.5 SAND, (CL-SC) (calcareous, weakly cemented caliche) _ Pe4.5+ 17 10 N-16 t0^- 15 — LOG OF BORING NO. B-57 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 356 + 70 CLIENT: BLACK & VEATCH DATE: 3127192 SURFACE ELEV: 3140.20 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotar method. GROUNDWATER INFORMATION: Boring dry at o m z W ,� ¢ completion. y yy� z 7R ~ 0 QQy Lu y W Y S J z a. 0 S� ~ i Y 0 m 2 IJ N 1. OF STRATUM a. fdA = N o y? s i� (~A 0 S Op -DESCRIPTION � LL z d 0 CI 0 z H a.2 C1 J 2 U w U Brown CLAYEY SAND ISC) ^ Very stiff, reddish tan SANDY CLAY (CL) with caliche layers 5 Ps4.5+ 15 13 114 17.6 1.9 10 N=24 tc^ M N W !"I F-Y REMARKS; TUBE AUGER SPLIT • ROCK CO E NO SAMPLE SAMPLE SPOON CORE - PEN. - RECOVERY 92-132 A- 37A SOUTHWESTERN LABORATORIES, lu; L - LOG OF BORING NO. B-58 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 362+00 i CLIENT: BLACK & VEATCH DATE: 3/29/92 SURFACE ELEV: 3140.90 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. GROUNDWATER INFORMATION: Boringdry at W m completion. Y' Z O y� $ y _ p U H O SS SS N y Y O ~ y E J H O y N Q2 W y J �7 9 Z a! 0 W U. O W a Q a DESCRIPTION OF STRATUM y C1 Z IL: CL 2 C P-4.5+ 15 Very stiff, reddish brown SANDY CLAY (CL) 3.0 Vary stiff, reddish tan SANDY CLAY ICL) with caliche r5. 16 110 36 19 17 4.8 5.3 layers _ l 18 60 8.0 Hard to dense, pinkish tan, SILTY CLAY TO CLAYEY rr10 N - 35 SAND, (CL-SC) (calcareous, weakly cemented caliche) 10.5 — 1 l 15 LOG OF BORING NO. B-59 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 366+75 CLIENT: BLACK & VEATCH DATE: '3/27/92 SURFACE ELEV: 3147.20 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. W ,� GROUNDWATER INFORMATION: Boring dry at m X I completion. Uj 3 S Qp LL 3. N J z a s! = r` C1 Z p p Q H H C7 C� _ < DESCRIPTION OF STRATUM Brown CLAYEY SAND (SC) 2.0 P-4.5 14 29 15 14 51 Vary stiff, reddish brown SANDY CLAY (CL) 5 15 131 7.0 5.7 10 P - 3.75 18 10.0 . 15 REMARKS: TUBE AUGER SPLrr- ROCK THD CONE NO SAMPLE SAMPLE SPOON CORE PEN, RECOVERY r 92-132 A- 38 SOUTHWESTERN LABORATORIES, INC f - LOG OF BORING NO. B-60 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION:.STA 371 +70 - CLIENT: BLACK & VEATCH DATE: 3/27/92 SURFACE ELEV: 3141.10 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotarj method. w GROUNDWATER INFORMATION: Growndwater seepage c m 2 �_ � ° encountered at 1.0'. Boring dry at completion. -- u7 Z * s4Uj X ON NLL w W - _J HO dV O N y= W� d 2 ~ o O O ~ ~ N Z LL - W H '- = g w < DESCRIPTION OF STRATUM O Vf 2 d O Very stiff, reddish brown SANDY CLAY (CL) \ P3.75 15 31 15 16 —. 3 �\ P-4.5+ 13 _ Very stiff, reddish tan SILTY CLAY (CL). 4.5 5 Very stiff, reddish tan SANDY CLAY (CL) with caliche layers \ 18 104 2.4 3.1 10 P•4.5+ 1121 10 _ i 15 - LOG OF BORING NO. B-61 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 373+00 20'LT. CLIENT: BLACK & VEATCH DATE: 3/27/92 SURFACE ELEV: 3141.50 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotar,-- method. U; GROUNDWATER INFORMATION: Boring dry at ° ~ ; s 0- completion. > H ~ �_ ' H o * W N S LL W LU Y y Fi Y j G O O O J O 07 U W ? H H J SS J t' H [' O z y= fA Os !C O ~ F < H W c = W <_ 0 _ U i' DESCRIPTION OF STRATUM v°� o U U. Very stiff, reddish brown SANDY CLAY (CL) 15 113 6.7 4.7 Very stiff, reddish tan SILTY CLAY (CL). \ 5 15 Very stiff, reddish tan SANDY CLAY (CL) with caliche layers N-24 12 66 T10 N-28 15 N N m b N TUBE AUGER SPLIT. ROCK NO SAMPLE SAMPLE SPOON CORE CONE PEN. RECOVERY 92-132 _ .. _. ._ _ A- 39 REMARKS: SOUTHWESTERN LABORATORIES, INC a 0 100 90 .� 80 rn 70 60 f-p •N 50 cn a° 40 30 ate. 20 10 0 a. GRAIN SIZE DISTRIBUTION 1�11■��l>•vi���u�■�Ir �<1����11■tiC����l�>•II■ll■ll���e�■■■����� 5 100 z 5 z 5 s 5 10 1 0.1 Grain Size in Millimeters 0 10 20 s rn 30 40 v a� 50 •S' " . a� 60 70 U 80 0 90 s 5 s 100 0.01 0.001 GRAVEL SAND SILT or CLAY Coarse Fine Coarse Medium Fine SYMBOL BORING DEPTH SOIL DESCRIPTION �!•i• B-3 24-25' Reddish brown SILTY SAND (SM man"B-4 9-10' Brown SILTY SAND with gravel hV •!A• B-15 1-2' Reddish brown CLAYEY SAND SwL 92-132 100 90 80 _rn 70 3 60 rn •c 50 cn a° 40 41 30 a 20 10 0 5 2 5 100 10 GRAIN SIZE DISTRIBUTION Z 3 z 3 1 01 Grain Size in Millimeters 1=1111110mm 1®1111e■0mm 1M11111■MMM • 1=111111MMM IMMUNE , • 1=111110■mm 1M11111100M • 1M111111MEM 1=11111■00M • 1M1111100MM 1=1111t1MMM 1=11111000m ; 1M11111000M 1M11111000� . 1M111111NO_ 1M111110ME_ GRAVEL SAND SILT or CLAY Coarse Flne Coarse Medium I Fine SYMBOL BORING DEPTH SOIL DESCRIPTION !!!�! B-17 1-2' Brown CLAYEY SAND to SANDY CLAY (SC—CL) �1stl� B-50 9-10' Tan SILTY CLAY to CLAYEY SAND (CL—SC)(CALICHE) SwL 92-132 " Ilui� '' 111111 111111 IIIIIi ' 1111�I I11111 1111�1 ' ' Illl�i I111�1 ' 111111 ' 1111�I 1111�I ' 1111�1 I111�1 ' 1111�1 I11111 � 1111�I GRAIN SIZE DISTRIBUTION 10 1 0.1 0.01 Grain Size in Millimeters 10 20 ' 30 40 v 50 .oa. 60 70 cu 80 0 90 100 . 0.001 GRAVEL SAND Coarse ItineCoorse Medium I Fine SILT or CLAY --d I SYMBOL BORING DEPTH SOIL DESCRIPTION f&#" B-52 7-8' Reddish Brown SILTY SAND (SM) with Caliche U>W B-54 9-10' Reddish Brown SANDY CLAY (CL) with Caliche SwL 92-132 SOUTHWESTERN LABORATORIES Materials, environmental and geotechnical engineering, nondestructive, metallurgical and analytical services 2575 LONE STAR DRIVE ' P.O. BOX 224227, DALLAS,TEXAS 75222 ' 214/631-2700 Client GEOTECH _ Client No. 92 132 2575 LONE STAR OR. --- Report No. 02-05-261 DALLAS, TX 75212 Report Date 08/10/92 14:56 Attn: TIN ABRAMS Project 92-132/DISCNARGE PIPELINE Data Sampled Sampled By UNKNOWN Semple Type SOIL Transported by NICK MAGEE P.O. S DALI0224 Date Received 05/29/92 Lab No. Sample Identification D2-05-261-01 TS-1/9-10 02-05-261.02 TB-5/9-10 D2-05.261-03 78.10/7-8 02-05-261-04 TB-16/7-8 D2-05-261-05 78-21/7-8 D2-05-261-06 TB-25/9-10 D2-05-261-07 TB-30/9-10 D2-05-261-08 TB-35/7-8 D2-05-261-09 78-40/7-8 D2-05-261-10 7B-45/7-8 D2-05-261.11 TB-50/7-8 D2-05-261-12 TB-56/9-10 02-05-261-13 TS-61/9-10 SOUTWESTERN LABORATORIES Rev ed By Yitliam J se, Supervisor, EAS A-43 Order ii D2-05.261 08/10/92 14:56 Client: GEOTECH Sample: 01A TB-1/9-10 Test Name' Chloride Soil/Solid preparation Specific Conductance Sulfate PH Sample: 02A TB-5/9-10 Test Name Chloride Soil/Solid preparation Specific Conductance Sulfate PH Sample: 03A TB-10/7-8 TEST RESULTS SY SAMPLE Collected: ethod Resutt Units EPA 325.3 48 MG/KG Filtration 06/17/92 Date Cos 01125-92 6 235 UMNQS/CN EPA 375.4 113 NG/KG EPA 9045 9.1 pN units Collected: Method ResuLt units EPA 325.3 15 KG/KG Filtration 06/17/92 Date Came D1125-82 8 125 UNNOS/CN EPA 375.4 15 NG/KG EPA 9045 9.2 pH Units Collected: Test Name Method Result Units Chloride EPA 325.3 10 NG/KG Soil/Solid preparation filtration 06/17/92 Date Cam Specific Conductance D1125-62 8 110 LMHOS/CN Sulfate EPA 375.4 16 MG/KG pN EPA 9045 9.3 pN Units Sample: 04A TB-16/7-8 Test Waime Chloride sail/Solid preparation Specific Conductance Sulfate PH Collected: eth Result Units EPA 325.3 25 NG/KG Filtration 06/17/92 Date Cam 01125-82 8 212 UMHOS/CN EPA 375.4 12 NG/KG EPA 9045 9.0 pH Units Page 2 etgcti Date Limit Started Analyst 06/17/92 NW NW 06/17/92 NW 06/17/92 NW 06/17/92 NW Detection Date Limit Started (analyst 06/17/92 NW NW 06/17/92 NW 06/17/92 NW 06/17/92 NW e ect Date Limit Started Analyst 06/17/92 NW NW 06/17/92 NW 06/17/92 NW 06/17/92 NW Detection Date Limit start Analyst 06/17/92 NW NW 06/17/92 NW 06/17/92 NW 06/17/92 NW Order / D2-05-261 08/10/92 14:56 Client: GEOTECH Page 3 TEST RESULTS BY SAMPLE Sample: OSA TS-21/7-8 Collected: Detectio Date Test Name Method Resutt Units LjgLi I Started Analyst Chloride EPA 325.3 5 MG/KG 06/17/92 NY Soil/Solid preparation Filtration 06/17/92 Date Cam NW -Specific Conductance D1125-82 B ISO UMHOS/CM 06/17/92 NW Sulfate EPA 373.4 62 MG/KG 06/17/92 NW PH EPA 9045 9.3 pH Units 06/17/92 NW Sample: 06A 78-25/9-10 Collected: Detection Date Test Name Method Result jnits Limit Started Analyst Chloride EPA 325.3 130 MG/KG 06/17/92 MW Soil/Solid preparation Filtration 06/17/92 Date Cam NW Specific Conductance 01125-82 B 245 UMHOS/CN 06/17/92 NW Sulfate EPA 375.4 97 NG/KG 06/17/92 NW PH EPA 9045 9.2 pH Units 06/17/92 NW Sample: 07A 78-30/9-10 Collected: Detection Date Test Name Method Result jnits Limit Started Analyst Chloride EPA 325.3 20 MG/KG 06/17/92 MW Soil/Solid preparation Filtration 06/17/92 Date Com NW Specific Conductance D1125-82 B 200 UMHOS/CM 06/17/92 NW Sulfate EPA 375.4 107 NG/KG 06/17/92 NW pH EPA 9045 9.1 pH Units 06/17/92 NW Sample: GSA TB-35/7-11 Collected: Detecti Date Test Name Method Result Units Limit Started Analyst Chloride EPA 325.3 55 MG/KG _. 06/17/92 MW Soil/Solid preparation Filtration 06/17/92 Date Cam NW Specific Conductance 01125-62 B 265 UMHOS/CM 06/17/92 MW Sulfate EPA 375.4 54 MG/KG 06/17/92 MW PH . EPA 9045 9.2 pH Units 06/17/92 MW A-45 Order ! D2-05-261 0a/10/92 14:56 Client: GENECH Sample: 09A T11-40/7-8 TEST RESULTS BY SAMPLE Collected-. Page 4 Detection Date Test Name Method Result Units Limit Started Analyst Chloride EPA 325.3 60 KG/KG 06/17/92 NW Soil/Solid preparation Filtration 06/17/92 Date Cam NW Specific Conductance D1125.82 B 200 UNHOS/CN 06/17/92 NW Sulfate EPA 375.4 18 NG/KG 06/17/92 NW PH EPA 9045 9.0 pH Units 06/17/92 NW Sample: 10A TB-45/7-8 Collected: Test Name Chloride Soil/Solid preparation Specific Conductance Sulfate PH Sample: 11A TS-50/7-8 Test Name Chloride soil/Solid preparation Specific Conductance Sulfate PH Sample: 12A TB-56/9-10 Test Name Chloride Soil/Solid preparation Specific Conductance Sulfate PH Method Result Units EPA 325.3 31 NG/KG Filtration 06/17/92 Date Cam 01125-82 B 220 UNHOS/CN EPA 375.4 48 NG/KG EPA 9045 9.1 pH Units Collected: Method Result Units EPA 325.3 10 NG/KG Filtration 06/17/92 Date Cam 01125-82 B 250 UIHOS/a EPA 375.4 155 NG/KG EPA 9045 9.2 pH Units Collected: Meth od Result Units EPA 325.3 11 NWKG Filtration 06/17/92 Date Cam D1125.82 B 250 UiHOS/CN EPA 375.4 64 NG/KG EPA 9045 9.0 pH Units ortocti Date Limit StartedAnalyst 06/17/92 NW NW 06/17/92 NW 06/17/92 NW 06/17/92 NW pottect i Date Limit Started Analyst 06/17/92 NW W 06/17/92 NW 06/17/92 NW 06/17/92 W Detection Date Limit Started Analyst 06/17/92 W MW 06/17/92 W 06/17/92 W 06/17/92 W A-46 order 102-05-261 08/10/92 14:56 Client: CEOTECH Sample: 13A TB-61/9-10 Test Name . Chloride Soil/Solid preparation Specific Conductance Sulfate PH Page 5 TEST RESULTS BY SAMPLE Collected: Detection Date ,Method ResuLt gal.11 UMU Started Analyst EPA 325.3 10 MG/KG 06/17/92 NY Filtration 06/17/92 Date Can N4 D1125.92 B 170 UMHOS/CM 06/17/92 NY EPA 375.4 41 MG/KG 06/17/92 NY EPA 9045 9.2 pH Units 06/17/92 NV A-47 No Text F APPENDIX B Lubbock County Standard Specifications (For Reference Only) PART I Section 1 through III - Not Used SECTION IV - Scarifying and Reshaping Flexible Base SECTION V - Prime Coat SECTION VI - Double Asphalt Surface Treatment SECTION X - Subgrade Preparation SECTION XI - Flexible Base INDEX- ST-CTION IV SCARIFYING & RESHAPING FLEXIBLE BASE SUBJECT PARAGRAPH PAGE General ........................ 1 57 Construction Methods........... 2 57 Rolling Equipment .............. 3 57 Rolling Methods................ 4 58 Measurement .................... 5 58 Payment.... ....... ?000.40*0.0.0 6 59 sEc. _o,... +V SCARIFYING & RESHAPING -FLEXIBLE BASE 1. 1ENERAL This item shall consist of scarifying and reshaping existing base course to conform to typical county road sections which will produce a smooth riding surface. 2. CONSTRUCTION METHODS Prior to scarifying the existing base, all dirt and other object- ionable material shall be removed from the surface by blading and brooming. The existing base shall then be scarified for its full width and to a depth of not less than 2" The Base course shall be sprinkled as required and rolled as directed until uniform "Ordinary Compaction" is secured. All holes, ruts or depressions is the surface shall be repaired by scarifying, reshaping, sprinkling and rolling. Throughout this entire operation, the shape of the course shall be maintained by blading, and the surface upon completion` shall be smooth and in conformity with typical cross sections. During the base finish- ing operation, the shoulders shall be bladed, watered and rolled to a width of four (4) feet beyond each edge.of the caliche base. Rolling of base course shall be done by using approved pneumatic tire rollers or flat wheel rollers, or a combination of the two as herein specified and directed by the Engineer. 3. ROLLING EQUIPMENT (a) Pneumatic tire rollers shall consist of not less than seven pneumatic -tired wheels running on axles in such manner that the rear group of tires will not follow in the tracks of the forward group and shall be mounted in rigid frame and pro- vided with a loading platform or body suitable for ballast loading. The front axle shall rotate around the king pin so located that the roller may be turned in a minimum circle. Under working conditions, it shall have an effective rolling width of 84� inches and shall be equipped with tires that will afford gound contact pressures to SO pounds per square inch or more. The pneumatic tire roller shall be drawn by either a suitable crawler type tractor, a pneumatic tired tractor, or may be of the self- propelled type. (b) *Ten (10) ton roller shall be the three -wheel, self- propelled type, weighing not less than ten (10) tons and shall provide a compression on the rear wheels of not'less than three hundred and twenty-five (325) pounds'per linear inch of tire width. The rear wheels shall be flat and shall have a diameter of rot - I less than forth -eight (4a) inches, and each shall have a tire width of not less than twenty (20) inches. 4. ROLLING METHODS t f. (a) Pneumatic tire roller work shall be done as required Compact the base. The embankment layer of the base course sh" be sprinkled if directed,'and rolling with a pneumatic tire roller shall start longitudinally at the sides and proceed towzl-1 the center and overlapped successive trips by at least one-halr (1/2) the width of the pneumatic tire roller. On super -elevated curves, rolling shall begin at the low sides and progress towari. the high sides. Alternate trips of the roller shall be slight], different in length, and "rolling shall continue until the base is set up. The rollers, unless otherwise directed,, shall be operated at a speed between two (2) and three (3) miles per hoi7 (b) Ten (10) ton roller work shall be done as required to ` compact and finish the base. The embankment layer or the base course shall be sprinkled if directed, and rolling with a power roller shall start longitudinally at the sides and proceed towar the center, overlapping on successive trips by at least one -haL (1/2) of the width of the rear wheels of the Power roller. On super -elevated curves rolling shall begin at the low sides and progress toward the high sides. Alternate trips of the roller shall continue until the base is finished off. The rollers, = unless otherwise directed, shall be operated at a speed betwee, two (2.) and three (3) miles per hour. (c) For material requiring rolling, at least one (1) pneumatic tire or one ten (10) ton roller shall be provided `oi each one hundred (100) cubic yards or fraction thereof of materi:' placed per hour. The quantity of the material placed per hour-'' shall be determined by averaging the total quantity of material Placed within any one working day. When operations are so isolat from one another that one roller cannot perform the required compaction satisfactorily additional rollers shall be provided operated as directed by the Engineer. 5. MEASUREMENT Work .as prescribed for this item shall.be measured by the square I yard (nine square feet) of compacted base in place and ready f .prime. Measurement shall be made from finished edge of calich base to opposite edge of the caliche base of the road, turn outs L an¢ drives within the right-of-way. _, P A Y%Vr It The work performed and material furnished as prescribed for this item and measured as provided under "Measurement" shall be paid for at the unit price bid for "Scarifying and Reshaping Flexible Base." The bid price shall be full compensation for scarifying, sprinkling, rolling, compacting, shaping and finishing the base and for all labor, equipment, tools and incidentals necessary to complete the work. II INDEX SECTION V PRIME COAT SUBJECT General ................................ Materials .............................. Construction l2ethods................... Measurement ......................•...... Payment ................................ PARAGRAPH 1 2 3 4 5 PAGE 61 61 61 61 61 ,r 1. GENERAL This item shall labor and whatever else to the caliche base. 2. MATERIALS SECTION v- PRIME COAT include furnishing all material, equipment, may be necessary for applying a prime coat Asphalt shall be MC-30 Asphalt meeting Texas State Highway Department specifications. 3. CONSTRUCTION METHODS When, in the opinion of the Engineer, the base is finished and thoroughly dry and is satisfactory to receive the prime coat, the surface shall be cleaned by sweeping or other approved methods until all loose material is removed. If necessary the Base shall be lightly sprinkled just prior to the application of the asphalt. The asphaltic material shall then be applied tp the cleaned base at the approximate rate of 0.25 gallons per square yard of surface area. The application.shall be made with an approved type of self propelled pressure distribu,ter so constructed and operated as to distribute the material evenly and smoothly in the quantity specified or directed. Cut -back asphalt shall be applied at a temperature between 100 deg. F. and 150 deg. F. No traffic or hauling on the prime coat shall be permitted until the asphalt is dry enough so as not to track or pick up. WARNING to contractors: Attention is directed to the fact that thes""e aterials are very inf lmmable. 4. MEASUREMENT The "Asphaltic Material" for prime coat shall be measured to gallons at applied temperature at point of delivery on the base. S. PAYMENT The work performed and materials furnished as prescribed by this item and measured as provided under "Measurement" shall be paid for at the unit price bid for "Prime Coat" which price shall be full compensation for cleaning the base; for furnishing, freight involved, heating, hauling and applying the asphaltic material as specified; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. INDEX - SECTION VI DOUBLE ASPHALT SURFACE TREATMENT •• SUBJECT PARAGRAPH PAGE General........ ............................ 1 63 Materials,.* ............................... 2 63 Construction Methods ....................... 3 64 Testing .................................... 4 65 Measurement......................•........... 5 65 Payment.............. ....................... 6 65 "Three Course Surface Treatment shall be the same as described in. Texas State Department of EiShways and Public Transportion Standard Specifications 1982 Item 324. SECTION GI DOUBLE: ASPHALT SURFACE TREATMENT 1. GENERAL This item shall include furnishing all materials, equipment, labor and whatsoever alas may be necessary for constructing a wearing surface composed of two applications of -asphalt, each covered With aggregate, congtructed on the prepared base -course in accordance with these specifications, and ready for use. 2. MATERIALS Asphalt shall be AC-5 asphalt meeting Texas State Highway Depart- ment specifications. The cover stone or topping aggregate and precoated aggregate shall meet the following specifications: The aggregate shall be composed of sound and durable particles of gravel or crushed atone, shall be free from organic matter, clay, loam and shall not contain more than 5% of soft friable material. The gravel or crushed stone when tested by approved laboratory methods -shall meet'*the requirements for the grading specified in the 1982 Specifications for the State Department of Highways and Public Transportation: The aggregate shall have a percent of wear of not more than thirty- five (35), (Los Angeles Abrasion Test of Coarse Aggregate, A.A.S.H.O. Designation T-96 with subsequent revisions). The aggregate shall be applied by approved self-propelled mechanical spreaders in order to provide uniform distribution. The asphalt shall be heated and applied at a temperature of from 325 degrees F. to375o degrees F. and shall be applied with approved asphalt distributor having the proper apparatus for accurately controlling the distribution. 3. CONSTRUCTION METHODS (a) Aggregate shall be spread by an approved mechanical spreading device, to secure uniform distribution. --, All storage tanks, piping retorts, booster tanks, and distributors used in storing or handling asphalt shall be kept clean and in good operating condition at all times and they shall be operated in such a manner that there will be no contamination of the asphalt with foreign material. Asphalt is not to be heated above 400 degrees F. at any time. All asphalt heated above 400 degree F. will be rejected. (b) Asphalt shall be applied by an approved type of self- propelled pressure distributor, so operated as to distribute the material in the quantity specified, evenly and smoothly, under a pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of the asphalt, the rate at which it is applied,•and for securing uniformity at the junctions of two shots or lands. Asphalt shall be applied for the full width of surface treatment in one application for all widths less than twenty-four (24) feet. (c) The surface of the base shall be cleaned of dirt, dust, etc., by means of a mechanical rotary broom or other approved methods. The sweeping shall continue until all loose material and dust is removed from the surface of the base. If necessary, the base shall then be lightly sprinkled just prior to the application of the asphalt. (d) Asphalt shall then be applied on the clean surface at he rate of approximately 0.35 gallons per square yard. The surface shall then be covered with Gr. 3 stone at the rate of approximately 1 cu. yd. (loose Measure) to each 70 sq. yds. of surface. The work shall then be broomed or bladed and rolled, and the second applica. 'tion of approximately 0.35 gallons of asphalt per square yard made ;in the manner specified for the first application. Tha second application of asphalt shall then be covered with Gr. 5 stone at the rate of 1 cu. yd. (loose Measurement) to 140 square yards of surface. Immediately after the second application has been covered a's provided above, the entire surface shall be thoroughly rolled. Brooming and rolling shall continue for three (3) days after the final application is made. During the process of brooming the stone shall be uniformly spread over the entire surface. No asphalt shall be placed before mjr:1'15or after August 31. No asphalt shall be placed when general weather conditions, in the opinion of the Engineer, are not suitable. 4. TESTING Before shipmentof any aggregate to be used for topping, the Contractor shall present to the Engineer a certified statement from the producer of the aggregate stating that he has furnished aggregate meeting these specifications from his present plant, and that the aggregate he.will furnish for this job will meet these specifications. Before the Engineer will permit the Contractor to unload any asphalt for this job, he shall be'furnished a test certificate from an approved Commercial Testing Laboratory stating that the asphalt in the car in question conforms to these specifications, giving details of test, and identifying each car'by its number. 5. MEASU EMENT Asphalt will be measured in gallons at the applied temperature at the point of application on the road. Aggregate shall be measured by the cubic yard in vehicles at the point of delivery on the road. 6. PAYMENT The work performed and materials furnished as prescribed by this item and measured as provided above shall be paid for at the unit prices bid for "Asphalt" and "Aggregate",,which.prices shall be full compensation for cleaning and sprinkling (if required) the base, for finishing, preparing, hauling, and placing all materials, for all rolling, sweeping, brooming and blading of aggregate, and for all labor and the use of tools and equipment to complete the work. INDEX - SECTION X SUBGRADE PREPARATION SUBJECT General ............................. Classification............ ..... woos. Construction Methods ................ F111.0 . . . . . . . . . . . . . . . . . • . . . . . . . . . . . . . Construction of Fill ................ Payment...... ... o ........... o ....... Overhaul ............................ PARAGRAPH 1 2 3 4 5 6 7 PAGE 80 80 80 61 81 81 82 SECTION X SUBGRADE PREPARATION 1. GENERAL Subgrade Preparation will consist of all grading work necessary to bring the subgrade to the lines, grades, and typical cross- section shown on the _plans or as established by the Engineer. It will also consist of removing all obstructions encountered in the subgrade area, except water, sewer, gas and utility lines The lines shall be covered or removed by the owner of said lines. Also, it shall consist of the disposal of all excavated materials not needed in the shaping and finishing of the subgrade. 2. CLASSIFICATION All excavation shall be unclassified. 3. CONSTRUCTION METHODS Subgrade shall be excavated or filled and shaped in conformity with the typical sections shown on the plans, and to the lines and grades established by the Engineer. All unstable or otherwise objectionable material shall be removed from the subgrade and replaced with approved material. All excess excavation and objectionable material shall be hauled to the disposal site as shown on the plans. After all excavation and fill is completed and before placement of caliche base, the subgrade shall be shaped to conform to the established lines and grades and typical cross - sections, wetted and.rolled to secure a smooth, -firm foundation for the pavement. Compaction shall be of the "Ordinary Compaction" Method. �. 4 . FILL :ill will consist of placing previously excavated materials, shaping them to the required line and grade and cross-section, and compacting to the required density by means of wetting and rolling, all in accordance with specification requirements herein outlined. _ CONSTRUCTION OF FILL Ground surface upon which fills are to be placed shall be scarified in furrows uniformly spaced so that at least fifty per cent of the surface will be broken to a depth of not less than three inches. Fill shall be constructed of suitable materials and shall be placed in successive horizontal layers, of not more than eight (8) inches in depth (loose measurement) for the full width of the cress - section, and in such lengths 'as designated. stumps, rubbish, vegetation, and other objectionable material shall not be placed in fill. After each layer of fill has been placed, it shall be uniformly mixed and shaped in lines, grades, and cross-section required,by maintainer. • Each layer shall be compacted, at the proper _ moisture content for obtaining maximum density, by means of blading and -rolling with a tamping roller. No successive layer of fill L shall be placed until the apparent dry density of the material in place is not less than 95% of the maximum dry density, as obtained by the "Proctor Compaction Test". After completion of any section of work, it shall be maintained to finished section by blading when �- and to the extent directed by the Engineer. 6. PAYMENT t Payment for subgrade preparation will be at unit price bid per square yard. The area figured will be from back of curb to back ` of curb. Said payment shall be full compensation for all necessary fill or excavation in paved area, blading, wetting, and rolling, 4 loading, hauling and wasting without nuisance all excess excavated material, and all labor, tools, equipment and all incidentals ., necessary to complete the work as herein specified. It shall also include the necessary excavation or fill behind the curb to shape the area behind the curb to the property line or sidewalk and y including all labor, equipment necessary to leave the area in condition for a neat yard or law=. The excavated material will r- first be used to make fill in the paved area, next to fill behind curbs and last to waste in the designated area as shown on the plans V and as described is Art. 3. above.. 1 L fi I 7. OVERHAUL No payment will be made for overhaul as such, but all excavated material shall be transported and used in the order described in Art. 3 and Art. 6 above, it being the intention to allow the contractor to use.minimum hauls on all suitable material, although organic matter, muck, or•unsuitable material shall be well mixed with suitable material in forming embankments on which paving will be placed, or used in fills not under paved sections. All rocks, pieces of concrete, stamps and other objectionable materials to be disposed of at the City Dump Ground. INDEX - SECTION XI FLEXIBLE BASE SUBJECT General ............................... Material .............................. Construction Methods .................. Rolling Equipment.... ................. Rolling Methods ....................... Densities ..........................:.. Measurement ........................... Payment ............................... PARAGRAPH PAGE 1 84 2 84 3 84 4 85 5 86 6 86 7 86 8 87 SECTION XI FLEXIBLE BASE 1. GENERAL Description —This item shall consist of a foundation course for sur ace or other base courses; shall be composed of caliche and gravel materials; and shall be constructed as herein specified in one or more courses in conformity with the typical sections and to the lines and grades established by the Engineer. 2. MATERIAL IAL The material shall be hauled from the pit as shown on the plans, and the caliche royalty will be paid for by the County. This material is approved by the Engineer and if conditions change in the pit or if the material is produced from another pit tests will be required and shall meet the following requirements: Passing 1-3/4" Screen................100X Retained on 40 Mesh............ S0%- to 85% The material passing the 40 Mesh Sieve shall be known as "Soil Binder" and shall meet the following requirements: The Liquid Limit shall not exceed ...... 45 The Plasticity Index shall not exceed..15 The Linear Shrinkage shall not exceed..8.5% Material Pits shall be opened up in such manner as to immediately expose the vertical faces of all acceptable strata, and the material shall be removed, unless otherwise directed,, in successive vertical cuts extending through all of the exposed strata. P' 1 3. CONSTRUCTION METHODS Before placing the base material, the.subgrade shall be approved by the Engineer as outlined in Section X, Subgrade Preparation. All unstable or otherwise objectionable material shall be removed from the subgrade and replaced with approved material. All holes, f ruts, and depressions shall be filled with approved material, and if required, the subgrade shall be thoroughly wetted with water and reshaped and rolled to the extent directed by the Engineer in order_ i,. to place the subgrade in an acceptable condition to receive the base material. The base material shall be delivered in approved vehicles of a uniform capacity, and it shall be the charge of the contractor that the required amount of material be delivered in each station or area. Material deposited on subgrade shall be spread and shaped the same day. Base material shall be placed in 2 equal lifts. 1' r in the event inclement weather prevents spreading of the material f during the first 24 hours, it shall be scarified and spread as directed by the Engineer. If additional "Binder" is considered necessary or desirable after the material is spread and shaped, it shall be furnished and applied _. in the amount directed by the Engineer. Such binder materials shall be carefully and evenly incorporated with the material in place by scarifying, harrowing, brooming, or by other approved methods. The course shall then be sprinkled as required and rolled, as directed until a uniform compaction is secured (6" compacted caliche base). Throughout this entire operation the shape of the course shall be maintained by blading, and the surface upon completion — shall be smooth and in conformity with the,typical sections shown on the.plans, and the established lines and grades. All irregularitiez, depressions or wear spots which develop shall be corrected immediately. by scarifying the areas affected, adding suitable material as required reshaping, and recompacting by sprinkling and rolling. _Rolling of base course shall be carried .on by the operation of approved pneumatic tire rollers or ten ton rollers, or a combination of the two as herein specified and as directed by the Engineer. 