Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2010-R0051 - Contract 9311 Wright Construction Company Lake Alan Henry Raw Water Pipeline - 01/28/2010 (3)
Resolution No. 2010-R0051 January 28, 2010 Item No. 5.11 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Unit Price Construction Contract No. 9311 for Lake Alan Henry water supply project transmission pipeline Contract A per RFP 10 -025 -MA, by and between the City of Lubbock and Wright Construction Company of Grapevine, Texas, and related documents. Said Unit Price Construction Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council this 28th day of January , 2010. TOM MARTIN, MAYOR ATTEST: RjbecL Garza, City Secretary APPROVED AS TO CONTENT: yma -A, &I J Marsha Reed, P.E., Chief Operating Officer APPROVED AS TO FORM: kl�y- ssi orney vw:ccdocs/RES.Contract-Wright Construction Company January 12, 2010 SEAL SHEET Division 0, 1, 2, 15 - Freese and Nichols, INC. Texas Registered Engineering Firm F — 2144 see Zv� NICHOLAS LESTER 97365 M` Division 0,1, 2, 9, 15 and Technical Specification 13115 - Freese and Nichols, INC. Texas Registered Engineering Firm F — 2144 OF �* Soo .. ..On so . . RUSSEL GIBSON OF� AO 61883 ; �% ST. � �S .•• E•.. G�� It ' ONAL Division 3 - Freese and Nichols, INC. Texas Registered Engineering Firm F — 2144 of tplf l 1/1 '"Ir - .pw 1 000*06••••••••••H...•0 so PETER A.BARTELS 017% - 94584 a� Division 13 — Technical Specification 13692 - Black and Veatch, INC. Texas Registered Engineering Firm F — 258 0 �`tp:� OF AP 5� •' O r............................: # WILLIAM H. BIEHL .....1......� 02938� CITY OF LUBBOCK LAKE ALAN HENRY WATER SUPPLY PROJECT PIPELINE CONTRACT A DIVISION 0 BIDDING AND CONTRACT REQUIREMENTS Contractor Checklist Notice to Offerers Texas Local Government Code Proposal Submittal (must be submitted by published due date & time) Unit Price Proposal Submittal Form Contractors Statement of Qualifications City of Lubbock Insruance Requirement Affidavit Safety Record Questionnaire Suspension and Debarment Certification Proposed List of Sub -Contractors Post -Closing Document Requirements (to be submitted no later than two business days after the close date when bids are due.) Final List of Sub -Contractors Payment Bond Performance Bond Certificate of Insurance Contract General Conditions of the Agreement Davis Bacon Wage Determinations TWDB Funding Requirements Addenda DIVISION 1 GENERAL REQUIREMENTS Section 01005 Definitions and Terminology 01010 Summary of Work 01030 Special Procedures 01040 Project Administration 01041 Job Management 01130 Measurement and Payment 01300 Submittals 01310 Progress Schedules 01380 Project Photographs 01400 Quality Control 01568 Erosion and Sediment Control 01666 Hydrostatic Test 01700 Contract Closeout 01730 Operations and Maintenance Manuals 01800 Forms DIVISION 2 SITEWORK Section 02110 Clearing and Grubbing 02202 Pipeline Excavation and Backfill for Large Pipelines 02220 Trench Safety 02221 Structural Excavation and Backfill Table of Contents PSC08325B — Lake Alan Henry Pipeline — Contract A TOC4 02255 Earth Fill Classification 02256 Aggregate Fill Classification 02257 Controlled Low Strength Material (Flowable Fill) 02270 Seeding for Erosion Control 02271 Riprap and Bedding Material 02314 Pipeline Crossing Highways, Streets, and Railroads by Tunneling 02614 Bar -Wrapped Concrete Cylinder Pipe 02626 Steel Pipe DIVISION 3 CONCRETE Section 03301 Cast -In -Place Concrete DIVISION 9 FINISHES Section 09905 Protective Coatings 09910 Pipeline Coating DIVISION 13 SPECIAL CONSTRUCTION Section 13115 Cathodic Protection 13592 Fiber Optic Conduit System Components DIVISION 15 MECHANICAL Section 15101 Gate Valves 15117 Air Release & Air and Vacuum Valves 15136 Miscellaneous Valves and Pipeline Appurtenances Appendix A -TXDOT Road Crossing Permits Appendix B - Geotechnical Engineering Study Appendix C — General Easement Table of Contents TOC-2 PSC08325B — Lake Alan Henry Pipeline — Contract A No Text No Text City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP # 10-025-MA Before submitting your proposal, please ensure you have completed and included the following: 1. ✓ Carefully read and understand the plans and specifications and properly complete the PROPOSAL SUBMITTAL form. Proposal Submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. Amounts shall be written in both words and numerals and in the event of a discrepancy the amounts written in words shall govern. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. Carefully read the BASIS OF PROPOSALS and SELECTION CRITERIA in paragraph 32 of the General Instructions to O. feror's. Ensure ALL criteria are addressed in / your submittal. 2. ✓ Include PROPOSAL BOND or CASHIER'S OR CERTIFIED CHECK as your proposal surety. Failure to provide a proposal surety WILL result in automatic rejection of your proposal. 3. ✓ Clearly mark the proposal number, title, due date and time and your company name and address on the outside of the envelope or container. 4. ✓ Ensure your proposal is RECEIVED by the City of Lubbock Public Works Contracting Office prior to the deadline. Late proposals will not be accepted. 5. ✓ Complete and submit the "CONTRACTOR'S STATEMENT OF QUALIFICATIONS". 6. ✓ Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 7. ✓ Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with the questionnaire. 8. ✓ Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 9. ✓ Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. 10. ✓ Complete and submit the TWDB forms. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 11. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR PROPOSAL BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE NCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR PROPOSAL SUBMITTAL. C. (Type or Print Company Name) 5. 6. 7. 8. 9. 10. 11. 12. 13. KIM NOTICE TO OFFERORS GENERAL INSTRUCTIONS TO OFFERORS TEXAS LOCAL GOVERNMENT CODE § 271.116 PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. PROPOSED LIST OF SUB -CONTRACTORS POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT DAVIS-BACON WAGE DETERMINATIONS SPECIAL CONDITIONS (IF APPLICABLE) SPECIFICATIONS Page Intentionally Left Blank NOTICE TO OFFERORS Paye Intentionally Left Blank NOTICE TO OFFERORS RFP # 10-025-MA Sealed proposals addressed to Marta Alvarez, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Purchasing Manager, City Hall, 1625 13th Street, Room 101, Lubbock, Texas, 79401, until 3:00 pm on December 17, 2009, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: "LAI(E ALAN HENRY WATER SUPPLY PROJECT TRANSMISSION PIPELINE CONTRACT A" After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Purchasing Manager and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Purchasing Manager for the City of Lubbock, before the expiration of the date above first written. Proposals are due at 3:00 pm on December 17, 2009, and the City of Lubbock City Council will consider the proposals on January 28, 2010, at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful proposer will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful proposer will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. The bond must be in a form accepted by the City Attorney and must be dated the same as the Contract Award date. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the -, total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offerror. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL 1 y SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offerror regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. There will be a non -mandatory pre -proposal conference on December 2, 2009 at 1:00 pm, at City Hall, 1625 13th Street, Room 101, Lubbock, Texas. . Offerors may view the plans and specifications without charge at the office of Parkhill, Smith & Cooper, _a Inc. 4222 85a' Street, Lubbock Texas 79423 (806) 473-2200, the office of Freese & Nichols, Inc. 4055 International Plaza, Suite 200, Ft. Worth, Texas 76109 or at www.bidsync.com. PLANS AND SPECIFICATIONS MAY BE OBTAINED FROM FREESE & NICHOLS, INC. FOR A NON- REFUNDABLE DEPOSIT of $200 per half sized set and $300 per full sized set, Phone: (817) 735-7300, Debby Greer. Either set include the geotechnical report and a half sized color map book. Deposit Checks shall 9 be made PAYABLE TO FREESE & NICHOLS, INC. All persons wishing to purchase hard copies are required to register and download a PDF copy of the Contract Documents from www.bidsync.com. Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages (based on a hourly rate time 8 hours per day minimum) included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. Any contract awarded under this Notice to Offerors are expected to be funded in part by a loan from the Texas Water Development Board, and shall be referred to as Project 21608. Neither the State of Texas nor its departments, agencies, or employees is or will be a party to this Notice to Offerors or resulting contract. This Contract is contingent upon release of funds from the TWDB. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing Manager Office at (806) 775-2572 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, Marta Alvarez PURCHASING MANAGER F'� GENERAL INSTRUCTIONS TO OFFERORS Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS 1 PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish LAKE ALAN HENRY WATER SUPPLY PROJECT, TRANSMISSION PIPELINE, CONTRACT A per the attached specifications and contract documents. Sealed proposals will be received no later than 3:00 pm on December 17, 2009, at the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "RFP 10-025-MA, LAKE ALAN HENRY WATER SUPPLY PROJECT, TRANSMISSION PIPELINE, CONTRACT A" and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Marta Alvarez, Purchasing Manager City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing Contract Managers Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by private courier service. Only written proposals submitted in conformance with the Instruction to Offerrors will be considered responsive and evaluated or award of a Contract. 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 2 PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non - mandatory pre -proposal meeting will be held at 1:00 pm, December 2, 2009 at City Hall, 1625 13th Street, Room 101, City Council Chambers, Lubbock, Texas, 79401. All persons attending the meeting are required to identify themselves and the prospective proposer they represent. It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre - proposal meeting to offerors who do not attend the pre -proposal meeting. ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at www.bidsync.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing Manager Office. At the request of the _i proposer, or in the event the Purchasing Manager Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing 2 5 Manager Office. Such addenda issued by the Purchasing Manager Office will be available over the Internet at http://www.bidsync.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Public Works Contracting Office no later than seven (7) calendar days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Public Works Contracting Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing Manager and a clarification obtained before the proposals are received, and if no such notice is received by the Purchasing Manager prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Purchasing Manager before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than seven (7) calendar days prior to the opening of proposals. PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 7 10 11 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(b) 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. CONFLICT OF INTEREST 9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. PLANS FOR USE BY OFFERORS It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. 12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Purchasing Manager if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in 13 14 15 16 writing and must be received by the City Purchasing Manager Office no later than seven (7) calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN SEVEN (7) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: City of Lubbock Marta Alvarez Purchasing Manager 1625 13' Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: malvarez@mylubbock.us Bidsync: www.bidsvne.com TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within 366 CONSECUTIVE CALENDAR DAYS and Final completed within 427 CONSECUTIVE CALENDER DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some 4 17 19 detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall. remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to a maximum of ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City 20 21 22 23 24 reserves the right, after the proposals have been opened and before the contract has been awarded, to require of a proposer the following information: kt (a) The experience record of the proposer showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the proposer. (c) Equipment schedule. TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, both known and unknown, cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. EXPLOSIVES 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AND ENGINEERS (PARKHILL, SMITH AND COOPER, FREESE AND NICHOLS, INC, BLACK AND VEATCH, GL INDUSTRIES, CORROSION CONTROL TECHNOLOGIES, AND KLEINFELDER) AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AND ADDITIONAL INSURED AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORESEMENT SHALL INCLUDE PRODUCTS AND COMPLETED OPERATIONS. 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The proposer' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on 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 7 27 28 29 Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. PREPARATION FOR PROPOSAL 29.1 The proposer shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the proposer. shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. In case of discrepancy between unit prices and extended amounts, the unit price shall govern. 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 1 30 31 29.3.1 Proposer's name 29.3.2 Proposal for the Lake Alan Henry Water Supply Project, 42-Inch Transmission Pipeline, Contract A. 29.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer's Submittal Form. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to proposer for his inspection in accordance with the Notice to Offerors. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. QUALIFICATIONS OF OFFERORS The proposer may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose that maybe requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel i_J (g) Past experience with the Owner Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past three (3) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BASIS OF PROPOSALS AND SELECTION CRITERIA The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Local Government Code Section 271.116. The selection criteria used to evaluate each proposal includes the following: 32.1 60% PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor Price Score 32.2 30% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, - the City uses the "Contractor's Statement of Qualifications" attached within and past experience with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications" And any past experience with the contractor. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to _ the project for which you are submitting this proposal. L 32.3 5% SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses you provide in your "Safety Record Questionnaire" and the Contractors Experience Modification Ratio. The Contractor must submit this ratio with his bid. Contractors with an Experience Modification 10 33 Ratio greater than 1 will not be considered. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed as well as the Experience Modification Ratio. 32.4 5% CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value x Weight Factor = Construction Time Score 32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. The estimated budget for the construction phase of this project is $ 33,800,000.00. Proposals shall be made using the enclosed Proposal Submittal Form. SELECTION 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and maybe rejected if it shows 11 34. 35 omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unitprices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind " ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 34.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. PREVAILING WAGE RATES 35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project. 35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 35.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Garza County: httv://www.gpo.gov/davisbacon/allstates.html 35.4 It shall be the responsibility of the successful offeror to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 35.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. 12 } TEXAS LOCAL GOVERNMENT CODE & 271.116 SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS (a) In selecting a contractor through competitive sealed proposals for construction, rehabilitation, alteration, or repair services for a facility or for construction of a project to which Section 252.043(d-1) applies, a governmental entity shall follow the procedures prescribed by this section. (a-1) In this section "facility" means an improvement to real property. l (b) The governmental entity shall select or designate an engineer or architect to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. (c) The governmental entity shall provide or contract for, independently of the contractor, the inspection services, the testing of construction materials engineering, and the verification testing services necessary for acceptance of the facility or project by the governmental entity. The governmental entity shall select those services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify them in the request for proposals. (d) The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria, estimated budget, project scope, schedule, and other information that contractors may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. (e) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and, if any are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of �- opening the proposals, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. (f) The governmental entity shall select the offeror that offers the best value for the governmental entity based r on the published selection criteria and on its ranking evaluation. The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its engineer or architect may - discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the governmental entity is unable to negotiate a contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. (g) In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM Page Intentionally Left Blank No Text No Text No Text No Text * Contractor shall estimate the quani installation in A, Offeror Proceed" of th, CONSECUTIV Offeror hereby e work on the above project tee provided. In no base sha11 the No Text P� (] ype4 Name) (Seal if Offeror is a Corporation) L �:L 2i �► �'l)�i'J c�cN ATTEST: Company Secretary Address C�,o7r' Xo W , (cc+2 a cn-T � Offeror acknowledges receipt of the following addenda: City, __.. County V. Addenda No. 1 Date 1 214l e 5 State Zip Code Addenda No. 2 Date 1 Z� t t' a q Telephone. gt 1. - 41'�;I - atS � 0 ep Addenda No. Date Fax: i�i 11 - �4 IR) - 3'st, el Addenda No. Date Email: L w CUJ I xk L WfUc vtfi 0 FEDERAL TAX ID or SOCIAL SECURITY No. M/WBE Firm: Native American Woman I Black American Hispanic American • I Asian Pacific American Other (Specify) 5 N' 4 No Text r, r %Gnat. ._.2 ti• .M.rl � n s • Y � Merchants Bonding Company P.O. BOX 26720 • AUSTIN, TX 78755-0720 : I : 0 9 KNOW ALL PERSONS BY THESE PRESENTS: That Wright Construction Co., Inc. 601 W. Wall Street, Grapevine, TX 76051 (hereinafter called the Principal) as Principal, and the MERCHANTS BONDING COMPANY (Mutual) a corporation of the State of Iowa, with its Home Office in the City of Des Moines, Iowa, (hereinafter called Surety), as Surety, are held and firmly bound to the City of Lubbock 1625 13th Street, Lubbock, TX 79401 (hereinafter called the Obligee) in the full and just sum of ($ 5 % GAB *************************************************** Five Percent of the Greatest Amount Bid******************************************************************************** Dollars good and lawful money of the United States of America, to the payment of which sum of money well and truly to be -made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed and dated this 17th day of December 2009 THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for Lake Alan Henry Water Supply Project Transmission Pipeline Contract A according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award, and shall give bond for the faithful performance thereof with the MERCHANTS BONDING COMPANY (Mutual) and Surety, or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed. Witness: BI -= Attest: B1 CON 0333 AU (9/00) �n�........,��.�..W ... m.q .. �... .���.,.. .. �..,, r�nm, .w�.n� � mw ,,.,e... .... .,... .......... .. i m-.. � ........._ w. �.,,v...� � ... �....... ., ............. m POWER OF ATTORNEY Merchants Bonding Company (Mutual) Nations Bonding Company Bond No. Bid Bond KNOW ALL PERSONS BY THESE PRESENTS: That MERCHANTS BONDING COMPANY (MUTUAL) is a corporation duly organized under the laws of the State of Iowa, and that NATIONS BONDING COMPANY is a corporation duly organized under the laws of the State of Texas (herein collectively called the "Companies'), and that the Companies do hereby make, constitute and appoint Clydene Johnson, Dustin Parker, Kathy Sells and/or Carolyn J. Scott of Grapevine and State of Texas their true and lawful Attorney -in -Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of. FIVE MILLION ($5,000,000.00) DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of -Attorney is made and executed pursuant to and by authority of the following bylaws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on November 16, 2002 and adopted by the Board of Directors of Nations Bonding Company on April 19, 2003. "The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 16th day of January, 2006. . O N f. .• .Pti9. •. •Z:= -o- : O : 2: ... 2003 a; •,mob ..�a . STATE OFIOWA ••"'.- COUNTY OF POLK ss. \IkG Co,�• •moo?ORP4, °q• • Cs '�J Z,c • y •�' -O- To.s' 1933 c; vd •c;• MERCHANTS BONDING COMPANY (MUTUAL) NATIONS BONDING COMPANY President On this 16th day of January, 2006, before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY; and that the seals affixed to the foregoing instrument are the corporate seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. STATE OF IOWA COUNTY OF POLK ss. ��+y CINDY SMYTH ' _F Commission Number 173604 w` My Commission Ex ires March 16, 2009 NotaryPubilc, Polk County, Iowa I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY, do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 17th day of December, 2009 . 141 '• . 0.. D •N c. �.QRPO.q CS Co: c� �A :° 2003 `a NBC 0103 (1/03) Secretary To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company's toll -free telephone number for information or to make a complaint at: 1-800-678-8171 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 at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent 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. SUP 0032 TX (7/07) WRIGHT CONSTRUCTION COMPANY, INC. 601 WEST WALL STREET GRAPEVINE, TEXAS 76051 ff 817-481-2594 PHONE E 817-481-2369 FAX CONTRACTOR QUALIFICATIONS FOR: LAKE ALAN HENRY WATER SUPPLY PROJECT TRANSMISSION PIPELINE CONTRACT A RFP 10-025-MA CONTRACT # 9311 CAPITAL IMPROVEMENTS PROJECT 92068 TWDB PROJECT 21608 Wright Construction Co., Inc. 601 W. Wall ♦ Grapevine, TX 76051 ♦ Metro (817) 481-2594 INDEX 1 CONTRACTORS STATEMENT OF QUALIFICATIONS 2 ATTACHMENT 1- AFFIDAVIT FOR CORPORATION 3 ATTACHMENT 2 - DETAIL OF LITIGATION 4 ATTACHMENT 3 - DESCRIPTION AND STRUCTURE CHART OF MANAGERIAL STRUCTURE 5 ATTACHMENT 4 - DESCRIPTION AND STRUCTURE CHART OF MANAGERIAL STRUCTURE FOR THIS PROJECT 6 ATTACHMENT A - LIST OF CURRENT PROJECTS 7 ATTACHMENT B - LIST OF COMPLETED PROJECTS 8 ATTACHMENT 5 - DRISCRIPTION OF ORGINIZATIONAL APPROACH AND QUALITY CONTROL 9 ATTACHMENT 6 - EQUIPMENT PROPOSED FOR THIS PROJECT 10 BONDING COMPANY LETTER AND BID BOND 11 INSURANCE REQUIREMENT AFFIDAVIT 12 SAFETY RECORD QUESTIONAIRE 13 SUSPENSION AND DEBARMENT 14 PROPOSED SUBCONTRACTORS 15 TWDB VENDOR COMPLIANCE 16 CONFLICT OF INTEREST Wright Construction Co., Inc. 601 W. Wall • Grapevine, TX 76051 ♦ Metro (817) 481-2594 CONTRACTORS STATEMENT OF QUALIFICATIONS Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bidlon-responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information�equested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: F3 For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. OUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A'. E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non- responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the fum's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: No Text Contractor's General Information Organization Doing Business As Wright Construction CO:, Inc. 601 W. Wall St. Business Address of Principle Grapevine, Texas 76051 Office Telephone Numbers ` Main Number 817-481-2594 3 Fax Number 817-481-2369 Web Site Address www.wrightconst.com Form of Business (Check One) X I A Corporation I I A Partnership An Individual Date of Incorporation 3-5-1990 State of Incorporation Texas Chief Executive Officer's Name President's Name Lemoine Wright Joe Wright Vice President's Name(s) Darrell I Business Address Average Number of Current Full Average Estimate of Revenue Time Employees 160 for the Current Year 55,000,000 r 1-' Contractor's Organizational Experience Organization Doing Business As Wright Construction Co. Inc. Business Address of Regional Office 601 W. Wall Grapevine, Texas 76051 Name of Regional Office Manager Telephone Numbers Main Number 817-481-2594 Fax Number 817-481-2369 Web Site AddresslopInglip www.wrightconst.com 6 0 0 List of names that this organization currently, has or anticipates operating under over the history of the organization, including the -names of related companies p sently doing business: Names of Organization From Date To Date None List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership None o a o• Years experience in projects similar to the proposed project: 30 As a General Contractor I I As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal In the past ten ears? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local, state, or federal agency within the last five ears? No If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating liti ation? Yes, minor traffic accident defended by insurance company. If yes provide full details in a separate attachment. See attachment No. 1 Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? No if yes provide full details in a separate attachment. See attachment No. Contractor's Proposed Key Personnel Organization Doing Business As Wright Construction Co., Inc. Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. See Attachment 2 Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No. See Attachment 3 F - • • ' Is Provide Information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. See Attachment 4 Role Primary Candidate Alternate Candidate Project Manager Project Superintendent Josh Kerr Mitch Granberry Project Safety Officer Ramon Diaz Nathan Barton Quality Control Manager John Kolb Randy PeW If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. if the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. Proposed Project Quality Control Manager Organization Doing Business As Name of Individual Wright Construction Co., Inc. John Kolb Years of Experience as Quality Control Manager 14 Years of Experience with this organization 4 Number of similar projects as Quality Manager 29 Number of similar projects in other positions 5 Current Project Assignments Name of Assignment Percent of Time Used for this Proect Estimated Project Completion Date 54" Ph 3 Transmission Pipeline ion Aril 2010 C_J l t Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference r Name David Hartless Name Mearl Taylor Title/ Position U190aggE,Qf Engineers Title/ Position Engineer Organization qorth Texas Municipal Water Dist. Or anization Freese&Nichols Telephone 972-445-5405 Telephone 817-735-7393 E-mail E-mail Project Vadalls Project " Phase 3 Transmission Line Candidate role on Proect Project Manager I Name of Individual Candidate role on Project P oject Manager / Operation Manag Randy Petty Years of Experience as Quality Control Manager 25 Years of Experience with this organization 20 Number of similar projects as Quality Manager 21 � t Number of similar projects in other positions 28 Current Project Assignments Name of Assignment g Percent of Time Used for this Project Estimated Project Completion Date 54" Phase 3 Transmission Pipeline 40 April, 2010 Phase 3 Collection Lines 20 Jan 2010 Phase 3B Collection Lines 20 Jan, 2010 rae Name Dale Ridin er Position n neer ro ec managerTitle/ Position En sneer wner nization Or anization Allen & Kiainoer Telephone 806-4 5-9089 Telephone 972-353-8000 _ E-mail dridin er allen-ridin er.co Project glide & Ersline Road Proect Various Candidate role on Project General Superintendent Candidate role on Project General Superintendent xw.,«4..ww.iwJ ,� uvrq ` . M,,lry �.• ',�..,,.��.. �:.,....nm ,.• w �45,:,m ...1r M, �..q � � pa.�x�..+...... �� {rwwwm I � .., � 1 I � yy p.. { J. ,����.: (( Proposed Project Managers t Organization Doing Business As Wright Construction Co., Inc. r-------- Name of Individual Brett Simerl Years of Experience as Project Manager 13 Years of Experience with this organization 1 Number of similar projects as Project Manager 25 Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date 54" Ph 3 Transmission Pipeline 20 Feb 2010 Indian Creek 3bReference Contact, Information (listing names indicates approval to contacting the names individuals as a reference Name David Hartless Name Scott Maughn Title/ Position Manager of Engineers Title/ Position Engineer - Organization North Texas Municipal Organization & Nichols Telephone 972-445-5405 Telephone 817-735-7393 E-mail dhartlesS ntm E-mail asm(afrease cam Project Various Pro ect Oils Candidate role Senior Project Manager on Project J 9 Name of Individual Candidates role on Project Project Manager/Engineer Jason Garrett Years of Experience as Project Manager 9 Years of Experience with this organization 1 1/2 Number of similar projects as Project Manager 5 Number of similar projects in other positions 2 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Weatherford 36" Water Line Extension 20 Jan 2010 Marsha Sharp Freeway Extension Dec 2011 Oame James Hoto Namee/ Position Title/ Position En ineer Organization Cily of Weatherford Organization Teague Nall & Perkins nc Telephone 817-598-4016 Telephone 817-665-7146 E-mail ihotoppOweatherfordtx.aoy E-mailswilhelmOtop-onlinecom Project 36" Water Line Extension Project West Park Water Line Candidate role on Project Project Manager Candidate role on Project Project Manager 1'. Proposed Project Superintendent ization Doing Business As ht Construction Co., Inc. Name of Individual Josh Kerr Years of Experience as Project Superintendent Years of Experience with this organization 119 Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used Estimated Project for this Proiect I Completion Date 4-2010 Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference Name Mearl Taylor Name Trevor Turner Title/ Position Contract Admonistrator - Title/ Position Organization Freese & Nichols Organization Telephone Telephone -003 E-mail rnt1t ney frepse cam E-mail Proiect arna-Gan River TransmissiorProject B ue Cross Blue Shield Candidate :ro:1e]7S.uperintendent Candidate role on Project on Proiect Superintendant Alternate ��nd#date Years of Experience as Project Superintendent Years of Experience with this organization Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Bachelor Creek Interceptor Ph 1 UTSW Medical Center ^te�erence, trontact.: #ntorrrmstion (Istinc ef�rence} .:. Name Pink Glariden Title/ Position Organization Ci of Arlington Telephone 817-808-1035 E-mail Project I Johnson Creek Interce Candidate role ISite Superintendent on Project Mitch Gran 7 10 12 Percent of Time Used for this Project 90 10 Project Date Name Joe Deaken Title/ Position Inspector Organization North Texas Municipal W� Telephone 214-579-1403 E-mail Project 60" Transmission Main, Mesqt Candidate role on Proiect Site Superintendent p M, , �.. G;.,::..,�, .. I- Proposed Project Safety Officer Organization Doing Business As Name of Individual Wri ht Construction Co. Inc Ramon Diaz Years of Experience as Project Manager 10 Years of Experience with this organization Number of similar projects as Project Manager 20 Number of similar projects in other positions 30 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Abilene Water Pipeline 35 Jan, 2010 Odesa Water Improvements 35 Mar- 2010 Monahans Waterline 1 35 1 Jan, 2010 Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference Name Jeff McMinime Name KathyHughes Title/ Position President Title/ Position Executive Director Organization Construction Services Organization Abilene A C apter Telephone 806-373-1732 Telephone 325-660-3512 E-mail E-mail Project Pan -Tex Project Various Candidate role Safe Officer on Project Name of Individual Candidates role on Project Safety Officer Nathan Rartnn Years of Experience as Project Manager 10 Years of Experience with this organization7 5 Number of similar projects as Project Manager 20 Number of similar projects in other positions 25 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Pan -Tex 4n N/A Panhandle ISD 40 N/A Phase 3 Transmission Pipeline im Name Ton a Felder 20 May, 2010 i is eff McMinime Name lConstruction Title/ Position Executive Director Title/ Positionresident Organization Panhandle AGC Chapter Or anization Services Telephone —ROB--374-1 994 Telephone806-373-1739 E-mail E-mail Project Various Project Pan -Tex Candidate role on Project Safety Officer Candidate role on Project Safety Officer I i Contractor's Project Experience and Resources Organization Doing Business As Wright Construction Co., Inc. Provide a list of major projects -that are currently underway, or have been completed within the last ten ears on Attachment A Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five years which specifically illustrate the organizations capability to provide best value to the Owner for this project. Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed key personnel. Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: 1. Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost control See Attachment 5 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meeting HUB / MWBE Participation Goal a . Provide a list of major equipment proposed for use on this project. Attach Additional Information If necessary Equipment Item Primary Use on Project Own Buy ill Lease See Attachment 6 r m_ . .. What work will the organization complete using its own resources? Pipe Installation What work does the organization propose to subcontract on thisproject? Bores, w/casing, Erosion Control, Seeding .1� I ( 11 WRIGHT CONSTRUCTION COMPANY Pipe Experience Resume for John Kolb. His experience on other projects involving installation of 42"diameter pipe or larger is as follows: Mr. Kolb has over thirteen years of construction experience with four years as a Project Manager/Operations Manager of Wright Construction Company. He oversees field operations for fourteen pipe laying operations and two related crews. He has Project Managed or Supervised large and complex projects such as 8 miles of 7T' poly coated steel pipe for North Texas Municipal Water District, 4 miles of 54" & 48" raw water line for the City of McKinney, Texas, 26 miles of 60" raw water line for SAWS Water District San Antonio, Texas and 8 miles of 84" water main for City of Fort Worth, Texas. Each of these projects required complex tie-ins at several locations. He is currently onsite performing daily operations for the JCW Well Field Phase 3 projects which has 67,000 linear feet of 54" RCCP water line. Mr. Kolb will be involved in developing the final plan along with our Project Manager, the City of Lubbock, Freese and Nichols and all others required to achieve a TEAM concept for this project. He and our Project Manager will then implement the approved plan. Mr. Kolb will be in charge of all the operations required for laying the pipe to the testing procedure. Wright Construction Co., Inc. G01 41 kkall a (iulpelmC. I X 76051 • \letro lNI7) 4XI-2594 AFFIDAVIT FOR CORPORATION State Texas ) § County of Tarrant ) § Lemoine Wright being duty sworn deposes and says: (Name) that he is .President of the Wright Construction Co. Inc. (Title) corporation submitting the foregoing qualification form and related information; that he has read such documents; and that such documents are true and correct and contain no material misrepresentations; and that he is authorized to make this Affidavit on behalf of the Corporation. Sign -A and sworn to me before this �+ � day of My commission expires: 1/24/2013 Notary Public I(SMY DEB DONALDSON NOTARY PUBLIC STATE OF TEXAS COMM. EXP.1-242013 BITUMINOUS INSURANCE COMPANIES LETTER OF TRAFFIC ACCIDENT CLAIM Wright Construction Co., Inc. 601 W. Wall ♦ Grapevine, TX 76051 • Metro (817) 481-2594 CLAIMS RESUME DATE: 9/14/09 CLAIM NO: 538468 DATE OF LOSS: 1/15/2009 CLAIMANT: Cassandra Gallegos POLICYHOLDER: Wright Construction DESCRIPTION OF ACCIDENT AND/OR INJURY: Conflicting stories. The claimant states that our insured make a left turn from the right lane striking her vehicle. The insured states that he was in tractor/trailor rig straddling left and right lanes in order to make the left turn. He had his signal on and the chnt traveling at a high rate of speed tried to beat him making the turn and struck his left front bumper. DEVELOPMENTS AND PRESENT STATUS: This claim is in suit. The claimant driver and her passengers are defendants. The suit is being handled by Grau Koen. There is also a subro suit brought by the claimant carrier, Gainsco. We are in the process of discovery and are also combining the subro and bodily injury suits. Liability is questionable, but there are negligence free passengers and probably some negligence on our insured driver. ADJUSTER: Joan Hunter No Text Management Plan Although projects of this scope and magnitude are thoroughly planed ahead, there are a few risk areas that need to be addressed. One of the major factors in the ability to finish the project on time is weather. Each contractor usually allows a few days of bad weather when estimating the project schedule, but an extended period of bad weather can push the completion date further than anticipated. Another determining factor is the breakdown in the equipment. The malfunction of major equipment can cause unforeseen delays that will last as long as it takes for the equipment to be repaired or replaced. Some may cause days of delays. A shallow and undedicated work force may also force a delay in the project if a contractor unexpectedly looses one or several key employees. Less than optimal performance from current employees may jeopardize not only the timeliness of the construction but the quality as well. Untrained employees with little experience in the work p k at hand are a risk to the quality and integrity of the construction. Problems with suppliers such as latent deliveries, product availability or lack thereof, and product quality may also play a major role in the completion time of the project. Furthermore, this problem may risk the ability of the contractor to complete the project at all. Extra costs can be driven above the budgeted figures if the analysis of pre-existing conditions was conducted erroneously or if the project was not planned correctly from the start. If the contractor is not on the same page as the owner and other related parties, discrepancies in the scope of work, in building techniques to be used, and in other necessary processes may cause the costs to increase. For the same reasons as mentioned above (miscommunication), a contractor may omit a part of the scope of work desired and approved by the owner. This situation may force the contractor to issue change order requests to the owner. At the same time, the owner should take all means necessary to agree to a finial design/build proposal before the work starts so the -contractor does not have to issue change orders at the fault of the owner. All the potential risks mentioned above may cause dissatisfaction with the owner. Non- performance of the turf system should only arise if the initial design is flawed, if the scope of work omits a key element in the construction, or if the materials are defective. The contractor can, and in most cases does, minimize all the risks mentioned above. Although the weather can not be controlled, extra days are included in the initial construction schedule to allow for unplanned bad weather. The contractor should maintain excellent relationships with all its suppliers and have a clear and effective line Wright Construction Co., Inc. 601 W. Wall ♦ Grapevine, TX 76051 • Metro (817) 481-2594 L:�J L-LJ, L� L--� of communications with them. Prior to starting' the project, all contractors equipment should be checked and brought to ideal conditions so that the equipment can be used efficiently during construction. There should also be a back-up plan to replace or repair defective equipment. The work force should be deep, experienced, and motivated to do the job right and as efficiently as possible. The contractor should also have back-up emergency employees in case they are needed on the project. The scope of work and material list should be determined and clearly communicated to and by all parties involved and be strictly followed during the project construction. Progress reports should be issued on at least weekly (if not daily) basis. Benefits of Management Plan The management plan should assure the owner that all risks were examined and planned for before the construction starts. Although there are no guarantees that the project will be flawless from start to finish, there should really be no surprises. In the event that there are, the owner should understand that the contractor will take all necessary steps to effectively deal with them and minimize damage. Issues Concerning the Project Some of the issues concerning the project are to determine the exact scope of work before the project starts and to communicate. The owner, inspectors, contractor and subcontractors will be asked to work as a TEAM throughout the whole project to achieve the best possible product. Value Increases Creative engineering and a team approach should greatly increase the value of the construction by having everyone working through problems and being involved in a give and take scenario to get the project built. WRIGHT CONSTRUCTION CO., INC ORGANIZATIONAL CHART Lemoine Wright President Gary Oovsteen Joe LipscombFBrad Miller John Kolb FEquipment y' Controller Senior Estimator Operations,Manager ' Quality Control Project Safety Bryan Havens FJasonGarrett Bobby Pedrami Brett Simeriy Santiago.Rivera inspectors Officer Surveyor Manager Project Manager 'ProjectMan,ager General 'Superintendent Randy Petty Jim Clair Project Project General General Superintendent Superintendent Superintendent Superintendent (2} (4) F oject Project ntendent Superintendent 4) (4) ,,j WRIGHT CONSTRUCTION COMPANY MANAGEMENT • Lemoine Wright, President: Mr. Wright has over thirty three years experience in the underground utility field, all with Wright Construction Company. During this time the company has expanded its operations to over one hundred fifty employees and risen to be one of the largest and most well respected site utility construction companies in north Texas. Wright Construction has vast experience in municipal, industrial, commercial and educational site utility construction. Mr. Wright is a resident of Argyle, Texas. • John Kolb, Operations Manager: Mr. Kolb has thirteen years construction, estimating and project management experience, four years with Wright Construction Company. He has extensive experience in industrial, commercial, residential and municipal construction. He has a degree in Business Management and Construction Management from Texas Tech University. He frequently oversees field operations for fourteen pipe laying operations and two related crews. He is also a very important part of the Quality Control aspect of the company. Mr. Kolb is a resident of Fort Worth, Texas. • Bret Simerly, Project Manager: Mr. Simerly has fifteen years construction experience as a project manager and estimator. He has field and office experience on industrial and municipal projects. He has been with Wright Construction Company one year. He frequently oversees projects in the range of $1,000,000.00 to $30,000,000.00. Mr. Simerly is a resident of Mansfield, Texas. • Josh Kerr, Field Superintendent: Mr. Kerr has over eight years of construction experience with two year as superintendent with Wright Construction Company. He oversees field production for large pipe laying operations. He has supervised large and complex projects alike. He is currently Field Superintendent on the 12 mile 54" Phase 3 Transmission Pipeline in Pampa, Texas. Mr. Kerr is a resident of Sherman, Texas. • Ramon Diaz, ESC- Safety Consultant: Mr. Diaz has ten years experience as a construction safety consultant and safety supervisor. He is employed at Engineering Safety Consultants. He visits each Wright Construction site in the West Texas area weekly to review all safety concerns and coordinate the Superintendent's weekly tool box safety meetings with their crews. In the event of an accident he provides accident investigation and written program support. He provides periodic safety training meetings and coordinates new employee safety orientation and training. Mr. Diaz is a resident of Lubbock, Texas. Each team member identified above is currently working with ongoing projects. Each team member will be available to meet the delivery schedule in the Proposal. Wright Construction Co., Inc. ( 601 W. Wall • Grapevine, TX 76051 • Metro (817) 481-2594 f I I I f I I I I COMPANY1 PROPOSED PERSONNEL FOR PROJECT LEMOINE WRIGHT PRESIDENT JOHN KOLB [OPERATIONS MANAGER BRETT SIMERLY PROJECT MANAGER JOSH KERR FIELD SUPERINTENDENT RAMON DIAZ SAFETY COORDINATOR Wright Construction Co., Inc. 601 W. Wall ♦ Grapevine, TX 76051 • Metro (817) 481-2594 Proiect Wormafion Project Owner City of Mesquite Project Name T-,�- -MesquiteCreek Sanitary Sewer Trunk Main Genera{ Description of Project Replacement, Ph I This project consist of apprx. 11,500 If of 51" & 54!' fiberglass sanitary sewer main, 23 large diameter manholes, 4,500 cubic yards of gabion basket channel armoring and associated appurtenances. Budget History Schedule Performance Amount % of Hid Amount Date Days Bid Notice to Proceed Change Orders 523 613.00 18.08 Contract Substantial Completion Date at Notice to Proceed 240. Owner Enhancements Contract Final Completion Date at Notice to Proceed 4/1*9/201 Unforeseen Conditions 0 Change Order Authorized Substantial Completion Date 120 Design. Issues 0 64 Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date 8/20/2010 6 Final Cost 3 420,398,00 + 15.31 Actual / Estimated Final Completion Date Project Manager Project Sup Safety Office7-A-A% 8/20/2010 ty Control Manager Name Elber Galem Clair Percentage of Time Devoted to the Project o 100% 0 Proposed for this Project Yes Yes Did Individual Start and Complete the Project.? qfoil working Yes, still working Yes, Still working If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner fel CityEn ineer - 16-6353 mholzapfel@ci.mesquite.b( Designer Lead Engineer --Nathan D Construction Manager Manager alm@r Ci.meS Uit@.tx. SureMay Number of Issues Total Amount involved {n Resolved 0 Resolved Issues Number.of Issues Total Amount involved in Pending 0 JResolved Issues 16 7—` 177 L 7-- L ------ J1 7-7 Project OWner J Trinity, River Awtho* of Texas 1Project Name, -Denton Creek W-Wwater TranspaFtatiaMPMect General Description of Project Installation of apprx. 7601 of'42" to serve as a future effluerit force main, as well as -connections &- insWation ' of -a.ppr. 1-3, 000 If of .,parallel 12" & 39' sOrTftary, sewer fofrce mains witha pa rshal) fluftte muter StO�iOn StWcWe, Appro.,darn, at6ly1,000, If oftunnel 'bores -are incluOod ranging from 24" to 42" caging-orjunnA liner.plate fOr.two .,OVdI)het & insW[Otibn of hike& bikes trawl. Bid Changes Ofdars —Gwoet EnbanoemoTds U.0foreseen QonO'bof 0�"jgq Issues Total -Amount Date Days fi Notice to. Prbeeed CwtrgrA "star:91W, Completion Date at Notice to Proceed Contradt. F=i.CoMpjaWn 139te at .Wice to Proceed Change Otdor Aw.tWized SubOtabUal Com Plafiotl to Change -Order 'Autboriz W,O-pJg W-R . cafe eO Fir ora Actual UEstknated SUbstanfial Oompletion Date Actual.I j�m.g�'kted'.Final ion: Date Pe6ject ManaW proiwt Stip Safdty QMa Control 0-ercentaqe of Time Devoted.fttheT!ql PropOted foe" this Proledt Yes 'Yes Yes � 'Old1ndiVi4al Sfadarid Oor.npj'd&fh9 PFoJidqO Yes he Md I I Yes.'he will Yes he wilt 'Y", 'he will lf..not, wtTo §tafteO,qraompWed toe p"ctire their plaqe. Reason for pt.7a9ge. Name Title/ Position OrOnLzatlon Telephone 15-maid Owner gichaW. postM-a EXecutive Managgr IRA 817-4 Designer tr . 'IMil IS �4artin P E Alan Plummer 817-806-1700 Construction Menaqor R-i'd.-'hard P�stMa Pxacuftyn Manager TRA 817-493-Z147 Surat l.osh Penw011 •de erchants, Bond ina. Number of -Is-sues Pending. 0. E 0-2.5-2-9656 Jpellwell merchantsbondin Total.Amount involved in Resolved. Issues. Number of Issues Resol,;V.ed Total Amount, -involved in 0 Resolved Issues .0 16, com r"-7 7-7 7-7 Project Information Project Owner I CITY OF TERRELL, TEXAS Project Name BACHELOR CREEK INTERCEPTOR PHASE-1 General Description of Project 6400 LF 36" PVC SEWER LINE AND UPGRADE OF EXISTING LIFT STATION Project Budget •Schedule Performance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $1, 615, 788.50 Notice to Proceed 09/22/2009 280 Change Orders Contract Substantial Completion Date at Notice to Proceed N/A Owner Enhancements Contract Final Completion Date at Notice to Proceed 06/28/2010 Unforeseen Conditions Change Order Authorized Substantial Completion Date N/A Design Issues Change Order Authorized Final Completion Date N/A Total $1, 615, 788.50 Actual / Estimated Substantial Completion Date N/A Final Cost 1 $1, 615, 788.5o 1 ProjectKey Personnel, Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 06/28/2010 Quality Control Manager Name BRETT SIMERLY JIM CLAIR ELBER GALEAS JOHN KOLB Percentage of Time Devoted to the Project lob 18% lot 10% Proposed for this Project 10* lay 1o% Iot Did Individual Start and Complete the Project? NO NO YES YES If not, who started or completed the project in their place. Reason for change. . I - it a - I listing names indicate s ap ��Ova(�� �op'tacting t Title/ Position e pames individuals.as a reference) Organization Telephone E-mail Owner STEVE ROGERS PROJECT MANAGER CITY OF TERRELL 972-551-6607 srogers@cityofterrell.org Designer JEREMY BUECHTER PROJECT ENGINEER Schaumburg & Polk, Inc. 903-595-3913 jbuechtereapi-eng.com Construction Manager NATHAN UNDERWOOD CONSTRUCTION MANAGER Schaumburg & Polk, Inc. 903-595-3913 NUNDERWOODOSPI-ENG.COM Suret JOSH PENWELL VICE PRESIDENT Number of Issues 0 Total Amount involved in ' N/A Resolved I Resolved Issues MERCHANTS BONDING 800-252-9656 JPenwell@mezahaatabonding.com Number of Issues o Total Amount involved in N/A Pending Resolved Issues 1 77 16 Ornianf lnfnrm-�finn Project Owner CANADIAN RIVER MUNICIPAL WATER AUTHORITY Project Name JCW WELL FIELD PHASE 3 COLLECTION PIPELINES General Description of Project 30" THRU 18" WATER COLLECTION PIPELINE Pr • : •a- a -• '- • Budget History Schedule Performance % of Bid Date Days Amount Amount Bid $1, 558, 520. oo Notice to Proceed 08/03/2009 Change Orders $128, 816. 00 8* Contract Substantial Completion Date at Notice to Proceed N/A Contract Final Completion Date at Notice to Proceed 04/01/2010 Owner Enhancements Unforeseen Conditions Change Order Authorized Substantial Completion Date N/A Change Order Authorized Final Completion Date N/A Design issues Total $1, 687, 336.00 Actual / Estimated Substantial Completion Date N/A Final Cost $1, 687, 336.00 Actual / Estimated Final Completion Date 04/02/2010 Project •- Project Manager 1 Project Sup Safety Officer Cluality Control Manager Name BRETT SIMERLY RANDY PETTY NATHAN BARTON JOHN KOLB Percentage of Time Devoted to the Project 10W 201c 10% 10% Proposed for this Project 10ir 20t 10* lots Did Individual Start and Complete the Project? NO No YES YES If not, who started or completed the project in their place. BOBBY PEDRAMI DARRION BRYAN Reason for change. NEW HIRE TERMINATED •- • • • • • -Name - .•r • • • •ONNU, Title/ Position • Organization Telephone E-mail Owner KENT SATTERWHITE GENERAL MANAGER CRMWA 806-865-3325 KSatterwhiteacrmwa.com Designer ZANE EDWARDS PROJECT ENGINEER PARKHILL, SMITH & COOPER 817-735-7393 zedwardsoteam-gsc.com Construction Manager DARREN SCHICK PROJECT MANAGER CRMWA 806-865-3325 dschick@CRMWA.com Suret JOSH PENWELL VICE PRESIDENT MERCHANTS BONDING 800-252-9656 Jpenwellpmexe ntnboad nq.cwa - i • �- • -• r �- • • r • a • • a • . `•. r "7 Number of Issues Total Amount involved in N/A Number of Issues 0 Total Amount involved in N/A 0 Resolved Resolved Issues Pending Resolved issues r P1+. 'G�;;'G 7-7 Prniert Infnrmatinn Project Owner CANADIAN RIVER MUNICIPAL WATER AUTHORITY Project Name JCW WELL FIELD PHASE 3B COLLECTION PIPELINES General Description of Project 24e THRU 12" WATER COLLECTION PIPELINE Budget History Schedule Performance Amount % of Bid Date Days Amount Bid $1, 508, 586.00 Notice to Proceed 10/08/'2009 Contract Substantial Completion Date at Notice to Proceed N/A Change Orders Contract Final Completion Date at Notice to Proceed 06/01/2010 Owner Enhancements Change Order Authorized Substantial Completion Date N/A Unforeseen Conditions Change Order Authorized Final Completion Date N/A Design Issues Total $1, 508, 586.00 Actual / Estimated Substantial Completion Date N/A Final Cost $1, 508, 586. oo Actual / Estimated Final Completion Date 06/01/2010 Key Proiect Personnel Project Manager Project Sup i Safety Officer Quality Control Manager Name BRETT SIMERLY RANDY PETTY NATHAN BARTON JOHN KOLB Percentage of Time Devoted to the Project 10-t 20% lot. 10% Proposed for this Project 10� 201k 10% 10% Did Individual Start and Complete the Project? NO xo YES YES If not, who started or completed the project in their place. BOBBY PEDRAMI DARRION BRYAN Reason for change. NEW HIRE TERMINATED 3 um -Name Organization Telephone E-mail Title( Position Owner KENT SATTERWHITE GENERAL MANAGER CRMWA 806-865-3325 KSatterwhitescrmwa.com Designer ZANE EDWARDS PROJECT ENGINEER PARRiiILL, SMITH & COOPER 817-735-7393 zedwards@team-psc.com Construction Manager I DARKEN SCHICK PROJECT MANAGER CRMWA 806-865-3325 dschick®CRMWA.com Surety JOSH .PENWELL VICE PRESIDENT MERCHANTS BONDING 800-252-9656 Jpeawellfteechantehonding.com i • • -• • '- • • • • • ' • • •. • • D • 36a • Number of Issues Total Amount involved in N/A Number of Issues 0 Total Amount involved in N/A71 0 Resolved Resolved Issues Pendin Resolved Issues 16 L Prniprt Infnrmatinn Project Owner CANADIAN RIVER MUNICIPAL WATER AUTHORITY Project Name PHASE 3 TRANSMISSION PIPELINE General Description of Project 54" TRANSMISSION WATER LINE '(0ject Budger e"dule Performance Budget History Schedule Performance Amount of Bid Date Days Amount Bid $11, 313,178. 70 Notice to Proceed 08/03/'2009 Change Orders $2, 604, 261. 80 23$ Contract Substantial Completion Date at Notice to Proceed 02/01/2010 Contract Final Completion Date at Notice to Proceed 04/01/2010 Owner Enhancements Unforeseen Conditions Change Order Authorized Substantial Completion Date N/A Design Issues Change Order Authorized Final Completion Date N/A Total $13, 917, 440.50 Actual / Estimated Substantial Completion Date 02/01/2010 Final Cost $13, 917, 440.50 Actual / Estimated Final Completion Date 04/01/2010 ' • Personnel Project Manager Project Sup Safety Officer Quality Control Manager Name BRETT SIMERLY RANDY PETTY NATHAN BARTON JOHN KOLB Percentage of Time Devoted to the Project 10-W 20* 10% 10$ Proposed for this Project 102 20% lok 10% Did Individual Start and Complete the Project? NO NO YES YES If not, who started or completed the project in their place. BOBBY PEDRAMI DARRION BRYAN Reason for change. NEW HIRE TERMINATED +Name Title/ Position Organization Telephone E-mail Owner KENT SATTERWHITE GENERAL MANAGER CRMWA 806-865-3325 KSatterwhite@crmwa.com Designer NICK LESTER PROJECT ENGINEER FREESE & NICHOLS 817-735-7393 ndefreese.com Construction Manager DARREN SCHICK PROJECT MANAGER CRMWA 806-570-2437 dschick@CRMWA.com Suret JOSH PENWELL VICE PRESIDENT MERCHANTS BONDING 800-252-9656 Jpenwell@merchantabonding.com mo Number of Issues Total Amount involved in N/A Number of Issues o Total Amount involved in 7wN/A 0 Resolved Resolved Issues PendingResolved Issues 16 No Text 0rninn4 Ira;nr.a . �iir.n Project Owner NORTH TEXAS MUNICIPAL WATER DISTRICT Project Name HAILEY TO MESQUITE NO. 3 BRANCH PARALLEL PIPELINE General Description of Project 11,000 LF 60" WATER TRANSMISSION LINE, 3,000 LF 16" WATER LINE, 4,000 LF 12" WATER LINE Budget History Schedule Performance Amount % of Bid Date Days Amount Bid $4,193, 218.25 Notice to Proceed 12/15/'2009 Contract Substantial Completion Date at IVotice to Proceed 05/01/2010 Change Orders Contract Final Completion Date at Notice to Proceed 06/01/2010 Owner Enhancements Change Order Authorized Substantial Completion Date N/A Unforeseen Conditions Change Order Authorized Final Completion Date N/A Design Issues Total $4,193, 218.25 Actual / Estimated Substantial Completion Date 05/01/2010 Final Cost $4,193, 218.25 Actual / Estimated Final Completion Date 06/01/2010 �rqject '- Project Manager I Project Sup Safety Officer Quality Control Manager Name BRETT SIMERLY JIM CLAIR ELBER GALEAS JOHN KOLB Percentage of Time Devoted to the Project 10%. is% 10%. 10% Proposed for this Project 10%. 18% lot- 10% Did Individual Start and Complete the Project? NO NO YES I YES If not, who started or completed the project in their place. Reason for change. M. Tille/ Position Organization Telephone E-mail Name ner 7Designer DAVID CLISCHE PROJECT MANAGER NTMWD 972-442-5405 DClische®ntmwd.com SCOTT MAUGHN PROJECT ENGINEER FREESE & NICHOLS 214-217-2200 asm®freese.com Construction Manager DAVID CLISCHE PROJECT MANAGER NTMWD 972-442-5405 DClische®ntmwd.com Surer JOSH PENWELL VICE PRESIDENT MERCHANTS BONDING 800-252-9656 Jp•nv11Bmerchantshonding.com - r Number of Issues' Total Amount involved in N/A Number of Issues 0 Total Amount involved in N/A o Resolved Resolved Issues Pendinq Resolved Issues 16 =J Prniarf Infnrmafinn Project Owner NORTH TEXAS MUNICIPAL WATER DISTRICT Project Name INDAIN CREEK/PRESTON ROAD FORCE MAIN General Description of Project 40,000 LF 30" SEWER FORCE MAIN Budget History Schedule Performance Amount % of Bid Date Days Amount Bid $6, 893, 351.10 Notice to Proceed 12/15/'2009 Contract Substantial Completion Date at (Notice to Proceed N/A Change Orders Contract Final Completion Date at Notice to Proceed 03/15/2010 Owner Enhancements Change Order Authorized Substantial Completion Date N/A Unforeseen Conditions Design Issues Change Order Authorized Final Completion Date N/A Total $6, 893 , 351.10 Actual / Estimated Substantial Completion Date N/A Final Cost $6, 893, 353 30 Actual / Estimated Final Completion Date 04/14/2010 r oject Personpel Project Manager Project Sup Safety Officer Quality Control Manager Name BRETT SIMERLY JIM CLAIR ELBER GALEAS JOHN KOLB Percentage of Time Devoted to the Project 10!k 18% 10% lot - Proposed for this Project 10%- lei log log Did Individual Start and Complete the Project? NO No YES YES If not, who started or completed the project in their place. Reason for change. +Name Title/ Position Organization Telephone E-mail Owner BOBBY GREER PROJECT MANAGER NTMWD (972) 442-5405 bgreer®NTMWD.COM Designer J.R. BADDAKER PROJECT ENGINEER FREESE & NICHOLS (214) 217-2232 jb@freese.com Construction Manager WINSTON SILVIA CONSTRUCTION MANAGER FREESE & NICHOLS (817) 881-5820 wsofreese.com Suret JOSH PENWELL VICE PRESIDENT MERCHANTS BONDING 800-252-9656 Jpenwell@mexchantabonding.com - Number of Issues' Total Amount involved 7in Number of Issues o Total Amount involved in N/A o Resolved Resolved issues PendingResolved Issues 16 r Proiect Information Project Owner CITY OF WICHITA FALLS Project Name REHABILITATION OF LAKE ARROWHEAD RAW WATER LINE General Description of Project REPAIR OF 54" CONCRETE CYLINDER RAW WATER LINE eFerformance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $1, 048, 980. 00 Notice to Proceed 12/07/'2009 Change Orders Contract Substantial Completion Date at Notice to Proceed N/A Owner Enhancements Contract Final Completion Date at Notice to Proceed 04/30/2010 Unforeseen Conditions Change Order Authorized Substantial Completion Date N/A Design Issues Change Order Authorized Final Completion Date N/A Total $1, 048, 980. 00 Actual / Estimated Substantial Completion Date N/A Final Cost $1, 048, 980. 00 �roject Perspnpel Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 04/30/2010 Quality Control Manager Name BRETT SIMERLY RANDY PETTY ELBER GALEAS JOHN KOLB Percentage of Time Devoted to the Project 10-* 20%- 10* 10% Proposed for this Project lot- 20% 10* 10%. Did Individual. Start and Complete the Project? NO NO YES YES If not, who started or completed the project in their place. Reason for change. - NMI Title/ Position Organization Telephone E-mail Name Owner SHAWN GARCIA PROJECT MANAGER CITY OF WICHITA FALLS (940) 761-7477 Shawn.Garcia®cwftx.net Designer DOUG VARNER PROJECT ENGINEER CDM (817) 916 2939 VarnerDL®cdm.com Construction Manager DAN NOVOCIN PROJECT MANAGER CDM (817) 332-8727 NOVOCINDA@CDM.COM Sure t JOSH PENWELL VICE PRESIDENT 0. Number of Issues o Total Amount involved in N/A Resolved Resolved Issues MERCHANTS BONDING 800-252-9656 Jpenwelllimrch"ntsbondinq. cm Number of Issues o Total Amount involved in N/A Pending Resolved Issues 16 :.a WRIGHT CONSL'JCTION CO., INC. WORK IN PROGRESS November 1, 2009 k, '4E3m. ➢„ �, �k.. t' tlsa: .mac.. u�w' tit -.nMYltn,. jNo Botanical Research Institute Botanical Research David Fisk, BECK Corgan Associates $243,000 Water, Sewer & 0% of Texas Institute of Texas 214-303-6200 Storm Drain US 82 Marsha Sharp Freeway Tex DOT Chris Moore, Lane HNTB Corp. $1,927,000 Storm Drain No 0% Construction 203-235-3351 Peters Colony Elementary Lewisville ISD Jeff Jackson, Charter Glen Engineering $231,000 Water, Sewer & No 0% Builders 972-484-4888 Storm Drain Indian Creek Force Main North Texas Bobby Greer, NTMWD Freese & Nichols, $6,902,000 Sewer Force Main Yes 0% Municipal Water 972-442-5405 Inc. Griffin Elementary School Tyler ISD Jeff Denson, Denson Drannon Corp. Water, Sewer & No 0% Construction 903-556-1426 Storm Drain Durant High School Durant ISD Brad Ramsey, Steele Baker & Assoc. $539,000 Water, Sewer & No 0% Freeman 817-232-4742 Storm Drain South Georgia Street Storm City of Amarillo Dan Fleischman, City of City of Amarillo $558,000 Storm Drain Yes 0% Drain Amarillo 806-378-9336 Engineering Dept. 30" Water Line Extension City of Amarillo Dan Fleischman, City of City of Amarillo $219,000 Water Main Yes 0% Amarillo 806-378-9336 Engineering Dept. Denton Creek Force Mains Trinity River Richard Postma, TRA Alan Plummer $3,435,000 Force Main Yes 0% Authority 817-493-5147 Assoc, Inc. Halley to Mesquite Sewer North Texas To be determined Freese & Nichols, $4,193,000 Sewer Main Yes 0% Municipal Water Inc. Northwest Elem #15 Northwest ISD Ben Reiners, Charter Builders MJ Thomas $487,000 Water, Sewer & No 0% 972-484-4888 Engineering Storm Drain Kelsey Park Tract Ford Development Roger Gras, Hugo -Reed & Hugo -Reed & $350,000 8,800 If Water & Yes 0% Assoc.806-763-5642 Assoc. Sewer Denton Elementary #21 Denton ISD Carlos Garza, Charter Glenn Engineering $697,000 Water, Sewer & No 50% Builders 972-484-4888 Storm Drain JCW Well Field Phase 3-B Canadian River Zane Edwards P.E. Parkhill, Parkhill, Smith & $1,500,000 49,000 If 24" to 12" Yes 0% Collection Pipelines MWA Smith & Cooper 806-473- Cooper, Inc. Water Line 2200 Marcus Stadium Lewisville ISD Damon Maldanado, Charter G & A Consultants $913,455 Water, Sewer & No 75% Builders 972-484-4888 Storm Drain Bachelor Creek Interceptor City of Terrell Jeremy Buechter, P.E. Schaumberg & $1,615,780 36" Sewer, Lift Yes 5% Phase I Schaumberg & Polk Polk Station & Force Main 903-595-3913 Decatur Elementary Decatur ISD Jeff Jackson, Charter G & A Consulants $1,427,600 Water, Sewer & No 75% Builders 972-484-4888 Storm Drain JCW Well Field Phase 3 Canadian River Zane Edwards P.E., Parkhill, Parkhill, Smith & $1,700,000 20,000 If 30" to 18" Yes 80% Collection Pipelines MWA Smith & Cooper 806-473- Cooper, Inc. Water Line 2200 JCW Well l ! Phase 3 Canadian River Nicholas Lester, P.E., F-. " :" a Freese & Nichols, $13,800,000 68,000 If 54" RCCP as 6506 Transmission Pipelines MWA & Nichols, Inc. 817-7354393 Inc. Water Line Crowley Middle School #4 Crowley ISD Scott Gibson, Teague, Nall & Teague Nall & $176,000 3,500 If 18" to 8" Yes 0% Off -site Sewer Main Perkins 817-336-5773 Perkins Sewer Line Water Lines Ahead of City of Lubbock Wood Franklin, P.E. City of City of Lubbock $457,200 2,000 If 24" to 6" Yes 90% Freeway Lubbock 806-775-2343 Water Relocation Rehabilitation of Lake City of Wichita Falls Shawn Garcia, City of Wichita Camp Dresser $1,048,980 54" RCCP Water Yes 0% Arrowhead 54" Water Line Falls 940-761-7477 McKee, Inc. Line Repair DART Orange Line DART Fred Polivka, KSWRP KSWRP $3,600,000 25,000 If Storm No 10% 972-374-4800 Drain South Mesquite Creek Sewer City of Mesquite Brad Rusk Nathan D. Maier Nathan D. Maier $2,896,785 11,000 If 54" & 51" Yes 50% Line 214-739-4741 Sewer Weatherford 36" Water Line City of Weatherford Scott Wilhelm, P.E. Teague Teague Nall & $1,292,000 7,000 If 36" RCCP Yes 75% Nall & Perkins 817-336-5773 Perkins Water Southwest Parkway, City of Lewisville Marty Murphy, JRJ Paving Halff Assoc. $2,645,330 Water, Sewer & No 95% Lewisville 214-466-8340 Storm Drain Episcopal School of Dallas Episcopal School of Greg Powell, BECK Spiars Engineering $233,800 Water, Sewer & No 90% Wellness Center Dallas 214-240-0864 Storm Drain Crowley Middle School Crowley ISD Sammy Martin, Buford Teague Nall & $430,300 Water, Sewer & No 00/. Number 4 Off -Site Thompson Co. 817-467-4981 Perkins Storm Drain Grapevine Euless Road City of Grapevine Doug Teeter, Ed Bell Paving Turner Collie & $700,000 Water, Sewer & No 95% 218-232-2355 Braden Storm Drain McCoy Elementary Carrollton ISD Jason Crutcher, Charter G & A Consultants $180,000 Water, Sewer & Yes 95% Builders 972-484-4888 Storm Drain Fort Worth Haslet Metering City of Haslet Mike Anderson, Belcheff & Belcheff & Assoc. $496,000 3,000 If 12" PVC Yes 90% Station Assoc. 817- Water Murphy Road Dallas County Marty Murphy, JRJ Paving Civil Structures, $994,000 Water, Sewer & No 90% 214-466-8340 Inc. Storm Drain Hebron 9 Grade Center Lewisville ISD Jason Crutcher, Charter G & A Consultants $670,000 Water, Sewer & Yes 95% Builders 972-484-4888 Storm Drain Throckmorton Creek Sewer Greater Texoma Bob Helmberger, BWR Bucher, Willis & $3,610,000 16,000 If 36" to 48" Yes 95% Ph. 3 Utility Authority Engineers 972-924-2757 Ratliff Engineers Sewer Gateway Church Building Gateway Church, Robert Feille, Balfour Beatty Kimley Horn and $827,000 Water, Sewer & Yes 95% Package Southlake Consruction 241-437-9798 Associates Storm Drain Sewer Lines Ahead of City of Lubbock Wood Franklin, P.E. City of City of Lubbock $399,850 2,000 If 24" Sewer Yes 95% Freeway Lubbock 806-775-2343 Relocation Irving Convention Center City of Irving Mickey Chatterdon, Austin Jacobs Carter $623,000 Water, Sewer & Yes 95% Commercial 214-443-5700 Burgess Storm Drain Kangaroo Stadium, Weatherford ISD Jason Crutcher, Charter M J Thomas $378,000 Water, Sewer & Yes 95% Weatherford Builders 972-484-4888 Engineering Storm Drain China Springs High School & China Springs ISD Darren Lee, Charter Builders M J Thomas $682,000 Water, Sewer & No 95% Int. School 972-484-4888 Engineering Storm Drain Eagle Mountain ISD Eagle Mountain Sammy Martin, Buford Teague, Nall & $815,000 Water, Sewer & Yes 95% Transportation Facility ISD Thompson 817-467-4981 Perkins Storm Drain Northgate Commercial Northpoint Ray Kinney, Arco Design / Halff Associates $690,000 Water, Sewer & Yes 40% Center, Irving Properties Build 770-541-1700 Storm Drain Slide Road & Erskine Street, City of Lubbock Rick Humphries, Allan Butler Parkhill, Smith & $3,650,000 Water, Sewer & Yes 95% Lubbock Const. 806-745-7498 Cooper, Inc. Storm Drain 7 Burleson H. School Burleson ISD Jeff Jackson, Charter Glenn Eng. $2,550,000 Water, Sewer & .0 -T 95% Number 2 Builders 972-484-4888 Storm Drain Rowlett Creek Sewer North Texas David Scott, NTMWD Birkhoff, Hendricks $1,579,000 4,000 If 36" to 42" Yes 90% Municipal Water 972-442-5405 & ConwaySewer Northwest Elementary 14 Northwest ISD Denise Taylor, Pogue M J Thomas $986,000 Water, Sewer & Yes 95% Construction 972-529-9401 Engineering Storm Drain Mansfield Elementary 21 Mansfield ISD Rick Hartman, Hisaw & Adams Engineering $451,000 Water, Sewer & Yes 95% Assoc. 214-927-7754 Storm Drain Southlake DPS City of Southlake Todd Rhodes, Lee Lewis Cheatham & $648,000 Water, Sewer & Yes 95% 972-818-0700 Associates Storm Drain ift Station, Denton P�� Robson Mark Strittmatter, Robson Biggs & Matthews $822,000 1 7,000 If 12" PVC 1 Yes 80% Communities Communities 480-895-4288 Sewer & Lift Station WRIGHT CONSTRUCTION CO., INC. HISTORY OF PROJECTS (SELECTED MAJOR JOBS) Winspear Opera House, Dallas Center for Paul Sipes, Linbeck Lopez -Garcia $870,820 ater, Sewer & Storm !Water, No 2009 Dallas PerformingArts 214-754-0114 Drain Marcus 9 Grade Lewisville ISD Jeff Jackson, Charter G & A Consulants $486,450 Sewer & Storm No 2009 Builders 972-484-4888 Drain West Park Water Line City of Scott Wilhelm, P.E. Teague Teague Nall & $698,000 7,000 If 16. Water Yes 2009 Weatherford Nall & Perkins 817-336-5773 Perkins A/edo Teacher Training & Aledo ISD Sammy Martin, Buford Schrickel Rollins, $240,000 Water, Sewer & Storm Yes 2009 Tech Security Buildings Thompson Co. 817-467-4981 Assoc. Drain Wheatland Town Crossing Weber & Tim Guedry, Spring Valley Lawerence Cates $562,000 Water, Sewer & Storm Yes 2009 Phase 2 Company 214-340-9800 Drain Timber Creek Ph 1 & 2, Trammel Crow Tony Martinez, Weir Brothers Halff & Assoc. $1,635,000 Water, Sewer & Storm Yes 2009 Dallas Development 972-556-2000 Drain HSCS Data Center Blue Cross Blue Mike Weir, Weir Brothers, Kimley-Horn $1,475,000 Water, Sewer & Storm Yes 2009 Shield 972-556-2000 Assoc. Drain Denton High School Denton ISD Gary Ryan, Charter Builders Teague, Nall & $745,000 Water, Sewer & Storm No 2009 Additions 972-484-4888 Perkins Drain Woodbrige Crossing, Direct Brent Archer, Spring Valley Lawrence Cates $1,800,000 Water, Sewer & Storm Yes 2009 Wylie Development Construction 214-340-9800 Drain UT Southwest Biotech University of Lee Derr, Gilbane Building Charles Gojer & $536,000 Water, Sewer & Storm Yes 2009 Development Texas 817-421-5466 Assoc. Drain North Basin Sewer City of Wichita Martin Littiken, Cornerstone Cornerstone $951,000 6,500 If 30" to 12" Yes 2008 Interceptor Falls Engineers 940-322-6450 Engineers Sewer Fort Worth Museum of City of Fort Worth Alex Gregory, Linbeck Kimley-Horn and $583,000 Water, Sewer & Storm No 2008 Science and History / Linbeck 817-348-7726 Associates Drain Eastport Industrial Area City of Lubbock Zoltan Fekete, City of City of Lubbock $709,000 11,000 If 8" Water Yes 2008 Water System Lubbock 806-775-3317 Texas Motor Speedway Speedway Motor Mat Stolley, Texas Motor TMS $200,000 Water, Conduit No 2008 Backstretch Pedestals Sorts Speedway 817-430-2010 121 Lake Pointe Crossing, OPUS West Travis Bradley, OPUS West Jones & Boyd $607,000 Water, Sewer & Storm Yes 2008 Lewisville 972-480-9787 Drain Light Farms Offsite Republic Robert Wilson, Republic Huitt-Zollars, Inc. $1,299,700 16,000 If 36" to 30" Yes 2008 Sanitary Sewer Property Group Property 214-876-2723 Sanitary Sewer Freeport Buildings A, B & KTR Coppell Steve Lawrence, C.F. Jordan Jones & Carter $1,086,000 Water, Sewer & Storm Yes 2008 C, Co ell 214-349-7900 Drain Killeen Police Station City of Killeen Todd Rhodes, Lee Lewis Jaster-Quintanilla $386,000 Water, Sewer & Storm Yes 2008 Construction 972-818-0700 Drain Keller High School No. 4 Keller ISD Brad Ramsey, Steele Teague, Nall & $990,000 Water, Sewer & Storm No 2008 BP 2 Freeman 817-232-4742 Perkins I Drain Saginaw M, a School Saginaw ISD Max Young, Ratcliff ;'Teague, Nall & $630,000 Water, Sewer & Storm 1N 2008 No. 5 Constructors 972-432-9969Perkins Drain Da/Port Business Park First Industrial Wier Brothers, Mike Wier Pacheco Koch $1,220,000 Water, Sewer & Storm Yes 2008 Realty Trust 972-556-9696 Drain Forward Air, Irving Forward Air DS Green Construction LLC Chaing, Patel & $2,468,000 Water, Sewer & Storm Yes 2008 Lloyd Pitchford 817-691-6147 Yerby Drain, Excavation Lone Star High School, Frisco ISD Bob Swartz, Hunt RLK Engineering $1,577,000 Water, Sewer & Storm No 2008 Frisco Construction 972-788-1000 Drain Gateway Church Gateway Church, Robert Feille, Balfour Beatty Kimley Horn and $2,385,000 Water, Sewer & Storm Yes 2008 Infrastructure Southlake Consruction 241-437-9798 Associates Drain Byron Nelson High Northwest ISD Jeff Jackson, Charter M. J. Thomas $1,920,000 Water, Sewer & Storm Yes 2008 School, Trophy Club Builders 972-484-4888 Eng. Drain UT Southwest Medical University of Todd Atwood, Austin Halff Associates $1,130,455 Water, Sanitary Sewer, Yes 2008 Phase 5 Site Utilities Texas Commercial 214-443-5700 Storm Drain, Duct Bank, Gas Dallas Water Supply, City of Lewisville Jeff Kelly, City of Lewisville Birkhoff Hendricks $1,051,000 5,500 If 30" Water Main Yes 2008 Lewisville 972-219-3458 & Conwa No Cotton Bowl Renovations City of Dallas Jeff Jackson, Charter Jaster-Quintanilla $1,080,000 Water, Sewer & Storm No 2008 Dallas Builders 972-484-4888 Drain Yes Town Lake Buildings I & C. D. Henderson Ted Whaley, C.D. Henderson Halff Associates $1,857,000 Water, Sewer & Storm Yes 2008 2, Irving Construction 972-272-5466 Drain Yes Lewisville Towne Crossing Lewisville Town Tim Guedry, Spring Valley Lawerence Cates $1,873,000 Water, Sewer & Storm Yes 2008 Crossing, L.P. 214-340-9800 Drain Yes Cottages of Lubbock CDC, Lubbock, Terry Kaiser, Cottage Hugo Reed $450,000 Water & Sewer Yes 2008 LLC Builders 205-949-2060 No Carter Industrial Building Rob Riner Larry Knox, Bob Moore Pacheco Koch $950,000 Water, Sewer & Storm Yes 2008 "A" Companies 817-640-1200 Drain, Paving No Armed Forces Reserve Armed Forces Don Polson, Walton Jacobs, Carter & $390,000 Water, Sewer & Storm No 2008 Center Reserve Construction 214-219-2255 Burgess Drain Arlington Highlands Spring Valley Tim Guedry, Spring Valley Lawrence Cates $878,000 Water, Sewer & Storm Yes 2008 Construction 214-340-9800 Drain Yes CarterIndustrial Off Site Rob Riner Rob Riner, Rob Riner Pacheco Koch $1,045,000 Water, Sewer & Storm Yes 2008 Improvements, Fort Worth Companies Companies 972-689-0669 Drain, Paving Yes Western Crossing, Sietz Group Greg Graham, EMJ Cabre' & $957,000 Water, Sewer & Storm No 2008 Amarillo 972-580-1210 Associates Drain No Oak Grove Elem. School, Burleson ISD Jeff Jackson, Charter Glenn Eng. $516,000 Water, Sewer & Storm Yes 2008 Fort Worth Builders 972-484-4888 Drain No Greenway Office Park, OPUS West Travis Bradley, OPUS West Jones & Boyd .$650,000 Water, Sewer & Storm Yes 2008 Irvin 972-480-9787 Drain Yes Market Heights, Harker Direct Scott Stoltz, EMJ Lawrence Cates $3,150,000 Water, Sewer & Storm Yes 2008 Heights, Texas Development 972-580-1210 Drain Yes Trinity River Audubon City of Dallas Jared Hicks, Sedalco Lopez — Garcia $201,000 Water & Storm Drain Yes 2008 Center, Dallas 817-831-2248 No UT Southwest Medical University of Todd Atwood, Austin Halff Associates $560,000 1,000 If Sanitary Sewer Yes 2008 Phase 5 Sewer Relocation Texas Commercial 214-443-5700 Relocation Yes UTSW Medical Hazard UTSW Medical Patrick Murphy, TriNorth ARS $93,350 Water, Sewer & Storm No 2007 BuildingCenter, Dallas Builders 817-796-3060 Drain No UT Brain h y UTSW Medical Damon Maldonado, Charter : Lopez -Garcia $84,450 Water, Sewer & Storm 2007 Center, Dallas Builders 972-608-0213 `' Drain Nv UTA Activities Building UT Arlington L. G. White, Hunt Page Southerland $307,000 Water, Sewer & Storm No 2007 Addition Construction 972-788-1000 Page Drain No Hall Office Park Building Hall Office Park Elliot Goodman, Austin Jones & Boyd $349,000 Water, Sewer & Storm Yes 2007 D2 Commercial 972-220-0677 Drain Yes Tehama & Sendara Elem. Keller ISD Denise Taylor, Pogue M. J. Thomas $895,000 Water, Sewer & Storm Yes 2007 Schools, Fort Worth Construction 972-529-9401 Eng. Drain No Wheatland Town Crossing, Spring Valley Tim Guedry, Spring Valley Lawrence Cates $1,108,000 Water, Sewer & Storm Yes 2007 Dallas Construction 214-340-9800 Drain Yes Mansfield Market Place Canyon Greg Graham, EMJ Winkelmann & $753,000 Water, Sewer & Storm Yes 2007 Mansfield Ptnrs. 972-580-1210 Assoc. Drain Yes Ennis High School & Ennis Ennis ISD Jeff Jackson, Charter Glenn Eng. $1,237,000 Water, Sewer & Storm Yes 2007 Jr. High Builders 972-484-4888 Drain No Robson Ranch Section 24, Robson Mark Strittmatter, Robson Biggs & Matthews $474,000 Water, Sewer & Storm Yes 2007 Denton Communities Communities 480-895-4288 Drain No Wal-Mart Abrams Rd., Wal-Mart Raymond Boynton, Western Kimley Horn $545,000 Water, Sewer & Storm Yes 2007 Dallas Builders, 806-376-4321 Drain Yes Majestic Airport Center, Majestic Realty Chris Menda, Commerce Pacheco Koch $2,075,000 Water, Sewer & Storm Yes 2007 Lewisville Construction 972-726-0700 Drain Yes Twin Mills, Fort Worth TriWest Mike Shingler, MLS Welch $327,000 Water, Sewer & Storm Yes 2007 Environmental817-312-1712 Engineering Drain No Keller Elem. 19, On Site & Keller ISD Brad Ramsey, Steele Teague, Nall & $680,000 Water, Sewer & Storm Yes 2007 Off Site, Fort Worth Freeman 817-232-4742 Perkins Drain Yes DFW 24" Water Line DFW Airport Dennis Gardner, Rayco Halff Associates $272,000 2,000 If 24" Water Yes 2007 Construction 972-872-5569 No Parkway Town Crossing Spring Valley Tim Guedry, Spring Valley Lawrence Cates $2,470,000 Water, Sewer & Storm Yes 2007 Construction 214-340-9800 Drain Yes McKinney Prosper North Texas Mike Liggin, NTMWD 927- Kenneth Tillman, $2,581,000 Sewer & Meter Station Yes 2007 Interceptor Municipal Water 442-5400 TRC No Cornerstone One, Flower Bob Moore Larry Langford, Bob Moore Pacheco Koch $673,000 Water, Sewer & Storm Yes 2007 Mound Construction Const.817-507-9765 Drain Yes Mira Lago, Farmers City of Farmers Michale Martin, City of FB Pacheco Koch $1,649,000 Water, Sewer & Storm Yes 2007 Branch Branch 972-247-3131 Drain No Lot 6, Bk 4 Mountain Creek Panattoni Karl Steen, Panattoni Pacheco Koch $312,000 Water, Sewer & Storm Yes 2007 Business Park, Dallas Development Co. 214-363-0551 Drain Yes Denton Municipal Airport, City of Denton Rick Schumann, Sunmount KAS Engineers $401,000 Storm Drain No 2007 Denton 817-925-9573 No Keller Smithfield Road, City of Keller Greg Dickens, City of Keller Freese &Nichols $1,300,000 Water, Sewer & Storm Yes 2007 Keller 817-743-4080 Drain No The Meadow, Haslet Fred Joyce Fred Joyce 817-481-3516 Kellie Eng. $780,000 Water, Sewer & Storm Yes 2006 Development Drain No Southlake Town Square, Cooper & Stebins Mike Goss, BECK Bury + Partners $1,600,000 Water, Sewer, Storm Yes Grand Avenue, Southlake 817-421-5959 Drain Yes Weatherford 36" Water City of Mike Peterson, Graham Mike Peterson, $573,000 2,500 If 36" Water Yes Line Weatherford Assoc. 817-640-8535 Graham Assoc. No A06 Corsicana Stadium, Corsicana ISD Jeff Jackson, Charter Glenn Engineering $960,000 1 Water, Sewer & Storm Yes Corsicana Builders 972-484-4888 Drain Yes Dallas Mor News Dallas Morning John Eitson, Austin 3raham Assoc. $900,000 Water, Sewer & Storm ` 2006 South Plant, wallas News Commercial 214-443-5700 Drain No Granite Point, Ridgemont Paul Camp, Ridgemont 214- Lawrence Cates $1,000,000 Water, Sewer & Storm Yes 2006 Denton 492-8900 Drain Yes Oaks of Corinth, Point of Dale Ridinger, Allen & Allen & Ridinger $1,490,000 Water, Sewer, Storm Yes 2006 Corinth Beginning L.P. Ridinger 972-353-8000 Drain & Paving No Wal-Mart Clifford St., Wal-Mart Tim Storms, Rogers -O'Brien Dunaway & $700,000 Water, Sewer & Storm No 2006 Fort Worth 214-962-3072 Assoc. Drain Yes Little Elm Stadium, Little Elm ISD Jeff Jackson, Charter Glenn Engineering $960,000 Water, Sewer & Storm Yes 2006 Little Elm Builders 972-484-4888 Drain No Villages of Colleyville Village Jimmy Archie, Village Baird Hampton $1,000,000 Excay., Water, Sewer, Yes 2006 Management Ltd. Management 817-488-4200 Storm Drain & Paving Yes Hall Office Park, Frisco Hall Development B. B. Munoz, Austin Jones & Boyd $340,000 Water, Sewer & Storm Yes 2006 Commercial 214-558-0538 Drain Yes Miracle Pointe, Jean & Melisa Melisa Denis, Owner JDJR Eng $450,000 Excay., Water, Sewer, Yes 2006 Southlake Denis 214-840-2451 Storm Drain & Paving No DFW Commerce Park, DFW Airport John Webb, Integrated Halff Assoc. $1,517,000 Water, Sewer & Storm Yes 2006 Phase 2C Partners 972-586-5771 Drain, Lift Station No Texas Motor Speedway Speedway Mat Stolley, Texas Motor TMS $550,000 7,000 If 12" to 4" No 2005 Motorsports Speedway 817-430-2010 Underground Fire Lines Yes Mercer Parkway, Phase 1, City of Farmers Art Tiseo, Tiseo Paving 972- Carter & Burgess $1,195,000 Water, Sewer & Storm No 2005 Farmers Branch Branch 289-0723 Drain No Wal-Mart, Desoto Wal-Mart Tim Storms, Rogers -O'Brien Dunaway & $725,000 Water, Sewer & Storm No 2005 214-962-3072 Assoc. Drain Yes Lowe's Decatur JR Vanoy & Sons Brandon Glenn, JR Vanoy & Adams Consulting $320,000 Water, Sewer & Storm No 2005 Construction Sons 864-261-8458 Drain Yes Wal-Mart Graham, Texas Wal-Mart Raymond Boynton, Western Dunaway & $680,000 Water, Sewer & Storm No 2005 Builders, 806-376-4321 Assoc. Drain Yes Wal-Mart, Hudson Oaks Wal-Mart John Black, Construction Dunaway & $640,000 Water, Sewer & Storm No 2005 Supervisors 713-667-0123 Assoc. Drain Yes Lowe's of Granbury JR Vanoy & Sons Brandon Glenn, JR Vanoy & Adams Consulting $675,000 Water, Sewer & Storm No 2005 Construction Sons 864-261-8458 Drain Yes Firewheel Town Center, City of Garland, Greg Powell, BECK 214-240- R-Delta, PBS&J $6,060,000 Water, Sewer, Storm Yes 2005 Garland Simon Properties 0864 Drain Yes Craig Ranch Infrastructure City of McKinney Art Tiseo, Tiseo Paving 972- Jones & Boyd $1,660,000 Water, Sewer & Storm No 2005 289-0723 Eng. Drain No Wal-Mart, Gatesvil/e Wal-Mart Tim Storms, Rogers -O'Brien Dunaway & $443,000 Water, Sewer & Storm No 2005 214-962-3072 Assoc. Drain Yes Northwest Stadium Northwest ISD Jeff Jackson, Charter Dunaway & $770,000 Water, Sewer & Storm No 2005 Builders 972-484-4888 Assoc. Drain No Estes Park, Southlake, Terra Land / Terra Land / Maykus, Kosse Hamilton $732,000 Water, Sewer & Storm No 2005 Texas Ma kus Ma kus 817-329-3111 Engineering Drain No Wal-Mart, Abilene Wal-Mart Raymond Boynton, Western Dunaway & $670,000 Water, Sewer & Storm No 2005 Builders, 806-376-4321 Assoc. Drain Yes Robson Ranch, 8-1, 8-2 Robson Mark Strittmatter, Robson Biggs & Mathews $560,000 Water, Sewer & Storm Yes 2005 Denton, Texas Communities Communities 480-895-4288 Drain No Westlake PD-3 Phase 2, WB Texas Resort Arron Vanpran, WB Texas Kimley Horn & $1,600,000 Water, Sewer, Yes 2004 Westlake, Texas Communities Resort 214-914-4491 Assoc. Drainage & Paving Yes Wal-Mart, f oke Wal-Mart Tim Storms, Rogers -O'Brien `. )unaway & $310,000 Water, Sewer & Storm 1 2004 214-962-3072 --Assoc. Drain Yes Wyndham Properties, Wyndham Terry Wilkinson, Wyndham Raymond L. $1,100,000 Water, Sewer, Storm Yes 2004 Southlake Properties Properties 817-329-4599 Goodson Jr. Drain, Paving Yes Sally Beauty Corporate Sally Beauty McCarthy Building, James Kimley-Horn & $450,000 Water, Sewer & Storm Yes 2004 Headquarters, Denton Leppo, 972-991-5500 Assoc. Drain No Robson Ranch, 13, 14, 15 Robson Mark Strittmatter, Robson Goodwin & $1,300,000 Water, Sewer & Storm Yes 2004 Denton, Texas Communities Communities 480-895-4288 Marshall Drain No Southside Wastewater Dallas Water Charles Benge, Dal-Ec Chiang, Patel & $590,000 Electrical Duct Bank No 2004 Treatment Plant Electrical Utilities Construction 214-544-2121 Yerby No Providence Elementary Denton ISD Charter Builders, Jeff Glenn Eng. $480,000 Water, Sewer & Storm No 2004 Jackson 972-484-4888 Drain No Dove Road City of Grapevine Jim Humphrey, JLB Huitt Zollars Eng. $640,000 Water, Storm Drain No 2004 Construction 817-261-2991 No Wal- Mart, 121 at North Wal-Mart Rick Flemming, Western Dunaway & $1,200,000 Water, Sewer & Storm Yes 2004 Beach, Fort Worth Builders, 806-376-4321 Assoc. Drain Yes JSF Flood Control, Dallas Vought Aircraft B. K. Pandit, P.E., Vought Vought Aircraft $2,740,000 Storm Drain Yes 2004 Industries, Inc. 972-946-5375 No Marine Creek 16" Water KB Homes Donnie Otwell, KB Homes Dunaway & $335,000 Water Yes 2004 972-232-6094 Assoc. No Wal-Mart, McKinney Wal-Mart Raymond Boynton, Western Kimley-Horn & $1,450,000 Water, Sewer & Storm No 2004 Builders, 806-376-4321 Assoc. Drain Yes Texan Drive Northwest ISD Jeff Jackson, Charter Dunaway & $420,000 Water, Sewer & Storm No 2004 Builders 972-484-4888 Assoc. Drain No Clariden Ranch Terra Land Paul Spain, Terra Land Deotte Eng. $650,000 Water, Sewer, Yes 2003 Development Development 817-410-9201 Drainage No Marine Creek Village KB Homes Donnie Otwell, KB Homes Dunaway & $2,050,000 Excay., Water, Sewer & Yes 2003 972-232-6094 Assoc. Storm Drain, Paving No McPherson Blvd. Crowley ISD Jim Humphrey, J. L. Bertram Teague Nall & $500,000 Water, Sewer & Storm No 2003 Construction 817-261-2991 Perkins Drain No Wal-Mart, Grapevine Wal-Mart Raymond Boynton, Western Dunaway & $745,000 Water, Sewer & Storm Yes 2003 Builders, 806-376-4321 Assoc. Drain Yes Southlake Town Square Cooper & Terry Searcy, Precept Graham Assoc. $240,000 Water, Sewer, Storm Yes 2003 Block 23, Bldg 4-B Stebbins Builders 214-953-5100 Drain Yes Ruby Road, Coppell City of Coppell Louie Tiseo, Tiseo Paving Freese & Nichols $350,000 Storm Drain, Water Yes 2003 972-289-0723 No Wal- Mart, Austin Wal-Mart Kevin VonNetzer, Western Doucet & Assoc. $940,000 Water, Sewer & Storm No 2003 Builders, 806-376-4321 Drain Yes Texas Motor Speedway Speedway Jim Stuffelbeam TMS Halff Assoc. $525,000 Storm Drain, Water, No 2003 Fort Worth, Texas Motorsports 817-215-8400 Conduit Yes Villages of Colleyville 2 Village Jimmy Archie, Village Baird Hampton & $300,000 Excay., Water, Sewer, Yes 2003 Colleyville, Texas Management Ltd. Management 817-488-4200 Brown Storm Drain & Paving No Mission Ridge Stabile & Winn John Stabile, Stabile & Winn Gordon Swift $254,000 Water & Sewer Yes 2003 Fort Worth, Texas 817-847-2098 No Colony Stadium Lewisville ISD Roger Porter, DalMac G & A Consultants $130,000 Water, Sewer & Storm No 2003 Construction 972-725-3576 Drain No Fellowship Church Fellowship Jeff Forbes, HCBeck, Ltd. Graham Assoc. $162,000 Water, Sewer, Storm No 2002 Grapevine, Texas Church 214-220-2047 Drain, Gas No TCU Smith Texas Christian Chuck Lentz, Linbeck )unaway & $250,000 Water, Sewer, Storm N. 2002 Fort Worth, exas University 817-348-7701 Assoc. Drain No Meadowmere Park City of Grapevine Scott Dyer, City of Grapevine Cheatham & $1,040,000 Water, Sewer & Lift Yes 2002 Utilities, Grapevine, Texas 817-410-3135 Assoc. Station No Winscott Addition Stabile & Winn John Stabile, Stabile & Winn J. B. Davies $170,000 Water, Sewer & Storm Yes 2002 Benbrook, Texas 817-847-2098 Drain Yes Preserve Elementary Denton ISD Bruce Helm, Charter Builders Surveyors & Eng. $200,000 Water, Sewer, Storm No 2002 Denton, Texas 972-484-4888 Of N.Tex. Drain No Wal-Mart, Wal-Mart Ben Brookes, Western Dunaway & $900,000 Water, Sewer & Storm No 2002 Cedar Hill, Texas Builders, 806-376-4321 Assoc. Drain Yes The Knoll, Terra/Knoll, Ltd. Bobby Harral, Terra Welch $400,000 Water, Sewer & Storm Yes 2002 Trophy Club, Texas Properties 817-994-8400 Engineering Drain No Lakeview Estates Four Peaks David McMahon, Four Peaks Washington & $400,000 Water, Sewer & Storm Yes 2002 Grapevine, Texas Development 817-329-6996 Assoc. Drain No 5 W Deicing DFW Airport DFW Airport Duane Lyons, System DFW $172,000 Duct Bank No 2002 Grapevine, Texas Electric 817-847-5606 No N-4 Sewer Extension, City of Southlake David Fleming, City of Carter & Burgess $209,000 Sanitary Sewer Yes 2002 City of Southlake, Texas Southlake 817-481-2197 No Lewisville East Side Water City of Lewisville Susan Weaver, City of BHC $990,000 Water Yes 2002 Lewisville, Texas Lewisville 972-219-3458 No Westlake PD-3 —Vaquero WB Texas Resort David Rhodes, WB Texas Kimley Horn $5,000,000 Water, Sewer,St. Drain, Yes 2001 Westlake, Texas Communities Resort214-914-4491 Duct Bank, Gas, Paving Yes Kirkwood Ph 3, Warren Clark Dale Clark Huitt Zollars $400,000 Water, Sewer, Storm Yes 2001 Southlake, Texas Development 972-931-8971 Drainage No Southlake Town Square Cooper & Joe Flores, HCBeck, Ltd Graham Assoc. $100,000 Water, Sewer, Storm Yes 2001 B/d s. 1-C, 5-C, Southlake Stebbins 817-424-2422 Drain No Robson Ranch Robson Dallas Paulsen, Robson Goodwin & $3,900,000 Water, Sewer & Storm Yes 2001 Denton Texas Communities Communities 480-895-4288 Marshall Drain Yes International Commerce DFW Airport Clint Helton, Azteca Halff Assoc. $1,600,000 Water, Sewer, St. Drain Yes 2001 Park, Grapevine, Texas 972-586-5613 & Duct Bank No Sabre Corporate Campus Sabre, Inc. Frank Eppink, HCBeck, Ltd Brockette, Davis & $1,300,000 Water, Sewer & Storm Yes 2001 Southlake, Texas 214-965-1200 Drake Drain Yes Carroll ISD Stadium & Carroll I.S.D. Jeff Jackson, Charter Cheatham & $960,000 Water, Sewer & Storm Yes 2001 Field House — Southlake Builders 972-484-4888 Assoc. Drain Yes Villages of Colleyville Village Jimmy Archie, Village Baird Hampton $3,228,000 Excay., Water, Sewer, Yes 2001 Colleyville, Texas Management Ltd. Management 817-488-4200 Brown Storm Drain & Paving Yes Robson Ranch Robson Dallas Paulsen, Robson USA $4,900,000 Water, Sewer & Storm Yes 2001 Denton, Texas Communities Communities 480-895-4288 Drain Yes Wal-Mart Hickory Creek Wal-Mart Ben Brookes Western Carter & Burgess $1,250,000 Water, Sewer & Storm Yes 2001 Hickory Creek, Texas Builders 806-376-4321 Drain Yes Possum Kingdom Fish Texas Parks & Wayne Hunter, Montgomery Montgomery $1,317,000 Water, Struct. Conc. Yes 2001 Hatche , P.K. Texas Wildlife Watson 214-360-9929 Watson Plant Equip. No Texas Motor Speedway Speedway Jim Stuffelbeam TMS Texas Motor $215,000 Storm Drain No 2001 Fort Worth, Texas Motorsports 817-215-8400 Speedway No Southlake Town Square Cooper & Joe Flores Brockette, Davis & $347,000 Water, Sewer & Storm Yes 2001 Ph 11,Southlake, Texas Stebbins HCBeck, Ltd. 817-424-2422 Drake Drain No Aventerra Terrabrook Steve Yetts Carter & Burgess $98,000 Clearing & Grading No 2001 Southlake, Texas Properties 817-481-0135 1 No SH114 — Ki god State of Texas Ryan Duininck, Duininck .ochwood $901,500 Storm Drainage 1 2001 Westlake to ,outhiake, TX DOT Brothers 817-491-0946 ` "Andrews No Carroll Elementary #5 Carroll ISD Sammy Martin, Buford Cheatham & $849,000 Water & Sewer Yes 2001 Southlake, Texas Thompson 817-475-3227 Assoc. No Gateway Plaza — Southlake Lincoln Brian Cottle, L.H. Lacy Co. Raymond L. $1,088,000 Water, Sewer & Storm Yes 2000 Properties 214-357-0146 Goodson Drain Yes SH 114 Utility Adj, Dove City of Southlake David Fleming, City of Cheatham & $273,000 Water Yes 2000 Road— Southlake Southlake 817-481-2197 Assoc. No SH114 — Kimball State of Texas John Hajdasz, Sunmount Tex DOT $2,231,000 Storm Drain No 2000 Southlake, Texas DOT 817-421-2460 No Glenwyck Farms, Glenwyck Farms, Dale Clark, Warren Clark PBS & J $1,000,000 Water, Sewer, Storm Yes 2000 Westlake, Texas Ltd. Development 972-931-8971 Drain No Railport Phase 1A Midlothian Dev. Thomas Storh, P.E., Jones & Jones & Carter $4,024,000 Water, Sewer, Storm Yes 2000 Authority Carter 972-488-3880 Drain, Duct, Paving No Juan Seguin High School Arlington I. S. D. Sammy Martin, Buford Schrickel Rollins $1,300,000 Water, Sewer, Storm Yes 2000 Arlington, Texas Thompson 817-475-3227 Drain No Fidelity Investments Fidelity Drew Thigpen, HCBeck, Ltd. Carter & Burgess $970,000 Water, Sewer & Storm Yes 2000 Westlake, Texas Investments 214-965-1200 Drain Yes 12" Water Line SH 114 Hillwood Sam Zabaneh, P.E. Carter & Carter & Burgess $125,000 Water Yes 1999 Westlake, Texas Development Bur ess 817-735-6000 No Beechwood Parkway Beechwood Carl Schwab, Beechwood Halff Assoc. $1,345,000 Water, Sewer, Storm Yes 1999 Fort Worth, Texas Development Development 214-521-8300 Drain & Paving No Carson StreetOutfall City of Haltom Ty Hilton Teague Nall & Teague Nall & $1,124,000 Storm Drain Yes 1999 Haltom City City Perkins 817-336-5773 Perkins No Elizabeth Creek Sewer City of Fort Worth Doo Kim, P.E. City of Fort Haff Assoc. $940,000 Sewer Yes 1999 Fort Worth, Texas Worth 817-871-8240 No Southside Utilities Town of Flower Alan Tucker, P.E. Alan Alan Plummer $1,810,000 Water, Sewer & Lift Yes 1998 Mound Plummer 817-806-1700 Assoc. Station No Upper Trinity Pipeline — Upper Trinity Alan Tucker, P.E. Alan Alan Plummer $3,340,000 Water & Non -potable Yes 1998 Lewisville Reg. Water Auth. Plummer 817-806-1700 Assoc. Pie No Southlake Town Square Cooper & Frank Eppink, HCBeck, Ltd. Brockette, Davis & $1,300,000 Water, Sewer, Storm Yes 1998 Southlake, Texas Stebbins 214-965-1200 Drake Drain & Conduit Yes Westport Parkway— Joyce / Myers Fred Joyce 817-481-3516 Goodwin & $926,000 Water, Sewer & Storm Yes 1998 Grapevine Marshall Drain No Centreport Call Center— HCBeck Tom Coughlin Brockette Davis & $92,000 Water, Sewer, Fire Line Yes 1998 Fort Worth HCBeck, Ltd. 214-965-1200 Drake & Storm No International Isotopes — Andres Robert Howard Andres Raymond L. $125,000 Water Sewer & Storm Yes 1998 Denton Construction Const.214-521-2118 Goodson Drain Yes Texas Motor Speedway Speedway Motor Jerry Carmicle Freese & Nichols $2,800,000 Water, Sewer, Storm Yes 1997 Fort Worth, Texas Sorts HCBeck 214-965-1200 Drain, Duct Yes Trinity Valley School— Linbeck Robert Scogin, Linbeck Freese & Nichols $385,000 Water, Sewer & Storm Yes 1997 Fort Worth, Texas 817-348-7700 Drain No F.M. 544 Water Line — City of Carrollton Randy Walhood, P. E. HDR $461,000 Water Main Yes 1997 Carrollton 972-466-3300 No Foxborough — Southlake Foxborough Joint Dale Clark 972-931-8971 PBS & J $585,000 Water & Sewer Yes 1997 Venture No H/A Master Utilities City of Grapevine Scott Dyer, P.E. Kimley Horn $3,900,000 Water, Sewer & Lift Yes 1996 Grapevine Mills Mall 817-410-3132 Station Yes Sanitary Sc -Outfall S-2 Southlake, , eras City of Southlake Eddie Cheatham, P.E. 817- ` aheatham & 548-0696 Assoc. $617,000 Sewer 1 . No 1996 Hitachi Water Line - Irving City of Irving Larry Frasnelli, P.E. 972-721-2611 City of Irving Public Works $560,000 Water Yes No 1996 Myers Meadows Phase I/— Southlake Myers Real Estate Fred Joyce 817-481-3516 Goodwin & Marshall $665,000 Water Yes No 1995 DFW Business Park— Grapevine City of Grapevine Scott Dyer, P.E. 817-410-3132 Goodwin & Marshall $220,000 Water, Sewer & Storm Drain Yes No 1995 Hurst Community park— Hurst City of Hurst Larry Stone, P.E., Schrickel Rollins 817-640-8212 Schrickel Rollins $550,000 Storm Drain Yes No 1995 Westport Parkway— Fort Worth Hillwood Development Richard Squires 817-224-6007 Carter & Burgess $1,110,000 Water, Sewer & Storm Drain Yes No 1994 Tour 18 — Flower Mound Tour 18, Inc. Stan Henaman 713-540-1818 Goodwin & Marshall $510,000 Water & Storm Drain Yes No 1994 Santa Fe Intermodal — Fort Worth Ragnar Benson, Inc. Sid Talsma 708-698-4900 Carter & Burgess $2,050,000 Water, Sewer & Storm Drain Yes Yes 1994 Ballpark in Arlington — Arlington Arlington Sports Authority Lance Barton 817-640-8538 Graham Assoc. $685,000 Water, Sewer & Storm Drain No Yes 1993 Central Drive - Bedford City of Bedford Ed Powell, City of Bedford 817-952-2100 KEF $1,300,000 Water, Sewer, Storm Drain, Paving Yes No 1993 �, �.vi�alnva.uyly COMPANY WRIGHT CONSTRUCTIONS APPROACH TO COMPLETING THIS PROJECT In this Attachment we have included several different bullet points to discuss and elaborate on to show that we will prepare, communicate, manage, provide quality manpower and equipment, and achieve quality during installation all in order to provide the best product and valve for the Owner. Please review the attached letters from Wright Construction Company and various others. Wright Construction Co., Inc. 601 W. Wall • Grapevine, TX 76051 • Metro (817) 481-2594 No Text COMPANY WRIGHT CONSTRUCTIONS PHILOSOPHY Wright Construction Co., Inc. 601 W. Wall ♦ Grapevine, TX 76051 ♦ Metro (817) 481-2594 WRIGHT CONSTRUCTION COMPANY PHILOSOPHY Wright Construction Co., Inc. is dedicated to the idea that the ultimate goal. of every construction project is to fulfill the objectives of the owner. These objectives are dictated by the owner's functional requirements and budget. Regardless of the functional requirements and budget the owner expects and is entitled to a quality final product. A quality final product is not possible without a thorough understanding of the project design and the construction process. This is achieved with professional project management. It begins with the selection of our project team that includes quality material suppliers and subcontractors to support our field personnel. It continues with communication and coordination with the owner's design professionals and the field representatives in the preconstruction phase. It is strengthened by a genuine commitment to project safety. It takes physical form by the work of knowledgeable and dedicated field personnel that understand that quality construction methods are the most cost effective and efficient in the long run. It is guided by a plan and schedule that are systematically reviewed by our project management team, the owner's design professionals and field representatives. The quality is verified and improved by cooperation of independent testing professionals, the owner's design professionals, the owner's field representatives the manufacturer's field representatives and Wright Construction Company's project management team and field personnel. A quality project is truly a team effort. It is the product of cooperation and coordination with the owner's design professionals and field representatives, thoughtful planning, professional project management, dedicated and experienced field personnel and open communication throughout the course of the project. Wright Construction Co., Inc. 601 W. Wall • Grapevine, TX 76051 • Metro (817) 481-2594 � ._� ;. , j . �'` � �V1� V Ill V V 11V1� WRIGHT CONSTRUCTIONS MANAGEMENT PLAN Wright Construction Co., Inc. 601 W. Wall ♦ Grapevine, TX 76051 • Metro (817) 481-2594 Management Plan Although projects of this scope and magnitude are thoroughly planed ahead, there are a few risk areas that need to be addressed. One of the major factors in the ability to finish the project on time is weather. Each contractor usually allows a few days of bad weather when estimating the project schedule, but an extended period of bad weather can push the completion date further than anticipated. Another determining factor is the breakdown in the equipment. The malfunction of major equipment can cause unforeseen delays that will last as long as it takes for the equipment to be repaired or replaced. Some may cause days of delays. A shallow and undedicated work force may also force a delay in the project if a contractor unexpectedly looses one or several key employees. Less than optimal performance from current employees may jeopardize not only the timeliness of the construction but the quality as well. Untrained employees with little experience in the work at hand are a risk to the quality and integrity of the construction. Problems with suppliers such as latent deliveries, product availability or lack thereof, and product quality may also play a major role in the completion time of the project. Furthermore, this problem may risk the ability of the contractor to complete the project at all. Extra costs can be driven above the budgeted figures if the analysis of pre-existing conditions was conducted erroneously or if the project was not planned correctly from the start. If the contractor is not on the same page as the owner and other related parties, discrepancies in the scope of work, in building techniques to be used, and in other necessary processes may cause the costs to increase. For the same reasons as mentioned above (miscommunication), a contractor may omit a apart of the scope of work desired and approved by the owner. This situation may force the contractor to issue change order requests to the owner. At the same time, the owner should take all means necessary to agree to a finial design/build proposal before the work . 3 starts so the contractor does not have to issue change orders at the fault of the owner. All the potential risks mentioned above may cause dissatisfaction with the owner. Non- performance of the turf system should only arise if the initial design is flawed, if the scope of work omits a key element in the construction, or if the materials are defective. The contractor can, and in most cases does, minimize all the risks mentioned above. Although the weather can not be controlled, extra days are included in the initial construction schedule to allow for unplanned bad weather. The contractor should maintain excellent relationships with all its suppliers and have a clear and effective line Wright Construction Co., Inc. 601 W. Wall ♦ Grapevine, TX 76051 • Metro (817) 481-2594 1.__; No Text of communications with them. Prior to starting the project, all contractors' equipment should be checked and brought to ideal conditions so that the equipment can be used efficiently during construction. There should also be a back-up plan to replace or repair defective equipment. The work force should be deep, experienced, and motivated to do the job right and as efficiently as possible. The contractor should also have back-up emergency employees in case they are needed on the project. The scope of work and material list should be determined and clearly communicated to and by all parties involved and be strictly followed during the project construction. Progress reports should be issued on at least weekly (if not daily) basis. Benefits of Management Plan The management plan should assure the owner that all risks were examined and planned for before the construction starts. Although there are no guarantees that the project will be flawless from start to finish, there should really be no surprises. In the event that there are, the owner should understand that the contractor will take all necessary steps to effectively deal with them and minimize damage. Issues Concerning the Project Some of the issues concerning the project are to determine the exact scope of work before the project starts and to communicate. The owner, inspectors, contractor and subcontractors will be asked to work as a TEAM throughout the whole project to achieve the best possible product. Value Increases Creative engineering and a team approach should greatly increase the value of the construction by having everyone working through problems and being involved in a give and take scenario to get the project built. COMPANY WRIGHT CONSTRUCTIONS LETTERS AND AWARDS FOR QUALITY MANAGEMENT AND INSTALLATION Wright Construction Co., Inc. 601 W. Wall ♦ Grapevine, TX 76051 ♦ Metro (817) 481-2594 ,,w� �,,,, � ,,, �' . ,. '•,� P.O. Box 2000 Lubbock. Texas 79457 July 23, 2009 John Kolb Wright Construction, Co., Inc. 601 W. Wall Street Grapevine, Texas 76051 RE: Letter of Recommendation Eastport Industrial Area Water System Improvements RFP #08-730-BM, Contract # 8657 On behalf of the City of Lubbock Water Utilities Engineering Department, I commend the quality of work and professionalism of Wright Construction, Co., Inc. On November 6, 2008, the City of Lubbock has awarded a $720,327 construction contract to Wright Construction Company for the replacement of the aged water system at the Eastport Industrial Area near Lubbock Preston Smith International Airport. The work included installation of approximately two -miles of eight -inch water mains, appurtenant valves and fire hydrants, reconnection to existing water services, street repair, and abandonment of existing water lines. Notice to Proceed was dated November 12, 2008 and the project was substantially completed under budget, without change order requests, and slightly ahead of the 120 days schedule on March l l , 2009. Throughout the project, Wright Construction has consistently demonstrated exceptional responsiveness and flexibility dealing with the many challenges of the project. The challenges included obtaining Airport access security permits, working in close proximity of taxiing aircrafts, installing unscheduled slick bores under hangar driveways and landscaped areas in order to minimize damage and disruption to the daily operation. For above reasons I do recornmend Wright Construction, Co., Inc. to be your next utility contractor. Sincerely, Zoltan Feke , P.E. Water Utilit Engineering City of Lubbock, Texas (806) 775-3317 office (806) 775-3344 fax ANN 2"Hanson HEIDELBERGCEMENTGroup Hanson Pressure Pipe 300 E. John Carpenter Freeway, I I'" Floor Irving, TX 75062 Tel: (972) 653 5500 Fax: (972)653 3899 www.hansonpressurepips.com December 07, 2009 To whom it may concern, It is with great pleasure that I write this letter of recommendation for Wright Construction. We have had the opportunity to supply Wright Construction with both pressure and gravity concrete and steel pipe and structures for the past several years and is consistently one of our largest annual customers. Wright Construction is a highly qualified utility contractor with experience in the water and waste water pipelines for all size jobs from small commercial sites to a recent $15m in Pampa, Texas that covers over 65K linear feet. In addition to successfully laying all pipe types, they are a great partner to us and the project owners in regards to items such as: o Communications o Identification of potential value engineering o Meeting agreed schedules o Safety o Quality 3 o Professionalism t All projects we have been involved with have always completed and test out successfully. Wright i is definitely our preferred contractor to supply pipe and precast for utility work and we are genuinely excited when they are the successful bidder as we can anticipate a smooth running job! I can confidently recommend Wright Construction for any utility contract work. If I may provide you with any further information in your consideration of Wright Construction, please feel free to contact me. Best Regards, Mike Leathers President �.,,,.......�.: ',�, w++wl 1 n»... e.•�mi... w.wpA/n.. y"�' �...... ����� .�w.s +map � � vm'�wrvv� ?ew Ym�wa+xmnq �.� � � vW .. � t I �. mm� 11111MWY�IOMW11 m.u;r �...r.i '.:, ... ., .;.,.J .. ,.i i . i...�i �,' .a :�. � : . J �...w... .. . m......,.��... � r. , � � � 4`i�.... DAMES L ALTSTAETTER.PE F EPHENJ. COONAN. PE HNM.O'ANTONI.DEPE December 8, 2009 rEGGY W. GLASS. PhD �f�AYIDA GUDAL PE 1#f{ ']CH.HUNT.PE TTY LJORDAN.PE ELLENT.McDONALD.PhOLPE Re: Recommendation for Wright Construction, Inc. HN R.MtNAHAN. PE MorHYJ.NOACK.PE To Whom It May Concern: ALAN H. PLUMMER. JR. PE, 8C EE Y HARO H. SMITH. PE F 1NR.TUCKER.PE Alan Plummer Associates, Inc. has worked with Wright Construction Co., Inc. on numerous projects over the course of ten years. They have successfully completed projects involving detailed coordination with municipalities as well as projects that required coordination and cooperation with other contractors. They have exhibited competency in their field work and project management. It is my pleasure to C' recommend Wright Construction Co., Inc. for your project. Sincerely, ALXPUMME,R ASSOCIATES, INC. Alan,P.E. {, President ART/cp I i:SOUTH UNIVERsmDRIVE E 300 4.TEXAS 76107 ..806. L700 ' 'O 817.870.2S44 AX 817.870.2536 - 1 corn BE. No.13 a No Text t 11 OM4 Cheatham & Associates a es F, fk consulting engineers • surveyors • planners December 8, 2009 To Whom It May Concern: Please be advised that this letter is serving as a reference for Wright Construction 3 Company of Grapevine, Texas. Our firm has designed numerous water and wastewater projects over the past 25-30 years which Wright Construction Company constructed. These projects include major water supply lines which were constructed 20 years ago, and have performed exceptionally well since being constructed. Wright Construction has the equipment, crews, experience and capability of constructing projects in a timely and professional manner. They are very responsive to address any issues which might arise during construction, or after the project is completed. ~ We are always pleased when Wright Construction is the contractor on any of our projects. If we can be of further assistance please feel free to call Eddie Cheatham at 817-548-0696, ext. 107. Respectfully, Eddie Cheatham, P.E. F:\WORD\EDDIE\Recommendationletter.doc 2233 Avenue j, Suite 107 - Arlington, Texas 76006 - (817) 548-0696 phone - (817) 265-8532 fax - cheatham-associates.com �, .. ..:J � i,.i.J ,.i �.i � ... :..,ii k �' � .J a �L..il w«.. v� 1,. I �Y.u.. =7, 717-7 THE, UNIVE RSITY OF TEXAS SOUTHWESTERN MEDICAL CENTER AT DALLAS IS PLEASED TO PRESENT THE STEP SILVER AWARD IN RECOGNITION OF OUTSTANDING SAFETY PERFORMAI CE fn� TO AUSTIN COMMERCIAL, LP N , A D THEIR SUBCONTRACTOR WRIGHT CONSTRUCTION CO. INC. FOR THEIR WORK ON THE UTSWMC NORTH CAMPUS PHASE 5 PROJECT APRIL 1, 2008 THROUGH SEPTEMBER 30, 2008 X" 9LNjQr PROJECT MANAGER 110EMMENTFORFACEMEANAGMff ... =771a r 1 WRIGHT CONSTRUCTIONS PLAN OF ACTION FOR ADVERSE WEATHER FOR TIME MANAGEMENT Wright Construction Co., Inc. 601 W. Wall • Grapevine, TX 76051 ♦ Metro (817) 481-2594 �,,, �`'w., Plan of Action for Adverse Weather Wright Construction Company is very familiar with the adverse weather and torrential downpours that can occur during a project in this area. We also understand that it is extremely important to minimize delays caused by these events. Our plan of action concerns two different types of rain events. Plan of Action for light rain: 1) Protect the subgrade once the topsoil has been removed. 2) Pump out the water with 4" water pumps into a hay bail -silt fence filtration system. 3) Continually pump the roads and ditch line until the rain event ceases. 4) Build a haul road with our 160h blade and continue work. Plan of Action for a Moderate to Torrential Rain: 1) Protect the subgrade once the topsoil has been removed. 2) Pump out the water with River Pumps that we have in house. a) The river pumps are designed for a large volume of water. b) The river pump discharge will have a filtration sock installed on the end, flow through a hay bale -silt fence filtration system containment area. c) This pumping system will be able to keep up with a 100 year rain event or less. 3) Continually pump the roads and ditch line until the rain event cease. 4) Check the subgrade for water penetration. 5) Build a haul road with our 160h blade and continue work. Both of these plans incorporate a filtration system that allows for both surface drainage and the ability to discharge into existing run off areas without introducing soil or mud in the discharge. Wright Construction Co., Inc. 601 W. Wall • Grapevine, TX 76051 • Metro (817) 481-2594 ��„ �� , .,.,,..� ",�" ;.. �.,,„,m �.�, ,.. ,� ,„. ��o� "" � � �;.�i � � .�,. „m � .�_,., ., :.. ; �,, -COMPANYI WRIGHT CONSTRUCTIONS PROJECT SAFETY Wright Construction Co., Inc. 601 W. Wall ♦ Grapevine, TX 76051 • Metro (817) 481-2594 No Text PROJECT SITE SAFETY Wright Construction Company is very familiar with the site conditions in this project area. We also understand that it is extremely important to minimize the risk of our employees and equipment and maintain a safe site and project. We know that are specialty is in underground utilities and not other aspects of the construction industry. We have teamed up with Engineering Safety Consultants to oversee all of our safety needs from daily activities, safety training, weekly tool box meetings and in the event of an accident they provide us with the investigative expertise to find the root cause. Along with ESC we have a great working relationship with our Insurance Company to help in risk control. Please review the attached letters from both Engineering Safety Consultants and Bituminous Insurance Company. Wright Construction Co., Inc. 601 W. Wall • Grapevine, TX 76051 s Metro (817) 481-2594 No Text * BITUMINOUS Insurance Companies Lee McGlasson, P.E., CSP TEL: 817 480 5850 P.O. Box 167968 800 683 9591 Irving, TX 75016-7968 www.bituminousinsurance.com FAX: 972 556 1539 r , E-MAIL: Imcglasson@bituminousinsurance.com December 15, 2009 City of Lubbock, Texas Subject: Wright Construction Company, Inc. — Approach to Risk Control Bituminous Insurance has provided commercial insurance coverages for Wright Construction Company, Inc. since November 2007. 