Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2014-R0064 - Contract - Garney Companies Inc.- Well Field Supply Pipeline - 02_27_2014 (3)
Resolution No. 2014-R0064 February 27, 2014 Item No. 5.10 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract No. 11668 for Bailey County Well Field Supply Pipeline -Contract B, by and between the City of Lubbock and Gamey Companies, Inc., of Kansas City, Missouri, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on February 27, 2014 GLWWERTSON, MAYOR ATTEST: Reb4cca Garza, City S APPROVED AS TO CONTENT: k - &W ,,,I R. Keith Smith, P.E., Director of Public Works APPROVED AS TO FORM: Chad Weaver, Assistant City Attorney vw:ccdocsJRES.Contract-Gamey Co January 22, 2014 REVISED BID FORM #2 NO PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: December 19, 2013 PROJECT NUMBER: 914-11668-NW -Bailey County Well Field Supply Pipeline -Contract B Proposal of Garney Companies, Inc. (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of a Bailey County Well Field Supply Pipeline - Contract B, having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. ITEM NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT A AWWA C303 CONCRETE PRESSURE PIPE 1. 30" AWWA C303 BWCCP Class 150 LF 36,645 �rj0 _ '—' 5,4 `l(o,-4 So 2. 36" AWWA C303 BWCCP Class 150 LF 7,923 1 as. o_ 1 y (os' 77s5 3. Corrosion Monitoring Test Stations EA 60 (pao =? ¢ o 0 0 SUBTOTAL A B AWWA C905 PVC PIPE 1. 30" AWWA C905 PVC Pipe & Fittings - DR21 Class 200 LF 36,645 /s-:�-. ' 5 } 53,2 6 S 2. 36" AWWA C905 PVC Pipe & Fittings-DR21 Class 200 LF 7,923 /9? , `S 1 521 , Z1(o 3. Extra Ductile Iron Fittings TN 10 2 Saa -Ga ZS 00 4. Corrosion Monitoring Test Stations EA 60 SUBTOTAL B C ITEMS COMMON TO A & B 1. Trench Safety System LF C�/C� �Oc� ;' t�ir�/� :7L-t cl 2. Bored Crossings a. 54" I.D. SH 84/RR LF 333 �� a� �2 333 oao b. 54" I.D. FM 2641 LF 101 a'O o - 1 O c. 54" I.D. West Texas RR LF 110 "= Q,C)6 d. 54" I.D. CRMWA Pipeline Crossing LF 20 1 e. 54" I.D. Erskine Street LF 67 i oa LW 0 f. 54" I.D. FM 2255 LF 130 -' 1,003 13a c'7o Z' g. 54" I.D. 19` Street LF 99 I o `= 10D a h. 60" I.D. Milwaukee Ave. LF 130 Zoo �' 1516, vr,v 3. 8" Blowoff Valve Assembly EA 14 1B o o - j ZSZ oo O 4. 4" Air Valve Assembly EA 16 z 0 O p= 3 z J p J J 5. Access Manhole EA 1 Ib Dam 6 a -a 6. Concrete Encasement LF 150 165. �= 2 7 7S o 7. Permanent Steel Gate EA 5 8. Flexible Base Road Replacement p SY 8,800 REVISED BID FORM #2 9. Asphalt Road Replacement (County) SY 8,200 L11. S o 3y p ' 30 u 10. Asphalt Road Replacement (City) SY 17,400 L�� '2- -763o coo 11. Extra 2,000 PSI Concrete CY 250 J 1�2 ZZ S o 12. Extra Course Gravel CY 250 Z o . o o o 13. Extra Curb and Gutter LF 500 2 S. `'� 2 , So a 14. Existing 45-inch Bailey County Pipeline Connection LS 1 2 S —, n "- 2 S o o -, 15. 30-inch butterflyvalves l EA 12-, pna Zo oo- I6. 36-inch butterfly valves EA 1 2 3 svp =' 23 So:� 17. Seeding LF 5,500 z . " 1 c7 18.Mobilization LS 1 4IDa,Dpo -' G/pD ob 19. Plug and Cap Abandoned Water Wells EA 3 Lj 02 I Z oo SUBTOTAL C SINS 'g5 AMOUNT BID (ITEM A+ITEM C) io yyy ytoN r� ** Add (+) or Deduct (-) —1 aaa TOTAL AMOUNT BID (ITEM A + ITEM C) 9 H -i. 416'4 AMOUNT BID (ITEM B + ITEM C) ** Add (+) or Deduct (-) j loo,zaa TOTAL AMOUNT BID (ITEM B + ITEM C) q cost ,i o i? Offeror's Initials * C tractor shall estimate the quantity required for Trench Safety and include in the space provided. In no case shall the qu tity or Trench Safety be less than 44,709 linear feet. ** Provision is made for Bidder to include an addition or deduction in his bid, if he wishes, to reflect any last minute adjustments in price. The addition or deduction, if made, will be applied proportionately to the bid for items for pipe installation in A, or B as applicable. Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 296 (two hundred and ninety-six) CONSECUTIVE CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $2,500, (Two -Thousand Five Hundred Dollars) for Substantial Completion and $1, 000, (One -Thousand Dollars) for Final Completion for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $5, 000, (Five -Thousand Dollars) for each consecutive calendar day in excess of the 72 hour shutdown for completion of work for the existing Bailey County Pipeline tie-in, as more fully set forth in the contract documents. The proposed number of consecutive calendar days to substantial completion (Number followed by written): 2-33 T"A ttyr,rbx-r_-o T"g_C C— A The proposed number of consecutive calendar days to final completion (Number followed by written): J7 0.3 71fR-E..E litg&E_ A 9 _00E 7a 77MEFeAn,E REVISED BID FORM #2 Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of ninety (90) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Offeror's Initials REVISED BID FORM #2 Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ O ) or a Proposal Bond in the sum of FIVE ail C*—::,N i Dollars ($ o , which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THEXROPOSAL ovuma ■ ■:�a� rv�na a ■�ava� ■v a aw• v.� s�' (Seal if Offeror is a Corporation) ATTEST: SEAL " .SpJQ; SecretaryFi il►►► Offeror acknowledges receipt of the following addenda: v-11 I \. . 4. 11, V V v (Printed or Typed Name) Garvey Companies, Inc. Company 1333 NW Vivion Road Address Kansas City Clay City, County MO 64118 Addenda No. 1 Date 12/11 /13 State Zip Code Addenda No. 2 Date 12/17/13 Telephone: 816 - 741-4600 Addenda No. Date _ Fax: 816 - 741-4488 Addenda No. Date Email: sparrish@garney.com FEDERAL TAX ID or SOCIAL SECURITY No. 44-0658613 1VI/W BE Firm: Black American Native American Woman Hispanic American I Asian Pacific American Other (Specify) SEAL SHEET Division 0, 1, 2, 3, 9, 13, 15 - Freese and Nichols, INC. Texas Registered Engineering Firm F - 2144 THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY NICHOLAS LESTER, P.E., TEXAS NO. 97365 ON NOVEMBER 18, 2013. FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F- 2144. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. 201q- R006q Seal Sheet LUB12311— Bailey County Well Field Supply Pipeline — Contract B CITY OF LUBBOCK BAILEY COUNTY WELL FIELD SUPPLY PIPELINE CONTRACT B DIVISION 0 BIDDING AND CONTRACT REQUIREMENTS Contractor Checklist Notice to Offerers - . Texas Local Government Code Proposal Submittal (must be submitted by published due date & time) Unit Price Proposal Submittal Form Contractors Statement of Qualifications City of Lubbock Insurance 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 _a Certificate of Insurance Contract General Conditions of the Agreement Davis Bacon Wage Determinations 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 01656 Disinfecting of Water Utility Distribution 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 02255 Earth Fill Classification 02256 Aggregate Fill Classification Table of Contents TOC-1 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 02257 Controlled Low Strength Material (Flowable Fill) 02270 Seeding for Erosion Control 02314 Pipeline Crossing Highways, Streets, and Railroads by Tunneling 02575 Paving Repair and Resurfacing 02614 Bar -Wrapped Concrete Cylinder Pipe 02622 PVC Pressure Pipe and Fittings 02626 Steel Pipe DIVISION 3 CONCRETE Section 03301 Cast -In -Place Concrete DIVISION 9 FINISHES Section 09960 High Performance Coatings DIVISION 13 SPECIAL CONSTRUCTION Section 13114 Corrosion Monitoring System DIVISION 15 MECHANICAL Section 15101 Gate Valves 15103 Butterfly 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 — Railroad Crossing Permit Table of Contents TOC-2 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B i BIDDING AND CONTRACT REQUIREMENTS City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP # 14-11668-MA Before submitting your bid, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original copy of every item listed. 1. X Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. In case of a discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit Price will be taken." Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. X Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. X Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 4. X Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 5. X Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 6. X Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 7. X Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include farm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 8. X Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 9. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. Garnet/ Companies, Inc. (Type or Print Company Name) Page Intentionally Left Blank INDEX 1. NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. TEXAS GOVERNMENT CODE § 2276 4. PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. PROPOSED LIST OF SUB -CONTRACTORS E 5-1. FINAL LIST OF SUB -CONTRACTORS 6. PAYMENT BOND 7. PERFORMANCE BOND 8. CERTIFICATE OF INSURANCE 9. CONTRACT 10. GENERAL CONDITIONS OF THE AGREEMENT 11. DAVIS-BACON WAGE DETERMINATIONS 12. SPECIAL CONDITIONS (IF APPLICABLE) 13. SPECIFICATIONS Page Intentionally Left Blank No Text x : x + f¢+f NOTICE TO OFFERORS RFP # 14-11668411A Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management, City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 3:00 pm on December 19, 2013, 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: "BAILEY COUNTY WELL FIELD SUPPLY PIPELINE CONTRACT B" After the expiration of the time and date above first written, said sealed proposals will be opened in Council Chambers of City Hall and publicly read aloud. It is the sole responsibility of the proposer to ensure that their proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of the date above first written. The Contractor is only required to submit one original copy of every item listed on the Contractor Checklist in the proposal submittal. Proposals are due at 3:00 pm on December 19, 2013, and the City of Lubbock City Council will consider the proposals on January 23, 2014, 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 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 12, 2013 at 11:00 am, at City Hall, 1625 13th Street, Room 103, Lubbock, Texas. Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at www.thereproductioncompany.com. ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE __. REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within Sixty (60) days after the opening of bids. Additional sets of plans and specifications may be obtained at the bidder's expense. 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 Director of Purchasing and Contract Management 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. 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 Director of Purchasing and Contract Management 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 Marta Alvarez DIRECTOR OF PURCHASING AND CONTRACT MANAGER 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 BAILEY COUNTY WELL FIELD SUPPLY PIPELINE CONTRACT B per the attached specifications and contract documents. Sealed proposals will be received no later than 3:00 pm on December 19, 2013, 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 14-11668-MA, BAILEY COUNTY WELL FIELD SUPPLY PIPELINE CONTRACT B" and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management 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 for 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 on December 12, 2013 at 11:00 am at City Hall, 1625 13th Street, Room 103, City Council Chambers, Lubbock, Texas, 79401. All persons attending the meeting are required to identify themselves and the prospective proposer they represent. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -proposal meeting to offerors who do not attend the pre -proposal meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at www.bidsync.com. We strongly suggest that - you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Director of Purchasing and Contract Management Manager. At the request of the proposer, or in the event the i Director of Purchasing and Contract Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Director of Purchasing and Contract Management Manager. Such addenda issued by the Director of Purchasing and Contract Management Office will be available over the Internet at hqp://www.bidsync.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Director of Purchasing and Contract Management Office no later than seven (7) calendar days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Director of Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than seven (7) calendar days prior to the opening of proposals. 5 PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing _ offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(b) 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY OFFERORS It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. 12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Director of Purchasing and Contract Management Office no later than seven (7) calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN THREE (3) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: City of Lubbock Marta Alvarez Director of Purchasing and Contract Management 1625 131h Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: malvarez@mylubbock.us Bidsync: www.bidsync.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be s4stanti lly ,.,.mplete .,.idii 232 AEAIER��Y-9 substantially completed within 296 CONSECUTIVE CALENDAR DAYS and Final completed within 326 COSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, 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. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within TWO years from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to a maximum of five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of a proposer the following information: (a) The experience record of the proposer showing completed jobs of a similar nature to the one 1- covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the proposer. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, both known and unknown, cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 24 CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The proposer' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of - the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, $20 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. House Bill 2015, signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly classify individuals performing work under a governmental contract will be penalized $200 for each individual that has been misclassified. (Texas Government Code Section 2155.001). 28 PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. 29 PREPARATION FOR PROPOSAL 29.1 The form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be bidder shall submit his bid on forms furnished by the City, and all blank spaces in the changed for the purpose of correcting an error in the bid price. 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 29.3.1 Proposer's name 29.3.2 Proposal for the Bailey County Well Field Supply Pipeline, Contract B. 29.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. 30 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. 31 QUALIFICATIONS OF OFFERORS The proposer may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 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 2276. The Maximum Point value is equal to 100 points. The weight factor is 60% for Price, 25% for Contractor Qualifications, 5% for Safety Record, and 10% for Construction Time. The selection criteria used to evaluate each proposal includes the following: 32.1 60% PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor = Price Score. 32.2 25% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and past experience with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications" and any past experience with the contractor. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.3 5% SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses you provide in your "Safety Record Questionnaire" and the Contractors Experience Modification Ratio. The Contractor must submit this ratio with his bid. Contractors with an Experience Modification Ratio greater than 1 will receive zero points for safety. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed as well as the Experience Modification Ratio. 32.4 10% CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value x Weight Factor = Construction Time Score 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 $ 11,293,000 Proposals shall be made using the enclosed Proposal Submittal Form. 33 SELECTION 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and maybe rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind " 34. ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 34.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 35 PREVAILING WAGE RATES 35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project. 35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 35.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Proposers may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: http://www.wdol.aov/dba-aspx 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. TEXAS GOVERNMENT CODE 42276 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 a governmental entity shall follow the procedures prescribed by Subchapter D, Chapter 2267, Government Code. (a-1) In this section "facility" means an improvement to real property. (b) The governmental entity shall select or designate an engineer or architect to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. (c) The governmental entity shall provide or contract for, independently of the contractor, the inspection services, the testing of construction materials engineering, and the verification testing services necessary for acceptance of the facility or project by the governmental entity. The governmental entity shall select those services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify them in the request for proposals. (d) The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria, estimated budget, project scope, schedule, and other information that contractors may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. (e) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and, if any are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of opening the proposals, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. (f) The governmental entity shall select the offeror that offers the best value for the governmental entity based on the published selection criteria and on its ranking evaluation. The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the governmental entity is unable to negotiate a contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. (g) In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. Page Intentionally Left Blank .. . , ., ,. -, ; , _ ,>, ;. �.. .:, ,. , , .. . .. , , ., , , . . , � ..;" .. .., � , . , .. .. � .. '. . . ¢, A c .. , , y 1 �.� � � ii ¢_ ... ' .. .. ��� ii . � i� .1'.;. ff � ¢ C.• ¢ � � � � � o .� _I '. �11 .. .' :. c .'. r. .. L .. .. i ] •. :, .. ,,. r: C .. , 1 r � �; ., . .r L 1 1 n 11¢ '1 .r� p' .. .. .. ¢' x. .. ,' .. .. .. ,� .A , '. � .. .. � � . ',. '. r .' .'' i • s �: .. ,: .. � ... � RA t .. '.w n. .". " a, � '.':: v r ,... 1 ry � i I No Text r __ .- __ _ _ ___ _, __� _ __ . _,y _,q _ No Text I�nll CAI . ��II ���� � .: 1� �� y� .. � 1 �� .� C, .; 7� .� a: '• 0 .. 1 � ,- �N ,� 'i .� 1 .r .i .� :r .� 1 .1 M � .� .0 .r L .� .� .� :. �� •L •� i � Y. �� Yi �� r •1 7 1 1 1 !� •� _. 7 '� i 1 1 .. � Y � � .. .r •1 .� �1 I !1 N No Text REVISED BID FORM #2 PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE; December 19, 2013 PROJECT NUMBER: #14-11668-MA - Bailey County Well Field Supply Pipeline - Contract B Proposal of Gamey Companies, Inc. (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen; The Offeror, in compliance with your Request for Proposals for the construction of a Bailey County Well Field Supply Pipeline - Contract B, having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in nerfnrmina the work TP.nnire..d under"the rnntrant tlnenments ITEM NO. DESCRIPTION UNIT ESTIMATED UANTI TY UNIT PRICE EXTENDED AMOUNT A AWWA C303 CONCRETE PRESSURE PIPE L 30" AWWA C303 BWCCP Class 150 LF 36,645 /50 _ '.= 5, y qt„,-4 5 o 2. 36" AWWA C303 BWCCP Class 150 LF 7,923 1 ISS. oM 3. Corrosion Monitoring Test Stations EA 60 (`,o�, �_z } o o SUBTOTAL A B AWWA C905 PVC PIPE t. 30" AWWA C905 PVC Pipe & Fittings - DR21 Class 200 LF 36,645 2. 36" AWWA C905 PVC Pipe & Fittings - DR21 Class 200 LF 7,923 %9 a SZi b 3. Extra Ductile Iron Fittings TN 10 Z'Saa `?p 4. Corrosion Monitoring Test Stations EA 60 SUBTOTAL B 3 D 5 -qe I C ITENIS COMMON TO A & B 1. Trench Safety System 09 %•,8 2. Bored Crossings a. 54" LD. SH 84/RR LF 333 po f'' 33 00-0 b. 54" T.D. FM 2641 LF 101 1 ta1 o - l0 l 0-0— a 54" I.D. West Texas RR LF 110 poq V4 , I ot)') d. 54" T.D. CRMWA Pipeline Crossing LF 20 �� R-! 7 a e. 54" LD. Erskine Street LF 67 I p °? Co ,, f. 54" J.D. FM 2255 LF 130 1 o as 12 l 3a is q o g. 54" I.D. 19 Street LF 99 h. 60" I.D. Milwaukee Ave. LF 130 1 , Z0. °�' 6 v>a 4 3. 8" Blowoti Valve Assembly EA 14 l e p a -0 - 252'1 o © 0 4. 4" Air Valve Assembly EA 16 Z o I)Q o �-' 2-0" 0 S. Access Manhole ' EA 1 lo Dvo 16 v a v 6. Concrete Encasement LF 150 16 S °-` 2 7 -7E; C' 7, Permanent Steel Gate 8. Flexible Base Road Replacement SY 8,800 l ° 0 l .2- .p 1 No Text REVISED BID FORM #2 9.Asphalt Road Replacement (County) SY 8,200 10. Asphalt Road Replacement (City) SY :17,400 S 11. Extra 2,0.00 PSI Concrete CY 254 J o "�' Z�.rS pry !2, Lxtra course Grave! CY 254 z p o a a 13. Extra Club and Gutter LF 500 r l4. Existing 45-inch Bailey County Pipeline Connection LS 1 s ap a •— 25 / 00 1 15, 30-inch butterfly valves EA 1 n a 2 �o 00 16. 36-inchbutterfly valves EA�� �9 2 Y, S o ri. Seeding LF 5,500 Z _ -= l 18. Mobiliiation LS 1 4100, DO q b a / wo b { 19. Plug and Cap Abandoned Water Wells EA 3 G1 a�� -- 17 o SUBTOTAL C c/L!5 eS AMOUNT BID (iTM A+ITiIM C) is ** Add (+) or Deduct ( ) j TOTAL AMOUNT BID (ITEM A + ITEM C) -2 AMOUNT BID (ITEM B +ITEM C) #* Add (+) or Deduct (-) 1oa , �zaa TOTAL AMOUNT BID (ITEM B +ITEM C) Offeror's Initials * C tractor shall estimate the quantity required for Trench Safety and include in the space provided. In no case shall the qua tity or Trench Safety be less than 44,709 linear feet. ** Provision is made for Bidder to include an addition or deduction in his bid, if he wishes, to reflect any last minute adjustments in price. The addition or deduction, if made, will be applied proportionately to the bid for items for pipe installation in A, or B as applicable. Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 296 (two hundred and nfnety six) CONSECUTIVE CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $2,500, (Pwo-ThousandFlve hundred Dollars) for Substantial Completion and $1, 000, (One -Thousand Dollars) for Final Completion for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $5, 000, (Five -Thousand Dollars) for each consecutive calendar day in excess of the 72 hour shutdown for completion of work for the existing Bailey County Pipeline tie-in, as more fully set forth in the contract documents. The proposed number of consecutive calendar days to substantial completion (Number followed by written): The proposed number of consecutive calendar days to final completion (Number followed by written): DOE -70 'r?,Atf'Fv_a,--,,E- Fcz 7 e -�nl 2 L. Offeror's Initials N No Text REVISED BID.FORM #2 Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ d or a proposal Bond in the sum of iV�GN Dollars ($, which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the prroposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demaind. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THENROPOSAL SUBMITT EM PRIOR TO PROPOS t� ,., i (Seal if Offeror is a Corporation) ATTEST: SEAL y 5 Secretary Offeror acknowledges receipt of the following addenda: Addenda No. 1 Date 12/11 /13 Addenda No. 2 Date 12/17/13 Addenda No. Date Addenda No. Date (Printed or Typed Name) Gamey Companies, Inc. Company 1333 NW Vivion Road Address Kansas City Clay City, County Mo 64118 State Zip Code Telephone: 816 - 741-4600 Fax: 816-741-4488 Email: sparrish@garneycom FEDERAL TAX ID or SOCIAL SECURITY No. 44-0658613 M"E Firm: I I Woman Black American Native American His anie American Asian Pacific American I I Other (Specify) 4 No Text THE AMERICAN INSTITUTE OF ARCHITECTS :AIA 0606M6M A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THATIHIE Garnet' Companies, Inc. 1333 NW Vivion Road Kansas City, MO 64118 as Principal, hereinafter called the Principal, and National Fire Insurance Company of Hartford / Liberty Mutual Fire Insurance Com an a corporation duly organized under the laws of the State of�t�.►Isr ; as Surety, hereinafter called the Surely, are held and firmly bound unto pity of Lubbock 1625131h Stu et Lubbock TX 7940 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid Dollars ( 5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surely, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. J WHEREAS, the Principal has submitted a bid for Bailey County Well Field. Supply Pipeline Contract B NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee' in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter _ such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may In good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 19th day of December Chicago, IL 60685 LiMitofLiabft. 11,805,000 - State ofIncorporatioa: IL A1A DOCUMENT A310 • BID BOND • AIA • FEBIWARY 1970 ED. • TIM AMNIUCAN INSTITUTE OF ARCHITEGTS,1735 N.Y. AVL., N.W., WASHINGTON, D.C. 2W% Surety Phone No. 312/776-7276 2013 No Text Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company at a meeting held on May 12,1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25'h day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise In an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company," ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10,1995: "RESOLVED: Thal any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer maysign will be provided in writing by the Senior or (Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 250'day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided In original, hard copy format, may be provided via facsimile or othenise in an electronic format (collectively, "Electronic Signatures"); Now therefore be It resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of0rectors of the Company by unanimous written consent dated May 10,1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of - attorneys on behalf of American Casualty Company of Reading, Pennsylvania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25s' day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory Instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." No Text State of Texas COMPLAINT NOTICE: Should any dispute arise about your premium or about a claim that you have filed, write to the company that issued the bond or RoliM. If the problem is not resolved, you may also write to the State Board of Insurance, P.O. Box 149091, Austin, TX 78714-9091, FAX #(512) 475-1771. This notice of complaint procedure is for information only and does not become part or condition of this bond or policy. CLAIM NOTICE ENDORSEMENT: In accordance with Section 2253.021(f) of the Texas Government Code and Section 53.202(6) of the Texas Property Code any notice of claim to the named surety under this bond(s) should be sent to: (312)755-7276 National Fire Insurance Company of Hartford, CNA Plaza Chicago, IL 60685 "DISCLOSURE OF GUARANTY FUND NONPARTICIPATION" TEXAS SENATE BILL 255 In the event National Fire Insurance Company of Hartford is unable to fulfill it's contractural obligations under this policy or contract or application or certificate of evidence of coverage, the policyholder or certificate holder is not protected by an insurance guaranty fund or other solvency protection arrangement. No Text "DISCLOSURE OF GUARANTY FUND NONPARTICIPATION" TEXAS SENATE BILL 255 In the event Liberty Mutual Fire Insurance Company is unable to fulfill it's contractural obligations under this policy or contract or application or certificate of evidence of coverage, the policyholder or certificate holder is not protected by an insurance guaranty fund or other solvency protection arrangement- No Text CONTRACTORS STATEMENT OF QUALIFICATIONS Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non- responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: Contractor's General Information Organization Doing Business As Business Address of Principle Office Telephone Numbers Main Number Fax Number Web Site Address Form of Business (Check One) a . Date of Incorporation State of Incorporation Chief Executive Officer's Name President's Name Vice President's Name(s) Inc. id 118 Scott Parrish Mike Gardn Greg Harris Tim Behler Tony Kempf Matt Foster Jeff Lacy Steve Ford Jason Seubert I Tom Dahl Wayne O'Brien An Individual The corvorate officers listed above complete this list. I Gamey is a 100% emolovee-owned company with 6 8 Contractor's Statement of Qualification El Contractor's Organizational Experience Organization Doing Business As Gamey Companies, Inc. Business Address of Regional Office 1333 NW Vivion Road Kansas City, MO 64118 Name of Regional Office Manager Scott Parrish Telephone Numbers Main Number (816) 741-4600 Fax Number (816) 741-4488 Web Site Address www.gamiey.com List of names that this organization currently, has or anticipates operating under over the history of the or anization, including the names of related companies present!y doing business: Names of Organization From Date To Date Encore Construction Group, Inc. 2012 Present Weaver Construction Management, Inc. 2011 Present Gamey New Mexico, Inc. 2005 Present Grimm Construction Company, Inc. 2002 Present List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization I Percent Ownership Garvey Holding Co. is the parent organization of all the subsidiaries listed above. I 100% Years experience in projects similar to the proposed project: 52 years As a General Contractor 152 years I As a Joint Venture Partner NIA 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 litigation? No If yes provide full details In a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials defined In the contract documents? No If yes provide full details in a separate attachment. See attachment No. ill Contractors Statement of Qualification 9 �-oµ� Contractor's Proposed Key Personnel W13 Organization Doing Business As I Gamey Companies, 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. 1 See attached Corporate Organizational Chart. Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No. 2 See attached Project Organizational Chart. 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. Role Primary Candidate Alternate Candidate Project Manager John Sedbrook N/A Project Superintendent Reg Pare Curds Hefle Project Safety Officer Jamie BI stone N/A Quality Control Manager Taylor Osgood Jarrod Weber 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 quallfications 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. 8 Contractors Statement of Qualification 10 10 Nan. Proposed Project Managers i Organization Doing Business As Gamey Companies, Inc. Name of Individual John Sedbrook Years of Experience as Project Manager 12 Years of Experience with this organization 12 Number of similar projects as Project Manager g Number of similar projects in other positions 0 Current Project Assignments Name of Assignment Percent of Time Used Estimated Project for this Project Completion Date Clearwater Ranch Well Field Development & Delive 50% June 2014 Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference Name Jay Edwards Name Jose Cuevas Title/ Position Owner Representative Titie/ Position President Organization Midland County Fresh Water Dist. Organization Midland County Fresh Water Dist Telephone 432 697-1447 Telephone 432 694-3020 E-mail jedwards@team-psc.com E-mail jcuevas@jumburdto.com Project T-Bar Well Field Development Project T-Bar Well Field Development Candidate role project Manager on Project Name of Individual Candidates role Project Manager on Project N/A Years of Experience as Project Manager Years of Experience with this organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Proiect Estimated Project Completion Date Name Name Title/ Position Title/ Position Organization O anization Telephone Tele hone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Contractors Statement of Qualification 179 aProposed Project Superintendent Reference Contact Information Qjnames indicates oval to contacting the names individuals as a reference Name Larry Catalano Name Jay Edwards Title/ Position Capital lrnprovements Mana er Title/ Position Owner Representative Or aniration feRy of Aymm, CO Organization Midland CoupFresh Water Dist Tel hone p Telephone 97_ 7 E-mail I n aurora ov.o E-mail kghw d tea .corn Project Pra Waters Conveyance PipWin Pro'ect T.-Bar Well Eleld Development Candidate role on Pro'ect Name of individual Quality Control Manager Candidate role on Project ;_ Curtis Hefle Project Superintendent Years ofExperience as Project Superintendent 22 Years of Experience with this organization 17 Number of similar projects as Superintendent 20 Number of similar projects in other positions p Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Southem Water Transmission Main Phase 11 100% Mav 2014 E•wau Project Northern R ion Utility Im Project Transmission Main Re meat Candidate role on Candidate role Project Project Superintendent on pro-e4 Project Superintendent 10 Contractors Statement of Qualification 12 Proposed Project Safety Officer Organization Doing Business As Name of Individual Gamey Companies, Inc. Jamie Blystone Years of Experience as Project Safety Officer 12 Years of Experience with this organization 6 Number of similar projects as Safety Officer 20 Number of similar projects in other positions 0 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Jamie Is Game 's Central Regional Safe 25% ap x. per project Ongoing Manager and his time is spent on several projects. Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference Name Rob Kellogg Name Dave Redlin Title/ Position Director of Safety Title/ Position Owner Organization ABC Heart of America Chapter Organization Progressive Environmental Telephone 815 766-0885 Telephone 913 406-2825 E-mail rob@abcksmo.org E-mail dave safet dave.biz project N/A Pro ect N/A Candidate role on Project Safety Manager Candidate role on Project Safety Manager Name of Individual N/A Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used Estimated Project for this Proiect Completion Date Title/ Position Candidate role I Candidate role on Project on Project 11 Contractors Statement of Qualification 13 Proposed Project Quality Control Manager Organization Doing Business As - Name of Individual Gamey Companies, Inc. Taylor Osgood Years of Experience as Quality Control Manager 5 Years of Experience with this organization 5 Number of similar projects as Quality Manager 6 Number of similar projects in other positions 0 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date City of Gillette Madison Pipeline Project Contract 4A 100% December 2013 Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference Name Michael H. Code, P.E. Name Title/ Position Title/ Position Organization Ci of Gillette, WY Organization Telephone Telephone E-mail E-mail Project Madison Pipeline Project 4A Project Candidate role Quality Control Manager on Project Name of Individual Candidate role Quality Control Manager on Pro'ect Jarrod Weber Years of Experience as Quality Control Manager 6 Years of Experience with this organization 2 Number of similar projects as Quality Manager 4 Number of similar projects In other positions 1 0 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Cheyenne Southern Water Transmission Main Ph. 11 100% May 2014 Name Jay Edwards Name Jose Cuevas Title/ Position Owner Representative Title/ Position President Organization Midland County Fresh Water Dist_ Organization Midland County Fresh Water Dist Telephone 432 697-1447 Telephone 432 694-3020 E-mail jedwards@teani-pac.com E-mail jcuevas@Jumburrito.com Pro ect T-Bar Well Field Development Proect T-Bar Well Field Development Candidate role on Pro ect Quality Control Manager Candidate role on Project Quality Control Manager 12 Contractors Statement of Qualification 14 Contractor's Project Experience and Resources Organization Doing Business As Gamey Companies, 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: See Attachment No. 3 1. Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost control 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meeting HUB / MWBE Participation Goal Provide a list of major equipment proposed for use on this project. Attach Additional Information if necessary Equipment Item Primary Use on Project Own BWill Lease CATERPILLAR 349 EXCAVATOR TRENCH EXCAVATION / PIPELAYING X CATERPILLAR 329 EXCAVATOR TRENCH BACKFILL X JOHN DEERE 644 LOADER PIPE UNLOADING / ROW PREPARATION X JOHN DEERE 624 LOADER AGGREGATE / SPOIL HAULING X CATERPILLAR 140M MOTOR GRADER ROW PREPARATION / CLEAN UP X JOHN DEERE 850 CRAWLER DOZER ROW PREPARATION / CLEAN UP I X CATERPILLAR 420 BACKHOE SUPPORT CREW / UTILITY LOCATES X MISCELLANEOUS PICK-UP TRUCK 2 EA MISCELLANEOUS UTILITY VEHICLE X ASSORTED TRENCH SAFETY EQUIPMEN , GENERATORS, PUMPS, MISC. X • lamp M-IN11111111101- • What work will the organization complete using its own resources? Gamey generally completes the following areas of work with its own resources: topsoil stripping, ROW preparation, pipe unloading and material handling, excavation, pipe installation joint bonding and grouting, interior and exterior grout and shrink sleeve, excavation backfill including concrete and flowable fill encasement, appurtenance installation, carrier pipe installation in bored or tunneled crossings, general surface restoration, CP test station installation, hydrostatic testing, and final clean up. What work does the organization propose to subcontract on this project? Gamey generally subcontracts the following areas of work: land clearing, hard rock trenching, cathodic protection impressed current system, road boring / tunneling, pipeline welding, asphalt paving, fence and gate work, erosion control installation and monitoring, coatings systems, CP system commissioning and testing, weld inspection / testing lab, surveying, spoil haul off, and re -vegetation. 13 Contractors Statement of Qualification 15 rkNAt- Contrador' s S ibcontradors and Vendors Organization Doing Business As Provide a list of subcontractors that will provide more than 10 ew of the work aced on contract amounts Name Work to be Provided Est. Percent J HUBIMWBE of Contract I Firm Provide information on the proposed key personnel, project experience and a description of past relationship and work emperience for each subcontractor listed above using the Piect Information Forms. Provide a list of maior eauioment aroaosed for use on this aroiect_ Attach Additional Information if necessary I I Furnish I HUBIM Vendor Name Equipment / Material Provided �yhand 1j WBE Install Firm ;f SiEc L% ST i � ---,&lp"C ""- 6 Twt rJ I-E(L. 14 Contractors Statement of Qualification 16 Attachment A Current Projects and Project Completed within the last 10 Years Project Owner North Texas Municipal Water District Project Name Lake Texoma Outfall to Wylie WTP Pipeline General Description of Project: CMAR project that includes 206,000 LF of 96" steel waterline and 47,500 LF of 84" steel waterline Project Cost 1$285,363,105 1 Date Project Completed 1/31/2014 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Mana er Name David Burkhart Chris Roberts Dee Sander Joe Monteleone Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Scott Taylor Water Conveyance Mgr North Texas Mun. Water (972) 442-5405 staylor@ntmwd.com Designer Jeff Payne Principal Freese & Nichols 214 217-2200 freese.com Construction Manager Scott Parrish Vice President Gam Construction 816 746-7224 sparrish@gamey.com Project Owner I Tarrant Regional Water District Project Name I Ea le Mountain Connection Pipeline, Contract B General Description of Project: 47,000 LF of 84" and 400 LF of 78" mortar lined, polyurethane coated, steel pipe; concrete structures Project Cost 1$43,677,746 1 Date Project Completed 5/5/2008 Key Project Personnel Project Manager Prom Superintendent Safety Officer I Quality Control Manager Name Scott Parrish Chris Roberts I Steve McCandless David Burkhart Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Wesley Cleveland Western Division Director. Tarrant Regional Water 817 335-2491 wcleveland trwd.com Designer Robert Allen Associate Construction M r Freese & Nichols 817 735-7300 rca freese.com Construction Manager N/A Project Owner I City of Aurora, Colorado Project Name I Prairie Waters Project Conveyance System Pipeline General Description of Project: 75,100 LF of 60" and 17,160 LF of 30" mortar lined steel pipe; 640 LF of 72" tunnels; cathodic protection system Project Cost $31,105,879 1 Date Project Completed 1 7/23/2010 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Keith Lemaster Phil Wemer / Gil Duran Steve McCandless Reg Pan: / Nate Miller Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Lagy Catalano Capital im rovements Mgr City of Aurora 720 859-4332 Icatalan@auroragov.org Designer Chad Roark Project Engineer MWH (303) 382-4952 chad.roark@us.mwhglob Construction Manager N/A *SEE ATTACHED LIST OF CURRENT & RECENTLY COMPLETED PROJECTS. 15 0 I.com Pro ect Information o Project Owner Midland CountyFresh Water District No. 1 Project Name T-Bar Well Field Development & DeliveryProject General Description of Project z Design -build project including 205,500 LF of 48" steel waterline, 105,250 LF of 48" C303 waterline, 130,000 LF of 6" to 36" PVC pipe, rock excavation, auger U) bores, and manholes. Black & Veatch designed the pipe and structures and constructed the wells, tanks, high pressure pump station, and terminus structure. 3 CD OEM a Budget History Schedule Performance Amount % of Bid Date Days Amount 0 Bid $95,128,571 Notice to Proceed 3/6/2012 ' Change Orders Contract Substantial Completion Date at Notice to Proceed 5/3112013 Owner Enhancements $1,930,241 2.0% Contract Final Completion Date at Notice to Proceed 1/31/2014 Unforeseen Conditions Change Order Authorized Substantial Completion Date N/A Design Issues Change Order Authorized Final Completion Date NIA Total $1,930,241 2.0% Actual / Estimated Substantial Completion Date 5/14/2013 Final Cost $97,058,812 Actual / Estimated Final Completion Date 5/14/2013 Project Manager Project Sup Safety Officer Quality Control Manager Name John Sedbrook Phil Werner Jamie Blystone Jarrod Weber Percentage of Time Devoted to the Project 100% 100% 20% 100% Proposed for this Project Yes Yes Yes Yes Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner Jay Edwards Owner Representative Midland Co. District No. 1 432-697-1447 jedwards0team-psc.com Designer Todd Larson Associate Vice President Black & Veatch 720-834-4343 larsontr@bv.com Construction Manager N/A Sure!X I Douglas Joycee Account Manager Thomas McGee, LC 81 &-842-4800 d,'oyce@thomasmogee.com Number of Issues Total Amount involved in Number of Issues Total Amount involved in Resolved None Resolved Issues None Pendin None Resolved Issues None O7 16 t 0 0 4 v 0 0 w 3 0 o_ 0 c v 0 n Protect mtormation Project Owner I Midland County Fresh Water District No. 1 1 Project Name T-Bar Extension General Description of Project Design -build project extending the 48" T-Bar water transmission main from a terminus facility five miles outside of town to a live tie-in to the. City of Midland's current water system. 25,000 LF of 48" steel pipe, 40,000 LF of 16" C905 PVC distribution tine, 5 MG elevated water tank, and a chlorination facility. Budget History Schedule Performance Amount 0/6 of Bid Amount Date Days Bid $21,590,649 Notice to Proceed 6/1/2012 Change Orders Contract Substantial Completion Date at Notice to Proceed 5/31/2013 Owner Enhancements $1,314,227 6.1% Contract Final Completion Date at Notice to Proceed 6/30/2013 Unforeseen Conditions Change Order Authorized Substantial Completion Date N/A Design Issues Change Order Authorized Final Completion Date WA Total 1$1,314,227 1 6.1% Actual / Estimated Substantial Completion Date 5/31/2013 Final Cost $22,904,876 Actual / Estimated Final Completion Date 6/30/2013 Project Manager Project Sup Safety Officer Quality Control Manager Name Rob Fulls Reg Pare Jamie BI stone Jarrod Weber Percentage of Time Devoted to the Project 100% 100% 20% 100% Proposed for this Project No Yes Yes Yes Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner Jay Edwards Owner Representative Midland Co. District No. 1 432-697-1447 jedwards@team-psc.com Designer Todd Larson Associate Vice President Black & Veatch 720-834-4343 larsontr@bv.com Construction Manager N/A I i Sure Dou las Jo ce Account Manager I Thomas McGee, LC 816-842-4800 d a c thomasmcgee.00m Number of Issues Total Amount involved in Number of Issues Total Amount involved In Resolved I None Resolved Issues I None Pending None Resolved Issues None 16 n 0 d 0 z N a m 3 m 0 A v g 0 0 rro e= rnrormaUon Project Owner Peace River Manasota Regional Water Su I Auth. Project Name T —Regional Integrated Loop System Ph 3A Interconnect General Description of Project 47,500 LF of 48" steel pipeline connecting the Carlton WTP to the Preymore/681 Interconnect, construction of high service regional pump station, 5 MG concrete water storage tank, 210 LF subaqueous crossing of the Myakka River via micro tunneling with 60" casing, and the construction of all pipeline appurtenances. Budget History Schedule Performance Amount % of Bid Date Days Amount Bid $18,385,256 Notice to Proceed 2/1512010 Change Orders Contract Substantial Completion Date at Notice to Proceed 11/4/2011 Owner Enhancements Contract Final Completion Date at Notice to Proceed 12/4/2011 Unforeseen Conditions Change Order Authorized Substantial Completion Date NIA Design Issues Change Order Authorized Final Completion Date N/A Total ($171,652) (0.9%) Actual / Estimated Substantial Completion Date 7/25/2011 Final Cost $18,213,604 Actual / Estimated Final Completion Date 8/25/2011 Project Manager Project Sup Safety Officer Quality Control Manager Name Rob Fuits Curtis Hefley Jamie Blystone Joe Monteleone Percentage of Time Devoted to the Project 100% 100% 20% 100% Proposed for this Project No Yes Yes No Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner Pat Lehman Executive Director Peace River Manasota 941-316-1776 plehman@regionaiwater.org Designer Ken Wilson Vice President Atkins North America 813-281-8385 kwilson@pbsj.com Construction Manager WA Sure Douglas Joyce Account Manager 1 Thomas McGee, LC 816-842-4800 d'o ceC?thamasm ee.com �_.. =3212= #31,. Number of Issues Total Amount involved in Number of Issues Total Amount involved in Resolved None Resolved Issues N one Pending None Resolved Issues None 16 L t PM I1UU1 n Bid $13,542,985 Notice to Proceed 8/15/2011 Change Orders Contract Substantial Completion Date at Notice to Proceed 8/20/2012 Owner Enhancements $795,468 5.8% Contract Final Completion Date at Notice to Proceed 9/20/2012 Unforeseen Conditions Change Order Authorized Substantial Completion Date N/A Design Issues Change Order Authorized Final Completion Date N/A Total $795,468 5.8% Actual / Estimated Substantial Completion Date 8/20/2012 Final Cost $14,338,453 Actual / Estimated Final Completion Date 9/20/2012 Project Manager Project Sup Safety Officer Quality Control Manager Name David Burkhart Chris Roberts Jamie Blystone Jarrod Weber Percentage of Time Devoted to the Project 50% 100% 20% 1000/0 Proposed for this Project No No Yes Yes Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner Dab Daniel General Manager Republican River Water 970-332-3552 deb.daniel@rrwcd.com Designer Steve Townsley Project Manager GEI Consultants 303-662-0100 sownsley@gelconsultants. Construction Manager N/A Number of Issues I Total Amount involved In I Number of Issues j Total Amount involved in Resolved None Resolved Issues None Pending I None Resolved Issues None I 12 16 A, a N N rro ect m;ormaaon Project Owner Tarrant Regional Water District Project Name Ea le Mountain Connection Pipeline, Contract B General Description of Project Installation of 47,000 LF of 84" and 400 LF of 78" mortar lined, polyurethane coated steel pipe, several large underground cast -in -place concrete structures, two above -ground electrical buildings, more than 650 LF of 102" tunnels under existing roadways, subaqueous installation of 700 LF of 780 Hobas pipe, outlet structure Installed in Eagle Mountain Lake in waters as deep as 30 feet, 23,000 LF of rock trenching, and installation of pipe in urban conditions adjacent to and into existing Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $41,718,094 Notice to Proceed 9/1/2006 Change Orders Contract Substantial Completion Date at Notice to Proceed 1/1/2008 Owner Enhancements $1,959,649 4.7% Contract Final Completion Date at Notice to Proceed 2/1/2008 Unforeseen Conditions Change Order Authorized Substantial Completion Date 5/5/2008 Design Issues Change Order Authorized Final Completion Date 6/5/2008 Total $1,959,649 1 4.7% Actual / Estimated Substantial Completion Date 5/5/2008 Final Cost $43,677,743 Actual / Estimated Final Completion Date 6/5/2008 Project Manager Project Sup Safety Officer Quality Control Manager Name Scott Parrish Chris Roberts Steve McCandless David Burkhart Percentage of Time Devoted to the Project 50% 100% 20% 100% Proposed for this Project Yes No No No Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for chance. Name Title/ Position Organization Telephone E-mail Owner Wesley Cleveland Western Division Director Tarrant Regional Water 817-335-2491 wcleveland@trwd.com Designer Rusty Gibson Design Engineer Freese & Nichols Eng. 817-735-7300 rig@freese.com Construction Manager N/A Surety Douglas Jo ce Account Manager Thomas McGee, LC 816-842-4800 oy thomasmcgee.corn Number of Issues Total Amount involved in Number of Issues Total Amount involved in Resolved NOS Resolved Issues None PendingNone Resolved Issues I None 16 Protect intormation Project Owner I I Cross County Water Supply Corporation Project Name Cross County 30" Transmission Line General Description of Project Design -build project including 283,000 LF of 30" B303 water transmission main, 1.5 MG pre -stressed ground water storage tank, chemical treatment facilities, cooling tower, and associated high service pumping facilities. Schedule Performance Amount Amount y y Date Days Bid $34,004,147 Notice to Proceed 5/1/2010 Change Orders $8,511,638 D/B 25.0% Contract Substantial Completion Date at Notice to Proceed 7/30/2011 Owner Enhancements Contract Final Completion Date at Notice to Proceed 8/30/2011 Unforeseen Conditions Change Order Authorized Substantial Completion Date N/A Design Issues Change Order Authorized Final Completion Date N/A Total $8,511,638 (D/B) 25.0% Actual / Estimated Substantial Completion Date 7/1 /2011 Final Cost $42,515,785 Actual / Estimated Final Completion Date 8/1/2011 Project Manager Project Sup Safety Officer Quality Control Manager Name David Burkhart Chris Roberts Jamie BI stone Jason Jansen Percentage of Time Devoted to the Project 100% 100% 20% 100% Proposed for this Project No No Yes No Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project In their place. Reason for chance. Name Title/ Position Organization Telephone E-mail Owner Patrick M. Reilly President Cross County Water 512-342-6819 reillypatdck@att.net Designer Marisa Trevino Vergara Design Engineer Chiang, Patel & Yerby 210-798-2314 mvergara@cpyi.com Construction Manager Ridge Kaiser, P.E. President R.W. Harden & Assoc. 512-345-2379 ridge@harden-assoc.com Surety Douglas Joyce Account Manager Thomas McGee, LC 816-842-4800 djoyce@dxymasmcgee.com '7 Number of Issues Total Amount involved in _J Number of issues Total Amount involved in Resolved None Resolved Issues None None PendingResolved Issues None N 16 W n 0 0 0 z 0 tv m 3 m 0 p c N 0 3 N Amount Amount vate uays Bid $3,592,544 Notice to Proceed 12/15/2009 Change Orders Contract Substantial Completion Date at Notice to Proceed 7/24/2010 Owner Enhancements $65,832 1.8% Contract Final Completion Date at Notice to Proceed 8/24/2010 Unforeseen Conditions Change Order Authorized Substantial Completion Date N/A Design Issues Change Order Authorized Final Completion Date N/A Total $65,832 1.8% Actual / Estimated Substantial Completion Date 7/28/2010 Final Cost $3,658,376 Actual / Estimated Final Completion Date 8/24/2010 Project Manager Project Sup Safety Officer Quality Control Manager Name David Burkhart Chris Roberts Jamie Blystone David Burkhart Percentage of Time Devoted to the Project 100% 100% 20% 100% Proposed for this Project No No Yes No Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project In their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner Philip Bargas Assistant City Engineer City of College Station 979-764-5071 pbargas@cstx.gov Designer Sheldon M. Buck Engineer Malcolm Pirnie 713-960-7439 sbuck@pimie.com Construction Manager N/A None Resolved Issues None Pending None 16 ount u Issues None i 0 0 v 0 N v m 3 m _ 0 m 0 _ Project inrornlation Project Owner I City of Lubbock, Texas Project Name Lake Alan Henry Water Supply Pipeline, Contract C General Description of Project 80,514 LF of 48" bar wrapped concrete cylinder waterline, six 8" blowoff assemblies, 20 combination air release assemblies, one 48" gate valve, 50 LF of concrete encasement, 80,509 LF of fiber optic conduit and miscellaneous fiber pull boxes installed for future SCADA communications, five hand tunnels totaling 506 LF of 66" steel casing, and 91 LF of open cut 66" casing. Although this project was cross country in nature, more than 93% of this pipeline route was across cultivated Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $16,626,054 Notice to Proceed 2/14/2011 Change Orders $4,035 0.2% Contract Substantial Completion Date at Notice to Proceed 12/11/2011 Owner Enhancements Contract Final Completion Date at Notice to Proceed 1/11/2012 Unforeseen Conditions Change Order Authorized Substantial Completion Date 1/4/2012 Design Issues Change Order Authorized Final Completion Date 2/4/2012 Total ($4,035) (0.2%) Actual / Estimated Substantial Completion Date 1/3/2012 Final Cost " $16,622,019 Actual / Estimated Final Completion Date 2/1/2012 Project Manager Project Sup Safety Officer Quality Control Manager Name Jason Jansen Steve Moms Jamie Blystone Jason Jansen Percentage of Time Devoted to the Project 100% 100% 20% 100% Proposed for this Project No No Yes No Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner Wood Franklin. P.E. City Engineer City of Lubbock 806-775-2343 wfranklin@mail.ci.lubbock.tx Designer Nick Lester, P.E. Design Engineer Freese & Nichols Eng. 817-735-7393 ncl&reese.com Construction Manager N/A Surety Douglas Jo ce Account Manager IThomas McGee, LC 816-842-4800 1 d`o oa@thomasm ee.com " r Number of Issues Total Amount involved in Number of IssuesJ Total Amount Involved in Resolved None Resolved Issues None None PendingResolved Issues None N 16 ATTACHMENT A WALITYASSIMANCE/QUALITYCONTROL Strict internal controls are implemented to assure that the specified quality of work is achieved. Gamey customizes a QA/QC program for each specific project, which is provided to the Owner prior to mobilization. Gamey's designated QA/QC Manager regularly audits the project procedures and verifies strict compliance with documentation control, project specific work preparation forms, inspection records, testing certifications, and commissioning certificates. The QA/QC Manager also performs inspections on subcontractors to confirm that they adhere to the quality control standards for the project. Gamey believes that construction quality is proactively planned and constructed into the project. Our project team will be responsible for developing and implementing the project specific quality program that reflects this philosophy. The plan will be further refined to include the Engineer and Owner's input and will incorporate required inspection and testing requirements. Each detail of the scope of work will be properly planned, coordinated, inspected, and successfully executed by Gamey's staff and subcontractors. As a part of the program, all work activities are reviewed and a quality checklist is completed prior to mobilization. Our focus for achieving a minimal punch list will be based on the quality program developed for the project. This quality program supplants traditional "inspect and correct" quality programs. The program incorporates quality y planning into all activities in the same manner safety is planned into all activities. Quality meetings are held with labor supervisors and each subcontractor and major material supplier immediately after the applicable subcontract or purchase order is awarded. The meeting focuses on checklist development, quality of installation, mockups, acceptance of delivery, schedules, coordination between trades, and review of testing and final approval requirements. AWARDS & CLIENT REFERENCES Quality, flexibility and safety are embedded deep in Gamey's established goals and philosophies. Each employee - owner takes pride in every aspect of the project in which he or she is involved. Throughout this qualifications package, material has been presented that exemplifies our core philosophies. Receiving awards on a regular basis is one of the most notable demonstrations. The chart on the following page is a sample of awards won over the last three years for quality, owner appreciation, safety awareness, timely completion of projects, and attention to cost control. Gamey's Win/Win philosophy is the foundation for every award -winning project. L_ Page 1 of 2 �J ADVA"COG WATFR L Contractors Statement of Qualification 26 L L E A n 0 d 0 Cn 5i m 3 m a 0 c d 0 N v BIA National Medt Award 2013 T-Bar Ranch Well Field Development 3 Delivery (Midland, TX ENR Mountain States Best Project Award (WaterlEnvironment Category) 2013 Southern Delivery System South Pipeline 2 (Colorado Springs, CO) Public Works Magazine Top AEC Firms 2012 National ENR Southeast Construction Best Pmject Award 2012 TVA Blue Ridge Dam Penstock Rehabilitation (Blue Rklge, GA) ENR Mountain States Construction Best Project Award 2012 PAR 942 North Secondary Complex Improvements (Denver, CO) APWA Oldahoma Environmental Project of the Year $5 M - $25 M 2012 Claremore WWTP (Claremore, OK) APWA National Public Works Project of the Year for Environmental Projects $5 M - $25 M 2012 Cave Creek Sanitary Sewer Expansion (Cave Creek, AZ) APWA Arizona Envirorxnental Project of the Year $5 M - $25 M 2012 Cave Creek Sanitary Sewer Expansion (Cave Creek, AZ) ABC National Excellence in Construction Award - Pyramid Award (Public Works / Environmental - GC) 2011 Facility 3 (Ph. V) Water Treatment Plant (Kansas City, KS) C Heart of America Chapter Excellence in Construction Award (Public Works / Environmental - GC) 2011 Facility 3 (Ph. V) Water Treatment Plant (Kansas City, KS) ABC Had of America Chapter Excellence in Construction Award (Public Works / Environmental - GC) 2011 Claremore WWTP (Claremore, OK) ABC National Platinum Safety Training and Evaluation Process (STEP) 2011 Midwest Region ABC National Accredited Quality Contractor 2011 Midwest Region ENR Bronze Hard Hat Award for Outstanding Water/Wastewater Project 2010 Big Tooth Dam Modifications (Colorado Springs, CO) ABC Heart of America Chapter Excellence in Construction Award (Industrial $1- $5 Million - GC) 2010 BNSF Wheel Building Addition & Crane Way (Lincoln, NE) C Heart of America Chapter Excellence in Construction Award (Public Works / Environmental - GC) 2010 Mid -Continent WQRF / Cowskin Creek Pump Station (Wichita, KS) ABC Heart of America Chapter Excellence in Construction Award (Mechanical Industrial <$250 K - Specialty) 2010 Refurbishment of Fitter Gallery Piping and Valves (Kansas City, KS) ENR South Central Construction Award of Merit (Civil / Public Works) 2010 High Service Main for WTP on Pod 3, Contracts A&B (Lexington, KY) ENR Mountain States Construction Sliver Hard Hat Award (Civil / Public Works) 2010 Facility 3 (Ph. V) Water Treatment Plant (Kansas City, KS) ABC National Excellence in Construction Award Eagle Winner (Public Works/Environmental - All Contract Amounts) 2010 Mid -Continent WQRF / Cowskin Creek Pump Station (Wichita, KS) BC National Excellence in Construction Award Eagle Winner (Industrial - <$5 Million) 2010 IBNSF Wheel Building Addition & Crane Way (Lincoln, NE) C National Excellence in Construction Award 2010 Refwashment of Filter Gal" Piping and Valves (Kansas City, KS) ABC National Platinum Safety Training and Evaluation Process (STEP) 2010 IMidwest Region C National Aocredited Quality Contractor 2010 Midwest Region ABC Heart of America Ted Anderson Safety Award — Chapter Superior Contractor 2010 Midwest Region ENR Southeast Construction Award of Excellence (CMI/Public Works) 2009 Flint River Transmission Main, Phase II (Atlanta, GA) BC National Platinum Safety Training and Evaluation Process (STEP) 2009 Midwest Region ABC National Accredited Quality Contractor 2W9 IMidwest Region C Heart of America Excellence In Construction Award — Industrial $1 M - $5 M 2009 BNSF New Wheel Truing Facility C Heart of America Excellence In Construction Award — Presidents Award 2DO9 BNSF New Wheel Truing Facility C Nabonal Excellence in Construction Eagle Winner — Industrial <$5 M Gen. Contractor 2009 BNSF New Wheel Truing Facility CITY OF LUBBOCK, TEXAS BAILEY COON I "; FIELD $4,J#7PtY PIPELINE. f-DDNTRACT B 110MV Of DIRECTORS mmi Iio, owft falmwn a" Woom ESOP TRUST mtasL . VIA 1am5 fit#'g4 pl l v k4 v op r'c:.'�dGjTl View Npoccorpl V"f:4 M"jGc-txwuvv VWA rre-&4 t;' C'-+L� CFO �# coy. oily R-A/iu!r City haflW4 . #y Kaman Cib mmm COMM -A ATTACHMENT NO. 2 PROJECT ORGUIVROWL CHART Contractor's Statement of Qualification Page I of 1 AWAMCMG WATER 29 0 A r, I ;;"-A P _V1 ADVANCING WATER Contact information Phone: (816) 746-7224 Email: sparrish@gamey.com Career Summary Employed by Garrey since: 1988 Employed in industry since: 1988 Education Art Institute of Dallas Applied Science May 1986 Affiliations & Certifications • OSHA Competent Person • OSHA 10-Hour Trained • Confined Space Safety Trained • First Aid and CPR Trained SCOTT PARRISH PRINCIPAL -IN -CHARGE PROFESSIONAL SUMMARY Scott oversees Gamey's traveling pipe operations which construct water and sewer pipeline projects in 30 states. He estimates and negotiates new work and manages all phases of pipeline projects. He also is responsible for material approval and procurement, scheduling and tracking performance, and coordination and communication between the project team members. Scott started with Garrey in 1988 as a laborer. In 1989, he served in a management support role on water and sewer pipeline projects in Virginia, Missouri, Alabama, and Texas. In 2000, he became a Senior Project Manager and was promoted to Vice President in 2009. References Ridge Kaiser R.W. Harden & Associates Ph (512) 345-2379 Ross M. Cummings BlueWater Systems Ph: (512) 459-7100 Rusty Gibson Freese & Nichols Engineering Ph: (817) 735-7300 William E Nabak City of Green Bay Ph: (920) 448-3480 INDUSTRY EXPERTISE C • Conventional open cut underground water and sewer pipeline systems. Particular expertise in large diameter systems and the unique challenges they present r • Extensive knowledge of varying ground conditions including rock and dewatering. l • Thorough knowledge of underground pipe materials including ductile iron, steel, concrete, PVC, and HDPE. • Alternate project delivery including CMAR, design -build, and cost plus fee on large projects. • End -to -end project management from initial concept through final product. RELEVANT EXPERIENCE NORTH TEXAS MUNICIPAL WATER DISTRICT — Wylie, Texas Lake Texoma Outfall to 3yyUC WTl i' P'peline — CMAR $309.3 M Installation of 206,000 LF of 96" and 47,500 LF of 84" steel waterline, 240 MG balancing reservoir, ground storage tanks, metering, blending, and chemical feed systems. TARRANT REGIONAL WATER DISTRICT — Fort Worth, Texas Eagle Mountain Connection Piveline. Contract B $43.7 M Installation of 47,400 LF of 78" and 84" mortar -lined, polyurethane -coated steel pipe and construction of several large underground cast -in -place concrete structures and two above ground electrical buildings. CROSS COUNTY WATER SUPPLY CORPORATION — Austin, Texas 30" Transmission Line and High Service Pump Station — Desig>ffluild $42.5 M18 [- Installation of 283,000 LF of 30" C303 pipe, a pre -stressed concrete ground storage tank, high service pump station, electrical building, chemical steel arch structure, sodium hypochlorite system, and electrical. Contractor's Statement of Qualification 30 1 GjrZneyD J 0 W ADVANCING WATER (Parrish continued} SAN ANTONIO WATER SYSTEM — San Antonio, Texas Carrizo ASR Wellhead and Wellfield Project, Phases I and 11 $27.9 M Installation of 87,000 LF of 12" to 60" steeI and PVC pipe and 17 vertical line shaft pump installations in existing wells. Included 928 LF of 84" auger bores. Market Street Pump Station (CMAR) $5.7 M Refurbishing of an existing pump station with new piping and valves, refurbishing three deep wells, adding new pumps and new meters, and updating the electrical controls. CITY OF ABILENE — Abilene, Texas O.H. Ivie Water Suvvly Pipeline $20.4 M Installation of 51 miles of 36" C303 pre -tensioned concrete pipeline from O.H. Ivie Lake to the City of Abilene to meet water demands during a severe drought. Included 1,041 LF of 48" jack and bores. NORTH TEXAS MUNICIPAL WATER DISTRICT — Lake Tawakoni, Texas Lake Tawakoni Water SuRRly— East Pipeline $17.4 M Installation of 50,690 LF of 60" AWWA C303 bar wrapped concrete cylinder pipe. Also included three 84" tunnels and an impressed current cathodic protection system. CITY OF CORPUS CHRISTI — Corpus Christi, Texas - Southside Water Transmission Main — 3 Phases $17.0 M Installation of 30,400 LF of 54" C303 pipe, 36,910 LF of 48" DIP, and 5,930 LF of 42" DIP. Included 1,020 LF --- of 72" tunnels installed by hand and machine tunneling, extensive dewatering, and a creek crossing. CITY OF GREEN BAY — Green Bay, Wisconsin 54" Parallel Raw Water Transmission Main $16.9 M Installation of 76,455 LF of 54" mortar -lined steel pipeline. Challenges included installing 10,000 LF of the pipe through a swamp which was performed in the winter when the ground was frozen. CITY OF MIDLOTHIAN — Midlothian, Texas Midlothian Water Treatment Plant No. 2 (CM R) $16.4 M Construction of a 9 MGD water treatment plant that includes two sedimentation basins, GAC contactors, sludge basin, chemical building, and an administration building with membrane process equipment. CANYON REGIONAL WATER AUTHORITY — New Braunfels, Texas - Wells Ranch 30" Water Transmission Line $12.6 M Installation of 85,000 LF of 24" and 30" C303 pipe. Included several bores totaling 2,486 LF. AMERICAN STATES UTILITY SERVICES, INC. — El Paso, Texas Fort Bliss and Biggs Wastewater Im rovemgnts $11.3 M Installation of 28,000 LF of 27" to 42" new sewer interceptor. Included laying pipe in one of the busiest streets within the Fort Bliss base, and several hand -mined and augered tunnels. CITY OF ROUND ROCK — Round Rock, Texas .Raw Water Delivery System $8.3 M Installation of 17,424 LF of 48" and 54" tape -coated, mortar -lined welded steel raw water line. Contractor's Statement of Qualification 31 G rM ADVANCING WATER Career Summary Employed by Gamey since: 2001 Employed in industry since: 2001 Education Colorado State University B.S. in Construction Management December 2001 Affiliations & Certifications • OSHA Competent Person • Confined Space Safety Trained • First Aid and CPR trained 0 RELEVANT EXPERIENCE JOHN SEDBROOK PROJECT MANAGER PROFESSIONAL SUMMARY John is responsible for taking projects from the estimating phase through project closeout. His duties include working side -by -side with the Project Superintendent to ensure that all materials are delivered on time and that all subcontracted work is effectively coordinated. He is also responsible for managing the job's administrative duties, for helping to maintain a high level of job quality, and for seeing each job through to completion, both, on schedule and within budget. The trust which John builds between himself, the owners and the engineers plays a large part in making projects successful. References Michele Meyer City of Chandler Ph: (480) 215-9265 Erman Fisher Arizona American Ph: (623) 445-2407 Jennifer Hill Brown & Caldwell Ph: (602) 567-3924 Jeff Johnson Pirnack Walters Ph: (303) 707-0770 MIDLAND COUNTY FRESH WATER SUPPLY DISTRICT NO.1 — Midland, Texas T-Bar Well Field Development & Delivery Project (DesignBuild) $97.1 M Installation of 60 miles of 48" steel and C303 water transmission main, and 25 miles of PVC well field piping. The pipe sections consist of 205,500 LF of 48" steel waterline, 105,250 LF of 48" C303 waterline, and 130,000 LF of 6" to 36" PVC pipe. The project includes rock excavation, auger bores and several manholes. T-Bar Extension (DesignMuild) $21.6 M Installation of 25,000 LF of 48" spiral weld steel water transmission main and 40,000 LF of 16" C905 PVC water distribution line, numerous hand tunnels, 5 MG elevated water tank, and a chlorination facility. CITY OF PHOENIX — Phoenix, Arizona 91st Avenue Wastewater Treatment Plant $20.1 M Concrete work subcontract package for a 25 MGD expansion of an existing water treatment plant. This project entailed the construction of major concrete structures, 300,000 CY of excavation, 90,000 CY of structural backfill, and 38,000 total CY of structural concrete. CITY OF CHANDLER — Chandler, Arizona wort Water RCclamation ~ clU y Exp=ign $20.1 M Major plant modifications and new construction to increase existing airport plant capacity to 10 MGD. Modifications to various unit processes throughout the water reclamation facility, including process upgrades to the influent pump station, fine screens, aeration basins, secondary clarification, flocculation basins, filters, equalization basin, W disinfection, sludge holding, and sludge dewatering. The project also 40 included the addition of two emergency reservoirs, two covered reservoirs, and a maintenance building. Contractor's Statement of Qualification 32 ADVANCING WATER (Sedbrook continued) ARIZONA AMERICAN WATER — Surprise Arizona Agua Fria Surface Water Trunk Pipeline $8.7 M Installation of 69,000 LF of 12" to 48" DIP treated waterline from and 16,000 LF of 8" DIP arsenic waterline. This trunk pipeline tied together three booster pump stations and included a number of stub outs for future connections. Included a 150 LF 42" bore under the Beardsley Canal. NEW MEXICO STATE UNIVERSITY — Las Cruces, New Mexico Chilled Water System Improvements $3.2 M Installation of twin 24" supply and return lines on the New Mexico State University Campus. Pipelines consisted of 10,000 LF of insulated DEP and connecting the new lines to the existing system at six locations. CITY OF WESTMINSTER — Westminster, Colorado 36" Raw Water and 24" Treated Water Pipelines $3.1 M Installation of 10,000 LF of 36" ductile iron raw waterline and 2,100 LF of 24" ductile iron treated waterline. CITY OF CHANDLER — Chandler, Arizona Lindsay Road Reclaimed Transmission Main $2.1 M Installation of an 8,200 LF extension to an existing 24" DIP waterline previously installed by Gamey, three jack and bores, and 35 lateral crossings. Contractor's Statement of Qualification 33 El REG PARE ADVAXarw WAnR PROJECT SUPERINTENDENT Career Summary Employed by Garrey since: 2008 Employed in industry since: 1998 Education Vermont Technical College A.S. in Applied Science May 1998 Affiliations & Certifications • OSHA Competent Person • OSHA 10-Hour Trained • Confined Space Safety Trained • First Aid and CPR Trained • CDOT Erosion Control Supervisor Training RELEVANT EXPERIENCE PROFESSIONAL SUMMARY Reg grew up in a construction family running equipment and learning the ins and outs of the industry. After completing his education in Vermont, Reg moved to Colorado and began working as an estimator for a large construction company. He worked on bidding and running many projects in various aspects of the construction industry. Projects ranged from paving and concrete to drainage projects for Urban Drainage. Reg ran his own excavation business for three years specializing in water and sewer services for residential and commercial applications along the Front Range. Reg has ten years of construction experience with project management and administrative focus. References Larry Catalano City of Aurora Ph: (720) 859-4332 Dan Strietelmeier City of Westminster Ph: (303) 658-2179 Mike Lehrburger, P.E. Burns & McDonnell Ph: (303) 474-2264 jade Gernant Aspen -Banner Engineering Ph: (307) 745-7366 MIDLAND COUNTY FRESH WATER SUPPLY DISTRICT NO.1 — Midland, Texas T-Bar Well Field Development & Delivery Project — Desi uild $97.1 M Installation of 60 miles of 48" steel and C303 water transmission main, and 25 miles of PVC well field piping. The pipe sections consist of 205,500 LF of 48" steel waterline,105,250 LF of 48" C303 waterline, and 130,000 LF of 6" to 36' PVC pipe. The project includes rock excavation, auger bores and several manholes. CITY OF AURORA — Aurora, Colorado Prairie Waters North Campus BP11 $54.6 M Installation of 15,670 LF of 10" PVC and up to 36" steel pipe for the well collection lines that will be installed adjacent to the South Platte River. Also included 23,170 LF of 42" and 36" steel pipe. Prairie Waters Project Conveyance System Pipeline $31.1 M Installation of 56,745 LF of 60" mortar lined steel pipe with more than 6,000 LF located in a right-of-way. Challenges included creek, railroad, highway crossings, dewatering, and two 72" hand -mined tunnels. Ramgart 54" and 40" Fmerge� ncv Repair Project $525 K Exposed a washed out waterline, coating repairs, and imported rip rap to stabilize and restore the creek. CITY OF LARAMIE — Laramie, Wyoming Laramie Transmission Pipeline Project $5.1 M Installation of 16,800 LF of 36" C905 pipeline. Includes a river crossing, dewatering, and bypass pumping. SHOSHONE MUNICIPAL WATER DISTRICT — Cody, Wyoming Shoshone MunidM Meline ReJocaiion $4.6 M Installation of 12,600 LF of 24" steel treated water transmission pipeline within a DOT right-of-way. Contractor's Statement of Qualification 34 I�W-A ADVANCING WATER (Par6 connhued) CHEYENNE BOARD OF PUBLIC UTILITIES — Cheyenne, Wyoming 30" Warren Air Force Base Pipeline Phase Il $2.2 M Installation of 12,396 LF of 30" PVC pipe, air vac installations from 2" to 8" and several service tie-ins. CITY OF WESTMINSTER — Westminster, Colorado 36" Connection to 54" Water Line at Peirce and 91s, Street $122 K Installation *of a 54" x 36" wrap -around tee on an existing 54" mortar lined steel water line. Contractors Statement of Qualification 35 CURTIS HEFLEY ADVANCING WATER PROJECT SUPERINTENDENT Career Summary Employed by Gamey since: 1996 Employed in industry since: 1991 Affiliations & Certifications • OSHA Competent Person • 10-Hour OSHA Trained • Confined Space Safety Trained • First Aid and CPR Trained • Intermediate MOT RELEVANT EXPERIENCE PROFESSIONAL SUMMARY Curtis brings more than 20 years of experience in underground utility construction to the company's forces. As Superintendent, Curtis is responsible for the day-to-day operations in the field, ensuring that Gamey's projects are completed safely, on time, and on budget, and each owner is provided with a quality project. He is responsible for all phases of the project he oversees, from set-up and maintenance of machinery and equipment to final acceptance. References Joe Tanacredi Palm Beach County Ph: (561) 493-6088 Gary Giordano CH2M Hill Ph: (239) 707-6172 CITY OF TAMPA — Tampa, Florida Utility Capital Improvements Program (UCAP) — Design/Build Tom Dobbs Peace River Manasota Water Authority Ph: (941) 456-0115 Tom Walker Florida Keys Aqueduct Authority Ph: (305) 295-2140 $30.1 M Six projects that included installing 73,000 LF of 42" to 48" ductile iron open cut pipeline, dewatering, relocation of existing utilities, roadway restoration, maintenance of traffic, and bypass pumping. PEACE RIVER MANASOTA REGIONAL WATER SUPPLY AUTHORITY — Venice, Florida Regional Integrated Loop System — Phase 3A and Phase 1A Interconnect Project $34.2 M Installation of 95,000 of 48"and 24" DIP water transmission pipeline, two high service pump stations, and two water storage tanks. Included a subaqueous river crossing, extensive dewatering, and meter stations. CHEYENNE BOARD OF PUBLIC UTILITIES — Cheyenne, Wyoming Southern Water Transmission Main Phase II $21.0 M Installation of 38,000 LF of 42" steel waterline,12,480 LF of 18" PVC waterline, 5,300 LF of 16" PVC waterline, 5,295 LF of 12" PVC, bored steel casing, testing, pavement removal and replacement, and site restoration. CITY OF HIALEAH — Hialeah, Florida RO Water Treatment Plant (Desigauild/Overate and LEED) $20.0 M New 10 MGD (expandable to 17 MGD) water treatment plant. Piping includes up to 36" HDPE, PVC, duplex stainless steel, DIP, and Halar double -contained chemical piping. Equipment installed includes five RO units and membranes, CIP system, high service pumps, bio-trickling filter, de -gasifier system, chemical feed system, lime storage and feed equipment system, sanitary sewer pumps, static mixers, and clearwell. PALM BEACH COUNTY — West Palm Beach, Florida Northern Region Utility Improvements. Ph. H Part B $13.8 M Installation of 33 miles of DIP and PVC pipe ranging in diameters from 30" to 10." Included four aerial canal crossings, 3,550 LF of directional drills, and a very aggressive schedule. Contractors Statement of Qualification 36 AMANCMG WATER (Hefley continued) HENDERSON WATER UTILITY — Henderson, Kentucky Downtown Water & Sewer System Separation, and Renovation $9.8 M Installation of 22,000 LF of 8" to 18" sanitary sewer and 14,000 LF of DIP waterlines in downtown streets. FLORIDA KEYS AQUEDUCT AUTHORITY — Key Largo, Florida FKAA Transmission Main Replacement $6.8 M Replacement installation of 31,000 LF of 36" steel pipe, and relocation of 3,500 LF of 8" and 6" water main. GEORGIA-PACIFIC CORPORATION — Palatka, Florida Rice Creek Enhancement Project — Effluent Pipeline $6.1 M Installation of 15,000 LF of 36" ductile iron effluent force main pipeline, aerial crossing, a micro tunnel, road bores, 4,000 LF of 42" subaqueous HDPE pipe, sheet piling, extensive dewatering, and manholes. UNITED STATES POSTAL SERVICE — Orlando, Florida P&DC Storm Drain Pile Rehabilitation $1.1 M Installation of 88" Hobas in two 760 LF sections of two 96" corrugated metal pipes via slip lining method. Contractor's Statement of Qualification 37 0 �y JAMIE BLYSTONE, CSP, CHST ADVANCING WATER PROJECT SAFETY OFFICER Career Summary PROFESSIONAL SUMMARY Employed by Garrey since: 2007 Jamie has several years of experience in the construction industry, and Employed in industry since: 2001 all positions have been within the safety field. He has experience in Education water, wastewater and commercial construction in addition to University of Central Missouri experience in environmental remediation and hazardous materials B.S. in Occupational Safety/Health handling. Jamie has received training in excavation, fall protection, scaffolding, confined space, hazardous materials, and cranes. In Affiliations $ Certifications addition, he is responsible for developing and teaching company • American Society of Safety safety -related courses and is a vital member of the company safety Engines committee. Jamie's role is 100% devoted to overseeing safety on • BCSP — Certified Safety Gamey's job sites. Jamie reports to Steve McCandless, Vice President. Professional #22806 References • CCHEST — Construction Health Dave Redlin Don Sanders and Safety Technician Progressive Environmental Denovo Constuctors • OSHA 500 Trainer Ph, (913) 406-2825 Ph: (573) 489-8542 • 40-Hour HAZWopper • Scaffolding Competent Person Rob Kellogg Instructor Associated Builders & Contractors • Respiratory Protection Ph. (815) 76&0885 Competent Person RELEVANT EXPERIENCE MIDLAND COUNTY FRESH WATER SUPPLY DISTRICT NO. 1 — Midland, Texas T-Bar Well Field Development & Delivery Project (Design/Build) $97.1 M T-Bar Water Supply System Disinfection Facility $6.2 M WATER DISTRICT NO. 1 OF JOHNSON COUNTY — Kansas City, Kansas Facility 3 (Phase V) Water Treatment Plant $74.1 M KENTUCKY AMERICAN WATER — Lexington, Kentucky I fth Service Mains for WTE on Pool 3 — Contracts A & B $56.7 M CITY OF MIDWEST CITY — Midwest City, Oklahoma Pollution Cmtrol Fa . 