4. ROLLING EQUIPMENT . (a) Pneumatic tire rollers shall consist of not less than mine pneumatic -tired wheels running on two axles in such manner that the rear group of tires will not follow in the tracks of the forward group and shall be mounted in rigid frame and provided with a loading platform or body suitable for ballast loading. The Front axle shall be attached to the frame in such manner that the roller may be turned within a minimum circle. Under working conditions, it shall have an effective rolling width of approximately 60 inches and shall be so designed that by ballast loading, the total load may be varied uniformly from 9,000 pounds or less to 18,000 pounds or more. The roller shall be equipped with tires that will afford ground contact pressures to 45 pounds per square inch or more. The roller under working conditions shall provide a uniform compressic 3 under all wheels. The pneumatic tire roller shall be drawn by either a suitable crawler type tractor,, a pneumatic tired tractor, or a truck, of adequate tractive effect, or may be of the self-propelled type, and the roller, when drawn or propelled by either type of equipment, shall be considered,a pneumatic tire roller. (b) Ten (10) ton roller shall be the three wheel, self L propelled type, weighing not less than ten (10) tons and shall provide a compression on the rear wheel of not less than three hundred and twenty five (325) pounds per linear inch of tire width_. The rear wheels shall be flat and shall have a diameter of not less than forty a eight (48) inches, and each shall have a -tire width of not less than �.. twenty (20) inches. la 5. ROLLING METHODS (a) Pneumatic tire roller work shall be done as required to compact the base. The embankment layer of the base,course shall be sprinkled if directed, and rolling with a pneumatic tiro roller shall start longitudinally at the sides and proceed toward the center and overlapped successive trips by at least one -hall' (1/2) the width of the pneumatic tire roller. On super -elevated curves, rolling shall begin at the low sides and progress toward the high sides. Alternate trips of the roller shall be slightly different in length, and rolling shall continue until the base is set up. The -rollers, unless otherwise directed, shall be operate at a speed between two (2) and three (3) miles per hour. (b) Ten (10) ton roller work shall be done as required tc compact and finish the base. The embankment Layer or the base course shall be sprinkled if directed, and rolling with a power roller shall start longitudinally at the sides and proceed toward the center, overlapping on successive trips by at least one-half (1/2) of the width of the rear wheels of the power roller. On super 'elevated curves rolling shall begin at the low sides and progresa toward the high sides. Alternate trips of the roller sh continue until the base is finished off. The rollers,.unless oth wise directed, shall be operated at a speed between two (2) and three (3) miles per hour. (c) For material requiring rolling, at least one (1) pneumatic tire ar one ten (10) ton roller shall be provided for e one hundred (100Y cubic yards or fraction thereof of material pla per hour. The quantity of the material placed per hour_ shall be determined by averaging the total quantity of material placed wit any one working day., When operations are so isolated from one another that one roller cannot perform the required compaction satisfactorily additional rollers shall be provided and operated as directed by the Engineer. 6. DENSITIES It is the purpose of these specifications to obtain an apparent dry density of the minus 1/4" material of 92% of the maximum d.y density as determined by the Proctor Compaction Test." This density is to be obtained in the entire thickness of the base courses. 7. MEASUREMENT Work and accepted materials as prescribed for this item shall be measured by the Cubic yard on delivery - in measured trucks. NOTE: See Item IV, Pages 52-55 for Method of Compacting and Finishing Base. S. PAYMENT The work performed and material frunished as prescribed for this item and measured as provided under "Measurement" shall be paid for at the J� unit price bid.for "Flexible Base" per cubic yard. -- 1 The bid price shall be full compensation for loading, hauling and processing caliche base, which includes sprinkling, rolling, compacting, and shaping and i for all labor, equipment, tools and incidentals necessary to complete the work, 1 except for caliche royalty, which shall be paid for by Lubbock County. l - r f j r 1 J r 1 t_ . GEOTECHNICAL EXPLORATION FOR .DISCHARGE PIPELINE AND WATER RECLAMATION IMPROVEMENTS LUBBOCK, TEXAS Prepared For Black and Veatch 5725 LBJ Freeway, Suite 300 Dallas, Texas 75240 August 24, 1992 SWL Report No. 92-132 acuTr�weeTe�u � .ten®..n ®.r. I t rW* SOUTHWEBTr.mN LABORATORms Materials, environmental and geotechnical engineering, nondestructive, metallurgical and analytical services 2575 Lone Star Orive • P. 0. Box 224227, Dallas. Texas 75222 • 214/631 -2700 August 24, 1992 Mr. Robert G. McCollum, P.E. Black & Veatch 5725 LBJ Freeway, Suite 300 Dallas, Texas 75240 Re: Geotechnical Investigation Discharge Pipeline and Water Reclamation Improvements Lubbock, Texas SwL Report No. 92-132 Dear Mr. McCollum: Attached is our geotechnical report for the above referenced project. This investigation was performed in accordance with the Agreement Between Engineer and Consultant effective March 5, 1992. Comments furnished by the client have been incorporated into the report as deemed appropriate. A letter addressing these comments will be furnished under separate cover. If during the course of this project you require additional information, please do not hesitate to call US. Sincerely, SOUTHWESTERN LABORATORIES, INC. /�e�s�se. Coleman, ., P.E. ?im ec nic 1 Division G. Abrams, P.E. Manager Geotechnical Division t- JEC : TGA 4 �S5QZE OF III y JESSE - COLEMAN. JR. 39721 r 40228 r� 'Q � +`•+.� i' ' may J;�'au r�{ '�' w► =lug_ .. ! .. _ •ar HOUSTON • DALLAS 0 AUSTIN • BEAUMONT • GALVESTON COUNTY • RIO GRANGE VALLEY • ALEXANDRIA SAN ANTONIO • FORT WORTH • MIDLAND 0 MONROE 0 SHREVEPORT • TEXARKANA • DENISON • BATON ROUGE A member of Ina HIH •9rouo of comoames l r- TABLE OF CONTENTS Page Project Information ............................... 1 Scope of Investigation ............................. 2 Field Operations ................................... 3 Laboratory Testing ................................. 4 Subsurface Conditions .............................. 6 Biotower Filter, Pumping Station Complex, and Effluent Pump Station ..................... 6 Pipeline ....................................... 7 Groundwater ........................................ 8 Biotower Filter, Pump Station Complex, and Effluent Pump Station ..................... 8 Pipeline ....................................... 9 Analysis and Recommendations Foundation System .... ......................... 9 Pumping Station Complex 10 Biotower Filters .......................... 11 Effluent Pump Station ....................... 13 Hydrostatic Uplift .......................... 15 Mat Foundation Construction Considerations ..... 16 Drilled Shaft Construction Considerations ...... 17 Lateral Earth Pressures ........................ 16 Wall Drainage .................................. 20 Design Groundwater Level ....................... 21 Pipeline Construction Considerations ........... 21 Dewatering..................................... 24 Excavations..................................... 26 Backfill ....................................... 26 Seismic Design Considerations .................. 27 Limitations and Reproductions ...................... 27 FIGURES Figure Discharge Pipeline Below Lake Ransom Canyon .......... 1 Southeast Water Reclamation Plant ......... 2 Pressure Diagram For Temporary Multi -Braced Retention System .................................... 3 APPENDIX Figures Logof Borings....................................A-1 Grain Size Analyses...............................A-40 Corrosion Test Results............................A-43 f eIITYWL.TfOY 1 .YAa. T/f 01I• GEOTECHNICAL INVESTIGATION DISCHARGE PIPELINE AND WATER RECLAMATION IMPROVEMENTS LUBBOCK, TEXAS PROJECT INFORMATION A new 24 inch diameter discharge pipeline is planned from U.S. Highway 84 to FM 400 near the city of Lubbock as shown on Figure 1. The pipeline will be about 29,500 feet long and range from 8 to 32 feet deep. This project also includes the design and construction of two biotower filters (trickling filter), a pumping station complex between the two biotower filters, and an effluent pump station at the Southeast Water Reclamation Plant located as shown on Figure 2. This study was planned to provide. recommendations to guide the design and construction of the pipeline and treatment plant improvements. The sizes and maximum loads for the filters and pump stations are as follows: Effluent Pumping Station: 48' long by 32' wide by 23' deep with bearing pressures at 1,840 psf and 21.3 kip bridge crane loads 92-132 -1- SOUTNWCSTERN 4A6OAATOo'Ef Biotower Filters 65' diameter by 3' deep with a bearing pressures of 1,250 psf Pumping Station Complex: 74, long by 59' wide by 21' deep with bearing pressures of 1,500 psf. Two existing trickling filters are located where the new biotowers and pumping station complex is planned. The existing filters are approximately 180 feet in diameter, with rock filter media to a depth of about 6 feet. The pipeline extends from Station 100+00 at the north fork of the Double Mountain Fork of the Brazos River and FM 400 to Station 383+44.23 at FM 835 and US Highway 84 at Posey, Texas. The station numbering changes along the alignment. Station equation, Sta. 187+23.80 Back = 177+49.65 Forward, may be used to correct the stationing. SCOPE OF INVESTIGATION The purposes of the study were to: 1) explore the subsur- face conditions at the site, 2) evaluate the pertinent engineering properties of the subsurface materials, 3) provide recommendations for suitable types of foundation systems for the proposed biotower filters and pump stations, and 4) provide recommendations for pipeline trench excavations. SOUTHWESTERN LA-SORATORIES r- r 92-132 - - -2- d� FIELD OPERATIONS Sixty-one borings were drilledalongthe pipeline align- ment between the dates of March 20 and March 27, 1992. Approximate boring locations at the Southeast Water Reclamation Plant are shown in the Boring Location Diagram, Figure 2. Locations of Borings B-4 through B-61 are referenced by station numbers of the pipeline. The boring station locations and elevations of Borings B-4 through B-60 were established by survey. The station location and elevation of Boring B-61 was estimated from the project topographic map. Borings were advanced utilizing air rotary methods with a Failing 1250, truck -mounted. drilling rig to obtain samples of laboratory evaluation. Logs of the borings with sample descriptionsand approximate locations of strata boundaries are _presented on the boring logs in the appendix. Undisturbed specimens of cohesive soils were obtained at intermittent intervals with standard, thin -walled, seamless tube samplers. These specimens,were extruded in the field, logged, sealed and packaged to protect them from disturbance and maintain their in -situ moisture content during transportation to our laboratory. 92-132 -3- SOU TNWEiTCRN.L&BONAYnairs Where cohesionless soils, caliches, and stiff clays containing calcareous nodules were encountered, an indication' of their engineering properties was obtained by means of the Standard Penetration test. This test consists of determining the number of blows required for a 140 pound hammer falling 30 inches to drive a standard split -spoon -sampler 12 inches. Double -tube core barrels and hard formation drilling bits were used to sample the -primary formation of caliche. These samples were also extruded, logged and packaged in the field. Foundation bearing properties of caliche were also evaluated- using the Texas Highway Department (THD) Cone Penetrometer test. This test consists of determining the 'penetration of a 3-inch diameter cone driven with an 'approximate energy equivalent of a 170-pound hammer falling 24 inches. LABORATORY TESTING .The' -samples obtained during field operations were exam- ined in our laboratory by a geotechnical engineer. The laboratory tests were performed on selected samples under the supervision of this engineer. 92-132 -4- 'A9 The in -situ unit weight and .moisture content of the sam- ples were determined and used in conjunction with the At- terberg Limits tests to evaluate the potential volumetric change of the different strata, and as an indication of the uniformity of the material. Unconfined compression tests were performed on selected undisturbed samples of the tan and brown silty and sandy clays to evaluate the strength of these materials. Uncon- fined compression tests were also. run on selected samples of the clayey sands and caliche. Grain size analyses and the percent finer than the No. 200 sieve was measured for selected samples as an aid in classification.. The results of our testing program are tabulated on the Logs of Borings and Grain Size Analyses included on Figures A-40 to A-42 in the Appendix. Thirteen samples were tested for chloride and sulphate content, pH, and specific conductance in accordance with ASTM and EPA standards. The results of these tests are tabulated on Figures A-43 through A-47 in the Appendix. 92-132 -5- f A�1TrWlfTtmu 1 .�AO.T/�O�l. SUBSURFACE CONDITIONS The subsurface conditions encountered in the borings were generally similar. The conditions present at each boring location are presented on the Boring Logs in the Appendix along with descriptions of the various strata and their depths and thicknesses. A brief description of the stratigraphy indicated by the borings is summarized in the following paragraph: Biotower Filters. Pumpinq Station Complexand Effluent Pump Station .Borings B-1 and B-3 were drilled for the biotower filters and pumping station complex. Boring B-2 was drilled for the effluent pump station. Brown and tan sandy clay (CL) to clayey sand (SC) was encountered at the ground surface and extended to a depth of 2 feet. In Borings B-2 and B-3 this material was identified as fill. Tan and brown silty to sandy clay (CL) was next encountered and extended to depths varying from 8 to 21.5 feet. In Boring B-1 a reddish brown clay (CH) was encountered at a depth of 21.5.feet and extended to the maximum 25 foot depth explored. A gray sandy clay (SC) was next encountered at a depth of 17 feet in Boring B-2. This sandy clay was underlain by a gray silty sand (SM) at 9OUT►.MIESTERW LAsOMA-rnR1r% 92-132 -6- 24.5 feet. A pinkish tan ;silty clay to clayey sand (CL-SC) (calcareous, weakly cemented caliche) was encountered in Boring -3 at a depth :of'.8 feet. Reddish brown silty sand (SM) was next encountered in this boring at 21.5 feet .and extended to. the maximum 30.5 foot depth explored. Pipeline Borings B-4-through B-61 were -drilled along the pipeline route. The borings were drilled and sampled to depths corresponding to the proposed range in the depth of the pipeline. A summary of the boring depths is presented below: Borings 4 thorough 37 38 thorough 40 41 thorough'44 45 thorough 46 47 thorough 52 53 thorough 55 56 thorough 63 Approximate Depth. ft. 10 15 20. 