1 have been the assigned Risk Control Consultant during this time period. My purpose is to evaluate the hazards associated with the work activities of our insured and the appropriateness of the methods used to control these hazards. I have found that the approach and commitment in controlling hazards and losses are well above average for their industry. L Management — The owners, upper and mid management and the field supervisors understand the importance of not taking short cuts simply for production reasons. They have always appreciated and accepted my suggestions for improvements with the attitude that the safety of any construction i work activity can virtually always be improved. The communication of this attitude and approach through their organization has improved during the past 18 months. Risk Control Coordination — An outside safety consulting company has been retained to assist with employee safety training and the identification of job site hazards. The company retained specializes in construction safety particularly with Hispanic Workers. I also have assisted in these efforts with the quality of the job site evaluations improving during the past 12 months. Again, suggestions have readily been accepted when the control of hazards needed strengthening. Examples of Key Exposures and Controls - Workers' Compensation: • Caught in excavation collapse— Follows OSHA requirements with trenches deeper than 20' that can not be sloped having engineered shielding systems with the records on -site. • Hazardous atmosphere in excavation— Daily trench inspections by competent person who determines the need for testing. Also, Engineering Safety Consultants assist with the identification of "Confined Space Hazards". • Contact with overhead lines— JHA by superintendent prior to manpower mobilization with locations marked and reviewed daily with the exposed operators and all employees on site. • Fall from equipment - "No jumping Policy" enforced, trained in "Three Point Contact" and enforced and overall good equipment maintenance. Page 2 • Injuries to drivers and passengers— Seat belt usage enforced in all vehicles, including the heavy trucks. • Heat Exhaustion— During hotter months extra breaks allowed and extra water provided that is easily accessible. General Liability: • Property damage— DIG-TESS procedures followed, Superintendent inspects area prior to manpower mobilization for "clues" that underground lines may be present that were not located and photographs taken; very good documentation. • Work Zone Safety— The prospect is seldom involved in work near or in active roadways. Employees must wear reflective vests, "more than adequate" signage and warning devices are used and JHA completed. Flaggers are properly trained. • Subsidence exposures - Trenched areas are compacted and wetted according to specifications with any testing the responsibility of the owner or general contractor to insured unbiased reports. • Theft, burglary and vandalism - Equipment is parked together for easier servicing and visible. Equipment is disabled using various methods that are not obvious. Fire extinguishers are available on the equipment or in the work area. mmellfm • Driver Screening— The insured has complied with the recommendation that they obtain the driving records of all employees who drive for the benefit of the company. These are compared to an appropriate written standard. • Driver Awareness Activities - The insured requested that the program "Safe Area Driving" be presented by Bituminous Insurance. This was completed in two training sessions. Follow-up discussions continue to be held with the supervisory employees. • Equipment loading exposures - The equipment haul drivers are experienced in the loading/securing/unloading operations. They are instructed to "go beyond" the industry standards This brief letter attempts to convey the sincere commitment, not simply window dressing, of Wright Construction Company to identify and control hazards associated with their overall operations. If you have any questions or concerns about any area of their risk control program please do not hesitate to contact me at one of the above addresses or telephone number. Cordially, Lee McGlasson Lee McGlasson, P.E., CSP Risk Control Consultant '' My File Name g E GiNEERING c AFE'TY NSULTANTS Tuesday, December 15, 2009 To whom it may concern: My name is Elber Galeas with Engineering Safety Consulting. We are the safety representatives for Wright Construction Company. Our client is committed to providing a safe and healthful working environment for each of their employees. In a continuing effort to achieve this goal, our client has hired us to assist in the detection and control of hazards on every active project. One of the ways we do this is by regularly inspecting all of the company's active projects. During the inspections, we use the OSHA regulations as guidelines for safety violations. Any violation found is noted on our safety report. At the conclusion of the inspection we hold an informal meeting with the competent person and advised on the violations founds and discuss the appropriate course of action to correct any violation. The inspection is then forwarded to the general superintendent and project manager for review. t Using the information obtained during the job site inspection, we compile a report listing the superintendent's safety performance. All inspections are entered into our database so that we can rank each superintendent from the safest to the most cited. t We also thoroughly investigate all incidents, from near misses to catastrophic events, as soon as we are notified. We document the scene and prepare a report discussing our findings. In addition we will recreate the accident using various visual aids. Once the root cause of the incident has been determined we produce a toolbox from the incident and educate all workers company -wide to help prevent similar future incidents. We also train all employees on subjects such as CPR/ First Aid, Trenching and Excavation Safety, Fall 'Protection, Confined Space Entry, OSHA 10 Hour, and any other needed training. We track all training classes conducted and retrain workers as needed. Our Objective is a safety and health program that will reduce the number of injuries and illnesses to an absolute minimum. Our goal is nothing less than zero accidents and injuries. El e 214-329-2853 egaleasC-esc-safety.com 1307 North Glenville Drive Richardson, Texas 75081 Phone (214) 575 8710 r CC �+V1`IJ 11�V �.11VLV i COMPANY !, WRIGHT CONSTRUCTIONS PROPOSED L, EQUIPMENT AND REPLACEMENTS Wright Construction Co., Inc. 601 W. Wall ♦ Grapevine, TX 76051 • Metro (817) 481-2594 No Text PROPOSED EQUIPMENT Wright Construction Company is very confident that we will be able to meet all requirements for the equipment needed to install the pipe on this project. We pride ourselves by being able to hire quality personnel to repair and maintain our equipment. We have a healthy fleet of four mechanics to maintain, service, repair and update everything as necessary. Our shop manager has over thirty one years of experience with all aspects of equipment and management abilities. We do own all or our equipment. We have every piece of our equipment on an hourly routine maintenance program. Please review the attached list of equipment we are proposing to use on this project and a list of the total equipment we have in our fleet. Wright Construction Co., Inc. 601 W. Wall ♦ Grapevine, TX 76051 • Metro (817) 481-2594 �^ 3 EXCAVATORS F Fi 4WD LOADERS WRIGHT CONSTRUCTION COMPANY, INC. PROPOSED EQUIPMENT LIST ®I I�ii��� • ' ,�Serial Number Backhoes COMPACTION EQUIPMENT DOZERS WCC # _ New # TRACK LOADERS WATER WAGONS WCC # New # Make Model Serial Number Year Weight 323 RB - 3023 DEERE 310SJ T0310SJ168683 2008 14.915 WCC # New # Make Model Serial Number Year Weight 512 CR - 5012 IR SD77F 179808 2005 17,780 Make I Model I Serial Number I Year I Weiaht Serial Number ��Ncz� WCC # NEW# Make Model Serial Number Year Location 614 WW - 6014 DEERE 762BIH2O T0762BX836804 1998 [ MOTOR GRADERS Serial Number _WIM— t. AIR COMPRESSORS WCC # New # Make Model Serial Number Year Weight 803 AC - 8003 AIRMAN DS185S 1 53-6020202 1.000 No Text WRIGHT CONSTRUCTION COMPANY, INC. EQUIPMENT LIST EXCAVATORS Serial Number S • sn,2�` � Qix���4i a iVt�3�� ,. 1 • t � ����� � a, ��°�� � �xr,a tea •� �aa�.� �' � as --.,,.,r+.1c9 11 1 1 a s ..ANK ® 1 ��►1�,�.�� 1 i , 1i III 11■ ENUMM Sol �x ,za--x- �. �r 's e�,�,,,t1.1'. ,y-•�� " :.. "z` � _:_.,.�. �ls. g�' 3 � ,?. 1 -•1�� 1 1 � 1 1_mom �� 1 �n��' � 1�� 11 ■ 1 i 1 M� g _ ffl, , sus '7. r. .tin-� _ ��.-���,-•:a:•i_ _ ��, ®�1-IIII�._t�.-.n • ' "<''r a tx. "3 —s- 't'' '# � 1 1 �FF200DX510427I t 1 BEEN,HI_ 3 2 3 4 s7 r �$ a T ,�.'g y i rr ®�®EErsrx 0 ' rITIVIII■ off ' 711.1.7m, M " M. or M-r-M. E ' H§ ,. :f r��'3""e gTg.�,� '2 fec'✓�-. l.'Sz cF +"'i,. , 5. P.ivdav'i'•'' l+. %°"�'3 P!"KT �� ..=ate` a�.a_.�''`.��f" L :� � t F .bl Q 1 IJ41 1 1 1 1 i'�JJu?M—`�_^,��"`.. L113 '. Tc`;L>1 FF450DX913670 1 1 IIII 1 1 EEM f MINE, Fwr.�.— T 4WD r 204 WL - 2004 DEERE 624E DW624EB527817 1990 28,500 624H 216 WL - 2016 DEERE DW624HX580731 2001 29,900 WPM M 218 WL - 2018 DEERE 624H DW624HX580785 2001 29,900 220 WL - 2020 DEERE 624H DW624HX580837 2001 29,900 2004 32,200 222 WL - 2022 DEERE 624J DW624JZ592501 4 DW624JZ597022 224 WL - 2024 DEERE 624J 2005 32,200 RUN= 226 WL - 2026 DEERE 624J DW624JZ614257 2007 32,200 Sim= DW624JZ614291 228 WL - 2028 DEERE 624J 2007 32,200 1_2008 1 32,200 230 WL - 2030 DEERE 624J DW624JZ621582 WRIGHT CONSTRUCTION COMPANY, INC. EQUIPMENT LIST Backhoes Wcc # New # Make Model Serial Number Year Weight 308 4� 4 OUT ANSIs. 310 RB - 3010 DEERE 41OG T0410GX893632 2001 15,000 2002 ROOM 13,500 312 RB - 3012 DEERE 31 OSG T031 OSG902949 T031OSG949122 MENEM 315 RB - 3015 DEERE 31OSG 2005 13,500 T031OSG955466 2006 13,500 317 RB - 3017 DEERE 31 OSG 2007 14,915 319 RB - 3019 DEERE 310SJ T0310SJ147082 2007 14,915 321 RB - 3021 DEERE 310SJ T0310SJ147203 322 R 3#*WpptRt - T0310SJ168683 323 RB _ 3023 DEERE 310SJ 2008 14,915 TRENCHERS Wcc # New # Make Model Serial Number Year Weight '4q V 404 TR-4004 TRENCOR 1060 175 1995, 95,000 = .... ...... =.j =.j = � ill I COMPACTION EQUIPMENT WCC # New # Make Model Serial Number Year Weight 1992 10,000 602 CR - 5002 CAT 323 6JD00318 CR - 5006 VERMEER TC-24 506 1VRF062621-1000123 ? 1991 14,600 508 CR - 5008 CAT 433 1MG00429 CR - 5010 CAT 323 6JD00401 510 1993 10,000 511_ .w�. a� 512 CR - 5012 IR SD77F 179808 2005 17,780 y z 514 CR - 5014 CAT CP323C 06DM00617 2003 DOZERS WCC # New # Make Model Serial Number Year Weight DEERE 45OG 604 TD - 6004 T0450GF770662 1990 16,732 �850C T0850CX832893 1997 40,033 612 TD - 6012 DEERE INS - TRACK LOADERS WCC # New # Make Model Serial Number Year Weight w�.. - x a -v MISAM WRIGHT CONSTRUCTION COMPANY, INC. EQUIPMENT LIST MOTOR GRADERS �: II '�, � �' .. i..i r :�... ' . �; �.....:J �' i. .,� ..... Lam. i......„.„,.„, .. "��� W.,....n.......J •,. ��1'ltis/ Serial Number W, Tiew-TIT, M, M, ISBN I SCRAPERS / WATER WAGONS WCC # New # Make Model Serial Number Year Weight WW - 6009 20 609 4243 1984 48,275 614 WW - 6014 H20 T0762BX836804 1998 35,500 LAIR COMPRESSORS FORKLIFTS Serial Number MEMO Jilin �,� BORE MACHINES MISC EQUIPMENT nnw,v®�Mnwl m� ��Mnvl Serial Number 1111111IR1,117t MIT M/ a ��KTTIFVV OEM Easm 11M-��� 0117-11- ZANM 6.......,..� , ... � u��. wr41)ltcU1k- 1 iyry COMPANY WRIGHTVVR CONSTRUCTIONS PROCEEDURE FOR SUBMITTALS Wright Construction Co., Inc. 601 W. Wall • Grapevine, TX 76051 s Metro (817) 481-2594 �, ..,, � �� l ,i WRIGHT CONSTRUCTION COMPANY, INC. 601 West Wall Street, Grapevine, Texas 76051 1VI. SUBMITTAL PROCEDURES & INTIAL SUBMITTAL REGISTER The Project manager shall be responsible for reviewing the plans and specifications for the project and shall determine the required information, shop drawings or product information that shall be submitted. The Project Manager shall obtain the required information from suppliers and subcontractors for review. The Project manager shall review each item individually and approve or reject based on the project plans and specifications. Upon Acceptance of the submittals by the Project manager, the submittals will be incorporated into one bound set of submittals and transmitted to the owner or client for review and approval. Each differing set of submittals shall be included with a certification from the Project Manager that the information has been reviewed and is acceptable for submittal to clientlowner. The Submittal register provided by the owner/client will be included in this transmittal for their review and approval. A standard transmittal letter, which is enclosed, will be included in the submittal with the appropriate response or action noted. A required return date will also be noted on the transmittal letter and shall be followed up on by the Project Manager on the due date. Upon receipt of submittals from owner/client, -the Project Manager will determine any actions required, i.e. "Revise and Resubmit", and shall distribute approved submittals to the responsible parties, Any items marked revise and resubmit shall be revised and resubmitted to the owner/client for approval. Approved submittals shall be distributed to the quality Control Manager and Project Superintendent for their review and understanding. j 18 I Ll �vw�rxu�riuN COMPANY WRIGHT CONSTRUCTIONS PROCEEDURE FOR REWORK ITEMS Wright Construction Co., Inc. 601 W. Wall • Grapevine, TX 76051 • Metro (817) 481-2594 WRIGHT CONSTRUCTION COMPANY, INC. 601 W. WALL STREET, GRAPEVINE, TEXAS 76051 XIV. PROCEDURES FOR COMPLETION INSPECTION PUNCH -OUT INSPECTION Near the completion of all work or any increment thereof, the QC Manager shall conduct an inspection of the work and develop a "Punch List" of items which do not conform to the approved drawings and specifications. The Quality Control Manager will include in the "Punch List" and remaining items on the "Rework Items List", which were not corrected prior to the "Punch Out" inspection. The "Punch List" shall include the estimated date by which the deficiencies will be corrected. The QC Manager or staff shall make follow-up inspections to ascertain that all deficiencies and non -conformances have been corrected. Once this is accomplished Wright Construction Company, Inc. shall notify the Owners representative that the project is ready for the "Pre -Final Inspection". PRE -FINAL INSPECTION 1- The Owners representative will perform this inspection to verify that the project is complete and ready to be placed in use. An Owner `Pre -Final Punch List" may be developed as a result of this inspection. The QC Manager shall ensure that all items in this list are corrected prior to notifying the Owners representative that a "Final" inspection with the customer can be scheduled. Any items noted on the "Pre - Final" inspection shall be corrected in a timely manner and shall be accomplished before the contract completion date for the work or any particular increments thereof. FINAL ACCEPTANCE INSPECTION The QC Manager, the Project Superintendent and /or other primary management personnel of Wright Construction Company, Inc. and the Owners representative will be in attendance at this inspection. Additional Owner personnel may also be in attendance. The "Final Acceptance" inspection will formally scheduled by the Owners representative based upon results of the "Pre -Final" inspection. Notice shall be given to the Owner representative at least 14 days prior to the final inspection stating that all specific items previously identified to Wright Construction Co., Inc. as being unacceptable, along with all the remaining work performed under the contract will be completed and acceptable by the date scheduled for the "Final Acceptance" inspection. Failure of Wright Construction Co., Inc. to have all contract work acceptably complete for this inspection will be cause for the Owner representative to bill Wright Construction Co., Inc. for Owners additional inspection cost. When the Owner representative takes possession of partially completed work, it will be in accordance with Contract Clause "use and possession prior to completion". No Text 1--" WRIGHT CONSTRUCTIONS-PROCEEDURE FOR PROJECT COMPLETION Wright Construction Co., Inc. 601 W. Wall • Grapevine, TX 76051 • Metro (817) 481-2594 'i, ''� WRIGHT CONSTRUCTION COMPANY, INC. 601 W. WALL STREET, GRAPEVINE, TEXAS 76051 IX. PROCEDURES TO COMPLETE REWORK ITEMS The Quality Control Manager shall be responsible for monitoring all testing and work performed for this project. The Testing Plan and Log shall document all tests whether they were acceptable or failed. Should an item fail or not meet proper specifications, then the Quality Control Manager shall note this on the attached Rework Items List. Any item noted on the Rework Items List shall be documented that the item was repaired, replaced and or reworked on this list. This list shall be distributed to the Project Manager on a weekly basis for his review of the items that were failing the required specifications. The Project Manager shall then follow up with the Quality Control Manager of any item that does not show it has been corrected. Upon acceptance of the Rework Items List by the Project Manager, the Rework Items List will be filed in the Project file for documentation. Any item that cannot be corrected to the satisfaction of the Quality Control Manager or the Project Manager shall be documented and then submitted to the owner/client for their review. Should the owner/client have a suggestion or recommended repair, then the suggestion shall be documented and applied to the rework item. If the suggestion by the owner /client is acceptable, then the repair or rework shall be noted in the Rework Items List as completed. Should the owner/client accept the item as is, then this shall be noted in the Rework Items List and filed in the project file for documentation. No Text I.VLVJ1nUl.11V1V WRIGHT CONSTRUCTIONS DISADVANTAGE BUSINESS GOAL Wright Construction Co., Inc. 601 W. Wall ♦ Grapevine, TX 76051 • Metro (817) 481-2594 F- isadvantage Business Enterprise Goal D In our pursuit to find MWBE firms willing to bid and perform utility related work we have found it difficult to find interested parties. A majority of the work on this project will be done with our own forces. The specialty items on this project are going to be the C only items subbed out. In contacting some of the DBE businesses, we found that most of them were not bidding the project. We offered them the opportunity to come and review _ the plans and give us a bid, but most were not interested. We are continuing the search to utilize and find as many minorities as possible. Wright Construction Co., Inc. 601 W. Wall ♦ Grapevine, TX 76051 ♦ Metro (817) 481-2594 No Text BOX INSURANCE i AGENCY 1200 S. Main St., Suite 1600 Grapevine, TX 76051 817-481-3529 December 16, 2009 Re: Wright Construction Company Bonding Capacity To Whom It May Concern: Merchants Bonding Company (Mutual) has had the privilege of providing bonds for Wright Construction Company (Wright Construction) for the last thirty years (since 1979). During our relationship, we have had the opportunity to observe outstanding performance. We consider Wright Construction to be among our most valued surety clients. In our opinion, the company is properly equipped, capably staffed and well -financed. We regard the principals of the company as people of high character and integrity and, in our opinion, can be dealt with in full confidence. Wright Construction currently has an estimated $58 million of bonded work under contract. They have completed roughly $36 million of the abovementioned $58 million, which leaves roughly $22 million in unfinished bonded work. In addition to the abovementioned bonded work, we will consider an additional $40 million of new bonded work. If needs go beyond that and the work makes sense, we do not r anticipate any problems approving more bonded work. Sincerely, Dustin Parker Bonding Agent for Merchants Bonding Company (Mutual) President, Box Insurance Agency, Inc. d _ ., J � mom i Merchants Bonding Company P.O. BOX 26720 • AUSTIN, TX 78755-0720 :4 1 0. j_ KNOW ALL PERSONS BY THESE PRESENTS: That Wright Construction Co., Inc. 601 W. Wall Street, Grapevine, TX 76051 (hereinafter called the Principal) as Principal, and the MERCHANTS BONDING COMPANY (Mutual) a corporation of the State of Iowa, with its Home Office in the City of Des Moines, Iowa, (hereinafter called Surety), as Surety, are held and firmly bound to the City of Lubbock 1625 13th Street, Lubbock, TX 79401 f -- (hereinafter called the Obligee) in the full and just sum of ($ i' 5 % GAB *************************************************** Five Percent of the Greatest Amount Bid************************************************.******.************************ ) Dollars good and lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed and dated this 17th day of December 2009 THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for Lake Alan Henry Water Supply Project Transmission Pipeline Contract A according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award, and shall give bond for the faithful performance thereof with the MERCHANTS BONDING COMPANY (Mutual) and Surety, or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed. Witness: Wright Construct' n o., In i Prin I By - Attest: - MERCHANT B ZDING /PANY (Mutual) 3 CON 0333 AU (9/00) Kato S s, Attorney -In -Fact No Text E POWER OF ATTORNEY Merchants Bonding Company (Mutual) Nations Bonding Company • KNOW ALL PERSONS BY THESE PRESENTS: That MERCHANTS Bond No. Bid Bond ~ laws of the State of Iowa, and that NATIONS BONDING COMPANY is aaccorp ralio� du y organized undeUTUAL) a �rtB laws of thenStateuotlTexas (herein collectively called the "Companies', and that the Companies do hereby make, constitute and appoint Clydene Johnson, Dustin Parker, Kathy Sells and/or Carolyn J. Scott of Grapevine and State of and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations u the nature owledg Band deliver to the limitation exas their true and lawful Attorney -in -Fact, tas power such instrument shall not exceed the amount of: that any DIVE MILLION ($5,000,000,00)bOLLARS and a bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attomey-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attomey is made and executed pursuant to and by authority of the following bylaws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on November 16, 2002 and adopted by the Board of Directors of Nations Bonding Company on April 19, 2003. "The Chairman of the Board or President or any Vice President or Secretary shall have Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach theoSeal of the Comwer and pato ny thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to anv Power �r cat , .. Certification thereof authorizing the execution and dpn„e. , . __.. - - •••-- ••_ --,Lc ana eirect as though In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 16th day of January, 2006_ DIN. �O•�PQA.G�. Z:2O -o- 90 0. °'. 2003 a •'. N -fir �?.•. STATE OF IOWA COUNTY OF POLK ss. MERCHANTS 80NDING COMPANY (MUTUAL) NATIONS BONDING COMPANY President On this 16th day of January, 2006, before me appeared Larry Taylor, tome personally known, who being by me duly sworn did say th behalf of the Companies by authority of their respective Boards of Directors. at he is President of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY; and that the seals affixed to the foregoing instrument are the corporate seals of the Companies; and that the said Instrument was signed and sealed in In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. 4' L% CINDY SMYTH Commission Number 173604 "ow' MyMarchi16, 2009pires STATE OF IOWA COUNTY OF POLK ss. Notary public, Polk county, Iowa I. William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY, do hereby certify that the above and foregoing Is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still In full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this I NBC 0103 (1/08) L. Cps•• :m0. OtRP0,9 ••q• y 1933 c: any. 17thday0f December, 2009 Secretary ,. ,.. �'gf,ir ._, To obtain information or make a complaint: You may contact your insurance ardent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company's toll -free telephone number for information or to make a complaint at: :, � 1-840-678-$971 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 at: Husun, I'X 7d',714-91Q4... - Fax: (512) 475-1771 ' Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent 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. L; 5UP 0032 TX (7107) No Text CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT o Be Completed by Offeror and Agent 11 Must be submitted with Proposal I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish, a valid insurance certificate to he City meeting all of the requirements defined in this proposal. tN Ltd C(,t- rigip 1 Signature) Contractor (Print) 'S FIRM NAME: Wright Construction Co. Inc. (Print or Type) CONTRACTOR'S FIRM ADDRESS: 601 W. Wall Street Grapevine, TX 76051 Name of Agent/Broker: KathySells Ko&&Lju,j Agent / Br Uer;Signature) Address of Agent/Broken Box Insurance Agency, 1200 S. Main Street, Suite 1600 City/State/Zip: Grapevine, TX 76051 Agent/Broker Telephone Number: ( 817 ) 481-3529 Date. 12/7/09 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject thus proposal arid award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing Manager for the City of Lubbock at (806) 775-2I63. PROPOSAL# 10-025-MA - Lake Alan Henry Water Supply Project, Transmission Pipeline —Contract A c iM..,�w,»........�.._:.�, �wm .c..: ,n.„. ...:,. ,, K� r,;�n,�. y-, „mow. '..,, �.. ......,� ,..� ....... ..; ,... ..,....., ..,.� ,,..., ��,. ,... � 'a...,��J �,....�...,�,._., ���....� '� ,n. ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 2/10 2010 PRODUCER Phone: 817-481-3529 Fax: 817-424-1404 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Box Insurance Agency ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1200 S. Main Street, Ste. 1600 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Grapevine TX 76051 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED Wright Construction Co., Inc. 601 W. Wall St. Grapevine TX 76051 INSURER D: INSURER E: U V tKAUlzb THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD'L LTR ;INSRE TYPE OF INSURANCE POLICY NUMBER POLICYEFFECTIVE DATE MMIDD Y POLICY EXPIRATION DATE MMIDD Y LIMITS $ I GENERAL LIABILITY CLP 3269008 11/29/2009 11/29/2010 EACH OCCURRENCE $ 1 000 000 DAMA ETO R NTED PREMISES Ea occurence $1 0 0 ,. 0 0 0 X COMMERCIAL GENERAL LIABILITY I CLAIMS MADE OCCUR MED EXP (Any one person) $ 51000 PERSONAL &ADV INJURY S 1 000 000 X XCu GENERALAGGREGATE $2 000 000 X EIFS Excluded i ! GEN'LAGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2 000 000 I POLICY X JE OT LOC $ LIABILITY CAP 3534217 11/29/2009 11/29/2010 5AUTIOMOBILE ANY AUTO COMBINED SINGLE LIMIT (Ea accident) S 1, 000, 000 I ALL OWNED AUTOS f BODILY INJURY S SCHEDULEDAUTOS (Per person) I j X HIREDAUTOS BODILYINJURY S NON-OWNEDAUTOS (Per accident) SIX t I I I i PROPERTYDAMAGE S (Peraccident) I GARAGE LIABILITY AUTO ( ONLY -EA ACCIDENT S OTHERTHAN EAACC $ j ANYAUTO I AUTOONLY: AGG 5 !)! A j i EXCESSIUMBRELLA LIABILITY QK09101831 11/29/2009 11/29/2010 EACHOCCURRENCE $10 OOO OOO OCCUR 17 CLAIMS MADE AGGREGATE $10 0 0 0 0 0 0 S I I i S DEDUCTIBLE RETENTION $10 0 0 � $ WORKERS COMPENSATION AND WC 3534216 11/29/2009 11/29/2010 III4S X ORY IMIT �E, 3 EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT S ]- 0 0 0 000 OFFICER/MEMBER EXCLUDED? i If yes, describe under E.L. DISEASE - EA EMPLOYEE S 1 0 0 0 0 0 0 E.L. DISEASE - POLICY LIMIT S 1 0 0 0 0 0 0 SPECIAL PROVISIONS below I OTHER DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT SPECIAL PROVISIONS e: RFP 10-025-MA, Contract # 9311 - Lake Alan Henry Water Supply Project, Transmission Pipeline Contract A The City of Lubbock, its officers, agents and employees, and Engineers (Parkhill, Smith, and Cooper, Freese and Nichols, Inc., Black and Veatch, GL Industries, Corrosion Control Technologies, and Kleinfelder) are Additional Insured n a Primary/Non-contributory basis as respects General Liability (per form GL-3085 (01/06) and form GL-4503 (04/07)), Auto Liability, and Umbrella Liability if required by written contract. Waiver of Subrogation applies in favor of same s respects General Liability, Auto Liability, Umbrella Liability, and Workers' Compensation if required by written contract. City of Lubbock 1625 13th Street, Suite 204 Lubbock, TX 79401 LLA i i V IY SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIV i, • /—1 V, ACORD 25 (2001/08) ►��I�Iisr:�t� IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. Arnorl or ionn4rnoi Policy No. CLP 3269008 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. UTILITY CONTRACTORS EXTENDED LIABILITY COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM It is agreed that the provisions listed below apply only upon the entry F_x_1 in the box next to the caption of Of such provision. A. FX_ ] Partnership and Joint Venture Extension B. I XContractors Automatic Additional Insured Coverage C. E X j Automatic Waiver of Subrogation D 11Extended Notice of Cancellation, Nonrenewal E. ! A I Unintentional Failure to Disclose Hazards F. I Broadened Mobile Equipment G. I ^ 1 Personal Injury - Contractual Coverage H. j Xj tlonemployment Discrimination I. a Liquor Liability J, IFZ'v\l Broadened Conditions K. FX] Automatic Additional Insureds — Equipment Leases L. El Insured Contract Extension - Railroad Property and Construction Contracts M. Construction Project General Aggregate Limits N. o Fellow Employee Coverage O. 0 Property Damage to the Named Insured's Work P. I -XI Care, Custody or Control A. PARTNERSHIP AND JOINT VENTURE EXTENSION The following provision is added to SECTION 11 -WHO IS AN INSURED: The last full paragraph which reads as follows: No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. is deleted and replaced with the following: With respect to the conduct of any past or present joint venture or partnership not shown as a Named Insured in the Declarations and of which you are or were a partner or member, you, and others identified in items 1.a., 1.b., and 1.c., subject to the conditions and limitations contained therein, are insureds, but only with respect to liability arising out of "your work" on behalf of any partnership orjoint venture not shown as a Named Insured in the Declarations, provided no other similar liability insurance is available to you for "your work" in connection with your interest in such partnership orjoint venture. A partnership or joint venture, not shown as a Named Insured in the Declarations, of which you have 33% or more ownership interest at the time of "bodily injury" or "property damage" caused by an "occurrence" or "personal and advertising injury" caused by an offense, is an insured, provided that no other similar liability insurance is available to that partnership or joint venture. 1, GL-3085 (01/06) 1_ B. CONTRACTORS AUTOMATIC ADDITIONAL INSURED COVERAGE SECTION Il - WHO 1S AN INSURED is amended to include: Any "Owner, "contractor", "construction manager", "engineer" or "architect" if it is required in your written contract or written agreement executed by you and all other parties to the contract or agreement prior to any loss that such person(s) or organization(s) be added as an additional insured on your policy but only for the project designated in your written contract or written agreement and only with respect to "bodily injury," "properly damage" or "personal and advertising injury" caused: at least in part, by your negligence and with respect to liability resulting from: A. Your ongoing operations for the additional insured(s), or B. Acts or omissions of the additional insureds) in connection with their general supervision of such operations. With respect to the insurance afforded such additional insureds pursuant to this endorsement and the above referenced General Liability Form, the following additional provisions apply to limit that coverage: 1. We will have no duty to defend the additional insured against any "suit" seeking damages for "bodily injury," "property damage" or "personal and advertising injury," until we receive written notice from the additional insured requesting that we defend it in the "suit." 2. The Limits of Insurance applicable to the additional insureds under this endorsement are the minimum limits specified in the written contract or agreement requiring this coverage, or as stated in SECTION III - LIMITS OF INSURANCE of the COMMERCIAL GENERAL LIABILITY COVERAGE FORM, whichever is less. These Limits of Insurance are inclusive of and not in addition to the Limits of Insurance described in SECTION III of that form. 3. As additional conditions of coverage under this form, an additional insured under this endorsement will as soon as practicable: a. Give written notice to us of an 'occurrence" or an offense which may result in a claim. This shall include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. b. Give written notice to us of a claim or "suit" brought against the additional insured including specifics of the claim or "Suit" and the date it was received. c. Give written notice of such claim or "suit," including a demand for defense and indemnity, -. to any other insurer who had coverage for the claim or "suit" under its policy(ies), either at the lime of, or at any time subsequent to the occurrence of the "bodily injury," "property .> damage" and/or the offense causing the "personal and advertising injury," which is the basis for such claims or "suit". (l) Such notification must demand the full coverage available under that policy; and (2) The additional insured shall not take any action to waive or limit such other coverage available to it. GL-3085 (01 /06) -2- 4. This insurance does not apply to: a. "Bodily injury" "property damage" or "personal and advertising injury" occurring after- (1) All work on the project (other than service, maintenance, or repairs) to be performed by you or on your behalf for the additional insured(s) has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. b. "Bodily injury" "property damage" or "personal and advertising injury" resulting from any act or omission of the additional insured(s) or any of their employees, other than the general supervision of work performed for the additional insured(s) by you. c. "Bodily injury" "property damage" or "personal and advertising injury" resulting from work --. performed on a project where other valid and collectible insurance is available to the additional insured under an Owner Controlled Insurance Prograrn or Consolidated (wrap - Lip) Insurance Program. d. "Bodily injury," "property damage" or "personal and advertising injury": (1) Arising out of the rendering or failure to render any professional services by any insured, or on their behalf, but only with respect to either or both of the following operations; (a) Providing engineering, architectural or surveying services to others in the insured's capacity as an engineer, architect or surveyor, and (b) Providing, or hiring independent professionals to provide, engineering, architectural or surveying services in connection with work the insured performs. (2) Subject to paragraph (3) below, professional services include: (a) The preparing, approving or failing to prepare or approve reaps, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications; and (b) Supervisory or inspection activities performed as part of any related architectural or engineering activities, but does not include the general supervision of your operations on such project. (3) Professional services do not include services within construction means, methods, techniques, sequences and procedures employed by you in connection with your operations as a construction contractor. For the purpose of this endorsement, the following definitions are added: "Owner" means a person or organization who has ownership in the project premises, designated in your written contract or written agreement, at which you are performing operations. "Contractor" means a person or organization with whom you have agreed in a written contract or written agreement to perform operations for at the project designated in the written contract or written agreement. Gi_-3035 (01/06) -3- "Construction Manager" means a person or organization designated as "construction manager" in Your written contract or written agreement, and has management or supervisory responsibilities over your operations forthe project designated in yourwritten contract orwritten agreement. -_ "Engineer" means a person or organization who has been engaged by the 'owner", "contractor" or "construction manager" to perform engineering services for the project designated in your written contract or written agreement and has a contractual responsibility for supervising, directing or controlling your operations on such project. "Architect" means a person or organization who has been engaged by the 'owner", "contractor' or "construction manager" to perform architectural services for the project designated in your written contract or written agreement and has a contractual responsibility for supervising, directing or controlling your operations on such project. Any coverage provided herein will be excess over any other valid and collectable insurance available to the additional insured(s) whether primary, excess, contingent or on any other basis unless you have agreed in a written contract or written agreement executed prior to any loss that this insurance will be primary. However, any other insurance specifically purchased for a designated project(s), including but not limited to additional insured coverage, owners contractors protective coverage, etc., will be primary with the insurance provided by this endorsement being excess. If this insurance is determined to be primary, we agree not to seek contribution from such other insurance only if you have so agreed in the written contract or written agreement. --- C. AUTOMATIC WAIVER OF SUBROGATION Item 8. of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, is deleted and replaced with the following: 8. Transfer of Rights of Recovery Against Others to Us and Automatic Waiver of Subrogation. a. If the insured has rights to recover all or part of any payment we have made under this Coverage Form, those rights are transferred to us. The insured must do nothing after loss to impair those rights. At our request, the insured will bring "suit' or transfer those rights to us and 'help us enforce them. b. If required by a written contract executed prior to loss, we waive any right of recovery we may have against any person or organization because of payments we make for injury or darnage arising out of "your work" for that person or organization. D. EXTENDED NOTICE OF CANCELLATION, NONRENEWAL Item A.2.b. of the COMMON POLICY CONDITIONS, is deleted and replaced with the following: A.2.b. 60 days before the effective date of the cancellation if we cancel for any other reason. Item 3. of SECTION 1V - COMMERCIAL GENERAL LIABILITY CONDITIONS, is deleted and replaced with the following: S. WHEN WE DO NOT RENEW a. If we choose to nonrenew this policy, we will mail or deliver to the first Named Insured shown in the Declarations written notice of the nonrenewal not less than 60 days before the expiration date. b. If we do not give notice of our intent to nonrenew as prescribed in a. above, it is agreed that YOU may extend the period of this policy for a maximum additional sixty(60) days fro!n its scheduled expiration date. Where not otherwise prohibited by law, the existing teens, I, conditions and rates will remain in effect during that extension period. It is further agreed GL-3085 (01 /06) -4- that so long as it is not otherwise prohibited by law, this one time sixty day extension is the sole remedy and liquidated damages available to the insured as a result of our failure to give the notice as prescribed in 9, a, above, E_ UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Although we relied on your representations as to existing and past hazards, if unintentionally you should fail to disclose all such hazards at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. F. BROADENED MOBILE EQUIPMENT Item 12.b. of SECTION V - DEFINITIONS, is deleted and replaced with the following: 12.b. Vehicles maintained for use solely on or next to premises, sites or locations you own, rent or occupy. G. PERSONAL INJURY- CONTRACTUAL COVERAGE Exclusion 2.e. of SECTION I, COVERAGE B is deleted. H. NONEMPLOYMENT DISCRIMINATION Unless "personal and advertising injury" is excluded from this policy: Item 14. of SECTION V - DEFINITIONS, is amended to include: "Personal and advertising injury" also means embarrassment or humiliation, mental or emotional distress, physical illness, physical impairment, loss of earning capacity or monetary loss, which is caused by "discrimination." SECTION V - DEFINITIONS, is amended to include: 23. "Discrimination" means the unlawful treatment of individuals based on race, color, ethnic origin, age, gender or religion. Item 2. Exclusions of SECTION 1, COVERAGE B, is amended to include: "Personal and advertising injury" arising out of "discrimination" directly or indirectly related to the past employment, employment or prospective employment of any person or class of persons by any insured; "Personal and advertising injury" arising out of "discrimination" by or at your, your agents or your "employees" direction or with your, your agents or your "employees" knowledge or consent, "Personal and advertising injury" arising out of "discrimination" directly or indirectly related to the sale, rental, lease or sub -lease or prospective sale, rental, lease or sub -lease of any dwelling, permanent lodging or premises by or at the direction of any insured; or Fines, penalties, specific performance or injunctions levied or imposed by a governmental entity, or governmental code, law, or statute because of "discrimination." I. LIQUOR LIABILITY Exclusion 2.c. of SECTION 1, COVERAGE A, is deleted. GL-3035 (01106) -5- J. BROADENED CONDITIONS Items 2.a. and 2.b. oT SECTION 1V - COMMERCIAL GENERAL LIABILITY CONDITIONS, are deleted and replaced with the following: 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit: a. You must see to it that we are notified of an "occurrence" or an offense which may result in a claim as soon as practicable after the "occurrence" has been reported to you, one of your officers or an "employee" designated to give notice to us. Notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense, b. If a claim is made or "suit" is brought against any insured, you must: (1) Record the specifics of the claim or "suit" and the date received as soon as you, one of your officers, or an "employee" designated to record such information is notified of it; and (2) Notify us in writing as soon as practicable after you, one of your officers, your legal department or an "employee" you designate to give us such notice learns of the claims or "suit." Item 2.e. is added to SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS: 2.e. If you report an "occurrence" to your workers compensation insurer which develops into a liability claim for which coverage is provided by the Coverage Form, failure to report such "occurrence" to us at the tirne of "occurrence" shall not be deemed in violation of paragraphs 2.a., 2.b., and 2.c. However, you shall give written notice of this "occurrence" to rrs as soon as YOU are made aware of the fact that this "occurrence" may be a liability claim rather than a workers compensation claim. K. AUTOMATIC ADDITIONAL INSUREDS - EQUIPMENT LEASES SECTION II - WHO IS AN INSURED is amended to include any person or organization with whom you agree in a written equipment lease or rental agreement to name as an additional insured with .: respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, at least in part, by your maintenance, operation, or use by you of the equipment leased to you by such person or organization, subject to the following additional exclusions. - The insurance provided to the additional insured does not apply to: 1. "Bodily injury" or "property damage" occurring after you cease leasing the equipment. 2. "Bodily injury" or "property damage" arising out of the sole negligence of the additional insured. 3. "Properly damage" to: a. Property owned, used or occupied by or rented to the additional insured: or b. Property in the care, custody or control of the additional insured or over which the additional insured is for any purpose exercising physical control. ® GL-3085 (01106) -6- L. INSURED CONTRACT EXTENSION - RAILROAD PROPERTY AND CONSTRUCTION CONTRACTS Item 9. of SECTION V - DEFINITIONS, is deleted and replaced with the following. 9. "Insured Contract" means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another party to pay for "bodily injury" or "property damage" to a third person or organization provided the "bodily injury" or "property damage" is caused, in whole or in part, by you or those acting on your behalf. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; or (2) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in (1) above and supervisory, inspection, architectural or engineering activities, M. CONSTRUCTION PROJECT GENERAL AGGREGATE LIMITS This modifies SECTION III - LIMITS OF INSURANCE. A. For all sums which can be attributed only to ongoing operations at a single construction project for which the insured becomes legally obligated to pay as damages caused by an "occurrence" under SECTION I - COVERAGE A, and for all medical expenses caused by accidents under SECTION I - COVERAGE C: 1. A separate Construction Project General Aggregate Limit applies to each construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. GL-3085 (01106) -7- 2. The Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A, except damages because of "bodily injury" or "properly - damage" included in the "products -completed operations hazard," and for medical expenses under COVERAGE C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or C. Persons or organizations making claims or bringing "suits." 3. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Construction Project General Aggregate Limit for that construction project Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Construction Project General Aggregate Limit for any other construction project. 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Lirnit shown in the Declarations, such limits will be subject to the applicable Construction Project General Aggregate Limit. B. For all sums which cannot be attributed only to ongoing operations at a single construction project for which the insured becomes legally obligated to pay as damages caused by an "occurrence" under SECTION I - COVERAGE A, and for all medical expenses caused by accidents under SECTION 1 - COVERAGE C: 1. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -Completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Construction Project General Aggregate Limit. C. Payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Construction Project General Aggregate Limit. D. If a construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of SECTION III - LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to be applicable. N. FELLOW EMPLOYEE COVERAGE Exclusion 2.e. Employers Liability of SECTION I, COVERAGE A, is deleted and replaced with the following: 2.e. "Bodily injury" to (1) An "employee" of the insured arising out of and in the course of: (a) Employment by the insured; or (b) Performing duties related to the conduct of the insured's business; or GL-3085 (01/06) -8- (2) The spouse, child, parent, brother or sister of that "employee" as a consequence of paragraph (1) above. This exclusion applies: (1) Whether the insured may be liable as an employer or in any other capacity; and (2) To any obligation to share damages with or repay someone else who must pay damages because of the injury. This exclusion does not apply to: (1) Liability assumed by the insured under an "insured contract"; or (2) Liability arising from any action or omission of a co -"employee" while that co -"employee" is either in the course of his or her employment or performing duties related to the conduct of Your business. Item 2.a. (1)(a) of SECTION II - WHO IS AN INSURED, is deleted and replaced with the following: 2.a. (1)(a) To you, to your partners or members (if you are a partnership or joint venture) or to your mernbers (if you are a limited liability company), or to your "volunteer workers" while performing duties related to the conduct of your business. O. PROPERTY DAMAGE TO THE NAMED INSURED'S WORK Exclusion 1 of SECTION I, COVERAGE A. is deleted and replaced with the following; I. Damage to Your Work "Property damage" to "your work" arising out of it or any part of it and included in the "products completed operation hazard." This exclusion applies only to that portion of any loss in excess of $50,000 per occurrence if the damaged work and the work out of which the damage arises was performed by you. This exclusion does not apply if the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor. P. CARE, CUSTODY OR CONTROL Exclusion 2 JA of SECTION 1, COVERAGE A. is deleted and replaced with the following 2JA Personal property in the care, custody or control of the insured. However, for personal property in the care, custody or control of you or your "employees," this exclusion applies only to that portion of any loss in excess of $25,000 per occurrence, subject to the following terms and conditions; (a) The most that we will pay under this provision as an annual aggregate is $100,000, regardless of the number of occurrences. (b) This provision does not apply to "employee" owned property or any property that is missing where there is not physical evidence to show what happened to the property. (c) The aggregate limit for this coverage provision is part of the General Aggregate Limit and SECTION III - LIMITS OF INSURANCE is changed accordingly. GL-3085 (01106) _g_ (d) In the event of damage to or destruction of property covered by this exception, you shall, if requested by us, replace the property or furnish the labor and materials necessary for repairs thereto, at actual cost to you, exclusive of prospective profit or overhead charges of any nature. (e) $2,500 shall be deducted from the total amount of all sums you became obligated to pay as E darnages on account of damage to or destruction of all property of each person or organization, including the loss of use of that property, as a result of each 'occurrence." -- Our limit of liability under the endorsement as being applicable to each 'occurrence" shall be reduced by the amount of the deductible indicated above; however, our aggregate limit of liability under this provision shall not be reduced by the amount or such deductible. The conditions of the policy, including those with respect to duties in the event of "occurrence," Claims or "suit" apply irrespective of the application of the deductible amount. We may pay any part or all of the deductible amount to effect settlement of any claim or "suit" and, upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. GL-3085 (0-1/06) -10- Policy No. CLP 3269008 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS ADDITIONAL INSURED ENDORSEMENT - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SECTION II - WHO IS AN INSURED is amended to include: Any "owner," "contractor," "construction manager," "engineer" or "architect" if it is required in your written contract or written agreement executed by you and all other parties to the contract or agreement prior to any loss that such person(s) or organization(s) be added as an additional insured on your policy for completed operations but only for the project designated in your written contract or written agreement and only with respect to "bodily injury" or "property damage" included in the "products -completed operations hazard" and caused, at least in part, by your negligence and with respect to liability resulting from: A. "Your work" performed for the additional insured(s), or B. Acts or omissions of the additional insured(s) in connection with their general supervision of "your work." With respect to the insurance afforded such additional insureds in connection with this endorsement and the above referenced Commercial General Liability Form, the following additional provisions apply to limit that coverage: 1. We will have no duty to defend the additional insured against any "suit" seeking damages for "bodily injury" or "property damage" until we receive written notice from the additional insured requesting that we defend it in the "suit." 2. The Limits of Insurance applicable to the additional insureds under this endorsement are the minimum limits specified in the written contract or agreement requiring this coverage, or as stated in SECTION III - LIMITS OF INSURANCE of the COMMERCIAL GENERAL LIABILITY COVERAGE FORM, whichever is less. These Limits of Insurance are inclusive of and not in addition to the Limits of Insurance described in SECTION III of that form. 3. As additional conditions of coverage under this form, an additional insured under this endorsement will as soon as practicable: a. Give written notice to us of an "occurrence" which may result in a claim. This shall include: (1) How, when and where the "occurrence" took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence." b. Give written notice to us of a claim or "suit" brought against the additional insured including specifics of the claim or "suit" and the date it was received. C. Give written notice of such claim or "suit," including a demand for defense and indemnity, to any other insurer who had coverage for the claim or "suit" under its policy(ies), either at the time of, or at any time subsequent to the occurrence of the 3 "bodily injury" or "property damage" which is the basis for such claims orsurli. " GL-4503 (04/07) Copyright, American Association of Insurance Services, Inc. 2004 Page g 1 of 3 (1) Such notification must demand the full coverage available under that policy: and (2) The additional insured shall not take any action to waive or limit such other coverage available to it. 4. This insurance does not apply to: a. "Bodily injury" or "property damage" resulting from any act or omission of the additional insured(s) or any of their employees, other than the general supervision of work performed for the additional insured(s) by you; b. "Bodily injury" or "property damage" resulting from "your work" performed on a project where other valid and collectible insurance is available to the additional insured under an Owner Controlled Insurance Program or Consolidated (wrap-up) Insurance Program: C. "Bodily injury" or "property damage" (1) In connection with a project where "your work" on the project was completed prior to the effective date of this policy, unless the written contract or written agreement includes a specific time requirement for completed operations coverage to be provided by you for the additional insured for "bodily injury" or "property darnage" occurring during the policy period. Such coverage will not apply beyond: (a) The period of time required by the written contract or written agreement; or (b) 10 years from the completion of "your work' on the project which is the subject of the written contract or written agreement. whichever is less. (2) In connection with a project where "your work" on the project was completed and where the duration of the additional insured coverage requirement in the written contract or written agreement governing "your work" on that project had expired by the time that the injury or damage first occurred. For the purpose of this endorsement, "your work" will be deemed completed as set forth in the "products -completed operations hazard" definition. d. "Bodily injury" or "property damage": (1) Arising out of the rendering or failure to render any professional services by any insured, or on their behalf, but only with respect to either or both of the following operations; (a) Providing engineering, architectural or surveying services to others in the insured's capacity as an engineer, architect or surveyor; or (b) Providing, or hiring independent professionals to provide, engineering, architectural or surveying services in connection with work the insured performs. (2) Subject to paragraph (3) below, professional services include: (a) The preparing, approving or failing to prepare or approve maps, shop -= drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications; or GL-4503 (04/07) Copyright, American Association of Insurance Services , Inc. 2004 Page 2 of 3 t__. (b) Supervisory or inspection activities performed as part of any related architectural or engineering activities, but does not include the general supervision of your operations on such project. (3) Professional services do not include services within construction means, methods, techniques, sequences and procedures employed by you in connection with your operations as a construction contractor. For the purpose of this endorsement, the following definitions are added: "Owner" means a person or organization who has ownership in the project premises designated in Your written contract or written agreement, at which you are performing or performed work. "Contractor" means a person or organization with whom you have agreed in a written contract or written agreement to perform work for at the project designated in the written contract or written agreement. "Construction Manager" means a person or organization designated as "construction manager" in your written contract or written agreement, and has management or supervisory responsibilities over "your work" for the project designated in the written contract or written agreement. "Engineer" means a person or organization who has been engaged by the 'owner," "contractor' or "construction manager" to perform engineering services for the project designated in your written contract or written agreement and has a contractual responsibility for supervising, directing or controlling "your work" on such project. "Architect" means a person or organization who has been engaged by the 'owner," "contractor' or "construction manager' to perform architectural services for the project designated in your written contract or written agreement and has a contractual responsibility for supervising, directing or controlling "your work" on such project. Any coverage provided herein will be excess over any other valid and collectable insurance available to the additional insured(s) whether primary, excess, contingent or on any other basis unless you have agreed in a written contract or written agreement executed prior to any loss that this insurance will be - • primary. However, any insurance specifically purchased for a designated project(s), including but not limited to additional insured coverage, owners contractors protective coverage, etc., will be primary with the insurance provided by this endorsement being excess. If this insurance is determined to be prirnary, v we agree not to seek contribution from such other insurance only if you have so agreed in the written contract or written agreement. In no event will any coverage provided under this endorsement extend beyond the expiration date of this policy. -_: GL-4503 (04/07) Copyright, American Association of Insurance Set -Vices, Inc. 2004 Page 3 of 3 r SAFETY RECORD QUESTIONNAIRE The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to avw';xding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSBRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (f?WD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following three (3) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES X NO If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: See Attached Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. Offeror's Initials 1 No Text UESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal ' x.,-nses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO X If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, - corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO X If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have i withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or o#ssions ynay cause my proposal to be rejected. Signature Title No Text j rJ/ Lui LUUO dUb4727686 USDOL/OSHA/LUBBOCK PAGE 62/04 U.S. DEPARTMENT OF LAY30X OCCUPATIONAL SAFETY AND HEALTH ADMINISTRATION In the Matter of: Wright Construction Company OSHA No.(s): 312386287 INFORMAL SETTLEMLN7 AGREEMENT The undersigned Employer and the undersigned Occupational Safety and Health Administration (OSHA), in settlement of the above citation(s) and penalties which were issued on 10/08/08. hereby agree as follows: 1, The Employer agrees to correct the hazards identified in the citations, or as amended below. The Employer agrees to comply with all applicable abatement verification provisions of 29 C.F.R. §1903.19, including but not limited to, all certification, documentation, and posting requirements. Abatement certification shall be accomplished within 10 calendar days after the abatement date by mailing a letter to Occupational Safety and Health Administration, Lubbocl< Area Office, 1205 Texas Avenue, Room 806, Lubbock, TX 79401, stating that abatement has been completed, the date and method of abatement, and that affected employees and their representatives have been informed of the abatement. Any required abatement documentation shall be submitted along with the abatement certification. 3. The Employer agrees to pay the proposed penalties, if any, as issued with the above citation(s), or -- if amended by this Agreement, as amended below. Such penalty is to be remitted within 5 days of the signing of this Agreement. if the original signed Agreement and payment is not received in accordance with this time period, the Agreement shall be null and void And nil original penalties shall become payable along with appropriate fees, And interest. 4. The Employer and OSHA agree to amend the citations and penalties, if any, as follows: CITATION ( PENALTY Cit 1, Item 1 Reclassified to Other than Serious, Penalty $1,200.00 Cit 1, Item 2 Reclassified to Other than Serious, Penalty $1,200.00 TOTAL PROPOSED $2,400.00 PENALTY 5. The Employer promises to permit OSHA access to the workplace at issue herein subsequent to the date fixed for abatement for the specific and limited purpose of determining if the conditions described in the citations have been corrected 1�• -- ouG4IZ/blab USDOL/DSHA/LUBBOCK PAGE , 63/04 6. The employer agrees to continue to comply with the a ' applicable provisions of the Occupational Safety and 1-1ealth Act of 1970, and the applicable safety and health standards promulgated pursuant to the Act. 7. Neither this settlement agreement, nor the employer's failure to contest the citations at issue, shall t constitute an admission by the employer of any violations of the Occupational Safety and Health Act to any third parties in any subsequent proceedings, except proceedings brought by the United States Government. 8. The Employer, by signing this settlement agreement, hereby waives its rights to contest the above chation(s) and penalties, as amended in paragraph 4 of the agreement. 9. The Employer agrees to immediately post a copy of this settlement agreement in a prominent place at or near the location of the violation(s) referred to in paragraphs 3 and 4 above. This Agreement must remain posted until the violations cited have been corrected, or for 3 working days (excluding weekends and Federal Holidays), whichever is longer. 10. Each party agrees to bear its own attorney's fees, costs and other expenses incurred by such party in connection with any stage of the above -referenced proceeding including, but »ot limited to, attomey's fees which may be available under the Equal Access to Justice Act, as amended. 11. The Employer agrees to provide training to its foremen and lead persons regarding required housekeeping and ladder use including required )odder angles and lengths. Richard F. Tapio For Occupational Safety And Health Administration (Signature and Date) W Lemoi W rip (Si a /o-a s'- 0y 1rui «, cuuw c1 bub4727686 USDOL/OSHA/LUBBOCK PAGE e)4/Bq NOTICE TO EMPLOYEES The law gives you or your representative the opportunity to object to any abatement date set for a violAtion if you believe the date to be tmreasonable. Any contest to the abatement dates of the citations amended in paragraph 3 of this Settlement Agreement must be mailed to the U.S. Department of Labor Area Office at ROOM 806, GEORGE MAI-ION FEDERAL BUILDING, 1205 TEXAS AVENUE, LUBBOCK, TX 79401, within 15 working days (excluding weekends and Federal Holidays) of the receipt by the Employer of this Settlement Agreement. You or )'our representative also have the right to object to any of the abatement dates set for violations, which Were not amended, provided that the objection is mailed to the office shown above within the 15-working-day period established by the Original citation. 3 �. °� .. ''�w.. 6 U.S. Department of Labor Occupational Safety and Health Administration ROOM 806, GEORGE MAHON FEDERAL BUILDING 1205 TEXAS AVENUE LUBBOCK, TX 79401 Phone: (806)472-7681 FAX: (806)472-7686 Citation and Notification of Penalty To: Wright Construction Company Inspection Number: 312386287 Inspection Date(s): 10/02/2008 - 10/02/2008 and its successors Issuance Date: 10/08/2008 601 Wall Street Grapevine, TX 76051 Inspection Site: The violation(s) described in this Citation Loop 289 at Quaker and Notification of Penalty is (are) alleged Lubbock, TX 79414 to have. occurred on .or about the dgy(s) the tnsgee-tion tivas. made unless oche -revise tnrlti*_ _#h: the descrtptron-:gtven.lrelow. This Citation and Notification of Penalty (this Citation) describes violations of the Occupational Safety and Health Act of 1970. The penalty(ies) listed herein is (are) based on these violations. You must abate the violations referred to in this Citation by the dates listed and pay the penalties proposed, unless within 15 working days (excluding weekends and Federal holidays) from your receipt of this Citation and Notification of Penalty you mail a notice of contest to the U.S. Department of Labor Area Office at the address shown above. Please refer to the enclosed booklet (OSHA 3000) which outlines your rights and responsibilities and which should be read in conjunction with this form. Issuance of this Citation does not constitute a finding that a violation of the Act has occurred unless there is a failure to contest as provided for in the Act or, if contested, unless this Citation is affirmed by the Review Commission or a court. Posting - The law requires that a copy of this Citation and Notification of Penalty be posted immediately in a prominent place at or near the location of the violation(s) cited herein, or , if it is not practicable because of the nature of the employer's operations, where it will be readily observable by all affected employees. This Citation must remain posted until the violation(s) cited herein has (have) been abated, or for 3 working days (excluding weekends and Federal holidays), whichever is longer. The penalty dollar amounts need not be posted and may be marked out or covered up prior to posting. Informal Conference - An informal conference is not required. However, if you wish to have such a conference you may request one with the Area Director during the 15 working day contest period. During such an informal conference you may present any evidence or views which you believe would support an adjustment to the citation(s) and/or penalty(ies). Citation and Notification of Penalty Page I of 6 OSHA-2(Rev. 6193) ,[ ' If you are considering a request for an informal conference to discuss any issues related to this Citation and Notification of Penalty, you must take care to schedule it early enough to allow time to contest after the informal conference, should you decide to do so. Please keep in mind that a written letter of intent to contest must be submitted to the Area Director within 15 working days of your receipt of this Citation. The running of this contest period is not interrupted by an informal conference. If you decide to request an informal conference, please complete, remove and post the page 4 Notice to Employees next to this Citation and Notification of Penalty as soon as the time, date, and place of the informal conference have been determined. Be sure to bring to the conference any and all supporting documentation of existing conditions as well as any abatement steps taken thus far. If conditions warrant, we can enter into an informal settlement agreement which amicably resolves this matter without litigation or contest. Right toContest - You have the right to contest this Citation and Notification of Penalty. You rnay contest all citation items or only individual items. You may also contest proposed penalties and/or abatement dates without contesting the underlying violations. Unless you inform the Area Director in writing that you intend to contest the citation(s) and/or proposed penalty(ies) within 15 working days after receipt, the citation(s) and the proposed penalty(ies) will become a final order of the Occupational Safety and Health Review Commission and may not be reviewed by any court or agency. Penalty Payment - Penalties are due within 15 working days of receipt of this notification unless contested. (See the enclosed booklet and the additional information provided related to the Debt Collection Act of 1982.) Make your check or money order payable to "DOL-OSHA". Please indicate the Inspection Number on the remittance. OSHA does not agree to any restrictions or conditions or endorsements put on any check or money order for less than the full amount due, and will cash the check or money order as if these restrictions, conditions, or endorsements do not exist. Notification of Corrective Action - For violations which you do not contest, you should notify the U. S. Department of Labor Area Office promptly by letter that you have taken appropriate corrective action within the time frame set forth on this Citation. Please inform the Area Office in writing of the abatement steps you have taken and of their dates, together with adequate supporting documentation, e.g., drawings or photographs of corrected conditions, purchase/work orders related to abatement actions, air sampling results, etc. (Please see attached "Corrective Action Verification.") Employer Discrimination Unlawful - The law prohibits discrimination by an employer against an employee for filing a complaint or for exercising any rights under this Act. An employee who believes that he/she has been discriminated against may file a complaint no later than 30 days after the discrimination occurred with the U.S. Department of Labor Area Office at the address shown above. Employer Rights and Responsibilities - The enclosed booklet (OSHA 3000) outlines additional employer rights and responsibilities and should be read in conjunction with this notification. Notice to Employees - The law gives an employee or his/her representative the opportunity to object to ara Y abatement date set for a violation if he/she believes the date to be unreasonable. The contest must be mailed to the U.S. Department of Labor Area Office at the address shown above and postmarked within 15 working days (excluding weekends and Federal holidays) of the receipt by the employer of this Citation and Notification ®f Penalty. Citation and Notification of Penalty Page 2 of 6 oSHA-2(Rev. 6/9 3) Corrective Action Verification Deference• Inspection Number: Dear Sir: S OSHA's inspections are intended to result in the abatement/correction of violations of the OSHAct. To verify that this has been accomplished, Section 1903.19 requires that an employer certify to OSHA, within ten (10) days of the final abatement date that each item cited has been corrected. This abatement certification letter must include the following: Name of Employer OSHA Inspection Number Citation and Item Numbers to which the submission relates The date each item was abated, specific action taken to abate each violation and appropriate documentation t-, for the action taken. Where appropriate, this documentation should include photographs, work orders, purchase orders, personal protective equipment provided, standard operation procedures, copies of written programs, engineering controls, monitoring data, etc. Adequate supporting documentation may allow us to close the case file. The lack of adequate documentation could result in a follow-up inspection. A statement that affected employees and their representatives have been informed of the abatement actions A statement that the information submitted is accurate The signature of the employer or the employer's authorized representative. Following is a sample format that may be used for this submittal: Name of Employer Citation Item No. Date Item Corrective Number Instance No. Abated Action Taken Date this letter of submission posted I certify that the information submitted is correct. Employer or Authorized Representative Citation and Notification of Penalty Page 3 of 6 OSHA-2(Rev. 6/93) U.S. Department of Labor Occupational Safety and Health Administration `'9'4TES O4 NOTICE TO EMPLOYEES OF INFORMAL CONFERENCE An informal conference has been scheduled with OSHA to discuss the citation(s) issued on _ 10/08/2008. The conference will be held at the OSHA office located at ROOM 8®6, GEORGE .iVMAHON FEDERAL BUILDING, 1205 TEXAS AVENUE, LUBBOCK, TX, 79401 on at . Employees and/or representatives of employees have a right to attend an informal conference. Citation and Notification of Penalty Page 4 of 6 OSHA-2(Rev. 6/5,1 3) No Text Department ENT o I.J.Q. Bepart of Labor Inspection Number: 312386287 Q<� F Occupational Safety and Health Administration Inspection Dates: 10/02/2008 - 10/02/2008 Issuance Date: 10/08/2008 Z' sra TES p� P Citation and Notification of Penalty Company Name: Wright Construction Company a Inspection Site: Loop 289 at Quaker, Lubbock, TX 79414 Citation 1 Item 1 Type of Violation: Serious 29 CFR 1926.25(a): Debris was not kept cleared from work areas, passageways, and stairs, in and around buildings or other structures: On or about October 2, 2008 at the trench site located near the intersection of N TX Loop 289 and N Quaker Streets in Lubbock, Texas, debris, including but not limited to lumber, cable assemblies, a ladder laying on the ground parallel to trench, hammer, trench box rods, and a shovel, were strewn along the walk way along the length/edge of the trench. This created a slipping/tripping hazard to employees as they walked along this path to retrieve tools, etc. Date By Which Violation Must be Abated: 10/15/2008 Proposed Penalty: $ 1575.00 i See pages 1 through 4 of this Citation and Notification of Penalty for information on employer and employee rights and responsibilities. Citation and Notification of Penalty Page 5 of 6 OSHA-2 (Rev. 9/93) I.S. Department of Labor Occupational Safety and Health Administration Citation and Notification of Penalty Inspection Number: 312386287 rQ�NENT of Inspection Dates: 10/02/2008 - 10/02/2008 0 Issuance Date: 10/08/2008 �r'TES OF Company Name: Wright Construction Company Inspection Site: Loop 289 at Quaker, Lubbock, TX 79414 Citation 1 Item 2 Type of Violation: Serious 29 CFR 1926.65 1 (c)(2): A stairway, ladder, ramp or other safe means of egress was not located in trench excavations that were 4 feet (1.22m) or more in depth so as to require no more than 25 feet (7.62m) of lateral travel for employees: On or about October 2, 2008 at the trench site located at the intersection of N TX Loop 289 and N Quaker Streets in Lubbock, Texas, a commercial extension ladder was employed to provide ingress and egress from a 13.5 foot deep by 12 foot wide trench. However, the ladder was placed at approximately a 20 degree angle( to ground plane ), the ladder safety -shoes being placed on the concrete pipe in the trench and the ladder rails were leaning against the top trench wall edge. This configuration was not safe, as it exposed employees to a fall into the trench during egress or ingress. Date By Which Violation Must be Abated: Proposed Penalty: 10/ 15/2008 $ 1575.00 z;. , l' S - F ICHARD . TAPI Area Director See pages 1 through 4 of this Citation and Notification of Penalty for information on employer and employee rights and responsibilities. �a Citation and Notification of Penalty Page 6 of 6 OSHA-2 (Rev. 9/9D3) i U.S. Department of Labor P�NE"T Occupational Safety and Health Administration ROOM 806, GEORGE MAHON FEDERAL BUILDING 1205 TEXAS AVENUE LUBBOCK, TX 79401 Sr,TEs °f Phone: (806)472-7681 FAX: (806)472-7686 INVOICE/ DEBT COLLECTION NOTICE Company Name. Wright Construction Company Inspection Site: Loop 289 at Quaker, Lubbock, TX 79414 Issuance date: 10/08/2008 Summary of Penalties for inspection Number :312386287 Citation 1, Serious = $ 3150.00 TOTAL Pl OPOSED PENA LTIJES = $ 3150.00 To avoid additional charges, please remit payment promptly to this Area Office for the total amount of the uncontested penalties summarized above. Make your check or money order payable to: "DOL-OSHA". Please indicate OSHA's Inspection Number (indicated above) on the remittance. OSHA does not agree to any restrictions or conditions put on any check or money order for less than the full amount due and will cash the check or money order as if these restrictions or conditions do not exist. If a personal check is issued, it will be converted into an electronic fund transfer (EFT). This means that our bank will copy your check and use the account information on it to electronically debit your account for the amount of the check. The debit from your account will then usually occur within 24 hours and will be shown on your regular account statement. You will not receive your original check back. The bank will destroy your original check, but will keep a copy of it. If the EFT cannot be completed because of insufficient funds or closed account, the bank will attempt to make the transfer up to 2 times. Pursuant to the Debt Collection Act of 1982 (Public Law 97-365) and regulations of the U.S. Department of Labor (29 CFR Part 20), the Occupational Safety and Health Administration is required to assess interest, delinquent charges, and administrative costs for the collection of delinquent penalty debts for violations of the Occupational Safety and Health Act. Interest. Interest charges will be assessed at an annual rate determined by the Secretary of the Treasury on all penalty debt amounts not paid within one month (30 calendar days) of the date on which the debt amount becomes due and payable (penalty due date). The current interest rate is 5%. Interest will accrue from the date on which the penalty amounts (as proposed or adjusted) become a final order of the Occupational Safety and Health Review -' Conunission (that is, 15 working days from your receipt of the Citation and Notification of Penalty), unless you file a notice of contest. Interest charges will be waived if the full amount owed is paid within 30 calendar days of the final order. Page 1 of 2 Delinquent Charges. A debt is considered delinquent if it has not been paid within one month (30 calendar days) of the penalty due date or if a satisfactory payment arrangement has not been made. If the debt remains delinquent for more than 90 calendar days, a delinquent charge of six percent (6%) per annum will be assessed accruing from the date that the debt became delinquent. Administrative Costs. Agencies of the Department of Labor are required to assess additional charges for the recovery of delinquent debts. These additional charges are administrative costs incurred by the Agency in its attempt to collect an unpaid debt. Administrative costs will be assessed for demand letters sent in an attempt to collect the unpaid debt. RICHARD F. �APIO Area Director Date Page 2 of 2 �.�.�......� ._,..�....� ��.. � � � ���� . m�,�_ ... .:: � , _, �, w :: �, ..: ... ,�. .. `�.... `� `:: ,:� r°� ' ' _,�.. � �... �.� 1. ....:, . 'J h ,. .. [z U.S. Department of Labor October 8, 2008 Wright Construction Company 601 Wall Street Grapevine, TX 76051 Occupational Safety and Health Administration 1205 Texas Avenue, Room 806 Lubbock, TX 79401 Phone: 806-472-7681 Fax:806-472-7681 Re: OSHA Inspection Number: 312386287 Dear Employer �a o'ZVEcoF r Inspection 312386287 of your workplace conducted on October 2, 2008 revealed no instances of Repeated, Willful, or Failure -to -Abate violations, nor were there a significant number of High Gravity Serious violations. Additionally, the compliance officer has reported that you have a good understanding of the actions necessary to correct the violations that were cited, and that you are willing to make those corrections by the date(s) specified in the citation. The good faith you have exhibited, and the absence of Repeated, Willful or Failure -to -Abate violations, makes your firm eligible for an Expedited Informal Settlement Agreement (EISA). Under this program, an employer and OSHA can enter into an Informal Settlement Agreement without going through the formal procedure of meeting in the Area Office. However, if you decide to enter into the Expedited Informal Settlement Agreement, you should be aware that you relinquish your right to contest the citations and penalties. The Expedited Informal Settlement Agreement can be used only where the sole issue of dispute is the dollar amount of proposed penalties. If you wish to discuss, change, or object to any other aspect of the inspection or citations - including abatement dates, validity of violations, classification of violations - then the Expedited Informal Settlement agreement cannot be used. Under those circumstances, you may request an Informal Conference with me and/or exercise your contest rights as explained elsewhere. You should carefully read the enclosed Expedited Informal Settlement Agreement to determine whether the terms of the agreement are acceptable to you. Key elements of the agreement call for OSHA to agree to a 40 per cent (40 %) reduction in the total penalty amount proposed; for the Employer to correct the violations by the abatement date(s) set forth in the citation(s); for the Employer to provide evidence of corrective actions taken and to provide written certification that all terms have been abated at the time of final abatement. Please note that failure to comply with any of the terms set forth in the agreement will cause the penalty to revert to the initially proposed amount. ELI., The signed agreement and a check for the full amount of the reduced penalty (40% off the total of initially proposed penalties) must be delivered to the Area Office prior to the expiration of the 15- working day contest period. If mailed, the letter must be postmarked not later than the day that the 15- working day contest period ends. If you have any questions regarding the Expedited Informal Settlement Agreement, please contact me at (806) 472-7681, ext 224. Sincerely, RICHARD F. APIO Area Director Lubbock Area Office - OSHA RFT/pd r_,........... . U.S. Department of Labor Occupational Safety and Health Administration Lubbock Area Office 1205 Texas Avenue, Room 806 Lubbock, TX 79401 (806)472-7681 EXPEDITED INFORMAL SETTLEMENT AGREEMENT In the Matter of: Wright Constriction Company OSHA Inspection Number: 312386287 The undersigned Employer and the undersigned Occupational Safety and Health Administration (OSHA), in - settlement of the above reverenced Citation(s) and Notification(s) of Penalty which were issued on October 1 8, 2008, hereby agree as follows: 1. The Employer agrees to correct the violations as cited in the above referenced citation(s). 2. The Employer agrees to provide evidence of the actions taken to correct the cited violations. 3. Upon correction of all violations, the Employer agrees to provide written certification to the Area p Director that all of the violations have been corrected. The Employer agrees to post a copy of the written certification for a period of three days in the place the citations were posted as described in paragraph 7 of this Agreement. 4. OSHA agrees that the total penalty is amended to $1,890.00. Failure of the Employer to comply with the terms of this Agreement shall cause the penalty to revert to the initially proposed penalty of $3,150.00. 5. In consideration of the foregoing amendment(s) and/or modification(s) to the citation(s), the Employer hereby waives its right to contest said citation(s) pursuant to Section 10c of the Occupational Safety and Health Act of 1970. It is understood and agreed by the Occupational Safety and Health Administration and the Employer that the citation(s) as amended and/or modified by this Agreement shall be deemed a final order not subject to review by any court or Agency. 6. The employer agrees to immediately post a copy of this Settlement Agreement in the same manner and place as the Citation(s) (Citations are required by law to be posted in a prominent place at or near the location of the violation (s). Citations must remain posted until the violations cited have been corrected, or for three working days (excluding weekends and Federal Holidays), whichever is longer. L 7. Each party hereby agrees to bear its own fees and other expenses incurred by such party in connection with any stage of this proceeding. For the Employer 4MCHARD . TAT'IO Occupational Safety and Health Administration Lubbock Area Office Date Signed ,. Signed NOTICE TO EMPLOYEES The law gives you or your representative the opportunity to object to any abatement date set for a violation if you believe the date to be unreasonable. Any contest of the abatement dates of the citations referred to in paragraph I of this Settlement Agreement must be mailed to the U.S. Department of Labor Area Office at ?05 Texas Avenue, Room 806, Lubbock, TX 79401, within 15 working days (excluding weekends and ederal Holidays) of the receipt by the Employer of the original citations. ..� � ,, ,�^ r„w i .., . �� IMPORTANT INFORMATION ABOUT PENALTY REDUCTIONS UNDER EISA (EXPEDITED INFORMAL SETTLEMENT AGREEMENTS) WHAT IS EISA? It is a way to reduce OSHA penalties by 40%. This is a pilot program offered by this OSHA office to increase the efficiency of business and government; other local OSHA offices may or may not be currently participating in this pilot program. WILY IS THE OFFER BEING MARE TO ME? The recent inspection of your workplace uncovered no Repeated, Willful, or Failure -to -Abate violations of OSHA standards AND you are willing to correct the violations that were found no later than the dates shown on the citations. WHAT DO I HAVE TO DO? You have to agree to correct all the violations BY THE DATES shown on the citations AND provide evidence of the corrections. Submit the Corrective Action Verification Form (in the citation) to this office. STEP-BY-STEP, HOW WOULD I PROCEED? 1. Read and understand the Agreement. 2. If the terms are agreeable, sign the Agreement and return it to this office with a check for the reduced penalty amount. The agreement MUST be signed by you and POSTMARKED not later that the end of the 15 working day contest period. Correct the violation (Corrections MUST be made by the dates on the citations). 3. Send evidence of the corrections made (e.g., photographs, purchase orders, etc.). If you want, you can hold your evidence of corrections until everything has been corrected and then send it all out at once along with the Corrective Action Verification Form. 4. Fill out and sign the Corrective Action Verification Form, certifying that all of the violations have been corrected. Post one copy for your employees to see and send one copy to this OSHA office. WHAT IF I RUN INTO PROBLEMS AND CANNOT CORRECT ALL OF THE VIOLATIONS BY THE DATES ON THE CITATION? Contact this office as soon as you determine that you will not be able to correct the violations by the dates on the citations. If you can show a good reason for the delay, a new abatement date can be set. No Text SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended:,o_ debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: Wright Construction Co., Inc FEDERAL TAX ID or SOCIAL SECURITY No. Signature of Company ial: Printed name of company official signing Date 12-17-2009 n.-... .-.i, ..,.„y rm,.v.. rnn�mmwni��i AwsMxin •�. 9F�i� ••..� nmm � � ��� � � .. am wmw 1 �� �. ' .,t� � � ...k � .� ...:J ,',',I ' ',) r ..:..� :,i a.:I' ..'na a f 4uwp �, ... '�: .ww � ���.,.... ii�.� ., r........� .� ��: .' ...r '�4.�",��.. F" 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. .12. 13. 14. 15. 16. L I PROPOSED LIST OF SUB -CONTRACTORS Company Name and City 'TV 4.s. 0'.3 " y- curv% Minority Owned Yes or No No No THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO ='i� =-:1 =:'] L::17 POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing Manager Office Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due. FINAL LIST OF SUB -CONTRACTORS Page Intentionally Left Blank FINAL LIST OF SUB -CONTRACTORS 2. 3. 4. 5. 6. 7. 8. 9. 10. _ 11. 12. 13. 14. r ^j 15. 16. Company Name and City Minority Owned Yes or No C.E. K ?_esootc.ES Ci2T-r.. N O P-Yu-2ris LSG0srac. C�ia-tLx S iticl�� u ►/ STD .L� N �, �� y TY � N }� C G "D P. A- Wr 1, , Fi b � P �.� c � :. ' �h \j E I V K L v j 1 1�S THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO i v PAYMENT BOND Page Intentionally Left Blank Bond No. TXC 86303 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that Wright Construction Co., Inc. (hereinafter called the Principal(s), as Prinoipal(s), and Merchants Bonding Company (Mutual) P.O. Box 26720, Austin, TX 78755-0720 (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of ***************SEE BELOW******************** Dollars ($16,624,863.79 laivful money of the United States for the payment «-hereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. ****************Sixteen Million, Six Hundred Twenty Four Thousand, Eight Hundred Sixty Three Dollars and 701100**************** WHEREAS, the Principal has entered into a certain N,,Titten contract with the Obligee, dated the 28th day of January , 2010, to construct Transmission Pipeline to serve the Lake Allen Henry Water Supply Project and said Principal under the law is required before commencing the -work- provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay - all claimants supplying labor and material to him or a subcontractor in the prosecution of the xvork provided for in said contract, then, this obligation shall be void: othenvise to remain in fiill force and effect: PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it Nvere copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Sureh, (s) have signed and sealed this instrument this 11 th day of February 2010. Merchants Bonding Company (Mutual) Surety *Bv: v (Title) Dustin Parker, Attorney -In -Fact Box Insurance Agency 1200 S. Main Street, Suite 1600 Grapevine, TX 76051 Wright Construction Co., Inc. (Company Name) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereb} designates Cory Bentley* an agent resident in Lubbock County to AN-hom any requisite notices may be delivered and on whom sen ice of process may be had in matters arising out of such suretyship. *Upshaw Insurance Agency Merchants Bonding Company (Mutual) 8901 Highway 87, Suite 4 Lubbock, TX 79423 SiuetS Approved as to form: Cih' of 'b k 4, Bv: Cit - Attorney * By. \-4\ MtO Dustin Parker, Attorney -In -Fact Box Insurance Agency 1200 S. Main Street, Suite 1600 Grapevine, TX 76051 * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laivs shoeing that this person has authority to sign such obligation. If signed by an Attorney in Fact, ue must have copy of po"ver of attorney for our files. W 12 ! Paee Intentionally Left Blank Bond No. TXC 86303 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) Wright Construction Co., Inc. KNOW ALL MEN BY THESE PRESENTS, that A (hereinafter called the Principal(s), as Principal(s), and Merchants Bonding Company (Mutual) P.O.Box 26720, Austin, TX 78755-0720 (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of`****************SEE BELOW****************** Dollars ($16,624,863.79 lawfid money of the United States for the payment Nvhereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. *********Sixteen Million, Six Hundred Twenty Four Thousand, Eight Hundred Sixty Three Dollars and 70/100********************** WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 28th day of January 2010, to construct Transmission Pipeline to serve Lake Alan Henry Water Supply Project 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 faithfiilly perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void. othenvise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance ttith 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 11th day of February 2010. Merchants Bonding Company (Mutual) Suretv * By: (Title) ustin Parker, Attorney -In -Fact Box Insurance Agency 1200 S. Main Street, Suite 1600 Grapevine, TX 76051 Wright Construction Co., Inc. (Company Name) By: �Z-l11oIN c (Printed Name),i (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Cory Bentley* an agent resident in Lubbock Couuih! to whom any requisite notices may be delivered and on xvhom service of process may be had in matters arising out of such suret`!ship. *Upshaw Insurance Agency Merchants Bonding Company (Mutual) 8901 Highway 87, Suite 4 Surety Lubbock, TX 79423 (Title) Dustin Parker, Attorney -In -Fact Box Insurance Agency Approved as to Form 1200 S. Main Street, Suite 1600 Grapevine, TX 76051 Cite of k Bv: City Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws shoring that this person has authority to sign such obligation. If signed by an Attorney in Fact, iz-e must have copy of power of attorney for our files. 2 MERCHANTS t N AT I- N S BONDING COMPANY BONDING COMPANY POWER OF ATTORNEY Bond No. TXC 86303 KNOW ALL PERSONS BY THESE PRESENTS: That MERCHANTS BONDING COMPANY (MUTUAL) is a corporation duly organized under the laws of the State of Iowa, and that NATIONS BONDING COMPANY is a corporation duly organized under the laws of the State of Texas (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Clydene Johnson, Dustin Parker, Kathy Sells and/or Carolyn J. Scott of Grapevine and State of Texas their true and lawful Attomey-in-Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of. - TWENTY MILLION ($20,000,000.00) Dollars and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attomey-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attomey is made and executed pursuant to and by authority of the following bylaws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on November 16, 2002 and adopted by the Board of Directors of Nations Bonding Company on April 19, 2003. "The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 10th day of February , 2010. 0•• ' RP 0,9 .. • .°'. 2003 !a STATE OFIOWA ��•••'�• COUNTY OF POLK ss. ••Ott CU,ho. : y 1933 • j C1,. • MERCHANTS BONDING COMPANY (MUTUAL) NATIONS BONDING COMPANY President On this 10th day of February , 2010, before me appeared Larry Taylor, to me personally known, who being by me duly swom did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY; and that the seals affixed to the foregoing instrument are the corporate seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. CINDY SMYTH Commission Number 173604 My Commission Expires VV STATE OF IOWA March 16, 2012 Notary Public, Polk County, Iowa COUNTY OF POLK ss. I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY, do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 11th day of February , 2010 •'. 0. � qC� -o- O� • Z: o. '.2003 • b • •�O�NG •CphA• • 0 ' o P q• • y • y 1933 • J .may• Secretary T NBC 0103 (1/09) 'l 0 MERCHANTS NATION S BONDING COMPANY BONDING COMPANY POWER OF ATTORNEY Bond No. TXC 86303 KNOW ALL PERSONS BY THESE PRESENTS: That MERCHANTS BONDING COMPANY (MUTUAL) is a corporation duly organized under the laws of the State of Iowa, and that NATIONS BONDING COMPANY is a corporation duly organized under the laws of the State of Texas (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Clydene Johnson, Dustin Parker, Kathy Sells and/or Carolyn J. Scott of Grapevine and State of Texas their true and lawful Attorney -in -Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: TWENTY MILLION ($20,000,000.00) Dollars and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of -Attorney is made and executed pursuant to and by authority of the following bylaws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on November 16, 2002 and adopted by the Board of Directors of Nations Bonding Company on April 19, 2003. "The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 1 Oth day of February , 2010. ,.0.. D f. 0,.• • 2003 a •,,fib. ,a,: STATE OF IOWA • •' ' COUNTY OF POLK ss. MERCHANTS BONDING COMPANY (MUTUAL) NATIONS BONDING COMPANY By President On this 10th day of February , 2010, before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY; and that the seals affixed to the foregoing instrument are the corporate seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seat at the City of Des Moines, Iowa, the day and year first above written. +w CINDY SMYTH CN'�GGd c Commission Number 173504 /( My Commission Expires STATE OF IOWA V March 16, 201Y Notary Public, Polk County, Iowa COUNTY OF POLK ss. I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY, do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 11th day of February , 2010 • 1A D 1 •� 'RP09'• .• CO) v� gr,.C1 Z 0. 2003 b ,a . NBC 0103 (1/09) co PQy9�gy�. a' 1933 Secretary 0 m IMPORTANT NOTICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent You may call Merchants Bonding Company's toll -free telephone number for information or to make a complaint at: 1-800-678-8171 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 at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent 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. SUP 0032 TX (7/07) CERTIFICATE OF INSURANCE Page Intentionally Left Blank CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LMBILITY Commercial General liability General Aggregate $ Claims Made Products-Comp/Op AGG $ Occurrence Personal & Adv. Injury $ Owner's & Contractors Protective Each Occurrence $ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY Any Auto Combined Single Limit $ All Owned Autos Bodily Injury (Per Person) $ Scheduled Autos Bodily Injury (Per Accident) $ Hired Autos Property Damage $ Non -Owned Autos GARAGE LIABILPPY Any Auto Auto Only - Each Accident $ Other than Auto Only: Each Accident $ Aggregate $ BUILDER SRISK 100% of the Total Contract Price $ INSTALLATIONFLOATER $ EXCESS LLIBILITY Umbrella Form Each Occurrence $ Aggregate $ Other Than Umbrella Form $ WORKERS COMPENSA770NAND EMPLOYERS' LIABILITY The Proprietor/ Included Statutory Limits Partners/Executive Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ O=R The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less - than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK Lo Title: THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AND THE ENGINEERS (PARIMLL, SMITH AND COOPER, FREESE AND NICHOLS, INC, BLACK AND VEATCH, GL INDUSTRIES, CORROSION CONTROL TECHNOLOGIES, AND KLEINFELDER) AS PRIMARY ADDITIONAL INSUREDS AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, AND THE ADDITIONAL INSUREDS IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AND THE ENGINEERS (PARKHII.L, SMITH AND COOPER, FREESE AND NICHOLS, INC, BLACK AND VEATCH, GL INDUSTRIES, CORROSION CONTROL TECHNOLOGIES, AND KLEINFELDER) AS PRIMARY ADDITIONAL INSUREDS AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, AND THE ADDITIONAL INSUREDS IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; 03) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (ID contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. Page Intentionally Left Blank CONTRACT Page Intentionally Left Blank CONTRACT #9311 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 2 day of 2016 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and We-z -r C.,gia+aor .►of the City of Crt t�rQGys N County of T--� LL A w T and the State of Ts Ps, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith '(if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: PROPOSAL # 10-025-MA - Lake Alan Henry Water Supply Project, Transmission Pipeline — Contract A and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. C wsTmarzo,a's proposal dated Qgc- ) 7 , 200is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: CITY OF LUBBOCK, TEXAS (OWNER): vJCO,- >7itit 3 xbN ra. �.,�t . By: ` MAYOR By. ATTEST: PRINTED N L= rn �., G W c,x 4 �•-r TITLE: P .: s n a w T City Sedbtary Company W1t.�Cc. Address ca v I W. City, State, Zip (s g.,a,o ;ys ,a [I . 1 x, ? (e o s i ATTEST: Corporate Se6etary t APP 5� AS FORM: City Attorney l e Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT Pay,e Intentionally Left Blank 2. 3. 4. 5. GENERAL CONDITIONS OF THE AGREEMENT Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit Successful Offeror M1+ (o -r rot-ayi c-rzo,o who has agreed to perform the work embraced in this contract, or their legal representative. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative Freese and Nichols, Inc., so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or Resident Project Representatives as may be authorized by said Owner to act in any particular way under this agreement. Engineers, supervisors or Resident Project Representatives will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCON'IRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. The pipeline must be backfilled, tested, final grading performed for substantial completion. 10. LAYOUT, Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to 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 1 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 Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 2 1, 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION i It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the t__ work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The d'! Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days _ . make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision .� by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the . terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all c 18. 19 20 21 modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. I" Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. ft�MM0 IXGTIi�il��:i:��17.y The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to 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. 4 If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance ._, with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work,- then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. _� _� M_:: . • M. 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, t alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or 5 Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made � available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than seven (7) calendar days prior to the opening of proposals. In the absence of a requested clarification for a conflict in the documents prior to ro osals P P being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND TIE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 27. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AND ENGINEERS (PARKHILL, SMITH AND COOPER, FREESE AND NICHOLS, INC, BLACK AND VEATCH, GL INDUSTRIES, CORROSION CONTROL TECHNOLOGIES, AND KLEINFELDER) AS A -- PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AND ADDITIONAL INSURED AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORESEMENT SHALL INCLUDE PRODUCTS AND COMPLETED OPERATIONS. A. Ca 0 E. Commercial General Liability Insurance (Primary Additional Insured (to include products and complete operation) and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $2,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury Heavy Equipment and Endorsement Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. Builder's Risk Insurance/Installation Floater Insurance. The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $3,000,000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverage's. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 9 F. (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. 10 (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: 11 REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 ( - Jdi.state.tcus) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage;" and (h) contractually require each person with whom it contracts to provide services on a project, to: PI (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; kII (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties,_= civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown _J on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 12 (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or 13 33. subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the obj ects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $4 000 Four Thousand Dollars PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall fail to meet the time requirements stipulated for substantially completing the work. If the Contractor should neglect, fail, or refuse to Finally complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $2 500 Two Thousand Five Hundred Dollars PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall fail to meet the time requirements stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages c° the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 14 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposal; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. ` The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete.the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in =- securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. OUANTTTIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are _ expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and 15 39 M 41. 42. agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities note exceed 15% of the estimated quantity. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work fiumish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and Rather, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. 16 Payment for materials on hand and delivered to the project site will be limited to 90 percent of the material E invoice price until actually incorporated into the project. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion; Owner shall pay to the Contractor on or before the 31st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WffHHELD ._ The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: 17 47. 48 (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert - any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, 18 machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided _s in paragraph 34, hereinabove set forth. 19 49. 50. 51. W 53. 54. 55. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. :� The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. U 216N I 1 • 0 Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. HAZARDOUS SUBSTANCES AND ASBESTOS ` Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, It Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same LJ may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the 20 Project; or u be brought upon, placed, or located b an on the Project site or an other roe of the j � (��) � P � Y Y P�Y� J � Y property rt3' City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 21 Page Intentionally Left Blank DAVIS-BACON WAGE DETERMINATIONS Page Intentionally Left Blank GENERAL DECISION: TX2008015I 06/05/2009 TXI61 kJ Date: June 5, 2009 General Decision Number: TX20000151 06/05/2009 U | State: Texas Construction Type: Heavy V� Counties: Bailey, Baylor, Cochran, Cottle, Dickens, Floyd, Foard, Garza, Hale, Gardeman, Haskell, Hookloy, Jack, Kent, -, King, Knox, Lamb, Lyon, Motley, Stonewall, Terry, Wilbarger, Yoakum and Young Counties in Texas. y/ HEAVY CONSTRUCTION PROJECTS V | Modification Number Publication Date u� �O 06/05/2008 �] SOTX2009-I24 04/21/2009 Rates Fringes H CEMENT MASON/CONCRETE FI0Z58D8..0 13.00 O-OU LABORER: Cnounnu or General ''''''$ 9.99 0'18 IJ�BO��8� Pipelayec . 10 �5 O DO �J ^`'^`''''' '''- ` ' OPERATOR: Baokboe/Tcaokbom,.''''$ I3'86 0.00 1-, OPERATOR: Bulldozer ............. $ 14'25 0.00 ^ OPERATOR: Front End Loader .''.''$ 1I'52 0.80 TRUCK DRIVER ..................... $ 10.80 0.26 ________________________________________________________________ / WELDERS - Receive rat* prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as ` provided in the labor standards contract clauses (29 CFR 5-5(a)(1)(ii))' ________________________________________________________________ -- [� Iu the listing above, the "SO" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be pravailing- l� ---------------------------------------------------------------- �| WAGE DETERMINATION APPEALS PROCESS �� 1.) Has there been an initial decision in he matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and ,'lour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal Process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the Interested party's position and by any information (wage payment data, Project description, area practice material, etc.) that the requestor Considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by rhe.Ac-Lministrative Review Board are final. END OF GENERAL DECISION No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text 01005 DEFINITIONS AND TERMINOLOGY 1.00 GENERAL 1.01 SPECIFICATION TERMINOLOGY A. "Engineer" or "Architect" means Freese and Nichols, Inc., Architects and Engineers, 4055 International Plaza, Ste. 200, Fort Worth, Texas 76109-4895, or its designated representative. B. "Furnish" means to supply, deliver and unload materials and equipment at the project site ready to install. C. "Install" means the operations at the project site including unpacking, assembly, erection, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning, training and similar operations required to prepare the materials and equipment for use, verify conformance with Contract Documents and prepare for acceptance and operation by the Owner. D. "Provide" means to furnish and install materials and equipment. E. "Perform" means to complete the operations necessary to comply with the Contract Documents. F. "Indicated" means graphic representations, notes, or schedules on drawings, or other requirements in Contract Documents. Words such as "shown", "noted", "scheduled", are used to help locate the reference. No limitation on the location is intended unless specifically noted. G. "Specified" means written representations in the bid documents or the technical specifications. H. "Regulation" means laws, statutes, ordinances, and lawful orders issued by authorities having jurisdiction, as well as, rules, conventions, and agreements within the construction industry that control performance of work, whether they are lawfully imposed by authorities having jurisdiction or not. I. "Installer" means an entity engaged by Contractor, either as an employee, subcontractor, or sub -subcontractor to install materials and/or equipment. Installers are to have successfully completed a minimum of five projects similar in size and scope to this project, have a minimum of five years of experience in the installation of similar materials and equipment, and comply with the requirements of the authority having jurisdiction. J. "Manufacturer" means an entity engaged by Contractor, as a subcontractor, or sub -subcontractor to furnish materials and/or equipment. Manufacturers are to have a minimum of five years experience in the manufacture of materials and equipment similar in size, capacity and scope to the specified materials and equipment. K. "Project site" means the space available to perform the work, either exclusively or in conjunction with others performing construction at the project site. L. "Testing laboratory" means an independent entity engaged to perform specific inspections or tests, either at the project site or elsewhere, and to only report the results of those inspections or tests. Definitions and Terminology 01005-1 PSCO8325B - Lake Alan Henry Pipeline — Contract A M. "Listed" means equipment is included in a list published by a nationally recognized laboratory which makes periodic inspection of production of such equipment and states that such equipment meets nationally recognized standards or has been tested and found safe for use in a specified manner. N. "Labeled" means equipment that embodies a valid label, symbol, or other identifying mark of a nationally recognized testing laboratory such as Underwriters Laboratories, Inc., and production is periodically inspected in accordance with nationally recognized standards or tests to determine safe use in a specified manner. O. "Certified" used in context with materials and equipment means the material and equipment has been tested and found by a nationally recognized testing laboratory to meet specification requirements, or nationally recognized standards if requirements are not specified, and is safe for use in the specified manner. Production of the equipment must be periodically inspected by a nationally recognized testing laboratory and the equipment must bear a label, tag, or other record of certification. "Certified" used in context with labor performance or ability to install materials and equipment means that the abilities of the proposed installer have been tested by an representative of the specified testing agency authorized to issue certificates of competency and has met the prescribed standards for certification. "Certified" used in context with test reports, payment requests or other statements of fact means that the statements made on the document are a true statement as attested to by the certifying entity. 1.02 SPECIFICATION SENTENCE STRUCTURE A. Specifications are written in modified brief style. Requirements apply to all work of the same kind, class, and type even though the word "all" is not stated. B. Simple imperative sentence structure is used which places a verb as the first word in the sentence. It is understood that the words "furnish", "install", "provide", or similar words include the meaning of the phrase 'The Contractor shall..." before these words. C. It is understood that the words "directed", "designated", "requested", "authorized", "approved", "selected", or similar words include the meaning of the phrase "by the Engineer" after these words unless otherwise stated. Use of these words does not extend the Engineer's responsibility for construction supervision or responsibilities beyond those defined in the General Conditions. D. "At no additional cost to Owner", "With no extra compensation to Contractor", "At Contractor's own expense", or similar words mean that the Contractor will perform or provide specified operation of work without any increase in the Contract Amount. It is understood that the cost for performing all work is included in the amount bid and will be performed at no additional cost to the Owner unless specifically stated otherwise. 1.03 DOCUMENT ORGANIZATION A. The contract requirements described in the General Conditions, Supplementary Conditions and Division 1 apply to each and all specification sections unless specifically noted otherwise. B. Organization of Contract Documents is not intended to control or to lessen the responsibility of the Contractor when dividing work among subcontractors, or to establish the extent of work to be performed by any trade, subcontractor or vendor. Specifications or details do not need to be indicated or specified in each specification or drawing. Items shown in the contract documents are applicable regardless of location in the Contract Documents. Definitions and Terminology 01005-2 PSC08326B - Lake Alan Henry Pipeline — Contract A - C. Standard paragraph titles and other identifications of subject matter in the specifications are intended to aid in locating and recognizing various requirements of the specifications. Titles do not define, limit, or otherwise restrict specification text. D. Capitalizing words in the text does not mean that these words convey special or unique meanings or have precedence over other parts of the Contract Documents. Specification text governs over titling and it is understood that the specification is to be interpreted as a whole. E. Drawings and specifications do not indicate or describe all of the work required to complete the project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Engineer. Provide any work, materials or equipment required for a complete and functional system even if they are not detailed or specified. 1.04 INTERPRETATIONS OF DOCUMENTS A. Comply with the most stringent requirements where compliance with two (2) or more standards is specified, and they establish different or conflicting requirements for minimum quantities or quality levels, unless Contract Documents indicate otherwise. 1. Quantity or quality level shown or indicated shall be minimum to be provided or performed in every instance. 2.. Actual installation may comply exactly with minimum quality indicated, or it may exceed that minimum within reasonable limits. 3. In complying with these requirements, indicated numeric values are minimum or maximum values, as noted, or appropriate for context of requirements. 4. Refer instances of uncertainty to the Engineer for a decision before proceeding. B. Provide materials and equipment comparable in quality to similar materials and equipment incorporated in the project or as required to meet the minimum requirements of the application if the materials and equipment are shown in the drawings but are not included in the specifications. 1.05 REFERENCE STANDARDS A. Comply with applicable construction industry standards as if bound or copied directly into the Contract Documents regardless of lack of reference in the Contract Documents. Apply provisions of the Contract Documents where Contract Documents include more stringent requirements than the referenced standards. 1. Standards referenced directly in the Contract Documents take precedence over standards that are not referenced but recognized in the construction industry as applicable. 2. Comply with standards not referenced but recognized in the construction industry as applicable for performance of the work except as otherwise limited by the Contract Documents. The Engineer determines whether code or standard is applicable, or which of several are applicable. B. Consider a referenced standard to be the latest edition with supplements or amendments when a standard is referred to in an individual specification section but is not listed by title and date. C. Trade association names and title of general standards are frequently abbreviated. Acronyms or abbreviations used in the Contract Documents mean the recognized name of trade association, standards generating organization, authority- having jurisdiction, or other entity applicable in the context of the Contract Documents. Refer to "Encyclopedia of Associations," published by Gale Research Company. D. Make copies of reference standards available as requested by Engineer or Owner. Definitions and Terminology 01005-3 PSC08325B - Lake Alan Henry Pipeline — Contract A 1.06 SUBSTITUTIONS AND EQUAL PRODUCTS Provide materials and equipment manufactured by the entities specifically listed in each technical specification section. Submit a Contractor's Modification Request per Section 01300, SUBMITTALS for substitution of materials and equipment of manufacturers not specifically listed or for materials and equipment that does not strictly comply with the Contract Documents. END OF SECTION Definitions and Terminology 01005-4 PSCO8325B - Lake Alan Henry Pipeline — Contract A 01010 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the project completely operable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete project. 3. Provide the civil, architectural, structural, mechanical, electrical, instrumentation and all other work required for a complete and operable project. 4. Test and place the completed project in operation. 5. Provide the special tools, spare parts, lubricants, supplies, or other materials as required. 6. Drawings and specifications do not indicate or describe all of the work required to complete the project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Engineer. 1.02 JOB CONDITIONS A. The General Conditions, the Supplementary Conditions, and Division One specifications apply to each specification sections. B. Comply with all applicable state and local codes and regulations pertaining to the nature and character of the work being performed. 1.03 DESCRIPTION OF WORK A. Work is described in general, non -inclusive terms as: 1. The project includes the installation of the Lake Alan Henry Water Supply Project — 42 inch Pipeline. 