'tv Improvement $47.1 M CITY OF OLATHE -- Olathe, Kansas Cedar Creek Wastewater Treatment Plant $33.8 M 42" Finished Water Line si uild) $15.4 M Harold Street WWTP UV Disinfectant Up ades $1.0 M COLORADO RIVER MUNICIPAL WATER DISTRICT — Big Spring, Texas Ward County Water Supply Expansion Ejgject Pump Stations (C,MAR) $28.3 M CITY OF SIOUX CITY —Sioux City, Iowa Secondary Treatment Facilities Improvements, Phase 2 $27.0 M Contractor's Statement of Qualification 38 W AWI-qw ADVANaNG WATER (Blystone continued) CITY OF WICHITA— Wichita, Kansas Mid -Continent Water Quality Reclamation Facility- $23.3 M ASR Phase II BP-B3 Northem Diagonal Transmission Main $10.6 M $4.1 M CITY OF LINCOLN — Lincoln, Nebraska Greenwood to Lincoln 6Q" Water Transmission Main $22.2 M CITY OF MIDLOTHIAN — Midlothian, Texas Water Treatment Plant No, 2, Phase II (CMAR) $18.1 M CITY OF ST. JOSEPH — St. Joseph, Missouri Disinfection Facilities and Effluent Pump Station $18.0 M METROPOLITAN GOVERNMENT OF NASHVILLE & DAVIDSON COUNTY — Nashville, Tennessee Washington Control Facili $16.9 M Whites Creek WWTP Optimization & Disinfection $5.5 M CITY OF MANHATTAN — Manhattan, Kansas Water Treatment Plant & Well Field Improvements $16.7 M CITY OF LUBBOCK — Lubbock, Texas Fake Alan Henry Water Supply Transmission Pipeline, Coritract C $16.6 M CLAREMORE PUBLIC WORKS AUTHORITY — Claremore, Oklahoma Claremore Wastewater Treatment Plant $15.9 M CITY OF SPRINGFIELD — Springfield, Missouri Ozone Disinfection System improvements $12.4 M CITY OF KANSAS CITY — Kansas City, Missouri Arrowhead Transmission Main, Phase 2 $10.1 M SAN ANTONIO WATER SYSTEM — San Antonio, Texas - ' Market Street Pump Station (CMAR) $5.9 M CROSS COUNTY WATER SUPPLY CORPORATION — Caldwell, Texas - Cross Comty High Service Pump Station (1)esig t�-BuM $5.7 M JOHNSON COUNTY WASTEWATER —Mission, Kansas Turkey Creek Pum1Station Upgrade and Force Main Rellacement Proms $5.0 M D.L. Smith Middle Basin WWTP Solids Dewatering Imvrovemynts $4.7 M CITY OF LEAVENWORTH — Leavenworth, Kansas LeaNte worth WWTP Improvements, Phase 2 $3.2 M Contractor's Statement of Qualification 39 Q ney .b. ADVANCING WATER Career Summary Employed by Gamey since: 2008 Employed in industry since: 2008 Education Colorado State University B.S. in Construction Management May 2008 Affiliations & Certifications • First Aid and CPR Trained • OSHA 10-Hour Trained • Sigma Lambda Chi Society for Construction • Habitat for Humanity Volunteer RELEVANT EXPERIENCE TAYLOR OSGOOD PROJECT QUALITY CONTROL MANAGER PROFESSIONAL SUMMARY Taylor joined Gamey after graduation from college in May 2008. His main responsibilities are to ensure his projects are built safely, with quality work, on schedule, and within budget. His planning, organizational and communication skills enable Taylor to maintain a high level of job quality and ensure Gamey exceeds everyone's expectations. Taylor's responsibilities also include preparing submittals, project layout, work plans, testing plans, and material procurement. His experience includes working at new and existing water treatment plants and power plant expansions, civil site work, and installing a variety of different pipeline materials and sizes involving several different system processes. Referen ces Joel Brown Hoar Construction Ph: (205) 423-2269 Michael H. Code, P.E. City of Gillette Ph: (307) 687-2534 Bart Fischer Fischer Construction, Inc. Ph: (303) 485-8855 AURORA WATER —Aurora, Colorado Prairie Waters — North Campus $54.5 M 12 MGD facility to extract water from the Platte River through 20 alluvial wells to a 600-acre slurry wall lined earthen storage lagoon and installation of five miles of 60" steel pipe. Gun Club 42" Waterline $2.5 M 8,000 LF of 42" steel waterline within roadways with extensive traffic. DE14VER WATER —Denver, Colorado Foothills Treatment Plant Chlorine Contact Basin and Chemical TmprovemgDtj ( GC) $24.4 M Construction of 120 MGD chlorine contact basin, lime slurry and potassium permanganate chemical feed systems, 200,000 CY of excavation, placement of 11,000 CY of reinforced concrete, and large butterfly valves. CITY OF GILLETTE — Gillette, Wyoming Madison PiRgline Project - Contract 4A $20.9 M 50,000 LF of 42" concrete -coated steel waterline and five auger bores totaling 396 LF. Gillette Madison Phase H Rehabijildtion Project $3.1 M Installation of several air/vac assemblies, manholes, man ways, and a valve vault on 40 miles of PVC and steel pipeline stretching from the Madison Well Field to the City of Gillette. GEORGIA POWER — Juliette, Georgia Plant Scherer Units 1 & 2 Foundations and Utility Relocations $2.4 M Mechanical underground piping for process systems including ash sluice, condensate water, de -mineralized water, potable water, wastewater, ammonia, instrument air, filtered water, and fire protection - Contractors Statement of Qualification 40 „ JARROD WEBER ADVANCING WATER PROJECT QUALITY CONTROL MANAGER Career Summary PROFESSIONAL SUMMARY Employed by Gamey since: 2011 As the on -site Project Quality Control Manager, Jarrod performs Employed in industry since: 2007 various duties, including handling submittals, procuring materials, site preparation, subcontractor management, scheduling deliveries, Education preparing project schedules, leading progress meetings, and assisting Colorado State University the Project Superintendent. Jarrod has excellent planning and B.S. in Applied Human Sciencethe skills and is able to find fast and effective solutions to December 2011 any problems that may arise. Affiliations & Certifications References • OSHA Competent Person Warren Wallace Hal Hamrick Trench Excavation Aspen Banner Engineering City of Thornton • OSHA 10-Hour Trained Ph: (307) 745-7366 Ph: (720) 977-6253 • Confined Space Safety Trained • First Aid and CPR Trained Paul Eggers, P.E. GEI Constulants, Inc. Ph: (303) 264-1044 RELEVANT EXPERIENCE MIDLAND COUNTY FRESH WATER SUPPLY DISTRICT NOA — Midland, Texas T-Bar Well Field Development & Delivexy Project $97.1 M Installation of 60 miles of 48” steel and C303 water transmission main, and 25 miles of PVC well field piping. The pipe sections consist of 205,500 LF of 48" steel waterline,105,250 LF of 48" C303 waterline, and 130,000 LF of 6" to 36" PVC pipe. The project includes rock excavation, auger bores and several manholes. CHEYENNE BOARD OF PUBLIC UTILITIES — Cheyenne, Wyoming Southern Water Transmission Main Phase H $21.0 M Installation of 38,000 LF of 42" steel waterline,12,480 LF of 18" PVC waterline, 5,300 LF of 16" PVC waterline, 5,295 LF of 12" PVC, bored steel casing, testing, pavement removal and replacement, and site restoration. REPUBLICAN RIVER WATER CONSERVATION DISTRICT— Wray, Colorado Republic River Comi2liance Pigdine 13.5 M Installation of 13 miles of 30", 36", and 42" ductile iron pipe and a wellfield of a network of 41,000 If of 12"to 24" PVC pipe and the refurbishing of eight irrigation wells to supply the transmission pipeline. CITY OF THORNTON — Thornton, Colorado Cooley West Pump Station and Pingline $9.6 M Installation of 11,600 FL of 42" DIP waterline, 13,600 LF of 36" DIP waterline, 4,700 LF of 8" PVC, significant dewatering system, one river crossing, and one bore underneath a busy road PUBLIC SERVICE COMPANY OF NEW MEXICO — Water/low, New Mexico 42" Ductile Iron Waterline — giver FuM12 station to SIGS's Lake $6.4 M Installation of 25,027 LF of 42" DIP waterline, connection of a cast -in -place concrete structure and meter r, vault, two jack and bores, including underneath Hwy 64 and CR 6700, and an open cut crossing of CR 6800. L Contractors Statement of Qualification 41 ATTACHMENT NO.3 PR9JECT NUN 1) CONTRACT ADMINISTRATION Gamey takes a hands-on approach to our construction operations. Accountability starts at the top with project involvement at the highest level. Scott Parrish has been assigned as Principal -in -Charge. With corporate executive participation from Day 1, project and contract matters are always known at the Final decision -making level. Garrey approaches our projects as problem solvers, not problem causers. We like matters out in the open, kept up to date, and dealt with from a win -win perspective. This approach is the foundation of our business model and provides Owners with the best value from their contractor. The requirements for this project have been evaluated and a Project Manager who best fits the project has been chosen. John Sedbrook will serve as the Project Manager, both bringing extensive expertise and experience in coordinating pipeline and well field projects. We have assembled a highly qualified project group of supervisors to staff the project. Project administration is discussed and decisions are made on how to staff the project both off site and on site to best meet project requirements and provide best value from a cost perspective. "Typically, all corporate functions and support from off -site staff are provided from our corporate office in Kansas City via our Web -based accounting and project management systems. By using the internet, our on -site project staff has continual and instant access to all corporate personnel, off -site project team members, and project information. All project specific management functions will be directed by the 11'roject Manager. 2) MANAGEMENT OF SUBCONTRACTORS AND SUPPLIERS Selecting qualified, competent subcontractors experienced in well field pipeline construction is the key to success in managing subcontracted work. Garrey is fortunate to have a group of proven subcontractors who work regularly on our projects and know the level of performance expected of them. This pool of qualified subcontractors will ensure our selection of cost effective, experienced contractors for work that we do not self perform. Carney has many invaluable relationships with subcontractors across the nation. These relationships help us to procure and build top quality projects. We assume all responsibility of coordinating and scheduling subcontractors. The management of subcontractors and their work is vital to a successful project. Gamey's on -site management team will coordinate construction with all subcontractors and suppliers. Before any subcontractor begins work on site, Gamey's field and safety management team will meet with them to discuss safety, scheduling, site utilization, and other subcontractors on site. Weekly project meetings will be held to coordinate all subcontractor work efforts. Reg Pard or Curtis Hefley, our proposed Project Superintendents, will direct all field activities and communicate daily with each subcontractor. Gamey maintains constant and clear communication with all subcontractors and includes them as necessary in project coordination meetings. Attention to safety and quality are of utmost importance. Any subcontractor who does not adhere to Gamey's high standards of safety, quality and integrity, will not be called upon. A complete list of proposed subcontractors will be provided upon award of a contract. Page 1 of 4 Gkio Contractor's Statement of Qualification 42 ATTACHMENT NO. 3 3) TIME MANAGEMENT Under the direction of John Sedbrook, a CPM schedule will be generated with input from the entire team. The schedule will be organized per project requirements and reviewed in detail with Project Managers and Superintendents for accuracy of approach, durations and scope of work. Input from all major subcontractors will be solicited and included. The finalized schedule will become our major time management tool, and will be used to coordinate six week look -ahead schedules during construction. Our project team has reviewed the proposed project schedule based upon our experience on comparable projects we have completed. 4) COSY CONTROL. - Cost control is a process that begins at bid time. Gamey primarily works with vendors with whom we have existing relationships, and that have similar business philosophies. We leverage our national purchasing power, our history of treating people fairly, and our impeccable payment history to gain the best possible price for materials and subcontract work. Gamey's experienced estimators make sure that all costs of the work are covered in the bid. We take these economies and pass them to the Owner by means of a competitive bid. The most useful cost control tool is Gamey's invoice approval process. Every invoice on a project is electronically x} scanned and must be approved by the Project Manager and Principal -in -Charge. This screening process negates any unwanted project costs. Cost controls and reporting are completed by Gamey's management team on a weekly basis. This allows us to review and predict labor production rates and project cost. Scheduled-timeframes can then be verified from past production rates. Our accounting software gives us access to these reports and also lets the Project Manager review and approve invoices in a timely fashion on the job site. In addition, Garrey will provide a six week look ahead schedule at all progress meetings that details upcoming construction. This tool is used to provide a quick look ahead and to coordinate inspections. - 0 Changes of varying degree commonly occur on projects. When changes do occur, Garrey helps the Owner identify the most economical solution. Costs are openly shared and the Owner is treated in the same fair manner that we wish to be treated. All potential changes will be quickly and thoroughly communicated to the Owner and Design Engineer in accordance with the contract documents. Effective communication will minimize change orders and facilitate workable solutions to any that may be encountered. S) QUALITY MANAGEMENT Quality assurance and quality control (QA/QC) is organized by Garvey on a project -by -project basis and tailored to meet the specific project requirements. Our company's goal for every project is to produce high quality work and to complete the work on time and within budget. Each manager and supervisor plays an important role in our QA/QC program; this is a very important philosophy and separates Gamey from many competitors. Taylor Osgood or Jarrod Weber will be the designated Quality Control Manager for this project and will work with the Project Superintendent and Project Manager to develop a site specific QA/QC plan based upon project requirements. All Garrey employee -owners involved on the project will be responsible for maintaining high quality standards. Page 2 of 4arm G;;;yD Contractors Statement of Qualification 43 ATTACHMENT NO. 3 6) PROJECT SITE SAFETY Under the direction of our Project Safety Manager, Jamie Blystone, a site specific safety plan will be developed for r the project. The plan will be reviewed by the Project Manager and Superintendent and with their input, a viable Il project specific safety plan will be adopted for the job site. Using a phased safety approach, the Project Safety Manager and other supervisors will participate in the administration of the plan with ongoing input, coordination, adjustments, updates, and application as the work progresses through its various phases. Regular safety audits will be performed to ensure the compliance and effectiveness of the plan.. Gamey crews hold weekly safety meetings on each active project every Monday morning. A specific topic is l addressed to the crew by the Project Superintendent. Any near misses are discussed at this meeting and new hires are trained for the week's events. Our objective is to promote and maintain a safe, accident -free environment r- throughout each project. Gamey's primary goal is to have zero injuries occur to workers or the public, no lost time L due to accidents, and to avoid property and environmental damage. 7) MANAGING CHANGES TO THE PROJECT I An effective design phase, with input from the contractor, is a vital step to managing change. Document review and l constructability input are valuable tools to minimizing changes. During construction, every effort will be made to complete the project per the plans and specifications. Gamey will work closely with the Design Engineer to resolve [ any issues that may arise as quickly as possible. Where clarification is needed to ensure compliance, RFIs can be used to communicate information and document responses. Some issues which may be identified by the Owner, Engineer, or contractor, may result in material changes to contract plans and specifications. The timely identification [ and resolution of these issues will minimize impact to project cost and schedule. Our approach to managing changes is one of openly addressing issues that arise and being proactive in finding timely and cost effective resolutions. r 8) MANAGING EQUIPMENT L Garrey owns a substantial fleet of its own construction equipment. Additionally, we have equipment lease arrangements with major equipment dealers. Specialized equipment needs and short-term rentals are negotiated with national and local construction equipment rental firms. Specific project equipment needs are addressed during the bidding process. The most cost effective means of meeting those needs is included in our estimate. Our project team is involved in the bidding process and provides input on types, sizes, and lengths of time various pieces of equipment will be needed. Our fleet is continuously updated prior to each unit reaching 9,000 hours. This ensures the use of very low -hour equipment that leads to little or no downtime related to machine breakdowns. The equipment is managed corporately and usage is monitored weekly to make sure service intervals are maintained. Page 3 of 4 aowemruri,awa/ AWAMCM WATM Contractor's Statement of Qualification 44 ATTACHMENT NO.3 9) MEETING HUB / MWBE PARTICIPATION GOAL. Gamey will partner with the City of Lubbock to engage in the following general practices that should result in encouraging and increasing local business and HUB /MWBE participation on this project. _- 1. Early outreach activities to the local business community, including meetings and events where the companies can be educated about the project and the goods and services required. 2. Evaluation of the companies' capabilities, ability to obtain bonding and insurance, and their interest in participating on the project. 3. Designation and breakout of services and construction packages that are targeted for local business and HUB / MWBE participation based on their capabilities. 4. Willingness to include the cost of administering the local business program and the enhanced outreach, evaluation and training efforts needed to assure continued and meaningful participation in the project costs and funding. This must be done by including on -site management staff or local business support services as part of the total cost for the project. The development and participation of local business and HUB / MWBE entities is deeply ingrained in Gamey's corporate culture. Our successful implementation of this program will result in will result in meeting utilization goals, reinvesting capital dollars back into the community, and saving significant dollars as a result of increased competition. Page 4 of 4 p�sn�cwar AOVANGNG VMTEP Contractor's Statement of Qualification 45 Current and Recently Completed Projects Sorted by Contract Amount �l'my: Printed: 12/17/2013 ADVANCING WATER Lake Texoma outfall to Wylie WTP Pipeline & Trinity River Main Stem Pump Station PROJECT 4390 Initial Contract Amt: $309,329,743 Location: Wylie TX Final Contract Amt: Owner: North Texas Municipal Water District Start Date: 1/26/2012 Contact: Joe Stankiewicz Phone: (972) 295-6441 Contract Completion: 1/31/2014 Engineer: Freese & Nichols Engineering Actual Completion: Contact: Jeff Payne Delivery Method: CM At Risk Phone: (214) 217-2200 Garney is providing CMAR services for this project, including cost and constructability reviews, budgetary reviews, and material procurement services. Growing population, coupled with periodic severe drought conditions, require the North Texas Municipal Water District to have full access to its surface water stored in reservoirs on a permanent reliable basis. When one of the District's key storage reservoirs was infested with zebra mussels, the District's ability to access the water stored in the reservoir and transmit to the reservoir local to their treatment facilities was limited by the federal government. This meant a new transmission and storage method was required for the District to access 28% (nearly 100 MGD) of its total capacity. This project includes the construction of 206,000 LF of 96" steel pipe, 47,500 LF of 84" steel pipe, 240 MG balancing reservoir, and a multitude of ground storage tanks, metering, blending, and chemical feed systems to allow the treatment plant to accept and blend the water directly from the source. PAR 1088 Northern Treatment Plant Initial Contract Amt: $97,665,996 Final Contract Amt: Start Date: 12/21/2012 Contract Completion: 8/31/2016 Actual Completion: Delivery Method: Design/Build PROJECT 6655 Location: Brighton CO Owner: Metro Wastewater Reclamation District Contact: John Kuosman Phone: (303) 286-3303 Engineer: CH2M Hill Contact: Ray Selvy Phone: (303) 956-7604 This design -build project includes the construction of a new 24 MGD wastewater treatment plant including an administration/visitors building, facility support building, four electrical buildings, two odor control facilities with biofilters, chemical storage facility, headworks building, primary splitter structure, two primary clarifiers with 1.8 MG capacity, a primary pump station, bioreactors with four basins at 2.85 MG each, aeration blower building, four secondary clarifiers with 1.52 MG capacity, a RAS/WAS pump station, tertiary pump station, four tertiary flocculation sedimentation basins at 148 KG each, tertiary filters, UV disinfection building, PRW/FBS pump station, effluent meter vault, two gravity thickening basins at 0.42 MG each, gravity thickening pump station, WAS thickening, one 0.67 MG digester and two 1.96 MG digesters, dewatering building, centrate handling, cogeneration facility, and outfall structure. The project also includes an 8,300 LF slurry wall that is 280,000 SF, storm drainage, auger boring, and horizontal directional drilling. Page 1 of 20 Contractor's Statement of Qualification C[:1 Current and Recently Completed Projects Sorted by Contract Amount Printed: 12/17/2013 ADVANCING WATER T-Bar Ranch Well Field Development & Delivery Project PROJECT 4392 Initial Contract Amt: $95,128,571 Location: Midland TX Final Contract Amt: $97,058,812 Owner: Midland Co. Fresh Water Supply District No.1 Start Date: 5/1/2012 Contact: Jay Edwards _ Contract Completion: 5/31/2013 Phone: (432) 697-1447 Actual Completion: 5/14/2013 Engineer: Black & Veatch Contact: Todd Larson Delivery Method: Design/Build Phone: (720) 251-6903 This project included the design and installation of 205,500 LF of 48" steel waterline,105,250 LF of 48" C303 waterline, 10,000 LF of 36" C303 waterline, and 100,000 LF of 6" to 24" PVC well field piping, all completed in 12 months. Black & Veatch, Garney's joint venture partner, was the lead designer of the pipe and structures and constructed the wells, tanks, high pressure pump station, and terminus structure. The project also included nearly 200,000 LF of rock excavation,1,750 LF of hand -tunneled bores, and more than 115 air release valve structures. Prairie Waters Protect North Campus 13PJ1 Initial Contract Amt: $53,350,973 Final Contract Amt: $52,234,900 Start Date: 3/24/2008 Contract Completion: 6/1/2012 Actual Completion: 6/1/2012 Delivery Method: Design -Bid -Build Location: Fort Lupton CO Owner: City of Aurora, CO Contact: Ted Hartfelder Phone: (720) 859-4329 Engineer: CH2M Hill Contact: Bill Rapp Phone: (303) 741-6000 PROJECT 6029 This project is a critical component to Aurora Water's Prairie Waters Project that will ultimately deliver up to 10,000 acres per year of renewable surface water. The 20 MGD facility extracts water from the Platte River through 17 alluvial wells and is delivered to a 200-acre slurry wall -lined earthen storage lagoon where It is partially purified naturally through a unique riverbank filtration process. This Aquifer Recharge and Recovery site is a flow -through facility, surrounded by a low permeability barrier. The water is infiltrated into the ground through Infiltration basins, purified using natural processes as it flows through the alluvium, and collected through a series of recovery wells. A total of 18 recovery wells and five miles of 60" steel pipeline were installed to deliver the pretreated raw water to Pumping Station No. 1. The project required the installation of more than 100,000 LF of pipeline ranging in size from 8" to 60," a three mile long by 50' deep slurry wall that is 6,632,256 SF, and the excavation and off -site disposal of J� more than 600,000 CY of granular soils. Page 2 of 20 Contractor's Statement of Qualification 47 Current and Recently Completed Projects►, Sorted by Contract Amount Printed: 12/17/2013 ADVANCING WATER l Pollution Control Facility Improvements PROJECT 4382 Initial Contract Amt: $47,100,000 Location: Midwest City OK Final Contract Amt: Owner: City of Midwest City, OK r Start Date: 1/9/2012 Contact: Bill Janacek l Contract Completion: 1/13/2015 Phone: (405) 739-1062 Engineer: Black & Veatch Actual Completion; Contact: Arlene M. Over, P.E. Delivery Method: Design -Bid -Build Phone: (720) 834-4200 The Midwest Pollution Control Facility is in need of upgrades to comply with new and anticipated future discharge permit criteria. Upon completion of this project, involving improvements to the liquid and solids wastewater treatment processes, the MCPCF will have a 10.2 MGD rated capacity. Portions of the facility will need to be kept in r continuous operation throughout construction. The work to be performed under this contract consists of L constructing a new headworks building, MBBR basins, process air blower building, ultraviolet building, biosolids pumping complex, and concrete flow diversion structures. The project also includes the renovation of several process structures such as primary and secondary clarifiers, primary sludge pump station, four digesters, dechlorination basin, main control building, chlorine building, and secondary digester pumping complex. Site work c consists of roadways, a new electrical distribution system, new SCADA system, buried piping and valves, and general site grading. C PAR 942 North Secondary Complex Improvements PROJECT 6025 Initial Contract Amt: $45,528,000 Location: Denver CO l Final Contract Amt: $48,340,421 Owner: Metro Wastewater Reclamation District Start Date: 2/6/2008 Contact: A.D. Norford [ Contract Completion: 4/25/2012 Phone: (303) 286-3293 Engineer: Carollo Engineers r Actual Completion: 5/25/2011 Contact: Jerry Salts L Delivery Method: Design -Bid -Build Phone: (303) 635-1220 This important project improved nitrification and de -nitrification capabilities so the Owner could meet the stringent [ nitrate regulatory discharge criteria at the 100 MGD Robert W. Hite Facility. The project included the construction of four new centrate and return activated sludge re -aeration basins (CaRRB) and modifications to the existing Influent channel, which treats centrate ammonia. The project also included the modifications to 12 of the existing aeration basins, replacement of 12 existing 120' secondary clarifiers, including new return activated sludge pump stations, as well as the installation of mixed liquor return pumps. The 100 MGD facility remained in operation and within discharge requirements throughout construction. The project was sequenced such that the new CaRRB basins were built and started prior to making the modifications to the secondary clarifiers and aerations basins. Page 3 of 20 Contractors Statement of Qualification 48 1 Current and Recently Completed Projects Sorted by Contract Amount Printed: 12/17/2013 Cross County 30" Transmission Line I PROJECT 4348 Initial Contract Amt: $34,004,147 Location: Austin TX Final Contract Amt: $42,515,785 Owner: Cross County Water Supply Corporation Start Date: 5/1/2010 Contact: Patrick M. Reilly Contract Completion: 7/30/2011 Phone: (512) 342-6819 Actual Completion: 7/1/2011 Engineer: Chiang, Patel & Yerby, Inc. Contact: Marisa Trevifio Vergara Delivery Method: Design/Build Phone: (210) 798-2314 Garney was chosen by the Cross County Water Supply Corporation to construct this project that included the installation of 283,000 LF of 30" B303 pipe, a 1.5 MG pre -stressed ground water storage tank, chemical treatment facilities, cooling tower, and associated high service pumping facilities. The project took nearly 10 years to come to fruition, of which Gamey participated in over a year of consulting as well as design and constructability review. By working closely with the owner and engineering team, Gamey was able to begin construction of the project prior to the final design being completed. This allowed for parallel design and construction, completing the project on a fast - paced schedule well ahead of a typical design/build project. The well field and pump station are located in Burleson County, Texas with the pipeline extending 53 miles west to eastern Travis County. The system ultimately serves consumers in eastern Travis County as well as other neighboring counties near Austin. Cedar Creek Wastewater Treatment Plant PROJECT 8026 Initial Contract Amt: $33,797,000 Location: Olathe KS Final Contract Amt: $35,140,630 Owner: City of Olathe, KS Start Date: 7/19/2010 Contact: Tim Kurkowski Contract Completion: 10/22/2012 Phone: (913) 971-9102 Actual Completion: 9/28/2012 Engineer: Bladc & Veatch Contact: Derek Cambridge Delivery Method: Design -Bid -Build Phone: (913) 458-3465 This project includes the construction and expansion of the Cedar Creek Wastewater Treatment Plant in Olathe, Kansas. The project will provide preliminary treatment, liquid treatment, and disinfection to meet growth and regulatory drivers. The project includes the extension of the earthen flood protection berm around the new facilities, a new influent sewer, an influent pumping station, a 6 MG extraneous flow basin, a headworks building with screening and grit removal, two new 5-stage BNR basin, a blower building to house single stage centrifugal blowers, two new 130' diameter final clarifiers, a sludge pumping station, replacement of the UV equipment in the existing UV building, modifications to the existing control building, new chemical feed systems including calcium hypochlorlte, ferric chloride, and sodium bisulfate,1,900 LF of 60" and 72" Hobas gravity sewer pipeline, upgrades to the plant effluent water system, a new engine 500 kW generator and switchgear, and all associated electrical and I&C work. Page 4 of 20 Contractors Statement of Qualification 49 Current and Recently Completed Projects liiJJ�► a/�ir Sorted by Contract Amount Printed: 12/17/2013 ADVANONG WATER Ward County Water Supply Expansion Protect Pump Stations PROJECT 4383 Initial Contract Amt: $28,885,249 Location: Big Spring TX Final Contract Amt: $28,885,249 Owner: Colorado River Municipal Water District Start Date: 10/15/2011 Contact: John Grant Phone: (432) 267-6341 Contract Completion: 12/31/2012 Engineer: Freese & Nichols Engineering Actual Completion: 12/14/2012 Contact: Nick Lester, P.E. Delivery Method: CM At Risk Phone: (817) 735-7393 Garvey is providing services as a Construction Manager at Risk (CMAR) for the development and construction of this pump station and ground storage tank project. CMAR services include providing a preliminary evaluation and a detailed estimate when design development documents have been completed by the Engineer, reviewing in - progress design documents and providing input and advice on constructability, materials and equipment selections and availability, analyzing construction risk to assess risk impact and develop appropriate risk management strategies, assembling appropriate bid packages, and soliciting bids from subcontractors and suppliers. Gamey will provide administration and management of the project, schedule work and coordinate the subcontractors and suppliers, and manage construction site safety and quality control. Gamey was awarded Bid Package 6 - Above Slab f< Construction for $6,669,000 and Bid Package 8 - North Well Fields for $5,943,000. V.C. Summer OWS Water Treatment Plant System DBO PROJECT 3045 Initial Contract Amt: $27,399,000 Location: Jenkinsville Sc Final Contract Amt: Owner: South Carolina Electric & Gas Start Date: 10/31/2011 Contact: Richard Troficanto Contract Completion: 11/17/2014 Phone: (803) 941-9873 Engineer: Jacobs Engineering Group, Inc. Actual Completion: Contact: Wendy Creek Delivery Method: Design/Build Phone: (678) 333-0331 Garvey was contracted to design, build and operate the Offsite Water Treatment System (OWS) located at the V.C. Summer Nuclear Generating Station. The system will treat raw water from the Monticello Reservoir to produce 4.0 MGD of filtered water and 0.25 MGD of potable water for Units 1, 2 and 3. The project includes Pall ultrafiltration membrane and reverse osmosis, laboratory facilities and control room, and a land -based raw water intake structure located at Lake Monticello. Design and construction of the alternative raw water intake allowed the client to realize savings of $600,000. This type of collaborative effort led CB&I to increase the scope of work to include a distribution pump station capable of distributing filtered and potable water throughout the entire site. Another unique aspect of this project is a highly sophisticated security and area lighting plan. The project is located at an active nuclear power generating site which offers unique challenges. After the project reaches final completion, Garvey will operate the plant for one year. Page 5 of 20 Contractors Statement of Qualification 50 Current and Recently Completed Projects Sorted by Contract Amount Printed: 12/17/2013 QLrneyD ADVANCIM WATER Secondary Treatment Facilities Improvements (Phase 2) PROJECT 8500 Initial Contract Amt: $26,791,000 Location: Sioux City IA Final Contract Amt: $27,008,749 Owner: City of Sioux City, IA Start Date: 6/4/2009 Contact: Jade Dundas Phone: (712) 279-6957 Contract Completion: 6/30/2011 Engineer: Camp Dresser & McKee Actual Completion: 6/30/2011 Contact: Michael Hughes Delivery Method: Design -Bid -Build Phone: (316) 660-6700 This project included the expansion and rehabilitation of Sioux City's wastewater treatment plant. New construction included a 115' final clarifier, two 126'x 126' aeration basins, a lime system, and two final clarifier splitter structures. The project also involved rehabilitation of the existing plant while maintaining operation, including the removal and replacement of four existing blowers with four new 900 hp blowers, three rebuilt 400 hp blowers, upgrade of the majority of air piping feeding the existing and new aeration basins, replacement of three RAS/WAS pumps, replacement of four direct drive motors and shafts with four new VFD driven motors and shafts on the influent wastewater pumps, and new motors on the drain lift pumps. In the existing aeration basins, grit was removed, the existing aeration equipment was demolished, aeration feed piping was replaced, and new aeration equipment was installed. All the existing RAS/WAS piping and majority of the potable water system in the pipe gallery was also replaced. The existing weirs and baffles in four clarifiers were demolished and replaced with new weirs and baffles and a concrete scum box structure was added to feed the existing renovated scum pump station. Southern Delivery System Segment S4A East-West PROJECT 6636 Initial Contract Amt: $25,995,929 Location: Pueblo CO Final Contract Amt: Owner: Colorado Springs Utilities Start Date: 12/23/2012 Contact: Brian Whitehead Phone: (719) 668-8261 Contract Completion: 11/4/2013 Engineer: CH2M Hill Actual Completion: Contact•• Jody Henry Delivery Method: Design -Bid -Build Phone: (720) 286-1807 This segment of the project Is broken up into two parts, East and West, separated by Interstate 25. The West portion consists of 26,980 LF while the East side consists of 12,669 LF of 66" cement mortar -lined and polyurethane -coated spiral weld steel pipe. The West side includes 10 combination air and vacuum valve assembly vaults, eight blowoffs, and four buried access manways. The East side Includes two combination air and vacuum valve assembly vaults, two blowoffs, and two burled access manways. The entire project will entail asphalt pavement replacement, fiber optic conduit installation, traffic control, erosion and sediment control, and revegetation. When all segments of the pipeline are complete, it will carry raw water from the Pueblo Dam to the City of Colorado Springs. Page 6 of 20 Contractor's Statement of Qualification 51 Current and Recently Completed Projects Sorted by Contract Amount Printed: 12/17/2013 Ga, imdimim j r ADVANCMG WATER Southern Delivery System Raw Water Pipeline Segment S2 PROJECT 6597 Initial Contract Amt: $25,898,236 Location: Pueblo West CO Final Contract Amt: $26,922,139 Owner: Colorado Springs Utilities Start Date: 8/29/2011 Contact: Dennis Auge Phone: (719) 492-8200 Contract Completion: 8/9/2012 Engineer: CH2M Hill Actual Completion: 8/9/2012 Contact: Mark Rosser Delivery Method: Design -Bid -Build Phone: (303) 888-7702 This project consisted of installing 33,865 LF of 66" cement mortar -lined and polyurethane -coated welded steel pipe. The project also included 550 LF of 78" cased crossing by tunneling for the 66" steel waterline, five combination air and vacuum valve assembly vaults, six blow -off assemblies, 70 LF of open cut casing, pavement replacement, traffic control, and erosion and sediment control. This project also included deep excavations, some of which were greater than 30 feet deep. Blue Ridee Dam Penstock Rehabilitation Initial Contract Amt: $24,254,305 Final Contract Amt: $31,103,862 Start Date: 4/8/2010 Contract Completion: 2/29/2012 Actual Completion: 2/29/2012 Delivery Method: Negotiated PROJECT 3020 Location: Blue Ridge GA Owner: Tennessee Valley Authority Contact: Scott Cline Phone: (423) 364-7499 Engineer: Rizzo & Associates, Inc. Contact: John Osterle Phone: (412) 856-9700 In 2004, NA commissioned a new regional seismic hazard analysis. This study developed probabilistic -based, uniform seismic hazard spectra for TVA Dam Sites, including Blue Ridge. The evaluation indicated that remedial measures were required for the intake tower and embankment slopes to ensure stability during and after the design seismic event. The penstock which is located 160 feet below lake level also required remedlation to address a number of deficiencies. This project included Installing new dam performance monitoring instrumentation, relining the 1,000-foot long penstock with 147" diameter steel pipe, annular space grouting, removing the existing penstock bulge and streamlining vertical plate girder, anchoring the intake tower base slab to the rock foundation with post - tensioned anchors, constructing a new downstream embankment rock berm, and removing portions of the upstream slope of the dam and replacing with 426,000 tons of aggregate filter material and rip rap. Page 7 of 20 Contractors Statement of Qualification 52 Current and Recently Completed Projects ,.r~V Sorted by Contract Amount � Printed: 12/17/2013 ADVANCING WATER Northern Water Supply Project Membrane Water Treatment Facility PROJECT 6561 Initial Contract Amt: $24,074,554 Location: Brighton CO Final Contract Amt: $28,060,434 Owner: East Cherry Creek Valley Water & Sanitation Dis Start Date: 9/7/2010 Contact: Chris Douglass, P.E. Contract Completion: 6/1/2012 Phone: (303) 693-3800 Actual Completion: 5/21/2012 Engineer: CDM Smith Contact: Tom Mercer Delivery Method: CM/GC Phone: (303) 383-2403 This project includes a new membrane water treatment building, reverse osmosis water treatment equipment, membrane feed pumps, ultraviolet water treatment equipment, electrical gear, I&C, and HVAC/plumbing. The project also includes the installation of new chemical tanks, chemical piping, clean -in -place tanks, pumps, a high service pump station building, and a 2.5 MG welded steel aboveground water storage reservoir, which included a concentrate storage pond and concentrate discharge pump station. The project includes upgrades to the existing Northern Booster Pump Station, including an additional booster pump, relocating existing radios from the pump station to the new water treatment facility, and upgrades to the existing Southern Booster Pump Station, including an additional booster pump. Fruita Wastewater Reclamation Facility PROJECT 6517 Initial Contract Amt: $22,802,000 Location: Fruita CO Final Contract Amt: $22,262,739 Owner: City of Fruita, CO Start Date: 10/29/2009 Contact: Tom Huston Contract Completion: 2/3/2012 Phone: (970) 858-9558 Actual Completion: 1/29/2012 Engineer: Tetra Tech RMC Contact: Phil Sack Delivery Method: Design -Bid -Build Phone: (303) 825-0642 This project includes the construction of a headworks building with influent pumps, screenings, compactor and -.; washer equipment, grit removal and dewatering equipment, RAS/WAS pumps, related piping, valves, cranes and hoists, foul air fans, activated carbon filter, HVAC, instrumentation, and electrical. Also included is the construction of a solids building with high-speed turbo blowers and filters, UV disinfection, weir and flume, non -potable water pumps, tablet chlorination equipment and hydropneumatic tanks, ATAD equipment, motive pumps, transfer pumps, grinder, heat exchanger, odor control fans, chemical scrubber, and biofilter, centrifuges, feed pumps, ferric sulfate feed system and meter, rotary drum thickeners, and polymer feed system. The two buildings include offices, a training room, break room, laboratory, restroom, solids loading bay, shop, and maintenance garage. Site work includes two concrete oxidation ditches with aeration system and mixers, two clarifiers, and related piping. A 3,000 LF RCP pipeline with manholes will be installed for the plant effluent with a 281 LF bore underneath 1-70 to an outfall structure at the Colorado River. Page 8 of 20 Contractors Statement of Qualification 53 Current and Recently Completed Projects t'ii� Sorted by Contract Amount „a,,,,, Printed: 12/17/2013 AAVANCMG WATER Western Wake Wastewater Management Facilities Effluent Outfal) Pipeline PROJECT 3080 Initial Contract Amt: $22,349,425 location: Cary NC Final Contract Amt: Owner: Town of Cary, NC Start Date: 8/1/2012 Contact: Betsy Drake Contract Completion: 3/24/2014 Phone: (919) 469-4000 Engineer: Hazen & Sawyer Actual Completion: Contact: Francis Buser Delivery Method: Design -Bid -Build Phone: (919) 833-7152 This project includes the installation of 52,000 LF of 54" and 8,000 LF of 48" cement -lined, tape -wrapped spiral welded steel pipe force main in Wake and Chatham Counties, North Carolina. This effluent outfall pipeline connects to the new Western Wake Water Reclamation Facility and discharges into the Cape Fear River through a cast -in - place headwall constructed on the river bank. The alignment parallels existing utility easements, road right-of-ways, and newly acquired construction and permanent easements. In addition the pipeline crosses via jack and bore six County and State Roads with a total of 829 LF of 72" steel casing. The pipeline includes 36 air release valve assemblies, 14 in -line butterfly valves, and installation of a cathodic protection system. Numerous properties and open cut roads will be impacted, involving well water testing and extensive restoration efforts. Harold D. Thompson Water Reclamation Facili Initial Contract Amt: $21,600,000 Final Contract Amt: Start Date: 3/1/2010 Contract Completion: 12/31/2013 Actual Completion: Delivery Method: CM At Risk PROJECT 9103 Location: Fountain CO Owner: Lower Fountain Metropolitan Sewage Disposal Contact: Jim Heckman Phone: (719) 382-5303 Engineer: GMS, Inc. Contact: Roger Sams Phone: (719) 475-2935 Construction of a new 2.5 MGD wastewater treatment plant. Work includes budget estimating, providing conceptual and suggested design ideas for the team, and construction of the new facility. As the general contractor, Weaver is responsible for all earthwork and site improvements, construction of a headworks building, aeration and digester structures, two clarifiers, blower building structure, pumping and disinfection structure, administration building, and maintenance facility. The project also includes the installation of all treatment equipment, site utility piping to convey process waters, process pipe, valves, pumps and ancillary process materials. Work also includes all electrical systems, HVAC, and plumbing work. Page 9 of 20 Contractor's Statement of Qualification 54 1 Current and Recently Completed Projects Sorted by Contract Amount Printed: 12/17/2013 T-Bar Extension Initial Contract Amt: $21,590,649 Final Contract Amt: $22,904,876 Start Date: 6/1/2012 Contract Completion: 12/31/2013 Actual Completion: 5/14/2013 Delivery Method: Design/Build ADVANCtMG WATER PROJECT 4400 Location: Midland TX Owner: Midland Co. Fresh Water Supply District No.1 Contact: Jay Edwards Phone: (432) 697-1447 Engineer: Parkhill, Smith and Cooper, Inc. Contact: Zane Edwards Phone: (432) 697-1447 This project is an extension to the T-Bar Well Field Development & Delivery Project, a design -build project to bring water from the T-Bar Ranch to the City of Midland. This project is also a design -build project, which will extend the 4r T-Bar transmission main from a terminus facility 5 miles outside of town to a live tie-in to the City of Midland's current water system. The project includes the installation of 25,000 LF of 48" spiral weld steel water transmission main and 40,000 LF of 16" C905 PVC water distribution line. In addition, the project will include numerous hand tunnels, the construction of a 5 MG elevated water tank, and a chlorination facility. This project has presented many challenges, including a very aggressive schedule in order to meet the needs of a city amid a severe water drought, working hand in hand with land owners through the design and construction phases, 100 6 rock excavation, plus designing and installing the transmission main through the bottom of a rock quarry. Southern Water Transmission Main Phase II PROJECT 7015 Initial Contract Amt: $21,040,145 Location: Cheyenne WY Final Contract Amt: Owner: Cheyenne Board of Public Utilities Start Date: 6/10/2013 Contact: Herman Noe Phone: (307) 637-6460 Contract Completion: 5/9/2014 Engineer: Burns & McDonnell Engineering, Inc. Actual Completion: Contact: Kate Henske Delivery Method: Design -Bid -Build Phone: (303) 474-2208 Project included installation of 38,000 LF of 42" steel waterline,12,480 LF of 18" PVC waterline, 5,300 LF of 16" PVC waterline, and 5,295 LF of 12" PVC. Also Included all appurtenances, restraint, isolation valving, ARV, blow -off assemblies, connections to existing, stub -outs for future use, bored steel casing, testing, pavement removal and replacement, and site restoration. Page 10 of 20 Contractor's Statement of Qualification 55 l Current and Recently Completed Projects Sorted by Contract Amount Printed: 12/17/2013 Madison Pipeline Project - Contract 4A Initial Contract Amt: $20,886,152 Final Contract Amt: Start Date: 6/30/2012 Contract Completion: 9/20/2013 Actual Completion: Delivery Method: Design -Bid -Build ADVANCMG WATER PROJECT 7013 Location: Gillette WY Owner: City of Gillette, WY Contact: Mike Cole Phone: (307) 687-2534 Engineer: Burns & McDonnell Engineering, Inc. Contact: Kate Henske Phone: (303) 474-2208 This project includes the installation of 50,000 LF of 42" concrete -coated steel waterline. The project includes extensive street work both south and east of the City, dewatering, five auger bores totaling 396 LF, several manholes, and meter/valve vaults. Challenges will include dealing with extensive groundwater and inclement weather during the winter months. Individual bore lengths were 99 LF, 33 LF, 133 LF, 76 LF, and 55 LF. Whites Creek Pumping Station and Force Main Improvements PROJECT 3060 I Initial Contract Amt: $19,944,234 Location: Nashville TN l Final Contract Amt: Owner: Metro Water Services Start Date: 12/19/2011 Contact: Phillip Regen Phone: (615) 862-4970 Contract Completion: 12/17/2013 Engineer: Brown & Caldwell Actual Completion: Doug Yarosz LContact: Delivery Method: Negotiated Phone: (615) 255-2288 This new 48.5 MGD wastewater pumping station consists of a below -grade dry pit housing with four 90 HP dry L weather pumps and three 525 HP wet weather pumps along with other piping and mechanical support systems, two trench -type wet wells, and an above grade structure located above the dry well that includes separate mechanical/HVAC and electrical rooms along with a bridge crane system, restroom and other supporting mechanical and electrical systems. The pump station was excavated at 56' deep and included 11,200 CY of concrete. A new l grinder structure will include a channel -mounted grinder system for the dry weather pumping system wet well and a screened diversion to deliver peak flows to the wet weather pumping system wet well. The project also includes the f interception and reroute of existing 48" and 15" influent sewers from the existing pumping station to the new L station, 6,200 LF of new 30 and 36" DIP force main, and a new influent structure with dedicated Parshall flumes. Page 11 of 20 i_ Contractors Statement of Qualification 56 Current and Recently Completed Projects Sorted by Contract Amount Printed: 12/17/2013 Y1) ADVANCING WATER SDS Raw Water Pipeline Segment S41A Central PROJECT 6667 Initial Contract Amt: $19,850,000 Location: Fountain CO Final Contract Amt: Owner: Colorado Springs Utilities Start Date: 4/2/2013 Contact: Brian Whitehead Phone: (719) 668-8261 Contract Completion: 12/30/2014 - Engineer: Dewberry Actual Completion: Contact: Randy Parks Delivery Method: Design/Build Phone: (303) 951-0613 This design -build project includes the installation of 5,207 LF of tunnel for a 66" raw water carrier pipe. The tunnel bores under a major state highway, two railroad tracks, a major creek, and nearby environmentally -sensitive areas. The project also includes 2,106 LF of open cut 66" steel pipe to connect the tunneled pipe to the existing sections. 0 Forsvth County Water Treatment Plant Expansion Initial Contract Amt: $19,769,000 Final Contract Amt: $20,196,527 Start Date: 5/3/2010 Contract Completion: 6/28/2013 Actual Completion: 6/28/2013 Delivery Method: Design -Bid -Build PROJECT 3009 Location: Cumming GA Owner: Forsyth County Dept. of Water & Sewer Contact: Barry Lucas, P.E. Phone: (770) 886-2793 Engineer: CH2M Hill Contact: Chris Carr Phone: (770) 604-9095 This project expanded an existing 12 MGD water treatment plant to 24 MGD. The process installed was Zenon's submerged membrane equipment, and includes a new flocculation/sedimentation basin, membrane building, and residuals basin, as well as overlot grading, yard piping, chemical feed systems, electrical, and I&C. This project was the first large water treatment facility built by Garvey in the Southeast. Prior to this project, Garrey had completed five pipeline projects for Forsyth County, including the company's maiden voyage into the Atlanta pipe In 2005. For this water treatment plant project, Gamey teamed with Reid & Reid, a Forsyth County earthwork subcontractor. With approximately 200,000 CY of dirt to move prior to concrete and underground construction, Reid & Reid provided the needed horsepower for Garvey to aggressively schedule the project to be completed in 17 months. Page 12 of 20 Contractor's Statement of Qualification 57 -lb Current and Recently Completed Projects %i`QjSorted by Contract Amount Printed: 12/17/2013 ADVANCING WATER Regional Integrated Loop System - Phase 3A Interconnect Proiect PROJECT 3005 C Initial Contract Amt: $18,385,256 Location: Venice FL t Final Contract Amt: $18,213,604 Owner: Peace River Manasota Regional Water Supply A r Start Date: 2/15/2010 Contact: Pat Lehman Contract Completion: 11/4/2011 Phone: (941) 316-1776 Actual Completion: 7/25/2011 Engineer: Atkins North America Contact: Ken Wilson Delivery Method: Design -Bid -Build Phone: (813) 281-8385 The Peace River Manasota Regional Water Supply Authority is enhancing the region's water transmission systems C through a Regional Integrated Loop Pipeline System, which will create a regional potable water transmission system interconnecting water systems in the Authority's service area. The Authority awarded Garney a contract to construct r Phase 3A of the Loop Pipeline System, which consists of installing 47,500 LF of 48" steel pipeline connecting the L Carlton Water Treatment Plant to the Preymore/681 Interconnect, and construction of a new high service regional pump station and 5 MG concrete water storage tank at the water treatment plant site. The project includes a 210 LF subaqueous crossing of the Myakka River via micro tunneling with 60" casing, and the construction of all pipeline 1 appurtenances, including two metering stations and a flow control meter. t L_ Water Treatment Plant No. 2 Phase 11 PROJECT 4379 Initial Contract Amt: $18,051,906 Location: Midlothian TX Final Contract Amt: $18,051,906 Owner: City of Midlothian, TX Start Date: 10/1/2011 Contact: Mike Adams Contract Completion: 6/10/2013 Phone: (972) 775-7105 Engineer: Schrickel, Rollins & Associates, Inc. Actual Completion: Contact: Bryant Caswell Delivery Method: CM At Risk Phone: (817) 649-3216 Due to the growth in the Midlothian area, there has been an increasing demand for water, requiring the construction of this new 9 MGD plant. Construction elements include a sedimentation basin, chemical building, recycle pump station, three sludge lagoons, raw water control building, an administration building with membrane process equipment, administrative offices, a laboratory, a meeting space and shop, electrical, instrumentation and controls, mechanical work, site work, and a raw water pipeline that will tap a 72" and 9W TRWD raw water line. The biggest challenge of this project will be familiarizing the team with the Construction Manager at Risk (CMAR) process, which is a relatively new project delivery method in the state of Texas for municipal contracts. This challenge though, should ultimately be this projects largest advantage over the traditional design -bid -build delivery method. The collaboration between economizing the design to accommodate the City's needs while taking into consideration the best means for construction allowing the City of Midlothian to maximize the value of every dollar spent. Page 13 of 20 L Contractor's Statement of Qualification 58 Current and Recently Completed Projects Sorted by Contract Amount, Printed: 12/17/2013 ADVANCING WATER Disinfection Facilities and Effluent Pump Station PROJECT 4380 Initial Contract Amt: $17,996,000 Location: St. Joseph MO Final Contract Amt: $18,018,889 Owner: City of St. Joseph, MO Start Date: 12/1/2011 Contact: Lee Sommers Contract Completion: 6/16/2013 Phone: (816) 271-4653 Engineer: Black & Veatch Actual Completion: 6/16/2013 Contact: Page Burks Delivery Method: Design -Bid -Build Phone: (913) 458-3814 This project consists of adding a new UV disinfection facility and an effluent pump station to an existing 54 MGD wastewater treatment plant. The current plant is discharging treated wastewater into the Missouri River with waste being treated through a bacterial process. The new UV facility begins with an excavation reaching a 30' depth which will require extensive sheet piling and dewatering. Once the excavation is complete and shored, crews will install - 260 H-pile beams that will be driven to bedrock. The building itself consists of a concrete foundation that will consume nearly 3,000 CY of concrete before it transitions into a masonry structure above. The treatment equipment consists of bulb racks that are submerged into the flow of water which will emit UV rays to kill all living organisms still remaining. Once the disinfection cycle is complete, treated water will spill into a concrete wet well where it will be collecting and picked up into the three new 36" discharge pumps. Wastewater Treatment Plant Headworks Improvements PROJECT 4420 Initial Contract Amt: $16,918,000 Location: Grand Island NE Final Contract Amt: Owner: City of Grand Island, NE Start Date: 6/15/2013 Contact: John Collins Contract Completion: 6/12/2015 Phone: (308) 385-5444 Engineer: Black & Veatch Actual Completion: Contact: Gary Schnettgoecke Delivery Method: Design -Bid -Build Phone: (913) 458-2000 This project includes a new 13 MGD raw wastewater pump station facility with two mechanically -cleaned, front reciprocating rake bar screens, two screenings washer/compactors, and six submersible pumps. The project includes a new masonry building to house the screening equipment; influent meter vault to house valves and magnetic flow meters for two 30" force mains from the raw wastewater pumping station to the grit facility; grit facility with two hydraulic forced vortex basins and masonry building to house the grit pumps, grit dewatering, and electrical room; masonry building to house the electrical equipment for the new headworks facilities; meter vault and masonry building to house valves, magnetic flow meter, and sampler for the 1BS pre-treated wastewater force main; flow distribution structure to distribute effluent from the new grit basins to the primary clarifiers and a bypass to the mixed liquor pump station/aeration basins; odor control systems; engine -generator; septage receiving area; demolition of the existing Parshall flume, sampler building and aerated grit basins; abandoning plant interceptors and yard piping; site work, piping, electrical, plant control system, and utility improvements. Page 14 of 20 Contractor's Statement of Qualification 59 Current and Recently Completed Projects Sorted by Contract Amount Printed: 12/17/2013 Washington CSO Control Facility Initial Contract Amt: $16,913,500 Final Contract Amt: $16,873,039 Start Date: 12/1/2010 Contract Completion: 5/4/2012 Actual Completion: 4/7/2012 Delivery Method: Design -Bid -Build Location: Nashville Grney) TAUCIAM ADVANONG WATER TN PROJECT 3032 Owner: Metropolitan Govt. of Nashville & Davidson Co. Contact: Phillip Regen Phone: (615) 862-4970 Engineer: AECOM Contact: Paul Stonecipher, P.E. Phone: (615) 244-8864 This project included the construction of a new combined sewer outfall control structure and outfall in the Cumberland River. The control structure is 3,500 CY cast -in -place concrete 30' deep and 150' from the river on a micropile foundation system with control gates, bar screens, and control building. The outfall is a 300 CY cast -in - place concrete structure 22' deep in the river bank with three 42" steel discharge pipes. Included 850 LF of 12' x 12' and 200 LF of 12' x 10' precast concrete box culvert at subgrade elevations 28' deep between buildings and crossed a main roadway with existing utilities, The new box culvert connects to an existing 108" diameter brick sewer with a new junction box. The project included cleaning 3,000 LF of 108" brick sewer, removing 450 LF of existing gunite lining, installing 1,250 LF of 96" CCFRM pipe inside the 108" diameter brick sewer via slip lining, installation of a 108" submersible grout plug, and filling existing sewer with 3,000 CY of flowable fill. Included major shoring, dewatering, 40 marine construction, and live utility work. Lake Alan Henry Water Supply Transmission Pipeline, Contract C PROJECT 4359 Initial Contract Amt: $16,626,054 Location: Lubbock TX Final Contract Amt: $16,622,019 Owner: City of Lubbock, TX Start Date: 2/14/2011 Contact: Wood Franklin, P.E. Phone: (806) 775-2343 Contract Completion: 1/4/2012 Engineer: Freese & Nichols Engineering Actual Completion: 1/3/2012 Contact: Nick Lester, P.E. Delivery Method: Design -Bid -Build Phone- (817) 735-7393 This project consisted of installing 80,514 LF of 48" bar wrapped concrete cylinder waterline, six 8" blowoff assemblies, 20 combination air release assemblies, one 48" gate valve, 50 LF of concrete encasement, and other miscellaneous appurtenances. Additionally, there was 80,509 LF of fiber optic conduit and miscellaneous fiber pull boxes that were installed parallel to this pipeline for future SCADA communications. There were five hand tunnels totaling 506 LF of 66" ID steel casing and another 91 LF of open cut 66" ID casing, Although this project was cross country in nature, more than 93% of this pipeline route was across cultivated farm ground while the remainder affected pastures. This required continuous coordination with property owners to ensure the integrity of their existing irrigation piping and systems that consist of center pivots and drip irrigation systems remained in tact. Page 15 of 20 Contractor's Statement of Qualification 60 Current and Recently Completed Projects�. Sorted by Contract Amount Printed: 12117/2013 ADVANCING WAM 48" Effluent Pipeline PROJECT 3025 Initial Contract Amt: $16,400,000 Location: Cantonment FL Final Contract Amt: $17,048,050 Owner: International Paper Company Start Date: 8/1/2010 Contact: Gerald McKee Contract Completion: 12/31/2011 Phone: (850) 937-4365 Engineer: Jacobs Engineering Group, Inc. Actual Completion: 9/26/2011 Contact: Bob Leacock Delivery Method: Design -Bid -Build Phone: (407) 903-5279 International Paper awarded Garney a contract to install a new effluent pipeline at their paper mill in Cantonment, Florida. The pipeline consisted of 51,000 LF of 48" class 150, cement -lined, ductile iron pipe. This project was an extremely sensitive project from an environmental and public relations standpoint. More than 25 wetlands were crossed along the length of the pipeline which required a very narrow working area and limited access. In addition, the project crossed private property owners with strict restoration requirements and minimal disturbance. Several large concrete structures were built including a distribution structure and an upstream mixing box. Other features included multiple air release valves, low point drains, jack and bore crossings, a 1,200 LF micro tunnel, a 300 LF utility bridge, and 2,600 LF of aerial pipe installed on prestressed piles and precast caps. Claremore Wastewater Treatment Plant PROJECT 8020 Initial Contract Amt: $16,118,000 Location: Claremore OK Final Contract Amt: $15,904,341 Owner: Claremore Public Works Authority Start Date: 9/8/2009 Contact: Missy Richardson Contract Completion: 5/30/2011 Phone: (918) 341-2066 Engineer: Garver, LLC Actual Completion: 5/9/2011 Contact: Michael Graves Delivery Method: Design -Bid -Build Phone: (405) 329-2555 This project consisted of constructing new facilities including a 75' aerobic digester, 35'secondary sludge gravity thickener, 20'thickened sludge blend tank, 16' primary sludge gravity thickener, six 149' x 98' aeration basins, 95' secondary clarifier, final clarifier splitter box, re -lift and RAS/WAS pump station, recirculation pump station, blower and solids facility that contains a new belt filter press, polymer system and conveyors, headworks with screens, screenings washers and compactors, vortex grit removal units, grit pumping and grit washing, and 350 kW standby generator system. Renovations included new liners at two flow equalization basins, replacing rotary arms and media at three 115' trickling filters, pump alterations at the Cat Creek Lift Station, upgrades to the yard piping system, —� replacing two 50' clarifier mechanisms, weirs and baffles, and replacing existing aeration system in an aerobic digester. Construction included 6,208 CY of concrete, 20,000 CY of dirt, 108,130 SF of asphalt paving, and 19,200 SF of concrete paving. Page 16 of 20 Contractor's Statement of Qualification 61 Current and Recently Completed Projects y Sorted by Contract Amount Printed: 12/17/2013 ADVANGNG WATER I Regional Integrated Loop System - Phase 1A Interconnect Project PROJECT 3019 Initial Contract Amt: $15,973,420 Location: Punta Gorda FL Final Contract Amt: $10,546,475 Owner: Peace River Manasota Regional Water Supply A Start Date: 10/13/2010 Contact: Pat Lehman Phone: (941) 316-1776 Contract Completion: 10/2/2012 Engineer: DMK Associates, Inc. Actual Completion: 10/11/2012 Contact: Robert Stanley Delivery Method: Design -Bid -Build Phone: (941) 412-1293 The Peace River Manasota Regional Water Supply Authority is a regional governmental agency that is responsible for supplying potable water to Its customer governments consisting of Charlotte, Desoto, Manatee, and Sarasota Counties and the City of North Port. The Authority is looking to enhance the region's water transmission systems through a Regional Integrated Loop Pipeline System. The system will create a regional potable water transmission system interconnecting water systems in the Authority's service area. This phase consists of installing nine miles of 24" DIP pipeline connecting the Peace River Water Treatment Facility in DeSoto County to the Punta Gorda Shell Creek Water Treatment Plant in Charlotte County. The project also includes the construction of a new pump station and a 500,000 gallon ground water storage tank. The project includes a 7,300 LF subaqueous crossing of the Peace River via conventional cut and cover installation using 30" HDPE. Water Treatment Plant & Wellfield Improvements Initial Contract Amt: $15,773,000 Final Contract Amt: $16,660,067 Start Date: 7/6/2010 Contract Completion: 8/24/2012 Actual Completion: 8/24/2012 Delivery Method: Design -Bid -Build Location: Manhattan KS Owner: City of Manhattan, KS Contact: Robert W. Pugh, P.E. Phone: (785) 587-4530 Engineer: Carollo Engineers Contact: Vincent S. Hart, P.E. Phone: (303) 635-1220 PROJECT 8025 This upgrade to Manhattan's existing Water Treatment Plant from 20 MGD to 30 MGD (with the ability to produce 40 MGD) involved the construction of a new sodium hypochlorite facility, well construction, raw water pipeline, aerators, chemical storage and feeding systems, transfer pump and high service pump, and related yard piping. The increase in water production was accomplished through the use of a bypass treatment train, which would allow one stage of the softening basins to be operated in a high rate conventional coagulation/sedimentation mode. The new chemical feed systems installed Included lime, sodium hypochlorite, polymer and dry polyphosphate. Work also involved construction of flow meter vaults, four new wells, and well vaults. The project also required a complete overhaul of the existing yard piping system to create "flow blending" and also to allow for a bypass treatment train system. A new raw water pipeline was also installed using 9,608 LF of 36" pipe, 3,847 LF of 24" pipe and various interconnections to the original 3W pipeline. 19 Page 17 of 20 Contractor's Statement of Qualification 62 1 Current and Recently Completed Projects Sorted by Contract Amount Printed: 12/17/2013 Osaze WTP Combined Hieh Service and Transfer PumD Station Initial Contract Amt: $15,370,000 Location: Amarillo TX Final Contract Amt: $18,270,700 Owner: City of Amarillo, TX Start Date: 12/24/2009 Contact: Emmett Autrey Phone: (806) 378-4266 Contract Completion: 9/26/2012 Engineer: HDR Engineering, Inc. Actual Completion: 9/26/2012 Contact: Lance Ferland, P.E. Delivery Method: Design -Bid -Build Phone: (972) 960-4486 21 ADVANONG WATER PROJECT 6635 The new combined high service and transfer pump station will provide both high service and transfer pumping functions for the water produced at the Osage WTP. The project includes a 45' deep concrete underground water storage tank and aboveground masonry pump station with both sets of pumps and 30" steel discharge pipe, a new masonry electrical building, concrete discharge meter vault, concrete valve vault, a MSE retaining wall, a 1 MG wet well below the pump station, yard piping, and surfaced roads, both asphalt and concrete. Pumping capacities for the high service portion of the pump station has four pumps @1,500 hp each, with a total capacity of 60 MGD, and the transfer portion has two pumps @ 1,500 hp each. All pumps are vertical turbine type with a combination of VFD and soft start controls. There are three 2,000 kW standby generators capable of running two high service and one 0 transfer pump. Yard pipe consisted of 24" to 64" concrete cylinder pipe ranging in depths from 15' to 50'. Republican River Compact Compliance Pipeline Initial Contract Amt: $13,542,985 Final Contract Amt: $14,338,453 Start Date: 8/15/2011 Contract Completion: 8/20/2012 Actual Completion: 8/20/2012 Delivery Method: Design -Bid -Build PROJECT 6603 Location: Wray CO Owner: Republican River Water Conservation District Contact: Deb Daniel Phone: (970) 332-3552 Engineer: GEI Consultants Contact: Steve Townsley Phone: (303) 662-0100 This project consists of refurbishing and connecting eight existing irrigation wells to a central storage facility and discharging the collected water through a transmission pipeline to an outfall located near the Republican River including all associated electrical and SCADA systems. The well refurbishment includes pulling the existing pumps, inspecting and refurbishing the existing casing where necessary, setting new pumps, and providing a new water well structure. The collection lines consist of PVC pipe and precast concrete vaults containing metering devices and hydropneumatic surge tanks. The collection storage tank is a bolted steel design. The collection facilities also include masonry, electrical, and SCADA buildings with associated equipment. The water transmission line includes 23,390 LF of 42" DIP, 26,650 LF of 36" DIP,17,200 LF of 30" DIP, 41,333 LF of 24" to 12" PVC, including isolation valves, air valves, and blowoff valves. The outfall structure includes additional flow control and metering equipment, a bypass, and parshall flume with rip rap lined channel. Page 18 of 20 Contractor's Statement of Qualification 63 E2 Current and Recently Completed Projects,. � Sorted by Contract Amount aoManvucssaaei Printed: 12/17/2013 ADVANCING WATER I McClure Penstock Replacement PROJECT 2979 Initial Contract Amt: $13,384,671 Location: Marquette MI Final Contract Amt: $14,758,635 Owner: Upper Peninsula Power Company r I Start Date: 9/25/2009 Contact: Ben Trotter phone: (920) 433-5585 Contract Completion: 12/31/2010 r Actual Completion: 10/15/2010 Engineer: Barr Engineering Company I Contact: Bill Forsmark Delivery Method: Design -Bid -Build Phone: (952) 832-2843 This project included the installation of new penstock consisting of 13,300 LF of 84" spiral weld steel pipe. The first portion included replacing 9,000 LF of existing penstock that was made up of wood staves surrounded by steel bands, and the remaining 4,000 LF consisted of 84" riveted steel pipe. The project also included two aerial stream crossings, tie-ins to multiple historically sensitive structures, manholes and drains, civil work including access roads and staging areas, environmental work including erosion control measures, and controls such as valves, headgates, flow monitoring equipment, pressure/vacuum relief valves, hydraulic transient pressure relief control systems, start up and testing. The project was a functional hydroelectric generating facility and operates a license and regulatory jurisdiction of the Federal Energy Regulatory Commission (FERC). North Central Transmission Mains PROJECT 3049 Initial Contract Amt: $12,959,937 Location: Hudson FL Final Contract Amt: $7,861,145 Owner: Pasco County Utilities Start Date: 10/13/2011 Contact: Bruce Kennedy phone: (727) 847-8040 Contract Completion: 4/17/2013 r Actual Completion: 4/17/2013 Engineer: Florida Design Consultants, Inc. L Contact: .lames Choncholas Delivery Method: Design -Bid -Build Phone: (727) 849-7588 This project consists of two separate pipelines each designed to supply and relieve current and future demands in the central region of Pasco County, Florida. Approximately 39,500 LF of 24" to 36" ductile iron reclaimed water piping will be installed from the County's Shady Hills Wastewater Treatment Facility, connecting to another segment of piping that will ultimately supply to a future reservoir in Wesley Chapel. A ductile iron and PVC wastewater force main measuring 44,000 LF will help relieve the current demand in the Land O' Lakes area by conveying wastewater to the Shady Hills Wastewater Treatment Facility for treatment. Both pipelines include multiple trenchless pipe installations using directional drilling and auger boring methods. Page 19 of 20 Contractor's Statement of Qualification 64 Current and Recently Completed Projects Sorted by Contract Amount Printed: 12/17/2013 ADVANONG WATER Ozone Disinfection System Improvements PROJECT 8023 Initial Contract Amt: $11,729,000 Location: Springfield MO Final Contract Amt: $12,362,807 Owner: City of Springfield, MO Start Date: 1/22/2010 Contact: Ed Malter Contract Completion: 3/8/2012 Phone: (417) 864-1900 Engineer: Black & Veatch Actual Completion: 3/8/2012 Contact: John Pruss Delivery Method: Design -Bid -Build Phone: (913) 458-3331 Garney was awarded Section 1 of the Ozone Disinfection System Improvements project, which includes the removal of an existing vertical shaft mixers at the ozonation tanks, retrofit of three parallel trains with side stream ozone Injection and dissolution systems, and construction of a new building on top of the existing ozonation tanks to house the side stream injection pumps, ozone gas train manifolds, programmable logic controller, and motor control _. center. The project also included the installation of two ozone generators, redundant electrical feeders to the process building, two new oxygen booster compressors, removal of the three existing centrifuge back drives and replacement with new hydraulic back drives, modifications to the existing return wastewater pumps, addition of a new return wastewater flow metering vault, and the construction of perimeter site security fencing and ornamental fencing at the main plant entrance. ASR Phase II SP-S3 Northern Diagonal Transmission Main PROJECT 4370 Initial Contract Amt: $10,492,115 Location: Wichita KS Final Contract Amt: $10,588,723 Owner: City of Wichita, KS Start Date: 8/10/2011 Contact: Richard W. Robinson Contract Completion: 5/11/2012 Phone: (316) 830-2881 Actual Completion: 5/11/2012 Engineer: Camp Dresser & McKee Contact: Scott Kyler Delivery Method: Design -Bid -Build Phone: (720) 264-1139 s This project consisted of installing 29,000 LF of 48", 60" and 66" polyurethane coated steel pipe transmission main along with small diameter PVC spur lines to an existing well system. The project also included 66" and 84" liner -plate hand tunnels, time critical large diameter valve replacements, and existing steel surge tank demolition. Page 20 of 20 Contractor's Statement of Qualification 65 CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Offeror Must be submitted with Proposal 1, the undersigi►ed Offeror, certify that the iusurauce requireutctits coutained ui this proposal docuturut have beta reviewed by we with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, Jays after being notified of such award by the City of Lubbock, futYtish a valid of the requirements dcfuicd in this proposal. Scott A. Parrish Contractor (Print) CONTRACTOR'SFIRM NAME: Garney Companies, Inc. (Print or Type) CONTRACTOR'S FIRM ADDRESS: 1333 NW Vivion Road Kansas City, MO 64118 r.,1x-,—,..1_-�, -_ -, , -.