25 35 20 10 Borings B-8, B-10, B-12, and B-20 through B-51 were drilled through road paving consisting of 2 to 3 inches of asphaltic concrete pavement and up to 9 inches of base material. Boring B-11 was. drilled through one foot of road base material. ■ell Vr W fl.T a a...l.... ]Ef ®Jf. 92-132 =7- The soil in Borings B-4 and B-5 consists of a very loose to medium clayey sand extending to the maximum '10 foot depth explored. In general, the soil in the remainder of the borings consists of a sandy to silty clay to depths of 3 to 10 feet. Underlying this sandy to silty clay is a hard to very dense, weakly -cemented, silty clay to clayey sand (caliche) extending to the maximum 10 to 25 foot depths explored in Borings B-7 through B-45 and B-54 through B-61. The caliche also extended to' -the maximum 35 foot.depth explored.in Borings.B-50 and B-51. A carbonate cemented sandstone was: encountered at depths of 9 to 17 feet in Borings B-46, B-47, B-48, B-49, and B-53. This sandstone extended to the maximum 35 foot depth explored in Borings B-46 through-B-49 and the maximum 20 foot depth explored.in Boring B-53. GROUNDWATER Rotary drilling techniques, using compressed air to remove the cuttings, were usedtoadvance our borings. This technique allows groundwater seepage to be observed during drilling operations. Biotower Filters, Pumninq Station Comglex and Effluent Pump Station Groundwater seepage was encountered in Borings B-1, B-2, and B-3 at depths of 10, 11, and 20 feet, respectively. r ._. ft CSu i'YMfEfTER1 �eoc�tt�c�.Ea 92-132 -8- a Groundwater levels of 8, 10, and_ 16 feet. were measured in Borings B-1, B-2, and B-3, respectively,. after., completion of drilling operations. Pipeline Groundwater seepage was encountered at a depth, of 1 foot in Borings B-4 and B-5. The measured water level in Boring B-4 was 4 feet at completion and 4 feet after 5 hours. Boring B-5 was dry at completion. Groundwater was not observed in any -of the remaining borings. Variation in -groundwater levels and quantities should be anticipated due seasonal variations in rainfall. ANALYSIS AND RECOMMENDATIONS Foundation System For purposes of this report, net bearing pressure is de- fined as the pressure, in excess of the existing overbur- den pressure, which can be safely carried .at the founda- tion depth. The bottom of an excavation is considered the top of the overburden, for purposes of calculating the net bearing pressure for foundations within an,. excavation. The allowable bearing pressure values given in this report are net bearing values. 92-132 -9- SO LLTH WE■ 7 EAN1lROAA Tin R 1 Ef Pumping Station Complex The. bottom of the pumping station complex will be about 21 feet - below existing grade. A mat foundation is planned. The allowable net bearing value for a mat foundation bearing at a depth of about 21 feet below existing grade is 2,800 psf. This bearing value includes -a factor of safety of 3. The mat foundation could experience up to one-half inch of settlement for a net bearing pressure of 1,500 psf. Approximately 1/4 of this settlement is expected to occur during construction and initial loading. Differential settlement is expected to be less than 1/2 the total settlement for a mat foundation. Excavation for the foundation, placement of concrete and steel, and required backfilling should proceed in as continuous a manner -as -practical. This - will serve to ,reduce deterioration of the bearing surface. The excavation is anticipated to be below the water table. Accordingly, the excavation must be continuously dewatered during construction. The foundation subgrade soils may be disturbed during construction activities. The subgrade can be protected during construction by placing filter fabric over the subgrade soils. A 6 inch layer of crushed SDUTYWrTtRN t JR!'fRaTA Rif. 92-132 -10- 0 stone should then be placed over the fabric: Should the footing subgrade be loosened by the excavation activities, the subgrade should be compacted prior -.to placing the filter fabric. Biotower Filters The bottom of the biotower (trickling)`filter structures will be about 3 feet below existing grade. Current plans call for an integral ringwall and bottom 'slab foundation. The filter media will be supported on square footings on the filter floor slab. An allowable bearing value of 1,500 psf is recommended for the combination footing founded at a depth of 3 feet. The biotower filter is planned to be 65 feet in diameter with a sustained bearing pressure on the order of 1,250*psf. Settlements of 1 to- 2 inches were computed for the soil conditions indicated by Borings B-3 and B-1,. respectively, for this bearing pressure. The actual: -amount of settlement will depend upon the actual soil, conditions present at the filter locations Differential settlement of these foundations are estimated:to -be on -.the order of 50 to 70 percent of the total estimated settlement measured between the center and edge of the filter foundation. 92-132 -11- Excavation for the foundation, placement of concrete and .steel, and required backfilling should proceed in as continuous a manner as practical. Should the subgrade soils soften due to standing water in -the excavation, the soft soils should be removed to firm ground and replaced with suitable fill soils or worked in placed -to obtain a dry density of at least 95 percent of the maximum dry density as determined by test method ASTM D 698 at a moisture content +2 percent of optimum. Should weather conditions at the time of construction indicate rainfall will occur, consideration should be given, to the use of a lean concrete seal slab to help preserve the subgrade soils. If -these settlements cannot be tolerated by the biotower structure, then a drilled and underreamed shaft foundation is recommended. The.shafts should be founded in the sandy clay at a.depth of 10 feet below existing grade. A base to shaft diameter ratio between 2 and 2.5 to 1 is recommended: An allowable net bearing pressure of 2,500 psf-is recommended. -scu T..wrsTrw._ �wnn�Tn sera 92-132 -12- r r r Settlement of drilled and underreamed shafts loaded to a net bearing pressure as recommended above is -estimated to be less than one inch, with up to one-half of this settlement occurring during construction and initial loading. Differential settlement between adjacent drilled shafts is expected to equal the total settlement. Before a drilled shaft foundation system is constructed, we recommend that additional borings be drilled at each of the trickling filtersafterdemolition of the existing filters._- Once the actual soil types are established at the-biotower locations, a'determination of the magnitude of the expected settlement can be made. -These borings may indicate soil conditions similar to Boring 3 that will allow a shallow foundation system. Effluent Pump Station The bottom of the structure of the effluent pump station will be approximately 23 feet- .below -existing grade. Current plans call for a. mat foundation for this structure. The allowable net bearing pressure for a mat foundation is 2,000 psf. This bearing value contains a factor of safety of 3. SCIl?YIY LlTt■1V �.�wnn.Tn mtra 92-132 -13- The mat, foundation subgrade should - be free of loose or soft soils 'when the foundation concrete is poured. Either a lean concrete seal slab or filter fabric overlain by crushed stone can be used to protect the mat subgrade. The subgrade should be. compacted should; the foundation soils be loosened by construction activities prior to placement of the seal slab or filter fabric and rock. ,The maximum settlement of amat foundation is expected to be, on the order of -one-half inch with up to 60 to 70 percent of this settlement occurring during construction and initial loading. Differential settlement is expected to be less than 50 percent of the total settlement. The effluent pump station will also have a bridge, crane with a 21.3 kip load at the crane support. Either shallow spread footings or reinforced concrete drilled shafts are recommended. . An allowable net bearing pressure I of 1',500 psf for sustained live and dead loads and 2,000 psf for dead and transient live loads are recommended for a square -spread footing embedded at least 2-feet below existing grade. For drilled shafts founded 10 below existing grade, an allowable net bearing :value of 3,000 psf is recommended anutu r'ratrou � �ane.�ne�r. 92-132 -14- for dead and sustained live loads .and 3,600 psf for dead plus transient live loads for shaftswith a: underream or shaft diameter equal to or less than 3 feet.. For larger underream or shaft diameters or greater..embedments, the weaker sandy clays below 17 feet will reduce the allowable bearing.pressures to 1,400 psf. Hydrostatic Uplift The pump station complex and effluent pump station will be subjected to hydrostatic uplift forces. The effluent pump station floor slab will be designed with pop -off valves to relieve hydrostatic water pressures. _ The pump station complex floor slab will be designed to withstand hydrostatic pressures. These forces can be resisted by the buoyant weight of the structures and. compacted soil backfill placed on a heel or extension of the foundation slab around the perimeter provided the floor slabs are designed to resist the uplift pressures. Buoyant soil weights should be used below the design -water level. If the mat foundations cannot be designed .to resist the uplift loads, then tie -downs should be _considered to resist the hydrostatic forces. Tie -downs may be drilled and underreamed shafts or grouted, tendons anchored in the deeper soil strata. SwL can provide design parameters for these systems, upon your request. ■DUTNWVTlYu .�ncmrn �r• 92-132 -15- Nat Foundation Construction Considerations Based on information from Borings B-1 and B-2, groundwater will be encountered during excavation for the for the pump station complex and effluent pump station .at depths of 8 and to feet, respectively. Dewatering of these sites will be required for the construction excavations.: The sites should be dewatered to 2 feet below the planned excavation depth. Temporary cut slopes in the sandy clays should be 2 horizontal to l vertical'(2H:1V) for cuts up to 25 feet in depth or a braced retention system should be used. Sheet piling may be used as a retention system. Sheet piling will generally have less seepage through joints than other forms of retention systems. Dewatering of the sandy clays within the sheet piling with sumps and pumps should be anticipated. The recommended' temporary retention system pressure envelope for use at this site is presented on Figure 3. The pressure .envelopes are for saturated conditions without surcharge loads. Hydrostatic pressures should also be included wheregroundwater is encountered and excavations are not.dewatered. -sa u-ru urciT r'o u'r atfneaTno�r. 92-132 -16- r Drilled Shaft Construction Considerations Groundwater. seepage will be encountered during the installation of some of the shafts, particularly if construction proceeds during a wet period of the year. In most -cases, rapid placement of concrete and steel will permit -shaft installation to proceed; however, the seepage rates could be sufficient to require the use of temporary casing. In those instances where casing is required it should be seated below the zone of seepage with all water and most loose material removed prior tobeginning the underream operation. Care should then be taken that a sufficient head of plastic concrete is maintained within the casing during extraction. The underreaming of individual shafts should be excavated in a continuous operation and concrete placed as soon as practical after completion of drilling. No shaft should be left open for more than 8 hours. All drilled shaft installations should be carefully inspected by qualified personnel to help verify the bearing stratum, underream clean -out, and perform related duties. Lateral Earth Pressures The lateral pressure appropriate for the -design of below grade walls will be a function of the backf ill material 92-132 -17- eeeu 2uur rctr ru..�..�an rswe� r used and drainage conditions behind the wall. Recommended lateral earth pressure coefficients for- level ground surface conditions are as follows: Earth Pressure Coefficients Backfill Material Active At -Rest Passive Ka Ko. Kp On -site clayey sand 0.35 0.50 2.9 on -site sandy clay 0.45 0.70 2.5 Granular backfill conforming to ASTM C 33, fine aggregate 0.27 0.40 3.5 Active earth pressures are recommended where the top of the structure walls are free to deflect, or for single braced sheet piling walls. Reinforced concrete walls that are restrained at their top should be designed for at -rest earth pressures. The wall backfill limits should extend outward at least 2 feet from the base of the wall and then upward on a 1H:2V slope or the temporary stable cut slope. Where the backfill cannot be placed to these limits due to the earth retention system, the on -site soil values should be used for design. Surcharge loads should be included in the wall design. Recommended soil unit weights in pounds per cubic foot for the above backfill materials are as follows: -3GL1 r..WtSr tOtJ l.�Nff�a�fl0il 92-132 -18- Backfill Material On -site clayey sand on -site sandy clay Granular backfill conforming to ASTM C 33, fine aggregate Above Design — Below Design Groundwater Groundwater Level (pcf ) Level h3cf ) 120 58 125 63 125 63 Below the design groundwater level, hydrostatic pressures should be added to the earth effective or buoyant pres- sures .unless drainage is otherwise provided for. Care should be taken that backfill is not overcompacted, which could increase the lateral pressures on the walls. The top of the backfill should be protected by flatwork, paving, or a minimum of 2 feet of sandy clay fill to prevent surface infiltration. The above values assume a relatively level surface behind the wall. A sloping ground surface behind the wall can significantly increase the lateral earth pressures. For example, a 3H:1V backslope condition would require a 15. percent increase in the above lateral earth pressure values while a 2H:1V backslope condition would require a 30 percent increase in the values. 92-132 -19- _... SOUT"WASTEAN.►,AOOAATOAIEi I Wall backf ill materials which will support flatwork or loads should be placed in loose lifts less than 9 inches thick and uniformly compacted to a minimum density of 95 percent of ASTM D 698 or a minimum relative density of 75 percent in order to reduce backf ill settlement. Moisture. content during placement of the backfill should be within -2 to +3 percent of the optimum moisture content as measured in the 'test method used to develop the compaction density value.` Even with practical attempts to uniformly compact the wall backf ill, some settlements may occur immediately behind the wall. These settlements may also impose anadditional load on pipes passing through the fill to the structures. Potential settlements of well compacted fill may range "-om 0.3 to 0.5 percent of the fill thickness. ,.,,11 Drainacte on -site sandy clay or clayey sand is used as 9 bacnfill and it is desired to reduce the hydrostatic pressures, a vertical drain would be required immediately .)eh;nd the walls. This drain could consist of a clean nd an_-: gravel vertical drain or a synthetic drain such ,MIRADRAIN by Mirafi. SOUTIMNEfTERIN LAOONATOR IES -20- F F The sand and gravel drain should be at least 1 foot wide. The granular drain should be free draining material with less than 3 percent passing the No. 200 sieve and meeting the gradation requirements for concrete aggregates as specified in ASTM C 33 Coarse Aggregate, size No. 57. The drain material should 'be separated from the adjacent fine-grained backfill by using a suitable geotextile fabric (such as Mirafi 140N or equal). A perforated drain pipe which drains by gravity flow to a suitable outlet or sump would be required at the base of the vertical back - fill drain. Design Groundwater Level Seepage was observed in the borings. Seepage from rainfall or migration from the near surface rainfall or irrigation is expected in the surficial clayey sands and sandy clays. This seepage could result in a build-up of hydrostatic pressure behind the walls. 