1.04 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this contract, but may impact construction scheduling, testing, and start up: 1. The owner will release other construction contracts for the Lake Alan Henry Water Supply Project while this contract is in progress. Cooperate with other contractors as required with regard to scheduling, storage of materials, coordination, use of land, tie-ins, site restoration, and job site harmony. Report any potential conflicts between this work and other contracts immediately to the owner. Other contracts for the project may include but are not limited to: a. Raw Water Pump Stations and Ground Storage Tanks b. Water Treatment Plant c. Electrical Substations and Transmission Power Lines In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his bid on the most expensive listing. B. Completion of the work described in this contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the Engineer. 2. Pay claims for damages which result from the late completion of the projector any specified milestones. _a Summary of Work 01010-1 PSCO8325B - Lake Alan Henry Pipeline — Contract A 1.05 WORK BY OWNER A. The Owner plans to perform the following items of work (which may include SCADA installation and programming) which are not included in this contract, but may impact construction scheduling, testing, and start up: 1. Lake Alan Henry Pump Station 2. Post Booster Pump Station and Ground Storage Tank 3. Transmission Power Lines and Substations B. Completion of the work described in this contract may impact the Construction and testing of the items listed above. 1. Coordinate construction activities through the Engineer. 2. Pay claims for damages which result from the late completion of the project or any specified milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.06 CONSTRUCTION OF UTILITIES A. Utility Companies or their contractors will provide new or enhanced utilities for this project. Coordinate with others performing work connected to this project. B. Power and Electrical Services 1. Owner will provide permanent power connections for the project site through the power utility. 2. Cost for providing permanent power will be paid for by the Owner: 3. Contractor is required to coordinate and cooperate with others performing this work. 4. Provide conduit, conductors, pull boxes, manholes, and other appurtenances for the installation of power cable between the transformer and the 200 foot boundary of the rectifier site and between the transformer and the main power switch. 5. Test conductors in accordance with Section 01400, QUALITY CONTROL, and coordinate with the power company to energize the system when ready. 6. Pay for temporary power, including but not limited to construction cost, meter connection, fees and permits. 7. When permanent power is available at the site, the Contractor may use this power source in lieu of temporary power source he has been using. d. Notify Engineer and Owner of intent to use the permanent power source. e. Arrange with the Power Utility and pay the charges for connections and monthly charges for use of this power. 8. Pay for the power consumed until the project has been accepted as substantially complete. 1.07 OCCUPANCY A. As soon as any portion of the structure and equipment are ready for use, the Owner shall have the right to operate the portion upon written notice to the Contractor. B. Testing of equipment and appurtenances including specified test periods, training, and start-up does not constitute acceptance for operation. C. Owner may accept the facility for continued use after start-up and testing at the option of the Owner. If acceptance is delayed at the option of the Owner, shut down facilities per approved Operation and Maintenance procedures. D. The execution of bonds is understood to indicate the consent of the surety. Summary of Work 01010-2 PSC08325B - Lake Alan Henry Pipeline — Contract A E. Provide an endorsement from the Insurance Carrier permitting occupancy of the structures and use of equipment during the remaining period of construction. F. Conduct operations to insure the least inconvenience to the Owner and general public. 1.08 CONTRACTOR'S USE OF PROJECT SITE A. Limit the use of project site for work and storage to the areas approved by the Owner. B. Coordinate the use of the premises with the Engineer. C. Assume full responsibility for the protection and safekeeping of products stored at the site. D. Store products to allow owner access for maintenance and operations. E. Obtain and pay for the use of any additional storage or work areas needed for construction. F. Any damage to existing facilities, including contamination, caused by the Contractor's personnel, visitors, materials, or equipment, shall be repaired or corrected at the Contractor's expense. G. No alcoholic beverages or illegal substances shall be permitted on the site at anytime. H. No concealed or illegal weapons shall be permitted on the site at any time. 2.00 PRODUCTS 2.01 MATERIALS Provide materials and products per the individual sections of the specifications. END OF SECTION Summary of Work 01010-3 PSCO8325B - Lake Alan Henry Pipeline — Contract A [ `1 01030 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Perform the work as required to complete the entire project within the contract time and in the sequence stipulated below: 1. Work shall begin at Station 0+00 and proceed westward B. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the work. C. Perform the work not specifically described in this Section as required to complete the entire project within the contract time. 1.02 SHUT DOWNS AND PLANS OF ACTION D. Shut -downs of operations or equipment must be planned and scheduled. 1. Submit a written plan of action for approval for shutting down essential services. These include: a. Tie -In to Lake Alan Henry Pump Station b. Tie -In to Post Pump Station c. Disposal of Water 2. Describe the following in the Plan of Action: a. Construction necessary b. Utilities, piping, or services affected c. Length of time the service or utility will be disturbed d. Procedures to be used to carry out the work e. Plan of Action to handle emergencies f. Contingency plan that will be used if the original schedule cannot be met 3. Tie-ins to existing pipelines may require disposal of water in pipelines where isolation valves are not available. The Contractor shall be responsible for determining a plan of action to dispose of water and make the tie-in. Others will refill the pipeline, if necessary. 4. Plan must be received by the Owner two (2) weeks prior to beginning the work. E. The Owner has identified "Critical Operations" that must not be out of service longer than the designated maximum out of service time and/or must be performed only during the designated times. 1. Work affecting "Critical Operations" is to be performed on a 24-hour a day basis until operations have been restored. 2. Provide additional work force and equipment as required to complete the work affecting "Critical Operations" within the allotted time. 3. Include the cost for work affecting "Critical Operations" in the contract proposal. 4. Designated Critical Operations are: 5. Liquidated damages will be assessed if work on "Critical Operations" is not completed within the time indicated. a. These items are critical to the overall operation. b. Loss of pump station operations can subject the Owner to loss of revenue, additional operations cost, and fines from regulatory agencies. c. Liquidated damages have been established for each critical operation: Special Procedures 01030-1 PSCO8325B - Lake Alan Henry Pipeline — Contract A r 1.03 SPECIAL REQUIREMENTS Included in the Appendix is the requirements for the Nationwide 12 Permit. The project is authorized under Nationwide Permit 12 for utility line discharges and Nationwide Permit No. 14 for road crossings. These permits and accompanying requirements are included and made a part of the requirements for this project. It is the Contractor's responsibility to meet these requirements. 1.04 DISPOSAL OF EXCESS EXCAVATED MATERIAL The Contractor is responsible for properly disposing of all excess excavated material in accordance with all federal, state and local laws, ordinances, statutes, etc. Where indicated on the plans, excess material may be disposed on the site. END OF SECTION Special Procedures 01030-2 PIRMR225B - l_aka Alan Flpnry Pinalinp — Contract A 01040 PROJECT ADMINISTRATION 1.00 GENERAL 1.01 WORK INCLUDED Administer contract requirements to construct the project. Provide documentation per the requirements of this Section. Provide information as requested by the Engineer or Owner concerning this project. 1.02 SUBMITTALS Submittals shall be in accordance with Section 01300, SUBMITTALS. 1.03 COMMUNICATION DURING THE PROJECT A. The Engineer is to be the first point of contact for all parties on matters concerning this project. B. The Engineer will coordinate correspondence concerning: 1. Submittals, including requests for payment 2. Clarification and interpretation of the Contract Documents 3. Contract modifications 4. Observation of work and testing 5. Claims C. The Engineer will normally communicate only with the Contractor. Any required communication with suppliers or subcontractors will only be with the direct involvement of the Contractor. D. Written communications are to be directed to the Engineer at the address indicated at the Pre -construction Conference. Communications should include as a minimum: 1. Name of the Owner 2. Project name 3. Contract title 4. Project number 5. Date 6. A reference statement E. Submit communications on the forms referenced in this Section or in Section 01300, SUBMITTALS. 1.04 PROJECT MEETINGS A. Pre -construction Conference 1. Attend a pre -construction meeting. 2. The location of the conference will be determined by the Engineer. 3. The time of the meeting will be determined by the Engineer but will be after the Notice of Award is issued and not later than fifteen (15) days after the Notice to Proceed is issued. 4. The Owner, Engineer, representative of utility companies, the Contractor's project manager and superintendent, and representatives from major subcontractors and suppliers must attend the meeting. 5. Contractor should provide and be prepared to discuss: a) Preliminary construction schedule per Section 01310, PROGRESS SCHEDULE. b) Preliminary Submittal Schedule per Section 01300. �3 Project Administration 01040-1 PSC08325B - Lake Alan Henry Pipeline — Contract A c) Schedule of values and anticipated schedule of payments per Section 01130, MEASUREMENT AND PAYMENT. d) List of Suppliers and Subcontractors. e) Contractor's organizational chart as it relates to this project. f) Letter indicating the agents of authority for the Contractor and the limit of that authority with respect to the execution of legal documents, contract modifications and payment requests. B. Progress Meetings 1. Attend meetings with the Engineer and Owner. a) Meet on a monthly basis or as requested by the Engineer to discuss the project. b) Meet at the project site or other location as designated by the Engineer. c) Contractor's superintendent, project manager, and other key personnel are to attend the meeting. Other individuals may be requested to attend to discuss specific matters. 2. Provide information as requested by the Engineer or Owner concerning this project. a) Prepare to discuss: 1) Status of overall project schedule. 2) Contractor's detailed schedule for the next month. 3) Anticipated delivery dates for equipment. 4) Coordination with the Owner. 5) Status of submittals. 6) Information or clarification of the Contract Documents. 7) Claims and proposed modifications to the contract. 8) Field observations, problems, or conflicts. 9) Maintenance of quality standards. b) Notify the Engineer of any specific items to be discussed a minimum of one (1) week prior to the meeting. 3. Review minutes of meetings and notify the Engineer of any discrepancies within ten (10) days of the date of the memorandum. a) Following that date, the minutes will stand as shown or as corrected. b) Corrections will be reflected in the minutes of the following meeting. c) Each issue is to be numbered to indicate the meeting number and the issue number. Issues discussed will be documented and old issues will remain on minutes of subsequent meetings until the issue is resolved. C. Pre -submittal and Pre -installation Meetings 1. Attend pre -submittal and pre -installation meetings as required in the individual technical specifications or as determined necessary by the Engineer (for example, instrumentation, roofing, concrete mix design, etc.). 2. The location of the meeting will be determined by the Engineer. 3. The time of the meeting will be determined by the Contractor when ready to proceed with the associated work, subject to submission of an NBC and acceptance by the Engineer and Owner of the proposed time. 4. The Owner, Engineer, the Contractor's project manager and superintendent, and representatives from affected subcontractors and suppliers shall attend the meeting. 1.05 REQUESTS FOR INFORMATION A. Submit Request for Information (RFI) to the Engineer to obtain additional information or clarification of the Contract Documents. 1. Submit a separate RFI for each item on the form shown in Section 01800, FORMS. 2. Attach adequate information to permit a written response without further clarification. Engineer will return requests that do not have adequate information to the Contractor for Project Administration 01040-2 PSC08325B - Lake Alan Henry Pioeline — Contract A additional information. Contractor is responsible for all delays resulting from multiple submittals due to inadequate information. 3. A response will be made when adequate information is provided. Response will be made on the RFI form or in attached information. B. Response to an RFI is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. C. If the RFI indicates that a contract modification is required, the Engineer will initiate a Proposed Contract Modification (PCM) per Paragraph 1.07. 1.06 NOTIFICATION BY CONTRACTOR A. Notify the Engineer of: 1. Need for testing. 2. Intent to work outside regular working hours. 3. Request to shut down facilities or utilities. 4. Proposed utility connections. 5. Required observation by Engineer or inspection agencies prior to covering work. 6. Training. B. Provide notification a minimum of two (2) weeks in advance in order to allow Owner and Engineer time to respond appropriately to the notification. C. Use "Notification By Contractor" form shown in Section 01800, FORMS. 1.07 REQUESTS FOR MODIFICATIONS A. Submit a request to the Engineer for any change in the Contract Documents, Claim for additional compensation, or approval of any deviations from the Contract Documents. 1. Use the "Contractor's Modification Request" (CMR) form shown in Section 01800, FORMS. 2. Assign a number to the CMR when issued. 3. Include with the CMR: a) A complete description of the proposed modification. b) The reason the modification is requested. c) A detailed breakdown of the cost of the change (necessary only if the modification requires a change in contract amount). The itemized breakdown is to include: 1) list of materials and equipment to be installed, 2) manhours for labor by classification, 3) equipment used in construction, 4) consumable supplies, fuels, and materials, 5) royalties and patent fees, 6) bonds and insurance, 7) overhead and profit, 8) field office costs, 9) home office cost, 10) and other items of cost. F d) A revised schedule indicating the effect on the critical path for the project and a statement of the number of days the project may be delayed by the modification. 4. Submit a CMR to the Engineer in order to request a field change. 5. A CMR is required for all substitutions or deviations from the Contract Documents. 6. Engineer will evaluate the request for a contract modification. Project Administration 01040-3 PSC08325B - Lake Alan Henry Pipeline — Contract A B. Owner will initiate changes through the Engineer. 1. Engineer will prepare a description of proposed modifications to the Contract Documents. 2. Engineer will use the "Proposed Contract Modification" form shown in Section 01800, FORMS. Engineer will assign a number to the PCM when issued. 3. Return request with a proposal to incorporate the requested change. Include a breakdown of costs into materials and labor in sufficient detail to allow evaluation by the Engineer. C. If a contract modification is required, the Engineer will issue a Field Order per Article 9 of the General Conditions or a Change Order per Articles 10, 11, and 12 of the General Conditions. 1. Modifications to the contract can only be made by a Field Order or a Change Order. 2. Changes in the project will be documented by Field Order or by a Change Order. 3. Field Orders may be issued by the Engineer for contract modifications that do not change the contract amount or contract time. 4. Any modifications that require a change in contract amount or contract time can only be approved by Change Order. a) CMR's and proposals issued by the Contractor in response to a PCM will be evaluated by the Engineer. b) If a change order is recommended, the Engineer will prepare the change order. c) The Change Order will be sent to the Contractor for execution with a copy to the Owner recommending approval. d) Change Orders can only be approved by the Owner. 1) Work performed on the proposed contract modifications prior to the approval of the Change Order will be performed at the Contractor's risk. 2) No payment will be made for work on Change Orders until approved by the Owner. D. The Contractor may be informed that the proposed modification is not approved and construction is to proceed in accordance with the Contract Documents. 1.08 RECORD DRAWINGS A. Maintain at the site one (1) complete record copy of: 1. Drawings 2. Specifications 3. Addenda 4. Contract modifications 5. Approved shop drawings and record data 6. One (1) set of construction photographs 7. Test records 8. Clarifications and other information provided in RFI responses 9. Reference Standards B. Store documents and samples in the Contractor's field office. 1. Documents are to remain separated from documents used for construction. Do not use these documents for construction. 2. Provide files and racks for the storage of documents. 3. Provide a secure storage space for the storage of samples. 4. Maintain documents in clean, dry, legible conditions, and in good order. 5. Make documents and samples available at all times for inspection by the Engineer and Owner. C. MARKING DRAWINGS 1. Label each document as "Project Record" in large printed letters. 2. Record information as construction is being performed. a) Do not conceal any work until the required information is recorded. Project Administration 01040-4 PSCO8325B - Lake Alan Henry Pipeline — Contract A b) Mark drawings to record actual construction, including the following: 1) Depths of various elements of the foundation in relation to finished first floor datum or the top of walls. 2) Horizontal and vertical locations of underground utilities and appurtenances constructed and existing utilities encountered during construction. 3) Location of internal utilities and appurtenances concealed in the construction. Make reference to permanent structure on the surface. Include the following equipment: - Piping - Ductwork - Equipment and control devices requiring periodic maintenance or repair - Valves, unions, traps, and tanks - Services entrance - Feeders - Outlets - Changes of dimension and detail - Changes made by Field Order and Change Order - Details not on the original Contract Drawings. Include field verified dimensions and clarifications, interpretations, and additional information issued in response to RFI's. c) Mark specifications and addenda to identify products provided. 1) Record manufacturer name, trade name, catalog number, and each supplier (with address and phone number) of each product and item of equipment actually installed. 2) Record changes made by Field Order and Change Order. d) Mark additional work or information in erasable pencil. 1) Use red for new or revised indication. 2) Use purple for work deleted or not installed (lines to be removed). 3) Highlight in yellow the items constructed per the plans. e) Submit record documents to Engineer for review and acceptance 30 days prior to final completion of the project. 1) Provide one (1) set of marked up drawings. 2) Provide six (6) sets of specifications. f) Partial Payment Requests will not be recommended for payment if record documents are found to be incomplete or not in order. Final payment will not be recommended without record documents. END OF SECTION Project Administration PSC08325B - Lake Alan Henry Pipeline — Contract A 01040-5 01041 JOB MANAGEMENT 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish equipment, manpower, products, and other items necessary to complete the project with an acceptable standard of quality and within the contract time. Construct project in accordance with current safety practices. B. Manage project site to allow access to site and control construction operations. C. Provide labor, materials, equipment and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the job site, including the removal of temporary facilities when no longer needed. D. Construct temporary impounding works, channels, diversions, furnishing and operation of pumps, installing piping and fittings, and other construction for control of conditions at the site. Remove temporary controls at the end of the project. 1.02 QUALITY ASSURANCE A. Notify the Engineer per Section 01040, PROJECT ADMINISTRATION. B. Employ competent workmen, skilled in the occupation for which they are employed. Provide only first quality workmanship. Engineer and Owner shall determine if the quality of work is acceptable. C. A defective product is any product that has been found not to be in compliance with the Contract Documents or is damaged prior to final completion. Defective products shall be removed from the site immediately. D. Defective products may remain at the site if arrangements have been made to allow repair of the product at the site. Clearly mark the product as "defective" until removed or allowable repairs have been completed. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01300, SUBMITTALS, and shall include: 1. Copies of Manufacturer's printed storage instructions prior to delivery of the products and installation instructions prior to beginning the work. Maintain one copy at the job site until completion of the project. 2. Two (2) copies of all reports prepared concerning accidents, injury, or death on the Project site to the Engineer as Record Data. 3. Incorporate field notes, sketches, recordings, and computations made by the Contractor in Record Drawings. 1.04 CLEANING DURING CONSTRUCTION A. When structures have been made weather -tight, keep buildings in a broom clean state at all times. Continue cleaning on a regular basis until the structure is ready for acceptance. B. Control dust from waste materials. a Job Management 01041-1 PSCO8325B - Lake Alan Henry Pipeline — Contract A C. Provide positive methods to minimize raising dust from construction operations and provide positive means to prevent air -borne dust from disbursing into the atmosphere. D. Control dust and dirt from demolition, cutting, and patching operations. 1.05 STANDARDS Perform work to comply with local, State and Federal ordinances and regulations. 1.06 COORDINATION A. Coordinate the work of various trades having interdependent responsibilities for installing, connecting to, and placing in service all equipment. B. Coordinate requests for substitutions to provide compatibility of space, operating elements, effect on the work of other trades, and on the work scheduled for early completion. C. Coordinate the use of project space and the sequence of installation of equipment, elevators, walks, mechanical, electrical, plumbing, or other work that is indicated diagrammatically on the Drawings. 1. Follow routings shown for tubes, pipes, ducts, conduits, and other items as closely as practical, with due allowance for available physical space. 2. Utilize space efficiently to maximize accessibility for Owner's installations for maintenance and repairs. 3. Schematics are diagrammatic in nature. Adjust routing of piping, ductwork, utilities, and location of equipment as needed to resolve spatial conflicts between the various trades at no additional cost. Document changes in the indicated routings on the Record Drawings. D. Where installation of one part of the work is dependent on installation of other components, either before or after its own installation, schedule construction activities in sequence required to obtain best results. E. Make adequate provisions to accommodate items scheduled for later installation, including accepted Bid Alternates, Owner -supplied, Contractor -installed items, work by others, and installation of products purchased with allowances. 1.07 PERMITS A. Obtain fees and permits necessary to conduct any part of the work. Contractor shall include the cost of the permits and/or fees in bid. B. Arrange for inspections and certification by agencies having jurisdiction over the work. C. Make arrangements with private utility companies and pay for fees associated with obtaining services, or for inspection fees. 1.08 POLLUTION CONTROL A. Prevent the contamination of soil, water or atmosphere by the discharge of noxious substances from construction operations. Provide adequate measures to prevent the creation of noxious air -borne pollutants. Prevent dispersal of pollutants into the atmosphere. The Contractor shall not dump or otherwise discharge noxious or harmful fluids into drains or sewers, nor allow noxious liquids to contaminate public waterways in any manner. B. Provide equipment and personnel and perform emergency measures necessary to contain any spillage. Job Management 01041-2 PSC08325B - Lake Alan Henry Pipeline — Contract A 1. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials at off -site locations in acceptable manner. 2. If contamination of the soil does occur, excavate contaminated soil and dispose at an off -site location. 3. Provide documentation to the Owner which states the nature and strength of the contaminant, method of disposal, and the location of the disposal site. 4. Disposal of the contaminant is to comply with local, State and Federal regulations regarding the disposal of pollutants. 5. Fill resulting excavations with suitable backfill and compact to the density of the surrounding undisturbed soil. C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or sludge -contaminated soil is considered contaminated. Contaminated water must not be allowed to: • Enter streams or water courses. Leave the site in a non -contained form. • Enter non -contaminated areas of the site. 1. Pump contaminated water to holding ponds constructed by the Contractor for this purpose, or discharge to areas on the interior of the site, as designated by the Engineer. 2. Construct temporary earthen dikes or take other precautions and measures as required to contain the contaminated water and pump to a designated storage area. 3. Any equipment used for handling contaminated water or soil within contaminated areas shall be washed three (3) times with uncontaminated water prior to using such equipment in an uncontaminated area. Wash water used to wash such equipment is considered "contaminated" and shall be pumped to the designated confinement area. Remove excess soil, spoil materials and other earth not required for backfill at the time of generation. Control stock pile material to eliminate interference with construction and Owner's operations. 1.10 SAFETY REQUIREMENTS A. Protect the safety and welfare of workmen on the project, the Owner and the general public around the construction site. The Contractor is solely responsible for safety at the project site. _= Provide and maintain barricades, guard rails, covered walkways, and other protective devices to warn and protect from hazards at the construction site. B. Trenches shall comply with the provisions of Section 02220, TRENCH SAFETY. C. Perform construction within buildings or structures occupied by the Owner per established fire codes and ordinances. 1.11 CONTRACTOR'S USE OF PROJECT SITE A. Limit the use of site for work and storage to those areas designated on the Drawings (approved by the Owner). Coordinate the use of the premises with the Engineer. B. Any damage to existing facilities, including contamination, caused by the Contractor's personnel, visitors, materials, or equipment, shall be repaired or corrected at the Contractor's expense. C. No alcoholic beverages or illegal substances shall be permitted on the site at anytime, nor will persons under the influence of same be permitted to remain on the premises. Persons on site under the influence of alcoholic beverages or illegal substances will be permanently removed from the site in addition to possible criminal and civil penalties. Job Management 01041-3 PSCO8325B - Lake Alan Henry Pipeline — Contract A D. Park equipment and employees' vehicles in designated areas only. E. Enter privately -owned land outside of the Owner's property, rights -of -way, or easements only with written permission of the Owner. F. The use of loud radios, obnoxious vulgar or abusive language, or sexual harassment in any form will not be tolerated and will be cause for immediate removal of the offender from the premises permanently, in addition to possible criminal or civil penalties. G. Workers attire shall be professional and commensurate to the trade. Sleeveless shirts, shorts, exceedingly torn, ripped or soiled clothing shall not be permitted. H. Firearms are not permitted on the site under any conditions, including persons with concealed handgun permits. 1.12 ACCESS TO THE SITE A. Maintain access to the facilities at all times. Roads, pedestrian walks, or access to the various buildings, structures, stairways, or entrances shall not be obstructed. Provide safe temporary walks or other structures to allow access for normal operations during construction. B. Provide adequate and safe access for inspections. Leave ladders, bridges, and scaffolding in place until inspection has been completed. Construct access as required for inspections. C. Provide security at the construction site as necessary to protect against vandalism and loss by theft. D. Maintain security of the site and access leading to it. 1. Close gates and keep locked. 2. Obtain permission of any landowners whose property must be crossed in gaining access to the site. 3. Install a gate lock consisting of a chain with two (2) locks. One (1) lock and key to be given to the landowner. One (1) lock shall be used by the Contractor, Engineer, and Owner. Provide keys to the Contractor's lock to Owner and Engineer. 4. At the close of the project, remove the Contractor's lock from the assembly 1.13 NORMAL PROJECT WORKING HOURS Normal project working hours for this project are Monday through Saturday between the hours of 7:00 a.m. and 7:00 p.m. Work shall not be permitted on Sundays or any of the following holidays: New Year, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day, unless written permission is requested by the Contractor and approved by the Engineer at least 72 hours prior to the work taking place. The Owner will require that a representative of the Owner be present or available for work which occurs outside of the normal project working hours. 1.14 DELIVERY AND STORAGE A. Products shall be delivered to the site per the Progress Schedule to prevent delays. B. Deliver packaged products to site in original undamaged containers with identifying labels attached. Open cartons as necessary to check for damage and to verify invoices. Reseal cartons and store until used. Leave products in packages or other containers until installed. C. Deliver products that are too large to fit through openings to the site in advance of the time enclosing walls and roofs are erected. Set in place, raised above floor on cribs. Job Management 01041-4 PSCO8325B - Lake Alan Henry Pipeline — Contract A I D. The Contractor shall assume full responsibility for the protection and safekeeping of products stored at the site. Protect the products until installed. E. Store products at location acceptable to the Engineer and to allow Owner access for maintenance and operations. Store immediately upon delivery in accordance with the Manufacturer's storage instructions and with seals and labels intact. Arrange storage to allow access for maintenance of stored items and for inspection. Store unpacked and loose products on shelves, in bins, or in neat groups of like items. F. Obtain and pay for the use of any additional storage for work areas needed for construction. Provide and maintain storage sheds as required for the protection of products. Remove at the completion of the project. Store products subject to damage by elements in substantial weather -tight enclosures or storage sheds of adequate dimensions. Maintain temperature and humidity within the ranges stated in the Manufacturer's instructions. Provide humidity control and ventilation for sensitive products as required by manufacturer's instructions. G. Provide adequate exterior storage for products that may be stored out-of-doors. 1. Provide substantial platforms, blocking, or skids to support fabricated products above ground; slope to provide drainage. Protect products from soiling or staining. 2. For products subject to dislocation or deterioration from exposure to the elements, cover with impervious sheet materials. Provide ventilation to prevent condensation below covering. 3. Store loose, granular materials on clean, solid surfaces, or on rigid sheet materials, to prevent mixing with foreign matter. 4. Provide surface drainage to prevent erosion and ponding of water. 5. Prevent mixing of refuse or chemically injurious materials or liquids with stored materials. 6. Pipes and conduits stored outdoors are to have open ends sealed to prevent the entrance of dirt, moisture, and other injurious materials. Protect PVC pipe from ultraviolet light exposure. 7. Store light weight products to prevent wind damage. H. Maintain storage facilities. Inspect stored products on a weekly basis and after periods of severe weather to verify that: 1. Storage facilities continue to meet specified requirements. 2. Manufacturer's required environmental conditions are continually maintained. 3. Surfaces of products exposed to the elements are not adversely affected. I. Protect and maintain mechanical and electrical equipment in storage. 1. Provide Manufacturer's service instructions on the exterior of the package. 2. Service equipment on a regular basis as recommended by the Manufacturer. Maintain a log of maintenance services. Submit the log as Record Data at the completion of the Project. 3. Provide power to and energize space heaters for all equipment for which these devices are provided. 4. Provide temporary enclosures for all electrical equipment, including electrical systems on mechanical devices. Provide and maintain heat in the enclosures until equipment is energized. J. Replace at no additional cost any stored item damaged by inadequate protection or environmental controls. K. Payment may be withheld for any products not properly stored. 1.15 MAINTENANCE OF WATER Manage water resulting from rains or ground water at the site. Maintain trenches and excavations free of water at all times. Provide and maintain pumps as necessary to remove excess water. Direct water away from the site to prevent damage to surrounding property. Job Management PSCO8325B - Lake Alan Henry Pipeline — Contract A 01041-5 1.16 MAINTENANCE OF WATER A. Manage water during construction to make the construction site workable. Prepare and submit a Water Management Plan for approval. The plan shall describe: 1. Methods to be used to manage water at the site. 2. Contingency plans for heavy rains or floods. 3. Procedures to be used in the event of emergencies. B. Perform operations necessary to control water at the site. Lower the water table in the construction area by acceptable means if necessary to maintain the site in a dry and workable condition at all times. Provide drains, sumps, casings, well points, and other water control devices as necessary to remove excess water. C. Maintain standby equipment to provide proper and continuous operation for water management. Monitor the operation on a 24-hour basis to provide continuous operation. D. Modify Water Management Plan as required by the Engineer. In the event of failure of the system, flooding of the excavation may be ordered by the Engineer until the system is returned to service. E. Ensure that water drainage does not damage adjacent property. The Contractor shall be responsible for the discharge of water from the site. 1.17 FLOOD CONTROL A. Build, erect, maintain, and operate cofferdams, drainage channels, flumes, sumps, or other temporary construction necessary to contain or otherwise divert storm water, streams, or flood water around the construction site so that flood waters are controlled during construction. B. At the conclusion of the work, remove the temporary construction and restore the site in a manner acceptable to the Engineer and to match surrounding material. C. Divert water into the same natural watercourse in which its headwaters are located, or other natural stream or waterway as approved by the Owner. D. Construct permanent work in an area that has been made free of water. The Contractor shall provide dewatering equipment as necessary to maintain the area free of water during construction. 1.18 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. Examine the project site and review the available information concerning the site. Locate utilities, streets, driveways, fences, drainage structures, sidewalks, curbs, and gutters. Verify the elevations of the structures adjacent to excavations. Report these to the Engineer before beginning construction. B. Prepare a Plan of Action per Section 01030, SPECIAL PROCEDURES. Determine if existing structures, poles, piping, or other utilities at excavations will require relocation or replacement. Coordinate work with Owner, Engineer, local utility company and others. Include cost of demolition and replacement or relocation of these structures in the unit price (bid) amount for the pipeline. C. Protect structures not to be replaced or relocated from damage during construction. Structure or utilities damaged during or as a result of construction shall be restored to a condition matching or better than that which existed before the start of construction. Include cost of restoration or replacement in the unit price (bid) amount for the pipeline. D. Protect existing trees and landscaping at the site. Job Management 01041-6 PSCO8325B - Lake Alan Henry Pipeline — Contract A 1. Visit site with Engineer to identify trees that may be removed during construction. 2. Mark trees to be removed with paint. 3. Protect trees to remain from damage by wrapping trunks with 2 x 4 timber around the perimeter, securely wired in place, where machinery must operate around existing trees. Protect branches and limbs from damage by equipment. E. Protect buildings from damage when handling material or equipment. Protect finished surfaces, including floors, doors, and jambs. Remove doors and install temporary wood protective coverings over jambs. 1.19 CLEANING DURING CONSTRUCTION A. Clean the project as work progresses and dispose of waste materials, keeping the site free from accumulations of waste or rubbish. Provide containers on site for waste collection. B. Use only those cleaning products that will not create hazards to health or property and those methods recommended by the Manufacturer on the surfaces to be cleaned. Use cleaning products only on those surfaces recommended by the cleaning product Manufacturer. C. Comply with codes, ordinances, regulations, and anti -pollution laws. Waste materials shall not be burned or buried. Volatile or hazardous waste materials shall not be disposed of in storm or sanitary sewers. D. Transport waste materials in a controlled manner with as few handlings as possible. Materials shall not be dropped from heights. E. Remove waste materials, rubbish and debris from the site and legally dispose of these at public or private dumping areas. F. Waste materials or debris shall not be allowed to blow off of the site. 1.20 CONSTRUCTION BARRIERS A. Separate construction areas in buildings from spaces continuously occupied by the Owner. Areas include: 1. Offices 2. Laboratories 3. Break rooms 4. Shop areas 5. Electrical switchgear and control panels 6. Equipment sensitive to dust 7. Other areas occupied by Owner or public B. Construct and maintain "dust -tight" construction barriers while construction is performed. 1. Construct construction barriers of 2 x 4 wood studs spaced at 24" centers maximum. 2. Attach 3/8" plywood panels on one side of the wood framing. Extend construction barrier from floor to the ceiling or roof deck above. 3. Cover plywood with a 4 mil.thickness plastic sheet. Tape plastic sheet -to floor and to the surface above. Lap seams at sides 2" and tape continuously. Mend rips or tears in the plastic covering as they occur. C. Close openings into the construction areas where air conditioning ducts service both the area under construction and the remainder of the building. Make provisions for return air if the construction barriers block return air passage back to the central unit. 1.21 MAINTENANCE OF ROADS, DRIVEWAYS, AND ACCESS �_ _. Job Management 01041-7 PSC08325B - Lake Alan Henry Pipeline — Contract A A. Construct temporary detours, including by-pass roads around construction to maintain the flow of traffic at all times. Public roads shall not be closed overnight. B. Maintain sufficiently clear width of the road for the free flow of traffic. C. The Contractor shall assume responsibility for any damage resulting from construction along roads or drives. D. Maintain barricades, signs, and safety features around the work in accordance with all provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD). 1.22 TRAFFIC MAINTENANCE A. Roads and streets shall remain open during all phases of construction, unless the Owner approves a street closing. B. Submit a written request for the Owner's approval of a street closing. The request shall state: 1. Reason for closing the street. 2. How long the street will remain closed. 3. Procedures to be taken to maintain the flow of traffic. C. Provide temporary access around the closed street by constructing a temporary paved road at locations necessary to allow the Owner access to the remainder of the site. D. Maintain barricades, signs, and safety features around the detour and excavations. 1.23 DISRUPTION TO SERVICES A. Disruptions to existing utilities, piping, process piping, or electrical services shall be kept to a minimum. 1. Prepare a Plan of Action in accordance with Section 01030, SPECIAL PROCEDURES. 2. Coordinate work with Owner, Engineer, local utility company, and. others. 3. Comply with requirements of Section 01030, SPECIAL PROCEDURES for any operation which requires shut down of some portion of facility. B. Maintain storm sewers and sanitary sewers in service at all times. Provide temporary service around the construction or otherwise construct the structure in a manner that the flow is not curtailed. 1.24 FIELD MEASUREMENTS A. Perform complete field measurements of the dimensions at the site for products required to fit existing conditions prior to purchasing products affected by that measurement or beginning construction. B. Verify property lines, control lines, grades, and levels indicated on the drawings. C. Verify pipe class, equipment capacities, existing electrical systems and power sources for existing conditions. D. Check shop drawings and indicate the actual dimensions available where products are to be installed. E. Include field measurements in record drawings as required in Section 01040, PROJECT ADMINISTRATION. 1.25 REFERENCE DATA AND CONTROL POINTS Job Management 01041-8 PSC08325B - Lake Alan Henry Pipeline — Contract A A. The following control points will be provided by the. Engineer: 1. Base line or grid reference points for horizontal control. 2. Vertical control benchmark for vertical control. 3. Designated control points may be on an existing structure or monument. B. Locate and protect control points prior to starting the site work and preserve permanent reference points during construction. The Contractor shall not change or relocate points without prior approval of the Engineer. Notify Engineer when the reference point is lost, destroyed, or requires relocation. Replace project control points on the basis of the original survey. The contractor shall verify the accuracy of control points prior to construction. If the contractor finds any discrepancy in the control points he shall notify the engineer for a resolution. C. Provide complete engineering layout of the work needed for construction. 1. Provide competent personnel. Provide equipment including accurate surveying instruments, stakes, platforms, tools, and materials. 2. Survey accuracy is to meet the requirements established for Category 5 Construction Surveying as established in the Manual of Practice of Land Surveying in Texas published by the Texas Society of Professional Surveyors, latest revision. 3. Record data and measurements per standards. 1.26 LOCATION OF PIPELINES The alignment of pipelines may be changed due to unanticipated variations in existing conditions, or for any other reason prior to the time pipe is actually laid. 1.27 EXCESS EARTH Dispose of earth removed from excavations that is not required for backfill or embankments. Mound ring of excess material over the pipe trench will be allowed at certain locations, as indicated on the drawings. Remove excess earth from the site within four weeks of completing excavation work. 1.28 CUTTING AND PATCHING A. Perform cutting, fitting, and patching required to complete the work or to: 1. Uncover work to provide for installation of new work or the correction of defective work. 2. Provide routine penetrations of non-structural surfaces for installation of mechanical, electrical, and plumbing work. 3. Uncover work that has been covered prior to observation by the Engineer. B. Submit written notification to the Engineer in advance of performing any cutting which affects: 1. Work of any other Contractor or the Owner. 2. Structural integrity of any structure or system of the project. 3. Integrity or effectiveness of weather exposed or moisture resistant structure or systems. 4. Efficiency, operational life, maintenance, or safety of any structure or system. 5. Appearance of any structure or surfaces exposed occasionally or constantly to view. t = C. The notification shall include: 1. Identification of the project. 2. Location and description of affected work. 3. Reason for cutting, alteration, or excavation. 4. Effect on the work of any separate contractor or Owner. 5. Effect on the structural or weatherproof integrity of the project. 6. Description of proposed work, including: a. Scope of cutting, patching, or alteration. b. Trades that will perform the work. c. Products proposed for use. - z Job Management PSC08325B - Lake Alan Henry Pipeline — Contract A 01041-9 d. Extent of refinishing to be performed. e. Cost proposal, when applicable. 7. Alternatives to cutting and patching. 8. Written authorization from any separate contractor whose work would be affected. 9. Date and time work will be uncovered or altered. D. Examine the existing conditions, including structures subject to damage or to movement during cutting or patching. 1. Inspect conditions affecting installation of products or performance of the work after uncovering the work. 2. Provide a written report of unacceptable or questionable conditions to the Engineer. The Contractor shall not proceed with work until Engineer has provided further instructions. Beginning work will constitute acceptance of existing conditions by the Contractor. E. Protect the structure and other parts of the work and provide adequate support to maintain the structural integrity of the affected portions of the work. Provide devices and methods to protect adjacent work and other portions of the project from damage. Provide protection from the weather for portions of the project that'may be exposed by cutting and patching work. F. Execute cutting and demolition by methods which will prevent damage to other work, and will provide proper surfaces to receive installation of repairs. G. Execute fitting and adjustment of products to provide a finished installation to comply with specified products, functions, tolerances, and finishes. H. Cut, remove, and legally dispose of selected mechanical equipment, components, and materials as indicated, including but not limited to, the removal of mechanical piping, heating units, plumbing fixtures and trim, and other mechanical items made obsolete by the modified work. 1. Restore work which has been cut or removed.. Install new products to provide completed work per the Contract Documents. J. Fit work air -tight to pipes, sleeves, ducts, conduit, and other penetrations through the surfaces. Where fire rated separations are penetrated, fill the space around the pipe or insert with materials with physical characteristics equivalent to fire resistance requirements of penetrated surface. K. Patch finished surfaces and building components using new products specified for the original installation. L. Refinish entire surfaces as necessary to provide an even finish to match adjacent finishes: 1. For continuous surfaces, refinish to the nearest intersection. 2. For an assembly, refinish the entire unit. 1.29 BLASTING Blasting for excavations shall not be allowed 1.30 ARCHAEOLOGICAL REQUIREMENTS A. If an historical or archaeological find is made during construction, cease operations immediately and contact the Engineer for instructions. . B. Where significant historical or archaeological sites have already been identified within the project site, all construction activities must be conducted to avoid adverse impact on these sites. 1. The Contractor will be provided with details to assist in the work protection of these areas Job Management 01041-10 PSC08325B - Lake Alan Henry Pipeline — Contract A 2. All information regarding the site shall remain confidential. 3. The Contractor shall assume responsibility for any unauthorized destruction that might result to such sites by construction personnel, and shall pay all penalties assessed by the State or Federal agencies for non-compliance with these requirements. 4. The Contractor shall adhere to the requirements of the Texas Historical Commission. C. Archaeological sites shall not be disturbed. 1. The Owner's archaeological contractor will be available to instruct construction personnel on how to identify and protect archaeological finds on an emergency basis. 2. Coordinate activities to permit Archaeological work to take place within the area. a. The Owner will attempt to archaeologically clear areas needed for construction as soon as possible. b. The Contractor shall provide a determination of priority for such areas. D. Contract time will be modified to compensate for delays caused by such archaeological finds. No additional compensation shall be paid for delays. 1.31 PROTECTION OF LIVESTOCK Maintain barriers to prevent livestock from falling into open excavations, including trenches. The Contractor shall pay damages for losses resulting from failure to maintain such barriers or failure of barriers to exclude livestock. 1.32 FIRE PROTECTION Provide a fire prevention and protection plan. Contractor shall obey all fire ordinances and codes established in the County and City. 1.33 INITIAL MAINTENANCE A. Maintain equipment until the project is accepted by the Owner. Ensure that mechanical equipment is properly lubricated and cared for as recommended by the Manufacturer. B. Air handling equipment shall not be operated unless filters are in place and are clean. Filters shall be changed weekly during construction. C. Remove and clean screens and strainers in piping systems. D. Clean insects from intake louver screens. 2.00 PRODUCTS 2.01 MATERIALS Materials shall be in accordance with the requirements of the individual Sections. 3.00 EXECUTION Perform the work per the Manufacturer's published instructions. No preparatory step or installation procedure shall be omitted unless specifically exempted or modified by Field Order. END OF SECTION I i Job Management 01041-11 PSCO8325B - Lake Alan Henry Pipeline — Contract A i I-" 01130 MEASUREMENT AND PAYMENT 1.00 GENERAL 1.01 WORK INCLUDED A. Payments for work shall conform with the provisions of the General Conditions, the Supplementary Conditions, the Proposal, the Agreement, and this Section. B. Submit request for partial payment at the prices indicated in the Proposal. 1. Prices for each bid item in the proposal shall include but not be limited to cost for: a. Mobilization, demobilization, cleanup, bonds, and insurance. b. Professional services including but not limited to engineering and legal fees. c. The products to be permanently incorporated into the project. d. The products consumed during the construction of the project. e. The labor and supervision to complete the project. f. The equipment, including tools, machinery, and appliances required to complete the project. g. The field and home office administration and overhead costs related directly or indirectly to the project. 2. Prices bid shall include the work not specifically set forth as an individual payment item. These items are considered to be a subsidiary obligation of the Contractor and the cost for these items shall be included in the bid prices. 3. Payment shall be based on the actual quantity of work completed per Contract Documents and measured per this Section. 4. Payment shall be made for Materials -on -Hand. a. Materials must be properly stored on site per Section 01041, JOB MANAGEMENT. b. Payment may be made for the invoice amount less the specified retainage. c. Invoices must be provided at the time they are included on the Materials -on -Hand tabulation. d. Documentation of payment for Materials -on -Hand must be provided for these items with the next payment request. Payment will be adjusted to the amount actually paid if this differs from the invoice amount. If this documentation is not provided the item must be removed from the Materials -on -Hand list and payment will be withheld. e. Payment for Materials -on -Hand is provided for the convenience of the Contractor and does not constitute acceptance of the product. 5. The work covered by Progress Payments shall become the property of the Owner at the time of payment. C. Application for payment shall be submitted per the provisions of this Section. 1.02 SCHEDULE OF VALUES AND PAYMENTS A. Submit a detailed schedule of values for the work to be performed on the project. 1. Submit schedule within 10 days prior to submitting the first request for payment. 2. Line items in the proposal are to be used as line items in the schedule. 3. Payment will be made on the quantity of Work completed per Contract Documents during the payment period and as measured per this Section. a. Payment amount shall be the work quantity measured multiplied by the unit prices for that line item in the Proposal. b. Payment on a unit price basis will not be made for work outside finished dimensions shown in the Contract Documents. c. Partial payments will be made for lump sum line items in the Proposal. 1) Lump sum line items in the Proposal are to be divided to allow easy determination of the percentage of the item that has been completed. Measurement and Payment 01130-1 PSC08325B - Lake Alan Henry Pipeline — Contract A r a) Provide adequate detail to allow easy determination of the percentage of work completed for each item. b) Items, with the exception of equipment packages are not to exceed $50,000.00. c) Separate product costs and installation costs. 1. Product costs include cost for product, delivery and unloading costs, royalties and patent fees, taxes, and other cost paid directly to the supplier or vendor. 2. Installation costs include cost for the supervision, labor and equipment for field fabrication, erection, installation, start-up, initial operation and Contractor's overhead and profit. d) Lump sum items may be divided into an estimated number of units. 1. The estimated number of units times the cost per unit must equal the lump sum amount for that line item. 2. Contractor will receive payment for all of the lump sum line item. e) Include a directly proportional amount of Contractor's overhead and profit for each line item. f) Divide principal subcontract amounts into an adequate number of line items to allow determination of the percentage of work completed for each item. 2) These line items may be used to establish the value of work to be added or deleted from the project. 3) Correlate line items with other administrative schedules and forms: a) Progress schedule b) List of subcontractors c) Schedule of allowances d) Schedule of alternatives e) List of products and principal suppliers f) Schedule of submittals 4) Costs for mobilization shall be listed as a separate line item and shall be actual cost for: a) Bonds and insurance b) Transportation and setup for equipment c) Transportation and/or erection of all field offices, sheds and storage facilities d) Salaries for preparation of submittals required before the first payment request e) Salaries for field personnel assigned to the project related to the mobilization of the project f) Mobilization may not exceed 5 percent of the total contract amount g) Cost for mobilization may be submitted only for work completed 5) The sum of all values listed in the schedule shall equal the total contract amount. 6) Provide separate schedules of values for both eligible and ineligible work for projects funded by Federal Grants. 4. Submit a schedule indicating the anticipated schedule of payments to be made by the Owner. Schedule shall indicate: a. The payment request number. b. Date the request is to be submitted. c. Anticipated amount of the payment request. 5. Schedule shall be updated quarterly or more often if necessary to provide a reasonably accurate indication of the funds that the Owner will need to have available to make payment to the Contractor for the work performed. B. Provide written approval of the Schedule of Values, Payment Request Form, and method of payment by the Surety Company providing performance and maintenance bonds prior to submitting the first Payment Request. Payment will not be made without this approval. 1.03 PAYMENT PROCEDURES A. Submit payment requests per the submittal procedures indicated in Section 01300, SUBMITTALS. Measurement and Payment 01130-2 PSCO8325B - Lake Alan Henry Pipeline — Contract A B. Requests maybe submitted on a pre-printed form as indicated in Section 01300, SUBMITTALS or may be generated by computer. Computer generated payment requests must have the same format and information indicated in the pre-printed form and be approved by the Engineer. 1. Submit a Schedule of Values in the payment request format to be used. a. Request must include a completed Summary of Payment Request Values as indicated in Section 01800, FORMS with each estimate submitted. 1) Each request must be sequentially numbered and the payment period indicated. 2) Total amounts for Value of Original Contract Performed, Extra Work on Approved Change Orders, and Materials -on- Hand are to be shown on the Summary Sheet and are to correspond to totals indicated on the attached tabulation for each. 3) The number of pages included in each tabulation is to be noted in the blank space on the Summary Sheet to allow a determination to be made that all sheets have been submitted. 4) Contractor's certification must be executed by the Contractor's agent of authority and notarized for each payment request. b. The Tabulation of Values for Original Contract Performed (Attachment "A") is to indicate the total contract amount and the work completed to date. c. The Tabulation of Extra Work on Approved Change Orders (Attachment "B") is to include only approved Change Order items. d. The Tabulation of Materials -on -Hand (Attachment "C") is to list all materials that are presented for payment. Once an item has been entered on the tabulation it is not to be removed. e. Project Summary Report (Attachment "D") is to be included with each payment request. Data included in the Project Summary Report are to be taken from the other tabulations. 2. The Schedule of Values and the form for the submission of requests may not be altered without the express written consent of the Engineer once these have been approved by the Engineer. 3. Final payment requires additional procedures and documentation per Section 01700, CONTRACT CLOSEOUT. C. Progress payments shall be made as the work progresses on a monthly basis. 1. The payment period shall end on the 28th day of each month and shall cover all work completed and materials received since the end of the last payment period. 2. After the end of the payment period, submit a draft copy of the payment request for that month to the Engineer. Agreement is to be reached on: a. The percentage of work completed for each lump sum item. b. The quantity of work completed for each unit price item. c. The percentage of work completed for each approved Change Order item. d. The amount of Materials -on -Hand. 3. On the basis of these agreements the Contractor is to prepare a final copy of the payment request and submit it to the Engineer for approval. a. The final copy is to be signed by the representative of the Contractor authorized to execute documents for the Contractor and notarized. b. The Engineer will review the payment request and if appropriate will recommend payment of the request to the Owner. A. Each payment request is to be accompanied by a revised and up-to-date progress schedule per Section 01310 PROGRESS SCHEDULES. B. Each payment request is to be accompanied by Project Photographs per Section 01380, PROJECT PHOTOGRAPHS. 1.04 ALTERNATES A. This section describes each alternate by number and describes the basic changes to be incorporated into the work when this alternate is made a part of the work in the Contract Agreement. t _ Measurement and Payment 01130-3 PSC08325B - Lake Alan Henry Pipeline — Contract A B. Drawings and Specifications will outline the extent of work to be included in the Alternate Bid C. Coordinate related work and modify surrounding work as required to properly integrate the work under each Alternate, and provide a complete and functional system as required by the Contract Documents. D. Alternates will be accepted or rejected at the option of the Owner. E. Alternate prices will be maintained a minimum of 120 days, unless noted otherwise. F. Provide submittals for products furnished as part of the alternate proposal per Section 01300, SUBMITTALS. G. DESCRIPTION OF ALTERNATES 1. Alternate A — AWWA C303 Bar -Wrapped Concrete Cylinder Pressure Pipe 2. Alternate B — AWWA C200 Polyurethane Coated Steel Pipe 3. Alternate C — AWWA C200 Polyurethane Coated Steel Pipe from STA. 0+00 to STA. 570+00; AWWA C303 Bar -Wrapped Concrete Cylinder Pressure Pipe from STA. 570+00 to 1153+00.06. 1.05 MEASUREMENT PROCEDURES A. Measure the methods used in trench excavation safety protection by the linear foot of trench deeper than five (5) feet and pay at the unit price in the Proposal, which is the total compensation for furnishing design, materials, tools, labor, equipment, and incidentals necessary, including removal of the system. B. Measure the work described in the Proposal for payment. 1.06 MEASUREMENT AND PAYMENT A, B, C -1-4 Pipeline Construction 1. Pipeline Construction Measurement and payment for pipe of each pipe class shall be per linear foot of actual horizontal length from center of fitting to center or end of pipe without any deduction for the length of intermediate fittings, specials or valves. Payment made at a unit price bid shall include: furnishing, hauling, and laying of pipe, fittings, flexible joints, joint bonds, special coatings (where indicated), closure sections and tie-ins, welding joints, thrust restraint, shoring, dewatering, and pumping where necessary, trench excavation, backfilling, embedment material, pipeline and appurtenance markers, clearing and grubbing, curb and gutter replacement, permanent grading, replacement of topsoil, diversion dikes, terracing, protecting or temporarily relocating existing structures or utilities, testing, disposal of surplus materials, cleaning up and maintenance, sign replacement, surveying and replacement of monuments, dust control, removal of mud from roadways, erosion and sedimentation control, test plugs and temporary piping, filling pipe with water and hydro - testing, replacement of driveways, sidewalks, pipeline markers and post, replacement of drainage structures, temporary fencing and gates, temporary relocations of power poles, mailboxes, street lights, fire hydrants; and any incidental work and materials not otherwise indicated in other pay items, all in strict accordance with the Plans and Specifications. 2. Protection of Utilities Payment for main line pipeline shall include all extra precautions or construction requirements necessary to adequately protect and support existing utilities. Payment for main line pipe shall include all costs required to have utility companies repair any damage Measurement and Payment 01130-4 PSC08325B - Lake Alan Henry Pipeline — Contract A inflicted to their lines by the Contractor and any cleanup, property damages, fines, etc. resulting from damage inflicted to any utility line by the Contractor. 3. Partial Payment for Pipe Installation Upon completion of right-of-way clearing, grubbing and removal of topsoil, payment will be allowed for five percent (5%) of the unit contract price per linear foot. Upon completion of pipe laying, backfilling, and consolidation of trench backfill, payment for pipe installation will be allowed for seventy (70%) percent of the unit contract price per linear foot. An additional fifteen (15%) percent will be allowed when the property affected by construction operations has been completely restored to its original, or required condition, including fence replacement, grading, and removal of all equipment or materials related to construction, but not including reseeding. An additional ten (10%) will be allowed when all piping has been successfully tested. These amounts are exclusive of any standard retainage, which will be in addition to the amounts withheld for cleanup and testing. 4. Rock Excavation All excavation shall be unclassified. No separate payment shall be made for rock excavation and the cost thereof shall be included in the unit price bid for main line pipe. A,B,C-5 A/C Rectifier/Anode Stations Measurement and payment for Rectifier/Anode Stations shall be on a per each basis at the price bid. Payment shall be for all work and materials as indicated including rectifier, deep well casing, anode groundbed, test wires, wiring, conduit, concrete slab, power service, terminal box, service pole, weatherhead, guardrail, and all other items as indicated on the plans and specifications. A,B,C-6 Solar Rectifier/Anode Stations Measurement and payment for Rectifier/Anode Stations shall be on a per each basis at the price bid. Payment shall be for all work and materials as indicated including rectifier, deep well casing, anode groundbed, test wires, wiring, conduit, concrete slab, power service, terminal box, service pole, weatherhead, guardrail, and all other items as indicated on the plans and specifications. A,B,C-7 Corrosion Monitoring Test Stations Measurement and payment for corrosion monitoring test stations shall be on a per each basis at the unit price bid. Payment shall be for all work and materials as indicated including wiring, post, test station, concrete, wire connections, excavation, backfill, testing, and all other items as indicated on the plans and specifications. D-1 Trench Safety Measurement and payment for Trench Safety shall be per linear foot along the centerline of the pipeline or other structure and per linear foot of the innerduct trench with five foot or more cover at the price bid. Payment shall be based on the quantity of piping installed in trenches over five feet deep. D-2 Bored or Tunneled Crossings Measurement and Payment 01130-5 PSCO8325B - Lake Alan Henry Pipeline — Contract A Measurement and payment for Bore or Tunnel Crossings will be made at the unit price bid per linear foot of tunnel for the particular location in accordance with the details shown on the plans. Payment for the carrier pipe inside the casing including heavy wall or additional strength pipe (steel pipe) will be included in the price bid for main line pipe. Payment for tunnels shall include all costs of bulkheads, guardrails, casing, spacers, tunneling, access pits, exterior grouting, interior grouting, sealing ends of casing, pipe rails, and all other items for crossing as shown on the plans and required for installation, except the carrier pipe. D-3 Open Cut Casing Measurement and payment for open -cut casings will be made at the unit price bid per linear foot for the particular location in accordance with the details shown on the plans. Payment for the carrier pipe inside the casing including heavy wall or additional strength pipe (steel pipe) will be included in the price bid for main line pipe. Payment for open -cut casings shall include all costs of bulkheads, guardrails, casing, spacers, tunneling, interior grouting, sealing ends of casing, pipe rails, and all other items for crossing as shown on the plans and required for installation, except the carrier pipe. D-4&5 Blowoffs and Air Valves Measurement and payment for Air Valves, and Blowoffs, shall be per each at the price bid for the various sizes and types of air valves and blowoffs. Separate pay items are not included for various types of vault lids or various vault diameters, and these costs shall be included in the items provided. Payment shall include all costs for air valves, piping, flanged outlets, valves, fittings, vaults, lids, crushed gravel, structural backfill, and all other accessories as indicated. D-6 Manufactured Fitting Manholes Measurement and payment for manufactured fitting manholes, shall be per each at the price bid. Separate pay items are not included for various types of vault lids or various vault diameters, and these costs shall be included in the items provided. Payment shall include all costs for valves, piping, flanged outlets, fittings, vaults, lids, crushed gravel, structural backfill, and all other accessories as indicated. D-7 Access Manholes Measurement and payment for Access Manholes, shall be per each at the price bid. Separate pay items are not included for various types of vault lids or various vault diameters, and these costs shall be included in the items provided. Payment shall include all costs for valves, piping, flanged outlets, fittings, vaults, lids, crushed gravel, structural backfill, and all other accessories as indicated. D-8 Rock Riprap Measurement and payment for Rock Rip -Rap shall be per plan linear feet in place to the lines and grades called for in the construction drawings for the Rock Rip -Rap at the price bid. Payment shall include furnishing, hauling, laying of Rock Rip -Rap, installation of gravel bedding, and any necessary grading at creek crossings or ditches as called out on the plans and specified herein. No separate payment will be made for gravel bedding, nor will it be counted towards measurement of the Rock Rip -Rap. Additional rip -rap may be requested by the Owners - Representative at select locations. Measurement and Payment 01130-6 PSC08325B - Lake Alan Henry Pipeline — Contract A it L D-9 Fiber Optic Conduit Installation Measurement and payment for Fiber Optic Conduit Installation shall be per linear feet of conduit � P length at the price bid. Payment shall include the cost of marker post, testing, and all other items as indicated on the plans and specifications. D-10 Fiber Optic Pull Boxes Measurement and payment for Fiber Optic Pull Boxes, shall be per each at the price bid. Payment shall be for all work and materials as indicated including locate post, rock bedding, wire connections, excavation, backfill, testing, and all other items as indicated on the plans and specifications. D-11 Concrete Encasement Measurement and payment for Concrete Encasement shall be per linear feet of pipe length at the price bid. No additional compensation will be made for concrete encasement quantities resulting from over -excavated trenches. Payment shall include the cost of furnishing concrete encasement in lieu of embedment in the pipe zone as indicated. D-12 Permanent Steel Gates with Bracing Measurement and payment for Permanent Steel Gates shall be at the unit price bid per each. Payment shall include the cost for gates, fencing, and braces. No separate payment is provided for temporary gates, bracing, and fencing, and the cost shall be included in such items as are provided. D-13 Flexible Base Road Replacement MPaci irPmP-nt and navmPnt fnr the C ri mhari Stnnp Rnnd Race nPr IinPar fPPt at the i tnit nricP bid. Measurement will be made per LF replaced as shown in plans. D-14 Extra 2,000 PSI, Concrete The price bid per cubic yard for this extra concrete not shown on the Plans, shall be payment for furnishing and installing 2,000 psi concrete where directed in writing by the Owner. The quantity will be based on actual volume deposited in accordance with delivery tickets from concrete supplier. D-15 Coarse Gravel Embedment Measurement and payment for Coarse Gravel Embedment shall be per cubic yard. Payment for Course Gravel Embedment will be made only at locations where Coarse Gravel Embedment is indicated on the plans or directed by the Engineer. No extra payment will be made for coarse gravel embedment quantities resulting from over excavation of the trench. No additional payment will be made for coarse gravel used to backfill the trench for faulty line and grade. No additional payment will be made for Coarse Gravel Embedment where the Contractor elects to use it for high depth of cover. Payment shall include the cost of furnishing coarse gravel embedment in lieu of standard embedment in the pipe zone. D-16 42" Gate Valves Measurement and payment for Gate Valves shall be per each at the price bid. Payment shall include all costs for the valve, supports, coupling, harness, bypass valves, wax tape or heat shrink sleeves, flowable fill, vaults, cathodic isolation kits, and accessories. Since measurement Measurement and Payment 01130-7 PSC08325B - Lake Alan Henry Pipeline — Contract A for pipe does not include any deduction through the valves, the cost included in the valve pay item should be the increase in cost associated with pipe specials and fittings. D-17 Seeding Payment for seeding shall be made at the unit price bid per linear foot of pipe, and shall include all materials and labor necessary to furnish and place seed and fertilize and to.irrigate as necessary to establish grass along the pipeline ROW. Pipeline under paving or in tunnels will not be measured. The unit cost per linear foot will be the same for all types of seed and seed placement methods as specified. A maximum of 50% payment for seeding will be approved for completion of seedbed preparation, mulching, and temporary and permanent seeding. The remaining percentage will be approved after stand establishment of 75% in all areas. D-18 Mobilization Measurement and payment for Mobilization shall be on a lump sum basis at the unit price allowed with a maximum of 5% of total amount bid. The amount shown in the proposal is the amount allowed to assist the Contractor in defraying the initial cost of operations. Partial payment for mobilization will be made as follows: Fifty (50%) percent of the lump sum amount is payable when bonds are furnished; the contract is executed; the certificate of insurance and insurance policies are provided; and the notice to proceed is issued. One hundred (100%) percent of the lump sum amount is payable upon completion of the above; the Contractor has set up his field office; mobilized all equipment to the site necessary to begin pipeline construction; and submitted his schedules. It is not intended that the lump sum amount allowed will cover all costs for bonds, insurance, mobilization, utility investigations, and other costs associated with project start-up. Cost in excess of the amount shown shall be included in the unit price bid for pipeline construction. END OF SECTION Measurement and Payment 01130-8 PSCO8325B - Lake Alan Henry Pipeline — Contract A 01300 SUBMITTALS 1.00 GENERAL 1.01 WORK INCLUDED A. Submit documentation as required by the Contract Documents and as reasonably requested by the Owner and Engineer to: 1. Record the products incorporated into the Project for the Owner. 2. Provide information for operation and maintenance of the Project. 3. Provide information for the administration of the Contract. 4. Allow the Engineer to advise the Owner if products proposed for the project by the Contractor conform, in general, with the design concepts of the Contract Documents. B. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the Engineer's review of submittals. Contract modifications may only be approved by Change Order or Field Order. 1.02 CONTRACTOR'S RESPONSIBILITIES A. Review all submittals prior to submission. B. Determine and verify: 1. Field measurements. 2. Field construction requirements. 3. Location of all existing structures, utilities and equipment related to the submittals. 4. Submittals are complete for their intended purpose. 5. Conflicts between the submittals related to the various subcontractors and suppliers have been resolved. 6. Quantities and dimensions shown on the submittals. C. Submit information per the procedures described in this section and the detailed specifications. D. Furnish the following submittals: 1. As specified in the attached Submittal Schedule. 2. Schedules, data and other documentation as described in detail in this section or referenced in the General Conditions. 3. Documentation required for the'administration of the Contract per Section 01040, " PROJECT ADMINISTRATION. 4. Shop drawings required for consideration of a contract modification per Paragraph 1.08. 5. Submittals as required in the detailed specifications. 6. Submittals not required will be returned without Engineer's review. E. Submit a schedule indicating the date submittals will be sent to the Engineer and proposed dates that the product will be incorporated into the project. Make submittals promptly in accordance with the schedule so as to cause no delay in the project. 1. Submittals shall be sent to Engineer allowing a reasonable time for delivery, review and marking submittals. Time for review is to include time for resubmission if necessary and to allow adequate time for the ordering, fabrication, and delivery of the product. 2. Schedule submittal to provide all information for interrelated work at one time. No review will be performed on submittals requiring coordination with other submittals. Engineer will return submittals for resubmission as a complete package. F. Submittals for systems and related equipment shall include information for all of the components required for a complete and operational system. " Submittals 01300-1 PSC08325B - Lake Alan Henry Pipeline — Contract A 1. Include electrical, mechanical, and other information required to indicate how the various components of the system function. 2. Where certifications, warranties, and written guarantees are required, they will be provided with the submittal package for review. G. Fabrication or installation of any products prior to the approval of shop drawings is done at the Contractor's risk. Products not meeting the requirements of Contract Documents are defective and may be rejected at the Owner's option. H. Payment will not be made for products for which submittals are required until the submittals have been received. Payment will not be made for products for which shop drawings or samples are required until these are approved by the Engineer. 1.03 QUALITY ASSURANCE A. Submit legible, accurate, complete documents presented in a clear, easily understood manner. Submittals not meeting this criteria will be returned without review. B. Demonstrate that the proposed products are in full and complete compliance with the design criteria and requirements of the Contract Documents including drawings and specifications as modified by Addenda, Field Orders, and Change Orders. C. Furnish and install products that fully comply with the information included in the submittal. D. Review and approve submittals prior to submitting them to the Engineer for review. Submittals will not be accepted from subcontractors, suppliers, or anyone other than the Contractor. 1.04 SUBMITTAL PROCEDURES A. Deliver submittals to the Engineer at the following address unless otherwise stated at the Pre - Construction Conference: FREESE AND NICHOLS, INC. Attn. Construction Services 4055 International Plaza Suite 200 Fort Worth, Texas, 76109-4895 Reference Project: PSC07271 B. Transmit all submittals, with a properly completed Submittal Transmittal Form as indicated in Section 01800, FORMS. 1. A separate transmittal form shall be used for each specific product, class of material, and equipment system. 2. Items specified in different sections of the specifications are to be submitted separately unless integrally related. C. Assign a Contractor's submittal number to the documents originated to allow tracking of the submittal during the review process. 1. Assign the number consisting of a prefix, a sequence number, and a letter suffix. Prefixes shall be as follows: Prefix Description Oriqinator an e r er n ineer CIVIR Contractor's Modification Request Contractor CTR Certified est Report Contractor EIR Equipment Installation Report Contractor FO Field Order ---Engineer NBC Notification Contractor Contractor M eration Maintenance anus s Contractor PCM ProposedContract Modification Engineer Submittals 01300-2 PSC08325B - Lake Alan Henry Pipeline — Contract A Payment Request ontractor P Pro'ect Photographs Contractor RD RecordData ontractor I e uest for Information Contractor ample Contractor Shop DrawingContractor H c e u e of Progress ontractor 2. Issue sequence numbers in chronological order for each type of submittal. 3. Issue numbers for resubmittals that have the same number as the original submittal followed by an alphabetical suffix indicating the number of times the same submittal has been sent to the Engineer for processing. For example: SD-025-A represents a shop drawing that is the twenty-fifth submittal of this type and is the second time this submittal has been sent for review. 4. Clearly note the submittal number on each page or sheet of the submittal. 5. Correct assignment of numbers is essential since different submittal types are processed in different ways. D. Submit documents with uniform markings and page sizes. 1. Paper size shall allow for ease of reproduction. a. Submit documents on 8-1/2" X 11" paper where practical. b. Use 11" X 17" paper for larger drawings and schematics. c. Use full size blueline sheets for fabrications and layout drawings. Reproducible drawings may be submitted in lieu of bluelines. 2. Mark submittals to: a. Indicate Contractor's corrections in green. b. Highlight items pertinent to the products being furnished in yellow and delete items that are not when the Manufacturer's standard drawings or information sheets are provided. c. Cloud items and highlight in yellow where selections by the Engineer or Owner are required. d. Mark dimensions with the prefix FD to indicate field verified dimensions on the drawings. e. Provide a blank space 8" x 3" for Contractor's and Engineer's stamp. 3. Define abbreviations and symbols used in shop drawings. a. Use terms and symbols in shop drawings consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the shop drawings. c. Provide a legend for symbols used on shop drawings. E. Mark submittals to reference the drawing number and/or section of the specifications, detail designation, schedule or location that corresponds with the data submitted. Other identification may also be required, such as layout drawings or schedules to allow the reviewer to determine where a particular product is to be used. F. Deliver samples required by the detailed specifications to the project site. Provide a minimum of two (2) samples. G. Construct mock-ups from the actual products to be used in construction per detailed specifications. H. Submit color charts and samples for every product requiring color, texture or finish selection. 1. Submit all color charts and samples at one time. 2. Do not submit color charts and samples until all record data have been submitted of shop drawings for the products have been approved. 3. Submit color charts and samples not less than thirty (30) days prior to when these products are to be ordered or released for fabrication to comply with the schedule for construction of the project. I. Submit Contractor's Modification Request per Section 01040, PROJECT ADMINISTRATION to request modification to the Contract Documents. Submittals PSCO8326B - Lake Alan Henry Pipeline — Contract A 01300-3 J. The number of copies of each submittal to be sent by the Contractor and the number of copies of each submittal to be returned are: Prefix Description No. of Copies Sent No. o Copies Returned M Contractor's Modification Request 4 1 R Certified Test Report 3 0 EIR ui ment Installation Report 3 0 NB Notification bx Contractor 3 1 M Pre imina anus s 4 1 M final O&M Manuals 4 0 PR Payment Request 5 1 PP Project Photographs 2 0 RD RecordData 3 0 I Request for Information 3 1 SAM bample 2 0 D Shop Drawings 5 1 chedule ot Progress 3 0 K. Submit an electronic copy of each submittal through the Freese and Nichols, Inc. FNManager Pro website at https:Hproiectdox.freese.com/projectdox. The Contractor will be provided access to log onto the FNManager website to post submittal documents and check the status of submittals. The complete contents of each submittal, including associated drawings product data, etc., shall be submitted in Adobe Acrobat PDF format, or other format approved by Engineer. 1.05 REVIEW PROCEDURES A. Shop drawings shall be reviewed in the order received. 1. The Contractor may mark submittals as "Priority" for review. Contractor should use discretion in the use of "Priority" submittals as this may delay the review of submittals previously submitted. 2. Priority submittals will be reviewed before other submittals for this project which have been received but not reviewed. 3. Revise the Schedule of Contractor's Submittals for substantial deviations from the previous schedule. B. Review procedures vary with the type of submittal as described in Paragraph 1.06. 1.06 SUBMITTAL REQUIREMENTS A. Shop drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection or installation of the product without additional detailed information from the product's manufacturer. 1. Shop drawings are requested so that the Engineer can: a. Assist the Owner in selecting colors, textures or other aesthetic features. b. Compare the proposed features of the product with the specified features so as to advise the Owner that the product does, in general, conform to the Contract Documents. c. Compare the performance features of the proposed product with those specked so as to advise the Owner that it appears that the product will meet the designed performance criteria. d. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. 2. Contractor shall certify that he has reviewed the shop drawings and made all necessary corrections such that the products, when installed, will be in full compliance with the Submittals 01300-4 PSCM32514 - Lake Alan Henry Pineline — Contract A Contract Documents per Section 00800, Supplementary Conditions. Shop drawings submitted without this certification will be returned without review. 3. Submit shop drawings for: a. Products indicated in the submittal schedule following this section. b. When a substitution or equal product is proposed in accordance with Paragraph 1.08 of this Section. 4. Include a complete description of the material or equipment to be furnished. Information is to include: a. Type, dimensions, size, arrangement, model number, and operational parameters of the components. b. Weights, gauges, materials of construction, external connections, anchors, and supports required. c. Performance characteristics, capacities, engineering data, motor curves, and other information necessary to allow a complete evaluation of mechanical components. d. All applicable standards such as ASTM or Federal specification numbers. e. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings. f. Wiring and piping diagrams and related controls. g. Mix designs for concrete, asphalt, or other materials proportioned for the project. h. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the submittal that the measurements represent actual dimensions obtained at the site. 5. All required statements of certification, guarantees, extended service agreements, and other related documents are to be provided with the shop drawing. The effective date of these documents shall be the date of acceptance of the work by the Owner. 6. Comments will be made on items called to the attention of the Engineer for review and comment. Any marks made by the Engineer do not constitute a blanket review of the submittal or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. a. Submittals that are reviewed shall be returned with one or more of the following designations: 1) Approved - Submittal is found to be acceptable as submitted. 2) Approved as Noted - Submittal is acceptable with corrections or notations made by Engineer and may be used as corrected. -. 3) Revise and Resubmit - Submittal has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. 4) Not Approved - Products are not acceptable. b. Drawings with a significant or substantial number of markings by the Contractor may be marked "Approved as Noted" and "Revise and Resubmit". These drawings are to i be revised to provide a clean record of the submittal. c. Dimensions or other data that do not appear to conform to the Contract Documents will be marked as "At Variance With" (AVW) the Contract Documents or other information provided. The Contractor is to make revisions as appropriate to comply with Contract Documents. B. Certifications, Warranties and Service Agreements include documents as specified in the detailed specifications, as shown in the submittal schedule or as follows: 1. Certified Test Reports (CTR) - A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the specifications. (Refer to Section 01400, QUALITY CONTROL.) 2. Certification of Local Field Service (CLS) - A certified letter stating that field service is available from a factory or supplier approved service organization located within a 300 mile radius of the project site. List names, addresses, and telephone numbers of approved service organizations on or attach to the certificate. 3. Extended Warranty (EW) - A guarantee of performance for the product or system beyond the normal one (1) year warranty described in the General Conditions. Issue the warranty certificate in the name of the Owner. Submittals PSC08325B - Lake Alan Henry Pipeline — Contract A 01300-5 4. Extended Service Agreement (ESA) - A contract to provide maintenance beyond that required to fulfill requirements for warranty repairs, or to perform routine maintenance for a definite period of time beyond the warranty period. Issue the service agreement in the name of the Owner. 5. Certification of Adequacy of Design (CAD) - A certified letter from the manufacturer of the equipment stating that they have designed the equipment to be structurally stable and to withstand all imposed loads without deformation, failure, or adverse effects to the performance and operational requirements of the unit. The letter shall state that mechanical and electrical equipment is adequately sized to be fully operational for the conditions specified or normally encountered by the product's intended use. 6. Certification of Applicator/Subcontractor (CSQ) - A certified letter stating that the Applicator or Subcontractor proposed to perform a specified function is duly designated as factory authorized and trained for the application of the specified product. C. Submit record data to provide information to allow the Owner to adequately identify the products incorporated into the project and allow replacement or repair at some future date. 1. Provide record data for all products. Record data is not required for items for which shop drawings and/or operations and maintenance manuals are required. 2. Provide information only on the specified products. Submit a Contractor's Modification Request for approval of deviations or substitutions and obtain approval by Field Order or Change Order prior to submitting Record Data. 3. Provide the same information required for shop drawings. 4. Record data will be received by the Engineer, logged, and provided to Owner for his record. a. Record data may be reviewed to see that the information provided is adequate for the purpose intended. Inadequate drawings may be returned as unacceptable. b. Record data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. D. Provide samples for comparison with products delivered to the site for use on the project. 1. Samples shall be of sufficient size and quantity to clearly illustrate the functional characteristics of the product, with integrally related parts and attachment devices. 2. Indicate the full range of color, texture, and patterns. -3. Dispose of samples when related work has been completed and approved, and disposal is requested by the Engineer. At Owner's option samples will become the property of the Owner. E. Construct mock-ups for comparison with the work being performed. 1. Construct mock-ups of the size or area indicated in the detailed specifications. 2. Construct mock-ups complete with texture and finish to represent the finished product. 3. Protect mock-ups until work has been completed and accepted by the Owner. 4. Dispose of mock-ups when related work has been completed and disposal is approved by the Engineer. F. Submit Operation and Maintenance manuals (O&M) for all equipment, mechanical devices, or components described in the Contract Documents per Section 01730, OPERATION AND MAINTENANCE MANUALS. Include copies of approved shop drawings in the manual. G. Submit Request For Information (RFI) in accordance with Section 01040, PROJECT ADMINISTRATION. H. Submit a Schedule of Values and Payment Requests (PR) in accordance with Section 01130, MEASUREMENT AND PAYMENT. I. Submit Progress Schedules (SCH) in accordance with Section 01310, PROGRESS SCHEDULES. Submittals 01300-6 PSCO8325B - Lake Alan Henry Pioeline — Contract A J. Submit Certified Test Reports (CTR) from independent testing laboratories in accordance with Section 01400, QUALITY CONTROL. s ` 1. Submit test reports for material fabricated for this project with shop drawings for that product. a 2. Submit test reports produced at the point of production for standard production products with the record data for that product. K. Submit a list of Suppliers and Subcontractors as Record Data in accordance with Section 01040, PROJECT ADMINISTRATION. L. Submit Notifications by Contractor (NBC) in accordance with Section 01040, PROJECT ADMINISTRATION. M. Submit Project Photographs (PP) in accordance with Section 01380, PROJECT PHOTOGRAPHS. 1.07 REQUESTS FOR DEVIATION A. Submit requests for deviation from the Contract Documents for any product that does not fully comply with the specifications. B. Submit request by Contractor's Modification Request (CMR) per Section 01040, PROJECT ADMINISTRATION. Identify the deviations and the reason the change is requested. C. Deviations that result in a reduction in cost shall also include the amount of the reduction to the Owner. D. A Change Order or Field Order will be issued by the Engineer for deviations approved by the Owner. Deviations from the Contract Documents may only be approved by Change Order or Field Order. 1.08 SUBMITTALS FOR EQUAL NON -SPECIFIED PRODUCTS A. The products of the listed suppliers are to be furnished where detailed specifications list several manufacturers but do not specifically list "or equal" or "or approved equal" products. Use of any products other than those specifically listed is a substitution and must be approved per Paragraph 1.09. B. Contractor may submit other manufacturers' products that are in full compliance with the specification where detailed specifications list one or more manufacturers followed by the phase "or equal" or "or approved equal". 1. Submit shop drawings of adequate detail to document that the proposed product is equal or superior to the specked product. 2. Prove that the product is equal. It is not the Engineer's responsibility to prove the product is not equal. a. Indicate on a point by point basis for each specified feature that the product is equal to the Contract Document requirements. b. Make a direct comparison with the specified manufacturer's published data sheets and available information. Provide this printed material with the submittal. c. The decision of the Engineer regarding the acceptability of the proposed product is final. 3. Provide a typewritten certification that, in furnishing the proposed product as an equal, the Contractor: a. Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. b. Has determined that the product will perform in the same manner and result in the same process as the specified product. Submittals 01300-7 PSCO8325B - Lake Alan Henry Pipeline — Contract A �_ e c. Will provide the same warranties and/or bonds for the product specified. y: d. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the product into the construction and will waive all claims for additional work which may be necessary to incorporate the product into the project which may subsequently become apparent. I e. Will maintain the same time schedule as for the specified product. 4. A modification request is not required for any product that is in complete compliance with the Contract Documents. 1.09 SUBMITTALS FOR SUBSTITUTIONS A. Substitutions are defined as any product that the Contractor proposes to provide for the Project in lieu of the specified product. B. If the Contractor desires to submit a manufacturer or product which is not specified, the Contractor must submit the following for consideration of approval of the substitution: 1. Contractor's Modification Request for deviation from the Contract Documents per Paragraph 1.07. 2. Prove that the product is acceptable as a substitute. It is not the Engineer's responsibility to prove the product is not acceptable as a substitute. a. Indicate on a point by point basis for each specified feature that the product is acceptable to meet the intent of the Contract Documents requirements. b. Make a direct comparison with the specified manufacturer's published data sheets and available information. Provide this printed material with the submittal. c. The decision of the Engineer regarding the acceptability of the proposed substituted product is final. 3. Provide a typewritten certification that, in making the substitution request, the Contractor: a. Has determined that the substituted product will perform in substantially the same manner and result in the same ability to meet the specified performance as the specified product. b. Will provide the same warranties and/or bonds for the substituted product as specified or as would be provided by the Manufacturer of the specified product. c. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the substituted product into the project and will waive all claims for additional work which may be necessary to incorporate the substituted product into the project which may subsequently become apparent. d. Will maintain the same time schedule as for the specified product. C. Engineering cost for review of substitutions will be paid by the Contractor. 1. Cost for additional review time will be billed to the Owner by the Engineer for the actual hours required for the review and marking of shop drawings by Engineer and in accordance with the rates listed in Item SC-46, Section 00800, Supplementary Conditions. 2. Cost for the additional review shall be paid to the Owner by the Contractor on a monthly basis. 1.10 GUARANTEES A. Warranties and guarantees shall be submitted as required by the Contract Documents and submitted with the shop drawings or record data. B. Additional copies will be provided for equipment and will be included in the Operation and Maintenance Manuals. Refer to Section 01730, OPERATION AND MAINTENANCE MANUALS. 1.11 RESUBMISSION REQUIREMENTS Submittals 01300-8 PSG08325B - Lake Alan Henry Pipeline — Contract A A. Make all corrections or changes in the submittals required by the Engineer and resubmit until approved. B. For shop drawings: 1. Revise initial drawings or data and resubmit as specified for the original submittal. 2. Highlight in yellow those revisions which have been made in response to the first review by the Engineer. 3. Highlight in blue any new revisions which have been made or additional details of information that has been added since the previous review by the Engineer. C. For samples: 1. Submit new samples as required for the initial sample. 2. Remove samples which have been rejected. D. For mock-ups: 1. Construct a new mock-up as initially required. 2. Dispose of mock-ups which have been rejected. E. Engineering cost for excessive review of shop drawings will be paid by the Contractor. 1. Excessive review of shop drawings is defined as any review required after the original review has been made and the first resubmittal has been checked to see that corrections have been made. 2. Cost for additional review time will be billed to the Owner by the Engineer for the actual hours required for the review and marking of shop drawings by Engineer and in accordance with the rates listed in Item SC-46, Section 00800, Supplementary Conditions. 3. Pay cost for the additional review to the Owner on a monthly basis as billed by the Owner. 4. Need for more than one resubmission or any other delay of obtaining Engineer's review of submittals, will not entitle the Contractor to an extension of Contract Time. All costs associated with such delays shall be at the Contractor's expense. 1.12 ENGINEER'S DUTIES A. Review the submittals and return with reasonable promptness. B. Affix stamp, indicate approval, rejection, and the need for resubmittal. C. Distribute documents a Submittals PSC08325B - Lake Alan Henry Pipeline — Contract A 01300-9 SUBMITTAL SCHEDULE Spec. S S C C E E C C R O E P" No. Description D A T L W S A S D M I P M R S A D Q R B 02202 Pipeline Excavation and Backfill X 02220 Trench Safety X 02255 Earth Fill Classifications 02256 A re ate Fill Classifications X 02257 Flowable Fill 02270 Seeding X X 02271 Riprap and Bedding Material X 02314 Pipeline Crossing at Highway 70 X 02614 Bar -Wrapped Concrete Cylinder Pie X X X 02626 Steel Pie X X X X 09905 Pi eline Coatings X X X X X 09910 Protective Coatings X X X 13115 Impressed Current Cathodic Protection X X X 13592 Fiber Optic Conduit System Components X X X X X X 15101 Gate Valves X X 15117 Air Release & Air and Vacuum Valves X X 15136 Miscellaneous Valves X END OF SECTION Legend SD Shop Drawing CAD Certificate of Adequacy of Design SAM Sample CSQ Certification of Applicator/Subcontractor CTR Certified Test Report RD Record Data CLS Certification of Local Field Service OM Operation and Maintenance Manuals EW Extended Warranty EIR Equipment Installation Report ESA Extended Service Agreement PPB Process Performance Bond Submittals 01300-10 PSC07271 01310 PROGRESS SCHEDULES 1.00 GENERAL 1.01 REQUIREMENTS A. Prepare and submit a progress schedule for the work and update the schedule on a monthly basis for the duration of the project. B. Provide schedule in adequate detail to allow Owner to monitor the work progress, to anticipate the time and amount of progress payments, and to relate submittal processing to sequential activities of the work. C. Incorporate and specifically designate the dates of anticipated submission of submittals and the dates when submittals must be returned to the Contractor into the schedule. D. Assume complete responsibility for maintaining the progress of the work per the schedule submitted. E. Take into consideration when preparing schedule all requirements of Section 01030, SPECIAL PROCEDURES. 1.02 SUBMITTALS A. Submit progress schedules in accordance with Section 01300, SUBMITTALS. Submit schedules within the following times: 1. Preliminary schedule within 10 days after the Notice of Award. The schedule is to be available at the pre -construction conference. 2. Detailed schedule at least 10 days prior to the first payment request. B. Submit progress schedules with requests for partial payment. Schedules may be used to evaluate the requests for partial payment. Failure to submit the schedule may cause delay in the review and approval of progress payments. 1.03 SCHEDULE REQUIREMENTS A. Schedule is to be in adequate detail to: 1. Assure adequate planning, scheduling, and reporting during the execution of the work. 2. Assure the coordination of the work of the Contractor and the various subcontractors and suppliers. 3. Assist in monitoring the progress of the work. 4. Assist in evaluating proposed changes to the contract and project schedule. 5. Assist the Owner in review of Contractor's monthly payment requests. B. Provide personnel with five (5) years minimum experience in scheduling construction work comparable to this project. C. Provide the schedule in the form of a time scaled horizontal bar chart which indicates graphically the work scheduled at any time during the project. The graph is to indicate: 1. Complete sequence of construction by activity. 2. Identification of the activity by structure, location, and type of work. . 3 3. Chronological order of the start of each item of work. 4. The activity start and stop dates. 5. The activity duration. Progress Schedules 01310-1 PSCO8325B - Lake Alan Henry Pipeline — Contract A 6. Successor and predecessor relationships for each activity. Group related activities or use lines to indicate relationships. 7. A clearly indicated critical path. Indicate only one (1) critical path on the schedule. The subsystem with the longest time of completion is the critical path where several subsystems each have a critical path. Float time is to be assigned to other subsystems. 8. Projected percentage of completion, based on dollar value of the work included in each activity as of the first day of each month. D. Submit a separate submittal schedule indicating the dates when the submittals are to be sent to the Engineer. 1. List specific dates submittal is to be sent to the Engineer. 2. List specific dates submittal must be processed in order to meet the proposed schedule. 3. Allow a reasonable time to review submittals, taking into consideration the size and complexity of the submittal, the submission of other submittals, and other factors that may affect review time. 4. Allow time for re -submission of the submittals for each item. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous submittals and for the time lost when submittals are submitted for products that do not meet specification requirements. E. Update the schedule at the end of each monthly partial payment period to indicate the progress made on the project to that date. 1.04 SCHEDULE REVISIONS A. Revise the schedule if it appears that the schedule no longer represents the actual progress of the work. 1. Submit a written report if the schedule indicates that the project is more than thirty (30) days behind schedule. The report is to include: a. Number of days behind schedule b. Narrative description of the steps to be taken to bring the project back on schedule c. Anticipated time required to bring the project back on schedule d. Submit a revised schedule indicating the action that the Contractor proposes to take to bring the project back on schedule. B. Revise the schedule to indicate any adjustments in contract time approved by change order. 1. Revised schedule is to be included with Contract Modification Request and in response to Proposed Contract Modifications by the Owner and Engineer for which an extension of time is requested. 2. Failure to submit a revised schedule indicates that the modification shall have no impact on the ability of the Contractor to complete the project on time and that the cost associated with the change of additional plant or work force have been included in the cost proposed for the modification. C. Updating the project schedule to reflect actual progress is not considered a revision to the project schedule. D. Payment estimates may not be recommended for payment without a revised schedule and if required, the report indicating the Contractor's plan for bringing the project back on schedule. 1.05 FLOAT TIME A. Define float time as the amount of time between the earliest start date and the latest start date of a chain of activities on the construction schedule. Progress Schedules 01310-2 PSC08325B - Lake Alan Henry Pipeline — Contract A B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Contract time cannot be changed by the submission of this schedule. Contract time can only be modified by approved change order. D. Schedule completion date must be the same as the contract completion date. Time between the end of construction and the contract completion date is to be indicated as float time. END OF SECTION Progress Schedules PSC08325B - Lake Alan Henry Pipeline — Contract A 01310-3 01380 PROJECT PHOTOGRAPHS 1.01 WORK INCLUDED A. Furnish an adequate number of photographs of the project site to clearly depict pre-existing conditions. 1. Provide photos looking up station and down station every 500 feet along the pipeline, at all road crossings, and where the pipeline is within 100 feet of structures. 2. Photograph a panoramic view of the entire project site. 3. Photograph significant areas of future construction. 4. Photograph areas of adjacent property, unusual site conditions, or other areas of special concern. B. Furnish an adequate number of photographs of the project site monthly to clearly depict the progress of construction from the last time photographs were taken. 1. Provide a minimum of 24 different views. 2. Photograph significant areas of construction progress. 3. Submit photographs with the monthly pay request. C. Furnish an adequate number of photographs of the project site to clearly depict the completed project. 1. Provide a minimum of 24 different views. 2. Photograph all significant areas of completed construction. 3. Completion photographs are not to be taken until all construction trailers, excess materials, trash and debris have been removed. 4. Employ a professional photographer approved by the Engineer to photograph the project. D. All photographs and an electronic copy on a CD of each photograph taken are to become the property of the Owner. Photographs may not be used for publication, or public or private display without the express written consent of the Owner. 1.02 QUALITY ASSURANCE Photographs shall be clear with proper exposure. New photographs are to be taken immediately if photos of an adequate quality cannot be produced from the negative. Photographs shall be of a quality to permit enlargements. 1.03 SUBMITTALS Submittals shall be in accordance with Section 01300, SUBMITTALS, and shall include: 1. Submit three (3) sets of preconstruction photographs and three (3) sets of each picture taken each month. 2. Submit one (1) set to the Owner, one (1) set to Resident Project Representative, and one (1) set to Engineer. 2.00 PRODUCTS 2.01 PHOTOGRAPHS A. Photographs shall be provided in digital format with a minimum resolution of 1280 X 960 - fine, no digital zoom. B. Photographs shall be taken at locations acceptable to the Owner. t' Project Photographs 01380-1 PSCO8325B - Lake Alan Henry Pipeline — Contract A C. Provide two (2) color copies of each photograph and an electronic copy on a CD of each photograph taken. D. Identify each print on back with: 1. Project name. 2. Date, time, location, and orientation of the exposure. 3. Description of the subject of photograph. E. Submit photograph in clear plastic sheets designed for that purpose. Place only one (1) photograph in each section to allow description on the back to be read without removing the photograph. F. Final photographs are to include, in addition to normal prints, two (2) 8" x 10" glossy color prints for each of ten (10) photographs selected by the Owner. 3.00 EXECUTION 3.01 GENERAL A. The Engineer reserves the right to adjust the number of views taken per month and the actual day the pictures are taken in order to take advantage of construction procedures. B. The views taken will be as approved by the Engineer and may be either interior, exterior, or both. END OF SECTION Project Photographs 01380-2 PSCO8325B - Lake Alan Henry Pipeline — Contract A 1-'' 01400 QUALITY CONTROL 1.00 GENERAL 1.01 CONTRACTOR'S RESPONSIBILITIES A. Control the quality of work produced and verify that the work performed meets the standards of quality established in the Contract Documents. 1. Provide and pay for the services of an approved independent professional materials testing laboratory to insure that products proposed for use fully comply with the Contract Documents. 2. Perform tests as indicated in this and other sections of the specifications. Schedule the time and sequence of testing with the Owner and Engineer. Testing is to be observed by the Owner, Engineer, or designated representative. 3. Inspect the work performed by the Contractor, subcontractors and suppliers. Correct defective work. 4. Inspect products to be incorporated into the project. Provide only those products that comply with the Contract Documents. 5. Verify conformance of the work and products with the Contract Documents before notifying the Owner of need for testing. 6. Provide consumable construction materials of adequate quality to provide a finished product that complies with the Contract Documents. 7. Provide labor, materials, tools, equipment, and related items for testing by the Owner including, but not limited to temporary construction required for testing and operation of new and existing utilities. B. Provide Certified Test Reports on products or constructed works to be incorporated into the project as required by Section 01300, SUBMITTALS. Reports are to indicate that products or constructed works are in compliance with the Contract Documents. C. Provide and maintain a written Quality Control Program that establishes the methods of assuring compliance with the Contract Documents. D. Designate Quality Control personnel at the start of the project. These personnel shall have the authority to monitor the work effectively and to implement and enforce the Quality Control Program. E. Assist the Engineer, Owner, and Owner's testing organization to perform quality assurance activities. 1. Provide access to the work and to the Manufacturer's operations at all times work is in progress. 2. Cooperate fully in the performance of sampling, inspection, and testing. 3. Furnish labor and facilities to: a. Provide access to the work to be tested. b. Obtain and handle samples for testing at the project site or at the source of the product to be tested. c. Facilitate inspections and tests. d. Store and cure test samples. 4. Furnish copies of the tests performed on products. 5. Provide adequate quantities of representative product to be tested to the laboratory at the designated location. 6. Give the Owner adequate notice before proceeding with work that would interfere with testing. 7. Notify the Engineer and the testing laboratory prior to the time that testing is required. Lead time is to be adequate to allow arrangements to be made for testing. w Quality Control 01400-1 PSCO8325B - Lake Alan Henry Pipeline — Contract A 8. Do not proceed with any work until testing services have been performed and results of tests indicate that the work is acceptable. 9. Provide complete access to the site and make Contract Documents available. 10. Provide personnel and equipment needed to perform sampling or to assist in making the field tests. 11. Testing performed by the Owner will be paid for by the Owner. F. Provide a recognized testing laboratory capable of performing a full range of testing procedures complying with the standards or testing procedures specified. The testing lab shall provide certified technicians that are trained and knowledgeable in, in -trench nuclear density testing, sand cone, concrete sampling and testing, ASTM D698 and D1557 proctors at a minimum. Obtain Owner's approval for the testing laboratory before testing is performed. G. Provide personnel certified to perform the test required. H. Should requirements of this Section of the specification conflict with the requirements of the technical specifications, the technical specifications shall govern. 1.02 QUALITY ASSURANCE ACTIVITIES BY THE OWNER A. Quality assurance activities of the Owner and Engineer through their own forces or through contracts with materials testing laboratories and survey crews are for the purpose of monitoring the results of the Contractor's work to see that it is in compliance with the requirements of the Contract Documents. 