� . w,.�. . _r. -11 lx .:.. -,w --1,- - .-.. L..... I.-.1 —..._,«,.w 7,_—t - -. T I _a,. —,-I - ...,.a -- `(>' 1 I•: 1 o CONTRA( •Tull W the Ituic requlrenteut rperlfled alr►�e It not fuel, tlr C III hats flue right to reject filk propa,ral auttl at%rard the 4-ooU•at•1 Iq arltoller roolrurlor. It you lure art+ goerllouy morel°nlo1, Ilcre plea+. ronlarl Ihr Director or i,mvita siuo- and t_'ouirarl manaffentcul for the (,'Itv of Imbbock at t8061 775 2572. PROPOSAL# 14-1 l 668-MA - Bailey Comity Well Field Supply Pipeline -- Contract B Page Intentionally Left Blank The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts, Pursuant to Section 252-0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for detennining 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 citizen's of the City of Lubbock, b; it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Speciflcalty, the City may consider, among other things: a. Complaints to, or final orders entered by. the Occupational Safety and Health Review Conimission (OSHRC), against the proposer for violations of OSfqA_ 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 Envirotimental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNIRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS). the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement. suspension/revocations of state or federal licenses or registrations- fines assessed, p criding 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 actiu-, for such fu-ni, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO X If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected. category of offense. final disposition of offense, if any, and penalty assessed. Offerors Initials QLTSTION 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 cuforcentent, suspensionirevocations of state or federal licenses, or registrations, lines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders. and judicial final judgments. YES X NO If the offeror has indicated YES for question number two above, the offeror must provide, to City of LubbocL with its proposal submission, the following information with respect to each Stith conviction: Date of offeme 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 firun, 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 itudicatcd YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission. the following information with respect to each such conviction: Date of offense. location where offense occurred, type of offense. final disposition of offense, in any. and penalty assessed. QUESTION FOUR Provide your company's Experience Modification Rate and supporting urforniation: 0.53 ACK-NOWLEDGENfENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willfiil misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions.. I am aware that the iuforruat�,t n--giv me in this questionnaire will be investigated, withrnry full permission. and that any nusrepr eutatious ar ornissions p y cause my proposal to be rejected.. Scott Parrish, COO ►- Title 2_ EPA IDEA Query Results Page 1 of 3 IL =# Enforcement & Compliance History Online (ECHO) You are here: EPA Home Compliance and Enforcement ECHQ Search Data Search Results Enforcement Case Report �Lt�ft For Public Release - Unrestricted Dissemination. Report Generated on 09/17/12 US Environmental Protection Agency - Office of Enforcement and Compliance Assurance Case Number. 07-2010.0360 Case Name: GARNEY CONSTRUCTION, INC AND GARNEY COMPANIES, INC Case Type: Adn*dstrative - Formal Result of Voluntary No Disclosure? Case Status: Closed Multi -media Case? No Regional Docket CWA-07-2010-0137 Enforcement Type: CWA 309G2B AO For Class II Number. Penalties Relief Sought: Penalty Vlolatlons: No Data Enforcement Final Order With Penalty Outcome: Penalties: "EPA settles the vast majority of Its enforcement actions and almost all of these cases are settled without an admission of liability. The agreement to pay a penalty as part of a settllement does not necessarily reflect an admission of liability for environmental violations by IhA comnanv Total Federal Penalty' Assessed or Agreed To (not necessarily an Total StatefL000l Penalty Assessed Total SEP Coat Total Compliance Action Coat Total Cost Recovery admission of IlabU $45.000 Case Summary: VIOLATION OF NPDES PERMIT REQUIREMENTS. � ax Laws and Sections: Citations: rue I Part CWA 13011402 NPDES -Base Program (LimkSection No Data Records Returned Law Sections Programs Program Links: FRS Number I Program I Program ID 110042336168 11CIS 12200008646 Facilities: - http://Www.epa-echo.gov/cgi-binlget 1 eReport.cgi?IDNumber=07-2010-0360&tool=eiciEC... 9/17/2012 EPA IDEA Query Results Page 2 of 3- P_ FRS Number Facility Name Address City Name State Zi p SIC Codes NAIL Codes 1100423361 6 GARNEY 1333 NW VIVION ROAD KANSAS CITY MO 64118 CONSTRUCTION Defendants: Defendant Name Named in Named in Complaint Settlement GARNEY CONSTRUCTION, INC Y ly GARNEY COMPANIES, INC Y IY Case Milestones: Event Actual Date Complaint/Proposed Order 09/29/2010 Final Order Issued 09/2912010 Pipeline Closed 10/29/2010 Enforcement Action Closed 10/29/2010 T Pollutants: � M12 Pollutant Name Chemical Abstract Number No Data Records Returned Enforcement Conclusion Enforcement Conclusion Type: Administrative Penalty Order With or Without Injunctive Relief Enforcement Conclusion Name: GARNEY CONSTRUCTION, INC AND GARNEY COMPANIES, INC Facilities in Settlement (FRS 110042336166 ID): Settlement Entered Date: 09129/2010 Settlement Lodged Date: Enforcement Conclusion Dollar Amounts: Pollutant Reductions: Federal Penalty Assessed or Agreed To State/Local Penally Assessed SEP Cost Compliance Aotion Cost Cost Reoove Pollutant Annual Amount Units Media SEP ar Comp No Data Records Returned I L- Supplemental Environmental Projects: http://www.epa-echo.gov/cgi-bin/getl eReport.cgi?IDNumbei=07-2010-0360&tool=eiciEC... 9/17/2012 EPA IDEA Query Results Page 3 of 3 Click here, for a Detailed Facility Information. This report was generated by the Integrated Data for Enforcement Analysis (IDEA) system, which updates its information from program databases monthly. The data were last updated: ICIS: 08/10/2012 Version 12/03/08 EPA dome ( Privacy and Security Notice Contact Us http://www.epa-echo.gov/cgi-bin/get I cReport.cgi?IDNumber=07-2010-0360&tool=eiciEC... 9/ 17/2012 4 July 29. 2013 Liberty Mutual Group Financial Plaza 11 6800 College Blvd, Suite 700 Overland Park, KS 66211-1547 785-550-1046 Mr. Steve McCandless Garrey Companies, Inc. 1333 NW Vivion Rd. Kansas City, MO 641 18-4554 Dear Steve: Please consider this as confirmation of the NCCI Experience Modification Ratings (I:MRs) for Gamey Companies, Inc. for Workers' Compensation: Year EMR 2013 .53p 2012 .61 2011 .73 2010 .81 2009 .62 2008 .63 2007 .72 2006 .91 2005 .95 2004 .91 2003 .78 2002 .69 2001 .62 2000 .58 1999 .62 1998 .65 1997 .63 1996 .63 1995 .59 1994 .69 Sincerely, &L 6(- — Debbie Smith Sr. Account Executive Facing the Issues That Face Our Customers SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions, include procurement contracts for goads or services equal to or in excess of $25,000 and all non -procurement transactions (e.g.. sub -awards to sub -recipients). Contractors receiving iudividual awards of $25,000 or u►ore and all sub -recipients roust certify that their organization quid 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 organisation and its principals are not suspended or debarred by a Federal agency. 1, 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: Garney Companies, Inc. FEDERAL TAX ID o Signature of Company Printed name of coumpauy official signing above: Scott A. Parrish ~ Date Signed: December 19, 2013 Page Intentionally Left Blank 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. PROPOSED LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No Lone Star Dirt & Paving Lubbock, Texas Turnkey Milling / Paving ° x AR Daniel Construction Cedar Hill, Texas Bore / Tunnel ° 'x ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: Garney Companies, Inc. (PRINT NAME OF COMPANY) O Cd .b� 4-4 Cd A,y�i raiy 'O ro o ' ,F. R6, + + + + , NIP- + A + + Al el" 4 + + 14 + I'm Pane intentionally Left Blank 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. FINAL LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No AR Daniels Const. Cedar Hill, Tx. Boring / Trenchless ❑ X) Lone Star Dirt & Paving Lubbock, Tx. Asphalt Road Replacement ❑ 91 Terra Testing, Inc. Lubbock, Tx. CMT Testing Services ❑ Ted Cantu Const. Arlington, Tx. .joint Welding ❑ l? ❑ ❑ ❑ ❑ ❑ ❑ ❑ o ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ SUBMITTED BY: Garney Companies, Inc. (PRINT NAME OF COMPANY) THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO No Text ': .''tr> m"• �. � o °� �,�.,Y r> � o } ' �, � o ¢.;�d�<s�:o-liwa r... - o...i� ° , . k °�.�. MT ',g�,¢¢x x �f« � ��_� �nn ' •��.,'�s�,. n fix. - �.aaa�x.'� :,.>.,�. �,: �; s�,.ew ' � rxviv<:..�.n. __. _� � . �> e�.- �y,:e�;,,a'.5.'�C;�--_•�.�_•� ¢ - e_w.�. .� ::, �.�: .: ' . 4�=ea.-+.avewo��n ;,,.,w.�o- .,.v.,, ,�,.ao,4.o�..t^�--�-� --�•���x.�.,.�:«w�r..<:w�..r�.*�-� _ - - J« a.o-�.,�,sr�c"s� x.=t- _ . -- -'-.{ . -_ {• r' . x o :;f' na' 'f[i°' �...m�'t:rR.R�.{<:. Paso Inte lAdo nally Let Bla"k National Fire Bond No: 58711429 Liberty Mutual Fire Bond No: 674022058 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 Garnet/ Companies, Inc. (hereinafter called the Principal(s), as Principal(s), and National Fire Insurance Company of Hartford / Liberty Mutual Fire Insurance Company (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Nine Million One Hundred Forty Four Thousand Four Hundred Sixty Four Dollars ($9,144,464.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the _13-#— day of &B&A& 2014, to Garnet/ Companies, Inc. and said Principal under the law is required before commencing the work 6rovided 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 _j all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of Fe 2014. National Fire Insurance Company of Hartford Liberty Mutual Fire Insurance Company *By: O Linda L. Nutt, Attorney -in -Fact National Fire Insurance Company of Hartford CNA Plaza Chicago, IL 60685 312-775-7276 a Connecticut Corporation Liberty Mutual Fire Insurance Company 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462 -j 610-832-8240 a Wisconsin Corporation CID TN AS MCGEE, L.C. 0 MAIN ST., 1700 KANSAS CITY, MO 64106 S1 6/ Gamey CoMpanies, Inc. ``% COMN, N' Q?' �1tP0 e, G® R4T� ..Z By: Scott A. Parrish _ SEAL '����••. •oJ �� (Signa re) %%% Vice President (Title) No Text POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Linda L. Nutt , Individually of Kansas City, MO their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - Surety Bond Number: 58711429 Principal: Gamey Companies, Inc. Obligee: City of Lubbock and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 16th day of May, 2012. �� coRaaure " �rer�/DAWt 10 1897 F c � x ia' JULY 11, @@' Continental Casualty Company National Fire Insurance Company of Hartford American Cas alty Company of Reading, Pennsylvania Paul T. Bruflat Z Vice President State of South Dakota, County of Minnehaha, ss: On this 16th day of May, 2012, before me personally came Paul T. Brullat to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that he knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. J. MOHR SOL auauc sru sotmiaucoTa sFr� A My Commission Expires June 23, 2015 J. Mohr Notary Public CERTIFICATE I, D. Bult, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is, still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in fors. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 51'� day of , -011 GASI.Gt<T} � uiSi%Rq� _,eppM' OF cAi+p7Te � n� g�wA�a►atto ;R O� a 1WY 71. J SEAL t- � a e 19Y2 �T 1891 HAR i Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania D. Bult Assistant Secretary Form F6853-4/2012 Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the r_ Company at a meeting held on May 12,1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25`s day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers'l to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, bard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 250' day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty Company of Reading, Pennsylvania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25's day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." State Of Texas COMPLAINT NOTICE: Should any dispute arise about your premium or about a claim that you have filed, write to the company that issued the bond orpolicy. If the problem is not resolved, you may also write to the State Board of Insurance, P.O. Box 149091, Austin, TX 78714-9091, FAX #(512) 475-1771: This notice of complaint procedure is for information only and does not become part or condition of this bond or policy. CLAIM NOTICE ENDORSEMENT: In accordance with Section 2253.021(f) of the Texas Government Code and Section 53.202(6) of the Texas Property Code any notice of claim to the named surety under this bond(s) should be sent to: (312)755-7276 National Fire Insurance Company of Hartford, CNA Plaza Chicago, IL 60685 "DISCLOSURE OF GUARANTY FUND NONPARTICIPATION" TEXAS. SENATE BILL 255 In the event National Fire Insurance Company of Hartford is unable to fulfill_ it's contractural obligations under this policy or contract or application or certificate of evidence of coverage, the policyholder or certificate holder is not protected by an insurance guaranty fund or other solvency protection arrangement. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for mortgage, note, loan, letter of credit, bank deposit, currency rate, interest rate or residual value guarantees. To confirm the validity of this Power of Attomey call 610.832.8240 between 9:00 am and 4:30 pm EST on any business day. LIBERTY MUTUAL FIRE INSURANCE COMPANY WAUSAU, WISCONSIN POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Fire Insurance Company (the "Company"), a Wisconsin stock insurance company, through its Assistant Secretary, pursuant to and by authority of the Board of Directors hereinafter set forth, does hereby name, constitute and appoint, Linda L. Nutt of the city of _ Kansas City state of MO its true and lawful aftomey-in-fact , with full power and authority hereby conferred to sign, execute and acknowledge the following surety bond: Principal Name: Garvey Companies, Inc. Obligee Name: City of Lubbock Surety Bond Number: 674022058 Bond Amount: See Bond Form That this power is made and executed pursuant to and by authority of the following Unanimous Consent and Vote of the Board of Directors dated May 21, 2013 wherein, among other things, it was : VOTED that, pursuant to Article VI, Section 1 of the By -Laws, the Chairman, the President and the Secretary, either jointly or severally, are authorized to delegate authority to any officer(s) of the Company to appoint such attomeys-in-fact as may be necessary or desirable to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the President and attested by the Secretary. That the Resolution set forth above is a true copy thereof and is now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 28th day of March, 2013. LIBERTY MUTUAL FIRE INSURANCE COMPANY e BDavid M. Carey, Assistant Secretary COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY On this 28th day of March, 2013 before me, a Notary Public, personally came David M. Carey, to me known, and acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the direction of said corporation. IN TESTIMONY WHEREO I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. 5p PAST orlwF`y _l COh1M�N1'!E{�otarial Seal NNSYLVANIA .• - �__ OF , " sl"eresa P.ate8, hataryP.uEliC= - BY y.i loath TivpY 1,10 15mery CoUnty.. Ter sa Pastella, Notary Public �y 'bsvt�P�PG `t`ty-Commisslon-Explres Mardi 28; 2017 CERTIFICATE OjPVe�` -'` trMBUt, Pr7aNS"kW11;4ASSOCIATIONOF NUMMS — 1, the undersigned, an Assistant Secretary of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of aftomey of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney was one of the officers or officials specially authorized by the Board of Directors to appoint attomeys-in-fact as provided in the Unanimous Consent and Vote of the Board of Directors of Liberty Mutual Fire Insurance Company dated May 21, 2013. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board of Directors of Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein it was VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signature and facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to any surety undertakings, bonds, recognizances and other surety obligations to which it is attached. IN TESTIMONY WHER OF, have hereunto subscribed my name and affixed the corporate seal of the said company, this day of By W ioco19e�JTFg C Gregory W. Davenport, Assistant Secretary �7JCONS�p State of Texas COMPLAINT NOTICE: Should any dispute arise about your premium or about a claim that you have filed, write to the company that issued the bond or policy. If the problem is not resolved, you may also write to the State Board of Insurance, P.O. Box 149091, Austin, TX 78714-9091, FAX #(512) 475-1771. This notice of complaint procedure is for information only and does not become part or condition of this bond or policy. CLAIM NOTICE ENDORSEMENT: In accordance with Section 2253.021(0 of the Texas Government Code and Section 53.202(6) .of the Texas Property Code any notice of claim to the named surety under this bond(s) should be sent to: (610)832-8240 Liberty Mutual Fire Insurance Company 450 Plymouth Rd, #400 Plymouth Meeting, PA 19462 "DISCLOSURE OF GUARANTY FUND NONPARTICIPATION" - . TEXAS SENATE BILL 255 In the event Liberty Mutual Fire Insurance Company is unable to fulfill it's contractural obligations under this policy or contract or application or certificate of evidence of coverage, the policyholder or certificate holder is not protected by an insurance guaranty fund or other solvency protection arrangement. The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Nick Broyles National Fire Insurance Company of Hartford Lubbock County, TX Resident Agent Liberty_Mutual Fire Insurance Company_ c/o Arthur J. Gallagher Risk Management Services Surety 2727 81 st Street Lubbock, TX 79423 *By: Linda L. Nutt, Attorney -in -Fact Approved as to form: City of By: City Attorney * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 ' POWER OF ATTORNEY APPOINTING INIDIVIDUAL ATTORNEY -IN -FACT Know All Men B These Presents That Continental Casual Company,an Illinois insurance company,National Fire Insurance Company of Y � Casualty P Y Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Com anies" are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, P )� Y g g P g P P tY g s, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint P", Linda L. Nutt , Individually of Kansas City, MO their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - Surety Bond Number: 58711429 Principal: Garrey Companies, Inc. Obligee: City of Lubbock and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 16th day of May, 2012. GAS�r1- � 1MStlRq,� � pORP�ATp �i ,ui. f an SEAL bt897 Continental Casualty Company National Fire Insurance Company of Hartford American Cas alty Company of Reading, Pennsylvania Paul T. Bruflat AF Vice President State of South Dakota, County of Minnehaha, ss: On this 16th day of May, 2012, before me personally came Paul T. Bruflat to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that he knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. J. MOHR � BUC SOUTH O OTA 0 SEAL SOUTH OAKOTA My Commission Expires June 23, 2015 J. Mohr Notary Public CERTIFICATE 1, D. Bult, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 13"A- day of , c.'?©% �pPauTZ a ,r�ORPaa>�o ® JULY 11, , J SFJ►L oJ e ISR 1891 MAR • Form F6853-4/2012 Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania rD Z, —J-� D. Bult Assistant Secretary Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company at a meeting held on May l2, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25 h day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10,1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25a' day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May l0, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty Company of Reading, Pennsylvania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25's day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature, and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for mortgage, note, loan, letter of credit, bank deposit, currency rate, interest rate or residual value guarantees. To confirm the validity of this Power of Attorney call 610.832.8240 between 9:00 am and 4:30 pm EST on any business day. LIBERTY MUTUAL FIRE INSURANCE COMPANY WAUSAU, WISCONSIN POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Fire Insurance Company (the "Company"), a Wisconsin stock insurance company, through its Assistant Secretary, pursuant to and by authority of the Board of Directors hereinafter set forth, does hereby name, constitute and appoint, Linda L. Nutt of the city of Kansas City state of MO its true and lawful attomey-in-fact , with full power and authority hereby conferred to sign, execute and acknowledge the following surety bond: Principal Name: Garvey Companies, Inc. Obligee Name: City of Lubbock Surety Bond Number: 674022058 Bond Amount: See Bond Form That this power is made and executed pursuant to and by authority of the following Unanimous Consent and Vote of the Board of Directors dated May 21, 2013 wherein, among other things, it was : VOTED that, pursuant to Article VI, Section 1 of the By -Laws, the Chairman, the President and the Secretary, either jointly or severally, are authorized to delegate authority to any officer(s) of the Company to appoint such attomeys-in-fact as may be necessary or desirable to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the President and attested by the Secretary. That the Resolution set forth above is a true copy thereof and is now in full force and effect. IN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 28x" day of March, 2013. e LIBERTY MUTUAL FIRE INSURANCE COMPANY BDavid M. Carey, Assistant Secretary COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY On this 28v' day of March, 2013 before me, a Notary Public, personally came David M. Carev, to me known, and acknowledged that he is an Assistant ry Secretaof Liberty Mutual Fire Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the direction of said corporation. IN TESTIMONY WHEREO 1 have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. 9P Pgs1 - - _ - FtiONW�F<< �:_ COMMONWECTH- F PENh15ti'LVANIA y -� = "Notarial Seal -�... OF ierr:�a P.aeB, Natary P.u�lic- ,' By Plymouth TWO., Ptonty'om . Couaty, - Ter sa Pastella, Notary Public : hty-Commisslbn-4pires htarch28; 20I7 y M�.uyP G CERTIFICATE �qfly pUe�� —,IC-MISER,F;:rIIMY ha 4ARspa1,710t+_oF 'OTr !Ms: I, the undersigned, an Assistant Secretary of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attomey of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and 1 do further certify that the officer or official who executed the said power of attomey was one of the officers or officials specially authorized by the Board of Directors to appoint attomeys-in-fact as provided in the Unanimous Consent and Vote of the Board of Directors of Liberty Mutual Fire Insurance Company dated May 21, 2013. This certificate and the above power of attomey may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board of Directors of Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein it was VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attomey or to any certificate relating thereto by facsimile, and any such power of attomey or certificate bearing such facsimile signature and facsimile seal shall be valid and binding upon the Company when so affixed and in the future, wi..h respect to any surety undertakings, bonds, recognizances and other surety obligations to which it is attached. IN TESTIMONY WHEREOF, l have hereunto subscribed my name and affixed the corporate seal of the said company, this 45'k day of By__. ,„ IIICOEP09lTE0 $ Gregory W. Davenport, Assistant Secretary 1EOP t'/!CONS\M No Text v: .. ¢ffi.cwry t Y o x t k x ,,, n.:�:n :..�;�. �vn¢ �. nn;.�.•;x ���: �v'_ ..,six, t�::.� �� � �v.. � � - - - - _ -_ .n t ..: - ox `'45�• 5 - p� - - - National Fire Bond No: 58711429 Liberty Mutual Fire Bond No: 674022058 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that Garney Companies, Inc. (hereinafter called the Principal(s), as Principal(s), and National Fire Insurance Company of Hartford / Liberty Mutual Fire Insurance Company (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Nine Million One Hundred Forty Four Thousand Four Hundred Sixty Four Dollars ($9,144,464.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 1,344- day of'i�t,4� , 2014, to Garney Companies, Inc. and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of kt]y ,1/ 2014. National Fire Insurance Company of Hartford Gamey Companies, Inc. Liberty Mutual Fire Insurance Company ..,.• ••,.:.. • ,� *By: `?• ''Fife'; By: Scott A. Parrish Linda L. Nutt, Attorney -in -Fact e::•GORp®R4,0, =' SEAL National Fire Insurance Company of Hartford �Nj;•,• •' �; (Signature) CNA Plaza.,.• • •JQ;�, Chicago, IL 60685 ����OF AA16S9%%% 312-775-7276 ��ii�� tt Vice President a Connecticut Corporation (Title) Liberty Mutual Fire Insurance Company 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462 610-832-8240 - = a Wisconsin Corporation THOMAS MC, L.C. 0 MAIN ST., 1700 KANSAS CITY, Mo o419S 816/842/4800 a w a e>®©/. e2� �\&may � � \ � , . � ,� }, \�\\!: #9 � j �� \�\`�....� \ \ %� : /y 0 §/�®®®%; 0��}\e� POWER OF ATTORNEY APPOINTING INDIVIDUAL. ATTORNEY -IN -FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Linda L. Nutt , Individually of Kansas City, MO their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - Surety Bond Number: 58711429 Principal: Garrey Companies, Inc. Obligee: City of Lubbock and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 16th day of May, 2012. ?�P� GAStJ�tT` ► W*4�+ AA F �ppPORAre C� ,pytNNDltgrf0 o a JULY 31, , v SFJIL Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania Ye? /___ Paul T. Bruflat 47 Vice President State of South Dakota, County of Minnehaha, ss: On this 16th day of May, 2012, before me personally came Paul T. Bruflat to me known, who, being by me duly sworn, did depose and say: that he J resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that he knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that be signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. J. MOHR NOTARY PUBLIC SOUTHDMOTA SElt. My Commission Expires June 23, 2015 J. Mohr Notary Public CERTIFICATE I, D. Bult, Assistant Secretary of Continental Casualty Company, an Illiinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this �u day of!!x'J/ GAS tr�t� 01su*4 Continental Casualty Company 'ttF National Fire Insurance Company of Hartford L c°"PMA*e 0 *W°aarra ;R American Casualty Company of Reading, Pennsylvania JUL 31, SEAL 1897 MARS" D. Bull Assistant Secretary Form F68534/2012 Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company at a meeting held on May 12,1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25d' day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25`s day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10,1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty Company of Reading, Pennsylvania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25d day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." State of Texas �- COMPLAINT NOTICE: Should any dispute arise about your premium or about a claim that you have filed, write to the company that issued the bond or policy_ If the problem is not resolved, you may also write to the State Board of Insurance, P.O. Box 149091, Austin, TX 78714-9091, FAX #(512) 475-1771: This notice of complaint procedure is for information only and does not become part or condition of this bond or policy. CLAIM NOTICE ENDORSEMENT: In accordance with Section 2253.021(f) of the Texas Government Code and Section 53.202(6) of the Texas Property Code any notice of claim to the named surety under this bond(s) should be sent to: - (312)755-7276 National Fire Insurance Company of Hartford, CNA Plaza Chicago, IL 60685 "DISCLOSURE OF GUARANTY FUND NONPARTICIPATION" TEXAS. SENATE BILL 255 In the event National Fire Insurance Company of Hartford is unable to fulfill it's contractural obligations under this policy or contract or application or certificate of evidence of coverage, the policyholder or certificate holder is not protected by an insurance guaranty fund or other solvency protection arrangement. This Power of Attomey limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for mortgage, note, loan, letter of credit, bank deposit, currency rate, interest rate or residual value guarantees. To confirm the validity of this Power of Attomey call 610.332.3240 between 9:00 am and 4:30 pm EST on any business day. LIBERTY MUTUAL FIRE INSURANCE COMPANY WAUSAU, WISCONSIN POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Fire Insurance Company (the "Company'), a Wisconsin stock insurance company, through its Assistant Secretary, pursuant to and by authority of the Board of Directors hereinafter set forth, does hereby name, constitute and appoint, Linda L. Nutt of the city of Kansas City state of M( sign, execute and acknowledge the following surety bond: Principal Name: Garvey Companies, Inc. Obligee Name: City of Lubbock its true and lawful attomey-in-fact , with full power and authority hereby conferred to Surety Bond Number: 674022058 Bond Amount: See Bond Form That this power is made and executed pursuant to and by authority of the following Unanimous Consent and Vote of the Board of Directors dated May 21, 2013 wherein, among other things, it was : VOTED that, pursuant to Article VI, Section 1 of the By -Laws, the Chairman, the President and the Secretary, either jointly or severally, are authorized to delegate authority to any officer(s) of the Company to appoint such attomeys-in-fact as may be necessary or desirable to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the President and attested by the Secretary. That the Resolution set forth above is a true copy thereof and is now in full force and effect. IN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 28ih day of March, 2013. LIBERTY MUTUAL FIRE INSURANCE COMPANY e ByDavid M. Carey, Assistant Secretary COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY On this 28N day of March, 2013 before me, a Notary Public, personally came David M. Carev, to me known, and acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attomey and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the direction of said corporation. IN TESTIMONY WHEREO I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. 9P Q� vF� l", GOh1MflN1�1f ALfH f}F PFNNSYLVANIA 0 W -, JtJ -% _ _.- _� _---440tarlal,Seal`'`•.• _Zo OF x1 t?t95t�cii`f�01t7r� Ia.41�lIC^ By Flymoutfl Twp, Plontgbrrlery County. Ter sa Pastella, Notary Public �. 'Nsv►�P`rPG Fty-Comintss(on E=(pires I'd�rcll''28; 20i7 - CERTIRCATE �A1?Y PVO�?•-,,1�MGEt4FzIdN�'LV/�`7fAA'.a�OQhT[DI�.DF hZSTAIfIES: — 1, the undersigned, an Assistant Secretary of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attomey of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attomey was one of the officers or officials specially authorized by the Board of Directors to appoint attomeys-in-fact as provided in the Unanimous Consent and Vote of the Board of Directors of Liberty Mutual Fire Insurance Company dated May 21, 2013. This certificate and the above power of attomey may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board of Directors of Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein it was VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attomey or to any certificate relating thereto by facsimile, and any such power of attomey or, certificate bearing such facsimile signature and facsimile seal shall be valid and binding upon the Company when so affixed and in the futi re, -.with respect to any surety undertakings, bonds, recognizances and other surety obligations to which it is attached. IN TESTIMONY WHEE OF, I have hereunto subscribed my name and affixed th.a corporate seal of the said company, this ,o� day of By g IRCORPSBERRTEO L Gregory W. Davenport, Assistant Secretary 5o State of Texas COMPLAINT NOTICE: Should any dispute arise about your premium or about a claim that you have filed, write to the company that issued the bond or policy. If the problem is not resolved, you may also write to the State Board of Insurance, P.O. Box 149091, Austin, TX 78714-9091, FAX #(512) 475-17 71. This notice of complaint procedure is for information only and does not become part or condition of this bond or policy. CLAIM NOTICE ENDORSEMENT. In accordance with Section 2253.021(0 of the T exas r Govem rent Code and Section 53.202(6) of the Texas Property Code any notice of claim to the 1 named surety under this bond(s) should be sent to: (610)832-8240 Liberty Mutual Fire Insurance Company 450 Plymouth Rd, #400 Plymouth Meeting, PA 19462 "DISCLOSURE OF GUARANTY FUND NONIPARTICIPATION" - . TEXAS SENATE BILL 255 In the event Liberty Mutual fire Insurance Company is unable to fulfill it's contractural obligations under this policy or contract or application or certi-ficate of evidence of coverage, the policyholder or certificate holder is not protected by an insurance guaranty fund or other solvency protection arrangement. The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. National Fire Insurance Company of Hartford Nick Broyles Lubbock County, TX Resident Agent Liberty Mutual Fire Insurance Company c/o Arthur J. Gallagher Risk Management Services Surety, 2727 81st Street Lubbock, TX 79423 *By: -A Linda L. Nutt, Attorney -in -Fact Approved as to form: City of By: City Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 No Text POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Linda L. Nutt , Individually of Kansas City, MO their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - Surety Bond Number: 58711429 Principal: Garrey Companies, Inc. Obligee: City of Lubbock and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 16th day of May, 2012. GAS �tpr 111SURq'iC^ ID c��®.SF� r -t 1897 +'f Continental Casualty Company National Fire Insurance Company of Hartford American Cas alty Company of Reading, Pennsylvania d 8 Paul T. Bruflat Av Vice President State of South Dakota, County of Minnehaha, ss: On this 16th day of May, 2012, before me personally came Paul T. Bruflat to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that he knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. �e J. MOHR �NOUTHD BS SEAL SOUIHOAKOTATA Be:J' My Commission Expires June 23, 2015 J. Mohr Notary Public CERTIFICATE I, D. Bult, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this /341 day of fie` (>gj4v GAS iL�tM 04 Continental Casualty Company National Fire Insurance Company of Hartford C,OWMAre �rA a►4rtn American Casualty Company of Reading, Pennsylvania ® JvisY�11, u SEAL 1891 NARK" t� D. Bult Assistant Secretary Form F6853-4/2012 Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: E This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company at a meeting held on May 12,1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 250' day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers'l to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10,1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25`h day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty Company of Reading, Pennsylvania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 250'day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for mortgage, note, loan, letter of credit, bank deposit, currency rate, interest rate or residual value guarantees. To confirm the validity of this Power of Attomey call 610-832.8240 between 9:00 am and 4:30 pm EST on any business day. LIBERTY MUTUAL FIRE INSURANCE COMPANY WAUSAU, WISCONSIN POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Fire Insurance Company (the "Company"), a Wisconsin stock insurance company, through its Assistant Secretary, pursuant to and by authority of the Board of Directors hereinafter set forth, does hereby name, constitute and appoint, Linda L. Nutt of the city of Kansas City state of MO its true and lawful attomey-in-fact , with full power and authority hereby conferred to sign, execute and acknowledge the following surety bond: Principal Name: Garvey Companies, Inc. Obligee Name: City of Lubbock Surety Bond Number: 674022058 Bond Amount: See Bond Form That this power is made and executed pursuant to and by authority of the following Unanimous Consent and Vote of the Board of Directors dated May 21, 2013 wherein, among other things, it was : VOTED that, pursuant to Article VI, Section 1 of the By -Laws, the Chairman, the President and the Secretary, either jointly or severally, are authorized to delegate authority to any officer(s) of the Company to appoint such attomeys-in-fact as may be necessary or desirable to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the President and attested by the Secretary. That the Resolution set forth above is a true copy thereof and is now in full force and effect. IN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 2& day of March, 2013. LIBERTY MUTUAL FIRE INSURANCE COMPANY e B YDavid M. Carey, Assistant Secretary COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY On this 28u' day of March, 2013 before me, a Notary Public, personally came David M. Carev, to me known, and acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the direction of said corporation. IN TESTIMONY WHEREO I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. SP PAg� NwS F�< Gt?Mh1flNdNE/�LIH flF PENNSYIVANIA y _� _ —"Notartat OF BY Plymouth Twp; jtitoritomery Coll rty. ' Ter sa Pasteila, Notary Public .hty-Commisslon-Fxpires march'28; 2017 ` CERTIFICATE y�q PVO�>�' 1 M6R� NI�SY4Vl4`�fIFA55pQhrI01� DF R'OTl IESFly .— I, the undersigned, an Assistant Secretary of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attomey of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and i do further certify that the officer or official who executed the said power of attorney was one of the officers or officials specially authorized by the Board of Directors to appoint attomeys-in-fact as provided in the Unanimous Consent and Vote of the Board of Directors of Liberty Mutual Fire Insurance Company dated May 21, 2013. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board of Directors of Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein it was VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signature and facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to any surety undertakings, bonds, recognizances and other surety obligations to which it is attached. IN TESTIMONY WHE EOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this �day of By_ - a IICM RAT Gregory W. Davenport, Assistant Secretary � t911 g 1Y7C09pp No Text M wm- Certificate of Insurance THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON YOU THE CERTIFICATE HOLDER. THIS CERTIFICATE 1S NOT AN INSURANCE POLICY AND DOES NOT AMEND, EXTEND, OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW. POLICY LIMITS ARE NO LESS THAN THOSE LISTED ALTHOUGH POLICIES MAY INCLUDE ADDITIONAL SUBLIMIT/LIMITS NOT LISTED BELOW. This is to Certify that F—Garney Holding Comppa%yGarney Companies Inc./10� INSURANCE Grimm Construction Co. inc./Weaver Construction NAME AND Liberty Management Inc./Encore Construction Group, Inc. ADDRESS 1333 NW Vivion Road OF INSURED Ka Kansas City MO 64118-4554 L is, at the issue date of this certificate, insured by the Company under the policy(ies) listed below. The insurance afforded by the listed policy(ies) is subject to all their terns, exclusions and Conditions and is not altered by any requirement, term or condition of any contract or other document with respect to which this certificate may be issued. TYPE OF POLICY EXP DATE ❑ CONTINUOUS ❑ EXTENDED POLICY NUMBER LIMIT OF LIABILITY ❑ POLICY TERM WORKERS COMPENSATION Includes Coverage 3C, Other States Insurance: All States except those listed and the states of ND, OH, WA, and 10/1 /2014 WA2-64D-426942-733 COVERAGE AFFORDED UNDER WC LAW OF THE FOLLOWING STATES: AL, AR, AZ CO, FL, GA, IA, KS, KY, MO, M§, NC, NE, NM, OK, SC, TN, TX, VA, WV EMPLOYERS LIABILITY Bodily Injury by Accident 1 bA 00 I n Bodily Injury By Disease $1 000 000 Bodily Injury By Disease 1 000 000 COMMERCIAL GENERAL LIABILITY 10/1/2014 TB2-641-426942-723 General Aggregate $2,000,000 m OCCURRENCE Products / Completed Operations Aggregate ❑ CLAIMS MADE $2,000,000 Each Occurrence $1,000 000 Personal & Advertising Injury $1 000 000 Per Person / Organization RETRO DATE Other $300,000 Fire Legal they $10,000 Medical AUTOMOBILE LIABILITY 10/1 /2014 AS2-641-426942-713 Each Accident —Single Limit $2,000,000 B.I. And P.D. Combined 121 OWNED Each Person Each Accident or Occurrence mNON -OWNED m HIRED Each Accident or Occurrence OTHER ADDITIONAL COMMENTS Re: RFP 14-11668-MA/Bailey County Well Field Supply Pipeline Contract B. The City of Lubbock, Freese and Nichols, Inc., Corrosion Control Technologies, Hugo Reed and Associates, Gorrondona and Associates and Rios Group are additional insured under the General Liability and Auto Liability policy if required by written contract with the Named Insured, but only for the coverage and limits provided by the policy and the additional insured endorsement. Waiver of Subrogation applies to Workers' Compensation, General Liability and Auto Liability as required by written contract where permissible by law. General Liability policy includes contractual liability and explosion, collapse and underground coverage. Insurance is primary. if the certificate expiration date is continuous or extended tern, you will be notified if coverage is terminated or reduced before the certificate expiration date. NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW.) BEFORE THE STATED EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNTIL AT LEAST 60 DAYS NOTICE OF SUCH CANCELLATION HAS BEEN MAILED TO: Liberty Mutual Insurance Group City of Lubbock P.O. Box 2000, Room 204 Stacy Spieker Lubbock TX 79457 Overland Park / 0448 AUTHORIZED REPRESENTATIVE c`v z s 6800 College Blvd, Suite 700 Overland Park KS 66211-1123 913-681-1700 2/4/2014 LI OFFICE PHONE DATE ISSUED This certificate is executed by LIBERTY MUTUAL INSURANCE GROUP as respects such insurance as is afforded by those Companies NM 772 07-10 CERT NO.: 19152092 CLIENT CODE: LM_2660 Melissa Seifert 2/4/2014 6:30:10 AM Page 1 of 1 LDI COI 268896 0211 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 (FREESE AND NICHOLS, INC, CORROSION CONTROL TECHNOLOGIES, HUGO REED AND ASSOCIATES, GORRONDONA AND ASSOCIATES, AND RIOS GROUP) 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. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (D) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. No Text Pap_c Intentionally Left Blank ,9a�'>,<, °�`� ..� ,e�,ta � '° "r"$�o'Y���r't �� {�•��>��-k o��J: 'x- - "�-' V ='. _ � _.�i'�. y '� 4 �r x.:.�_==x ac xV:: v -'x_- �- ciaY o `. ,'ary'fi'�. �v f;�•w <9E �!tx' ��' �. � � � """ A_ -- �_�— z' �= ri�a wx k. - _ o- - ..�`-�` CONTRACT #11668 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this _� day of G , 2014 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the May r, City of Lubbock, thereunto authorized to o so, hereinafter referred to as OWNER, and Garnet/ Companies, Inc. of the City of Kansas City , County of 1Z and the State of Missouri 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 # 14-11668-MA - Bailey County Well Field Supply Pipeline - Contract B and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. Garnet/ Companies, Inc.'s proposal dated December 19, 2013 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. Gar y Compa ' Inc. ( NT CTOR) CITY OF LUBBO K, E OWNER): _ Bye-' -- By: Sc t A. Parrish '�Qyele. Mbertson, Mayor TITLE: Vice President �� •CQMp,4�i AT T: _ COMPLETE ADDRESS: S+PAL� % n= Rebecca Garza, City Secr ary ;•9 ••. , Q� ; WROOVEAS TO C TENT: Company: Garnempames, Inc. ., W Address: 1333 NVivion RoadCity, State, Zip: Kansas City, Missouri 64118 , Owner's Representative ATTEST: � 4- k�— ood Franklin, P.E., City Engineer APP A T FORM: Corp ro as e SecrYVl I EN M. McCANDLESS _ ('0I0ORNM SECRETARY City Attorney PaL Intentionally Left Blank 1333 WN Vivian Roar[, Kansas City, MO 64113 r honc 313.741.4600 Fax:816,741.4488 www.garney.com CERTIFIED COPY OF RESOLUTION OF BOARD OF DIRECTORS OF GARNEY COMPANIES, INC. The undersigned, Stephen M. McCandless hereby certifies that he is the duly elected and qualified Secretary of the Garney Companies, Inc. a Missouri Corp -oration (the "Company'), and that as Secretary, he maintains the records and the corporate seal of the Company. The undersigned further certifies that the following is a true and correct copy of the resolutions adopted by the unanimous consent of the members of the Board of Directors of the Company on the 8th day of March, 2013 and that such resolutions are now in full force and effect: RESOLVED: That Scott A. Parrish is hereby recognized as the Vice President of the Corporation to serve until the next annual meeting of the Directors and authorized and instructed to execute and deliver on behalf of the Corporation and its name, contracts, offers and bids pertaining to contracting and construction work to be performed by the Company. IN WITNESS WHEREOF, the undersigned has hereby affixed his name as Secretary and caused the corporate seal of the Company to be affixed hereto this 28th day of January, 2014. PA ��J# .� GO M�V/�c , ?0RATS�2C�: SEAS J , OF M�Sy``�` 'x.ne.rn e�'lz Stephen M. McCandless, Corporate Secretary �� ' � ' , .. . . . . . .. vn .. .� � :. .. ,.. .. ,. , .. .. :: . .. � ,. � �� .. .. ..� .. ': .�z � �� . � � , .:� ' r ... ,. .. x .. .. '. 8 � ., ' �, ..: ® — ' '" .. i V 1 �. ,y 1 � e „. ... ,. .. ., � � � r i.. �..' v.. ... w No Text GENERAL CONDITIONS OF THE AGREEMENT OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co -partnership or corporation, to wit Successful Offeror Garnet/ Companies, Inc. who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative Freese and Nichols, Inc., so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or Resident Project Representatives as may be authorized by said Owner to act in any particular way under this agreement. Engineers, supervisors or Resident Project Representatives will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. The pipeline must be backfilled, tested, final grading and seeding performed for substantial completion. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall 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 five copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for 4 , i the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. 23. 24. 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. 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. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher - tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than seven (7) calendar days prior to the opening of proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 27. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified I 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 (FREESE AND NICHOLS, INC, CORROSION CONTROL TECHNOLOGIES, HUGO REED AND ASSOCIATES, GORRONDONA AND ASSOCIATES, AND RIOS GROUP) AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AND ADDITIONAL INSURED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORESEMENT SHALL INCLUDE PRODUCTS AND COMPLETED OPERATIONS. A. Commercial General Liability Insurance (Primary Additional Insured (to include products and complete operation) and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 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 B. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. C. Builder's Risk Insurance/Installation Floater Insurance. (DELETED) The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. D. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) (DELETED) E. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) 9 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. 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 10 (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects. the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the - statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (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; 11 F. (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. (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. 12 (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new - certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE 13 "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804-4000 (www.tdi.state. ix. us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage; " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: 14 s (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 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 15 g_ manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. 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 W 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. 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 $1,000, One Thousand Dollars PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall fail to meet the time requirements stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 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 17 employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities note exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the 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. 18 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent standard retainage until actually incorporated into the project. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION 19 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 two (2) years from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, 20 (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of :-- such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may 21 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: F- (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall 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_ 22 i notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of - this contract. The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance 23 i and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such 24 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. 57. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 25 Page Intentionally Left Blank No Text 1:_ ff_� -� x ... ... . . .. EXHIBIT A GENERAL DECISION NUMBER: TX130007 01/04/2013 TX7 SUPERSEDED GENERAL DECISION NUMBER: TX20120007 STATE: TEXAS CONSTRUCTION TYPES: HEAVY AND HIGHWAY COUNTIES: ARMSTRONG, CARSON, CROSBY, ECTOR, IRION, LUBBOCK, MIDLAND, POTTER, RANDALL, TAYLOR AND TOM GREEN COUNTIES IN TEXAS. HEAVY & HIGHWAY CONSTRUCTION PROJECTS MODIFICATION NUMBER PUBLICATION DATE 0 01/04/2013 * SUTX2011-002 08/02/2011 a RATES FRINGES CEMENT MASON/CONCRETE FINISHER (PAVING & STRUCTURES) ... $ 13.55 ELECTRICIAN ...................... $ 20.96 FORM BUILDER/FORM SETTER PAVING & CURB ...............$ 12.36 STRUCTURES ..................$ 13.52 LABORER ASPHALT RAKER ...............$ 12.28 FLAGGER.....................$ 9.30 LABORER, COMMON .............$ 10.30 LABORER, UTILITY ............ $ 11.80 WORK ZONE BARRICADE SERVICER....................$ 10.30 POWER EQUIPMENT OPERATOR: ASPHALT DISTRIBUTER. ......... $ 14.87 ASPHALT PAVING MACHINE ...... $ 13.40 BROOM AND SWEEPER ........... $ 11.21 CRANE, LATTICE BOOM 80 TONS OR LESS ................$ 16.82 CRAWLER TRACTOR OPERATOR .... $ 13.96 EXCAVATOR, 50,000 LBS OR LESS ........................$ 13.46 FRONT END LOADER OPERATOR, OVER 3 CY................... $ 12.77 FRONT END LOADER, 3CY OR LESS ........................ $ 12.28 LOADER/BACKHOE.............. $ 14.18 MECHANIC .................... $ 20.14 MILLING MACHINE .............$ 15.54 MOTOR GRADER, ROUGH ........ $ 16.15 MOTOR GRADER, FINE .......... $ 17.49 PAVEMENT MARKING MACHINE .... $ 16.42 RECLAIMER/PULVERIZER........ $ 12.85 ROLLER, ASPHALT ............. $ 10.95 ROLLER, OTHER ............... $ 10.36 SCRAPER ..................... $ 10.61 SPREADER BOX ................ $ 12.60 SERVICER ......................... $ 13.98 STEEL WORKER (REINFORCING) ....... $ 13.50 TRUCK DRIVER LOWBOY -FLOAT ................ $ 14.46 SINGLE AXLE ................. $ 12.74 SINGLE OR TANDEM AXLE DUMP..$ 11.33 TANDEM AXLE TRACTOR WITH SEMI ........................ $ 12.49 WELDERS - RECEIVE RATE PRESCRIBED FOR CRAFT PERFORMING OPERATION TO WHICH WELDING IS INCIDENTAL. UNLISTED CLASSIFICATIONS NEEDED FOR WORK NOT INCLUDED WITHIN THE SCOPE OF THE CLASSIFICATIONS LISTED MAY BE ADDED AFTER AWARD ONLY AS PROVIDED IN THE LABOR STANDARDS CONTRACT CLAUSES (29CFR 5.5 (A) (1) (II)). THE BODY OF EACH WAGE DETERMINATION LISTS THE CLASSIFICATION AND WAGE RATES THAT HAVE BEEN FOUND TO BE PREVAILING FOR THE CITED TYPE(S) OF CONSTRUCTION IN THE AREA COVERED BY THE WAGE DETERMINATION. THE CLASSIFICATIONS ARE LISTED IN ALPHABETICAL ORDER OF "IDENTIFIERS" THAT INDICATE WHETHER THE PARTICULAR RATE IS UNION OR NON -UNION. UNION IDENTIFIERS AN IDENTIFIER ENCLOSED IN DOTTED LINES BEGINNING WITH CHARACTERS OTHER THAN "SU" DENOTES THAT THE UNION CLASSIFICATION AND RATE HAVE FOUND TO BE PREVAILING FOR THAT CLASSIFICATION. EXAMPLE: PLUM0198-005 07/01/2011. THE FIRST FOUR LETTERS, PLUM, INDICATE THE INTERNATIONAL UNION AND THE FOUR -DIGIT NUMBER, 0198, THAT FOLLOWS INDICATES THE LOCAL UNION NUMBER OR DISTRICT COUNCIL NUMBER WHERE APPLICABLE, I.E., PLUMBERS LOCAL 0198. THE NEXT NUMBER, 005 IN THE EXAMPLE, IS AN INTERNAL NUMBER USED IN PROCESSING THE WAGE DETERMINATION. THE DATE, 07/01/2011, FOLLOWING THESE CHARACTERS IS THE EFFECTIVE DATE OF THE MOST CURRENT NEGOTIATED RATE/COLLECTIVE BARGAINING AGREEMENT WHICH WOULD BE JULY 1, 2011 IN THE ABOVE EXAMPLE. UNION PREVAILING WAGE RATES WILL BE UPDATED TO REFLECT ANY CHANGES IN THE COLLECTIVE BARGAINING AGREEMENTS GOVERNING THE RATES. 0000/9999: WEIGHTED UNION WAGE RATES WILL BE PUBLISHED ANNUALLY EACH JANUARY. NON -UNION IDENTIFIERS CLASSIFICATIONS LISTED UNDER AN "SU" IDENTIFIER WERE DERIVED FROM SURVEY DATA BY COMPUTING AVERAGE RATES AND ARE NOT UNION RATES; HOWEVER, THE DATA USED IN COMPUTING THESE RATES MAY INCLUDE BOTH UNION AND NON -UNION DATA. EXAMPLE: SULA2004-007 5/13/2010. SU INDICATES THE RATES ARE NOT UNION MAJORITY RATES, LA INDICATES THE STATE OF LOUISIANA; 2004 IS THE YEAR OF THE SURVEY; AND 007 IS AN INTERNAL NUMBER USED IN PRODUCING THE WAGE DETERMINATION. A 1993 OR LATER DATE, 5/13/2010, INDICATES THE CLASSIFICATIONS AND RATES UNDER THAT IDENTIFIER WERE ISSUED AS A GENERAL WAGE DETERMINATION ON THAT DATE. SURVEY WAGE RATES WILL REMAIN IN EFFECT AND WILL NOT CHANGE UNTIL A NEW SURVEY IS CONDUCTED. WAGE DETERMINATION APPEALS PROCESS 1.) HAS THERE BEEN AN INITIAL DECISION IN THE MATTER? THIS CAN BE: * AN EXISTING PUBLISHED WAGE DETERMINATION * A SURVEY UNDERLYING A WAGE DETERMINATION * A WAGE AND HOUR DIVISION LETTER SETTING FORTH A POSITION ON A WAGE DETERMINATION MATTER * A CONFORMANCE (ADDITIONAL CLASSIFICATION AND RATE) RULING ON SURVEY RELATED MATTERS, INITIAL CONTACT, INCLUDING REQUESTS FOR SUMMARIES OF SURVEYS, SHOULD BE WITH THE WAGE AND HOUR REGIONAL OFFICE FOR THE AREA IN WHICH THE SURVEY WAS CONDUCTED BECAUSE THOSE REGIONAL OFFICES HAVE RESPONSIBILITY FOR THE DAVIS-BACON SURVEY PROGRAM. IF THE RESPONSE FROM THIS INITIAL CONTACT IS NOT SATISFACTORY, THEN THE PROCESS DESCRIBED IN 2.) AND 3.) SHOULD BE FOLLOWED. WITH REGARD TO ANY OTHER MATTER NOT YET RIPE FOR THE FORMAL PROCESS DESCRIBED HERE, INITIAL CONTACT SHOULD BE WITH THE BRANCH OF CONSTRUCTION WAGE DETERMINATIONS. WRITE TO: BRANCH OF CONSTRUCTION WAGE DETERMINATIONS WAGE AND HOUR DIVISION U.S. DEPARTMENT OF LABOR 200 CONSTITUTION AVENUE, N.W. WASHINGTON, DC 20210 -3 2.) IF THE ANSWER TO THE QUESTION IN 1.) IS YES, THEN AN INTERESTED PARTY (THOSE AFFECTED BY THE ACTION) CAN REQUEST REVIEW AND RECONSIDERATION FROM THE WAGE AND HOUR ADMINISTRATOR (SEE 29 CFR PART 1.8 AND 29 CFR PART 7). WRITE TO: WAGE AND HOUR ADMINISTRATOR U.S. DEPARTMENT OF LABOR 200 CONSTITUTION AVENUE, N.W. WASHINGTON, DC 20210 THE REQUEST SHOULD BE ACCOMPANIED BY A FULL STATEMENT OF THE INTERESTED PARTY'S POSITION AND BY ANY INFORMATION (WAGE PAYMENT DATA, PROJECT DESCRIPTION, AREA PRACTICE MATERIAL, ETC.) THAT THE REQUESTOR CONSIDERS RELEVANT TO THE ISSUE. 3.) IF THE DECISION OF THE ADMINISTRATOR IS NOT FAVORABLE, AN INTERESTED PARTY MAY APPEAL DIRECTLY TO THE ADMINISTRATIVE REVIEW BOARD (FORMERLY THE WAGE APPEALS BOARD). WRITE TO: ADMINISTRATIVE REVIEW BOARD U.S. DEPARTMENT OF LABOR 200 CONSTITUTION AVENUE, N.W. WASHINGTON, DC 20210 4.) ALL DECISIONS BY THE ADMINISTRATIVE REVIEW BOARD ARE FINAL. END OF GENERAL DECISION EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. No Text 0 v. x �c: :..,. ... ..��.. a:.t .v.,"ar:x�: .... :c..•' �� .. � . �C�>. �'�; ,.x �:. k� '��'�^� ;.'"�✓.'; .'..�. �. ` :' "� x - #:' � z ° :..rs k e� t.,k, .. . �..�.� �. ::. ..co- }. .. s.. ?� '� #'"• a;..c?r" ��02 t .. g #> .� ` :�'�.�.:�: V' - �'_5,. x x ,:: ww: . r°{ � o...y...<S��'• v'�': .'8x�# ' �'y .¢�' �� ,.:sk:.:,t�i, ,r� x c .'x r� , t.... � ;.� xt:,:� �x¢v< :.tK „": � �. � fix# * ..���'�«•.: �,.°� _ fit:::.: _.�. ,.g � .... .... ... ....mot...., ,. ,...... ..�:,.> .,.. ,,.,, ..x�.{'..�.....'.....x..r:.<,:�i'....,v.;- x•.r� +'y�:'.''��.h..�,��,����s' �. ,k. k'. .: • � .:t�?" '�..:. :t , . o ....�: # l fir. _ _ : #o � �'h. �� � �'w5,': _ �x�'�.�%x .., k :.k � ,.... >, � ... �.M`. ': tk xx. : o #... . . :...r'f '';7 .> ,;.�.'%� •x,x. c'."-.. :. 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 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B M. "Listed" means equipment is included in a list published by a nationally recognized laboratory which makes periodic inspection of production of such equipment and states that such equipment meets nationally recognized standards or has been tested and found safe for use in a specified manner. N. "Labeled" means equipment that embodies a valid label, symbol, or other identifying mark of a nationally recognized testing laboratory such as Underwriters Laboratories, Inc., and production is periodically inspected in accordance with nationally recognized standards or tests to determine safe use in a specified manner. O. "Certified" used in context with materials and equipment means the material and equipment has been tested and found by a nationally recognized testing laboratory to meet specification requirements, or nationally recognized standards if requirements are not specified, and is safe for use in the specified manner. Production of the equipment must be periodically inspected by a nationally recognized testing laboratory and the equipment must bear a label, tag, or other record of certification. "Certified" used in context with labor performance or ability to install materials and equipment means that the abilities of the proposed installer have been tested by an representative of the specified testing agency authorized to issue certificates of competency and has met the prescribed standards for certification. "Certified" used in context with test reports, payment requests or other statements of fact means that the statements made on the document are a true statement as attested to by the certifying entity. 1.02 SPECIFICATION SENTENCE STRUCTURE A. Specifications are written in modified brief style. Requirements apply to all work of the same kind, class, and type even though the word "all" is not stated. B. Simple imperative sentence structure is used which places a verb as the first word in the sentence. It is understood that the words "furnish", "install", "provide", or similar words include the meaning of the phrase "The Contractor shall..." before these words. C. It is understood that the words "directed", "designated", "requested", "authorized", "approved", "selected", or similar words include the meaning of the phrase "by the Engineer" after these words unless otherwise stated. Use of these words does not extend the Engineer's responsibility for construction supervision or responsibilities beyond those defined in the General Conditions. D. "At no additional cost to Owner", "With no extra compensation to Contractor", "At Contractor's own expense", or similar words mean that the Contractor will perform or provide specified operation of work without any increase in the Contract Amount. It is understood that the cost for performing all work is included in the amount bid and will be performed at no additional cost to the Owner unless specifically stated otherwise. 1.03 DOCUMENT ORGANIZATION A. The contract requirements described in the General Conditions, Supplementary Conditions and Division 1 apply to each and all specification sections unless specifically noted otherwise B. Organization of Contract Documents is not intended to control or to lessen the responsibility of the Contractor when dividing work among subcontractors, or to establish the extent of work to be performed by any trade, subcontractor or vendor. Specifications or details do not need to be indicated or specified in each specification or drawing. Items shown in the contract documents are applicable regardless of location in the Contract Documents. Definitions and Terminology 01005-2 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 1.06 SUBSTITUTIONS AND EQUAL PRODUCTS Provide materials and equipment manufactured by the entities specifically listed in each technical specification section. Submit a Contractor's Modification Request per Section 01300, SUBMITTALS for substitution of materials and equipment of manufacturers not specifically listed or for materials and equipment that does not strictly comply with the Contract Documents. END OF SECTION r Definitions and Terminology 01005-4 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B i 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 Bailey County Well Field Supply Pipeline — Contract B-36-inch/30-inch Pipeline and associated appurtenances. 1.04 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this contract, but may impact construction scheduling, testing, and start up: 1. The owner will release other construction contracts for the 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. Bailey County Well Field Supply Pipeline Contract A 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. 1.05 WORK BY OWNER Summary of Work 01010-1 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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. Bailey County Well Field Supply Pipeline —Contract A 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. b. Notify Engineer and Owner of intent to use the permanent power source. c. 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. 1_ D. The execution of bonds is understood to indicate the consent of the surety. E. Provide an endorsement from the Insurance Carrier permitting occupancy of the structures and use of equipment during the remaining period of construction. Summary of Work 01010-2 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B F. Conduct operations to insure the least inconvenience to the Owner and general public. 1.08 CONTRACTOR'S USE OF PROJECT SITE A. Limit the use of project site for work and storage to the areas approved by the Owner. B. Coordinate the use of the premises with the Engineer. C. Assume full responsibility for the protection and safekeeping of products stored at the site. D. Store products to allow owner access for maintenance and operations. E. Obtain and pay for the use of any additional storage or work areas needed for construction. F. Any damage to existing facilities, including contamination, caused by the Contractor's personnel, visitors, materials, or equipment, shall be repaired or corrected at the Contractor's expense. G. No alcoholic beverages or illegal substances shall be permitted on the site at any time. H. No concealed or illegal weapons shall be permitted on the site at any time. 2.00 PRODUCTS 2.01 MATERIALS Provide materials and products per the individual sections of the specifications. END OF SECTION Summary of Work 01010-3 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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. , 204-4 Work shall start no earlier than November 1, 2014 and be complete by November 15, 2014 for the existing Bailey County pipeline tie-in. The work shall be done on a continuous basis and shall not take longer than 72 hours to drain, install all work activities, disinfect and have tank back in service. 2. Following the work above, work shall begin at Station 470+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 existing Bailey County 45-inch pipeline b. Water for testing and filling c. Disinfection of pipeline, Contracts A&B d. 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: Special Procedures 01030-1 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 4 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: 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 C i Special Procedures 01030-2 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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. Project Administration 01040-1 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B c) Schedule of values and anticipated schedule of payments per Section 01130, MEASUREMENT AND PAYMENT. d) List of Suppliers and Subcontractors. e) Contractor's organizational chart as it relates to this project. f) Letter indicating the agents of authority for the Contractor and the limit of that authority with respect to the execution of legal documents, contract modifications and payment requests. B. Progress Meetings 1. Attend meetings with the Engineer and Owner. a) Meet on a monthly basis or as requested by the Engineer to discuss the project. b) Meet at the project site or other location as designated by the Engineer. c) Contractor's superintendent, project manager, and other key personnel are to attend the meeting. Other individuals may be requested to attend to discuss specific matters. 2. Provide information as requested by the Engineer or Owner concerning this project. a) Prepare to discuss: 1) Status of overall project schedule. 2) Contractor's detailed schedule for the next month. 3) Anticipated delivery dates for equipment. 4) Coordination with the Owner. 5) Status of submittals. 6) Information or clarification of the Contract Documents. 7) Claims and proposed modifications to the contract. 8) Field observations, problems, or conflicts. 9) Maintenance of quality standards. b) Notify the Engineer of any specific items to be discussed a minimum of one (1) week prior to the meeting. 3. Review minutes of meetings and notify the Engineer of any discrepancies within ten (10) days of the date of the memorandum. a) Following that date, the minutes will stand as shown or as corrected. b) Corrections will be reflected in the minutes of the following meeting. c) Each issue is to be numbered to indicate the meeting number and the issue number. Issues discussed will be documented and old issues will remain on minutes of subsequent meetings until the issue is resolved. C. Pre -submittal and Pre -installation Meetings 1. Attend pre -submittal and pre -installation meetings as required in the individual technical specifications or as determined necessary by the Engineer (for example, instrumentation, roofing, concrete mix design, etc.). 2. The location of the meeting will be determined by the Engineer. 3. The time of the meeting will be determined by the Contractor when ready to proceed with the associated work, subject to submission of an NBC and acceptance by the Engineer and Owner of the proposed time. 4. The Owner, Engineer, the Contractor's project manager and superintendent, and representatives from affected subcontractors and suppliers shall attend the meeting. 1.05 REQUESTS FOR INFORMATION A. Submit Request for Information (RFI) to the Engineer to obtain additional information or clarification of the Contract Documents. 1. Submit a separate RFI for each item on the form shown in Section 01800, FORMS. 2. Attach adequate information to permit a written response without further clarification. Engineer will return requests that do not have adequate information to the Contractor for Project Administration 01040-2 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B additional information. Contractor is responsible for all delays resulting from multiple submittals due to inadequate information. 3. A response will be made when adequate information is provided. Response will be made on the RFI form or in attached information. B. Response to an RFI is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. C. If the RFI indicates that a contract modification is required, the Engineer will initiate a Proposed Contract Modification (PCM) per Paragraph 1.07. 1.06 NOTIFICATION BY CONTRACTOR A. Notify the Engineer of: 1. Need for testing. 2. Intent to work outside regular working hours. 3. Request to shut down facilities or utilities. 4. Proposed utility connections. 5. Required observation by Engineer or inspection agencies prior to covering work. 6. Training. B. Provide notification a minimum of two (2) weeks in advance in order to allow Owner and Engineer time to respond appropriately to the notification. C. Use "Notification By Contractor" form shown in Section 01800, FORMS. 1.07 REQUESTS FOR MODIFICATIONS A. Submit a request to the Engineer for any change in the Contract Documents, Claim for additional compensation, or approval of any deviations from the Contract Documents. 1. Use the "Contractor's Modification Request" (CMR) form shown in Section 01800, FORMS. 2. Assign a number to the CMR when issued. 3. Include with the CMR: a) A complete description of the proposed modification. b) The reason the modification is requested. c) A detailed breakdown of the cost of the change (necessary only if the modification requires a change in contract amount). The itemized breakdown is to include: 1) list of materials and equipment to be installed, 2) manhours for labor by classification, 3) equipment used in construction, 4) consumable supplies, fuels, and materials, 5) royalties and patent fees, 6) bonds and insurance, 7) overhead and profit, 8) field office costs, 9) home office cost, 10) and other items of cost. d) A revised schedule indicating the effect on the critical path for the project and a statement of the number of days the project may be delayed by the modification. 4. Submit a CMR to the Engineer in order to request a field change. 5. A CMR is required for all substitutions or deviations from the Contract Documents. 6. Engineer will evaluate the request for a contract modification. Project Administration 01040-3 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B i _ 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 LUB12311 —Bailey County Well Field Supply Pipeline —Contract B i_ 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 01040-5 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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. 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. Job Management 01041-1 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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. 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. T Job Management 01041-2 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B s C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or sludge -contaminated soil is considered contaminated. Contaminated water must not be allowed to: • Enter streams or water courses. • Leave the site in a non -contained form. • Enter non -contaminated areas of the site. 1. Pump contaminated water to holding ponds constructed by the Contractor for this purpose, or discharge to areas on the interior of the site, as designated by the Engineer. 