'Therefore, if a drain is not provided behind the wall, the wall should be designed for hydrostatic forces beginning 5 feet below the top of the walls or finished grade. Pipeline Construction Recommendations A 24 inch diameter pipeline will be constructed as part of this project. The pipeline will connect to the existing 92-13 OWC seutwwrftraw ��eow�rreo�es .24 inch diameter pipeline and. extend from U.S. Highway 84 to FM 400 near the city of Lubbock. The pipeline will be about 29,500 feet in length .and range from 8 to 32 feet in depth. The proposed pipeline route is shown on Figure 1. The boring locations were staked by the firm of Black & Veatch. The station numbers and elevations shown on the boring logs were obtained from Black & Veatch, except for Boring 61. The station and elevation were estimated from the site plan for this boring. The soil consists of a. very loose to medium dense clayey sand in the area of Borings B-4 and B-S. In addition, groundwater seepage was encountered inboth borings, and a high groundwater level was measured in Boring B-4. Slopes of 4 horizontal to i vertical (4H:1V) or flatter may be necessary to provide stability for temporary cut slopes in this material, if the slopes are not dewatered. Dewatered slopes can be excavated on 2H:1V side slopes. Dewatering will also be required for .braced excavations. The groundwater level should be lowered to at least 2 feet below the bottom of the trench excavation. SOUTHWESTERN LABORATORIES 92-132 -22- Any excavation which is greater than 5 feet in depth must be eitherbraced -or laid back to a stable slope. OSHA Safety and Health Standards (29 CFR 1926), Subpart P, re- garding'safety requirements should be consulted for trench excavations -greater than -5 feet in depth. The soils in the area of Boring 4 and 5 are classified as Type C by OSHA classification: The soils along the remainder of the pipeline length are .generally very stiff sandy clays to silty clays and clayey sands (weakly cemented caliche). Temporary cut slopes of 1H:1V will be stable in these soils. The cemented sandstones encountered in Borings B-45 through B-49 and B-52 should also be cut to slopes of 1H:1V. These soils are classified as OSHA Type A soils,` unless they are subject to vibrations from heavy traffic. Various types of retention* systems can be considered for the excavation of the pipe trenches. Trench boxes or shields, cantilevered tangent shafts, soldier pile with lagging and cross -bracing, or steel sheet piling with cross bracing could be used at this site. Trench boxes or shields are anticipated to be used where excavation depths are less than 15 feet. The other retention systems may be required where excavations greater than 15 feet are required. lOLJTMWElTERM L •BGR�TC RIE! 92-132 -23- The steel sheet piling are anticipated to require less dewatering and accordingly less groundwater todisposeof in an approved manner. Sheet piling can also be used to reduce the, groundwater inflows into the trench excavations. The sheet piling should be driven several feet below the base of the excavation. The enclosed area will need to be dewatered 2 feet below excavation grade to provide a suitable working platform. Hard driving may split sheet pile interlocks and the intact interlocks may not be entirely watertight. -Provisions to.maintain water levels below the excavation level should be made. Recommended design parameters for the above retention systems are presented on Figure 3.. The pressure envelopes contains .a hydrostatic pressure but not surcharge loads due to traffic, equipment, or adjacent structures. These surcharges must be evaluated and included in the design of .the retention system. Hydrostatic pressure should be included for retention systems where groundwater is present and the excavation is not dewatered. Similar diagrams can be developed for other systems, if desired. pewatering All, temporary excavations for the pump station complex effluent pump station and a portion of the pipeline will fGIJ TYWEiTEAhI L�®Gp�T�G1ES 92-132 -24- F r be partially submerged. Therefore, dewatering of the excavations will be required. Dewatering can be accomplished in various ways, such as sump pumping or wellpoint systems where sands are present. The drawdown from wellpoints can result in settlement of structures and/or pavements in close proximity (within 75 to 100 feet) to the area being dewatered. The magnitude of any potential settlement of: existing structures due to wellpointing is dependent on the type of foundation system, foundation depth, foundation loading conditions, the actual drawdown of the wellpoint system, the distance of the structure from the wellpoints, and the compressibility -and hydraulic conductivity characteristics of the soil profile. Typically, structures overlying the soft, gray, sandy clays encountered in Boring B-1 could be suspectable to significant settlements, on the order of 4 inches or more, dependent upon the actual foundation loading, type, distance .from the wellpoints, etc. as mentioned above. The amount .of settlement generally decreases with distance from the wellpoint system. Lightly loaded structures, with bearing pressures on the order of 2,000 psf or less and foundation depths less than 10 feet, more than.50 feet from the wellpoints are expected to have settlements on the.;order :of 1 inch or 'SCl1TMwtf TEIIN L���A�TSOii 92-132 -25- less. If the actual soil conditions are similar to those in Boring B-3, settlement due to. well pointing is expected to be much less than one inch. Methods to mitigate settlement from _wellpoint systems include underpinning foundations, additional deep foundations, limiting the range of the drawdown by use of cut-off walls, water injection, etc. The actual method chosen will dependuponthe of dewatering .system the contractor installs. Excavations Excavations for the structures at the water reclamation plant can be accomplished with standard. excavation techniques. Temporary cut slopes should be as recommended above. Excavations for the pipeline through the soil encountered in. this excavation can also be accomplished. with standard excavation techniques and equipment.Some difficult digging should be anticipated in the weakly cemented caliche materials, requiring greater effort and possibly the. use of a pavement breaker mounted on a backhoe. However, excavation by.drilling and blasting techniques is not anticipated. SOUTHWESTERN LABORATORIES 92-132 -26- F - Backf ill The material obtained from the various excavations may be used as backfill for the project structures and pipeline. The on -site materials are classified as CH, CL, and SC, in accordance with ASTM D 2448. Both the areas 'to receive fill and the fill materials should be free of any vegetation or debris. Prior to placing the fill, the exposed subgrade in areas to receive fill (structure and trench subgrade) should be scarified to a depth of 6 inches and recompacted to a minimum of 95 percent density ±2 percentage points of the optimum moisture content as determined by ASTM D 698. Fill materials should be spread in loose lifts, less than 9 inches thick and uniformly compacted in a similar manner. Seismic Design Considerations The Uniform Building Code (UBC), 1988 edition, places the project area within seismic Zone 0. Therefore, UBC seismic coefficients for structural design are not necessary for this project. Liquefaction will not be a problem because the seismic zone is zero. There are no known faults within a 50 mile radius of the, project site based on The American Association of Petroleum Geologists Geological Highway Map of Texas. lOUTMWEf TERN LABORATORIES 92-132 -27- LIMITATIONS AND REPRODUCTIONS The foregoing recommendations are based on analyses of the soils from each of the indicated borings with the assumption of uniform variation in the soil properties between borings. Should any conditions at variance with this report be encountered, during construction, this office should be notified immediately so further investigations can be made and supplemental recommendations can be given. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface conditions for purposes of determining trafficability, etc., are responsibilities of others. This report should not be used as a construction specification but as a guide for developing final foundation and pavement plans and specifications. Analysis performed by: Jesse E. Coleman, Jr., P.E. SOUTMWESTERN LARORATORIES 92-132 -28- f F I G U R E S IOU TMWWSTERw'C iwife�rn e.r. 4 Ll Ord I ME imw! SOUTHEAST WATER I a 1 � RECLAMATION PLANT \ I a 1 Z N 1 � •• � U/I I T \ 4, FAS > S t a I \ L - t• 14 tj m - _ C 1 rig [ o 1 N � F�f Z 7 LO41 �o g'0 �� J 1 s 1 .._ • Tj .:- -�--- -------- ----r : a•�= )0 _ to tlr�=� __ _- I'--�� _ _�� _ .J � a, �l► r PROPOSED DISCHAROE� ^_ „•. a PIPELINE BELOW-�"r } I L e)s a LAKE RANSOM CANYON �:' _ 1 _ IRF-'- • lA c'4 lu DOCK I111MOLISTRIAL - aas_actir7- .- puJ AIRPORT A I ,o a 9. .. ( e) f•S POSE T o� I At ,t � 2 I • BMJ-71 \ Ecie•!.�c I 64 � SCALE l!rlLL8_ - _ r i—. -ter .s. -•r as —_r-c_ �_. TT No Text 0.25 H CROSS BRACES V�", 40 H 62.4 Ibs 1 ft H (HYDROSTATIC) w a¢ BOTTOM OF CUT 5' .10 \'— SOLDIER PILE OF SHEET PILE D 150 D NOTE: 1. SURCHARGE LOADS SHOULD BE ADDED AS REQUIRED. 2. H AND D IN FEET. 3. APPROPRIATE SAFETY FACTORS TO BE APPLIED. 4. GROUNDWATER DEPTH BELOW EXISTING GROUND SURFACE VARIES. FIGURE 3 PRESSURE DIAGRAM FOR TEMPORARY MULTIBRACED RETENTION SYSTEM SWL 92 - 132 46j.� F r F r E . LOG OF BORING NO. B- 1 PROJECT: SE WATER RECLAMATION PLANT SHEET 1 of 1 CLIENT: BLACK & VEATCH LOCATION: SEE FIGURE 1 DATE: 3/20/92 SURFACE ELEV: 3120.00 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. m W. GROUNDWATER INFORMATION: Growndwater seepage w encountered at 10.0'. Water at 8.0' after 20 minutes. ~ o t W x Water at 8.0' after 2.5 hours. 0 0 m a] p N N J } H 2 v2yy w y Z H N W C� N _ p .� i V y LL ii DESCRIPTION OF STRATUM Dense, brown CLAYEY SAND (SC) P m 3.75 10 2.0 Very stiff, tan and brown SANDY CLAY (CL) with calcareous nodules 5 P=2.25 17 108 35 19 16 1.7 5.8 t 10 g _ 25 89 41 1.4 2.9 15 Ns8 20 N-6 31 30 17 13 _ 21.5 142 Very stiff, reddish brown CLAY (CH) 25 38 84 79 37 2.7 3.3 25.0 30 _ 35 _ 40 N W N REMARKS: TUBE AUGER SPLIT- ROCK COME NO SAMPLE SAMPLE SPOON CORE PEN RECOVERY 92-132 A- 1 SOUTHWESTERN LABORATORIES, INC LOG OF BORING NO. B- 2 PROJECT: SE WATER RECLAMATION PLANT SHEET 1 of 1 CLIENT: BLACK & VEATCH LOCATION: SEE FIGURE 1 DATE: 3/20/92 SURFACE ELEV: 3126.00 FIELD DATA LABORATORY DATA DRILLING METHOD(SI: Boring advancedus(og'air rotary method. — AR aR 'R GROUNDWATER INFORMATION: Growndwater seepage > o y encountered at 11.0 . Water at 10.0' at completion. 0 0 z } ~ g > Y Lou a v O CL �i1 n a''o COJ i= F- w y F- O y F h 2 a h 0 0 d 6. O z O F y ¢Z O n' ¢ O LL o ty a z o o > ° qN V7 O Z u7 o a o h a v, n c a .� iC U (n LL U d DESCRIPTION OF STRATUM Very stiff, tan and brown SANDY CLAY (CL) with 11 122 3.0 3.0 calcareous nodules 2 P - 4.0 11 121 -FILL- Very stiff, tan and brown SANDY CLAY (CL) with P-4.5+ 10 112 calcareous nodules 1101 5 N-19 15 114 1.9 3.9 15 Soft, prey SANDY CLAY (CL) 20 25 100 0.6 4.3 ' 1. -1.1- 25 —W N -14 123 30 35 011IIIIIIIIII EM Medium dense, gray SILTY SAND (SM) 17^ 24. _ 25- REMARKS: — TUBE AUGER SPLIT- ROCK NO SAMPLE SAMPLE , , SPOON CORE CTHD ONE PEN, RECOVERY 92-132 A- 2 SOUTHWESTERN LABORATORIES, IF LOG OF BORING NO. B- 3 PROJECT: SE WATER RECLAMATION PLANT SHEET 1 of 1 CLIENT: BLACK & VEATCH LOCATION: SEE FIGURE 1 1 DATE: 3/20/92 SURFACE ELEV: 3132.00 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary r•• method. i $ GROUNDWATER INFORMATION: Groundwater seepage v w y encountered at 20.0 . Water at 25.0' at completion. lid ~ '� Y Water at 16.0' after 5.5 hours. LL DESCRIPTION OF STRATUM Brown and tan SANDY CLAY (CU " �+ -FILL- 2.0 P-4.0 9 118 29 1S 11 2.0 3.3 Very stiff, brown SILTY CLAY (CL) r 5 P-3.75 11 - 12 107 56 26 130 1 1.0 12.7 1 8.0 Hard to very dense, pinkish tan, SILTY CLAY TO CLAYEY ► 10 N-50/3' 7 SAND (SC-CU, (calcareous, weakly cemented caliche) _ 15 N Q 64 18 44 _ . s .. 20 N=54V 16 _ C 21.5 Very dense, reddish brown SILTY SAND (SM) .. 25 N-92 19 18 30 N - 91 21 60 30.5 - 35 _ 40 REMARKS: TUBE AUGER SPLfT- ROCK THO CONE No SAMPLE SAMPLE SPOON CORE PEN RECOVERY (` 92-132 A• 3 SOUTHWESTERN LABORATORIES, INC. LOG OF BORING NO. B- 4 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 100+21.8, 291T. CLIENT: BLACK & VEATCH DATE: 3/21 /92 SURFACE ELEV: 2924.06 FIELD DATA LABORATORY DATA DRILLING METHODISI: Boring advanced using air rotary,_ method. aR � GROUNDWATER INFORMATION: Growndwater see age P 0 m z ui W encountered at 1.0'. Water at 4.0' at completion. zc W Water at 4.0' after 5 hours. y" Y 3 d yy z S N U.Z WY c a 0 O O Y J -� rl V W ¢ F- O f!1 J yy F- O y= F M 2 oII U- S m C) d H O 2� fn p O J G C1 H U H Z y W t~7 d Z w ¢ u. DESCRIPTION OF STRATUM g 0 r-' ch ,,, -0 Q m Z 0 Q0o w v coQ 4 Q Very loose, brown CLAYEY SAND (SC) = 13 37 a.. P- 1 34 93 5 0.25 T-3 7.f Medium dense, tan CLAYEY SAND (SC) with clay seams and gravel 10 N-10 19 20 I I 15 LOG OF BORING NO. B- 5 r PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION:.STA 105+00 201T. CLIENT: BLACK & VEATCH DATE: 3/21 /92 SURFACE ELEV: 2919.90 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. W W GROUNDWATER INFORMATION: Growndwater seepage y y encountered at 1.0'. Boring dry at completion. ,I YLL y H W 2 F- X G OLU U., Z w cYi a. O O uZ, L) ; N Y = i S m O W y J S I.% Z w W Z' d a� = {� 7 y N ¢g W LL O w to Q o I= 0 o 0 0 DESCRIPTION OF STRATUM rn c w z d: 2 0 a =, a Q 12 34 Loose to medium dense, tan CLAYEY SAND (SC) with organics 13 115 1.7 3.4 - 3.5 P=2.5 18 19 17 2 Loose to medium dense, tan CLAYEY SAND (SC) 5 N-4 16 30 r 10 10.9L j 15 REMARKS: " 11 TUBE AUGER SPLIT- ROCK CTHD ONE NO SAMPLE I SAMPLE SPOON CORE PEN. RECOVERY 92-132 A- 4 SOUTHWESTERN LABORATORIES, IN I r� LOG OF BORING NO. 13- 6 PROJECT: SE WATER RECLAMATION PLANT. LOCATION: STA 110 + 00 20'LT. CLIENT: BLACK & VEATCH DATE: 3121/92 SURFACE ELEV: 2924.37 FIELD DATA LABORATORY DATA DRILLING METHODIST: Boring advanced using air rotary method. GROUNDWATER INFORMATION: Boring dry at completion. tYA Uj V) U > 0 Z > rLH c; DESCRIPTION OF STRATUM 0 O :i IL: cc H. URI Light brown CLAYEY SAND (SC) 27 is 9 2.5 Very stiff, light brown and tan SANDY CLAY (CL) with 20 105 2.5 3.8 caliche 5 _X N-15 9 —10—x N-4 10.5- 15 LOG OF BORING NO. 13- 7 PROJECT: SE WATER RECLAMATION PLANT LOCATION: STA 115 + 00 20'LT. CLIENT: BLACK& VEATCH DATE: 3/21/92 SURFACEELEV: 2933.70 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. Uj GROUNDWATER INFORMATION: Boring dry at 0 CC a completion. 0 aR t Uj N 4n Win 0 0 W = U, a eL a 0 0 62 U. DESCRIPTION OF STRATUM W U. U Tan CLAYEY SAND (SC) 9 1 1 113 3.0 Very stiff, tan and brown SANDY CLAY (CL) with 5 P 2.75 17 calcareous nodules 14 112 32 18 14 1.5 3.2 P-2.5 15 10.0 10 15- REMARKS: TUBE AUGER SPOT ROCK THO CONE NO SAMPLE SAMPLE SPOON CORE _PEN RECOVERY 92-132 A- 5 SOUTHWESTERN LABORATORIES, INC LOG OF BORING NO. B- 8 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 120+00 301T. 1 CLIENT: BLACK & VEATCH DATE: 3/21 /92 SURFACE ELEV: 2949.10 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary --.1 method. W W GROUNDWATER INFORMATION: Boring dry at °m z W completion. J WUj N Z W Z H LL 1L O f- 6L W I.-- OJ m G. U W F.. 0 U � J i- O y x y O I z a OUj DESCRIPTION OF STRATUM d F- a axQC i W P > W 'ILL y a i o a Q an LL U 0. 3- Asphalt Paving 1.0 I Very stiff, tan and brown SANDY CLAY (CL) with 11 1 1 S 3.2 2.9 calcareous nodules 5 N = 28 10 37 17 20 39 Medium dense, brown clayey SILT (ML) 10 N-13 10-E i i 15 LOG OF BORING NO. B- 9 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 125+00 25'LT. CLIENT: BLACK & VEATCH DATE: 3/21/92 SURFACE ELEV: 2979.90 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. W W GROUNDWATER INFORMATION: Boring dry at m zz , = completion. r, } y N~ O F 2 LL z a p _ a O a U W } LL y !