1. Quality assurance activities of the Owner and Engineer in no way relieves the Contractor of the obligation to perform work and furnish products and constructed work conforming to the Contract Documents. 2. Failure on the part of the Owner or Engineer to perform or test products or constructed works in no way relieves the Contractor of the obligation to perform work and furnish materials conforming to the Contract Documents. 1.03 TESTING FREQUENCY The Contractor shall have a independent certified technician on the jobsite to perform testing a minimum of 8 hours per day when laying pipe and/or backfilling. A. Soils Testing 1. Pothole every 1,000 feet and grab samples at pipe level for materials testing and proctors 2. Take a minimum of three (3) in-trench/pipe zone nuclear density tests for every 500 feet of installed pipe. If less than 500 feet of pipe is installed in one day, the Contractor shall perform the minimum number of tests per day. 3. Take a minimum of three (3) nuclear density tests above the pipe zone for every 1,500 feet of installed pipe. B. Concrete Testing 1. Sample a minimum of three (3) cylinders for every 50 cubic yards of concrete placed. These cylinders shall be tested for strength, one at 7 days, one at 28 days, and one spare. 2. Sample a minimum of three (3) cylinders for every 50 cubic yards of flowable fill placed. These cylinders shall be compressed tested, one at 7 days, one at 28 days, and one spare. C. Welding 1. Provide certified test reports for visual inspections of all welds from an independent Certified Welding Inspector. Quality Control 01400-2 PSCO8325B - Lake Alan Henry Pipeline — Contract A I, 2. Provide certified test reports for magnetic particle testing from an Independent Certified Welding Inspector for every field weld. 1.04 SUBMITTALS A. Submittals shall be in accordance with Section 01300, SUBMITTALS, and shall include: 1. The name of the proposed testing laboratory along with documentation of qualifications, a list of tests that can be performed, and a list of recent projects for which testing has been performed with references from those projects. 2. Test reports per Paragraph 1.07, TEST REPORTS of this specification. 1.05 STANDARDS B. Provide a testing laboratory that complies with the ACIL (American Council of Independent Laboratories) "Recommended Requirements for Independent Laboratory Qualifications". C. Perform testing per recognized test procedures as listed in the various sections of the specifications, standards of the State Department of Highways and Public Transportation, American Society of Testing Materials (ASTM), or other testing associations. Perform tests in accordance with published procedures for testing issued by these organizations. 1.06 DELIVERY AND STORAGE Handle and protect test specimens of products and construction materials at the construction site in accordance with recognized test procedures. 1.07 VERIFICATION TESTING A. Provide verification testing when tests performed by the Owner indicate that materials or the results of construction activities are not in conformance with Contract Documents. B. Verification testing is to be provided at the Contractor's expense to verify products or constructed works are in compliance after corrections have been made. C. Tests must comply with recognized methods or with methods recommended by the Owner's testing laboratory and approved by the Engineer. 1.08 TEST REPORTS A. Test reports are to be prepared for all tests. Tests performed by testing laboratories may be submitted on their standard test report forms. These reports must include the following: a. Name of the Owner, project title and number, equipment installer and general contractor. b. Name of the laboratory, address, and telephone number. c. Name and signature of the laboratory personnel performing the test. d. Description of the product being sampled or tested. e. Date and time of sampling, inspection, and testing. f. Date the report was issued. g. Description of the test performed. h. Weather conditions and temperature at time of test or sampling. I. Location at the site or structure where the test was taken. j. Standard or test procedure used in making the test. k. A description of the results of the test. I. Statement of compliance or non-compliance with the Contract Documents. Quality Control 01400-3 PSC08325B - Lake Alan Henry Pipeline — Contract A m. Interpretations of test results, if appropriate. 2. Submit reports on tests performed by Contractor or his suppliers or vendors on the forms provided in Section 01800, FORMS. B. Distribute copies of the test reports to: No. of Copies Owner 2 Resident Project Representative 1 Engineer 1 Contractor 1 1.09 NON -CONFORMING WORK A. Immediately correct any work that is not in compliance with the Contract Documents or submit a written explanation of why the work is not to be corrected immediately and when the corrective work will be performed. B. Payment for non -conforming work shall be withheld until work is brought into compliance with the Contract Documents. 1.10 LIMITATION OF AUTHORITY OF THE TESTING LABORATORY A. The testing laboratory representatives are limited to providing consultation on the test performed and in an advisory capacity. B. The testing laboratory is not authorized to: 1. Alter the requirements of the contract documents. 2. Accept or reject any portion of the work. 3. Perform any of the duties of the Contractor. 4. Stop the work. 5. Interpret results or make engineering judgments. 2.00 PRODUCTS 2.01 TESTING APPARATUS Furnish testing apparatus and related accessories necessary to perform the tests. 3.00 EXECUTION 3.01 PROTECTIVE COATINGS Test protective coatings per Section 09905, PROTECTIVE COATINGS and Section 09910. 3.02 PIPING SYSTEMS Test pipe per Section 01666 END OF SECTION Quality Control 01400-4 PSC08325B - Lake Alan Henry Pioeline — Contract A 01568 EROSION AND SEDIMENT CONTROL 1.00 GENERAL 1.01 _ WORK INCLUDED Furnish labor, materials, equipment, and incidentals necessary to provide storm water pollution prevention for the duration of the construction period including furnishing, installing, and maintaining erosion and sediment control structures and procedures and properly removing the features when no longer required. Develop, implement, and maintain a storm water pollution prevention plan in compliance with Local, State, and Federal requirements. Provide preventive measures to keep sediment and other pollutants from the construction activity from entering any storm water system, including open channels. Comply with the Texas Commission on Environmental Quality General Permit (TXR150000) for storm water discharges from construction activities under the Texas Pollutant Discharge Elimination System (TPDES) program. This specification provides guidelines and Best Management Practices (BMPs) information for the Contractor to use in adhering to all Local, State, and Federal environmental regulations with respect to storm water pollution prevention during construction activity. 1.02 QUALITY ASSURANCE A. Comply with applicable requirements of all governing authorities having jurisdiction. The Specifications and the Plans are not intended to be prescriptive but rather to convey the intent to provide complete slope protection, erosion control, and storm water pollution prevention for both the Owner's property and adjacent properties. B. The Contractor shall develop and implement a storm water pollution prevention plan in accordance with TCEQ General Permit TXR150000 prior to the beginning of construction activity. C. Storm water pollution prevention measures shall be established prior to the beginning of construction and maintained during the entire length of construction until final stabilization has been achieved for the area protected. D. All land -disturbing activities shall be planned and conducted to minimize the area to be exposed at any one time as well as time of exposure, off -site erosion, sedimentation, and adverse water quality impacts.. E. Surface water runoff originating upgrade of an exposed area shall be managed to minimize erosion and sediment loss during the period of exposure. F. Install measures to control both the velocity and rate of release so as to minimize erosion and sedimentation of the receiving water body (i.e., ditch, channel, stream) in accordance with regulatory requirements and as directed by the Owner, the Engineer, or the Owner's Representative. G. Periodically clean out and dispose of all sediment and other pollutants as necessary to t maintain adequate treatment capacity of each pollution control feature. Clean out and properly dispose of all sediment and other storm water pollutants at the time of completion of the Work. Storm Water Pollution Prevention During Construction 01568-1 PSCO8325B - Lake Alan Henry Pipeline — Contract A 1.03 JOB CONDITIONS; CODES AND ORDINANCES Comply with the local codes and ordinances. If local codes and ordinances require more stringent or additional storm water pollution prevention measures during construction beyond those required by State and Federal regulations, the Contractor shall provide such measures at no additional cost. 2.00 PRODUCTS 2.01 MATERIALS A. All materials used for storm water pollution prevention shall meet the minimum design and specification requirements identified below for commonly used sediment loss prevention practices (referenced from the North Central Texas Council Of Governments (NCTCOG) integrated Storm Water Management (iSWM) Design Manual for Construction.) The Contractor shall use appropriate control devices to protect against storm water pollution from construction site activity. B. Erosion Control Blankets to hold seed and soil in place until vegetation is established on disturbed areas are subject to the following design criteria: 1. The type and class of erosion control mat must be specified as appropriate for the slope of the area to be protected and the anticipated length of service. 2. Erosion control blankets must meet the applicable Texas Department of Transportation (TxDOT) Minimum Performance Standards for TxDOT as provided in its Erosion Control Report and/or be listed on the most current annual Approved Products list for TxDOT applicable to TxDOT Item 169 Soil Retention Blanket and its Special Provisions. C. Silt Fences for perimeter controls located downstream of disturbed areas are subject to the following design criteria: 1. If 50% or less soil by weight passes the U.S. Standard sieve No. 200, select the apparent opening size (A.O.S.) to retain 85% of the soil. 2. If 85% or more of soil by weight passes the U.S. Standard sieve No. 200, silt fences shall not be used unless the soil mass is evaluated and deemed suitable by a soil scientist or geotechnical engineer concerning the erodibility of the soil mass, dispersive characteristics, and the potential grain -size characteristics of the material that is likely to be eroded. 3. Silt fence fabric must meet the following minimum criteria: a. Tensile Strength, ASTM D4632 Test Method for Grab Breaking Load and Elongation of Geotextiles, 90-Ibs. b. Puncture Rating, ASTM D4833 Test Method for Index Puncture Resistance of Geotextiles, Geomembranes, and Related Products, 60-Ibs. c. Mullen Burst Rating, ASTM D3786 Standard Test Method for Hydraulic Bursting Strength of Textile Fabrics -Diaphragm Bursting Strength Tester Method, 280-psi. d. Apparent Opening Size, ASTM D4751 Test Method for Determining Apparent Opening Size of a Geotextile, U.S. Sieve No. 70 (max) to No. 100 (min). e. Ultraviolet Resistance, ASTM D4355. Minimum 70 percent. 4. Filter stone for an overflow structure shall be 1-1/2" washed stone containing no fine material. Angular shaped stone is preferable to rounded shaped stone. 5. Fence posts shall be galvanized steel or equivalent and may be T-section or.L-section, 1.3 pounds per linear foot minimum, and 4 feet in length minimum. Wood Posts may be used depending on anticipated length of service and provided they are 4 feet in length minimum and have a nominal cross section of 2 inches by 4 inches for pine or 2 inches by 2 inches for hardwoods. 6. Silt fence shall be supported by galvanized steel wire fence fabric as follows: a. 4" x 4" mesh size, W1.4/1.4, minimum 14-gauge wire fence fabric; Storm Water Pollution Prevention During Construction 01568-2 PSCO8325B - Lake Alan Henry Pipeline — Contract A b. Hog wire, 12-gauge wire, small openings installed at bottom of silt fence; c. Standard 2" x 2" chain link fence fabric; or d. Other welded or woven steel fabrics consisting of equal or smaller spacing as that listed herein and appropriate gauge wire to provide support. D. Inlet protection used in new developments that include new inlets or roads with new curb inlets or during repairs to existing roadways are subject to the following design criteria: 1. Filter fabric protection shall be designed and maintained in a manner similar to a silt fence. 2. Where applicable, filter fabric, posts, and wire backing shall meet the material requirements specified in the silt fence design requirements. 3. Filter gravel shall be % inch (Block and Gravel Protection) or 1-1/2 to 2 inch (Excavated Impoundment Protection) washed stone containing no fines. Angular shaped stone is preferable to rounded shapes. 4. Concrete blocks shall be standard 8" x 8" x 16" concrete masonry units. E. Stone Outlet Sediment Traps used in situations where flows are concentrated in a drainage swale or channel are subject to the following design criteria: 1. The embankment shall be placed on geotextile fabric meeting the following minimum criteria: a. Tensile Strength, ASTM D4632 Text Method for Grab Breaking Load and Elongation of Geotextiles, 250-lbs. b. Puncture Rating, ASTM D4833 Test Method for Index Puncture Resistance of Geotextiles, Geomembranes, and Related Products, 135-lbs. c. Mullen Burst Rating, ASTM D3786 Standard Test Method for Hydraulic Bursting Strength of Textile Fabrics -Diaphragm Bursting Strength Tester Method, 420-psi. d. Apparent Opening Size, ASTM D4751 Test Method for Determining Apparent Opening Size of a Geotextile, U.S. Sieve No. 20 (max). F. Sediment Basins used as treatment devices for sites with disturbed areas of 10 acres and larger that are part of a common drainage area are subject to the following design criteria: 1. The sediment basin shall have minimum design dewatering time of 36 hours. G. Check Dams used for long drainage swales or ditches to reduce erosive velocities are subject to the following design criteria: 1. Use geotextile filter fabric under check dams exceeding 18 inches in height. The fabric shall meet the material specified for the Stone Outlet Sediment Trap discussed above. 2. Rock Check Dams a. Stone shall be well graded with size range from 1-1/2 to 3-1/2 inches in diameter depending on expected flows. b. Rock Check Dams should be triangular in cross section with side slopes of 1:1 or flatter on the upstream side and 2:1 or flatter on the downstream side. 3. Sand Bag Check Dams a. Sand Bag Check Dams should have a maximum flow through rate of 0.1 cfs per square foot of surface with a minimum top width of 16 inches and bottom width of 48 inches. Bags should be filled with coarse sand, pea gravel, or filter stone that is clean and free of deleterious material. b. Bag length shall be 24-inches to 30-inches, width shall be 16-inches to 18-inches and thickness shall be 6-inches to 8-inches and having an approximate weight of 40- pounds. c. Bag material shall be polypropylene, polyethylene, polyamide, or cotton burlap woven fabric, minimum unit weight 4-ounces-per-square-yard, Mullen burst strength exceeding 300-psi as determined by ASTM D3786 Standard Test Method for Hydraulic Bursting Strength of Textile Fabrics -Diaphragm Bursting Strength Tester Method, and ultraviolet stability exceeding 70 percent. Storm Water Pollution Prevention During Construction 01568-3 PSC08325B - Lake Alan Henry Pipeline — Contract A d. PVC pipes may be installed through the Sand Bag Dam near the top to allow for controlled flow through the dam. Pipe should be schedule 40 or heavier polyvinyl chloride (PVC) having a nominal internal minimal diameter of 4 inches. H. Stabilized Construction Entrances used for sites in which significant truck traffic occurs on a daily basis are subject to the following design criteria: 1. The geotextile fabric must meet the following minimum criteria: a. Tensile Strength, ASTM D4632 Test Method for Grab Breaking Load and Elongation of Geotextiles, 300-lbs. b. Puncture Strength, ASTM D4833 Test Method for Index Puncture Resistance of Geotextiles, Geomembranes, and Related Products, 120-lbs. c. Mullen Burst Rating, ASTM D3786 Standard Test Method for Hydraulic Bursting Strength of Textile Fabrics -Diaphragm Bursting Strength Tester Method, 600-psi. d. Apparent Opening Size, ASTM D4751 Test Method for Determining Apparent Opening Size of a Geotextile, U.S. Sieve No. 40 (max). I. Stone stabilized entrance pads must meet the more stringent of the requirements listed above or Section 02256 —Aggregate Fill Classification. The stone shall be a minimum of 3 to 5-inch coarse aggregate. J. Filter aggregate must meet the more stringent of the requirements listed above or Section 02256 — Aggregate Fill Classification. K. Geotextile materials must meet the more stringent of the requirements listed above or Section 02263 — Geotextile: Erosion Control. L. Alternative pollution prevention measures selected by the Contractor shall be identified from one or more of the following reference sources, as appropriate for the region of the construction activity: 1. City of Austin Environmental Criteria Manual 2. North Central Texas Council of Governments (NCTCOG) integrated Storm Water Management (iSWM) Design Manual for Construction 3. Harris County/Harris County Flood Control District/City of Houston Storm Water Management Handbook for Construction Activities 3.00 EXECUTION 3.01 PREPARATION A. Prepare a storm water pollution prevention plan (SWPPP) in accordance with applicable permit requirements for construction activity. Develop the SWPPP in conformance with TPDES General Permit (TXR150000) for Storm Water Discharges from Construction Activities and any applicable Local requirements. B. Prepare and implement the SWPPP prior to the beginning of construction activity in accordance with Local, State, and Federal requirements. C. Owner's Representative may require Contractor to install storm water pollution prevention devices and/or practices during construction in addition to those required under the approved storm water pollution plan. Contractor shall remain solely responsible for complying with all Local, State, and Federal requirements. 3.02 INSTALLATION Storm Water Pollution Prevention During Construction 01668-4 PSC08325B - Lake Alan Henry Pipeline — Contract A A. Erosion Control Blankets to hold seed and soil in place until vegetation is established on disturbed areas are subject to the following installation criteria: 1. Prior to the installation of any erosion control matting, all rocks, dirt clods, stumps, roots, trash, and any other obstructions that would prevent the mat from lying in direct contact with the soil shall be removed. Anchor trenching shall be located along the entire perimeter of the installation area, except for small areas with less than 2 percent slope. 2. Installation and anchoring shall conform to the recommendations shown within the manufacturer's published literature for the approved erosion control blanket. Joints and overlapping material shall be securely fastened. 3. After installation, check blankets for uniform contact with the soil, security of the lap joints, and flushness of the staples with the ground. B. Silt Fences for perimeter controls located downstream of disturbed areas are subject to the following installation criteria: 1. Construct fences along a line of constant elevation (along a contour line if possible). 2. Maximum drainage area shall be 0.25 acre per 100 linear feet of silt fence. 3. Maximum flow to any 20 foot section of silt fence shall be 1 CFS. 4. Maximum distance of flow to silt fence shall be 200 feet or less. If the slope exceeds 10 percent, the flow distance shall be less than 50 feet. 5. Maximum slope adjacent to the fence shall be 2:1. 6. Stone overflow structures or other outlet control devices shall be installed at all low points along the fence or spaced at approximately 300 feet if there is no apparent low point. 7. A 6-inch wide trench is to be cut 6 inches deep at the toe of the fence to allow the fabric to be laid below the surface and backfilled with compacted earth or gravel to prevent bypass of runoff under the fence. Fabric shall overlap at abutting ends a minimum of 3 feet and shall be joined such that no leakage or bypass occurs. 8. Sufficient room for the operation of sediment removal equipment shall be provided between the silt fence and other obstructions in order to properly maintain the fence. 9. The ends of the fence shall be turned upstream to prevent bypass of storm water. C. Inlet protection for new developments that include new inlets or roads with new curb inlets or during repairs to existing roadways are subject to the following installation criteria: 1. Maintain barricades, signs, and safety features around the work in accordance with all provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD).when installing inlet protection on publicly traveled streets or in developed areas. Ensure that inlet protection is properly designed, installed, and maintained to avoid flooding of the roadway or adjacent properties and structures. 2. Maximum depth of flow shall be 8 inches or less. 3. Positive drainage is critical in the design of inlet protection. If overflow is not provided for at the inlet, excess flows shall be routed through established swales, streets, or other watercourses to minimize damage due to flooding. 4. Filter Barrier Protection — Silt Fence shall consist of nylon geotextile supported by wire mesh, W1.4 X W1.4, and galvanized steel posts set a minimum of 1 foot depth and spaced not more than 6 feet on center. A 6-inch wide trench is to be cut 6 inches deep at the toe of the fence to allow the fabric to be laid below the surface and backfilled with compacted earth or gravel. This entrenchment prevents any bypass of runoff under the fence. If the inlet is installed within a paved area, provide sufficient material overlap at the base to allow for anchorage of the fabric to the concrete inlet slab by sand bags or other means in order to prevent bypass or runoff under the fence. 5. Block and Gravel Protection (Curb and Drop Inlets) — Concrete blocks are to be placed on their sides in a single row around the perimeter of the inlet, with ends abutting. Openings in the blocks should face outward, not upward. Y2" x %2° wire mesh shall then be placed over the outside face of the blocks covering the holes. Filter stone shall then be piled against the wire mesh to the top of the blocks with the base of the stone being a minimum of 18 inches from the blocks. Alternatively, where loose stone is a concern (streets, etc.), the filter stone may be placed in appropriately sized geotextile fabric bags. Periodically Storm Water Pollution Prevention During Construction 01568-5 PSC08325B - Lake Alan Henry Pipeline — Contract A remove and clean the stone or replace it with new stone when the stone filter becomes clogged. 6. Excavated Impoundment Protection — An excavated impoundment shall be sized to provide a storage volume of between 1800 and 3600 cubic feet per acre of disturbed area. The trap shall have a minimum depth of one foot and a maximum depth of 2 feet as measured from the top of the inlet and shall have sideslopes of 2:1 or flatter. Install weep holes in the inlet walls to allow for the complete dewatering of the trap. When the storage capacity of the impoundment has been reduced by one-half, remove the silt and dispose of it at an approved location. 7. Inlet inserts are commercially available to remove sediment, constituents (pollutants) adsorbed to sediment, and oil and grease. Perform maintenance to remove sediment and debris that could clog the filters. Inlet inserts must have a bypass function to prevent flooding from clogging or high flows. D. Stone Outlet Sediment Traps for situations where flows are concentrated in a drainage swale or channel are subject to the following installation criteria: 1. The maximum drainage area contributing to the trap shall be 10 acres. For larger drainage areas a sediment basin shall be used. 2. The minimum storage volume shall be 1800 cubic feet per acre of disturbed land draining to the device. 3. The surface area of the design storage shall be 1 % of the area draining to the device. 4. The maximum embankment height shall be 6 feet as measured from the toe of the slope on the downstream side. 5. Minimum width of the embankment at the top shall be 2 feet. 6. Embankment slope shall be 1:5:1 or flatter. 7. The embankment shall have a depressed area to serve as the outlet with a minimum width of 4 feet. 8. A six inch minimum thickness layer of % to 2 inch (1%2 inch nominal) well graded filter stone shall be placed on the face of the embankment. 9. The embankment shall be comprised of well graded stone with a size range of 6 to 12 inches in diameter. The stone may be enclosed in wire mesh or a gabion basket and anchored to the channel bottom to prevent washing away. 10. The outlet shall be designed to have a minimum freeboard of 6" at design flow. 11. Geotextile fabric, covered with a layer of stone, shall extend past the base of the embankment on the downstream side a minimum of 2 feet. E. Sediment Basins for treatment devices for sites with disturbed areas of 10 acres and larger that are part of a common drainage area are subject to the following installation criteria: 1. Minimum capacity of the basin shall be the calculated volume of runoff from a 2-year, 24- hour duration storm event. 2. Deposited sediment shall be removed when the storage capacity of the basin has been reduced by 20%. 3. Minimum width of the embankment at the top shall be 8 feet. 4. Embankment slope shall be 3:1 or flatter. 5. Maximum embankment height shall be 6 feet as measured from the toe of slope on the downstream side. Sediment basins with embankments exceeding 6 feet are regulated by the Texas Commission on Environmental Quality (TCEQ) and must meet specific requirements for dam safety. 6. The basin outlet shall be designed to accommodate a 25-year design storm without causing damage to the containment structure. 7. The basin must be laid out such that the effective flow length of the basin should be at least twice the effective flow width. 8. The outlet of the outfall pipe (barrel) shall be stabilized with riprap or other form of stabilization with design flows and velocities based on 25-year design storm peak flows. For velocities in excess of 5 feet per second, velocity dissipation measures should be used to reduce outfall velocities. Storm Water Pollution Prevention During Construction 01568-6 PSC08325B - Lake Alan Henry Pipeline — Contract A 9. The effectiveness of sediment basins may be increased by using baffles to prevent short- circuiting of flow through the basin. F. Check Dams for long drainage swales or ditches to reduce erosive velocities are subject to the following installation criteria: 1. Check Dams shall be placed at a distance and height to allow small pools to form between each one. Typically, dam height should be between 18" and 36". Dams shall be spaced such that the top of the downstream dam is at the same elevation as the toe of the upstream dam. 2. Major flows (greater than 2-year design storm) must pass the check dam without causing excessive upstream flooding. 3. Check dams should be used in conjunction with other sediment reduction techniques prior to releasing flow offsite. G. Stabilized Construction Entrances for sites in which significant truck traffic occurs on a daily basis are subject to the following installation criteria: 1. Stabilized Construction Entrances are to be constructed such that drainage across the entrance is directed to a controlled, stabilized outlet on site with provisions for storage, proper filtration, and removal of wash water. 2. The entrance must be sloped away from the paved surface so that storm water is not allowed to leave the site onto roadways. 3. Minimum width of entrance shall be 15 feet. 4. Stone shall be placed in a layer of at least 12-inch thickness. The stone shall be a minimum of 3 to 5-inch coarse aggregate. 5. Prevent shortcutting of the full length of the construction entrance by installing barriers as necessary.***TREY, I DON'T UNDERSTAND WHAT THIS IS SAYING (SHORTCUTTING BY WHAT)???? 6. Vehicles shall not be permitted to track or drop sediment onto paved roads, streets, or parking lots When necessary, vehicles must be cleaned to remove sediment prior to entrance onto paved areas. When washing is required, it shall be done on a constructed wheel wash facility that drains into an approved sediment trap or sediment basin or other sedimentation/filtration device. 7. Minimum dimensions for the entrance shall be as follows: Tract Area Average Tract Depth Minimum Width of Entrance Minimum Depth of Entrance <1 Acre 100 feet 15 feet 20 feet <5 Acres 200 feet 20 feet 50 feet r—<5 Acres >200 feet 25 feet 75-100 feet H. Install pollution control devices in a manner consistent with their designed intent. 3.03 MAINTENANCE A. Maintain pollution prevention control structures and procedures in full working order at all times during construction. This shall include any necessary repair or replacement of items which have become damaged or ineffective. Remove sediment and other pollutants which accumulate in pollution control devices as necessary to maintain the intended design efficiency for the pollution prevention measure. B. Dispose properly of trash, debris, and other pollutants. C. Place sediment material in approved earth spoil areas or return the sediment material to the area from which it eroded. Storm Water Pollution Prevention During Construction 01568-7 PSC08325B - Lake Alan Henry Pipeline — Contract A D. Maintain pollution prevention structures and procedures until construction is complete for the area protected and until the site achieves final stabilization. Unless more stringently defined by Local, State, or Federal requirements, final stabilization is defined as achieving 70 percent of background vegetative cover or placement of permanent cover, such as concrete or asphalt. E. Upon completion of construction and achievement of final stabilization, properly remove the temporary pollutant control structures and complete the area as indicated. Pollution control devices made of organic materials designed to degrade naturally in place will not require removal, unless specifically required by the Owner, Engineer, or Owner's Representative. F. Erosion Control Blankets shall be inspected regularly (at least as often as required by the TPDES Construction General Permit) for bare spots caused by weather related events. Missing or loosened blankets must be replaced or re -anchored. Also check for excess sediment deposited from runoff. Remove sediment and/or replace blanket as necessary. In addition, determine the source of excess sediment and implement appropriate Best Management Practices (BMPs) to control the erosion. G. Silt Fences shall be inspected regularly (at least as often as required by the TPDES Construction General Permit) for buildup of excess sediment, undercutting, sags, and other failures. Sediment should be removed when it reaches approximately one-half the height of the fence. In addition, determine the source of excess sediment and implement appropriate Best Management Practices (BMPs) to control the erosion. If the fabric becomes damaged or clogged, it shall be repaired or replaced as necessary. H. Inlet Protection shall be inspected regularly (at least as often as required by the TPDES Construction General Permit). When silt fences are also used and the fabric becomes clogged, it should be cleaned or, if necessary, replaced. Also, sediment should be removed when it reaches approximately one-half the height of the inlet protection device. If a sump is used, sediment should be removed when the volume of the basin is reduced by 50%. For systems using filter stone, when the filter stone becomes clogged with sediment, the stones must be pulled away from the inlet and cleaned or replaced. Dispose of clogged filter stone in an approved location. I. Stone Outlet Sediment Traps shall be inspected regularly (at least as often as required by the TPDES Construction General Permit) to check for clogging of the void spaces between stones. If the aggregate appears to be silted in such that efficiency is diminished, the stone shall be replaced. Deposited sediment shall be removed when the depth of sediment is equal to one-third of the height of the embankment as measured from the original toe of slope to the crest of the outlet, or has reached a depth of one foot, whichever is less. The removed sediment shall be stockpiled or redistributed in areas that are protected from erosion. J. Sediment Basins shall be inspected regularly (at least as often as required by the TPDES Construction General Permit) to check for damage and to insure that obstructions are not diminishing the effectiveness of the structure. Sediment shall be removed and the basin shall be regraded to its original dimensions when the capacity of the impoundment has been reduced to 20% of its original storage capacity. The removed sediment shall be stockpiled or redistributed in areas that are protected by erosion and sediment controls. K. Check Dams shall be inspected regularly (at least as often as required by the TPDES Construction General Permit). Remove silt when it reaches approximately 1/3 the height of the dam or 12 inches in height, whichever is less. Storm Water Pollution Prevention During Construction 01568-8 PSC08326B - Lake Alan Henry Pipeline — Contract A L. Stabilized Construction Entrances shall be inspected regularly (at least as often as required by the TPDES Construction General Permit). When sediment has substantially clogged the void area between the rocks, the aggregate mat shall be washed down or replaced. Periodic re- grading and top dressing with additional stone shall be done to keep the efficiency of the entrance from diminishing. If the stabilized construction entrance is not effectively removing sediment from wheels, then a wheel wash shall be implemented. 3.04 FIELD QUALITY CONTROL In the event of conflict between the specified requirements and storm water pollution control laws, rules, or regulations, or other Local, State, or Federal agencies, the more restrictive laws, rules, or regulations shall apply. 3.05 SCHEDULES Prior to start of construction, submit schedules to the Owner and Engineer for accomplishment of t temporary and permanent erosion control work in connection with required clearing and grubbing, grading, construction, and paving. Include a proposed method of erosion and dust control on haul roads and borrow pits and a plan for disposal of waste materials in the submittal. END OF SECTION Storm Water Pollution Prevention During Construction 01568-9 PSC08325B - Lake Alan Henry Pipeline — Contract A 01666 HYDROSTATIC TEST 1.00 GENERAL After the pipeline is installed and backfilled, it shall be subjected to hydrostatic pressure test by raising the pressure to the test pressure indicated on the drawings. Each test plug or bulkhead shall be designed to withstand the test pressure on either side with only atmospheric pressure on the opposite side. The Contractor shall install temporary internal test plugs or bulkheads for hydrostatic tests, except where valves are available for testing. The Contractor is responsible for procuring and purchasing the water for filling and testing the pipeline. The t . Contractor will provide the necessary piping, connections, valves, pressure reducing and backtlow { prevention services required for testing. The Contractor shall coordinate use of water with other Contractors and the Owner. The Contractor shall leave the pipeline full of water upon completion of the hydrostatic test, except where internal test plugs must be removed to allow construction to continue. Water is available at no cost to the Contractor at Lake Alan Henry. The Contractor shall provide, pumps, piping and any appurtenances to retrieve the water. Any refilling due to retesting of the pipeline will require the Contractor to purchase the water from the City of Lubbock. 2.00 PRODUCTS 2.01 MAKEUP WATER DEFINED Makeup water is defined as the quantity of water pumped into the piping to maintain the specified test pressure after it has been filled with water and the air expelled. 3.00 EXECUTION 3.01 DURATION OF TEST The duration of the pressure test shall be eight (8) hours. 3.02 PROCEDURE A. Hydrostatically test the pipeline 28 days after the backfilling has been completed, unless approved by the Engineer. 1. Slowly fill the line with water. Use care to see that all air is vented from the pipeline during filling. Allow the pipeline to stand under a slight pressure for at least 48 hours to allow the mortar lining to absorb water after the pipeline has been completely filled. 2. Examine the test plugs or bulkheads, valves, and air vents for leaks during this period. Stop any leaks found or make provisions for measuring the leakage during the test. 3. Use a water meter to measure the water necessary to maintain the test pressure. Inspect the pipeline right-of-way and all exposed piping during the test to locate any leaks or breaks. The pipeline will not be accepted until or unless the make up water is less than 10 gallons per mile per 24 hours per inch of nominal pipe diameter. C. Furnish all necessary equipment and make tests at no additional cost to the Owner. 3.03 CORRECTIONS OF DEFECTS Any defective joints, cracked or defective pipe, fittings, or valves discovered in consequence of this pressure test shall be repaired with sound material and the test shall be repeated until satisfactory results are obtained. Any and all noticeable leaks shall be repaired regardless of whether the actual leakage is within the allowable. END OF SECTION Hydrostatic Test 01666-1 PSCO8325B - Lake Alan Henry Pipeline — Contract A 01700 CONTRACT CLOSEOUT 1.00 GENERAL 1.01 WORK INCLUDED Comply with requirements of the General Conditions and specified administrative procedures in closing out the Construction Contract. 1.02 SUBMITTALS Submit affidavits and releases on forms shown in Section 01800, FORMS. 1.03 SUBSTANTIAL COMPLETION A. Submit written notification that the work or designated portion of the work is substantially complete to the Engineer when the work is considered to be substantially complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the project will be considered to be complete. B. Engineer shall visit the project site to observe the work within a reasonable time after notification is received to determine the status of completion. C. Engineer shall issue notification to the Contractor that the work is either substantially complete or that additional work must be performed before the project may be considered substantially complete. 1. Engineer shall notify the Contractor in writing of items that must be completed before the project can be considered substantially complete. a. Correct the noted deficiencies in the work. b. Issue a second written notice with a revised list of deficiencies when work has been completed. c. Engineer shall revisit the site and the procedure shall begin again. 2. Engineer shall issue a tentative Certificate of Substantial Completion to the Owner when the project is considered to be substantially complete. Certificate shall include a tentative list of items to be corrected before final payment. a. Owner will review and revise the list of items and notify the Engineer of any objections or other items that are to be included in the list. b. Engineer shall prepare and send to the Contractor a definite Certificate of Substantial Completion with a revised tentative list of items to be corrected or completed. c. Review the list and notify the Engineer in writing of any objections within 10 days of receipt of Certificate of Substantial Completion. 1.04 FINAL INSPECTION A. Submit written certification in the form indicated in Section 01800, FORMS when the project is complete and: 1. Contract Documents have been reviewed. 2. Work has been completed in compliance with the Contract Documents. 3. Equipment and systems have been tested per Contract Documents and are fully operational. 4. Final Operations and Maintenance Manuals have been provided to the Owner and all operator training has been completed. 5. Specified spare parts and special tools have been provided. 6. Work is complete and ready for final inspection. Contract Closeout PSCO8325B - Lake Alan Henry Pipeline — Contract A 01700-1 B. Engineer shall make an inspection with the Owner and appropriate regulatory agencies to determine the status of completeness within a reasonable time after the receipt of the Certificate. C. Engineer shall issue notice that the project is complete or notify the Contractor that work is not complete or is defective. 1. Submit the request for final payment with Closeout submittals described in Paragraph 1.07 if notified that the project is complete and the work is acceptable. 2. Upon receipt of notification from the Engineer that work is incomplete or defective, take immediate steps to remedy the stated deficiencies. Send a second certification to the Engineer when work has been completed or corrected. 3. Engineer shall re -visit the site and the procedure will begin again. 1.05 REINSPECTION FEES A. Pay fees to the Owner to compensate the Engineer for reinspection of the work required by the failure of the work to comply with the claims of status of completion made by the Contractor. B. Owner may withhold the amount of these fees from the Contractor's final payment. Cost for additional inspections will be billed to the Owner by the Engineer for the actual hours required for the inspection and preparation of related reports in accordance with the rates set forth in the Supplementary Conditions. Owner may withhold the amount of these fees from the contractor's Final Payment. 1.06 CLOSEOUT SUBMITTALS TO THE ENGINEER A. Record Drawings per Section 01040, PROJECT ADMINISTRATION. B. Keys and keying schedule. C. Warranties and bonds. D. Evidence of payment or release of liens on the form indicated in Section 01800, FORMS and as required by the General Conditions. E. Consent from Surety to Final Payment. F. Equipment installation reports on equipment. G. Shop drawings, record data, Operations and Maintenance Manuals, and other submittals as required by the Contract Documents. H. Specified spare parts and special tools. 1. Certificates of Occupancy, operating certificates, or other similar releases required to allow the Owner unrestricted use of the work and access to services and utilities. J. Evidence of final, continuing insurance, and bond coverage as required by the Contract Documents. 1.07 FINAL PAYMENT REQUEST A. Submit a preliminary final payment request. This request is to include adjustments to the Contract Amount for: Contract Closeout 01700-2 PSCO8325B - Lake Alan Henry Pipeline — Contract A 1. Approved Change Orders 2. Allowances not previously adjusted by Change Order 3. Unit prices 4. Deductions for defective work that has been accepted by the Owner 5. Penalties and bonuses 6. Deductions for liquidated damages 7. Deductions for reinspection payments per Paragraph 1.05 8. Other adjustments B. Engineer shall prepare a final Change Order, reflecting the approved adjustments to the contract amount which have not been covered by previously approved Change Orders. C. Submit the final application for payment per the General Conditions, including the final Change Order. 1.08 WARRANTIES, BONDS, AND SERVICES AGREEMENTS A. Provide warranties, bonds, and service agreements required by Section 01300, SUBMITTALS or by the individual sections of the specifications. B. The date for the start of warranties, bonds, and service agreements is established per the General Conditions. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. 1. Each document is to be signed by the respective manufacturer, supplier, and subcontractor. 2. Each document is to include: a. The product or work item description b. The firm, with the name of the principal, address, and telephone number c. Scope of warranty, bond or services agreement d. Date, duration, and expiration date for each warranty bond and service agreement e. Procedures to be followed in the event of a failure f. Specific instances that might invalidate the warranty or bond D. Submit two (2) copies of each document to the Engineer for review and transmittal to the Owner. 1. Submit duplicate sets. 2. Documents are to be submitted on 8-1/2" x 11" paper, punched for a standard three-ring binder. 3. Submit each set in a commercial quality three-ring binder with a durable and cleanable plastic cover. The title "Warranties, Bonds, and Services Agreements", the project name and the name of the Contractor are to be typed and affixed to the cover. E. Submit warranties, bonds and services agreements: 1. At the time of final completion and before final payment. 2. Within 10 days after inspection and acceptance for equipment or components placed in service during the progress of construction. 1.09 CLAIMS AND DISPUTES Claims and disputes must be resolved prior to recommendations of final payment. Acceptance and final payment by the Contractor will indicate that any outstanding claims or disputed issues have been resolved to the full satisfaction of the Contractor. END OF SECTION Contract Closeout 01700-3 PSC08325B - Lake Alan Henry Pipeline — Contract A ,, __ 01730 OPERATION AND MAINTENANCE MANUALS 1.00 GENERAL 1.01 WORK INCLUDED A. Prepare a complete and detailed Operation and Maintenance Manual for each type and model of equipment or product furnished and installed under this contract. B. Prepare the manuals in the form of an instruction manual for the Owner. The manual is to be suitable for use in providing operation and maintenance instruction as required. C. Provide complete and detailed information specifically for the products or systems provided for this project. Include the information required to operate and maintain the product or system. D. Manuals are to be in addition to any information packed with or attached to the product when delivered. This information is to be taken from the product and provided as an attachment to the manual. 1.02 SUBMITTALS Submit manuals in accordance with Section 01300, SUBMITTALS. Attach to each manual a copy of the Operation and Maintenance Manual Review Form as shown in Section 01800, FORMS with pertinent information completed. 1.03 GUARANTEES Provide copies of the Manufacturer's warranties, guarantees, or service agreements in accordance with Section 01700, CONTRACT CLOSEOUT. 2.00 PRODUCTS 2.01 MATERIALS A. Print manuals on heavy, first quality paper. 1. Paper shall be 8-1/2" X 11" paper. a. Reduce drawings and diagrams to 8-1/2" X 11" paper size. b. When reduction is not practical, fold drawings and place each separately in a clear, super heavyweight, top loading polypropylene sheet protector designed for ring binder use. Provide a typed identification label on each sheet protector. 2. Punch paper for standard three-ring binders. B. Place manuals in Wilson Jones 385 Line D-Ring Dubllock Presentation Binders. 1. Binders are to have clear front, back, and spine covers. 2. Sheet lifters are to be provided. 3. Minimum size is 2" capacity. Maximum size is 3" capacity. C. Provide tab indexes for each section of the manual. 1. Indexes are to be constructed of heavy-duty paper with a reinforced binding edge and punched with 9/32" holes to fit the binders. 2. Index is to have clear insertable tabs for a typed insert. 2.02 ELECTRONIC MANUAL FORMAT Operation and Maintenance Manuals 01730-1 PSCO8325B - Lake Alan Henry Pipeline — Contract A .z A. Manual contents to be provided on compact disc (CD). 1. Minimum CD storage capacity is 700MB. 2. CD to have read/write capability. B. Provide individual electronic files for each manual. 1. Maximum file size is 5MB. If manual is greater than maximum allowable file size, provide individual files for each major section of manual. 2. Acceptable file types for written documents are Adobe Acrobat (.pdf) or Microsoft Word (.doc) formats. Acceptable file types for drawing files are Awg, Agn. or Awf formats. All files shall be compatible with the latest software version available. 3. Filename shall identify the plant site, plant area, equipment manufacturer, and date equipment placed in service. i.e. WWTP-PC1-Manufacturer-200503.pdf. 4. Each electronic file shall contain a table of contents at the beginning of the file which includes hypertext links or bookmarks to navigate the file contents per section/chapter. 5. Scanned images of written documents are not acceptable. Document must allow character selection. Text within a file shall be transferable to other documents. 6. Drawing files shall have the ability to turn on/off drawing layers within the file. 7. Submit a preliminary version of the electronic format of the manual for review. Upon approval of the preliminary submittal, the Contractor shall provide 3 copies of the electronic manual to the Owner. 3.00 EXECUTION 3.01 MANUAL ORGANIZATION AND CONTENTS A. Provide a Table of Contents listing each section of the manual for each product or system. 1. Identify each product or system using the nomenclature shown in the Contract Documents. 2. Assign a number and letter to each section in the manual. a. Assign a number to each product or system. The number is to correspond to the Owner's equipment numbering system or other system designated by the Engineer. b. A cross reference is to be provided for the Owner's numbering system and designations for equipment indicated in the Contract Documents. c. The letter assigned will represent the part of the manual, consistent with the manual contents as required by Paragraphs 3.02, 3.03, and 3.04. 3. Provide index tabs for each section in the manual. 4. The designation on each index tab is to correspond to the number and letter assigned in the Table of Contents. B. Include only the information that pertains to the product described. Annotate each sheet to: 1. Clearly identify the specific product or component installed. 2. Clearly identify the data applicable to the installation. 3. Delete reference to inapplicable information. C. Supplement manual information with drawings as necessary to clearly illustrate relations of component parts of equipment and systems, and control and flow diagrams. D. Identify each manual by placing a printed cover sheet in the front cover of the binder and as I the first page in the manual. The first page is to be placed in a clear polypropylene sheet i ; protector. The information on first page and the cover page are to include: lJ 1. Name of Owner 2. Project Name ` 1 11 3. Volume number Operation and Maintenance Manuals 01730-2 PSC08325B - Lake Alan Henry Pipeline — Contract A �= .' 4. The Table of Contents for that volume E. Insert the Table of Contents into the spine of each manual. F. Manuals for several products or systems may be provided in the same binder. 1. Sections for each product or system must be included in the same binder. 2. Sections must be in numerical order from volume to volume. G. Correlate the data into related groups when multiple binders are used. H. Fill binders to only 3/4 of its indicated capacity to allowfor addition of materials to each binder by the Owner. 3.02 EQUIPMENT AND SYSTEMS MANUAL CONTENT Manual shall provide the following information: A. A description of the unit and component parts. B. Operating instructions for startup, normal operations, regulation, control, shutdown, emergency conditions, and limiting operating conditions. C. Maintenance instructions including assembly, installation, alignment, adjustment, and checking instructions. D. Lubrication schedule and lubrication procedures. Include a cross reference for recommended lubrication products. E. Troubleshooting guide. F. Schedule of routine maintenance requirements. G. Description of sequence of operation by the Control Manufacturer. H. Warnings for detrimental maintenance practices. 1. Parts lists including: 1. Part numbers for ordering new parts 2. Assembly illustrations showing an exploded view of the complex parts of the product 3. Predicted life of parts subject to wear 4. List of the Manufacturer's recommended spare parts, current prices with effective date and number of parts recommended for storage 5. Directory of a local source of supply for parts with company name, address, and telephone number 6. Complete nomenclature and list of commercial replacement parts J. Outline, cross section and assembly drawings, engineering data, test data, and performance curves. K. Control schematics and point to point wiring diagrams prepared for field installation, including circuit directories of panel boards and terminal strips. L. List of identification nameplates installed on equipment and valve identification per Section 01080, IDENTIFICATION SYSTEMS. a M. Other information as may be required by the individual sections of the specifications. Operation and Maintenance Manuals 01730-3 PSCO8325B - Lake Alan Henry Pipeline — Contract A 3.03 ELECTRICAL AND ELECTRONICS SYSTEMS MANUAL Manual shall provide the following information: A. A description of the systems and component parts. B.. Control schematics and point to point wiring diagrams prepared for field installation. Include circuit directories of panel boards and terminal strips and as installed color coded wiring diagrams. C. Operating procedures, maintenance procedures, and the Manufacturer's printed operating and maintenance instructions. D. List of the Manufacturer's recommended spare parts, current prices with effective date, and number of parts recommended for storage. E. Other information as may be required by the individual sections of the specifications. 3.04 LIST OF SERVICE ORGANIZATIONS Provide a directory of authorized service organizations with company name, address, telephone number, and the contact person for warranty repair. END OF SECTION Operation and Maintenance Manuals 01730-4 PSC08325B - Lake Alan Henry Pipeline — Contract A 01800 FORMS 1.00 GENERAL 1.01 WORK INCLUDED Use the forms following this section for contract administration, making submittals and documentation of test results. A single copy of these forms with project information inserted will be provided to the Contractor at the pre -construction conference. Make additional copies of the forms as required. Contractor may substitute computer generated forms with the approval of the Engineer if these forms include the same information, statements and certifications and the same general format as the forms included in this section. Forms included are listed below: 1. Consent of Surety Company to Final Payment 2. Consent of Surety Company to Reduction of or Partial Release of Retainage. 3. Consent of Surety Company to Payment Procedures 4. Contractor's Affidavit of Payment of Debts and Claims 5. Contractor's Modification Request 6. Contractor's Affidavit of Release of Liens 7. Equipment Installation Report 8. Notification by Contractor 9. Payment Request Forms 1. Attachment "A" - Tabulation of Values for Original Contract Work Performed. 2. Attachment "B" - Tabulation of Values for Approved Change Orders 3. Attachment "C" - Tabulation of Values for Materials on Hand 4. Attachment "D" - Project Summary 10. Pressure Pipe Test Report 11. Protective Coating Test Report 12. Request for Information 13. Shop Drawing Deviation Request Form 14. Submittal Transmittal 15. Concrete Mix Design 1. Attachment "A" — Basis for Mix Design — Field Strength Test Record 2. Attachment "B" — Basis for Mix Design — Trial Mixture END OF SECTION Forms 01800-1 PSCO8325B - Lake Alan Henry Pipeline — Contract A CONSENT OF SURETY COMPANY Freese and 11chols TO FINAL PAYMENT 4.86 / PROJECT: PROJECT NUMBER: OWNER: City of Lubbock PSC08325B CONTRACTOR: ENGINEER: Freese & Nichols, Inc. The Surety Company, on bond of the Contractor listed above for the referenced project, in accordance with the Contract Documents, hereby approves final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to the Owner under the terms of the Contract and as set forth in said Surety Company's bond. In witness whereof, the Surety Company has hereunto set its hand this day of 20 Surety Company By Authorized Representative Title Address: Attach Power of Attorney Fre@Se and NiChOIS CONSENT OF SURETY COMPANY TO REDUCTION OF OR PARTIAL RELEASE OF RETAINAGE 4.661 PROJECT: PROJECT NUMBER: OWNER: City of Lubbock PSC08325B CONTRACTOR: ENGINEER: Freese & Nichols, Inc. The Surety Company, on bond of the Contractor listed above for the referenced project, in accordance with the Contract Documents, hereby approves a reduction of or partial release of retainage to the Contractor in the amount of and agrees that payment of this amount to the Contractor shall not relieve the Surety Company of any of its obligations to the Owner under the terms of the Contract, and as set forth in said Surety Company's bond. In witness whereof, the Surety Company has hereunto set its hand this day of 20_ By: Title: Address: Attach Power of Attorney Surety Company Authorized Representative CONSENT OF SURETY COMPANY TO PAYMENT PROCEDURES Freese ana Nicno�s (4,$6/ PROJECT: PROJECT NUMBER: OWNER: City of Lubbock PSC08325B CONTRACTOR: ENGINEER: Freese & Nichols, Inc. The Surety Company, on bond of the Contractor listed above for the referenced project, in accordance with the Contract Documents, hereby approves schedule of values, payment request form and method of payment for the referenced project. In witness whereof, the Surety Company has hereunto set its hand this day of 20_ M Surety Company Authorized Representative Title Address: Attach Power of Attorney Irm ■� rrccaw Ono ma.nvla PROJECT: OWNER: City of Lubbock CONTRACTOR: ENGINEER: Freese & Nichols, Inc. CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS (4. / PROJECT NUMBER: PSC08325B The Contractor, in accordance with the Contract Documents, hereby certifies that, except as listed below, all obligations for all materials and equipment furnished, for all work labor, and services performed, and for all known indebtedness and claims against the Contractor for damages arising in any manner in connection with the performance of the Contract referenced above for which the Owner or his property might in any way be held responsible have been paid in full or have otherwise been satisfied in full. EXCEPTIONS: (If none, write "NONE". The Contractor shall furnish a bond, acceptable to the Owner, for each exception.) CONTRACTOR BY TITLE Subscribed and sworn to before me this day of Notary Public: My Commission Expires: ,20 rM CONTRACTOR'S MODIFICATION REQUEST PROJECT: PROJECT NUMBER: OWNER: City of Lubbock PSC08325B CONTRACTOR: ENGINEER: Freese & Nichols, Inc. DESCRIPTION: NOTIFICATION BY CONTRACTOR M The Contractor proposes to make the additions, modifications, or deletions to the Work described in the Contract Documents, as shown in Attachment "A" and requests that you take the following action: ❑ Notify us that you concur that this change does not require a change in Contract time or amount and issue a Field Order. ❑ Issue a Change Order for performing the described change. Change in Contract amount is indicated in the attached detailed cost breakdown of labor, materials, equipment and all other costs associated with this change. Impacts on Contract Time are shown in the attached revised schedule. ❑ Authorize the Contractor to proceed with the described change. Payment will be requested at the unit price bid. ❑ Authorize the Contractor to proceed with the change under the time and materials provisions of the Contract. By: Date: CONSTRUCTION MANAGER'S RESPONSE We respond to your request as follows: ❑ We concur that this is a no cost or time change. See attached/forthcoming Field Order No. / comments. ❑ Your proposal is recommended to the Owner. See attached/forthcoming proposed Change Order. ❑ Proceed with the change at the unit price bid. ❑ Proceed with the change under the time and materials provisions of the Contract. ❑ Additional information is required to evaluate this request. Provide information as described in the attached comments and resubmit. ❑ Contractor's Modification Request is not accepted. By: Date: CONTRACTOR'S MODIFICATION REQUEST ATTACHMENT 4.421 1 CONTRACTOR'S AFFIDAVIT OF RELEASE OF LIENS Freese and Nichols PROJECT: PROJECT NUMBER: OWNER: City of Lubbock PSC08325B CONTRACTOR: ENGINEER: Freese & Nichols, Inc. The Contractor, in accordance with the Contract Documents, and in consideration for the full and final payment to the Contractor for all services in connection with the project, does hereby waive and release any and all liens, or any and all claims to liens which the Contractor may have on or affecting the project as a result of its contract(s) for the Project or for performing labor and/or fumishing materials in any way connected with the construction of any aspect of the project. The Contractor further certifies and warrants that all subcontractors of labor and/or materials for the Project, except as listed below, have been paid in full for all labor and/or materials supplied to, for, through or at the direct or indirect request of the Contractor prior to, through and including the date of this affidavit. EXCEPTIONS: CONTRACTOR M Title (If none, write "NONE". The Contractor shall furnish a bond, acceptable to the Owner, for each exception.) Subscribed and sworn to before me this day of , 20 Notary Public: My Commission Expires: rM Freese and Nichols EQUIPMENT INSTALLATION REPORT (4.361 ) PROJECT: PROJECT NUMBER: OWNER: City of Lubbock PSC08325B CONTRACTOR: ENGINEER: Freese & Nichols, Inc. REFERENCE DATA: EIR No.: Description: Specification Section No.: Page No.: Par. No.: Sheet No.: Entitled: Detail Designation: Drawing Attached: ❑ Yes ❑ No EQUIPMENT IDENTIFICATION: Name (from drawings): Identification No.: Unit No.: Manufacturer: Capacity: Model No.: Serial No.: LOCATION: Structure: N/S Coord.: E/W Coord.: Station: Elev.: Date Installation Completed: OPERATOR TRAINING HAS BEEN CONDUCTED ON: ❑ Operation of Equipment ❑ Routine Maintenance ❑ Trouble Shooting ❑ Emergency Procedures ❑ Lubrication Procedures ❑ Start up and Shutdown ❑ Supplementary Instruction/Training Manuals Operator Training Conducted: Dates: No. of Hours Firm/Instructor: EQUIPMENT HAS BEEN CHECKED FOR: ❑ Installation ❑ Lubrication ❑ Alignment ❑ Stress Imposed by Piping and/or Anchor Bolts ❑ Operation under Full Load Conditions ❑ Other Conditions as Specified l hereby certify that l was present when the equipment described above was placed in operation and have inspected, checked and adjusted the equipment as necessary for its proper operation. As an authorized technical representative of the equipment manufacturer, l approve the installation and authorize operation of the equipment. By: Date: Representing: Witnessed by: NOTIFICATION BY CONTRACTOR ........,, a................ 4.75 / PROJECT: PROJECT NUMBER: OWNER: City of Lubbock PSC08325B CONTRACTOR: ENGINEER: Freese & Nichols, Inc. DESCRIPTION: NOTIFICATION IS GIVEN OF THE FOLLOWING: ❑ Concrete Placement Notice ❑ Concrete Testing Request ❑ Soils Testing Request ❑ Mechanical Testing Request ❑ Structural Observation Request Date When Work is to be Accomplished: ❑ Electrical Observation Request ❑ Mechanical Observation Request ❑ Facility Shutdown Request ❑ Request to Work Outside Regular Hours ❑ Other (See Below) Description: Requested by: Date: RESPONSE TO NOTIFICATION: Response by: Date: rM Freese and Nichols PAYMENT REQUEST (4.511 ) PROJECT: PROJECT NUMBER: OWNER: City of Lubbock PSC08325B CONTRACTOR: ENGINEER: Freese & Nichols, Inc. PAYMENT PERIOD FROM: TO: ESTIMATE NO.: SUMMARY OF PAYMENT ESTIMATE VALUES FROM ATTACHED TABULATIONS Original Contract Amount Approved Change Orders Current Contract Amount Total Value of Original Contract Performed (Attachment "A" consisting of _ pages) Extra Work on Approved Change Orders (Attachment "B" consisting of _ pages) Materials on Hand (Attachment "C consisting of _ pages) Total Value of Work to Date Less Amount Retained at % Net Amount Earned on Co—ntract Less Amount of Previous Payments BALANCE DUE THIS STATEMENT Percentage of Contract Paid to Date The undersigned Contractor certifies that all work, including materials on hand, covered by this Periodical Payment has been completed or delivered and stored in accordance with the Contract Documents, that all amounts have been paid by him for work, materials, and equipment for which previous Periodical Payments were issued and received from the Owner, and that the current payment shown herein is now due. Contractor: By Date Subscribed and swom to before me this day of , 20 Notary Public: My Commission expires: Recommended for Payment By: Approved for payment by: Freese and Nichols, Inc. [Owner] [Name] Date [Name] Date Approved for Payment by: Approved for payment by: [Owner] [Owner] [Name] Date [Name] Date - ATTACHMENT "A" PAYMENT REQUEST TABULATION OF VALUES FOR ORIGINAL CONTRACT WORK PERFORMED PROJECT: PROJECT NUMBER: OWNER: City of Lubbock PSC08325B CONTRACTOR: ENGINEER: Freese & Nichols, Inc. PAYMENT PERIOD FROM: TO: ESTIMATE NO: QUANTITY UNIT OF UNIT TOTAL QUANTITY WORK COMPLETED BALANCE OF TOTAL VALUE % OF ITEM NO. DESCRIPTION OF ITEM ORIGINAL MEASURE PRICE CONTRACT THIS FROM PREVIOUS MATERIALS OF WORK WORK ESTIMATE AMOUNT ESTIMATE ESTIMATE ON HAND COMPLETED COMP. TOTAL FOR PAGE/PROJECT :L A TTA CHMENT "B" PAYMENT REQUEST TABULATION OF VALUES FOR APPROVED CHANGE ORDERS PROJECT: PROJECT NUMBER: OWNER: City of Lubbock PSC08325B CONTRACTOR: ENGINEER: Freese & Nichols, Inc. PAYMENT PERIOD FROM- TO: ESTIMATE NO: CHANGE QUANTITY UNIT OF UNIT TOTAL QUANTITY WORK COMPLETED BALANCE OF TOTAL VALUE % OF ORDER/ DESCRIPTION OF ITEM ORIGINAL MEASURE PRICE CONTRACT THIS FROM PREVIOUS MATERIALS OF WORK WORK ITEM No. ESTIMATE AMOUNT ESTIMATE ESTIMATE ON HAND COMPLETED COMP. TOTAL FOR PAGEIPROJECT ATTACHMENT "C" PAYMENT REQUEST TABULATION OF VALUES FOR MATERIALS ON HAND PROJECT: PROJECT NUMBER: OWNER: City of Lubbock PSC08325B CONTRACTOR: ENGINEER: Freese & Nichols, Inc. PAYMENT PERIOD FROM: TO: ESTIMATE NO: ATTCHMENT AAa OR Be ITEM No. TOTAL SCHEDULED VALUE NAME OF SUPPLIER INVOICE NO TOTAL INVOICE AMOUNT THIS ESTIMATE TOTAL STORED MATERIAL AT LAST PAY ESTIMATE AMOUNT INSTALLED TO DATE BALANCE OF MATERIALS ON HAND TOTAL FOR THIS PAGE/PROJECT Irmn Freese and Nichols PRESSURE PIPE TEST REPORT (4. / ) PROJECT: OWNER: City of Lubbock CONTRACTOR: ENGINEER: Freese & Nichols, Inc. DATE: PROJECT NUMBER: PSC08325B REFERENCE DATA: No.: Description: Specification Section No.: Page No.: Entitled: Par. No.: Sheet No.: Detail Designation: Drawing Attached: ❑ Yes ❑ No PIPELINE IDENTIFICATION: System Fluid: Pipe Size: Pipe Material: Identification No.: LOCATION: Structure: N/S Coord.: ENV Coord.: Station: Elev.: Test Section: From: To: Test Fluid Test Pressure Test Time Required Allowable Pressure Loss/Fluid Make-up Test No. Test Time Initial Pressure Final Pressure Pressure Change Fluid Added Test Pass/Fail Tested By Date ATTACHMENT "D" PROJECT SUMMARY PROJECT: PROJECT NUMBER: OWNER: City of Lubbock PSC08325B CONTRACTOR: ENGINEER: Freese & Nichols, Inc. PAYMENT PERIOD FROM: TO: ESTIMATE NO.: CONTRACT TIME SUMMARY Date of Notice to Proceed Original Contract Duration Days Original Date of Contract Substantial Completion Original Date of Contract Final Completion Approved Time Extensions Days Current Contract Duration Days Current Date of Contract Substantial Completion Current Date of Contract Final Completion Days Charged to Project to Date Days Days Remaining in Contract Days Percent of Current Project Duration % Current Scheduled Completion Date Project is (Ahead/Behind) Schedule Days CONTRACT COST SUMMARY Original Contract Amount $ Approved Change Orders $ Current Contract Amount $ Contract Earnings to date on Original Contract $ Earnings on Approved Change Orders $ Materials on Hand $ Total Current Project Amount Earned $ Percent of Contract Earned to Date % Retainage $ Amount Paid to Date $ Percent of Contract Paid to Date % µ3 •, Freese and Nichols PRESSURE PIPE TEST REPORT (4. / ) PROJECT: OWNER: City of Lubbock CONTRACTOR: ENGINEER: Freese & Nichols, Inc. DATE: PROJECT NUMBER: PSC08325B REFERENCE DATA: No.: Description: Specification Section No.: Page No.: Entitled: Par. No.: Sheet No.: Detail Designation: Drawing Attached: ❑ Yes ❑ No PIPELINE IDENTIFICATION: System Fluid: Pipe Size: Pipe Material: Identification No.: LOCATION: Structure: N/S Coord.: ENV Coord.: Station: Elev.: Test Section: From: To: Test Fluid Test Pressure Test Time Required Allowable Pressure Loss/Fluid Make-up Test No. Test Time Initial Pressure Final Pressure Pressure Change Fluid Added Test Pass/Fail Tested By Date _3 R Won Reese and Nichols PROTECTIVE COATING TEST REPORT (4. / ) PROJECT: PROJECT NUMBER: OWNER: City of Lubbock PSC08325B CONTRACTOR: ENGINEER: Freese & Nichols, Inc. DATE: REFERENCE DATA: Report No.: Description: APPLICATION AREA: Item coated (from drawings): Identification No.: Unit No.: LOCATION: Structure: N/S Coord.: ENV Coord.: Station: Elev.: SURFACE PREPARATION: ❑ Shop Primer ❑ Field Blast -Commercial Gray ❑ Field Blast- Near White ❑ Brush Blast ❑ Power Tool & Solvent Cleaning ❑ Field Blast -White Metal COATING APPLICATION: DRY FILM THICKNESS Coat Type Description Color Req- Test Retest (Brand, Series, Name/No.) d Primer Interim Interim Finish CHECKED FOR HOLIDAYS ❑ Not Required ❑ Tested and Defects Marked Date: ❑ Tested and No Defects Discovered Date: Testing By: With: Witnessed by: With: Won Freese ana Nichols REQUEST FOR INFORMATION (4.141 ) PROJECT: OWNER: City of Lubbock CONTRACTOR: ENGINEER: Freese & Nichols, Inc. PROJECT NUMBER: PSC08325B REFERENCE DATA: Specification Section No. Page No. Paragraph No. Drawing No. Detail description: CONTRACTOR REQUESTS: ❑ Information ❑ Interpretation for the items described below or in the attached material referenced below: ❑ Clarification CONTRACTOR'S PROPOSED SOLUTION: REQUESTED BY: DATE: ENGINEER'S RESPONSE: ❑ Information ❑ Interpretation for the items described above or in the attached material referenced: ❑ Clarification RESPONSE BY: DATE: rM Fr®ese and Nichols SHOP DRAWING DEVIATION REQUEST (4,311 PROJECT: PROJECT NUMBER: OWNER: City of Lubbock PSC08325B CONTRACTOR: ENGINEER: Freese & Nichols, Inc. Shop Drawing No. SD- Reference Specification/Drawing: Description: With the exception of the deviations noted below, this Shop Drawing was For Engineer=s Use Only reviewed by the Contractor and was determined to be in strict compliance with the Contract Documents. The Contractor requests that the following specific When executed here by the Engineer, this form becomes Field Order: deviations to the Contract Documents be permitted. FO - on this project, and it is issued to document the deviations approved below by the Engineer. Engineer=s Signature Date Contractor=s Signature Date To Be Completed By Contractor Deviation Item No. Specification No. Description Not Approved Approved By (signature) Date Change Order Required ❑ ❑ ❑ ❑ The deviations to the Contract Documents listed above that are signed by the Engineer are approved. It is the Engineer=s opinion that this approval supplements the Contract Documents pursuant to the provision of General Condition 3.04B in the Contract Documents and does not alter the Contract Price or Contract Time. The Contractor shall notify the Engineer prior to commencing the work should he disagree with the Engineer=s opinion and a change ordershould be requested. Will Freese and Nichols SUBMITTAL TRANSMITTAL (4. / ) PROJECT: PROJECT NUMBER: OWNER: City of Lubbock PSCO8325B CONTRACTOR: ARCHITECT/ENGINEER: Freese & Nichols, Inc. REFERENCE DATA: Contractor's Submittal No. Specification Section: Plan Sheet No.: Description: CONTRACTOR'S CERTIFICATION: I hereby certify that this submittal has been reviewed by the Contractor and is in strict conformance with the Contract Documents as modified by Addenda, Change Orders and Field Orders. CERTIFIED BY: DATE: TYPE # DESCRIPTION #SENT #RET'D STATUS CMR Contractor's Modification Request ❑ Approved ❑ Approved As Corrected ❑ Not Approved ❑ Revise & Resubmit ❑ Filed As Received ❑ Final Distribution ❑ Change Order Issued ❑ Field Order Issued ❑ Recommended For Approval ❑ Returned W/O Review ❑ Add'I Information Required ❑ Cancelled ❑ See Review Comments ❑ Pending Change Order CTR Certified Test Report EIR Equipment Installation Report O&M Operation & Maintenance Manual NBC Notification By Contractor PCM Proposed Contract Modification PR Payment Request PP Project Photographs RD Record Data RFI Request For Information SAM Sample SCH Schedule Of Progress SD Shop Drawing FOR ARCHITECT / ENGINEER'S USE ONLY DATE RECEIVED BY DATE RETURNED BY COMMENTS: DISTRIBUTION REVIEW NO. SENT TO. NO. SENT TO. DEPT. BY DATE SENT DATE RET=D TAspecs\Contract AWiv Wonn=WnTAL TRANSMI TAL.doc Concrete Mix Design PROJECT NAME: FNI PROJECT NUMBER: PROJECT LOCATION: OWNER: GENERAL CONTRACTOR: MIX NUMBER / CLASS: A. Mix Design Cement Fly Ash Other Cementitious Material: Fine Aggregate (Dry Weight) Coarse Aggregate (Dry Weight) Water Water Reducing Admixture High Range Water Reducer Air Entraining Admixture Other Admixture: Slump = Gross Weight = Air Content = Water/Cement Ratio = B. Materials Ib/yd3 Ib/yd3 Ib/yd3 Ib/yd3 Ib/yd3 Ib/yd3 oz/yd3 oz/yd3 oz/yd3 oz/yd3 inches Ib/yd3 SOURCE ASTM TYPE REMARKS Cement Fly Ash Other Cementitious Material: Fine Aggregate Coarse Aggregate Water Water Reducer High Range Water Reducer Air Entraining Other Admixture: Cast -in -Place Concrete 03300-1 C. Determination of Average Strength Required (f,) 1. Test Records Available: A. Summary of Test Records: (Provide supporting documentation.) Test Group No. No. of Consecutive Tests(psi) Specified Strength Standard Deviation (psi) Average Standard Deviation: B. Standard Deviation Modification Factor (ACI 301, Table 4.2.3.3.a) C. Standard Deviation Used Average Compressive Strength Required 2. Test Records Not Available: A. Average Compressive Strength Required (ACI 301, 4.2.3.3.b, if required) D. Documentation of Required Average Compressive Strength (Check One) 1. Field Strength Test Record (ACI 301, 4.2.3.4.a) ■ Complete Attachment A. 2. Trial Mixtures (ACI 301, 4.2.3.4.b) ■ Complete Attachment B. I, certify that the above information is correct and all gradations, cement certifications and test results are located at our place of business for review by the Engineer. NAME: TITLE: COMPANY: Cast -in -Place Concrete 03300-2 Attachment A Documentation of Average Strength — Field Strength Test Record (ACI 301, 4.2.3.4.a) A. Summary of test records: (Provide supporting documentation.) Test Record No. No. of Tests in Record Duration of Record (days) Water- Cementitiou s Materials Ratio Average Strength (Psi) B. Interpolation used? ■ Provide an interpolation calculation or plot of strength versus proportions. C. Submit the following data for each mix: 1. Brand, type and amount of cement. 2. Brand, type and amount of each admixture. 3. Source of each material used. 4. Amount of water. 5. Proportions of each aggregate material per cubic yard. 6. Gross weight per cubic yard. 7. Measured slump. 8. Measured air content. 9. Results of consecutive strength tests. (_m Cast -in -Place Concrete 03300-3 Attachment B Documentation of Average Strength — Trial Mixtures (ACI 301, 4.2.3.4.b) A. Summary of test record(s): Trial 7-day Tests 28-day Tests Water- Air Temp- Mix Cementitiou s Materials Slump (in) Content erature No. of Test Strength No. of Test Strength No. Cylinders (psi) Cylinders (psi) Ratio (°�O) (°F) B. Maximum water-cementitious materials ratio ■ Provide an interpolation calculation or plot of strength versus water-cementitious materials ratio. C. Submit the following data for each mix: 1. Brand, type and amount of cement. 2. Brand, type and amount of each admixture. 3. Amount of water used in trial mixes. 4. Proportions of each aggregate material per cubic yard. 5. Gross weight per cubic yard. 6. Measured slump. 7. Measured air content. 8. Compressive strength developed at 7 days and 28 days, from not less than three test cylinders cast for each 7 and 28 day test. I Cast -in -Place Concrete 03300-4 �aormn Freese and Nichols O & M MANUAL REVIEW REPORT (4.341 PROJECT: PROJECT NUMBER: OWNER: City of Lubbock PSC08325B CONTRACTOR: CONSTRUCTION MANAGER: Freese & Nichols, Inc. REFERENCE DATA: O&M No.: Description: Specification Section No.: Page No.: Par. No.: Sheet No.: Entitled: Detail Designation: Drawing Attached: ❑ Yes ❑ No EQUIPMENT IDENTIFICATION: Name (from drawings): Identification No.: Unit No.: Manufacturer: Capacity: Model No.: Serial No.: LOCATION: Structure: N/S Coord.: E/W Coord.. Station: Elevation: SUBMITTAL: ❑ Preliminary O & M ❑ Final O & M ❑ Revised Final DESCRIPTION OF OPERATION ❑ Equipment Functions ❑ Normal Operating Characteristics ❑ Engineering Data ❑ Limiting Conditions ❑ Safety Conditions EQUIPMENT MANUFACTURER'S RECOMMENDED STEP BY STEP PROCEDURES FOR ❑ Start-up ❑ Normal Operations ❑ Shut Down ❑ Regulation ❑ Control ❑ Emergency Conditions ❑ Limiting Operating Conditions MAINTENANCE INSTRUCTION ❑ Preventive/Routine Maintenance Schedule ❑ Guide to Troubleshooting MAINTENANCE - LUBRICATION ❑ Lubricant Chart ❑ Lubrication Schedule ❑ Cross Reference MAINTENANCE -ASSEMBLY ❑ Exploded View ❑ Cross Sectional Views ❑ Parts List and Number EQUIPMENT MANUFACTURER'S RECOMMENDED STEP BY STEP PROCEDURES FOR ❑ Disassembly ❑ Repair/Parts Replacement ❑ Reassembly ❑ Installation ❑ Alignment/Adjustment/Calibration ❑ Preventive Maintenance Procedures PARTS ❑ Generic Name ❑ Part ID Number ❑ Predicted Life 0 Parts Subject To Wear ❑ Recommended Spare Parts No Text No Text 02110 GENERAL CLEARING AND GRUBBING 1.00 GENERAL 1.01 WORK INCLUDED Provide labor, materials, equipment and incidentals necessary to perform operations in connection with clearing, grubbing, and disposal of cleared and grubbed materials. 1.02 QUALITY ASSURANCE; DEFINITIONS A. CLEARING: Clearing is defined as the removal of trees, shrubs, and bushes, above original ground level. B. GRUBBING: Grubbing is defined as the removal of stumps, roots, boards, logs, and other organic matter found at or below ground level. 2.00 EXECUTION 2.01 PREPARATION A. Mark areas to be cleared and grubbed prior to commencing clearing operations. The Owner's Representative shall approve clearing and grubbing limits prior to commencement of clearing operations. B. Clearly mark ornamental trees and shrubs within the clearing limits, which are to remain, and protect the trees and shrubs from damage during the clearing and grubbing operations. C. The clearing limits shall not extend beyond the project limits. D. Establish the clearing limits as follows: 1. Temporary and permanent Easement E. Establish the grubbing limits as follows: 1. Complete width of permanent easement 2.02 INSTALLATION A. CLEARING Clearing shall consist of the felling, cutting up, and the satisfactory disposal of trees and other vegetation, together with the down timber, snags, brush, rubbish, fences, and debris occurring within the area to be cleaned. B. GRUBBING 1. Grubbing shall consist of the removal and disposal of stumps and roots. 2. Extend grubbing to the depth indicated below: In the case of multiple construction items, the greater depth shall apply. a. Right -of -Way - 24" below existing ground. 2.03 FIELD QUALITY CONTROL A. Timber, logs, roots, brush, rotten wood, and other refuse from the clearing and grubbing operations, may be burned at a location approved by the Landowner and Resident Representative or removed at the Contractor's option from the Owner's property. However, when permitted in writing by the Engineer, disposal of material may be done without the General Clearing and Grubbing 02110-1 PSC08325B - Lake Alan Henry Pipeline — Contract A burning logs and large stumps, as elected by the Contractor. Such permit shall state the conditions covering the disposal of logs and stumps without burning, including the areas of disposal. Burn timber and other refuse to be disposed of at locations approved by the Owner and in a method that does not damage to existing structures, construction in progress, trees, and vegetation. 1. The Contractor shall be responsible for compliance with the Federal, State, County, and Municipal laws and regulations relative to the building of fires. Constantly monitor the disposal by burning until the fires have burned out or have been extinguished. Disposal of materials in streams shall not be permitted and no materials shall be piled in stream channels or in areas where it might be washed away by floods. Timber within the area to be cleared shall become the property of the Contractor, and the Contractor may cut, trim, hew, saw, or otherwise dress felled timber within the limits of the Owner's property, provided timber and waste material is disposed of in a satisfactory manner.] 2. Burn materials weekly during the clearing and grubbing operations, unless permission is granted by the Owner's Representative to store the materials for longer periods. B. Completely remove timber, logs, roots, brush, rotten wood, and other refuse from the Owner's property. Disposal of materials in streams shall not be permitted and no materials shall be piled in stream channels or in areas where it might be washed away by floods. Timber within the area to be cleared shall become the property of the Contractor, and the Contractor may cut, trim, hew, saw, or otherwise dress felled timber within the limits of the Owner's property, provided timber and waste material is disposed of in a satisfactory manner. Materials shall be removed from the site daily, unless permission is granted by the Engineer to store the materials for longer periods. END OF SECTION General Clearing and Grubbing PSC08325B - Lake Alan Henry Pipeline — Contract A 02110-2 02202 PIPELINE EXCAVATION AND BACKFILL 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to excavate and backfill as required for the construction of the facilities to the line, grade and extent indicated. 1.02 SUBMITTALS Submittals shall be in accordance with Section 01300, SUBMITTALS and shall include: A. Certified test reports for embedment material, course gravel, and flexbase. - Certified Test Reports shall be from an independent laboratory provided by contractor. Test reports shall include sieve analysis, soil classification, and Atterburg limits, and soil resistivity tests for embedment material. The Contractors' Independent laboratory will provide field density test and proctors for embedment material. 1.03 STANDARDS The applicable provisions of the following standards shall apply as if written here in their entirety: A. American Society for Testing and Materials standards: ASTM C33 "Specifications for Concrete Aggregates" ASTM D698 "Test Methods for Moisture -Density Relations of Soils and Soil Aggregate Mixtures, Using 5.5-lb Rammer and 12 Inch Drop" ASTM D2487 "Classifications of Soils for Engineering Purposes" ASTM D4253 "Maximum Index Density and Unit Weight of Soils Using Vibratory Tests" ASTM G57 "Method for Field Measurement of Soil Resistivity Using the Wenner Four -Electrode Method" B. American Water Works Association publications: AWWA C151 "Ductile Iron Pipe" AWWA C200 "Steel Water Pipe 6" and Larger" AWWA C301 "Prestressed Concrete Pressure Pipe - Steel Cylinder Type for Water and Other Liquids" AWWA C303 Concrete Pressure Pipe — Bar -Wrapped, "Steel Cylinder Type." C. Texas Highway Department Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, latest edition. 1.04 JOB CONDITIONS A. CLASSIFICATION OF EXCAVATION Excavation shall be "unclassified" and involves the removing of the necessary materials to provide the trench to the required width and depth. The Contractor, prior to submitting a 5 proposal, must satisfy himself as to the actual sub -surface conditions. No extra or separate payments shall be made for rock, dewatering, or any other condition. _a Pipeline Excavation and Backfill 02202-1 PSCO832B — Lake Alan Henry Pipeline — Contract A i._ B. CITY, COUNTY, AND PRIVATE ROAD CROSSINGS Where the work is in the right-of-way of City, County and privately owned roads, the Owner will secure the necessary permits and easements for the work. Work to be performed within the limits of the public right-of-way shall be in full accordance with the requirements of the easements and permits and as requested by the City, County, or private owner. Provide temporary access and detours for roads and driveways cut-off during pipe laying operations. C. PROTECTION OF EXISTING STRUCTURES AND UTILITIES 1. Prior to the start of construction and preparation of pipe layout sheets, the Contractor shall communicate with the local representative of the utility companies including, but not limited to the oil companies, gas company, electric company, telephone company, water utilities, sanitary sewer utilities, and any other public and private utility companies in the location of the proposed construction in order to obtain the assistance of the utility companies in locating utility lines and in the avoidance of conflicts with utility lines. The Contractor shall also contact the "One -Call" system and comply with all applicable rules and regulations. The Contractor shall uncover and determine the elevation and location of conflicts well ahead of the manufacture of the pipe. No additional compensation will be considered for lowering or raising the pipe grade to accommodate existing utilities. The Engineer has shown the estimated location of existing utilities as determined from limited field surveys and record data from utility companies. The fact that some utilities are not shown or are incorrectly shown in no way relieves the Contractor from his responsibility to locate all existing utilities. 2. The Contractor shall advise the Engineer of any existing utilities which are not shown on the plans, incorrectly shown, and which "affect the pipe layout." Contractor shall also propose a resolution of the utility conflict. The Engineer will decide if the existing utility should be relocated, or whether the proposed pipeline location will be revised. If the proposed horizontal alignment of the pipeline is adjusted, an adjustment in contract price will be made by adjusting quantities for the various unit price pay items. If the proposed pipe grade is adjusted by 2 vertical feet or less, no contract price adjustment will be made. If the proposed pipe grade is adjusted by more than two vertical feet, a contract price adjustment will be agreed to per the General Conditions. 3. Utilities which "affect the pipe layout" will be interpreted by the Engineer as follows: a. Utilities which conflict with the grade of the proposed pipe will be interpreted as "affecting the pipe layout." b. Utilities which would conflict with operations and maintenance of the proposed pipe will be interpreted as "affecting the pipe layout " 4. Where excavation endangers adjacent slopes, structures and utilities, the Contractor shall, at his own expense, carefully support and protect such structures and/or utilities so that there shall be no damage. Costs of temporarily or permanently relocating the conflicting utilities shall be borne by the Contractor without extra compensation from the Owner. 5. If in the opinion of the Engineer, concrete backfill is necessary for the support of utility lines crossing trenches, the Engineer may direct 2,000 psi concrete backfill to be used. Payment shall be made to*the Contractor at the unit price bid for the installation of such quantity of the concrete backfill as directed by the Engineer. 1.05 GUARANTEES; MAINTENANCE AGREEMENT Following the certification of completion by the Engineer, maintain paved surfaces, unpaved trench surfaces, ditch settlement, fences, curbs, sidewalks, and gutters, for a period of twelve (12) months thereafter. Material and labor required for the maintenance shall be supplied by the Contractor, and the work shall be done in a manner satisfactory to the Engineer. Pipeline Excavation and Backfill 02202-2 PSC0832B — Lake Alan Henry Pipeline — Contract A 2.00 PRODUCTS 2.01 MATERIALS A. CONCRETE EMBEDMENT, CAP, BLOCKING, AND ENCASEMENT Where concrete embedment, cap, blocking, or encasement is indicated or requested by the Engineer, it shall be 2,000 psi unless otherwise indicated. B. PIPE CLASSIFICATION AND SELECTION OF EMBEDMENT MATERIAL 1. For the purpose of this specification, "rigid pipe" shall be defined as the following: a. All diameters Prestressed Concrete Pressure Pipe (AWWA C301). b. Twenty-four (24") inch and smaller diameters Bar -Wrapped Concrete Cylinder Pipe (AWWA C303). 2. For the purpose of this specification, "semi -rigid pipe" shall be defined as the following: a. Twenty-seven (27") inch and larger diameters Bar -Wrapped Concrete Cylinder Pipe (AWWA C303). b. All diameters Steel Water Pipe (AWWA C200). 3. The Contractor hall use Granular Embedment Material that complies with these Specifications for depths of cover up to 15 feet. Flowable fill shall be used for depths of cover over 15 feet. C. GRANULAR EMBEDMENT MATERIAL Granular embedment material shall be imported sandy gravel or blended sand and crushed rock, free from large stones, clay, and organic material. Embedment material shall be a soil classification of GW, GP, SW, or SP as determined by ASTM D2487. The embedment material shall be such that when wet, the fine material shall not form mud or muck or be dispersive. The embedment material shall be composed of tough durable particles, reasonably free from thin, flat and elongated pieces, and of suitable quality to insure permanence in the trench. The P.I. of the fines shall not exceed 3. Light weight aggregate is not acceptable for granular embedment. Material used for granular embedment shall have a resistivity of not less than 5000 ohms/cm as measured by ASTM G57. GRANULAR EMBEDMENT MATERIAL shall be cohesionless material meeting the following radation reouirements: Sieve Size Sq. Openings Amount Passing Percent by Weight 1 /2" 100 3/8" 85 -100 No. 4 10 - 30 No.8 0- 10 No. 16 0 - 5 D. COARSE GRAVEL Where coarse gravel is required for water drainage, restoration of trench foundation, or other uses, it shall be crushed stone or washer gravel and in compliance with ASTM C33 for Coarse Concrete Aggregate. Gradation shall be ASTM C33 No. 57, No. 67, or as follows: Sieve Size Sq. Openings Amount Passing by Weight 1" 95 -100 3/4" 55 - 85 1 /2" 25 - 50 No. 4 0 - 5 Pipeline Excavation and Backfill 02202-3 PSC0832B — Lake Alan Henry Pipeline _ Contract A Where foundation is extremely poor, Larger coarse gravel shall be used as directed by the Engineer. E. SELECT MATERIAL This material shall consist of soil material with a liquid limit (LL) less than or equal to 40, a plasticity index (PI) less than or equal to 20, a maximum of 70% passing the No. 200 mesh sieve, a minimum of 80% passing the No. 4 mesh sieve, 100% passing a 1.5" square mesh sieve. The material shall be free of organic or other deleterious materials. F. ORDINARY BACKFILL MATERIAL Trench excavated material free from rock fragments and clods larger than 6" greatest dimension. The ordinary material shall be free from organic materials. G. FLEXIBLE BASE COURSE Complying with Item 247 of the Texas Highway Department Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, latest edition, Type A, Grade 1 or 2, Flexible Base (Crushed Stone) or Type C, Grade 2 or 3 (Caliche). H. HOT MIX ASPHALT CONCRETE (HMAC) Complying with Item 340 of the Texas Highway Department Standard Specifications for Road and Bridge Construction, latest edition. I. FLOWABLE FILL Flowable fill shall be as specified in Section 02257, CONTROLLED LOW STRENGTH MATERIAL. 3.00 EXECUTION 3.01 TRENCH EXCAVATION ►smWe3Q14-11 >A 1. Excavate trenches to the alignment, width, and depth as indicated or as required for the proper installation of the pipe. Brace the trench and/or dewater the trench if necessary so that the workmen may work safely and efficiently. 2. Comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. Comply with the requirements of Section 02220, TRENCH SAFETY. 3. Dewater excavations so that the work is performed in the "dry". Bailing, pumping, and dewatering shall be at the Contractor's expense. Use coarse gravel instead of embedment material under the pipe at no extra cost to the Owner to provide for the free drainage and flow of water in the pipe trench, where it is necessary, in order to keep the water level below the pipe barrel and bell holes for joints. The water removed from trenches shall be conducted to natural drainage ways, drains, or storm sewers in such a manner as to prevent damage to adjacent property or to the public. Pumps of ample capacity and in duplicate must be provided to insure that once an excavation is made dry, the water is kept down until that part of the work under construction is completed. 4. It is intended that the line be laid to the grades as shown on the plans. The precise and detailed pipe layout is to be prepared by the Contractor and submitted to the Engineer for information and review. The responsibility for the workability of the detailed layout remains with the Contractor. High points shall be located at air valves and the pipe sections containing air valves shall have a horizontal grade. At drainage crossings, the depth of cut shall be increased to prevent uncovering of the pipe by surface erosion, as Pipeline Excavation and Backfill 02202-4 PSC0832B — Lake Alan Henry Pipeline — Contract A shown on the plans. The location of air valves and blow -off valves is intended to allow easy maintenance and minimum inconvenience to landowners Where unforeseen conditions warrant a revised grade during construction, the Contractor shall submit a revised pipe layout to the Engineer for approval. No intermediate "highs" or "lows" will be allowed in the pipe grade without the approval of the Engineer. E B. PIPE TRENCH 1. For the purpose of this specification, the "pipe zone" shall be defined as the zone from the bottom of the trench to 6" above the top of the pipe 2. The trench walls in the "pipe zone" shall be vertical. 3. Trench width shall be as follows: Pipe Diameter Minimum Trench Width Maximum Trench Width 32" and Pipe O.D. Pipe O.D. Smaller Plus 20" Plus 24" 33" and larger Pipe O.D. Pipe O.D. Plus 24" Plus 36" 4. Trench walls above the pipe zone may be laid back or benched where room permits as necessary to meet the requirements of OSHA. 5. Where the character of the trench walls is loose, unstable, saturated soft clays, quicksand, or otherwise unable to provide adequate side support to maintain the required pipe deflection, the Contractor shall modify the trenching and backfill to keep the pipe within the limits of the specified deflection. The Contractor shall widen the trench excavation one pipe diameter on each side of the pipe. The trench shall then be backfilled with coarse gravel to the top of the pipe. The coarse gravel shall be compacted to 95% maximum density as measured by ASTM D4253. Care shall be used so that the exterior pipe coating is not damaged. Concrete encasement, soil cement, or some other method approved by the Engineer, may be used in lieu of this procedure. Payment shall be made to the Contractor at the unit price bid for the installation of such quantity of coarse gravel as directed by the Engineer. C. PIPE FOUNDATION 1. Excavate the trench to an even grade so that the full length of the pipe barrel is supported and joints make up properly. Excavate the trench to the line and grade indicated and as directed by the Engineer. Grades shall be uniform between high points and low points to eliminate intermediate "highs and lows". 2. For 32" diameter and smaller pipe, the trench shall be "rough cut" a minimum of 4" below the bottom of the pipe. For 33" and larger pipe, the trench shall be "rough cut" a minimum of 6" below the bottom of the pipe. The "rough cut" dimension shall be increased as necessary to provide a minimum clearance of 2" from the bottom of the trench to the bottom of the bells, flanges, valves, fittings, etc. 3. The entire foundation area in the bottom of all excavations shall be firm, stable material. Loose material shall be removed, leaving a clean, flat trench bottom, and material shall not be disturbed below required sub -grade except as hereinafter described. If the subgrade is soft, spongy, disintegrated, or where the character of the foundation materials is such that a proper foundation cannot be obtained at the elevation specified, then when directed by the Engineer the Contractor shall deepen the excavation to a depth where a Pipeline Excavation and Backfill PSC0832B — Lake Alan Henry Pipeline — Contract A 02202-5 satisfactory foundation can be obtained. The sub -grade shall then be brought back to the required grade with course gravel, thoroughly compacted to 95% of maximum density in accordance with ASTM D4253. Payment shall be made to the Contractor at the unit price bid for the installation of such quantity of coarse gravel as directed by the Engineer. D. CORRECTING FAULTY GRADE If the trench is excavated to a faulty grade (at a lower elevation than indicated), correct the faulty grade as specked below: 1. In uniform, stable dry soils, correct the faulty grade with granular embedment material thoroughly compacted to 95% of maximum density. 2. In soft spongy disintegrated soils or where necessary to allow proper drainage, correct the faulty grade with course gravel compacted to 95% of maximum density. 3. No extra payment will be made for coarse gravel or other material to correct faulty grade. E. PIPE CLEARANCE IN ROCK Remove ledge rock, rock fragments, or unyielding shale or marl to provide a clearance of at least 6" below the parts of the pipe, valves or fittings. Provide adequate clearance for properly jointing pipe laid in rock trenches at bell holes. Refill the excavation to grade with granular embedment material. F. BLASTING PROCEDURE Blasting will not be allowed. G. BELL HOLES REQUIRED Bell holes of ample dimension shall be dug in trenches at each joint of pipe to permit the jointing to be made properly, visually inspected, and so that the pipe will rest on the full length of the barrel. Pipe shall have the joints excavated to a sufficient depth to allow proper welding where applicable, cleaning, application, testing and inspection of field applied coating system. H. CARE OF SURFACE MATERIAL FOR REUSE Surface materials such as top soil in its natural state, suitable for reuse in restoring the excavated surface, shall be kept separate from the general excavation material. The top 18" of the trench backfill shall be topsoil. Save the topsoil to be used as backfill of the top 12" of the trench after pipe laying. Where the natural topsoil is less than 18" deep, and with the approval of the Engineer, the Contractor may strip less than 18" of topsoil. I. MANNER OF PILING EXCAVATED MATERIAL Place excavated material so that work is not endangered or interferes with public traffic or other construction. Do not place excavated material over buried pipelines or existing utilities unless adequate provisions are made to protect those pipelines and/or utilities. Roads and driveways must be kept open in every case. Keep drainage channels clear of obstructions or make other satisfactory provisions for drainage. J. TRENCHING BY MACHINE OR BY HAND The use of trench digging machinery is approved except in places where operations of same will cause damage to existing structures or pipelines above or below ground, in which case employ hand methods. K. OPEN TRENCH Owner's Representative shall have the right to limit the amount of trench which may be opened or partially opened at any time in advance of the completed line; and also the amount of trench left not backfilled. Not over 500' of trench in open country or pasture land shall be Pipeline Excavation and Backfill 02202-6 PSC0832B — Lake Alan Henry Pipeline — Contract A opened at any one time, and not more than 150' of trench in populated areas shall be left open unless otherwise permitted in writing by the Owner. Backfill and/or protect trenches as necessary to prevent injury to livestock, adjacent property, and the public. If additional y inspectors are required because of the open trench then the cost shall be borne by the Contractor. Trenches left open overnight in public areas shall be fenced with adequate -, construction fencing. No trenches shall be left open overnight in streets. L. STRUCTURAL EXCAVATION Excavation shall extend a sufficient distance from walls and footings to allow for form installation and inspection, except where concrete for walls and footings is authorized or required to be deposited directly against excavated surfaces. Where excavation, through the fault of the Contractor, is made below the elevation specified or directed by the Engineer, restore the excavation to the proper elevation with stabilized backfill (lean concrete) or other approved material at the Contractor's expense. 3.02 BACKFILLING OF TRENCHES OUTSIDE ROADWAYS AND CULTIVATED FIELDS A. GENERAL This section of the specification is intended to cover the requirements for trench backfill where trench is in open fields, unimproved alleys, fields, and other similar open areas outside of existing or proposed public and private roadways and cultivated fields. B. TIME OF BACKFILLING Backfill operations shall immediately follow pipe jointing, joint coating application, and curing. A minimum of two hours of curing time will be required for curing of exterior joint mortar. C. BRACED AND SHEETED TRENCHES Remove sheeting and shoring as backfilling operations progress. Incorporate methods so that a good bond is obtained between the backfill material and the undisturbed trench walls. D. PROTECTION OF PIPE DURING BACKFILLING OPERATIONS Take the necessary precautions to protect the pipe during backfilling operations. Take care to prevent damage to the pipe or to the pipe coating, and repair any damaged pipe before being "covered up". Backfill the trench to prevent the deformation or otherwise deflection of the cylindrical shape of the pipe by more than the allowable pipe deflection as specified elsewhere. Use methods such as stulling or ellipsing as necessary. E. SITE AND PREPARATION In addition to clearing and grubbing of brush and trees along the right-of-way for this project, alteration to the topography shall be done if indicated on the Plans, at the locations and to the extent shown. F. BACKFILL PROCEDURE IN THE PIPE ZONE FOR SEMI -RIGID PIPE — GRANULAR EMBEDMENT MATERIAL . s 1. For semi -rigid pipe construction, extend the embedment material from the bottom of the trench to 0.7 times the pipe outside diameter. 2. Place the first lift of granular embedment material to a depth slightly above the bottom of pipe grade. Lay pipe on this embedment material to the indicated grade. Provide bell holes to permit the pipe to rest on the full length of the barrel and to permit joint make-up and coating. 3. Place the second lift of embedment material, uniformly on both sides of the pipe to a loose depth of forty percent (0.4) of the outside diameter of the pipe, taking precautions not to disturb the pipe alignment. Compact the second lift of embedment material using heavy vibration or mechanical compaction to produce a uniformly blended and compacted backfill. The Contractor shall use mechanical compaction equipment. Hand held Pipeline Excavation and Backfill 02202-7 PSCO832B — Lake Alan Henry Pipeline — Contract A compaction equipment will not be allowed. Contractor shall take precautions to ensure no voids occur under the haunches of the pipe and to prevent disturbance of the pipe alignment. 4. Place the third lift of granular embedment material in the trench simultaneously and evenly on both sides of the pipe for the full width of the trench to an elevation of slightly above 0.7 times the pipe outside diameter and compact using vibration or mechanical tamping. 5. Compaction of granular embedment in this zone shall be at a minimum of ninety-five percent (95%) Maximum Density in accordance with ASTM D4253. 6. After placement and compaction of the third lift, add additional granular embedment to fill the voids and strike -off the embedment to be level at an elevation of 0.7 times the outside pipe diameter. 7. After placement of the embedment material, deposit select material in the trench simultaneously and evenly on both sides of the pipe for the full width of the trench to the top of the pipe zone. Consolidate this material by mechanical compaction. Compaction in this zone shall be a minimum of ninety-five percent (95%) of Standard Proctor Density. Material directly over the pipe shall be lightly compacted to prevent damage to the pipe. 8. Mechanical compaction of select backfill material shall be in lifts not exceeding 18" loose depth. 9. Perform the mechanical compaction to prevent floating or' damaging the pipe. Relay any pipe which is floated or otherwise disturbed to the original grade at the Contractor's expense. G. BACKFILL PROCEDURE ABOVE PIPE ZONE 1. Mechanical compaction may be utilized. Place the ordinary backfill material above the pipe zone in lifts not exceeding 18" loose depth and compacted to 90% Standard Proctor density in areas outside of cultivated land, existing or proposed roadways. The Contractor shall be responsible for any damage which may occur to the pipe using his method of compaction. H. SURFACE MATERIAL REPLACEMENT 1. The top 18" of the trench backfill shall be composed of the original surface material or topsoil excavated from the trench. Place the topsoil over the consolidated trench backfill material and neatly round over the trench to a sufficient height to allow settlement to grade after consolidation. Grade the surface to allow drainage in the same manner as existed prior to construction. Mounding is not allowed in cultivated fields. 2. Topsoil shall not contain rocks or clods larger than those adjacent to the trench in the undisturbed condition. =3_TO]:t914W-00011UN►(111�'11l113 ill l��1 1. After completion of foundations, walls, etc., remove forms and clean excavation of debris or other objectionable matter prior to placing backfill. Comply with the requirements of 02221 - STRUCTURAL EXCAVATION AND BACKFILL for backfill adjacent to cast -in - place structures. 2. In areas where structures such as slabs, foundations, or pipes are to be constructed on backfill, backfill shall be lean concrete or; flowable fill, unless otherwise indicated. 3. For pre -cast concrete structures, mechanically tamp earth backfill around and over structures, using select material, and placed in layers not to exceed 8", loose thickness. Bring material to within 2% of optimum moisture content and compact each layer to a uniform density of not less than 95% of maximum density as determined by ASTM D698. Laboratory control shall be used to secure compliance with this requirement. J. TRENCH TEST SECTION FOR VERIFICATION OF COMPACTION Acceptable density test results shall be based upon a test section performed by the contractor at the beginning of pipe installation operations. The test section is necessary to verify that the Pipeline Excavation and Backfill 02202-8 PSCOR32B — Lake Alan Henry Pipeline — Contract A contractor's method of placement and compaction of the embedment material will produce the minimum specified density and placement consistency throughout the embedment zone. The test section shall consist of at least one section of pipe. The pipe shall be installed on the prepared bedding and the lifting straps shall be left in place. The contractor shall use his proposed method of placing and compacting the embedment to bring the embedment material up to the spring line of the pipe. Density tests will then be performed in the embedment material near the spring line of the pipe. One length of pipe shall then be carefully removed by the contractor to allow the integrity of the embedment along the haunches and below the pipe to be evaluated visually and by in -place density testing to verify that the contractor's method will achieve the specified density and uniformity of the embedment. This will establish a relationship between the density achieved at the spring line and the density achieved in the haunch area by the contractor's proposed placement and compaction method. The density at the spring line may have to be higher than the minimum specified density in order to achieve the minimum specified density at the haunch area. The density at the spring line required to achieve the minimum specified density in the haunch area shall be the target density at the spring line, but shall be no less than the minimum specified density. Additional test sections shall be performed for all different embedment materials, or if the contractor proposes to change methods of placement and compaction. The means, methods, and techniques of placement and compaction shall be the sole responsibility of the contractor, and the test section will be considered only as a means to verify that the contractor's methods are capable of achieving the specified density throughout the embedment zone. The actual quality of the embedment and backfill, as compacted, shall be the responsibility of the contractor and satisfactory results from the test section(s) and field density tests shall not be considered as a guarantee of the quality of the contractor's embedment and backfill operations. K. INSPECTION AND TEST PITS 1. Excavate test pits after the embedment has been placed and compacted in the pipe zone for the purpose of taking field density tests and inspecting the haunch areas under the pipe for voids. 2. Excavate the test pits to a depth and area of sufficient size to allow the inspector to visually inspect the haunch area of the pipe for voids or loose material next to the pipe and to make a field density test. Provide a safety trench shield to protect the inspector while in the pit. 3. After inspection, backfill and compact the test pit area in accordance with the applicable specification herein. 4. Dig one (1) test pit for inspection of each days work if deemed necessary or may be required more or less frequently as determined by the Owner's representative. Repair and replace areas which are found not to be in compliance with the specification requirements, until satisfactory results are consistently and uniformly attained. 5. Provide special attention to assure that the material flows under the pipe haunches. This may require the removal of pipe joints to observe the results and make density tests. Pipe laying shall not begin until satisfactory results are achieved by the Contractor's proposed method. 3.03 BACKFILL PROCEDURE FOR PUBLIC AND PRIVATE ROADS Trench excavation, pipe laying, backfill within the pipe zone and other general requirements shall be as indicated for trenches outside roadways. Backfill material above the pipe zone for existing roads including City Roads, County Roads, paved or improved private roads, driveways, and any proposed roads as indicated shall consist of Flexible Base Material above the embedment material for.the full depth of the trench. Compact the backfill to 97% maximum density per ASTM D4253. Replace flexbase roads with a minimum of 12" of flexbase material compacted in 6" lifts to 97% Standard Proctor Density. Replace asphalt paved roads with 8" of flexbase material compacted in 4" lifts to 97% Standard Proctor Density and 4" of HMAC. Replace concrete roadways with 3000 psi concrete reinforced equal or better than existing. Saw -cut asphalt roads prior to placement of HMAC. Cut concrete roads back to expose reinforcing prior to replacing Pipeline Excavation and Backfill 02202-9 PSCO832B — Lake Alan Henry Pipeline — Contract A concrete paving. Backfill and compact unimproved field road as per the backfill requirements for open areas, except compact the top 12" to 97% Standard Proctor Density. 3.04 BACKFILL PROCEDURE FOR CULTIVATED FIELDS Backfill and compact cultivated fields as per the backfill requirements for open areas, except compacted in 6" lifts to 97% Standard Proctor Density. Consolidate this material by mechanical compaction within two percent (2%) of optimum moisture content. 3.05 MAINTENANCE OF SURFACES A. ROCK AND ORGANIC MATERIAL EXCLUSION Rock material removed from the trench excavated material may be buried in the easement at locations approved by the inspector and covered with topsoil. Organic material shall be removed from the right-of-way at the Contractor's expense. B. DEFICIENCY OF BACKFILL - BY WHOM SUPPLIED Any deficiency in the quantity of material for backfilling the trenches or for filling depressions caused by settlement shall be supplied by the Contractor at his expense. Make-up material shall be approved by the Owner's representative. C. RESTORATION OF SURFACES Replace surface material and restore paving, curbing, sidewalks, gutters, shrubbery, fences, grass or turf, and other surfaces disturbed, as nearly as possible to a condition equal to that before the work begin. �:ut CelP►�_0100)t� Z�ITi�I 1. Provide sodding at disturbed residential per Specification 02270. 2. Provide seeding in TxDOT right-of-way as specified below. 3. Where seeding is specified, it shall be done between August 15 and June 15. Use sodding in lieu of seeding between June 15 and August 15. Seeding and sodding shall immediately follow backfill and cleanup unless otherwise specified. 4. Surfaces for seeding or sodding shall have a minimum of 12" of topsoil. Apply pelleted or granular fertilizer with a minimum analysis of 16-8-8 at a rate of 400 pounds per acre or equivalent rate if other analysis fertilizer is used. 5. Water seeded and sodded areas as necessary to obtain grass coverage of 95% of area, with no bald areas larger than 10 square feet. 6. Perform seeding and sodding in accordance with the following items of the Texas State Department of Highways and Public Transportation Standard Specifications: a. Item 162: Sodding for Erosion Control b. 162.4 (1) Bermuda Grass - Spot Sodding c. 162.5 Block Sodding d. 162.7 Mulch Sodding e. Item 164: Seeding for Erosion Control f. Item 166 Fertilizer 3.06 CLEAN AND ADJUST Remove surplus pipeline materials, tools, rubbish, trees, and temporary structures, and leave the construction site clean, to the satisfaction of the Engineer. Grade the surface, and re-establish drainage. Removal of rock and other excess excavated material and general leveling and grading of the right-of-way surface to a presentable appearance shall proceed so as to not be further than 2,000' behind the backfilling operations. The Contractor shall be responsible for location of sites for disposal of excess material and the Owner shall make no additional payment for expenses incurred in such disposal. Pipeline Excavation and Backfill 02202-10 PSCO832B — Lake Alan Henry Pipeline — Contract A END OF SECTION Pipeline Excavation and Backfill PSC0832B — Lake Alan Henry Pipeline — Contract A 02202-11 02220 TRENCH SAFETY 1.00 GENERAL 1.01 WORK INCLUDED A. This specification consists of the basic requirements which the Contractor must comply with in order to provide for the safety and health of workers in a trench. This specification is for the purpose of providing minimum performance specifications, and the Contractor shall develop, design, and implement the trench safety system. The Contractor shall bear the sole responsibility for the adequacy of the trench safety system and providing "a safe place to work" for the workman. B. Should the trench safety protection system require wider trenches than specified elsewhere, the Contractor shall be responsible for the costs associated with determining adequacy of pipe bedding and class, as well as, purchase and installation of alternate materials. C. The Contractors trench safety protection system shall also protect adjacent structures from trench caving. 1.02 STANDARDS A. The following standard shall be the minimum governing requirement of this specification and is hereby made a part of this specification as if written in its entirety. B. Occupational Safety and Health Standards - Excavations (29CFR Part 1926), U.S. Department of Labor, latest edition. C. Comply with the applicable Federal, State, and local rules, regulations, and ordinances. END OF SECTION Trench Safety PSC08325B - Lake Alan Henry Pipeline — Contract A 02220-1 02221 STRUCTURAL EXCAVATION AND BACKFILL 1.00 GENERAL •;. ► 9 A. Furnish labor, materials, equipment and incidentals necessary to complete structural excavation, filling, backfilling, and compacting; to provide protection to equipment and cuts; to include backfill material; the construction or installation of cofferdams, and other similar facilities which may be necessary to perform excavations and/or backfilling; to include the necessary pumping, bailing, or associated drainage; to remove and dispose of surplus materials, cofferdams, and debris; and to provide final grading, as required. B. The work does not include excavation, filling, and backfilling for utility lines, manholes, vaults, valve boxes, and related structures. Work shall be performed in accordance with Section 02202, PIPELINE EXCAVATION AND BACKFILL. 