2. Construct temporary earthen dikes or take other precautions and measures as required to contain the contaminated water and pump to a designated storage area. 3. Any equipment used for handling contaminated water or soil within contaminated areas shall be washed three (3) times with uncontaminated water prior to using such equipment in an uncontaminated area. Wash water used to wash such equipment is considered "contaminated" and shall be pumped to the designated confinement area. 1.09 EARTH CONTROL Remove excess soil, spoil materials and other earth not required for backfill at the time of generation. Control stock pile material to eliminate interference with construction and Owner's operations. 1.10 SAFETY REQUIREMENTS -, A. Protect the safety and welfare of workmen on the project, the Owner and the general public 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 any time, nor will persons under the influence of same be permitted to remain on the premises. Persons on site under the influence of alcoholic beverages or illegal substances will be permanently removed from the site in addition to possible criminal and civil penalties. D. Park equipment and employees' vehicles in designated areas only. E. Enter privately -owned land outside of the Owner's property, rights -of -way, or easements only with written permission of the Owner. F. The use of loud radios, obnoxious vulgar or abusive language, or sexual harassment in any form will not be tolerated and will be cause for immediate removal of the offender from the premises permanently, in addition to possible criminal or civil penalties. G. Workers attire shall be professional and commensurate to the trade. Sleeveless shirts, shorts, exceedingly torn, ripped or soiled clothing shall not be permitted. - Job Management 01041-3 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B H. Firearms are not permitted on the site under any conditions, including persons with concealed handgun permits. 1.12 ACCESS TO THE SITE A. Maintain access to the facilities at all times. Roads, pedestrian walks, or access to the various buildings, structures, stairways, or entrances shall not be obstructed. Provide safe temporary walks or other structures to allow access for normal operations during construction. B. Provide adequate and safe access for inspections. Leave ladders, bridges, and scaffolding in place until inspection has been completed. Construct access as required for inspections. C. Provide security at the construction site as necessary to protect against vandalism and loss by theft. D. Maintain security of the site and access leading to it. 1. Close gates and keep locked. 2. Obtain permission of any landowners whose property must be crossed in gaining access to the site. 3. Install a gate lock consisting of a chain with two (2) locks. One (1) lock and key to be given to the landowner. One (1) lock shall be used by the Contractor, Engineer, and Owner. Provide keys to the Contractor's lock to Owner and Engineer. 4. At the close of the project, remove the Contractor's lock from the assembly 1.13 NORMAL PROJECT WORKING HOURS Normal project working hours for this project are Monday through Saturday between sunrise and 7 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. 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. f Job Management 01041-4 i LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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. 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. Job Management 01041-5 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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. 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. Job Management 01041-6 LUB12311 — Bailey County Well Field Supply Pipeline - Contract B 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 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. Job Management 01041-7 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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 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 Job Management 01041-8 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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. C. The notification shall include: 1. Identification of the project. 2. Location and description of affected work. 3. Reason for cutting, alteration, or excavation. 4. Effect on the work of any separate contractor or Owner. 5. Effect on the structural or weatherproof integrity of the project. 6. Description of proposed work, including: a. Scope of cutting, patching, or alteration. b. Trades that will perform the work. c. Products proposed for use. d. Extent of refinishing to be performed. e. Cost proposal, when applicable. 7. Alternatives to cutting and patching. 8. Written authorization from any separate contractor whose work would be affected. 9. Date and time work will be uncovered or altered. D. Examine the existing conditions, including structures subject to damage or to movement during cutting or patching. 1. Inspect conditions affecting installation of products or performance of the work after uncovering the work. 2. Provide a written report of unacceptable or questionable conditions to the Engineer. The Contractor shall not proceed with work until Engineer has provided further instructions. - Beginning work will constitute acceptance of existing conditions by the Contractor. E. Protect the structure and other parts of the work and provide adequate support to maintain the structural integrity of the affected portions of the work. Provide devices and methods to protect adjacent work and other portions of the project from damage. Provide protection from the weather for portions of the project that may be exposed by cutting and patching work. F. Execute cutting and demolition by methods which will prevent damage to other work, and will provide proper surfaces to receive installation of repairs. Job Management 01041-9 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B G. Execute fitting and adjustment of products to provide a finished installation to comply with specified products, functions, tolerances, and finishes. H. Cut, remove, and legally dispose of selected mechanical equipment, components, and materials as indicated, including but not limited to, the removal of mechanical piping, heating units, plumbing fixtures and trim, and other mechanical items made obsolete by the modified work. I. Restore work which has been cut or removed. Install new products to provide completed work per the Contract Documents. J. Fit work air -tight to pipes, sleeves, ducts, conduit, and other penetrations through the surfaces. Where fire rated separations are penetrated, fill the space around the pipe or insert with materials with physical characteristics equivalent to fire resistance requirements of penetrated surface. K. Patch finished surfaces and building components using new products specified for the original installation. L. Refinish entire surfaces as necessary to provide an even finish to match adjacent finishes: 1. For continuous surfaces, refinish to the nearest intersection. 2. For an assembly, refinish the entire unit. 1.29 BLASTING Blasting for excavations shall not be allowed 1.30 ARCHAEOLOGICAL REQUIREMENTS A. If an historical or archaeological find is made during construction, cease operations immediately and contact the Engineer for instructions. B. Where significant historical or archaeological sites have already been identified within the project site, all construction activities must be conducted to avoid adverse impact on these sites. 1. The Contractor will be provided with details to assist in the work protection of these areas. 2. All information regarding the site shall remain confidential. 3. The Contractor shall assume responsibility for any unauthorized destruction that might result to such sites by construction personnel, and shall pay all penalties assessed by the State or Federal agencies for non-compliance with these requirements. 4. The Contractor shall adhere to the requirements of the Texas Historical Commission. C. Archaeological sites shall not be disturbed. 1. The Owner's archaeological contractor will be available to instruct construction personnel on how to identify and protect archaeological finds on an emergency basis. 2. Coordinate activities to permit Archaeological work to take place within the area. a. The Owner will attempt to archaeologically clear areas needed for construction as soon as possible. b. The Contractor shall provide a determination of priority for such areas. D. Contract time will be modified to compensate for delays caused by such archaeological finds. No additional compensation shall be paid for delays. 1.31 PROTECTION OF LIVESTOCK Maintain barriers to prevent livestock from falling into open excavations, including trenches. The Contractor shall pay damages for losses resulting from failure to maintain such barriers or failure of barriers to exclude livestock. r a Job Management 01041-10 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B i i_ 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 Job Management 01041-11 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 01130 MEASUREMENT AND PAYMENT 1.00 GENERAL 1.01 WORK INCLUDED A. Payments for work shall conform with the provisions of the General Conditions, the Supplementary Conditions, the Proposal, the Agreement, and this Section. B. Submit request for partial payment at the prices indicated in the Proposal. 1. Prices for each bid item in the proposal shall include but not be limited to cost for: a. Mobilization, demobilization, cleanup, bonds, and insurance. b. Professional services including but not limited to engineering and legal fees. c. The products to be permanently incorporated into the project. d. The products consumed during the construction of the project. e. The labor and supervision to complete the project. f. The equipment, including tools, machinery, and appliances required to complete the project. g. The field and home office administration and overhead costs related directly or indirectly to the project. 2. Prices bid shall include the work not specifically set forth as an individual payment item. These items are considered to be a subsidiary obligation of the Contractor and the cost for these items shall be included in the bid prices. 3. Payment shall be based on the actual quantity of work completed per Contract Documents and measured per this Section. 4. Payment shall be made for Materials -on -Hand. a. Materials must be properly stored on site per Section 01041, JOB MANAGEMENT. b. Payment may be made for the invoice amount less the specified retainage. c. Invoices must be provided at the time they are included on the Materials -on -Hand tabulation. d. Documentation of payment for Materials -on -Hand must be provided for these items with the next payment request. Payment will be adjusted to the amount actually paid if this differs from the invoice amount. If this documentation is not provided the item must be removed from the Materials -on -Hand list and payment will be withheld. e. Payment for Materials -on -Hand is provided for the convenience of the Contractor and does not constitute acceptance of the product. 5. The work covered by Progress Payments shall become the property of the Owner at the time of payment. C. Application for payment shall be submitted per the provisions of this Section. 1.02 SCHEDULE OF VALUES AND PAYMENTS A. Submit a detailed schedule of values for the work to be performed on the project. 1. Submit schedule within 10 days prior to submitting the first request for payment. 2. Line items in the proposal are to be used as line items in the schedule. 3. Payment will be made on the quantity of Work completed per Contract Documents during the payment period and as measured per this Section. a. Payment amount shall be the work quantity measured multiplied by the unit prices for that line item in the Proposal. b. Payment on a unit price basis will not be made for work outside finished dimensions shown in the Contract Documents. c. Partial payments will be made for lump sum line items in the Proposal. 1) Lump sum line items in the Proposal are to be divided to allow easy determination of the percentage of the item that has been completed. Measurement and Payment 01130-1 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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 Measurement and Payment 01130-3 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B i r A. This section describes each alternate by number and describes the basic changes to be incorporated into the work when this alternate is made a part of the work in the Contract Agreement. B. Drawings and Specifications will outline the extent of work to be included in the Alternate Bid. C. Coordinate related work and modify surrounding work as required to properly integrate the work under each Alternate, and provide a complete and functional system as required by the Contract Documents. D. Alternates will be accepted or rejected at the option of the Owner. E. Alternate prices will be maintained a minimum of 120 days, unless noted otherwise. F. Provide submittals for products furnished as part of the alternate proposal per Section 01300, SUBMITTALS. G. DESCRIPTION OF ALTERNATES 1. Alternate A — AWWA C303 Bar -Wrapped Concrete Cylinder Pressure Pipe 2. Alternate B — AWWA C905 PVC Pipe 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-1-3 Pipeline Construction Pipeline Construction Measurement and payment for pipe of each pipe class shall be per linear foot of actual horizontal length from center of fitting to center or end of pipe without any deduction for the length of intermediate fittings, specials or valves. Payment made at a unit price bid shall include: furnishing, hauling, and laying of pipe, fittings, flexible joints, joint bonds, special coatings (where indicated), closure sections and tie-ins, welding joints, mechanical thrust restraint, concrete thrust blocking, shoring, dewatering, and pumping where necessary, trench excavation, backfilling, embedment material, pipeline and appurtenance markers, clearing and grubbing, anodes for ductile iron fittings, curb and gutter replacement, permanent grading, replacement of topsoil, diversion dikes, terracing, protecting or replacing 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, disinfecting the pipeline, replacement of driveways, sidewalks, pipeline markers and post, replacement of drainage structures, temporary fencing and gates, temporary relocations of power poles, mailboxes, street lights, fire hydrants, flowable fill for depths of cover over 15 feet, VCT sewer line replacements as called out on plans; and any incidental work and materials not otherwise indicated in other pay items, all in strict accordance with the Plans and Specifications. Measurement and Payment 01130-4 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 2. Protection of Utilities Payment for main line pipeline shall include all extra precautions or construction requirements necessary to adequately protect and support known and unknown existing utilities. Payment for main line pipe shall include all costs required to have utility companies repair any damage inflicted to their lines by the Contractor and any cleanup, property damages, fines, etc. resulting from damage inflicted to any utility line by the Contractor. Partial Payment for Pipe Installation Upon completion of right-of-way clearing, grubbing and removal of topsoil, payment will be allowed for five percent (5%) of the unit contract price per linear foot. Upon completion of pipe laying, backfilling, and consolidation of trench backfill, payment for pipe installation will be allowed for seventy-seven (77%) percent of the unit contract price per linear foot. An additional fifteen (15%) percent will be allowed when the property affected by construction operations has been completely restored to its original, or required condition, including fence replacement, grading, pavement replacement, and removal of all equipment or materials related to construction, but not including reseeding. An additional three (3%) will be allowed when all piping has been successfully tested. These amounts are exclusive of any standard retainage, which will be in addition to the amounts withheld for cleanup and testing. 4. Rock Excavation All excavation shall be unclassified. No separate payment shall be made for rock excavation and the cost thereof shall be included in the unit price bid for main line pipe. A-3 or B-4 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. C-1 Trench Safety Measurement and payment for Trench Safety shall be per linear foot along the centerline of the pipeline or other structure 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. C-2 Bored Crossings Measurement and payment for Bore 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. Measurement and Payment 01130-5 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B C-3&4 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, concrete, structural backfill, 24-inch manways, vent piping, painting, and all other accessories as indicated. C-5 Access Manholes Measurement and payment for Access Manholes, shall be per each at the price bid. Separate pay items are not included for various types of vault lids or various vault diameters, and these costs shall be included in the items provided. Payment shall include all costs for valves, piping, flanged outlets, fittings, vaults, lids, crushed gravel, structural backfill, 30-inch manways, traffic rated lids, manhole lids and all other accessories as indicated. C-6 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. C-7 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. C-8 Flexible Base Road Replacement Measurement and payment for the Crushed Stone Road Base per Square Yard at the unit price bid. Measurement will be made per SY replaced as shown in plans. C-9 Asphalt Road Replacement (County) Measurement and payment for the asphalt pavement replacement per Square Yard at the unit price bid. Measurement will be made per SY replaced as shown in plans and shall include all required surveying. Asphalt paving replacement bid item includes, 2- inches of asphalt paving, 6-inches of flexbase and 6-inches of compacted subgrade per detail on sheet DT-9. C-10 Asphalt Road Replacement (City) Measurement and payment for the asphalt pavement replacement per Square Yard at the unit price bid. Measurement will be made per SY replaced as shown in plans and shall include all required surveying. Asphalt paving replacement bid item includes, 2- inches of asphalt paving and 6-inches of flexbase per detail on sheet DT-9. Measurement and Payment 01130-6 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B- C-11 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. C-12 Extra 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. C-13 Extra Curb and Gutter Measurement and payment for the concrete curb and gutter shall be made at the unit price bid per linear foot, and shall include all materials and labor necessary to furnish and install new concrete curb and gutter to the limits shown on the drawings. No additional compensation will be paid for curb replacement required due to damage by Contractors operations. For extra concrete curb and gutter, the Contractor is to use The City of Lubbock Public Works Engineering Design Standards and Specifications, Plate 36-10, latest edition. C-14 Existing 45-inch Bailey County Pipeline Connection Payment for the connection as shown in the Contract Documents shall be made at the lump sum price bid for all pipe, fittings, specials, bypass, flowable fill, concrete, concrete encasement, or embedment backfill, welding and welded butt -strap or insulated flange connections, miscellaneous joints and couplings, special coatings to the limits shown on the plans, disinfection of the pipe, concrete thrust blocking, shoring, dewatering, and pumping where necessary, trench excavation, backfilling, embedment material and all other work as specified and shown within the connection limits. The lump sum price shall include costs of uncovering existing pipes prior to manufacturing new pipe to verify tie-in dimensions and requirements, welding of all new and existing pipe joint connections as required and removing temporary test plugs and bypass piping. C-15 30" Mainline Butterfly Valves Measurement and payment for butterfly valves shall be per each at the price bid. Payment shall include all costs for the valve, supports, coupling, harness, bypass valves, wax tape or heat shrink sleeves, flowable fill, vaults, cathodic isolation kits, and accessories. Since measurement for pipe does not include any deduction through the valves, the cost included in the valve pay item should be the increase in cost associated with pipe specials and fittings. C-16 36" Mainline Butterfly Valves Measurement and payment for butterfly valves shall be per each at the price bid. Payment shall include all costs for the valve, supports, coupling, harness, bypass valves, wax tape or heat shrink sleeves, flowable fill, vaults, cathodic isolation kits, and accessories. Since measurement for pipe does not include any deduction through the Measurement and Payment 01130-7 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B valves, the cost included in the valve pay item should be the increase in cost associated with pipe specials and fittings. C-17 Seeding Payment for seeding shall be made at the unit price bid per linear foot of pipe, and shall include all materials and labor necessary to furnish and place seed and fertilize and to irrigate as necessary to establish grass along the pipeline ROW. Pipeline under paving or in tunnels will not be measured. The unit cost per linear foot will be the same for all types of seed and seed placement methods as specified. A maximum of 50% payment for seeding will be approved for completion of seedbed preparation, mulching, and temporary and permanent seeding. The remaining percentage will be approved after stand establishment of 75% in all areas. Liquidated Damages will not be assessed for the growth of seeding as long as the initial seeding has been performed. The Contractor will be required to do up to two reseedings until the coverage reaches a minimum of 75% stand to close out the contract. C-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. QC-19 Plug and Cap Existing Wells 2 Measurement and Payment for plugging and capping existing wells shall be per each at the price bid. Payment shall include all cost for plugging and capping the wells including but not limited to engineering, concrete, bentonite, flowable fill, sand, fill material, electrical work, permitting and paperwork with the High Plains Groundwater District, the State of Texas, and any other required entities. This work shall be performed by a licensed well driller in the State of Texas. END OF SECTION Measurement and Payment 01130-8 LUB12311— Bailey County Well Field Supply Pipeline — Contract B 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 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 1. Include electrical, mechanical, and other information required to indicate how the various components of the system function. 2. Where certifications, warranties, and written guarantees are required, they will be provided with the submittal package for review. G. Fabrication or installation of any products prior to the approval of shop drawings is done at the Contractor's risk. Products not meeting the requirements of Contract Documents are defective and may be rejected at the Owner's option. H. Payment will not be made for products for which submittals are required until the submittals have been received. Payment will not be made for products for which shop drawings or samples are required until these are approved by the Engineer. 1.03 QUALITY ASSURANCE A. Submit legible, accurate, complete documents presented in a clear, easily understood manner. Submittals not meeting this criteria will be returned without review. B. Demonstrate that the proposed products are in full and complete compliance with the design criteria and requirements of the Contract Documents including drawings and specifications as modified by Addenda, Field Orders, and Change Orders. C. Furnish and install products that fully comply with the information included in the submittal. D. Review and approve submittals prior to submitting them to the Engineer for review. Submittals will not be accepted from subcontractors, suppliers, or anyone other than the Contractor. 1.04 SUBMITTAL PROCEDURES A. Deliver submittals to the Engineer at the following address unless otherwise stated at the Pre - Construction Conference: FREESE AND NICHOLS, INC. Attn. Construction Services 4055 International Plaza Suite 200 Fort Worth, Texas, 76109-4895 Reference Project: LUB12311 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 Descri bon Originator COChange Order En ineer CMR Contractor's Modification Request Contractor CTR Certified Test Report Contractor EIR Equipment Installation Report Contractor FO Field Order Engineer NBC Notification by Contractor Contractor O&M Operation & Maintenance Manuals Contractor PCM Proposed Contract Modification Engineer Submittals 01300-2 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B PR Payment Request Contractor PP Project Photographs Contractor RD Record Data Contractor RFI Re nest for Information Contractor SAM Sample Contractor SD Shop Drawing Contractor H Schedule of Progress Contractor 2. Issue sequence numbers in chronological order for each type of submittal. 3. Issue numbers for resubmittals that have the same number as the original submittal followed by an alphabetical suffix indicating the number of times the same submittal has been sent to the Engineer for processing. For example: SD-025-A represents a shop drawing that is the twenty-fifth submittal of this type and is the second time this submittal has been sent for review. 4. Clearly note the submittal number on each page or sheet of the submittal. 5. Correct assignment of numbers is essential since different submittal types are processed in different ways. D. Submit documents with uniform markings and page sizes. 1. Paper size shall allow for ease of reproduction. a. Submit documents on 8-1/2" X 11" paper where practical. b. Use 11" X 17" paper for larger drawings and schematics. c. Use full size blueline sheets for fabrications and layout drawings. Reproducible drawings may be submitted in lieu of bluelines. 2. Mark submittals to: a. Indicate Contractor's corrections in green. b. Highlight items pertinent to the products being furnished in yellow and delete items that are not when the Manufacturer's standard drawings or information sheets are provided. c. Cloud items and highlight in yellow where selections by the Engineer or Owner are required. d. Mark dimensions with the prefix FD to indicate field verified dimensions on the drawings. e. Provide a blank space 8" x 3" for Contractor's and Engineer's stamp. 3. Define abbreviations and symbols used in shop drawings. a. Use terms and symbols in shop drawings consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the shop drawings. c. Provide a legend for symbols used on shop drawings. E. Mark submittals to reference the drawing number and/or section of the specifications, detail designation, schedule or location that corresponds with the data submitted. Other identification may also be required, such as layout drawings or schedules to allow the reviewer to determine where a particular product is to be used. F. Deliver samples required by the detailed specifications to the project site. Provide a minimum of two (2) samples. G. Construct mock-ups from the actual products to be used in construction per detailed specifications. H. Submit color charts and samples for every product requiring color, texture or finish selection. 1. Submit all color charts and samples at one time. 2. Do not submit color charts and samples until all record data have been submitted or shop drawings for the products have been approved. 3. Submit color charts and samples not less than thirty (30) days prior to when these products are to be ordered or released for fabrication to comply with the schedule for construction of the project. I. Submit Contractor's Modification Request per Section 01040, PROJECT ADMINISTRATION to request modification to the Contract Documents. Submittals 01300-3 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B J. The number of copies of each submittal to be sent by the Contractor and the number of copies of each submittal to be returned are: Prefix Description No. of Copies Sent No. o Copies Returned CMRContractor's Modification Request 4 1 CTR Certified Test Report 3 0 EIR Equipment Installation Report 3 0 NBC Notification by Contractor 3 1 M F5—relim inary O&M Manuals 4 1 O&M Final O&M Manuals 4 0 PR Pa ment Request 5 1 PP Project Photographs 2 0 RD Record Data 3 0 RFI Request for Information 3 1 AM Sample 2 0 SD Shop Drawings 5 1 SCH Schedule of Progress 3 0 K. Submit an electronic copy of each submittal through the Freese and Nichols, Inc. FNManager Pro website at https://proiectdox.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 specified so as to advise the Owner that it appears that the product will meet the designed ! . performance criteria. d. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. 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 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B E Contract Documents per Section 00800, Supplementary Conditions. Shop drawings submitted without this certification will be returned without review. 3. Submit shop drawings for: a. Products indicated in the submittal schedule following this section. b. When a substitution or equal product is proposed in accordance with Paragraph 1.08 of this Section. 4. Include a complete description of the material or equipment to be furnished. Information is to include: a. Type, dimensions, size, arrangement, model number, and operational parameters of the components. b. Weights, gauges, materials of construction, external connections, anchors, and supports required. c. Performance characteristics, capacities, engineering data, motor curves, and other information necessary to allow a complete evaluation of mechanical components. d. All applicable standards such as ASTM or Federal specification numbers. e. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings. f. Wiring and piping diagrams and related controls. g. Mix designs for concrete, asphalt, or other materials proportioned for the project. h. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the submittal that the measurements represent actual dimensions obtained at the site. 5. All required statements of certification, guarantees, extended service agreements, and other related documents are to be provided with the shop drawing. The effective date of - these documents shall be the date of acceptance of the work by the Owner. 6. Comments will be made on items called to the attention of the Engineer for review and comment. Any marks made by the Engineer do not constitute a blanket review of the submittal or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. a. Submittals that are reviewed shall be returned with one or more of the following designations: - 1) Approved - Submittal is found to be acceptable as submitted. 2) Approved as Noted - Submittal is acceptable with corrections or notations made by Engineer and may be used as corrected. 3) Revise and Resubmit - Submittal has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. 4) Not Approved - Products are not acceptable. b. Drawings with a significant or substantial number of markings by the Contractor may be marked "Approved as Noted" and "Revise and Resubmit". These drawings are to be revised to provide a clean record of the submittal. c. Dimensions or other data that do not appear to conform to the Contract Documents will be marked as "At Variance With" (AVW) the Contract Documents or other information provided. The Contractor is to make revisions as appropriate to comply with Contract Documents. B. Certifications, Warranties and Service Agreements include documents as specified in the detailed specifications, as shown in the submittal schedule or as follows: 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 01300-5 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B - i_ J. Submit Certified Test Reports (CTR) from independent testing laboratories in accordance with Section 01400, QUALITY CONTROL. 1. Submit test reports for material fabricated for this project with shop drawings for that product. 2. Submit test reports produced at the point of production for standard production products with the record data for that product. K. Submit a list of Suppliers and Subcontractors as Record Data in accordance with Section 01040, PROJECT ADMINISTRATION. L. Submit Notifications by Contractor (NBC) in accordance with Section 01040, PROJECT ADMINISTRATION. M. Submit Project Photographs (PP) in accordance with Section 01380, PROJECT PHOTOGRAPHS. 1.07 REQUESTS FOR DEVIATION A. Submit requests for deviation from the Contract Documents for any product that does not fully comply with the specifications. B. Submit request by Contractor's Modification Request (CMR) per Section 01040, PROJECT ADMINISTRATION. Identify the deviations and the reason the change is requested. C. Deviations that result in a reduction in cost shall also include the amount of the reduction to the Owner. D. A Change Order or Field Order will be issued by the Engineer for deviations approved by the Owner. Deviations from the Contract Documents may only be approved by Change Order or Field Order. 1.08 SUBMITTALS FOR EQUAL NON -SPECIFIED PRODUCTS A. The products of the listed suppliers are to be furnished where detailed specifications list several manufacturers but do not specifically list "or equal" or "or approved equal" products. Use of any products other than those specifically listed is a substitution and must be approved per Paragraph 1.09. B. Contractor may submit other manufacturers' products that are in full compliance with the specification where detailed specifications list one or more manufacturers followed by the phase "or equal" or "or approved equal". 1. Submit shop drawings of adequate detail to document that the proposed product is equal or superior to the specified product. 2. Prove that the product is equal. It is not the Engineer's responsibility to prove the product is not equal. a. Indicate on a point by point basis for each specified feature that the product is equal to the Contract Document requirements. b. Make a direct comparison with the specified manufacturer's published data sheets and available information. Provide this printed material with the submittal. c. The decision of the Engineer regarding the acceptability of the proposed product is final. 3. Provide a typewritten certification that, in furnishing the proposed product as an equal, the Contractor: a. Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. b. Has determined that the product will perform in the same manner and result in the same process as the specified product. Submittals 01300-7 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B c. Will provide the same warranties and/or bonds for the product specified. d. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the product into the construction and will waive all claims for additional work which may be necessary to incorporate the product into the project which may subsequently become apparent. e. Will maintain the same time schedule as for the specified product. 4. A modification request is not required for any product that is 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 i Maintenance Manuals. Refer to Section 01730, OPERATION AND MAINTENANCE MANUALS. 1.11 RESUBMISSION REQUIREMENTS Submittals 01300-8 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B A. Make all corrections or changes in the submittals required by the Engineer and resubmit until approved. B. For shop drawings: 1. Revise initial drawings or data and resubmit as specified for the original submittal. 2. Highlight in yellow those revisions which have been made in response to the first review by the Engineer. 3. Highlight in blue any new revisions which have been made or additional details of information that has been added since the previous review by the Engineer. C. For samples: 1. Submit new samples as required for the initial sample. 2. Remove samples which have been rejected. D. For mock-ups: 1. Construct a new mock-up as initially required. 2. Dispose of mock-ups which have been rejected. E. Engineering cost for excessive review of shop drawings will be paid by the Contractor. 1. Excessive review of shop drawings is defined as any review required after the original review has been made and the first resubmittal has been checked to see that corrections have been made. 2. Cost for additional review time will be billed to the Owner by the Engineer for the actual hours required for the review and marking of shop drawings by Engineer and in accordance with the rates listed in Item SC-46, Section 00800, Supplementary Conditions. 3. Pay cost for the additional review to the Owner on a monthly basis as billed by the Owner. 4. Need for more than one resubmission or any other delay of obtaining Engineer's review of submittals, will not entitle the Contractor to an extension of Contract Time. All costs associated with such delays shall be at the Contractor's expense. 1.12 ENGINEER'S DUTIES A. Review the submittals and return with reasonable promptness. B. Affix stamp, indicate approval, rejection, and the need for resubmittal. C. Distribute documents _.__. Submittals 01300-9 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B SUBMITTAL SCHEDULE Spec. S S C C E E C C R O E P No. Description D A T L W I S I A S D M I P M R S A D Q R B 02110 Clearing and Grubbing 02202 Pipeline Excavation and Backf ill X X 02220 Trench Safety X 02221 Structural Excavation and Backfill X 02255 Earth Fill Classifications X 02256 Aggregate Fill Classifications X 02257 Flowable Fill X 02270 Seeding X X 02314 Pipeline Crossing at Loop 289 X 02575 Paving Repair and Resurfacing 02614 Bar -Wrapped Concrete Cylinder Pie X X X X 02622 PVC Pressure Pipe and Fittings X X X 03301 Cast -In -Place Concrete 09960 High Performance Coatings X X X X X 13114 Corrosion Monitoring System X X X X X 15101 Gate Valves X X 15103 Butterfl Valves X X 15117 Air Release & Air and Vacuum Valves X X X 15136 Miscellaneous Valves I 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 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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. 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 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 6. Successor and predecessor relationships for each activity. Group related activities or use P P Y P 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. i Progress Schedules 01310-2 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B i i_ B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Contract time cannot be changed by the submission of this schedule. Contract time can only be modified by approved change order. D. Schedule completion date must be the same as the contract completion date. Time between the end of construction and the contract completion date is to be indicated as float time. END OF SECTION Progress Schedules 01310-3 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 01380 PROJECT PHOTOGRAPHS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish an adequate number of photographs of the project site to clearly depict pre-existing conditions. 1. Provide photos looking up station and down station every 500 feet along the pipeline, at all road crossings, and where the pipeline is within 100 feet of structures. 2. Photograph a panoramic view of the entire project site. 3. Photograph significant areas of future construction. 4. Photograph areas of adjacent property, unusual site conditions, or other areas of special concern. B. Furnish an adequate number of photographs of the project site monthly to clearly depict the progress of construction from the last time photographs were taken. 1. Provide a minimum of 48 different views. 2. Photograph significant areas of construction progress. 3. Submit photographs with the monthly pay request. C. Furnish an adequate number of photographs of the project site to clearly depict the completed project. 1. Provide a minimum of 100 different views. 2. Photograph all significant areas of completed construction. 3. Completion photographs are not to be taken until all construction trailers, excess materials, trash and debris have been removed. 4. Employ a professional photographer approved by the Engineer to photograph the project. D. All photographs and an electronic copy on a CD of each photograph taken are to become the property of the Owner. Photographs may not be used for publication, or public or private display without the express written consent of the Owner. 1.02 QUALITY ASSURANCE Photographs shall be clear with proper exposure. New photographs are to be taken immediately if photos of an adequate quality cannot be produced from the negative. Photographs shall be of a quality to permit enlargements. 1.03 SUBMITTALS Submittals shall be in accordance with Section 01300, SUBMITTALS, and shall include: - 1. Submit three (3) sets of preconstruction photographs and three (3) sets of each picture taken each month. 2. Submit one (1) set to the Owner, one (1) set to Resident Project Representative, and one (1) set to Engineer. 2.00 PRODUCTS 2.01 PHOTOGRAPHS A. Photographs shall be provided in digital format with a minimum resolution of 1280 X 960 - fine, no digital zoom. B. Photographs shall be taken at locations acceptable to the Owner. C. Provide three (3) color copies of each photograph and an electronic copy on a CD of each photograph taken. D. Identify each print on back with (Information must be typed): Project Photographs 01380-1 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 01400 QUALITY CONTROL 1.00 GENERAL 1.01 CONTRACTOR'S RESPONSIBILITIES A. Control the quality of the Work and verify that the Work meets the standards of quality established in the Contract Documents. 1. Inspect the Work of the Contractor, Subcontractors and Suppliers. Correct defective Work. 2. Inspect products and materials to be incorporated into the Project. Ensure that Suppliers of raw materials, parts, components, assemblies, and other products have adequate quality control system to ensure that quality products are produced. Provide only products that comply with the Contract Documents. 3. Provide and pay for the services of an approved professional materials testing laboratory acceptable to the Owner to insure that products proposed for use fully comply with the Contract Documents. 4. Provide all facilities and calibrated equipment required for quality control tests. 5. Provide consumable construction materials of adequate quality to provide a finished product that complies with the Contract Documents. 6. Perform tests as indicated in this and other Sections of the Specifications. Schedule the time and sequence of testing with the Construction Manager. All quality control testing is to be observed by the Construction Manager or designated representative. 7. Maintain complete inspection and testing records at the Site and make them available to Owner, Engineer and Construction Manager. 8. The Contractor shall give the Owner/Engineer/Resident Representative at least 48 hours for quality control testing. In the event 48 hours notification is not given and a delay in construction is required, the Contractor cannot request extra construction time or money. B. Designate a quality control manager before Work begins with authority to monitor the Work effectively and to prepare, implement and enforce a Quality Management Plan as described in Paragraph 1.10. 1.02 QUALITY ASSURANCE ACTIVITIES BY THE OWNER A. Owner will perform its own quality assurance test independent of the Contractor's Quality Control Program or as otherwise described in the Contract Documents and will provide copies of all reports to the Contractor. 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. Assist the Owner, Engineer, Construction Manager, and testing organizations in performing quality assurance activities. 1. Provide access to the Work and to the Supplier's operations at all times Work is in progress. 2. Cooperate fully in the performance of sampling, inspection, and testing. Quality Control 01400-1 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B r 3. Furnish labor and facilities to: a. Provide access to the Work to be tested. b. Obtain and handle Samples for testing at the Site or at the source of the product to be tested. c. Provide calibrate scales and measuring devices for the Owner's use. d. Facilitate inspections and tests. e. Provide adequate lighting to allow Owner observations. f. Store and cure test Samples. 4. Furnish copies of the tests performed on materials and products. 5. Provide adequate quantities of representative product to be tested to the laboratory at the designated location. 6. Give the Construction Manager adequate notice before proceeding with Work that would interfere with testing. 7. Notify the Construction Manager 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. 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. Quality assurance testing performed by the Owner will be paid for by the Owner, except for verification testing performed by the Owner, which shall be paid for by the Contractor as described in Paragraph 1.06. B. Quality assurance activities of the Owner, Engineer or Construction Manager 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. C. Quality assurance activities of the Owner and Engineer or non-performance of quality assurance activities: 1. Do not relieve the Contractor of its responsibility to perform Work and furnish materials and products and constructed Work conforming to the requirements of the Contract Documents. 2. Do not relieve the Contractor of its responsibility for providing adequate quality control measures. 3. Do not relieve the Contractor of its responsibility for damage to or loss of the material, product or Work before Owner's acceptance. 4. Do not constitute or imply Owner's acceptance. Quality Control 01400-2 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 5. Do not affect the continuing rights of the Owner after Owner's acceptance of the completed Work. D. The presence or absence of the Owner's Resident Representative or Engineer does not relieve the Contractor from any Contract requirement, nor is the Owner's resident representative or Engineer authorized to change any term or condition of the Contract Documents without the Owner's written authorization in a Field Order or Change Order. E. Failure on the part of the Owner, Engineer or Construction Manager to perform or test products or constructed works in no way relieves the Contractor of the obligation to perform the Work and furnish materials conforming to the Contract Documents. F. All materials and products are subject to Owner's quality assurance observations or testing at any time during preparation or use. Material or products which have been tested or observed or approved by Owner at a supply source or staging area may be re -observed or re -tested by Owner before or during or after incorporation into the Work, and rejected if they do not comply with the Contract Documents. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01300 "Submittal Procedures" and shall include: 1. A written Quality Management Plan that establishes the methods of assuring compliance with the Contract Documents. Submit this program as Record Data. 2. A Statement of Qualification for the proposed testing laboratory. The statement of qualifications is to include a list of the engineers and technical staff that will provide testing services on the Project, descriptions of the qualifications of these individuals, list of tests that can be performed, equipment used with date of last certification and a list of recent projects for which testing has been performed with references for those projects. 3. Test reports per Paragraph 1.07. Reports are to certify that products or constructed works are in full compliance with the Contract Documents or indicate that they are not in compliance and describe how they are not in compliance. 4. Provide Certified Test Reports on materials or products to be incorporated into the - Project. Reports are to indicate that material or products are in full compliance with the Contract Documents or indicate that they are not in compliance and describe how they are not in compliance. 1.04 STANDARDS A. Provide a testing laboratory that complies with the ACIL (American Council of Independent Laboratories) "Recommended Requirements for Independent Laboratory Qualifications." B. 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. 1.05 DELIVERY AND STORAGE Quality Control 01400-3 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B A. Handle and protect test specimens of products and construction materials at the Site in accordance with recognized test procedures. 1.06 VERIFICATION TESTING A. Provide verification testing when tests 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 testing laboratory and approved by the Engineer. 1.07 TEST REPORTS A. Test reports are to be prepared for all tests. 1. Tests performed by testing laboratories maybe 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 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. L m. Interpretations of test results, if appropriate. 2. Submit reports on tests performed by Contractor or his Suppliers or vendors on the forms provided by the Engineer. 3. Engineer will prepare test reports on test performed by the Engineer. B. Distribute copies of the test reports to the Construction Manager within 24 hours of completing the test. Flag tests reports with results that do not comply with Contract Documents for immediate attention. Hard copies of test reports are to be distributed to individuals designated at the pre -construction conference: ttec piertGt go. o� copies Owner 2 Quality Control 01400-4 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B C. Payment for Work subject to testing maybe withheld until the Contractor's quality control test reports of the Work are submitted to the Engineer or the Owner's Resident Representative. 1.08 NON -CONFORMING WORK A. Immediately correct any Work that does not comply with the Contract Documents or submit a written explanation of why the Work is not to be corrected immediately and when corrective action to the Work will be performed. B. Payment for non -conforming Work shall be withheld until Work is brought into compliance with the Contract Documents. 1.09 LIMITATION OF AUTHORITY OF THE TESTING LABORATORY A. The testing laboratory representatives are limited to providing consultation on the test performed and to 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. 1.10 QUALITY CONTROL PLAN A. Submit Contractor's Quality Control Plan that identifies personnel, procedures, control, instructions, tests, records, and forms to be used. Construction will be permitted to begin only after acceptance of the Quality Control Plan or acceptance of an interim plan applicable to the particular feature of Work to be started. Work outside of the features of Work included in an accepted interim plan will not be permitted to begin until acceptance of a Quality Control Plan or another interim plan containing the additional features of Work to be started. B. Content of the Quality Control Plan. The Quality Control Plan shall include, as a minimum, the following to address all construction operations, both on -site and off -site, including Work by Subcontractors and Suppliers: 1. A description of the quality control organization, including a chart showing lines of authority and acknowledgement that the quality control staff shall implement the quality control program for all aspects of the Work specified. Quality Control 01400-5 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B f 2. The name, qualifications (in resume format), duties, responsibilities, and authorities of each person assigned a quality control function. 3. A copy of the letter to the Quality Control Manager signed by an authorized official of the firm which describes the responsibilities and delegates sufficient authorities to adequately perform the functions of the Quality Control Manager, including authority to stop Work which does not comply with the Contract Documents or will result in Work that does not comply with the Contract Documents. The Quality Control Manager shall issue letters of direction to all other various quality control representatives outlining duties, authorities, and responsibilities. Copies of these letters shall also be furnished to the Construction Manager. 4. Procedures for scheduling, reviewing, certifying, and managing submittals, including those of Subcontractors and Suppliers. 5. Control, verification, and acceptance testing procedures for each specific test is to include the test name, specification paragraph requiring test, feature of Work to be tested, test frequency, person responsible for each test, applicable industry testing standards and laboratory facilities to be used for the test. 6. Procedures for tracking phases of quality control, verification, and acceptance tests including documentation. 7. Procedures for tracking construction deficiencies from identification through acceptable corrective action. Indicate how documentation of the verification process for deficiencies will be made. 8. Reporting procedures, including proposed reporting formats. 9. 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 similar testing has been performed with references from those projects. C. Notification of Changes. After submittal of the Quality Control Plan, the Contractor shall notify the Owner in writing of any proposed changes. D. Coordination Meeting. After the Pre -construction Meeting and before start of construction, the Contractor shall meet with the Owner, Engineer and Construction Manager to discuss the Contractor's Quality Control Plan. The Quality Control Plan shall be submitted a minimum of 14 calendar days prior to the Coordination Meeting. During the meeting, a mutual understanding of the system details shall be developed, including the forms for recording the Quality Control operations, testing, administration of the system for both on - site and off -site Work, and the interrelationship of Contractor's management and control with the Owner's Quality Assurance. Revise the Quality Management Plan to reflect comments and recommended changes resulting from this meeting. 2.00 PRODUCTS 2.01 TESTING APPARATUS A. Furnish testing apparatus and related accessories necessary to perform the tests. 3.00 EXECUTION Quality Control 01400-6 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 3.01 QUALITY CONTROL PROGRAM A. Perform quality control observations and testing as required in each section of the Specifications and where indicated on the Drawings. B. Provide a quality control program that includes the following phases for each definable Work task. A definable Work task one which is separate and distinct from other tasks, has separate control requirements, may be provided by different trades or disciplines, or may be work by the same trade in a different environment. 1. Planning Phase: Perform the following before beginning each definable Work task: a. Review the Drawings. b. Review submittals and determine that they are complete in accordance with the Contract Documents. c. Check to assure that all materials and/or equipment have been tested, submitted, and approved. d. Examine the work area to assure that all required preliminary Work has been completed and complies with the Contract Documents. e. Examine required materials, equipment, and sample Work to assure that they are on hand, conform to submittals, and are properly stored. f. Review requirements for quality control inspection and testing. g. Discuss procedures for controlling quality of the Work. Document construction tolerances and workmanship standards for the Work task. h. Check that the portion of the plan for the Work to be performed incorporates submittal comments. i. Discuss results of planning with the Construction Manager. Conduct a meeting attended by the quality control manager, the Construction Manager, superintendent, other quality control personnel as applicable, and the foreman responsible for the Work task. Instruct applicable workers as to the acceptable level of workmanship required in order to meet the requirements of the Contract Documents. Document the results of the preparatory phase actions by separate meeting minutes prepared by the quality control manager and attached to the quality control report. j. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. 2. Work Phase: Complete this phase after the Planning Phase: a. Notify the Construction Manager at least 24 hours in advance of beginning the Work and discuss the review of the planning effort to indicate that requirements have been met. b. Check the Work to ensure that it is in full compliance with the Contract Documents. c. Verify adequacy of controls to ensure full compliance with Contract Documents. Verify required control inspection and testing is performed. Quality Control 01400-7 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B r d. Verify that established levels of workmanship meet acceptable workmanship standards. Compare with required Sample panels as appropriate. e. Repeat the initial phase for each new crew to work on -site, or anytime acceptable specified quality standards are not being met. 3. Follow-up Phase: Perform daily checks to assure control activities, including control testing, are providing continued compliance with Contract requirements: a. Make checks daily and record observations in the quality control documentation. b. Conduct follow-up checks to correct all deficiencies prior to the start of additional Work tasks that may be affected by the defective Work. Do not build upon nor conceal non -conforming Work. c. Conduct a review of the Work 1 month prior to the expiration of the correction period prescribed in the General Conditions with the Owner and Construction Manager. Correct defects as noted during the review. C. Conduct additional planning and review if: 1. The quality of on -going Work is unacceptable. 2. Changes are made in applicable quality control staff, onsite production supervision or work crew. 3. Work on a task is resumed after a substantial period of inactivity. 4. Other quality problems develop. 3.02 CAST -IN -PLACE CONCRETE TESTING A. Test cast -in -place concrete in accordance with Section 03300 "Cast -In -Place Concrete." 3.03 PROTECTIVE COATINGS A. Test protective coatings per Section 09905 "High -Performance Coatings" and Section 09901 "Painting." 3.04 PIPING SYSTEMS A. Test Requirements: 1. Perform test on piping systems including piping installed between or connected to existing pipe. 2. Conduct tests on buried pipe to be hydrostatically tested after the trench is completely backfilled. Do not conduct the acceptance test until backfilling is complete. 3. Conduct the test on exposed piping after the piping is completely installed, including supports, hangers, and anchors, but prior to insulation and coating application. 4. Do not perform testing on pipe with concrete thrust blocking until the concrete has cured at least 5 days. 5. Determine and remedy the cause of the excessive leakage for any pipe failing to meet the specified requirements for water or air tightness. Quality Control 01400-8 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B I 6. Tests must be successfully completed and reports filed before piping is accepted. 7. Submit a comprehensive plan and schedule for testing to the Engineer for review at least 10 days prior to starting each type of testing. 8. Remove and dispose of temporary blocking material and equipment after completion and acceptance of the piping test. 9. Repair any damage to the pipe coating. 10. Clean pipelines so they are totally free flowing prior to final acceptance. 11. Test piping independently from tests on structures. B. Pressure and Leakage Tests of Pressure Piping: 1. Perform hydrostatic pressure and leakage tests using methods, and per performance requirements of Section 5 of AWWA C600 and Specification 01666 Hydrostatic Test regardless of pipe material tested. a. Provide temporary plugs and blocking necessary to maintain the required test pressure. Where piping is cast in the walls for a structure, brace the walls prior to testing as required to prevent load of test pressure from being imposed upon the structure. b. Repair any visible leaks regardless of the total leakage shown by the test. c. Repair pipelines which fail to meet the test and retest as necessary until the results conform to the test requirements. d. Remove and replace defective materials, pipes, valves, and accessories. e. Test the pipelines in sections by shutting valves or installing temporary plugs as necessary. f. Fill the pipeline with water and remove the air. g. Maintain the test pressure in the pipe for the entire test period by means of a force pump. h. Accurately measure the water required to maintain the pressure. The amount of water required is a measure of the leakage. C. Deflection Testing for Pipe: 1. Perform deflection tests on flexible and semi -rigid pipe in accordance with the technical Specifications for the pipe and with TCEQ requirements. a. The maximum allowable deflection of pipe measured as the reduction in vertical inside diameter is 1.0 percent for Bar -wrapped concrete cylinder pipe and 2.0 percent for PVC pipe unless specified otherwise. b. Conduct test after the final backfill has been in place a minimum of 14 days and not longer than 30 days. c. Thoroughly clear the lines before testing. 2. Excavate and repair pipe with deflections in excess of the maximum allowable deflection. Quality Control 01400-9 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 3.05 ELECTRICAL TESTING A. Qualifications: 1. Perform testing using qualified personnel with a minimum of 5 years' experience installing and testing electrical equipment and machinery, unless otherwise specified. 2. Use testing firms or individuals to perform tests that have not provided services or materials used on the Project or are otherwise related or affiliated with other Contractors or Suppliers for this Project unless permitted by the Owner. B. Report Forms: Complete appropriate test report neatly and in ink for the items being tested. Note listed data that is not applicable or cannot be obtained as "N/A" or document with an explanation for the omission. Incomplete test forms will not be witnessed by the Construction Manager. Repeat tests not accepted. Substitute forms recording similar data and test equipment as that specified may be used if approved by the Engineer. C. Test Equipment: 1. Provide test equipment and materials necessary to perform the requested tests. 2. Test equipment and apparatus shall be appropriate for the full range and duration of the test to be performed. 3. Demonstrate that the test equipment is functioning properly, prior to the commencement of the test. Suspend the test and repair or replace the equipment if test equipment fails during any portion of a test. Repeat the test in its entirety or as otherwise required by the Construction Manager. 4. Provide a copy of the test equipment calibration certificate to the Construction Manager prior to the commencement of the test. Provide test equipment that has been calibrated with 6 months of the date of the test using methods approved by the National Institute of Standards and Technology. D. Execution: 1. Make appropriate repairs or replacements if the circuit, equipment or machinery being tested does not pass. Repeat test as directed by the Construction Manager. 2. The more rigid requirement prevails if test procedures or equipment conflicts occur between the various Sections and/or Supplier's recommendations. E. Electrical Cable: 1. Communication Cable and Conductors -Submit test forms to the Owner's for approval prior to performing the following tests: a. Test shielded pair, telephone, paging, signaling and computer cables for continuity, short circuits and grounds with a low voltage source, not to exceed the insulation rating of the conductors or jacket. b. Test fiber-optic cable between terminating ends for each circuit per the Supplier's recommendation. Cables, splices (where permitted), and connectors shall be tested for continuity, band width (maximum), and attenuation losses. 2. 600-Volt Cable and Conductors: Quality Control 01400-10 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B a. Test power and control conductors rated at 600 volts with an insulation resistance tester at 1000 volts, with respect to ground, and at 1000 volts with respect to all other conductors in each circuit. b. Verify suitable ground connections are provided and maintained throughout the test. c. Perform tests and record results as required by the "600-Volt Cable Test Report" or form provided by the Engineer. d. Test each circuit and record the results for continuity between terminating ends -- with a low voltage source. END OF SECTION Quality Control 01400-11 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 01568 EROSION AND SEDIMENT CONTROL 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment, and incidentals necessary to provide storm water pollution prevention for the duration of the construction period including furnishing, installing, and maintaining erosion and sediment control structures and procedures and properly removing the features when no longer required. Develop, implement, and maintain a storm water pollution prevention plan that is signed and sealed by a Texas Professional Engineer in compliance with Local, State, and Federal requirements. Provide preventive measures to keep sediment and other pollutants from the construction activity from entering any storm water system, including open channels. Comply with the Texas Commission on Environmental Quality General Permit (TXR150000) for storm water discharges from construction activities under the Texas Pollutant Discharge Elimination System (TPDES) program. This specification provides guidelines and Best Management Practices (BMPs) information for the Contractor to use in adhering to all Local, State, and Federal environmental regulations with respect to storm water pollution prevention during construction activity. 1.02 QUALITY ASSURANCE A. Comply with applicable requirements of all governing authorities having jurisdiction. The Specifications and the Plans are not intended to be prescriptive but rather to convey the intent to provide complete slope protection, erosion control, and storm water pollution prevention for both the Owner's property and adjacent properties. B. The Contractor shall develop and implement a storm water pollution prevention plan in accordance with TCEQ General Permit TXR150000 prior to the beginning of construction activity. C. Storm water pollution prevention measures shall be established prior to the beginning of construction and maintained during the entire length of construction until final stabilization has been achieved for the area protected. D. All land -disturbing activities shall be planned and conducted to minimize the area to be exposed at any one time as well as time of exposure, off -site erosion, sedimentation, and adverse water quality impacts.. E. Surface water runoff originating upgrade of an exposed area shall be managed to minimize erosion and sediment loss during the period of exposure. F. Install measures to control both the velocity and rate of release so as to minimize erosion and sedimentation of the receiving water body (i.e., ditch, channel, stream) in accordance with regulatory requirements and as directed by the Owner, the Engineer, or the Owner's Representative. - G. Periodically clean out and dispose of all sediment and other pollutants as necessary to maintain adequate treatment capacity of each pollution control feature. Clean out and properly dispose of all sediment and other storm water pollutants at the time of completion of the Work. Storm Water Pollution Prevention During Construction 01568-1 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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'K 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: 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 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B d. PVC pipes may be installed through the Sand Bag Dam near the top to allow for controlled flow through the dam. Pipe should be schedule 40 or heavier polyvinyl chloride (PVC) having a nominal internal minimal diameter of 4 inches. H. Stabilized Construction Entrances used for sites in which significant truck traffic occurs on a daily basis are subject to the following design criteria: 1. The geotextile fabric must meet the following minimum criteria: a. Tensile Strength, ASTM D4632 Test Method for Grab Breaking Load and Elongation of Geotextiles, 300-Ibs. b. Puncture Strength, ASTM D4833 Test Method for Index Puncture Resistance of Geotextiles, Geomembranes, and Related Products, 120-Ibs. c. Mullen Burst Rating, ASTM D3786 Standard Test Method for Hydraulic Bursting Strength of Textile Fabrics -Diaphragm Bursting Strength Tester Method, 600-psi. d. Apparent Opening Size, ASTM D4751 Test Method for Determining Apparent Opening Size of a Geotextile, U.S. Sieve No. 40 (max). I. Stone stabilized entrance pads must meet the more stringent of the requirements listed above 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. North Central Texas Council of Governments (NCTCOG) integrated Storm Water Management (iSWM) Design Manual for Construction 3.00 EXECUTION 3.01 PREPARATION A. Prepare a storm water pollution prevention plan (SWPPP) in accordance with applicable permit requirements for construction activity. Develop the SWPPP in conformance with TPDES General Permit (TXR150000) for Storm Water Discharges from Construction Activities and any applicable Local requirements. This SWPPP must be signed and sealed by a license professional engineer in the State of Texas. 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. D. The Owner shall be joint listed as primary operator on the permit. E. Submit a hard copy of the SWPPP and NOI to the City of Lubbock, for review, approval, and signature before any field work is started. ` • f Storm Water Pollution Prevention During Construction 01568-4 LUB12311— Bailey County Well Field Supply Pipeline — Contract B t_ 3.02 INSTALLATION A. Erosion Control Blankets to hold seed and soil in place until vegetation is established on disturbed areas are subject to the following installation criteria: 1. Prior to the installation of any erosion control matting, all rocks, dirt clods, stumps, roots, trash, and any other obstructions that would prevent the mat from lying in direct contact 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, W 1.4 X W 1.4, 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. '/2' x'/2" wire mesh shall then be placed Storm Water Pollution Prevention During Construction 01568-5 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B over the outside face of the blocks covering the holes. Filter stone shall then be piled against the wire mesh to the top of the blocks with the base of the stone being a minimum of 18 inches from the blocks. Alternatively, where loose stone is a concern (streets, etc.), the filter stone may be placed in appropriately sized geotextile fabric bags. Periodically remove and clean the stone or replace it with new stone when the stone filter becomes clogged. 6. Excavated Impoundment Protection — An excavated impoundment shall be sized to provide a storage volume of between 1800 and 3600 cubic feet per acre of disturbed area. The trap shall have a minimum depth of one foot and a maximum depth of 2 feet as measured from the top of the inlet and shall have sideslopes of 2:1 or flatter. Install weep holes in the inlet walls to allow for the complete dewatering of the trap. When the storage capacity of the impoundment has been reduced by one-half, remove the silt and dispose of it at an approved location. 7. Inlet inserts are commercially available to remove sediment, constituents (pollutants) adsorbed to sediment, and oil and grease. Perform maintenance to remove sediment and debris that could clog the filters. Inlet inserts must have a bypass function to prevent flooding from clogging or high flows. D. Stone Outlet Sediment Traps for situations where flows are concentrated in a drainage swale or channel are subject to the following installation criteria: 1. The maximum drainage area contributing to the trap shall be 10 acres. For larger drainage areas a sediment basin shall be used. 2. The minimum storage volume shall be 1800 cubic feet per acre of disturbed land draining to the device. 3. The surface area of the design storage shall be 1 % of the area draining to the device. 4. The maximum embankment height shall be 6 feet as measured from the toe of the slope on the downstream side. 5. Minimum width of the embankment at the top shall be 2 feet. 6. Embankment slope shall be 1:5:1 or flatter. 7. The embankment shall have a depressed area to serve as the outlet with a minimum width of 4 feet. 8. A six inch minimum thickness layer of 3/ to 2 inch (1-'/ 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. i Storm Water Pollution Prevention During Construction 01568-6 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B i i_ 8. The outlet of the outfall pipe (barrel) shall be stabilized with riprap or other form of stabilization with design flows and velocities based on 25-year design storm peak flows. For velocities in excess of 5 feet per second, velocity dissipation measures should be used to reduce outfall velocities. 9. The effectiveness of sediment basins may be increased by using baffles to prevent short- circuiting of flow through the basin. F. Check Dams for long drainage swales or ditches to reduce erosive velocities are subject to - the following installation criteria: 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. 6. Vehicles shall not be permitted to track or drop sediment onto paved roads, streets, or parking lots when necessary, vehicles must be cleaned to remove sediment prior to entrance onto paved areas. When washing is required, it shall be done on a constructed wheel wash facility that drains into an approved sediment trap or sediment basin or other sedimentation/filtration device. 7. Minimum dimensions for the entrance shall be as follows: Tract Area Average Tract Depth Minimum Width of Entrance Minimum Depth of Entrance <1 Acre 100 feet 15 feet 20 feet <5 Acres 200 feet 20 feet 50 feet >5 Acres >200 feet 25 feet 75-100 feet H. Install pollution control devices in a manner consistent with their designed intent. 3.03 MAINTENANCE A. Maintain pollution prevention control structures and procedures in full working order at all times during construction. This shall include any necessary repair or replacement of items which have become damaged or ineffective. Remove sediment and other pollutants which accumulate in pollution control devices as necessary to maintain the intended design efficiency for the pollution prevention measure. B. Dispose properly of trash, debris, and other pollutants. Storm Water Pollution Prevention During Construction 01568-7 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B C. Place sediment material in approved earth spoil areas or return the sediment material to the area from which it eroded. D. Maintain pollution prevention structures and procedures until construction is complete for the area protected 'and until the site achieves final stabilization. Unless more stringently defined by Local, State, or Federal requirements, final stabilization is defined as achieving 70 percent of background vegetative cover or placement of permanent cover, such as concrete or asphalt. 