_ p S y c7 ,+ 2 .j m O ¢ Z W~ W z < �' x } z o DESCRIPTION OF STRATUM b W Z i O a rn to G to H o: J U to LL c) a P-4.5+ 9 Very stiff, tan and brown SANDY CLAY (CL) with calcareous nodules 3.0 Very stiff to medium dense, pinkish brown SILTY CLAY 5 N-26 _ TO CLAYEY SAND (CL-SC), (calcareous, weakly , cemented caliche) N-29 4 10 N-29 4 16 10:, 15 REMARKS: TUBE AUGER SPLIT- ROCK THD CONE NO SAMPLE SAMPLE SPOON CORE PEN_ RECOVERY 92-132 A- 6 SOUTHWESTERN LABORATORIES, IhI 1. r F LOG OF,BORING NO. B-10 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE.PIPELINE, LOCATION: STA 130+00 5'LT. CLIENT: BLACK & VEATCH DATE: 3121192 SURFACE ELEV: 3011.02 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. W W GROUNDWATER INFORMATION: Boring dry at ' m completion. UL Y a CY.1> a. O " W co VgL H ~ N Z O 2 y_ F WW O p F y O C =' a o Q�Q d < a s < o DESCRIPTION OF STRATUM . 3- Asphalt Paving and Base 27 Stiff, ten and brown SANDY CLAY (CL) with calcareous nodules 3.0 17 81 52 27 25 5.1 3.6 Hard, reddish brown CLAY ICH) 5 - P=4.5+ 14 P=4.5+ 20 10.0 10 15 LOG OF BORING NO. B-11 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 135+00 4'LT. CLIENT: BLACK & VEATCH DATE: 3/21192 SURFACE ELEV: 3042.11 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. V GROUNDWATER INFORMATION: Boring dry at F completion. U. Q �. W N J of 2 Q F O Z ' F W H C1 O _5(� C 1— H Z N W Vr Z W LL DESCRIPTION OF STRATUM a v°� c s b' w LL e Road Base Material 1.0 Hard, reddish brown SANDY CLAY (CL) 10 113 37 21 16 0.6 2.2 N-37 15 5.0 5 Hardto dense, pinkish tan, SILTY CLAY TO CLAYEY N-40 5 SAND (CL-SC) (calcareous, weakly cemented caliche) 10 N=46 3 - 10.5- 15 N F i j,7I �j REMARKS: TUBE AUGER SPLIT. ROCK THD CONE NO SAMPLE SAMPLE SPOON CORE PEN, RECOVERY 92-132 A- 7 SOUTHWESTERN LABORATORIES, INC LOG OF BORING NO. B-12 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 140+00 51T. CLIENT: BLACK & VEATCH DATE: 3121/92 SURFACE ELEV: 3071.72 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary` method. - W GROUNDWATER INFORMATION: Boring dry at c m z W completion. r r yZn ZC7 0 H ~ xx w 0 N Y w a Y U.Uj O w a V w F ZZ U H i O > fn = W lt: y t7 D: CL < z fA G= -j Zi aW w U. DESCRIPTION OF STRATUM o < fn Z a i G c<n LL cWo 12" Asphalt paving and road base materiel Hard to very dense, pinkish tan, SILTY CLAY TO CLAYEY SAND, (CL-SC) (calcareous, weakly cemented caliche) 5 N 5013" 1.Q- LOG OF BORING NO. B-13 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 145+00 201T. CLIENT: BLACK & VEATCH DATE: 3/21/92 SURFACE ELEV; 3079.56 r - FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. _ W w GROUNDWATER INFORMATION: Boring dry at m z W completion, ~ Z W ¢ p a wa yZ v O y v~i -I U. CL DESCRIPTION OF STRATUM � O a c N = o r v ? c a o — vi z a: I c c� ii' f U fn LL U Ten clayey SAND (SC) x. 1. x N-56 Dense, carbonate cemented SAND AND SILT (Callche) x'. N-63 9 81 x'. x G1 x'. X x 10 "50/1.5 5 85 10.5 TUBE AUGER SPLIT- ROCK SAMPLE SAMPLE SPOON CORE 92-132 Fi REMARKS: NO THO CONE RECOVERY A- 8 SOUTHWESTERN LABORATORIES, IN r f� f , r LOG OF BORING NO. 'B-14 PROJECT: SE WATER RECLAMATION PLANT,DISCRA-kE PIPELINE LOCATION: STA`150+00 201T. CLIENT: BLACK & VEATCH DATE: 3122192 SURFACE ELEV: 3081.71 FIELD DATA LABORATORY DATA DRILLING METHOD(Si: Boring advanced using air rotary method. GROUNDWATER INFORMATION: Boring dry at $ completion. N y ZLL H w Y f'n O ° d¢ i C o = ink W Hit Z y in c� O DESCRIPTION OF STRATUM o W a y= o<< < g to O N Z Y- 0. r1 OR Z! i U W U Tan clayey SAND (SC) 1.0 Very stiff, reddish brown SANDY CLAY (CH) 13 115 3.4 3.0 3.5 N -19 Very stiff to medium dense, pinkish tan, SILTY CLAY TO 5 CLAYEY SAND, (CL-SC) (calcareous, weakly cemented — caliche) N21 17 34 10 N-21 36 1 37 10.5— 15 LOG OF BORING NO. B-15 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 155+00 201T. CLIENT: BLACK & VEATCH DATE: 3/22192 SURFACE ELEV: 3085.79 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. F Ul W GROUNDWATER INFORMATION: Boring dry at c i completion. 2 to 0 LL ~ W ~ .9 r LL ~ X O (WpW U. W H dd 14 C m m d U ¢ to 0 Y H y L C7 C p O C FU- N t7 0 c < z F= c H LL a DESCRIPTION OF STRATUM IL ITan clayey SAND ISC) 1.0 19 1 10 29 16 13 41 Very stiff, reddish ten SANDY CLAY (CL) with caliche layers 18 5.0 5 Very stiff to medium dense, pinkish tan, SILTY CLAY TO CLAYEY SAND, (CL-SC) (calcareous, weakly cemented N -14 17 caliche) 10 N-15 16 36 10.5— 15 H W r'k f'i REMARKS: TUBE AUGER SPLIT- ROCK THO CO E NO SAMPLE SAMPLE SPOON CORE PEN. RECOVERY p 92-132 A- 9 SOUTHWESTERN LABORATORIES, INC. LOG OF BORING NO. B-16 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 160+00 20'LT. CLIENT: BLACK & VEATCH DATE: 3/22/92 SURFACE ELEV: 3088.84 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. Uj GROUNDWATER INFORMATION: Boring dry at f z � completion. H ``L O °z_ $ Y LIJ a U d 0 a U w y y V > y= ¢ h C7 H O Cra w S= y h w ' W LL i 00 _ ¢ 0 g h < 0 DESCRIPTION OF STRATUM 0 vi a vi Z H a i C a Very stiff, light brown SANDY CLAY (CU. 16 3.0 Stiff to medium dense, pinkish tan, SILTY CLAY TO 5_ 15 112 29 14 15 2.6 1.8 CLAYEY SAND, (CL-SC) (calcareous, weekly cemented caliche) N-13 10 N-10 15 41 10.5 I, 15 LOG OF BORING NO. B-17 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 165+00 CLIENT: BLACK & VEATCH DATE: 3122192 SURFACE ELEV: 3090.98 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. w W GROUNDWATER INFORMATION: Boring dry at 0 z w completion. H 2 iR O N g LL w Y 2 Cn W ¢ le 0 2�v Jm m a t 6 vvii = y IL J ¢ C rn j U U = u+ w DESCRIPTION OF STRATUM in = o o U y LL Very stiff, light brown SANDY CLAY (CL). 8 f51 2.5 11 19 17 2 Very stiff to medium dense, pinkish ten, SILTY CLAY TO N 14 13 39 CLAYEY SAND, (CL-SC) (calcareous, weekly cemented 5 caliche) �. 10 N-19 13 33 10.5 REMARKS: TUBE AUGER SPLIT- ROCK CONE NO SAMPLE SAMPLE SPOON CORE PEN. RECOVERY _ 92-132 A- 10 SOUTHWESTERN LABORATORIES, IN F F r LOG OF BORING NO. B-18 PROJECT: SEW ' ATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION:. STA 170 + 00 10'L CLIENT: BLACK& VEATCH DATE: 3/22/92 SURFACE ELEV: 3095.88 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. ud GROUNDWATER INFORMATION: Boring dry at $ z completion. fn Ny Uj Z Q iR O QQy O u. W Y Q O > z i e a W Y IONV y= 1y C7 cc ZN J Z LU Q Q � F c< a=¢ z F a a Q y LL DESCRIPTION OF STRATUM y Jug 10 45 Light brown clayey SAND (SC) 1.5 18 101 27 17 10 1.2 2.3 Stiff to medium dense, pinkish tan, SILTY CLAY TO CLAYEY SAND, (CL-SC) (calcareous, weakly cemented - caliche) 5 - 10 N-13 13 36 10.5- 15 LOG OF BORING NO. B-19 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 175+00 CLIENT: BLACK & VEATCH DATE: 3/22192 SURFACE ELEV: 3099.50 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. U) W GROUNDWATER INFORMATION: Boring dry at m F y completion. >ZZH U. F aZ y G N 8Uj W YCL Z d w O O O O ZqO ¢ F W t tyi> Uj ¢ C7 1yu Q .� N _ V , Z < rn N U. Z. DESCRIPTION OF STRATUM Very stiff, reddish brown SANDY CLAY (CL) with 17 107 26 17 9 0.0 0.0 calcareous nodules 3.0 Very stiff to medium dense, pinkish tan, SILTY CLAY TO 5 18 CLAYEY SAND, (CL-SC) (calcareous, weakly cemented _ caliche) P-3.5 14 10 15 33 10.0 15. N W N _ REMARKS: TUBE AUGER SPLIT- ROCK CONE NO SAMPLE SAMPLE SPOON CORE PEN RECOVERY 92-132 A- 11 SOUTHWESTERN LABORATORIES, INC LOG OF BORING NO. B-20 . PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 182+00 CLIENT: BLACK & VEATCH DATE: 3/23/92 SURFACE ELEV: 3108.03 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. W GROUNDWATER INFORMATION: Boring dry at m° z „', completion. `I y H = aR O Q U. _ = W Y tU $ a 3 = O O W v !_ } C a >Y a O O Q J J O. m m a W V1 U y W N , J J (i H (� O Z y 2 W b 0 W Z 0cc U. CL o i y r-= O �� a a i a, LL _ _ v' DESCRIPTION OF STRATUM v�i vQi z i= a 2 o S' i chi 3" Asphalt Paving -with 7' of road base material Very stiff, tan and brown SANDY CLAY (CL) with 11 116 28 16 12 46 calcareous nodules 5.0 5 Hard to very dense, pinkish tan, SILTY CLAY TO CLAYEY SAND, (CL-SC) (calcareous, weakly cemented caliche) N - 80 8 20 10 N-50 9 10.d 15 LOG OF BORING NO. B-21 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 187+00 CLIENT: BLACK & VEATCH DATE: 3/23/92 SURFACE ELEV: 3110.12 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. J aR � W W GROUNDWATER INFORMATION: Boring dry at m W 7completion. F r LL �/LL37 z z aR x 2cc O LL >Z tyu 14 CL y U O y = CL p 0 m Co 0 ¢ = y J .� V Z W~ O to W Z 4 i= S W Q O qy y = O 0m O ul DESCRIPTION OF STRATUM r°n o ai i s i o g IC t¢— Q LL va J 2' Asphalt Paving with 4" road base materiel Very stiff, tan and brown SANDY CLAY (CL) with calcareous nodules 12 113 29 17 12 50 9.8 2.6 5.t� 5 Very stiff to dense, pinkish tan, SILTY CLAY TO CLAYEY SAND, (CL-SC) (calcareous, weakly cemented caliche) N-36 N-40 11 38 " 10 10.5 15 N ICI W �`I REMARKS: ` TUBE AUGER SPLIT. ROCK THD CONE NO SAMPLE SAMPLE SPOON CORE PEN, RECOVERY. 92-132 A- 12 SOUTHWESTERN LABORATORIES, IN F LOG OF. BORING NO. B-22 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 183+00 CLIENT: BLACK & VEATCH DATE:.3123192 SURFACE ELEV: 3113.68 FIELD DATA LABORATORY DATA DRILLING METHOD(SI: Boring advanced using air rotary method. J La GROUNDWATER INFORMATION: Boring dry at completion. NS 0 z s C F-U. o W J � a m V W H Q H �% ~ J C y= fA C .� Q Q W C Q J C.7 z W C ¢ >� U. DESCRIPTION OF STRATUM d a CL = < y a a Q Q �°, ¢ z— r°n c z a s' H LL 2" Asphalt Paving with 4" road base material r--6:5- Very stiff, tan and brown SANDY CLAY (CL) with calcareous nodules 10 119 29.15 14 0.0 0.0 4.0 5 Very stiff to medium dense, pinkish tan, SILTY CLAY TO _ CLAYEY SAND, (CL-SC) (calcareous, weakly cemented caliche) N-21 12 10 - 11.5 15 LOG OF BORING NO. B-23 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 187+00 CLIENT: BLACK & VEATCH DATE: 3/23/92 SURFACE ELEV: 3116.51 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. W W GROUNDWATER INFORMATION: Boring dry at o LL r z Uj W , completion. > 0 t- f z iR � ~ Q $ LL X :E W d CYi O W-1 CL (I H ev > QUjm p v' ¢ ~ o' 2 y Q z C y Lj H z y W a W o < = a — DESCRIPTION OF STRATUM w Q w= a 2 Q J i vm LL v)i' \ 2' Asphalt Paving with 4" road base material 0.5 11 115 27 16 11 45 0.0 0.0 Very stiff, tan and brown SANDY CLAY (CL) with calcareous nodules 3.0 15 112 4,g 2.7 Very stiff to dense, pinkish tan, SILTY CLAY TO CLAYEY 5 SAND, (CL-SC) (calcareous, weakly cemented caliche) - N-34 12 31 10 N-24 H W P"i REMARKS: TUBE AUGER SPLIT- ROCK THD CONE NO SAMPLE SAMPLE SPOON CORE PEN. RECOVERY r; 92-132 t A- 13 SOUTHWESTERN LABORATORIES, INC LOG OF BORING NO. B-24 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 192+00 CLIENT: BLACK & VEATCH DATE: 3/23/92 SURFACE ELEV: 3119.03 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. � L GROUNDWATER INFORMATION: Boring at 9 dry m z � La W � completion. N 3 LL $ a i o !_ z >Y v ~ O 0 a m w - N V Z i H C Z G y -.i (� V Z w~ CL w U. I DESCRIPTION OF STRATUM CL i uai z= >> > < 2 J y o vai = i= a i o °a ° f v y LL v i 2' Asphalt Paving with 4' road base material P=4.5+ 12 Very stiff, reddish brown SANDY CLAY (CL) 2.f Very stiff to medium dense, pinkish ten, SILTY CLAY TO 19 103 2.2 3.3 CLAYEY SAND, (CL-SC) (calcareous, weakly cemented �I 5 caliche) �. N-17 1OX 10 i LOG OF BORING NO. B-25 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE' PIPELINE LOCATION: STA 197+00 CLIENT: BLACK & VEATCH DATE: 3/23/92 SURFACE ELEV: 3120.14 -- FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. ., aR W W . GROUNDWATER INFORMATION: Baring dry at m z '� aR completion. fn U.Y ie ~ LW O } �i, 2 $ LL W Y 2 U, a O E en CL ¢ y Sz F O y v~i Z W.0 mJOvi a 30 z - U U_ °wm zLLa DESCRIPTION OF STRATUM Fa- Q c i �'Z c z n R I L, LL U0— 2' Asphalt Paving with 4" road base material P - 4.5 + 9 Very stiff, tan and brown SANDY CLAY (CL) with 2't calcareous nodules 14 104 2.2 2.2 Hard to dense, pinkish tan, SILTY CLAY TO CLAYEY 5 SAND, (CL-SC) (calcareous, weakly cemented caliche) P-4.5+ 18 10 N-34 10.5 N W I"I 1'I REMARKS; NO TUBE AUGER SPLIT- ROCK THO CO NE ON. SAMPLE SAMPLE SPOON - CORE RECOVERY f. 92-132 A- 14 SOUTHWESTERN LABORATORIES, IN , r LOG OF BORING NO. B-26 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 202+00 CLIENT: BLACK & VEATCH DATE: 3123/92 SURFACE ELEV: 3120.94 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary 7 1 method. L GROUNDWATER INFORMATION: Boring dry at 0 z aR completion. LU LL LU 0 z > 0 0 Lu _j -j A. LU >- ci CL z c; < U7 z 0 X 0 0 < 0 Z E DESCRIPTION OF STRATUM I U -\�phalt Paving with 4" road base material Very stiff, tan and brown SANDY CLAY (CL) with 14 4.6 5.2 calcareous nodules N-31 10 10.0 15 LOG OF BORING NO. B-27 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 207 + 00 CLIENT: BLACK & VEATCH DATE: 3/23192 SURFACE ELEV: 3123.06 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. aR Uj GROUNDWATER INFORMATION: Boring dry at 0 LL z W XX > W completion. z 0 t: W 0 0 0 3 J 0. a r C Uj = D 6 Q " -j 0� Uj W Uj 0 Uj [P- a 0 cc z a Co 4= LL DESCRIPTION OF STRATUM P Asphalt Paving with 6" road bass material --\2* 01\XN 0 4.5 + 13 30 16 141 1 1 Very stiff, tan and brown SANDY CLAY (CL) with \\\\\g 3.0 X\\ 10 - 1 5 SAMPLE 92-132 141 109 P-4.5+ N-42 114 AUGER SPLIT - SAMPLE SPOON M ROCK CORE 2.6 4.1 Hard to dense, pinkish tan, SILTY CLAY TO CLAYEY SAND, (CL-SC) (calcareous, weakly cemented caliche) 10.5— THO CONE PEN. REMARKS: NO RECOVERY A- 15 SOUTHWESTERN LABORATORIES, INC, LOG OF BORING NO. B-28 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 212+00 .J CLIENT: BLACK & VEATCH f DATE: 3/24/92 SURFACE ELEV: 3126.53 DRILLING METHOD(S): Boring advanced using air rota FIELD DATA LABORATORY DATA g 9 rY method. i W GROUNDWATER INFORMATION: Boring dry at 0 ~ W >g a completion. U. ` 7R w W O Z�j U F O ~ U r J a W i� U z J F O N= W C� fC Q a = W Q o J U V Z �a �y ¢ Z u DESCRIPTION OF STRATUM 0 c z= Q o a < < z o� a ov, CL 5 to ze U rn U a 2" Asphalt Paving with 6" road base material - P=4.5+ Very stiff, ten and brown SANDY CLAY (CL) with P4, 18 38 33 15 calcareous nodules P - 4.5 + 14 Herd to dense, pinkish tan, SILTY CLAY TO CLAYEY 5 SAND, (CL-SC) (calcareous, weakly cemented caliche) 10 N-31 I 6 I I I I 1 1011 1 1 1Dense, reddish brown SILTY SAND (SM) 9.0 10.E LOG OF BORING NO. B-29 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 217+00 CLIENT: BLACK & VEATCH DATE: 3/24/92 SURFACE ELEV: 3128.84 FIELD DATA - LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. o OR W GROUNDWATER INFORMATION: Boring dry at P. 03 z completion. y N inn F 2 iR Q g W U. Y 3 � 22 a 0 y? My F t y� Y N > Y a 0 D: _j '� Q W W N J U () 0 Z y= Q tq W Z _. as J S F 1] 1- 0 Q Q Q F F y d Q _ LL DESCRIPTION OF STRATUM O vi ,,, o Q rn z r` a i 0 o a- Z le 0 s q a 2" Asphalt Paving with 4" road base material Very stiff, tan and brown SANDY CLAY (CL) with 12 111 29 t8 11 44 8.0 3.3 calcareous nodules 3.a P=4.5+ 13 Hard to dense, pinkish tan, SILTY CLAY TO CLAYEY '— 5 SAND, (CL-SC) (calcareous, weakly cemented caliche) P - 4.0 16 1 7.5 Very stiff, reddish brown SANDY CLAY (CL) 9 P=4.0 13 Hard, reddish brown SILTY SAND (SM)' 10.4 10 TUBE AUGER SPLIT- ROCK THO SAMPLE SAMPLE SPOON CORE CONI PEN, PEW 92-132 N NO RECOVERY' A- 16 REMARKS: SOUTHWESTERN LABORATORIES, IN LOG OF BORING NO. B-30 PROJECT: SE WATER RECLAMATION PLANT DISCki ROE PIPELINE LOCATION: STA 222+00 CLIENT: BLACK & VEATCH DATE: 3/24/92 SURFACE ELEV: 3130.09 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. GROUNDWATER INFORMATION: Boring dry at m z all completion. pa y F z �% m yS yS O Y H Q g LL W Y < W a Y S m m LW2 y 6F > S iA a C 2 p z G V F Z y w = uw DESCRIPTION OF STRATUM c W w= o Q q H a 2" Asphalt Paving with 4" road base material r Very stiff, tan and brown SANDY CLAY (CL1 with P = 4.5 + 16 calcareous nodules Hard to dense, pinkish tan, SILTY CLAY TO CLAYEY P = 4.5 + 17 5 SAND, (CL-SC) (calcareous, weekly cemented caliche) r } 12 10 N-31 Y r 15 LOG OF BORING NO. B-31 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE CLIENT: BLACK & VEATCH DATE: 3/24/92 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary F method. o F „� W GROUNDWATER INFORMATION: Boring dry at x m U. z completion. } z 7Raq C y U. Z in s m m Cl ¢ to N F Z rn fA cc o a _ o DESCRIPTION OF STRATUM m U L 2' Asphalt Paving with 4" road base material \ Very stiff, light brown SANDY CLAY (CL). 