1.02 QUALITY ASSURANCE; DEFINITIONS COFFERDAMS: Cofferdam designates any temporary or removable structure constructed to hold the surrounding earth and/or water out of the excavation, whether the structure is formed of soil, timber, steel, concrete, or a combination thereof. It shall be understood also to include the use of pumping wells or well points. 1.03 SUBMITTALS Submittals shall be in accordance with Section 01300, SUBMITTALS and shall include: 1. Structural calculations for cofferdams. Submit calculations for approval by the Engineer prior to i the start of the cofferdam construction. The calculations shall be sealed by a registered professional engineer in accordance with the laws of the state where the project is constructed. The calculations shall be site speck. 2. Backfill material classifications. 3. Certified test reports for compacted backfill. Tests for compacted backfill shall be performed by Owner's representative. 1.04 STANDARDS A. The following publications, referred to hereafter by basic designation only, form a part of this specification as if written herein in their entirety: ASTM D-698 'Test Methods for Moisture -Density Relations of Soils and Soil - Aggregate Mixtures, Using 5.5 lb. Rammer and 12 Inch Drop" ASTM D-1556 'Test Methods for Density of Soil in Place by Sand -Cone Method" ASTM D-2922 'Test Methods for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth)" ASTM D-3017 'Test Method for Moisture Content of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth)" ASTM D-4253 "Test Methods for Maximum Index Density of Soils Using a Vibratory Table" ASTM D-4254 'Test Methods for Minimum Index Density of Soils and Calculation of Relative Density' Structural Excavation and Backfill 02221-1 PSCO8325B - Lake Alan Henry Pipeline — Contract A B. Any other testing required by these specifications and not specifically referenced to a standard shall be performed under ASTM or other appropriate standards as designated by the Engineer. C. References herein or on the drawings to soil classifications shall be understood to be according to ASTM D-2487, Classification of Soils for Engineering Purposes" unless indicated otherwise. 1.05 DELIVERY AND STORAGE Deposit excavated material to be used for backfill in storage piles at points convenient for handling of the material during the backfilling operations. 1.06 JOB CONDITIONS A. Provide subsurface investigations for the information and convenience of the Bidders and the Contractor. B. Review the site and determine the conditions which may affect the structural excavation, prior to the commencement of the excavation. 2.00 PRODUCTS 2.01 MATERIALS A. STRUCTURAL EARTH BACKFILL: Structural backfill shall be Class 4 Earth Fill as specified in Section 02255, EARTH FILL CLASSIFICATIONS. B. STRUCTURAL AGGREGATE BACKFILL: Structural aggregate backfill shall be Class 1 Aggregate Fill as specified in Section 02256, AGGREGATE FILL CLASSIFICATIONS. C. LEAN CONCRETE BACKFILL: Lean concrete shall be AS SPECIFIED IN DRAWINGS. D. TOPSOIL: Topsoil shall be Class 12 Earth Fill as specified in Section 02255, EARTH FILL CLASSIFICATIONS. E. COMPACTED SELECT FILL: Fill shall be Class 5 Earth Fill as specified in Section 02255, EARTH FILL CLASSIFICATION. 2.02 COMPACTION EQUIPMENT Compaction equipment shall conform to the following requirements and shall be utilized as specified herein. A. PNEUMATIC ROLLERS Pneumatic rollers shall have a minimum of four (4) wheels equipped with pneumatic tires. The tires shall be such size and ply as can be maintained at tire pressures between 80 and 100 pounds per square inch for a 25,000 pound wheel load during roller operations. The roller wheels shall be located abreast and be designed so that each wheel will carry approximately equal load in transversing uneven ground. The spacing of the wheels shall be such that the distance between the nearest edges of adjacent tires will not be greater than 50% of the tire width of a single tire at the operating pressure of a 25,000 pound wheel load. The roller shall be provided with a body suitable for ballast loading such that the load per wheel may be varied, from 18,000 to 25,000 pounds. The roller shall be towed at speeds not to exceed ten (10) miles per hour. The character and efficiency of this equipment shall be subject to the approval of the Engineer. B. Vibratory rollers shall have a total static weight of not less than 20,000 pounds, with at least 90% of the weight transmitted to the ground through a single smooth drum when the roller is standing in a level position. The diameter of the drum shall be between 5 and 5.5 feet and the width Structural Excavation and Backfill 02221-2 PSCO8325B - Lake Alan Henry Pipeline — Contract A between 6 and 9 feet. The unsprung weight of the drum, shaft, and internal mechanism shall not be less than 12,000 pounds. The frequency of vibration during operation shall be between 1,100 and 1,500 c.p.m., and dynamic force shall not be less than 40,000 pounds at 1,400 c.p.m. No backing of the vibratory roller will be allowed on the embankment unless the vibrating mechanism is capable of being reversed. Self-propelled and towed vibratory rollers shall be operated at speeds not exceeding 3 miles per hour and 1.5 miles per hour, respectively. -t C. POWER HAND TAMPERS AND VIBRATORY PLATE HAND COMPACTORS Compaction of material in areas where it is impracticable to use a roller or tractor shall be performed with approved power hand tampers, vibratory plate hand compactors, or other approved equipment. Approval shall be based upon performance in a test section. 3.00 EXECUTION 3.01 PREPARATION Clear and grub the area to be excavated prior to the start of excavation. 3.02 EXCAVATION A. When footing concrete or masonry is to rest upon rock, remove the rock to a depth sufficient to expose sound rock. Level off or cut the rock to approximate grades, and roughen the area. When footing concrete or masonry is to rest on an excavated surface other than rock, take care not to disturb the bottom of the excavation, and do not make final removal of the foundation material to grade until just before the concrete is placed. B. For footings where the soil encountered at established footing grade is an unstable material, use the following procedure unless other methods are specified: Remove unstable soil. Carry the excavation at least 1' beyond the horizontal limits of the structure on all sides. Replace the unstable soil with compacted select fill. Place in uniform layers at a suitable depth for compaction. Wet each layer if necessary and compact by rolling or tamping to provide a stable foundation for the structure. C. When unfeasible to construct a stable footing as outlined above, construct footing by the use of special materials, such as flexible base, cement stabilized base, cement stabilized backfill, or other material, as directed by the Engineer. D. Perform excavation to permit surfaces to be brought to final line and grade within + or - 0.1 foot. Restore over -break at the Contractor's expense. In general, perform excavation in open -cut from the surface of the ground and at the line and grade indicated. E. The sides of the excavation, from the bottom of the excavation to the top of the ground shall be supported in accordance with OSHA requirements. Maintain the supports throughout construction. Remove supports after the completion of the work. 3.03 COFFERDAMS A. The interior dimensions of the cofferdams shall provide sufficient clearance for the construction, inspection (inside and outside), and the removal of any forms and to permit pumping outside of the forms. In general, extend sheet pile cofferdams well below the bottom of the footings and brace well. Cofferdams shall be as water -tight as practicable. B. When a concrete seal is required by the plans, base the design on the normal water elevations as indicated. If the foundation concrete can be placed in the dry under construction conditions, the seal shall not be required. If an additional seal is necessary for the conditions existing at the time of construction, increase the seal thickness as necessary. If the conditions existing at the time of construction require a seal for placing the foundation concrete in the dry, and none is provided in the plans, place an adequate seal. Structural Excavation and Backfill 02221-3 PSCO8325B - Lake Alan Henry Pipeline — Contract A C. When the Engineer judges it to be impractical to de -water a cofferdam before placing a concrete seal around piling driven therein, extend the excavation below the footing grade, deep enough to allow for swell of material during pile driving operations. After driving the piling, remove the foundation material that has risen to a level more than 1' above the footing grade. It is the intention of this provision to establish a construction tolerance to be applied when a foundation is being constructed under water. Where possible to de -water the cofferdam without placing a seal, remove the foundation material to exact footing grades after piling are driven. Backfilling in a foundation to compensate for excavation which has been extended below grade shall not be permitted. Fill areas which are below grade with concrete at the time the seals or footings are placed. D. Unless otherwise indicated, remove cofferdams after the completion of the substructure without disturbing or marring the structure. 3.04 DEWATERING OF SITE Pumping or bailing from the interior of any foundation enclosure shall be done in a manner which precludes the possibility of movement of water through or alongside any concrete being placed. No pumping or bailing shall be permitted during the placing of structural concrete, or for a period of at least twenty-four (24) hours thereafter, unless from a suitable sump separated from the concrete work by a water -tight wall. Pumping or bailing during placement of seal concrete shall be only to the extent necessary to maintain a static head of water within a cofferdam. Do not start pumping or bailing to de - water a sealed cofferdam until the seal has aged at least thirty-six (36) hours. 3.05 PLACING OF MATERIAL A. GENERAL Backfill excavated spaces and areas not occupied by the permanent structure, except that no backfill shall be placed against any structure the concrete has reached its 28 day compressive strength or seven (7) days, whichever is longer. Do not place backfill adjacent to support walls until the top slab has been in place at least four (4) days. 2. Take care to prevent wedging action when placing backfill around structures. If backfill is to be placed on two (2) or more sides of the structure or facility, simultaneously place the backfill on all sides to avoid uneven loading on the structure. 3. Do not permit rollers to operate within 3' of structures. B. MOISTURE CONTROL GENERAL The materials in each layer of the fill shall uniformly contain the amount of moisture within the limits specified below necessary to obtain the maximum dry density for the soil. Compact Class 1 and Class 2 Earth Fill with a moisture content of at or within five (5) percentage points wet of optimum moisture content. Compact Class 3, Class 4, and Class 5 Earth Fill with a moisture content within two (2) percentage points dry to five (5) percentage points wet of optimum moisture content. The moisture content ranges specified above for the various classes of earth fill represent maximum upper and lower limits of the particular range. Determination of the maximum dry density -optimum moisture shall be by one (1) or more of the following ASTM procedures: D-1556, D-3017, or D-2922. Completely cohesionless materials which are to be compacted to a specified relative density shall be at a moisture content which will allow use of the specified compaction equipment and consistent achievement of the specified density. 2. MOISTURE CONTROL DURING PLACEMENT Structural Excavation and Backfill 02221-4 natlna,212=0 -I -I,- Aln U---. 011-11— - f-m+r'er+ A _a After spreading the soil, adjust the moisture content of the soil if necessary by either aeration or the addition of water to bring the moisture content within the range specified. Uniformly distribute the moisture content throughout the layer of soil to be compacted. In order to accomplish this distribution, thoroughly mix the layer of soil by discing, harrowing, or by the use of a power -driven pulverizer. Should the surface of a previously compacted layer become dry due to exposure to the elements, appropriately wet surface of the compacted layer prior to placing the succeeding layer of soil, and properly disk or harrow - the surface. Should a layer of soil be over wet, allow the layer to dry to a proper moisture content prior to compacting. Should the surface of a layer become smooth and hard, roughen the surface by scarifying, and wet the surface if necessary prior to placing the next layer of soil. Reprocess any layer which becomes damaged by weather conditions to meet the specification requirements. There shall be no additional payment made for such reprocessing. C. COMPACTION 1. Compaction shall be by power hand equipment or rubber tired equipment, provided the rubber tired equipment does no damage. Compaction by power hand equipment or rubber tired equipment shall be completed such that there will be a 24" overlap by roller compaction. 2. Compact the Class 1 and Class 2 Earth Fill zones by a minimum of eight (8) passes with a tamping roller. Compact the Class 3, Class 4, and Class 5 Earth Fill zones by a minimum of eight (8) passes with a tamping roller or by a minimum of four (4) passes with a tamping roller, followed by a minimum of four (4) passes with a pneumatic roller. A vibratory roller shall be required if the material is sandy and if requested by the Engineer. A pass shall consist of one (1) trip over the area being compacted. The front and rear axle rollers on self propelled models shall only be considered as one (1) pass -per trip. The initial and final area to be rolled shall each have eight (8) passes. Stagger passes between the initial and final area in order to establish overlapping with at least eight (8) passes at all locations. Approve the exact method based upon the test section. Dumping, spreading, sprinkling, and compacting may be performed at the same time at different points along a section where there is sufficient area to permit these operations to proceed simultaneously. 3. Areas of the fill being compacted with power hand tampers or vibratory plate hand compactors shall receive a minimum of eight (8) passes of the equipment with an overlap of 50% of the equipment base plate width. 4. The in -place density of Class 1 through Class 5 Earth Fill shall not be less than 95% of maximum dry density as determined by ASTM D-698, Standard Proctor, except compact the top 12" of fill underneath roadways and parking areas to not less than 100% of maximum dry density as determined by ASTM D-698, Standard Proctor. In areas cut underneath roadways and parking areas scarify and re -compact the top 8" of the subgrade within the specked moisture content, to not less than 100% of maximum dry density as determined by ASTM D-698, Standard Proctor. 5. Compact cohesionless materials on which are not practical to control the density by proctor methods to a minimum of 75% of relative density as determined by ASTM D-4253 and ASTM D-4254. At the discretion of the Engineer, an alternate method of determining relative density may be used which has been correlated with methods ASTM D-4253 and ASTM D-4254. 6. If necessary, to achieve the specified density, increase the number of passes of the compaction equipment, and/or modify the weight of the compaction equipment. 7. Regardless of the density achieved, the number of passes of the compaction equipment shall not be less than eight (8). ' 3.06 FIELD QUALITY CONTROL Structural Excavation and Backfill PSC08325B - Lake Alan Henry Pipeline — Contract A 02221-5 -, i` The testing laboratory shall make tests of in -place density in accordance with ASTM Standards. The testing laboratory shall monitor backfill operation continuously at structures. It shall be the responsibility of the Contractor to notify the testing laboratory before backfill operations begin. END OF SECTION Structural Excavation and Backfill 02221-6 PSC08325B - Lake Alan Henry Pipeline — Contract A 02255 EARTH FILL CLASSIFICATIONS 1.00 GENERAL 1.01 WORK INCLUDED This section of the specifications describes the various classes of Earth Fill. All of the classes of Earth Fill contained in this specification may not be used on this project. The classes of Earth Fill used on this project are shown on the drawings or specified in other sections of the specifications. This specification section does not include specifications for placement and compaction of Earth Fill. Specifications for placement and compaction of Earth Fill are included in other sections of the specifications and/or shown on the drawings. 1.02 STANDARDS Soil materials shall be classified into the appropriate class of Earth Fill shown below according to ASTM D2487 "Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System)" or other appropriate methods as designated by the Engineer. 2.00 PRODUCTS 2.01 MATERIALS; CLASSIFICATIONS A. CLASS 1 EARTH FILL: Limited to clays and sandy clays classified as CH material with a liquid limit greater than or equal to 50, a plasticity index greater than or equal to 25, and a minimum of 60% passing the No. 200 sieve, which are free of organic materials. B. CLASS 2 EARTH FILL: Limited to clays and sandy clays classified as CH and CL materials with a coefficient of permeability less than or equal to 1.0 x 10-7 cm/sec, a liquid limit greater than or equal to 30, a plasticity index greater than or equal to 15, and more than 50% passing the No. 200 sieve, which are free of organic materials. C. CLASS 3 EARTH FILL: Consist of any materials classified as CH, CL, SM, SP, SP-SM, SC, and GC, which have a minimum plasticity index of 4, which are free of organic materials. D. CLASS 4 EARTH FILL: Consist of materials which are classified as SP, SM, SC, CL, or dual classifications thereof, which have a liquid limit less than or equal to 35 and a plasticity index of a minimum of 4 and a maximum of 15, which are free of organic materials. E. CLASS 5 EARTH FILL: Consist of materials classified as SP or SP-SM which have a plasticity index less than or equal to 4 and a maximum of 12% passing the No. 200 sieve, which are free of organic materials. (Class 6 through Class 11 reserved) F. CLASS 12 EARTH FILL: Consist of soils suitable for topsoil which are relatively free of stones or other objectionable debris, which have sufficient humus content to readily support vegetative growth. The suitability of soils for topsoil shall be subject to the approval of the Engineer. END OF SECTION Earth Fill Classifications PSCO8325B - Lake Alan Henry Pipeline — Contract A 02256-1 02256 AGGREGATE FILL CLASSIFICATIONS 1.00 GENERAL 1.01 WORK INCLUDED This section of the specifications describes the various classes of Aggregate Fill. All of the classes of Aggregate Fill contained in this specification may not be used on this project. The classes of Aggregate Fill used on this project are shown on the drawings or specified in other sections of the specifications. This specification section does not include installation. Installation of Aggregate Fill is included in other sections of the specifications and/or on the drawings. 1.02 QUALITY ASSURANCE A. CLASSIFICATION TESTING 1. CONTRACTOR TESTING a. Arrange and pay for the services of an independent testing laboratory to sample and test proposed Aggregate Fill materials. b. Submit the test results to the Engineer, and obtain approval prior to providing Aggregate Fill. 2. OWNER TESTING The Owner shall arrange and pay for additional testing on the Aggregate Fill after delivery to the project site as determined necessary by the Engineer. B. CONTAMINATION CERTIFICATION 1. Obtain a written, notarized certification from the Supplier of each proposed Aggregate Fill source stating that to the best of the Supplier's knowledge and belief there has never been contamination of the source with hazardous or toxic materials. 2. Submit these certifications to the Engineer prior to proceeding to furnish Aggregate Fill to the site. The lack of such certification on a potential Aggregate Fill source shall be cause for rejection of that source. Aggregate Fill shall be classed into the appropriate class listed below according to ASTM testing procedures as specified for the various classes. A. American Society for Testing Materials standards: ASTM C33 Specification for Concrete Aggregates ASTM C88 Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C125 Terminology Relating to Concrete and Concrete Aggregates ASTM C131 Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C535 Test Method for Resistance to Degradation of Large -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM D448 Classification for Sizes of Aggregate for Road and Bridge Construction 2.00 PRODUCTS 2.01 MATERIALS; CLASSIFICATIONS Aggregate Fill Classifications 02256-1 PSCO8325B - Lake Alan Henry Pipeline — Contract A A. CLASS 1 AGGREGATE FILL: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and have a percentage of wear of not more than 40% when tested in accordance with ASTM C131 or C535. When material is subjected to five (5) cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12%. The source of the material shall be approved by the Engineer and meet the following gradation in accordance with ASTM D448, size number 57: Sieve Size Square Opening Percent Passinq -1 2 100 1" 95 -100 1 /2" 25 - 60 No. 4 0- 10 No. 8 0- 5 B. CLASS 2 AGGREGATE FILL: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and have a percentage of wear of not more than 40% when tested in accordance with ASTM C131 or C535. When material is subjected to five (5) cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12%. The source of the material shall be approved by the Engineer and meet the following gradation in accordance with ASTM D448, size number 67: Sieve Size Square Opening Percent Passing 1' 100 3/4" 90 -100 3/8" 20 - 55 No. 4 0 - 10 No. 8 0 - 5 C. CLASS 3 AGGREGATE FILL: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and have a percentage of wear of not more than 40% when tested in accordance with ASTM C131 or C535. When material is subjected to five (5) cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12%. The source of the material shall be approved by the Engineer and meet the following gradation in accordance with ASTM D448, size number 7: Sieve Size Square Opening Percent Passing 3 4 00 1 /2" 90 -100 3/8" 40 - 70 No. 4 0- 15 No. 8 0- 5 D. CLASS 4 AGGREGATE FILL: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and have a percentage of wear of not more than 40% when tested in accordance with ASTM C131 or C535. When material is subjected to five (5) cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12%. The source of the material shall be approved by the Engineer and meet the following gradation in accordance with ASTM D448, size number 467: Sieve Size Square Opening Percent Passing 2' 100 1-1 /2" 95 -100 3/4" 35 - 70 318" 10- 30 No. 4 0- 5 Aggregate Fill Classifications 02256-2 PSCO8325B - Lake Alan Henry Pipeline — Contract A E. CLASS 5 AGGREGATE FILL: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and have a percentage of wear of not more than 40% when tested in accordance with ASTM C131 or C535. When material is subjected to five (5) cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 120/6. The source of the material shall be approved by the Engineer and meet the following gradation in accordance with ASTM D448, I size number 357: Sieve Size Square Opening Percent asset 2-1 2" 100 2" 95 -100 1" 35 - 70 1 /2" 10 - 30 No. 4 0 - 5 F. CLASS 6 AGGREGATE FILL: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and have a percentage of wear of not more than 40% when tested in accordance with ASTM C131 or C535. When material is subjected to five (5) cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12%. The source of the material shall be approved by the Engineer and meet the following gradation in accordance with ASTM D448, size number 1: Sieve Size Square Opening Percent Passing 4 100 3-1 /2" 90 -100 2-1 /2" 25 - 60 1-1/2" 0 - 15 314" 0 - 5 G. CLASS 7 AGGREGATE FILL: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and shall have a percentage of wear of not more than 40% when tested in accordance with ASTM C131 or C535. When material is subjected to five (5) cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12%. The source of the material shall be approved by the Engineer and meet the following gradation in accordance with ASTM D448, size number 6: Sieve Size Square Opening Percent Passin ill 100 3/4" 90 -100 1 /2" 20 - 55 3/8" 0 - 15 No. 4 0 - 5 H. CLASS 8 AGGREGATE FILL: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and shall have a percentage of wear of not more than 40% when tested in accordance with ASTM C131 or C535. When material is subjected to five (5) cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12%. The source of the material shall be approved by the Engineer and meet the following gradation in accordance with ASTM D448, size number 56: Sieve Size Square Opening Percent Passing 1-1 2 100 1" 90 -100 3/4" 40 - 85 1 /2" 10 - 40 3/8" 0 - 15 No. 4 0 - 5 Aggregate Fill Classifications PSC08325B - Lake Alan Henry Pipeline — Contract A 02256-3 1. CLASS 9 AGGREGATE FILL: Consist of washed and screened gravel and natural sands or sands manufactured by crushing stones complying with the requirements of ASTM C33, except that the gradation shall be as follows: Sieve Size Square Opening Percent Passinq 2' 100 3/8" 95-100 No. 4 80 - 95 No. 8 65 - 85 No. 16 50- 75 No. 30 25 - 60 No. 50 10- 30 No. 100 1 0 - 10 Class 9 Aggregate Fill shall have not more than 45% passing any sieve and retained on the next consecutive sieve of those shown above, and its fineness modulus, as defined in ASTM C125, shall be not less than 2.3 nor more than 3.1. J. CLASS 10 AGGREGATE FILL: Consist of washed and screened natural sands or sands manufactured by crushing stones complying with the requirements and tests of ASTM C33. The gradation as included in ASTM C33 is as follows: Sieve Size Square Opening Percent Passing 3/81, 100 No. 4 95-100 No. 8 80 -100 No. 16 50- 85 No. 30 25 - 60 No. 50 10- 30 No. 100 1 2 - 10 Class 10 Aggregate Fill shall have not more than 45% passing any sieve and retained on the next consecutive sieve of those shown above, and its fineness modulus, as defined in ASTM C125, shall be not less than 2.3 nor more than 3.1. K. CLASS 11 AGGREGATE FILL: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable material and have a percentage of wear of not more than 40% when tested in accordance with ASTM C131 or C535. When material is subjected to five (5) cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12%. The source of the material shall be approved by the Engineer and meet the following gradation: Sieve Size Square Opening Pe—r—ce—n—t assin 1-3 100 7/8" 65 - 90 3/8" 50- 70 No. 4 35 - 55 No. 40 15 - 30 No. 100 0 - 12 Wet Sieve Method L. CLASS 12 AGGREGATE FILL: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable material and have a percentage of wear of not more than 40% when tested in accordance with ASTM C131 or C535. When material is subjected to five (5) cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12%. The source of the material shall be approved by the Engineer and meet the following gradation: Sieve Size Square Opening Percent assin .1-1 2 100 1" 85-100 3/4" 60- 95 3/8" 50- 80 No. 4 40 - 65 Aggregate Fill Classifications PAC_ASA95R - 1 aka Alan 14anry Pinalina — Cnnfrarf A o. 16 20 - 40 No. 100 0 - 12 et Sieve Method M. CLASS 13 AGGREGATE FILL: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable material and have a percentage of wear of not more than 40% when tested in accordance with ASTM C131 or C535. When material is subjected to five (5) cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12%. The source of the material shall be approved by the Engineer and shall meet the following gradation: Sieve Size Sguare Opening Percent Passing 1-3/4" 100 7/8" 65 - 90 3/8" 50 - 70 No. 4 35 - 55 No. 40 15 - 30 No. 100 1 0 - 3 Wet Sieve Method N. CLASS 14 AGGREGATE FILL: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable material and have a percentage of wear of not more than 40% when tested in accordance with ASTM C131 or C535. When material is subjected to five (5) cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12%. The source of the material shall be approved by the Engineer and meet the following gradation: Sieve Size Sguare Opening Percent Passing 1-1 2 100 1" 85-100 3/4" 60 - 95 3/8" 50 - 80 No. 4 40- 65 No. 16 20 - 40 No. 100 0 - 3 et Sieve Method O. CLASS 15 AGGREGATE FILL: Consist of durable particles of silica sand, washed clean, chemically inert, and packaged by the Supplier. The material shall meet applicable regulatory requirements for monitor well filter pack. The source of the material shall be approved by the Engineer and shall meet the following gradation requirements: Sieve Size Square Opening ercent Passing o. 20 No. 40 98 - 0- 00 2 3.00 EXECUTION [NOT USED] END OF SECTION Aggregate Fill Classifications PSC08325B - Lake Alan Henry Pipeline — Contract A 02256-5 02257 CONTROLLED LOW STRENGTH MATERIAL - FLOWABLE FILL 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment, and incidentals necessary to mix and place a flowable mortar fill, consisting of Portland Cement, fine aggregate, fly ash, and water in the proper proportions as specified herein. Flowable fill shall be used to bed and backfill around piping and utilities where indicated. 1.02 QUALITY ASSURANCE A. DESIGN CRITERIA; CONCRETE PROPORTIONS AND CONSISTENCY Concrete shall be proportioned to give the necessary workability and strength and shall conform to the following governing requirements. 28 Day Min. Cement Fine Max. Water Max. Fly Ash Compressive Lbs. Per Aggregate Lbs. Per Lbs. per Strength -psi Cu. Yd. Lbs. Per Cu. Yd. Cu. Yd. Min -Max Cu. Yd. 70 -150 50 2,720 290 150 Fluidity of the flowable mortar shall be measured by the Corps of Engineers flow cone method, according to their specification CRD-C611-80. Prior to filling the flow cone with flowable mortar, the mixture shall be passed through a %" screen. Time of efflux shall be approximately 12 seconds. B. FACTORY TESTING The Contractor shall be responsible for the design of the material. A trial mix shall be designed by an independent testing laboratory, retained by the Contractor. The testing laboratory shall submit verification that the materials and proportions of the trial mix design meets the requirement of the specifications. Concrete mix additive such as "Darafill" manufactured by Grace Construction Products or equal products may be required to achieve the low strength and the flowability requirements. In lieu of trial mix design, Contractor may submit a mix design used successfully in previous similar work, for similar materials for approval by Engineer. The Contractor shall not make changes in materials (gradation, source, brand, or proportions) of the mixture after having been approved, except by specific approval of the Engineer. C. PRE -JOB TESTING Pre job testing with actual equipment and intended configuration of concrete sample may be required to determine whether the material can be excavated. The testing equipment and configuration of concrete sample shall be determined by the Owner's representative. D. TESTING It is the responsibility of the Contractor to achieve and maintain the quality of material required by this specification. The Contractor shall sample and compression test one set of cylinders every 50 cubic yards that are placed to verify the strength is within the specification. The Owner may secure the services of an independent testing laboratory to verify the quality of the material. The Owner shall have the right to require additional testing, strengthening, or replacement of concrete that has failed to meet the minimum requirements of this section. Controlled Low -Strength Material - Flowable Fill PSCO8325B - Lake Alan Henry Pipeline — Contract A 02257-1 1.03 SUBMITTALS Submittals shall be in accordance with Section 01300, and shall include a trial mix design as record data and certified test reports for compressive strength tests. 1.04 STANDARDS Materials shall meet recommendation for mix design and placement, as published by National Ready Mixed Concrete Association. The applicable provisions of the following references and standards shall apply to this section as if written herein in their entirety. A. American Society for Testing and Materials (ASTM) Publications: ASTM C 33 Specifications for Concrete Aggregates ASTM C 40 Test Method for Organic Impurities In Fine Aggregates For Concrete ASTM C 150 Specification for Portland Cement ASTM C 618 Specification for Fly Ash and Raw or Calcined Natural Pozzolan for Use as Mineral Admixture in Portland Cement Concrete B. Federal Specifications: COE CRD-C611-80 2.00 PRODUCTS 2.01 MATERIALS A. CEMENT Portland Cement conforming to the specifications and test for Type I Portland Cement per ASTM C 150. B. FINE AGGREGATE Fine aggregate consisting of natural, washed and screened sand having clean, hard, strong, durable, uncoated grains complying with the requirements for ASTM C 33. The sand shall generally be of such size that all will pass a 3/8" sieve, at least 95% pass at 1/4" screen and at least 80% pass a No. 8 sieve. Aggregate shall not contain strong alkali, or organic material that gives a color darker than the standard color when tested in accordance with ASTM C 40. C. FLY ASH/POZZOLANS Fly ash shall be an ASTM C 618, Class "C" fly ash. D. WATER Water for concrete shall be clean and free from oil, acid, alkali, organic matter or other harmful impurities. Water that is suitable for drinking or for ordinary household use will be acceptable for concrete. Where available, water shall be obtained from mains of a waterworks system. E. ADDITIVE "Darafill" may be required to meet the strength and flowability requirements of these specifications. 2.02 MIXES A. In the determination of the amount of water required for mix, consideration shall be given to the moisture content of the aggregate. The net amount of water in the mix will be the amount added at the mixer; plus the free water in the aggregate; and minus the absorption of the Controlled Low -Strength Material - Flowable Fill 02267-2 PSC08325B - Lake Alan Henry Pipeline — Contract A aggregate, based on a 30 minute absorption period. No water allowance shall be made for evaporation after batching. B. The methods of measurement of materials shall be such that the proportions of water to cement can be closely controlled during the progress of the work and easily checked at any time by the Owner's Representative. To avoid unnecessary or haphazard changes in consistency, the aggregate shall be obtained from sources which will insure a uniform quality and grading during any single day's operation and they shall be delivered to the work and handled in such a manner that the variation in moisture content will not interfere with the steady production of concrete of reasonable degree of uniformity. Sources of supply shall be approved by the Owner's Representative. C. All material shall be separately and accurately measured. Measurement may be made by weight or by volume, as determined by the Contractor; however; all equipment for measurement of materials shall be subject to approval by the Owner's Representative. D. The proportions of the mix shall be such as to produce material that can be placed readily into the void area without spading or vibrating, and without segregation or undue accumulation of water or laitance of the surface. E. When additive is contained in the concrete mix, the additive ingredients, proportions and placement of the additive shall be per manufacturer's recommendations. 3.00 EXECUTION Et��yltiia,��_lll�_y�Celia A. Contractor shall give the Owner's Representative sufficient advance notice before starting to place material in any area to permit inspection of the area and to prepare for pouring. B. Conduct the operation of depositing and compacting the material so as to form a compact, dense, impervious mass. C. Flowable fill shall be placed the full depth into the trenches. The fill shall be brought up uniformly to the elevation shown in the Plans. Flowable fill shall be protected from traffic for a period of 72 hours. D. The material shall be placed against undisturbed trench walls, and shall not be placed on or against frozen ground. E. Material shall be placed in lifts or other measures shall be taken to prevent pipe flotation. Material shall be allowed to harden before placing next lift. END OF SECTION I-' Controlled Low -Strength Material - Flowable Fill PSC08325B - Lake Alan Henry Pipeline — Contract A 02257-3 02270 SEEDING FOR EROSION CONTROL 1.00 GENERAL 1.01 WORK INCLUDED Provide labor, materials, equipment and incidentals necessary to seed all areas disturbed by construction. This specification includes seedbed fertilization, watering, mulching, and emulsifying or tacking the mulch and maintenance until final acceptance by the Owner. 1.02 QUALITY ASSURANCE A. QUALIFICATIONS: The seed driller shall be experience in this line of work, having performed seed drilling and having been in business for at least two (2) years. 1.03 STANDARDS The seed used on this project will conform to ITEM 164.2 Standard Specifications for Construction of Highways, Streets and Bridges, Texas Department of Transportation. 1.04 DELIVERY AND STORAGE Deliver seed with each variety separately bagged. 1.05 OPTIONS A. If dry mechanical methods are used, the fertilizer may be spread at the same time as the seed. After sowing, straw mulch will be mechanically spread over the seeded area. 1.06 GUARANTEES A. The Contractor shall fertilize and reseed any area which fails to survive until accepted by the Owner. 2.00 PRODUCTS 2.01 MATERIALS A. SEED: From the previous season's crop, labeled in accordance with the Texas Seed Law. 1. Seed for Fall planting (temporary) shall be one (1) or more of the following small grains as designated by the Engineer: Wheat, oats, rye, or barley. 2. Seed for spring planting (permanent) shall be native grasses as approved by the landowner and the Engineer. Below are suggested seed mixtures. Contractor must get each landowner to approve the seed mixture. a. For Upland, dry or rocky/caliche areas — blue grama, buffalograss, little bluestem, indiangrass, and sideoats grama, along with green spangletop, prairie wildrye, sand dropseed and/or sandlovegrass b. For creek terraces of wetland areas — big bluestem and switchgrass, along with eastern gamagrass, green spangletop, prairie wildrye and cereal rye or oats B. FERTILIZER Uniform application of 10-20-10 (nitrogen -phosphorus -potassium) fertilizer at a rate of 400 lbs. per acre will be required for all seeded areas. C. MULCH Seeding for Erosion Control 02270-1 PSCO8325B — Lake Alan Henry Pipeline — Contract A 1. Consisting of straw, wood -fiber, mulch nettings, wood chips or other suitable material approved by the Engineer and free of Johnson grass and other noxious weed seeds. 2. Straw mulch shall be oat, wheat or rice straw, prairie hay, Bermuda grass hay, or other hay harvested before seed production and approved by the Engineer. The straw mulch will be kept dry and shall not be rotted or molded. A minimum of 50% by weight of the herbage making up the hay shall be 10" in length or longer. D. TOPSOIL: As specified for Class 12 Earth Fill in Section 02255, EARTH FILL CLASSIFICATIONS. E. HERBICIDE: Contractor shall be responsible for using herbicides in a manner consistent with label requirements and precautions. Only registered herbicides having a minimal residual effect shall be used. Contractor shall strictly adhere to all Federal, State, and local laws governing herbicide usage. 3.00 EXECUTION 3.01 TOPSOIL PLACEMENT A. Prior to and immediately preceding spreading of Class 12 Earth Fill, lightly scarify the surface of the area to receive Class 12 Earth Fill and lightly wet the surface if unusually dry, as determined by the Engineer. B. Uniformly spread Class 12 earth fill over the areas and to the thickness shown on the drawings or specified. Class 12 earth fill thickness shall be 4" if not shown or specified otherwise. C. Remove stones 1" or larger in maximum dimension, stumps, large roots, or other objectionable debris from the Class 12 earth fill at the time of spreading, and dispose of material in an approved manner. 3.02 FALL PLANTING Fall planting will be temporary only and will be required if construction is completed between May 15 and November 30. The fall planting is to be followed by a spring planting of perennial vegetation. A. SEEDBED PREPARATION Use a one-way plow, tandem disk, bedder, or equipment which will accomplish similar results. Break or mix the surface of the soil with the tillage equipment. Additional tillage operations will be necessary if required so planting can be on a clean, firm seedbed. Chiseling will be necessary on areas which have been severely compacted. 1. Seeding will be required on disturbed or excavated areas and on new embankments of whatever nature unless requested otherwise by the Engineer. 2. Optimum fall planting dates are September 1 to November 30. Accomplish the seeding for fall planting within these dates unless approval to do otherwise is obtained from the Engineer. Planting rates when drilled or broadcast are as follows: Wheat 120 Ibs/acre Oats 128 Ibs/acre Rye 112 Ibs/acre Barley 114 Ibs/acre Seeding for Erosion Control 02270-2 PSC08325B — Lake Alan Henry Pipeline — Contract A 3.03 SPRING PLANTING Follow procedures for spring planting when weather is suitable, or after a temporary fall planting has been made. A. SEEDBED PREPARATION Seedbed preparation for Spring planting is the same as that stated in the Fall planting of temporary cover with one addition: Any temporary cover crop must be top killed using an approved contact herbicide or by mechanically undercutting the growing cover crop, leaving residues on or near the soil surface. u M1150719 1. Spread mulch material on the area to be planted if construction was completed too late for planting a temporary fall crop or if insufficient residues are produced by the fall planting. Mulch the planting areas to control soil erosion and seed loss by wind and water and to promote grass establishment. Apply Mulch hay at the rate of 2 tons per acre and spread uniformly so that about 25% of the ground surface is uniformly visible through the mulch. 2. Anchor the mulch hay by treading into the soil with a straight disk type mulch tiller. Perform disking across the slope along contours. Other types of mulch such as wood cellulose fiber or cotton bur mulch may be used at recommended rates, if approved by the Engineer. Apply mulch in a manner that will not hinder emergence of seedlings. C. SEEDING 1. Plant Bermuda grass seed between March 1 and May 15. Sow the seed at the rate of 50 pounds of pure live seed (PLS) per acre, or more if required to obtain a complete stand of grass. The PLS content is determined by multiplying the seed package weight by the product of the percent purity and the percent germination, which are contained on the seed label. 2. Accomplish seeding by mechanical means using drilling type equipment to provide uniform distribution of the seed in the planting areas. Cover Bermuda grass seed by 1/4 to 1/2" of soil. If seed is drilled, the distance between drill rows shall not exceed 12". Hydro seeding may be used to apply seed, fertilizer, and wood -fiber mulch with the approval of the Engineer. 3.04 MAINTENANCE A. IRRIGATION Supply the seeded areas with adequate moisture (3" to 4" penetration) at ten (10) day intervals, if needed, for seed germination and plant growth until acceptance by the Owner. Water the seed in a manner which will prevent erosion of the soil. Furnish all water to be used. B. REPAIR Repair washouts and other bare soil areas in a seeded area either by re -seeding, sprigging, or spot sodding, and perform maintenance as needed to establish grass in the area. C. WEED CONTROL 1. Control competitive weed growth during the establishment period by mowing and/or with herbicides.. Chemical usage shall be in accordance with the current recommendations of the Texas Agricultural Experiment Station or local Soil Conservation Service Field Office Technical Guides. Strictly adhere to all Federal, State, and local laws governing herbicides. 2. Weed control shall be the Contractor's responsibility whether topsoil is from on -site or off - site sources and also for seeded areas which are specified not to receive topsoil. 1111' Seeding for Erosion Control 02270-3 PSC08325B — Lake Alan Henry Pipeline — Contract A 3.05 SEEDING OF DISTURBED AREAS A. Disturbed areas will require seeding as specified in this section unless requested otherwise by the Engineer or shown otherwise on the drawings or in the specifications. B. Any areas which are disturbed by the Contractor which are not shown on the drawings or specified to require disturbance including any approved areas not shown on the drawings, shall be considered as unauthorized disturbed areas. Any such areas shall be seeded as specified in this section at the Contractor's expense and shall not be measured or paid under this section. 3.06 FIELD QUALITY CONTROL; OBSERVATION AND ACCEPTANCE A. OBSERVATION Upon completion of the site preparation, mulching, fertilizing, seeding, and maintenance of seeded areas, the Engineer will observe the seeded areas periodically to determine the establishment success. The Engineer will consider soil coverage, purity of the grass stand, and maturity of the plants. B. ESTABLISHMENT OF STAND AND ACCEPTANCE The Engineer will determine that a grassed area is established upon fulfillment of the following conditions: 1. The permanent grass stand uniformly covers the planting area, with no exposed soil areas more than 36" across in any dimension. 2. The permanent grass stand is free of over -topping weed species which would compete for sunlight, moisture, and nutrients. In addition, no area of pure weed species greater than 36" across in any dimension shall occur within a permanent grass stand. 3. The majority of the grass plants in a stand shall have a well -established root system to survive if irrigation is discontinued. Establish the permanent grass stand before October 1 to preclude having to perform a temporary Fall seeding. In the event a fall seeding must be performed, follow-up the temporary seeding with a permanent seeding as specified. Upon final acceptance of the work under this contract, the Owner will assume the responsibility of maintaining the grassed areas. L4kil • •. Seeding for Erosion Control 02270-4 PSCO8325B — Lake Alan Henry Pipeline — Contract A 02271 RIPRAP AND BEDDING MATERIAL E 1.00 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment, tools and incidentals necessary to produce and place the riprap and bedding material. 1.02 SUBMITTALS Submittals shall be in accordance with Section 01300, SUBMITTALS and shall include certified test reports for soundness, gradation, and unit weight. 1.03 STANDARDS Sampling and testing of material shall be in compliance with the latest revision of the following except where specifically modified: ASTM C-88 "Standard Specification for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate" ASTM C-127 "Standard Specification for Specific Gravity and Absorption of Coarse Aggregates" ASTM C-136 "Standard Specification for Sieve Analysis of Fine and Coarse Aggregates" 1.04 DELIVERY AND STORAGE; RIPRAP STOCKPILE Riprap temporarily stockpiled for construction purposes shall be located in an area approved by the Owner. Riprap materials shall not be located so as to block or restrict equipment and vehicle access to existing structures. 2.00 PRODUCTS 2.01 MATERIALS A. BEDDING MATERIAL 1. Bedding material shall be crushed stone, gravel or a blend of crushed stone and gravel. Bedding material shall be composed of tough durable particles; shall be reasonably free from thin, flat, and elongated pieces; shall be well graded between the prescribed limits; and shall contain no organic matter or soft, friable particles in quantities considered objectionable by the Owner. 2. Bedding material shall have a loss of less than eighteen (18%) percent weighted average at five (5) cycles when tested for soundness in magnesium sulfate in accordance with ASTM C-88 using particles passing a 2-1/2" sieve and retained on a 1-1/2" sieve. After final drying, the material shall be screened over the 1-1/4" sieve. A minimum of one (1) soundness test shall be performed on materials delivered to the site. 3. Bedding material shall have a gradation as shown on the drawings when tested in accordance with ASTM C-136. The material shall not be skip graded, scalped of certain sizes, or have other irregularities which would be detrimental to the proper functioning of the bedding. Acceptance of bedding material shall be based on in -place gradations. 4. [Additional Requirements: abrasion, freeze -thaw] 1. Stone for riprap shall be durable and of a suitable quality to insure permanence in the structure and in the climate which it is to be used. The stone shall be free from cracks, seams, and other defects which would tend to increase unduly its deterioration from natural causes and shall be reasonably well graded between the prescribed limits as z specified herein. Riprap and Bedding Material 02271-1 PSC08325B - Lake Alan Henry Pipeline — Contract A 2. Riprap shall have a minimum unit weight of 145 pounds per solid cubic foot based upon the bulk specific gravity (saturated surface dry) when tested in accordance with ASTM C- 127. A minimum of one (1) bulk specific gravity (saturated surface dry) shall be performed on riprap material delivered to the site. 3. Riprap shall have a loss of less than eighteen (18%) percent after five (5) cycles when tested for soundness in magnesium sulfate in accordance with ASTM C-88. The test shall be run using particles passing a 2-1/2" sieve and retained on a 1-1/2" sieve. After final drying, the material shall be screened over the 1-1/4" sieve. A minimum of one (1) soundness in magnesium sulfate test shall be performed on riprap material delivered to the site. 4. Riprap gradation shall be as shown on the drawings. Acceptance of riprap material shall be based upon in -place gradations. 3.00 EXECUTION 3.01 FOUNDATION PREPARATION Trim and dress areas on which bedding and riprap are to be placed to conform to cross sections shown on the drawings within an allowable tolerance of plus or minus 2" from the theoretical slope lines and grades. Where such areas are below the allowable minus tolerance limit, bring areas to grade with compacted fill similar to the adjacent material in accordance with Section 02252, COMPACTED FILL [DAMS] or with well compacted bedding material. 3.02 BEDDING PLACEMENT Uniformly spread bedding material on the prepared surface, in a satisfactory manner, to the slope lines and grades indicated on the drawings. Placing of material by dumping from top of slope or by any method which tends to segregate particle sizes within the blanket shall not be permitted. Repair any damage to the prepared surface during placing of the blanket before proceeding with the work. Compaction of the blanket will not be required, but it shall be finished to present a reasonably even surface free from mounds or windrows. 3.03 RIPRAP PLACEMENT A. Place stone for riprap on the blanket in such manner as to produce a reasonably well -graded mass of rock with the minimum practicable percentage of voids, and construct within the specified tolerance to the lines and grades shown on the drawings or staked in the field. A tolerance of plus 6" or minus 0" from the slope lines and grades shown on the drawings shall be allowed in the finished surface of the riprap. Place riprap to its full course thickness at one operation and in such a manner as to avoid displacing the blanket material. Distribute the larger stones evenly and conform the entire mass of stones in their final position to the specked gradation. B. The finished riprap shall be free from objectionable pockets of small stones and clusters of larger stones. Place riprap loads along horizontal rows and progress up the slope. Place each load against previously placed riprap. Placing riprap in layers shall not be permitted. Placing riprap by dumping from top of slope, dumping into chutes, or by similar methods likely to cause segregation of the various sizes shall not be permitted. The desired distribution of the various sizes of stones throughout the mass shall be obtained by methods of placement which produces the specified results. Rearrange individual stones by mechanical equipment or by hand to the extent necessary to obtain a reasonably well graded distribution of stone sizes. Maintain the riprap protection until accepted and replace any material displaced by any cause to the lines and grades shown on the drawings. 3.04 FIELD QUALITY CONTROL; TESTING The Contractor shall be responsible for providing all testing to demonstrate compliance with the requirements of the Contract Documents. Gradation testing of the riprap and bedding materials shall be performed on all the materials within a 10' x 10' square area designated by the Engineer. Gradation tests shall be representative of no greater than one-third of the material placed. The Riprap and Bedding Material 022711-2 PSC08325B - Lake Alan Henry Pipeline — Contract A Contractor shall bear all costs, including additional testing, of the correction of materials which fail to meet the requirements of the Contract Documents. END OF SECTION Riprap and Bedding Material PSC08325B - Lake Alan Henry Pipeline — Contract A .i 02271-3 02314 PIPELINES CROSSING HIGHWAYS, STREETS AND RAILROADS BY BORING, TUNNELING OR OPEN CUT 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install pipe casings by boring, tunneling or open cut as specified. This section sets forth the requirements for utility lines crossing roadways or railroads using bore, tunneling, or open cut. 1.02 QUALITY ASSURANCE A. DESIGN CRITERIA 1. CASING INSULATORS Casing insulators shall be designed by the Manufacturer to adequately support and electrically isolate the carrier pipe within the casing pipe under all conditions. Number and location of spacing insulators shall be determined by the Manufacturer to protect carrier pipe from damages. One insulator shall be placed within 2' of ends of casing. B. INSTALLER'S QUALIFICATIONS Installation shall be by a competent, experienced contractor or sub -contractor. The installation contractor shall have a satisfactory experience record of at least three (3) years engaged in similar work of equal scope. C. PERFORMANCE REQUIREMENTS Lateral or vertical variation in the final position of the pipe casing from the line and grade established by the engineer shall be permitted only to the extent of 1" in 10', provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe. 1.03 SUBMITTALS Submittals shall be in accordance with Section 01300, SUBMITTALS and shall include: A. Shop drawings of the Casing Pipe from the pipe manufacturer. Shop drawings shall include calculations for the design of the pipe. Shop drawings are for record purposes only and will not be reviewed or approved by the Engineer. B. Provide shop drawings of casing insulators including sketches of insulators with material components and dimensions and proposed locations of insulators. 1.04 STANDARDS AWWA C-206 "Field Welding of Steel Water Pipe" AWWA C-210 "Liquid Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines" AASHTO M-190 "Bituminous Coated Corrugated Metal Culvert Pipe and Pipe Arches" AASHTO Standard Specifications for Highway Bridges, 1993. ASTM A-36 "Carbon Structural Steel" ASTM A-123 "Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products" ASTM A-135 "Electric - Resistance - Welded Steel Pipe" ASTM A-139 "Electric - Fusion (Arc) - Welded Steel Pipe" (NPS4 and Over) Pipeline Crossing Hwys, Streets, and R.R.'s by Boring, Tunneling, or Open Cut 02314-1 PSCO8325B - Lake Alan Henry Pipeline — Contract A ASTM A-153 "Zinc Coating (Hot Dip) on Iron and Steel Hardware" ASTM A-307 "Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength" ASTM A-449 "Quenched and Tempered Steel Bolts and Studs" ASTM A-568/A568M "Steel, Carbon, and High Strength, Low Alloy, Hot -Rolled and Cold - Rolled for Commercial Quality" ASTM C-76 "Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe" ASTM D-4254 'Test Methods for Minimum Index Density of Soils and Calculation of Relative Density" 1.05 JOB CONDITIONS; PERMITS AND EASEMENT REQUIREMENTS A. Where the work is in the public right-of-way or railroad company right-of-way, the Owner will secure the appropriate permits or easements. The Contractor shall observe regulations and instructions of the right-of-way Owner as to the methods of performing the work and take precautions for the safety of the property and the public. Negotiations and coordination with the right-of-way Owner shall be carried on by the Contractor, not less than five (5) days prior to the time of his intentions to begin work on the right-of-way. B. Comply with the requirements of the permit and/or easement, a copy of which is included in the Appendix. The work within the Texas Department of Transportation (TXDOT) shall comply with TXDOT specifications. The work within the Garza County shall comply with Garza County Standards. If required by the Right -of -Way Owner, obtain Protective Liability Insurance in the amount required by the particular company or other insurance as is specified in the permit at no additional cost to the Owner. Acquire a permit, agreement, or work order from the right-of-way Owner as is required. C. Construction along roads and railroads shall be performed in such manner that the excavated material be kept off the roads and railroads at all times, as well as, all operating equipment. Construction shall not interfere with the operations of the roads and railroads. D. Barricades, warning signs, and flagmen, when necessary and specified, shall be provided by the Contractor. E. No blasting shall be allowed. Existing pipelines are to be protected. The Contractor shall verify location and elevation of any pipe lines and telephone cable before proceeding with the construction and plan his construction so as to avoid damage to the existing pipe lines or telephone cables. Vertification of location of existing utilities shall be the complete responsibility of the Contractor. 1.06 OPTIONS A. CASING MATERIAL The Contractor must use steel casing pipe, where bore and/or tunnel is specified. Unless specified otherwise, the Contractor must use steel casing pipe where open cut casing is specified. The material specifications for casing pipe are the minimum acceptable. The Contractor shall be fully responsible to insure the materials used are of sufficient strength for the installation method chosen and the soil conditions encountered. B. BORE AND TUNNEL METHODS Unless specified otherwise, the Contractor may use boring, jacking, tunneling for the installation method of casing material. The Contractor shall be fully responsible to insure the methods used are adequate for the protection of workers, pipe, property, and the public. Provide a finished product as required. Pipeline Crossing Hwys, Streets, and R.R.'s by Boring, Tunneling, or Open Cut 02314-2 PSC08325B - Lake Alan Henry Pipeline — Contract A 1`- 2.00 PRODUCTS 2.01 MATERIALS A. STEEL CASING PIPE: Steel casing pipe shall have a minimum yield strength of 35,000 psi. Casing shall meet ASTM A-36, ASTM A-568, ASTM A-135, ASTM A-139, or approved equal. Pipe joints shall be welded in accordance with AWWA C-206. Unless specified otherwise, the minimum wall thickness of steel casing pipe shall be as follows: Casing ID Diameter TXDOT/Coup RD Wall Thickness 60" 0.500" 2.02 MIXES A. CEMENT MORTAR: Consisting of one (1) part cement to two (2) parts clean sand with sufficient water to make a thick workable mix. B. CELLULAR GROUT MIX: The cellular grout shall be a low -density, non -shrink grout composed of Type II Portland cement, water, and a preformed foam. The cellular grout shall have the following characteristics: 1. Minimum 28-day Compressive Strength =150 psi 2. Slurry (Wet) Density = 50 to 60 pcf 3. Cement = Type II, per ASTM C150 4. Water = Potable 5. Foam = Per ASTM C869 6. Water/Cement Ratio = 0.56 to 0.60 Grout shall meet the following requirements, as verified by independent laboratory tests: 1. No shrinkage from the time of placement, or expansion after set, under ASTM C-827 and CRD-C621-83. When non -shrink grouts are tested under CRD-C621-83, the grout shall be tested in a fluid state. A fluid state shall be defined as flowing through a flow cone at a rate of 20 seconds, plus or minus 5 seconds. C. PRESSURE GROUT MIX: Comprised of 1 cubic foot of cement and 3.5 cubic feet of clean fine sand with sufficient water added to provide a free flowing thick slurry. If desired to maintain solids in the mixture in suspension, one cubic foot of commercial grade bentonite may be added to each 12 to 15 cubic feet of the slurry. 2.03 MANUFACTURED PRODUCTS A. CASING INSULATORS: Casing insulators may be used for any type of carrier pipe. Insulators shall consist of pre -manufactured steel bands with plastic lining and plastic runners. Insulators shall fit snug over the carrier pipe and position the carrier pipe approximately in the center of the casing pipe, to provide adequate clearance between the carrier pipe bell and the casing pipe. Fasteners for insulators shall be stainless steel or cadmium -plated. Insulators shall be as manufactured by Cascade Waterworks Manufacturing Company or Pipeline Seal and Insulators, Incorporated or Perry Equipment Corporation. B. MORTAR BANDS: Concrete cylinder pipe and mortar coated steel pipe may have thickened outside mortar bands in lieu of casing insulators. Mortar bands shall properly position the pipe within the casing. Pipeline Crossing Hwys, Streets, and R.R.'s by Boring; Tunneling, or Open Cut 02314-3 PSCO8325B - Lake Alan Henry Pipeline — Contract A 3.00 EXECUTION 3.01 GENERAL CONSTRUCTION PROCEDURES A. EXCAVATION AND BACKFILL OF ACCESS PITS 1. Do not allow excavation over the limits of the bore or tunnel as specified. Trench walls of access pits adjacent to the bore or tunnel face shall be truly vertical. Shore the trench walls as necessary to protect workmen, the public, structures, roadways, and other improvements. 2. Excavations within the right-of-way and not under surfacing shall be backfilled and consolidated by tamping in 6" horizontal layers to 95% of maximum density as measured by ASTM D-698. Surplus material shall be removed from the right-of-way and the excavation finished to original grades. Backfill pits immediately after the installation of the carrier pipe is completed. If carrier pipe is not installed immediately after casing pipe installation, the Right -of -Way Owner may require the access pits be temporily backfilled until installation of carrier pipe. 3. Where seeding or sodding is disturbed by excavation or backfilling operations, such areas shall be replaced by seeding or sodding as specified in Section 02202, PIPELINE EXCAVATION AND BACKFILL. B. INSTALLING CARRIER PIPE IN CASINGS 1. Pipe to be installed within the casing shall meet the requirements for this type of pipe as specified. Where indicated, place, align, and anchor guide rails and/or casing insulators inside the casing. If guide rails are used, place cement mortar on both sides of the rails. 2. Pull or skid pipe into place inside the casing. Lubricants such as flax soap or drilling mud may be used to ease pipe installation. Do not use petroleum products, oil or grease for this purpose. For concrete cylinder pipe, install pipe and hold down jacks after installation of carrier pipe. 3. After installation of the concrete cylinder carrier pipe, mortar inside of the joint and use Flex-Protex on the outside joints as applicable. 4. Steel pipe shall be welded outside the casing and heat shrink sleeve applied and then the joint is pulled or skidded into the casing. 5. After carrier pipe installation is complete, seal or plug the ends of the casing. C. FREE -AIR SYSTEM If required by OSHA standards, free -air systems shall be installed and maintained. D. INSTALLATION OF PRESSURE GROUT MIX 1. Install pressure grout mix in the void space between the outside of the casing pipe and the excavation. For bore or jacks with casing pipe, install pressure grout mix immediately upon completion of setting casing pipe. 2. Unless specified otherwise, install pressure grouting through grout fittings for the casing pipe 48" in diameter or larger. Grout fittings shall be fabricated into casing pipe at a maximum spacing of 6. Remove and plug grout fittings after pressure grouting. 3. Install pressure grout from the low end for all crossings where grout fittings are not used. Seal the low end and pressure grout until grout is extruded from the opposite end. 3.02 CROSSINGS INSTALLED BY BORING A. Perform the boring from the low or downstream end unless specified otherwise. Bore the holes mechanically and use a pilot hole. By this method, an approximate 2" pilot hole shall be bored the entire length of the crossing and shall be checked for line and grade. This pilot hole j Pipeline Crossing Hwys, Streets, and R.R.'s by Boring, Tunneling, or Open Cut 02314-4 PSC08325B - Lake Alan Henry Pipeline — Contract A _, shall serve as the centerline of the larger diameter hole to be bored. Place excavated material near the top of the working pit and dispose of material as required. The use of water or other fluids in connection with the boring operation will be permitted only to the extent to lubricate cuttings. Jetting shall not be permitted. B. In unconsolidated soil formations, a gel -forming colloidal drilling fluid consisting of at least 10% of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. C. In locations where the soil formation is other than consolidated rock, insert the casing pipe simultaneously with the boring operation. This requirement applies to all bored holes of 18" or greater in diameter. For smaller diameter bored holes, it is desirable that the casing be installed as the boring progresses, but because of differences in soil formations, the time for inserting the casing shall be the Contractor's responsibility. In the event that caving sand or water bearing materials are encountered, insert the casing pipe simultaneously with the boring operation regardless of the diameter of the bored hole. In all cases, the security and integrity of the roadway is the primary concern. The Contractor shall be held fully responsible for the continued integrity of the structure of the roadway being crossed, whether or not a casing pipe is inserted simultaneously with the boring operation. 3.03 CROSSINGS INSTALLED BY TUNNELING AND JACKING A. Jack the pipe from the low or downstream end, unless specified otherwise. Provide heavy duty jacks suitable for forcing the pipe through the embankment. In operating jacks, apply even pressure to the jacks used. Provide a suitable jacking head and bracing between jacks so that pressure will be applied to the pipe uniformly around the ring of the pipe. Provide a suitable jacking frame or back stop. Set the pipe to be jacked on guides, properly braced together, to support the section of the pipe and to direct it in the proper line and grade. Place the whole jacking assembly so as to line up with the direction and grade of the pipe. In general, excavate embankment material just ahead of the pipe and material removed through the pipe. Force the pipe through the embankment with jacks into the space provided. B. The excavation for the underside of the pipe, for at least 1/3 of the circumference of the pipe, shall conform to the contour and grade of the pipe. Provide a clearance of not more than 2" for the upper half of the pipe. This clearance shall be tapered off to zero at the point where the excavation conforms to the contour of the pipe. Extend the distance of the excavation beyond the end of the pipe depending on the character of the material, but do not exceed 2' in any case. Decrease the distance if the character of the material being excavated makes it desirable to keep the advance excavation closer to the end of the pipe. C. If desired, use a cutting edge of steel plate around the head end of the pipe extending a short distance beyond the end of the pipe with inside angles or lugs to keep the cutting edge from slipping back onto pipe. D. When jacking of pipe has begun, carry on the operation without interruption to prevent the pipe from becoming firmly set in the embankment. Remove and replace any pipe damaged in the jacking operations. The Contractor shall absorb the entire expense. 3.04 CROSSINGS WITH CASING INSTALLED BY OPEN CUT This article covers the requirements for the construction of crossings where pipe casing is 3 required for installation by the open cut method. Excavation, backfill, and embedment of casing pipe shall be as specified in Section 02202, PIPELINE EXCAVATION AND BACKFILL. All other requirements shall be as specified herein. Pipeline Crossing Hwys, Streets, and R.R.'s by Boring, Tunneling, or Open Cut 02314-5 PSC08325B - Lake Alan Henry Pipeline — Contract A END OF SECTION Pipeline Crossing Hwys, Streets, and R.R.'s by Boring, Tunneling, or Open Cut 02314-6 PSCO8325B - Lake Alan Henry Pipeline — Contract A 02614 BAR -WRAPPED CONCRETE CYLINDER PIPE 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install bar -wrapped concrete cylinder pipe and fittings, and specials, including connections and appurtenances as required for the proper installation and function of the system as indicated herein. 1.02 QUALITY ASSURANCE A. EXPERIENCE REQUIREMENTS Finished pipe shall be the product of one (1) manufacturer that has had not less than 5 years successful experience manufacturing pipe of the types and sizes indicated. Pipe Manufacturing operations (pipe, lining, coating) shall be performed at one (1) location. Fittings may be manufactured at a separate location so long as one manufacturer is completely responsible for all pipe. All pipe shall be new, and not supplied from inventory. The Engineer will waive the requirement for five years experience in manufacturing of the pipe, when at the sole discretion of the Engineer, the manufacture's experience and capabilities met the intent of the Specifications. B. FACTORY TESTING 1. The Owner reserves the option to have an independent testing laboratory, at the Owner's expense, inspect pipe and fittings at the Pipe Manufacturer's plant. The Owner's testing laboratory and Engineer shall have free access to the Manufacturer's plant. The pipe manufacturer shall notify the Owner, in writing, at least two (2) weeks ahead of pipe fabrication as to start of fabrication and fabricating schedule so that the Owner can advise the Manufacturer as to Owner's decision regarding tests to be performed by an independent testing laboratory. In event the Owner elects to retain an independent testing laboratory to make material tests and weld tests, it is the intent that the tests be limited to one (1) spot testing of each category unless the tests do not show compliance with the standard. If these tests do not show compliance, the Owner reserves the right to have the laboratory make additional tests and observations. 2. The Owner will require the Manufacturer to furnish mill test certificates on reinforcing steel or wire, steel plate, and cement. The Manufacturer shall perform the tests described in AWWA C303, for all pipe, fittings, and specials. 3. Absorption test. A water absorption test shall be performed on samples of cured mortar coating taken from each working shift. The mortar coating samples shall have been cured in the same manner as the pipe. A test value shall consist of the average of a minimum of three samples taken from the same working shift. The test method shall be in accordance with ASTM C 497, Method A. The average absorption value for any test shall not exceed 8 percent and no individual sample shall have an absorption exceeding 11 percent. 4. Strength of Coating: Tests shall be made of cured mortar coating for the purpose of qualifying the mortar coating machine and the mortar mix design. One -inch (1") cubes shall be tested in accordance with ASTM C 109. The equivalent cylinder compressive strength of the mortar (0.74 times the cube strength) shall be not less than 5,500 psi in 28 days. 5. Charpy V-Notch test: Each heat of steel for plate or coil 0.25" and thicker shall be tested to verify minimum impact values of 25 ft-lb at 30°F, except that test are not required for small heats used for fittings. i Bar -Wrapped Concrete Cylinder Pipe PSCO8325B - Lake Alan Henry Pipeline — Contract A 02614-1 6. HYDROSTATIC PRESSURE TESTING AND WELDING TESTING a. Fittings shall be fabricated from hydrostatically tested pipe. Fittings shall be tested by hydrostatic test, air test, ultrasonic test, or magnetic particle test. Air test shall be made by applying air to the welds at 10 pounds per square inch pressure and checking for leaks around and through welds with a soap solution. In addition, five percent of welds for fittings shall be checked with x-ray or ultrasonic testing by an independent Certified Welding Inspector paid for by the pipe manufacturer. C. MANUFACTURER'S TECHNICIAN FOR PIPE INSTALLATION During the construction period, the Pipe Manufacturer shall furnish the services of a factory trained, qualified, job experienced technician assistant as necessary in pipe laying and pipe jointing. This technician shall assist and advise the Construction Contractor in his pipe laying operations and shall instruct construction personnel in proper joint assembly and joint inspection procedures. The technician is not required to be on -site full time; however, the technician shall be on -site during the first two weeks of pipe laying and thereafter as requested by the Engineer, Owner, or Contractor. 1.03 SUBMITTALS Submittals shall be in accordance with Section 01300, CONTRACTOR'S SUBMITTALS and shall include: 1. Prior to the creation of fabrication and laying shop drawings, the Contractor shall submit drawings to the Engineer showing the northing, easting, and top of pipe elevation at each joint location where the proposed pipe connects to existing pipes. 2. Prior to the fabrication of the pipe, submit fabrication and laying drawings to the Engineer as shop drawings. Shop drawings shall include a complete description of the pipe offered, including cuts, tabulated layout and pertinent design data. Shop drawings shall reference stationing on the plan/profile sheets and shall incorporate changes necessary to avoid conflicts with existing utilities and structures and adjustments necessary to make tie-ins. Details for the design and fabrication of all fittings and specials and provisions for thrust shall be included. Provide copies of design calculations. 3. Prior to delivery of the pipe to the project site, the Manufacturer shall furnish an affidavit certifying that all pipe, fittings, and specials, and other products and materials furnished, comply with this specification and AWWA C303. Copies of results of factory tests and mill certificates for steel and cement shall be provided, including chemical and physical test results for each heat of steel. Prior to pipe laying, the manufacturer shall provide a "Release" copy of the lay sheets. 4. Certified test reports for factory and field welder certification. 5. Certified test reports from an independent Certified Welding Inspectorfor field welding pipe joints. 6. Certified test reports for factory welds from an Independent Certified Welding Inspector. 7. Prior to final completion, submit as -built, top -of -pipe survey as Record Data. Top -of -pipe survey shall include station and top -of -pipe elevation for every 100 feet along the pipeline. Survey information shall be provided on the Contractor's "As -Built" drawings. 8. A Certificate of Adequacy of Design stating (where applicable) that the pipe to be furnished complies with AWWA C303, and these specifications. 9. Copies of results of factory hydrostatic tests shall be provided to the Engineer. 10. The Contractor's Proposed Field Welding Procedure in accordance with AWWA C206 and AWS D1.1. 11. After Installation the Contractor shall submit Plan and Profile layout sheets in AutoCAD DWG format showing X, Y, Z coordinates for each joint of Pipe. Bar -Wrapped Concrete Cylinder Pipe 02614-2 PSCO8325B - Lake Alan Henry Pipeline — Contract A 1.04 STANDARDS Except as modified or supplemented herein, bar -wrapped concrete cylinder pipe shall conform to the applicable requirements of the following standard specifications, latest edition. ANSUNSF Standard 61 AWWA C303 Standard for Concrete Pressure Pipe - Bar -Wrapped, Steel Cylinder Type AWWA M9 Manual: Concrete Pressure Pipe ASTM A 33 Standard Specification for Concrete Aggregates ASTM A 570 Standard Specification for Steel, Sheet and Strip, Carbon, Hot Rolled, Structural Quality ASTM C 144 Specification for Aggregate for Masonry Mortar ASTM C 150 Specification for Portland Cement ASTM D 698 Test for Moisture -Density Relations for Soils 1.05 DELIVERY AND STORAGE A. PACKING 1. The pipe shall be prepared for shipment to afford maximum protection from normal hazard of transportation and allow pipe to reach project site in an undamaged condition. Pipe damaged in shipment shall not be delivered to the project site unless such damaged pipe is properly repaired. 2. After the completed pipe and fittings have been removed from the final cure at the manufacturing plant, the pipe lining shall be protected from drying by means of plastic end covers banded to the pipe ends. Covers shall be maintained over the pipe ends at all times until ready to be placed in the trench. Moisture shall be maintained inside the pipe by periodic addition of water as necessary. 3. Pipes shall be carefully supported during shipment and storage. Pipe, fittings, and specials shall be separated so that they do not bear against each other in transmit. Ship pipe on padded bunks with tie -down straps. Store pipe on padded skids, sand or dirt berms, tires, or other suitable means to protect the pipe from damage. Each length of pipe 36-inch and larger shall be internally supported and braced with stulls to maintain a true circular shape. Internal supports shall consist of steel or timber stulls firmly wedged and secured so that the stulls remain in place during handling. Pipe shall be rotated so that one stull is vertical. Stulls shall not be removed until pipe is backfilled to final grade. 4. Deliver, handle, and store pipe in accordance with the Manufacturer's recommendations to protect coating systems. B. MARKING FOR IDENTIFICATION Each joint of pipe and each fitting shall have plainly marked on both ends, the class for which it is designed, the date of manufacturer, and the identification number as shown on the shop drawings. Beveled pipe shall be marked with the amount of bevel. The top centerlines shall be marked on all specials. C. POINT OF DELIVERY It is desired that pipe be hauled direct from pipe plant to the project site and strung along pipeline route, thus avoiding rehandling of pipe and the possibility of damage thereto. Where fully loaded Bar -Wrapped Concrete Cylinder Pipe 02614-3 PSCO8325B - Lake Alan Henry Pipeline — Contract A truck and trailer cannot operate along the pipeline route, pipe may be unloaded at access points along the route, and brought to the trench side by approved methods; however, the Contractor shall be responsible that pipe is undamaged at the time of laying. 2.00 PRODUCTS 2.01 MATERIALS A. CEMENT: Cement for use in concrete and mortar shall be Type II Portland Cement conforming to ASTM C150. B. AGGREGATES: Aggregates for concrete lining and coating shall conform to ASTM C-33. C. SAND: Sand used for inside and outside joints shall be of silica base, conforming to ASTM C-144. D. SPECIAL COATING: Pipe to be laid in casing shall have two (2) built-up rings or mortar each approximately 2' long and slightly higher than the pipe bell to prevent pipe being supported bythe bell. Rings to be at the quarter points of the pipe section. E. STEEL: Steel shall meet the requirements of AWWA C-303. Steel shall be homogeneous and shall be suitable for field welding. F. THREADED OUTLETS: Where outlets or taps are threaded, furnish and install stainless steel bushings and plugs for the outlet size indicated. 2.02 MIXES; CEMENT MORTAR Cement mortar used for pipe joints shall consist of one (1) part Portland Cement to three (3) parts clean, fine, sharp silica sand, mixed with water. Exterior joint mortar shall be mixed to the consistency of thick cream. Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff, but workable. Cement shall be ASTM C-150, Type II. Sand shall conform to ASTM C-144. Cement mortar used for patching shall be mixed as per cement mortar for inside joints. Water for cement mortar shall be treated and suitable for drinking water. Bonding agent for interior joints and pipe patching shall be Probond Epoxy Bonding Agent ET-150, parts A and B, Sikadur 32 Hi -Mod or approved equal. Cement mortar ling shall be centrifugally cast to lease a smooth lining. All rough spots shall be ground down with a rubbing stone or other approved method. 2.03 MANUFACTURED PRODUCTS 1. GENERAL Pipe, specials and fittings shall be designed, manufactured, and tested in accordance with the applicable requirements of AWWA C-303 and AWWA M-9, and the special requirements of this specification. 2. PIPE DESIGN CRITERIA Sizes and pressure classes (working pressure) shall be as shown on the drawings. For the purposes of pipe design, the working pressure shall be 1.0 times the pressure class. The working pressure plus transient pressure shall be equal to 1.5 times the pressure class specified. Fittings, specials and connections shall be same class as the associated pipe. Pipe and fittings shall be clearly marked with the pressure class and piece number to permit easy identification in the field. Pipe design shall be based on trench conditions and design pressure class specified. Bar -Wrapped Concrete Cylinder Pipe 02614-4 PSC08325B - Lake Alan Henry Pipeline — Contract A Pipe shall be designed according to the methods indicated in AWWA C-303 and AWWA Manual M-9 for trench construction, using the following parameters: a. Unit Weight of Fill (w)=120pcf b. Live Load = AASHTO HS 20 (all locations) c. Live Load = Coopers E 80 at railroad d. Trench Depth = As indicated e. Coefficient Ku' = 0.150 f. Trench Width (Bd) as indicated. g. Bedding Conditions = As indicated h. Deflection Lag Factor — D, =1.1 I. Soil Reaction Modulus - (E') =1,500 (Granular Embedment) j. Soil Reaction Modulus - (E') = 3,000 (flowable fill and concrete encasement) k. Coefficient k = 0.090 I. Maximum steel stress at working pressure=18,000 psi m. Maximum calculated deflection, Dy = Dx = I132/4000 Trench depths indicated shall be verified after existing utilities are located. Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. In no case shall pipe be installed deeper than its design allows. n. The fittings and specials shall be designed in accordance with AWWA C208 and AWWA M11 except that crotch plates shall be used for outlet reinforcement for all Pressure Diameter Valves (PDV), greater than 6,000 unless otherwise specified. Where indicated on the drawings, collars or wrappers shall be used in lieu of crotch plates to allow working space and supports. As an alternate to crotch plates, collars or wrappers may be used when designed in accordance with ASME Section VII Division 1. 3. PROVISIONS FOR THRUST a. Thrusts at bends, tees, plugs, or other fittings shall be resisted by restrained joints. Thrust at bends adjacent to casing shall be restrained by welding joints through casing and a sufficient distance each side of casing. No thrust restraint contribution. shall be allowed for pipe in casing, unless the annular space in the casing is filled with cellular grout. b. Restrained joints shall be used for a sufficient distance from each side of the bend, tee, plug, or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust restraint, design pressure shall be 1.5 times pressure class (working pressure). Restrained joints shall consist of welded joints. In areas where restrained joints are used for thrust restraint, the pipe shall have adequate cylinder thickness to transmit the thrust forces. For welded joints, if the thickness of the steel cylinder adjacent to the welded joint is greater than or equal to 0.1875 inches, the joints to be welded shall be prepared by using the lap welded joint. c. Thrust restraint design shall be the complete responsibility of the pipe manufacturer. The length of pipe with welded joints, the pipe cylinder thickness necessary to resist thrust forces, and all other provisions necessary for thrust restraint shall be determined by the pipe manufacturer, in accordance with the following: 1) The Weight of earth (We) shall be calculated as the weight of the projected soil prism above the pipe. 2) Soil density =110 pcf (maximum value to be used). 3) Coefficient of friction = 0.3 (maximum value to be used). Bar -Wrapped Concrete Cylinder Pipe 02614-5 PSCO8325B - Lake Alan Henry Pipeline — Contract A 4) The above applies to unsaturated soil conditions. In locations where ground water is encountered, the soil density shall be reduced to its buoyant weight for the backfill below the water table, and the coefficient of friction shall be reduced to 0.25. 5) For horizontal bends, the minimum length of pipe to be restrained shall be calculated as follows: For deflections less than 600, L=PAsin (A/2) f(We +Wp+Ww) For deflections greater than 600, L=PA(1-cos A) f(We +Wp+Ww) L = Length of pipe to be restrained P =1.5 times working pressure A = Cross sectional area of pipe steel cylinder I.D. A = Deflection angle We = Weight of earth Wp = Weight of pipe Ww = Weight of water f = Coefficient of friction 4. INSIDE DIAMETER The inside diameter; including the cement mortar lining, shall be a minimum of the nominal diameter of the pipe specified. B. JOINT WRAPPERS: Similar and equal to those manufactured by Mar -Mac Manufacturing Company C. INSULATED CONNECTIONS AND FLANGE GASKETS: Insulating connections and flange gaskets shall meet the requirements of Project Specification Section 13115. D. FLEXIBLE JOINT COUPLINGS AND EXPANSION JOINTS: See Section 15136, MISCELLANEOUS VALVES AND PIPELINE APPURTENANCES. E. PIPE ENDS: The standard pipe end shall include carnegie steel joint ring as perAWWA Manual M-9 and AWWA C-303. Welded joints shall be provided at all joints requiring thrust restraint, unless otherwise specified on the plans. Welded joints shall consist of lap welded slip joint. Clearance between the surfaces of lap joints shall not exceed 1/8" at any point around the periphery. Lap joints shall have a minimum overlap of 1 1/2 " and shall have a minimum distance of 1" between the weld and the bell radius. Harnessed joints and flanged joints shall be provided where indicated on the plans. Harnessed joints may be used in lieu of welded joints adjacent to structures, if approved by the Engineer. F. FLANGES: Flanges shall conform to ANSI Drilling of class equal to or greater than the pipe class, unless otherwise specified, and shall match class of valves or appurtenances which are attached. Drilling pattern shall match pattern of valve or fitting which will be attached. Bar -Wrapped Concrete Cylinder Pipe 02614-6 PCt`nsm9r%R - i nka Alan 44anni Pinaiina — 11nntrnr4 A G. BEND FITTINGS: All bend fittings shall be long radius at least 2.5 times diameter to permit easy passage of pipeline pigs. H. FITTINGS: Bend fittings over 15 degrees, pipe with outlets 24" and larger, main line tees and wyes shall have a wall thickness of 0.25" for 36" and smaller pipe and a wall thickness of 0.375" for 37" and larger pipe, and shall meet the requirements of AWWA C-200. Exposed piping and valves in vaults shall have an epoxy coating. I. NUTS AND BOLTS: All buried nuts and bolts shall be 304 stainless steel. All exposed nuts and bolts shall be carbon steel. Use an anti -seize compound during installation. 3.00 EXECUTION 3.01 INSTALLATION A. GENERAL 1. Install pipe, fittings, specials, and appurtenances as specified and required for the proper functioning of the completed pipe line. Install pipe, fittings, and specials in accordance with the Manufacturer's recommendations and AWWA M9. Pipe shall be laid to the line and grade indicated. 2. The requirements of Section 02202 govern for the excavation and backfilling of trenches for laying steel pipe, fittings, and specials. Conformance with pipe deflection requirements shall be as set forth below. a. Average allowable pipe deflection is limited to 1% for bar -wrapped concrete cylinder pipe measured in any direction. In no case shall a single measurement in any direction exceed 1.5 times the average allowable deflection. These measurements include the allowable tolerance for lining thickness. b. Deflection measurements shall be made by the Contractor in the presence of the Owner's representative. Method for taking measurements shall be agreed to by the Owner and Engineer in writing prior to installing the first joint of pipe. c. Average deflection shall be determined by averaging the pipe's measured horizontal and vertical deflection as indicated below. Locations where measurements are taken shall be clearly marked on the interior of the pipe. 1) For pipe joints 36 feet in length or less, measurements shall be taken at two locations,'/- distance from each pipe end. 2) For pipe joints longer than 36 feet, measurements shall be taken at three locations including'/ -distance from each pipe end and at the pipe midpoint. d. If the average calculated deflection at any location or any single measurement fails to meet specifications, the entire joint shall be reworked in accordance with the manufacturer's recommendations and as directed by the Engineer at no additional cost to the Owner. This may include uncovering the pipe and re -compaction of the pipe bedding, and repair of coating. e. Installed pipe joints will also be examined for flat spots and internal lining stress cracks by the Owner's representative. Lining damage shall be repaired in accordance with the manufacturer's recommendations and as directed by the Engineer at no additional cost to the Owner. Repair of flat spots may include uncovering the pipe and re -compaction of the pipe bedding, and repair of the coating. f. Where pipe has been reworked to complywith the deflection requirements, Contractor shall re -measure for deflection no earlier than seven days after the repaired pipe is backfilled. Owner's representative will re --inspect for flat spots at this time. g. No pipe installation shall be accepted until the entire installation is in compliance with the above deflection requirements. All costs associated with measuring for pipe deflection and any repairs or rework associated with meeting these requirements shall be borne by the Contractor Bar -Wrapped Concrete Cylinder Pipe 02614-7 PSCO8325B - Lake Alan Henry Pipeline — Contract A B. PIPE HANDLING 1. Haul, pipe, fittings, valves and other accessories to the job site. At all times handle the pipe with care to avoid damage. Load and unload pipe using hoists or cranes as specified below. Under no circumstances shall they be dropped, rolled, or drug. 2. At all times handle pipe with wide nonabrasive slings, wire ropes, belts or other equipment designed to prevent damage to the coating, and keep this equipment in such repair that its continued use is not injurious to the coating. The use of tongs, bare pinch -bars, chain slings, or pipe hooks without proper padding or any other handling equipment which the Engineer deems to be injurious to the coating shall not be permitted. Provide adequate spacing of pipe supports to prevent cracking or damage to the cement mortar lining. 3. Carefully observe the pipe for cracking and check the inside lining and coating, and should cracking occur, take immediate steps to protect the pipe. Have the Pipe Manufacturer repair any joint of pipe that has shrinkage cracks with a width of 3/32" or greater in the inside lining by using an approved method. If, in the opinion of the Engineer, the pipe is not suitable for repair, reject, plainly mark, and remove the pipe from the project site. 4. Have the Pipe Manufacturer repair any joint of pipe that has exterior coating cracks larger than 0.005" (a hairline) by using an approved method. If, in the opinion of the Engineer, the pipe is not suitable for repair, reject, plainly mark, and remove the pipe from the project site. 5. Remove, replace or reject any disbonded lining or coating. Apply bonding agent to patch area. A patch larger than four square feet or 24" inches in greatest dimension shall not be accepted. Adequately cure patches. 6. Provide the proper implements, tools, equipment and facilities for safe and convenient prosecution of the work. Lower pipe, fittings, specials, valves, etc. into the trench by means of a crane or other machine. Do not roll or dump into the trench. The crane shall be of a sufficient size for handling the pipe, and shall lift and lower the pipe at a slow rate of speed. The crane shall be capable of stopping the lifting operation at any point without producing a shock or otherwise jerking or vibrating the pipe. 7. Keep the pipe clean during the laying operation and free of sticks, dirt, and trash. At the close of each operating day, effectively seal the open end of the pipe using a gasketed night cap. C. PIPE JOINTING 1. GENERAL Thoroughly clean the bell and spigot rings before laying each joint of pipe by brushing and wiping. If any damage to the protective coating on the metal has occurred, repair the damage before laying the pipe. Lubricate the gasket and the inside surface of the bell with an approved lubricant (flax soap) which will facilitate the telescoping of the joint. Tightly fit together sections of pipe and exercise care to secure true alignment and grade. When a joint of pipe is being laid, place the gasket on the spigot ring and enter the spigot end of the pipe into the bell of the adjoining pipe and push into position. The inside joint space between ends of the pipe sections shall have an opening within the tolerances as recommended by the Pipe Manufacturer. No "blocking up" of pipe or joints will be permitted, and if the pipe is not uniformly supported or the joint not made up properly, remove the joint and properly prepare the trench. After joining, check the position of the gasket with a feeler gauge. If the gasket is out of position, disassemble the joint and repeat the joint laying procedure. For interior welded joints, complete backfill before welding. After welding and welding inspection, apply the interior joint coating. 2. EXTERIOR JOINTS Bar -Wrapped Concrete Cylinder Pipe 02614-8 PSCnR325R - t_akP Alan Hpnry Pinalinp — Contract A Make the exterior joint by placing a joint wrapper around the pipe and secure in place with two (2) metal straps. The wrapper shall be 9" wide for pipe 36" and larger, and 7" wide for smaller pipe, - hemmed on each side. The wrapper shall be fiberglass reinforced or burlap cloth, with lengths encircling the pipe, leaving enough opening between ends to allow the mortar to be poured inside the wrapper into the joint. Fill the joint with mortar from one side in one (1) continuous operation until the grout has flowed entirely around the pipe. During the filling of the joint, pat or manipulate the sides of the wrapper to settle the mortar and expel any entrapped air. Leave wrappers in place undisturbed until the mortar has set-up. Do not backfill the joint for at least two hours to allow the joint mortar to cure. At the start of the project, at least 3 joints of pipe shall be uncovered to verify the exterior joint mortar does not have shrinkage cracks. 3. INTERIOR JOINTS Upon completion of backfilling of the pipe trench, fill the inside joint recess with a stiff cement mortar. Prior to placing of mortar, clean out dirt or trash that has collected in the joint, and moisten the concrete surfaces of the joint space by spraying or brushing with a wet brush. Where ' the mortar joint opening is one inch or wider, such as where trimmed spigots are required, apply a bonding agent to mortar and steel surface prior to placing joint mortar. Ram or pack the stiff mortar into the joint space and take extreme care to insure that no voids remain in the joint space. After the joint has been filled, level the surfaces of the joint mortar with the interior surfaces of the pipe with a steel trowel so that the surface is smooth. Interior joints of pipe 24" and smaller shall have the bell buttered with mortar, prior to inserting the spigot, such that when the spigot is pushed into position it will extrude surplus mortar from the joint. The surplus mortar shall be struck off flush with the inside of the pipe by pulling a filled burlap bag or an inflated ball through the pipe with a rope. 4. WELDED JOINTS a. Fourty-two inch and smaller pipe shall be welded from the outside using the following procedures: Telescope together the joints to be welded with a rubber gasket as specified above and align perfectly with the adjacent section of pipe. Accomplish welding by laying a filler rod between the steel bell of one (1) section and the steel spigot of the other, and welding the bell to the outside of the spigot. Use no less than three (3) complete passes to make the weld. When the joint weld is completed, pour the exterior joint with mortar as specified above. After all sections are in final position, fill the interior joint as specified above. Welded joints shall meet the requirements of AWWA Manual M9. b. Forty-eight inch and larger pipe shall be welded from the inside, using the following procedures: Lap welded joints shall be used in lieu of trimmed spigots. After the adjacent pipe sections are aligned and tack welded, weld the bell to the spigot with a full fillet weld. Welded joints shall meet the requirements of AWWA Manual M-9. When the joint weld is completed, grout the inside joint. c. General weld requirements shall be as follows: 1) Weld joints in accordance with the AWWA C206 for Field Welding of Steel Water Pipe and AWS D1.1 Structural Welding Code. Contractor shall provide adequate ventilation for welders and for Owner's Representative to observe welds. Unless otherwise specified, welds shall be full circle fillet welds. It will be acceptable to weld the joint after the exterior joint coating and backfilling has been done, if it can be demonstrated that this procedure will not damage the exterior joint coating.Adequate provisions for reducing temperature stresses shall be the responsibility of the Contractor. 2) A Welding Procedure Qualification shall be approved by the engineer before welding of -- joints begins. The procedure shall be in accordance with AWWA C206 and AWS D1.1. Bar -Wrapped Concrete Cylinder Pipe 02614-9 '; PSC08325B - Lake Alan Henry Pipeline — Contract A 3) After the pipe have been joined and properly aligned and prior to the start of the welding procedure, the spigot and bell shall be made essentially concentric by jacking, shimming, or tacking to obtain clearance tolerance around the periphery of the joint. In no case shall the clearance tolerance be permitted to accumulate. 4) Before welding, thoroughly clean pipe ends. Weld pipe by machine or by the manual shielded electric arc process. Welding shalt be performed so as not to damage lining or coating. Cover the coating as necessary to protect from welding. 5) Furnish labor, equipment, tools and supplies, including shielded type welding rod. Protect welding rod from any deterioration prior to its use. If any portion of a box or carton is damaged, reject the entire box or carton. 6) In all hand welding, the metal shall be deposited in successive layers. For hand welds, not more than 1/8" of metal shall be deposited in each pass. Each pass except the final one, whether in butt or fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, slag, or flux before the succeeding bead is applied. Each pass shall be thoroughly fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the weld. Undercutting along the side shall not be permitted. 7) Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting and/or any other defects. 8) If the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained, remove the pipe from the line. 9) Furnish each welder employed with a steel stencil for marking the welds, so that the work of each welder may be identified. Have each welder stencil the pipe adjacent to the weld with the stencil assigned to him. In the event any welder leaves the job, his stencil shall be voided and not duplicated if another welder is employed. 10) Keep daily welding reports which identify the welder's name and the joint welded. Joints must be shown on the dailywelding reports with the identification number assigned in the lay drawings (ex. ID#1— ID#2). Provide three copies of all daily welding reports to owner representative every month. 11) Use only competent, skilled and qualified workmen. Each welder employed by the Contractor shall be required to satisfactorily pass a welding test in accordance with AWWA C-206 before being allowed to weld on the line. a. Hanson Pipe and Products, Inc. b. Fuller's Service Company, Barry Fuller, (817) 477-3841 c. Scott's Welding, Scott Fowler, (972) 978-7865 d. Fletcher's Welding, Darrell Fletcher e. Ted Cantu, (817) 307-8750 f. Eddie's Welding Service, Eddie Pierce, (817) 909-6089 g. National Welding Corporation, Nash Williams, (801) 255-5959 h. No others will be accepted. 12) After each welder has qualified in the preliminary tests referred to above, inspections shall be made of joints in the line. Any welder making defective welds shall not be allowed to continue to weld. 13) Visual tests and magnetic particle tests in accordance with AWWA C206, ASTM E709 and E1444, shall be performed by a Independent Certified Welding Inspector on all field welded joints. Weld inspector will be paid by the Contractor. Welds that prove to be defective will be replaced or repaired, whichever is deemed necessary by the Engineer, at Contractor's expense. 14) If the Contractor disagrees with the Engineer's interpretation of welding tests, test sections may be cut from the joint for physical testing. The Contractor shall bear the expense of repairing the joint, regardless of the results of physical testing. The procedure for repairing the joint shall be approved by the Engineer before proceeding. Bar -Wrapped Concrete Cylinder Pipe 02614-10 PSC08325B - Lake Alan Henry Pipeline — Contract A D. PROTECTION OF BURIED METAL Protect buried ferrous metal such as flanges, nuts, bolts, dresser couplings, etc. by applying Cannusa Heat Shrink Sleeve, and encasing it with flowable fill. E. PATCHING 1. Excessive field -patching of lining or coating shall not be permitted. Patching of lining or coating J will not be allowed where area to be repaired exceeds 4 square feet or has dimensions greater than 24". In general, there shall not be more than one patch on either the lining or the coating of any one joint of pipe. 2. Wherever necessary to patch the pipe, make patch with cement mortar as previously specified for interior joints. Apply a bonding agent to a clean, dry surface prior to cement mortar patch. Do not install patched pipe until the patch has been properly and adequately cured and approved for laying by the Engineer. Promptly remove rejected pipe from the site. ��NNWTA1►lei 3,T147:511� Pipe bedding and backfill shall be as specified in Section 02202, PIPELINE EXCAVATION AND BACKFILL. Remove sheeting and shoring in a manner such that a good bond is achieved between the backfill material and the undisturbed trench walls. 3.02 FIELD QUALITY CONTROL A. Perform a hydrostatic test as specified in Project Specification Section 01666, HYDROSTATIC TEST. END OF SECTION t, Bar -Wrapped Concrete Cylinder Pipe PSC08325B - Lake Alan Henry Pipeline — Contract A 02614-11 ' 02626 STEEL PIPE 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install cement mortar lined and polyurethane coated steel pipe, fittings, and specials as specified, including connections and appurtenances, as required for the proper installation and function of the pipe as indicated herein. The standard pipe coating shall be polyurethane. Where indicated on the drawings, mortar coated or epoxy -coated steel pipe shall be used. The pipeline coating shall be as specified in Section 09910, PIPELINE COATING. 1.02 QUALITY ASSURANCE A. EXPERIENCE REQUIREMENTS 1. Pipe shall be the product of one manufacturer who has had not less than five (5) years successful experience manufacturing pipe of the particular type and size indicated. Pipe manufacturing operations (pipe, fittings, lining, and coating) shall be performed at one (1) location unless otherwise approved by the Engineer. Fittings may be manufactured at a separate location, so long as one manufacturer is completely responsible for all pipe. All pipe shall be new and not supplied from inventory. The Engineer will waive the requirement for five years experience in manufacturing of the pipe, when at the sole discretion of the Engineer, the manufacturer's experience and capabilities meet the intent of the experience requirement. 2. The lining shall be shop applied spun cement mortar lining. The manufacturer shall be certified either under S.P.F.A. or ISO 9001 quality certification program for steel pipe and accessory manufacturing. B. OWNER TESTING AND INSPECTION 1. Pipe may be subject to inspection by an independent testing laboratory, which laboratory shall be selected and retained by the Owner. Representatives of the laboratory or the Engineer shall have access to the work whenever it is in preparation or progress, and the Pipe Manufacturer shall provide proper facilities for access and for inspection. The Pipe Manufacturer shall notify the Owner in writing, a minimum of two (2) weeks prior to the pipe fabrication so that the Owner may advise the Manufacturer as to the Owner's decision regarding tests to be performed by an independent testing laboratory. Material, fabricated parts, and pipe, which are discovered to be defective, or which do not conform to the requirements of this specification shall be subject to rejection at any time prior to Owner's final acceptance of the product. 2. The inspection and testing by the independent testing laboratory anticipates that production of pipe shall be done over a normal period of time and without "slow downs" or other abnormal delays. In the event that an abnormal production time is required, and the Owner is required to pay excessive costs for inspection, then the Contractor shall be required to reimburse the Owner for such laboratory costs over and above those which would have been incurred under a normal schedule of production as determined by the Engineer. C. FACTORY TESTING 1. The Manufacturer shall perform all tests as required by the applicable AWWA standards and as listed herein. 2. CEMENT MORTAR LINING a. Shop -applied cement mortar linings shall be tested in accordance with AWWA C205. Steel Pipe 02626-1 PSCO8325B - Lake Alan Henry Pipeline — Contract A 3. COATING The pipe coating shall be tested as specified in Section 09910, PIPELINE COATING. 4. HYDROSTATIC PRESSURE TESTING AND WELDING TESTING a. Each joint of pipe shall be hydrostatically tested prior to application of lining or coating. The internal test pressure shall be that which results in a fiber stress equal to 75% of the minimum yield strength of the steel used. Each joint of pipe tested shall be completely watertight under maximum test pressure. As a part of testing equipment, the Pipe Manufacturer shall maintain a recording pressure gauge, reference number of pipe tested, etc. The pipe shall be numbered in order that this information can be recorded. b. Fittings shall be fabricated from hydrostatically tested pipe. Fittings shall be tested by hydrostatic test, air test, ultrasonic test, or magnetic particle test. Air test shall be made by applying air to the welds at 10 pounds per square inch pressure and checking for leaks around and through welds with a soap solution. In addition, five percent of welds for fittings shall be checked with x-ray or ultrasonic testing by an independent Certified Welding Inspector paid for by the pipe manufacturer. 5. CHARPY V-NOTCH TEST Each heat of steel for plate or coil 0.25" and thicker shall be tested to verify minimum impact values of 25 ft-lb at 30°F, except that test are not required for small heats used for fittings. 6. MILL CERTIFICATION The Owner will require the Manufacturer to furnish mill test certificates on reinforcing steel or wire, steel plate, steel coil, and cement. The Manufacturer shall perform the tests described in AWWA C200, for all pipe, fittings, and specials. D. MANUFACTURER'S TECHNICIAN FOR PIPE INSTALLATION 1. During the construction period, the Pipe Manufacturer shall furnish the services of a factory trained, qualified, job experienced technician to advise and instruct as necessary in pipe laying and pipe jointing. The technician shall assist and advise the Contractor in his pipe laying operations and shall instruct construction personnel in proper joint assembly and joint inspection procedures. The technician is not required to be on -site full time; however, the technician shall be on -site during the first two weeks of pipe laying and thereafter as requested by the Engineer, Owner, or Contractor. 2. The Pipe Manufacturer shall provide services of the Coating Manufacturer's representative and a representative from the Heat Shrink, Coating, and Joint Manufacturer for a period of not less than one week at the beginning of actual pipe laying operations to advise, Pipe Fabricator, Contractor and Owner regarding installation, including but not limited to, handling and storage, cleaning and inspecting, coating repairs, field applied coating, heat shrink installation procedures and general construction methods and how they may affect the pipe coating. The Manufacturer's Representative shall be required to return if, in the opinion of the Engineer, the coating or the Contractor's construction methods do not comply with contract specifications. Cost for the Manufacturer's Representatives to return to the site shall be at no additional cost to the Owner. 1.03 SUBMITTALS Submittals shall be in accordance with Section 01300 and shall include: A. Prior to the fabrication of the pipe, submit fabrication and laying shop drawings to the Engineer. Drawings shall include a schematic location -profile and a tabulated layout schedule, both of which shall be appropriately referenced to the stationing of the proposed pipeline as shown on the plan and profile sheets. Drawings shall be based on the plans and specifications and shall incorporate changes necessary to avoid conflicts with existing utilities and structures. Drawings shall also include full details of reinforcement, and dimensions for pipe and fittings. Details for the design and fabrication of all fittings and specials and provisions for thrust restraint shall be included. Where welded joints are required, drawings shall include proposed welding requirements, welding procedures, provisions for thermal stress control, and provisions for control of coating damage. Steel Pipe 02626-2 PSCO8325B - Lake Alan Henry Pipeline — Contract A I Provide copies of all design calculations. Provide copies of "release" layout sheets prior to pipe delivery. B. Prior to shipment of the pipe, the Contractor/Pipe Manufacturer shall submit the following: 1. A Certificate of Adequacy of Design stating (where applicable) that the pipe to be furnished complies with AWWA C200, AWWA C205, AWWA C215, AWWA C222 (where applicable) and these specifications. 2. Copies of results of factory hydrostatic tests shall be provided to the Engineer. 3. Mill certificates, including chemical and physical test results for each heat of steel. 4. A Certified Test Report from the coating manufacturer indicating that the coatings were applied in accordance with manufacturer's requirements and in accordance with this specification on all pipe, fittings and joints made in the factory. 5. Certified test reports for welder certification for factory and field welders. 6. Certified test reports for factorywelds from an Independent Certified Welding Inspector paid for by the pipe manufacturer. 7. Certified test reports for cement mortar tests. 8. The Contractor's Proposed Field Welding Procedure in accordance with AWWA C206 and AWS D1.1. C. After Installation, the Contractor shall submit the following: 1. Certified test reports from a Certified Welding Inspector for all field welded joints. 2. Plan and Profile layout sheets in AutoCAD DWG format showing X,Y,Z coordinates for each joint of Pipe and showing all pipe appuretenances. 3. Certified test reports from an independent Certified Welding Inspector for field welding pipe joints. 4. Provide Record Data top op pipe survey every 100 feet along the pipeline. 1.04 STANDARDS Except as modified or supplemented herein, the steel pipe, coatings, fittings, and specials shall conform to the applicable requirements of the following standard specifications, latest edition: ANSI/NSF Standard 61 AWS D1.1 Structural Welding Code AWWA C200 Steel Water Pipe 6 Inches and Larger AWWA C205 Cement -Mortar Protective Lining and Coating for Steel Water Pipe 4 Inches and Larger - Shop -Applied AWWA C206 Field Welding of Steel Water Pipe AWWA C207 Steel Pipe Flanges for Waterworks Service - Sizes 4 Inches thru 144 Inches AWWA C208 Dimensions for Steel Water Pipe Fittings AWWA C210 Liquid -Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines AWWA C215 Extruded Polyolefin Coatings for Exterior of Steel Water Pipelines Steel Pipe 02626-3 PSCO8325B - Lake Alan Henry Pipeline — Contract A AWWA C216 Heat Shrinkable Cross -Linked Polyolefin Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines AWWA C217 Petrolatum and Petroleum War Tape Coatings for the Exterior of Connections and Fittings to Steel Water Pipelines AWWA C222 Polyurethane Coatings for the Interior and Exterior of Steel Water Pipelines and Fittings AWWA C602 Cement -Mortar Lining of Water Pipelines - 4 In. and Larger - In -Place AWWA C604 Installation of Steel Water Pipelines AWWA M11 Manual: Steel Pipe - A Guide for Design and Installation ASME Shop Welding Certification ASTM C 33 Specifications for Concrete Aggregates ASTM C 35 Specifications for Inorganic Aggregates for Use in Gypsum Plaster ASTM C 150 Specifications for Portland Cement ASTM D 16 Paint, Varnish, Lacquer, and Related Products ASTM D 522 Mandrel Bend Test of Attached Organic Coatings ASTM E 165 Practice for Liquid Penetrant Inspection Method ASTM E 709 Practice for Magnetic Particle Examination ASTM E 1444 Guide for Magnetic Particle Examination SSPC-SP-1 Steel Structures Painting Council - Solvent Cleaning SSPC-SP-10 Steel Structures Painting Council - Near -White Blast Cleaning SSPC-PA2 Steel Structures Painting Council - Measurement of Dry Paint Thickness with Magnetic Gages SSPC-PA/Guide 3 Steel Structures Painting Council - A Guide to Safety in Paint Application SSPC-PS/ Guide 17 Steel Structures Painting Council -A Guide for Selecting Urethane Painting Systems 1.05 DELIVERY AND STORAGE Ulm' �Ti1;11ONCt, 1. The pipe shall be prepared for shipment to afford maximum protection from normal hazard of transportation and allow pipe to reach project site in an undamaged condition. Pipe damaged in shipment shall not be delivered to the project site unless such damaged pipe is properly repaired. 2. Pipes shall be carefully supported during shipment and storage. Pipe, fittings, and specials shall be separated so that they do not bear against each other, and the whole load shall be securely fastened to prevent movement in transit. Ship pipe on padded bunks with tie -down straps approximately over stulling. Store pipe on padded skids, sand or dirt berms, tires, or other suitable means to protect the pipe from damage. As a minimum, each end of each Steel Pipe 02626-4 PSC08325B - Lake Alan Henry Pipeline — Contract A length of pipe, fitting, or special and the middle of each pipe joint shall be internally supported 3 and braced with stulls to maintain a true circular shape. More internal stulls shall be included to protect the pipe from damage as determined by the pipe manufacturer. Internal stulls shall consist of timber or steel firmly wedged and secured so that stulls remain in place during storage, shipment, and installation. Pipe shall be rotated so that one stull remains vertical during storage, shipment and installation. Stulls shall not be removed until the pipe is laid, set to grade, and backfilled unless it can be demonstrated that stulls are not needed to r ° maintain roundness. 