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. r i i_. Storm Water Pollution Prevention During Construction 01568-8 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B K. Check Dams shall be inspected regularly (at least as often as required by the TPDES Construction General Permit). Remove silt when it reaches approximately 1/3 the height of the dam or 12 inches in height, whichever is less. L. Stabilized Construction Entrances shall be inspected regularly (at least as often as required by the TPDES Construction General Permit). When sediment has substantially clogged the void area between the rocks, the aggregate mat shall be washed down or replaced. Periodic re- grading and top dressing with additional stone shall be done to keep the efficiency of the entrance from diminishing. If the stabilized construction entrance is not effectively removing sediment from wheels, then a wheel wash shall be implemented. 3.04 FIELD QUALITY CONTROL In the event of conflict between the specified requirements and storm water pollution control laws, rules, or regulations, or other Local, State, or Federal agencies, the more restrictive laws, rules, or regulations shall apply. 3.05 SCHEDULES Prior to start of construction, submit schedules to the Owner and Engineer for accomplishment of temporary and permanent erosion control work in connection with required clearing and grubbing, grading, construction, and paving. Include a proposed method of erosion and dust control on haul roads and borrow pits and a plan for disposal of waste materials in the submittal. END OF SECTION Storm Water Pollution Prevention During Construction 01568-9 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 01656 DISINFECTING OF WATER UTILITY 1.00 GENERAL 1.01 WORK INCLUDED A. Disinfect the facilities for pumping, storing, or conveying potable water to comply with the standards for potable water of the regulatory agency of jurisdiction. Potable water is defined as any water that has been filtered, disinfected or otherwise treated to the meet regulatory standards (in the water treatment plant this includes the inside surfaces of the filters). B. Disinfect piping systems that are used to convey water, solutions, or chemicals to the potable water facilities. C. Test water from the disinfected system per regulatory standards to verify that water is acceptable. Repeat procedure if tests do not meet standards. D. For critical operations identified in Section 01030 "Special Procedures" the contractor shall plan and perform the repairs/work in a manner to allow the Bac-T samples to be taken by noon. In accordance with Texas Commission on Environmental Quality (TCEQ) Chapter 290 regulations, disinfection must be performed when repairs are made to existing facilities and before new facilities are placed into service. When it is necessary to return the facility back to service as rapidly as possible, it is acceptable to increase the doses to 500 mg/I and the contact time reduced to 30 minutes. This project will require the critical operations to be disinfected by 500 mg/I for 30 minutes followed by flushing prior to the sample being taken. The Owner will take the sample and have it tested. Contractor may also take a sample to be tested. Cost for failed tests and all associated re -disinfection, flushing shall be borne by the Contractor. Prior to the 30 minute test time, all new valves shall be fully closed and opened. E. Disinfection for this contract will include Contract B Pipeline and Contract A Pipeline. Upon completion of disinfection of the pipeline, the Contractor is required to install a 36-inch dUGtile *Fen 98-degree epoxy coated steel 90-degree bend at the 2 MG tank at the PS # 7 site at the end of the Contract A pipeline. The bend will be provided on site. The pipe will have two 36-inch blind flanges that will be required to be removed. The contractor will have to provide flange gaskets and any damaged bolts to reconnect the bend. Contract A pipeline is 10,700 LF of 36-inch bar -wrapped concrete cylinder pipe. 2.00 PRODUCTS 2.01 MATERIALS A. Liquid Chlorine: Meeting the requirements of AWWA 13301. B. Calcium Hypochlorite: Meeting the requirements of AWWA 13300. 3.00 EXECUTION 3.01 NEW FACILITIES A. New facilities shall be thoroughly disinfected in accordance with AWWA Standard C651 - Water Mains, C652 - Storage Facilities, C653 — Water Treatment Plants, and then flushed and sampled before being placed in service. Samples shall be collected and tested in accordance with the TCEQ Rules and Regulations, Chapter 290. B. During construction keep basins, pipe, fittings, equipment, and appurtenances free from dirt and debris. 1. Clean basins thoroughly before disinfection. Disinfecting of Water Utility Distribution 01656 -1 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 2. Seal the open ends of pipe with water -tight plugs when pipe is not being laid. 3. Pump water from trenches before removing the plug when water accumulates in the trench. C. Complete hydrostatic test of the line prior to disinfection. D. Wash the surfaces to be disinfected.- 1. Flush pipelines. The minimum quantity of water used for flushing must exceed the capacity of the line to insure that clean water has traversed the entire length of pipe. 2. Power wash the surfaces of basins and reservoirs using high pressure wash systems. E. Disinfect facilities per the following procedures of AWWA: 1. Water Mains: C651 - latest revision. 2. Water Storage Facilities: C652 - latest revision. 3. Water Treatment Plants: C653 - latest revision. F. Fill the system with potable water. Test the water to see that it meets the requirements of the regulatory agency of jurisdiction for potable water. Monitor the system for 2 days. If water test fails to meet the prescribed standards, repeat the disinfection process until water meets quality standards for disinfection. 3.02 REPAIRS OR CONNECTIONS TO EXISTING LINES A. Clean and sterilize the interior surfaces of new piping, fittings, equipment, and appurtenances to be installed in an existing potable water system or connected to an existing system. B. Clean and sterilize the existing pipe or facilities for a minimum distance of 3 pipe diameters back from the ends of the pipe. Plug the ends of the line when work is not being performed on the pipe. C. Perform sterilization by swabbing each item with a concentrated chlorine solution. 1. Each piece is to be disinfected prior to being assembled for installation in the existing pipe. 2. Disinfect each piece just prior to assembly to help prevent re contamination. 3. Plug the ends of the assembly until a new item is to be added to the assembly. 4. Store disinfected materials on blocks to prevent contact with the ground. 3.03 DISPOSAL OF FLUSHING AND DISINFECTION WATER A. Chlorinated water used in flushing and disinfecting pipelines prior to connection to the distribution system shall be disposed of by the Contractor in an acceptable manner. Chlorinated water must be "de -chlorinated" prior to disposal to eliminate adverse impacts to the surrounding environment. Water released to the environment shall meet all AWWA, EPA, and TCEQ regulatory requirements. B. With the written permission of the Owner of the system, chlorinated water may be disposed of in a sanitary sewer system if one is available. In the case of larger pipelines and the larger volumes of water involved, the Contractor will not be permitted to use the sanitary sewer system for disposal even if one is available. END OF SECTION Disinfecting of Water Utility Distribution 01656 - 2 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B r This is the 90-degree bend to be installed 36" DUL EPDXY COA R)Ra:j]Z). SCH. (0.3 36" D4l EPDXY COATED — STEEL STD. SCH. (0.375" WALL THICKNESS) FLc.x FLG. "SHORT RADIUS" 90' ELBOW (DIM —36-) Eg n 36" DVl EPDXY COATED — STEEL PIPE STD. SCH. r (0.375' WALL THICKNESS) FLG x FLG. x 6'-1" L.G. SEE NOTE 2 INSULATING FLANGE WI[ H DC BLACKER SEE CONTRACT DWGS. SHEET CP-3, DETAIL 7 g EXISTING — R FINISH GRADE EL 3248.00 FIELD VERIFY 36' DIA. EPDXY COAT STEEL PIPE STD. SCH. ^ (0.375: WALL THICKNESS) FLG.x FLG. x 5'-2"LG. b SEE NOTE 2 36" DIA. STEEL FLG.x FUG. "SHORT RADIUS" 90' ELBOW (DIM A7-36-) BY OTHERS 36"DW STEEL PIPE BY OTHERS q EL. 3241.26t - FIELD VERIFY PIPE FOOTING f • i SEE DWG. 30.30 SEE NOTE 6 $ 067 STONE (ASTM C33) •• 67073COMPACTED PER w :� g DOCUMENTScoNTRACT C IL c*AC� �� 11 TW UNd I MMrMM MIMGINO rmnwr w�� �7 2 p�71nsM11�s 11�7tl3MMldtds EVA AIMnx� �I3 WATER STORAGE TANK RETROFIT �•+�+� I+•++ LUBBOCK, TEXASPoRr°F 5 rwRr m or INS ENGR. : FREESE & NICHOLS 0"wo c fa� TWOM orK mw III amen = ro `� ,. ,� � LUBBOCK, TEXAS 30.00 �E 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, exceptwhere valves are available for testing. The Contractor is responsible for procuring and purchasing the water for filling and testing the pipeline. The City of Lubbock will provide treated water from the nearest fire hydrant. The contractor shall apply and pay for City issued meter. The contractor will be provided water for construction activities, water for filling, test - and disinfecting one time at no charge. The City issued meter shall stay on the project site and shall not be used for any other City projects. The Contractor will provide the necessary piping, connections, valves, pressure reducing and backflow prevention services required for testing. The Contractor shall coordinate use of water with other Contractors and the Owner. The Contractor shall leave the pipeline full of water upon completion of the hydrostatic test, except where internal test plugs must be removed to allow construction to continue. The Contractor shall provide, pumps, piping and any appurtenances to retrieve the water. 2.00 PRODUCTS 2.01 MAKEUP WATER DEFINED Makeup water is defined as the quantity of water pumped into the piping to maintain the specified test pressure after it has been filled with water and the air expelled. 3.00 EXECUTION 3.01 DURATION OF TEST The duration of the pressure test shall be eight (8) hours. 3.02 PROCEDURE A. Hydrostatically test the pipeline 28 days after the backfilling has been completed, unless approved by the Engineer. Slowly fill the line with water. Use care to see that all air is vented from the pipeline during filling. Allow the pipeline to stand under a slight pressure for at least 48 hours to allow the mortar lining to absorb water after the pipeline has been completely filled. 2. Examine the test plugs or bulkheads, valves, and air vents for leaks during this period. Stop any leaks found or make provisions for measuring the leakage during the test. 3. Use a water meter to measure the water necessary to maintain the test pressure. Inspect the pipeline right-of-way and all exposed piping during the test to locate any leaks or breaks. The pipeline will not be accepted until or unless the make up water is less than 10 gallons per mile per 24 hours per inch of nominal pipe diameter. 4. If during the hydrostatic test, the pressure drops 5 psi or more, the Contractor is to immediately pump the line back up to test pressure and record the volume of water required to regain the test pressure. C. Furnish all necessary equipment and make tests at no additional cost to the Owner. 3.03 CORRECTIONS OF DEFECTS Hydrostatic Test 01666-1 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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 I Hydrostatic Test 01666-2 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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 com plete. 1. Engineer shall notify the Contractor in writing of items that must be completed before the project can be considered substantially complete. a. Correct the noted deficiencies in the work. b. Issue a second written notice with a revised list of deficiencies when work has been completed. c. Engineer shall revisit the site and the procedure shall begin again. 2. Engineer shall issue a tentative Certificate of Substantial Completion to the Owner when the project is considered to be substantially complete. Certificate shall include a tentative list of items to be corrected before final payment. a. Owner will review and revise the list of items and notify the Engineer of any objections or other items that are to be included in the list. b. Engineer shall prepare and send to the Contractor a definite Certificate of Substantial Completion with a revised tentative list of items to be corrected or completed. c. Review the list and notify the Engineer in writing of any objections within 10 days of receipt of Certificate of Substantial Completion. 1.04 FINAL INSPECTION A. Submit written certification in the form indicated in Section 01800, FORMS when the project is complete and: 1. Contract Documents have been reviewed. 2. Work has been completed in compliance with the Contract Documents. 3. Equipment and systems have been tested per Contract Documents and are fully operational. 4. Final Operations and Maintenance Manuals have been provided to the Owner and all operator training has been completed. 5. Specified spare parts and special tools have been provided. 6. Work is complete and ready for final inspection. Contract Closeout 01700-1 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B B. Engineer shall make an inspection with the Owner and appropriate regulatory agencies to determine the status of completeness within a reasonable time after the receipt of the Certificate. C. Engineer shall issue notice that the project is complete or notify the Contractor that work is not complete or is defective. 1. Submit the request for final payment with Closeout submittals described in Paragraph 1.07 if 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. I. 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 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B i 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 r 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 s Contract Closeout 01700-3 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B j' 01730 OPERATION AND MAINTENANCE MANUALS 1.00 GENERAL 1.01 WORK INCLUDED A. Prepare a complete and detailed Operation and Maintenance Manual for each type and model of equipment or product furnished and installed under this contract. B. Prepare the manuals in the form of an instruction manual for the Owner. The manual is to be suitable for use in providing operation and maintenance instruction as required. C. Provide complete and detailed information specifically for the products or systems provided for this project. Include the information required to operate and maintain the product or system. D. Manuals are to be in addition to any information packed with or attached to the product when delivered. This information is to be taken from the product and provided as an attachment to the manual. 1.02 SUBMITTALS Submit manuals in accordance with Section 01300, SUBMITTALS. Attach to each manual a copy of the Operation and Maintenance Manual Review Form as shown in Section 01800, FORMS with pertinent information completed. 1.03 GUARANTEES Provide copies of the Manufacturer's warranties, guarantees, or service agreements in accordance with Section 01700, CONTRACT CLOSEOUT. 2.00 PRODUCTS 2.01 MATERIALS A. Print manuals on heavy, first quality paper. 1. Paper shall be 8-1/2" X 11" paper. a. Reduce drawings and diagrams to 8-1/2" X 11" paper size. b. When reduction is not practical, fold drawings and place each separately in a clear, super heavy weight, top loading polypropylene sheet protector designed for ring binder use. Provide a typed identification label on each sheet protector. 2. Punch paper for standard three-ring binders. B. Place manuals in Wilson Jones 385 Line D-Ring Dubilock 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 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B A. Manual contents to be provided on compact disc (CD). 1. Minimum CD storage capacity is 700MB. 2. CD to have read/write capability. B. Provide individual electronic files for each manual. 1. Maximum file size is 5MB. If manual is greater than maximum allowable file size, provide individual files for each major section of manual. 2. Acceptable file types for written documents are Adobe Acrobat (.pdf) or Microsoft Word (.doc) formats. Acceptable file types for drawing files are .dwg, Agn. or Awf formats. All files shall be compatible with the latest software version available. 3. Filename shall identify the plant site, plant area, equipment manufacturer, and date equipment placed in service. i.e. WWTP-PC 1 -Man ufacturer-200503. pdf. 4. Each electronic file shall contain a table of contents at the beginning of the file which includes hypertext links or bookmarks to navigate the file contents per section/chapter. 5. Scanned images of written documents are not acceptable. Document must allow character selection. Text within a file shall be transferable to other documents. 6. Drawing files shall have the ability to turn on/off drawing layers within the file. 7. Submit a preliminary version of the electronic format of the manual for review. Upon approval of the preliminary submittal, the Contractor shall provide 3 copies of the electronic manual to the Owner. 3.00 EXECUTION 3.01 MANUAL ORGANIZATION AND CONTENTS A. Provide a Table of Contents listing each section of the manual for each product or system. 1. Identify each product or system using the nomenclature shown in the Contract Documents. 2. Assign a number and letter to each section in the manual. a. Assign a number to each product or system. The number is to correspond to the Owner's equipment numbering system or other system designated by the Engineer. b. A cross reference is to be provided for the Owner's numbering system and designations for equipment indicated in the Contract Documents. c. The letter assigned will represent the part of the manual, consistent with the manual contents as required by Paragraphs 3.02, 3.03, and 3.04. 3. Provide index tabs for each section in the manual. 4. The designation on each index tab is to correspond to the number and letter assigned in the Table of Contents. B. Include only the information that pertains to the product described. Annotate each sheet to: 1. Clearly identify the specific product or component installed. 2. Clearly identify the data applicable to the installation. 3. Delete reference to inapplicable information. C. Supplement manual information with drawings as necessary to clearly illustrate relations of component parts of equipment and systems, and control and flow diagrams. D. Identify each manual by placing a printed cover sheet in the front cover of the binder and as the first page in the manual. The first page is to be placed in a clear polypropylene sheet protector. The information on first page and the cover page are to include: 1. Name of Owner 2. Project Name 3. Volume number Operation and Maintenance Manuals 01730-2 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B - 4. The Table of Contents for that volume E. Insert the Table of Contents into the spine of each manual. F. Manuals for several products or systems may be provided in the same binder. 1. Sections for each product or system must be included in the same binder. 2. Sections must be in numerical order from volume to volume. G. Correlate the data into related groups when multiple binders are used. H. Fill binders to only 3/4 of its indicated capacity to allow for addition of materials to each binder by the Owner. 3.02 EQUIPMENT AND SYSTEMS MANUAL CONTENT Manual shall provide the following information: A. A description of the unit and component parts. B. Operating instructions for startup, normal operations, regulation, control, shutdown, emergency conditions, and limiting operating conditions. C. Maintenance instructions including assembly, installation, alignment, adjustment, and checking instructions. D. Lubrication schedule and lubrication procedures. Include a cross reference for recommended lubrication products. E. Troubleshooting guide. F. Schedule of routine maintenance requirements. G. Description of sequence of operation by the Control Manufacturer. H. Warnings for detrimental maintenance practices. I. Parts lists including: 1. Part numbers for ordering new parts 2. Assembly illustrations showing an exploded view of the complex parts of the product 3. Predicted life of parts subject to wear 4. List of the Manufacturer's recommended spare parts, current prices with effective date and number of parts recommended for storage 5. Directory of a local source of supply for parts with company name, address, and telephone number 6. Complete nomenclature and list of commercial replacement parts J. Outline, cross section and assembly drawings, engineering data, test data, and performance curves. K. Control schematics and point to point wiring diagrams prepared for field installation, including circuit directories of panel boards and terminal strips. L. List of identification nameplates installed on equipment and valve identification per Section 01080, IDENTIFICATION SYSTEMS. M. Other information as may be required by the individual sections of the specifications. Operation and Maintenance Manuals 01730-3 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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 i� LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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. O&M Manual Report END OF SECTION Forms 01800-1 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B rM CONSENT OF SURETY COMPANY Freese ana Nichols TU FINAL PAYMENT 4.dU / PROJECT: PROJECT NUMBER: OWNER: City of Lubbock LUB12311 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 Title Address: Attach Power of Attorney Surety Company Authorized Representative r� r- CONSENT OF SURETY COMPANY TO PAYMENT PROCEDURES rreese ana imnovs (4.661 PROJECT: PROJECT NUMBER: OWNER: City of Lubbock LUB12311 CONTRACTOR: ENGINEER: Freese & Nichols, Inc. The Surety Company, on bond of the Contractor listed above for the referenced project, in accordance with the Contract Documents, hereby approves schedule of values, payment request form and method of payment for the referenced project. In witness whereof, the Surety Company has hereunto set its hand this day of 20 Attach Power of Attorney By Surety Company Authorized Representative Title Address: rM rffooao ana nN4Y.7 PROJECT: _ OWNER: C CONTRACTOR: ENGINEER: Freese & Nichols, Inc. of Lubbock CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS (4. / PROJECT NUMBER: LUB12311 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 .. �`� a...............� (4.421 PROJECT: PROJECT NUMBER: OWNER: City of Lubbock LUB12311 CONTRACTOR: ENGINEER: Freese & Nichols, Inc. DESCRIPTION: NO. NOTIFICATION BY CONTRACTOR The Contractor proposes to make the additions, modifications, or deletions to the Work described in the Contract Documents, as shown in Attachment "A" and requests that you take the following action: ❑ Notify us that you concur that this change does not require a change in Contract time or amount and issue a Field Order. ❑ Issue a Change Order for performing the described change. Change in Contract amount is indicated in the attached detailed cost breakdown of labor, materials, equipment and all other costs associated with this change. Impacts on Contract Time are shown in the attached revised schedule. ❑ Authorize the Contractor to proceed with the described change. Payment will be requested at the unit price bid. ❑ Authorize the Contractor to proceed with the change under the time and materials provisions of the Contract. By: CONSTRUCTION MANAGER'S RESPONSE We respond to your request as follows: Date: ❑ We concur that this is a no cost or time change. See attached/forthcoming Field Order No. _/ comments. ❑ Your proposal is recommended to the Owner. See attached/forthcoming proposed Change Order. ❑ Proceed with the change at the unit price bid. ❑ Proceed with the change under the time and materials provisions of the Contract. ❑ Additional information is required to evaluate this request. Provide information as described in the attached comments and resubmit. ❑ Contractor's Modification Request is not accepted. By: Date: CONTRACTOR'S MODIFICATION REQUEST ATTACHMENT A Freese ana Nichols PROJECT: OWNER: City of Lubbock CONTRACTOR: ENGINEER: Freese & Nichols. Inc. CONTRACTOR'S AFFIDAVIT OF RELEASE OF LIENS (4. / PROJECT NUMBER: LUB12311 The Contractor, in accordance with the Contract Documents, and in consideration for the full and final payment to the Contractor for all services in connection with the project, does hereby waive and release any and all liens, or any and all claims to liens which the Contractor may have on or affecting the project as a result of its contract(s) for the Project or for performing labor and/or furnishing materials in any way connected with the construction of any aspect of the project. The Contractor further certifies and warrants that all subcontractors of labor and/or materials for the Project, except as listed below, have been paid in full for all labor and/or materials supplied to, for, through or at the direct or indirect request of the Contractor prior to, through and including the date of this affidavit. EXCEPTIONS: (If none, write "NONE". The Contractor shall furnish a bond, acceptable to the Owner, for each exception.) CONTRACTOR By Title Subscribed and sworn to before me this day of , 20 Notary Public: My Commission Expires: rM Freese and Nichols EQUIPMENT INSTALLATION REPORT (4.361 ) PROJECT: PROJECT NUMBER: OWNER: City of Lubbock LUB1231.1 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 1 hereby certify that 1 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, 1 approve the installation and authorize operation of the equipment. By: Date: Representing: Witnessed by: FM rreese ana nncnois PROJECT: OWNER: City of Lubbock CONTRACTOR: ENGINEER: Freese & Nichols, Inc. DESCRIPTION: NOTIFICATION IS GIVEN OF THE FOLLOWING: NOTIFICATION BY CONTRACTOR (4.15 / PROJECT NUMBER: LUB12311 mew ❑ Concrete Placement Notice ❑ Electrical Observation Request ❑ Concrete Testing Request ❑ Mechanical Observation Request ❑ Soils Testing Request ❑ Facility Shutdown Request ❑ Mechanical Testing Request ❑ Request to Work Outside Regular Hours ❑ Structural Observation Request ❑ Other (See Below) Date When Work is to be Accomplished: Description: Requested by: Date: RESPONSE TO NOTIFICATION: Response by: Date: rM Freese and Nichols PAYMENT REQUEST (4.511 ) PROJECT: PROJECT NUMBER: OWNER: City of Lubbock LUB12311 CONTRACTOR: ENGINEER: Freese & Nichols, Inc. PAYMENT PERIOD FROM: TO: ESTIMATE NO.: SUMMARY OF PAYMENT ESTIMATE VALUES FROM ATTACHED TABULATIONS Original Contract Amount Approved Change Orders Current Contract Amount Total Value of Original Contract Performed (Attachment "A" consisting of _ pages) Extra Work on Approved Change Orders (Attachment "B" consisting of _ pages) Materials on Hand (Attachment "C consisting of _ pages) Total Value of Work to Date Less Amount Retained at _% Net Amount Earned on Contract Less Amount of Previous Payments BALANCE DUE THIS STATEMENT Percentage of Contract Paid to Date The undersigned Contractor certifies that all work, including materials on hand, covered by this Periodical Payment has been completed or delivered and stored in accordance with the Contract Documents, that all amounts have been paid by him for work, materials, and equipment for which previous Periodical Payments were issued and received from the Owner, and that the current payment shown herein is now due. Contractor: By Date Subscribed and sworn 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 LUB12311 CONTRACTOR: ENGINEER: Freese & Nichols, Inc. PAYMENT PERIOD FROM: TO: ESTIMATE NO: ITEM QUANTITY UNIT UNIT TOTAL QUANTITY WORK COMPLETED BALANCE OF TOTAL VALUE % OF NO. DESCRIPTION OF ITEM ORIGINAL MEASURE PRICE CONTRACT THIS FROM PREVIOUS MATERIALS OF WORK WORK ESTIMATE AMOUNT ESTIMATE ESTIMATE ON HAND COMPLETED COMP. TOTAL FOR PAGE/PROJECT If , ATTACHMENT "B" PAYMENT REQUEST TABULATION OF VALUES FOR APPROVED CHANGE ORDERS PROJECT: PROJECT NUMBER: OWNER: City of Lubbock LUB12311 CONTRACTOR: ENGINEER: Freese & Nichols, Inc. PAYMENT PERIOD FROM: TO: ESTIMATE NO: CHANGE QUANTITY UNIT OF UNIT TOTAL QUANTITY WORK COMPLETED BALANCE OF TOTAL VALUE % OF ORDER/ DESCRIPTION OF ITEM ORIGINAL MEASURE PRICE CONTRACT THIS FROM PREVIOUS MATERIALS OF WORK WORK ITEM No. ESTIMATE AMOUNT ESTIMATE ESTIMATE ON HAND COMPLETED COMP. TOTAL FOR PAGE/PROJECT ATTACHMENT "C" PAYMENT REQUEST TABULATION OF VALUES FOR MATERIALS ON HAND PROJECT: PROJECT NUMBER: OWNER: City of Lubbock LUB12311 CONTRACTOR: ENGINEER: Freese & Nichols, Inc. PAYMENT PERIOD FROM: TO: ESTIMATE NO: ATTCHMENT INVOICE TOTAL INVOICE TOTAL STORED AMOUNT BALANCE OF 7aA® OR B® TOTAL SCHEDULED VALUE NAME OF SUPPLIER NO. AMOUNT THIS MATERIAL AT LAST PAY INSTALLED MATERIALS ITEM No. ESTIMATE ESTIMATE TO DATE ON HAND TOTAL FOR THIS PAGE/PROJECT PROJECT: OWNER: City of Lubbock CONTRACTOR: ATTACHMENT "D" PROJECT SUMMARY PROJECT NUMBER: LUB12311 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 % rM Freese ana Nichols PRESSURE PIPE TEST REPORT (4. / ) PROJECT: OWNER: City of Lubbock CONTRACTOR: ENGINEER: Freese & Nichols, Inc. DATE: PROJECT NUMBER: LUB12311 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.: E/W Coord.: Station: Test Section: From: To: Elev.: Test Fluid Test Pressure Test Time Required Allowable Pressure Loss/Fluid Make-up Test No. Test Time Initial Pressure Final Pressure Pressure Change Fluid Added Test Pass/Fail Tested By Date a No Text rM Freese a�a Nichols PROTECTIVE COATING TEST REPORT (4. / ) PROJECT: PROJECT NUMBER: OWNER: City of Lubbock LUB12311 CONTRACTOR: ENGINEER: Freese & Nichols, Inc. DATE: REFERENCE DATA: Report No.: Description: APPLICATION AREA: Item coated (from drawings): Identification No.: Unit No.: LOCATION: Structure: N/S Coord.. E/W Coord.: Station: Elev.: SURFACE PREPARATION: ❑ Shop Primer ❑ Field Blast -Commercial Gray ❑ Field Blast- Near White ❑ Brush Blast ❑ Power Tool & Solvent Cleaning ❑ Field Blast -White Metal COATING APPLICATION: DRY FILM THICKNESS Coat Type Description Color Req'd Test Retest Brand, Series, Name/No. 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: rM Freese a�a Nichols REQUEST FOR INFORMATION (4.141 ) PROJECT: OWNER: City of Lubbock CONTRACTOR: ENGINEER: Freese & Nichols, Inc. PROJECT NUMBER: LUB12311 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: ra Freese and Nichols SHOP DRAWING DEVIATION REQUEST (4.311 ) PROJECT: PROJECT NUMBER: OWNER: City of Lubbock LUB12311 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 Specification Description Not Approved By Date Change -Order Item No. No. Approved (signature) Required ❑ ❑ ❑ ❑ n El 0 ❑ ❑ ❑ The deviations to the Contract Documents listed above that are signed by the Engineer are approved. It is the Engineer's opinion that this approval supplements the Contract Documents pursuant to the provision of General Condition 3.04E in the Contract Documents and does not alter the Contract Price or Contract Time. The Contractor shall notify the Engineer prior to commencing the work should he disagree with the Engineer's opinion and a change order should be requested. rM Freese and Nichols SUBMITTAL TRANSMITTAL (4. / ) PROJECT: PROJECT NUMBER: OWNER: City of Lubbock LUB12311 CONTRACTOR: ARCHITECT/ENGINEER: Freese & Nichols, Inc. REFERENCE DATA: Contractor's Submittal No. Specification Section: Plan Sheet No.: Description: CONTRACTOR'S CERTIFICATION: 1 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 T:\Specs\Contract B\Construction Set\Division 1\Forms\14 SUBMITTAL TRANSMITTAL.doc rM Freese and Nichols O & M MANUAL REVIEW REPORT (4.341 ) PROJECT: PROJECT NUMBER: OWNER: City of Lubbock LUB12311 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 ❑ Parts Subject To Wear ❑ Recommended Spare Parts ELECTRICAL ❑ Operating Procedure ❑ Electrical Components (by model) ❑ Circuit Directories ❑ As -installed Wiring Diagrams ❑ Maintenance Procedures ❑ As -Installed Control Diagrams by Control Mfg. ❑ Written Description of the Sequence of Operation for Electrical Controls WARRANTY AND SERVICE ❑ Warranty Included ❑ Extended Service Agreement ❑ Service Data MANUAL PRESENTATION ❑ Manual Text and Drawings Legible ❑ Text Pages 8-1/2 x 11 ❑ Binder ❑ Drawing 8-1/2 x 11 or 11 x 17 placed in envelopes bound in Manual ❑ Non Pertinent Data Deleted ❑ Table of contents Comment Number Reviewed By Review Comments By: d��OQ. DRAWINGS. SHEET DTA0, CONNECTION DETAILS Reference: 45" PIPELINE CONNECTION NOTE S. Modification:Modify the last sentence of the note by deleting it entirely and replacing wit[ yle IVUUVYIfig; I nizo YVUINIS IVIu,9C RC t-uivirLCI r- Or I WMIV IVVY 1, 4VI4 ANU IVI, V ID, 2014. � END OF ADDENDUM NO.001 Addenda 00900 -2 LUB12311— Bailey County Well Field Supply Pipeline — Contract B 12/09/2013 No Text No Text No Text No Text o '.1t � tarot o f o .. ' LI', l. .fray 0 .k I Al "y 4, ¢ ?�, lil'�'I� III Ili, �lli � �h�.�°.�; � `��� � . �r ¢x ��...�. ,.,� � ao. ¢,..� .::. • .� � � w .. x t. s I �' ,{N o it III x off I . i t� i s :. t y '...:.>f':yC t>'§:' o ¢'M'.�o.:. - 'Kt:....: ry �'� t I K•..:.. ° <Q;'.,' ' k �': X ¢C•. : � :.k {: �b,6y.p'e+ :.� x s o k�'.6 �;:, !+ �¢ .i ¢ p:4° ,:v J .. ¢'CM10 -',f} •°oy�j.. {t> _ k., .}A :.> R i. i# ° ,:..,. k. x. ,.:. ;✓w.,,.z ..,q,..ry ..{<s No Text t'y $.x Fi.' 'i' ce*-". y} x � � o> ¢�� s „ :+fhb}_.__. fl. __ .A3ee o ¢ '::*M1'�t �? o�i x'¢ *:x '::.:: �'.. *xt,''j }¢ - •y.Y - _ = kn .x.: ¢�l. 'r':.'a':^;�x�...,. ..[ tot»�,,;:;°h'v,.4✓;.'.•cr�'�<'{.x; ,,%q3*g.�,3, f, .t�u�,:,:�:. ;k:-;�,ot#A. _. - t ".:� ° _ ¢ x � v "v'>.'�''. t t�,x ii< � �'. C4t� Q'8. S#�k$nS ^gg. � x ¢ b¢ x ¢ ♦ �Y x ¢ }•� _ ¢ x ¢ b No Text . d .\ \ � � ) No Text ,°��yy, *�u"'�`-0tr ^a�y�OQ" :v `:'," x�z..¢ .. y.: �. � t � x� �. S.s55A2t ° ��• tr x .. � 'u> 4 �'°'ry �: '��;�...':.'. % ¢.ti .x " x i'i 'k f Yam} x * x ii „ ¢8 = ¢x?+'xoi `M1'*' o°Vo`�'`n •M1.h�: g' x .. �� :bry x x ,,.¢ x fr z�"" �a x� ' r,.,, xx .�+M1��'+:�:•�;:.'':x;>,�'" °�'*. "'<5 al $ a ,y< tee¢ 6 aoc2'¢t¢ .>...,...,- ¢g•{ ":: l :d �':�;v �: is:.�,.. ,.V�` �� a<3 � �: ¢ � .• 9, 'i .�4° �'z< c..os:.•> ¢, $ 'dam .. �;. ¢'�•' �,.r"tC.'y.' f ,o-';;. '� 2` ',��5v'K..,�o-' ...�.. v<:p•. g � .� '3�¢ x ''„x v x x � � �,Zr ,. ,�.,.' :' 'n.<t..'v' o+r.. `air° <:.:,¢ M1 >'�v�'.y<V:.: ' a.. ,:��. ;��.,. �¢�„ ¢ �< :'a' '?� �. ;.;.. ..�.•,:.:�.;..:<��?".w s ¢ x ..��. �` x'x`e.`.. �¢ ^ k xo�r ,: Y'k �r .• ii .;Rr° '# r ,cx` o e<:><>o�' °.o,q,� x �w " ...* ..+*•ryxM1 ' *R °>. "'$oy,. 3 ,c , `«�,�,°=#k":>osx „o,ye?' ^:yam^''' • , A—, ¢ �r .�Sy ,;.+. ;.k��s;°ar" ,,., r•�M<.Ry�;�x`°a' '- �x�' ,.,fit; b.'nV�a'v:nF '' ;• . o �, ,#a'� d �. °` >r:.¢¢.a;`k,�a.° x •r. a ,. •�.� .: �... ":'��... �E¢: ¢ � �.?.�.� ' a. y.. � � � '. z'�•�gx a �"`°�: r ..;�'°°�.' y �^.s�K :': � ¢.$ r �.,. t:�, x35o'� :,,^� °� '. .x��`.�1�,'.,�'�,.,o'��,°iP�; ,.x �.'�a{i.n��a.. t�,{ �:y,��.000.a�•`,�><o-�'' o� ¢�« o ''�'�_ x x x �.5,. 8'c ,, d o� a "�:..a'#k'' <#:>.`¢r I,r'w'f.•s¢ nr«�.'¢. .tv"i*;°¢o'...'.,,.. o•' ..'o's ��:¢�:.:•...�:•{ . ,°::;,� : .. �:o,.... <�. v �::,�°f.�<a�y"•%s ..''sky€'�' �'��'<'`>x � x ai;'°.> �. ' 4 i; A o zdi:"..:b:,. #. ¢o<:.. r^ ^q [:bx" o'i�,ro x .Tfo i. f x =;c" o ¢ °fkv<d o x nY,.?.` %"> "v,''..xE _ •.,�4:,;,,.x .,y. a.i>. k ��v::,�¢'+.ti. .: .: }. o.. a' r�¢. "�' ^o�n .a'�. ,�.r'.�; .v�,<,° r..v'f7o _x¢,. >� � x o. ¢ �k .`xo. •g�afo�,Y. wLgd , w°¢ ¢' i« a¢ ;'1. ;>' a7x�.;r¢C °o�k^r«ry. .<�.�*�'i '9¢.� c��w. : ����';'.:�M1 �: ':• I _ _°_:;i:.� '#" % :r'g"°k;�'� - .�'"��.e'�d{vs •�k.,� ti¢<-�„ �.. �., ..,o°a`�. .� x'I "^ s'#'�%> "'.�x.r. ^¢r¢;< x ax. 6.�:'`;'. ';��Cy"%„� �€�`':�'.%.:¢��,,;.}�.a`�«;tNM1=:��.� .�t#�.'?� �';a§�¢� ,�� v `x > � a„ !! .s. .,*.... ;> k w.xa d¢co5 .t_¢ �¢ ,: } a...:o .'it' ;',#.•.y'. n. ;aV . _ as.: z3 .<#� r•..:: to �f: ° 'a£;;.¢,,ey., _ „s' ` ea' k_<� �.;¢ sr:•`:#' ':'- ':'' .' x�tr ;a:uZsry a�. .....c{.. .x .. ,ter..{ � id �ok•'4`,o-w �.� � �° oa'<�$�. °'a. - _ ,_;°.S_;:Tr=f�=` `=.';.��,'' x.�w ¢`'a"•'i�x :s�.,:•»r«'•�-{ �"� ',`� x �..¢ s`���"`lY� ¢�x " xSc'> :� � �'a .sa ¢.s< �c.�•' ..�'„ .'c*,a;: ��;�:'<�':'> 1. ,�.,.o,. trz'+;: .M:k`_;°fir-e�>s=. `;�....�<'�°� C¢.�'.! _ fix, #� ,��;� a¢ gk�.¢�'*o-;;;�v�v�cKna°.'.a ,�$` - � ,s �;: t'g�'<.�¢:�q'> �' .'•«%.a>.<.... ':c{,��.z�.>,x ¢;K,�y::.,.x.:;'ry� xc '�'. -"'f �-� ' is.,.. �' ^3-a,< _ ,af ..8 <>;F�� ,. ¢s.°��g ��. >,.'iK' ; �,��'<'�"���'�», �..'�« M -�' �' 'C,;.;>m' � �b �•.;x...ao:>:<: �: <'a,� � � � ., ' {i ,� r...:: r. ._ nC,.. t k} <,'�y�'tr s.y •F ?�3i k r 'f 'oo-ek:.3x « R.P <.,a°x <::;r. ry ` S$ iE¢h7x n y : *: nr`*:..k rti.'.'". t ; "`�i },+:,: , x,o¢�,°.' °�v ✓ .V �$¢",:. Leo sr '•,� ire. n'w'�o .c �'.'.�'�°°'�*.vf:>r:r � 6 g x+�¢ .y. � ,c '' c4¢° - x °�i � s�;�.��o<a5�, n�...:?,s ^o_•....- � � ,ra :�t`°'o»ix. •': .>Yy.�,�. k � � o � , .s,o- <o�> ¢g ..':.a�{•{•tV &;:wx°<?4:,'.:M1:.«a' 0° >x;"- - - - - _'�ae ao- g¢x� •y?:yV..u"�; :s �.%o,'k :KK.;.,�V .,'. :"{r'.;».o " S' &. I.}`s°c.'W.>a» �},.�..i:,�-�v... #° ::x'¢:: <> a. er:i, ". rnn S..ga .00vo �.. -T- A ,�'.. ,',.• �., xi. �,� .�`' Vx "` { L _ �ya `.. �� ox - ,¢ " �` � x x _ , � _ ; - �' >.� dais - _ ...:'s°y'x �q .S ' � O''^•< +'� � >t^.a+•.';�°.{M1x '-n{'° �%'�r:�Y'';" ,..�?ry�.�`' r _ _- `d' x°o-.'.Z�^ - - _ ;.:`.'x..x'�.:.'kk;°�.�.,�,ca:>a.:';,.,,, This is the 90-degree bend to be installed 36- DVL EPDXY ODA ��. SOH. (0.3 ICE�6)�QC,t�-i� 36' DIA. EPDXY COATED STEEL STD. SCH. (0.375' WALL THCKNESS) FLG x FLG. -SHORT RADIUS' - — 90' ELBOW (DWI i4'-36-) j I S 36' DIA. EPDXY COATED STEEL PIPE STD. SCH. Y (0.375- WALL THICKNESS) FLG x FLG. x 6'-1' LG. I SEE NOTE 2 INSULATING FLANGE I _ WITH DC BLOCKER SEE CONTRACT DWGS. I SHEET CP-3, DETAIL 7 $ EXISTING _ Si FINISH GRADE EL 3248.00 I FIELD VERIFY 36' DVL EPDXY COATED \ I STEEL PIPE STO. SCH. (0.375: WALL THICKNESS) I i �1 FLG.x FLG. x 5'-2'LG. d SEE NOTE 2 ! -' 36' DIA. STEEL FLG.x FLG. 'SHORT RADIUS' 90' ELBOW (DIM 'A'-36-) 5 BY OTHERS -- 36ro1A. STEEL PIPE BY OTHERS i---•�.R, t t q EL 3241.26t - - FIELD VERIFY t„ = �`•• i PIPE FOOTING f • SEE DWG. 30.30 SEE NOTE B s �,ALVATORE R Wiibt 1 40 67''� " 073 COMPACTED PER COT T ` .t• �, DOCUMENTS t cw* M 11 M d Bwd I MF.IodAdtR M(MM 0W mtsdalln 11m7iL>t mu ooPvm«r zm3 ,� s. WATER STORAGE TANK RETROFIT SHM7 2 wmwkudammLiNI M Ater + I OF a LUBBOCK, TEXAS ENGR. : FREESE & NICHOLS DRAOM tf-%M Quit end mommm a win m 0 age Mosu 7FRaa ups ma DAV LUBBOCK, TEXAS 30.00 r E No Text No Text r, 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, at 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. Complete width of Temporary and Permanent Easement E. Establish the grubbing limits as follows: 1. Complete width of permanent and temporary 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 using a modified excavator for 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 General Clearing and Grubbing 02110-1 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B A. Timber, logs, roots, brush, rotten wood, and other refuse from the clearing and grubbing operations, may be burned at a location approved by the Landowner and Resident Representative or removed at the Contractor's option from the Owner's property. However, when permitted in writing by the Engineer, disposal of material may be done without the burning logs and large stumps, as elected by the Contractor. Such permit shall state the conditions covering the disposal of logs and stumps without burning, including the areas of disposal. Burn timber and other refuse to be disposed of at locations approved by the Owner and in a method that does not damage to existing structures, construction in progress, trees, and vegetation. 1. The Contractor shall be responsible for compliance with the Federal, State, County, and Municipal laws and regulations relative to the building of fires. Constantly monitor the disposal by burning until the fires have burned out or have been extinguished. Disposal of materials in streams shall not be permitted and no materials shall be piled in stream channels or in areas where it might be washed away by floods. Timber within the area to be cleared shall become the property of the Contractor, and the Contractor may cut, trim, hew, saw, or otherwise dress felled timber within the limits of the Owner's property, provided timber and waste material is disposed of in a satisfactory manner.] 2. Burn materials weekly during the clearing and grubbing operations, unless permission is granted by the Owner's Representative to store the materials for longer periods. B. Completely remove timber, logs, roots, brush, rotten wood, and other refuse from the Owner's property. Disposal of materials in streams shall not be permitted and no materials shall be piled in stream channels or in areas where it might be washed away by floods. Timber within the area to be cleared shall become the property of the Contractor, and the Contractor may cut, trim, hew, saw, or otherwise dress felled timber within the limits of the Owner's property, provided timber and waste material is disposed of in a satisfactory manner. Materials shall be removed from the site daily, unless permission is granted by the Engineer to store the materials for longer periods. No chipping of the brush will be allowed. The Contractor may stack up brush and/or timber off of the right of way if requested by the landowner. END OF SECTION I General Clearing and Grubbing 02110-2 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 02202 PIPELINE EXCAVATION AND BACKFILL 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to excavate and backfill as required for the construction of the facilities to the line, grade and extent indicated. 1.02 SUBMITTALS Submittals shall be in accordance with Section 01300, SUBMITTALS and shall include: A. Certified test reports for embedment material, course gravel, and flexbase. Certified Test Reports shall be from an independent laboratory provided by contractor. Test reports shall include sieve analysis, soil classification, and Atterburg limits, and soil resistivity tests for embedment material. The Contractors' Independent laboratory will provide field density test and proctors for embedment material. 1.03 STANDARDS The applicable provisions of the following standards shall apply as if written here in their entirety: A. American Society for Testing and Materials standards: ASTM C33 "Specifications for Concrete Aggregates" ASTM D698 "Test Methods for Moisture -Density Relations of Soils and Soil Aggregate Mixtures, Using 5.5-lb Rammer and 12 Inch Drop" ASTM D2487 "Classifications of Soils for Engineering Purposes" ASTM D4253 "Maximum Index Density and Unit Weight of Soils Using Vibratory Tests" ASTM G57 "Method for Field Measurement of Soil Resistivity Using the Wenner Four -Electrode Method" B. American Water Works Association publications: AWWA C151 "Ductile Iron Pipe" AWWA C200 "Steel Water Pipe 6" and Larger" AWWA C301 "Prestressed Concrete Pressure Pipe - Steel Cylinder Type for Water and Other Liquids" AWWA C303 Concrete Pressure Pipe — Bar -Wrapped, "Steel Cylinder Type." C. Texas Highway Department Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, latest edition. 1.04 JOB CONDITIONS A. CLASSIFICATION OF EXCAVATION Excavation shall be "unclassified" and involves the removing of the necessary materials to provide the trench to the required width and depth. The Contractor, prior to submitting a proposal, must satisfy himself as to the actual sub -surface conditions. No extra or separate payments shall be made for rock, dewatering, or any other condition. Pipeline Excavation and Backfill 02202-1 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 1 i B. CITY, COUNTY, AND PRIVATE ROAD CROSSINGS Where the work is in the right-of-way of City, County and privately owned roads, the Owner will secure the necessary permits and easements for the work. Work to be performed within the limits of the public right-of-way shall be in full accordance with the requirements of the easements and permits and as requested by the City, County, or private owner. Provide temporary access and detours for roads and driveways cut-off during pipe laying operations. C. PROTECTION OF EXISTING STRUCTURES AND UTILITIES 1. Prior to the start of construction and preparation of pipe layout sheets, the Contractor shall communicate with the local representative of the utility companies including, but not limited to the oil companies, gas company, electric company, telephone company, water utilities, sanitary sewer utilities, and any other public and private utility companies in the location of the proposed construction in order to obtain the assistance of the utility companies in locating utility lines and in the avoidance of conflicts with utility lines. The Contractor shall also contact the "One -Call' system and comply with all applicable rules and regulations. The Contractor shall uncover and determine the elevation and location of conflicts well ahead of the manufacture of the pipe. No additional compensation will be considered for lowering or raising the pipe grade to accommodate existing utilities. The Engineer has shown the estimated location of existing utilities as determined from limited field surveys and record data from utility companies. The fact that some utilities are not shown or are incorrectly shown in no way relieves the Contractor from his responsibility to locate all existing utilities. 2. The Contractor shall advise the Engineer of any existing utilities which are not shown on the plans, incorrectly shown, and which "affect the pipe layout." Contractor shall also propose a resolution of the utility conflict. The Engineer will decide if the existing utility should be relocated, or whether the proposed pipeline location will be revised. If the proposed horizontal alignment of the pipeline is adjusted, an adjustment in contract price will be made by adjusting quantities for the various unit price pay items. If the proposed pipe grade is adjusted by 2 vertical feet or less, no contract price adjustment will be made. If the proposed pipe grade is adjusted by more than two vertical feet, a contract price adjustment will be agreed to per the General Conditions. 3. Utilities which "affect the pipe layout' will be interpreted by the Engineer as follows: a. Utilities which conflict with the grade of the proposed pipe will be interpreted as "affecting the pipe layout." b. Utilities which would conflict with operations and maintenance of the proposed pipe will be interpreted as "affecting the pipe layout." 4. Where excavation endangers adjacent slopes, structures and utilities, the Contractor shall, at his own expense, carefully support and protect such structures and/or utilities so that there shall be no damage. Costs of temporarily or permanently relocating the conflicting utilities shall be borne by the Contractor without extra compensation from the Owner. 5. If in the opinion of the Engineer, concrete backfill is necessary for the support of utility lines crossing trenches, the Engineer may direct 2,000 psi concrete backfill to be used. Payment shall be made to the Contractor at the unit price bid for the installation of such quantity of the concrete backfill as directed by the Engineer. 1.05 GUARANTEES; MAINTENANCE AGREEMENT Following the certification of completion by the Engineer, maintain paved surfaces, unpaved trench surfaces, ditch settlement, fences, curbs, sidewalks, and gutters, for a period of twelve (12) 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. R Pipeline Excavation and Backfill 02202-2 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B i__ 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 PVC Pipe (AWWA C900). 3. The Contractor hall use Granular Embedment Material that complies with these Specifications for depths of cover up to 15 feet. Flowable fill shall be used for depths of cover over 15 feet. C. GRANULAR EMBEDMENT MATERIAL Granular embedment material shall be imported sandy gravel or blended sand and crushed rock, free from large stones, clay, silt, and organic material and have a percentage of wear of not more than 20% when tested in accordance with ASTM C131 or C535. Embedment material shall be a soil classification of GW, GP, SW, or SP as determined by ASTM D2487. The embedment material shall be such that when wet, the fine material shall not form mud or muck or be dispersive. The granular embedment shall be soaked a water bath for a minimum of (7) seven days and certified that the material does not form mud, muck, or be dispersive. The embedment material shall be composed of tough durable particles, reasonably free from thin, flat and elongated pieces, and of suitable quality to insure permanence in the trench. The P.I. of the fines shall not exceed 3. Light weight aggregate is not acceptable for granular embedment. Material used for granular embedment shall have a resistivity of not less than 5000 ohms/cm as measured by ASTM G57. When material is subjected to five (5) cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 10%. GRANULAR EMBEDMENT MATERIAL shall be cohesionless material meeting the following IdUdLIU11 1t!A4U11U111U11V5. 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 Pipeline Excavation and Backfill 02202-3 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B D. COARSE GRAVEL Where coarse gravel is required for water drainage, restoration of trench foundation, or other uses, it shall be crushed stone or washer gravel and in compliance with ASTM C33 for Coarse Concrete Aggregate. Material used for coarse gravel shall have a resistivity of not less than 5000 ohms/cm as measured by ASTM G57. When material is subjected to five (5) cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 10%.Gradation shall be ASTM C33 No. 57, No. 67, or as follows: Sieve Size Sq. Openings Amount Passing by Weight 1" 95 - 100 3/4" 55 - 85 1 /2" 25 - 50 No. 4 0 - 5 Where foundation is extremely poor, Larger coarse gravel shall be used as directed by the Engineer. E. SELECT MATERIAL This material shall consist of soil material with a liquid limit (LL) less than or equal to 40, a plasticity index (PI) less than or equal to 20, a maximum of 70% passing the No. 200 mesh sieve, a minimum of 80% passing the No. 4 mesh sieve, 100% passing a 1.5" square mesh sieve. The material shall be free of organic or other deleterious materials. F. ORDINARY BACKFILL MATERIAL Trench excavated material free from rock fragments and clods larger than 6" greatest dimension. The ordinary material shall be free from organic materials. G. FLEXIBLE BASE COURSE Complying with Item 247 of the Texas Highway Department Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, latest edition, Type A, Grade 1 or 2, Flexible Base (Crushed Stone) or Type C, Grade 2 or 3 (Caliche). H. HOT MIX ASPHALT CONCRETE (HMAC) Complying with Item 340 of the Texas Highway Department Standard Specifications for Road and Bridge Construction, latest edition. FLOWABLE FILL Flowable fill shall be as specified in Section 02257, CONTROLLED LOW STRENGTH MATERIAL. 3.00 EXECUTION 3.01 TRENCH EXCAVATION A. GENERAL 1. Excavate trenches to the alignment, width, and depth as indicated or as required for the proper installation of the pipe. Brace the trench and/or dewater the trench if necessary so that the workmen may work safely and efficiently. 2. Comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from Pipeline Excavation and Backfill 02202-4 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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 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. 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 Pipeline Excavation and Backfill 02202-5 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 1. Excavate the trench to an even grade so that the full length of the pipe barrel is supported and joints make up properly. Excavate the trench to the line and grade indicated and as directed by the Engineer. Grades shall be uniform between high points and low points to 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 LL bottom of the bells, flanges, valves, fittings, etc. 3. The entire foundation area in the bottom of all excavations shall be firm, stable material. Loose material shall be removed, leaving a clean, flat trench bottom, and material shall not be disturbed below required sub grade except as hereinafter described. If the subgrade is soft, spongy, disintegrated, or where the character of the foundation materials is such that a proper foundation cannot be obtained at the elevation specified, then when directed by the Engineer the Contractor shall deepen the excavation to a depth where a satisfactory foundation can be obtained. The sub -grade shall then be brought back to the required grade with course gravel, thoroughly compacted to 95% of maximum density in accordance with ASTM D4253. Payment shall be made to the Contractor at the unit price bid for the installation of such quantity of coarse gravel as directed by the Engineer. D. CORRECTING FAULTY GRADE If the trench is excavated to a faulty grade (at a lower elevation than indicated), correct the faulty grade as specified below: 1. In uniform, stable dry soils, correct the faulty grade with granular embedment material thoroughly compacted to 95% of maximum density. 2. In soft spongy disintegrated soils or where necessary to allow proper drainage, correct the faulty grade with course gravel compacted to 95% of maximum density. 3. No extra payment will be made for coarse gravel or other material to correct faulty grade. E. PIPE CLEARANCE IN ROCK Remove ledge rock, rock fragments, or unyielding shale or marl to provide a clearance of at least 6" below the parts of the pipe, valves or fittings. Provide adequate clearance for properly jointing pipe laid in rock trenches at bell holes. Refill the excavation to grade with granular embedment material. F. BLASTING PROCEDURE Blasting will not be allowed G. BELL HOLES REQUIRED Bell holes of ample dimension shall be dug in trenches at each joint of pipe to permit the jointing to be made properly, visually inspected, and so that the pipe will rest on the full length of the barrel. Pipe shall have the joints excavated to a sufficient depth to allow proper welding where applicable, cleaning, application, testing and inspection of field applied coating system. H. CARE OF SURFACE MATERIAL FOR REUSE Surface materials such as top soil in its natural state, suitable for reuse in restoring the excavated surface, shall be kept separate from the general excavation material. The top 18" of the trench backfill shall be topsoil. Save the topsoil to be used as backfill of the top 18" of trench after pipe laying. Where the natural topsoil is less than 18" deep, and with the approval of the Engineer, the Contractor may strip less than 18" of topsoil. I. MANNER OF PILING EXCAVATED MATERIAL { t_ Pipeline Excavation and Backfill 02202-6 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B i t 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 200' of trench in open country or pasture land shall be opened at any one time, and not more than 150' of trench in populated areas shall be open unless otherwise permitted in writing by the Owner. Backfill and/or protect trenches as necessary to prevent injury to livestock, adjacent property, and the public. If additional inspectors are required because of the open trench then the cost shall be borne by the Contractor. Trenches left open overnight in public areas shall be fenced with adequate construction fencing. No trenches shall be left open overnight in streets. L. STRUCTURAL EXCAVATION Excavation shall extend a sufficient distance from walls and footings to allow for form installation and inspection, except where concrete for walls and footings is authorized or required to be deposited directly against excavated surfaces. Where excavation, through the fault of the Contractor, is made below the elevation specified or directed by the Engineer, restore the excavation to the proper elevation with stabilized backfill (lean concrete) or other approved material at the Contractor's expense. 3.02 BACKFILLING OF TRENCHES OUTSIDE ROADWAYS AND CULTIVATED FIELDS A. GENERAL This section of the specification is intended to cover the requirements for trench backfill where trench is in open fields, unimproved alleys, fields, and other similar open areas outside of existing or proposed public and private roadways and cultivated fields. B. TIME OF BACKFILLING Backfill operations shall immediately follow pipe jointing, joint coating application, and curing. A minimum of two hours of curing time will be required for curing of exterior joint mortar. C. BRACED AND SHEETED TRENCHES Remove sheeting and shoring as backfilling operations progress. Incorporate methods so that a good bond is obtained between the backfill material and the undisturbed trench walls. D. PROTECTION OF PIPE DURING BACKFILLING OPERATIONS Take the necessary precautions to protect the pipe during backfilling operations. Take care to prevent damage to the pipe or to the pipe coating, and repair any damaged pipe before being "covered up". Backfill the trench to prevent the deformation or otherwise deflection of the cylindrical shape of the pipe by more than the allowable pipe deflection as specified elsewhere. Use methods such as stulling or ellipsing as necessary. - E. SITE AND PREPARATION Pipeline Excavation and Backfill 02202-7 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B In addition to clearing and grubbing of brush and trees along the right-of-way for this project, alteration to the topography shall be done if indicated on the Plans, at the locations and to the extent shown. F. BACKFILL PROCEDURE IN THE PIPE ZONE FOR SEMI -RIGID PIPE— GRANULAR EMBEDMENT MATERIAL 1. For semi -rigid pipe construction, extend the embedment material from the bottom of the trench to 0.7 times the pipe outside diameter. 2. Place the first lift of granular embedment material to a depth slightly above the bottom of pipe grade. Lay pipe on this embedment material to the indicated grade. Provide bell holes to permit the pipe to rest on the full length of the barrel and to permit joint make-up and coating. 3. Place the second lift of embedment material, uniformly on both sides of the pipe to a loose depth of forty percent (0.4) of the outside diameter of the pipe, taking precautions not to disturb the pipe alignment. Compact the second lift of embedment material using heavy vibration or mechanical compaction to produce a uniformly blended and compacted backfill. The Contractor shall use mechanical compaction equipment. Hand held compaction equipment will not be allowed. Contractor shall take precautions to ensure no voids occur under the haunches of the pipe and to prevent disturbance of the pipe alignment. 4. Place the third lift of granular embedment material in the trench simultaneously and evenly on both sides of the pipe for the full width of the trench to an elevation of slightly above 0.7 times the pipe outside diameter and compact using vibration or mechanical tamping. 5. Compaction of granular embedment in this zone shall be at a minimum of ninety-seven percent (97%) 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-seven percent (97%) of Standard Proctor Density. Material directly over the pipe shall be lightly compacted to prevent damage to the pipe. 8. Mechanical compaction of select backfill material shall be in lifts not exceeding 18" loose depth. 9. Perform the mechanical compaction to prevent floating or damaging the pipe. Relay any pipe which is floated or otherwise disturbed to the original grade at the Contractor's expense. G. BACKFILL PROCEDURE ABOVE PIPE ZONE 1. Mechanical compaction may be utilized. Place the ordinary backfill material above the pipe zone in lifts not exceeding 18" loose depth and compacted to 90% Standard Proctor density in areas outside of cultivated land, existing or proposed roadways. The Contractor shall be responsible for any damage which may occur to the pipe using this method of compaction. H. SURFACE MATERIAL REPLACEMENT 1. The top 18" of the trench backfill shall be composed of the original surface material or topsoil excavated from the trench. Place the topsoil over the consolidated trench backfill material and neatly round over the trench to a sufficient height to allow settlement to grade after consolidation. Grade the surface to allow drainage in the same manner as existed prior to construction. Mounding is not allowed in cultivated fields. 2. Topsoil shall not contain rocks or clods larger than those adjacent to the trench in the undisturbed condition. t. Pipeline Excavation and Backfill 02202-8 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B BACKFILL AROUND STRUCTURES 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 contractor's method of placement and compaction of the embedment material will produce the minimum specified density and placement consistency throughout the embedment zone. The test section shall consist of at least two sections of pipe. The pipe shall be installed on the prepared bedding and the lifting straps shall be left in place. The contractor shall use his proposed method of placing and compacting the embedment to bring the embedment material up to the spring line of the pipe. Density tests will then be performed in the embedment material near the spring line of the pipe. One length of pipe shall then be carefully removed by the contractor to allow the integrity of the embedment along the haunches and below the pipe to be evaluated visually and by in -place density testing to verify that the contractor's method will achieve the specified density and uniformity of the embedment. This will establish a relationship between the density achieved at the spring line and the density achieved in the haunch area by the contractor's proposed placement and compaction method. The density at the spring line may have to be higher than the minimum specified density in order to achieve the minimum specified density at the haunch area. The density at the spring line required to achieve the minimum specified density in the haunch area shall be the target density at the spring line, but shall be no less than the minimum specified density. Additional test sections shall be performed for all different embedment materials, or if the contractor proposes to change methods of placement and compaction. The means, methods, and techniques of placement and compaction shall be the sole responsibility of the contractor, and the test section will be considered only as a means to verify that the contractor's methods are capable of achieving the specified density throughout the embedment zone. The actual quality of the embedment and backfill, as compacted, shall be the responsibility of the contractor and satisfactory results from the test section(s) and field density tests shall not be considered as a guarantee of the quality of the contractor's embedment and backfill operations. K. INSPECTION AND TEST PITS 1. Excavate test pits after the embedment has been placed and compacted in the pipe zone for the purpose of taking field density tests and inspecting the haunch areas under the pipe for voids. 2. Excavate the test pits to a depth and area of sufficient size to allow the inspector to visually inspect the haunch area of the pipe for voids or loose material next to the pipe and to make a field density test. Provide a safety trench shield to protect the inspector while in the pit. 3. After inspection, backfill and compact the test pit area in accordance with the applicable specification herein. 4. Dig one (1) test pit for inspection of each days work if deemed necessary or may be required more or less frequently as determined by the Owner's representative. Repair and replace areas which are found not to be in compliance with the specification requirements, until satisfactory results are consistently and uniformly attained. Pipeline Excavation and Backfill 02202-9 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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 Onsite Select Material above the embedment material for the full depth of the trench, until the 12-inches of flexbase. Compact the onsite select material backfill to 95% maximum density per ASTM D1557. Replace flexbase roads with a minimum of 6" of flexbase material compacted in lifts to 95% modified Proctor Density per ASTM D1557. Replace asphalt paved roads with 6" of flexbase material compacted in 3" lifts to 95% Modified Proctor Density per ASTM D1557 and a minimum of 2" of Type C HMAC. All onsite select material, and flexbase shall be installed with a maximum of +/- 2% optimum moisture, and shall be installed with a maximum of 6-inch lifts. Replace concrete roadways with 3000 psi concrete reinforced equal or better than existing. Saw -cut asphalt roads prior to placement of HMAC. Cut concrete roads back to expose reinforcing prior to replacing concrete paving. Backfill and compact unimproved field road as per the backfill requirements for open areas, except compact the top 12" to 95% Modified Proctor Density per ASTM D1557. 3.04 BACKFILL PROCEDURE FOR CULTIVATED FIELDS Backfill and compact cultivated fields as per the backfill requirements for open areas, except compacted in 6" lifts to 97% Standard Proctor Density. Consolidate this material by mechanical compaction within two percent (2%) of optimum moisture content. 3.05 MAINTENANCE OF SURFACES A. ROCK AND ORGANIC MATERIAL EXCLUSION Rock material removed from the trench excavated material may be buried in the easement at locations approved by the inspector and covered with topsoil. Organic material shall be removed from the right-of-way at the Contractor's expense. B. DEFICIENCY OF BACKFILL -BY WHOM SUPPLIED Any deficiency in the quantity of material for backfilling the trenches or for filling depressions caused by settlement shall be supplied by the Contractor at his expense. Make-up material shall be approved by the Owner's representative. C. RESTORATION OF SURFACES Replace surface material and restore paving, curbing, sidewalks, gutters, shrubbery, fences, grass or turf, and other surfaces disturbed, as nearly as possible to a condition equal to that before the work begin. D. SEEDING IN TXDOT ROW 1. Provide sodding at disturbed residential per Specification 02270. 2. Provide seeding in TxDOT right-of-way as specified below. 3. Where seeding is specified, it shall be done between August 15 and June 15. Use sodding in lieu of seeding between June 15 and August 15. Seeding and sodding shall immediately follow backfill and cleanup unless otherwise specified. 4. Surfaces for seeding or sodding shall have a minimum of 12" of topsoil. Apply pelleted or granular fertilizer with a minimum analysis of 16-8-8 at a rate of 400 pounds per acre or equivalent rate if other analysis fertilizer is used. Pipeline Excavation and Backfill 02202-10 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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. END OF SECTION Pipeline Excavation and Backfill 02202-11 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B I 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. D. The Contractor shall submit a Trench Safety Plan that is signed and sealed by a Texas Professional Engineer. 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 02220-1 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 02221 STRUCTURAL EXCAVATION AND BACKFILL 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to complete structural excavation, filling, backfilling, and compacting; to provide protection to equipment and cuts; to include backfill material; the construction or installation of cofferdams, and other similar facilities which may be necessary to perform excavations and/or backfilling; to include the necessary pumping, bailing, or associated drainage; to remove and dispose of surplus materials, cofferdams, and debris; and to provide final grading, as required. B. The work does not include excavation, filling, and backfilling for utility lines, manholes, vaults, valve boxes, and related structures. Work shall be performed in accordance with Section 02202, PIPELINE EXCAVATION AND BACKFILL. 1.02 QUALITY ASSURANCE; DEFINITIONS COFFERDAMS: Cofferdam designates any temporary or removable structure constructed to hold the surrounding earth and/or water out of the excavation, whether the structure is formed of soil, timber, steel, concrete, or a combination thereof. It shall be understood also to include the use of pumping wells or well points. 1.03 SUBMITTALS Submittals shall be in accordance with Section 01300, SUBMITTALS and shall include: 1. Structural calculations for cofferdams. Submit calculations for approval by the Engineer prior to the start of the cofferdam construction. The calculations shall be sealed by a registered professional engineer in accordance with the laws of the state where the project is constructed. The calculations shall be site specific. 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 Structural Excavation and Backfill 02221-1 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B Relative Density" B. Any other testing required by these specifications and not specifically referenced to a standard shall be performed under ASTM or other appropriate standards as designated by the Engineer. C. References herein or on the drawings to soil classifications shall be understood to be according to ASTM D-2487, Classification of Soils for Engineering Purposes" unless indicated otherwise. 1.05 DELIVERY AND STORAGE Deposit excavated material to be used for backfill in storage piles at points convenient for handling of the material during the backfilling operations. 1.06 JOB CONDITIONS A. Provide subsurface investigations for the information and convenience of the Bidders and the Contractor. B. Review the site and determine the conditions which may affect the structural excavation, prior to the commencement of the excavation. 2.00 PRODUCTS 2.01 MATERIALS A. STRUCTURAL EARTH BACKFILL: Structural backfill shall be Class 4 Earth Fill as specified in Section 02255, EARTH FILL CLASSIFICATIONS. B. STRUCTURAL AGGREGATE BACKFILL: Structural aggregate backfill shall be Class 1 Aggregate Fill as specified in Section 02256, AGGREGATE FILL CLASSIFICATIONS. C. LEAN CONCRETE BACKFILL: Lean concrete shall be AS SPECIFIED IN DRAWINGS. D. TOPSOIL: Topsoil shall be Class 12 Earth Fill as specified in Section 02255, EARTH FILL CLASSIFICATIONS. E. COMPACTED SELECT FILL: Fill shall be Class 5 Earth Fill as specified in Section 02255, EARTH FILL CLASSIFICATION. 2.02 COMPACTION EQUIPMENT Compaction equipment shall conform to the following requirements and shall be utilized as specified herein. A. PNEUMATIC ROLLERS Pneumatic rollers shall have a minimum of four (4) wheels equipped with pneumatic tires. The tires shall be such size and ply as can be maintained at tire pressures between 80 and 100 pounds per square inch for a 25,000 pound wheel load during roller operations. The roller wheels shall be located abreast and be designed so that each wheel will carry approximately equal load in transversing uneven ground. The spacing of the wheels shall be such that the distance between the nearest edges of adjacent tires will not be greater than 50% of the tire width of a single tire at the operating pressure of a 25,000 pound wheel load. The roller shall be provided with a body suitable for ballast loading such that the load per wheel may be varied, from 18,000 to 25,000 pounds. The roller shall be towed at speeds not to exceed ten (10) miles per hour. The character and efficiency of this equipment shall be subject to the approval of the Engineer. B. Vibratory rollers shall have a total static weight of not less than 20,000 pounds, with at least 90% Structural Excavation and Backfill 02221-2 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B of the weight transmitted to the ground through a single smooth drum when the roller is standing in a level position. The diameter of the drum shall be between 5 and 5.5 feet and the width between 6 and 9 feet. The unsprung weight of the drum, shaft, and internal mechanism shall not be less than 12,000 pounds. The frequency of vibration during operation shall be between 1,100 and 1,500 c.p.m., and dynamic force shall not be less than 40,000 pounds at 1,400 c.p.m. No backing of the vibratory roller will be allowed on the embankment unless the vibrating mechanism is capable of being reversed. Self-propelled and towed vibratory rollers shall be operated at speeds not exceeding 3 miles per hour and 1.5 miles per hour, respectively. C. POWER HAND TAMPERS AND VIBRATORY PLATE HAND COMPACTORS Compaction of material in areas where it is impracticable to use a roller or tractor shall be performed with approved power hand tampers, vibratory plate hand compactors, or other approved equipment. Approval shall be based upon performance in a test section. 3.00 EXECUTION 3.01 PREPARATION Clear and grub the area to be excavated prior to the start of excavation. 3.02 EXCAVATION A. When footing concrete or masonry is to rest upon rock, remove the rock to a depth sufficient to expose sound rock. Level off or cut the rock to approximate grades, and roughen the area. When footing concrete or masonry is to rest on an excavated surface other than rock, take care not to disturb the bottom of the excavation, and do not make final removal of the foundation material to grade until just before the concrete is placed. B. For footings where the soil encountered at established footing grade is an unstable material, use the following procedure unless other methods are specified: Remove unstable soil. Carry the excavation at least 1' beyond the horizontal limits of the structure on all sides. Replace the unstable soil with compacted select fill. Place in uniform layers at a suitable depth for compaction. Wet each layer if necessary and compact by rolling or tamping to provide a stable foundation for the structure. C. When unfeasible to construct a stable footing as outlined above, construct footing by the use of special materials, such as flexible base, cement stabilized base, cement stabilized backfill, or other material, as directed by the Engineer. D. Perform excavation to permit surfaces to be brought to final line and grade within + or - 0.1 foot. Restore over -break at the Contractor's expense. In general, perform excavation in open -cut from the surface of the ground and at the line and grade indicated. E. The sides of the excavation, from the bottom of the excavation to the top of the ground shall be supported in accordance with OSHA requirements. Maintain the supports throughout construction. Remove supports after the completion of the work. 3.03 COFFERDAMS A. The interior dimensions of the cofferdams shall provide sufficient clearance for the construction, inspection (inside and outside), and the removal of any forms and to permit pumping outside of the forms. In general, extend sheet pile cofferdams well below the bottom of the footings and brace well. Cofferdams shall be as water -tight as practicable. B. When a concrete seal is required by the plans, base the design on the normal water elevations as indicated. If the foundation concrete can be placed in the dry under construction conditions, the seal shall not be required. If an additional seal is necessary for the conditions existing at the Structural Excavation and Backfill 02221-3 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B time of construction, increase the seal thickness as necessary. If the conditions existing at the time of construction require a seal for placing the foundation concrete in the dry, and none is provided in the plans, place an adequate seal. i 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. 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. Do not permit rollers to operate within 3' of structures. Structural Excavation and Backfill 02221-4 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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 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 Structural Excavation and Backfill 02221-5 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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. Areas of the fill being compacted with power hand tampers or vibratory plate hand compactors shall receive a minimum of eight (8) passes of the equipment with an overlap of 50% of the equipment base plate width. 