2.0 P=4.0 12 23 13 Very stiff, reddish tan SANDY CLAY (CL) with caliche 5 14 112 5.0 3.0 layers 6.0 Hard to dense, pinkish tan, SILTY CLAY TO CLAYEY \` P=4.25 13 SAND, (CL-SC) (calcareous, weakly cemented caliche) 10.0 10 r 15 N W H REMARKS: TUBE AUGER SPLIT. ROCK THO NO SAMPLE SAMPLE SPOON CORE PENS RECOVERY 92-132 A- 17 SOUTHWESTERN LABORATORIES, INC LOCATION: STA 227 + 00 SURFACE ELEV: 3130.99 10.5 - LOG OF BORING NO. B-32 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 232+00 CLIENT: BLACK & VEATCH DATE: 3124/92 SURFACE ELEV: 3130.01 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary . - method. W GROUNDWATER INFORMATION: Boring dry at 0 m ~ z > W ; ¢ w completion. _f Uj u+� tqZ [ a leW zpy LL -J aW m Q ¢ N 2 W J (� (� z =V) W~ w Z J a Q N~ ¢ o 0 ya DESCRIPTION OF STRATUM v0i o z a 2 c n. J a r~n LL v 2" Asphalt Paving with 4" road base material \ 8 16 14 2 10 34 Very stiff, tan and brown SANDY CLAY (CU with calcareous nodules 3.E Hard to dense, pinkish tan, SILTY CLAY TO CLAYEY 5 SAND, (CL-SC) (calcareous, weakly cemented caliche) 15 113 6.7 3.4 I' .J 1OX 10 15 -�LOG OF BORING NO. B•33 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 237+00 CLIENT: BLACK & VEATCH DATE: 3/24/92 SURFACE ELEV: 3130.26 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. J - Uj w GROUNDWATER INFORMATION: Boring dry at $ completion. C Z 8 d 0 V > LL H H > Y aC N a p ¢ m G ¢ y U Z rA J J U U O z y 1L W Z y= y G z O F- Q F- Q N 2 a. Z 2¢ ¢ i£ z_ CA. i < >> DESCRIPTION OF STRATUM y p z a i c a y LL a 2" Asphalt Paving with 4" road base material 11 29 10 19 43 Very stiff, tan and brown SANDY CLAY (CL) with calcareous nodules 3.5 \. 22 3.8 3.0 Hard to dense, pinkish tan, SILTY CLAY TO CLAYEY 5 SAND, (CL-SC) (calcareous, weakly cemented caliche) P-4.5+ 18 V \ !' 10. 10 r. 15 N N p REMARKS: TUBE AUGER SPLR- ROCK CANE NO SAMPLE SAMPLE SPOON CORE PEN RECOVERY .92-132 " A- 18 SOUTHWESTERN LABORATORIES, 16 LOG OF BORING NO. B-34 .� PROJECT: SE WATER RECLAMATION PLANT`©ISC1`ARGE PIPELINE I CLIENT: BLACK & VEATCH DATE: 3/25/92 r FIELD DATA LABORATORY DATA I DRILLING METHOD(S): Boring advanced using air rotary f - dt aR J e W m H ~ LL kin N W )C N k N H LW 5 3= 2 V H ift C Q W y IC a x U ; a O d W fn U F J F N C) > as U' .. Z p 0 F F y gcc�. < O 2 Uin 0a O Z a t" P-3.25 10 29 16 13 74 5 15 I ` 14 115 10.8 5.7 10 method. LOCATION: STA 242+00 SURFACE ELEV: 3130.61 GROUNDWATER INFORMATION: Boring dry at completion. DESCRIPTION OF STRATUM 2' Asphalt Paving with 4' road base material Very stiff, tan and brown SANDY CLAY (CL) with calcareous nodules Very stiff, reddish tan SILTY CLAY (CL). 3.5 10.0 LOG OF BORING NO. B-35 r PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 247+00 CLIENT: BLACK & VEATCH DATE: 3/25/92 SURFACE ELEV: 3131.85 i FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. J 10z W all Uj 2 to LLJ 0 LL LU iE: Id LLL. 0 a. G H y J 2 .D I.:Ci 2 S < p C F F N i c � � 0 c ai �' �' � c0.i 4.5+ 14 lP 20 104 25 16 9 3.1 3.6 5 P-4.5+ 12 10 15 TUBE SAMPLE AUGER SAMPLE SPLrT- SPOON ROCK CORE THD CONE PEN. " 92-132 N NO RECOVERY A- 19 GROUNDWATER INFORMATION: Boring dry at completion. DESCRIPTION OF STRATUM 2' Asphalt Paving with 4' road base material Very stiff, tan and brown SANDY CLAY (CL) with 2.5 calcareous nodules �— Hard to dense, pinkish tan, SILTY CLAY TO CLAYEY SAND, (CL-SC) (calcareous, weakly cemented caliche) REMARKS: 10.0 SOUTHWESTERN LABORATORIES, INC LOG OF BORING NO. B-36 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE _ LOCATION: STA 252+00 CLIENT: BLACK & VEATCH DATE: 3/25/92 . - SURFACE ELEV: 3133.01 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary — method. " ' W W GROUNDWATER INFORMATION: Boring dry at J m F 2 > W yt x completion. F LU O" rR r w N g LL to = tNNu _ �[ 2 O U H > Y ¢ CL(A O U_m O a m W CC N V Z CO 2 y= H O s ad O d 2¢ Z -+ O U U W~ Cc d s W cc z 1 DESCRIPTION OF STRATUM J r - W Q to H= v7 O Q'Q O Q Q 2 OH ¢ Z Oy vOi oa J i U(/f LL Ud 2" Asphalt Paving with 4" road base material - 151. Very stiff, tan and brown SANDY CLAY (CL) with 12 31 16 15 calcareous nodules 3. 18 103 3.3 2.3 Very stiff to very dense, pinkish tan, SILTY CLAY TO 5 CLAYEY SAND, (CL-SC) (calcareous, weakly cemented -_ caliche) N-64 P-3.5 12 1 1 1 1 w 10. 10 15 -+ LOG OF BORING NO. B-37 i PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 257+00 CLIENT: BLACK & VEATCH DATE: 3/25/92 SURFACE ELEV: 3134.78 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. „l Uj GROUNDWATER INFORMATION: Boring dry at m z � _ cc completion. t�A Z aR G 8 U. W Y 3 V Y LL H ~ N Y S CL O Q a m m O W y J V yy� F- O Z W LU H O W y y Q CL Q LL o a a `� _¢ S Q Z i o a o y DESCRIPTION OF STRATUM m 0 z O a i 0 J UN LL Oa 2" Asphalt Paving with 4" road base material Very stiff, tan and brown SANDY CLAY (CL) with '100" 12 29 15 14 calcareous nodules 3.5 P=4.5+ 18 Hard to dense, pinkish tan, SILTY CLAY TO CLAYEY 5 SAND, (CL-SC) (calcareous, weakly cemented caliche) 16 108 84 5.9 2.6 10 15 REMARKS: TUBE AUGER SPLIT- ROCK THO CONE NO SAMPLE SAMPLE SPOON CORE PEN. RECOVERY _ 92-132 A- 20 SOUTHWESTERN LABORATORIES, IN LOG OF BORING NO. B-38 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 262+00 CLIENT: BLACK & VEATCH DATE: 3/25/92 SURFACE-ELEV: 3136.08 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. GROUNDWATER INFORMATION: Boring dry at XW completion. y Uj $ W q < W V Q _ H LL. d W - a O7 V uw H rA S2 € Ci aY �j 2 y a (J S O C U Z au¢i 0 0 H G a a= Q y i 0� .3 � y � y D � 3 V y � LL LL 0� DESCRIPTION OF STRATUM vai Z o o � 2' Asphalt Paving with 4' road base material P=4.5 10 Very stiff, tan and brown SANDY CLAY (CL) with calcareous nodules 3.5 Hard to dense, pinkish tan, SILTY CLAY TO CLAYEY 5 SAND, (CL-SC) (calcareous, weakly cemented caliche) 10 11 35 20 15 30 -1 15 P = 4.5 + 2 I i 15.0 LOG OF BORING NO. B-39 f PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 287+00 i CLIENT: BLACK & VEATCH DATE: 3125/92 SURFACE ELEV: 3137.71 1 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. J aR aR ap Wtz W GROUNDWATER INFORMATION: Boring dry at °' LL W X aR y completion. Y V7 S� O G H g y W UUj 0 LL O O m �++ V7 y 6 W h a G 0 52 �' a i I o uay a = —0 s> � q � � c � Q � y DESCRIPTION OF STRATUM LL UCL 2' Asphalt Paving with 4' road base material 0.5 Very stiff, reddish brown SANDY CLAY (CU P=4.5+ 12 28 16 12 _ 3.5 P 4.5 + 17 Hard to very dense, pinkish tan, SILTY CLAY TO CLAYEY 5 SAND, (CL-SC) (calcareous, weakly cemented caliche) P=4.5+ 15 10 21 101 4.6 3.5 f 15 P - 4.5 1815.0 I N ICY W !"I REMARKS: TUBE AUGER SPLFT- ROCK THO CONE NO SAMPLE SAMPLE SPOON CORE PEN. RECOVERY 92-132 A- 21 SOUTHWESTERN LABORATORIES, INC. PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE SHEET 1 of 1 CLIENT: BLACK &.VEATCH LOCATION: STA 272+00 DATE: 3/26/92 SURFACE ELEV: 3138.47 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. ° ~ > ¢ GROUNDWATER INFORMATION: Boring dry at completion.z _ O Ny LL > a � '.. Oj ZQ ... U. z WLy d LL z _ DESCRIPTION OF STRATUM ° n °� °v \ 2" Asphalt Paving with 4" road base material Very stiff, reddish brown SANDY CLAY (CL) P-4.5+ 12 32 15 17 4.0 P-4.5+ 12 Hard to ve dense, very pinkish tan, SILTY CLAY TO CLAYEY s 5 SAND, (CL-SC) (calcareous, weakly cemented caliche) 14 102 6.6 2.5 10 ; 15 N 6 15.0 0/2.5. 20 25 30 35 40 �j FFI1 t'i W r"I PI F-'1 F'I REMARKS: r I TUBE AUGER SPLIT- ROCK CONE NO SAMPLE SAMPLE SPOON CORE PEN. RECOVERY 92-132 - A- 22 SOUTHWESTERN LABORATORIES, IN~ LOG OF BORING NO. B-41 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE SHEET . -1 of 1 CLIENT: BLACK.& VEATCH LOCATION: STA,277+00 L. DATE: 3126192 SURFACE ELEV: 3136.63 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. bq k $ z GROUNDWATER INFORMATION: Boring dry at y F Uj o �Qp completion. r z F y w 2 U. O rn mG toU Z a F p y= y C7 F z i S Q � N G Z J C ~ U �' 2 y W~ M Z W M � (AA DESCRIPTION OF STRATUM y o y z"el a! LL U LL is 2' Asphalt Paving with 4" road base material -- 6 9 22 13 9 50 Very stiff, reddish brown SANDY CLAY (CL) 5 r- 10 ` 15 s� 6 j 20 25 30 r 35 40 �1 TUBE SAMPLE 92-132, Herd to dense, pinkish tan, SILTY CLAY TO CLAYEY SAND, (CL-SC) (calcareous, weakly cemented caliche) 15 70 16 74 N-32 AUGER SAMPLE SPLIT- SPOON ROCK CORE THo CONE PEN. REMARKS: NO RECOVERY A- 23 20.5 - SOUTHWESTERN LABORATORIES, INC, LOG OF BORING NO. B-42 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE SHEET 1 of 1 i CLIENT: BLACK & VEATCH LOCATION: STA 282+00 DATE: 3/26/92 SURFACE ELEV: 3139.43 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Baring advanced using air rotary method. GROUNDWATER INFORMATION: Boring dry at J Q '' Ld > w C F N LL completion.z CL OaV - R N> Y IzLLW= V Q Z WLLmmaS Q Cn o U CL '2x Uj - J ° o J a v� LL DESCRIPTION OF STRATUM 2" Asphalt Paving with 4" road base material Very stiff, reddish brown SANDY CLAY (CL) 12 113 33 16 17 8.9 4.6 4.0 5 Very stiff, reddish tan SILTY CLAY (CL). 10 M N-27 114 15 IVl Ns 21 122 20 4� N = 66 120 25 30 35 40 REMARKS: NO TUBE AUGER SPLIT- ROCK THO CONE SAMPLE SAMPLE SPOON CORE PEN RECOVERY 92-132 A- 24 SOUTHWESTERN LABORATORIES, IN^ LOG OF BORING NO. B-43 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE CLIENT: BLACK & VEATCH ! DATE: 3/26/92 v, FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. aR SHEET 1 of 1 LOCATION: STA 287 + 00 SURFACE ELEV: 3140.54 m GROUNDWATER INFORMATION: Boring dry at r., U1 z SaR c w LL i= Q completion. Gyy?7 O W (A :�i F Q y Y = O 2 W m Q = W 0 -1 -j U L) O Z y W �, V) W PM J H d. a d 2 � d) r. S rA � Z O � VV) < i~A � LU a `+ 2 DESCRIPTION OF STRATUM V) c z a i c a t£' ts: U 0 W. U a \ 2" Asphalt Paving with 4" road base material 10 Very stiff, reddish brown SANDY CLAY (CU 1 t 5 19 103 36 191171 4.9 2.4 r !, 10 N-81 7 t 15 N=50 20 N-50A" 11 25 30 v 35 y40T N �1 TUBE AUGER SPLIT- SAMPLE I SAMPLE SPOON W ROCK CORE 26 Hard to very dense, pinkish tan, SILTY CLAY TO CLAYEY SAND, (CL-SC) (calcareous, weakly cemented caliche) N N REMARKS: THO NO CONE PEN. RECOVERY 4.0 1 20.0 1 92-132 A- 25 SOUTHWESTERN LABORATORIES, INC. LOG OF BORING NO. B-44 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE SHEET 1 of 1 CLIENT: BLACK & VEATCH LOCATION: STA 262 + 00 DATE: 3/26/92 SURFACE ELEV: 3143.16 FIELD DATA - LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. ° z Z` > GROUNDWATER INFORMATION: Boring dry at tz i c o W completion. ..+- N Y Cn LLj ?S Z > 'A:F ~ ? N U. Uj > Y a p LA.m CL O w ib a 2 in U C1 y= v~1 z O a= a O y ri+ y O z -j U U z H w C7 az w s O W 00 d Q 2 Q R Z i O H Q OU iA c y z a i n a cu N w a DESCRIPTION OF STRATUM 2" Asphalt Paving with 4" road base material \ P s 4.5 + 12 Very stiff, reddish brown SANDY CLAY (CL) _ 4.0 " 5 16 112 30 15 15 5.0 2.6 Very stiff to very dense, pinkish ten, SILTY CLAY TO y CLAYEY SAND, (CL-SC) (calcareous, weakly cemented caliche) 10 --N N - 27 112 15 _M N - 42 120 wrou in 25 30 35 36 40 N W W k{ REMARKS: NO TUBE AUGER SPLIT- ROCK C)HD ONE SAMPLE SAMPLE SPOON CORE PEN RECOVERY 92-132 ..,. A- 26 i i 20 0-'- r.- SOUTHWESTERN LABORATORIES, IN, LOG OF BORING NO. B-45 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE SHEET 1 of 1 CLIENT: BLACK & VEATCH LOCATION: STA 287+00 DATE: 3/26/92 SURFACE ELEV: 3147.23 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. a� � ° ~ '� GROUNDWATER INFORMATION: Boring dry at o S y completion. y Y LL N W m Y I U LL d O W Y m a U ¢ in J O ' y H O c W y J j U y U H Z n U, Vr W uj � U. j H a Q 7 Q Q & s ou y Ej LL U is -'O DESCRIPTION OF STRATUM 2' Asphalt Paving with 4" road base material P=4.5+ 12 Very stiff, reddish brown SANDY CLAY (CL) 2.5 18 106 34 18 16 Hard to very dense, pinkish tan, SILTY CLAY TO CLAYEY XX 5 r N-34 10 [ 10 15 N-39 6 20 N=60 16 25 N = 68 8 30 35 f 40 N_ TUBE AUGER SPLIT- ROCK THD SAMPLE SAMPLE SPOON CORE CONE PEN. 92-132 a NO RECOVERY A- 27 SAND, (CL-SC) (calcareous, weakly cemented caliche) REMARKS: SOUTHWESTERN LABORATORIES, INC. LOG. OF BORING NO.' B-46 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE SHEET 1 of 1 CLIENT: BLACK & VEATCH LOCATION: STA 302+00 —.I DATE: 3/27/92 SURFACE ELEV: 3151.95 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary --� method.Uj NZ GROUNDWATER INFORMATION: Boring dry at m z W z o LL W completion. r N N N -'° a. J i� G p Z WZ Z ° o ZL DESCRIPTION OF STRATUM ° 0�' W a ¢ J i °cry ~ a ° a h 2" Asphalt Paving with 4" road base material 260� Very stiff, reddish brown SANDY CLAY (CL) 3. Very stiff to very dense, pinkish tan, SILTY CLAY TO 5 N = 20 14 CLAYEY SAND, (CL-SC) (calcareous, weakly cemented caliche) mo 13 106 a 77% 1=0% 25 30 - 35 88 1 55.9 1 0.0 White to pinkish white, carbonate cemented sandstone with traces of bioturbation 40 REMARKS: TUBE NO AUGER SPLIT. ROCK THNE SAMPLE SAMPLE SPOON CORE PEN RECOVERY 92-132 A- 28 12.0 SOUTHWESTERN LABORATORIES, If~ LOG OF BORING NO. 8-47 i PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE d: CLIENT: BLACK & VEATCH DATE: 3128192 SHEET1 of 1 LOCATION: STA 307+00 SURFACE ELEV: 3155.99 FIELD DATA LABORATORY DATA DRILLING-METHODISI: Boring advanced using air rotary Fmethod. O F W > W a GROUNDWATER INFORMATION: Boring dry at y F z N completion. ]L 2 UD F ~ Sy N LL Uj > Y i 0 F- O N StF y ~ LL 0 H J 2 W W s� d Q Cr < o z a i o -� ii i v h L6 U a DESCRIPTION OF STRATUM 2" Asphalt Paving with 4" road base material r { • N-19 4 5 10 N-5015" 8 ti e d N-50 17 15 x c X x x N-50 10 x' 20 x l x• X x 25 X " 16 93 x x X EC i 74% X 30 ROD-0% x 35 4 40 N N �-I TUBE AUGER SPLIT - SAMPLE SAMPLE SPOON 82.2 10.0 N W ROCK THO NO CONE I CORE PEN RECOVERY Very stiff, reddish brown SANDY CLAY (CL) SAND, ICL-SC) (calcareous, weakly cemented caliche) White to pinkish white, carbonate cemented sandstone with traces of bioturbation Yellowish red to reddish brown, carbonate cemented sandstone with traces of bioturbation REMARKS: 6_0 17.0 31.5 35.0 A- 29 SOUTHWESTERN LABORATORIES, INC LOG.OF BORING NO. B-48 PROJECT: ' SE WATER RECLAMATION PLANT DISCHARGE PIPELINE SHEET- 1 of 1 CLIENT: BLACK & VEATCH„ LOCATION: STA 312+00 DATE: 3/28/92 SURFACE ELEV: 3180.36 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using- air rotary ' method. z > GROUNDWATER INFORMATION: Boring dry at Y ~ � U. W W 0 y completion. tlf i� SO 0 ~ 8Uj N j Y Y O �' ; 1- j a W C y p: eV O y= t~ d C7 Q H m 0 d W N J V U Z W 0 a W Z O W i Q Q H F- H O 2�1 Q O i t~A to w O 1- < O N _ ca c 0 z� a 2 a a � i c� rn W U a DESCRIPTION OF STRATUM 2" Asphalt Paving with 4" road base material Very stiff, reddish brown SANDY CLAY (CL) 2.0 Hard to very dense, pinkish tan, SILTY CLAY TO CLAYEY SAND, (CL-SC) (calcareous, weakly cemented caliche) N-23 9 38 5 N-75 14 10 15 —W N-97 112 23 x . . X X x N = 50/5" 9 42 X 20 x x . X X , " X X N - 50/5" 14 25 •x x'. �x X x x N-91 8 X 30 X •x x ' . X X 35 18 1 95 .3 White to pinkish white, carbonate cemented sandstone with traces of bioturbation ' 40 REMARKS: No TUBE AUGER SPLIT- ROCK THO CONE SAMPLE SAMPLE SPOON CORE PEN. RECOVERY 92-132 A- 30 35� SOUTHWESTERN LABORATORIES, l -' LOG OF BORING NO. B-49 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE k CLIENT: BLACK & VEATCH DATE: 3/28/92 SHEET 1 of 1 LOCATION: STA 317 + 00 SURFACE ELEV: 3164.37 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. aq °m W GROUNDWATER INFORMATION: Boring dry at w LL LL` c H completion. _ V? dq F= p N LL V7 j W W F 2LLm O a ¢ = Z G= G U H U F- Z tl1 2 a=< Q O a Q 2 Uj ¢ OU 2_ DESCRIPTION OF STRATUM v�i a z a Q R is: �' i y LL U 2" Asphalt Paving with 4" road base material N - 25 V 'ff \�x N-23 9 5 « N-61 N-81 11 6 10 x X N-50/6" X 15 X x ' x x N - 50/6" 10 x 20 k X x�. x x �X ' N e 50/3" X 'x 25 I x. X % " N - 50/4" 13 x 30 tl .x x x X x N - 50/3" r 35 l 40 y n TUBE AUGER SPLIT - SAMPLE SAMPLE SPOON ery sU , tan and brown SANDY CLAY iC1.1 with calcareous nodules Hard to very dense, pinkish tan, SILTY CLAY TO CLAYEY 47 SAND, (CL-SC) (calcareous, weakly cemented caliche) 10 40 46 W b ROCK THO NO CONE CORE PEN RECOVERY White to pinkish white, carbonate cemented sandstone with traces of bioturbation REMARKS: 13.0 F 92-132 A- 31 SOUTHWESTERN LABORATORIES, INC ` LOG OF BORING NO. B-50 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE SHEET 1 of 1 CLIENT: BLACK& VEATCH LOCATION: STA 322+00 DATE: 3/28/92 SURFACE ELEV: 3161.51 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. 0 '' > Uj ¢ GROUNDWATER INFORMATION: Boring dry at y y z Wz Uj Q 0 LL Uj completion. _ V f- Y O O w >Y C7 0 G a. C) w ¢ v� C\ Z iN J (� H U O Z y= w~ N W Z a CL F- S Cl)} W Q ? V) V) S LL g DESCRIPTION OF STRATUM �°n o y z a i a a ° i u N '�.' 