3. Deliver, handle, and store pipe in accordance with the Manufacturer's recommendations to protect coating systems. B. MARKING FOR IDENTIFICATION Each joint of pipe and each fitting shall have plainly marked on the inside of both ends, the class for which it is designed, the date of manufacturer, and the identification number as shown on the shop drawings. Beveled pipe shall be marked with the amount of bevel. The top centerlines shall be marked on all specials. C. POINT OF DELIVERY It is required that pipe be hauled direct from pipe plant to the project site and strung along pipeline route, thus avoiding rehandling of pipe and the possibility of damage thereto. Where fully loaded truck and trailer cannot operate along the pipeline route, pipe may be unloaded at access points along the route, and brought to the trench side by approved methods; however, the Contractor shall be responsible that pipe is undamaged at the time of laying. If the pipe cannot be hauled directlyfrom the pipe plant to the project site, a maximum of two handlings is allowed. In the event that multiple handlings are required, the maximum number of coating repairs per pipe joint is reduced to five (5). 2.00 PRODUCTS 2.01 MATERIALS A. CEMENT MORTAR LININGS Cement mortar linings shall be shop -applied for pipe sizes 96-inch and smaller. Shop -applied cement mortar linings shall conform to the requirements of AWWA C205 with the following modifications: Sand used for cement mortar shall not leach in water. Curing of the linings shall conform to the requirements of AWWA C205. Cement mortar linings shall be dense and smooth without bumps, blisters, ridges, or spalling, to the satisfaction of the Engineer. All rough spots shall be smoothed out with a rubbing stone or other approved method. B. FLANGE NUTS AND BOLTS All buried nuts and bolts shall be 304 stainless steel. All exposed nuts and bolts shall be carbon steel. Thrust rods shall be as shown on the drawings. Use an anti -seize compound during installation. C. STEEL Steel shall meet the requirements of AWWA C200 and shall be of continuous casting. Steel shall be homogeneous and shall be suitable for field welding, fully kilned and tine austenitic grain size. D. THREADED OUTLETS Where outlets or taps are threaded, furnish and install 304 stainless steel bushings for the outlet size indicated. E. FLEXIBLE JOINT COUPLINGS See Section 15136, MISCELLANEOUS VALVES AND APPURTENANCES. F. EPDXY LINING Steel Pipe 02626-5 PSC08325B - Lake Alan Henry Pipeline — Contract A All above grade pipe and where indicated on the drawings, pipe shall have an epoxy lining per Section 09910, PIPELINE COATING. 2.02 MIXES A. MORTAR FOR INTERIOR AND EXTERIOR JOINTS Mortar shall be one part cement to three parts sand. Cement shall be ASTM C 150, Type II. Sand shall be of sharp sand that will not leach in water. Sand shall be plaster sand meeting ASTM C 35 or ASTM C33. Exterior joint mortar shall be mixed to the consistency of thick cream. Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff, but workable. Water for cement mortar shall be treated and suitable for drinking water. B. MORTAR FOR PIPE PATCHING FOR SHOP -APPLIED CEMENT MORTAR LINING Mortar for patching shall be as per interior joints. C. BONDING AGENT Bonding agent for cement mortar lining patching shall be Probond Epoxy Bonding Agent ET-150, parts A and B; Sikadur 32 Hi -Mod, or approved equal. 2.03 MANUFACTURED PRODUCTS A. PIPE 1. PIPE DESIGN a. Steel pipe shall be designed, manufactured, and tested in conformance with AWWA C200, AWWA M11, and with the criteria specified herein. Sizes and pressure classes (working pressure) shall be as shown on the drawings. For the purpose of pipe design, the transient pressure plus working pressure shall be 1.5 times the working pressure class specified. Fittings, specials, and connections shall be designed for the same pressures as the adjacent pipe. Pipe design shall be based on trench conditions and the design pressure in accordance with AWWA MI 1; using the following parameters: 1) Unit Weight of Fill (W) =120 pcf 2) Live Load = AASHTO HS 20 (at all locations) 3) Live Load = Coopers E 80 at Railroads 4) Trench Depth = As Indicated 5) Deflection Lag Factor - (Di) =1.1 6) Coefficient K = 0.10 7) Maximum Calculated Deflection — Dx = Dy = 2% (Polyurethane or Pritec Coated Steel Pipe) 8) Maximum Calculated Deflection — Dx = Dy =1 % (Mortar or Shotcrete coated pipe where allowed) 9) Soil Reaction Modulus - (E') = 1500 (Granular Embedment) 10) Soil Reaction Modulus — (E') = 3000 (Flowable Fill or Concrete Encased Trench Section) b. The fittings and specials shall be designed in accordance with AWWA C208 and AWWA M11 except that crotch plates shall be used for outlet reinforcement for all Pressure Diameter Valves (PDV), greater than 6,000 unless otherwise specified. Where indicated on the drawings, collars or wrappers shall be used in lieu of crotch plates to allow working space and supports. As an alternate to crotch plates, collars or wrappers may be used when designed in accordance with ASME Section VII Division 1. c. Where the pipe requires additional external support to achieve the specified maximum deflection, the Contractor and pipe supplier will be required to furnish alternate methods for pipe embedment. No additional compensation will be made to the Contractor by the Owner where this method is required. d. Trench depths indicated shall be verified after existing utilities are located. Vertical alignment changes required because of existing utility or other conflicts shall be Steel Pipe 02626-6 PSCO8325B - Lake Alan Henry Pipeline — Contract A accommodated by an appropriate change in pipe design depth. In no case shall pipe be installed deeper than its design allows. 2. PROVISIONS FOR THRUST a. Thrust at bends, tees, or other fittings shall be resisted by restrained joints. Thrust at bends adjacent to casing shall be restrained by welding joints through the casing and a sufficient distance each side of the casing. No thrust restraint contribution shall be allowed for pipe in casing unless the annular space in the casing is filled with grout. b. Restrained joints shall be used a sufficient distance from each side of the bend, tee, plug, or other fitting to resist thrust which develops at the design pressure of the pipe. For the purposes of thrust restraint, design pressure shall be 1.5 times the working pressure class. Restrained joints shall consist of welded joints unless other joint types are shown on the drawings. c. Thrust restraint design shall be the complete responsibility of the pipe manufacturer. The length of pipe with restrained joints to resist thrust forces shall be determined by the Pipe Manufacturer in accordance with AWWA M11 and the following: 1) The Weight of Earth shall be calculated as the weight of the projected soil prism above the pipe. 2) Soil Density =110 pcf (maximum value to be used). 3) Coefficient of Friction = 0.20 (maximum value to be used for polyurethane or Pritec coated steel pipe). Coefficient of Friction = 0.30 for mortar or shotcrete coated steel pipe. 4) The above applies to unsaturated soil conditions. In locations where ground water is encountered, the soil density shall be reduced to its buoyant weight for all backfill below the water table, and the coefficient of friction shall be reduced to 0.15 for polyurethane coated steel pipe, and 0.25 for mortar or shotcrete coated steel pipe. 5) For horizontal bends, the length of pipe to be restrained shall be calculated as follows: For A less than 600 L= PAsin(A/2) f (2W8 + WP + WW) For A greater than 60° L= PAN -cos A) f(2We+WP+Ww) L = Length of pipe to be restrained P =1.5 times working pressure A = Cross sectional area of pipe steel cylinder I.D. A = Deflection angle We = Weight of earth prism above the pipe WP = Weight of pipe W,N = Weight of water f = Coefficient of friction 6) For vertical bends, the length of pipe to be restrained shall be calculated per AWWA M11. 3. INSIDE DIAMETER The inside diameter, including the cement -mortar lining, shall be a minimum of the nominal diameter of the pipe specified, unless otherwise indicated on the Plans. 4. WALL THICKNESS a. The minimum pipe wall steel thickness shall be 0.183" or pipe ID/230, whichever is greater for pipe and fittings, and a maximum minus tolerance as required by AWWA C- Steel Pipe 02626-7 PSC08325B - Lake Alan Henry Pipeline — Contract A 200. Where indicated on the plans, pipe and fittings shall have thicker steel pipe wall. The minimum steel wall thickness shall also be such that the fiber stress shall not exceed 50% of the minimum yield strength of the steel at working pressure, nor the following, at the specified working pressure. Pipe Type Maximum Stress at Workinq Pressure Polyurethane Coated Steel 23,000 psi Mortar or Shotcrete Coated Steel Pipe 18,000 psi b. Pipe which is placed in casing or tunnel shall have a minimum pipe wall steel thickness of 0.30" or pipe ID/144, whichever is greater. c. Bend fittings over 15 degrees, pipe with outlets 24" and larger, main line tees, wyes and pipe which are above grade or exposed (not in a trench or casing) shall have the following minimum thickness: 36" diameter and smaller = 0.25" 37" to 60" = 0.375" 61 " to 84" = 0.50" 85" to 96" = 0.625" 97" to 120" = 0.75" d. Pipe, fittings, and specials shall be designed such that the maximum stresses in the pipe due to thrust loading will not exceed 18,000 psi nor 50% of the steel yield strength at the thrust design pressure (1.5 times working pressure). 5. SEAMS Except for mill -type pipe, the piping shall be made from steel plates rolled into cylinders or sections thereof with the longitudinal and girth seams butt welded or shall be spirallyformed and butt welded. There shall be not more than two (2) longitudinal seams. Girth seams shall be butt welded and shall not be spaced closer than 6' except in specials and fittings. 6. JOINT LENGTH Maximum joint length shall not exceed 50'. Maximum joint length of steel pipe installed in casing shall not exceed 25'. B. JOINT BONDS, INSULATED CONNECTIONS, AND FLANGE GASKETS See Section 13115. All rubber gasket joints shall be bonded for electrical continuity. C. BEND FITTINGS All bend fittings shall have a minimum radius of 2.5 times the diameter to permit passage of pipeline pigs. Pipe ends shall be lap welded slip joint; butt strap joint; flanged joint, or flexible coupled joint. Pipe ends shall be rubber gasket at all pipe joints unless otherwise specified on the plans or the specifications. 1. RUBBER GASKET JOINTS The standard joint (at all locations where other joint types are not specified) shall be a rolled spigot or Carnegie joint with rubber gasket for pressure classes up to 250 psi. Joints shall conform to AWWA M11 and AWWA C-200. 2. LAP WELDED SLIP JOINT a. Lap welded slip joint shall be provided in all locations for pipe larger than 48 , where pipe pressure class are greater than 250 psi, and where joints are welded for thrust restraint. Ends of pipe, fittings, and specials for field welded joints shall be prepared with one (1) end expanded in order to receive a plain end making a bell and plain end type of joint. Clearance between the surfaces of lap joints shall not exceed 1/8" at any point around the periphery. Steel Pipe 02626-8 PSC08325B - Lake Alan Henry Pipeline — Contract A b. In addition to the provisions for a minimum lap of 1-1/2" as specified in AWWA C200, the depth of bell shall be such as to provide for a minimum distance of 1" between the weld and the nearest tangent of the bell radius when welds are to be located on the inside of ., the pipe. c. Lap welded slip joints may be welded from the inside or outside. 3. FOR FITTINGS WITH FLANGES Flanged joints'shall be provided at connections to valves and where indicated. Ends to be fitted with slip-on flanges shall have the longitudinal or spiral welds ground flush to accommodate the type of flanges provided. Pipe flanges and welding of flanges to steel pipe shall conform to the requirements of AWWA C207 and AWWA C206. Pipe flanges shall be of rated pressure equal to or greater than the adjacent pipe class. Flanges shall match the fittings or appurtenances which are to be attached. 4. FLEXIBLE COUPLINGS Flexible couplings shall be provided where shown in the Plans and as specified in Section 15136. Ends to be joined by flexible couplings shall be of the plain end type, prepared as stipulated in AWWA C200. Pipe ends shall be truly circular to within 0.25" or the coupling manufacturer's tolerances, whichever is smaller. In addition, the welds on ends to be joined by couplings shall be ground flush to permit sliding the coupling in at least one direction to clear the pipe joint. Harness bolts and lugs shall comply with AWWA M11 and the plans. 5. BUTT STRAP CLOSURE JOINTS Where necessary to make closure to pipe previously laid, closure joints shall be installed using butt strap joints in accordance with AWWA C206 and applicable provisions of this specification. Butt strap shall have an inside and outside weld and shall be air tested. Air test shall be low pressure from a threaded fitting between the welds. 3.00 EXECUTION 3.01 INSTALLATION A. GENERAL 1. Install steel pipe, fittings, specials, and appurtenances as specified and required for the proper functioning of the completed pipe line. Install pipe, fittings, and specials in accordance with the Manufacturer's recommendations, AWWA M11, and AWWA C604. Pipe shall be laid to the lines and grade indicated. Before each joint of steel pipe is lowered into the ditch, the coating is to be inspected and tested for holidays. All damaged areas and holidays are to be repaired before the pipe is lowered into the trench. 2. The requirements of Section 02202 govern for the excavation and backfilling of trenches for laying steel pipe, fittings, and specials. Conformance with pipe deflection requirements shall be as set forth below. a. Average allowable pipe deflection is limited to 2% for polyurethane coated steel pipe and 1 % for mortar and shotcrete coated steel pipe. In no case shall a single measurement in any direction exceed 1.5 times the average allowable deflection. These measurements include the allowable tolerance for lining thickness. b. Deflection measurements shall be made by the Contractor in the presence of the Owner's representative. Method for taking measurements shall be agreed to by the Owner and Engineer in writing prior to installing the first joint of pipe. c. Average deflection shall be determined by averaging the pipe's measured horizontal and vertical deflection as indicated below. Locations where measurements are taken shall be clearly marked on the interior of the pipe. 1) For pipe joints 36 feet in length or less, measurements shall be taken at two locations,'/ -distance from each pipe end. a. Steel Pipe 02626-9 PSC08325B - Lake Alan Henry Pipeline — Contract A 2) For pipe joints longer than 36 feet, measurements shall betaken at three locations including %-distance from each pipe end and at the pipe midpoint. d. If the average calculated deflection at any location or any single measurement fails to meet specifications, the entire joint shall be reworked in accordance with the manufacturer's recommendations and as directed by the Engineer at no additional cost to the Owner. This may include uncovering the pipe and re -compaction of the pipe bedding, and repair of coating. e. Installed pipe joints will also be examined for flat spots and internal lining stress cracks by the Owner's representative. Lining damage shall be repaired in accordance with the manufacturer's recommendations and as directed by the Engineer at no additional cost to the Owner. Repair of flat spots may include uncovering the pipe and re -compaction of the pipe bedding, and repair of the coating. f. Where pipe has been reworked to comply with the deflection requirements, Contractor shall re -measure for deflection no earlier than seven days after the repaired pipe is backfilled. Owner's representative will re -inspect for flat spots at this time. g. No pipe installation shall be accepted until the entire installation is in compliance with the above deflection requirements. h. All costs associated with measuring for pipe deflection and any repairs or rework associated with meeting these requirements shall be borne by the Contractor. 3. Keep the pipe clean during the laying operation and free of sticks, dirt, animals, and trash, and at the close of each operating day, effectively seal the open end of the pipe against the entrance of water using a gasketed night cap. Do not lay pipe in water. The Contractor may install a vent at the top of the night cap to prevent flotation of the pipe in the event of heavy rain during the night. 4. Install bonds at all pipe joints, other than welded joints or insulated joints. B. PIPE HANDLING Pipe shall be handled at all times with a minimum of two wide non-abrasive slings, belts or other equipment designed to prevent damage to the coating or lining. The equipment shall be kept in such repair that its continued use is not injurious to the coating. All pipe shall be handled with a spreader bar. The spacing of pipe supports required to handle the pipe shall be adequate to prevent cracking or damage to the lining or coating. C. LINE UP AND BENDS 1. Line up pipe for joining so as to prevent damage thereto. Thoroughly clean the bell and spigot ends of each joint of pipe of foreign matter, rust and scale before placing spigot into bell. 2. A joint will be considered over -stabbed if the stabbed section is greater than 3.5 inches or the inside mortar gap is less than 1/4". All over -stabbed joints shall be re -stabbed, butt strapped, or outside welded. 3. Where abrupt changes in grade and direction occur, the Contractor shall employ special shop fabricated fittings for the purpose. Field cutting the ends of the steel pipe to accomplish angular changes in grade or direction of the line shall not be permitted. D. PIPE LAYING - RUBBER GASKET JOINTS Join rubber gasket joints in accordance with the manufacturer's recommendations. Clean bell and spigot of foreign materials. Lubricate gasket and bell and relieve gasket tension around the perimeter of the pipe. Engage spigot as far as possible in bell, allowing for V gap for inside joint grouting after any joint deflections. Joint deflection or pull shall not exceed manufacturer's suggested tolerance. Check gasket with feeler gauge all around the pipe. E. PIPE LAYING - WELDED JOINTS Steel Pipe 02626-10 PSCO8325B - Lake Alan Henry Pipeline — Contract A 1. Weld joints in accordance with the AWWA C206 for Field Welding of Steel Water Pipe and AWS D1.1 Structural Welding Code. Contractor shall provide adequate ventilation for welders and for Owner's Representative to observe welds. Unless otherwise specked, welds shall be full circle fillet welds. Exterior joint welding shall be completed before application of field applied joint coating for 42-inch and smaller. It will be acceptable to weld the joint from the inside after the installation of the heat shrink sleeves and backfilling has been done for pipe 48-inch and larger, if it can be demonstrated that this procedure will not damage the j. heat shrink sleeve. 2. A Welding Procedure Qualification shall be approved by the engineer before welding of joints begins. The procedure shall be in accordance with AWWA C206 and AWS D1.1. 3. If the Contractor chooses to use weld after backfill, special techniques shall be used to limit damage to the exterior heat shrink sleeves. Hand (stick) welding shall be used. The maximum heat input shall not exceed 23,000 joules. One test joint shall be provided for each welder. After welding, the pipe shall be excavated to verify no unacceptable damage to the exterior heat shrink sleeve. 4. Adequate provisions, for reducing temperature stresses shall be the responsibility of the Contractor. 5. After the pipe have been joined and properly aligned and prior to the start of the welding procedure, the spigot and bell shall be made essentially concentric by tacking to obtain a 1/8" maximum clearance tolerance around the periphery of the joint. In no case shall the clearance tolerance be permitted to accumulate. 6. Before welding, thoroughly clean pipe ends to bare metal. All welding shall be hand welded to minimize damage to heat shrink sleeves. Welding shall be performed so as not to damage lining or coating. Cover the lining and/or coating as necessary to protect from welding splatter. ., 7. Furnish labor, equipment, tools and supplies. 8. In all hand welding, the metal shall be deposited in successive layers. For hand welds, not more than 1/8" of metal shall be deposited in each pass. Each pass except the final one, whether in butt or fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, slag, or flux before the succeeding bead is applied. Each pass shall be thoroughly fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the weld. Undercutting along the side shall not be permitted. ' 9. Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting and/or any other defects. 10. If the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained, remove the pipe from the line. �k 11. Furnish each welder employed with a steel stencil for marking the welds, so that the work of each welder may be identified. Have each welder stencil the pipe adjacent to the weld with the stencil assigned to him. In the event any welder leaves the job, his stencil shall be voided and not duplicated if another welder is employed. 12. Keep daily welding reports which identify the welder's name and the joint welded. Joints must be shown on the daily welding reports with the identification number assigned in the lay drawings (ex. ID#1 — ID#2). Provide three copies of all daily welding reports to owner representative every month. 13. Use only competent, skilled and qualified workmen. Each welder employed bythe Contractor shall be both AWS D1.1 and C206 certified. All welders should have been certified within the last six months or shall provide a welding continuity log to be allowed to weld on the line. _ 14. Inspections shall be made of joints in the line for each welder qualified above. Any welder making defective welds shall not be allowed to continue to weld. Steel Pipe 02626-11 PSC08325B - Lake Alan Henry Pipeline — Contract A No Text No Text 03301 CAST -IN -PLACE CONCRETE 1.00 GENERAL 1.01 SUMMARY fA. This Section species cast -in -place concrete, including reinforcement, concrete materials, mixture design, placement procedures, and finishes. 1.02 SUBMITTALS A. Product Data: For each type of product indicated. B. Design Mixtures: For each concrete mixture. 1. Submit mix design supporting documentation and calculations as required. (See forms at the end of this section.) 1.03 QUALITY ASSURANCE A. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products and that complies with ASTM C 94/C 94M requirements for production facilities and equipment. B. Source Limitations: Obtain each type of cement of the same brand from the same manufac- turer's plant, obtain aggregate from one source, and obtain admixtures through one source from a single manufacturer. C.. Comply with ACI 301, "Specification for Structural Concrete," including the following sections, unless modified by requirements in the Contract Documents: 1. "General Requirements." 2. "Formwork and Formwork Accessories." 3. "Reinforcement and Reinforcement Supports." 4. "Concrete Mixtures." 5. "Handling, Placing, and Constructing." D. Comply with ACI 117, "Specifications for Tolerances for Concrete Construction and Mate- rials." 2.00 PRODUCTS 2.01 FORMWORK A. Furnish formwork and formwork accessories according to ACI 301. 2.02 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615/A 615M, Grade 60, deformed. B. Plain -Steel Welded Wire Reinforcement. ASTM A 185, fabricated from as -drawn steel wire into flat sheets. 2.03 CONCRETE MATERIALS Cast in Place Concrete 03301 -1 PSCO8325B - Lake Alan Henry Pipeline — Contract A A. Cementitious Material: Use the following cementitious materials, of the same type, brand, and source throughout Project: 1. Portland Cement: ASTM C 150, Type I. 2. Fly Ash: ASTM C 618, Class F. No more than 20% of the cement may be replaced with fly ash. 3. A low alkali cementitious material shall be such that, the total alkali content calculated as the percentage of sodium oxide (Na2O) plus 0.658 times the percentage of potassium oxide (KZO) shall not exceed 0.6% of the total cementitious material content. B. Coarse Aggregate: ASTM C 33, graded, uniformly graded, of the size scheduled and as fol- lows: 1. Class: Moderate weathering region, but not less than 3M. 2. For gradation size number 467, a maximum aggregate size of 1-1/2" is: Sieve Size Percent Retained Percent Passing 2" 0 100 1-1/2" 0-5 95 —100 3/4" 30 — 65 35 — 70 3/8" 70 — 90 10 - 30 No.4 95-100 1 0-5 3. For aradation size number 57. the maximum annrenate size of 1" is - Sieve Size Percent Retained Percent Passing 0 100 1" 0-5 95-100 %Z" 40 — 75 25 — 60 No. 4 90 —100 0 —10 No. 8 95 —100 0-5 4. For gradation size number 67, the maximum aaareaate size of 3/4" is: Sieve Size Percent Retained Percent Passing 1" 0 100 3/4" 0 —10 90 —100 3/8" 45 — 80 20 — 55 No. 4 90 —100 10 —10 No. 8 95 —100 0-5 C. Fine Aggregate 1. Washed and screened natural sands or sands manufactured by crushing stones; con- forming to ASTM C33. The gradation in ASTM C33 is: Sieve Size Percent Retained Percent Passing 3/8" 0 100 #4 0-5 95-100 #8 0 - 20 80 -100 #16 15-50 50-85 #30 40 - 75 25 - 60 #50 70 - 90 10 - 30 #100 90 - 98 2 -10 2. Fine aggregate shall have not more than 45% retained between any two (2) consecutive sieves. Its fineness modulus, as defined in ASTM C125, shall be not less than 2.3 nor more than 3.1. D. Water: ASTM C 94/C 94M; potable. Cast in Place Concrete 03301 - 2 PSC08325B - Lake Alan Henry Pipeline — Contract A 2.04 ADMIXTURES A. Air -Entraining Admixture: ASTM C 260. B. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing cal- cium chloride. 1. Water -Reducing Admixture: ASTM C 494/C 494M, Type A. 2. Retarding Admixture: ASTM C 494/C 494M, Type B. 3. Water -Reducing and Retarding Admixture: ASTM C 494/C 494M, Type D. 4. High -Range, Water -Reducing Admixture: ASTM C 494/C 494M, Type F. 5. High -Range, Water -Reducing and Retarding Admixture: ASTM C 494/C 494M, Type G. 6. Plasticizing and Retarding Admixture: ASTM C 1017/C 1017M, Type 11. 2.05 RELATED MATERIALS A. Joint -Filler Strips: ASTM D 1751, asphalt -saturated cellulosic fiber, or ASTM D 1752, cork or self -expanding cork. 2.06 CURING MATERIALS A. Evaporation Retarder: Waterborne, monomolecular film forming; manufactured for applica- tion to fresh concrete. B. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 oz./sq. yd when dry. C. Moisture -Retaining Cover: ASTM C 171, polyethylene film or white burlap -polyethylene sheet. D. Water: Potable. E. Clear, Waterborne, Membrane -Forming Curing Compound: ASTM C 309, Type 1, Class B. 2.07 CONCRETE MIXTURES A. Comply with ACI 301 requirements for concrete mixtures. B. Normal -Weight Concrete: Prepare design mixes, proportioned according to ACI 301, as fol- lows: Min. 28-Day Maximum Maximum Wa- Maximum Minimum Use Compressive Size of ter/Cement Slump Sacks of Strength Coarse Ratio (inches)* Cement (psi) per c Lean Concrete 1,500 __A_qgregate n 1.5Size No. 467 0.70 4 4.0 General, where 3,000 1.5n 0.50 5 5.5 indicated Size No. 467 General, where 4000 1.5 0.45 5 6.0 indicated Size No. 467 Valve Support 5000 1.5n 0.45 5 6.5 Slab Size No. 467 maximum siump witn nign range water reducing admixture may be increased to r' - u. Cast in Place Concrete PSC08325B - Lake Alan Henry Pipeline — Contract A 03301 - 3 1. Air Content: Maintain within range permitted by ACI 301. Do not allow air content of floor slabs to receive troweled finishes to exceed 3 percent. 2.08 CONCRETE MIXING A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94/C 94M, and furnish batch ticket information. 1. When air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. 3.00 EXECUTION 3.01 FORMWORK A. Design, construct, erect, brace, and maintain formwork according to ACI 301. 3.02 STEEL REINFORCEMENT A. Comply with CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement. 3.03 JOINTS A. General: Construct joints true to line with faces perpendicular to surface plane of concrete. B. Construction Joints: Locate and install so strength and appearance of concrete are not im- paired. C. Isolation Joints: Install joint -filler strips at junctions with slabs -on -grade and vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. 1. Extend joint fillers full width and depth of joint, terminating flush with finished concrete surface, unless otherwise indicated. 3.04 CONCRETE PLACEMENT A. Comply with ACI 301 for measuring, batching, mixing, transporting, and placing concrete. B. Do not add water to concrete during delivery, at Project site, or during placement. C. Consolidate concrete with mechanical vibrating equipment. 3.05 BLOCKING OF PIPE FITTINGS A. Concrete blocking shall be placed at bends, tees, wyes, crosses, plugs, etc. The concrete blocking shall be placed so as to rest against firm undisturbed trench walls. The supporting area for each block shall be sufficient to withstand the thrusts, shall rest on a firm, undis- turbed earth. B. The concrete blocking shall be placed against undisturbed trench walls, with a minimum of 18" between trench wall and pipe. Blocking shall extend a minimum of 0.75 x pipe diameter below and above the centerline of pipe and shall not extend beyond any joints. C. If requested by the Owner's representative or where upward thrusts are present, the ends of the thrust blocks shall be contained in wood or metal forms. Cast in Place Concrete 03301 - 4 PSC08325B - Lake Alan Henry Pipeline — Contract A 3.06 FINISHING FORMED SURFACES A. No Finish: After forms are removed, repair or patch tie holes and defects. Otherwise, no additional finish is required. Apply to surfaces which are not visible from the inside or outside of the completed structure or less than 12-inches below finish grade (i.e. back of retaining walls below embankment, etc.) B. Smooth -Formed Finish: As -cast concrete texture imparted by form -facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch tie holes and defective areas. Remove fins and other projections exceeding 1/8 inch. Apply to con- crete surfaces exposed to view. C. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed sur- faces adjacent to formed surfaces, strike off smooth and finish with a texture matching adja- cent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. 3.07 FINISHING UNFORMED SURFACES A. General: Comply with ACI 302.1 R for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Screed surfaces with a straightedge and strike off. Begin initial floating using bull floats or darbies to form a uniform and open -textured surface plane before excess moisture or bleed - water appears on surface. Do not further disturb surfaces before starting finishing opera- tions. C. Float Finish: Apply float finish to surfaces to receive trowel finish. D. Trowel Finish: Apply a hard trowel finish to surfaces exposed to view except for exterior traf- fic surfaces. E. Nonslip Broom Finish: Apply a nonslip broom finish to exterior concrete traffic surfaces. Im- mediately after float finishing, slightly roughen trafficked surface by brooming with fiber -bristle broom perpendicular to main traffic route. 3.08 CONCRETE PROTECTING AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold -weather protection and with ACI 301 for hot - weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during finishing oper- ations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Begin curing after finishing concrete but not before free water has disappeared from concrete surface. D. Curing Methods: Cure formed and unformed concrete for at least seven days by one or a combination of the following methods: 1. Moisture Curing: Keep surfaces continuously moist for not less than seven days with the following materials: a. Water. b. Continuous water -fog spray. Cast in Place Concrete PSC08325B - Lake Alan Henry Pipeline — Contract A 03301 - 5 c. Absorptive cover, water saturated and kept continuously wet. Cover concrete sur- faces and edges with 12-inch lap over adjacent absorptive covers. 2. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture -retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Cure for not less than seven days. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 3. Curing Compound: Apply uniformly in continuous operation by power spray or roller ac- cording to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair dam- age during curing period. 3.09 FIELD QUALITY CONTROL 1. See 01400 Quality Control. A. Remove and replace concrete that does not comply with requirements in this Section. END OF SECTION Cast in Place Concrete 03301 - 6 PSCO8325B - Lake Alan Henry Pipeline — Contract A Concrete Mix Design PROJECT NAME: FNI PROJECT NUMBER: PROJECT LOCATION: OWNER: GENERAL CONTRACTOR: MIX NUMBER / CLASS: A. Mix Design Cement = Ib/yd3 Fly Ash = Ib/yd3 Other Cementitious Material: = Ib/yd3 Fine Aggregate = Ib/yd3 Coarse Aggregate = Ib/yd3 Water = Ib/yd3 Water Reducing Admixture oz/yd3 High Range Water Reducer = oz/yd3 Air Entraining Admixture = oz/yd3 Other Admixture: = oz/yd3 Slump = inches Gross Weight = Ib/yd3 Air Content = % Water/Cement Ratio B. Materials SOURCE ASTM TYPE REMARKS Cement Fly Ash Other Cementitious Material: Fine Aggregate Coarse Aggregate Water Water Reducer High Range Water Reducer Air Entraining Other Admixture: Cast in Place Concrete 03301 - 7 PSC08325B - Lake Alan Henry Pipeline — Contract A C. Determination of Average Strength Required (f ,,,) 1. Test Records Available: A. Summary of Test Records: (Provide supporting documentation.) Test Group No. No. of Con- secutive Tests Specified Strength psi Standard Dev- iation psi Average Standard Deviation:- B. Standard Deviation Modification Factor (ACI 301, Table 4.2.3.3.a) C. Standard Deviation Used Average Compressive Strength Required 2. Test Records Not Available: A. Average Compressive Strength Required (ACI 301, 4.2.3.3.b, if required) D. Documentation of Required Average Compressive Strength (Check One) 1. Field Strength Test Record (ACI 301, 4.2.3.4.a) ■ Complete Attachment A. 2. Trial Mixtures (ACI 301, 4.2.3.4.b) ■ Complete Attachment B. I, certify that the above information is correct and all gradations cement certifica- tions and test results are located at our place of business for review by the Engineer. DATE: TITLE: COMPANY: Cast in Place Concrete 03301 - 8 PSCO8325B - Lake Alan Henry Pipeline — Contract A Attachment A Documentation of Average Strength — Field Strength Test Record (ACI 301, 4.2.3.4.a) A. Summary of test records: (Provide supporting documentation.) Test Record No. No. of Tests in Record Duration of Record (days) Water- Cementitious Materials Ratio Average Strength (psi) B. Interpolation used? ■ Provide an interpolation calculation or plot of strength versus proportions. C. Submit the following data for each mix: 1. Brand, type and amount of cement. 2. Brand, type and amount of each admixture. 3. Source of each material used. 4. Amount of water. 5. Proportions of each aggregate material per cubic yard 6. Gross weight per cubic yard. 7. Measured slump. 8. Measured air content. 9. Results of consecutive strength tests. Cast in Place Concrete PSCO8325B - Lake Alan Henry Pipeline — Contract A 03301 - 9 No Text No Text 09905 PROTECTIVE COATINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment, and incidentals necessary to apply protective coatings to material and equipment as specified herein, including the preparation of surfaces prior to application of coatings. 1.02 ABBREVIATIONS ANSI American National Standards Institute AWWA American Water Works Association FRP Fiberglass Reinforced Plastic MDFT Minimum Dry Film Thickness MDFTPC Minimum Dry Film Thickness Per Coat mil Thousandths of an Inch MIL-P Military Specification - Paint OSHA Occupational Safety and Health Act PSDS Paint System Data Sheet SFPG Square Feet Per Gallon SFPGPC Square Feet Per Gallon Per Coat SP Surface Preparation SSPC Steel Structures Painting Council 1.03 SUBMITTALS A. Product Data: Furnish the following Data Sheets: 1. For each paint system used herein, furnish a Paint System Data Sheet (PSDS), Technical Data Sheets, and paint colors available (where applicable) for each product used in the paint system, except for products applied by equipment manufacturers. A sample PSDS form is appended at the end of this section. 2. The required information shall be submitted on a system -by -system basis. 3. The Contractor shall also provide copies of the paint system submittals to the coating applicator. 4. Indiscriminate submittal of manufacturer's literature only is not acceptable. B. Where ANSI/NSF Standard 60 and 61 approval is required, submit ANSI/NSF certification letter for each coating in the system indicating product application limits on size of tank or piping, dry film thickness, number of coats, specific product tested, colors certified, and approved additives. C. Provide TCLP test data for lead and other regulated heavy metals in non -recyclable, slag type abrasive blast media to be used on the project. Acceptable abrasive test data shall indicate the abrasive manufactureF, location of manufacture, and media gradation and type. Surface preparation will not be permitted to begin until acceptable test data has been submitted. D. Colors charts of each paint system. E. Quality Control Submittals: Furnish the following: Protective Coatings PSCO8325B — Lake Alan Henry Pipeline — Contract A 09905-1 1. Applicator's Experience: List of references, substantiating the requirements as specified. 2. Factory Applied Coatings: Manufacturer's certification stating factory applied coating systems meets or exceeds requirements specified herein. 3. If the manufacturer of finish coating differs from that of shop primer, provide both manufacturers' written confirmation that materials are compatible. 1.04 QUALITY ASSURANCE A. The paint manufacturer shall provide a representative to visit the jobsite at intervals during surface preparation and painting as may be required for product application quality assurance, and to determine compliance with manufacturer's instructions and these Specifications, and as may be necessary to resolve field problems attributable to, or associated with, the manufacturer's products furnished under this Contract. B. Applicator's Experience: Minimum of 5 years' practical experience in application of specified products. Submit a list of recent projects and names of references for those projects. The Engineer will waive the requirement for five years experience, when at the discretion of the Engineer, the applicators' experience and capabilities meet the intent of the experience requirement. C. Continuity of Contractor: Contractor's site supervisor shall be coordinated with the ENGINEER. Any replacement of the supervisor on site will require notification of ENGINEER 72 hours in advance, and will be subject to approval by the OWNER. D. Inspection: 1. Inspect and provide substrate surfaces prepared in accordance with these specifications and the printed directions and recommendations of paint manufacturer whose product is to be applied. 2. Provide ENGINEER minimum 3 days' advance notice prior to start of surface preparation work or coating application work. 3. Perform work only in the presence of ENGINEER, unless ENGINEER grants prior approval to perform such work in Engineer's absence. Approval to perform work in the Engineer's absence is limited to the current day unless specifically noted to extend beyond the completion of the workday. 4. Inspection by the ENGINEER, or the waiver of inspection of any particular portion of the work, shall not be construed to relieve the Contractor of responsibility to perform the work in accordance with these specifications. 1.05 PAINT DELIVERY, STORAGE, AND HANDLING A. Deliver paint to the project site in unopened containers that plainly show, at the time of use, the designated name, manufacturer date, color, and name of manufacturer. B. Store paints in a suitable protected area that is heated or cooled as required to maintain temperatures within the range recommended by the paint manufacturer. C. Shipping: 1. Where precoated items are to be shipped to the jobsite, protect coating from damage. Batten coated items to prevent abrasion. 2. Use nonmetallic or padded slings and straps in handling. 3. Items will be rejected for excessive damage. 1.06 WARRANTY A. The Contractor and coating manufacturer shall jointly and severally warrant to the Owner and guarantee the work under this section against defective workmanship and materials for a period of two years commencing on the date of final acceptance of the work. l.� Protective Coatings 09905-2 PSC08325B — Lake Alan Henry Pipeline — Contract A B. A warranty inspection shall be conducted one month prior to expiration of the warranty period. Any defective work discovered at this date shall be corrected by the Contractor in accordance with the specifications at no additional cost to the Owner. Other corrective measures may be required during the two (2) year warranty period. 1.07 PAINT AND COATINGS MANUFACTURERS A. A manufacturer letter code as follows will be found following the generic descriptions of materials outlined in the Specifications. Address is that of the general offices. Contact these offices for information regarding the location of representative nearest the project site. B. MANUFACTURER CODE A - COATINGS MANUFACTURERS (Able to supply most heavy- duty industrial coatings and architectural paints): 1. Ameron Protective Coatings, Brea, CA. 2. Carboline Coatings Company, St. Louis, MO. 3. ICI Devoe Coatings Company, Louisville, KY. 4. Dupont Chemical Co., Wilmington, DE. 5. International Coatings, Louisville, KY 6. Sherwin Williams, Cleveland, OH 7. Tnemec Coatings, Kansas City, MO 8. Wasser Coatings, Seattle, WA C. MANUFACTURER CODE E - FUSION BONDED COATING APPLICATORS: 1. 3M Co., St Paul, MN. 1.08 PAINT MATERIALS A. ' Products shall meet federal, state, and local requirements limiting the emission of volatile organic compounds. Specific information may be secured through the local office of the Air Pollution Control Officer. B. Materials Including Primer and Finish Coats: Produced by same paint manufacturer. C. Thinners, Cleaners, Driers, and Other Additives: As recommended by paint manufacturer of the particular coating. Where coatings are required to meet ANSI/NSF Standard 60 and 61, addition of thinners, driers, and other paint additives not approved under the ANSI/NSF certification letter will not be permitted without written approval from the ENGINEER. D. Paint products are listed according to their approximate order of appearance in the paint f4 systems. The letter designating the manufacturer code refers to Article PAINT AND COATING MANUFACTURERS. I Product I Definition Polyamide Epoxy, High Solids Polyamide or polyamine cured epoxy, capable of 4 to 8 MDFT per coat, percent of volume solids 70% minimum, suitable for _. immersion or buried service. MANUFACTURER CODE: A Moisture Cured Zinc Primer Single component, moisture cured urethane based, 12 lbs. _ metallic zinc content per gallon minimum, unlimited recoat period. MANUFACTURER CODE: A Moisture Cure Urethane Single component, moisture cured urethane intermediate and top coat, suitable for high humidity and condensation, unlimited recoat period. Protective Coatings 09905-3 PSC08325B — Lake Alan Henry Pipeline — Contract A MANUFACTURER CODE: A Inorganic Zinc Primer Solvent or water based, 14 lbs. metallic zinc content per gallon minimum; follow manufacturer's recommendation for top coating. MANUFACTURER CODE: A Polyurethane Enamel Two -component, aliphatic or acrylic based polyurethane; high gloss finish, high build. MANUFACTURER CODE: A Rust -Inhibitive Primer Single -package steel primers with anti -corrosive pigment loading; may be alkyd, vinyl, epoxy ester, chlorinated rubber. MANUFACTURER CODE: A Polyurethane Self -priming, plural component, 100 percent solids, non - extended polyurethane, suitable for burial or immersion, and shall be one of the following approved products: 1. Protec Il, Futura Coatings, Hazelwood, Missouri; 2. Durashield 210, Lifelast, Vancover, WA; 3. Or Engineer approved equal. Fusion Bonded Coating 100% solids, thermosetting, fusion bonded, dry powder epoxy or polyurethane resin, suitable for this intended service. MANUFACTURER CODE: E 1.09 COLORS A. Provide as selected by the Owner or Engineer. B. Formulated with colorants free of lead, lead compounds, or other materials which might be affected by the presence of hydrogen sulfide or other gas likely to be present at the project. C. Proprietary identification of colors is for identification only. Any authorized manufacturer may supply matches. D. Equipment Colors: 1. Equipment shall be meant to include the machinery or vessel itself plus the structural supports and fasteners and attached electrical conduits. 2. Paint non -submerged portions of equipment in the same color as the process piping it serves, except as itemized below: a. Dangerous parts of equipment and machinery: OSHA Orange b. Fire protection equipment and Apparatus: OSHA Red c. Radiation hazards: OSHA Purple d. Physical hazards in normal operating area: OSHA Yellow 3. Fiberglass reinforced plastic (FRP) equipment with an integral colored gel coat does not require painting, provided the color is as specified. 1.10 INSPECTION TEST EQUIPMENT A. Provide a magnetic type or electronic dry film thickness gauge to test coating thickness specified in mils, as manufactured by: 1. Nordson Corp., Anaheim, CA, Mikrotest. 2. DeFelsko Corp., Anaheim, CA, Positector 3. Or equal. B. Provide an electrical holiday detector, low voltage, wet sponge type to test finish coatings less than 20 mils in thickness, except zinc primer, high -build elastomeric coatings, and galvanizing, for holidays and discontinuities as manufactured by: 1. Tinker and Razor, San Gabriel, CA, Model M-1. Protective Coatings 09905-4 PSC08325B — Lake Alan Henry Pipeline — Contract A 2. Or equal. C. Provide an electrical holiday detector, high voltage, pulse type to test elastomeric coatings and coating systems in excess of 20 mils dry film thickness, except zinc primer, for holidays and discontinuities as manufactured by: a 1. Tinker and Razor, San Gabriel, CA, Model AP-W. 2. D. E. Stearns Company, Shreveport, LA, Model 14/20 3. Elcometer, Rochester Hills, Michigan 4. Or equal. 2.00 EXECUTION 2.01 GENERAL A. The intention of these specification is for all new, interior and exterior metal, and submerged metal surfaces be painted, whether specifically mentioned or not, except as modified herein. Concealed structural steel surfaces shall receive prime coat only unless modified herein. B. Surface preparation and coating application shall be in conformance with these specifications and the coating manufacturer's written product data sheets and written recommendations of the manufacturer's technical representative. Where conflicts occur between the manufacturer's recommendations and these specifications, the more stringent of the two shall apply unless approved by the Engineer. C. For coatings subject to immersion, obtain full cure for completed system. Consult coatings manufacturer's written instructions for these requirements. Do not immerse coating for any purpose until completion of curing cycle. 2.02 REGULATORY REQUIREMENTS A. Meet federal, state, and local requirements limiting the emission of volatile organic compounds and worker exposures. B. Protect workers and comply with applicable federal, state, and local air pollution and environmental regulations for surface preparation, blast cleaning, disposition of spent aggregate and debris, coating application and dust prevention including, but not limited to the following Acts, Regulations, Standards, and Guidelines: 1. Clean Air Act 2. National Ambient Air Quality Standard 3. Resource Conservation and Recovery Act (RCRA) C. Comply with applicable federal, state, and local regulations for confined space entry. D. Provide and operate equipment that meets explosion proof requirements. 2.03 ENVIRONMENTAL CONDITIONS A. Do not perform abrasive blast cleaning whenever the relative humidity exceeds 85 percent, whenever surface temperature is less than 5 degrees F above the dew point of the ambient air. B. Surface preparation power tools and blast equipment shall contain dust collection equipment that will prevent discharge of dust particles into the atmosphere when surface preparation work is located within enclosures or confined areas with electrical equipment, motors, instrumentation, or other equipment that may be damaged by airborne dust and particles. Protective Coatings PSC08325B — Lake Alan Henry Pipeline — Contract A 09905-5 C. Do not apply paint when: 1. Surface temperatures exceeds the maximum or minimum temperature recommended by the paint manufacturer, 2. In dust, smoke -laden atmosphere, damp or humid weather, or under conditions which could cause icing on the metal surface. 3. When it is expected that surface temperatures will drop below 5 degrees above dew point within 8 hours after application of coating. 2.04 DEHUMIDIFICATION A. Where weather conditions or project requirements dictate, CONTRACTOR shall provide and operate dehumidification equipment to maintain environmental conditions suitable for abrasive blasting and coating application as specified. B. CONTRACTOR shall provide dehumidification equipment sized to maintain dew point temperature 5 degrees or more below surface temperature of metal surfaces to be cleaned and painted. C. Cleaned metal surfaces shall be prevented from flash rusting throughout the project duration, condensation or icing shall be prevented throughout surface preparation and coating application. D. Equipment size and power requirements shall be designed by personnel trained in the operation and setup of dehumidification equipment based on project requirements and anticipated weather conditions. E. Dehumidification equipment shall operate 24 hours per day and continuously throughout surface preparation and coating application. F. CONTRACTOR to provide personnel properly trained in the operation and maintenance of the dehumidification equipment or provided training by the dehumidification equipment supplier. G. Daily maintenance requirements of the equipment shall be documented in writing and posted near the equipment for review by the ENGINEER. H. Reblasting of flash rusted metal surfaces or removal of damaged coatings, as a result of equipment malfunction, shutdown, or other events that result in the loss of environmental control, will be at the sole expense of the CONTRACTOR. 2.05 VENTILATION AND ILLUMINATION A. Adequate illumination shall be provided while work is in progress. Whenever required by the inspector, the CONTRACTOR shall provide additional illumination and necessary supports to cover all areas to be inspected. The level of illumination for inspection purposes shall be determined by the inspector. B. Ventilation shall be used to control potential dust and hazardous conditions within confined areas. Ventilation flow rates shall be in accordance with OSHA regulations and as required to reduce air contamination to nonhazardous conditions. 2.06 SURFACES NOT REQUIRING PAINTING A. Unless otherwise stated herein or shown, the following areas or items will not require �i painting: Protective Coatings 09905-6 PSC08325B — Lake Alan Henry Pipeline — Contract A 1. Concrete and masonry surfaces 2. Nonferrous and corrosion -resistant ferrous alloys such as copper, bronze, monel, aluminum, chromium plate, atmospherically exposed weathering steel, and stainless steel, except where: a. Required for electrical insulation between dissimilar metals. b. Aluminum and stainless steel are embedded in concrete or masonry, or aluminum is in contact with concrete or masonry. c. Color coding of equipment and piping is required. 3. Nonmetallic materials such as glass, PVC, wood, porcelain, and plastic (FRP) except as required for architectural painting or color coding. 4. Prefinished electrical and architectural items such as motor control centers, switchboards, switchgear, panelboards, transformers, disconnect switches, acoustical tile, cabinets, elevators, building louvers, wall panels, etc.; color coding of equipment is required. 5. Nonsubmerged electrical conduits attached to unpainted concrete surfaces. 6. Cathodic protection anodes. 7. Items specified to be galvanized after fabrication unless specifically required elsewhere or subject to immersion. 2.07 PREPARATION OF SURFACES A. Surface Preparation Inspection: 1. Inspect and provide substrate surfaces prepared in accordance with these Specifications and the printed directions and recommendations of paint manufacturer whose product is to be applied. 2. Provide Engineer minimum 3 days' advance notice prior to start of surface preparation work or coating application work. 3. Perform such work only in the presence of Engineer, unless Engineer grants prior approval to perform such work in Engineer's absence. B. Metal Surface Preparation: 1. General: a. Do not perform a surface preparation blast prior to submission of samples. Workmanship for metal surface preparation as specified shall meet current Steel Structures Painting Council (SSPC) Specifications as follows: (1) Solvent Cleaning: SP 1 (2) Hand Tool Cleaning: SP 2 (3) Power Tool Cleaning: SP 3 (4) White Metal Blast Cleaning: SP 5 (5) Commercial Blast Cleaning: SP 6 `ur (6) Brush -Off Blast Cleaning: SP 7 (7) Pickling: SP 8 (8) Near -White Blast Cleaning: SP 10 (9) Bare Metal Power Tool Cleaning: SP 11 b. All surface preparation of new equipment and surfaces shall be assumed to be on - a SSPC Grade A steel surface condition, unless specifically noted otherwise. c. Wherever the words "solvent cleaning", "hand tool cleaning", "wire brushing", or "blast cleaning", or similar words of equal intent are used in these Specifications or in paint manufacturer's specifications, they shall be understood to refer to the applicable SSPC Specifications listed above. d. Where OSHA or EPA regulations preclude standard abrasive blast cleaning, wet or vacu-blast methods may be required. Coating manufacturers' recommendations for wet blast additives and first coat application shall apply. e. Hand tool clean areas that cannot be cleaned by power tool cleaning. -j 2. Welds and adjacent areas: a. Prepared such that there is: (1) No undercutting or reverse ridges on the weld bead. Protective Coatings 09905-7 PSC08325B — Lake Alan Henry Pipeline — Contract A (2) No weld spatter on or adjacent to the weld or -any other area to be painted. P' (3) No sharp peaks or ridges along the weld bead. b. Grind embedded pieces of electrode or wire flush with the adjacent surface of the weld bead. 3. Preblast Cleanin gRequirements: a. Remove oil, grease, welding fluxes, and other surface contaminants prior to blast cleaning. b. Cleaning methods: Steam, open flame, hot water, or cold water with appropriate - detergent additives followed with clean water rinsing. , c. Clean small isolated areas as above or solvent cleaned with suitable solvents and clean cloths. d. Round or chamfered all sharp edges and grind smooth burrs, jagged edges, and surface defects. 4. Blast Cleaning Requirements: a. General: (1) Type of Equipment and Speed of Travel: Designed to obtain specified degree of cleanliness. (2) Select type and size of abrasive to produce a surface profile that meets the coating manufacturer's recommendations for the particular coating to be applied or not less than 20 percent of the specified coating thickness, whichever is more stringent. (3) Meet applicable federal, state, and local air pollution control regulations for blast cleaning and disposition of spent aggregate and debris. (4) Do not reuse abrasive, unless abrasive is a recyclable abrasive. b. Shop Blasting (1) Notify Engineer at least 7 days prior to start of shop blast cleaning to allow for inspection of the work during surface preparation and shop application of paints. Work shall be subject to the Engineer's approval before shipment to the jobsite. (2) Items such as structural steel, metal doors and frames, metal louvers, and similar items as reviewed by the Engineer may be shop prepared and primed. Centrifugal wheel blast cleaning is an acceptable alternate to shop blast cleaning. Blast clean and prime in accordance with these Specifications. c. Field Blasting (1) Perform sandblasting for items and equipment where specified and as required to restore damaged surfaces previously shop or field blasted and primed. Materials, equipment, procedures, shall meet requirements of Steel Structures Painting Council (2) Field blasting in areas with electrical or mechanical equipment, or within buildings shall be performed with dustless abrasive systems such as "Sponge -Jet", dry ice abrasive blasting. 5. Post -Blast Cleaning and Other Cleaning Requirements: a. Clean surfaces of dust and residual particles from cleaning operations by dry (no oil or water vapor) air blast cleaning or other method prior to painting. Vacuum clean enclosed areas and other areas where dust settling is a problem and wiped with a tack cloth. b. Paint surfaces the same day they are sandblasted. Reblast surfaces that have ' started to rust before they are painted. C. Concrete Surface Preparation: 1. Do not begin until 30 days after the concrete has been placed. 2. Remove grease, oil, dirt, salts or other chemicals, loose materials or other foreign matter by solvent, detergent, or other suitable cleaning methods. 3. Clean concrete using mechanical or chemical methods for the degree of cleaning specked for the coating system in accordance with SSPC SP-13, Surface preparation of Concrete. Protective Coatings 09905-8 PSC08325B — Lake Alan Henry Pipeline — Contract A 4. Unless otherwise required for proper adhesion, ensure surfaces are dry prior to coating. 5. Bug holes, air pockets, and other voids in the concrete will be filled or patched in chemical exposure areas, secondary containment, and where specifically required. 6. Concrete Surface Preparation Inspection: a. Adhesion Testing: (1) Tensile testing of the surface preparation shall be performed by the Engineer as necessary using Type 4 or Type 5 pneumatic adhesion testing equipment in accordance with ASTM D4541 using 2-inch diameter dollies for concrete surface adhesion testing. (2) Concrete surface or applied coating shall be scored for concrete adhesion testing. (3) Adhesive failure greater than 50 percent of the dolly surface area shall indicate inadequate surface preparation. (4) Cohesive failures which results in loss of sound concrete will be acceptable provided the loss is greater than 50 percent of the dolly surface area. (5) Low adhesion cohesive failures with a thin layer of concrete due to weak concrete or laitance over 50 percent of the dolly surface will be rejected. b. Concrete Soundness: (1) Concrete soundness shall be determined using the scratching or hammer impact methods as defined in SSPC SP-13. c. Moisture Content: (1) Moisture shall be tested as Specified in SSPC SP-13 and shall not exceed the moisture content recommended by the coating manufacturer. D. Preparation of Existing Coated or Shop Primed Surfaces: 1. General: a. Shop primed or coated surfaces shall be reviewed with the Engineer to determine if the extent of damage to the coating and suitability of finish coats to adhere to shop applied coats. b. If a cured epoxy, polyurethane, or plural -component material is to be top coated, brush-off blast as specified herein or as recommended by the existing coating manufacturer. c. Surface preparation recommendations of coating manufacturer shall be subject to approval of the Engineer. 2. To be Recoated or Final Coated: a. Detergent wash and freshwater rinse. b. Perform touch-up repairs of existing coating. c. Asphaltic varnish coated ductile iron pipe will require an application of a seal coat prior to the application of a cosmetic finish coat. 3. Touch-up Repairs: a. Clean loose, abraded, or damaged coatings to substrate by power tool to bare metal, SPA 1. b. Feather surrounding intact coating. c. Apply one spot coat of the specified primer to bare areas overlapping the prepared existing coating. d. Apply one full finish coat of the specified primer or finish coat(s) overall. 4. Application of a Cosmetic Coat: a. The exact nature of shop -applied coatings is not known in all cases. b. Check compatibility by application to a small area prior to starting the coating. c. If lifting or other problems occur, request disposition from the Engineer. E. Brush-off Blast Cleaning: 1. Equipment, procedure, and degree of cleaning shall meet SSPC-SP 7, Brush-off Blast Cleaning. -y 2. Abrasive: Either conventional abrasive blasting with sand, grit, or nut shells or specialized abrasive blasting, such as dry ice or "Sponge -Jet" technologies. Abrasives shall be 60 mesh grit, maximum. Protective Coatings 09905-9 PSCO8325B — Lake Alan Henry Pipeline — Contract A 3. Select various surface preparation parameters such as size and hardness of the abrasive, nozzle size, air pressure, and nozzle distance from the surface such that the surface is cleaned without pitting, chipping, or exposure of. metal substrate. 4. Verify parameter selection by blast cleaning a trial area that will not be exposed to view. 5. The Engineer shall approve trial blast cleaned area and shall used area as a representative sample of surface preparation. 6. Surface profile shall have the appearance of 100 grit sandpaper with no exposed metal substrate. 7. Repair or replace coated surfaces damaged by blast cleaning, where damage is defined as visible metal substrate. If less than 5 percent of prepared surface has the metal substrate visible, the coating shall be repaired by application of a brush applied coat. If greater than 5 percent the coating shall be fully removed to meet the specified surface cleanliness. F. Solvent Cleaning: 1. Consists of removal of foreign matter such as oil, grease, soil, drawing and cutting compounds, and any other surface contaminants by the use of solvents, emulsions, cleaning compounds, steam cleaning, or similar materials and methods which involve a solvent or cleaning action. 2. Method meets SSPC-SP 1. 2.08 PROTECTION OF SURFACES NOT TO BE PAINTED A. Remove, mask, or otherwise protect hardware, lighting fixtures, switchplates, aluminum surfaces, machined surfaces, couplings, shafts, bearings, nameplates on machinery, and other surfaces not intended to be painted. B. Provide drop cloths to prevent paint materials from falling on or marring adjacent surfaces. C. Protect working parts of mechanical and electrical equipment from damage during surface preparation and painting process. D. Mask openings in motors to prevent paint and other materials from entering the motors. 2.09 PAINT MIXING A. Multiple -component coatings: 1. Prepare using all of the contents of the container for each component as packaged by the paint manufacturer. 2. No partial batches will be permitted. 3. Do not use multiple -component coatings that have been mixed shall not be used beyond their pot life. 4. Provide small quantity kits for touchup painting and for painting other small areas. 5. Mix only components specified and furnished by the paint manufacturer. 6. Do not intermix additional components for reasons of color or otherwise, even within the same generic type of coating. B. Keep paint materials sealed when not in use. C. Where more than one coat of a material is applied within a given system, alternate color to provide a visual reference that the required number of coats have been applied. 2.10 APPLICATION OF PAINT A. General: 1. Inspection: Schedule with Engineer in advance for cleaned surfaces and all coats prior to the succeeding coat. Protective Coatings 09905-10 PSCO8325B — Lake Alan Henry Pipeline — Contract A 2. Apply coatings in accordance with the paint manufacturer's recommendations. Allow sufficient time between coats to assure thorough drying of previously applied paint. 3. Fusion Bonded Coatings Method Application: Electrostatic, fluidized bed, or flocking. 4. Paint units to be bolted together and to structures prior to assembly or installation. 5. Shop Primed or Factory Finished Surfaces: a. Inspection: Schedule with Engineer in advance for shop primed or factory - finished items delivered to jobsite for compliance with these Specifications. b. Power sand areas of chipped, peeled, or abraded coating, feathering the edges. Follow with a spot primer using specified primer. c. For two -package or converted coatings, consult the coatings manufacturer for specific procedures as relates to top coating of products. d. Prior to application of finish coats, clean shop primed surfaces of dirt, oil, and grease, and apply a mist coat of specified primer, 1.0 mil dry film thickness. e. After welding, prepare and prime holdback areas as required for the specified paint system. Apply primer in accordance with manufacturer's instructions. 6. Manufacturer Applied Paint Systems: a. Repair abraded areas on factory -finished items in accordance with the equipment manufacturer's directions. b. Carefully blend repaired areas into the original finish. B. Application Safety 1. Performed painting in accordance with recommendations of the following: a. Paint manufacturer's instructions. b. NACE contained in the publication, Manual for Painter Safety. c. Federal, state, and local agencies having jurisdiction. 2. CONTRACTOR will be solely and completely responsible for condition of the project site, including safety of all persons (including employees) and property during performance of the work. This requirement will apply continuously and not be limited to normal working hours. Safety provisions will conform to U.S. Department of Labor, Occupational Safety and Health Act, any equivalent state law, and all other applicable federal, state, county, and local laws, ordinances, and codes. 3. CONTRACTOR will comply with all safety -training requirements promulgated or required for this project. C. Film Thickness: 1. Coverage is listed as either total minimum dry film thickness in mils (MDFT) or the spreading rate in square feet per gallon (SFPG). Per coat determinations are listed as MDFTPC or SFPGPC. 2. Applied coating system film thickness per coat shall be applied at the specified coating thickness or the manufacturer's recommended minimum thickness, whichever is greater. Where the manufacturer has not specified a minimum coating thickness on the product data sheets, the minimum recommended coating application thickness shall apply. 3. Maximum film build per coat shall not exceed the coating manufacturer's recommendations. 4. Surfaces that are immersed shall be stripe coated on all angles, edges, corners, threads, welds, and similar type surfaces. Stripe coat shall be an extra coat of the intermediate or topcoat material. The stripe coat shall be a separate coat of paint from coats specified under the coating system. Stripe coats shall be alternated in color similar to a full coat. 5. Number of coats: Minimum required irrespective of the coating thickness. Additional coats may be required to obtain the minimum required paint thickness, depending on method of application, differences in manufacturers' products, and . atmospheric conditions. ' D. Porous Surfaces, Such as Concrete, Masonry: 1. Prime Coat: a. May be thinned to provide maximum penetration and adhesion. Protective Coatings 09905-11 PSCO8325B — Lake Alan Henry Pipeline — Contract A b. Type and Amount of Thinning: Determined by the paint manufacturer and is dependent on surface density and type of coating. c. Surfaces Specified to Receive Water Base Coating: Damp, but free of running water, just prior to application of the coating. E. Damaged Coatings, Pinholes, and Holidays: 1. Feather edges and repaired in accordance with the recommendations of the paint manufacturer. 2. Repair fusion bonded coatings to be as recommended by the original applicator. Applicator shall provide liquid repair kits for this purpose as recommended by the coating manufacturer. 3. Apply finish coats, including touchup and damage -repair coats in a manner that will present a uniform texture and color -matched appearance. F. Unsatisfactory Application: 1. If the item has an improper finish color, or insufficient film thickness, clean and topcoat surface with specified paint material to obtain the specified color and coverage. Obtain specific surface preparation information from the coating manufacturer. 2. Hand or power sand visible areas of chipped, peeled, or abraded paint and feather the edges. Follow with primer and finish coat in accordance with the Specifications. Depending on the extent of repair and its appearance, a finish sanding and topcoat may be required. 3. Evidence of runs, bridges, shiners, laps, or other imperfections shall be cause for rejection. 4. Repair defects in coating system per written recommendations of coating manufacturer. 5. Leave all staging up until the Engineer has inspected the surface or coating. Replace staging removed prior to approval by Engineer. 2.11 COATING INSPECTION A. General 1. Film thickness measurements and electrical inspection of the coated surfaces: 2. Perform with properly calibrated instruments. 3. Recoat and repair as necessary for compliance with the Specifications. 4. All coats will be subject to inspection by the Engineer and the coating manufacturer's representative. 5. Visually inspect concrete, nonferrous metal, plastic, and wood surfaces to ensure proper and complete coverage has been attained. 6. Give particular attention to edges, angles, flanges, and other areas where insufficient film thicknesses are likely to be present and ensure proper milage in these areas. B. Coating Thickness Testing: 1. ENGINEER shall conducted coating thickness testing as necessary and without limitation. Testing conformance to the requirements of SSPC PA-2 is specifically excluded from this specification. 2. Measure coating thickness specified in mils with a magnetic type dry film thickness gauge as specified. 3. Check each coat for the correct milage. Do not make measurement before a minimum of 8 hours after application of the coating. 4. Tests for concrete coating thickness shall be with a Tooke Gauge, a destructive test. Contractor shall repair coating after thickness testing. C. Coating Continuity Testing 1. Test finish coat, except zinc primer, galvanizing, and elastomeric coatings in excess of 20 mils dry, for holidays and discontinuities with an electrical holiday detector, low voltage, wet sponge type as specified. Protective Coatings 09905-12 PSC08325B — Lake Alan Henry Pipeline — Contract A 2. Holiday detect coatings in excess of 20 mils dry and concrete and secondary containment coatings with high voltage units recommended by the coating manufacturer in accordance with NACE RP0188. 3. Holiday detect coatings on pipe for buried application with high voltage spark tester in ¢, accordance with NACE RP0274. 2.12 CLEANUP A. Place cloths and waste that might constitute a fire hazard in closed metal containers or destroyed at the end of each day. B. Upon completion of the work, remove staging, scaffolding, and containers from the site or destroyed in a legal manner. C. Completely remove paint spots, oil, or stains upon adjacent surfaces and floors and leave entire job clean. D. Damages due to over spray on buildings, vehicles, trees, or other surfaces not specified to be painted would be the responsibility of the CONTRACTOR. 2.13 MANUFACTURER' SERVICES A. Furnish paint manufacturer's representative to visit jobsite at intervals during surface preparation and painting as may be required for product application quality assurance, and to determine compliance with manufacturer's instructions and these specifications, and as may be necessary to resolve field problems attributable to, or associated with, manufacturer's products furnished under this Contract. 2.14 PROTECTIVE COATING SYSTEMS AND APPLICATION SCHEDULE: A. Unless otherwise shown or specified in these Specifications paint or coat the work in accordance with the following application schedule. B. In the event of discrepancies or omissions in the following, request clarification from the Engineer before starting the work in question. System No. Title 1 SUBMERGED METAL - POTABLE WATER 4 EXPOSED METAL - HIGHLY CORROSIVE 5 EXPOSED METAL - MILDLY CORROSIVE 8A BURIED METAL — SHOP COATED 8B BURIED METAL — FIELD COATED 10 GALVANIZED METAL CONDITIONING 11 GALVANIZED METAL REPAIR 29 FUSION BONDED COATING C. System No. 1 Submerged Metal - Potable Water: 1. Surface Preparation and Coating System Protective Coatings 09905-13 _` PSCO8325B — Lake Alan Henry Pipeline — Contract A 0 F Surface Prep. Paint Material Min. Coats, Cover Abrasive Blast, or Polyamide Epoxy 3 coats, 4 MDFTPC Centrifugal Wheel Coating Blast (SP 5) 2. Application: a. All metal surfaces new and existing below a plane 1 foot above the maximum liquid surface, metal surfaces above the maximum liquid surface which are a part of the immersed equipment, concrete embedded surfaces of metallic items under submerged or buried conditions, such as wall pipes, pipes, wall or floor sleeves, access manholes, gate guides and thimbles, and structural steel, except reinforcing steel, unless otherwise specified b. This system shall be applied to the following specific items: (1) Interior of access manways, air valves, and other immersed metal surface on interior of pipeline. (2) Buried miscellaneous metals as alternative to System No. 8A, subject to Engineer approval. System No. 4 Exposed Metal - Highly Corrosive: 1. Surface Preparation and Coating System Surface Prep. Paint Material Min. Coats, Cover Abrasive Blast, or Centrifugal Wheel Blast (SP 10) Moisture Cured Zinc Rich Primer 1 coat, 3 MDFT Moisture Cured Urethane 1 coat, 5 MDFT Moisture Cured Urethane 1 coat, 5 MDFT 2. Application: a. All new exposed metal surfaces, located inside of structures, manholes, or vaults and/or subject to high humidity or condensation. b. All surfaces with shop applied fusion bonded epoxy or other two component coating system shall be prepared as specified for Existing or Shop Applied coatings and top coated with the specified coating material. Final color shall be uniform in appearance. System No. 5 Exposed Metal - Mildly Corrosive: 1. Surface Preparation and Coating System Surface Prep. Paint Material Min. Coats, Cover Abrasive Blast, or Centrifugal Wheel Blast (SP 10) Inorganic Zinc Rich Primer 1 coat, 3 MDFT Polyurethane Enamel 12 coats, 6 MDFT 2. Application: (1) Exposed metal surfaces, new located outside of structures and exposed to weather. (2) The specked coating systems at transitions between buried or concrete encasement and exposed pipe shall be overlapped a minimum of 6-inches. System No. 8A Buried Metal, Shop Coated: Protective Coatings 09905-14 PSC08325B — Lake Alan Henry Pipeline — Contract A 1. Surface Preparation and Coating System: Surface Prep. Paint Materials Min. Covers, Cover Abrasive Blast, or Centrifugal Wheel Blast (SP5) Polyurethane 1 coat, 35 MDFT 2. Use on the Following areas or surfaces: a. All buried steel pipe shall be shop coated in accordance with Section 09910, Pipeline Coating. b. All buried or concrete encased ferrous metal pipe, fittings, and appurtenances shall be shop coated with this system, unless specified otherwise. c. Epoxy coating in accordance with System No. 1 shall be allowable in lieu of System No. 8 only when approved by the Engineer. Manufacturer shall specifically request the use of System No. 1 in writing for Engineer review and approval. G. System No. 8B Buried Metal, Field Coated: 1. Surface Preparation and Coating System: Surface Prep. Paint Materials Min. Covers, Cover Abrasive Blast, (SP10) or Polyurethane 35 MDFT Power Tool to Bare Metal - or — (SP11) Wax Tape 35 MDFT - or — Fast Cure Epoxy 1 coat, 20 MDFT 2. Use on the Following areas or surfaces: a. Field coat all buried metallic items with this system, unless specified in Section 09910, Pipeline Coatings, or approved by Engineer. b. All buried non-ferrous valves, pipe, or tubing. c. All buried miscellaneous metals, valves, fittings, and associated bolts. 3. Special Requirements: a. Polyurethane coating shall be Durashield 310-61 coating as manufactured by Lifelast Inc., Vancouver, WA, or equal. b. Wax Tape manufacturer shall be Denso North America, Trenton, or equal c. Fast cure Epoxy coatings shall be: (1) Denso Protal 7125 (Low temperature) or Protal 7300 (2) Tapecoat TC 7010 (3) 3M ScotchKote 323 H. System No. 10 Galvanized Metal Conditioning: 1. Surface Preparation and Coating System Surface Prep. Paint Material Min. Coats, Cover Solvent Clean (SP 1) Followed by Hand Tool (SP 2) or Power Tool (SP 3) Wash Primer 1 Coat, 0.4 MDFT Finish Coats to Match Existing Paint As Required to Match Surrounding Area 2. Application: a. All galvanized surfaces requiring painting Protective Coatings 09905-15 PSCO8325B — Lake Alan Henry Pipeline — Contract A I. System No. 11 Galvanized Metal Repair: 1. Surface Preparation and Coating System Surface Prep. Paint Material Min. Coats, Cover Solvent Clean (SP 1) Organic Zinc Rich Primer 1 Coat, 3 MDFT Followed by Hand Tool (SP 2), or Power Tool (SP 3), or Brush-off Blast (SP 7) 2. Application: a. All galvanized surfaces which are abraded, chipped, or otherwise damaged. J. System No. 29 Fusion Bonded Coating: 1. Surface Preparation and Coating System Surface Prep. Paint Material Min. Coats, Cover Abrasive Blast, or Centrifugal Fusion Bonded 100% solids 1 or 2 coats, 7 MDFT Wheel Blast (SP 10) or Acid Epoxy or Polyurethane Pickling (SP 8) 2. Application: a. Use on the following areas: (1) All surfaces specified to be shop coated and intended for burial, immersion, high humidity and condensation, and pipe vault components where specifically specified. b. Use on the following items or surfaces: (1) Pipe, valves, fittings, and couplings. (See PSDS form following this section) Protective Coatings 09905-16 PSC08325B — Lake Alan Henry Pipeline — Contract A F7. - PAINT SYSTEM DATA SHEET 1 Attached products' Technical Data Sheet (if applicable) to this sheet for each paint system submittal. Paint System Number (from spec.): Paint System Title (from spec.): Coatings Manufacturer: Representative: Surface Preparation: Paint Material (Generic) Product Name/Number Proprietary) Min. Coats, Coverage Additional Information Required (check applicable items): O ANSI/NSF Certification letter for each paint material listed above requiring ANSI/NSF Standard 60 and 61 approval. O Manufacturer's minimum and maximum recommended coating thickness per coat and for total coating system. O Immersion coating cure requirements from minimum coating application temperature to 100 degrees in 15-degree temperature increments. Protective Coatings PSC08325B — Lake Alan Henry Pipeline — Contract A 09905-17 09910 PIPELINE COATINGS AND LININGS PART1 GENERAL 1.01 WORK RESULTS A. This section covers the work necessary to apply external polyurethane coating on steel pipe, field coating of joints, and field repair of coating damage, complete. B. Concrete cylinder pipe shall be externally overcoated with polyurethane coating system where specifically indicated on the drawings, complete. C. Exposed steel pipe will be coated as specified in Section 09905, PAINTING, unless specifically specified otherwise. 1.02 SUBMITTAL REQUIREMENTS A. Contractor submittals shall be made in accordance with Section 01300 of these Specifications. B. Shop Drawings: Catalog cuts and other information for all products proposed. Provide copy of approved coating system submittals to the coating applicator. C. Quality Control Submittals: Furnish the following: 1. Applicator's Experience with list of references substantiating compliance. 2. Coating manufacturer's certification stating the applicator meets or exceeds their coating application requirements and recommendations. 3. Coating manufacturer shall provide a copy of the manufacturer's coating application quality assurance manual. 4. If the manufacturer of field -applied coating differs from that of the shop applied primer, provide written confirmation from both manufacturers' that the two coating materials are compatible. 1.03 QUALITY ASSURANCE A. Coating Applicator's Experience and Certification: Coating Application Company and coating application supervisor (Certified Applicator) shall have a minimum of 5 years experience applying the specified coating system. Coating application personnel, whom have direct coating application responsibility, shall have a minimum of 2 years practical experience in application of the indicated coating system. 2. Coating applicator shall be certified by the coating manufacturer as an approved applicator. B. Coating and/or lining manufacturer technical representative shall be present for a minimum of three days technical assistance and instruction at the start of coating and/or lining operations within the shop. During this visit, the technical representative shall observe surface preparation and coating application and conduct tests of the coating to insure conformance with application instructions, recommended methods, and conditions. C. Coating and/or lining manufacturers technical representative shall be onsite for three working days, minimum, at the start of each construction season to inspect coating application and procedures in the field. During this visit, the technical representative shall observe surface preparation and coating application and conduct tests of the coating to insure conformance with application instructions, recommended methods, and conditions. PIPELINE COATINGS AND LININGS 09910-1 PSCO8325B — Lake Alan Henry Pipeline — Contract A D. Coating and/or lining manufacturer shall include 8 hours per month of field or shop coating technical support when requested by the Engineer. E. Technical representative shall provide a written report to the Engineer for each visit. Report shall include copies of test data collected, description of observations, and all recommended corrective actions. Report shall be submitted within 5 working days after the visit. When deemed necessary by the Engineer, work will not be permitted to proceed until the recommended corrective actions have been implemented. After all corrective recommendations have been completed; the manufacturer representative shall return and certify that the application complies with the manufacturer's coating application recommendations. F. Additional visits by the manufacturer's representative shall be made at sufficient intervals during surface preparation and coating or lining as may be required for product application quality assurance, and to determine compliance with manufacturer's instructions, and as may be necessary to resolve problems attributable to, or associated with, manufacturer's products furnished for this project. 1.04 ABBREVIATIONS MDFT Minimum Dry Film Thickness mil Thousandths of an Inch 1.05 DEFINITIONS A. Manufacturer's Representative: Employee of coating manufacturer who is factory trained and knowledgeable in all technical aspects of their products and systems. Sales representatives are not acceptable as a technical representative unless written authorization from the coating manufacture is provided which states the sales representative has full authority to act on the behalf of the coating manufacturer. 1.06 REFERENCE STANDARDS AWWA C205 Cement -Mortar Protective Lining and Coating for Steel Water Pipe-4-inch and Larger- Shop Applied. AWWA C209 Cold Applied Tape Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines. AWWA C210 Liquid -Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines. AWWA C216 Heat -shrinkable Cross -linked Polyolefin Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines. AWWA C217 Cold -Applied Petrolatum Tape and Petroleum Wax Tape Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines. AWWA C222 Polyurethane Coatings for Interior and Exterior of Steel Water Pipe and Fittings NACE RP-0274 High Voltage Electrical Inspection of Pipeline Coatings Prior to Installation SSPC-SP-1 Solvent Cleaning Surface Preparation SSPC-SP-2 Hand Tool Cleaning Surface Preparation SSPC-SP-3 Power Tool Cleaning Surface Preparation PIPELINE COATINGS AND LININGS 09910-2 PSCO8325B — Lake Alan Henry Pipeline — Contract A SSPC-SP-5 White metal Abrasive Blast Surface Preparation SSPC-SP-6 Commercial Abrasive Blast Surface Preparation SSPC-SP-10 Near White Metal Abrasive Blast Surface Preparation SSPC-SP-11 Power Tool Cleaning to Bare Metal 1.07 SPECIAL WARRANTY REQUIREMENTS A. The Contractor and coating applicator shall warrant to the Owner and guarantee the work under this section against defective workmanship and materials for a period of two (2) years commencing on the date of final acceptance of the work. 1.08 OBSERVATION OF WORK A. The Contractor shall give the Owner Representative a minimum of 14 days advance notice of the start of any work to allow scheduling for shop or field observation. Provide Owner Representative a minimum 3 days' notice for actual start of surface preparation and coating application work. B. Provisions shall be made to allow Owner's representative full access to facilities and appropriate documentation regarding coating application. C. Observation by the Owner's representative or the waiver of observation of any particular portion of the work shall not be construed to relieve the Contractor of his responsibility to perform the work in accordance with these Specifications. D. Materials shall be subject to observation for suitability as the Owner's representative may determine, prior to or during incorporation into the work. E. Perform such work only in the presence of Engineer, unless Engineer grants prior approval to perform such work in his absence. PART 2 MATERIALS 2.01 GENERAL A. Exterior and interior pipe and fitting surfaces shall be prepared and coated in accordance with referenced standards, written directions of the coating or lining manufacturer's, and these specifications, whichever is more stringent. B. Coatings and linings will be stored, handled, and applied per manufacturer's written directions. C. Pipeline coating or lining shall be the product of a single manufacturer. Product substitutions during the project will not be permitted. 2.02 EXTERIOR SHOP -APPLIED COATINGS A. General 1. Steel pipe shall be coated in accordance with AWWA C222, except as modified herein. 2. Concrete cylinder pipe shall be externally overcoated with polyurethane coating as specified here in and in accordance with the coating manufacturer's recommendations for concrete substrates. PIPELINE COATINGS AND LININGS 09910-3 PSC08325B — Lake Alan Henry Pipeline — Contract A 3. Overcoating of concrete cylinder pipe with polyurethane shall be performed from joint to joint and shall include the minimum length as shown on the Drawings. 4. Pipe that is atmospherically exposed shall be shop primed as specified herein and Section 09905 PAINTING. 5. Buried dielectrically coated pipe and fittings passing through a structure wall or floor shall be coated for a minimum of two -inches beyond the interior wall or floor surface. B. Plural Component Polyurethane: 1. General: Plural component, polyurethane coating system (referred to as a polyurethane system) shall be applied in accordance with AWWA C222, and as modified herein. 2. Shop Surface Preparation: a. Steel pipe: SSPC-SP5, White Metal blast, 3.00 mil profile, minimum, or as required by the manufacturer, whichever is greater. b. Concrete Pipe: (1) Abrasive blast to remove all laitance and loose material and create a suitable anchor profile. (2) Cement mortar coating shall be allowed to cure 15 days or steam cured not less than 7 days prior to surface preparation of the mortar and coating application. Hand applied mortar lining shall be allowed to cure a minimum of 15 days or as required to meet the coating manufacturer's requirements for application on cement, whichever is greater. (3) Mortar coating shall be dry during coating application. 3. Shop Applied Coating Requirements: a. Self -priming, plural component, 100 percent solids, non -extended polyurethane, suitable for burial or immersion. b. One coat, 35 mils total dry film thickness, minimum, or as required to meet the holiday and coating defects limits specified this section. c. Shall be one of the following products, subject to review and acceptance of submitted product performance reports: (1) Protec 11, Futura Coatings, Hazelwood, Missouri; (2) Chemtane 2265, Chemline, Inc, St. Louis, Missouri (3) Or Engineer approved equal. d. Acceptance of submitted product is contingent upon: (1) Submission of an independent testing report conducted within three years prior to bid opening documenting conformance to the coating performance criteria specified herein. (2) Verification that no significant change in product formulation has occurred through comparison of current product Part A and B formulation with infrared spectrometry analysis of test product for the laboratory test report. 4. Laboratory Coating Testing and Report: a. General (1) Coating manufacturer shall submit to the Engineer for approval, test reports indicating conformance to the specified performance criteria using prepared samples as defined using coating materials conforming to the following general requirements: (2) Polyurethane coating material tested shall have been manufactured within 30 days of test sample preparation. (3) Coating material to have to have a minimum of three years prior pipeline coating application history. (4) Extended polyurethane coatings will not be acceptable. (5) Submission of incomplete reports, use of test procedures or methods other than those specked, or preparation of samples with a coating material other than those listed will result in rejection of the coating. (6) Reports shall be submitted for review and approval not less than 30 days prior to coating application along with current product data sheets and MSDS sheets for parts A and B. PIPELINE COATINGS AND LININGS 09910-4 PSC08325B — Lake Alan Henry Pipeline — Contract A (7) New product formula tests shall be accompanied with Part A and B wet samples for infrared spectrometry analysis. Wet samples shall be from the lot and batch tested and shall be collected and seal by the Engineer for laboratory analysis by the Engineer. b. Test Sample Preparation: (1) Coating manufacturer to provide 10 days advanced -notification of coating sample preparation for Engineer observation. (2) Failure to fully conform to the preparation requirements will result in rejection of the submitted coating material. (3) Sample preparation completed by the coating manufacturer shall be fully documented and reported to the testing agency by the manufacturer. (4) All coating test samples shall be prepared in conformance with the following general requirements. c. Sample Surface preparation (1) Method: Abrasive Blast, Green Diamond or Steel Grit, SSPC-SP5, White Metal (2) Profile: 3.25 mils (±0.25 mils), Angular profile, 90 Peak Count per inch minimum, measured and recorded using surface profilometer. d. Coating Application: (1) Method: Spray film, in accordance with manufacturer's written shop application requirements. (2) Thickness: 35 mils, minimum, 40 mils maximum (3) " Cure: Air cure only, oven or other accelerated cures will not be acceptable. (4) Form: Sheet, steel panel, or steel pipe as required for test procedure. e. Sample Quantity: Three minimum for each test performed or as required by the ASTM Test Standard, whichever is more stringent. f. Coating Tests: (1) Testing shall be performed by a certified independent laboratory testing agency with a minimum five years experience in the performance of ASTM test procedures on coating systems. (2) All testing shall be at room temperature, unless specifically required otherwise by the ASTM test procedure. (3) Water Absorption (ASTM D570). (a) Criteria: 1.00 percent, maximum (b) Method: Long-term Immersion (c) Sample: Sheet, 1 mm maximum thickness (4) Permeance (ASTM E96) (a) Criteria: 0.050 inch -pound (b) Method: Water Procedure BW (App. X1) (c) Conditions: Supported in manner to provide full circulation of air around test container for duration of test procedure. (5) Impact Resistance (ASTM G14) (a) Criteria: 125 inch -pounds, minimum (6) Cathodic Disbondment (ASTM G95) (a) Criteria: 8 mm, maximum (b) Potential: -3.00 volts (c) Duration: 30 days (d) Radius: Measured from original holiday radius (7) Adhesion to Steel, Dry (ASTM D4541): (a) Criteria: 3,000 psi, minimum (b) Equipment: Delfesko Positest (c) Dollies: 20 mm, maximum, scored to metal substrate (8) Abrasion (ASTM D4060) (a) Criteria: 85 mg loss, maximum (b) Conditions: CS-17 wheel, 1,000 grams weight, 1,000 revolutions (9) Tensile Strength (ASTM D412) (a) Criteria: 4,000 psi, minimum (10) Hardness, Shore D (ASTM D2240) (a) Criteria: 70, Shore D, minimum PIPELINE COATINGS AND LININGS 09910-5 PSC08325B — Lake Alan Henry Pipeline — Contract A a (11) Flexibility (ASTM D522) (a) Criteria: Pass (no cracking) (b) Mandrel Diameter: 3 inch, 180 degrees g. Reporting (1) As required by the ASTM test method, and the following additional information: (a) Sample panel preparation date and identification (b) Surface preparation method and abrasive (c) Surface Preparation profile and peak count (d) Coating lot and date of manufacture (e) Application spray gun and equipment used (f) Application temperatures of coating materials and material temperature at the gun, ambient temperature, and panel surface temperature (2) Include all periodic test data and/or observations for all tested samples and show all multiple measurements in both table and graph. (3) Show all calculations as required by the ASTM test method. (4) Include digital photographic documentation of all visual assessments, test apparatus, and final panel condition using 4 mega pixels minimum resolution. (5) Submit reports in both PDF and color printed format with photographs in JEPG format on CD. C. Exterior Coating for Exposed Steel Pipe 1. All atmospherically exposed or vault piping shall be shop primed with the coating system as specified in Section 09905, PAINTING. 2.03 INTERIOR SHOP -APPLIED LININGS A. Cement Mortar Lining: 1. Clean and cement mortar line steel pipe and fittings in accordance with AWWA C205. 2. Cement: Conform to ASTM C150, Type II. 3. Shop applied cement mortar lining shall be uniform in thickness over the full length of the pipe joint. 4. Aggregate shall be silica sand or other aggregate that is not subject to leaching. Conform to ASTM C33. 5. Water for cement mortar: Clean and free from organic matter, strong alkalis, vegetable matter, and other impurities. B. Liquid Applied Epoxy Coating: 1. Provide liquid epoxy primer and lining in all cement mortar lined metallic pipe at insulating joints for a minimum of two pipe diameters on each side of the insulated joint. 2. Epoxy coatings shall be NSF approved coatings suitable for potable water contact in accordance with ANSI/NSF Standards 60 and 61. 3. Epoxy shall be applied over the cement mortar lining where specified for the pipeline lining material. 4. Prepare the cement mortar lining by abrasive blasting to remove all laitance and provide a surface profile. 5. Cement mortar shall be allowed to cure for a minimum of 15 days prior to surface preparation and coating application or 7 days with steam curing. 6. Mortar lining shall be dry when epoxy lining is applied. 2.04 SPECIALS, FITTINGS, AND CONNECTIONS A. Coating and lining application for special sections, connections, and fittings for steel or ductile iron pipe shall conform to coating system and application.requirements as specified this section. B. Specials, fittings, and connections shall be defined as any pipe section with turnouts for blowoffs, interconnects, any valve, or other appurtenances; tees; crosses; wyes; laterals; manholes; mitered angles or elbows; and pipes which require special fabrication that prevents mechanical production application of the specified coating system from end to end of pipe joint. PIPELINE COATINGS AND LININGS 09910-6 PSCO8325B — Lake Alan Henry Pipeline — Contract A C. In addition to the items listed as specials, the following items shall also be considered as specials: Pipe joints with pass through holes. D. Hand applied tape coatings will not be permitted on any specials, fittings, connections, and elbow fittings. E. Specials, fittings, and connections shall be externally coated with polyurethane coating system applied from end to end of pipe joint on all specials, fittings, and connections. 2.05 EXTERIOR FIELD JOINT COATING A. Pipe joints shall be field coated after pipe assembly in accordance with AWWA C216, or C217, whichever is applicable and as specified herein. B. Field joint coating shall be compatible with the shop -applied coating system and provided by the same manufacturer or a manufacturer approved by the pipe coating manufacturer. C. All joints on pipe 24-inches in diameter or greater shall be coated with a heat shrink coating material. D. Field joint coating materials shall be as follows or an approved equal. Heat Shrink Sleeves: a. Filler Material: (1) Provide filler material for all push -on, flange, and coupling type joints and at all changes in outside diameter are greater than 1/8-inch. (2) Filler material shall adhere to the pipe and heat shrink sleeve. Size and type shall be as recommended by the sleeve manufacturer for type of pipe and joint. (3) Filler mastic for joints subject to weld after backrill shall exceed 500 degrees F melt point temperature. (4) Filler material shall be applied in a manner and of sufficient thickness that no tenting or voids remain under the heat shrink sleeve. b. Joint Coating: (1) Heat shrink, cross -linked polyolefin wrap or sleeve with a mastic sealant, 85-mils minimum thickness, suitable for pipeline operating temperature, as recommended by the manufacturer. (2) Provide standard recovery sleeve for welded or bell and spigot steel pipe joints. High recovery sleeves shall be provided for flange joints and coupling style joints. (3) Width of heat shrink sleeves shall be sufficient to overlap existing coating 2-inches minimum. (4) Consideration sleeve shrinkage during installation and joint profile in determining sleeve width required. Overlapping of two or more heat shrink sleeves to achieve the necessary width on pipe joints will not be permitted without Engineer approval. (5) Sleeve shall meet requirements for "Well After Backfill" when allowed and approved by Engineer. c. Holdback Primer: As specified this section d. Manufacturer's: Canusa, Raychem -Covalence, or equal. 2. Wax Tape Coating: a. Apply coating in accordance with AWWA C217, except as modified herein. b. Wax tape coatings shall be field applied on all buried flexible joints, thrust restraint rods and brackets, and on joints, fittings, or irregular shapes or complex configurations that are not suited for the use of heat shrink coating system. c. Do not use wax tape coating systems on vault piping, atmospherically exposed piping and appurtenances, or where subject to UV exposures. PIPELINE COATINGS AND LININGS PSC08325B — Lake Alan Henry Pipeline — Contract A 09910-7 d. Provide filler material to fill and smooth all irregular surfaces, such that no tenting or voids remain under the applied wax tape. e. Use sand backfill to protect wax coating from damage. f. Coating System: (1) Surface Preparation: SP11 Power Tool to Bare Metal. (2) Primer: petroleum or petrolatum wax (3) Filler Material: Filled petroleum or petrolatum wax (4) Inner Tape: Petroleum or petrolatum wax impregnated fabric, 6-inch width maximum, 40 mils thick (5) Outer Wrap: PVC or tape suitable for application to inner tape. g. Wax tape coating system shall be as manufactured by: (1) Denso North American (2) Trenton (3) Or approved equal. 2.06 INTERIOR FIELD JOINT COATING A. Mortar Lining: After the backfill has been completed to final grade, the interior joint recess shall be filled with grout. The grout shall be tightly packed into the joint recess and troweled flush with the interior surface. Excess shall be removed. 2. At no point shall there be an indentation or projection of the mortar exceeding 1/1 6-inch. 3. With pipe smaller than 24-inches in diameter, before the spigot is inserted into the bell, the bell shall be daubed with grout. The joint shall be completed and excess mortar on the inside of the joint shall be swabbed out. 2.07 REPAIR OF COATINGS AND LININGS A. General 1. Coating or lining repair materials shall be compatible with the shop -applied coating or lining system and shall be approved by the coating or lining manufacturer. 2. All major repairs on pipe greater than 24-inches in diameter or coated with polyurethane coating system shall be repaired using heat shrink sleeves as specified for field joint coating in accordance with C216, except as modified herein. 3. Minor coating,repairs for polyurethane coated or exposed pipe shall be as specified herein. B. Coating Repair Materials Heat Shrink Sleeves (major repair): a. Filler Mastic: Provide mastic filler to fill tape void as required. b. Full Wrap Coating: Cross -linked polyolefin wrap with a mastic sealant, 85-mil thickness minimum, suitable for pipeline operating temperature, sleeve material recovery as recommended by the manufacturer. Sleeve length shall provide a minimum of 3 inches overlap onto intact pipe coating. c. Manufacturer's: Canusa, Raychem (Polyken), or equal 2. Heat -Applied Patches (minor repair) a. Heat applied adhesive, polyolefin backed, mastic coated tape, 12-inches maximum size. b. Patch shall provide a minimum of 2 inches overlap onto intact pipe coating; except for "Pritec" coated pipe shall have a minimum overlap of 3-inches in the circumferential direction. c. CRP patch as manufactured by Canusa, PERP patch as manufactured by Raychem (Polyken), or equal. PIPELINE COATINGS AND LININGS 09910-8 PSCO8325B — Lake Alan Henry Pipeline — Contract A C. Polyurethane Coating 1. Polyurethane coating system repair shall be in accordance with the coating manufacturer's recommended procedures. 2. Coating material for minor repairs shall be single use kits or other mix ratio controlled packages of slow set polyurethane coating material similar to the existing coating 3. Major repairs will be completed using the coating material specified for the coating or the lining. Coating shall be reapplied using plural component spray equipment by a manufacturer certified coating applicator. D. Exposed Pipe Coating System Touch-up repair all damage to the primer and/or intermediate coats with the specified coating system prior to final coating of the pipeline in accordance with Section 09900, Painting. PART 3 EXECUTION 3.01 ENVIRONMENTAL LIMITATIONS A. General 1. Products shall comply with federal, state, and local requirements limiting the emission of volatile organic compounds and worker exposure. 2. Comply with applicable federal, state, and local, air pollution and environmental control regulations for surface preparation, blast cleaning, disposition of spent aggregate and debris, and coating application. 3. Do not perform abrasive blast cleaning whenever the relative humidity exceeds 85 percent, whenever surface temperature is less than 5 degrees above the dew point of the ambient air. 4. Do not apply coatings when: a. Surface and ambient temperatures exceeds the maximum or minimum temperatures recommended by the coating manufacturer or these specifications, b. In dust or smoke -laden atmosphere, blowing dust or debris, damp or humid weather, or under conditions that could cause icing on the metal surface. c. When it expected that surface temperatures would drop below 5 degrees above dew point within 4 hours after application of coating. d. Whenever relative humidity exceeds 85 percent for polyurethane coating application. 5. Where weather conditions or project requirements dictate, CONTRACTOR shall provide and operate heaters and/or dehumidification equipment to allow pipe surfaces to be abrasive blasted and coated as specified and in accordance with the manufacturers coating application recommendations. 6. Work activities can be restricted by the ENGINEER until adequate temperature and humidity controls are in place and functioning within the environmental limits specified. 7. Coating applicator shall provide a monitoring system approved by the coating manufacturer that constantly records pipe and coating conditions during coating application. Recorded monitoring parameters shall include pipe temperature, line speed, surface preparation, holiday test and other parameters applicable to the type of coating. B. Temperature Control 1. In cold weather or if moisture collects on the pipe, preheat pipe to a temperature between 45 and 90 degrees and 5 degrees above dew point, whichever is greater. 2. When temperatures are above or below the coating manufacturers recommended application temperatures, the CONTRACTOR will provide temperature controls as necessary to permit work to precede within the manufacturer's temperature limitations. 3. Provide tenting, insulating blankets, baffles, or bulkheads as required to zone and control heating or cooling effectiveness. PIPELINE COATINGS AND LININGS 09910-9 PSCO8325B — Lake Alan Henry Pipeline — Contract A 4. Heating shall be with indirect fired heaters that do not increase humidity levels within the work area. Heaters shall be sized for the area to be heated. C. Dehumidification 1. CONTRACTOR shall provide dehumidification equipment when necessary for shop or field environmental control during surface preparation and/or coating application. Dehumidification equipment shall be properly sized to maintain dew point temperature 5 degrees or more below surface temperature of metal surfaces to be cleaned and coated. 2. Cleaned metal surfaces shall be prevented from flash rusting throughout the project duration, condensation or icing shall be prevented throughout surface preparation and coating application. 3. Equipment size and power requirements shall be designed by personnel trained in the operation and setup of dehumidification equipment based on project requirements and anticipated weather conditions. 4. Dehumidification equipment shall operate 24 hours per day and continuously throughout surface preparation and coating application. 5. CONTRACTOR to provide personnel properly trained in the operation and maintenance of the dehumidification equipment or provided training by the dehumidification equipment supplier. 6. Daily maintenance requirements of the equipment shall be documented in writing and posted near the equipment for review by the ENGINEER. 7. Reblasting of flash rusted metal surfaces or removal of damaged coatings, because of equipment malfunction, shutdown, or other events that result in the loss of environmental control, will be at the sole expense of the CONTRACTOR. 3.02 SURFACE PREPARATION A. General 1. Inspect and provide substrate surfaces prepared in accordance with these Specifications and the printed directions and recommendations of coating manufacturer whose product is to be applied. 2. Visible oil, grease, dirt, and contamination shall be removed in accordance with SSPC- SP1, solvent cleaning. 3. Surface imperfections such as metal slivers, burrs, weld splatter, gouges, or delaminations in the metal shall be removed by filing or grinding prior to abrasive surface preparation. 4. Protect prepared pipe from humidity, moisture, and rain. All flash rust, imperfections, or contamination on cleaned pipe surface shall be removed by reblasting. 5. Priming and coating of pipe shall be completed the same day as surface preparation. B. Weld Surface Preparation Requirements: a. Spray applied coating systems do not require weld grinding. C. Steel Surface Preparation 1. Surface preparation of steel pipe shall be in accordance with SSPC surface preparation standards utilizing the degree of cleanliness specified for the coating system to be applied or as specified herein, whichever is more stringent. 2. Grit and/or shot abrasive mixture and gradation shall be as required to achieve the degree of cleanliness and coating adhesion specified. 3. Pipe cleaned by abrasive blasting with recyclable steel grit and/or shot or other abrasive shall be cleaned of debris and spent abrasive in an air wash separator. 4. Polyurethane coating system shall have a sharp angular surface profile of the minimum depth specified. 5. Work shall be performed in a manner that does not permit the cleaned metal surface to rust back or flash rust. PIPELINE COATINGS AND LININGS 09910-10 PSCO8325B — Lake Alan Henry Pipeline — Contract A 6. Rust back or flash rust shall be fully removed with the steel surface cleanliness equal to the metal surface cleanliness prior to rust back or flash rusting. Determination of the equivalent surface cleanliness shall be at the Engineer's sole discretion. 3.03 SHOP -APPLIED COATING SYSTEMS A. Polyurethane Coating or Lining 1. Applicator Qualifications: a. Equipment will be certified by the coating manufacturer to meet the requirements for material mixing, temperature control, application rate, and ratio control for multi -part coatings. b. Equipment not meeting the written requirements of the coating manufacturer shall be rejected for coating application until repairs or replacement of the equipment is made to the satisfaction of the Engineer. c. Personnel responsible for the application of the coating system shall have certification of attendance at the coating manufacturer's training class within the last three years. The certified applicator shall be present during all coating application work and shall have responsibility for controlling all aspects of the coating application. 2. Coating manufacturer shall provide to the Engineer a copy of the manufacturer's coating application quality assurance manual prior to beginning coating application. Strict conformance to the requirements of the manual will be required. Deviation from the requirements of the manual will be grounds for the Engineer to reject the applied coating. Rejected coating shall be removed to bare metal and reapplied using proper application methods in accordance with the quality assurance manual and the requirements of these specifications. 3. Pipe surface temperature shall be between 50 and 100 degrees and 5 degrees above dew point, whichever is greater. 4. Coating application shall be performed in an environmentally controlled shop area that meets or exceeds the written environmental application requirements of the coating manufacturer. Application in outdoor conditions will not be acceptable without adequate environmental shelter, environmental controls, and/or dehumidification. 5. Coating applied under improper environmental conditions will be rejected. Coating shall be removed to bare metal and reapplied under proper environmental conditions. 6. Coating adhesion and holidays testing shall be tested as specified this section. 7. Perform coating and lining repairs as specified in this section. 3.04 EXTERIOR COATING HOLDBACK A. Coating holdbacks shall be straight and cut through the full thickness of the coating. B. Cutbacks shall be completed in a manner that permits field coating of joints in accordance with the manufacturer's recommendations and as specified herein. C. Holdbacks shall be as required for proper jointing of pipe, considering joint welding requirements, and be as follows: Polyurethane coating Push -on joint, spigot Flush with spigot end Push -on, bell Flush with bell end Welded, spigot 3 inches, minimum Welded, Bell 4-inches, minimum D. Holdback Corrosion Protection: PIPELINE COATINGS AND LININGS PSC08326B — Lake Alan Henry Pipeline — Contract A 09910-11 Holding primer for corrosion protection of cutbacks or holdbacks shall be compatible with the specified joint coating system and weld after backfill requirements, when applicable. 2. Approved holdback primers are: a. Tnemec Omnithane — Suitable for all joints, except joints subject to weld after backfill b. Tnemec 90E-92 Ethyl Silicate Inorganic Zinc Primer — suitable for all joints, including weld after backfill joints. c. ICI Devoe Cathacoat 304V Ethyl Silicate Inorganic Zinc Primer — suitable for all joints including weld after backfill joints. d. Polyken or Other Tape Primers — Not allowed 3. Holdback coating shall prevent corrosion of prepared pipe ends for duration of storage and construction, and shall be recommended for buried exposures. 4. Primer shall not result in running or melting of the coating or cause toxic fumes when heated during weld after backfill operations. 5. Application and thickness of holding primer shall be in accordance with the coating manufacturer's recommendations, but shall not impair the clearances required for proper joint installation. 6. Primer application on spigot end of field welded pipe shall be held back a minimum of 2 inches from end of spigot as necessary to prevent toxic fumes during field welding. 7. Any corrosion within the holdback areas shall be abrasively blasted to near white metal in accordance with SP10 or power tool cleaned to bare metal in accordance with SP11 prior to applying joint coating. 3.05 PIPE LINING APPLICATION A. Shop -applied Cement Mortar Lining: 1. Centrifugally line straight sections of pipe. Lining of special pieces or fittings shall be by mechanical, pneumatic, or hand placement. Provide cement mortar lining of uniform thickness. Finish to a smooth dense surface. 2. Steel plate specials larger than 16 inches in diameter shall have lining reinforced with 2- inch by 4-inch No. 13-gage welded steel wire mesh. 3. Centrifugally line straight sections of pipe. Lining of special pieces or fittings shall be by mechanical, pneumatic, or hand placement. Provide cement mortar lining of uniform thickness. Finish to a smooth dense surface. 4. Steel plate specials larger than 16 inches in diameter shall have lining reinforced with 2- inch by 4-inch No. 13-gage welded steel wire mesh. 5. Brace and support pipe during lining application to minimize pipe distortion or vibration. Bracing and supports shall not damage the pipe, coating, or lining. 6. Tightly close ends of pipe and fittings with plastic sheet caps. Plastic end caps shall be of sufficient thickness and strength to resist shipping, handling, and storage stresses. 7. Damage to the cement mortar lining, including disbondment, cracking, or blistering, caused by improper curing, shipping, handling, or installation shall be repaired in accordance with AWWA specifications and to the satisfaction of the Engineer. 8. Other requirements of mortar lining materials and processes: As specified in AWWA C205. B. Liquid Epoxy Lining: 1. Clean and coat the interior of cement mortar lined pipe at insulating joints or where specified with two coats of epoxy coating. 2. Epoxy coating applied at insulating joints shall be applied to both sides of the insulating joint for a minimum of one pipe diameter. If only one side of the joint can be coated the coating shall be applied for a minimum of two pipe diameters. PIPELINE COATINGS AND LININGS 09910-12 PSCO8325B — Lake Alan Henry Pipeline — Contract A 3. Mortar lining shall be allowed to cure 15 days or steam cured not less than 7 days prior to f 9' surface preparation of the mortar and epoxy coating application. Hand applied mortar lining shall be allowed to cure a minimum of 15 days or as required to meet the coating manufacturer's requirements for application on cement or concrete, whichever is greater. 4. Prepared mortar lining by abrasive blasting to remove all laitance and create a suitable anchor profile 5. Epoxy coating shall be applied in two coats minimum, at a total coating thickness of 16 mils dry film thickness. Coating applied over cement mortar lining shall be applied in a manner that will minimize gassing and pinholes in the completed lining. 6. Mortar lining shall be dry during epoxy lining application. 3.06 FIELD COATING JOINTS A. General: 1. Remove all oil or grease contamination by solvent wiping the pipe and adjacent coating in accordance with SSPC-SP1, Solvent cleaning. 2. Clean pipe surface and adjacent coating of all mud, corrosion, and other foreign contaminates in accordance with SSPC-SP11, Power Tool Cleaning to Bare Metal or abrasive blast joints in accordance with SSPC-SP10, near white metal blast, that exhibit any surface corrosion or staining. When required, clean the full circumference of the pipe and a minimum of 6 inches onto the existing coating. 3. Remove all loose or damage pipe coating at joint and either repair the coating as specified herein or increase the length of the joint coating, where reasonable and practical. 4. Complete joint bonding of pipe joints before application of joint coating. Joint bonds shall be installed as specified in Section 13115, CATHODIC PROTECTION. Joint bonds shall be low profile bonds and all gaps and crevices around the bonds shall be filled with mastic sealant. 5. Contractor to electrically test completed joint coating for holidays with high voltage spark tester. B. Weld After Backfill Joint Requirements: 1. Post -welded or Weld after Backfill' joints are defined as welded pipe joints that have been coated and backfilled prior to completing interior welds. 2. Post welded joints shall be coated and protected as follows: a. Joint coating shall be Canusa AquaWrap heat shrink joint sleeves only. Tape i - wrapped joints will not be acceptable. b. Provide 6-inch wide Canusa AquaWrap protective layer centered over the interior weld location as recommended by the joint sleeve manufacturer. Heat resistant tape �.3 will not be acceptable: .