4. The in -place density of Class 1 through Class 5 Earth Fill shall not be less than 95% of maximum dry density as determined by ASTM D-698, Standard Proctor, except compact the top 12" of fill underneath roadways and parking areas to not less than 100% of maximum dry density as determined by ASTM D-698, Standard Proctor. In areas cut underneath roadways and parking areas scarify and re -compact the top 8" of the subgrade within the specified moisture content, to not less than 100% of maximum dry density as determined by ASTM D-698, Standard Proctor. 5. Compact cohesionless materials on which are not practical to control the density by proctor methods to a minimum of 75% of relative density as determined by ASTM D-4253 and ASTM D-4254. At the discretion of the Engineer, an alternate method of determining relative density may be used which has been correlated with methods ASTM D-4253 and ASTM D-4254. 6. If necessary, to achieve the specified density, increase the number of passes of the compaction equipment, and/or modify the weight of the compaction equipment. 7. Regardless of the density achieved, the number of passes of the compaction equipment shall not be less than eight (8). 3.06 FIELD QUALITY CONTROL The testing laboratory shall make tests of in -place density in accordance with ASTM Standards. The testing laboratory shall monitor backfill operation continuously at structures. It shall be the responsibility of the Contractor to notify the testing laboratory before backfill operations begin. END OF SECTION Structural Excavation and Backfill 02221-6 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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 02255-1 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B - 02256 AGGREGATE FILL CLASSIFICATIONS 1.00 GENERAL 1.01 WORK INCLUDED This section of the specifications describes the various classes of Aggregate Fill. All of the classes of Aggregate Fill contained in this specification may not be used on this project. The classes of Aggregate Fill used on this project are shown on the drawings or specified in other sections of the specifications. This specification section does not include installation. Installation of Aggregate Fill is included in other sections of the specifications and/or on the drawings. 1.02 QUALITY ASSURANCE A. CLASSIFICATION TESTING 1. CONTRACTOR TESTING a. Arrange and pay for the services of an independent testing laboratory to sample and test proposed Aggregate Fill materials. b. Submit the test results to the Engineer, and obtain approval prior to providing Aggregate Fill. 2. OWNER TESTING The Owner shall arrange and pay for additional testing on the Aggregate Fill after delivery to the project site as determined necessary by the Engineer. B. CONTAMINATION CERTIFICATION 1. Obtain a written, notarized certification from the Supplier of each proposed Aggregate Fill source stating that to the best of the Supplier's knowledge and belief there has never been contamination of the source with hazardous or toxic materials. 2. Submit these certifications to the Engineer prior to proceeding to furnish Aggregate Fill to the site. The lack of such certification on a potential Aggregate Fill source shall be cause for rejection of that source. 1.03 STANDARDS Aggregate Fill shall be classified into the appropriate class listed below according to ASTM testing procedures as specified for the various classes. A. American Society for Testing Materials standards: ASTM C33 Specification for Concrete Aggregates ASTM C88 Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C125 Terminology Relating to Concrete and Concrete Aggregates ASTM C131 Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C535 Test Method for Resistance to Degradation of Large -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM D448 Classification for Sizes of Aggregate for Road and Bridge Construction 2.00 PRODUCTS 2.01 MATERIALS; CLASSIFICATIONS Aggregate Fill Classifications 02256-1 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B A. CLASS 1 AGGREGATE FILL: Consist of durable particles of crushed stone free of silt, clay, C 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: EP Sieve Size Square Opening Percent Passing 1-1/2" 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" 100 1 /2" 90 - 100 3/8" 40 - 70 No. 4 0- 15 No. 8 0- 5 D. CLASS 4 AGGREGATE FILL: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and have a percentage of wear of not more than 40% when tested in accordance with ASTM C131 or C535. When material is subjected to five (5) cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12%. The source of the material shall be approved by the Engineer and meet the following gradation in accordance with ASTM D448, size number 467: Sieve Size Square Opening Percent Passing 2" 100 1-1 /2" 95 - 100 3/4" 35 - 70 3/8" 10- 30 No. 4 0- 5 Aggregate Fill Classifications 02256-2 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B i E. CLASS 5 AGGREGATE FILL: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and have a percentage of wear of not more than 40% when tested in accordance with ASTM C131 or C535. When material is subjected to five (5) cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, -- the weighted percentage of loss shall not exceed 12%. The source of the material shall be approved by the Engineer and meet the following gradation in accordance with ASTM D448, size number 357: Sieve Size Square Opening Passinii 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 3/4" 0 - 5 G. CLASS 7 AGGREGATE FILL: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and shall have a percentage of wear of not more than 40% when tested in accordance with ASTM C131 or C535. When material is subjected to five (5) cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12%. The source of the material shall be approved by the Engineer and meet the following gradation in accordance with ASTM D448, size number 6: Sieve Size Square Opening PercentPassing 1" 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 02256-3 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B I. 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 Passing 1/2" 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 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 3/8" 100 No. 4 95- 100 No. 8 80 - 100 No. 16 50- 85 No. 30 25 - 60 No. 50 10- 30 No. 100 2 - 10 Class 10 Aggregate Fill shall have not more than 45% passing any sieve and retained on the next consecutive sieve of those shown above, and its fineness modulus, as defined in ASTM C125, shall be not less than 2.3 nor more than 3.1. K. CLASS 11 AGGREGATE FILL: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable material and have a percentage of wear of not more than 40% when tested in accordance with ASTM C131 or C535. When material is subjected to five (5) cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12%. The source of the material shall be approved by the Engineer and meet the following gradation: Sieve Size Square Opening Percent Passing 1-3/4" 100 7/8" 65 - 90 3/8" 1 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 Passing 1-1 /2" 100 1" 85-100 3/4" 60- 95 3/8" 50- 80 No. 4 40 - 65 Aggregate Fill Classifications 02256-4 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B No. 16 20 - 40 No. 100 0 - 12 Wet Sieve Method M. CLASS 13 AGGREGATE FILL: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable material and have a percentage of wear of not more than 40% when tested in accordance with ASTM C131 or C535. When material is subjected to five (5) cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12%. The source of the material shall be approved by the Engineer and shall meet the following gradation: Sieve Size S uare Opening Percent Passin 1-3/4" 100 7/8" 65 - 90 3/8" 50 - 70 No. 4 35 - 55 No. 40 15 - 30 No. 100 0 - 3 Wet Sieve Method N. CLASS 14 AGGREGATE FILL: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable material and have a percentage of wear of not more than 40% when tested in accordance with ASTM C131 or C535. When material is subjected to five (5) cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12%. The source of the material shall be approved by the Engineer and meet the following gradation: Sieve Size Square Opening ercent 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 Wet Sieve Method O. CLASS 15 AGGREGATE FILL: Consist of durable particles of silica sand, washed clean, chemically inert, and packaged by the Supplier. The material shall meet applicable regulatory requirements for monitor well filter pack. The source of the material shall be approved by the Engineer and shall meet the following gradation requirements: Sieve Size Square Opening Percent Passing No. 20 No. 40 98 - 100 0- 2 3.00 EXECUTION [NOT USED] END OF SECTION Aggregate Fill Classifications 02256-5 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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 '/4" 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 02257-1 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B i 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 i 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 02257-2 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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 3.01 INSTALLATION A. Contractor shall give the Owner's Representative sufficient advance notice before starting to place material in any area to permit inspection of the area and to prepare for pouring. B. Conduct the operation of depositing and compacting the material so as to form a compact, dense, impervious mass. C. Flowable fill shall be placed the full depth into the trenches. The fill shall be brought up uniformly to the elevation shown in the Plans. Flowable fill shall be protected from traffic for a period of 72 hours. D. The material shall be placed against undisturbed trench walls, and shall not be placed on or against frozen ground. E. Material shall be placed in lifts or other measures shall be taken to prevent pipe flotation. Material shall be allowed to harden before placing next lift. END OF SECTION Controlled Low -Strength Material - Flowable Fill 02257-3 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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. Seeding for Erosion Control 02270-1 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B C. MULCH 1. Consisting of straw, wood -fiber, mulch nettings, wood chips or other suitable material approved by the Engineer and free of Johnson grass and other noxious weed seeds. 2. Straw mulch shall be oat, wheat or rice straw, prairie hay, Bermuda grass hay, or other hay harvested before seed production and approved by the Engineer. The straw mulch will be kept dry and shall not be rotted or molded. A minimum of 50% by weight of the herbage making up the hay shall be 10" in length or longer. D. TOPSOIL: As specified for Class 12 Earth Fill in Section 02255, EARTH FILL CLASSIFICATIONS. E. HERBICIDE: Contractor shall be responsible for using herbicides in a manner consistent with label requirements and precautions. Only registered herbicides having a minimal residual effect shall be used. Contractor shall strictly adhere to all Federal, State, and local laws governing herbicide usage. 3.00 EXECUTION 3.01 TOPSOIL PLACEMENT A. Prior to and immediately preceding spreading of Class 12 Earth Fill, lightly scarify the surface of the area to receive Class 12 Earth Fill and lightly wet the surface if unusually dry, as determined by the Engineer. B. Uniformly spread Class 12 earth fill over the areas and to the thickness shown on the drawings or specified. Class 12 earth fill thickness shall be 4" if not shown or specified otherwise. C. Remove stones 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. B. SEEDING 1. Seeding will be required on disturbed or excavated areas and on new embankments of whatever nature unless requested otherwise by the Engineer. 2. Optimum fall planting dates are September 1 to November 30. Accomplish the seeding for fall planting within these dates unless approval to do otherwise is obtained from the Engineer. Planting rates when drilled or broadcast are as follows: Wheat 120 Ibs/acre Oats 128 Ibs/acre Rye 112 Ibs/acre Seeding for Erosion Control 02270-2 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B i Barley 114 Ibs/acre 3.03 SPRING PLANTING Follow procedures for spring planting when weather is suitable, or after a temporary fall planting has been made. A. SEEDBED PREPARATION Seedbed preparation for Spring planting is the same as that stated in the Fall planting of temporary cover with one addition: Any temporary cover crop must be top killed using an approved contact herbicide or by mechanically undercutting the growing cover crop, leaving residues on or near the soil surface. B. MULCHING 1. Spread mulch material on the area to be planted if construction was completed too late for -- planting a temporary fall crop or if insufficient residues are produced by the fall planting. Mulch the planting areas to control soil erosion and seed loss by wind and water and to promote grass establishment. Apply Mulch hay at the rate of 2 tons per acre and spread uniformly so that about 25% of the ground surface is uniformly visible through the mulch. 2. Anchor the mulch hay by treading into the soil with a straight disk type mulch tiller. Perform disking across the slope along contours. Other types of mulch such as wood cellulose fiber or cotton bur mulch may be used at recommended rates, if approved by the Engineer. Apply mulch in a manner that will not hinder emergence of seedlings. C. SEEDING ' 1. Plant approved native grass seed between March 1 and May 15. Sow the seed at the rate of at least 100 pounds of pure live seed (PLS) per acre, or more if required to obtain a complete stand of grass. The PLS content is determined by multiplying the seed package weight by the product of the percent purity and the percent germination, which are contained on the seed label. 2. Accomplish seeding by mechanical means using drilling type equipment to provide uniform distribution of the seed in the planting areas. Cover Bermuda grass seed by 1/4 to 1/2" of soil. If seed is drilled, the distance between drill rows shall not exceed 12". Hydro seeding may be used to apply seed, fertilizer, and wood -fiber mulch with the approval of the Engineer. 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. Seeding for Erosion Control 02270-3 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B i 2. Weed control shall be the Contractor's responsibility whether topsoil is from on -site or off - site sources and also for seeded areas which are specified not to receive topsoil. 3.05 SEEDING OF DISTURBED AREAS A. Disturbed areas will require seeding as specified in this section unless requested otherwise by the Engineer or shown otherwise on the drawings or in the specifications. B. Any areas which are disturbed by the Contractor which are not shown on the drawings or specified to require disturbance including any approved areas not shown on the drawings, shall be considered as unauthorized disturbed areas. Any such areas shall be seeded as specified in this section at the Contractor's expense and shall not be measured or paid under this section. 3.06 FIELD QUALITY CONTROL; OBSERVATION AND ACCEPTANCE A. OBSERVATION Upon completion of the site preparation, mulching, fertilizing, seeding, and maintenance of seeded areas, the Engineer will observe the seeded areas periodically to determine the establishment success. The Engineer will consider soil coverage, purity of the grass stand, and maturity of the plants. B. ESTABLISHMENT OF STAND AND ACCEPTANCE The Engineer will determine that a grassed area is established upon fulfillment of the following conditions: The permanent grass stand shall have a minimum of 75% stand establishment. The Contractor will be required to do up to two reseedings until the coverage reaches a minimum of 75% stand to close out the contract. Establish the permanent grass stand before October 1 to preclude having to perform a temporary Fall seeding. In the event a fall seeding must be performed, follow-up the temporary seeding with a permanent seeding as specified. Upon final acceptance of the work under this contract, the Owner will assume the responsibility of maintaining the grassed areas. END OF SECTION i Seeding for Erosion Control 02270-4 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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 AWWA C-210 AASHTO M-190 AASHTO ASTM A-36 ASTM A-123 ASTM A-135 ASTM A-139 "Field Welding of Steel Water Pipe" "Liquid Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines" "Bituminous Coated Corrugated Metal Culvert Pipe and Pipe Arches" Standard Specifications for Highway Bridges, 1993. "Carbon Structural Steel" "Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products" "Electric - Resistance - Welded Steel Pipe" "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 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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 Lubbock County shall comply with Lubbock County Standards. The work within the railroad shall comply with the railroad specifications. If required by the Right -of -Way Owner, obtain Protective Liability Insurance in the amount required by the particular company or other insurance as is specified in the permit at no additional cost to the Owner. Acquire a permit, agreement, or work order from the right- of-way Owner as is required. C. Construction along roads and railroads shall be performed in such manner that the excavated material be kept off the roads and railroads at all times, as well as, all operating equipment. Construction shall not interfere with the operations of the roads and railroads. D. Barricades, warning signs, and flagmen, when necessary and specified, shall be provided by the Contractor. E. No blasting shall be allowed. Existing pipelines are to be protected. The Contractor shall verify location and elevation of any pipe lines and telephone cable before proceeding with the construction and plan his construction so as to avoid damage to the existing pipe lines or telephone cables. Verification 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. Pipeline Crossing Hwys, Streets, and R.R.'s by Boring, Tunneling, or Open Cut 02314-2 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B Provide a finished product as required. The crossing under SH 84 and RR shall be Q installed per bore/jack method only. Hand tunneling is not allowed for this crossing. 1 2.00 PRODUCTS 2.01 MATERIALS A. STEEL CASING PIPE: Steel casing pipe shall have a minimum yield strength of 36,000 psi. Casing shall meet ASTM A-36, ASTM A-568, ASTM A-135, ASTM A-139, or approved equal. Pipe joints shall be welded in accordance with AWWA C-206. Unless specified otherwise, the minimum wall thickness of steel casing pipe shall be as follows: Casing ID TXDOT Wall Thickness City/County RD Wall Railroad Wall Diameter Thickness Thickness 60" 0.500" 0.500" 0.750" 54" 0.500" 0.500" 0.750" The SH 84/R.R. crossing shall be the same thickness of casing pipe. The thickness shall be 0.750" minimum wall thickness. 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 Pipeline Crossing Hwys, Streets, and R.R.'s by Boring, Tunneling, or Open Cut 02314-3 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B Ie\ I_ 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. 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. PVC pipe shall be mechanically restrained outside the casing, and then the joint is pulled or skidded into the casing. 5. All carrier pipe within casing shall have a full circumferential weld (BWCCP) or mechanical restrainst (PVC) on all joint inside and adjoining the casing. 6. After carrier pipe installation is complete, seal or plug the ends of the casing. C. FREE -AIR SYSTEM If required by OSHA standards, free -air systems shall be installed and maintained. D. INSTALLATION OF PRESSURE GROUT MIX Pipeline Crossing Hwys, Streets, and R.R.'s by Boring, Tunneling, or Open Cut 02314-4 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B [ 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 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. Pipeline Crossing Hwys, Streets, and R.R.'s by Boring, Tunneling, or Open Cut 02314-5 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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 required for installation by the open cut method. Excavation, backfill, and embedment of casing pipe shall be as specified in Section 02202, PIPELINE EXCAVATION AND BACKFILL. All other requirements shall be as specified herein. END OF SECTION Pipeline Crossing Hwys, Streets, and R.R.'s by Boring, Tunneling, or Open Cut '02314-6 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B t__ 02575 PAVING REPAIR AND RESURFACING 1.00 GENERAL 1.01 SUMMARY Furnish labor, materials, equipment and incidentals necessary to repair and resurface pavement. This section shall govern for the repair or replacement of pavement or other improved surfaces damaged or destroyed in performing the construction of water and sewer lines. Construction of such projects below pavement subgrade is covered by Section 02202, PIPELINE EXCAVATION AND BACKFILL FOR LARGE PIPELINES. 1.02 REFERENCES The applicable provisions of the following standards shall apply as if written here in their entirety: Texas Department of Transportation (TXDOT), Standard Specifications for Construction of Highways, Streets, and Bridges, latest edition. 1.04 SUBMITTALS Submittals shall be in accordance with Section 01300, Contractor's Submittals and shall include: A. Proposed material list and sources B. Experience record of proposed paving subcontractor 1.05 PROJECT CONDITIONS Do not place materials when, in the opinion of the Owner's Representative, weather conditions are unsuitable. Do not place concrete when the temperature is 40 degrees F and falling. Concrete may be placed when temperature is above 35 degrees F and rising. Do not place asphalt or asphaltic concrete when the temperature is below 50 degrees F and falling. Asphalt or asphaltic concrete may be placed when temperature is above 40 degrees F and rising. 2.00 PRODUCTS 2.01 MATERIALS A. CONCRETE PAVEMENT 1. CONCRETE: 4,000 psi conforming to Section 03301, CAST -IN -PLACE CONCRETE. 2. REINFORCING STEEL: Of the same size and spacing as in the existing concrete pavement unless otherwise indicated. New billet steel, deformed bars, conforming to ASTM A 615, Grade 60. B. ASPHALT PAVEMENT 1. HOT MIX ASPHALTIC CONCRETE a. HMAC Surface Course: Conforming to TXDOT Standard Specifications, Item 340, Type C. b. Asphaltic Materials Used in the Mix: Conforming to TXDOT Standard Specifications, Item 300. The grade of asphalt shall be PG-20. Other grades of asphalt will be considered if weather conditions or mix design appear to warrant a change. Paving Repair and Resurfacing 02575-1 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B C. AGGREGATE: Conforming to TXDOT Standard Specification, Item _. 340.2. d. PRIME COAT: Comforming to TXDOT Standard Specifications, Item 300, Grade MC-30, or an appropriate asphalt emulsion. e. TACK COAT: Cut -back asphalt RC-250 or MC-30 conforming to TXDOT Standard Specification, Item 300 unless otherwise approved by the Owner's Representative. COURSE -BASE ASPHALT: Conforming to TXDOT Standard Specifications, Item 316. Asphaltic materials shall conform to TXDOT Standard Specifications, Item 300, AC-10 for hot weather and AC-5 for cooler weather. Aggregates shall conform to TXDOT Standard Specifications, Item 302. Course shall be Grade 1. FLEXIBLE BASE: Of the depth and to the extent shown on the plans. Unless otherwise shown on plans, flexible base shall be one (1) or more of the following listed options: a. Flexible Base Material: Conforming to TXDOT Standard Specifications, Item 247, Type A, Grade 1 or 2. b. Full Depth Asphaltic Concrete: Conforming to TXDOT Standard Specifications, Item 340, Type A, B, or C. 3.00 EXECUTION 3.01 PREPARATION A. CONCRETE PAVEMENT Cut pavement in parallel straight lines a minimum of 1 foot outside trench walls on each side to permit pavement removal before trench excavation. Make cuts by sawing partial pavement depth to avoid cutting reinforcing steel. After concrete pavement is broken up and removed, cut off existing reinforcing steel to provide a minimum of 30 bar diameters lap with new reinforcing steel on each side and bent back to clear the trench for excavation and pipe laying. B. ASPHALT PAVEMENT Cut paved surface in parallel straight lines outside trench walls prior to trench excavation. Before pavement replacement has begun, make additional straight line cuts and remove pavement a minimum of 1 foot outside trench walls. C. SUBGRADE The subgrade, including granular trench backfill, shall be approved by the Owner's Representative before any base or pavement surface is replaced. Moisten, reshape, and re -compact subgrade as necessary to receive the base material. 3.02 INSTALLATION A. CONCRETE PAVEMENT REPLACEMENT Install reinforcing steel on the approved subgrade and securely tie in place. Bend down existing reinforcing into proper position and securely tie each bar to new reinforcing bars. Support and tie reinforcing to steel bar chairs or other suitable supporting devices. New reinforcement shall be of equal size and spacing to existing steel, unless otherwise indicated. Install substantial forms to proper grade at pavement edges. Paving Repair and Resurfacing 02575-2 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 2. Rapidly deposit concrete on the subgrade in successive batches and distribute to the required depth and for the entire width of the pavement by shoveling or other approved methods. Do not use rakes in handling concrete. The placing operation shall be continuous. Level the concrete, as soon as placed, and then struck off and screed to such elevation above grade that when consolidated and finished the surface of the pavement shall be at the proper elevation. Tamp the entire surface and consolidate the concrete so as to insure maximum compaction and a minimum of voids. 3. After final floating and while the concrete is still workable, finish the surface to provide a uniform surface of gritty texture by brooming, use of belting, burlap drags or other approved methods. 4. Cure the concrete with an approved curing compound or other approved means. Concrete pavement shall not be opened to traffic until it has gained sufficient strength to withstand traffic without damage unless approved protective devices are provided. Concrete pavement at an age of seven (7) days or a strength of 2,000 psi may be opened to traffic. B. FLEXIBLE BASE Where the base course exceeds 6-inches in thickness, construct the flexible base in two (2) or more courses of equal thickness. Wet, manipulate, and compact material to 95 percent maximum density as determined by ASTM D 698. Where deemed necessary by the Owner's Representative, apply a uniform application of prime coat asphaltic material to the surface of the prepared subgrade, applied at a rate of not less than 0.30 gallon per square yard of surface. 2. Where plant mix asphalt material is used for base, construction shall be in accordance with TXDOT Standard Specifications, Item 351, as applicable to small areas. C. ASPHALT PAVEMENT REPLACEMENT 1. HOT MIX ASPHALTIC CONCRETE: Apply prime coat to base or tack coat base as indicated. Coat contact surfaces of pavement edges and structures with asphalt before any pavement is placed. Do not place pavement until the Owner's Representative has approved the base. Hauling or transporting of the material to the project site, placing, compaction, and shaping shall be in accordance with TXDOT Standard Specification Item 340.6 as applicable for small areas. After final compaction of the pavement, no vehicular traffic of any kind shall be permitted until the pavement has cooled and hardened for at least six (6) hours. Smooth the finished surface course, upon completion of final rolling true to grade and cross section. Immediately correct low or defective areas by cutting out the faulty areas and replacing with fresh, hot mixture. Compact the area to conform to the remainder of the pavement. 2. COURSE -BASE ASPHALT: On the approved surface of the finished base, asphalt at the rate of 0.20 to 0.30 gallons per square yard shall be applied by an approved distributor so operated to result in a uniform, proper distribution at the correct temperature. Immediately cover the surface with No. 1 aggregate, distribute at a rate of one cubic yard per 80 square yards, broom as necessary for uniform distribution, and roll with a flat wheel roller of ample weight. Make a second application of asphalt in the manner specified for the first application, at a rate of 0.30 to 0.40 gallon per square yard. After the work has been completed, there should be a slight excess of aggregate on the surface. Paving Repair and Resurfacing 02575-3 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B D. OTHER IMPROVED SURFACES Where water, storm drains, or sewer lines to be constructed traverse or cross through gravel surfaced public roads or shoulders, or private dirt or gravel driveways or parking areas, replace the surface with a quality material, workmanship and at a thickness at least equal to the existing surfaces. E. STRIPING Contractor to restrip the streets to match existing. Striping shall be per City of Lubbock Standards and be performed by a professional striping company. Striping shall be performed immediately after installation of the asphalt paving. END OF SECTION Paving Repair and Resurfacing 02575-4 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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. Pipe manufacturer shall be certified either through the American Concrete Pressure Pipe Association Lloyd's Register or ISO 9001 B. FACTORY TESTING 1. The Owner reserves the option to have an independent testing laboratory, at the Owner's expense, inspect pipe and fittings at the Pipe Manufacturer's plant. The Owner's testing laboratory and Engineer shall have free access to the Manufacturer's plant. The pipe manufacturer shall notify the Owner, in writing, at least two (2) weeks ahead of pipe fabrication as to start of fabrication and fabricating schedule so that the Owner can advise the Manufacturer as to Owner's decision regarding tests to be performed by an independent testing laboratory. In event the Owner elects to retain an independent testing laboratory to make material tests and weld tests, it is the intent that the tests be limited to one (1) spot testing of each category unless the tests do not show compliance with the standard. If these tests do not show compliance, the Owner reserves the right to have the laboratory make additional tests and observations. 2. The Owner will require the Manufacturer to furnish mill test certificates on reinforcing steel or wire, steel plate, and cement. The Manufacturer shall perform the tests described in AWWA C303, for all pipe, fittings, and specials. 3. Absorption test. A water absorption test shall be performed on samples of cured mortar coating taken from each working shift. The mortar coating samples shall have been cured in the same manner as the pipe. A test value shall consist of the average of a minimum of three samples taken from the same working shift. The test method shall be in accordance with ASTM C 497, Method A. The average absorption value for any test shall not exceed 9 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. Bar -Wrapped Concrete Cylinder Pipe 02614-1 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 5. Charpy V-Notch test: Each heat of steel for plate or coil 0.25" and thicker shall be tested to verify minimum impact values of 25 ft-lb at 30°F, except that test are not required for small heats used for fittings. 6. Elongation test: For the tensile test specified in ASTM A370, 2-inch test specimens shall show elongations not less than 22 percent for each heat of steel. 7. HYDROSTATIC PRESSURE TESTING AND WELDING TESTING a. Fittings shall be fabricated from hydrostatically tested pipe. Fittings shall be tested by hydrostatic test, air test, ultrasonic test, or magnetic particle test. Air test shall be made by applying air to the welds at 10 pounds per square inch pressure and checking for leaks around and through welds with a soap solution. In addition, five percent of welds for fittings shall be checked with x-ray or ultrasonic testing by an independent Certified Welding Inspector paid for by the pipe manufacturer. C. MANUFACTURER'S TECHNICIAN FOR PIPE INSTALLATION During the construction period, the Pipe Manufacturer shall furnish the services of a factory trained, qualified, job experienced technician assistant as necessary in pipe laying and pipe jointing. This technician shall assist and advise the Construction Contractor in his pipe laying operations and shall instruct construction personnel in proper joint assembly and joint inspection procedures. The technician is not required to be on -site full time; however, the technician shall be on -site during the first two weeks of pipe laying and thereafter as requested by the Engineer, Owner, or Contractor. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01300, CONTRACTOR'S SUBMITTALS and shall include: 1. Prior to the creation of fabrication and laying shop drawings, the Contractor shall submit drawings to the Engineer showing the northing, easting, and top of pipe elevation at each joint location where the proposed pipe connects to existing pipes. 2. Prior to the fabrication of the pipe, submit fabrication and laying drawings to the Engineer as shop drawings. Shop drawings shall include a complete description of the pipe offered, including cuts, tabulated layout and pertinent design data. Shop drawings shall reference stationing on the plan/profile sheets and shall incorporate changes necessary to avoid conflicts with existing utilities and structures and adjustments necessary to make tie-ins. Details for the design and fabrication of all fittings and specials and provisions for thrust shall be included. Provide copies of design calculations including but not limited to the thrust restraint design. 3. Prior to delivery of the pipe to the project site, the Manufacturer shall furnish an affidavit certifying that all pipe, fittings, and specials, and other products and materials furnished, comply with this specification and AWWA C303. Copies of results of factory tests and mill certificates for steel and cement shall be provided, including chemical and physical test results for each heat of steel. Prior to pipe laying, the manufacturer shall provide a "Release" copy of the lay sheets. 4. Certified test reports for factory and field welder certification. 5. Certified test reports from an independent Certified Welding Inspector for field welding pipe joints. 6. Certified test reports for factory welds from an Independent Certified Welding Inspector. i Bar -Wrapped Concrete Cylinder Pipe 02614-2 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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. Provide Station and elevation for all buried foreign pipeline crossings. 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. 12. Provide location, depth, utility material, and size for all utility crossings along the pipeline. 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. ANSI/NSF Standard 61 (Drinking Water System Components — Health Effects) ASTM A1011 Standard Specification for Steel, Sheet and Strip, Hot Rolled Carbon, , Structural, High Strength Low Alloy, High Strength Low Alloy with Improved Formability, and Ultra -High Strength ASTM C 33 Standard Specification for Concrete Aggregates ASTM C 144 Specification for Aggregate for Masonry Mortar ASTM C 150 Specification for Portland Cement ASTM D 698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort ASTM E709 Practice for Magnetic Particle Examination ASTM E1444 Guide for Magnetic Particle Examination AWS D1.1 Structural Welding Code AWWA C206 Field Welding of Steel Pipe AWWA C207 Steel Pipe Flanges for Waterworks Service — Sizes 4 Inches Through 144 Inches AWWA C303 Standard for Concrete Pressure Pipe - Bar -Wrapped, Steel Cylinder Type AWWA M9 Manual: Concrete Pressure Pipe 1.05 DELIVERY AND STORAGE A. PACKING Bar -Wrapped Concrete Cylinder Pipe 02614-3 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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 42-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. Each length of pipe 36-inch and smaller shall be internally supported and braced with stulls for shipping per the manufacturers recommendation. 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 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. i i Bar -Wrapped Concrete Cylinder Pipe 02614-4 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B i I_ 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 brass bushings and plugs for the outlet size indicated. 2.02 MIXES; CEMENT MORTAR A. Cement mortar used for pipe joints shall consist of one (1) part Portland Cement to three (3) parts clean, fine, sharp silica sand, mixed with water. Exterior joint mortar shall be mixed to the consistency of thick cream. Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff, but workable. Cement shall be ASTM C-150, Type 11. Sand shall conform to ASTM C-144. Cement mortar used for patching shall be mixed as per cement mortar for inside joints. Water for cement mortar shall be treated and suitable for drinking water. B. 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. C. Cement_ mortar lining shall be centrifugally cast to leave a smooth lining. All rough spots shall be ground down with a rubbing stone or other approved method. 2.03 MANUFACTURED PRODUCTS A. PIPE 1. GENERAL Pipe, specials and fittings shall be designed, manufactured, and tested in accordance with the applicable requirements of AWWA C-303 and AWWA M-9, and the special requirements of this specification. 2. PIPE DESIGN CRITERIA Sizes and pressure classes (working pressure) shall be as shown on the drawings. For the purposes of pipe design, the working pressure shall be 1.0 times the pressure class. The working pressure plus transient pressure shall be equal to 1.5 times the pressure class specified. Fittings, specials and connections shall be same class as the associated pipe. Pipe and fittings shall be clearly marked with the pressure class and piece number to permit easy identification in the field. Pipe design shall be based on trench conditions and design pressure class specified. Pipe shall be designed according to the methods indicated in AWWA C-303 and AWWA Manual M-9 for trench construction, using the following parameters: a. Unit Weight of Fill (w) = 130pcf b. Live Load = AASHTO HS 20 (all locations) c. Live Load = Coopers E 80 at railroad _ d. Trench Depth = As indicated e. Coefficient Ku' = 0.150 f. Trench Width (Bd) as indicated. g. Bedding Conditions = As indicated h. Deflection Lag Factor — D, = 1.1 i. Soil Reaction Modulus - (E') = 1,500 (Granular Embedment) _ Bar -Wrapped Concrete Cylinder Pipe 02614-5 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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 = 1.0% 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 or trimmed spigot. The manufacturer is responsible for the design of the joint and shall certify its adequacy. c. Thrust restraint design shall be the complete responsibility of the pipe manufacturer. The pipe manufacturer shall submit all calculations with the lay drawing submittal. The length of pipe with welded joints, the pipe cylinder thickness necessary to resist thrust forces, joints, and all other provisions necessary for thrust restraint shall be determined by the pipe manufacturer, in accordance with the following: 1) Use latest M9 design standards 2) Use latest edition of the TRDP program 3) Soil Type is Class V a. Unit weight of soil reduced to 60 pcf b. Coefficient of friction reduced to 0.25 4) Joint Type is welded 5) Use the minimum soil cover over entire restrained area 4. INSIDE DIAMETER The inside diameter, including the cement mortar lining, shall be a minimum of the nominal diameter of the pipe specified. B. JOINT WRAPPERS: Similar and equal to those manufactured by Mar -Mac Manufacturing Company. Bar -Wrapped Concrete Cylinder Pipe 02614-6 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B C. INSULATED CONNECTIONS AND FLANGE GASKETS: Insulating connections and flange gaskets shall meet the requirements of Project Specification Section 13110. D. FLEXIBLE JOINT COUPLINGS AND EXPANSION JOINTS: See Section 15136, MISCELLANEOUS VALVES AND PIPELINE APPURTENANCES. E. PIPE ENDS: The standard pipe end shall include carnegie steel joint ring as per AWWA Manual M-9 and AWWA C-303. Welded joints shall be provided at all joints requiring thrust restraint, unless otherwise specified on the plans. Welded joints shall consist of Carnegie bell and spigots that field weld or lap welded slip joint. Welded joints shall be designed by the pipe manufacturer. No skip welding is allowed. Clearance between the surfaces of lap joints shall not exceed 1/8" at any point around the periphery. Lap joints shall have a minimum overlap of 1 1/2 " and shall have a minimum distance of 1" between the weld and the bell radius. Harnessed joints and flanged joints shall be provided where indicated on the plans. Harnessed joints may be used in lieu of welded joints adjacent to structures, if approved by the Engineer. F. FLANGES: Flanges shall conform to ANSI Drilling of class equal to or greater than the pipe class, unless otherwise specified, and shall match class of valves or appurtenances which are attached. Drilling pattern shall match pattern of valve or fitting which will be attached. G. BEND FITTINGS: All bend fittings shall belong 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 AW WA 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. Bolts shall conform to ASTM A193 Nuts shall conform to ASTM A194. Furnish all bolts, nuts, flange gaskets, and insulation kits. All non -buried nuts and bolts shall be ASTM193, Grade B7 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 AW WA M9. Pipe shall be laid to the line and grade indicated. 2. The requirements of Section 02202, "Trenching and Backfill," 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. Measurement shall Bar -Wrapped Concrete Cylinder Pipe 02614-7 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B be no sooner than 2 weeks and no longer than 4 weeks after installation, and internal joints are complete, also spot checks will be required early in the project. 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 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. All costs associated with measuring for pipe deflection and any repairs or rework associated with meeting these requirements shall be borne by the Contractor B. PIPE HANDLING 1. Haul, pipe, fittings, valves and other accessories to the job site. At all times handle the pipe with care to avoid damage. Load and unload pipe using hoists or cranes as specified below. Under no circumstances shall they be dropped, rolled, or drug. 2. At all times handle pipe with wide nonabrasive slings, wire ropes, belts or other equipment designed to prevent damage to the coating, and keep this equipment in such repair that its continued use is not injurious to the coating. The use of tongs, bare pinch -bars, chain slings, or pipe hooks without proper padding or any other handling equipment which the Engineer deems to be injurious to the coating shall not be permitted. Provide adequate spacing of pipe supports to prevent cracking or damage to the cement mortar lining. 3. Carefully observe the pipe for cracking and check the inside lining and coating, and should cracking occur, take immediate steps to protect the pipe. Have the Pipe Manufacturer repair any joint of pipe that has shrinkage cracks with a width of 3/32" or greater in the inside lining by using an approved method. If, in the opinion of the Engineer, the pipe is not suitable for repair, reject, plainly mark, and remove the pipe from the project site. 4. Have the Pipe Manufacturer repair any joint of pipe that has exterior coating cracks larger than 0.005" (a hairline) by using an approved method. If, in the opinion of the Engineer, the pipe is not suitable for repair, reject, plainly mark, and remove the pipe from the project site. 5. Remove, replace or reject any disbonded lining or coating. Apply bonding agent to patch area. A patch larger than four square feet or 24" inches in greatest dimension shall not be accepted. Adequately cure patches. Bar -Wrapped Concrete Cylinder Pipe 02614-8 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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. LINE, GRADE AND COVER OVER TOP OF PIPE 1. It is intended that the pipe be laid to the depth specified or shown on drawings. Cover shall be defined as the distance from the top of the pipe barrel to the natural ground surface. The Contractor shall be required to lay the pipe, to conform to the profiles shown on the approved shop drawings within six inches vertically and one foot horizontally. 2. The grades shall be constructed so as to provide a uniform grade between low points and high points, and intermediate high and low points shall be eliminated. No additional compensation shall be made for extra trench depth required to meet these conditions. D. PIPE JOINTING 1. GENERAL Thoroughly clean the bell and spigot rings before laying each joint of pipe by brushing and wiping. If any damage to the protective coating on the metal has occurred, repair the damage before laying the pipe. Lubricate the gasket and the inside surface of the bell with an approved lubricant (flax soap) which will facilitate the telescoping of the joint. Tightly fit _= together sections of pipe and exercise care to secure true alignment and grade. When a joint of pipe is being laid, place the gasket on the spigot ring and enter the spigot end of the pipe 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. Afterjoining, check the position of the gasket with a feeler gauge. If the gasket is out of position, disassemble the joint and repeat the joint laying procedure. For interior welded joints, complete backfill before welding. After welding and welding inspection, apply the interior joint coating. 2. EXTERIOR JOINTS Make the exterior joint by placing a joint wrapper around the pipe and secure in place with two (2) metal straps. The wrapper shall be 9" wide for pipe 30" and larger, and 7" wide for smaller pipe, hemmed on each side. The wrapper shall be fiberglass reinforced or burlap cloth, with lengths encircling the pipe, leaving enough opening between ends to allow the mortar to be poured inside the wrapper into the joint. Fill the joint with mortar from one side in one (1) continuous operation until the grout has flowed entirely around the pipe. During the filling of the joint, pat or manipulate the sides of the wrapper to settle the mortar and expel any entrapped air. Leave wrappers in place undisturbed until the mortar has set-up. Do not backfill the joint for at least two hours to allow the joint mortar to cure. At the start of the project, at least 3 joints of pipe shall be uncovered to verify the exterior joint mortar does not have shrinkage cracks. 3. INTERIOR JOINTS Bar -Wrapped Concrete Cylinder Pipe 02614-9 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B Upon completion of backfilling of the pipe trench, fill the inside joint recess with a stiff cement mortar. Prior to placing of mortar, clean out dirt or trash that has collected in the joint, and moisten the concrete surfaces of the joint space by spraying or brushing with a wet brush. Where the mortar joint opening is one inch or wider, such as where trimmed spigots are required, apply a bonding agent to mortar and steel surface prior to placing joint mortar. Ram or pack the stiff mortar into the joint space and take extreme care to insure that no voids remain in the joint space. After the joint has been filled, level the surfaces of the joint mortar with the interior surfaces of the pipe with a steel trowel so that the surface is smooth. Interior joints of pipe 24" and smaller shall have the bell buttered with mortar, prior to inserting the spigot, such that when the spigot is pushed into position it will extrude surplus mortar from the joint. The surplus mortar shall be struck off flush with the inside of the pipe by pulling a filled burlap bag or an inflated ball through the pipe with a rope. 4. WELDED JOINTS a. Thirty-six 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: 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. Forty-two inch pipe may be welded from the inside or outside. 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 bythe engineer before welding of joints begins. The procedure shall be in accordance with AWWA C206 and AWS D1.1. 3) After the pipe have been joined and properly aligned and prior to the start of the welding procedure, the spigot and bell shall be made essentially concentric by jacking, shimming, or tacking to obtain clearance tolerance around the periphery of the joint. In no case shall the clearance tolerance be permitted to accumulate. 4) Before welding, thoroughly clean pipe ends. Weld pipe by machine or by the manual shielded electric arc process. Welding shall be performed so as not to damage lining or coating. Cover the coating as necessary to protect from welding. Bar -Wrapped Concrete Cylinder Pipe 02614-10 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 5) Furnish labor, equipment, tools and supplies, including shielded type welding rod. Protect welding rod from any deterioration prior to its use. If any portion of a box or carton is damaged, reject the entire box or carton. 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 daily welding reports with the identification number assigned in the lay drawings (ex. ID#1 — ID#2). Provide three copies of all daily welding reports to owner representative every month. 11) Use only competent, skilled and qualified workmen. Each welder employed by the Contractor shall be required to satisfactorily pass a welding test in accordance with AWWA C-206 before being allowed to weld on the line. Hanson Pipe and Products, Inc. Fuller's Service Company, Barry Fuller, (817) 477-3841 Scott's Welding, Scott Fowler, (972) 978-7865 Fletcher's Welding, Darrell Fletcher Ted Cantu, (817) 307-8750 Eddie's Welding Service, Eddie Pierce, (817) 909-6089 National Welding Corporation, Nash Williams, (801) 255-5959 Or approved equal as determined by the Engineer 12) After each welder has qualified in the preliminary tests referred to above, inspections shall be made of joints in the line. Any welder making defective welds shall not be allowed to continue to weld. 13) Visual tests and magnetic particle tests in accordance with AWWA C206, ASTM E709 and E1444, shall be performed by a Independent Certified Welding Inspector on all field welded joints. Weld inspector will be paid by the Contractor. Welds that prove to be defective will be replaced or repaired, whichever is deemed necessary by the Engineer, at Contractor's expense. 14) If the Contractor disagrees with the Engineer's interpretation of welding tests, test sections may be cut from the joint for physical testing. The Contractor shall bear the expense of repairing the joint, regardless of the results of physical testing. The procedure for repairing the joint shall be approved by the Engineer before proceeding. E. PROTECTION OF BURIED METAL Bar -Wrapped Concrete Cylinder Pipe 02614-11 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B F Protect buried ferrous metal such as flanges, nuts, bolts, dresser couplings, etc. by applying Cannusa Heat Shrink Sleeve, and encasing it with flowable fill. F. PATCHING 1. Excessive field -patching of lining or coating shall not be permitted. Patching of lining or coating will not be allowed where area to be repaired exceeds 4 square feet or has dimensions greater than 24". In general, there shall not be more than one patch on either the lining or the coating of any one joint of pipe. 2. Wherever necessary to patch the pipe, make patch with cement mortar as previously specified for interior joints. Apply a bonding agent to a clean, dry surface prior to cement mortar patch. Do not install patched pipe until the patch has been properly and adequately cured and approved for laying by the Engineer. Promptly remove rejected pipe from the site. G. PIPE BEDDING AND BACKFILL Pipe bedding and backfill shall be as specified in Section 02217, TRENCHING, BACKFILLING AND PIPE EMBEDMENT. 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. B. Perform disinfection as specified in Project Specification Section 01656, DISINFECTION OF WATER UTILITY. END OF SECTION Bar -Wrapped Concrete Cylinder Pipe 02614-12 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B I 02622 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE AND FITTINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install polyvinyl chloride pipe and fittings to the diameters indicated for water supply pressure piping. Trenching, backfilling, and pipe embedment shall be in accordance with Section 02202 "Pipeline Excavation and Backfill." 1.02 QUALITY ASSURANCE A. Certification: Domestic water piping shall be approved by the Underwriters Laboratory and shall be accepted by the State Fire Insurance Commission for use in water distribution systems. PVC water pipe shall bear the seal of approval (or "NSF" mark) of the National Sanitation Foundation Testing Laboratory for potable water pipe. B. Design Criteria: The maximum allowable load for PVC pipe installations shall produce a maximum deflection of 2 percent. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01300 "Submittal Procedures" and shall include: 1. Certified test reports from the Manufacturer's testing facility or an approved testing laboratory. 2. Manufacturer's data on piping and jointing methods as record data. 3. Thrust restraint lengths and lay schedule as shop drawing. 1.04 REFERENCE SPECIFICATIONS A. Section 01300 "Submittal Procedures." B. Section 01400 "Quality Requirements." C. Section 02217 "Trenching, Backfilling and Pipe Embedment." 1.05 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety. PVC piping and fittings shall be in full compliance with the applicable standards and specifications for each type of plastic pipe involved. Pipe may be rejected for failure to comply with any requirement of this specification. 1. American Society for Testing and Materials (ASTM) Standards: ASTM D1785 Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120 ASTM D2466 Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe Fittings Schedule 40 ASTM D3139 Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals ASTM F1674 Standard Test Method for Joint Restraint Products for Use with PVC Pipe Polyvinyl Chloride (PVC) Pressure Pipe and Fittings 02622 -1 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B k 2. American Water Works Association (AWWA) Standards: AWWA C104 Cement -Mortar Lining for Ductile Iron Pipe and Fittings AWWA C105 Polyethylene Encasement for Ductile -Iron Pipe Systems AWWA C110 Ductile Iron Fittings AWWA C605 Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipe and Fittings for Water AWWA C900 Standard for Poly Vinyl Chloride (PVC) Pressure Pipe, 4 through 12 Inches AWWA C905 Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 through 48 Inches 1.06 DELIVERY AND STORAGE A. Store PVC material so that there is no exposure to sunlight. 2.00 PRODUCTS 2.01 MATERIALS A. Pipe: 1. Four (4) to twelve (12) inches: Class 235 (DR18) C900 with PVC pressure well water pipelines, 235 psi ductile iron outside dimensions pressure rating 2. Fourteen (14) to forty-eight (48) inches: 14" to 48" PR 200 (DR-21) C905 PVC pressure well water pipelines, 200 psi with ductile iron outside pressure rating dimensions B. PVC Pressure Piping: 1. Smaller than 4 inches in size shall be Type 1, Grade 1, Polyvinyl Chloride, Schedule 40 pipe conforming to ASTM D1785. 2. For pipe 2 inches in diameter and smaller, joints shall be glued. 3. For pipe larger than 2 inches in diameter, joints shall be bell and spigot push -on type as specified in ASTM D3139. C. Fittings: Cast iron and conforming to AWWA C110, American National Standard Specification for Gray Iron and Ductile Iron Fittings. Fittings smaller than 12 inches in diameter shall be of the short body design, ASA Class 250. Fittings for piping smaller than 3 inches shall be in accordance with ASTM D2466. D. Thrust Restraint: Thrust restraint devices shall be Mega -lug® or approved equal and shall be factory tested and pressure rated in accordance with ASTM F1674. 1. Joint restraint devices shall be designed specifically for use with PVC pipe of the joint type and pressure rating specified. 2. Restrained joints shall be used for a sufficient distance from each bend, tee, plug, valve or other fitting to resist thrust which will be developed at the design pressure of the pipe. The length of pipe to be restrained shall be determined assuming no concrete blocking is Polyvinyl Chloride (PVC) Pressure Pipe and Fittings 02622 - 2 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B placed to account for surge thrust; however, concrete blocking will be placed and be sized for working pressure of 80psi. 3. For the purposes of mechanical thrust restraint, the PVC manufacturer shall determine the number of joints of pipe required up and downstream of horizontal and vertical bends for mechanical thrust restraint accounting for surge pressures. Surge pressures will be assumed to be 60% in addition to the pressure class of the pipe. • C-900 DR-18 (CLASS 235) = 376 PSI SURGE PRESSURE • C-905 DR-21 (CLASS 200) = 320 PSI SURGE PRESSURE The Contractor is required to supply and install these mechanical restraints plus concrete blocking as called out in the details sheets for 80 psi. 4. The length of pipe with restrained joints to resist thrust forces shall be the sole responsibility of and determined by the Pipe Manufacturer using the following parameters: a. Laying condition equal to AWWA C605 Type 3 bedding. b. No thrust restraint contribution shall be allowed for pipe in casing. c. Soil density = 100 pcf. 5. Pipelines in casing shall be mechanically restrained and designed for the pressures noted above plus any push/pull forces encountered to install the pipe in the tunnel. 2.02 MARKINGS A. The Pipe Manufacturer shall mark the piping with the size and appropriate AWWA/ASTM Standard designations as applicable. 2.03 TRACER WIRE, TEST STATIONS, AND MARKER TAPE A. Tracer Wire: All non-ferrous material buried for underground service shall have a copper wire placed directly above the pipe. The copper wire shall be as manufactured by Copperhead Industries, LLC, or approved equal meeting the following specifications: Direct Burial #10 AWG Solid (.1019" diameter), steel core soft drawn high strength tracer wire, 575# average tensile break load, 30 mil high molecular weight -high density polyethylene jacket complying with ASTM D1248, 30 volt rating. 1. Print Line: Physical, permanent markings: surface legend print on insulating jacket to repeat at minimum interval of every two linear feet. B. Tracer Wire Test Stations: Shall be "SnakePit' as manufactured by Copperhead Industries, LLC; or approved equal. Test stations shall be installed at all horizontal bends, appurtenances, and every 2,500 LF. Test stations in the road shall be flush mount and traffic rated. C. Marker Tape: After the trench is backfilled to within 24 inches of the finished grade the contractor shall install a pipe locating tape over all PVC pipe. The backfill shall be sufficiently leveled so that the tape will be installed on a flat surface. The tape shall be centered in the trench and laid flat with printed side up. Caution shall be exercised to avoid displacement of tape and to ensure its integrity. The remainder of the trench is then backfilled per the standards. The tape shall consist of a minimum 4.0 mil thickness, inert polyethylene plastic which impervious to all known alkalis, acids, chemical reagents and solvents likely to be Polyvinyl Chloride (PVC) Pressure Pipe and Fittings 02622 - 3 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B encountered in the soil. The tape shall be at least six inches (6") in width and shall be solid blue with identifying print in black letters. The tape shall have printed thereon the following: "CAUTION — BURIED POTABLE WATERLINE BELOW" The identifying lettering shall be minimum 1-inch high and repeated continuously the full length of the tape. In no instance shall the spacing of the individual segment of the identifying message be greater than eight inches (8"). 3.00 EXECUTION 3.01 INSTALLATION A. Install pipe, fittings, and specials to the lines and grades indicated. Begin installation at the main supply line valve and make connections where indicated. B. Carefully lower pipe, fittings, and specials into the trench to avoid damage to the pipe and/or fittings. Keep the pipe clean during laying operations, and seal the pipe against the entrance of objects at the close of each operating day. C. Place thrust restraint fittings at bends, tees, crosses, valves, and plugs in the pipe line in accordance with approved shop drawing lay schedule and Paragraph 2.01 D. D. Buried ductile iron fittings shall be double wrapped in 8mm high density polyethylene encasement in accordance with AWWA C105, repair or replace encasements which have tears, rips or punctures in the polyethylene wrap. E. The minimum cover for 1- to 4-inch PVC piping shall be 36 inches. For 6-inch PVC piping and larger, the minimum cover shall be 48 inches. For solvent weld joints, cut square and smooth the ends of the plastic pipe and wipe clean. Apply solvent cement to the outside of the pipe and the inside of the fitting socket with a small brush. Immediately push the coated surfaces snugly together and rotate the pipe approximately one-half turn to insure uniform distribution of the cement. Remove the excess cement by wiping. Cement shall be of type which welds plastic surfaces together. Cement shall be as recommended by the Pipe Manufacturer and shall be compatible with the chemical conveyed. 3.02 FIELD CONTROL HYDROSTATIC TESTING A. Perform hydrostatic testing in accordance with Section 01400 "Quality Requirements." 3.03 PURGING OF WATER LINES [NOT USED] 3.04 SERVICE CONNECTIONS [NOT USED] 3.05 FIELD QUALITY CONTROL A. Do not enclose or cover any work until inspected by Owner's representative. 3.06 HYDROSTATIC TEST A. Perform hydrostatic test in accordance with Section 01666 B. Perform disinfection as specified in Project Specification Section 01656, DISINFECTION OF i WATER UTILITY. I_ Polyvinyl Chloride (PVC) Pressure Pipe and Fittings 02622 - 4 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B END OF SECTION Polyvinyl Chloride (PVC) Pressure Pipe and Fittings 02622 - 5 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 02626 STEEL PIPE 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install 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. B. The pipeline coating and lining shall be as specified herein and in Section 09960 "High - Performance Coatings." 1. Coating: The standard pipe coating shall be epoxy coating. Where indicated on the Drawings, polyurethane coating, mortar coating, or bare steel pipe with concrete encasement shall be used. 2. Lining: The standard pipe lining shall be epoxy lining. Where indicated on the Drawings, mortar lined steel pipe shall be used. C. The pipeline shall be suitable to carry potable water treated with chloramines or gaseous chlorine to maintain a disinfectant residual. 1.02 QUALITY ASSURANCE A. Experience Requirements: - 1. Pipe shall be the product of one manufacturer who has had not less than 5 years successful experience manufacturing pipe of the particular type and size indicated. Pipe manufacturing operations (pipe, lining, and coating) shall be performed at one location unless otherwise approved by the Engineer. Fittings may be manufactured at an alternate location, provided they are supplied under the responsible authority of the Pipe Manufacturer. All pipe shall be new and not supplied from inventory. All pipe and fittings shall be manufactured in the Continental U.S.A., and shipping over salt waterways will not be allowed. 2. The Manufacturer shall be certified either under S.P.F.A. or ISO 9001 quality certification program for steel pipe and accessory manufacturing. 3. Approved manufacturers include Hanson Pipe, Northwest Pipe, American Spiral Weld, Ameron, Mid —America, and Jifco. No other Suppliers will be allowed. B. Owner Testing and Inspection: 1. Pipe will 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 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 --t 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 Steel Pipe 02626 - 1 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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: Shop -applied cement mortar linings shall be tested in accordance with AWWA C205 and as specified in Section 09960 "High -Performance Coatings." 3. Coating: The pipe coating shall be tested as specified in Section 09960 "High - Performance Coatings." 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 percent 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. All welds on fittings shall be tested by hydrostatic test, ultrasonic test, air 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, 5 percent of welds on 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 plates or coil used for pipe barrels 0.25 inches and thicker shall be tested to verify minimum impact values of 25 ft-lb at 30 F in accordance with ASTM A370. 6. Elongation: For the tensile test specified in ASTM A370, 2-inch test specimens shall show elongations not less than 22 percent for each heat of steel. 7. 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 2 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 the Heat Shrink Joint Manufacturer's representative for a period of not less than 2 weeks at the beginning of actual pipe laying operations to advise Pipe Manufacturer, Contractor and Owner regarding installation, including but not limited to, handling and storage, cleaning and inspecting, coating repairs, field applied coating, heat shrink joint installation procedures and general construction methods and how they may affect the pipe coating. The Manufacturer's representative shall be required to return if, i Steel Pipe 02626 - 2 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B in the opinion of the Engineer, the coating or the Contractor's construction methods do not comply with the Specifications. Cost for the Manufacturer's representatives to return to the Site shall be at no additional cost to the Owner. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01300 "Submittal Procedures" and shall include: 1. Shop Drawings: a. Prior to the fabrication of the pipe, submit fabrication and laying drawings to the Engineer. Shop 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. Shop Drawings shall be based on the drawings and Specifications and shall incorporate changes necessary to avoid conflicts with existing utilities and structures. Shop Drawings shall also include full details of reinforcement, and dimensions for pipe and fittings. Details for the design and fabrication of all fittings, specials, and provisions for thrust restraint shall be included. b. Where welded joints are required, Shop Drawings shall include: 1). Welding requirements. 2). Location and dimension of all additional outlets required by the Contractor to install welds. 2. Certificate of Adequacy of Design: Prior to shipment of the pipe, the Contractor/Pipe Manufacturer shall submit an affidavit certifying that the pipe, fittings, specials, and other products and materials furnished, comply with this Specification, Drawings, and the applicable requirements of AWWA C200, AWWA C205, AWWA C215, AWWA C222. 3. Certified Test Reports: a. Submit the following Certified Test Reports prior to shipment of the pipe: 1). Copies of results of factory hydrostatic tests and test of fittings. 2). Mill certificates, including chemical and physical test results for each heat of steel, charpy v-notch tests, and elongation tests. 3). 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. 4). Certified Test Reports for welder certification for factory and field welders. 5). Certified Test Reports for factory welds of fittings from an independent Certified Welding Inspector paid for by the Pipe Manufacturer. 6). Certified Test Reports for cement mortar tests. 4. Record Data: -- a. Before pipe installation begins: 1). Provide copies of "Release for Manufacture" layout sheets. 2). Provide copies of all design calculations. Steel Pipe 02626 - 3 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 3). Where welded joints are required, provide the Contractor's Proposed Field Welding Procedure in accordance with this Specification, AWWA C206 and AWS D1.1. The Field Welding Procedure shall include provisions for thermal stress control and provisions for control of coating damage. b. During pipe installation: 1). Provide copies of agreed written method for taking pipe deflection measurements and format of deflection report. 2). Submit deflection report on a monthly basis. 3). Where welded joints are required: Daily welding reports for field welding showing welder and joint welded shall be submitted by the tenth day of each month. c. After pipe installation: 1). The Pipe Manufacturer shall provide AutoCad drawings of the pipe plan and profile layout sheets showing each joint of pipe and all appurtenances to the same coordinate system as used on the Drawings. 2). After construction, the Contractor shall provide Record Data showing top -of -pipe survey every 100 feet along the pipeline. Survey shall include location of all valves, fittings, and appurtenances. 1.04 STANDARDS A. Except as modified or supplemented herein, the steel pipe, coatings, linings, fittings, and specials shall conform to the applicable requirements of the following standards and specifications, latest edition: ANSI/NSF Standard 61 AWS D1.1 Structural Welding Code AWWA C200 Steel Water Pipe — 6 In. (150 MM) and Larger AWWA C205 Cement Mortar Protective Lining and Coating for Steel Water Pipe 4 In. 100 mm and Larger —Shop Applied AWWA C206 Field Welding of Steel Water Pipe AWWA C207 Steel Pipe Flanges for Waterworks Service Sizes 4 In. Through 144 In. 100 mm Through 3600 mm AWWA C208 Dimensions for Steel Water Pipe Fittings AWWA C210 Liquid -Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines AWWA C215 Extruded Polyolefin Coatings for Exterior of Steel Water Pipelines AWWA C216 Heat Shrinkable Cross -Linked Polyolefin Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines AWWA C217 Petrolatum and Petroleum Wax 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 In Place - 4 In. (100 mm) and Larger AWWA M11 Manual: Steel Pipe - A Guide for Design and Installation AWWA C604 Installation of Steel Water Pipe — 4 In. and Larger Steel Pipe 02626 - 4 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B ASME Shop Welding Certification ASTM A370 Standard Test Method and Definitions for Mechanical Testing of Steel Products ASTM C33 Standard Specification for Concrete Aggregates ASTM C35 Standard Specification for Inorganic Aggregates for Use in Gypsum Plaster ASTM C150 Standard Specification for Portland Cement ASTM D16 Standard Terminology for Paint, Related Coatings, Materials and Applications ASTM D522 Standard Test Methods for Mandrel Bend Test of Attached Organic Coatings ASTM E165 Standard Practice for Liquid Penetrant Examination for General Industry ASTM E709 Standard Guide for Magnetic Particle Testing ASTM E1444 Standard Practice for Magnetic Particle Testing SSPC-SP-1 Solvent Cleaning SSPC-SP-10 Near -White Blast Cleaning SSPC-PA2 Measurement of Dry Paint Thickness with Magnetic Gages SSPC-PA/Guide 3 A Guide to Safety in Paint Application SSPC-PS/Guide 17 A Guide for Selecting Urethane Painting Systems 1.05 DELIVERY AND STORAGE A. Packing: 1. The pipe shall be prepared for shipment to afford maximum protection from normal hazards of transportation and allow pipe to reach the Site in an undamaged condition. Pipe damaged in shipment shall not be delivered to the 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, and the whole load shall be securely fastened to prevent movement in transit. Ship pipe on padded bunks with tie -down straps approximately over stulling. Store pipe on padded skids, sand or dirt berms, tires, or other suitable means to protect the pipe from damage. As a minimum, each end of each length of pipe, fitting, or special and the middle of each pipe joint shall be internally supported and braced with stulls to maintain a true circular shape. More internal stulls shall be included to protect the pipe, lining, and coating 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 and liner shall be protected from damage from stulls using shaped wood pads or similar devices. Stulls shall not be welded directly to the pipe except at the end of the pipe where the lining is held back. Pipe shall be rotated so that one stull Steel Pipe 02626 - 5 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B remains vertical during storage, shipment and installation. Stulls shall not be removed until the pipe is laid, set to grade, and backfilled. 4. Deliver, handle, and store pipe in accordance with the Manufacturer's recommendations and in accordance with Paragraph 3.01.C. 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 manufacture, and the identification number as shown on the Shop Drawings. Beveled pipe shall be marked with the amount of bevel. The top centerlines shall be marked on all specials. C. Point of Delivery: 1. Pipe shall be hauled direct from pipe plant to the Site and strung along pipeline route, thus avoiding re -handling 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 to ensure that pipe is undamaged at the time of laying. 2. If the pipe cannot be hauled directly from the pipe plant to the laying site, a maximum of two handlings is allowed in which case the maximum number of coating repairs is reduced to five. 3. Shipment by rail will be unacceptable, unless it can be demonstrated that it will not damage the pipe. 2.00 PRODUCTS 2.01 MATERIALS A. Steel: Steel shall meet the requirements of AWWA C200 and shall be of continuous casting. Steel shall be homogeneous and shall be suitable for field welding, fully kilned and fine austenitic grain size. Steel shall have a minimum yield strength of 42,000 psi. B. Coatings and Linings: 1. Coatings: a. Polyurethane Coating: Polyurethane coating shall be in accordance with Section 09960 "High -Performance Coatings." b. Epoxy Coating: Where indicated on the Drawings, and for exposed piping, pipe shall have an epoxy coating per Section 09960 "High -Performance Coatings." c. Mortar Coating: Mortar coating shall be in accordance with Section 09960 "High - Performance Coatings." 