2" Asphalt Paving with 4" road base material N-21 Very stiff, tan and brown SANDY CLAY (CL) with calcareous nodules 3 Hard to very dense, pinkish tan, SILTY CLAY TO CLAYEY 5 N s 51 9 37 15 12 29 SAND, (CL-SC) (calcareous, weakly cemented caliche) N-56 I N-61 10 NJ N - 51 20 68 15 20 NI N= 77 11 7 1 I 1 1 1441 I I 1 ^j 25 N - 5013" 10 611 T- 30 10014.5" 35 T- 1 00/6"i 1 1 1 1 35 40 REMARKS: TUBE AUGER SPLIT- ROCK THD NO SAMPLE SAMPLE SPOON CORE CONE PEN RECOVERY 92-132 A- 32 SOUTHWESTERN LABORATORIES, IA` ` LOG OF BORING NO. B-51 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE SHEET T of 1 CLIENT: BLACK & VEATCH LOCATION: STA 327+00 DATE: 3128192 SURFACE ELEV: 3156.87 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. aR � m x Uj GROUNDWATER INFORMATION: Boring dry at yz aaQ '� c N U. W completion. d U rz. ~S Z S Uj IE O LL m m ¢ ? J H O �y y= f~A t7 H ~ S 4 t~/� 0 Y /- y Uj 2 D: DESCRIPTION OF STRATUM y c y z 2 g ilr t v y LL U 2" Asphalt Paving with 4" road base material 0.5 Very stiff, reddish brown CLAY (CHI 20 103 63 19 44 2.1 5.3 5 5.5 — Very stiff, reddish tan SANDY CLAY (CL) with caliche 29 81 49 26 23 2.1 2.0 layers 8.5 N=50 Hard to very dense, pinkish tan, SILTY CLAY TO CLAYEY 10 SAND, (CL-SC) (calcareous, weakly cemented caliche) —� i N=29 21 79 40 39 15 20 T=100/5" T 25 100/4.5" =100/5- 30 T =100/6- 35.0 35 40 i H FNOI REMARKS: T TUBE AUGER SPLIT- ROCK CTHO ONE SAMPLE SAMPLE SPOON CORE PEN.ON RECOVERY F, 92-132, A- 33 SOUTHWESTERN LABORATORIES, INC. ` LOG OF BORING NO. B-52 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE 'SHEET 1 of 1 j CLIENT: BLACK & VEATCH LOCATION: STA 332+00 DATE: 3/27/92 SURFACE ELEV: 3152.30 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary i method. —Uj � � I ° m ~ Z > W GROUNDWATER INFORMATION: Boring dry at F LL Uj completion. ' Y a y y z c LL z 8' LL W N a 2 a O 1= i () H _� O _ to = LG y C7 a0 �- zd y c z ° N y a a a o i05 s < z i >> o a < a i o� a W o ii, _ v°r d v y LL v a DESCRIPTION OF STRATUM Very stiff, reddish brown SANDY CLAY (CL) 2.f" Very stiff to very dense, pinkish ten, SILTY CLAY TO CLAYEY SAND, (CL-SC) (calcareous, weakly cemented 5 N - 1 S caliche) N-25 17 31 N-33 10 15 _M N - 35 120 20 —N T a 50/4.5" 25 x x x EC-57% RQD-O% x'. 30 x x ' . x x . x 35 T- 14 114 100/1.75" 'White to pinkish white carbonate cemented SANDSTONE �) with traces of bioturbation 31.1 0.0 35.4 40 N REMARKS: TUBE NO AUGER SPLIT- ROCK THO CONE SAMPLE SAMPLE SPOON CORE PEN, RECOVERY 92.132 A- 34 SOUTHWESTERN LABORATORIES, IN � 1 LOG OF BORING NO. B-53 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE SHEET 1 of 1 CLIENT: BLACK & VEATCH LOCATION: STA 337+00 r— DATE: 3/27/92 SURFACE ELEV: 3147.90 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary rmethod. Ld is z y,j - W = GROUNDWATER INFORMATION: Boring dry at y F i 0 as C c � w 8 LL z 0 completion. Y W �` = H N > Y V) :� W. J &. W fA c c J ¢ 0 0 x o 2 0 <ISE DESCRIPTION OF STRATUM H N a v H N-39 14 5 N - 48 24 x x N-55 17 10 x r X��• 1 .x X X %. 15 ,• x %• x X . x N 20 50/3.5" t 25 t. 30 •, 35 y 40 �1 N Fi TUBE AUGER SPLIT- SAMPLE SAMPLE SPOON r l 92-132 71138 133 128 73144129 58 � b � ROCK THO NO CONE CORE PEN. RECOVER/ A- 35 Brown CLAYEY SAND (SC) Hard to very dense, pinkish tan, CLAY (CH) (calcareous, weakly cemented caliche) White to pinkish white carbonate cemented SANDSTONE with traces of bioturbation REMARKS: 9.0 20.0 SOUTHWESTERN LABORATORIES, INC - LOG OF BORING NO. B-54 -1 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE SHEET 1 of 1 i CLIENT: BLACK & VEATCH LOCATION: STA 342+00 DATE: 3/27/92 '—I SURFACE ELEV: 3144.60 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. O H 7R W > yr W w GROUNDWATER INFORMATION: Boring dry at y U. �n z U. W completion. 3 v g > x i lc V 1= a W O JQ7 a W N U �- f} Ci H= a4 y O G is O ¢ W N J V 9 Z pfCC C~7 W C N == 0 2 Z Q Q 2 `¢ Z "-' DESCRIPTION OF STRATUM v°� c vdi °v ai U. v d 1 1 41 Very stiff, reddish brown SANDY CLAY (CL) \ 2.f'— Very stiff, reddish tan SANDY CLAY (CL) with caliche N-16 11 73 layers 5 \ N-23 �'\_ 10 N-79 11 59 15 A N-75 25 30 35 F- -1 40 9.<L Hard to very dense, pinkish tan, SILTY CLAY TO CLAYEY SAND, (CL-SC) (calcareous, weakly cemented caliche) N H 1 L` W N N REMARKS: TUBE AUGER SPLIT- ROCK THO No SAMPLE SAMPLE SPOON CORE CONE PEN, RECOVERY 92-132 A- 36 SOUTHWESTERN LABORATORIES, IN ` LOG OF BORING NO. B-55 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE SHEET 1 of 1 CLIENT: BLACK & VEATCH LOCATION: STA 346+00 r DATE: 3/27/92 SURFACE ELEV: 3142.20 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. VZ J m z L W GROUNDWATER INFORMATION: Boring dry at _ o w z W completion. r Y d a� N LL d } m C.1 F t' F J } a F y .LL.. ~ yQ Q f~/�J z i O N N _ Uj Z 0 o y = = a z a ? o Q 2 R. Ou ai LL v0 DESCRIPTION OF STRATUM P-4.5 Very stiff, reddish brown SANDY CLAY (CL) 15 3.0 Very stiff, reddish tan SANDY CLAY (CL) with caliche 5 layers 20 105 5.8 2.4 N-55 12 35 10 r + N-24 17 41 39 2 15 _ �I N - 20.0 20 50/4.5" — C 30 _ r 6 35 _ 40 REMARKS: TUBE AUGER SPLIT- ROCK THD CONE NO SAMPLE SAMPLE SPOON CORE PEN. RECOVERY 92.132 A- 37 SOUTHWESTERN LABORATORIES, INC. LOG OF BORING NO. B-56 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 352+00 CLIENT: BLACK & VEATCH DATE: 3/27/92 SURFACE ELEV: 3140.80 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary --- method. aR 9 dr GROUNDWATER INFORMATION: Boris at Y °� i completion. m LL aR ~ W H Uj to !L U N > Q. L) Q LL m m aUjto d C� Z M J O p Z H W y W Z .a a S< o= y ai w 2� O CLt~n W Q o Q o o v H DESCRIPTION OF STRATUM m o z h a 2 o a J P 2.5 Very stiff, reddish brown SANDY CLAY (CL) 15 P-4.5+ 14 3. Hard to dense, pinkish tan, SILTY CLAY TO CLAYEY 5 14 113 5.8 4.5 SAND, (CL-SC) (calcareous, weakly cemented caliche) P-4.5+ 17 10 N-16 10^ 15 - LOG OF BORING NO. B-57 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 356+70 CLIENT: BLACK & VEATCH DATE: 3/27/92 SURFACE ELEV: 3140.20 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary, method. La GROUNDWATER INFORMATION: Boring dry at c m = r completion.LU y Z 7R O ;g O LL Za w a Z a v 0 H �Y G y p Q aJo s V W y J Ci U O Z (A Q YJ 's a a S Q t~n O Z o vq~i ai a w O Z LL - 0 c Q � c� � � v y LL �� DESCRIPTION OF STRATUM z� a i b' Brown CLAYEY SAND (SC) ^' 2. Very stiff, reddish tan SANDY CLAY (CL) with caliche layers 5 P-4.5+ 15 \ 13 114 17.6 1.9 7 \ � 10 N-24 15 REMARKS: '— TUBE AUGER SPLIT- ROCK CONE THO NO SAMPLE SAMPLE SPOON CORE PEN, RECOVERY 92-132 A- 37A SOUTHWESTERN LABORATORIES, IN i - LOG OF BORING NO. B-58 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 362+00 CLIENT: BLACK & VEATCH DATE: 3/29/92 SURFACE ELEV: 3140.90 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. at I U; GROUNDWATER INFORMATION: Boring dry at F Z sz a completion. 0 ~== H 7R Vz G H LL ir lie 0 00 F d Uj N t` 0 'j H Y Q Z iA � C7 y W H 0. O< N o U, cc Q c aZ q i~A V~i Z o n < LL — DESCRIPTION OF STRATUM o ai z n 2 -E voi 0 a R c�H < P-4.5+ 15 Very stiff, reddish brown SANDY CLAY (CL) 3.0 Very stiff, reddish tan SANDY CLAY (CL) with caliche 5 16 110 36 19 17 4.8 5.3 layers _ 18 60 8.0 Hard to dense, pinkish tan, SILTY CLAY TO CLAYEY 10 N - 35 SAND, (CL-SC) (calcareous, weakly cemented caliche) 10.5- 15 LOG OF BORING NO. B-59 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 366+75 CLIENT: BLACK & VEATCH DATE: 3127/92 SURFACE ELEV: 3147.20 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary method. as W GROUNDWATER INFORMATION: Boring dry at ., m FE OZ X y� ¢ y completion. N f" O LL Y Z 0 r tS p 8 N W Y O fr LL J ZD aj 0 Q C N iA E J -+ (� (� O Z C ¢` DESCRIPTION OF STRATUM y _ Q g 2 th O Z d O Brown CLAYEY SAND (SC) 2.0 P-4.5 14 29 15 14 51 Very stiff, reddish brown SANDY CLAY (CL) 5 15 131 7.0 5.7 \ P=3.75 18 10.0 10 _ 15 iN'OI REMARKS: TUBE AUGER SPLrT- ROCK C'�`NIE SAMPLE SAMPLE SPOON CORE PEN RECOVERY C92-132 A- 38 SOUTHWESTERN LABORATORIES, INC - LOG OF BORING NO. B-60 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: STA 371 +70 -- CLIENT: BLACK & VEATCH DATE: 3/27/92 SURFACE ELEV: 3141.10 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Boring advanced using air rotary— - method.aR GROUNDWATER INFORMATION: Growndwater seepage o m Z U W encountered at 1.0'. Boring dry at completion. '`L U.0 (D H aR up (A z CL s �= =Uj m a o D to W o 2 H U O z y Uj N Uj ¢0 ¢ Z LLa _ DESCRIPTION OF STRATUM ~ c o aQa b a oo y va o v) Zy a U a Very stiff, reddish brown SANDY CLAY (CL) P=3J5 15 31 15 16 "- 3 P=4.5+ 13 Very stiff, reddish tan SILTY CLAY (CL). 4.5 5 Very stiff, reddish tan SANDY CLAY (CL) with caliche layers 18 104 2.4 3..1 P=4.5+ 12 10 10 15 - LOG OF BORING NO. B-61 PROJECT: SE WATER RECLAMATION PLANT DISCHARGE PIPELINE LOCATION: 'STA 373+00 20'LT. CLIENT: BLACK & VEATCH DATE: 3/27/92 SURFACE ELEV: 3141.50 FIELD DATA LABORATORY DATA _ DRILLING METHOD(S): Boring advanced using air rotarl method. W w GROUNDWATER INFORMATION: Boring dry at y completion. y y U. x U. WY 3 N le CJ _ 1 3 V x J 'L m m o o N Lay � J O Z i 12 N - o W < �' _ a Q o 3 —�, '` DESCRIPTION OF STRATUM on. y Very stiff, reddish brown SANDY CLAY (CL) 15 113 6.7 4.7 3.0 5 Very stiff, reddish tan SILTY CLAY ICU. 4.0 Very stiff, reddish tan SANDY CLAY (CL) with caliche - t 5 layers N-24 12 66 10 Nm28 10.E 15 REMARKS: TUBE AUGER SPLIT ROCK CONE NO SAMPLE SAMPLE SPOON CORE PEN RECOVERY 92-132 ` " "' ' A- 39 SOUTHWESTERN LABORATORIES, It No Text GRAIN SIZE DISTRIBUTION U.S. Standard Slew Openings In Inches U.S. Standard Steve Numbers Hydrometer 100 90 r 80 rn 70 60 rn •N 50 Cn a° 40 {.. a 30 U iZ 20 10 0 5 2 5 2 5 2 5 2 5 100 10, 1 0.1 0.01 Grain Size in Millimeters 0 10 20 s rn 30 40 -v a� 50 .� v m 60 70 i 80 0- 90 100 2 0.001 GRAVEL SAND SILT or CLAY Coarse I Fine Coarse Medium I Fine SYMBOL BORING DEPTH SOIL DESCRIPTION 921" B-17 1-2' Brown CLAYEY SAND to SANDY CLAY (SC—CL) RUM" B-50 9-10, Tan SILTY CLAY to CLAYEY SAND (CL—SC)(CALICHE) SwL 92-132 I I 100 90 L 80 -�' 70 .a 60 50 in a° 40 a 30 a 20 10 0 GRAIN SIZE DISTRIBUTION U.S. Standard Sieve Openings in Inches U.S. Standord Sieve Numbers Hydrometer IIY1��{�v��a :!'llll�{��I�v1Yt1�11�Si�IlYlil����lli1����� 1111���®iri"_lil��\��1111�■■��illl�����llll�a��� Illli�e��llll��■t�ilil�����ll.l�����llil����� 1111�����1111�■■®`!111�����1111�����1111����� illl����siiil�����llll����►�,_l1111�����1111����� Illl����eilll�����lllls��e�llll��■e�llll�■��� 100 10 1 0.1 0.01 Grain Size in Millimeters 0 10 20 +' t 30 3 40 50 ,c v 60 70 80 a 90 100 0.001 GRAVEL SAND SILT or CLAY Coarse nne Coarse Medium Fine SYMBOL BORING DEPTH SOIL DESCRIPTION B-52 7-8' Reddish Brown SILTY SAND (SM with Caliche Rai" B-54 9-10' Reddish Brown SANDY CLAY (CL) with Caliche SwL 92-132 s4wL SOUTHWESTERN LABORATORIES Materials, environmental and geotechnical engineering, nondestructive, metallurgical and analytical services 2575 LORE STAR DRIVE - P.O. BOX 224227, DALLAS,TEXAS 75222 - 214/631-2700 Client GEOTECH 2575 LONE STAR DR. DALLAS, TX 75212 Attn: TIN ABRAMS Project 92-132/DISCHARGE PIPELINE Date Sampled Sample Type ,SOIL P.O. 9 PAL10224 Lob No. D2-05-261-01 D2-05-261-02 D2-05-261-03 D2-05-261-04 D2-05-261-05 D2-05-261-06 D2-05-261-07 D2-05-261-08 D2-05-261-09 D2-05-261-10 D2-05-261-11 D2-05-261-12 D2.05-261.13 Client No. 92_132 Report No. D2-05-261 Report Date 08/10/92 14:56 Sampled By UNKNOWN Transported by NICK MAGEE Date Received 05/29/92 Sample Identification TO-1/9-10 TS-5/9-10 TS-10/7-8 TS-16/7-8 TB-21/7-8 TB-25/9-10 TB-30/9-10 TB-35/7-8 TB-40/7-8 TB-45/7-8 TB-50/7-8 TB-56/9.10 TB-61/9-10 SOUTHWESTERN LABORATORIES Rev' ed By WiLliam J se, Supervisor, EAS A /. '1 order f D2-05-261 03/10/92 14:56 Client: GEOTECH Sample: 01A TB-1/9-10 Test Name Chtoride Soil/Solid preparation Specific Conductance Sulfate PH Sample: 02A TS-5/9-10 TEST RESULTS By SAMPLE Collected: Method Resutt Units EPA 325.3 48 MG/KG Filtration 06/17/92 Date Cam D1125-82 8 235 UMHOS/CM EPA 375.4 113 MG/KG EPA 9045 9.1 pH Units Collected: Test Name Method jesutt Units Chloride EPA 325.3 15 MG/KG Soil/Solid preparation Filtration 06/17/92 Date Cam Specific Conductance D1125-82 8 125 UMHOS/CM Sulfate EPA 375.4 15 MG/KG PH EPA 9045 9.2 PH Units Sample: 03A TS-10/7-8 Test New Chloride Soil/Solid preparation Specific Conductance Sulfate PH Sample: 04A TB-16/7-8 Collected: Method Resutt Units EPA 325.3 10 MG/KG Filtration 06/17/92 Date Cam D1125-82 B 110 LIMHOS/CM EPA 375.4 16 MG/KG EPA 9045 9.3 PH Units Collected: Test Name Method Resutt Units Chloride EPA 325.3 25 MG/KG Soil/Sotid preparation Filtration 06/17/92 Date Cam Specific Conductance 01125-82 8 212 UMHOS/CM Sulfate EPA 375.4 12 MG/KG PH EPA 9D45 9.0 PH Units Page 2 Detection Date Limit Started Amatyst 06/17/92 KW NW 06/17/92 NW 06/17/92 MW 06/17/92 MW petection Date Limit Started Anatyst 06/17/92 MW NW 06/17/92 NW 06/17/92 MW 06/17/92 NW Detection Date Limit Started Analylt 06/17/92 MW NW 06/17/92 MW 06/17/92 MW 06/17/92 MW etecti Date Limit Started nail trst 06/17/92 NW MW 06/17/92 NW 06/17/92 MW 06/17/92 MW Order # D2-05-261 O8/10/92 14:56 Client: GEOTECH Sample: 05A TB-21/7-8 TEST RESULTS BY SAMPLE Collected: Page 3 Detection Date Test Name Method Result Units Started Analyst Chloride EPA 325.3 5 MG/KG 06/17/92 NW Soil/Solid preparation Filtration 06/17/92 Date Com NW Specific Conductance D1125-82 B 150 UMHOS/CM O6/1T/92 NW Sulfate EPA 375.4 62 MG/KG 06/17/92 NW PH EPA 9045 9.3 pH Units 06/17/92 NW Sample: 06A TB-25/9-10 Collected: Detectio Date Test Name Method Result Units Limit Started Analyst Chloride EPA 325.3 130 MG/KG 06/17/92 NW Soil/Solid preparation Filtration 06/17/92 Date Cam NW Specific Conductance D1125-82 B 245 UMHOS/CM 06/17/92 NW Sulfate EPA 375.4 97 MG/KG 06/17/92 NW PH EPA 9045 9.2 pH Units 06/17/92 NW Sample: 07A TB-30/9-10 Collected: Detection Date Test Name Method Result Units imit Started Analyst Chloride EPA 325.3 20 MG/KG 06/17/92 NW Soil/Solid preparation Filtration 06/17/92 Date Can NW Specific Conductance 01125-82 B 200 UMHOS/CM 06/17/92 NW Sulfate EPA 375.4 107 MG/KG 06/17/92 NW PH . EPA 9045 9.1 pH Units 06/17/92 NW Sample: 08A TS-35/7-8 Collected: Detection Date Test Name Method Result Units Limit Started Analyst Chloride EPA 325.3 55 MG/KG 06/17/92 NW Soil/Solid preparation Filtration 06/17/92 Date Cam NW Specific Conductance D1125-82 B 265 UMHOS/CM 06/17/92 NW Sulfate EPA 375.4 54 MG/KG 06/17/92 NW PH EPA 9045 9.2 pH Units 06/17/92 NW A-45 Order 8 D2-05-261 08/10/92 14:56 Client: GEOTECH Sample: 09A TB-40/7-8 TEST RESULTS BY SAMPLE Collected: Page 4 Detection Date Test Name Method Result Units Limit Started Analyst Chloride EPA 325.3 60 MG/KG 06/17/92 NW Soit/Solid preparation Filtration 06/17/92 Date Cam IMW Specific Conductance D1125-82 B 200 UMHOS/CM 06/17/92 MW Sulfate EPA 375.4 18 MG/KG 06/17/92 NW PH EPA 9045 9.0 pH Units 06/17/92 MW Sample: 1DA TB-45/7-8 Collected: Detection Date Test Name Method Result Units Limit Start Analyst Chloride EPA 325.3 31 MG/KG 06/17/92 MW Soil/Solid preparation Filtration 06/17/92 Date Cam NW Specific Conductance D1125-82 B 220 UMHOS/CM 06/17/92 MW Sulfate EPA 375.4 48 MG/KG 06/17/92 MW PH EPA 9045 9.1 pH Units 06/17/92 MW Sample: 11A TB-50/7-8 Collected: etectio Date Test ame Method Result Units �,imit Started Analyst Chloride EPA 32.5.3 10 MG/KG 06/17/92 MW Soil/Solid preparation Filtration 06/17/92 Date Cam MW Specific Conductance D1125-82 B 250 UMHOS/CM 06/17/92 MW Sulfate EPA 375.4 155 MG/KG 06/17/92 MW PH EPA 9045 9.2 pH Units 06/17/92 MW Sample: 12A TB-56/9-10 Collected: etection Date Test Nww Method Result Units JJMU Started Analyst Chloride EPA 325.3 11 MG/KG 06/17/92 MW Soil/Solid preparation Filtration 06/17/92 Date Com MW Specific Conductance D1125-82 B 250 UMHOS/CM 06/17/92 MW Sulfate EPA 375.4 64 MG/KG 06/17/92 MW PH EPA 9045 9.0 pH Units 06/17/92 MW A-46 Order 0 D2-OS-261 08/10/92 14:56 Cllent: CEOTECH Sample: 13A TB-61/9-10 Test Name Chloride Soil/Solid preparation Specific Conductance Sulfate PH Page 5 TEST RESULTS BY SAMPLE Collected: Detectic Date Method Result Units Started Analyst EPA 325.3 10 MG/KG 06/17/92 NW Filtration 06/17/92 Date Cam NW D1125-82 B 170 UMHOS/CM 06/17/92 NW EPA 375.4 <1 MG/KG 06/17/92 NW EPA 9045 9.2 PH Units 06/17/92 NW A-47