- c. Hold back primer shall be suitable for post weld conditions as specified this section and shall not exhibit any binder breakdown in the heat effect zone that causes loss of joint coating adhesion to the holdback primer. d. Filler mastic materials shall be high temperature materials with 500 degree F melting point . e. Joints shall be fully buried prior to welding, with not less than 12-inch cover of soil or flowable fill material on all sides. Sand or flowable fill backrill is preferred for weld after backfill joints. 3. Welding of the joints shall be in conformance with the Section Steel Pipe, and as modified herein: a. All welding shall be with two or more weld passes as required to meet the specified AWS qualified welding procedures and maximum coating temperature limitations. Weld after Backfill' procedures on wall thicknesses of '/ inch or less must be 3. approved by the Construction Manager based on field testing demonstrating the welding procedures can comply with the- requirements of this specification. b. Welding speed, amperage, and voltage shall be as required to maintain a maximum heat input of 24,000 joules or a maximum surface temperature at the coating/steel interface of 800 degrees F, whichever is least. PIPELINE COATINGS AND LININGS 09910-13 PSC08325B — Lake Alan Henry Pipeline — Contract A c. Maximum weld temperature and duration shall not result in carbonization of the joint - coating adhesive. Carbonization is defined as the loss of volatile organic compounds that result in loss of tackiness, adhesion to the steel, and corrosion protection properties. d. Finished joint coating shall not have any visual creases or folds in the joint coating backing material that extends through both the inner protective layer and outer joint sleeve. 4. If Contractor elects to post -weld any joints, Contractor shall demonstrate that the joint welding procedures will not significantly damage the coating by fully excavating the first two joints for evaluation of the joint coating condition. Engineer will randomly select up to three additional post -welded joints for excavation by Contractor for evaluation of joint coating condition. Joint coating will be destructively evaluated by the Engineer. Contractor , will removed and replace joint heat shrink sleeve upon completion of the evaluation. 5. In the event that any excavated post welded joint exhibits any heat related damage as defined herein, Contractor shall modify and test a new post welding procedure prior to completing any additional post -welded joints. Contractor shall demonstrate that the - revised joint welding procedure will not significantly damage the coating by repeating the weld after backfill evaluation requirements defined this Section, including excavation of the three additional randomly selected joints for destructive evaluation. C. Heat Shrink Sleeve Joint Coating: 1. Store, handle, and apply field heat shrink sleeve coatings in accordance with AWWA C216 and these specifications. 2. Store sleeves in shipping box until use is required. Keep dry and sheltered from exposure to direct sunlight. Store off the ground or concrete floors and maintain at a temperature between 60 and 100 degrees as recommended by the sleeve manufacturer. 3. Metal surface shall be free of all dirt, dust, and surface corrosion prior to sleeve application. Surface preparation shall be in accordance with the joint coating manufacturer's recommendations. 4. Where corrosion in the holdback area is visible, surfaces shall be prepared in accordance with SSPC-SP10, near white metal blast, or SSPC-SP11, power tool cleaning to bare metal. 5. Preheat pipe uniformly as recommended by the sleeve manufacturer. Monitor pipe temperature using a surface temperature gauge, infrared thermometer, or color changing crayons. Protect preheated pipe from rain, snow, frost, or moisture with tenting or shields and do not permit the joint to cool. 6. Fill all cracks, crevices, gaps, and step-downs greater than Y4 inch with filler mastic in accordance with the manufacturer's recommendations for the full circumference of the pipe. 7. Apply heat shrink sleeve when it is at a minimum temperature of 60 degrees and while maintaining the pipe temperature above the preheat temperature specified. Apply sleeve in accordance with the manufacturer's instructions and center the sleeve over the joint to provide a minimum 2-inch overlap onto the existing pipe coating. 8. Completed joint sleeve shall be fully bonded to the pipe and existing coating surface without voids. Mastic beading shall be visible along the full circumference of the sleeve. There shall be no wrinkling or excessive burns on the sleeves. Sleeves that do not meet these requirements shall be removed and the joint recoated as directed by the Engineer. Minor repairs may be repaired using heat applied patch material specified for minor coating repairs. 9. Allow the sleeve to cool before backfilling. In hot climates, provide shading from direct sunlight. Water quenching will be allowed only when permitted by the sleeve manufacturer. 10. Heat shrink joint coatings which have become wrinkled or disbonded because of prolonged exposure to UV light or thermal cycling shall be removed and replaced. 11. Double coating of defective or damaged heat shrink coatings will not be permitted. Any double coated heat shrink sleeves shall be immediately rejected and Contractor shall remove and recoat the joint. PIPELINE COATINGS AND LININGS 09910-14 PSC08326B — Lake Alan Henry Pipeline — Contract A 3.07 REPAIR OF COATING AND LININGS A. General: 1. All areas where holidays are detected or coating is visually damaged, such as blisters, tears, rips, bubbles, wrinkles, cuts, or other defects shall be repaired. Areas where no holidays are detected, but are visually damaged shall also be repaired. 2. Maximum defects allowable shall be as specified herein for the coating system. B. Polyurethane Coating or Lining Repairs 1. General a. Complete coating or lining repairs in accordance with the coating manufacturers written instructions and these specifications, whichever is stricter. b. Defect Size: (1) Minor repairs - repairs that are less than 6-inches in the greatest dimension. (2) Major repairs - repairs that exceed 6-inches in the greatest dimension. c. Pipes exceeding the maximum number or size of coating defects shall be stripped of coating, reblasted, and recoated. d. Pipe arriving in the field with defects or repairs exceeding the maximum number or size of coating defects will be returned to the shop for recoating at the contractor's expense. 2. Minor Repairs: a. Coating or lining repairs on any joint of pipe shall not exceed 1.5 per 100 square feet of surface area. b. Two or more minor repairs within 6-inches diameter circle will be considered a single repair. c. Repairs for adhesion testing will not be included in the total number of repairs. d. Minor repairs (1) Surface Preparation: Clean and feather the defect by power tool sanding with 80 grit or coarser sandpaper to roughen the existing coat and feather the edges of the defect for a minimum of 2-inches around -the defect. (2) Shop repair Materials: (a) Slow setting parent material polyurethane coating material in syringes or other single use packaging that controls mix ratio. (b) Coating Manufacturer's polyurethane coating repair products subject to Engineer approval. (3) Field Repair Materials: (a) Melt stick coating repair (not acceptable for repairs greater than 1-inch diameter); ScotchCoat P206, Canusa Melt Stick, or approved equal. (b) Heat applied coating materials; CRP Patch, Canusa; PERP Patch, Tyco Adhesives, or approved equal. (c) Coating Manufacturer's polyurethane coating repair products subject to Engineer approval. (4) Apply a single coat of the specified patch coating material at the specified coating thickness. (5) Repairs adhesion shall be 50 percent of the specified coating adhesion. 3. Major Repairs: a. Major repairs shall not exceed two per pipe joint and the combined area shall not be greater than 50 percent of the pipe. b. Major repairs: (1) Surface Preparation: (a) The metal surface and surrounding coating shall be abrasively blasted in accordance with SSPC-SP10, near white metal, or to equal in cleanliness and profile as the original surface preparation. (b) Existing coating shall be feathered and roughened to the equivalent of 40 grit sandpaper. PIPELINE COATINGS AND LININGS 09910-15 PSC08325B — Lake Alan Henry Pipeline — Contract A (2) Shop Repair Materials: ` (a) Same material as the pipeline coating or lining and shall be applied by using plural component spray equipment. (3) Field Repair Materials: (a) Same material as the pipeline coating or lining and shall be applied by using plural component spray equipment. (b) Heat shrink sleeves as specified for pipeline joints. c. One coat of the specified original coating material shall be applied over the repaired surface at the specified thickness. d. Repair adhesion shall be equal to the specified coating adhesion. 3.08 INSPECTION AND TESTING A. General 1. Applicator shall inspect and test the coating system in accordance with referenced standards and these specifications, whichever is more stringent. 2. The frequency of the testing shall be determined by the applicator, but shall not be less than the requirements of this specification. 3. Owner or Owner's Representative will conduct random independent inspections and tests for the final acceptance or rejection of pipe coating or lining. B. Adhesion Testing General a. Adhesion testing shall be conducted at the shop prior to shipment. Pipe shipped without adhesion testing will be field-tested. Pipe rejected in the field will be returned to the shop for repair at the sole expense of the Contractor. b. A minimum of two pipes will be tested for adhesion from each lot of pipe coated up. to 4,000 square feet of pipe. An additional adhesion test will be conducted on every increment up to 3,000 square feet of pipe coated in excess of the first 4,000 square feet of pipe. (i.e. if one workday of production is 8,000 square feet of pipe, four adhesion tests will be conducted on the pipe lot.) c. A pipe lot is defined as the quantity of pipe that is coated by a single crew within a work shift, but not to exceed 10-hours. d. The pipe coating applicator shall repair all coating damage from adhesion testing. e. Adhesion tests will be performed not less than 24 hours after coating application. Tests conducted prior to 24-hours will be acceptable only if the test meets or exceeds the adhesion criteria specified and the test was requested by the pipe fabricator. f. Pipe will be randomly selected for adhesion testing. g. If any pipe tested fails the adhesion test, all pipes within the lot will be rejected. Each pipe within the rejected pipe lot will then be individually tested for adhesion and rejected on a pipe -by -pipe basis. h. Rejected pipe shall have the coating fully removed from the pipe and the pipe abrasive blasted and recoated. 2. Polyurethane Adhesion Testing: a. Polyurethane coatings or linings shall have an adhesion to steel of 1,750 pounds per square inch, minimum. b. Polyurethane coating adhesion to steel substrates shall be tested using pneumatic pull off equipment, such as HATE Model 108 or Delfesko Positest, in accordance with ASTM D4541 and AWWA C222, except as modified in this section. c. Adhesion testing records shall include pipe identification, surface tested (interior or exterior), surface temperature, coating thickness, tensile force applied, mode of failure, and percentage of substrate failure relative of dolly surface. d. Dollies for adhesion testing shall be glued to the coating surface and allowed to cure for a minimum of 12 hours. Because of high cohesive strength, polyurethane coatings shall be scored around the dolly prior to conducting the adhesion test. PIPELINE COATINGS AND LININGS 09910-16 PSCO8325B — Lake Alan Henry Pipeline — Contract A ff e. Failure shall be by adhesive and cohesive failure only. Adhesive failure is defined as separation of the coating from the steel substrate. Cohesive failure is defined as failure within the coating, resulting in coating remaining both on the steel substrate and dolly. f. Partial substrate and glue failures will be retested if the substrate failure is less than 50 percent relative of the dolly surface area and the applied tension was less than the specified adhesion. Pipes that have partial substrate failures greater than.50 percent and less than the specified adhesion will be rejected as a substrate adhesion failure. g. Glue failures in excess of the minimum required tensile adhesion would be accepted as meeting the specified adhesion requirements. h. Adhesion tests will be conducted on polyurethane pipe coating and lining independently and will be accepted or rejected independently of the other. I. Repair patches on the polyurethane coating shall be randomly selected for adhesion testing in a manner as described herein and at the discretion of the coating inspector conducting the adhesion tests. Adhesion of repairs shall be as specified for the type of repair. C. Holiday Testing 1. Holiday tests on polyurethane coatings or linings will be conducted on the completed coating or lining after cure or 24-hours, whichever is less, using a high voltage spark test in accordance with NACE Standard RP-0274 and these specifications. 2. Coating thickness used for holiday testing shall be the minimum specified coating thickness. D. Dry Film Thickness Testing 1. Coatings shall be tested for dry film thickness using a properly calibrated magnetic pull off or eddy current equipment. 2. Coating thickness measurements shall be conducted as necessary and without limitation. Testing conformance to the requirements of SSPC PA-2 is specifically excluded from this specification. 3.09 HANDLING, TRANSPORTATION, AND STORAGE A. Pipe shall be handled in such a manner as to protect the pipe and coating from damage. B. Coated pipe shall not be shipped or installed until coating has developed full adhesion and cure. C. During coating application, storage, loading, transportation, unloading, laying and installation, _ every precaution shall be taken to protect and prevent damage to pipe, lining, and coating. _ Forklift equipment shall have all bearing surfaces padded with suitable padding material. Lift pipe with web slings a minimum of 12-inch wide and of a type that will not damage the coating. Metal chains, cable, tongs, forklifts or other equipment likely to damage the coating will not be permitted. Dragging or skidding of pipe on grade or in the trench will not be permitted. D. Provide transportation vehicles with padded bolsters between each layer of pipe and heavy padding under load ties. 'Bolsters shall be curved to fit the outside of the pipe and 12 inches wide, minimum. All pipe contact locations shall be heavily padded with carpet and strips of the outer tape wrap material (adhesive side against the carpet) during shipment to the project site and from the storage yard to the point of installation. E. Pipe shall not be stored on rocks, gravel, or other hard materials that might damage the coating. ` Provide padded 12-inch wide skids and chucks, sand bags, select loamy or sand berms, or suspended from cutback ends, where possible, to minimize coating damage. Pipe shall not be laid on asphalt without suitable padding at all contact points. F. Pipe shall be inspected by the CONTRACTOR at the project site for damage. Any damage to -° the pipe, lining, or coating shall be repaired as directed if, in the opinion of the ENGINEER, a PIPELINE COATINGS AND LININGS 09910-17 PSC08325B — Lake Alan Henry Pipeline — Contract A No Text No Text 13115 CATHODIC PROTECTION PART1 GENERAL 1.01 WORK INCLUDED: A. This section covers the work necessary to furnish and install impressed current cathodic protection systems on the dielectrically coated steel or pretension concrete cylinder pipe alternatives or combinations of the two pipe alternatives, complete. B. CONTRACTOR shall coordinate ac power to each site with the power utility and install electrical service to each impressed current rectifier, complete. C. Utility service connection and service extension fees and service charges imposed by the electric utility will be paid by the OWNER. A. The following standards are included by reference: 1. NACE RP-0169 2. NACE RP-0177 1.03 QUALIFICATIONS A. All CONTRACTOR specified testing shall be performed by a NACE accredited Corrosion Specialist, Cathodic Protection Specialist, or registered professional engineer. 1.04 DEFINITIONS A. Active column: Active column of a Deep Well groundbed shall be that portion of the groundbed which discharges current, and shall consist of the anodes and coke breeze. B. Inactive column: Inactive column of a Deep. Well groundbed shall be that portion of the groundbed which does not discharge current, and shall consist of the casing, sanitary seal, and bentonite fill located above the active column. C. Electrically Continuous Pipeline: A pipeline which has a linear electrical resistance equal to or less than the sum of the lineal resistance of the pipe plus the maximum allowable joint bond resistance for each joint as specified this section. D. Electrical Isolation: The condition of being electrically isolated from other metallic structures (including, but not limited to, piping, reinforcement, casings) and the environment as defined in NACE Recommended Practice RP0169-83. E. Ferrous Metal Pipe: Ferrous metal pipe shall be defined as any pipe made of steel or iron alloys and pipe containing steel or iron as a principle structural material, except ASTM C361 reinforced concrete pipe. F. Foreign -Owned: Any buried pipe or cable not specifically owned or operated by the OWNER. G. Lead, Lead Wire, Joint Bond, Pipe Bond Wire, Cable: Insulated copper conductor; the same as wire. 1.05 SUBMITTALS: A. Shop Drawings: Catalog cuts and other information for all products proposed for use. Cathodic Protection 13115-1 t PSCO8325B — Lake Alan Henry Pipeline — Contract A B. Quality Assurance Submittals: 1. Manufacturers' Certificates of Compliance. 2. Field Test Reports. 3. Qualifications of Corrosion Specialist. PART 2 MATERIALS 2.01 GENERAL: A. Like items of materials provided hereunder shall be the end product of one manufacturer to achieve standardization for appearance, maintenance, and replacement. B. Materials and workmanship as specified in this section shall be installed concurrently with pipe installation. Coordinate all work specified herein with related sections. 2.02 SUPPLIERS: A. Alternate suppliers will be considered, subject to approval of the ENGINEER. Address given is that of the general office; contact these offices for information regarding the location of their representative nearest the project site. 1. Corrpro, Inc., Chicago, IL 2. Farwest Corrosion Control, Gardena, CA 3. MESA Products, Tulsa, OK 11111111119TkY911091i, a" A. Coated Steel Pipe: 1. Joint bonds shall be solid copper strap, 1-1/4-inch wide by 1/16-inch thick, equivalent to 1/0 AWG wire, with two punched holes for thermite welding to the pipe. Strap bond shall be 12-inches long, maximum. 2. Provide three joint bonds per pipe joint. 3. Connection of joint bond to pipe shall be with the thermite weld method using the cartridge and recommended by the bond manufacturer. 4. Bonds shall be as manufactured by Erico Products, Continental Industries, or approved equal. B. Concrete Cylinder Pipe: 1. Joint bonds shall be one premanufactured steel bonding clips for arc welding to bell and spigot of joint, as shown on the Drawings. 2. Provide four bonds per pipe joint, located as shown on the Drawings. 3. Coat steel clips with fast curing epoxy after welding to joint as specified in this Section. Topcoat epoxy coated bonds with cement mortar, 1-inch minimum cover. C. Ductile Iron Pipe: 1. Single -conductor, No.2 AWG stranded copper wire with 600-volt HMWPE insulation, 18 inches long, with formed copper sleeve on each end of the wire. 2. Provide two joint bonds per pipe joint: D. Flexible Coupling, Flanged Coupling Adapter, and Other Non-standard Joints: 1. Steel Pipe: a. Solid copper strap, 1-1/4-inch wide by 1/16-inch thick, equivalent to 1/0 AWG wire, with five punched holes for thermite welding to the coupling and pipe. Strap bond shall be fabricated for the length of the coupling with sufficient additional length for 1 inch of joint movement. Provide two bonds per joints for pipe less than 60-inches in diameter and three bonds per joint for pipe 60-inches or greater in diameter. Cathodic Protection 13115-2 PSC08325B — Lake Alan Henry Pipeline — Contract A b. Connection of joint bond to pipe shall be with the thermite weld method using the cartridge and recommended by the bond manufacturer. Strap bond shall be as manufactured by Erico Products, Continental Industries, or approved equal. E. Insulated Flexible Coupling Joints: 1. Steel Pipe: a. Solid copper strap, 1-1/4-inch wide by 1/16-inch thick, equivalent to 1/0 AWG wire, with four punched holes for thermite welding to the coupling and pipe. Strap bond shall be fabricated for the length of the coupling with sufficient additional length for 1 inch of joint movement. b. Connection of joint bond to pipe shall be with the thermite weld method using the cartridge and recommended by the bond manufacturer. c. Strap bond shall be as manufactured by Erico Products, Continental Industries, or approved equal. 2.04 CATHODIC PROTECTION TEST STATIONS A. Post Mounted (Steel Conduit): 1. Test Box: Big Fink, Lexan plastic box and cover, blue, as manufactured by Cott Manufacturing. 2. Terminal Block: a. Plastic with seven terminals. b. Terminal heads shall have special heads to keep them from turning or shall be easily accessible from both sides of the terminal block without requiring its removal. c. Terminal studs, washers, and nuts shall be stainless steel. 3. Mounting Structure: 3-inch rigid galvanized steel conduit, 6 feet long minimum. B. Vault Mounted: 1. Test Box: a. Cast aluminum suitable for threaded mounting to a 1-inch or larger rigid galvanized steel conduit. b. Manufacturer and Product: (1) Gerome Manufacturing, Testox 800 series (round) (2) Or equal. 2. Terminal Block: a. Plastic or glass -reinforced laminate, 1/4-inch thick with five terminals. b. Terminal heads shall have special heads to keep them from turning or shall be easily accessible from both sides of the terminal block without requiring its removal. c. Terminal studs, washers, and nuts shall be stainless steel. 3. Mounting Hardware: Hot dipped galvanized conduit, conduit bodies, and either unistrut conduit support or two piece cast aluminum conduit clamps with concrete wedge anchors. 2.05 IR DROP FREE CORROSION COUPON A. Steel corrosion coupon with IR drop free measurement capability. B. Exposed steel area to be 0.01 square feet. C. Corrosion coupons shall be: 1. Fink Probe as manufactured by Cott Manufacturing, 2. IR Free Coupon manufactured by M. C. Miller, 3. Or equal. r 1. T,T=44 A. Rectifier or Solar Panel Controller DC Wires: 1. No. 4 AWG wire shall be single -conductor, stranded copper wire with 600-volt, high ( molecular weight polyethylene (HMWPE) insulation, black. Cathodic Protection 13115-3 PSC0832513 — Lake Alan Henry Pipeline — Contract A B. Impressed Current Anode Lead Wire: 1. Single -conductor, No. 8 AWG stranded copper. 2. Deep Well Anodes: 20-mil thick cross -linked Kynar or ECTFE floropolymer (Halar) primary insulation and high molecular weight polyethylene (HMWPE) outer insulation. 3. Other Anodes: High molecular weight polyethylene (HMWPE) insulated. C. Test and Reference Electrode Wires: 1. No. 12 AWG wire, single -conductor, stranded copper with 600-volt, TW, THWN, or HMWPE insulation. 2. Insulation Color: Color shall indicate the function of each test wire and shall be as follows: a. Pipe: White b. Reference electrodes: Yellow c. Casings: Orange d. Foreign Pipe: Blue (Water) or Red (Gas or oil) e. Insulating Joints: White (downstream) Green (upstream) D. AC Power Service: 1. Disconnect to Rectifier: No. 8 AWG stranded copper wire, Type THHN or THWN cable with three conductors and ground wire. Colors in conformance with NEC requirements. 2. Underground Service: As required by the Electrical Utility 2.07 DEEP WELL GROUNDBED A. Surface Casing: PVC well casing, conforming to ASTM F-480, Schedule 40. B. Casing Sanitary Seal and Fill Material 1. General a. Sealing materials for wells shall conform to the State of Texas water well regulations or as specified herein, whichever is more stringent. b. All sanitary seal materials shall be placed by tremie pipe at depths greater than 30 feet or below static groundwater. 2. Sanitary Seal (annulus between casing and borehole): a. Cement Grout: (1) Mix shall be equal parts by weight of sand and cement with not more than 6 gallons of clean water per 94-pound bag of cement. (2) Quick setting cement, retardants to setting, and other additives, including hydrated lime (up to 10 percent of the volume of cement), and bentonite (up to 5 percent) to make the mix more fluid and/or to reduce shrinkage, may be used. b. Neat Cement: (1) Cement, conforming to ASTM C150, and not more than 6 gallons of water per 94 pounds of cement or specific gravity of 15 pounds per gallon, minimum. c. Bentonite Slurry: (1) Mixture of bentonite and water in a ratio of not less than 8 pounds of bentonite or expansive clay per gallon of water. (2) Slurry shall not be less than 50 percent expansive clay with the grain size of the remainder to be not greater than coarse sand. (3) Granular bentonite shall be commercially produced product specifically designed for well sealing. Acceptable products are Aquaguard, Quick -Grout, Plug -Gel, Shur -Gel, Enviro-Plug, or equivalent material. d. Unhydrated Bentonite Chips: (1) Material: Unhydrated sodium bentonite, specifically designed for well sealing. (2) Gradation: Medium chips, 1/4 inch, minimum, to 3/8 inch, maximum, dust and fines not to exceed 2 percent by weight. (3) Application Restrictions: (a) Not allowed for sanitary sealing over 50 feet in depth, (b) Gravity feeding from the surface at depths greater than 30 feet will not be allowed. Cathodic Protection 13115-4 PSC08325B — Lake Alan Henry Pipeline — Contract A (c) Gravity feeding from the surface will not be allowed at any depth when static groundwater is present within annular space between casing and borehole. (4) Manufacturers: (a) Wyoming Ben, Enviroplug Medium (b) Baroid, Holeplug (c) Or Equal e. Casing Fill (inactive column): Unhydrated bentonite chips C. Vent Pipe 1. Active Column Vent a. Loresco "Allvent", 1-inch diameter, solvent welded joints, slotted PVC vent pipe as manufactured by Cathodic Protection Equipment Company, Hattiesburg, MS. b. Slotted vent pipe shall be installed in the active anode column area and extend 15 feet into the inactive column. 2. Inactive Column Vent a. Inactive column vent pipe shall be 1-inch, schedule 40 PVC with solvent welded joints. 3. Surface Vent: a. ASTM A53-90b standard hot dipped galvanized steel pipe, 1-inch diameter with 180- degree gooseneck at the top. b. Coat threads and any damage to the galvanized coating with one coat of inorganic zinc rich primer. D. Anode Centralizers 1. Metal assemblies that can be securely attached to the anodes to center them in the drilled well. 2. No sharp edges or bolts will be permitted on the centralizers. 3. Centralizers shall not block the well or impair installation of the anode, anode wires, or coke breeze. E. Deep Well Seal: 1. Two-piece, cast iron seal with a rubber packer to form a watertight seal. 2. Seals shall permit conduit and/or vent pipe penetrations through the seal with the rubber packing sealing the annular space watertight. 3. Provide plugs for all unused holes. 4. Manufactured by Campbell Manufacturing, Inc., Bechtelsville, PA; Berkeley Pump Company; Jacuzzi Brothers Inc.; or equal. 2.08 IMPRESSED CURRENT ANODES A. Cast Iron Anodes 1. Impressed current anodes for shall be Modified high silicon cast iron of the following alloy composition: �C�I71;� L�1;i(L�i��LBCK�P[fl_b�tZ�PI Silicon 14.20 to 14.75 percent Chromium 3.25 to 5.00 percent Manganese 1.50 percent, maximum Carbon 0.70 to 1.10 percent Copper 0.50 percent, maximum Molybdenum 0.20 percent, maximum Iron Remainder 2. Anodes shall be TA equivalent tubular anodes for center tapped anode wire connections as shown on the drawings. 3. Lead Wire: No. 8 AWG stranded copper with insulation as specified under WIRE, this section. Lead wire shall be of sufficient length to extend splice -free from anode connection Cathodic Protection 13115-5 PSC08325B — Lake Alan Henry Pipeline — Contract A to the anode junction box. Connection of lead wire to the anode shall be by the manufacturer's standard connection and shall be stronger than the wire. 4. Packaging: Lead wire shall be coiled and bound in such a manner as necessary to protect the insulation from damage during shipment. Anodes shall be protected from breakage. Damaged anodes or lead wire will be cause for replacement of the lead wire and anode. 5. Wire Labels: Label the end of each deep well anode wire with the anode number and lead wire length stamped onto brass tags. Number anodes sequentially from bottom to top. 2.09 COKE BREEZE: A. Coke breeze shall be lubricated calcined petroleum of the following composition: Volatile Matter 0.7 to 1.8 percent Ash 1.3 percent maximum Sulfur 1.9 percent maximum Fixed Carbon 95.0 percent minimum Particle Size 100 percent less than 16-mesh Density 68 pounds per cubic foot, minimum B. Acceptable coke breeze shall be Loresco SC-3 as manufactured by Cathodic Protection Equipment Company, Hattiesburg, MS. 2.10 ANODE JUNCTION BOX A. Terminal Box: NEMA 250, Type 4 or 4X, 14-gauge steel with minimum inside dimensions of 12 inches by 12 inches by 4 inches deep. Hinged door to be provided with padlock hasp and one-piece oil -resistant gasket mounted inside the door to form oil tight and dust free seal. B. Hardware: Secure door with stainless steel quick release latches and hinges. Screw or bolt mounted or secured doors will not be acceptable. C. Coating: Hot dipped galvanized in accordance with ASTM A153 D. Terminals and Connectors: Furnish a separate panel board, buss bar, and terminal strip or terminal block connectors, and nickel plated brass fasteners for connecting the anode lead terminals to the rectifier positive lead. Provide separate terminal and shunt for each anode lead. Quantity of terminals shall be as shown on the Drawings. E. Shunts: Holloway Type RS, 0.01 ohm. F. Equipment Tags: Provide each junction box with original manufacturer's equipment tag that identifies the original equipment manufacturer, model number, serial number, and any applicable electrical ratings. Equipment tags with vendor or distributor name will not be acceptable. G. Manufacturer: Anode junction box shall be Universal Model ATB or ATB-S as manufactured by Universal Rectifiers Inc., Rosenberg, TX. 2.11 RECTIFIER: A. Rectifiers shall be air cooled, constant current controlled rectifier meeting NEMA MR-20-1958 standards. B. Manual controlled output shall be controlled with a minimum of 24 evenly divided transformer tap settings. Cathodic Protection 13115-6 PSCO8325B — Lake Alan Henry Pipeline — Contract A C. The saturated core constant current control shall maintain the current output within 2 percent of -the set value while varying the voltage or current from 1 to 100 percent of the rated do voltage. 3 Solid state electronic controller cards will not be allowed. D. The rectifiers shall be designed to operate continuously at full rated output at an ambient temperature of 45 degrees C with an ac input of 120/240 volts, single phase, 60-Hz. The rectifier shall be capable of operation at 110 percent of rated input without damage to the rectifier components. E. The stack shall provide a continuous DC output as shown on the Drawings, minimum. The rectifying elements shall be a full wave bridge, silicon diode stack. The rectifier stack shall be protected from over voltage surge with metal oxide varisters and over current with current - limiting devices. F. Lightning protection devices shall be provided on the ac input and do output of rectifier. G. Supply the rectifier with separate DC voltage and current meter and external panel mounted shunt in series with the ammeter. The meters shall be accurate to within 2 percent of the actual voltage and current output and shall be d'varsonal-jeweled movement. Meters shall be tested and calibrated at the factory. Meters will be tested in the field for accuracy. The manufacturer shall replace inaccurate meters. H. Transformer, ac circuit breaker, rectifier stacks, lightning arrestors, DC output meters, and all wiring connections shall be housed in an 11 -gauge steel, hot dipped galvanized cabinet suitable for pole mounting. The cabinet shall be provided with hinge doors on the front and one side with slide out rack assembly. Cabinet shall be provided with hasp for padlocking and shall be sealed to protect the interior components from weather, vandalism, and nest building insects. I. Supply rectifier with double screw terminal strip mounted on the panel board for connection of remote monitoring equipment to be supplied by others. Terminal strip shall have all rectifier connections completed and terminated on the terminal strip with engraved identification for the following connections: 1. DC Output Volts, Positive 2. DC Output Volts, Negative 3. DC Shunt Millivolts, Positive 4. DC Shunt Millivolts, Negative 5. Reference Electrode 6. Pipeline Test Lead #1 7. Pipeline Test Lead #2 Supply each rectifier with an operation and maintenance manual that includes an electrical schematic of the rectifier, parts list with replacement part numbers, and troubleshooting procedures. K. Provide a complete set of spare fuses packaged in a sealed, waterproof bag in each rectifier. Other spares parts to be provided shall include: 1 ea. per rectifier A.C. Input lightning arrestor 1 ea. per rectifier D.C. Output lightning arrestor :t L. Provide each rectifier with original manufacturer's equipment tag that identifies the original equipment manufacturer, rectifier model number, serial number, ac input, and do output ratings. Equipment tags with vendor or distributor name will not be acceptable. M. Rectifier manufacturer shall be Universal Rectifiers Inc. Rosenberg, Texas. 2.12 SOLAR POWERED RECTIFIER: Cathodic Protection 13115-7 f „ PSCO8325B — Lake Alan Henry Pipeline — Contract A A. Controller Unit. 1. Controller unit shall include the battery charging regulator, constant current output controller, lightning arrestors, DC output meters, and all wiring connections to be housed in an 11 -gauge steel hot dipped galvanized cabinet, or a powder coated NEMA 3R or NEMA 12 cabinet. The cabinet shall be provided with hinge doors on the front. Cabinet shall be provided with hasp for padlocking and shall be sealed to protect the interior components from weather, vandalism, and nest building insects. 2. Supply the controller with separate DC voltage and current meter and panel mounted shunt in series with the ammeter. The meters shall be accurate to within 2 percent of the actual voltage and current output and shall be d'varsonal jeweled movement. Meters shall be tested and calibrated at the factory. Meters will be tested in the field for accuracy. The manufacturer shall replace inaccurate meters. 3. Supply each controller with an operation and maintenance manual that includes an electrical schematic, parts list with replacement part numbers, and troubleshooting procedures. 4. Provide a complete set of spare fuses packaged in a sealed, waterproof bag in each rectifier. 5. Provide each controller with original manufacturer's equipment tag that identifies the original equipment manufacturer, model number, serial number, and do output ratings. Equipment tags with vendor or distributor name will not be acceptable. B. Solar Panels: 1. Manufacturer shall size the solar panels to meet the wattage required for maximum system output. 2. Panels shall be capable of providing full operational power while recharging the batteries. 3. Solar panels shall be as manufactured by Kyocera or approved equal. C. Batteries: 1. Batteries shall be sealed lead acid, maintenance free, suitable for deep discharge cycles. 2. Batteries shall be sized to provide a minimum of 48 hours of continuous operation at maximum load without charging. D. Support Frame 1. Provide steel support frame for supporting the solar panels, batteries, and control unit. 2. All battery and control shall be located a minimum of 10 inches off the ground. Locate control unit 48 inches above concrete slab, minimum. 3. Frame shall be capable of sustaining 60 mph winds without damage to the panels, or frame. 4. Frame shall be braced and supported in a manner that prevents the solar panels frames and mounting hardware from being damaged by wind caused racking or shifting of the frame. 5. All mounting hardware shall be theft proof and shall include self locking (nylon embedded) nuts to prevent loosening of the fasteners from wind or vibration. 6. Frame, controller box, battery box, and hardware shall be hot dipped galvanized in accordance with ASTM A123. E. Manufacturer: 1. Solar powered rectifier manufacturer shall be L. P. Hoying, Ft. Loramie, OH, or approved equal. 2.13 AC POWER SERVICE: A. Underground Power Service 1. Underground power services shall be installed as shown on the Drawings and shall meet the requirements of EUSERC 307, with a meter base and two pole circuit breaker rated at 40 amperes. 2. Meter base and disconnect shall be 12 gauge, minimum, coated steel with cover and lugs for padlocking the circuit breaker access. 3. Conduit: Cathodic Protection 13115-8 PSC08325B — Lake Alan Henry Pipeline — Contract A a. General: Must conform to electrical utility requirements. b. Size: 3-inch diameter minimum, 36-inch minimum long radius sweeps. c. Material: Rigid fiberglass or electrical grade Schedule 40 gray PVC. d. Joints: Solvent welded [g' 4. Conductors a. As required by the electrical utility. B. Grounding M 1. Ground Rod: Copper -clad steel, 5/8-inch diameter, 8-feet long. 2. Ground Wire and Clamp: No. 6 AWG solid copper wire with a high copper content alloy or bronze bolt -on ground rod clamp. 2.14 CONDUIT, LOCKNUTS, AND STRAPS: A. Outdoors, Exposed Conduit 1. Rigid conduit shall be rigid galvanized steel. 2. Fittings, junction boxes, pull boxes, and conduit bodies shall be hot -dipped galvanized iron. 3. Locknuts, conduit clamps, and other miscellaneous hardware shall be hot dipped galvanized steel. Galvanized items shall be hot -dipped galvanized in accordance with ASTM A153. 4. Conduit clamps shall be two piece, cast steel, consisting of a clamp back spacer and one hole clamp for mounting to surfaces with either lag bolts or concrete wedge anchors, as shown on the Drawings. B. Buried Conduit: 1. Conduit shall be rigid electrical grade schedule 40 gray PVC. 2. Locknuts, two -hole straps, and other miscellaneous hardware shall be galvanized steel. Galvanized items shall be hot -dipped galvanized in accordance with ASTM A153. C. Flexible conduit: 1. Flexible conduit for ac power from the entrance switch to the rectifier shall be PVC coated, waterproof flexible conduit. 2. Use of flexible conduit shall be minimized and shall be acceptable for use only where other fittings and elbows are not readily available. .. 2.15 PROTECTIVE BARRIERS A. Rectifier and Solar Panel Railing 1. Posts: New steel pipe, standard weight, 4-inch diameter 2. Post Caps: Welded steel plate with vent hole or filled with concrete at Contractor's option. 3. Rails: New steel pipe, standard weight, 2-inch diameter 4. Joints: Welded, except for front rails which shall be bolted. 5. Coating: Hot dipped galvanized, in accordance with ASTM A123 after fabrication. 6. Bolts: Galvanized steel or Type 304 stainless steel B. Deep Well Railing 1. Posts: New steel pipe, standard weight, 2-inch diameter 2. Post Caps: Welded steel plate with vent hole or filled with concrete at Contractor's option. 3. Rails: New steel pipe, standard weight, 2-inch diameter 4. Joints: Welded 5. Coating: Hot dipped galvanized, in accordance with ASTM A123 after fabrication. 2.16 THERMITE WELD MATERIALS: A. General: 1. Thermite weld materials consist of wire sleeves, welders, and weld cartridges according to the weld manufacturer's recommendations for each wire size and pipe or fitting size and material. Cathodic Protection PSC08325B — Lake Alan Henry Pipeline — Contract A 13115-9 2. Welding materials and equipment shall be the product of a single manufacturer. Interchanging materials of different manufacturers is not acceptable. B. Molds: As recommended by manufacturer for pipe and wire size. C. Adapter Sleeves: 1. For No. 12 AWG and No. 2 AWG wires. 2. Prefabricated factory sleeve joint bonds or bond wires with formed sleeves made in the field are acceptable. Attach field formed joint bonds sleeves with the appropriate size and type of hammer die furnished by the thermite weld manufacturer. D. Cartridges: 1. Steel: 32 grams, maximum. 2. Cast and Ductile Iron: 45 grams, maximum, XF-19 Alloy E. Welders and Cartridges: Pipe Material Weld Type Cartridge Size, Max. No. 4 AWG Wire & Smaller Steel HA, VS, HC 25 gm Ductile or Cast Iron HB, VH, HE 32 gm Wire Joint Bonds Ductile or Cast Iron FC 45 gm Strap Joint Bonds Steel M-128 15 gm F. Welding Materials Manufacturers: 1. Edco Products Inc. (Cadweld), Cleveland, OH. 2. Continental Industries, Inc. (Thermo -Weld), Tulsa, OK. 2.17 COATING REPAIR MATERIAL FOR PIPE AND FITTINGS A. General: 1. Complete coating repairs in accordance with recommendations of the pipe or fitting manufacturer. B. Coating Requirements: 1. Steel Pipe: a. Coal tar based coatings: Koppers Bitumastic 50 or Denso or Tapecoat wax tape coatings; or equal, 20 mils dry film thickness, minimum. b. Polyurethane or Epoxy- Coatings: Fast cure epoxy, 20 mils dry film thickness, minimum c. Tape Wrap or Extruded Polyethylene Coating: Thermite Weld Cap, Canusa CRP Patch, or Raychem PERP patch, or equal 2. Ductile Iron Pipe: a. Fast cure epoxy b. Thermite weld cap 3. Concrete Cylinder: a. Fast cure epoxy and 1-inch, minimum, cover of cement mortar. C. Coating Materials: 1. Thermite Weld Caps: Cathodic Protection 13115-10 PSC08326B — Lake Alan Henry Pipeline — Contract A a. Royston Laboratories Handi-Cap IP, prefabricated primerless thermite weld cap and coating system. b. Provide primer unless specifically stated in product data sheet that no primer is required. 2. Fast Cure Epoxy Coating: a. 100 percent solids, fast curing epoxy suitable for submerged or buried conditions. b. Acceptable products or equal: (1) American Chemical Aquata-poxy . a (2) Denso Protal 7125 (low temperature) or Protal 7300 (3) Tapecoat TC 7010 (4) 3M ScotchKote 323 2.18 INSULATING JOINTS A. General: 1. Insulating joints shall be dielectric unions, flanges, or couplings. 2. The complete assembly shall have an ANSI rating equal to or higher than that of the joint and pipeline. 3. All materials shall be resistant for the intended exposure, operating temperatures, and products in the pipeline. B. Insulating Flanges: 1. Gaskets: a. Full -face Type E with 0-ring seal. b. Complete assembly shall have an ANSI rating of 150 pounds, minimum, or equal to or higher than that of the joint and pipeline. c. Gasket materials shall be resistant to intended chemical exposure, operating temperatures, and pressures in the pipeline. 2. Insulating Sleeves: Full-length Mylar or fiberglass reinforced epoxy (NEMA G-10 grade). 3. Insulating Washers: Fiberglass reinforced epoxy (NEMA G-10 grade). 4. Steel Washers: Plated, hot -rolled steel, 1/8-inch thick. 5. Manufacturers: a. Pacific Seal, Inc., Burbank, CA. b. Central Plastics Co., Shawnee, OK. C. Insulating Couplings: 1. Coupling: As specified in Section 15136. 2. Dielectric Boot: Rubber boot suitable for immersion service, two boots required per insulating joint. 3. Manufacturers: a. Style IC400, Romac Industries b. Style 39, Dresser Industries 4. Thrust Rod Isolation: a. Insulating Sleeves: Full-length Mylar or fiberglass reinforced epoxy (NEMA G-10 grade), length equal to thrust restraint bracket thickness plus double insulating washer thickness. b. Insulating Washers: Fiberglass reinforced epoxy (NEMA G-10 grade). c. Combined Sleeve Washer: One piece polypropylene insulating sleeve and washer is not allowed. D. Insulating Unions: O-ring sealed with molded and bonded insulating bushing to union body, as manufactured by Central Plastics Company, Shawnee, OK; or equal. 2.19 DC BLOCKING DEVICES A. DC isolation devices shall be solid-state electronic devices capable of passing ac current while blocking do current. Cathodic Protection 13116-11 PSC08326B — Lake Alan Henry Pipeline — Contract A B. Device shall have electrical rating of 3KA fault current at 30 cycles duration and 40 amperes steady state ac current, minimum. C. Device shall have symmetrical do blocking capabilities of —2 volts to +2 volts. D. DC isolation devices shall be as manufactured by Dairyland Electrical Industries, Inc., Stoughton, Wisconsin. 2.20 CONCRETE A. ASTM C94-90, Option A B. Cement: ASTM C150, type II with a minimum cement content of 564 pounds per cubic yard. C. Coarse Aggregate Size: % inches D. Minimum Compressive Strength: 3,000 psi at 28 days with maximum water -cement ratio of 0.45. E. Air Entrainment: 1. ASTM C260, nontoxic after 30 days and containing no chlorides. 2. Not less than 5 percent entrained air at the project site. 2.21 OTHER MISCELLANEOUS MATERIALS A. Test Station Wire Terminations: One-piece, tin-plated crimp -on ring tongue connector as manufactured by Burndy Co. or Thomas and Betts. B. Shunts: Shunts shall be 0.01-ohm Holloway Type RS. C. Compression Connectors: 1. Compression connectors for in -line and tap splices shall be "C" taps made of conductive wrought copper, sized to fit the wires being spliced. 2. Compression connectors shall be applied with the crimp tool and die recommended by the manufacturer for the wire and tap connector size. Connectors shall be Burndy Type "YC", or equal. D. Electrical Tape: 1. Linerless rubber high -voltage splicing tape and vinyl electrical tape suitable for moist and wet environments. 2. Use Scotch 130 C and Scotch 88 as manufactured by 3M Products. E. Equipment Supports 1. Material: Steel, ASTM A36, standard channel shape, size as shown on drawings. 2. Coating: Hot -dip galvanized after fabrication in accordance with ASTM A153. PART 3 WORKMANSHIP 3.01 GENERAL: A. The installation of the facilities herein specified and described shall conform to the NEC. B. The workmanship shall be of the highest grade and shall be in strict accordance with material manufacturer's instructions. Equipment or materials damaged in shipment or in the course of installation shall be replaced. 3.02 STORAGE AND HANDLING: Cathodic Protection 13115-12 PSCO8325B — Lake Alan Henry Pipeline — Contract A A. Store all prepackaged anodes off the ground and keep them dry at all times. Protect against weather, condensation, and mechanical damage. B. Immediately remove from the project site all mechanically damaged anodes. 3.03 PIPE JOINT BONDING A. To form an electrically continuous pipeline and appurtenances, all pipe joints shall be electrically bonded; including buried, vault, or manhole pipe, fittings, and restrained joints; except threaded, welded, or insulated joints. B. Install the quantity of joint bonds at each pipe joint that requires bonding as specified this section or shown on the Drawings. Should the specifications and drawings conflict, the larger quantity will apply. C. Electrical connection of bonds to pipe and fittings shall be by the thermite or arc welding process. Bolted, compression, or mechanical connections will not be permitted. D. All exposed copper shall be dielectrically coated. Bonds placed under heat shrink sleeves shall .have filler mastic applied under joint bond before installing sleeve. E. CONTRACTOR shall test each bonded joint for electrical resistance as specified under ELECTRICAL CONTINUITY TESTING, this section. 3.04 TEST STATION INSTALLATION A. General: 1. Test station location, type, and style shall be as shown on the Drawings. 2. CONTRACTOR may relocate test station up to ±25 feet for site conditions without ENGINEER approval. Relocation greater than ±25 feet must be approved by the ENGINEER. 3. CONTRACTOR to maintain records showing actual pipeline stationing of test station wire connections to the pipe. Test wire connection records shall be provided prior to the ENGINEER performing the final electrical continuity testing. 4. Test stations are generally located as follows: a. Install Type T test stations or other type test stations as required or % mile intervals, but not to exceed 1,500 feet. b. Install a Type F test station where the pipe crosses a foreign -owned metallic pipeline under cathodic protection. c. Install a Type C test station at both ends of cased crossings. d. Install a Type I test station at all buried insulated joints. 5. Locate post -mounted test stations directly over the pipe and, where possible, at protected locations such as fences, manholes, power poles, or edges of cultivated land. B. Style: 1. Test station style shall be post or vault_ mounted as shown on the Drawings and as follows: 2. Post Mount Style: a. Steel conduit post style test stations shall be used for all test stations or any other test station type where self support is required. b. Height shall be 36 to 42 inches above finish grade. c. Shall be steel conduit style for livestock areas as shown on the Drawings. _ y d. In areas with livestock, test station height shall be between 48 and 54 inches. 3. Vault Style a. Vault style test stations shall be used at all blowoff, access manhole, or air valve vaults. b. Test station head shall be located outside of the vault over pipe centerline. c. Center of test head shall be located 18 inches or more above finish grade. d. Wires shall be fully protected from livestock, weather, and UV exposure with rigid conduit. Cathodic Protection 13115-13 PSC08325B — Lake Alan Henry Pipeline — Contract A e. Wire terminations shall be as shown on the Drawings. C. Test Wire Connections: 1. Wires shall be attached to the pipe as specified under WIRE CONNECTIONS, this section. 2. Wires to foreign -owned pipelines shall be connected to the pipe by the CONTRACTOR unless the foreign pipeline owner has indicated otherwise in writing. The CONTRACTOR shall coordinate this work with the owner of the foreign pipeline. 3. Wires shall be buried a minimum of 30 inches below finished grade. Wires shall be direct buried except when station is required to be offset to the side of a road. Offset wires shall be installed in PVC coated rigid steel conduit from the centerline of the pipeline to the back of curb or test station, whichever is least. 4. Provide 12-inch diameter loop in wires at the pipeline connection, at each end of rigid conduit when required, and below post mounted test stations to prevent wires from being stressed or broken. 5. Maintain sufficient slack in flush mount test wires to permit extension of terminal block 18- inches from station. 6. Make wire connections to test station terminals with crimp -on ring tongue terminals, except where solid wire is specified. 3.05 RECTIFIER INSTALLATION: A. The CONTRACTOR shall furnish and install the rectifier mounting pole, concrete slab, protective railing, ac meter base with disconnect, ac power from the disconnect switch to the rectifier, and all ac and do electrical hardware necessary for a complete and functional rectifier installation. B. The rectifier installation and location shall be as shown on the Drawings, except when the Drawings and local or State electrical codes are contradictory. In such cases, local or State electrical codes shall prevail. C. The CONTRACTOR shall coordinate, install, and connect an ac power service to each rectifier location as specified this section. D. Dc leads from the rectifier to the groundbed and pipeline shall be as specified this section. Buried wires shall be a minimum of 30 inches below finished grade. All rectifier leads shall be free of splices. Insulation on rectifier leads shall be free of cut or abraded areas. 3.06 SOLAR POWERED SYSTEM INSTALLATION: A. The CONTRACTOR shall furnish and install the solar powered system mounting frame, concrete pad, protective railing, and all do electrical hardware necessary for a complete and functional installation. B. The solar system installation and location shall be as shown on the Drawings, except when the Drawings and local or State electrical codes are contradictory. In such cases, local or State electrical codes shall prevail. C. Dc leads to the solar system from the pipe and groundbed shall be as specified this section. Buried wires shall be a minimum of 30 inches below finished grade. All rectifier leads shall be free of splices. Insulation on rectifier leads shall be free of cut or abraded areas. 3.07 AC SERVICE: A. General 1. Electrical service shall be furnished and installed by the CONTRACTOR in accordance with electrical utility requirements and shall meet or exceed local or NEC codes. 2. Electrical service from power source to rectifier shall be underground. 3. Electrical service shall be installed by a licensed electrician. Cathodic Protection 13115-14 PSCO8325B — Lake Alan Henry Pipeline — Contract A 4. CONTRACTOR shall obtain a local building permit and coordinate inspection of the completed electrical service. 5. All electrical utility connection and power extension fees and charges will be paid by the OWNER. B. Underground Service 1. CONTRACTOR shall furnish all materials, trenching, backfill, compaction, conduit, electrical conductors, and equipment necessary for installation of an underground electrical service from the originating power pole or source to the self supporting electrical service panel. Originating power pole shall be within 100 feet of the rectifier installation. Where additional distance is required due to field conditions, contractor shall install the additional service length as an additional cost subject to ENGINEER approval. 2. CONTRACTOR to provide flat pull string or poly rope with 500 pounds tensional capacity for utility installation of power conductors from the originating pole or source to the meter base. 3. Underground service shall be installed in conduit, buried 24 inches, minimum, below finish grade in sand backfill in conformance with electrical utility requirements. 4. Underground conduit shall not be greater than 150 feet or have more then 270 degrees of combined bends between pull boxes without written approval of the electrical utility. 5. Conduit shall be free of dirt and debris, sealed to prevent infiltration of water, and ends capped. 3.08 DEEP WELL GROUNDBED INSTALLATION: A. General: 1. CONTRACTOR to provide 10 days advanced notification of groundbed construction work for ENGINEER to be present during work. 2. Drilling, electrical logging of well, lowering of anodes, coke breeze placement, and backfilling shall be done in a continuous operation and shall be observed by the ENGINEER. 3. CONTRACTOR shall be a certified water well driller in current standing in the state of Texas and shall obtain all drilling permits, submit notification of work, and submit drilling logs in accordance with state regulations. 4. Driller will be solely responsible for all aspects of the drilling and well construction until the well completion. 5. Drilling of the groundbed shall be in accordance with the methods and procedures of the best recognized drilling practices and shall comply with the rules and regulations of the State, County, City, or other governing bodies having jurisdiction. 6. Deep Well groundbeds shall be sealed as specified herein or as required by well drilling regulations. The most stringent requirements shall apply. 7. Take necessary precautions to avoid entrance of foreign matter, movement of soil strata, or collapsing of the well during the progress of the work. Should movement of soil strata or collapse of the drilled well interfere with proper completion of the ground bed, recover the wires and anode strings if necessary and ream or redrill the well. 8. The driller shall maintain a log describing the depth and type of formations encountered during drilling. Copies of the log shall be submitted to the ENGINEER and appropriate authorities. 9. Wells not completed in accordance with the State of Texas well regulations and this specification will be subject to rejection and replacement at the CONTRACTOR's sole expense. B. Drilling: 1. Coordinate the actual location of the ground bed in the field with the ENGINEER before drilling begins. Verify and locate all buried utilities prior to beginning drilling operations. 2. CONTRACTOR shall provide a holding sump to contain and store drilling fluids and cuttings. Excavation of a temporary mud pit on the project site will not be permitted unless approved by the ENGINEER. CONTRACTOR shall transport and dispose of all drilling fluids and cuttings to an approved disposal location. Cathodic Protection 13115-15 PSC08325B — Lake Alan Henry Pipeline — Contract A 3. CONTRACTOR shall size the holding sump for the project and take all precautions necessary to prevent spillage or overflow of drilling fluids. All overflow or spillage shall be contained. CONTRACTOR shall be responsible for cleaning all spills and overflows and, if necessary, will clean storm drains and manholes impacted by uncontained drilling fluids. 4. CONTRACTOR shall provide drilling mud containment and disposal system to prevent mud from entering storm drains, gutters, streams, or leaving the project site. 5. Spillage or leakage of oil or hydraulic fluids shall be contained and controlled by the Driller. All oil contamination on the drilling site resulting from drilling equipment shall be contained, cleaned up, and properly disposed off the project site. 6. Construct the well and set casing round, straight, and plumb. 7. Set surface casing shall be prior to completion of the first 115 feet of the well. Casing, other than surface casing, shall not be installed or left in the well unless in the driller's estimation it is necessary for successful completion of the well. Plastic casing may be installed in the inactive column, at the CONTRACTOR's option, but shall not extend into the active column. 8. If steel casing is installed into the active column, it shall be cut 100 feet below the surface and the top portion jacked up to provide a 25 foot, minimum, separation between the upper casing and the top of the active column. Complete cutting of the steel casing before the anodes are installed. Jacking operations may be completed before or after installation of the anode assembly at the CONTRACTOR's option. 9. Over drill the well to compensate for sloughing or heaving during anode installation. C. Placement of Casing Seals: 1. Sanitary Casing Seal a. Install sanitary seal in annular space between casing and soil. b. Place casing sanitary seal by tremie pipe and pumping if well is greater than 30 feet or static groundwater is present within the well. c. The seal placement shall be done continuously and in a manner'that will ensure the entire filling of the annular space in one operation with no voids. d. No drilling operations will be permitted until neat cement has cured. Curing time for portland cement, Type I or 11, is a minimum of 72 hours and for type III a minimum of 36 hours. Addition of an accelerator will be permitted subject to written approval from the State Water Engineer. e. When placing unhydrated bentonite, a sounding or tamping tool shall be run in the sealing interval during pouring to measure fill -up rate, verify a continuous seal placement, and to break up possible bridges or cake formation. 2. Casing Seal a. After the coke breeze settlement is completed, anode settlement is stopped, and all wires have been terminated, the casing shall be filled with the specified sealing material. b. Placement of the sealing material will be with plastic tremie pipe only for slurry type seals. Inserting of the tremie pipe shall be performed in a manner that will not damage the wire insulation. c. Unhydrated bentonite sealing material may be top loaded, but shall be performed at a rate that will not result in bridging of the seal material. D. Electrical Logging: 1. Electrically log the well in the presence of the ENGINEER to determine the soil characteristic along the length of the well. 2. Electrical Logging Method: a. Make a resistance to earth reading as the first anode is lowered into the well. Test using suitable meters, connections to a low resistance ground, and a method to measure the down hole wire length or provide footage identification markings on the wire. b. Record resistance readings and dept from the surface continuously or at 5-foot increments for the entire well depth. Note depth of groundwater at time of electrical logging. E. Lowering of Anodes: Cathodic Protection 13115-16 PSC08325B — Lake Alan Henry Pipeline — Contract A 1. Anode installation to be observed by the ENGINEER ' 3 2. Install anodes and coke breeze the same day as the completion of the drilling and electrical logging. If loading is delayed more than 8 hours after drilling is completed or if loading cannot be completed before sunset or end of working hours, whichever comes first, the drill stem and bit should be reinserted and run back to the bottom of the well with sufficient rotation and circulation to ensure that the drilled well is prepared for anode installation. 3. If the well is drilled with mud, the well shall be flushed out with clean water in a continuous process before or after the anodes are lowered, at the CONTRACTOR's option, until the return fluid is sufficiently clear to allow proper settlement of the coke. The ENGINEER shall inspect the return fluid before coke breeze pumping will be permitted to begin. 4. Attach anode centralizers to each of the anodes prior to lowering. Attach deepest anode to the vent pipe. Lower anode and vent pipe to the bottom of the well. Lower the remaining anodes individually until all anodes are suspended in the well. 5. The bottom of the vent pipe shall be capped and each joint of pipe solvent welded in accordance with the manufacturer's recommendations. CONTRACTOR shall prevent foreign matter from entering the vent pipe during anode installation and grout sealing placement. The CONTRACTOR shall clear any blockage of the vent pipe. Failure to clear the vent pipe will result in rejection of the ground bed. Vent pipe shall be permitted to flow water during coke breeze pumping to flush any mud and cuttings from the vent. 6. Any damage to anodes or cut, gouged or scraped wire insulation will result in rejection of the anode and lead wire. CONTRACTOR shall implement means to protect the anode lead wires during and following anode installation. F. Backfilling of Anode Well: 1. Prepare coke breeze slurry with potable water in accordance with the manufacturer's written recommendations. Pump the slurry into the well through a steel or plastic tremie pipe. Pump coke breeze in an even and continuous manner from the bottom of the well to the top as the tremie pipe is slowly withdrawn. Top -loading the coke breeze, by pouring coke breeze into the well will not be permitted. 2. Throughout coke breeze pumping, displaced water and mud shall be collected and stored for disposal. Discharge of mud and water into the storm drains or public right-of-ways, or roadways will not be allowed. CONTRACTOR will be responsible to determine and provide the storage capacity required. Should the water and mud storage capacity be inadequate for the project, work will be terminated until adequate capacity is provided. Loss of materials or collapse of the well due to termination of the loading operation will be at the CONTRACTOR's sole expense. 3. Care shall be taken during pumping of the coke breeze to avoid coke breeze bridging or collapse of the well. If the well collapses or coke breeze bridges, the CONTRACTOR shall take necessary steps to resolve the problem at his sole expense. 4. Restrain anodes from settling during and following coke breeze installation for coke breeze settlement and compaction. Maintain anode restraint until coke breeze settlement is completed. 5. After the coke breeze is installed and has settled for 24 hours the ENGINEER shall measure the depth to the top of the coke breeze column. If required, additional coke breeze shall be added by pumping or top loading to the specified elevation. Coke breeze shall not be less than 100 feet below finished grade elevation. CONTRACTOR shall remove any excess coke breeze at his sole expense. 6. When the coke breeze has properly settled and has been placed to the proper depth, fill the inactive column with the specified casing sealing material to within 4 feet of ground surface. G. Anode Wire Terminations: 1. The CONTRACTOR shall cut a smooth hole in the side of the casing for routing wires to the anode junction box. All below grade penetrations of the surface casing shall be watertight. 2. Anode wires shall be installed in conduit from the ground bed to the anode junction box. The completed electrical conduit shall be watertight. Cathodic Protection PSC08325B — Lake Alan Henry Pipeline — Contract A 13115-17 Seal both ends of all conduits from h 3 the ground bed with urethane foam to prevent ground bed gases from entering the conduit, anode junction box, or rectifier. 4. Anode lead shall be terminated in numerical order in correspondence to anode depth. H. Groundbed and Vent Pipe Termination: 1. Connect the surface pipe directly to the plastic vent pipe with a solvent welded by threaded connection adapter. 2. Terminated vent pipe as shown on the Drawings. 3. After all wire terminations and vent pipe connections are completed, complete filling of the inactive column with the specified sealing material. 4. Plumb and support vent pipe during seal placement and while the seal sets or compacts. Cleanup: 1. The drilling site shall be kept neat and orderly under all circumstances. 2. All excess equipment and cuttings shall be removed daily when required by the prevailing conditions at the drilling site. The CONTRACTOR shall remove all mud, waste products, and tailings from the project site and dispose of at an approved disposal site. 3. The project sites shall be restored to a condition equivalent to their original condition before construction started and to the satisfaction of the ENGINEER. Damage to sidewalks, curbs, roads, and driveways shall be restored to original condition or better. 3.09 ANODE TERMINAL BOX INSTALLATION A. Anode junction box to be post mounted as shown on the Drawings. B. Label anode wires in the terminal box with permanent tags identifying the anode number. Connect numbered anodes in consecutive order from top to bottom with anode terminals starting at number 1 on the top left-hand side. C. Maintain sufficient slack to keep the wire from being unduly stressed, damaged, or broken during backfill. 3.10 THERMITE WELD WIRE CONNECTIONS: A. Use thermite weld method for electrical connection of copper wire to steel, ductile iron, and pipe concrete cylinder surfaces. B. Make wire connections to pipe by thermite welding. Cutting of pretension wires for thermite welding will not be allowed. C. Observe proper safety precautions, welding procedures, thermite weld material selection, and surface preparation as recommended by the material manufacturer. D. Clean metal surface to bare metal by filing or grinding the surface with a vitrified wheel to produce a bright metal finish. E. Wire sleeves shall be installed on the ends of the wire before welding to the metal surface. F. Visually inspect and physically test wire connection by tapping with a hammer. Remove and replace any defective connections. G. Coat each completed wire connection as specified, this section. 3.11 TRENCHING AND BACKFILL A. Complete excavations and trenching regardless of the type, nature, or condition of materials I t� encountered, and as required to accomplish specified construction to lines and grades shown. Cathodic Protection 13115-18 4- 3 PSC08325B — Lake Alan Henry Pipeline — Contract A _ B. Take care to avoid damage to existing structures and utilities during excavating and trenching process. CONTRACTOR may modify location, where approved by the ENGINEER, to minimize possible damage to existing structures. Trench shall be of uniform depth and width, level, smooth, and free of sharp objects. C. Slope, shore, or brace excavations and trenches in accordance with OSHA regulations as necessary to prevent caving during excavation in unstable material, or to protect adjacent structures, property, workers, and the public. D. Backfill trench with excavated backfill materials, unless otherwise specified. Compaction requirements shall be as specified for the pipeline or to 90 percent compaction, whichever is more stringent. Backfill within 5 feet of roadways, paved areas, or other traffic areas shall be compacted to 95 percent of modified proctor. E. Do not use backfill material of frozen or consolidated debris. Leave the trench with the excess backfill material neatly mounded not more than 4 inches above the existing ground level for the entire width of the trench. 3.12 CONDUITS A. Secure conduits entering cabinets, junction boxes, or terminal boxes with double locknuts, one on the outside and one on the inside. B. Install conduit parallel to walls, floors, or posts, and either plumb or horizontal. All changes in direction shall be at 90 degrees using either radius bends or outlet boxes. Conduit crossings shall be perpendicular to the other conduit or pipe. C. Install insulated bushings and insulated throat connectors on the ends of rigid metallic conduit. D. Use watertight couplings and connections. Install and equip boxes and fittings to prevent water from entering the conduit or. box. Seal unused openings. 3.13 CONCRETE: A. Concrete used for slabs shall conform to the requirements for concrete in Section CONCRETE. B. CONTRACTOR shall finish all concrete work to a smooth trowelled finish with radius edges. C. All forms shall be removed from concrete work prior to final acceptance and removed from the project site. 3.14 SURFACE RESTORATION: A. Surface restoration shall be in accordance with Section SURFACE RESTORATION. 3.15 WIRE INSULATION REPAIR A. Splicing of wire will not be permitted except where specifically shown on the drawings and approved by the ENGINEER. B. Splices or insulation damage to test station wires shall be spirally wrapped with two coats of high -voltage self -vulcanizing rubber splice tape and two layers of vinyl electrical tape. C. Make wire splices by mechanically securing and soldering with rosin cored 50/50 solder. 3.16 INSULATED JOINTS A. Install insulated joints to electrically isolate the pipeline at connections to other pipelines. Specific locations for insulating flanges or couplings are: Cathodic Protection 13115-19 PSC08325B — Lake Alan Henry Pipeline — Contract A Between coated steel and concrete cylinder pipe alternatives. B. Align and install insulating joints according to the manufacturer's recommendations to avoid damaging insulating materials. C. Install a Type I test station at each buried insulated joint. D. The CONTRACTOR shall test each insulated joint for electrical insulation as specified this section. Defective insulating joints shall be repaired by the CONTRACTOR at his sole expense. All damaged or defective insulation parts shall be replaced. 3.17 DC BLOCKING DEVICES A. Install do blocking devices in ground wire at all electric motor operated valves. B. DC blocking devices be installed at each electrical power connection to the pipeline and shall be placed as close to the pipe as reasonable possible and shall have no conduit supports between the pipe and the do blocking device. C. Support of do blocking device shall be on either a 2-inch diameter hot -dipped galvanized steel pipe support, 4-inch hot dipped galvanized channel support, or shall be mounted to a concrete wall at the CONTRACTOR's option. ENGINEER shall review and approve the applicable equipment support based on the conditions present. D. All electrical conduits connecting or attaching to the pipeline shall be electrically isolated from pipeline. Conduit connections to the pipe or equipment mounted on the pipe or associated appurtenances shall be electrically isolated with an insulating union located within 6-inches of the connection and shall have no conduit supports between the insulating union and the pipeline. E. CONTRACTOR is responsible for proper installation of do blocking devices and electrical conduit isolation where necessary to achieve complete electrical isolation of all electrical grounding from the pipeline. The CONTRACTOR shall be responsible for requesting installation guidance from the ENGINEER under complex field conditions, where grounding isolation cannot be achieved, or clarification of the electrical isolation requirements are needed. F. Upon completion of electrical system ground isolation from the pipeline, the ENGINEER shall review the completed installation for proper installation. Improperly installed conduit isolation or do blocking devices shall be corrected at the CONTRACTOR's sole expense. 3.18 QUALITY CONTROL TESTING A. Joint Bond Resistance Test: 1. General a. The CONTRACTOR shall test each bonded pipe joint for electrical resistance using a digital low resistance ohmmeter. b. CONTRACTOR shall obtain a corrosion expert to provide instruction on proper testing procedures and equipment usage. c. Joint bond quality control test shall be performed on all bonded joints after the bonds are installed but before backfilling of the pipe. d. Furnish all equipment and materials as required for test. 2. Digital Low Resistance Ohmmeter Test Method: a. Required Equipment And Materials: (1) One Biddle Model 247001 digital low resistance ohmmeter. (2) One set of duplex helical current and potential handspikes, Biddle Model No. 241001, cable length as required. b. Test Procedure: Cathodic Protection 13115-20 PSCO8325B — Lake Alan Henry Pipeline — Contract A (1) Measure the resistance of joint bonds with the low resistance ohmmeter in accordance with the manufacturer's written instructions. (2) Use the helical handspikes to contact the pipe on each side of the joint, without touching the thermite weld or the bond. The contact area shall be cleaned to bright metal by filing or grinding and without any surface rusting or oxidation. (3) Record the measured joint bond resistance on the test form described herein. (4) Repair any damaged pipe coating in accordance with WIRE CONNECTIONS, this section. 3. Joint Bond Acceptance: a. Joint bond resistance shall be less than or equal to the maximum allowable bond resistance values shown in Table 1. Table 1 Joint Type Max. Allowable Resistance (micro -Ohms) One bond/Joint Two Bonds/Joint Three Bonds/Joint Four Bonds/Joint No. 2 AWG Wire Bond 325 165 110 82 Copper Straps 165 85 55 -- Flexible Coupling 425 212 115 — MLC Steel Pipe Clips Not Allowed Not Allowed Not Allowed 42 b. The CONTRACTOR shall replace any joint bonds that exceed the allowable resistance. Replacement joint bonds shall be retested for compliance with the specified bond resistance. c. Any defective joint bond discovered during energizing and testing shall be located, excavated, repaired, and backfilled by the CONTRACTOR. 4. Test Records: Records shall be made of each bonded pipeline during the test and submitted to the ENGINEER. These records shall include: a. Description and location of the pipeline tested. b. Starting location and direction of test. c. Date of test. d. Joint type. e. Measured joint bond resistance. B. Insulated Joint Isolation Test: 1. CONTRACTOR shall provide a Corrosion Specialist to test each insulating joint after assembly with a GAS Electronics Model 601 insulator tester or equivalent instrument in accordance with the manufacturer's written instructions. 2. Corrosion expert shall instruct CONTRACTOR on proper instrument use and test procedure. Corrosion expert shall conduct additional insulating joint testing as required to insure that insulating flanges are not electrically shorted by other equipment or incidental contact with concrete reinforcement. 3. Conduct test before burial and coating of buried insulating flanges. 4. CONTRACTOR to replace damaged or defective insulation parts identified during testing. 5. Electrical Isolation is defined as a condition of being electrically isolated from other metallic structures (including, but not limited to, other piping, concrete reinforcement, casings, and other structures not intended to be cathodically protected) and the environment as defined in NACE Recommended Practice RP0169-83. C. Casing Isolation Testing: Cathodic Protection 13115-21 PSCO8325B — Lake Alan Henry Pipeline — Contract A 1. CONTRACTOR to test each casing and carrier pipe after assembly for electrical isolation before and after filling of casing with the specified fill material. 2. An electrical isolation test method and evaluation criterion to be utilized by Corrosion expert is to be submitted in writing for approval by ENGINEER prior to beginning field testing. 3. Electrical Isolation is defined as a condition of being electrically isolated from other metallic structures (including, but not limited to, other piping, concrete reinforcement, casings, and other structures not intended to be cathodically protected) and the environment as defined in NACE Recommended Practice RP0169-83. 4. CONTRACTOR to conduct any and all remedial actions necessary to clear all electrical contacts between the carrier pipe and casing before filling of the casing shall be permitted. 3.19 SYSTEM TESTS AND INSPECTION A. General 1. Provide the ENGINEER with 10 working days prior notice of the completion of the system installation for observation of CONTRACTOR performed functional test of the completed system. 2. CONTRACTOR shall correct all construction defects identified during testing. B. Final Electrical Continuity Test: 1. After the pipeline construction is completed, all test stations have been installed, and test station wire connection records have been provided, the ENGINEER will test the pipeline for electrical continuity using the four -wire lineal pipe resistance test method. 2. Test will be conducted with a minimum test current of 10 amperes using a portable rectifier or do welder. 3. An electrically continuous pipeline will be defined as a pipe or section of pipe that has a linear electrical resistance equal to or less than the sum of the resistance of the pipe plus the maximum allowable joint bond resistance for each joint as specified in this section. 4. The CONTRACTOR shall locate electrically discontinuous joints at his sole expense as specified herein. 5. Each discontinuous section of pipe shall be retested after all continuity repairs are completed to demonstrate that the pipeline is electrically continuous. C. Electrical Discontinuity Location: 1. CONTRACTOR shall locate and repair all discontinuous joints bonds using a test method determined by the CONTRACTOR. Regardless of test method used to locate discontinuous joints, final acceptance of discontinuous sections shall be determined by the lineal pipe resistance method. 2. After all discontinuous joints are repaired, the repaired section shall have a resistance less than or equal to the calculated allowable lineal pipe resistance as determined by the initial final continuity testing. 3. Existing joint bonds damaged during excavation of the pipe for repairs or temporary wire connections shall be repaired by the CONTRACTOR. 4. Existing test stations shall be protected from damage. When damage occurs CONTRACTOR shall complete repairs while the excavation is open. Undisclosed test station damage that requires repairs to be made after backfilling the excavation will be repaired at the CONTRACTOR sole expense. D. Cathodic Protection System Energizing and Testing: 1. After the installation of the cathodic protection system is completed, the ENGINEER shall energize and adjust the system and ensure proper installation of the cathodic protection system. 2. CONTRACTOR shall perform functional testing with ENGINEER demonstrating the cathodic protection system is functionally ready for operation. END OF SECTION Cathodic Protection 13115-22 PSCO8325B — Lake Alan Henry Pipeline — Contract A 13592 FIBER OPTIC CONDUIT SYSTEM COMPONENTS 1.00 GENERAL 1.01 SCOPE This section covers the furnishing and installing of innerduct, PVC conduit, pull boxes, locate post and marker post with associated material to provide a complete fiber optic cable duct system. Fiber optic cable will be installed in the innerduct system at a later date under a separate contract. 2.00 PRODUCTS 2.01 GENERAL All fiber optic conduit system hardware and accessories shall be designed, assembled and connected in accordance with the requirements of these -specifications and the Drawings. 2.02 INNERDUCT CONDUIT The innerduct shall be extruded from high -density polyethylene (EDPE) resin and conform to the minimum standards for polyethylene PE345430B as defined in ASTM D3350. The innerduct shall also meet the following minimum specifications: Tested Properties ASTM Test Method Minimum Performance Tensile Yield D-638 22 MPa Flexural Modulus D-790 758 MPa The innerduct shall be free from holes, splits, blisters, inclusions and other performance affecting imperfections. The innerduct shall conform to the nominal dimensions as defined in ASTM D- 3035 for SDRl1. Innerducts shall be factory pre -lubricated such that the lubricant becomes impregnated in the inner walls of the innerduct. The process shall provide a dynamic co -efficient of friction of .06 to .09 in accordance with Bellcore Standard GR-TSY-356-CORE, section 4.1.5. The lubricant shall be compatible with dielectric loose tube fiber optic cable jackets. The innerduct shall have an 18 gauge tracer wire co -extruded onto the exterior of the innerduct to provide a means of locating the buried duct. The innerduct shall be delivered on reels of a minimum length of 6,000 feet per reel. Any imperfections associated with the banding associated with the shipping Fiber Optic Conduit System Components 13592-1 PSC08325B — Lake Alan Henry Pipeline — Contract A re h has of innerduct whit and sections s become deformed shall be removed prior to installation. The innerduct provided shall be solid in color for identification. The color shall be stable to fading in storage and resistant to discoloration in the buried environment. The color of the innerduct to be provided shall be orange in color. The Operating temperature range shall be -200C to +60°C. The innerduct shall be of the smooth wall construction and shall have an outer diameter (OD) of 1.66" ±6%. The innerduct shall be Blue Diamond HDPE, Carlon HDPE, or owner -approved equal meeting all requirements and specifications. 2.03 SCHEDULE 80 PVC CONDUIT The 2" Schedule 80 PVC conduit shall comply with NEMA Specification TC-2 and UL651. Fittings for the Schedule 80 conduit shall comply with NEMA TC-3 and UL Standard 514b. Conduit and fittings shall be identified by type and manufacturer and shall be traceable to the plant and date of manufacture. The markings shall be permanent and legible. Conduit, fittings and cement shall be of the same manufacturer to ensure the integrity of the conduit system. The 2" Schedule 80 PVC conduit shall have an O.D. of 2.375" with a minimum wall thickness of .218". The Schedule 80 PVC conduit shall be Carlon or owner -approved equal meeting all requirements and specifications. 2.04 INNERDUCT CONDUIT SPLICE COUPLINGS Splice couplings are used to join two innerduct ends where necessary. The use of splice couplings shall be kept to a minimum by optimizing conduit usage between pull box locations. All splice coupling shall be of a technology not requiring special tools to install. All splice couplings must form a watertight, airtight seal with a breaking force greater than 250 lbs. All splice couplings shall be rated 175 psi or greater. Fiber Optic Conduit System Components 13592-2 PSC08325B — Lake Alan Henry Pipeline — Contract A The splice couplings shall be Blue Diamond HDPE, Carlon HDPE, or owner - approved equal meeting all requirements and specifications. 2.05 INNERDUCT CONDUIT END PLUGS The innerduct end plugs shall be corrosion proof, chemical resistant, re -usable and provide an air and water tight seal to the innerduct. The plugs shall be appropriately sized to fit the 1.25" smooth -wall HDPE innerduct. 2.06 PULL BOXES Pull boxes shall consist of a molded body and lid. The body shall be of a high - density polyethylene construction. The lids shall be of polymer concrete construction. The pull box dimensions shall be 36" width, 48" length, and 24" depth. All pull boxes shall be constructed of HDPE meeting ASTM D-756, ASTM D- 570, ASTM D-822, and ASTM D-543. All pull box lids shall be attachable to the body by a minimum of (4) corner bolts All pull boxes shall have a high -density polyethylene lid. All buried pull boxes shall have a round marker ball placed on the top of the lid. The marker ball shall be RLH Industries RLH-MBM or equal and of the 101.4 kHz Frequency. Pull boxes shall be Pencell Series PEM-36, Highline PHA243648, or owner - approved equal meeting all requirement and specifications. 2.07 CABLE WARNING POST The cable route marker post shall be used to alert excavators there is buried cable in the area and to obtain a locate prior to any excavation. The locate marker post shall serve as a termination point for the innerduct locate wires in addition to alerting excavators of the presence of fiber optic cables in the area. The cable warning post shall be a minimum of 3-1/2" in diameter and 72" in length. The installed height of the marker post shall be 48" above groundline. The cable warning post shall be highly flexible and able to withstand repeated impacts by vehicles and livestock. All locate and marker post shall be guaranteed not to fade, peel or disband for the life of the post. The post shall be white in color with the top 16" being orange in color with the owners contact information and the words "Warning Fiber Optic Cable". Fiber Optic Conduit System Components 13592-3 PSCO8325H — Lake Alan Henry Pineline — Contract A The Cable Warning Post shall be Cottmark 503& 504, Arris PolyDome or owner - approved equal meeting all requirements and specifications. 2.08 SUBMITTALS Submittals and cut sheets shall be provided as specified in section 01300 of the contract documents. 3.00 EXECUTION 3.01 INNERDUCT CONDUIT INSTALLATION The innerduct shall be installed in accordance with industry standards, manufacturer's written instructions, and as shown on the Plans or as specified by the Engineer. Innerduct shall be installed in continuous lengths between pull boxes. Splicing of innerduct will be permitted as approved by the Engineer or owners representative. Innerduct shall be placed in a separate trench from the new water pipeline except when crossing roads or creeks. Innerduct installation methods for crossing roads and creeks will be as specified in the drawing sets. When placed in the same trench as the water pipe when crossing roads, the innerduct shall be placed at the outer edge of the excavated trench and at a depth equal to or greater than the top of the raw water pipeline. All ducts shall be swept or bent at the maximum practical radius to achieve the routing called out on the design prints at all times. Duct bend radius shall never be less than 24" in any scenario. All bends in the innerducts shall be made without kinking, flattening or appreciably reducing the internal diameter of the innerduct and as recommended by the manufacturer. All duct and pull box entrances shall be sealed with RTV or other re -enterable sealant material to prevent ingress of water, dust or other foreign materials. All duct shall be sealed during installation and when being stored. The proposed duct plugs shall be as specified or as approved by the engineer. 3.02 PULL BOX INSTALLATION The manufacturer shall provide installation procedures and technical support concerning the installation of the pull boxes provided by the contractor. The contractor shall refer to the design prints at each pull box location to determine the bury depth of the pull box . The bury depth shall match the raw waterline bury depth as measured to the top of pipe. - Fiber Optic Conduit System Components 13592-4 PSC08325B — Lake Alan Henry Pipeline — Contract A The pull boxes are to be placed on a 10-12" bed of evenly placed crushed rock to allow a level firm bedding for the pull box. The lid and all bracing associated with the pull box is to be in place prior to the placement of the backfill material. The backfill shall be placed in 12" increments and compacted around the pull box. All pull boxes shall have a round marker ball placed at the center of the lid to assist in the locating of the pull box during future excavations. 3.03 INNERDUCT CONDUIT TESTING Once installed the innerduct shall be mandrel and air tested to assure the duct system is intact and air tight. The mandrel test shall entail the passage of a mandrel sized no less than 80% of the duct inner diameter from pull box to pull box. If the mandrel does not successfully pass from one pull box to the next, the Contractor shall check duct run for deformation and repair. The successful mandrel testing between all pull boxes shall be witnessed by the Owner or Engineer prior to acceptance of the innerduct conduit system. The air test shall ensure the duct system is capable of maintaining and holding a pressure of 150 psi. All safety requirements and manufacturers recommendations shall be observed when air testing the innerduct conduit system. The innerduct conduit system shall be tested by slowly pressurizing the duct to 110 psi., closing the valve supplying the air to duct, and waiting a minimum of 2 minutes. The duct must not lose more than 20 psi over the 2 minute period to be accepted. If the innerduct system does not hold the required pressure, check the duct run shall be tested for leaks and repaired. All leaks must be located and repaired prior to acceptance of innerduct conduit system. END OF SECTION I Fiber Optic Conduit System Components 13592-5 PSCO8325B — Lake Alan Henry Pipeline — Contract A No Text No Text 15101 GATE VALVES 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install gate valves and appurtenances, including valve boxes, operators, bolts, nuts and gaskets. 1.02 QUALITY ASSURANCE ACCEPTABLE MANUFACTURERS 1. American -Flow Control 2. M&H 3. Mueller 4. Clow 1.03 SUBMITTALS Submittals shall be in accordance with Section 01300, SUBMITTALS and shall include: 1. Shop Drawings 2. Operation and maintenance manuals 1.04 STANDARDS The applicable provisions of the following standards shall apply as if written here in their entirety: ANSI B16.1 "Cast Iron Pipe Flanges and Flanged Fittings" AWWA C-111 'Rubber -Gasket Joints" AWWA C-500 "Gate Valves for Water and Sewage Systems" AWWA C-509 'Resilient Seated Gate Valves for Water and Sewage Systems" ASTM A-126 "Standard Spec. for Gray Iron Castings for Valves, Flanges, and Pipe Fittings" ASTM A-536 "Standard Specification for Ductile Iron Castings" 2.00 PRODUCTS r'�[�S>tel�iC�rl1>f►��� A. General 1. Unless otherwise specified, gate valves greater than 24" in size shall be in strict accordance with AWWA C-500. Gate valves shall be double disc, parallel seat internal wedging type with non -rising stem. Unless otherwise specified, gate valves 3" through 24" in size shall be in accordance with AWWA C-509, Resilient Wedge. Valves 16" and larger shall be provided with gearing to reduce the maximum required opening and closing torque to 80 ft-lbs. 2. Gate valves 2-1/2" and smaller shall be bronze, non -rising stem with wedge disc and screwed ends for 300 psi W.O.G. working pressure. Bronze gate valves shall be Crane No. 437, Mueller No. H-10914, or approved equal. Gate Valves 15101-1 PSC08325B - Lake Alan Henry Pipeline — Contract A is 3. Gate valves 30" and larger shall be equipped with non -rising stem bypass valve and with spur -gears in enclosed oil or grease lubricated gear cases. Gear boxes shall be factory lubricated. Flanges shall conform to ANSI, Class 125 or 250. B. GATE: Gate for double disc valves shall be cast iron with bronze mounted wedges and seats Gate for resilient seated valves shall be cast iron with rubber -seat compound bonded to the valve gate. C. OPERATORS: Operators shall turn counterclockwise to open the valve. Exposed valves shall have handwheel operators unless otherwise designated. A directional arrow and the word 'open" shall be cast on the handwheel. Valves for buried service shall have a 2" square nut operator and shall be installed with extension stems where required to extend operating nut to within 12" of the finished grade. Provide a cast iron valve box to enclose the operating stem. Valve box shall be 3-piece extension type equal to Mueller No. 10380 or Clow F2450. D. STEM AND SEAL: The non -rising stem shall be bronze with inside screw. Shaft seal shall employ O-rings or V-type packing. E. FLANGES: Valves shall have flange ends suitable for the pressure class of the valve. Contractor shall coordinate flange ends with flanges of adjacent piping and fittings where applicable. Where insulating flanges are indicated, the bolt holes, shall be oversized to accommodate insulating sleeves. Where designated, valves shall be mechanical joint or rubber gasketed push -on joints in accordance with the applicable requirements of AWWA C- 111. 3.00 EXECUTION 3.01 INSTALLATION Carefully handle and lower buried valves into position to prevent damage to any part of the valves. Place the valve in the proper position with stem truly vertical and securely hold until connections have been made. Furnish bolts, nuts, and gaskets. The Contractor shall be responsible for adjusting the valve boxes to the proper length to conform with the ground surface. Buried gate valves shall be wrapped with two layers of wax tape and encased in flowable fill. 3.02 BLOCKING UNDER GATE VALVE Gate valves 18" and larger which are buried shall rest on a concrete pad. Pad shall extend for the full width of the trench and from back of hub to back of hub (or flange). Care shall be taken to not interfere with the jointing. Concrete shall be minimum 3,000 pounds per square inch compressive strength. 3.03 FIELD QUALITY CONTROL Upon completion of installation of the equipment, an acceptance test to verify the satisfactory operation of each unit shall be conducted. The test shall be conducted in a manner approved by and in the presence of the Engineer. The unit shall be checked for general operation and leakage. The unit must perform in a manner acceptable to the Engineer before final acceptance will be made by the Owner. 3.04 SCHEDULES; VALVES The required valves and certain pertinent data is given below. This list is given to facilitate description of the various valves and as an aid to plan take -off and is not guaranteed to be complete. Gate Valves 15101-2 PSC08325B - Lake Alan Henry Pipeline — Contract A t_ocation _ Number Required Valve Diameter Pressure Rating Type Operator 570+00 1 42" 250B 2" Sq. Nut 4" A/V's 23 4" Varies 2" Sq. Nut 6" AN's 5 6" Varies 2" Sq. Nut 8" AMs 1 8" Varies 2" Sq. Nut 8" BOV's 18 8" Varies 2" Sq. Nut END OF SECTION Gate Valves 15101-3 PSC08325B - Lake Alan Henry Pipeline — Contract A 1": 15117 AIR RELEASE AND AIR AND VACUUM VALVES 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install air release and air and vacuum valves of the sizes and types indicated. Furnish the necessary isolating valves and piping. 1.02 SUBMITTALS Submittals shall be in accordance with Section 01300, SUBMITTALS and shall include: 1. Operation and Maintenance Manuals 2.00 PRODUCTS 2.01 MANUFACTURED PRODUCTS A. GENERAL 1. Each air valve shall have a cast iron body, bronze, or stainless steel trim and stainless steel float. Float shall be baffled to prevent air from blowing valve closed until air is exhausted. 2. Valve body, float, etc., shall be designed for a working pressure and shall seat at a minimum pressure shown in the valve schedule, Paragraph 3.02. The minimum - operating pressure shown is under steady state conditions, and does not include minimum surges. 3. Air valves shall be manufactured by the Valve and Primer Corporation (APCO), Val- Matic Manufacturing Corp., or Multiplex Manufacturing Company (Crispin). 4. Top of valve assembly shall be fitted with a hood. Valve inlet shall be N.P.T. for 2" and smaller valves. Valve inlet shall be ANSI flange for 3" and larger valves. Flange rating shall equal or exceed the maximum working pressure. B. AIR RELEASE VALVES (AR): Air release valves shall be designed to automatically release accumulated air pockets within the pipeline while in operation and under pressure. Air release valves shall be APCO Model 200, Val-Matic Model 38, or Crispin Model P. C. AIR AND VACUUM VALVES (AV): Air and vacuum valves shall be designed to allow large volumes of air to escape through the valve orifice when filling a pipeline and to close water tight once the air has been expelled. Air and vacuum valves shall also permit large volumes of air to enter through the valve orifice when the pipeline is being drained to break the vacuum. Air and vacuum valves shall be APCO Model 140, Val-Matic Model 100, or Crispin Model AL. D. COMBINATION AIR VALVES (CAV) Combination air valves shall be heavy duty air and vacuum valves with air release. - < 2. Combination air valves shall be designed to release accumulations of air at high points within a pipeline by exhausting large volumes of air as the pipeline is being filled and by releasing accumulated pockets of air while the pipeline is in operation and under �.a Air Release and Air and Vacuum Valves 15117-1 PSCO8325B - Lake Alan Henry Pipeline — Contract A pressure. Combination air valves shall also be designed to permit large volumes of air to enter the pipeline during pipeline drainage. 3. Combination air valves shall be APCO Model 140C, Val-Matic Model 200, or Crispin Model C. E. COMBINATION AIR AND VACUUM VALVE WITH SURGE CHECK (CAVSC) Each CAVSC shall have a combination air valve as described above which is mounted on top of a surge check. The surge check shall provide anti -slam slow closing operation of the air and vacuum valve. The surge check shall be spring loaded and have orifices drilled in the plug to throttle water flow. The surge check shall have an exterior bypass with flow control to bypass the plug. CAVSC shall be APCO Model 1700 with a 2" Air Release Valve Model 200 or Valmatic Model 120OS/100/38 with 2" air release valve. F. MANUAL VALVES (MV) Each manual valve shall consist of a corporation stop as indicated on the plans. G. VACUUM BREAKERS (VB) Each VB shall have a combination vacuum relief/air inlet combined with an air release valve. The large orifice will open due to vacuum and instantly close to trap air when the water column begins to rejoin. The air release valve will open and regulate a slow discharge of air, to cushion the rejoining of the water column. Vacuum breakers shall be APCO Model 1500C with a Model 450 Air Release Valve with 1 /2" orifice, or equivalent Valmatic. 3.00 EXECUTION 3.01 INSTALLATION Carefully handle and install valves vertically in such a manner as to prevent damage to any part of the valves. Installation shall be in accordance with the Manufacturer's instructions. Provide nuts, bolts, and gaskets where applicable. Valves shall be field painted per Section 09905. 3.02 SCHEDULES Station Location Size Type Working Pressure PSI Minimum Pressure PSI 24+75 6 CAV 250 5 54+00 4 CAV 250 5 94+30 8 CAV 250 5 156+25 4 CAV 250 5 184+90 4 CAV 250 5 216+45 4 CAV 250 5 279+10 4 CAV 250 5 331 +50 4 CAV 250 5 370+75 4 CAV 250 5 414+00 4 CAV 250 5 438+80 4 CAV 250 5 498+15 4 CAV 250 5 559+00 4 CAV 250 5 569+85 4 CAV 250 5 601 +00 4 CAV 200 5 637+75 6 CAV 200 5 Air Release and Air and Vacuum Valves 15117-2 PSCO8325B - Lake Alan Henry Pipeline — Contract A 676+60 4 CAV 200 5 726+75 4 CAV 200 5 776+00 4 CAV 150 5 809+40 4 CAV 150 5 845+00 4 CAV 150 5 868+00 4 CAV 150 5 890+75 6 CAV 150 5 928+00 4 CAV 150 5 952+90 4 CAV 150 5 1001 +50 4 CAV 150 5 1049+00 6 CAV 150 5 1095+25 4 CAV 150 5 1132+90 6 CAV 150 5 END OF SECTION 1-1-1, Air Release and Air and Vacuum Valves PSC08326B - Lake Alan Henry Pipeline — Contract A 15117-3 15136 MISCELLANEOUS VALVES 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidental necessary to install miscellaneous valves. 1.02 SUBMITTALS Submittals shall be in accordance with Section 01300, SUBMITTALS and shall include: 1. Shop drawings 2. Operation and Maintenance Manuals 2.00 PRODUCTS 2.01 MANUFACTURED PRODUCTS A. CORPORATION STOPS: Corporation stops shall be bronze with tapered plug and flat key operator. Unless otherwise indicated, stops shall be equal to Mueller H-10046 with iron pipe thread on inlet and outlet, of the size indicated. B. HOSE FAUCET: Hose faucet shall be bronze sediment faucet with 1/2" pipe thread and standard garden hose thread outlet with brass tee handle as manufactured by Woodford Model Y2, Mueller, or approved equal. 3.00 EXECUTION 3.01 FLEXIBLE COUPLING Where dresser couplings are indicated, furnish and install a gasketed, sleeve -type coupling meeting AWWA C219, with a pressure rating as indicated on the drawings. A. The pipe couplings shall be of a gasketed, sleeve -type with diameter to properly fit the pipe. Each coupling shall consist of one (1) steel middle ring, of two (2) steel followers, two (2) rubber -compounded wedge section gaskets and sufficient trackhead steel bolts to properly compress the gaskets. Field joints shall be made with this type of coupling. The middle ring and followers of the coupling shall be true circular sections free from irregularities, flat spots, or surface defects. They shall be formed from mill sections with the follower -ring section of such design as to provide confinement of the gasket. After welding, they shall be tested by cold expanding a minimum of 1 % beyond the yield point. B. The coupling bolts shall be stainless steel of the elliptic -neck, track -head design with rolled threads. The manufacturer shall supply information as to the recommended torque to which the bolts shall be tightened. All bolt holes in the followers shall be oval for greater strength. = C. The gaskets of the coupling shall be composed of a crude or synthetic rubber base compounded with other products to produce a material which will not deteriorate from age, from heat, or exposure to air under normal storage conditions. It shall also posses the quality of resilience and ability to resist cold flow of the material so that the joint will remain sealed and tight indefinitely when subjected to shock, vibration, pulsation and temperature or other adjustments of the pipeline. Miscellaneous Valves 15136-1 PSC08325B - Lake Alan Henry Pipeline — Contract A No Text No Text Utility Installation Request PERMIT NUMBER GLOBAL POSITIONING SYSTEM COORDINATES (GPS) NORTH AMERICAN DATUM 1983, (1993 ADJUSTMENT) IN DECIMAL DEGREES(DD) J LATTITUDE (DD) LONGITUDE (DD) BEGIN 33.197784 101.310757 END 133.198127 101.310768 To theTexas Transportation Commission c/o District Engineer Texas Department of Transportation Lubbock ,Texas Formal notice is hereby given that the City of Lubbock, Texas proposes to place a 42 Inch raw water Farm 1002 (Rev. 031M Pepe 1 or 2 Date line within the right of way of US 380 , RM , Displ. , to RM Displ. in Garza County Texas, MNT Sec. No. as follows: (give location, length, general design, etc. Use additional sheet as needed) SEE ATTACHED We will construct and maintain the line on the highway right of way as shown on the attached drawing and in accordance with the rules, regulations and policies of the Texas Department of Transportation (TxDOT), and all governing laws, including, but not limited to, the "Texas Engineering Practice Act,' "Federal Clean Water Act,' the 'National Endangered Species Act," °Americans with Disabilities Act,' and the 'Federal Historic Preservation Act.' Upon request by TxDOT at any time, we will submit to TxDOT proof of compliance with all governing laws, rules and regulations before commencement of construction. Plans shall Include the design, proposed location, vertical elevations, and horizontal alignments of the facility based on the department's survey datum, the relationship to existing highway facilities and the right of way line, traffic safety and access procedures, and location of existing utilities that may be affected by the proposed utility facility. The location and description of the proposed line and appurtenances is more fully shown by a complete set of drawings attached to this Utility Installation Request (Request). We will give plans to TxDOT for each future proposed modification or expansion to our facility and TxElOT will have 30 days to review and approve the plans prior to commencement of the work. A new Request may be required as a condition of approval. Our organization will use Best Management Practices to minimize erosion and sedimentation resulting from the proposed installation, and we will revegetate the project area as indicated under "Revegetation Special Provisions.' We will also j ensure that traffic control measures complying with applicable portions of the Texas Manual of Uniform Traffic Control Devices will be installed and maintained for the duration of this installation. When installing, modifying or maintaining our utility on controlled access facilities, we shall conform to the Texas Transportation Code, Title 6 Roadways, Chapter 203, Subchapter C, Control of Access, §203.031 6-- (http://Uo2.tic.state.tx.us/statuteststatutes.htmo. We shall limit access for servicing this installation to access via (a) frontage roads where provided, (b) nearby or adjacent public roads or streets, (c) trails along or near the highway right of way lines, connecting only to an intersecting road; from any one or all of which entry may be made to the outer portion of the highway right of way for normal service and maintenance operations. Our rights of access to the through traffic roadways and ramps shall be subject to the same rules and regulations that apply to the general public. It is expressly understood that TxDOT does not purport hereby to grant any right, claim, title or easement in or upon highway right of way. TxDOT may require us to relocate this line, subject to the provisions of governing laws, by giving us at least 30 days written notice. We understand a new Request will be required for the relocation. We will notify TxDOT prior to commencement of any operation which requires pruning of trees so that TxDOT may provide specifications to govem performance of work, including trimming, topping, tree balance, type of cuts, painting cuts and clean up. We understand L that these specifications are intended to preserve TxDOTs considerable investment in highway beautification plantings and by reducing damage due to trimming and to protect known endangered species. Our installation shall not damage any part of the roadway structure or associated appurtenances. We will make adequate provisions to cause minimum inconveniences to the traveling public and adjacent property owners. We will not open -cut driveways or intersecting roadways without specific written permission from the owner. Following approval, we will begin construction on or after Month/DayNear 1. Forth IM (Rev. 03M) ' Page 2 of 2 We understand TxDOT may place additional provisions and requirements as listed below, based upon, but not limited to, the type of utility being installed, local site conditions, soil types and traffic. Additional Provisions and Requirements (for TxDOT input only) • General Special Provisions: x Are attached. ❑ Are not attached. • As -built Plans/Certifications of Construction: ❑ Are required and shall be certified as accurate by an authorized representative of the company. Are required and shall be signed and sealed by a State of Texas Licensed Professional Engineer. ❑ Are not required ❑ Certification that utility was installed as approved • Re -vegetation Special Provisions: In order to minimize erosion and sedimentation resulting from the proposed installation, the project area will be re -vegetated: ❑x in accordance with TxDOT's Standard Specification Item 164 which specifies the appropriate grass seed mix to be used, or: ❑ as indicated on the attachment. fr S P�.✓ GTo� TxDOT Representative to be notified 48 hours prior to beginning construction:,,/,go,;— ZZ 5js' If approved, we understand we will assume all risks associated with this installation within the TXDOT right of way. These risks include injuries to our workers, damage to contiguous utility lines that may be in the area and injuries or damage resulting from our failure to properly install and maintain the line. If the character, use or function of our installation is materially changed from that approved under this Request, we will notify TxDOT within 30 days after the change. In the event of a voluntary or involuntary loss of public utility status, or other legal authority for longitudinal placement of the utility facility in the highway, or there is an abandonment of the facility without the approval of TxDOT, we will at our expense remove the unauthorized portion of the facility from the right of way. If installation of the line is not begun prior to the 91st calendar day from date of issuance, we acknowledge that, unless otherwise extended, TxDOT's approval of this Request will automatically expire, and we will be required to resubmit our Request. All Request submissions, whether due to expiration of approval under this paragraph or new Requests for modifications and relocations shall be in accordance with the governing laws, rules, regulations and policies existing at the time of submission. In the event we fail to comply with any or all of the requirements as set forth in this Request, the State may take such action as it deems appropriate to compel our compliance. By signing as/for the requestor below, I certify that I am authorized to represent the requestor, that I agree to the provisions and requirements included in this Utility Installation Request, and our commencement of construction will further attest to our review and acceptance of said additional provisions and requirements. R§OJESTOR Date: By: Avood Fr nklin, P . Signature: Title.• Chief Water Utilities Engineer Address: 402 Municipal Drive Lubbock, TX 79457 City State Zip Code ( 806 ) 775-2585 Area Code Telephone Number APPROVED BY TxDOT Date: '4a — /'�/ Z40 By: EX)ML-AS W. EICHORST 11, P.E. Signature: Title: --2 C. % ,J - Address: / -F .S" s'G „-) L✓ City State Zip Code ( vb) 7elG-C/V t13 Area Code Telephone Number Utility Installation Request PERMIT NUMBER GLOBAL POSITIONING SYSTEM COORDINATE (GPS) NORTH AMERICAN DATUM 1983, (1993 ADJUSTMENT) IN DECIMAL DEGREES(DD) ' LATTITUDE (DD) LONGITUDE (DD) BEGIN 133223663 101.361458 END 133.223663 101.361801 To theTexas Transportation Commission c/o District Engineer Texas Department of Transportation Lubbock ,Texas Formal notice is hereby given that the City of Lubbock, Texas proposes to place a 42 Inch raw water line within the right of way of FM 651 ,RM Garza County Texas, MNT Sec. No. Use additional sheet as needed) SEE ATTACHED Form 10W (Rev. 03MG) Peps 1 of 2 Date /o-/'/-a17 Displ. , to RM Displ. in as follows: (give location, length, general design, etc. We will construct and maintain the line on the highway right of way as shown on the attached drawing and in accordance with the rules, regulations and policies of the Texas Department of Transportation (TxDOT), and all governing laws, including, but not limited to, the 'Texas Engineering Practice Act," "Federal Clean Water Act," the 'National Endangered Species Act," "Americans with Disabilities Act," and the "Federal Historic Preservation Act.' Upon request by TxDOT at any time, we will submit to TxDOT proof of compliance with all governing laws, rules and regulations before commencement of construction. Plans shall include the design, proposed location, vertical elevations, and horizontal alignments of the facility based on the departments survey datum, the relationship to existing highway facilities and the right of way line, traffic safety and access procedures, and location of existing utilities that may be affected by the proposed utility facility. The location and description of the proposed line and appurtenances is more fully shown by a complete set of drawings attached to this Utility Installation Request (Request). We will give plans to TxDOT for each future proposed modification or J expansion to our facility and TxDOT will have 30 days to review and approve the plans prior to commencement of the work. A new Request may be required as a condition of approval. Our organization will use Best Management Practices to minimize erosion and sedimentation resulting from the proposed installation, and we will revegetate the project area as indicated under "Revegetation Special Provisions." We will also ensure that traffic control measures complying with applicable portions of the Texas Manual of Uniform Traffic Control Devices will be Installed and maintained for the duration of this installation. When installing, modifying or maintaining our utility on controlled access facilities, we shall conform to the Texas Transportation Code, Title 6 Roadways, Chapter 203, Subchapter C, Control of Access, §203.031 (http:/itlo2.tic.state.tx.us/statuteststatutes.htmi). We shall limit access for servicing this installation to access via (a) frontage roads where provided, (b) nearby or adjacent public roads or streets, (c) trails along or near the highway right of way lines, connecting only to an intersecting road; from any one or all of which entry may be made to the outer portion of the highway right of way for normal service and maintenance operations. Our rights of access to the through traffic roadways and ramps shall be subject to the same rules and regulations that apply to the general public. It is expressly understood that TxDOT does not purport hereby to grant any right, claim, title or easement in or upon highway right of way. TxDOT may require us to relocate this line, subject to the provisions of governing laws, by giving us at least 30 days written notice. We understand a new Request will be required for the relocation. We will notify TxDOT prior to commencement of any operation which requires pruning of trees so that TxDOT may provide specifications to govern performance of work, including trimming, topping, tree balance, type of cuts, painting cuts and clean up. We understand that these specifications are intended to preserve TxDOTs considerable investment in highway beautification plantings and by reducing damage due to trimming and to protect known endangered species. Our installation shall not damage any part of the roadway structure or associated appurtenances. We will make adequate provisions to cause minimum inconveniences to the traveling public and adjacent property owners. We will not open -cut driveways or intersecting roadways without speck written permission from the owner. Followi ng approval, we will begin construction on or after Month/Day/Year No Text No Text C DHR Bright People. Right solutions. SUBSURFACE EXPLORATION Lake Alan Henry Pipeline Garza, Lynn and Lubbock Counties, Texas Project 101231.003 June 19, 2009 No Text (000- \ KLE/NFELOER Bright People. Right Solutions. June 19, 2009 Project 101231.003 Mr. Nick Lester, P.E. Freese and Nichols, Inc. 4055 International Plaza, Suite 200 Fort Worth, Texas 76109 Subject: Subsurface Exploration Lake Alan Henry Pipeline Garza, Lynn and Lubbock Counties, Texas Dear Mr. Lester: 6850 Manhattan Blvd., Suite 300 Fort Worth, TX 76120 p' 817.429.6692 f 1817.429.7869 kleinfeldencom This report transmits the results of our field investigation and laboratory work performed for the subsurface exploration of the planned Lake Alan Henry Pipeline in Garza, Lynn and Lubbock Counties, Texas. We appreciate the opportunity to be of service on this project. If we can be of additional assistance, please do not hesitate to contact us. Sincerely, KLEINFELDER CENTRAL, INC. Michael M. Shifl , P.E. Copies Submitted: 4 A Report Prepared for. Freese and Nichols, Inc. Fort Worth, Texas SUBSURFACE EXPLORATION Lake Alan Henry Pipeline Garza, Lynn and Lubbock Counties, Texas Project 101231.003 June 19, 2009 Prepared by: E3aniel M. •• Michael M. Shiflett, P.E ("KL ZMMELAIDAR _ Bright People Right Solutions. 6850 Manhattan Boulevard, Suite 300 Fort Worth, Texas 76120 pl 817.429.6692 f 1817.429.7869 This document was prepared for use only by the client, only for the purposes stated, and within a reasonable time from issuance, but in no event later than one year from the date of the report. Non-commercial, educational, and scientific use of this report by regulatory agencies is regarded as a 'fair use" and not a violation of copyright. Regulatory agencies may make additional copies of this document -for internal use. Copies may also be made available to the public as required by taw. The reprint must acknowledge the copyright and indicate that permission to reprint has been received. Geotechoical Engioeering Report -� GibledbukUMm al Aft PeKdrOd for Spedrft'"0388, POROAS,, and PPOjects. .66Winicat engineers, structure their services to meet t sp is their *iqls,A!gw*mIq er ri 4 eeting.studywriouo r a cm engl� Pw OV not fulfill ft,negds of aAnsift.doA contractor or evo Othas Wl troft Becauge each Oblechnid engineering stud y is unique, w -poWmid "Ineedno rtoort i's unique, pf0ped �O*fof the client No One WlA you should * on your geotechAical engineering repo without fist* co" with the geOW_ micAl epgi.neet who pWOO it AW no one 71- 000"A —should apply the report f r ay purpoSe or proW *W the we blidnaltv conWplatoii Sad the IN ROW Solous PiMem have occurred becauseftse relying on 9 geotechnical engineMna " 0 did not read A all: Do W rely on on OROft summary, 00 not rmo MW-W elerri" only. A L*-MOINOW Ma- eeping Re P911211 N 1111101114 -all A Me Set of MW-806CIfill; Wt*S GeoWinlcol engineers consider a number of unique, project-"ific fac- tors wheri estabillsNng the scope of a study. Typical f4doM Incit4w #* PION W$, ObWIM and 04X manggemeot preferences; the general naturN ft strvicture jrTvdIvA Its ko. and CAPOW. ft Waticin of the,structure on the rile; and orlon Wed of#4st4 A6 ImPrOVOWN such as access foods, parking lots, and tOWgmuhd irdiifin Unless ft gmtechnical erqInw who conducted the study spWfIcAlly Wdicatt§ olh- erwise.