2. Linings: a. Cement Mortar Lining: 1). Linings shall be shop -applied spun cement mortar lining for pipe sizes 108 inches and smaller. Shop applied cement mortar linings shall be in accordance with Section 09960 "High -Performance Coatings" and shall conform to the requirements of AWWA C205 with the following modifications: Sand used for cement mortar shall be silica base and 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 method, to the satisfaction of the Engineer. Steel Pipe 02626 - 6 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B I b. Epoxy Lining: Where indicated on the Drawings, at all insulating joints, and at all above grade piping provide epoxy lining in accordance with Section 09960 "High - Performance Coatings." C. Flange Nuts and Bolts: Nuts and Bolts shall be 304 stainless steel. Bolts shall conform to ASTM A193. Nuts shall conform to ASTM A194. Furnish all bolts, nuts, flange gaskets, and insulation kits. Use anti -seize compound during installation of all nuts and bolts. Thrust rods shall be carbon steel conforming to ASTM A193. D. Threaded Outlets: Where outlets or taps are threaded, furnish and install 304 stainless steel bushings for the outlet size indicated. E. Outlets for Weld Leads: The Contractor may use outlets for access for weld leads. Outlets shall be welded after use. Outlet configuration shall be as shown in the Shop Drawings. The minimum spacing for outlets for weld leads shall be 500 feet. Outlets through manways, air valves, and blow offs shall be used for access for weld leads, and shall be included in the calculation for 500-foot minimum spacing. F. Flexible Joint Couplings: See Section 15136 "Miscellaneous Valves." G. Test Bulkheads: Contractor shall furnish test bulkheads in accordance with Section 01666 "Hydrostatic Testing," the Drawings, and as needed to perform field hydrostatic tests. 1. Each test plug or bulkhead shall be designed to withstand the test pressure on either side — with only atmospheric pressure on the opposite side. 2. Each test plug or bulkhead specified shall have a 30-inch access manhole in one side of the plug and a 12-inch flanged outlet on the other side of the plug as shown in the Drawings. 2.02 MIXES A. Mortar for Interior and Exterior Joints: Mortar shall be 1 part cement to 2 parts sand. Cement shall be ASTM C150, Type 1/11. Sand shall be silica base of sharp sand that will not leach in water. Sand shall be plaster sand meeting ASTM C33. Exterior joint mortar (where applicable) 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 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 in the Drawings. For the purpose of pipe design, the transient pressure plus working pressure shall be 1.5 times the working pressure class specified. Fittings, specials, and connections shall be designed for the same pressures as the adjacent pipe. Pipe design shall be based on trench conditions and the design pressure in accordance with AWWA M11; using the following parameters: Steel Pipe 02626 - 7 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B Note to Specifier: Remove deflection parameter for mortar coated pipe is not used in proiect. Unit Weight of Fill (W) 130 pcf Live Load AASHTO HS 20 at all locations, except at railroads Coopers E 80 at Railroads Trench Depth As indicated Deflection Lag Factor (DI) 1.1 Coefficient (K) 0.10 Maximum Calculated Deflection DX = DY 2% (Polyurethane, epoxy, or concrete encased Steel Pipe) Maximum Calculated Deflection DX = DY 1 % (Mortar coated pipe, where allowed) Soil Reaction Modulus (E') 1500 psi (Typical Granular Embedment Trench Section Soil Reaction Modulus (E') 3000 psi (Flowable Fill or Concrete Encased Trench Section 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 values (PDV), greater than 6000 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. Wrappers and collars shall meet ASME Standards. As an alternate to crotch plates, collars or wrappers may be used when designed in accordance with ASME Section VIII, Division 1. c. Where the pipe requires additional external support to achieve the specified maximum deflection, the Contractor and Pipe Manufacturer will be required to furnish alternate methods for pipe embedment. No additional compensation will be made to the Contractor by the Owner where this method is required. d. Trench depths indicated shall be verified after existing utilities are located. Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe and embedment design depth. In no case shall the pipe and embedment system be installed deeper than its design allows. e. Pipe shall be designed for full vacuum conditions without buckling, damage to lining, or damage to pipe joints. 2. Provisions for Thrust: a. Thrust at valves, 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 valves, 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 Pipe Manufacturer shall submit thrust calculations with the lay drawing submittal i i Steel Pipe 02626 - 8 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B verifying that the thrust restraint system is adequate to meet the Pipe Manufacturer's minimum standards, AWWA M11 standards, and these Specifications, whichever is more stringent. 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). Assume saturated soil conditions. a). The soil density shall be reduced to its buoyant weight for all backfill below the water table. Soil Density 60 pcf (maximum value to be used) Coefficient of Friction 0.15 (maximum value to be used for polyurethane or Epoxy coated steel pipe) Coefficient of Friction 0.25 for mortar coated steel pipe 3). For horizontal bends, the length of pipe to be restrained shall be calculated as follows: a). For A less than 60 degrees: 2 x P x A x sin(2) L f x (We +Wp+Ww) b). For A greater than 60 degrees: P x A x (1 — cosA) L_ f x (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 prism above the pipe Wp = Weight of pipe Ww = Weight of water f = Coefficient of friction 4). 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 Drawings. It is the responsibility of the Contractor to field verify that the nominal pipe diameter meets specifications before installing the pipe. Contractor shall coordinate pipe replacement with the Pipe Manufacturer for any pipe not meeting the specified internal diameter. Steel Pipe 02626 - 9 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 4. Wall Thickness: I . a. The minimum pipe wall steel thickness shall be 0.250 inches or Pipe ID/230, whichever is greater for pipe and fittings, and a maximum minus tolerance of 0.005 inches per AWWA C200. Where indicated on the Drawings, 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 percent of the minimum yield strength of the steel at working pressure, nor the following, at the specified working pressure. Pipe Type Maximum Stress at Working Pressure Polyurethane or Epoxy Coated Steel 21,000 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 0.25 inches or Pipe ID/144, whichever is greater. c. Fittings over 15 degrees, pipes with outlets 24-inches in diameter and larger, main line tees and 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" < Diameter <_ 60" 0.375" 61" < Diameter <_ 84" 0.50" 85" < Diameters 96" 0.625" 97" < Diameter < 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 percent 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 spirally formed and butt welded. There shall be not more than two longitudinal seams. Girth seams shall be butt welded and shall not be spaced closer than 6 feet except in specials and fittings. 6. Joint Length: Maximum joint length shall not exceed 50 feet. Maximum joint length of steel pipe installed in casing shall not exceed 25 feet. B. Joint Bonds, Insulated Connections, and Flange Gaskets: See Section 13110 "Passive Cathodic Protection for Underground and Submerged Piping" and Section 15136 "Miscellaneous Valves." 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. D. Pipe Ends: Pipe ends shall be lap welded slip joint, butt strap joint, flanged joint, or flexible coupled joint. Pipe that has a diameter of 48 inches or smaller together with pressure class of 250 psi or lower may have welded joints or rubber gasket joints. Pipe ends shall be suitable for full vacuum and the maximum surge pressures indicated. 1. Rubber Gasket Joints: Rubber gasket joints 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 C200. Joints shall be of clearances such that water tightness shall be provided under all operating and test conditions with a pipe diameter deflection of 4 percent. The Steel Pipe 02626 -10 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B joint shall be suitable for the specified pressure and a deflected joint with a pull of 3/4 inches. At the Pipe Manufacturer's option, all steel pipe joints may be lap -welded slip joints in lieu of rubber gasket joints. a. Rolled Spigot Joints: The joint shall consist of a flared bell end formed and sized by forcing the pipe over a plug die or by expanding on segmental dies. The difference in diameter between the I.D. of bell and the O.D. of spigot shoulder at point of full engagement with an allowable deflection shall be no more than .00 inches to .04 inches as measured on the circumference with a diameter tape. The gasket shall have sufficient volume to approximately fill the area of the groove and shall conform to AWWA C200. b. Carnegie Joints: The spigot end shall be a Carnegie shaped steel joint ring. Spigot ring shall be welded to the outside of the pipe can, with an inside weld also required where deemed necessary by the Manufacturer due to pipe loading conditions. The welded area of bell and spigot pipe ends shall be checked after forming by the magnetic particle method. 2. Lap Welded Slip Joint: a. Lap welded slip joint shall be provided in all locations where any of the following criteria is met, unless otherwise specified in the Drawings: 1). Pipe ID is 54 inches and larger. 2). Pressure class is 275 psi and greater. 3). Joints are welded for thrust restraint. b. Ends of pipe, fittings, and specials for field welded joints shall be prepared with one 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 of an inch at any point around the periphery. c. The depth of bell shall be such as to provide for a minimum clear distance of 2 inches between the weld and the nearest tangent of the bell radius when welds are to be located on the inside of the pipe. d. The depth of bell shall be such as to provide for a minimum lap of 2 inches. Provide a deeper bell every 400 feet to accommodate thermal movement for which the minimum lap shall be 4 inches. e. Lap welded slip joints shall be welded from the inside for pipe diameters 48 inches and larger. Lap welded slip joints shall be welded from the outside for diameters smaller than 48 inches. 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. Flange drilling shall match the drilling of adjacent fittings or appurtenances which the flanges are to be attached to. Flanges shall be spot faced or back faced parallel to the front face. 4. Flexible Couplings: Flexible couplings shall be provided where shown in the Drawings and as specified in Section 15136 "Miscellaneous Valves." 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 inch or the Coupling Manufacturer's tolerances, whichever is smaller. In addition, the welds on ends to be joined by couplings shall be Steel Pipe 02626 -11 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B I 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 Drawings. 5. Butt Strap Closure Joints: a. 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. b. 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 pipeline. Install pipe, fittings, and specials in accordance with the Manufacturer's recommendations, AWWA C604, and AWWA M11. 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 "Trenching and Backfill" govern for the excavation and backfilling of trenches for laying steel pipe, fittings, and specials. 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. 5. Conformance with pipe deflection requirements shall be as set forth in the Pipe Deflection section below. Where pipe has been reworked to comply with the deflection requirements, Contractor shall re -measure for deflection no earlier than 7 days after the repaired pipe is backfilled. No pipe installation shall be accepted until the entire installation is in compliance with the deflection requirements. 6. Installed pipe joints will be inspected by the Owner's Representative for flat spots and internal lining stress cracks. 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. a. The Contractor shall complete internal welding of joints, welding inspections and grout of the inside joints prior to measuring deflection. The welding inspections shall be done by an independent CWI as described in Section 01400 "Quality Control." b. The Contractor shall schedule the internal inspections with the on -site Owner's Representative. c. Repair of flat spots may include uncovering the pipe, re -compaction of the pipe bedding, and repair of the coating. d. Owner's Representative will re -inspect for flat spots where pipe has been reworked to comply with the deflection requirements. Steel Pipe 02626 -12 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B B. Pipe Deflection: 1. Pipe Deflection Measurements: a. The Contractor shall complete internal welding of joints, welding inspections and grout of the inside joints prior to measuring deflection. The welding inspections shall be done by an independent CWI as described in Section 01400 "Quality Control." b. Deflection measurements shall be made by the Contractor in the presence of the Owner's Representative. 1). Method for taking measurements shall be agreed to by the Owner and Engineer in writing prior to installing the first joint of pipe. 2). Measurements shall be recorded by the Contractor. 3). The deflection measurements shall be made no sooner than 5 days and no later than 21 days after backfilling operations are complete. c. Deflection shall be determined with vertical measurements taken at the locations indicated below. Locations where vertical measurements are taken shall be clearly marked on the interior of the pipe. 1). For pipe joints 36 feet in length or less, vertical measurements shall be taken at two locations, one -fourth -distance from each pipe end. 2). For pipe joints longer than 36 feet, vertical measurements shall be taken at three locations including one -fourth -distance from each pipe end and at the pipe midpoint. d. Vertical measurements may be taken at the same time the internal inspection is being performed. 2. Pipe deflection calculations: Deflection shall be calculated and reported by the Contractor within a week from the time the vertical measurements were taken. Deflection at each location shall be calculated using the equations below: A = Deflection (%) 0 _ I(Pipe ID - Vertical Measurement) x 100 Pipe ID 3. Pipe deflection acceptance criteria: a. Allowable pipe deflection is limited to: 1). 2 percent for polyurethane and Epoxy coated steel pipe. 2). 2 percent for concrete encased or flowable fill encased steel pipe. 3). 1 percent for mortar coated steel pipe. b. In no case shall a single measurement at any measured location exceed 1.5 times the allowable deflection. c. These measurements include the allowable tolerance for lining thickness. 4. Correction of Pipe not Complying with Deflection Requirements: Steel Pipe 02626 -13 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B f. f a. If the 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, re -compaction of the pipe bedding, and repair of the coating. It is the Contractor's responsibility to continuously measure and calculate pipe deflection to verify it meets specification. b. All costs associated with measuring for pipe deflection and any repairs or rework associated with meeting these requirements shall be borne by the Contractor. 5. Pipe Deflection Reports: a. A monthly report shall be submitted as Record Data showing the following for each joint of pipe: 1). Allowable deflection and 1.5 times allowable deflection for each pipe diameter installed. 2). Deflection measurements and calculated deflection for each location measured per joint. 3). It is the responsibility of the Contractor to verify that the nominal pipe diameter meets specifications at all measured locations. Contractor shall coordinate pipe replacement with the Pipe Manufacturer for any pipe not meeting the specified internal diameter. C. Pipe Handling: Pipe shall be handled at all times with a minimum of two wide non-abrasive slings or belts 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 joints over 25 feet 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. D. 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. Welded joints shall have an overlap of 2 inches minimum to 4 inches maximum 2. All under -stabbed joints shall be butt strapped or re -stabbed. 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. E. Pipe Laying - Rubber Gasket Joints: Join rubber gasket joints in accordance with the Manufacturer's recommendations. Clean bell and spigot of foreign materials. Lubricate gasket and bell and relieve gasket tension around the perimeter of the pipe. Engage spigot as far as possible in bell, allowing for 1 inch gap for inside joint grouting after any joint deflections. Joint deflection or pull shall not exceed the Manufacturer's suggested tolerance. Check gasket with feeler gauge all around the pipe. F. Pipe Laying - Welded Joints: 1. Weld joints in accordance with the AWWA C206 for Field Welding of Steel Water Pipe and AWS D1.1 Structural Welding Code. Contractor shall provide adequate ventilation for welders and for Owner's Representative to observe welds. Unless otherwise specified, welds shall be full circle fillet welds. Exterior joint welding shall be completed before application of field applied joint coating for pipe 42 inches and smaller. It will be acceptable to weld the joint from the inside after the exterior joint coating and backfilling Steel Pipe 02626 -14 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B has been done for pipe 48 inches and larger, if it can be demonstrated that this procedure will not damage the exterior joint coating. 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. Provide a deeper bell every 400 feet to accommodate thermal movement for which the minimum lap shall be 4 inches. 4. If the Contractor chooses to use Weld after Backfill (W.A.B.), special techniques shall be used to limit damage to the exterior joint coating. 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 test joint shall be excavated to verify no unacceptable damage to the exterior joint coating. 5. Adequate provisions for reducing temperature stresses shall be the responsibility of the Contractor. 6. After the pipe has been joined and properly aligned and prior to the start of the welding procedure, the spigot and bell shall be made essentially concentric by tacking to obtain a 1/8 of an inch maximum clearance tolerance around the periphery of the joint. In no case shall the clearance tolerance be permitted to accumulate. 7. Before welding, thoroughly clean pipe ends to bare metal. All welding shall be hand - welding to avoid damage to the exterior joint coating. 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. 8. 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. 9. In all hand welding, the metal shall be deposited in successive layers. For hand welds, not more than 1/8 of an inch 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. 10. Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting and/or any other defects. 11. 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. 12. 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. 13. 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. 14. Use only competent, skilled and qualified workmen. Each welder employed by the Contractor shall be both AWS D1.1 and C206 certified according to the Welding Procedure Qualification approved for the Project. All welders shall have been certified within the last 6 months or shall provide a welding continuity log to be allowed to weld on the line. Steel Pipe 02626 -15 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 15. 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. 16. Visual tests and magnetic particle tests in accordance with AWWA C206, ASTM E709 and E1444, shall be performed by an independent testing laboratory under the direction of Owner's Representative on all field welded joints. Certified Weld Inspector will be paid by the Owner. Welds that prove to be defective will be replaced or repaired, whichever is deemed necessary by the Engineer, at Contractor's expense. 17. 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. 18. Test double -welded buttstrap joints using the compressed air and soap method. Following successful completion of the test, plug weld seal the threaded test fitting. G. Inside Joint Grouting for Pipe with Plant -Applied Mortar Lining: Upon completion of backfilling of the pipe trench, and after inspection of interior welds, fill the inside joint recess with a stiff cement mortar. Prior to placing of mortar, clean out dirt or trash which has collected in the joint, and moisten the concrete surfaces of the joint space by spraying or brushing with a wet brush. Where the mortar joint opening is 2 inches or wider, such as where trimmed spigots are required, apply a bonding agent to mortar and steel surface prior to placing joint mortar. Ram or pack the stiff mortar into the joint space and take extreme care to ensure that no voids remain in the joint space. After the joint has been filled, level the surfaces of the joint mortar with the interior surfaces of the pipe with a steel trowel so that the surface is smooth. H. Protective Coating System for Welded Joints: 1. Perform field coating of joints in accordance with Section 09960 "High -Performance Coatings." Weld after Backfill joints shall be coated according to the Weld after Backfill section below. 2. Weld After Backfill Joints: a. Weld after backfill joints are defined as welded pipe joints that have been coated and backfilled prior to completing interior welds. b. For weld after backfill joints, the heat shrink sleeve shall be coated with cement mortar prior to performing the interior weld. Make the exterior joint by placing a joint wrapper around the pipe and secure in place with two metal straps. The wrapper shall be 9 inches wide for pipe 36 inches and larger, and 7 inches 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 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 2 hours to allow the joint mortar to cure. At the start of the Project, at least three joints of pipe shall be uncovered to verify the exterior joint mortar does not have shrinkage cracks. 3. The Contractor is responsible for his operations so that they do not damage the factory applied coating system. I. Protection of Buried Metal Steel Pipe 02626 -16 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 1. Bolts, flanges, and other buried uncoated ferrous metal which cannot be protected with factory or field -applied polyurethane coatings shall be coated with heat shrink sleeves encased in flowable fill. J. Patch of Mortar Lining (Plant or Field): 1. Repair lining cracks larger than 1/8 of an inch with approved methods. Pipes with loose and disbonded linings will be rejected. Excessive patching of lining shall not be permitted. Apply bonding agent to patch area. Patching of lining shall be allowed where area to be repaired does not exceed 4 square feet and has no dimension greater than 24 inches. In general, there shall be not more than one patch in the lining of any joint of pipe. 2. Wherever necessary to patch the pipe, make the patch with the mortar indicated. Do not install patched pipe until the patch has been properly and adequately cured and unless approved by the Engineer. K. Patch of Mortar Coating (Plant or Field): 1. Have the Pipe Manufacturer repair any joint of pipe that has exterior coating cracks larger than .005 inch (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 Site. 2. Remove, replace, or reject any disbonded coating. Apply bonding agent to patch area. Excessive field -patching of coating shall not be permitted. Patching will not be allowed where the area to be repaired exceeds 100 square inches or has any dimension greater than 12 inches. In general, there shall not be more than one patch on either the lining or coating on any one joint of pipe. A patch larger than 100 square inches or 12 inches in greatest dimension shall not be accepted. Adequately cure patches. L. Quality Control of Field Applied Coating: See Section 09960 "High -Performance Coatings." M. Piping through Vaults: Where piping is to be inside a vault, such as meters or valves, the vault floor shall be cast, then the piping installed, then the vault walls constructed around the pipe. 3.02 DISINFECTION A. Disinfect the piping system in accordance with Section 01656 "Disinfecting Water Utility Distribution Systems." 3.03 HYDROSTATIC TEST A. Perform a hydrostatic test in accordance with Section 01666 "Hydrostatic Testing." END OF SECTION Steel Pipe 02626 -17 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B No Text No Text 03301 CAST -IN -PLACE CONCRETE 1.00 GENERAL 1.01 SUMMARY A. This Section specifies cast -in -place concrete, including reinforcement, concrete materials, mixture design, placement procedures, and finishes. 1.02 SUBMITTALS A. Product Data: For each type of product indicated. B. Design Mixtures: For each concrete mixture. 1. Submit mix design supporting documentation and calculations as required. (See forms at the end of this section.) 1.03 QUALITY ASSURANCE A. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products and that complies with ASTM C 94/C 94M requirements for production facilities and 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 Materi- als." 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 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B A. Cementitious Material: Use the following cementitious materials, of the same type, brand, and source throughout Project: 1. Portland Cement: ASTM C 150, Type I. 2. Fly Ash: ASTM C 618, Class F. No more than 20% of the cement may be replaced with fly ash. 3. A low alkali cementitious material shall be such that, the total alkali content calculated as the percentage of sodium oxide (Na2O) plus 0.658 times the percentage of potassium ox- ide (K2O) shall not exceed 0.6% of the total cementitious material content. B. Coarse Aggregate: ASTM C 33, graded, uniformly graded, of the size scheduled and as fol- lows: 1. Class: Moderate weathering region, but not less than 3M. 2. For aradation size number 467. a maximum aaareaate size of 1-1/2" is: Sieve Size Percent Retained Percent Passing 2" 0 100 1-1/2" 0-5 95 - 100 3/4" 30 - 65 35 - 70 3/8" 70 - 90 10 - 30 No. 4 95 - 100 0-5 3. For gradation size number 57, the maximum aggregate size of 1" is: Sieve Size Percent Retained Percent Passing 1-1/2" 0 100 1" 0-5 95-100 ''/2" 40-75 25-60 No. 4 90 - 100 0 - 10 No. 8 95 - 100 0-5 4. For aradation 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 r more than 3.1. D. Water: ASTM C 94/C 94M; potable. Cast in Place Concrete 03301 -2 LUB12311 - Bailey County Well Field Supply Pipeline - Contract B 2.04 ADMIXTURES A. Air -Entraining Admixture: ASTM C 260. B. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calci- um 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 si Aggregate er c Lean Concrete 1,500 1.5 0.70 4 4.0 Size No. 467 General, where 3,000 1.5 0.50 5 5.5 indicated Size No. 467 General, where 4000 1.5 0.45 5 6.0 indicated Size No. 467 Valve Support Slab 5000 1.5„ 0.45 5 6.5 Size No. 467 - *Maximum slump with high range water reducing admixture may be increased to 7" - 9". Cast in Place Concrete 03301 - 3 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 1. Air Content: Maintain within range permitted by ACI 301. Do not allow air content of floor slabs to receive troweled finishes to exceed 3 percent. 2.08 CONCRETE MIXING A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94/C 94M, and furnish batch ticket information. 1. When air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. 3.00 EXECUTION 3.01 FORMWORK A. Design, construct, erect, brace, and maintain formwork according to ACI 301. 3.02 STEEL REINFORCEMENT A. Comply with CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting re- inforcement. 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 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B i_ 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 03301 - 5 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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 3.10 REPAIRS A. Remove and replace concrete that does not comply with requirements in this Section. END OF SECTION i Cast in Place Concrete 03301 - 6 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B k Concrete Mix DesiEn PROJECT NAME: FNI PROJECT NUMBER: PROJECT LOCATION: OWNER: GENERAL CONTRACTOR: MIX NUMBER / CLASS: A. Mix Design Cement = lb/yd3 Fly Ash — lb/yd3 Other Cementitious Material: — lb/yd3 Fine Aggregate — Ib/yd3 Coarse Aggregate = Ib/yd3 Water = lb/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 = lb/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 AirEntrainin Other Admixture: Cast in Place Concrete 03301 - 7 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B C. Determination of Average Strength Required (f'cr) 1. Test Records Available: A. Summary of Test Records: (Provide supporting documentation.) Test Group No. No. of Con- secutive Tests Specified Strength (psi) Standard Devi - ation (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. NAME: TITLE: COMPANY: DATE: a i Cast in Place Concrete 03301 - 8 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B I 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 da s ( Y) Water- Cementitious Materials Ratio Average Strength si (P ) B. Interpolation used? ■ Provide an interpolation calculation or plot of strength versus proportions. C. Submit the following data for each mix: 1. Brand, type and amount of cement. 2. Brand, type and amount of each admixture. 3. Source of each material used. 4. Amount of water. 5. Proportions of each aggregate material per cubic yard. 6. Gross weight per cubic yard. 7. Measured slump. 8. Measured air content. 9. Results of consecutive strength tests. Cast in Place Concrete 03301 - 9 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B Attachment B Documentation of Average Strength — Trial Mixtures (ACI 301, 4.2.3.4.b) A. Summary of test record(s): Trial Mix No. 7-day Tests Y 28-day Tests Y Water - Materials Ratio (in) Air Content (%) Temp - erature (°F) No. of Test Cylinders Strength (psi) No. of Test Cylinders Strength (psi) B. Maximum water-cementitious materials ratio ■ Provide an interpolation calculation or plot of strength versus water-cementitious 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 cyl- inders cast for each 7 and 28 day test. i Cast in Place Concrete 03301 -10 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B No Text No Text 09960 HIGH PERFORMANCE 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 A. The following abbreviations are used in this Section: ibreviafiic►rs 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 Coatings 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. -J High -Performance Coatings 09960 -1 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B C. Provide TCLP test data for lead and other regulated heavy metals in non -recyclable, slag type abrasive blast media to be used on the Project. Acceptable abrasive test data shall indicate the abrasive manufacturer, location of manufacture, and media gradation and type. Surface preparation will not be permitted to begin until acceptable test data has been submitted. D. Colors charts of each paint system. E. Quality Control Submittals: Furnish the following: 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 the Contract Documents, 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 5 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: Coatings 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 the Contract Documents 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 work day. 4. Inspection by the Engineer, or the waiver of inspection of any particular portion of the Work, shall not be construed to relieve the Coatings Contractor of responsibility to perform the Work in accordance with the Contract Documents. 1.05 PAINT DELIVERY, STORAGE, AND HANDLING A. Deliver paint to the 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. High -Performance Coatings 09960 - 2 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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 Coatings 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 2 years commencing on the date of final acceptance of the Work. B. A warranty inspection shall be conducted 1 month prior to expiration of the warranty period. Any defective Work discovered at this date shall be corrected by the Coatings Contractor in accordance with the Contract Documents at no additional cost to the Owner. Other corrective measures may be required during the 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 i materials outlined in this Section. 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. - High -Performance Coatings 09960 - 3 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B G 2.00 PRODUCTS 2.01 PAINT MATERIALS A. Products shall meet federal, state, and local requirements limiting the emission of volatile organic compounds. Specific information may be secured through the local office of the Air Pollution Control Officer. B. Materials Including Primer and Finish Coats: Produced by same paint manufacturer. C. Thinners, Cleaners, Driers, and Other Additives: As recommended by paint manufacturer of the particular coating. Where coatings are required to meet ANSI/NSF Standard 60 and 61, addition of thinners, driers, and other paint additives not approved under the ANSI/NSF certification letter will not be permitted without written approval from the Engineer. D. Paint products are listed according to their approximate order of appearance in the paint systems. The letter designating the manufacturer code refers to the codes in Paragraph 1.07. Product Definition Polyamide or polyamine cured epoxy, capable of 4 to 8 Polyamide Epoxy, High MDFT per coat, percent of volume solids 70% minimum, Solids suitable for immersion or buried service. MANUFACTURER CODE: A Single component, moisture cured urethane based, 12 lbs. Moisture Cured Zinc Primer metallic zinc content per gallon minimum, unlimited recoat period. MANUFACTURER CODE: A Single component, moisture cured urethane intermediate Moisture Cure Urethane and top coat, suitable for high humidity and condensation, unlimited recoat period. MANUFACTURER CODE: A Solvent or water based, 14 lbs. metallic zinc content per Inorganic Zinc Primer gallon minimum; follow manufacturer's recommendation for top coating. MANUFACTURER CODE: A Two -component, aliphatic or acrylic based polyurethane; Polyurethane Enamel high gloss finish, high build. MANUFACTURER CODE: A Single -package steel primers with anti -corrosive pigment Rust -Inhibitive Primer loading; may be alkyd, vinyl, epoxy ester, chlorinated rubber. MANUFACTURER CODE: A Alkyd Enamel Optimum quality, gloss finish, medium long oil. MANUFACTURER CODE: A Wash Primer Vinyl butyral acid MANUFACTURER CODE: A Self -priming, plural component, 100 percent solids, non - Polyurethane extended polyurethane, suitable for burial or immersion, and shall be one of the approved products as specified in Section 09 97 16 "Pipeline Coatings and Linings." 100% solids, thermosetting, fusion bonded, dry powder Fusion Bonded Coating epoxy or polyurethane resin, suitable for this intended service. MANUFACTURER CODE: E 2.02 COLORS E High -Performance Coatings 09960 - 4- LUB12311 — Bailey County Well Field Supply Pipeline — Contract B A. Provide as selected by the Owner or Engineer. Provide custom color if required to match this color when coatings provided by another manufacturer. 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: Dangerous parts of equipment and machinery OSHA Orange Fire protection equipment and Apparatus OSHA Red Radiation hazards OSHA Purple 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. 2.03 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. 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: 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. 3.00 EXECUTION 3.01 GENERAL - High -Performance Coatings 09960 - 5 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B A. The intention of this Section 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 the 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 the 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. 3.02 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. High -Performance Coatings 09960 - 6 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 3.03 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. 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 F above dew -' point within 8 hours after application of coating. 3.04 DEHUMIDIFICATION A. Where weather conditions or Project requirements dictate, Coatings Contractor shall provide and operate dehumidification equipment to maintain environmental conditions suitable for abrasive blasting and coating application as specified. B. Coatings Contractor shall provide dehumidification equipment sized to maintain dew point temperature 5 degrees F 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. Coatings 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 Coatings Contractor. High -Performance Coatings 09960 - 7 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 3.05 VENTILATION AND ILLUMINATION A. Adequate illumination shall be provided while work is in progress. Whenever required by the inspector, the Coatings 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. 3.06 SURFACES NOT REQUIRING PAINTING A. Unless otherwise stated herein or shown, the following areas or items will not require painting: 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. 3.07 PREPARATION OF SURFACES A. Surface Preparation Inspection: 1. Inspect and provide substrate surfaces prepared in accordance with the Contract Documents 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: High -Performance Coatings 09960 - 8 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B a. Do not perform a surface preparation blast prior to submission of Samples. Workmanship for metal surface preparation as specified shall meet current Steel Structures Painting Council (SSPC) Specifications as follows: 1). Solvent Cleaning: SP 1. 2). Hand Tool Cleaning: SP 2. 3). Power Tool Cleaning: SP 3. 4). White Metal Blast Cleaning: SP 5. 5). Commercial Blast Cleaning: SP 6. 6). Brush -Off Blast Cleaning: SP 7. 7). Pickling: SP 8. 8). Near -White Blast Cleaning: SP 10. 9). Bare Metal Power Tool Cleaning: SP 11. b. All surface preparation of new equipment and surfaces shall be assumed to be on a SSPC Grade A steel surface condition, unless specifically noted otherwise. c. Wherever the words "solvent cleaning", "hand tool cleaning", "wire brushing", or "blast cleaning", or similar words of equal intent are used in the Specifications or in paint manufacturer's specifications, they shall be understood to refer to the applicable SSPC Specifications listed above. d. Where OSHA or EPA regulations preclude standard abrasive blast cleaning, wet or vacu-blast methods may be required. Coating manufacturers' recommendations for wet blast additives and first coat application shall apply. e. Hand tool clean areas that cannot be cleaned by power tool cleaning. 2. Welds and adjacent areas: a. Prepared such that there is: 1). No undercutting or reverse ridges on the weld bead. 2). No weld spatter on or adjacent to the weld or any other area to be painted. 3). No sharp peaks or ridges along the weld bead. b. Grind embedded pieces of electrode or wire flush with the adjacent surface of the weld bead. 3. Preblast Cleaning Requirements: a. Remove oil, grease, welding fluxes, and other surface contaminants prior to blast cleaning. b. Cleaning methods: Steam, open flame, hot water, or cold water with appropriate detergent additives followed with clean water rinsing. c. Clean small isolated areas as above or solvent cleaned with suitable solvents and clean cloths. d. Round or chamfered all sharp edges and grind smooth burrs, jagged edges, and surface defects. 4. Blast Cleaning Requirements: a. General: High -Performance Coatings 09960 - 9 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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 l cleaning and disposition of spent aggregate and debris. 4). Do not reuse abrasive, unless abrasive is a recyclable abrasive. 5. Shop Blasting: a. 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. b. 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 the Specifications. 6. Field Blasting: a. 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. b. 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. 7. 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. { High -Performance Coatings 09960 -10 i LUB12311 — Bailey County Well Field Supply Pipeline — Contract B C. Concrete Surface Preparation: 1. Do not begin until 30 days after the concrete has been placed or 7 days if steam cured. 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 specified for the coating system in accordance with SSPC SP-13, Surface preparation of Concrete. 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. High -Performance Coatings 09960 -11 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B b. Perform touch-up repairs of existing coating. c. Asphaltic varnish coated ductile iron pipe will require an application of a seal coat prior to the application of a cosmetic finish coat. 3. Touch-up Repairs: a. Clean loose, abraded, or damaged coatings to substrate by power tool to bare metal, SP-11. b. Feather surrounding intact coating. c. Apply one spot coat of the specified primer to bare areas overlapping the prepared existing coating. d. Apply one full finish coat of the specified primer or finish coat(s) overall. 4. Application of a Cosmetic Coat: a. The exact nature of shop -applied coatings is not known in all cases. b. Check compatibility by application to a small area prior to starting the coating. c. If lifting or other problems occur, request disposition from the Engineer. E. Brush-off Blast Cleaning: 1. Equipment, procedure, and degree of cleaning shall meet SSPC-SP 7, Brush-off Blast Cleaning. 2. Abrasive: Either conventional abrasive blasting with sand, grit, or nut shells or specialized abrasive blasting, such as dry ice or "Sponge -Jet' technologies. Abrasives shall be 60 mesh grit, maximum. 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 use 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. High -Performance Coatings 09960 -12 - LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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. 3.08 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. 3.09 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. 3.10 APPLICATION OF PAINT A. General: 1. Inspection: Schedule with Engineer in advance for cleaned surfaces and all coats prior to the succeeding coat. 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 the Site for compliance with the Specifications. High -Performance Coatings 09960 -13 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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. Coatings Contractor will be solely and completely responsible for condition of the 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. Coatings 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 subject to immersion, condensing environments, or where specifically specified 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. High -Performance Coatings 09960 -14 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B D. Porous Surfaces, Such as Concrete, Masonry: 1. Prime Coat: a. May be thinned to provide maximum penetration and adhesion. 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. - 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. 2. Evidence of runs, bridges, shiners, laps, or other imperfections shall be cause for rejection. 3. Repair defects in coating system per written recommendations of coating manufacturer. 4. Leave all staging up until the Engineer has inspected the surface or coating. Replace staging removed prior to approval by Engineer. High -Performance Coatings 09960 - 15 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 3.11 COATING INSPECTION A. General: 1. Film thickness measurements and electrical inspection of the coated surfaces: a. Perform with properly calibrated instruments. 2. Recoat and repair as necessary for compliance with the Specifications. 3. All coats will be subject to inspection by the Engineer and the coating manufacturer's representative. 4. Visually inspect concrete, nonferrous metal, plastic, and wood surfaces to ensure proper and complete coverage has been attained. 5. 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 Section. 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. Coatings 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. 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. 3.12 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 destroy 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 Coatings Contractor. 3.13 MANUFACTURER' SERVICES High -Performance Coatings 09960 -16 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 3 A. Furnish paint manufacturer's representative to visit the Site 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 the Contract Documents, and as may be necessary to resolve field problems attributable to, or associated with, manufacturer's products furnished under this Contract. 3.14 PROTECTIVE COATING SYSTEMS AND APPLICATION SCHEDULE: A. Unless otherwise shown or specified in the Contract Documents, 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. $ySt�ltil 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 27 Aluminum And Dissimilar Metal Insulation 29 Fusion Bonded Coating C. System No. 1 Submerged Metal - Potable Water: 1. Surface Preparation and Coating System: Surfacepain t Material '; > Min .Qat Abrasive Blast, or Centrifugal Polyamide Epoxy 3 coats, 4 MDFTPC Wheel Blast SP 5 Coating 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). Flanged or mating metal surfaces 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. c. Interior mortar lining shall transition onto epoxy lining by overlapping mortar coating for a minimum of 18 inches onto the epoxy coating. Location of overlap to be determined by the pipe fabricator, but shall not be less than 24 inches below finished grade unless otherwise noted. High -Performance Coatings 09960 -17 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B D. System No. 4 Exposed Metal - Highly Corrosive: 1. Surface Preparation and Coating System: Surface Prep. Paint Material Min. Coats, Cover Moisture Cured Zinc 1 coat, 3 MDFT Rich Primer Abrasive Blast, or Centrifugal Moisture Cured 1 coat, 5 MDFT Wheel Blast (SP 10) Urethane Moisture Cured 1 coat, 5 MDFT 1 Urethane __7:] 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. c. Moisture cured urethane coatings as specified are available from Wasser Chemical and Sherwin Williams. Other coating manufacturers will only be considered if the product complies with the unlimited recoat window. E. System No. 5 Exposed Metal - Mildly Corrosive: 1. Surface Preparation and Coating System: Surface Prep. Paint Material Min'. Coats, Cover Abrasive Blast, or Centrifugal Inorganic Zinc Rich Primer 1 coat, 3 MDFT Wheel Blast (SP 10) Polyurethane Enamel 2 coats, 6 MDFT 2. Application: a. Exposed metal surfaces, new located outside of structures and exposed to weather. b. The specified coating systems at transitions between buried or concrete encasement and exposed pipe shall be overlapped a minimum of 6 inches. High -Performance Coatings 09960 -18 1 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B F. System No. 8A Buried Metal, Shop Coated: 1. Surface Preparation and Coating System: SUrface`Prep Pant MateriaF$� ` in Goats,Ca�eF Abrasive Blast, or Centrifugal Polyurethane 1 coat, 35 MDFT Wheel Blast SP5 2. Use on the Following areas or surfaces: a. All buried steel pipe shall be shop coated in accordance with Section 09 97 16 "Pipeline Coatings and Linings." 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: 2. Use on the Following areas or surfaces: a. Field coat all buried metallic items with this system, unless specified in Section 09 97 16 "Pipeline Coatings and Linings," 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 manufacturers shall be as specified in Section 09 97 16 "Pipeline Coatings and Linings." 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. High -Performance Coatings 09960 -19 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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. I. System No. 11 Galvanized Metal Repair: 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 Organic Zinc Rich 1 Coat, 3 MDFT Tool (SP 3), or Brush-off Blast Primer SP 7 2. Application: a. All galvanized surfaces which are abraded, chipped, or otherwise damaged. J. System No. 27 Aluminum and Dissimilar Metal Insulation: 1. Surface Preparation and Coating System: Surface Prep. Paint Material' Min. Coats, Cover Solvent Clean (SP 1) Wash Primer 1 Coat, 0.4 MDFT Bituminous Paint 1 Coat, 10 MDFT 2. Application: Use on all non -submerged concrete embedded aluminum surfaces. K. 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% Wheel Blast (SP 10) or Acid solids Epoxy or 1 or 2 coats, 7 MDFT Pickling SP 8 Pol urethane 2. Application: a. Use on the following areas: 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: Pipe, valves, fittings, and couplings. END OF SECTION High -Performance Coatings 09960 - 20 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B (SEE PSDS FORM FOLLOWING THIS SECTION) High -Performance Coatings 09960 - 21 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B PAINT SYSTEM DATA SHEET Attached products' Technical Data Sheet (if applicable) to this sheet for each paint system submittal. Paint System Number (from spec.): Paint System Title (from spec.): Coatings Manufacturer: Representative: Surface Preparation: Paint Material (Generic) Product Name/Number Proprietary) Min. Coats, Coverage Additional Information Required (check applicable items): ❑ ANSI/NSF Certification letter for each paint material listed above requiring ANSI/NSF Standard 60 and 61 approval. ❑ Manufacturer's minimum and maximum recommended coating thickness per coat and for total coating system. ❑ Immersion coating cure requirements from minimum coating application temperature to 100 degrees in 15-degree temperature increments. High -Performance Coatings 09960 - 22 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B i_ No Text No Text 13114 CORROSION MONITORING SYSTEM 1.00 GENERAL 1.01 WORK INCLUDED: A. This section covers the work necessary to furnish and install a corrosion monitoring system, which includes galvanic anodes at locations indicated on the Drawings, test stations, electrical isolation, and pipe joint bonds for electrical continuity, complete. B. Contractor to have a third party Corrosion Expert to perform Contractor required quality control testing as defined this section. 1.02 STANDARDS A. The following standards are included by reference: 1. NACE SP-0169 2. NACE SP-0177 1.03 QUALIFICATIONS A. CONTRACTOR specified testing shall be performed by a third party Corrosion Expert whom holds a current NACE accreditation as a Cathodic Protection Specialist (CP-4) or Cathodic Protection Technologist (CP-3. B. Contractor performed quality control testing shall include the following tests, which shall be performed as defined this section. 1. Joint Bond Resistance test 2. Casing Isolation testing (before and after casing fill) 3. Insulating Joint Testing 4. Concrete Reinforcement Isolation Testing C. Connection of galvanic anodes, energizing and testing of cathodic protection system, and other tests as defined under "System Tests and Inspections" shall be performed by the Engineer unless specifically stated otherwise, this section. 1.04 DEFINITIONS A. Foreign -Owned: Buried pipe or cable not specifically owned or operated by the OWNER. B. Electrically Continuous Pipeline: A pipeline which 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 bonded pipe joint as specified in this section. C. 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 SP0169. 1.05 SUBMITTALS: A. Shop Drawings: Catalog cuts and other information for products proposed for use. B. Quality Assurance Submittals: 1. Manufacturers' Certificates of Compliance. 2. Field Test Reports. Corrosion Monitoring System 13114-1 LUB12311 - Bailey County Well Field Supply Pipeline — Contract B 3. Qualifications of NACE Accredited Testing Personnel. 2.00 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 www.corrpro.com 2. Farwest Corrosion Control, Gardena, CA www.farwestcorrosion.com 3. Hoff Company, Inc. , Denver, CO www.pipelinesupplies.com 4. MESA Products, Tulsa, OK www.mesaproducts.com 5. Northtown Product, Huntington Beach, CA www.northtownproducts.com 2.03 PREPACKAGED GALVANIC ANODES A. High -Potential Magnesium Alloy: 1. Composition: a. Aluminum: 0.01 percent maximum. b. Manganese: 0.5 to 1.3 percent. c. Zinc: 0. d. Silicon: 0. e. Copper: 0.02 percent maximum. f. Nickel: 0.001 percent maximum. g. Iron: 0.03 percent maximum. h. Total Others: 0.05 percent each or 0.3 percent maximum. i. Magnesium: Remainder. 2. Dimensions: a. Length: 30 inches minimum. b. Bare Weight: 48 pounds minimum. 3. Manufacturers and Products: a. Dow; Galvomag. b. Amax; Maxmag. B. Anode Wire: Furnish each anode with No. 12 AWG solid or stranded copper wire with TW or THWN insulation, 10 feet long. C. Wire -to -Anode Connection: Manufacturer's standard anode connection and shall be stronger than the wire. D. Backfill: 1. Composition: a. Ground Hydrated Gypsum: 75 percent. b. Powdered Wyoming Bentonite: 20 percent. c. Anhydrous Sodium Sulfate: 5 percent. 2. Grain Size: 100 percent passing through a 20-mesh screen and 50 percent retained by a 100-mesh screen. Corrosion Monitoring System 13114-2 LUB12311 - Bailey County Well Field Supply Pipeline — Contract B 3. Mixture: Thoroughly mixed and firmly packaged around the galvanic anode within the cloth bag or cardboard tube by means of adequate vibration. 4. The quantity of backfill shall be sufficient to cover surfaces of the anode to a depth of 1 inch. 2.04 BURIED APPURTENANCE GALVANIC ANODES A. See drawings for type, size and quantity of anodes required for metallic fittings, pipe, and pipe appurtenances used in conjunction with non-metallic (PVC) pipe. B. Each metallic fitting on non-metallic pipe shall be cathodic protected with galvanic anodes at the size and quantity as shown on the Drawings. 2.05 JOINT BONDS A. General: 1. All joint bonds provided either by pipe manufacturer or Contractor shall meet the following minimum requirements: a. All connections on a joint bond shall be welded or soldered. b. Mechanical or compression type connections will not be permitted. c. Bonds and welds shall exhibit sufficient strength and flexibility to allow thermal movement of the pipe after pipe backfill without cracking or breakage. d. Bond connections to pipe shall be with an Engineer approved welding method. 2. All installed bonds shall be insulated or coated copper with all exposed copper field coated to prevent galvanic corrosion of the pipe. B. Ductile or Cast 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. Quantity of joint bonds per pipe joint by pipe diameter shall be as defined below: Bond Type U z� Two Bonds Three Bonds Four �ond� #2 AWG Wire 16" or less 42" or less Over 42" C. Cement Mortar Coated Steel or Concrete Cylinder Pipe: 1. Joint bonds shall be one of the following types at the CONTRACTOR's option: a. Manufactured steel bonding clips for arc welding to bell and spigot of joint, as shown on Drawings, b. Z-Bar bond fabricated of 3/8-inch diameter steel rod with total length not to exceed 6 inches. Bond shall be bent with offset of ends to fit between the bell and spigot of the joint and shall allow for 2-inches of weld length to both the bell and the spigot. c. Three bonds per joint, minimum. 2. Quantity of joint bonds per pipe joint shall be as defined below: Bona Type A Two Bonds � � " � Three Bonds � � hoar Bands ` . Manufactured Clip NA 54" or less Over 54" Z-Bar NA 54" or less Over 54" 3. Arc welding of bonds to pipe shall be performed by a qualified welder. 4. Completed welds shall have electrical resistance less than specified maximum joint bond resistance and shall not crack or break due to thermal contraction of pipe following pipe backfill. Corrosion Monitoring System 13114-3 LUB12311 - Bailey County Well Field Supply Pipeline — Contract B D. Flexible Coupling, Flanged Coupling Adapter, and Other Non-standard Joints: 1. Ductile Iron Pipe: a. No. 2 AWG wires, 24 inches long, HMWPE insulation, with two 12-inch long THHN insulated No.12 AWG wire pigtails, as manufactured by Erico Products Inc. (Cadweld), Cleveland, OH. 2. 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 follower rings, middle, ring, and pipe. Strap bond shall be fabricated for the length of the coupling with sufficient additional length for 1 inch of joint movement. Strap holes shall be sized for the thermite weld mold and shall provide for physical centering of the mold over the hole. b. Connection of joint bond to pipe shall be with the thermite weld method using the mold N and cartridge and recommended by the bond manufacturer. Strap bond shall be as manufactured by Erico Products, Continental Industries, or approved equal. Third party manufactured bonds shall be approved by the Engineer for conformance with the requirements of this specification and proper thermite welding. 3. Bond Quantity per Joint: Provide the quantity of bonds per pipe diameter as defined below: - Bond Type ` Two Bonds Three Bonds Four Bonds Copper Strap NA 54" or less Over 54" No. 2 Wire Bond NA 54" or less Over 54" 2.06 CATHODIC PROTECTION TEST STATIONS A. Flush Style, Vehicular Traffic (Type 2): 1. Test Box: Concrete body cast with a cast iron ring, with a minimum weight of 55 pounds and minimum dimensions of 9-inch inside diameter and 12 inches long. 2. Furnish extensions as required to penetrate concrete surfaces by 4 inches minimum. 3. Furnish with a 14-pound cast iron lid with the words "CP Test" cast into the lid. 4. Manufacturer and Products: Brooks; Models 3RT or Christy Oldcastle Model G05, or equal. B. Flush Style Terminal Boards: 1. Dimensions: 5-inch by 8-inch by 1/4 inch thick 2. Material: Phenolic, micarta or fiberglass. 3. Terminals: Stainless steel bolts, double nuts, double flat washers, lock washer, and shunt. Quantity and placement as shown on the Drawings. 4. Labels: Engrave terminal board with label of each terminal as shown on the Drawings and with the OWNER's name and contact number. C. Post Style, Steel Conduit: 1. Test Box: a. Cast aluminum with thread hub suitable for mounting to a 1-1/2-inch x 3-inch street reducer or directly to 3-inch rigid conduit. b. Manufacturer and Product: (1) Type T, C, and I Stations: Gerome Manufacturing, Testox 700 series (rectangle), except where Type TR stations required for remote monitoring capable. (2) Type F and A Stations: Gerome Manufacturing, Testox 2000 series (rectangle) with 3" threaded hub. 2. Street Reducer: a. Hot dipped galvanized 1-1/2-inch x 3-inch street reducer. 3. Terminal Block: a. Plastic or glass -reinforced laminated, 1/4-inch thick with seven terminals. Corrosion Monitoring System 13114-4 LUB12311 - Bailey County Well Field Supply Pipeline — Contract B 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. 4. Mounting Structure: 3-inch rigid hot dipped galvanized steel conduit, 7 feet long, threaded at one end (minimum). D. 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 700 series (rectangle) (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. Hardware: a. Conduit - Hot dipped galvanized conduit and conduit bodies b. Mounts - Unistrut support or two piece, one hole, malleable iron strap and clamp back, O. Z. Gedney 14-100G and 143G or equal. Two hole straps will not be permitted. 2.07 REFERENCE ELECTRODES: A. Prepackaged Copper -Copper Sulfate Reference Electrodes: 1. Material: Permanent type, copper -copper sulfate reference electrode suitable for direct burial with a minimum design life of 15 years. 2. Wire: No. 12 AWG stranded copper wire with yellow, 600-volt TW, THWN, or THHN insulation. The wire shall be attached to the electrode and insulated with the manufacturer's standard connection. Connection shall be stronger than the wire. 3. Backfill: Manufacturer's special low resistivity backfill in permeable cloth bag. 4. Packaging: Furnish electrode packaged in a plastic or heavy paper bag of sufficient thickness to protect the electrode, backfill, and cloth bag during normal shipping and handling. 2.08 CORROSION COUPON A. Application: Provide at all remote monitoring capable test stations, Type F test stations, and where shown on the Drawings. B. Coupon: 1. Steel corrosion coupon with IR drop free measurement capability. 2. . Exposed steel area to be 0.01 square feet. 3. Provide with two #12 or #14 AWG stranded copper wires leads, green insulation. C. Switch: 1. Magnetic reed switch, normally closed, with connecting leads and terminals. 2. EDI Model UI-MS, board or adjustable mount as required, with activating magnet. D. Manufacturers: 1. Fink Probe as manufactured by Cott Manufacturing, 2. IR Free Coupon manufactured by M. C. Miller, 3. Or equal. 2.09 WIRE: Corrosion Monitoring System 13114-5 LUB12311 - Bailey County Well Field Supply Pipeline — Contract B A. Pipe and Test Lead Wires: 1. No. 12 AWG wire, single -conductor, stranded copper with 600-volt, TW, THWN, or HMWPE insulation. l 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 and Green as shown on Drawings f. Corrosion Coupons: Green B. Reference Electrode: No. 12 AWG wire single -conductor, stranded copper with 600-volt, TW, THWN, or HMWPE insulation. 2.10 CONDUIT, LOCKNUTS, AND STRAPS: A. Outdoors, Exposed Conduit 1. Rigid conduit shall be rigid galvanized steel. 2. Fittings, junction boxes, pull boxes, and outlet 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, malleable iron, one hole, strap and clamp back spacer, O. Z. Gedney 14-100G and 143G or similar, for mounting to surfaces with either lag bolts or concrete wedge anchors, as shown on the Drawings. B. Buried Conduit: 1. Conduit shall be PVC coated rigid steel. 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. 2.11 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. 2. Welding materials and equipment shall be the product of a single manufacturer. Interchanging materials of different manufacturers is not acceptable. B. Molds: Graphite, as recommended by manufacture 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. 3. Extend wire conductor 1/8 inch beyond the end of the adapter sleeve. D. Cartridges: 1. Steel: 32 grams, maximum. 2. Cast and Ductile Iron: 45 grams, maximum, XF-19 Alloy E. Welders and Cartridges: For attaching copper wire to pipe material: Corrosion Monitoring System 13114-6 LUB12311 - Bailey County Well Field Supply Pipeline — Contract B No. 6 AWG Wire & Smaller Steel HA, VS, HC 15 gm Ductile or Cast Iron HB, VH, HE 25 gm No. 4 AWG Wire & Smaller Steel HA, VS, HC 25 gm Ductile or Cast Iron HB, VH, HE 32 gm No. 2 Wire Joint Bonds Steel FS 32 gm Ductile or Cast Iron FC 45 gm Concrete Cylinder Pipe HA, GR 32 gm Copper Strap Joint Bonds Steel M-128 15 gm F. Welding Materials Manufacturers: 1. Erico Products Inc. (Cadweld), Cleveland, OH. 2. Continental Industries, Inc. (Thermo -Weld), Tulsa, OK. 2.12 COATING REPAIR MATERIAL FOR PIPE AND FITTINGS A. General: 1. Complete coating repairs in accordance with recommendations of the pipe or fitting manufacturer. 2. B. Coating Requirements: 1. Ductile iron Pipe: a. Fast cure epoxy b. Thermite weld cap 2. Concrete Cylinder Pipe: a. Cement mortar, 1-inch, minimum cover. C. Coating Materials: 1. Thermite Weld Caps: 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) Denso Protal 7125 (low temperature) or Protal 7300 (2) Tapecoat TC 7010 (3) 3M ScotchKote 323 2.13 INSULATED JOINTS Corrosion Monitoring System 13114-7 LUB12311 - Bailey County Well Field Supply Pipeline — Contract B A. Install insulated joints to electrically isolate the pipeline from other pipes or structures where shown on the Drawings. B. Install insulated joints as shown on the Drawings. C. Align and install insulating joints according to the manufacturer's recommendations to avoid damaging insulating materials. D. Install a Type I test station at each buried insulated joint. E. Provide a DC blocking device on insulating joints where shown on Drawings. F. 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. 2.14 CASING INSULATORS AND SEALS A. Casing Isolators 1. Insulators shall be molded high -density polyethylene with plastic runners and shall consist of bolted segments. Insulators shall be sized to properly support the pipe weight without deformation or settlement. 2. Supply with stainless steel bolts for assembly. B. Casing Seals 1. Seals shall be flexible molded rubber with stainless steel clamps for sealing at the casing and carrier pipe. 2. Split seals shall be not be acceptable, unless approved by the ENGINEER. C. Manufacturers: 1. T. D. Williamson, Inc, Tulsa, OK 2. Plico, Houston, TX 3. Approved equal. 2.15 CONCRETE A. ASTM C94-90, Option A B. Cement: ASTM C150-89, type II with minimum cement content of 564 pounds per cubic yard. C. Coarse Aggregate Size: 3/ 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. 2.16 OTHER MISCELLANEOUS MATERIALS A. Test Station Wire Terminations: One-piece, tin-plated crimp -on ring tongue connector as manufactured by Burndy Company or Thomas and Betts. B. Shunts: 0.01 ohm, Type RS Holloway. C. Galvanic Anodes Splices: Corrosion Monitoring System 13114-8 LUB12311 - Bailey County Well Field Supply Pipeline — Contract B 1. Compression Connector: Burndy Type YC,"C" compression connector 2. Rubber Tape: Scotch 130C self -vulcanizing tape, two layers minimum. 3. Vinyl Tape: Scotch 88 vinyl electrical tape, two layers minimum. 3.00 WORKMANSHIP 3.01 GENERAL: A. The installation of the facilities herein specified and described shall conform to the latest applicable NEC rules. 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. C. The CONTRACTOR shall examine all Drawings and coordinate his work so as to avoid conflicts, errors, delays, and unnecessary interference with the construction of the facilities and to avoid duplication of the work such as excavation, filling, etc. In the event of any conflicts in the Specifications, the ENGINEER shall be consulted. 3.02 STORAGE AND HANDLING: A. Store all prepackaged anodes off the ground and keep them dry at all times. Protect against weather, condensation, and mechanical damage. B. Immediately remove from the project site all mechanically damaged anodes. C. Galvanic anodes shall not be lifted or held by the lead wire. D. Anode backfill material that has become wet will not be acceptable. 3.03 PIPE JOINT BONDING A. To form an electrically continuous pipeline and associated appurtenances, all metallic pipe joints shall be electrically bonded; including buried, vault, and manhole pipe, fittings, and restrained joints; except threaded, welded, or insulated joints. B. Install the quantity of joint bonds at each joint required to be bonded as specified this section or shown on the Drawings. Should the specifications and drawings conflict, the larger quantity shall apply. C. Electrical connection of bonds to pipe and fittings shall be by thermite or arc welding process. Bolted, compression, or mechanical connections will not be permitted. D. CONTRACTOR shall test each bonded joint for electrical resistance as specified under CONTRACTOR QUALITY CONTROL 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 shall maintain records showing actual pipeline stationing of test station wire connections to the pipe. Corrosion Monitoring System 13114-9 LUB12311 - Bailey County Well Field Supply Pipeline — Contract B 4. Records of actual pipeline stationing shall be provided to ENGINEER prior to preliminary electrical continuity testing by ENGINEER. 5. Test stations shall be generally located as follows: a. Install Type T test stations or other type test stations as required or at 1/4 mile intervals, but not greater than 1,500 feet. b. Install a Type F test station where 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. 6. 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. 7. Locate flush mounted test stations directly over the pipeline, except in areas of heavy traffic conditions. When heavy traffic conditions exist, offset the test stations to the side of the street. B. Style: 1. Test station style shall be as shown on the Drawings and as follows: 2. Post mount style test stations shall be steel conduit style as shown on the Drawings. 3. Flush mount style test stations shall be used for all type test stations in traffic, landscaped, or areas where aesthetic requirements restricts use of aboveground facilities. C. Installation: 1. Post mounted test station: a. Height shall be 36 and 42 inches above finish grade. b. In areas with livestock, test station height shall be between 48 and 60-inches. c. Post shall be concrete encased as shown on the Drawings. 2. Flush Mounted Test Stations a. Place in concrete pad or sidewalk with cast iron cover as shown on Drawings. b. Place concrete box on top of 3-inch base of compacted sand. c. In unimproved areas or at side of roadways provide blue "Carsonite" utility marker with yellow reflector on each side 1 foot from test box or as directed by the ENGINEER. D. Test Wires: 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 direct buried, except when station is required to be offset to the side of a road, and shall be buried a minimum of 30 inches below finished grade. 4. 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 greatest. 5. 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. 6. Maintain sufficient slack in flush mount test wires to permit extension of terminal block 18- inches from station. 7. Make wire connections to test station terminals with crimp -on ring tongue terminals, except where solid wire is specified. 3.05 REFERENCE ELECTRODE INSTALLATION A. Remove plastic or paper wrapper and place reference electrode within the pipeline trench excavation 6 inches below the centerline of the pipe in a vertical position. B. Install reference electrode centered between foreign pipelines and OWNER'S pipeline at pipe crossing location. Corrosion Monitoring System 13114-10 LUB12311 - Bailey County Well Field Supply Pipeline — Contract B C. Install packaged reference cell dry and lower into hole by rope sling or by grasping cloth gather. Do not use reference cell lead wire in lowering anodes. D. Backfill hole with select native material in 6-inch layers and hand tamp each layer around anode. Use only native soil for backfill; do not use sand. Exercise care not to strike reference cell or lead wire with tamper. E. Terminate reference electrode wire in test station. 3.06 CORROSION COUPON INSTALLATION A. Place corrosion coupons within 6-inches of pipe and reference electrode. B. Install reference electrode centered between foreign pipelines and OWNER's pipeline at pipe crossing locations. C. Terminate corrosion coupon lead wires in test station on separate terminals. D. Connect coupon to pipeline with magnetic switch as specified and shown on drawings. 3.07 THERMITE WELD WIRE CONNECTIONS: A. Use thermite weld method for electrical connection of copper wire to steel, ductile iron, and cast iron surfaces. Observe proper safety precautions, welding procedures, thermite weld material selection, and surface preparation as recommended by the material manufacturer. Assure that pipe or fitting wall thickness is of sufficient thickness that the thermite weld process will not damage the pipe or fitting wall's integrity or damage the lining in any way. B. Before the connection is made, the surface shall be cleaned to bare metal by making a 2-inch by 2-inch window in the coating, and then filing or grinding the surface with a vitrified wheel to produce a bright metal finish. Wire sleeves shall be installed on the ends of the wire before welding to the metal surface. C. After the weld connection is cooled, remove slag, visually inspect, and physically test wire connection by tapping with a hammer. Remove and replace any defective connections. D. Make wire connections to concrete cylinder pipe by thermite welding to the shop welded steel plates provided on the pipe for this purpose. E. Coat each completed wire connection as specified, this section. If lining is damaged by welding, repaired in accordance with the lining applicator's recommendations. 3.08 TRENCHING AND BACKFILL A. Complete excavations and trenching regardless of the type, nature, or condition of materials encountered, and as required to accomplish specified construction to lines and grades shown. B. Take care to avoid damage to existing structures and utilities during excavating and trenching process. CONTRACTOR may modify location, where approved by the ENGINEER, to minimize possible damage to existing structures. Trench shall be of uniform depth and width, level, smooth, and free of sharp objects. C. Slope, shore, or brace excavations and trenches in accordance with OSHA regulations as necessary to prevent caving during excavation in unstable material, or to protect adjacent structures, property, workers, and the public. Corrosion Monitoring System 13114-11 LUB12311 - Bailey County Well Field Supply Pipeline — Contract B 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. 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. 3.09 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. 3.10 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. 3.11 WIRE INSULATION REPAIR A. Underground splicing of wire will not be permitted, except where specifically shown on the drawings and approved by the ENGINEER. B. Where splicing is approved by the ENGINEER, splices shall mechanically secure and soldered with rosin cored 50/50 solder. Compression connectors will not be permitted. C. 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. 3.12 QUALITY CONTROL TESTING A. General: 1. Contractor shall correct all construction defects identified during testing. 2. Provide engineer with 7 days advance notice of completion for Engineer acceptance testing. 3. Contractor required testing as defined herein shall be performed by a Corrosion Expert, with qualifications as specified this section, whom is an employee or subcontractor to the Contractor. B. Joint Bond Resistance Test: 1. General Corrosion Monitoring System 13114-12_� LUB12311 - Bailey County Well Field Supply Pipeline — Contract B a. The CONTRACTOR shall test completed joint bonds for electrical continuity using a digital low resistance ohmmeter. b. Joint bond quality control test shall be performed on all bonded joints after the bonds are installed but before backfilling of the pipe. - c. 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: (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 below. ;< Joist#Type MaAllovirable Res�starce {m�c�o-ohms Two 4BondstJo�nt Threes Bonds/Jain# �., Four Bortds/Joint No. 2 AWG wire Bonds 162 108 81 Copper Strap (12-inch)165 83 55 Copper Strap (6-inch) 83 55 41 Flexible Coupling 212 142 106 MLC Steel Pipe Clips 110 55 42 Z-bars 142 95 71 b. For bond quantities greater than shown above obtain maximum allowable bond resistance from the Engineer. c. The CONTRACTOR shall remove and replace all joint bonds on a joint that exceeds the maximum allowable resistance. Replacement joint bonds shall be retested for compliance with the specified bond resistance. d. Any defective joint bond discovered during SYSTEM TESTS AND INSPECTION 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 Corrosion Monitoring System 13114-13 LUB12311 - Bailey County Well Field Supply Pipeline — Contract B 5. Report: CONTRACTOR shall submit a QC report upon completion of joint bond resistance testing which includes the information listed above. C. Insulated Joint Isolation Test: 1. CONTRACTOR shall provide a Corrosion Expert 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 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. 