-Oo not rely on a ge*chrgcal engineering _W M * notpmp.�w for M P nbtpr*rgd for your Project, * nOtepared for the specific site explored, of court P Wed before Important project charIgOswere made. elevation, configuration, location, orientation, Orwetght of the proposed stfuclur� w project ownership, As'A general rule, A4,stnforrn your geotechnical engirar of project changes --even minor ow-40 re4url an 8sesSiml of Mir impXL, *krhni-4 &Vjnms:cghmt aci;Vt msponsWIV or 144 ffirpVh6M ffiat o=r bomwe M repo& do not consW OWOPWO Of W* they am not ffibmea Ws ace COP90008 CM Chance A Oeotchrileal engineering re q IsbaW oft pohliflorit 00 existed at the lime'the Study -ryas pruned. & W1 * an a qeOwVAM1P1VM'OA� ing mpodwhose adNuacy may have been affe* by; ft gtsage of time; iy MqtF ada pvents, such as construction,on or adjacent 6 ft!ft� or by natural evots, SMh as Hoods, ofta4rh or Vrowdvta%i` fluctia- tions. AAA, iioriod a - the gootOnical ef&w belo.om Mng Uv report to determine If It is 011 reliable ATffinOr want of aOVI&W WsfwgV analysis could pr"jit major problems. Most GestechWcal HuMp Are OrafessloOM Upwong Site explo on identifies subsurface wnditions only at Ma oft where . fort suftelace M are cmducled or samples wtal% lwhnical ang� n6e($ MvIeW Held and MOM" dA Arid then apply their IXOWAonW IWVW IQ render an opinion about subsurfaaconditioa t4mugWIN site. Actuall subsurface conooris may diftor—somohmes aiMftarilly— from thon IndicM In your report Retaining the,geotechnical englw whp dMidow your mporl.toprovioa coristrudw observatloq 4" most effective MOM of rnarlaging the risks associated With tat . Ocip* wAdiVfis, Typical cNnges that can erode tie reliability of an existing geotechnical , Ongin - irk . -oft inclu those that afters: A New'; Recommoodatlens Me AWFU ft fund 6A Of the proposed structure, as when 1NOianged from a 60 To q"" on the construction recommendations Included la your padd.N:page to an office building, of from a I�ht Industrial plant report Those fw0weadagm," M final, because 000114nical e* to a refrigerated warehouse, (IM develop them printallyfrom judgment and oplriioit. wgiw "Con firw[6 their secommer"Onsonly byobserving subsurface conditions remled during construction. Megeoledwbl engimr who developed yhur report =wtassunretesponsvbiw or debility for Me report's reeommendaflons if Mat engineer does not pertaim construction otzsefW1o17. A Geotecheical Engineering Report Is Subject to Misintappretatlon Other design team members' misinterpretation of geotechnical engineering reports has resulted in costly problem lower that risk by having your M technical engineer confer with appropriate members of the design team after submitting the report. Also retain your geotechnical engineer to review perti= neat elemerits of the design team's plans and specifications. Contractors can also misinterpret a geotechnical engineering report. Reduce ttiat fists by having your geotechnical Engineer participate in prebid and preconstruction conferences. and by providing construction observation. Do Not Redraw the Mfter's togs Geolechnical engineers prepare final boring and testing logs based upon their interpretation of field logs aril laboratory data To prevent errors or omissions, the logs included in a geotechnical engineering report should never be redrawn for Inclusion in architectural or other design drawings. Only photographic or electronic reproduction is acceptable, but recognize that separating logs from the report can: elevate risk Glove Contractors a Complete Report and Guidance Some owners and design professionals mistakenly believe they can make contractors liable for unanticipated subsurface conditions by limiting what they provide for bid preparation; To help prevent costly problems; give con- tractors the complete geotechnicof engineering report, but preface it with a clearly wrr'tien letter of transmittal. In that letter, advise contractors that the report was not prepared for purposes of bid development and that the report's accuracy is limited encourage them to confer with the oeatechnical engineer who prepared the report (a modest fee may be required) u4br to conduct additional study to obtain the specific types of information they need or prefer. A prebid conference cab also be valuable, Be sure conbac- lots have sulhcient tune to perform additional study. Only then might you; be in a position to give contractors the best infomcalion available to you; while requiring them to at feast share some of the financial responsibilitiess stemming from unanticipated conditions. Read Responsibility Provisions Closely Some c►ient% design professionals, and contractors da not "ni.w that geotectinian oth l engineering is far less exact than erfginearing disc- plines This lack of understanding has created unrealistic expectations trot have led to disappointments, claims, and disputes. To help reduce the risk of such outcomes, geotechnical engineers corhmonly include a variety of explanatory provisions In their reports. Sometimes labeled "(imitaiians` many of these provisions indicate where geolecllnicc engin6ars' Msponsi bilities begin and end, to help otters recognize their own responsibilities and risks. Read these provisions closely Ask questions. Your geotechnical engineer should respond fully and frankly. Geoenvironmental Concerns Are Not Covered The equipment, techniques, and personnel used to perform a gel erviron mentat study differ significantly from those used to Worm a geokelrnttal study. For that reason, a geotechnical engineering report does no! usually relate any geoenvironnienial findings, conclusions, or recommendations, e.g., about the likelihood of encountering undergroundstgrage tanks or regulated contaminants. Unanliapaled en*07flien0problems 1Ave red to numerous pmiest failures It you have not yet obtained your own g- Aronmental information, ask your geotechnical consultant tot risk man- agement guidance. Do not rely on an eakomentat report prepared for someone else. Obtain Proiesslonal Assistance To Deal tfirldi► Mold Diverse strategies can be applied during building design, construction, operation, and maintenance to prevent significant amounts of mold from growing on indoor surfaces. To be effective, all such strategies should be devised for the express purpose of mid prevention. Integrated into a cam- prehensive plan, and executed with diligent oversight by a professional mold prevention consultant. Because just a small amount of water or moisture can lead to the development of severe mold infestations, a num- ber of mold prevention strategies focus on keeping building surfaces dry. White groundwater, water infiltration, and similar Issues may have been addressed as pant of the geotechnical engineering study whose Findings are conveyed m this report, the geatechnid engineer in char q of this project is not a mold "prevention consultant; none of the services pet- termed in connection wfth the yeotechnicat .engineers $hirty wore designed or eondudded Nr the pwpose of mold preVem don. Proper tmplementattott of the m pommendatipns conveyed in this report sow not ofttselt be sulticiertt 0 prevent mold' Inure gmwinr� In or on the sir dun involved. Re on Your AVE-Membefp Geetechnclal Engeer, tier Additional Assistance Membership in ASFE/The Best People on Earth exposes geateOdcal engineers to a wide array of risk rnanagemerit techniques that oar be of genuine benefit for everyone Involved with a construction projectConfer with you ASFE member geotechnical engineer for more Warinatforl. ilk• sell f4ee1e at 101FIN 681:1 Golesvitle Road/Suite 0106, Silver Spring, M0 2W10 Telephone; 3011565-2733 Facsimile. 30115891-2017 e-mail: inia .n wvwv aste.org Copyright 2lr0AbyASF& Inc. Doplfca6oa, reprooWtlott orawpyin9 of this Owimetr61n whole or /n part, by any means Whatsoever, Issh1dhy proh*te4 except NM AVFs specihc written penn&bm ft*pfttV quotingor otherwise sxi=W Wording from tkis d%wenr is permNted tmty whir the express written ttarmission of AST and ony nor purposes of scholarly research or book rdWee: Only members ofASFEnmy use this documenras a complement to or as an elament of a peotechnicX engrnee W report Any other firm, tndivldttar, or other w* that so uses this domment without bebop art ASFE member could be commr7Ung neytrgent or tr lwMonat (IraudVionq mWepresentation. RGEROWIAM r TABLE OF CONTENTS PAGE IMPORTANT INFORMATION ABOUT YOUR GEOTECHNICAL REPORT .............................. iii 1 INTRODUCTION...............................................................................................................1 1.1 PROJECT DESCRIPTION....................................................................................1 1.2 PURPOSE AND SCOPE.......................................................................................1 2 FIELD EXPLORATION AND LABORATORY TESTING.................................................2 2.1 FIELD EXPLORATION..........................................................................................2 2.2 LABORATORY TESTING.....................................................................................4 3 SUBSURFACE CONDITIONS..........................................................................................6 3.1 GEOLOGY............................................................................................................6 3.2 STRATRIGRAPHY................................................................................................7 3.3 GROUNDWATER OBSERVATIONS....................................................................7 4 SHIPPED SAMPLES........................................................................................................ 9 4.1 SOIL SAMPLES SHIPPED TO OTHERS..............................................................9 5 LIMITATIONS.................................................................................................................10 APPENDIX VicinityMap..........................................................................................................................Plate 1 Planof Borings.............................................................................................................. Plates 2 - 6 GeneralNotes......................................................................................................................Plate 7 Logsof Borings........................................................................................................... Plates 8 - 79 Summary of Laboratory Test Results................................................................................Plate 80 Sample Distribution List..................................................................................................... Plate 81 101231.003 / DFW9R086 iv June 19, 2009 Copyright 2009 Kieinfelder ..3 SUBSURFACE EXPLORATION LAKE ALAN HENRY PIPELINE GARZA, LYNN AND LUBBOCK COUNTIES, TEXAS 1 INTRODUCTION 1.1 PROJECT DESCRIPTION This report presents the results of the subsurface exploration for the planned Lake Alan Henry Pipeline located in Garza, Lynn and Lubbock Counties between the towns of Post and Slaton, Texas. The new pipeline will be approximately 50 miles in length. 1.2 PURPOSE AND SCOPE The purpose of this exploration has been to provide subsurface data to others to assist them in their designs. To accomplish this purpose, the exploration has been conducted based on the following scope: 1. Drilling sample borings to assess the general subsurface conditions and to obtain samples for selected testing; 2. Visually classify soils and perform selected laboratory tests for soil classification purposes; 3. Package and ship desired soil samples to others. 101231.003 / DFW9R086 Page 1 of 10 June 19, 2009 Copyright 2009 Kleinfelder 2 FIELD EXPLORATION AND LABORATORY TESTING 2.1 FIELD EXPLORATION Subsurface conditions along the pipeline were evaluated by drilling 72 borings with a truck -mounted drill rig. A schedule of these borings and surface coordinates are presented in Table 2.1. The boring locations are presented on the Plan of Borings in the Appendix along with the Logs of Boring. Table 2.1 — Schedule of Borings M-prDnle LAH-A-1 20 2-2-09 33.0709 -101.0529 LAH-A-2 20 2-2-09 33.0758 -101.0632 LAH-A-3 20 2-2-09 33.0832 -101.0783 LAH-A-4 20 2-2-09 33.0872 -101.0860 LAH-A-5 20 2-2-09 33.0934 -101.1002 LAH-A-6 20 2-3-09 33.0980 -101.1093 LAH-A-7 20 2-3-09 33.1063 -101.12169 LAH-A-8 20 2-3-09 33.1089 -101.1315 LAH-A-9 20 2-3-09 33.1134 -101.1422 LAH-A-10 20 2-3-09 33.1158 -101.1477 LAH-A-11 30 2-3-09 33.1235 -101.1629 LAH-A-12 20 2-4-09 33.1291 -101.1750 LAH-A-13 20 2-4-09 33.1353 -101.1872 LAH-A-14 30 2-4-09 33.1373 -101.1929 LAH-A-15 20 2-4-09 33.1409 -101.2005 LAH-A-16 20 2-4-09 33.1478 -101.2093 LAH-A-17 20 2-4-09 33.1513 -101.2179 LAH-A-18 30 2-5-09 33.1550 -101.2287 LAH-A-19 20 2-5-09 33.1620 -101.2459 LAH-A-20 20 2-5-09 33.1669 -101.2495 LAH-A-21 20 2-5-09 33.1729 -101.2528 LAH-A-22 20 2-5-09 33.1839 -101.2595 LAH-A-23 20 2-5-09 33.1878 -101.2658 LAH-A-24 30 2-5-09 33.1985 -101.2781 LAH-A-25 20 2-5-09 33.1899 -101.2921 LAH-A-26 30 2-6-09 33.1980 -101.3101 LAH-A-27 30 2-6-09 33.2035 -101.3196 LAH-A-28 20 2-6-09 33.2156 -101.3423 LAH-A-29 20 2-6-09 _ 33.2198 -101.3529 LAH-A-30 30 2-6-09 33.2244 -101.3618 101231.0031 DFW9R086 Page 2 of 10 June 19, 2009 Copyright 2009 ideinfelder • s • � - a ! - � - e a ® a LAH-B-1 20 2-6-09 33.2325 -101.3808 LAH-B-2 20 2-6-09 33.2329 -101.3800 LAH-B-3 30 2-7-09 33.2406 -101.3920 LAH-B-4 20 2-7-09 33.2462 -101.4018 LAH-B-5 30 2-7-09 33.2522 -101.4146 LAH-B-6 30 2-10-09 33.2633 -101.4320 LAH-B-7 30 2-10-09 33.2672 -101.4413 LAH-B-8 20 2-10-09 33.2727 -101.4479 LAH-B-9 20 4-28-09 33.2868 A 01.4740 LAH-B-10 40 4-28-09 33.2932 -101.4837 LAH-B-11 20 2-11-09 33.3014 -101.4988 LAH-B-12 30 2-11-09 33.3043 -101.5048 LAH-B-13 30 2-11-09 33.3074 -101.5154 LAH-B-14 20 2-11-09 33.3097 -101.5218 LAH-B-15 20 2-11-09 33.3161 -101.5632 LAH-B-16 20 4-28-09 33.3213 -101.5459 LAH-B-17 30 2-11-09 33.3266 -101.5549 LAH-C-1 30 2-11-09 33.3306 -101.5649 LAH-C-2 20 2-12-09 33.3375 -101.5734 LAH-C-3 20 2-19-09 33.3435 -101.5821 LAH-C-4 20 2-19-09 33.3454 -101.5884 LAH-C-5 20 2-19-09 33.3526 -101.6014 LAH-C-6 20 2-19-09 33.3602 -101.6165 LAH-C-7 20 2-17-09 33.3674 -101.6275 LAH-C-8 20 2-19-09 33.3715 -101.6360 LAH-C-9 20 2-19-09 33.3763 -101.6447 LAH-C-10 20 2-19-09 33.3810 -101.6533 LAH-C-11 30 2-20-09 33.3852 -101.6602 LAH-C-12 30 2-20-09 33.3851 -101.6611 LAH-C-13 20 2-17-09 33.3890 -101.6669 LAH-C-14 20 2-17-09 33.3938 -101.6771 LAH-C-15 20 2-17-09 33.4000 -101.6879 LAH-C-16 20 2-16-09 33.4034 -101.6943 LAH-C-17 20 2-16-09 33.4130 -101.7040 LAH-C-18 20 2-16-09 33.4207 -101.7114 LAH-C-19 20 2-16-09 33.4276 -101.7150 LAH-C-20 20 2-16-09 33.4297 -101.7201 LAH-C-21 20 2-16-09 33.4366 -101.7269 LAH-C-22 20 2-16-09 33.4403 -101.7335 LAH-C-23 20 2-16-09 33.4475 -101.7413 LAH-C-24 20 2-16-09 33.4548 -101.7491 LAH-C=25 30 2-16-09 33.4619 -101.7614 101231.003 / DFW9R086 Page 3 of 10 June 19, 2009 Copyright 200914einfelder At the request of Mr. Nick Lester with Freese and Nichols, on May 22, 2009 Boring LAH-B-10 was extended to a depth of 40 feet. Kleinfelder established the boring locations in the field using GPS coordinates provided by Freese and Nichols, Inc. and a hand held GPS unit. The approximate boring locations are shown on the Plan of Borings in the Appendix. Soils encountered in the borings were obtained with thin -wall Shelby tube samplers at the site. Hand penetrometer tests were performed in the field on recovered soil samples during drilling operations. The results of the hand penetrometer readings are recorded at corresponding depths in the "Penetrometer, TSF" column of the boring logs. When the capacity of the hand penetrometer is exceeded, the value of 4.5+ is recorded. A split -spoon sampler was also used in conjunction with the Standard Penetration Test (SPT). This technique involves driving the sampler into the soil using a free -falling hammer (based upon ASTM D1586). The number of blows required to drive the spoon sampler over three successive 6 inch increments is recorded during sampling. The first 6 inches is the "seating drive" and the number of blows for the last two 6 inch increments is the "penetration" in blows per foot. Where resistance was high, the number of inches of penetration for 50 blows of the hammer is recorded. Materials recovered from the split -spoon sampler are then placed in a plastic bag to reduce moisture loss and to protect the sample. 2.2 LABORATORY TESTING Laboratory testing was performed on selected samples collected from the borings within the estimated pipe zone for soil classifications purposes only. These samples were selected as being generally representative of that stratum and/or boring(s). Testing was performed 'to allow for material classification according to the Unified Soil Classification System (ASTM D 2487). These tests included: • Visual classification, ASTM D 2488, "Standard Practice for Description and Identification of Soils (Visual -Manual Procedure)." • Moisture content tests ASTM D 2216, "Standard Test Method for Laboratory Determination of Water (Moisture) Content of Soil and Rock by Mass." 101231.003 / DFW9R086 Page 4 of 10 June 19, 2009 Copyright 2009 Kleinfelder • Dry density determinations as outlined in the sample preparation procedures of ASTM D 2166, "Standard Test Method for Unconfined Compressive Strength of Cohesive Soil." • Atterberg limits, ASTM D 4318, "Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils." • Percent passing a number 200 sieve, ASTM D 1140, "Standard Test Methods for Amount of Material in Soils Finer Than the No. 200 (75-pm) Sieve." The results of these tests are summarized on the Summary of Laboratory Tests and the Logs of Borings in the Appendix. The soil classification description is provided in each strata description, and on laboratory test reports, as appropriate. Soil classifications without laboratory tests, as presented on the Logs of Boring, are based on visual observations encountered during drilling operations. 101231.003 / DFW9R086 Page 5 of 10 June 19, 2009 Copyright 2009 Kleinfelder 3 SUBSURFACE CONDITIONS 3.1 GEOLOGY The Lubbock Sheet of the Geologic Atlas of Texas locates the project within the Dockum Group, Lingos Formation, Ogallala Formation, and Blackwater Draw Formation. A brief description of each formation is provided below. The Dockum group is comprised of sandstone, clay, shale and conglomerate. The sandstone is fine to course grained quartz with silt that varies in color from greenish - gray to reddish -brown. Clays often contain silt and sand. The shale is commonly red, green, gray and yellow in color, and is not as hard as most regional rock materials. The shale is often sandy and calcareous. Conglomerate contains quartz, sandstone and petrified wood. The Lingos Formation consists of alluvial fan deposits with a variety of materials, including gravel, sand, and silt. Alluvial deposits are associated with rivers and streams and are present along existing and historic channels. The grain size of these deposits typically increases with increasing depth, but is dependent upon channel geometry and flow rates. Water is often present within alluvial deposits. These deposits can often be soft or loose, especially in the presence of groundwater. The Ogallala Formation is composed of fluviatile sand, silt, clay and gravel that are capped by caliche. The sand is fine to medium grained quartz that is silty, calcareous and clayey. Silt and clay may contain caliche nodules and varies in color from reddish - brown, dusky -red, and pink. Gravel, where present, is composed of quartz, quartzite, sandstone, limestone, chert, igneous rock, and metamorphic rock. The Blackwater Draw Formation consists of sand that is comprised of fine to medium grained quartz and is silty, calcareous and contains caliche .nodules. Usually grayish -red in color. 101231.003 / DFW9R086 Page 6 of 10 June 19, 2009 Copyright 2009 Meinfelder 3.2 STRATRIGRAPHY Based on the subsurface conditions encountered during the field exploration activities and the results of the laboratory testing program the subsurface stratigraphy along the pipeline route was found to be variable. The subsurface materials encountered during our field exploration consisted of the following: • Fill: Clayey Sand (SC) • Sandy Clay (CL); • Silty Clay (CL-ML) • Silty Sand (SM); • Clayey Sand (SC) • Clay (CL) • Clay with sand (CL) • Clayey Silty Sand (SC-SM) • Silty Clayey Sand (SC-SM) • Clay (CH) • Sand (SP) • Sand with gravel (SP) • Sandstone Not all soil strata were encountered at each boring location. For detailed subsurface descriptions, refer to the Logs of Borings in the Appendix. Note that demarcation lines between the strata are interpretive of the field conditions, and that actual strata transitions in the field may be gradual. 3.3 GROUNDWATER OBSERVATIONS The borings were advanced with continuous flight augers to their termination depths. Observations during the course of this study indicate the presence of seepage or groundwater during drilling at a depth of 34 feet at Boring LAH-B-10. Upon completion of the boring, a second water reading was recorded at a depth of 39%2 feet. The boring also caved in at a depth of 39'/2 feet. All other borings were dry at the time of our field exploration.' These observations do not preclude the possibility of seepage or groundwater, and are only indicative of conditions at the time and place indicated. Once subsurface water seepage observations were completed the borings were backfilled with soil cuttings. 101231.003 / DFW9R086 Page 7 of 10 June 19, 2009 Copyright 2009 Kleinfelder The occurrence and variation of groundwater can vary due to many factors. These factors include seasonal changes, site topography, surface runoff, the layering and permeability of subsurface strata; water levels in waterways, utilities, and other factors not evident at the time of this study. The possibility of groundwater and its fluctuation should be considered when developing this project. A groundwater study has not been performed. Long-term observations would be necessary to more accurately evaluate groundwater levels and fluctuations. 101231.003 / DFW9R086 Page 8 of 10 June 19, 2009 Copyright 2009 Meinfelder ,4 SHIPPED SAMPLES 4.1 SOIL SAMPLES SHIPPED TO OTHERS Soil samples selected by Dr. Garry Gregory, Ph.D., P.E. with Gregory Geotechnical of Stillwater, Oklahoma consisted of undisturbed and bulk samples. Undisturbed samples where placed in 3-inch diameter rigid cardboard tubes along with packing paper to reduce the void space between the soil samples and the tube. The rigid cardboard tubes where placed in cardboard boxes that were lined with bubble wrap, and then sealed for shipping. Packing paper was placed between the tubes to reduce any vertical or horizontal movement the samples may endure during the shipping process. Bulk samples where placed in cardboard boxes and then sealed for shipping. Soil samples selected by Mr. Shane Sorensen with Corrosion Control of Sandy, Utah consisted of bulk samples. Bulk samples where placed in cardboard boxes and then sealed for shipping. A list of sample request, boring location, and depth of sample is provided in the Appendix of this report. �- 101231.0031 DFW9R086 Page 9 of 10 June 19, 2009 Copyright 2009 Kleinfelder Information contained in this report is based on our field observations and subsurface explorations, limited laboratory tests, and our present knowledge of the proposed construction. The borings of this project were widely spaced; therefore, soil conditions are anticipated to vary between or beyond the points explored. The sole purpose of this report is to provide subsurface data at the predetermined boring locations selected by Freese and Nichols. The boring logs do not provide a warranty of the conditions that may exist along the entire pipeline route. We have prepared this report in substantial accordance with the generally accepted geotechnical engineering practice, as it exists in the site area at the time of our study. No warranty is expressed or implied. These services were performed consistent with our agreement with Freese and Nichols. Reliance on this report by a third party is at such party's sole risk. Paragraphs, statements, test results, boring logs, diagrams, etc., should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report. The reproduction of this report supplied to persons other than the owner, should indicate that the purpose of this study has been to provide specific subsurface data only and that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc., are responsibilities of the contractor. Standards or documents referenced in any given standard cited in this report, or otherwise relied upon by the authors of this report, are only mentioned in the given standard; they are not incorporated into it or "included by reference," as that latter term is used relative to contracts or other matters of law. 101231.003 / DFW9R086 Page 10 of 10 June 19, 2009 Copyright 2009 Kleinfelder (000-- DAER Bright People, Afght SoWons. PH "M lk MK'l CL) C14 CL < FL Q X 10. loll mmmup-" . V, . I 1;✓: 0 cu "T, ,,, Us I R Y. s. r - .1 -g— I'A CL ... . ....... G .. ... ....... jqi inn Its 11 TEz ... .. ..... 11 lj--:-�,-::-i�i Ell I'VE NN jiiv: -t IV ...... iy. -4 ir 9H bait �4 ff, 14,tit" P.9��1i5!-.1"JIF111pi!. 7-.e::T �ij....'Ft 7e t..."It .... .... ..... . ... ...... . tr . . ........ Ilk .. . . .. .... . 0!A&: 41 ......... .. Ki I! No Text yr kt-`lj f No Text � .4 No Text KLEINFELDER KEY TO LOGS OF BORINGS DRILLING AND SAMPLING SYMBOLS AND TERMS: Thin -Walled Tube Sample ® TxDOT Cone Penetrometer Test Auger Sample/Drilling ® Bag Sample ® Split Spoon Sample & Standard Penetration Test Water Level Initial Measurement m Continuous Core Sample Water Level Subsequent Measurement Hand Penetrometer An indicator of fine-grained soils consistency. Reported as tons per square foot (tsf). Core Recovered Length of rock core recovered as a percent of the total continuous core sample length. RQD Rock Quality Designation (RQD) is a measure of the integrity of recovered core samples. Reported in percentage as the sum of core pieces greater than 4 inches in length. Blow Count Indicator of soil or rock density/consistency, and correlates to the soil strength. Blow count columns used to report values for both the SPT and the TxDOT Cone Penetrometer. Each column refers to the number of hammer blows required to advance the split spoon sampler or cone 6 inches. Note that the seating blows (first 6 inch drive) are not reported. For the SPT the "N" value is the sum of the values for the second and third drive. In cases where resistance was high during the first, second or third drive, the number of inches of penetration for 50 blows of the hammer is reported. RELATIVE DENSITY CONSISTENCY OF COARSE -GRAINED SOILS OF FINE-GRAINED SOILS Penetration Relative Hand Penetrometer Consistency Resistance Density Readings, tsf (see Note) Blows/foot 0-4 Very Loose <1 Soft 4-10 Loose 1-2 Firm 10-30 Medium Dense 2-3 Stiff 30-50 Dense 3-4 Very Stiff over 50 Very Dense >4.0 Hard Note: Some clays may have lower unconfined compressive strengths because of planes of weakness or cracks within the soil. The consistency rating of such soils are based on penetrometer readings. TERMS CHARACTERIZING SOIL STRUCTURE: Fissured Containing cracks, usually more or less vertical Laminated Composed of thin layers of varying color and texture, typically horizontal Interbedded Composed of alternate layers of different soil types Calcareous Containing appreciable quantities of calcium carbonate Well graded Having wide range in grain sizes and substantial intermediate particle sizes Poorly graded Predominantly one grain size, or having some intermediate size missing Slickensided Having inclined planes of weakness that are slick and glossy in appearance GENERAL DEGREE OF WEATHERING: Unweathered Rock in its natural state before being exposed to weathering agents Slightly weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock Severely weathered Complete color change with consistency, texture, and appearance approaching soil SUBSURFACE CONDITIONS: Soil and rock descriptions on the boring logs are a compilation from field data as well as from laboratory test results. The stratification lines represent the approximate boundary between materials and the actual transition can be gradual. Water level observations have been made in the borings at the times indicated. Note that fluctuations in groundwater level(s) may occur due to variations in rainfall, hydraulic conductivity of soil strata, construction activity, and other factors. Copyright 2009 Kleinfelder Plate 7 rererence. na►G o LOG OF BORING NO. LAH-A-02 CProject Description: Lake Alan Henry PipelineE/NFELL3ER Post, Texas BrightPeopte. Right Solutions Location: See Plan of Borings, Plates 2-6 Approx. Surface Elevation: Not Provided r >> o o a m a N m E v m •o c cn> m L rn N U1 t m 'o o o E o m v = m > o -i v -r m N n m a 0 O U ro a= E m u 0 W m c =O =O (�! Q. m 'N a N 2 r? �` U m N to a U U 3 m FL m a Z y ri u = Him o MATERIAL DESCRIPTION 3.75 CLAYEY SAND, tan, medium dense, with — — — — — gravel (FILL) trp J_ •— — — ....... ............. 4.5+ — SANDY CLAY, red and brown, hard 4.5+ 4.5+ 4.5+ 5 CLAY, tan, hard, calcareous, with trace 4.5+ gravel 4.5+ 36 18 18 93 11 10 12.0' SILTY SAND, tan and olive, very dense, moderately cemented 50/ 15 2" 50/ 20 —a=— — — 2o.a .— — — -------- — Completion Depth: 20 ft. Latitude: 33.0758 Date Boring Started: 2/2109 Longitude:-101.0632 Date Boring Completed: 2/2109 Remarks: Boring dry upon completion of drilling. Logged by: T. Burrow Project No.: 101231.003 Strata boundaries are approximate, and in situ transitions may be gradual. This Log of Bonng is not intended forbidding or estimating purposes. Boring log(s) should not be reproduced separately from the engineering report unless said report is specifically included by Plate 9 reference. Project Description: Lake Alan Henry Pipeline Post, Texas Location: ' See Plan of Borings, Plates 2-6 Approx. Surface Elevation: Not Provided O. ® 0E CIO on = O rn uJ O- E tm m E 2" -W a = t] c C C.3 m p v G U -a O U m U e 0 CJ 4.0 4.5 5 10 15 20 MATERIAL DESCRIPTION ith sand, red and brown, hard - becoming more sandy calcareous, with gravel V V 17 17 - becoming tan, medium dense, calcareous below 9 feet 15 1 20 1 1 - becoming tan and red, dense, calcareous below 14 feet 34 1. 30 - becoming very dense below 19 feet Completion Depth: 20 ft. Date Boring Started: 212109 Date Boring Completed: 2/2/09 Logged by: T. Burrow Project No.: 101231.003 Latitude: 33.0832 Longitude:-101.0783 Remarks: Boring dry upon completion gradual. This Log of Boring 1s not 1ntei purposes. Boring logs) should not be the engineering report unless said reps fCLEINFEL©€R Bright People. Right Said dons. _ m c O a > .E > r- m c - 6 w N 2 .. m � -J o Z" HU m� O O U m aE E rn m u- Cr m d 'y d O = Q U C a z 9 0 .. con 40 15 25 70 14 35 15 20 64 11 Ell Lo of drilling. t f isitions may be ling or estimating Se 'atef m :ally included by [ Plate 10. LOG OF BORING NO. LAH A-04 �--� Project Description: Lake Alan Henry Pipeline Post, Texas /{LE/NFELI7ER Location: See Plan of Borings, Plates 2-6 Bright People. fthtSolutiorm Approx. Surface Elevation: Not Provided � C3 o - a > o u) m m O p M y m o _ E tt E x m c m c c - tM w m'3' 2 E o �_ V T %C l0 � �.i �j 0 Il t] L F to C m C a 7 o m tr a Cr m OU 0 a N m Z` C (j c to c 3 3 m a a Z o o c cn = m m MATERIAL DESCRIPTION 4.5+ CLAY with sand, brown, hard 4.5+ 4.5+ 4.5+ 4.5+ 5 4.5+ - becoming brown and red, with calcareous 40 17 23 74 16 material 4.5+ 10 __,__. • 130 CLAYEY SAND, brown and tan, very _ _ _ _ ___ ____ _ 32 32 dense, with trace calcareous material 15 SANDY CLAY, tan and olive, hard, with trace calcareous material 4.5 20 -- — — — 20.tr •— — — ------ — Completion Depth: 20 ft. Latitude: 33.0872 Date Boring Started: 212/09 Longitude:-101.086 Date Boring Completed: 2/2/09 Remarks: Boring dry upon completion of drilling. Logged by: T. Burrow Project No.: 101231.003 Strafe boundaries are apprmdmate, and in situ transitions may be gradual. This Log of Boring Is not intended forbidding or estimating purposes. Boring tog(s) should not be reproduced separately from :;=eering report unless sold report is specs loW Included by Plate 11 No Text LOG OF BORING NO. LAH A-06 /---•� Project Description: Lake Alan Henry Pipeline Post, Texas Bright People. Right Soludorm Location: See Plan of Borings, Plates 2-6 ,, Approx. Surface Elevation: Not Provided > o a W E E E c cm - a m m O E m Pt c c U v o C) rn E m LL ❑ A l9 CC O =O ti — _o W LO o N d a m m CL a z _� = o m o m v MATERIAL DESCRIPTION _ N 4.5+ SANDY CLAY, brown and red, hard 4.5+ 4.5+ - with trace calcareous material below 2 4.5+ feet 4.5+ - red, brown and tan, hard, calcareous 5 below 4 feet • CLAY with sand, red, hard, with trace 4.5+ calcareous material 4.5+ 50 17 33 74 14 10 - becoming very stiff 3.5 15 18.a CLAYEY SILTY SAND, gray, very dense •— — ........... ............. 50/ 20 20.0 .................... —•— —•— •— Completion Depth: 20 ft. Latitude: 33.098 Date Boring Started: 2/3/09 Longitude:-101.1093 Date Boring Completed: 2/3/09 Remarks: Boring dry upon completion of drilling. Logged by: T. Burrow Project No.: 101231.003 Strata boundaries are approximate, and in situ transitions many be gradual. This Log of Boring is not intended for bidding or estimating purposes. Boring logs) should not be reproduced separately from the engineering report unless said report is specifically included by plate 13 reference. LOG OF BORING NO. LAH A-07 /^ Project Description: Lake Alan Henry Pipeline Post, Texas KLEINFELL?ER Location: See Plan of Borings, Plates 2-6 \ Bright People. Right Solu arm Approx. Surface Elevation: Not Provided ''. > > to � -2 m o E E 'S cm _ iD a rn 2 t n m ? o a E m c o � v_ N� m o U m �y at E m u- � a U U iD W Cy w m o n cmm Z U m m tEn ® 0 a m o o o Z m o orn m c z o i'n a m MATERIAL DESCRIPTION o c ? `o 4.5+ CLAY, brown and red, hard, with trace 4.5+ gravel 4.5+ 4.5+ 63 20 43 88 14 4.5+ 5 - red, hard 4.5+ 57 18 39 85 12 CLAYEY SAND, red and tan, very dense, • 4.5+ calcareous, with gravel 10 50/ - becoming red, with trace calcareous 15 6" material and gravel below 14 feet 50/ - with trace calcareous material 20 — = — — — 20AY ...................... —•— •— •— Completion Depth: 20 ft. Latitude: 33.1063 Date Boring Started: 2/3/09 Longitude:-101.1269 Date Boring Completed: 2/3/09 Remarks: Boring dry upon completion of drilling. Logged by: T. Burrow Project No.: 101231.003 Strata boundanes are approximate, and in situ transitions may be gradual. This Cog of Boring is not intended for bidding or estimating purposes. Boring logs) should not be reproduced separately from the engineering report unless said report is specifically included by reference. Plate 14 LOG OF BORING NO. LAH A-08 Project Description: Lake Alan Henry Pipeline Post, Texas Location: See Plan of Borings, Plates 2-6 Approx. Surface Elevation: Not Provided N V N O m m ❑ ❑ 72 v v 2 o o 0 � O a E O m C C > ❑ M 5, W ri 0 c 3 3 m 0 _ = m MATERIAL DESCRIPTION 4.5- 1 SANDY CLAY, brown, hard 5 10 15 20 gonna Completion Depth: 20 ft. Date Boring Started: 2/3/09 Date Boring Completed: 2/3109 Logged by: T. Burrow Protect No.: 101231.003 - becoming brown and red - with trace calcareous material and gravel below 4 feet -becoming red, with trace gravel CLAY with sand, red, hard, with trace gravel ,gray KLEINFELOE'f? \ Bright People. fthtsolutiorm o � m o A- W m CL t m E 0 rm M v a Z m o C U 3t E o) tL 75 M o w L Z (3 is a W a Z 9 ci rn 2 D ❑ 61 129 32 81 122 NINON Latitude: 33.1089 Longitude:-101.1315 Remarks: Boring dry upon completion of drilling. on gradual. This Log of Boring Is not intended forbidding or estimating purposes. Boring log(s) should not be reproduced separetety from Za"ngirering report unless said report is speciff Included by Plate 15 LOG OF BORING NO. LAH A-09 Project Description: Lake Alan Henry Pipeline Post, Texas Location: See Plan of Borings, Plates 2-6 Approx. Surface Elevation: Not Provided w m m r Q U) = - to m lZ m m o m a. C o v o V 3 o o o — > O CD U 0 E 10 26 26 % 5 001400 a 0 OEM Completion Depth: 20 ft. Date Boring Started: 2/3/09 Date Boring Completed: 213/09 Logged by: T. Burrow Project No.: 101231.003 MATERIAL DESCRIPTION SANDY CLAY, red and brown, hard - becoming red and gray below 1 foot CLAY with sand, red and tan, very dense, with gravel - with trace gravel below 4 feet ULATCT JILI T'ANLi, Tanana reo, very dense, moderately cemented, with gravel, with trace calcareous material SILTY CLAY, red, hard, moderately cemented, with travel gravel very Latitude: 33,1134 Longitude:-101.1422 Remarks: Boring dry upon completion gradual. This Li purposes. Bodr the engineering reference. Id not be reproduced separately from said report is specifically included by (00, KLEINI�ELt?ER Bright People Right Soludorm o a > m > c - in m E m srn 'D c m _ m U m E q) LL _I a _m_- d Z Ln o c 0 C u) 43 19 24 76 19 •— — — — —•— —•— --- -- of drilling. i� anions may be Lingorestimating Plate 16._ LOG OF BORING NO. LAH A-10 j�-- Project Description: Lake Alan Henry Pipeline fCLEIiVFELi7ER Post, Texas Location: See Plan of Borings, Plates 2-6 Bright People. Right Solutions, Approx. Surface Elevation: Not Provided m m (n m E "C m o E E C G m m t O. am ? o n. E m c o a J v J o .N f4 M o GO c m fl.t E m •t0 u. E to w a. p O C) CY Q' N U N. Q. N 0 �' 0 C.) m S T to c (� 3 3 O J Q. tL 0 Z o c m i in m v MATERIAL. DESCRIPTION � � iz 4.5+ SANDY CLAY, brown, dense, with trace 4.5 gravel 4.5 - becoming tan, dense, with trace 15 15 calcareous material and gravel 5 13 13 - becoming tan and brown, medium dense, 40 16 24 59 8 with trace gravel s.a CLAYEY SILTY SAND, gray, very dense, 50/ _ _ _ ____------------ 10 4" weakly cemented - becoming tan, very dense, weakly to 50/ moderately cemented 15 2" 50/ zo- a = - - - �.o .- - - -•- -•- ------------ Completion Depth: 20 ft. Latitude: 33.1158 Date Boring Started: 2M/09 Longitude: -101.1477 Date Boring Completed: 2/3/09 Remarks: Boring dry upon completion of drilling. Logged by: T. Burrow Project No.: 101231.003 Strata boundaries are approximate, and in situ transitions may be gradual. This Log of Boring is not intended for bidding or estimating purposes. Boring log(s) should not be reproduced separately from the engineering report unless said report is specifically included by refer ence. Plate 17 LOG OF BORING NO. LAH A-11 Project Description: Lake Alan Henry Pipeline Post, Texas KLEIIVFELL?Et? Bright People Right Solutions. Location: See Plan of Borings, Plates 2-6 Approx. Surface Elevation: Not Provided > o o _ U n m c CD m E 0 c 0 v m o •E m c m > 5i °� C °= rn ul +- �42 m _CDm t m 5 a E 2 m c cn `✓ = > ca O v =� o 5 moo o V m 3 its E 0 m a t] o m N cm o c rr m N cv m Z U m m > a V 3 U 3 ro 0 a _m a o d Z N 0 0 c ti dU) D = m m MATERIAL DESCRIPTION 4.5 SILTY CLAY, brown and red, hard, with 4.5 gravel t.a •— — ........... ............ CLAY with sand, red, hard, with trace 50/ gravel 62 19 43 84 14 2" 50/ . SANDSTONE, tan and red, very hard 5 0" CLAY, red, brown and gray, very dense, weakly cemented 50/ 33 19 14 85 9 10 2" - becoming red and gray, stiff to hard 2.5 15 501 20 6" 50/ 25 4" 26.0- •— — —. ------- CLAYEY SILTY SAND, gray, very dense, weakly to moderately cemented 50/ 30 —a=— — — 30.0' •— — — -------- — Completion Depth: 30 ft. Latitude: 33.1235 Date Boring Started: 213/09 Longitude:-101.1629 Date Boring Completed: 2/3/09 Remarks: Boring dry upon completion of drilling. Logged by: T. Burrow Project No.: 101231.003 Strata boundaries are approximate, and in situ transitions may be gradual. This Log of Bonng is not intended for bidding or estimating purposes. Boring log(s) should not be reproduced se pparately from the engineering report unless said report is specfically included by reference. Plate 18 LOG OF BORING NO. LAH A-12 /--- Project Description: Lake Alan Henry Pipeline Post, Texas /�CLE/NFr�Lt?Et? Location: See Plan of Borings, Plates 2-6 \` Bright People Right Solutions Approx. Surface Elevation: Not Provided m m CCn N o v1 C ..N.. J coZ. CH= Nt. .a E N to C N O O O 0 0 m O V m N a o a M d z .2 �a ? S x to m MATERIAL DESCRIPTION 4.5+ SANDY CLAY, red and brown, hard 4.5+ 4.5+ 4.5+ CLAY, red and olive, hard 4.5+ ----------- ._ 5 50/ - becoming red and tan below 7 feet 72 32 40 88 15 6" 3.5 - with trace gravel below 9 feet 10 50/ - becoming red below 14 feet 15 5" 50/ - becoming red and tan below 19 feet 20 — -W- — — — 20.tr ................ —•— —•— —•— •— Completion Depth: 20 ft. Latitude: 33.1291 Date Boring Started: 214109 Longitude:-101.175 Date Boring Completed: 214109 Remarks: Boring dry upon completion of drilling. Logged by: T. Burrow Project No.: 101231.003 Strata boundaries are approximate, and in situ transmons may be gradual. This Log of Boring is not intended forbidding or estimating purposes. Boring lag(s) should not be reproduced separately from Ile engineering. report unless said report is specifically included by plate 19 reference. LOG OF BORING NO. LAH-A-13 r---� Project Description: Lake Alan Henry Pipeline Post, Texas fCLElNFELL?ER Location: See Plan of Borings, Plates 2-6 ` Bright People R1ghi5olutions Approx. Surface Elevation: Not Provided p a a ? o co _m E - x m m= r m —o CD a E 2 m v v c > -J -o -� `—' is V) @o C o U CD � a � E m w to ID c 'o m �, U m m a. D U U 3 m o � a m a o o z 2 N p .. �� S = m m MATERIAL DESCRIPTION _ 4.5+ SANDY CLAY, brown and red, hard 4.5+ 4.5+ 3.5 •— — —. — SANDY CLAY, tan, hard 5- 51 21 30 64 13 5 4.5+ - becoming red and olive below 7 feet 4.5+ - becoming red, tan and olive below 9 feet 10 50/ - becoming red below 14 feet 15 3- 50/ - becoming red below 19 feet 20 — = — — — MAY .— — — --- --- —•— --------- Completion Depth: 20 ft. Latitude: 33.1353 Date Boring Started: 214/09 Longitude:-101.1872 Date Boring Completed: 2/4109 Remarks: Boring dry upon completion of drilling. Logged by: T. Burrow Project No.: 101231.003 Strata boundaries are approximate, and in situ transitions may be gradual. This Lag of Boring Is not intended for bidding or estimating purposes. Boring log(s) should not be reproduced separately from the engineering report unless said report is speciffoally included by reference. Plate 20 LOG OF BORING NO. LAH-A-14 /--� Lake Alan Henry Pipeline KLE/NFELDER Post Texas Project Description: _ 8rlght People Hight Solution& Location: See Plan of Borings, Plates 2-6\. / Approx. Surface Elevation: Not Provided m w 0 O o x W m E a m o _ E E c c m r a m c > 8 CJ D � y yU a o o U m n Eo m u_ l] M U m > U 8 W Cr Zi m y N a o m z O �rn U C c3 3CD a Z o cU _ = m m MATERIAL DESCRIPTION �' 4.5+ SANDY CLAY, brown and red, hard Completion Depth: 30 ft. Date Boring Started: 214/09 Date Boring Completed: 2/4/09 Logged by. T. Burrow Protect No.: 101231.003 441 20124197122 - becoming red below 19 feet - becoming red, very stiff below 14 feet Latitude: 33.1373 Longitude:-101.1929 Remarks: Boring dry upon completion of drilling. Strata boundaries are apprwdmate, and in situ transitions may be gradual. This Log of Bodng Is not intended for bidding or estimating purposes Boring log s) should not be reproduced separately from the engineering 1 unless sell raport is sped fcal� included by raference. Plate 21 reference. riaLc cc LOG OF BORING NO. LAH A-16 Project Description: Lake Alan Henry Pipeline Post, Texas Location: See Plan of Borings, Plates 2-6 Approx. Surface Elevation: Not Provided � m m u) U to m m m E ❑ o = ❑ •E v m m o a o a Cn g m c o 8 tj a U33 U _ = = b m o m o MATERIAL DESCRIPTION 3.0 CLAYEY SAND, brown and red, medium 3.0 dense - .. 3.5 0.0 SILTY SAND t( 5 l) U —•— —• — —• medium dense SILTY SAND, i dense — — 6 — 8 — — SAND with gra dense 9 9 10 SANDY CLAY, red, stiff, with trace sand 10 12 and gravel 15 16 19 - becoming red and gray, with trace sand 20 —• —• — —• and gravel below 19 feet Completion Depth: 20 ft. Date Boring Started: 2/4/09 Date Boring Completed: 2/4/09 Logged by: T. Burrow Project No.: 101231.003 ICLE/NFELDER _ Bright People. Right So/unions x m M � E m Era m > 'p F CA N O U m CxO. Ol l.L tl d N 2 ❑ ❑ v7 NPINPINP1151 3 Latitude: 33.1478 Longitude:-101.2093 Remarks: Boring dry upon completion of drilling. Strata boundaries are approximate and in situ transitions may be gradual. This Log oflng is not intended tbrbidding or estimating purposes. Boding log sJ should not be reproduced separately from the eng/neering re unless said report is sperilice ly Included by reference. Plate 23 LOG OF BORING NO. LAH A-17 /---� Project Description: Lake Alan Henry Pipeline Post, Texas KLE7NFEL13ER Location: See Plan of Borings, Plates 2-6 Bright People. RightWutkns. Approx. Surface Elevation: Not Provided �,• > > o o _ a u) w m E 0 c m o E E E m > m m m n 2! c m o d. E 2 O .�... c > c°i � J v_ m� O U 'N ?y O.L Ern 'N LL O a m a>> ° a) rr N `a a.N m o °m V` m aU) a U 3 o m d o d Z An co r =U m m MATERIAL DESCRIPTION oFL E 3.0 SANDY CLAY, red and brown, stiff to very 4.0 stiff 4.0 20 15 - with trace gravel below 4 feet 31 14 17 55 7 5 4.5+ 4.5+ 10 120 SAND with gravel, red and brown, medium dense 12 18 15 _ __ 18.0 _ _ _ _______-------- SAND, red and brown, medium dense ____ 12 15 20 —•— — — — 2o.a ................. —•— —•— —•— •— Completion Depth: 20 ft. Latitude: 33.1513 Date Boring Started: 214/09 Longitude:-101.2179 Date Boring Completed: 2/4/09 Remarks: Boring dry upon completion of drilling. Logged by: T. Burrow Project No.: 101231.003 Strata boundaries are approximate, and in situ bansitions may be gradual. This Log of Boring is not intended forbidding or estimating purposes. Boring log(s) should not be reproduced separately from the engineering report unless said report is specifically included by Plate 24 reference. I LOG OF BORING NO. LAH-A-18 �--� Project Description: Lake Alan Henry Pipeline KLEJNFELDER Post, Bright People Right SohWom Location: See Planlan oof f Borings, Plates 2-6 Approx. Surface Elevation: Not Provided Y� m > > a o o _ S a m �y o to C i y m E 13 -p E v m M x m0 c m rn m cU) m L rn r%i jt m C m E v v c cg 0 o �� c V 3 E LL 0 to m m Q> p> rr m N f1 N m �, U i0 8 Cg ::3 a a Z h 0 = c s m m MATERIAL DESCRIPTION `� 3.5 CLAYEY SILTY SAND, red and brown, .— — — — —•— —•— —•— •- 4.0 CLAYEY SAND, red and brown, hard 4.5 4.0 - becoming very dense to dense 15 20 5 15 18 - with trace gravel below 7 feet NP NP NP 25 7 3.5 - becoming red below 9 feet 10 — — — — — — 12.fY — — — — — SANDY CLAY, red, hard — — — — — — 4.5+ 15 180 SILTY CLAY, red, hard 4.5+ 20 4.5+ 25 4.5+ 30 •— — — — — 300 ...................... —•— —•— •— Completion Depth: 30 ft. Latitude: 33.155 Date Boring Started: 2/5/09 Longitude:-101.2287 Date Boring Completed: 2/5109 Remarks: Boring dry upon completion of drilling. Logged by: T. Burrow Project No.: 101231.003 strata boundaries are appro mate and In situ transiaons mayy be gradual. This Log of Boring Is not intended for bidding or estimating purposes. Boring log(s) should not be reproduced sepparateIy from ring report unless said report Is spedBcalfy Inducted by Plate 25 LOG OF BORING NO. LAH A-19 Project Description: Lake Alan Henry Pipeline Post, Texas Location: See Plan of Borings, Plates 2-6 Approx. Surface Elevation: Not Provided n O rn U to F 5 m m o w m E g a = ❑ v c U o z ❑ M U o m m U o C❑7 _ = in m MATERIAL DESCRIPTION 2.0 CLAYEY SILTY SAND, red and brown 3.25 - with trace gravel 12 17 CLAYEY SAND, red and brown, medium dense 25 18 CLAY with sand, red and brown, dense, 5 il with trace gravel - becoming red, very dense, with trace gravel SILTY CLAY, red, hard, with trace grai 10 - becoming red and gray below 14 feet 15 - becoming red, brown and gray below 19 20 feet Completion Depth: 20 ft. Date Boring Started: 2/5/09 Date Boring Completed: 2/5/09 Logged by. T. Burrow Project No.: 101231.003 Latitude: 33.162 Longitude:-101.2459 Remarks: Boring dry upon completion gradual. This Log of Bo purposes. Boring log(s) Ile engineering report u reference. r not Intended for bidding or magn fd not be reproduced separately from said report is specillcasl y Inchrded by rLE/NFEL�ER �. Bright people Nght solutions. _ a)c o t E E c =rnm CD = mS v s mo U 3 E LL Q N ''�• Q. N ci m N D L 41 16 25 72 11 •— — — — —•— —•— -------- LA i L of drilling. L isitions may be estl 9 Plate 26 reterence.- r-iatc 41 LOG OF BORING NO, LAH A-2'1� Project Description: Lake Alan Henry Pipeline KLEINFL�L13Ef? Post, Texas iirightPeaple. Right Solutions Location: See Plan of Borings, Plates 2-6 Approx. Surface Elevation: Not Provided w m m > e L) m o E m c 0 ° m U Ern a 0 a E N cn = N > o > O m '� ; m U N 1L N m Z p c U m m � c 3 3 i5 n Z N ci U) = _ m = m m MATERIAL DESCRIPTION o c _ _ �' 4.5+ CLAYEY SAND to SANDY CLAY, red and 4.5+ brown, hard 4.5+ - with trace gravel 4.5+ 40 CLAYEY SAND, red and brown, dense 16 16 5 — — — CLAY with sand, red and brown, very 4.5+ 39 17 22 70 11 dense s.a 3.5 CLAYEY SILTY SAND, red and brown, 10 very dense, with trace gravel 50/ 15 6" SILTY CLAY, red and brown, hard 4.0 20 — — — — zo.o ...................... —•— —•— •— Completion Depth: 20 ft. Latitude: 33.1729 Date Boring Started: 215/09 Longitude:-101.2528 Date Boring Completed: 2/5/09 Remarks: Boring dry upon completion of drilling. Logged by: T. Burrow Project No.: 101231.003 Strata boundaries are approximate, and in situ transitions may be gradual. This Log of Boring is not intended for bidding or estimating purposes. Boring log(s) should not be reproduced separately from the engce.ine referenering report unless said report is specifically included by Plate 28 Project Description: Lake Alan Henry Pipeline Post, Texas Location: See Plan of Borings, Plates 2-6 Approx. Surface Elevation: Not Provided m m CO m 0 O 'O v o 08 = a E 2 m C v C o U O U E cn d o U U m CO v m _ = m MATERIAL DESCRIPTION 4.5+ CLAYEY SAND to SANDY CLAY, red and - _ 23_ 17 _ . brown, dense to hard CLAYEY SAND, red and brown, dense, _ with trace gravel CLAYEY SAND, r dense - with trace gravel - becoming red and brown, dense to hard no C JOJER Bright People. Right Soludorm a 0 w CL ; a E E m j rnm C c el r ID o U m ?� a E m LL C) a C U� co a m o N a Z 22•r•13i 9•1*49 r B .I •r* OWWWW®® Completion Depth: Latitude: 33.1839 Longitude:-101.2595 Remarks: Boring dry upon completion of drilling. 20 ft. Date Boring Started: 2/5/09 Date Boring Completed: 2/5/09 Logged by: T. Burrow Project No.: 101231.003 agars aounaanes are apprommare, ana in situ vansmons may ae gradual. This Log of Boring is not intended forbidding or estimating purposes. Boring log(s) should not be reproduced separately from the engineering report unless said report is specifically included by reference. Plate 29 LOG OF BORING NO. LAH A-23 �---*� Project Description: Lake Alan Henry Pipeline Post, Texas KLINFELL?FR Location: See Plan of Borings, Plates 2-6 ` Bright People RightSvlutions Approx. Surface Elevation: Not Provided o a a (D a u) U cn N m m E V C •O v m o •00 C m O) > C m _ m C L m > N w 2 « � ® O v a) > J -� •N ca O N O.t O= l6 LL cc V) C m j o O O m r Q' q, N U rn a N a >. a. (,) U 3 m o J �- m a c 0 Z N pin = 3 m Co MATERIAL DESCRIPTION o a r_ 4.5+ SANDY CLAY, red and brown, dense to 4.5+ hard 4.5+ 23 23 - becoming red and brown, dense, with trace gravel 24 14 10 54 7 5 13 13 - with trace gravel below 7 feet 8.6 _ _ _ _ _ _ _ _ _ _ _ _ SILTY CLAY, rd and gray, hard 4.5+ 10 13.0 _ SILTY CLAY, red and gray, very stiff •— — —. 4.0 15 — —. ------- SILTY CLAY, brown and red, hard •— 50/ 20 — 3=— — — 20.0' •— — — — ------ — Completion Depth: 20 ft. Latitude: 33.1878 Date Boring Started: 2/5/09 Longitude:-101.2658 Date Boring Completed: 2/5/09 Remarks: Boring dry upon completion of drilling. Logged by: T. Burrow Project No.: 101231.003 Strata boundaries are approximate, and in situ transitions mayybe gradual. This Log of Boring is not intended forbidding or es%maehg purposes. Boring log(s) should not be reproduced separately from ! '' the engineering report unless said report is specifically included by plate 30 I reference. LOG OF BORING NO. LAH A-24 /--� Project Description: Lake Alan Henry Pipeline KLL/NFEL�ER Post, Texas Location: See Plan of Borings, Plates 2-6 \` Bright People. lt/ghtsoludoru. Approx Surface Elevation: Not Provided 3 z z o m a a o CL U m m E v co m `m 3' E = E c c' m 0 rn m m� n.- m 0 O M a E m m C = 7p p 'G CI c a N o i) m 3 EE 01 m LL M to I1 O U CJ m Q � LL t0 o p 2 �, p V O Cn Ni to MATERIAL DESCRIPTION _ {_p `" 4.0 SANDY CLAY, brown, dense 4.0 4.25 - becoming brown and red 4.5 - becoming red and brown 33 17 16 65 14 5 4.5 - becoming brown and red, medium dense, 12 12 with trace gravel 29 16 13 62 5 10 12 16 - with trace gravel below 14 feet 15 170 •— — —. _. SILTY SAND to SANDY GRAVEL, tan, very dense 25 25 20 ---- - - 220 SILTY CLAY, red and gray, hard, with trace gravel 25 Completion Depth: Latitude: 33.1895 Longitude:-101.2781 Remarks: Boring dry upon completion of drilling. 30 ft. Date Boring Started: 2/5/09 Date Boring Completed: 215109 Logged by. T. Burrow Project No.: 101231.003 Strata boundaries are appprordmate and In situ transitions may be gradual. This Log of Boring Is not jntended for bidding or estimating purposes. Boring log(s) should not be reproduced separately from the englneadng report unless said report Is specifically Included by reference. Plate 31 No Text LOG OF BORING NO. LAH A-26 CProject Description: Lake Alan Henry Pipeline EIl1/FELOE'R Post, Texas Location: See Plan of Borings, Plates 2-6 gr+9'htPeople RightSoludorm Approx. Surface Not Provided to ���E•••levation: ` $ 0 = O o v X m o n C - o m E _ m E m c c. c Lrn w m ai m o CL E'm c o chi v m$ U E LL 0 c� W �cn is d o 0 tJ j; c ti a = m in MATERIAL DESCRIPTION _ `A 3.75 CLAYEY SAND to SANDY CLAY, brown, 4.0 very stiff to hard, with trace gravel 4.5+ _ _ _ 30 CLAY with sand, red and gray, dense, with 30 35 trace gravel 35 22 13 60 14 5 4.0 SILTY CLAY, red, very dense — — — — — — — ..— ..— .- 3.5 10 50/ - becoming red and gray 15 6- 50/ - becoming red and brown 20 6- _ _ 2ts SILTY CLAY, red, very dense, wet, with •— — —. _ gravel 50/ 25 3- SO/ 30 --2=—• — — W.a •— — — -------- — Completion Depth: 30 ft. Latitude: 33.198 Date Boring Started: 216/09 Longitude:-101.3101 Date Boring Completed: 216/09 Remarks: Boring dry upon compleflon of drilling. Logged by: T. Burrow Project No.: 101231.003 Strata boundaries are approx/mate and In situ transitions may be gradual. This Log of Boring Is not /herded for bidding or estimating Purposes. Boring tog s) should not be reproduced separately from 110 �eedng n3por� unless said report Is specitically Included by Plate 33 LOG OF BORING NO. LAH A-27 Project Description: Lake Alan Henry Pipeline Post, Texas KLE/NFELDER Location: See Plan of Borings, Plates 2-6 Bright People. Right Solutions. Approx. Surface Elevation: Not Provided ; e U m E m o E r m C > c C 0. r m� m� m { m ❑ �Q "E 0 N C 0 0 ME V _C� O V m G. LL ❑ i+ m C 0. j 7 U 7 M F d N o 2 Z" ❑ 0 m YN L) �O fa a a Z tsC = m m MATERIAL DESCRIPTION _ 4.5+ SANDY CLAY, red and brown, hard, with 4.5+ trace gravel 30 12 20 CLAYEY SILTY SAND, red and brown, dense, with trace gravel 5 -- — —_ s.s CLAYEY SILTY SAND, red and brown, 11 11 very stiff, with trace gravel 90 CLAY with sand, red and brown, hard, with 4.5+ 40 19 21 82 11 10 trace gravel 4.5+ - becoming red below 14 feet 15 CLAYEY SILTY SAND, brown and red, •— — —. ------- 50/ very dense 20 6" 50/ 25 6" CLAYEY SILTY SAND to SILTY CLAY, red 50% 30 — -2 = —• •— —• and gray, hard 30.0 •— — — — — — — — — — — Completion Depth: 30 ft. Latitude: 33.2035 Date Boring Started: 2/6/09 Longitude:-101.3196 Date Boring Completed: 2/6/09 Remarks: Boring dry upon completion of drilling. Logged by: T. Burrow Project No.: 101231.003 Strata boundaries are a roximata, and in situ transitions may be gradual. This Log of Boring Is not Intended for bidding or estimating purposes. Boring o(atbe reproduced separately aie from referensring report said report Includedby Plate 34 LOG OF BORING NO. LAH-A-28 Project Description: Lake Alan Henry Pipeline Post, Texas Location: See Plan of Borings, Plates 2-6 Approx. Surface Elevation: Not Provided -2 m a o o O E 2 '5 `_' c O .0 m c C :3 o iD D Ci m rJ v 3 2 0 = m m MATERIAL DESCRIPTION _ 4.5+ CLAYEY SAND to SANDY CLAY, brown, hard 5 10 15 20 im®e �m Completion Depth: 20 ft. Date Boring Started: 2/6/09 Date Boring Completed: 2/6/09 Logged by: T. Burrow Proiect No.: 101231.003 - becoming brown and red below 3 feet SANDY CLAY, red and brown, very dense, with trace gravel - becoming red and brown, hard, with trace gravel red and brown, very - becoming red and brown, hard - becoming red below 19 feet C ADJER Bright People. Right Solutions. a a m m 'O O U tO p O U G) 9 O.t E 0 'Fa LL ao �� Z 2 O a. o c > > w ca 84 17 37 85 18 301141161661 8 Latitude: 33.2156 Longitude:-101.3423 Remarks: Boring dry upon completion of drilling. 3s are approidmate, anti in situ transitions may oe )g of Boring is not intended for bidding or estimating ig log(s) should not be reproduced separately from report unless said report is specifically included by Plate 35 Project Description: Lake Alan Henry Pipeline Post, Texas Location: See Plan of Borings, Plates 2-6 Approx. Surface Elevation: Not Provided C C t ❑ u) = .Q to m d o m 0 2 C o- m s ❑ v O C.)U o to ❑ cn O m j it m U Cy w 5 10 10110011 Completion Depth: 20 ft. Date Boring Started: 216109 Date Boring Completed: 216/09 Logged by: T. Burrow Project No.: 101231.003 MATERIAL DESCRIPTION CLAY, brown, dense - with trace calcareous material below 2 feet - becoming brown and red, with trace calcareous material below 4 feet dense, with trace calcareous material dense, ;W Wc W gravel Latitude: 33.2198 Longitude:-101.3529 Remarks: Boring dry upon completion gradual. This Log of Bo purposes. Boring logs) the engineering report u reference. not intended for bidding or estimatin Id not be reproduced sepparately from said report is speciBcalty included by t_ KLE/N/�ELL?ER Bright People. Right Soludons o U m j a c C C m C m m in tm o. o U �' E r- E1 6 Coy N m <T U m M a ii a Z N ❑ c❑ i. 31 13 18 68 12 •— — — —•— —•— —•— —•— •— •— — —. .— j ,i I.; t� II IJ of drilling. i u sitions may be 9 (` Plate 36 L_ LOG OF BORING NO. LAH-A-30 CProject Description: Lake Alan Henry Pipeline Post, TexasE/11/FLCL©L�'R Location: See Plan of Borings, Plates 2-6 Bright People Right Solutions. Approx. Surface Elevation: Not Provided c c a o. m o m E o E E c cm m rn m� .c Nn O LL E 2 io c " c m p o cy v_ J 'y m o O U CDi1: � Ern W tL E� a) o a � rr m N aN 2 a, ciE 10 m a. U U o m :n a f0 o o Z w o ci in c L° = o m rn Co) MATERIAL DESCRIPTION o 4.5+ SANDY CLAY, brown, hard, with trace 4.5+ gravel 4.5+ Ur CLAYEY SAND, red and brown, hard 4.5+ — 4.9 4.5+ SILTY CLAYEY SAND, brown and red, 5 dense • —• — — — — • 6.s CLAY, red, hard to very hard _ ........... ... ............ 4.0 41 18 23 91 10 22 23 - becoming red and gray below 8 feet 10 •— —•— — — — 10.a .— — — —•— —•— —•— —•— •— CLAYEY SAND, gray, dense, weakly to moderately cemented CLAYEY SILTY SAND, gray, very dense 50% ....... ... ............. 15 2" 501 20 5" ---- — — • 22.a SILTY CLAY, red, very dense _ _ _ _ - ___ __ _ •_ 50/ 25 6" 50/ Completion Depth: 30 ft. Latitude: 33.2244 Date Boring Started: 2/6/09 Longitude: -101.3618 Date Boring Completed: 2/6/09 Remarks: Boring dry upon completion of drilling. Logged by: T. Burrow Project No.: 101231.003 Strata boundaries are approximate, and in situ transitions may be graduaL This Log of Boring is not intended forbidding or estimating purposes. Boring log(s) should not be reproduced separately from reference.the engineering report unless said report is specifically included by Plate 37 Project Description: Location: Approx. Surface Elevation: r- Lake Alan Henry Pipeline Post, Texas See Plan of Borings, Plates 2-6 Not Provided " > > 0 a CD iiCO a . to m a m Cn m m o m a = 0 v o v o in — 0 v c, o c�om m D m > W U p It> MATERIAL. DESCRIPTION CLAYEY SAND, brown, very dense, with trace calcareous material calcareous JANUT GIRT, fan, rea ano drown, very dense, with trace calcareous material - becoming red and brown, with trace calcareous material below 9 feet J. dense 50/ 15 5" :.. 50/ 20 Completion Depth: 20 IL Date Boring Started: 2/6/09 Date Boring Completed: 2/6109 Logged by: T. Burrow Project No.: 101231.003 , very Latitude: 33.2325 Longitude: -101.3808 Remarks: Boring dry upon completion reference. are td not be said reo I`: L; KLEIN�ELDER _ edghtPeople Right Solutions o U a m e > •O U �' N O U E p) LL O N J 0 m a 0 O m l0 ELd z MO ti 2 D Cl) 33 12 21 68 12 .................. ... ............. i L i I of drilling. , J witions may be fing or esbmaNng i se aretery from zl q included by Plate 38 _, LOG OF BORING NO. LAH-13-02 CProject Description: Lake Alan Henry Pipeline �INF�LjoE't? Post, Texas Bright People. RighiSoludons Location: See Plan of Borings, Plates 2-6 Approx. Surface Elevation: Not Provided C m E aCn m s O v m O E m C C U ❑ ❑ Q � a o U U m co v 3o c a U E MATERIAL DESCRIPTION 4.5+ CLAYEY SAND, brown, very dense 4.5+ - becoming brown and olive -gray below 1 4.5+ foot _ - with trace calcareous material below 2 4.25 _ _ — — feet SANDY CLAY, olive -gray and brown, very 414.251 dense L10 M10,11.12100 Completion Depth: 20 ft. Date Boring Started: 2/6/09 Date Boring Completed: 216/09 Logged by: T. Burrow Proiect No.: 101231.003 - becoming olive -gray below 7 feet m o a E E c �� m .c 0 W m J J — 'vl co 0 C V C LL 7 Cr N N U a c N m Z. O G U m — /0 J p. d o Z y CC ` M > > 07 38F—T—J.—J.—T.—F.—T.- 1820614 Latitude: 33.2329 Longitude:-101.38 Remarks: Boring dry upon completion of drilling. ig log(s) should not be reproduced separele/y from report unless said report is specifically included by Plate 39 LOG OF BORING NO. LAH-B-03 Project Description: Lake Alan Henry Pipeline Post, Texas Location: See Plan of Borings, Plates 2-6 Approx. Surface Elevation: Not Provided w > o U ti N o m E o C v m m o u n m o O E E N N Mrz o C o U a. U U 3 m 0 i m in v MATERIAL DESCRIPTION 1-i 10 30 CLAYEY SAND, brown, very dense - with trace calcareous material CLAY with sand, brown and tan, very dense - becoming tan and red, calcareous below 3 feet - becoming red and brown, with trace calcareous material below 4 feet - becoming red below 14 feet — — — CU CU wet -1�' I --- 1._.1._ Completion Depth: 30 ft. Date Boring Started: 217109 Date Boring Completed: 217109 Logged by. T. Burrow Project No.: 101231.003 very I' t KLEINFELDER arightpeople. Right Solutions. m a a o C i N U ao U 3 u rr m o o Q 0a vm o a Z T .. c� 2 > > W ---------------- --- ------------- 39 17 22 75 17 52 19 33 76 19 •— — _. ............ �F i- Latitude: 33.2406 Longitude:-101.392 Remarks: Boring dry upon completion of drilling. d_l Strata boundaries are approximate, and in situ transitions may be gradual. This Log of Boring is not intended forbidding or estimating purposes. Boring log(s) should not be reproduced separately from ; the engineering report unless said report is speciflcally included by reference. Plate 40 j LOG OF BORING NO. LAH-B-04 Project Description: Lake Alan Henry Pipeline Post, Texas Location: See Plan of Borings, Plates 2-6 Approx. Surface Elevation: Not Provided � a m U U ca m m E ❑ ❑ -E v m o o o m o a , m p tL U Q Uco V C m ` _ = m m MATERIAL DESCRIPTION 0 SILTY SAND to CLAYEY SAND, brown -—•— —• — —• and red, dense i -+ _SANDY CLAY, brown and red, very dense 2 4104 5+ SANDY CLAY to SILTY SAND, red and 5+brown, very dense 4. SILTY CLAYEY SAND to SILTY SAND, red 0 — 5 and brown, dense r— ,.. \ Bright People fthtSoludom e m E E m > c m c m a - rn > 0.- m m mU) o m m� n m 7 N A m o <L N U 2 3: E c O LLL i0 J a u Z` m C d Z y C� 2 > > rn CLAYEY SILTY SAND, red, medium dense 8 8 28 14 14 59 8 - becoming red and tan, with trace 8 7 calcareous material below 9 feet 10 — — — — — to.a •— — — — —•— ............ q SANDY GRAVEL, dense SILTY CLAYEY SAND, red and brown, — — — — — — — — — — — very dense 15 CLAYEY SILTY SAND, olive -gray, very dense 30 40 20 — —. ._. ._. ._. Completion Depth: Latitude: 33.2462 Longitude:-101.4018 Remarks: Boring dry upon completion of drilling. 20 ft. Date Boring Started: 2/7/09 Date Boring Completed: 217/09 Logged by: T. Burrow Proiect No.: 101231.003 Strata boundaries are approximate and In situ hansit ons may be gradual. This Log of Boring Is not intended for bidding or estimating purposes. Boring /og(s) should not be reproduced sepparately from the engineering report unless said report is specftaily Included by reference. Plate 41 LOG OF BORING NO. LAH-13-05 /--� Project Description: Lake Alan Henry Pipeline f{LEINFELDER Post, Texas Location: See Plan of Borings, Plates 2-6 \` 8righrPeopfe. Right Soiutiont Approx. Surface Elevation: Not Provided m m E o c 5U) w L rn W m v m m c 3 p ..0 F m a > > W- N a d N ° 9 V is 5, Cl)3 IL C U c d m n o d Z � o � �� c m = m m MATERIAL DESCRIPTION 4.5+ CLAYEY SAND, red and brown, very dense 4.5+ 4.5+ 4.5+ - with trace calcareous material and gravel 4.5+ below 3 feet 5 8.8 •— — —. ._ --------- CLAYEY SILTY SAND, red and tan, dense, with calcareous trace gravel 17 16 9.01 29 29 SILTY SAND, tan, very dense, with gravel NP NP NP 12 2 10 12.0 • — — —. — — — — CLAYEY SILTY SAND, tan and red, dense, with trace calcareous material 15 18 15 1s.a •— — — — —•— ............ 31 31 _ _ SILTY SAND, tan and red, very dense 20 za.a •— — — — ---- — 23 25 _ _ CLAYEY SILTY SAND, tan and red, very 25 dense 26.6 •— — —..— •— •— •— • SILTY CLAY, red, very dense, with trace gravel 32 32 30 300 Completion Depth: 30 ft. Latitude: 33.2522 Date Boring Started: 2/7/09 Longitude:-101.4146 Date Boring Completed: 2f7/09 Remarks: Boring dry upon completion of drilling. Logged by: T. Burrow Project No.: 101231.003 Strata boundaries are appru0mate, and In situ VensaMS may De gradual. This Log of Boring Is not Intended for bidding or estimating purposes. Boring logs) should not be reproduced separately from Ile engineering report unless said report /a speciffbao included by refa... Plate 42 LOG OF BORING NO. LAH-B-06 CProject Description: Lake Alan Henry PipelineEJNFELL3ER Post, Texas Location: See Plan of Borings, Plates 2-6 \` Bright People. Right Solutions. Approx. Surface Elevation: Not Provided z. o o B O. m o U V) in (D a C Q 'O p m o m C j C T C 2 yw CL � a. 2 � > O c J 'O V •N ' y u) N Oto o U a� O.t m a LL 0 a T R C j O 0 Q) •� O' f6 U N a. N o m Z' O U m N u) 00. U 3 3 m 0 -� i] o p z o O to s in in MATERIAL DESCRIPTION _ 4.5 CLAYEY SAND, red and brown, dense 4.5 4.5+ - with trace calcareous material and gravel 24 15 9 45 7 4.5+ below 2 feet 4.5+ - becoming red and tan 5 •T7 ' 18 19 SANDY CLAY, red and tan, hard, with trace 90 T8 69 7 calcareous material and gravel 10 29 35 15 19.01 SILTY SAND, tan, very dense 50/ 20 6" .. .. . 23.5' _ . _ . . . _ . _ . _ _ _ _ ._ _._. _ _ _ ._ ._ SILTY CLAY, red and tan, hard 50/ 25 6" 50/ - becoming red and gray 30 — r — — 30.a •— — — -------- — Completion Depth: 30 ft. Latitude: 33.2633 Date Boring Started: 2/10/09 Longitude: -101A32 Date Boring Completed: 2/10/09 Remarks: Boring dry upon completion of drilling. Logged by: T. Burrow Project No.: 101231.003 strata oountranes are approximate, ano in situ transitions may no gradual. This Log of Bodng is not intended for bidding or estimating purposes. Boring log(s) should not be reproduced separately from the engineering report unless said report is specifically included by Plate 43 reference. • • :•' • M ,l Project Description: Lake Alan Henry Pipeline Post, Texas Location: See Plan of Borings, Plates 2-6 Approx. Surface Elevation: Not Provided m > m > o Cn U uJ 07 v --a ro o ❑ E n. E tm 2 Z C =o C U U O Cy IxW tl U 3 a m o _ = m m MATERIAL DESCRIPTION 4.5+ SANDY CLAY, brown and red, hard, with 4.5+ trace calcareous material and gravel 4.5+ _ 2. CLAYEY SAND, red and brown, dense 5 SANDY GRAVEL, red and tan, dense, with clay seams 50/ SILTY SANDY CLAY, tan and red, hard 15 5" SILTY SAND, olive and yellow, weakly cemented to moderately cemented, very dense M111e500 50/ 25 — SILTY CLAY, olive and gray, Completion Depth: 30 ft. Date Boring Started: 2/10/09 Date Boring Completed: 2110/09 Logged by: T. Burrow Proiect No.: 101231.003 fCLE/N�F`L©�f' ariyhtPeople. Right Solutions m o o a 2:o _ E E C C m ® L D1 W Z 2 -J v_ J N mo = O U m Q.w Em •t0 u_ + a. :.7 cca Q. a a o m Z ❑ U m m p m a. Z .2 .!2 �� m U •— — — —•— —•— —•— -------- NP NP NP 14 2 ...................... ............. ! — — — — — — — —•— —•— --- Latitude: 33.2672 Longitude:-101.4413 Remarks: Boring dry upon completion of drilling. IJ are approximate, and in situ transitions may be of Boring is not intended for bidding or estimating !og(s) should not be reproduced s rPtel from l port unless said report is specifically included by pate 44__ j LOG OF BORING NO. LAH-B-08 /---�� Project Description: Lake Alan Henry Pipeline FCLEINFELI7ER Post, Texas Location: See Plan of Borings, Plates 2-6 Bright People Right Solutions. Approx. Surface Elevation: Not Provided m m to U y m E ❑ a o a L m �. o E E X m •O 0 c• m C 4)L y y W m w m v m > _i J E 41 to E to toO O W U N N d N m Z. (3 m 0a U 3 U 3 m o J a nt a ' Z rn Ci U c 'N C = m m MATERIAL DESCRIPTION _ _ w U) 2.0 CLAYEY SILTY SAND, brown, medium 3.5 dense 2.a 9 2 SILTY CLAYEY SAND, red and brown, ............ loose 4 3 - becoming brown and red, with trace 18 14 4 34 8 5 gravel below 4 feet TV 4.5+ CLAYEY SAND, red and brown, dense, with trace calcareous material and gravel 4.5+ 10 •- -•- - - -- .- - - -•- -•- ------------ SILTY SAND, red, dense 143 •- - -. ------------ SILTY CLAY, olive and gray, hard, with 15 Vace gravel 50/ 20 - -5= - - - 2o.tr •- - - -•- -•- -•- -•- •- Completion Depth: 20 ft. Latitude: 33.2727 Date Boring Started: 2110/09 Longitude:-101.4479 Date Boring Completed: 2/10109 Remarks: Boring dry upon completion of drilling. Logged by: T. Burrow Project No.: 101231.003 svate noundanes are approjamate, and in situ uansmons may ne gradual. This Log of Boring is not intended for bidding or estimating purposes. Boring log(s) should not be reproduced separately from the engineering report unless said report is specillcallyincluded by Plate 45 reference. LOG OF BORING NO. LAH-B-09 rProject Description: Lake Alan Henry Pipeline�INFELL3L�R Post, Texas Location: See Plan of Borings, Plates 2-6/ Bright People ItighiSoluttons Approx. Surface Elevation: Not Provided > o o a o cn m 0 0 v _ m ID- > C (n y m .V W E I.L ❑ N C m O 7 o m 3 Q N m N N o m Z G U m m va o a a o z20 ❑ z m o to MATERIAL DESCRIPTION 111111111 2.0 SILTY CLAYEY SAND, red and brown, 12 13 medium dense, with trace calcareous material 11 17 5 ........ 6.T CLAYEY SAND, red and tan, dense to very •— — -------- .— 20 22 dense, with trace caicaroeus material 33 14 19 39 13 21 27 10 28 30 15 19.a --- -------- CLAYEY SILTY SAND, red, dense, with ---- --- Y0 — —•— —• — —• 20.(r trace calcareous material and gravel— — —• —•— — — —. — — — — Completion Depth: 20 ft. Latitude: 33.28679 Date Boring Started: 4/28109 Longitude:-10147403 Date Boring Completed: 4/28/09 Remarks: Boring dry upon completion of drilling. Logged by: T. Burrow Project No.: 101231.003 Strata boundaries are approximate, and in situ transitions may be gradual. This Log of Boring is not intended for bidding or estimating purposes. Boring log(s) should not be reproduced separately from the engineering report unless said report is specfically included by reference. Plate 46 LOG OF BORING NO. LAH-B-10 Project Description: Lake Alan Henry Pipeline Post, Texas Location: See Plan of Borings, Plates 2-6 Approx. Surface Elevation: Not Provided o co to m m E t] cove O -o a tj j a co B m c o p o v U 3 B MATERIAL DESCRIPTION 0 13.5 3.5 1 1 1 1 CLAY, red and brown, very stiff to hard 5 th trace calcareous gravel from 9 to 10 10 �� 129 1 28I I I feet CLAYEY SILTY SAND, red and ligh 31 28 red -brown, dense, trace calcareous 15 material and gravel 17 32 - becoming dense below 19 feet 20 22 21 SILTY SAND, light red -brown and red -brown, dense, highly calcareous, occasionally weakly cemented 17 19 25 :. 21 22 30 continued on next page Completion Depth: 40 ft. Date Boring Started: 4/28/09 Date Boring Completed: 5/22/09 Logged by: T. Burrow, D. James Project No.: 101231.003 C OIER \` Bright People. Right Sohrdom x o - a m E c m c .? (0g to o ELL m Qt is Cr m a o N m Z V m m lL N o 0 f] C C n Z C >� 431 18125196111 42122120198113 Latitude: 33.29315 Longitude:-101.48374 Remarks: Groundwater seepage occurred at 34 feet during drilling. Water at 39'/2 feet appropmately 10 minutes after boring completion. Boring caved to 39%feet. See text for explanation on drilling start and completion. Strata boundaries are approidmate and in situ transftfons may be gradual This Loo of Borfna /s not intended for biddlna or estlmmadna purposes. Bode the englneerfng reference. Plate 47a LOG OF BORING NO. LAH-B-10 (corKLCfNF-4ELDCR Project Description: Lake Alan Henry Pipeline Post, Texas Location: See Plan of Borings, Plates 2-6 ,,_ -.,, Bright People. RightSalutiorm Approx. Surface Elevation: Not Provided m > > a r a a)o to U N E, W m a E U) m m E 2 m a = n v = o o Fn o -o v c U m m m o o U a d MATERIAL DESCRIPTION SILTY SAND, light red -brown and red -brown, dense, highly calcareous, occasionally weakly cemented red -brown, dense, fine to coarse, grains, with caliche hard, a E E m c > cd r m rn �,%5 m E J J m � U ii _ Ern m u Cr ca o N m Z U m m a a �z N o �� 2 > > U) Completion Depth: 40 ft. Latitude: 33.29315 Date Boring Started: 4/28/09 Longitude: -101.48374 Date Boring Completed: 5122/09 Remarks: Groundwater seepage occurred at 34 feet during drilling. Water at 39/: feet approximately 10 minutes after boring completion. Boring Logged by: T. Burrow, D. James caved to 391/ feet. See text for explanation on drilling start and Project No.: 101231.003 completion. Strata boundaries are approximate. and in situ transitions may be not intended for bidding or estimating V not be reproduced separately from said report is specifically included by Plate 47b Project Description: Lake Alan Henry Pipeline Post, Texas Location: See Plan of Borings, Plates 2-6 Approx. Surface Elevation: Not Provided o to m m O C O — m a m t] O E n E m m C 0 C 0 o U W p N a. U U m `o = 3 m 3 m MATERIAL DESCRIPTION _ 14.01 1 SANDY SILTY CLAY, brown, hard ii0iii�1iii� -F.' 12 21 CLAYEY SILTY SAND, tan and whit 10 1 dense, calcareous, with trace gravel 23 37 - becoming very dense and calcareous 15 below 14 feet KLEINFELiJER \- Bright people. ltfghtsolutions. n E C m m C ._ m C t O7 N w m m v J o in m o O U W 3: O.:5 E m !6 LL Q U o = N to z 2 .. D ;? 22 1 16 6 1 51 15 26 t.11 1. 15 59—� 10 I— — Completion Depth: Latitude: 33.3014 Longitude: -101.4988 Remarks: Boring dry upon completion of drilling. 20 ft. Date Boring Started: 2/11/09 Date Boring Completed: 2/11/09 Logged by: T. Burrow Project No.: 101231.003 Strata boundaries are approximate, and in situ transitions may be gradual. This Log of Boring is not Intended for bidding or estimating purposes. Boring log(s) should not be reproduced separately from the enginee reference.ring report unless said report is specifically included by Plate 48 LOG OF BORING NO. LAH-B-12 �----� Project Description: Lake Alan Henry Pipeline /tLE/NI�FLL7Ef' Post, Texas �, Location: See Plan of Borings, Plates 2-6 Bright People Right Soludons,\,.�__r',','.� Approx. Surface Elevation: Not Provided w m ❑m m mU ym 'O -2 E m> c® cC rna y' m m a E O m Cn c o J v_ Jc m a p U m 3 G.Y E m 'a u. ❑ m to C 0 o O tY _ 7 _� N U a N m � m U � l0 T U d c 0 3 U 3 m $ J a W a 0 0 z � o ❑ cU C m = m m MATERIAL DESCRIPTION _ 4.5+ CLAYEY SAND, brown, dense 4.5+ - becoming brown and red below 1 foot 4.5+ - becoming brown below 2 feet 4.5+ 4.5+ 5 CLAY with sand, red and brown, hard 4.5+ 4.5+ 44 17 27 70 15 10 __,__, _ __ 13.a CLAYEY SAND, red, dense, with trace _ _ _ _______ _ _ 4.5+ gravel 15 CLAYEY SILTY SAND, tan and white, _ ________ _ dense, calcareous 4.5+ 20 18 21 25 17 24 -becoming tan below 29 feet 30 •--•-- — — 3o.0 •— — — -------- — Completion Depth: 30 ft. Latitude: 33.3043 Date Boring Started: 2/11/09 Longitude:-101.5048 Date Boring Completed: 2/11/09 Remarks: Boring dry upon completion of drilling. Logged by: T. Burrow Project No.: 101231.003 Strata boundaries are approximate, and in situ transitions may be gradual. This Log of Boring is not intended for bidding or estimating purposes. Boringlog(s) should not be reproduced separately from the engineering report unless said report is specifically included by reference. Plate 49 LOG OF BORING NO. LAH-13-13 Project Description: Lake Alan Henry Pipeline Post, Texas Location: See Plan of Borings, Plates 2-6 Approx. Surface Elevation: Not Provided � o aa to ai io m E 0 N 0 2 v m a U) m U U W CY S a. B i m m MATERIAL DESCRIPTION 5 10 15 20 25 30 25 1 271 1 1 - very dense below 2 feet 35 r 29� j trace D� gravel Y 17 19 21 19 �._.�._.r._. CLAYEY eSILTYSAND, d - with trace calcareous material, with gravel becoming light gray and tan, very dense, 29 150/1 with trace calcareous material and gravel 5" 42 50/ I - becoming tan below 29 feet fCLE/NFELDER \' Bright people Rightsolutiorm C a a a m N o E E m c j rnm C m rn w m M Z, Q mo CO U m 3r C..t.. E a 'Fa LL Cr CU as�jm Z 0 m i FL a Z H c� 0 5 r 32 16 18 5? 10 — lJ t.l •— — — — —•— ------------ Completion Depth: 30 It Latitude: 33.3074 Date Boring Started: 2111/09 Longitude:-101.5154 Date Boring Completed: 2/11/09 Remarks: Boring dry upon completion of drilling. ( i Logged by: T. Burrow L 1 J Project No.: 101231.003Strate boundaries are p may be gradual. This Log of Boring Is not ntended for bidding or estimating purposes. Boring log(s) should not be reproduced separately from =edng report unless said report is speciffca/ly Included by Plate 50 [' 1 LOG OF BORING NO. LAH-B-14 CProject Description: Lake Alan Henry PipelineEl/YFEL£�ER Post, Texas Location: See Plan of Borings, Plates 2-6 Bright People Right Solutions Approx. Surface Elevation: Not Provided m c m _ 0 a m om °: E ❑o�0 2 EE m cm cm >0 � 0 ta❑ ' =a>+ a E ° cm M � Nto me o E m LL t0 C W _ WU O o. N OC( Um 0N ac iO U m o a m tl Zo Co c m = m to MATERIAL DESCRIPTION c _ to 4.0 CLAYEY SILTY SAND, brown, dense, with 4.25 —•— —• — —• trace calcareous material and gravel 1.01 — _ 22 16 6 51 10 SANDY SILTY CLAY, brown, hard, with 2 0 4.5 trace calcareous material and gravel — — — —'— —'— —'— —'— — 4.5 CLAYEY SAND, brown and red, dense, _ _ _ — _ with trace calcareous material and gravel 4.V SANDY CLAY, tan, hard, calcareous, with 4.5+ _ _ _ _ _ _ _ _ _ _ _ • — 5 trace gravel 4.5+ 24 13 11 63 12 — -- — — a.s CLAYEY SAND, red and brown, dense, — 4.5+ with trace calcareous material and gravel 10 4.5+ 15 4.5+ 20 — — — — — — 2o.a .— — — —•— —•— ------------ Completion Depth: 20 ft. Latitude: 33.3097 Date Boring Started: 2/11/09 Longitude: -101.5218 Date Boring Completed: 2/11/09 Remarks: Boring dry upon completion of drilling. Logged by: T. Burrow Project No.: 101231.003 Strata boundaries are approximate, and in situ transitions may be gradual. This Log ofBoring is not intended for bidding or estimating purposes. Boring log(s) should not be reproduced separately from the engine reference.ering report unless said report is specifically included by Plate 51 LOG OF BORING NO. LAH-B-15 Project Description: Lake Alan Henry Pipeline Post, Texas Location: See Plan of Borings, Plates 2-6 Approx. Surface Elevation: Not Provided L. _ •C G tf% > a. m a. = 0 U m 0 -2E co U m D) U d 5 10 MATERIAL DESCRIPTION ( SAND, brown, dense CLAY with sand, tan and bro calcareous, with trace gravel - becoming tan below 9 feet CLAYEY SILTY SAND with gravel, tan and 2.75 olive, dense 15 32 501 -very dense below 15 feet 6" "1110/0MMEEN Completion Depth: 20 ft. Date Boring Started: 2/11/09 Date Boring Completed: 2/11/09 Logged by: T. Burrow Project No.: 101231.003 KLEINFELL�ER 1� Bright People Right Solutions. �J. O Y-� CL ; O E E c cm c rn 2 v �o U E rn ti co ti N d o we m U g N _ a a Z N .. _� >co > Cl) •— — ------------- — 30 14 16 79 15 Latitude: 33.3161 Longitude: -101.5632 Remarks: Boring dry upon completion of drilling. .wrata nounaanes are approximate, and in sou transitions may De gradual. This Log of Boring is not intended for bidding or estimating purposes. Boring log(s) should not be reproduced separately from the engineering report unless said report is specifically Included by reference. I-, LOG OF BORING NO. LAH-B-17 CProject Description: Lake Alan Henry Pipeline Post, TexasEINFELL3ER Location: See Plan of Borings, Plates 2-6 \ Bright People. Right Solutions. Approx. Surface Elevation: Not Provided U) w m c OD m D m m CL o t m E m o E E c m a) m �_ a W 'o a E P m v� c o 8 J p J _c tiC' o C� V Ey m m u- T m ) o o o r v w m `-' H a N m 2 Z' U 1° 0 U 3 m $ � a m a o 0 z -a D 0 .. v uy C m i m m v MATERIAL DESCRIPTION to 4.5+ CLAYEY SAND, brown, dense, with trace 4.5+ gravel 4.5+ 4.5+ - becoming tan with trace calcareous 4.5+ material and gravel 5 26 36 - becoming very dense below 7 feet 14 12 - becoming red and tan, medium dense, 34 17 17 45 10 10 with trace calcareous material below 9 feet 22 17 - becoming white and red, dense, 15 calcareous below 14 feet 26 31 - becoming red, very dense, with trace 20 gravel below 19 feet 19 27 - becoming dense below 24 feet 25 50/ - becoming very dense below 29 feet 30 — = — — — so.tr •—................ —•— —•— •— Completion Depth: 30 ft. Latitude:- 33.3266 Date Boring Started: 2111109 Longitude:-101.5549 Date Boring Completed: 2/11/09 Remarks: Boring dry upon completion of drilling. Logged by: T. Burrow Project No.: 101231.003 Strata boundaries are approximate, and in situ transitions may be gradual. This Log of Boring is not intended forbidding or estimating purposes. Boring log(s) should not be reproduced separately from the engineering report unless said report is speclically included by reference. Plate 54 LOG OF BORING NO. LAH-C-01 Project Description: Lake Alan Henry Pipeline Post, Texas Location: See Plan of Borings, Plates 2-6 Approx. Surface Elevation: Not Provided > u to fA m m a)N E 0 p m v LD m \' o CL S a Cl) m O QQ ID a MATERIAL DESCRIPTION 14.5-1 1 1 SANDY CLAY, brown, hard 4.5+ - becoming brown and red, with trace 4.5+ calcareous material and gravel below 3 feet 5 4.5+ - becoming red and tan, with trace calcareous material and gravel below 7 feet with trace calcareous material 20 �` 121 1 15( I I - Wth trace of gravel 25 •.1• N 133 1 42I I I - becoming very dense C DIER Brlghtpeople Right Solutions x o a > E E m �°m m t v m� U m am u- C Cr _ m a p rLa L it, U m m a z6 N 2 > > U3 31 116115165112 34114120165113 35 50/ - becoming tan and red, very dense - 30 — — — 4- — — ao.rr •— — — —•— —•— —•— — — — Completion Depth: 30 ft. Latitude: 33.3306 Date Boring Started: 2111/09 Longitude: -101.5649 Date Boring Completed: 2111/09 Remarks: Boring dry upon completion of drilling. Logged by, T. Burrow Project No.: 101231.003 gradual. This Log of Boring is not intended for bidding or estimating purposes. Boring to s) should not be reproduced separately from re� tearing rep urdess said report is specifically included by Plate 55 tl .i C LOG OF BORING NO. LAH-C-02 /---� Project Description: Lake Alan Henry Pipeline Post, Texas KLE/NFELL3ER Location: See Plan of Borings, Plates 2-6 \ qrightp*ople Nghtsolut/orm Approx. Surface Elevation: Not Providedcn o o U m U m Y 41 EEA Q N m o E m C 7 C C O p) V! w m '� G. = E m o o mw O U CD g LWaL tj O Cr cc l Nm Uc m ) a. 0 U o a z ; In = m HE MATERIAL DESCRIPTION i > D 4.5+ CLAYEY SAND, brown, dense, with trace 4.5+ calcareous material and gravel _ 4.5+ — — — — — 2.(r — — — — — — — — — — CLAY with sand, tan, hard, with trace 4.0 calcareous material and gravel 4.5+ - becoming red, with trace calcareous 34 15 19 72 14 — 5 material and gravel below 4 feet 4.5+ 19 30 - becoming tan and red, with gravel and — 10 trace calcareous material below 14 feet 50/ — 15 6" _ - becoming tan, calcareous, with trace_ 39 50/ gravel below 19 feet 20.0r — 20 •— — — —•— —•— ............ L-� Completion Depth: 20 ft. Latitude: 33.3375 Date Boring Started: 2112109 Longitude:-101.5734 t ' Date Boring Completed: 2112/09 Remarks: Boring dry upon completion of drilling. Logged by: T. Burrow Project No.: 101231.003 Strata boundaries are approximate, and In situ transitions may be gradual. This Log of Boring Is not Intended fir bidding or estimating purposes. Boring log(s) should not be reproduced separately from Me engineering report unless sold report !s spedtfca/ly Included by Il reference. Plate 56 LOG OF BORING NO. LAH-C-03 /---*� Project Description: Lake Alan Henry Pipeline �{L;�/NFE'LL?,ER Post, Texas Location: See Plan of Borings, Plates 2-6 , Bright People.ttfghtSolutroru Approx. Surface Elevation: Not Provided m .>_ m o o a m U a)CL E c m E E c c m n a E E N C m o U O o •- o m c E cmLL is m 0 O a E m cn Cm C O 0 O' t�NC U .N d N o U m N • d 0 L) m - �, m p O C = to to MATERIAL DESCRIPTION 4.5+ SILTY CLAYEY SAND, brown and red, dense, with trace calcareous material and 4.5+ gravel 4.5+ 4.5+ 4.5+ - becoming brown to tan below 4 feet 5 6.5 — — — — — — — — _ •— CLAY with sand, tan and white, hard, with 4.5+ trace calcareous material and gravel 37 14 23 73 13 16 16 10 28 31 - becomes tan and red below 14 feet 15 41 50/ 20— 20.9 .— — — — —•— —'— —'— '— Completion Depth: 20 ft. Latitude: 33.3435 Date Boring Started: 2/19/09 Longitude:-101.5821 Date Boring Completed: 2/19109 Remarks: Boring dry upon completion of drilling. Logged by: T. Burrow Project No.: 101231.003 Strata boundaries are approximate, and in sdu transmons may oe gradual. This Log of Boring is not intended forbidding or estimating purposes. Boring log(s) should not be reproduced separately from the engineering report unless said report is specifically included by Plate 57 reference. LOG OF BORING NO. LAH-C-04 ,�---� Project Description: Lake Alan Henry Pipeline Post, Texas KLEINFELL?ER Location: See Plan of Borings, Plates 2-6 `` Bright People. Right Solutions. Approx. Surface Elevation: Not Provided � � � U m o (1) U m m 0 0 v m _ x m . c0 o > rn L0..O. ? O Ofm0 .0 E � -E C O O � C Of ,t,C E Lmtp.m O rn Um Q. O> N m o O m U65 l0 >. U a. Lj 3 U 3 ro $ a m n. o d Z o _ = in m MATERIAL DESCRIPTION c 4.5+ SILTY CLAYEY SAND, brown and red, 4.5+ dense, with trace calcareous material and gravel 4.5+ — — — 3. f Y CLAY with sand, tan, hard, with trace 4.5+ 4.5+ calcareous material and gravel 25 15 10 76 13 5 4.5+ - becoming red and tan below 7 feet 4.5+ 10 23 25 15 4.5+ 20 ---- — — 20.0' •— — — -------- — Completion Depth: 20 ft. Latitude: 33.3454 Date Boring Started: 2119/09 Longitude:-101.58839 Date Boring Completed: 2119/09 Remarks: Boring dry upon completion of drilling. Logged by: T. Burrow Project No.: 101231.003 Strata boundaries are approximate, and In situ transitions may be gradual. This Log ofBoring Is not intended for bidding or eshmating i `? purposes. Boring log(s) should not be reproduced separately from the engineering report unless said report Is specifically included by reference. Plate 58 �_1 LOG OF BORING NO. LAH-C-05 /--� Project Description: Lake Alan Henry Pipeline ftLE/NFEZL3ER Post, Texas Location: See Plan of Borings, Plates 2-6 \` erlghtPeople. wyht Salutfons. Approx. Surface Elevation: Not Provided rn m o o m m E c m a n m L E m v .. p a o U as Uowof c o c U 2 m m 4.5+ 23 1 16 Pi 10 25 1 28 15 MKINNEEN Completion Depth: 20 ft. Date Boring Started: 2119/09 Date Boring Completed: 2119109 Logged by. T. Burrow Proiect No.: 101231.003 MATERIAL DESCRIPTION SILTY CLAYEY SAND, brown, dense, witt trace calcareous material and gravel SANDY CLAY, tan, hard, with trace calcareous material and gravel - becoming tan and red below 4 feet o � a m _ E E c m �e m o, m a m U W rn a V y 0 Il Cr m '' N Z U m m a a a Z 9 m 5 > c� 2 27 18 9 69 Latitude: 33.35255 Longitude: -101.60138 Remarks: Boring dry upon completion of drilling. zivam oounaanes are appmurnare ano in sau nans�uons ma oe gradual. This Log or Boring Is not Intended for biddingould not be reproduced p or a mating ftm :9 eeri rposes. Boring � ass said � Is spedflcal Included by reference. Plate 59 LOG OF BORING NO. LAH-C-06 j---� Project Description: Lake Alan Henry Pipeline Post, Texas KLE/JVFEL£?ER �, Location: See Plan of Borings, Plates 2-6\�Bright people. Right Solutions. Approx. Surface Elevation: Not Provided m > o > o 0 to U m m o o p -d Q) x v O,> c y L m E p ;m C�oNNc muN 0) (jm c O mo O' Ny 1 a 0 2 0. o o Z m x o m o m U MATERIAL DESCRIPTION o c is ROAD BED: CLAYEY SAND with gravel, 4.5+ —•— — — — tan, hard i.o• .— ............... ............ CLAY with sand, brown and tan, hard, with 4.5+ trace calcareous material and gravel 4.5+ 4.5+ 25 12 13 81 12 5 27 41 - becoming tan below 7 feet 26 50/ 10 6" 32 32 - becoming tan and white below 14 feet 15 9 9 -very stiff below 19 feet 20 ............. zo.o .— — — -------- — Completion Depth: 20 ft. Latitude: 33.36021 Date Boring Started: 2119/09 Longitude:-101.61653 Date Boring Completed: 2/19/09 Remarks: Boring dry upon completion of drilling. Logged by: T. Burrow Project No.: 101231.003 Strata boundaries are approximate, and in situ transitions may be gradual. This Log of Boring is not intended for bidding or estimating purposes. Boring log(s) should not be reproduced separately from the engineering report unless said report is specifically included by reference. Plate 60 LOG OF BORING NO. LAH-C-07 /---� Project Description: Lake Alan Henry Pipeline Post, Texas tKLE/NFELt?ER �_ Location: See Plan of Borings, Plates 2-6 Bright People. Right Solutions\`�,�+y�" Approx. Surface Elevation: Not Provided > > o o U U N to E 'O m E KD O N CZ' y w wom O =aE m n E m d v o U a SN�mdo o a E i LLC3 c m o o m a m'oNmto y Um m m °- U 3 V 3 ro O :n E m a m z N .o ci = _ CU = in m MATERIAL DESCRIPTION c _ to 4.5+ SILTY CLAYEY SAND, dark brown, dense 4.5+ 4.5t —._.—. ._ _ 2.6 SANDY CLAY, brown and gray, hard • _. 4.5t • 3.s CLAY with sand, light brown, hard ....................... ............. 4.5+ 5 12 20 - becoming light gray and white, with trace 32 14 18 79 15 of gravel below 7 feet 50/ - becoming tan below 9 feet 10 2" __•__, _ _ 12s SANDY CLAY, tan and olive, very stiff, with _ .............. _ __....... _ trace gravel below 14 feet 12 11 15 18 29 - becoming tan, hard, with gravel 20 — — — — — — 20.a Completion Depth: 20 ft. Latitude: 33.36739 Date Boring Started: 2/17/09 Longitude:-101.62745 Date Boring Completed: 2117/09 Remarks: Boring dry upon completion of drilling. Logged by: T. Burrow Project No.: 101231.003 Strata boundaries are approximate, and in situ transitions may be gradual. This Log of Boring is not intended forbidding or esfimating purposes. Boring logs) should not be reproduced separately from Me engineering report unless said report is specifically included by reference. Plate 61 reterence. FICILU UIL LOG OF BORING NO. LAH-C-09 CProject Description: Lake Alan Henry Pipeline EIIVFELDER Post, Texas Location: See Plan of Borings, Plates 2-6 BrghtAwple. Right5oludhrm Approx. Surface Elevation: Not Provided a o � 0 m Y m E ❑ N o m a E m c > m� _ rn , m 3 aCLS U 3 tL O m Q. > > pp m j H a mo dN m 2 0 c U m is v �j CJ 3 o a m a. �Zp ❑ �W c c m MATERIAL DESCRIPTION _ `/) 4.5+ SILTY CLAYEY SAND, brown, red and tan, 4.5+ dense, with trace of gravel 4.5+ 4.5+ 4.5+ DY 4.5+ SANDY CLAY, tan and red, hard, with trace 31 12 19 66 15 calcareous material and gravel 4.5+ 10 4.5+ 15 - becoming tan, with calcareous material 4.5+ and trace gravel below 19 feet 200 20 •— — — — — .— — — — —•— ------------- Completion Depth: 20 ft. Latitude: 33.3763 Date Boring Started: 2/19/09 Longitude:-101.64465 Date Boring Completed: 2/19/09 Remarks: Boring dry upon completion of drilling. Logged by: T. Burrow Project No.: 101231.003 Strain boundaries are appnvdmate, and In situ tranaftns may be gradual. This Log of Boring Is not intended ibr bidding or esflmaUng ftm the englneeri es. Boding portt unless said report Is s should not be reproduced separately reference. Plate 63 LOG OF BORING NO. LAH-C-10 CProject Description: Lake Alan Henry PipelineE/NFEL£?ER Post, Texas Location: See Plan of Borings, Plates 2-6 ` Bright People. Right Solutions Approx. Surface Elevation: Not Provided w a > U) E c `n m E_ E tb > c m c rn mY t o 0. E Z c >° Cm m tiO E m f uo- E>, CO m o a!m N ainm N ?. ° 0 2=o m a. c V 3 U 3 o a Z o o Vy m = m m MATERIAL DESCRIPTION C _ `o 4.5+ SILTY CLAYEY SAND, red and brown, 4.5+ dense, with trace calcareous material and gravel 2.0' CLAY with sand, tan and red, hard, with 4.5+ _ _ _ ________ _ 4.5+ trace calcareous material and gravel 4.5+ 29 11 18 77 12 5 18 19 - becoming tan and white below 7 feet 4.5+ - becoming red and tan below 9 feet 10 23 30 15 50/ 20 — -6= — — — 20.tr •- - - - - -•- ------------- Completion Depth: 20 ft. Latitude: 33.38102 Date Boring Started: 2/19/09 Longitude: -101.65332 Date Boring Completed: 2119/09 Remarks: Boring dry upon completion of drilling. Logged by: T. Burrow Project No.: 101231.003 Strata boundaries are approximate, and in situ transitions may be gradual. This Log of Bodng is not Intended for bidding or estimating purposes. Boring log(s) should not be reproduced separately from the engineering report unless said report is specifically included by Plate reference. LOG OF BORING NO. LAH-C-11 ��--� Project Description: Lake Alan Henry Pipeline Post, Texas KLE/NFELi?ER Location: See Plan of Borings, Plates 2-6 $rigmP-ple. fthtsoludons Approx. Surface Elevation: Not Provided 13 m m u) uVi m E O c p v m X E s: E m E m c m c Lrn m« 2 m m 0 E g c C' o �' m U Ern ti C) N to C a)O = > > O m Ci v O' H (0 "t3 Q. N O u g Oa a. (� 3 U O VE N n o O Z y O V U c i m c m MATERIAL DESCRIPTION - = t" 4.25 SILTY CLAYEY SAND, brown and red, 4.5+ dense, with trace gravel 4.5+ 22 16 6 48 8 4.5+ 4.5+ 5 SANDY CLAY, tan and red, hard, with trace 4.5+ calcareous material and gravel 4.5+ 24 13 11 66 11 10 14 15 - becomes tan and white, very stiff below 15 14 feet 501 - becoming hard below 19 feet 20 5- 50/ - becomes tan and white, with trace 25 5- calcareous material and limestone fragments below 24 feet 50/ - becomes white below 29 feet 30 — -l•= --- — — 3o.rr •— — — — — — ........— Completion Depth: 30 ft. Latitude: 33.38524 Date Boring Started: 2/20/09 Longitude:-101.66023 Date Boring Completed: 2/20/09 Remarks: Boring dry upon completion of drilling. Logged by. T. Burrow Project No.: 101231.003 Strata boundaries are appro;dmate and in situ transitions may be gradual. This Log of Boring Is not intended for bidding or estimating purposes. Boring ►og(s) should not be reproduced separately from � ere� ring report unless said report is specilfcally included by Plate 65 LOG OF BORING NO. LAH-C-12 Project Description: Lake Alan Henry Pipeline Post, Texas Location: See Plan of Borings, Plates 2-6 Approx. Surface Elevation: Not Provided n tj Cn U D g 5 m m E w m E g � a c = t] v U 3 m o v 3 m v > 8 of 0 U d w NEFAIMMUME Completion Depth: 30 R Date Boring Started: 2/20109 Date Boring Completed: 2120/09 Logged by: T. Burrow Proiect No.: 101231.003 MATERIAL DESCRIPTION SILTY CLAYEY SAND, brown and tan, dense, with trace calcareous material and gravel CLAY with sand, hard, tan, with trace calcareous material and gravel - becomes tan and red below 9 feet - becomes tan and white, partially cemented to cemented below 19 feet Latitude: 33.38513 Longitude:-101.66116 Remarks: Boring dry upon completion gradual. This L purposes. Borh the engineering reference. mare ana rn oansitlons may be r not intended forbidding orest/matIng Id not be reproduced sepparetely from said report k spedticaW Included by i L^ KLE/NFELL?Ef�7 �. 8rrghtPaop(e RlghtSoludorm a � CL o ro > c - E E c _c m m O�, W o O Ql u- a a io U E E _ Cr w y o a I° Z` U m Ca a z A o tj c� , J 24 12 12 78 12 f l� of drilling. l Plate 66 LOG OF BORING NO. LAH-C-13 /--- Project Description: Lake Alan Henry Pipeline Post, Texas Fright People. Right Solutiorm Location: See Plan of Borings, Plates 2-6 Approx. Surface Elevation: Not Provided '�..:..� .o o Um a o W tU m m E ❑ c ❑ m a _ E E m = ro > cm c a) rn ww ®Y 2 � m � o o E E m c > 0 :n v � H to m o o U ® $t E m "m a ❑ u) m c p o tr Cy v .i cc 0 — tL N 2 U m m 0 U U 3 to o J it ca a z yr c s m m ❑ MATERIAL DESCRIPTION ❑ _ _ 4.25 POORLY GRADED SAND with clay, red 4.5+ brown, dense, with trace calcareous material and gravel 4.5+ 4.5+ 24 14 10 10 10 4.a •— — —. _ SANDY CLAY, hard, tan and red, with trace 4.5+ 5 calcareous material and gravel 4.5+ 4.5+ 26 14 12 65 11 10 4.5+ 15 4.5+ - becomes tan below 19 feet 20 — — — — . . — . . — 2o.0' •— . . . — . — . —•— . —•— —•— . -------- Depth: 20 ft. Completion. Latitude: 33.389 Date Boring Started: 2117/09 Longitude:-101.66688 Date Boring Completed: 2/17109 Remarks: Boring dry upon completion of drilling. Logged by: T. Burrow Project No.: 101231.003 Strata nounoanes are approximate, ana in situ transiuons may oe gradual. This Log of Boring is not Intended for bidding or estimating purposes. Boring log(s) should not be reproduced separately from the engineering report unless said report is specifically included by reference. Plate 67 LOG OF BORING NO. LAH-C-14 Project Description: Lake Alan Henry Pipeline Post, Texas Location: See Plan of Borings, Plates 2-6 Approx. Surface Elevation: Not Provided z p rn M > m U m E c ti m = 0 > V o m t] Cn > 0 in > m U Cy tr 10 MATERIAL DESCRIPTION :LAYEY SAND, dense, brown SANDY CLAY, tan and brown, very stiff, 14 9 with trace calcareous material and gravel 7 3 - becomes stiff below 4 feet 4 6 CLAY with sand, red and tan, hard, with trace calcareous material and gravel Completion Depth: 20 ft. Date Boring Started: 2117/09 Date Boring Completed: 2117/09 Logged by: T. Burrow Proiect No.: 101231.003 - becomes tan and white, partially cemented, calcareous below 14 feet KL�l1VFELL3ER Bright People. Right Solutions. �..-.�� F-!: m o a > a E cm m t O7 Nw �. ro J v J 'W V) m o o U a) a„C E t m rL - _v m v, a o = U� S a n Z 0 7E >� in I 26T18T 81 56 115 40117123177111 Latitude: 33.39381 Longitude:-101.67712 Remarks: Boring dry upon completion of drilling. svara counoanes are appiummare, ana in situ vansroons may ne gradual. This Log of Boring is not intended forbidding or estimating purposes. Boring log(s) should not be reproduced separately from the engineering report unless said report is specdically Included by reference. LOG OF BORING NO. LAH-C-15 CProject Description: Lake Alan Henry PipelineEJNFELL7ER Post, Texas Location: See Plan of Borings, Plates 2-6 BrlghtPeopte.ltightSolutions ADorox. Surface levation: Not Provided co U m H m E o a L ; v > -0 m > Ci p c > m e O U W ti 12 o � o = m m 4.0 4.0 MATERIAL DESCRIPTION SILTY CLAYEY SAND, red brown, dense, with trace calcareous material and gravel 5 SANDY CLAY, tan, hard, with trace 17 13 calcareous material and gravel 6 11 - becoming tan and red, very stiff below 9 10 1 feet 15 4 5+I I I I I - becoming tan and brown, hard below 14 feet 37 38 ( - becoming tan and red below 19 feet 20 — —•— —• — — Completion Depth: 20 ft. Date Boring Started: 2/17/09 Date Boring Completed: 2117/09 Logged by: T. Burrow Proiect No.: 101231.003 o o � n o E E _ 41 �� c 0 V .2 V 'W N Cc V m a E m li Q to a G U m a m IL 0 Z O A. 0 2 G G D = in 26 11 151-1- 68 I I I Latitude: 33.40006 Longitude:-101.6879 Remarks: Boring dry upon completion of drilling. wara oounaanes are apprommare, ana in snu aansmans gradual. This Log of Bonng is not intended for bidding or purposes. Boring logs) should not be reproduced sepan reference.the engineering report unless said report is specifically im Plate 69 LOG OF BORING NO. LAH-C-16 Project Description: Lake Alan Henry Pipeline }CL�/!1/JcELt�ER Post, Texas _ Location: See Plan of Borings, Plates 2-6 OnghtPeople. Right Solutions .\`�1,..�r�� Approx. Surface Elevation: Not Provided m E r- cn m o E E c c m c 5 o eJ O g E o m C �. C o U -J •p. U .L` CD E m LL E N 0 p O af rr N dN m Z, U m co a co a. C.)U 3 3 m o a 0 a 0 6 z m o 0 c = m coMATERIAL DESCRIPTION `n 4.5+ CLAYEY SILTY SAND, brown and tan, 4.5+ dense 4.5+ s.a 4.5+ CLAYEY SILTY SAND / CLAYEY SAND, 4.5+ .......— —• brown and tan, dense 4.a 29 13 16 6$ 11 SANDY CLAY, brown and tan, hard, with 5 trace calcareous material and gravel 4.5+ 4.5+ - becoming tan and red below 9 feet 10 4.5+ 15 4.5+ - becoming red below 19 feet 20 — — — — — 200 ...................... —•— — •— Completion Depth: 20 ft. Latitude: 33.40335 Date Boring Started: 2/16109 Longitude:-101.69432 Date Boring Completed: 2116/09 Remarks: Boring dry upon completion of drilling. Logged by: T. Burrow Project No.: 101231.003 Strata boundaries are approximate, and in situ transitions many be gradual. This Log of Boring is not intended forbidding or estimating purposes. Boring log(s) should not be reproduced separately from the engineering report unless said report is specfically included by plate 7t) reference. LOG OF BORING NO. LAH-C-17 Project Description: Lake Alan Henry Pipeline Post, Texas Location: See Plan of Borings, Plates 2-6 Approx. Surface Elevation: Not Provided m > m > o (n au'i E r m o a m O n E 2 m C v C o U Cy � d o U U Ir m 0 _ = m m MATERIAL DESCRIPTION T5+ SILTY CLAYEY SAND, brown and red, - _ dense CLAY with sand, tan and brown, han U.5+ trace calcareous material and gravel 5 - becoming tan and red below 7 feet 10 15 -_M/ 4.5+I I ( I I - becoming tan below 14 feet SILTY CLAYEY SAND, red, dense, trace gravel +�7�1I ====I1 C ADIER ` Brightieop/e. Right Soludons o � _ E E c m cm a _ > m rn 'O U .V Lo �O U E m LL o. m N D ov m Z, U m m J d 12 c Z H UC C > in > 421 17125175116 Completion Depth: Latitude: 33.41301 Longitude: -101.70404 Remarks: Boring dry upon completion of drilling. 20 ft. Date Boring Started: 2116/09 Date Boring Completed: 2/16/09 Logged by: T. Burrow Project No.: 101231.003 Strata boundaries are gradual. This Log of! purposes. Boring logl Ile engineering repon reference. or Plate 71 LOG OF BORING NO. LAH-C-18 Project Description: Lake Alan Henry Pipeline KLE/NFELL?ER Post, Texas Location: See Plan of Borings, Plates 2-6 \+ Bright People Right Solutions. Approx. Surface Elevation: Not Provided w w ` > � m o Cn N E m E E Xp -0 Olm c._ .2 L > H L m O _ a 2 `✓ � a J J c h N O V m dt„ •ra LL p M E m to c m O O m W � rr y W N ao N m c >. to 0. v V V 3 m o J iL co a 0 0 z 'a -- = N m = m M MATERIAL DESCRIPTION c to ROAD BED: CLAYEY SAND with gravel, 4.5+ —•— —• — —• tan, hard 0 CLAY with sand, brown, hard, with trace 4.5+ gravel 45 15 30 73 15 • SANDY CLAY, tan, hard, with trace _ __ __............. 4.5+ calcareous material and gravel 5 4.5+ 4.5+ 45 19 26 61 12 10 13 50/ 15 6" 30 39 20 — — — — — — 20.a •— — ........... —•— —•— •— Completion Depth: 20 ft. Latitude: 33.42067 Date Boring Started: 2/16/09 Longitude:-101.71142 Date Boring Completed: 2/16/09 Remarks: Boring dry upon completion of drilling. Logged by: T. Burrow Project No.: 101231.003 -rrara boundaries are approximate, and in situ transitions map be gradual. This Log of Boring is not intended forbidding or estimating purposes. Boring log(s) should not be reproduced separately from the engineering report unless said report is specifically Included by reference. Plate 72 LOG OF BORING NO. LAH-C-19 Project Description: Lake Alan Henry Pipeline Post, Texas Location: See Plan of Borings, Plates 2-6 Approx. Surface Elevation: Not Provided w > o Cn U w w v -o m o a t = -a E® c v v > > m CJ tj M m c N > p U O U W 2 v 3 O MATERIAL DESCRIPTION .5+ SILTY CLAYEY SAND, brown, dense, with trace gravel [4..5+ CLAY with sand, tan, hard, with trace .5+ - calcareous material and gravel 5 - becoming red and tan below 7 feet 10 SILTY CLAYEY SAND, red, dense, with 15 4.5+ trace gravel CLAYEY SILTY SAND, tan, very with trace gravel 50/ 20 •• '• •• •— 45 --. .—. .—. C DAER �. Bright People. Right Solutiom w a E m c > =0 m J J U) O v m Owu, Eam u.�_a N f0 UL rCr n z ctn 2 > > U) 35 16 19 78 16 Completion Depth: Latitude: 33.42763 Longitude:-101.71503 Remarks: Boring dry upon completion of drilling. 20 ft. Date Boring Started: 2116109 Date Boring Completed: 2/16/09 Logged by: T. Burrow Proiect No.: 101231.003 Strata boundaries are apprwdmate, and in situ transitions mayy gradual. This Log of Boring is not intended forbidding or es% purposes. Boring /og(s) should not be reproduced seepparetely 1 the engineering report unless said report is speatically include Plate 73 Project Description: Location: Approx. Surface Elevation: LOG OF BORING NO. LAH-C-20 Lake Alan Henry Pipeline Post, Texas See Plan of Borings, Plates 2-6 Not Provided 0 .L.+ O � E >, O Cn m O m a m = 'O o C-y o m 'p v =O C-) m 4) > O U 0 5 10 15 Completion Depth: 20 ft. Date Boring Started: 2/16/09 Date Boring Completed: 2/16/09 Logged by: T. Burrow Project No.: 101231.003 MATERIAL DESCRIPTION SILTY CLAYEY SAND, brown, dense, wilt trace calcareous material and gravel CLAY with sand, tan, hard, witt calcareous material and gravel - becoming tan and red below 9 feet - becoming tan below 14 feet SILTY CLAYEY SAND, tan and red, very dense, with trace calcareous material and gravel Latitude: 33.42968 Longitude:-101.72007 Remarks: Boring dry upon completion Strata boundaries are gradual. This Log of I purposes. Boring logs the engineering repor reference. mate, and in situ transitions many be • not intended for bidding or estimating Id not be reproduced separately from said report is specifically included by C MER \ Bright People. Right Solutions. a o. > ; o CD L E C C (D m Jm= o m a„ m v_ CU U 2 E 0) LL 6 Ica n a. N m Z. COi m to - 'J tl m n 6 y ti Cn W _ 5 o z - c r 4 29 13 16 77 13 t ...................... .............t •- - - -•- -•- -•- -•- •- U i--; of drilling. 1 . i. t Plate 74 rererence. riatc r v Project Description: Location: Approx. Surface Elevation: LOG OF BORING NO. LAH-C-22 Lake Alan Henry Pipeline Post, Texas See Plan of Borings, Plates 2-6 Not Provided rT S, o t p V 7 a m n m m E 2 c a. 'D W 2 io _ Oco p Fn p � U O m m m > m U Ci �' 5 10 15 20 MATERIAL DESCRIPTION CLAY, red and brown, hard CLAY with sand, hard, tan, with calcareous material and gravel - becoming tan and red below 9 feet SILTY Cl 16 25 trace gravel 16 161. J - becoming tan and red below 19 feet Completion Depth: 20 ft. Date Boring Started: 2/16/09 Date Boring Completed: 2/16/09 Logged by: T. Burrow Project No.: 101231.003 Latitude: 33.4403 Longitude: -101.73352 Remarks: Boring dry upon completion gradual. This Log oiBoring is not intended purposes. Boring log(s) should not be repn "a engineering report unless said report is reference. KLEINRELDER Bright People. Right Solutions. a > o m > C - M m E C C m C v o mo U a)E ti 6 N U n. N m U m N € <L Z O C G� 2 D 25 13 , 2- 38 16 22 74 16 i __, i of drilling. t_ isitions may be ding or estimating €` sepparete/y from I a0yincludedby Plate 76 i_ LOG OF BORING NO. LAH-C-23 Project Description: Lake Alan Henry Pipeline Post, Texas Location: See Plan of Borings, Plates 2-6 Approx. Surface Elevation: Not Provided to U N Q) ❑ ❑ -2 v m o a) o a E m c ❑ W m a c U oCD 3 m 2 _ = m MATERIAL DESCRIPTION *..I..l 4.5+ FT SILTY CLAYEY SAND, brown and red, I dense, with trace gravel 5 CLAY with sand, tan and red, hard, v trace calcareous material and gravel N 11111,01 N I a N N L� � 15 4.5+ I - becoming red and tan below 19 feet 20 -- — — — Completion Depth: 20 ft. Date Boring Started: 2116109 Date Boring Completed: 2/16109 Logged by, T. Burrow Prolect No.: 101231.003 KLEINFE'Lt.�ER _ Bright People. Right Solutions _ E x c m mm a m C � a _ t 01 > _ U, 2!v Cr J �� y0 n. N U 12 �^ Earn O m Uci U. W iL _m o o 6 y ❑ C 2 D C/3 29112117176113 Latitude: 33.44746 Longitude:-101.7413 Remarks: Boring dry upon completion of drilling. undartes are appprcx/mate and in situ transitions ma be This Log ofBodng is not intended for bidding or estimating Borhg log s) should not ba reproduced sseepparatety from Bering repo unless said report Ls speclflcally included by Plate 77 LOG OF BORING NO. LAH-C-25 Project Description: Lake Alan Henry Pipeline KL1i/NF�L;aER Post, Texas Location: See Plan of Borings, Plates 2-6 \` Bright People: Blghtsakworm Approx. Surface Elevation: Not Provided � r m o m 72 - m a > o U c= m m E _72 rL m o E c > cm m O E W C C om U d 7 O N m 0 o. O N V E O C LL m CO m a. U U tY of Cr m o , o Z U to c c c o U tL z o ! j 19 `e = m m MATERIAL DESCRIPTION NJ 1`="- 1 �I � ' Completion Depth: 30 ft. Date Boring Started: 2/16/09 Date Boring Completed: 2/16/09 Logged by: T. Burrow Project No.: 101231.003 SILTY CLAYEY SAND, brown and red, dense CLAY with sand, tan, hard, with trace calcareous material and gravel 29114115179113 - becoming tan and white below 9 feet - becoming red, tan and white below 14 feet - becoming tan, partially cemented to cemented below 19 feet Latitude: 33.46189 Longitude:-101.76135 Remarks: Boring dry upon completion of drilling. Strata boundaries are approadmete, and in situ transftns may be gradual. This Log of Bodng is not intended forbidding or estlmaft. purposes. Boring log(s) should not be reproduced separately from the reference. engineering report unless said report Is spedflcally by Plate 79 releases Grantee from and against all Covered Losses of whatsoever nature arising from (i) pollution emanating from the property and equipment of Grantor, (ii) any condition existing before the Effective Date, (iii) pollution or contamination migrating or having migrated on, under, or to the Easement Area from any other location, and (v) the possession, occupation or use by Grantor (or any third party under rights granted by Grantor) of Grantor's property. 18. Insurance. During the construction and installation of the Pipeline System, Grantee shall maintain, or cause its primary contractor to maintain, comprehensive generally liability insurance in the amount of $1,000,000 and umbrella liability insurance in the amount of $2,000,000, covering "all risks" associated with the Permitted Uses of the Pipeline during construction and installation of the Pipeline System. Upon request Grantee shall provide a copy of such policies, and all renewals and replacements thereof, to Grantor. 19. Easement Only. It is understood and agreed that this Agreement is not a conveyance of the fee estate for any of the Easement Area, but is only an easement through, over, under, upon, across and within the Easement Area and the Temporary Easement Area (for the term thereof). 20. Binding Agreement; Assignment. The provisions of this Agreement shall be binding upon and inure to the benefit of Grantor and Grantee and their respective successors, heirs and assigns; provided, however, Grantee shall not assign this Easement without the prior written consent of Grantor which consent shall not be unreasonably withheld. 21. Final Agreement. This Easement and the Exhibits attached hereto contain the final and complete expression of the parties with respect to any matter mentioned herein. No prior agreement or understanding pertaining to any such matter shall be effective. This Easement may be modified in writing only, signed by the parties in interest at the time of the modification. Each Exhibit attached hereto shall be a part of, and incorporated into, this Agreement. 22. Unenforceable Provisions. In case any one or more of the provisions contained in this Agreement shall for any reason be held to be invalid, illegal or unenforceable in any respect, such invalidity, illegality or unenforceability shall not affect any other provision hereof, and this Agreement shall be construed as if such invalid, illegal or unenforceable provisions had never been contained herein. 23. Notices. Any notices or demands provided to be given herein by the parties shall be in writing and sent by facsimile or email (if a facsimile or email address is provided below) or mailed by certified mail or hand delivered to the other party at the address set forth below. In addition, telephone notices described in Paragraph 26 below shall be permitted to the telephone numbers set forth below. Notice of any breach of this Agreement must be in writing and mailed by certified mail or hand delivered to the other party at the address set forth below. Each party may rely on the addresses and contact City of Lubbock Easement Agreement Grantee_ Grantor_____ Page13 information set forth below until changed in accordance with this Agreement. If Grantee determines that Grantor has conveyed the subject property without providing contact information for the new owner, Grantee may rely on the records of the local appraisal district. Either party may change its contact information for notices to it by written notice to the other party. Any notice or demand shall be deemed to have been received the. earlier of (i) three (3) days after the date of mailing, (ii) the date of actual delivery as shown by the addressee's certification or registry receipt. or (iii) the date of hand r delivery. Grantee shall provide and maintain a person for emergency contact who is available at the below telephone (or such different phone number as set forth in notice from Grantee to Grantor). Grantee: The City of Lubbock, Texas 1625 13th Street Lubbock, Texas 79401 Facsimile: (806)775-2051 Email: MReed@mail.ci.lubbock.tx.us Contact Person: Marsha Reed Emergency contact: Emergency phone number: Grantor: Facsimile: (� Email: Contact Person: Phone number: (_) Cell number: (_) _ 24. Access Notice. Telephonic notices are acceptable for notice of emergencies and for inspections of the Easement Area, however, with regard to notices of inspection if the contact person cannot be reached by telephone, written notice must be provided. Except in the event of emergencies, after completion of construction of the, Pipeline the Grantee shall provide at least 24 hour prior telephonic notice to Grantor prior to accessing the Easement Area. Voice mail messages shall not constitute notice hereunder. 25. Notice to Future Users. Grantor and Grantee agree and hereby give notice to any oil, gas, mineral, water, wind or energy lessee or grantee acquiring (after the Effective Date) any interest overlying or underlying the Easement Area, that Grantee will be operating the Pipeline System and conducting Permitted Uses as defined herein, and that no drilling, mining or other operation shall be conducted in the vicinity of the Easement Area which would unreasonably interfere with the operations or integrity of the ' Pipeline System. Further, to the extent Grantor owns the oil, gas and other minerals City of Lubbock Easement Agreement Grantee_ Grantor_____ Page14 under the Easement Area, Grantor hereby waives the right to use the surface of the Easement Area for the drilling of any oil or gas wells subject, however, to the rights of any lessee under any oil, gas and other mineral lease in existence as of the Effective Date. 26. MineralWater Reservation. Grantor reserves and excepts from this Easement and retains for Grantor and Grantor's successors and/or assigns, all rights to explore for, to drill and produce wind, water, oil, gas and other minerals of every kind r and description underlying or situated beneath the Easement Area by any means whatsoever, including wells or mines directionally drilled from surface locations on nearby lands so long as no surface operations are performed on the Easement Area and so long as such operations do not interfere with or endanger the operations or integrity of the Pipeline System. 27. References to Grantee. Where appropriate in this Agreement, references to Grantee in connection with the performance of Permitted Uses shall include Grantee and its elected officials, officers, agents, servants, employees, representatives, contractors, independent contractors, subcontractors, and/or their equipment or vehicles. 28. Limitation on Damages. Neither party shall be liable to the other party or any of such party's affiliates in any action or claim including without limitation, any action or claim for indemnity, for indirect, consequential, punitive, exemplary, special or other similar types of damages, regardless of how caused and regardless of the underlying theory of recovery, and even if caused by the sole or concurrent negligence of the responsible party. 29. Force Majeure. When a time period is specified herein for the performance by either party of its obligations hereunder (except for the payment of money), such period shall be extended by the period that such parry's performance is prevented by reason of windstorm, hurricane, tornado, flood, earthquake or other acts of God or by war, riot, insurrection or workers' strike or by the unavailability of materials (each, an act of "Force Majeure"), however, in order for either party to take advantage of the extension provided above for an act of Force Majeure, such party must give written notice to the other party within five (5) days of the commencement thereof and must immediately commence performance of its obligations when the effect of the Force Majeure event has subsided. TO HAVE AND TO HOLD said Easement, together with all and singular, the rights and appurtenances thereto in anywise belonging unto Grantee, its successors and assigns during the Easement Term, subject to the terms and conditions hereof. The effective date of this Agreement (the "Effective Date") shall be the date this Agreement is last signed by Grantor or Grantee. [ Signatures of the Parties on Next Page ] City of Lubbock Easement Agreement Grantee— Grantor---- _ Page 15