6. CONTRACTOR shall submit a report prepared by the Corrosion Expert certifying insulating joint testing isolation, test method(s), test data, and any corrective action required. D. Casing Isolation Testing: 1. CONTRACTOR to test each casing and carrier pipe after assembly for electrical isolation before and after filling of casing with the specified fill material. 2. An electrical isolation test method and evaluation criterion to be utilized by Corrosion Expert is to be submitted in writing for approval by ENGINEER prior to beginning field testing. 3. Electrical Isolation is defined as a condition of being electrically isolated from other metallic structures (including, but not limited to, other piping, concrete reinforcement, casings, and other structures not intended to be cathodically protected) and the environment as defined in NACE Recommended Practice RP0169-83. 4. CONTRACTOR to conduct any and all remedial actions necessary to clear all electrical contacts between the carrier pipe and casing before filling of the casing shall be permitted. 5. CONTRACTOR shall submit a written report prepared by the Corrosion Expert certifying casing isolation, testing method(s), test data, and any corrective action required. 3.13 SYSTEM TESTS AND INSPECTION A. General 1. CONTRACTOR shall correct all construction defects identified during testing. 2. CONTRACTOR shall provide records showing actual location of test stations prior to preliminary electrical continuity test by engineer. 3. Provide ENGINEER with one week advance notice before beginning tests. B. Electrical Continuity Testing: Preliminary Continuity Test By Engineer a. After the pipeline construction is completed and all test stations have been installed, the ENGINEER shall test all pipelines with joint bonds for electrical continuity using the four -wire lineal pipe resistance test method. b. Test will be conducted with a minimum test current of 15 amperes using a portable rectifier or do welder. c. 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 Corrosion Monitoring System 13114-14 LUB12311 - Bailey County Well Field Supply Pipeline — Contract B i plus the maximum allowable joint bond resistance for each joint as specified in this section. d. The CONTRACTOR shall locate electrically discontinuous joints at his sole expense as specified herein. e. Each discontinuous section of pipe shall be retested by the Engineer after all continuity repairs are completed to demonstrate that the pipeline is electrically continuous. Engineer retesting costs shall be at the Contractor's expense. 2. Electrical Discontinuity Location: a. CONTRACTOR shall be solely responsible for location and repair of all discontinuous or high resistance 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. b. After all discontinuous or high resistance joint bonds 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. c. Existing joint bonds damaged during excavation of the pipe for repairs or temporary wire connections shall be repaired by the CONTRACTOR. d. 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. END OF SECTION Corrosion Monitoring System 13114-15 LUB12311 - Bailey County Well Field Supply Pipeline — Contract B No Text Xo ra"a v'*°a¢. - ,� '�,�..!�.<.�S��.o ;'n: �` ¢�;`.#� �>�C�a�''�"."°,'�a x ¢ " �¢°°3. ryaf�, .��� o��t:� o. �•,?*'. a• , °3' " " - - " fir:. •:,�. %,'S `�: � r'. �:. '.x '. ,F.''...�..'ry , , °�,✓o�';M1>o�:o-%.aso.+>tr'67`e''k,�"...'V-":_°:>%F-'s<"'a,:$>v;�;<"�:M1 .+'<�o- ""'>`ry;i'�'�r xi">k�`'..)r. :�_.. t,o- ¢'�"'¢'f�:*o> s _ _ - , - s>gw3�?�° h� *x a �^� b "$� �� -x ?cs�?�C'•^ � -004'�'��'<` : i,�s." . �. �. x'"� � - - �c� a•, x ,� . 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 A. ACCEPTABLE MANUFACTURERS 1. American -Flow Control 2. M&H 3. Mueller 4. Clow B. TESTING Valves 3" through 48" in size shall be tested in accordance with AWWA C-500 and AWWA C- 515. 1.03 SUBMITTALS Submittals shall be in accordance with Section 01300, SUBMITTALS and shall include Shop Drawings, Record Data, and Operations and Maintenance Manuals as specified below. A. SHOP DRAWINGS 1. Catalog data — the manufacturer shall supply catalog data including illustrations and parts list that identifies the material for various parts. 2. Weight information - The manufacturer shall provide a statement of the net assembly's weight for each size valve exclusive of joint accessories. 3. Assembly Drawings — The manufacturer or supplier shall submit to one set of drawings showing the principal dimensions, construction details, and materials used for all parts of the valve. All work shall be done and all valves shall be provided in accordance with these drawings after the drawings have been reviewed and accepted by the engineer. B. RECORD DATA 1. The Vendor shall submit the following as Record Data at least 7 days prior to the shipment of the valve. 2. An affidavit stating that the valve furnished complies with AWWA C-515 for valves 3" to 48" in size 3. An affidavit stating that the valve furnished complies with these specifications 4. An affidavit stating that the valve furnished complies with all tests specified in AWWA C- 515. The affidavit shall also state that all of these tests have been performed and that all test requirements have been met. 5. Provide written proof of guarantee or warranty for each product over $5,000 C. OPERATION AND MAINTENANCE MANUALS Gate Valves 15101-1 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B The Vendor shall submit Operation and Maintenance Manuals per Section 01730 - OPERATION AND MAINTENANCE MANUALS 1. Manuals shall describe proper storage, installation instructions, maintenance procedures, bolt torques, repair techniques, and all other pertinent information to allow the Owner to perform required operation and maintenance of the valve. 2. 1.04 STANDARDS The applicable provisions of the following standards shall apply as if written here in their entirety: ANSI 1316.1 "Cast Iron Pipe Flanges and Flanged Fittings" AWWA C-111 "Rubber -Gasket Joints for Ductile Iron Pressure Pipe and Fittings" AWWA C-500 Metal Seated Gate Valves for Water Supply Service" AWWA C-509 "Resilient Seated Gate Valves for Water Service" AWWA C-515 "Reduced -Wall, Resilient -Seated Gate Valves for Water and Sewage Systems" AWWA C-550 "Protective Interior Coatings for Valves and Hydrants" ASTM A-126 "Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings" ASTM A-536 "Standard Specification for Ductile Iron Castings" 1.05 GUARANTEES A. Provide a Special Warranty for each product supplied under this Specification that is over $5,000 at time of purchase. Special Warranty shall be provided against defects in materials and workmanship and operational failure. B. The special warranty shall extend for a period of three years of service. The three years of service shall be interpreted as the 36-month period following the installation, adjusting, and acceptance testing, and the start of actual operation of the equipment, or 42 months following delivery of the equipment, whichever comes first. C. Provide written proof of Special Warranty to the owner 30 days after the beginning of the three years of service defined above. Written proof shall be signed by an officer of the Supplier's organization and show the project and owner name, the time length of the Special Warranty as well as the beginning and ending date, and all other items listed below. D. The Special Warranty will warrant the following to the Owner: 1. The Work and Equipment will be free from defects and will strictly conform to the requirements of the Contract Documents for materials, workmanship, performance and operation. 2. Defects in the products described in this Specification Section will be corrected beginning within 7 days of notification by the Owner or Contractor and work will progress without interruption until correction of defects is accepted by the Owner. Gate Valves 15101-2 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B t I_ 3. Cost for correction of defects is to be paid by Contractor if within the Two Year Correction Period specified in the General Conditions. Cost for correction of defects after this Two Year Correction Period will be paid by the Supplier. 4. Supplier assumes solely responsible for corrective work required after the Two Year Correction Period. If corrective action is not initiated and completed within 6 months from the end of the Two Year Correction Period, the Owner may, at their discretion, correct defects and seek to recover compensation for all costs associated with this effort, including additional legal or engineering fees from the Supplier. 5. Supplier warranties will be assigned to the Owner with provisions that reserve the Contractor's right to also enforce the warranties. E. Warranty does not cover routine or normal deterioration or damage of the product resulting from using the product under the specified operational parameters and assumes that routine maintenance as required by Supplier provided detailed Operations and Maintenance manuals and start up instructions has been performed. F. Provide a draft copy of Special Warranties meeting the requirements of this Specification Section prepared by the Supplier and submitted with Shop Drawings. Provide a final copy of the Special Warranty from the Supplier, when the project is substantially complete. G. Warranties required by this Specification Section are in addition to and not a limitation of any other warranty or remedy required by law or by the Contract Documents. 2.00 PRODUCTS 2.01 MANUFACTURED PRODUCTS A. VALVE 1. Gate valves 2-1/2" and smaller shall be stainless steel, non -rising stem with wedge disc and screwed ends for 300 psi W.O.G. working pressure. 2. Gate Valves 3" through 14" in size shall be drilled per ANSI B16.1 for a 125 psi pattern. 3. Gate valves 3" through 14" in size shall be resilient seated with non -rising stem in strict accordance with AWWA C-515 and shall have a minimum working pressure of 250 psi. The body, bonnet, yoke, and gate shall be constructed of ASTM A536, Grade 65/45/12 ductile iron. 4. Gate valves 16" through 48" in size shall be AWWA-0509, resilient wedge with non -rising stem and shall be rated for 250 psi working pressure, unless otherwise specified. A shell test shall be applied to all valves at twice the rated working pressure for a duration of 1 hour. Leakage test shall be performed for a duration of 30 minutes. The body, yoke, and gate shall be constructed of ASTM A536, Grade 65/45/12 Ductile iron. 5. Gate for resilient seated valves shall be cast iron encapsulated with EPDM rubber. Rubber -seated compound shall be bonded to the valve's gate. 6. Valves 24" and larger shall be installed with the shaft vertical, unless otherwise specified. 7. The stem shall be constructed of ASTM A276, 304 stainless steel and shall be provided with an inside screw. 8. The non -rising stem and bonnet shall be sealed by Buna-N rubber O-rings. 9. All fasteners shall be ASTM A193, Grade 138M bolts and ASTM A194, Grade 8M. 10. Valves 16" and larger shall be provided with gearing such that the valve can be seated and unseated bubble tight with a maximum required opening and closing torque to 80 ft- Ibs. Gate Valves 15101-3 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B B. OPERATORS: 1. Operators shall turn counterclockwise to open the valve. 2. Valves shall have a 2" square nut operator unless otherwise shown. Where indicated, install 2" square nut with extension stems to extend operating nut to within 12" of the finished grade. 3. Provide a hand wheel where indicated. A directional arrow and the word "OPEN' shall be k cast on the hand wheel. 4. Where valves are mounted horizontally, they shall have a non -rising stem with an enclosed bevel gear suitable for buried service. Bevel gear shall be grease lubricated. 5. Operators for isolation in air valve and blow -off valve vaults shall have operators turned 90-degrees for actuation with a tee -wrench from above. C. FLANGES 1. Valves shall conform to ANSI B16.1 and shall be suitable for the pressure class of the valve. 2. Contractor shall coordinate flange ends with flanges of adjacent piping. 3. Where gate valves are installed adjacent to air valves, flanges shall be drilled for 125 psi pattern conforming to ANSI B16.1. D. VALVE BOXES: Valves for buried service shall be supplied with cast iron valve boxes. Valve boxes shall be of the three piece cast iron extension type, Mueller No. 10380 or Clow F2450. The three pieces shall consist of the top section, center section, and base plus the cover. Raised letters in the cover shall read "WATER". E. VALVE COATING 1. Internal surfaces at the valve body and bonnet of resilient seated gate valves shall be coated with System No. 1, Submerged Metal — Potable Water in accordance to Specification 09905 — PROTECTIVE COATINGS. 2. External surfaces at the valve body and bonnet of resilient seated gate valves shall be coated with System 29, Fusion Bonded Epoxy (FBE), or System No. 4, Exposed Metal — Highly Corrosive (vaults) per Specification 09905 PROTECTIVE COATINGS. 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. 3.02 BLOCKING UNDER GATE VALVE Gate valves 10" and larger which are buried shall rest on a concrete pad. Pad shall extend for the full width of the trench and from back of hub to back of hub (or flange). Care shall be taken to not interfere with the jointing. Concrete shall be minimum 1,500 pounds per square inch compressive strength. 3.03 FIELD QUALITY CONTROL Gate Valves 15101-4 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B Upon completion of installation of the equipment, an acceptance test to verify the satisfactory operation of each unit shall be conducted. The test shall be conducted in a manner approved by and in the presence of the Engineer. The unit shall be checked for general operation and leakage. The unit must perform in a manner acceptable to the Engineer before final acceptance will be made by the Owner. END OF SECTION Gate Valves 15101-5 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 15103 BUTTERFLY VALVES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install butterfly valves. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. DeZurik. 2. M&H. 3. CMB/K-Flo. 4. Pratt. B. Experience Requirements: The Manufacturer shall have had successful experience in manufacturing tight -closing, rubber -seated butterfly valves for this type service in the sizes indicated. The Manufacturer shall have at least 10 years' experience in the manufacture of valves. C. Manufacturer's Representative for Startup and Testing: The Valve Vendor or Manufacturer shall provide the services of a competent manufacturer's representative for an indefinite period of time as required to insure proper adjustment, installation, and operation of the valve. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01300 "Submittal Procedures" and shall include: 1. Shop Drawings 2. Operation and Maintenance Manuals. 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American National Standards Institute (ANSI) Standards: ANSI B16.1 Cast Iron Pipe Flanges and Fittings 2. American Society for Testing and Materials (ASTM) Standards: ASTM A48 Standard Specification for Gray Iron Castings ASTM A126 Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings ASTM A276 Standard Specifications for Stainless Steel Bars ASTM A536 Standard Specification for Ductile Iron Castings ASTM B148 Standard Specifications for Aluminum Bronze Coatings 3. American Water Works Association (AWWA) Standards: Butterfly Valves 15103 -1 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 8 AWWA C504 Standard for Rubber -seated Butterfly Valves AWWA C550 Standard for Protective Interior Coatings for Valves and Hydrants 2.00 PRODUCTS 2.01 VALVE CONSTRUCTION A. General: Butterfly valves supplied under this Contract shall be of the tight -closing, rubber seated type with rubber seats that are securely attached to the valve disc or body. Valves shall be bubble tight at rated pressures with flow in either direction and shall be satisfactory for applications involving valve operation after long periods of inactivity. Butterfly valves shall conform to the applicable requirements of AWWA C504 and AWWA C550. All valves for potable water service shall comply with NSF61 standards. B. Valve Bodies: Valve bodies shall be constructed of cast iron ASTM A126, Class B or ASTM A48, Class 40 or ductile iron in accordance with ASTM A536, Grade 65/45/12. Valve class shall be suitable for the pressure class of the adjacent pipe in which it is installed. Valve shall have connection ends as shown in detail drawings with ANSI B16.1 Class 125 drilling where applicable. Two trunnions for shaft bearings shall be integral with each valve body. C. Valve Discs: Valve discs shall be cast iron conforming to ASTM A126, Class B, aluminum bronze conforming to ASTM B148, or ductile iron conforming to ASTM A536, Grade 65/45/12. D. Valve Shafts: Valve shafts shall be turned, ground and polished, constructed of stainless steel conforming to ASTM A276. Valve shafts may consist of a one-piece unit extending completely through the valve disc, or may be of the "stub shaft" type, which comprises two separate shafts inserted into the valve disc hubs. If of the "stub shaft" construction, each stub shaft shall be inserted into the valve disc hubs for a distance of at least 1-1/2 shaft diameters. The shaft shall be tightly connected to the disc using tapered or wedged keying devices. E. Valve Seats: Valves shall have Neoprene, Buna-N or other synthetic rubber resilient seas to provide tight shut off at the pressure specified. The mating seat surface shall be ASTM A276, 18-8 stainless steel or a 95 percent pure nickel overlay. All valves shall have replaceable, adjustable seats. Valves 30 inches and larger shall have in -line replaceable seats. F. Valve Bearings: Valve shall be fitted with sleeve type bearings. Bearings shall be of corrosion -resistant and "self -lubricated" materials that will not deteriorate natural or synthetic rubber. G. Valve Shaft Seals: Where shafts project through the valve bodies for operator connection, a split-V or O-ring type shaft seal shall be provided. 2.02 VALVE OPERATORS: A. General: The valve operator shall be designed and manufactured in accordance with the applicable requirements of AWWA C504 and AWWA C540, and shall be arranged for horizontal or vertical valve shaft installation. B. Manual Operators: 1. Manual operators shall have all gearing totally enclosed and shall be pre -lubricated or grease packed. Operators shall be of the worm gear or travelling nut and link type with field adjustable stops to prevent over travel in the open or closed positions. The direction of the manual rotation shall be clockwise to close. t_ Butterfly Valves 15103 - 2 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 2. Operators for exposed valves shall be provided with a valve position indicator and a handwheel or chain and sprocket device. Provide chain and sprocket for valves greater than 6 feet above walking surface. 3. Operators for buried valves shall have an extended stem with a 2-inch square operating nut within 12 inches of the finished grade. Provide a cast iron valve box to enclose the operating stem. Valve box shall be three-piece extension type equal to Mueller No. 10380 or Clow F2450. For valves which are installed with the shaft vertical, provide a level gear for vertical operation of the operating nut. 3.00 EXECUTION 3.01 INSTALLATION A. Installation shall be in accordance with the Manufacturer's instructions. Valve shaft shall be truly vertical or horizontal as indicated. 3.02 FIELD QUALITY CONTROL A. Upon completion of installation of the butterfly valves an acceptance test shall be conducted to verify the satisfactory operation of the valves. The valves must perform in a manner acceptable to the Engineer before final acceptance will be made by the Owner. 3.03 SCHEDULES; VALVES A. The required valves and certain pertinent data are 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. °Sze 13FY AWWA Pipeline Nfame Station Class Type OpelratoIr ; Contract B 389+00 30-inch 150 Manual Contract B 389+80 36-inch 150 Manual END OF SECTION Butterfly Valves 15103 - 3 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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, piping, riser piping, screens, supports, and signage. 1.02 SUBMITTALS Submittals shall be in accordance with Section 01300, SUBMITTALS and shall include: A. Shop Drawings. B. Certificate of Adequacy of Design. C. Operation and Maintenance Manuals. 1.02 STANDARDS The applicable provisions of the following standards shall apply as if written here in their entirety: ANSI/NSF Standard 61 AWWA C512 Air Release, Air/Vacuum and Combination Air Valves for Water Works Service 2.00 PRODUCTS 2.01 MANUFACTURED PRODUCTS A. GENERAL 1. Each air valve shall have a cast iron body, bronze, or stainless steel trim and stainless steel float. Float shall be baffled to prevent air from blowing valve closed until air is exhausted. 2. Valve body, float, etc., shall be designed for a working pressure and shall seat at a minimum pressure shown in the valve schedule, Paragraph 3.02. The minimum operating pressure shown is under steady state conditions, and does not include minimum surges. 3. Air valves shall be manufactured by Vent-O-Mat, APCO, Val-Matic or Crispin. 4. Top of valve assembly shall be fitted with a hood. Valve inlet shall be N.P.T. for 2" and smaller valves. Valve inlet shall be ANSI flange for 3" and larger valves. Flange rating shall equal or exceed the maximum working pressure. Air Release and Air and Vacuum Valves 15117-1 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 5. A 1" pipe outlet shall be provided at the bottom of the valve's housing for valves 3" and larger. A 1" gate valve and ell shall be provided as shown in the contract drawings. 6. Valve Coating a. Internal surfaces shall be coated with System No. 1, Submerged Metal — Potable Water in accordance to Specification 09905 — PROTECTIVE COATINGS. b. External surfaces shall be coated with System 29, Fusion Bonded Epoxy (FBE), or System No. 4, Exposed Metal — Highly Corrosive (vaults) per Specification 09905 PROTECTIVE COATINGS. B. AIR RELEASE VALVES (AR): Air release valves shall be designed to automatically release accumulated air pockets within the pipeline while in operation and under pressure. Air release valves shall be APCO Model 200A, Val-Matic Model 38, Crispin Model PL, or Cla-Val Series 34. C. COMBINATION AIR VALVES (CAV) 1. Combination air valves shall be heavy duty air and vacuum valves with air release. 2. Combination air valves shall be designed to release accumulations of air at high points within a pipeline by exhausting large volumes of air as the pipeline is being filled and by releasing accumulated pockets of air while the pipeline is in operation and under pressure. Combination air valves shall also be designed to permit large volumes of air to enter the pipeline during pipeline drainage. 3. Combination air valves shall be of "custom built" duplex body style with standard air and vacuum valve piped to a separate standard air release valve with a shutoff valve in between. The standard air and vacuum valve shall be tapped with 1" drain pipe with gate valve and turned -down elbow. 4. Combination air valves shall be Vent-o-Mat Model RBX 1631, APCO Model 1800 with air release valve model 200, Val-Matic Model 100 with air release valve model 38, or Crispin Model AL/PL-NT. E. COMBINATION AIR AND VACUUM VALVE WITH SURGE CHECK (CAVSC) Each CAVSC shall have a combination air valve as described above which is mounted on top of a surge check. The surge check shall provide anti -slam slow closing operation of the air and vacuum valve. The surge check shall be spring loaded and have orifices drilled in the plug to throttle water flow. The surge check shall have an exterior bypass with flow control to bypass the plug. CAVSC shall be APCO Model 1700 with a 2" Air Release Valve Model 200 or Valmatic Model 1200S/100/38 with 2" air release valve. 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. f Air Release and Air and Vacuum Valves 15117-2 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 3.02 SCHEDULES Station Location Size Type Working Pressure PSI Minimum Pressure PSI 43+55 4 CAV 150 0 70+80 4 CAV 150 0 92+40 4 CAV 150 0 120+30 4 CAV 150 0 149+20 4 CAV 150 0 181+25 4 CAV 150 0 220+10 4 CAV 150 0 242+90 4 CAV 150 0 307+40 4 CAV 150 0 329+60 4 CAV 150 0 337+50 4 CAV 150 0 377+75 4 CAV 150 0 400+90 4 CAV 150 0 440+50 4 CAV 150 0 444+90 4 CAV 150 0 458+60 4 CAV 150 0 END OF SECTION Air Release and Air and Vacuum Valves 15117-3 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B 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 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B D. The couplings shall be assembled on the job in a manner to ensure permanently tight joints under all reasonable conditions of expansion, contraction, shifting and settlement. The coupling shall be Dresser Style 38, Smith Blair Style 411, or Baker Series 200. E. Double harnessed couplings on bridge shall have a 12" middle ring. 3.02 INSULATED FLEXIBLE COUPLINGS FOR PLAIN -END PIPE Couplings shall meet the basic requirements of Specification section 2.04. Insulated couplings shall be Dresser Style 39, or equivalent Smith Blair or Baker. 3.03 ADJUSTABLE PIPE SUPPORTS Galvanized pipe supports for floor mounted piping, where indicated, shall be Grinnel Figure 264 or approved equal, comprising a cast iron saddle, threaded nipple, and reducer assembly with extra strength steel pipe and floor flange. Where required, saddle shall be fabricated steel to fit valve or piping appurtenance. Entire unit shall be galvanized. 3.04 INSTALLATION Carefully handle and install valves and appurtenances in a manner that prevents damage to any part of the unit. Install items in accordance with the Manufacturer's instructions. Perform an electrical continuity check at insulated connections prior to filling the piping with water, to verify there are no shorts across the insulated connection. Verify size, type, location, pressure rating, and connections of all pipe and fittings with equipment suppliers, where applicable. END OF SECTION 11 Miscellaneous Valves 15136-2 LUB12311 — Bailey County Well Field Supply Pipeline — Contract B I - No Text 4' No Text No Text 4055 International Plaza, Suite 200 • Fort Worth, Texas 76109 • 817-735-7300 • fax 817-735-7491 ,, - , ire cs .air,. TO: Nick Lester, P.E. CC: File: LUB12311 FROM: Marc Miller, P.E., Holly Murphy, E.I.T. SUBJECT: City of Lubbock Bailey County Well Field Pipeline DATE: April 15, 2013 PROJECT: LUB12311 INTRODUCTION �eawa®oe of e rF�goo • s0 AV ®::::..................:::: OF MARC T. MILLER s m eeee°°ee• e°e°e°eee°°e°ee°e 87824 �d0 �F °PCENS ss °•e°ee• lot � lON L �+-/Xg FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F- 2144 This memo summarizes the results of the geotechnical investigation for the proposed 30-inch Bailey County water line located in Lubbock, Texas. This work was provided as part of Freese and Nichols, Inc. project number LUB12311, authorized by the contract with the City of Lubbock. PURPOSE AND SCOPE This memo presents the results of a geotechnical investigation for the proposed 30-inch water pipeline in Lubbock, Texas. Current plans call for the water line to be installed about 4 to 8 feet below the existing grade. Open cut excavations are planned, with occasional bored crossings at major roadway crossings. The purpose of the geotechnical study has been to provide data for use during the design of the proposed pipeline and to comment on construction considerations. To accomplish this purpose, the study was planned based on the following scope: 1. Review the Geologic Atlas of Texas to assess expected subsurface conditions; 2. Drill a series of borings along the pipeline alignment to obtain samples for observation and testing, and observe subsurface conditions; 3. Perform laboratory tests on selected samples to determine classification and engineering properties of the subsurface including corrosion testing; 4. Perform an analysis using collected data to develop recommendations for the proposed pipeline; and 5. Deliver samples to a corrosion specialist for analytical testing. FIELD INVESTIGATION The field investigation included the drilling of a total 22 borings along the pipeline route, as provided on the attached Boring Location Plan (Figure 1). Note that an additional boring was added (FNI-22) between borings FNI-01 and FNI-02 after the scope was developed. The drilling was performed from March 6 to March 8, 2013 by Total Depth using a CME-75 truck -mounted drilling rig. Mr. Don James, P.G. of FNI supervised the drilling and logged the borings. The typical depth for each boring was 20 feet below grade, except three borings (FNI-04, FNI-06, and FNI-21) near utility bore locations were drilled to 30 feet below grade. LU612311 April 15, 2013 Page 2 of 4 The borings were drilled using "dry" use hollow stem augers. Split spoon samplers were primarily used to collect l samples for laboratory tests and to evaluate soil density. Push tubes were also used at selected depths. The borings were observed for indications of subsurface water entry during drilling and were checked for accumulated water before being backfilled with soil cuttings. The boring logs were prepared from the field logs, the laboratory test reports, and additional inspection of recovered samples in the laboratory. The boring logs are presented as Attachment A. LABORATORY INVESTIGATION Laboratory testing was performed on selected samples by Gorrondona & Associates, Inc. These samples were selected by FNI as being generally representative of that stratum and /or boring. Testing was performed to allow for material classification according the Unified Soil Classification System (ASTM D 2587), and to determine the engineering properties of the materials. These tests include moisture content, Atterberg limits, the percentage passing #200 sieve, and unconfined compression tests. The results of these tests are presented at the corresponding depth on the boring logs provided in Attachment A, and the Summary of Laboratory Results in C Attachment B. 1 GEOLOGIC AND SUBSURFACE CONDITIONS Geology The Lubbock Sheet of the Geologic Atlas of Texas (revised 1993) indicates that the site is located in the Blackwater Draw Formation. The Blackwater Draw Formation is described as "sand, fine to medium -grained quartz, silty, calcareous, caliche nodules, massive, grayish -red; distinct soil profile; thickness 25 feet, feathers out locally. (Mostly Illinoian, may include younger deposits.)" The USDA Soil Survey of Lubbock County (1979) identifies the soil to primarily consist of the Amarillo -Acuff series. The Amarillo -Acuff series is described as "deep, nearly level to gently sloping, moderately permeable, loamy soils on uplands." I Stratigraphy Subsurface stratigraphy along the pipeline route consists primarily of medium dense to very dense silty sand and clayey sand, and stiff to hard sandy lean clay. Some sandy silt was also noted. The soils are brown to red -brown in color. The borings often indicated the formation of caliche throughout the soil layers. Cemented caliche material was noted in Borings FNI-03, 04, and 19 at variable depths. Refer to the Boring Logs in Attachment A for specific subsurface descriptions and thickness of particular strata. Groundwater Water was not encountered in the borings at the time of drilling. The occurrence of and variations 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. Findings apply only to the time and place indicated. LUB12311 April 15, 2013 Page 3 of 4 ritwm , M�. 1, - I RECOMMENDATIONS AND CONSTRUCTION CONSIDERATIONS Excavations -- Open -cut excavations will be used for the majority of the alignment with occasional bores under roadways. Excavations should be configured to create a safe working condition. As required by Texas State law, the excavation design and maintenance is the sole responsibility of the Contractor. Attention is drawn to OSHA Standards 29 CFR —1926 Subpart P for guidance in the design of such systems. Excavations along the alignment will encounter a variety of overburden soil. The soil will include primarily sands, silts and clays. These overburden soil materials can be excavated with conventional earthmoving equipment. Three of the borings indicated cemented caliche. The materials are described as weakly -cemented, but experience indicates that this material can require significant effort to excavate. Additionally, the occurrence of caliche in this region is variable, and may be more widespread than indicated by the borings. Planning should consider that caliche material will be encountered and may require heavy-duty earthmoving equipment equipped for rock excavation. This discussion is presented to assist with the development of project documents, and contractor's that refer to this document are solely responsible for determining excavation characteristics. Roadway and Railroad Crossings Bored casings or horizontal directional drilling methods may be used at roadway and railroad crossings. These installations will encounter a wide variety of materials, and may include some rock -like materials. Rock -like materials will likely require more effort to drill when compared to the overburden soil, as discussed in the previous section. Embedment and Backfill Pipe bedding and backfill should be in general accordance with FNI Standard Specification 31 23 33.16 — Trenching and Backfill. The trench type recommended for a depth of cover from four to fifteen feet consists of granular embedment. The granular embedment should be placed and compacted as specified in FNI Standard Specification 31 23 33.16 for the particular pipe material. Most of the excavated soils from the trench are suitable for backfill above the pipe envelope in non -load bearing areas. Due to the varied mixture of the excavated soils, care should be taken to keep the material segregated if it will be used as backfill above the pipe envelope. Earthwork The project alignment should be stripped of vegetation, roots, organic material, existing construction materials (if present) and other undesirable debris. Obstructions that could hinder preparation of the site should also be removed, with special attention given to tree stumps and associated root systems. After stripping, the area should be suitable for the support of construction equipment. Unsuitable areas (such as those with wet, soft, yielding, and/or pumping subgrade) should be corrected before construction proceeds. Proof rolling should be used to detect areas of soft and /or pumping soil. Proof rolling should be based upon TxDOT Standard Specification Item 216, and performed using a heavy tired vehicle weighing at least 20 tons, with the tires inflated to the manufacturer's specified operating pressure. Unsuitable soil should be undercut and reworked, or otherwise improved in a manner that is suitable to the engineer. Proof rolling and subgrade scarification may be omitted in areas that expose sandstone. General fill above the pipe zone and used as vault backfill should be compacted between 95 and 100 percent of the maximum Standard Proctor density (ASTM D 698), between 2 percent below and 3 percent above the LUB12311 a April 15, 2013 Page 4 of 4 optimum moisture content. Compaction of each lift should be continuous over its entire area. The maximum allowable aggregate size for these materials is 2 inches. Fill should be placed in loose horizontal lifts not exceeding about 8 to 9 inches, with the intent of providing a compacted lift thickness of 6 inches. Fill placed along slopes should be placed in horizontal lifts that are benched into the slope. I The material should be consistent with regard to type and moisture content. Clods should be processed and mixed, and water should be evenly applied, so that each lift has a uniform moisture and density. Each lift should be tested to confirm it has the specified moisture and compaction. Subsequent lifts should not be placed until the exposed lift has the specified moisture and density. Lifts failing to meet the moisture and density requirements should be reworked to meet the required specifications. The contractor must provide some means of controlling the moisture content (such as water hoses, water trucks, etc.). Maintaining subgrade moisture is always critical, but will require the most effort during warm, windy and/or sunny conditions. Density and moisture verification testing is recommended to provide some indication that adequate earthwork is being provided. However, the quality of the fill is the sole responsibility of the contractor. Satisfactory verification testing is not a guarantee of the quality of the contractor's earthwork operations. CLOSING Continuity The geotechnical engineer should be requested to review the completed plans and specifications to confirm that the design is consistent with the subsurface conditions indicated by the investigation. The construction should be observed and tested by qualified personnel. The geotechnical engineer should be requested to visit the site periodically to observe subsurface conditions and construction procedures and to review the construction observation reports. Limitations The work was performed in a manner consistent with the level of care and skill ordinarily exercised by other members of Freese and Nichols' profession practicing in the same locality, under similar conditions and at the L date the services are provided. Freese and Nichols makes no other representation, guarantee or warranty, express or implied, regarding the services, communication (oral or written), report, opinion, or instrument of I service provided. Recommendations contained in this report are based on our field observations, subsurface L explorations, laboratory tests, and present knowledge of the proposed construction. It is possible that soil, rock or groundwater conditions could vary between or beyond the points explored. This report has been prepared I for use during design. Paragraphs, statements, test results, boring logs, figures, etc., should not be taken out of L context, nor utilized without a knowledge and awareness of their intent within the purpose of this report. This report was prepared specifically for use by Freese and Nichols, Inc. and the City of Lubbock for this project, C and shall not be used for other projects or purposes. This report, and any future addenda or reports regarding this site, may be made available to contractors/bidders to supply them with only the data contained in the report regarding subsurface conditions and laboratory test results at the point and time noted. [_ Contractors/bidders may not rely on interpretations, opinion, recommendations, or conclusions contained in the report. Verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc., is the responsibility of the contractors/bidders. Because of the limited nature of any [_ subsurface study, the contractor may encounter conditions during construction which differ from those presented in the report. In such event, the contractor should promptly notify the Owner so that Freese and Nichols' geotechnical engineer can confirm those conditions. L - End of Memorandum - No Text No Text BORING LOG LEGEND AND NOMENCLATURE 771, [lock Hardness Descriptors Approx. Comp. Approx. Grade Field Test Strength, tsf TCP Range Very Soft < 10 - 100 >6" Can be peeled with pocket knife, crumbles under firm blows of geological hammer Soft 100 - 500 4" - 6" Can be peeled with pocket knife with difficulty, indented by firm blows of geological hammer Hard 500 -1000 1" - 5" Cannot be peeled with pocket knife, can be fractured by single firm blow of hammer Very Hard 1000 - 2000 0" - 2" Specimen requires more than one blow of geological hammer to fracture it Extremely Hard > 2000 0" Specimen requires many blows of geological hammer to fracture it .x gF f� Description Criteria Unweathered No evidence of chemical or mechanical alteration Slightly Weathered Slight discoloration of surface or discontinuities; < 10% volume altered Weathered Discoloring evident; 10 to 50% of volume altered Highly Weathered Entire mass discolored; alteration through majority of rock Decomposed Rock reduced to soil consistency with some rock -like texture Description Criteria Laminated <3/8 inch Very Thinly Bedded 3/8-1 inch Thinly Bedded 1 inch-4 inches Moderately Bedded 4 inches-1 foot Thickly Bedded 1 foot-3 feet Very Thickly Bedded 3-10 feet Massive > 10 feet Graphic Represented Soil Types Graphic Represented Soil Types Fat Clay, Fat Clay with sand, Sandy Fat Clay f.r. �tiiti Well -Graded Sand or Poorly -Graded Sand; little to no fines ® Lean Clay, Lean Clay with sand, Sandy Lean Clay, Silty Clay ® Clayey Gravel, Gravel -Sand -Clay Mixtures ® Inorganic Silt and Organic Silt ® Silty Gravel, Gravel -Sand -Silt Mixtures i/ %; / Clayey Sand, Clay -Sand Mixtures � Well -Graded Gravel or Poorly -Graded Gravel; little to no fines Ifl] Silty Sands, Sand -Silt Mixtures ® Fill with Significant Debris or Deleterious Material Graphic Represented Rock Types Graphic Represented Rock Types Limestone, Shaly/Marly Limestone, Limestone with Shale ® Marl, Marl with Limestone, Marl with Shale Shale, Shale with Limestone Sandstone, Shaly Sandstone, Sandstone with Shale Mudstone ` Generic Bedrock Symbol ' Combined graphics may be used for dual classifications. Not all graphics represented. Refer to lithology description for soil classification or rock type. 917FREESE Copyright Freese and Nichols, Inc., Version 1.1 (May 11, 2012) NICNOLS Page 2 of 2 FREEE LOG OF BORING NO. FNI-01 rM INICHProject Description: Bailey County Well Field Pipeline Project No.: LUB12311 Project Location: Lubbock, Texas Phase No.: 0007 Date Drilling Started: 3/6/2013 Date Drilling Completed: 3/6/2013 Logged By: DDJ Drilling Co.: Total Depth Drill Method: CFA & DRY Rig Type: CM 75 Hammer Type: Automatic Hammer Wt. & Drop: 140 Ib.; 30 in. Northing/Latitude: 33.566918 Easting/Longitude:-101.920404 Elevation: SAMPLE a ,+, a: W W f ~ W 0 F H Y W cc y.r V- \wY1 W a o a L.W cco 0 MATERIAL DESCRIPTION 1- o 3 N o g Z 3 Cruz zg� > o v+ W Cr o a 120 H vW Q z > m i'0 z Z 1 j H � CrW H SPT-1 2-4-7 SANDY CLAY (CL), silty, red -brown, stiff, (11) moist to dry u 2 3.9 (P) 93 -occasionally weakly cemented, with 9 8-14-16 caliche below 3 feet SPT-3 (30) 5 66 5 SPT-4 14-11-14 (25) SILTY SAND (SM), with clay, s.s/ SPT-5 11-12-17 yellow -red -brown, medium dense, dry (29) SPT-6 10 12-14-12 (26) 7 57 34 11 23 SILTY SAND (SM), very light red -brown 12/ and red -brown, dense to very dense, dry, 6-18) occasionally weakly cemented with 5PT-7 (3 calcium carbonate matrix, caliche 13 50 15 -weakly to moderately cemented below 15 feet pT_ 50/1.50" 20 Total boring depth 20.0 ft. 25 30 Water Observations: Remarks: Boring backfilled with soil cuttings upon completion. None At Time Of Drilling ne sudu114-duu11 ones represent approximate strata Dounaaries. In situ, the transition may ne graoual. I nese logs Sheet 1 of 1 are subject to the limitations, conclusions, and recommendations in the associated report. LOG OF BORING NO. FNI-02 WREES S Project Description: Bailey County Well Field Pipeline Project No.: LUB12311 Project Location: Lubbock, Texas Phase No.: 0007 Date Drilling Started: 3/6/2013 Date Drilling Completed: 3/6/2013 Logged By: DD1 Drilling Co.: Total Depth Drill Method: CFA & DRY Rig Type: CME 75 Hammer Type: Automatic Hammer Wt. & Drop: 140 lb.; 30 in. Northing/Latitude: 33.567826 Easting/Longitude:-101.930719 Elevation: SAMPLE a > 9 H ,�.-.M a^ 1 J W f W ZW F cFc L Q Z 'n W~ J Z LL, Z W W ~ z X 0° MATERIAL DESCRIPTION Z o W 3 N� Ln o 0 J c J a H g Q O O ol�Q O Ln W aN H Ou� Z W QOK U Q �Z J Uf~A Q W m =�O °C 3 z a a-1 Asphalt Pavement o.i/ sPT-2 SAND (SW), with gravel, light 0.6/ 3-6-6 (12) yellow -brown, dense (base) SANDY CLAY (CL), silty, red -brown and SPT-3 10) (10) light red -brown, hard, moist (Blackwater Draw Formation) 5 SPT-4 3-5-8 4.4 (P) -with stiff caliche accretions below 4.5 14 (13) feet 10-15-17 (32) 14 65 43 11 32 sPT-5 SPT-6 1235-17 (32) ( SILTY SAND SM , with cla verylight ei red 10 red -brown with -brown, dense, moist to dry, with occasional weakly cemented caliche seams and accretions (Blackwater Draw Formation) 19-18-16 (34) 12 32 45 20 25 sPT-7 15 15-18-27 (as) 15 28 5PT-8 20 Total boring depth 20.0 ft. 25 30 Water Observations: Remarks: Boring backfilled with soil cuttings and topped with 6 inch tamped cold patch None At Time Of Drilling asphalt concrete. The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual. These logs Sheet 1 of 1 are subject to the limitations, conclusions, and recommendations in the associated report. FREESE LOG OF BORING NO. FNI-03 raNKHOL, Project Description: Bailey County Well Field Pipeline Project No.: LUB12311 Project Location: Lubbock, Texas Phase No.: 0007 Date Drilling Started: 3/6/2013 Date Drilling Completed: 3/6/2013 Logged By: DDJ Drilling Co.: Total Depth Drill Method: CFA & DRY Rig Type: CM 75 Hammer Type: Automatic Hammer Wt. & Drop: 140 lb.; 30 in. Northing/Latitude: 33.570673 Easting/Longitude:-101.935638 Elevation: SAMPLE a W ae O Z W W> Z W Z H W W $ZZ 2 a o 2"H y W o MATERIAL DESCRIPTION 2 in$� g�te 'Q O i= 0 V 3 0.UJ , O lL Z `! Ov H �' N O 1~/Q� �:. W a j M =Ooe W ¢ W Q C F * 2 J a Zyl Z Q J W m ~0 3 z a z SPT-1 2-4-6 SILTY CLAYEY SAND (SM), with clay, (10) brown, red -brown, medium dense, moist to dry, frosted, fine -to medium grained,, 7-10-12 with root filament holes (Blackwater SPT-2 (22) Draw Formation) 7 47 32 10 22 SPT-3 13-144-15 5 SPT-4 8-9-10 SILTY SAND (SM), with silt, red -brown c� (19) and very light red -brown, medium dense 5 38 to very dense, dry, frosted, fine -to SPT-5 24-50 medium grained (Blackwater Draw Formation) -with weakly cemented caliche below 8.5 10 feet -with moderately cemented caliche below 11 feet 11_57 CALICHE, silty, very light red -brown, hard, dry, weakly cemented with calcium carbonate matrix, fine-grained and sandy JSPT-6 7-9-20 (29) (Blackwater Draw Formation) 11 42 15 SPT-7 50/5.50" 20 Total boring depth 20.0 ft. 25 30 Water Observations: Remarks: Boring backfilled with soil cuttings upon completion. None At Time Of Drilling i ne stratirication tines represent approximate strata boundaries. In situ, the transition may be gradual. These logs Sheet 1 of 1 are subject to the limitations, conclusions, and recommendations in the associated report. E LOG OF BORING NO. FNI-04 M�IIIICI'ID Project Description: Bailey County Well Field Pipeline Project No.: LUB12311 Project Location: Lubbock, Texas Phase No.: 0007 Date Drilling Started: 3/7/2013 Date Drilling Completed: 3/7/2013 Logged By: DDJ Drilling Co.: Total Depth Drill Method: CFA & DRY Rig Type: CME 75 Hammer Type: Automatic Hammer Wt. & Drop: 140 Ib.; 30 in. Northing/Latitude: 33.570501 Easting/Longitude:-101.944712 Elevation: SAMPLE ae a Ui F w \M J ~ W � W W Z F _ Fc G Q Z FA N W Y CC J w Z a a 'o a W Z Cr MATERIAL DESCRIPTION o 3 a N Q F g Z C lJ Q IZ Z > 0 v}i Cr Cr a 4� 1/Q~� Cr a w O a00[ W Cr ~ O Z _� J J VtA Q W Cr tA A-1 SILTY SAND (SM), with clay, red -brown to light red -brown SPT-2 3-4-7 (11) SPT-3 9-13-17 (30) 7 5 CALICHE, very light red brown, hard, 5.5i weakly to moderately cemented with calcium carbonate matrix, sandy SPT-4 11-14-17 (31) 4 5+ (P) SANDY CLAY (CL), silty, red -brown with 's/ very light red -brown, hard, moist, with 10 SPT-5 11-14-18 (32) 4.5+(P) occasional caliche accretions, seams and layers (Blackwater Draw Formation) 16 52 49 16 33 20-30-40 -with weakly cemented, very dense SPT-6 (70) caliche matrix below 14.5 15 SILTY SAND (SM), with silt, very light is/ red -brown, very dense, dry, occasionally weakly cemented, caliche (Blackwater Draw Formation) 23-46-45 (91) 15 41 SPT-7 20 SILTY SAND (SM), red -brown and very 22.5i light red -brown, very dense, dry, fine -to SPT-8 25-26-34 (60) medium grained, frosted, with occasional 25 hard caliche accretions 19-23-32 (55) 11 32 sPT-9 30 Total boring depth 30.0 ft. Water Observations: Remarks: Boring back -filled with soil cuttings upon completion. None At Time Of Drilling The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual. These logs Sheet 1 of 1 are subject to the limitations, conclusions, and recommendations in the associated report. i. I U E LOG OF BORING NO. FNI-05 M�IYIC1'IO Project Description: Bailey County Well Field Pipeline Project No.: LUB12311 Project Location: Lubbock, Texas Phase No.: 0007 Date Drilling Started: 3/7/2013 Date Drilling Completed: 3/7/2013 Logged By: DDJ Drilling Co.: Total Depth Drill Method: CFA & DRY Rig Type: CME 75 Hammer Type: Automatic Hammer Wt. & Drop: 140 lb.; 30 in. Northing/Latitude: 33.57415 Easting/Longitude:-101.95257 Elevation: SAMPLE a ,,, 3e J W L7 W Z c~ L ¢~¢ L UJ � Z H a+ W_ La J Z ~ \� Li a � X _ a a D o Z.r ,0. °W` u, ! W r m MATERIAL DESCRIPTION 2 o W 3 ul $ J o J u� a I Q LL o W O U Z G Cr U cc > ccW a N � F U o W V Q Q 3 M =occ o W cc Q p f 3� 6 Z _C J a a o: ZN Z Q W m ~o 3 z SPT-1 2-3-4 SILTY SAND (SM), red -brown and very (7) light red -brown, loose to dense, dry, fine -to medium grained, frosted with occasional clay (Blackwater Draw Formation) SPT-2 10-12-12 (24) 9 41 5 12-12-13 SPT-3 (25) -with weakly cemented caliche matrix SPT-4 11-14-12 (26) below 8 feet 10 55 10 9-13-17 (30) SPT-5 15 -with sandy clay below 17 feet 10-12-17 (29) _ 14 26 48 13 35 SPT-6 20 Total boring depth 20.0 ft. 25 30 Water Observations: Remarks: Boring backfilled with soil cuttings upon completion. None At Time Of Drilling The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual. These logs Sheet 1 of 1 are subject to the limitations, conclusions, and recommendations in the associated report. E LOG OF BORING NO. FNI-06 M�f111CHO Project Description: Bailey County Well Field Pipeline Project No.: LUB12311 Project Location: Lubbock, Texas Phase No.: 0007 Date Drilling Started: 3/7/2013 Date Drilling Completed: 3/7/2013 Logged By: DDJ Drilling Co.: Total Depth Drill Method: CFA & DRY Rig Type: CME 75 Hammer Type: Automatic Hammer Wt. & Drop: 140 lb.; 30 in. Northing/Latitude: 33.5705 Easting/Longitude:-101.9569 Elevation: SAMPLE a W J W W Z CC Z W~ Cr X ?\ _Q Z Z W MATERIAL DESCRIPTION Z O 3OoLQ oW � aF-= O 0._I LU_ O r LU "O' .90= UJ Z z�O a W z a 3-4-5 SANDY CLAY (CLS), silty, brown, light SPT-1 (9) brown and light red -brown, very stiff to hard, dry 6-7-14 (21) 9 52 34 10 24 SPT-Z S 4-4-9 CLAYEY SAND (SC), silty, light red -brown 6/ SPT-3 (13) and red -brown, medium dense to very 10 61 35 10 25 dense, dry, with occasional caliche seams and accretions (Blackwater Draw SPT-a 5-5-6 Formation) 43 14 29 (11) 10 -with decreasing clay below 12 feet SILTY SAND (SM), with clay, silty, light 13i SPT-5 15-21-28 red -brown, very light red -brown and 11 31 (49) red -brown, very dense, fine -to medium is grained (Blackwater Draw Formation) -with weakly cemented caliche matrix below 17 feet SPT-6 28-15- 50/4.00" 20 38-50 10 32 SPT-7 25 42-46-35 SPT-8 (81) 30 Total boring depth 30.0 ft. Water Observations: Remarks: Boring backfilled with soil cuttings upon completion. None At Time Of Drilling The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual. These logs Sheet 1 of 1 are subject to the limitations, conclusions, and recommendations in the associated report. LOG OF BORING NO. FNI-07 rMREES.5 Project Description: Bailey County Well Field Pipeline Project No.: LUB12311 Project location: Lubbock, Texas Phase No.: 0007 Date Drilling Started: 3/7/2013 Date Drilling Completed: 3/7/2013 Logged By: DDJ Drilling Co.: Total Depth Drill Method: CFA & DRY Rig Type: CM 75 Hammer Type: Automatic Hammer Wt. & Drop: 140 lb.; 30 in. Northing/Latitude: 33.570503 Easting/Longitude:-101.972651 Elevation: SAMPLE a ,,,Ui a° J 2 x O> ~ C w H r O � Z°— of �Y W 0 O W NJ C° MATERIAL DESCRIPTION o 3 a c L g LL a C }a} F V 3 au+Z G ru W `! } } Qa N 7 � F u OZ W OF F Q O Z�j QOC W C uw ~ C H XO 2 a uw Z Q uw m =Fo 3 j a N SPT-1 1-2-3 SANDY CLAY (CL) silty, red -brown, light ls) red brown, loose to dense, dry to moist 2-1-4 (5) 13 62 SPT-2 -with stiff to hard caliche accretions and 5 webbing below 4 feet 9-14-16 (30) SPT-3 9-14-19 (33) 15 55 36 12 24 SPT-4 10 7-13-16 (29) SPT-5 15 6-12-21 (33) SPT-6 20 Total boring depth 20.0 ft. 25 30 Water Observations: Remarks: Boring backfilled with soil cuttings upon completion. None At Time Of Drilling i ne straliTication nnes represent approximate strata boundaries. In situ, the transition may be gradual. These logs Sheet 1 of 1 are subject to the limitations, conclusions, and recommendations in the associated report. E LOG OF BORING NO. FNI-08 NIIIICHO Project Description: Bailey County Well Field Pipeline Project No.: LUB12311 Project Location: Lubbock, Texas Phase No.: 0007 Date Drilling Started: 3/7/2013 Date Drilling Completed: 3/7/2013 Logged By: DDJ Drilling Co.: Total Depth Drill Method: CFA & DRY Rig Type: CME 75 Hammer Type: Automatic Hammer Wt. & Drop: 140 Ib.; 30 in. Northing/Latitude: 33.577366 Easting/Longitude:-101.974341 Elevation: SAMPLE ae a x > W H H Y �p T J 2 W 2> U z� c~ L c~ L W z w H r W j J z = a z o Z .arm a W W } W a` m g MATERIAL DESCRIPTION z o W 3 � N o J c" J a= 2 Z Q O yya F U Z�Q O C W 0 o�'O C ~ t; 0 z W 0 =O ae W °C Q Z J a Z� W m o 3 z D D t 3-4-5 CLAY (CL), with sand, brown, light SPT-1 (9) yellow -brown, stiff to hard, moist to very moist, silty (Blackwater Draw Formation) -with transition to light yellow -brown, SPT-2 2-1-3 very moist below 2.5 feet 18 56 26 13 13 5 5-7-12 -hard, less moist, with caliche accretion SPT-3 (19) and webbing below 6 feet (Blackwater Draw Formation) 14-19-35 SPT-4 (54) 10 SILTY SAND (SM), with clay, red -brown, 12/ dense to very dense, dry, silty (Blackwater Draw Formation) SPT-5 17-22-25 (47) 16 45 15 CLAYEY SAND (SC), silty, very light le.s/ red brown, dense, dry, with caliche matrix SPT-6 16-21-24 (45) 13 43 46 10 36 20 Total boring depth 20.0 ft. 25 30 Water Observations: Remarks: Boring backfilled with soil cuttings upon completion. None At Time Of Drilling The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual. These logs Sheet 1 of 1 are subject to the limitations, conclusions, and recommendations in the associated report. FREESE LOG OF BORING NO. FNI-09 rKNICHOLS Project Description: Bailey County Well Field Pipeline Project No.: LUB12311 Project Location: Lubbock, Texas Phase No.: 0007 Date Drilling Started: 3/7/2013 Date Drilling Completed: 3/7/2013 Logged By: DDJ Drilling Co.: Total Depth Drill Method: CFA & DRY Rig Type: CM 75 Hammer Type: Automatic Hammer Wt. & Drop: 140 lb.; 30 in. Northing/Latitude: 33.582132 Easting/Longitude:-101.974271 Elevation: SAMPLE ;e a W e O Z H = O �> Z= H ~ x W p z w N« �_ W ? r- 2 Z qu a a` = a a 7 o z ....F a W W i' W m MATERIAL DESCRIPTION z o W 3 $ g J u a g Q `L O F- C 3 p�z ZEj y i O ~ z z OUi u� a O QOC =moo W z W D o\°\O z 0. g u„ z Q W m 3 z a 5PT-1 2-5-5 SANDY CLAY (CLS), silty, red -brown, stiff, (10) moist 11-11a1 5PT-2 SANDY CLAY (CL), with silt, very light 3/ (22) red -brown, medium stiff to hard, dry, 8 63 34 13 21 5 caliche matrix, frosted (Blackwater Draw Formation) 5PT-3 3-2-3 (5) 11-16-16 (32) 13 63 SPT-4 10 SANDY CLAY (CLS), silty, red brown, with 12i very light red -brown, hard, dry, with e-15-2a caliche infilled joints SPT-5 (43) 12 53 34 13 21 15 SILTY SAND (SM), red -brown, medium 171 dense, dry, fine -to medium grained, 12-13-15 frosted SPT-6 (28) 20 Total boring depth 20.0 ft. 25 30 Water Observations: Remarks: Boring backfilled with soil cuttings upon completion. None At Time Of Drilling ne saraluicauun nnes represent approximate strata oounaarnes. In situ, the transition may be gradual. These logs Sheet 1 of 1 are subject to the limitations, conclusions, and recommendations in the associated report. LOG OF BORING NO. FNI-10 rFREESE M Project Description: Bailey County Well Field Pipeline Project No.: LUB12311 Project Location: Lubbock, Texas Phase No.: 0007 Date Drilling Started: 3/7/2013 Date Drilling Completed: 3/7/2013 Logged By: DDJ Drilling Co.: Total Depth Drill Method: CFA & DRY Rig Type: CME 75 Hammer Type: Automatic Hammer Wt. & Drop: 140 lb.; 30 in. Northing/Latitude: 33.59199 Easting/Longitude:-101.97439 Elevation: SAMPLE CL x U J F l7 Z= ? tr2 Z = a Z 'o Wa`. Z�"� a W W Y cc a' m MATERIAL DESCRIPTION Z 0 W 3 "N o J o J F 1F g Z Q 0 a C a V 3 CruZ .12Q 0 W v}i ¢ W ¢ c aN ae6 F � u� U Q z w 00 = 0 W W Q F Z J d Z N W 0o F 3 Z D t SPT-1 2-3-3 3.5 (P) SANDY CLAY (CL), silty, brown, very light (6) red -brown, hard, moist to dry, with stiff to hard caliche accretions (Blackwater Draw Formation) 3-2-3 4.5 (P) 13 47 33 14 19 SPT-2 5 12-13-15 SPT-3 CLAYEY SAND (SC) silty, very light 6/ (28) red -brown, light red -brown and red -brown, dense to very dense, dry to moist, frosted, fine -to medium grained, SPT-4 14-14-14 intercalated with hard sandy clay seams 9 47 (28) (Blackwater Draw Formation) 10 16-20-31 (51) X 15 51 41 9 32 SPT-5 15 25-28-38 -with hard caliche accretions at 18.5 feet SPT-6 (66) 20 Total boring depth 20.0 ft. 25 30 Water Observations: Remarks: Boring backfilled with soil cuttings upon completion. None At Time Of Drilling The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual. These logs Sheet 1 of 1 are subject to the limitations, conclusions, and recommendations in the associated report. i rMREES S LOG OF BORING NO. FNI-11 Project Description: Bailey County Well Field Pipeline Project No.: LUB12311 Project Location: Lubbock, Texas Phase No.: 0007 Date Drilling Started: 3/7/2013 Date Drilling Completed: 3/7/2013 Logged By: DDJ Drilling Co.: Total Depth Drill Method: CFA & DRY Rig Type: CME 75 Hammer Type: Automatic Hammer Wt. & Drop: 140 lb.; 30 in. Northing/Latitude: 33.597521 Easting/Longitude:-101.974354 Elevation: SAMPLE a W $ O H Lt Z- x ? Ui 2 Z w a _ W 7 zz U+m-- > oc m g MATERIAL DESCRIPTION Z o W N J a g� Q '� O F C O 3 CCrCuZ ZL� > cc �apN F �w a j Q = O ae Q W W Q C F 32O Z J C g Z 1~/f Z Q J W m F0 3 ? acc SPT-1 6-4-6 4.0 P) CLAY (CL), with sand, red -brown, hard, (10) moist 10 SANDY CLAY (CL), silty, light red -brown 2.5/ SPT-2 4-4-6 with very light red -brown, very stiff to (10) hard, moist to dry (Blackwater Draw 14 61 32 15 17 5 Formation) 6-11-14 (25) SPT-3 CLAYEY SAND (SC), silty, red -brown with 8/ SPT-4 9-11-16 very light red -brown, medium dense, dry 42 14 28 10 (27) to moist, with stiff to hard caliche accretions (Blackwater Draw Formation) 9-9-15 (24) 11 34 30 9 21 SPT-5 15 15-20-23 (43) 12 25 SPT-6 20 Total boring depth 20.0 ft. 25- 30— Water Observations: Remarks: Boring back -filled with soil cuttings upon completion. None At Time Of Drilling i ne straTITication nnes represent approximate strata boundaries. In situ, the transition may be gradual. These logs Sheet 1 of 1 are subject to the limitations, conclusions, and recommendations in the associated report. LOG OF BORING NO. FNI-12 NREES S Project Description: Bailey County Well Field Pipeline Project No.: LUB12311 Project Location: Lubbock, Texas Phase No.: 0007 Date Drilling Started: 3/7/2013 Date Drilling Completed: 3/7/2013 Logged By: DDJ Drilling Co.: Total Depth Drill Method: CFA & DRY Rig Type: , CME 75 Hammer Type: Automatic Hammer Wt. & Drop: 140 lb.; 30 in. Northing/Latitude: 33.603852 Easting/Longitude:-101.974292 Elevation: SAMPLE 3e a x > qua _ F l7 ZN ? UJ3i Z' L.w�� z MATERIAL DESCRIPTION 0 3 o o 2z g W YYa OU a W W Z�QCrW W C } U } a N f V t O W uF Q Q 0 40> U a C 3Q6 Z a g Z ¢ W m =F0 F ?� z a z F 4-13-20 SILTY SAND (SM), with clay, red -brown, SPT-1 (33) dense to medium dense, moist, dry (Blackwater Draw Formation) 7-5-6 (11) 9 47 SPT-2 5- 6-6-9 CLAYEY SAND (SC), silty, light red -brown, 6/ SPT-3 (15) red -brown and very light red -brown, dense, moist to dry, with stiff to hard caliche accretions, seams and infilled SPT-4 7-9-11 joints (Blackwater Draw Formation) (2a) 10 11-17-25 (42) 11 45 32 10 22 SPT-S 15 9-12-17 (29) 11 SPT-6 20 Total boring depth 20.0 ft. 25 30 Water Observations: Remarks: Boring back -filled with soil cuttings upon completion. None At Time Of Drilling The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual. These logs Sheet 1 of 1 are subject to the limitations, conclusions, and recommendations in the associated report. LOG OF BORING NO. FNI-13 KFREESE NICHOLS Project Description: Bailey County Well Field Pipeline Project No.: LUB12311 Project Location: Lubbock, Texas Phase No.: 0007 Date Drilling Started: 3/8/2013 Date Drilling Completed: 3/8/2013 Logged By: DDJ Drilling Co.: Total Depth Drill Method: CFA & DRY Rig Type: CM 75 Hammer Type: Automatic Hammer Wt. & Drop: 140 lb.; 30 in. Northing/Latitude: 33.612153 Easting/Longitude:-101.97445 Elevation: SAMPLE ee a. ,,, ae Z 2 W> ~ �_ WLU Z w W a+ YA = a a Z a Z" a W W > W °e ca g MATERIAL DESCRIPTION Z o �++ 3 y� �^ a Q O c " 3 c�Z Z2> > Cr° N aN oW a > _� � $ W Q c 2°O Z C g ZN Z J W m ~0 3 z SPT-1 1-2-4 SANDY CLAY (CL), silty, brown to (6) red -brown, stiff, dry CLAYEY SAND (SC), silty, red -brown to z.si SPT-2 9-8-8 very light red -brown, medium dense to (16) dense, moist, fine grained, frosted, with 5 calcareous webbing (Blackwater Draw Formation) 10-18-20 -with very light red -brown caliche from 6 SPT-3 (38) to 8 feet 7 43 25 13 12 6-6-7 SPT-4 SANDY CLAY (CL), silty, red -brown with $•s/ (13) very light red -brown, hard, dry, with 10 caliche accretions and infilled joints, with root filament holes (Blackwater Draw Formation) 9-14-22 (36) 12 56 SPT-5 15 10-13-15 (28) 12 51 29 12 17 SPT-6 20 Total boring depth 20.0 ft. 25 30 Water Observations: Remarks: Boring backfilled with soil cuttings upon completion. None At Time Of Drilling i ne stratmcation Imes represent approximate strata boundaries. In situ, the transition may be gradual. These logs Sheet 1 of 1 are subject to the limitations, conclusions, and recommendations in the associated report. FREEE LOG OF BORING NO. FNI-14 rK NICHProject Description: Bailey County Well Field Pipeline Project No.: LUB12311 Project Location: Lubbock, Texas Phase No.: 0007 Date Drilling Started: 3/8/2013 Date Drilling Completed: 3/8/2013 Logged By: DDJ Drilling Co.: Total Depth Drill Method: CFA & DRY Rig Type: CME 75 Hammer Type: Automatic Hammer Wt. & Drop: 140 lb.; 30 in. Northing/Latitude: 33.61738 Easting/Longitude:-101.974488 Elevation: SAMPLE ;e c. W La w \M w J ~ W W Z W H_ t=C 6 Q Z N N W~ J w Z = a Z a m MATERIAL DESCRIPTION V J0. � goo Q Q Q O W ~ O o � Z _ J S U N Q W z z N 3-2-2 SANDY CLAY (CL), silty, red -brown and SPT-1 (4) light red -brown, stiff, moist to very moist 3-3-4 15 a2 SPT-2 SILTY SAND SM , with clay,light s.s/ red -brown with red -brown, loose to 5 medium dense, moist (Blackwater Draw Formation) SPT-3 6-5-9(14) SANDY CLAY (CL), silty, light red -brown 6.5/ and red -brown, very stiff to hard, dry, crossbedded, fissile, with caliche 10-11-16 accretions seams and infilled joints, SPTA (27) occasionally weakly cemented 15 58 38 10 28 10 (Blackwater Draw Formation) 14-21-46 (67) 18 60 SPT-S 15 15-19-21 SPT-6 (40) 20 Total boring depth 20.0 ft. 25 30 Water Observations: Remarks: Boring backfilled with soil cuttings upon completion. None At Time Of Drilling The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual. These logs Sheet 1 of 1 are subject to the limitations, conclusions, and recommendations in the associated report. LOG OF BORING NO. FNI-15 VWREES S Project Description: Bailey County Well Field Pipeline Project No.: LUB12311 Project Location: Lubbock, Texas Phase No.: 0007 Date Drilling Started: 3/8/2013 Date Drilling Completed: 3/8/2013 Logged By: DDJ Drilling Co.: Total Depth Drill Method: CFA & DRY Rig Type: CME 75 Hammer Type: Automatic Hammer Wt. & Drop: 140 Ib.; 30 in. Northing/Latitude: 33.622321 Easting/Longitude:-101.974491 Elevation: SAMPLE ;e a „J ae w J z W H W Z W H H �_ x W z N N W" uP � j C z ~ w W d Y = a z o Z F W W W } W o o m MATERIAL DESCRIPTION z o W 3 MLn N F a d H z Q O W Q 3 z zg* Cr Ln cc cc 220 j N g F VQ] o V W Q z m Q OCr =Fp o W o[ cc W Q F z d J a 6.�y� Q W 3 ? 7 SPT-1 4-4-5 SANDY CLAY (CL), silty, red -brown to (9) light red -brown, stiff to very stiff, moist CLAY (CL), silty, light red -brown, very stiff 2.5/ SPT-2 5-6-7 to stiff, caliche infilled joints and (13) accretions (Blackwater Draw Formation) 5 7-8-9 (17) 11 63 32 13 19 SPT-3 6-11-14 (25) SPT-4 10 SILTY SAND (SM), silty, yellow -red -brown 12/ with very light red -brown, medium dense, moist, with calcareous webbing SPT-5 10-9-12 (21) and hard caliche seams and accretions 10 42 15 (Blackwater Draw Formation) 14-18-12 (30) 10 SPT-6 20 Total boring depth 20.0 ft. 25 30 Water Observations: Remarks: Boring backfilled with soil cuttings upon completion. None At Time Of Drilling i ne sirauTicanon nnes represent approximate strata oouncianes. In situ, the transition may be gradual. These logs Sheet 1 of 1 are subject to the limitations, conclusions, and recommendations in the associated report. LOG OF BORING NO. FNI-16 MREES .S CHO Project Description: Bailey County Well Field Pipeline Project No.: LUB12311 Project Location: Lubbock, Texas Phase No.: 0007 Date Drilling Started: 3/8/2013 Date Drilling Completed: 3/8/2013 Logged By: DDJ Drilling Co.: Total Depth Drill Method: CFA & DRY Rig Type: CME 75 Hammer Type: Automatic Hammer Wt. & Drop: 140 lb.; 30 in. Northing/Latitude: 33.635951 Easting/Longitude:-101.974534 Elevation: SAMPLE o " O W LU ;e F W \N J W f (=e) W Z W F FC L Q Z N M W~ X JU'J .�.. Z = a Z Z`�F a W W } W m g MATERIAL DESCRIPTION Z 0 W 3 1A� Q o c F } u aF z Q 0 C a a Z E LU �� 3 Q QOC O W W Q C F 3� 0 2 G! J a �+ g J'A Z Q � W m =�0 3 z CA 3-3-5 SILTY SAND (SM), with clay, red -brown, SPT-1 (8) loose, moist to dry CLAYEY SILT (ML), with sand, light 2.5/ SPT-2 7-6-8 red -brown, very stiff, moist to dry 11 69 (14) (Blackwater Draw Formation) u-3 5 100 CLAY (CL), silty, with sand, red -brown 5/ with very light red -brown, hard, moist to SPT-4 4-4-11 (15) dry, with hard caliche accretions and infilled joints (Blackstone Draw 36 10 26 Formation) SPT-5 12-18-19 (37) 11 65 32 8 24 10 13-17-22 (39) -with highly cemented calcrete g 15 56 SPT-6 15 accretions at 14 feet CLAYEY SAND (SC), silty, very light 17/ red -brown and red -brown, dense, dry, with weakly cemented caliche sandstone SPT-7 15-17-21 (38) partings and seams 20 Total boring depth 20.0 ft. 25 30 Water Observations: Remarks: Boring backfilled with soil cuttings upon completion. None At Time Of Drilling The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual. These logs Sheet 1 of 1 are subject to the limitations, conclusions, and recommendations in the associated report. E LOG OF BORING NO. FNI-17 M�IIIICHO Project Description: Bailey County Well Field Pipeline Project No.: LUB12311 Project Location: Lubbock, Texas Phase No.: 0007 Date Drilling Started: 3/8/2013 Date Drilling Completed: 3/8/2013 Logged By: DDJ Drilling Co.: Total Depth Drill Method: CFA & DRY Rig Type: CME 75 Hammer Type: Automatic Hammer Wt. & Drop: 140 lb.; 30 in. Northing/Latitude: 33.64305 Easting/Longitude:-101.9746 Elevation: SAMPLE o W J W (ri UJ Z W C Z W J y Z ~ W 1 Y = a Z o Z....� Wa W u, Y W o m MATERIAL DESCRIPTION Z o W 3 IA N N J c J d �'- g Z Q O W 3 Z�Q p W a a°O C g � LJ O� Z W O m Q0Cr =F0 W Oe ~ 3 o H Z J S g a V� Q W N 5PT-1 3-7-6 CLAY (CL), with sand, silty, red -brown, (13) very stiff to hard, moist to dry 90 8 39 29 14 15 U-2 CLAYEY SAND (SC), silty, 3.8/ 5 4-5-9 yellow -red -brown, medium dense, moist 5PT-3 (14) to dry, fine, frosted (Blackwater Draw 9 Formation) 5PT-4 (18) (18) SANDY CLAY CL , silt very light 7/ ( ) Y, rY .g red -brown, hard, with stiff caliche matrix 12-13-11 sPT-5 SILTY SAND (SM), light red -brown with 9/ 10 (24) very light red -brown, medium dense to $ 41 very dense, moist, to dry, with soft to hard caliche accretions (Blackwater Draw Formation) 12-13-14 5PT-6 (27) 15 18_ -with highly cemented calcrete seams, 5PT-7 50/3.25^ caliche at 19 feet 7 33 20 Total boring depth 20.0 ft. 25 30 Water Observations: Remarks: Boring backfilled with soil cuttings upon completion. None At Time Of Drilling i ne stratiTication tines represent approximate strata boundaries. In situ, the transition may be gradual. These logs Sheet 1 of 1 are subject to the limitations, conclusions, and recommendations in the associated report. MFREESE LOG OF BORING NO. FNI-18 INICHOLS Project Description: Bailey County Well Field Pipeline Project No.: LUB12311 Project Location: Lubbock, Texas Phase No.: 0007 Date Drilling Started: 3/8/2013 Date Drilling Completed: 3/8/2013 Logged By: DDJ Drilling Co.: Total Depth Drill Method: CFA & DRY Rig Type: CME 75 Hammer Type: Automatic Hammer Wt. & Drop: 140 lb.; 30 in. Northing/Latitude: 33.648301 Easting/Longitude:-101.974667 Elevation: SAMPLE a x LU > W �N Z = O> '_ LU p n« LU w a o d W W W MATERIAL DESCRIPTION o 3 a N c F2 z W c V 3 �t�Z Z Q O CrC `� W > o a 3� 0 g �^ OW V F Q Z W 0 _ 0 W W Q f Z J d V N J W m �o 3 6-7-7 GRAVEL, very light red -brown (base) o.si SPT-1 (14) SANDY CLAY (CL), silty, red -brown, yellow -brown and red brown (Blackwater Draw Formation) -yellow-brown, very silty below 2.5 feet SPT-2 5-2-3 (5) 10 60 5 6-9-8 -with soft to hard caliche accretions and SPT-3 (17) infilled joints below 6 feet 9 57 41 12 29 13-14-20 SPT-4 10 (34) CLAYEY SAND (SC), yellow -brown, 9.5/ red -brown and very light red -brown, dense, dry, with occasional stiff to hard caliche accretions and seams (Blackwater Draw Formation) 13-16-21 (37) 10 44 36 14 22 SPT-5 15 -very light red -brown, hard, very dense SPT-6 25-34-50 caliche below 18 feet 17 ($4) 20 Total boring depth 20.0 ft. 25 30 Water Observations: Remarks: Boring backfilled with soil cuttings upon completion. None At Time Of Drilling The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual. These logs Sheet 1 of 1 are subject to the limitations, conclusions, and recommendations in the associated report. - I rWREES S LOG OF BORING NO. FNI-19 Project Description: Bailey County Well Field Pipeline Project No.: LUB12311 Project Location: Lubbock, Texas Phase No.: 0007 Date Drilling Started: 3/8/2013 Date Drilling Completed: 3/8/2013 Logged By: DDJ Drilling Co.: Total Depth Drill Method: CFA & DRY Rig Type: CM 75 Hammer Type: Automatic Hammer Wt. & Drop: 140 lb.; 30 in. Northing/Latitude: 33.655857 Easting/Longitude:-101.974533 Elevation: SAMPLE It W ;e O ~ ~ ~ O O W Z= CF L cF 6 Q Z M N K cc J Z Z \ N W d ~. a a o a W W W MATERIAL DESCRIPTION o 3 o C '' S g 0 U. Ui 3 Cruz Z2> > Y H U cc cca g CJ 0z "� Q Q Ui O QOW =�oF a W z ur ~ C F- af0 Z d ZN z Q W m 3 ? a SPT-1 3-3-4 SANDY CLAY (CL), silty, brown, stiff, (7) moist SILTY SAND (SM), very light 2.5/ SPT-2 10-12-11 yellow -brown, medium dense, dry, fine, (23) subangular and subrounded with root 5 filament holes, frosted (Blackwater Draw Formation) SPT-3 10-12-12 (24) 9 56 7-9-7 4.5+ (P) SPT-4 SANDY CLAY (CL), silty, light brown to 8.5/ (16) very light brown, hard, dry, with ll 47 39 13 26 10 calcareous webbing, with caliche accretions (Blackwater Draw Formation) -very light brown, caliche below 13 feet CALICHE, silty, very light brown -gray, 13.1/ SPT-5 17-1) (20 hard, dry, with weakly to moderately 15 46 15 cemented sandstone seams (Blackwater Draw Formation) -very hard, weakly to moderately cemented below 17 feet SPT-6 16-21-16 (37) 11 20 Total boring depth 20.0 ft. 25 30 Water Observations: Remarks: Boring backfilled with soil cuttings upon completion. None At Time Of Drilling lie strdunt;aaon Imes represent approximate strata oounaanes. In situ, the transition may ne graclual. These logs Sheet 1 of 1 are subject to the limitations, conclusions, and recommendations in the associated report. LOG OF BORING NO. FNI-20 M REES S Project Description: Bailey County Well Field Pipeline Project No.: LUB12311 Project Location: Lubbock, Texas Phase No.: 0007 Date Drilling Started: 3/8/2013 Date Drilling Completed: 3/8/2013 Logged By: DDJ Drilling Co.: Total Depth Drill Method: CFA & DRY Rig Type: CME 75 Hammer Type: Automatic Hammer Wt. & Drop: 140 Ib.; 30 in. Northing/Latitude: 33.662595 Easting/Longitude:-101.974629 Elevation: SAMPLE ae a x > w (n \ate+ .' J W W ZW F ~@ 6 UJ C Z W a+ J y Z a 'o a W MATERIAL DESCRIPTION o 3 Q o c F g i a ui:: O Q0cc Q Z (_7 J d C Z� Q W m =F0 W 3 a 2-4-8 SANDY CLAY (CL), silty, brown, light SPT-1 (12) red -brown to very light red -brown, hard, dry s- (10) 0) -transition to verylight red -brown, very8 60 28 12 16 SPT-2 silty caliche below 3.5 feet 5 SANDY CLAY (CL), silty, very light 5.5/ SPT-3 7-9-12 red -brown, red -brown, hard, dry, with (21) root filament holes, with caliche matrix 35 11 24 (Blackwater Draw Formation) 9-9-13 (22) 17 59 50 9 41 SPT-4 10 -red-brown from 9.5 to 12 feet 17-19-21 SPT-5 (40) 15 SILTY SAND (SM), with clay, light brown, 16/ dense, dry, fine -to medium grained, subangular and subrounded, frosted, blocky (Blackwater Draw Formation) SPT-6 14-17-21 (38) 14 38 20 Total boring depth 20.0 ft. 25 30 Water Observations: Remarks: Boring backfilled with soil cuttings upon completion. None At Time Of Drilling The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual. These logs Sheet 1 of 1 are subject to the limitations, conclusions, and recommendations in the associated report. - FREESE LOG OF BORING NO. FNI-21 rKNICHOLS Project Description: Bailey County Well Field Pipeline Project No.: LUB12311 Project Location: Lubbock, Texas Phase No.: 0007 Date Drilling Started: 3/8/2013 Date Drilling Completed: 3/8/2013 Logged By: DDJ Drilling Co.: Total Depth Drill Method: CFA & DRY Rig Type: CM 75 Hammer Type: Automatic Hammer Wt. & Drop: 140 lb.; 30 in. Northing/Latitude: 33.66496 Easting/Longitude:-101.9689 Elevation: SAMPLE G CL ,�, 9 Z LU 2 > ~ C L W Z >_ W W J Lb El = Z a Wa m MATERIAL DESCRIPTION Z o W V, c L ~ SF 4 O p H u 3 otz Z2> > $ � N o.N ��— O�W Q O =z= K Q Z a a Z~ w ~0 3 z SPT-1 4-6-7 CLAY (CL), silty, dark red -brown, yellow (13) brown, light red -brown (Blackwater Draw Formation) -transition to light red -brown, very silty SPT-2 10-14-18 below 2.5 feet (32) 5 8-10-9 (19) 11 81 SPT-3 12-15-18 SPT-4 (33) 10 SILTY SAND (SM), with clay, 12.5/ yellow -brown to very light red -brown, SPT-5 6-6-9 (15) medium dense, moist to dry (Blackwater 17 49 15 Draw Formation) SILTY SAND (SM), with clay, very light te.s/ brown, hard, very dense, dry, blocky, weakly to moderately cemented, with SPT-6 12-13-23 root filament holes, with manganese (36) dioxide stains, caliche (Blackwater Draw 25 19 20 Formation) 7-7-9 (16) SPT-7 25 21-28-40 SPT-8 (68) 21 22 30 Total boring depth 30.0 ft. Water Observations: Remarks: Boring backfilled with soil cuttings upon completion. None At Time Of Drilling ne xrauncanon nnes represent approximate strata oounaanes. in situ, the transition may be gradual. These logs Sheet 1 of 1 are subject to the limitations, conclusions, and recommendations in the associated report. FREESE LOG OF BORING NO. FNI-22 KNICHOLS Project Description: Bailey County Well Field Pipeline Project No.: LUB12311 Project Location: Lubbock, Texas Phase No.: 0007 Date Drilling Started: 3/8/2013 Date Drilling Completed: 3/8/2013 Logged By: DDJ Drilling Co.: Total Depth Drill Method: CFA & DRY Rig Type: CME 75 Hammer Type: Automatic Hammer Wt. & Drop: 1401b.; 30 in. Northing/Latitude: 33.567826 Easting/Longitude:-101.923697 Elevation: SAMPLE 9L x U $ H Z F H = c7 W tom Z= H H a Z Nr Ui_ D z ; �N Way. eE = W Z Z—F W �— m MATERIAL DESCRIPTION Z o W 3 N o J a J G. f Q O W o o O pWW W ^ u dN ? u Z �LU Q a Qoo o oZ g �F* F`^ 'az Wo m =moo z 3 z z A-1 + Asphalt Pavement o.208/ u-2 CLAY (CL), silty, with sand, red -brown to 4.5+ (P) 73 very light red -brown, hard to very stiff, u-3 3.0 (P) 100 moist to dry (Blackwater Draw 14 29 11 18 Formation) u-4 4.5+ (P) 100 13 u-s 5 100 SILTY SAND (SM), with clay, red -brown, a.s/ SPT-6 6-12-14 with very light red -brown, medium (26) dense to dense, dry (Blackwater Draw Formation) SPT-7 10-10-9 (19) u-8 3.5 (P) 12 53 30 12 18 10 13-16-23 (39) -With Weakl cemented caliche matrix Y 11 33 SPT-9 15 below 14 feet 21-27-20 (47) PT-1 20 Total boring depth 20.0 ft. 25 30 Water Observations: Remarks: Boring backfilled with soil cuttings and topped with 6 inch tamped cold patch None At Time Of Drilling asphalt concrete. The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual. These logs Sheet 1 of 1 are subject to the limitations, conclusions, and recommendations in the associated report. j_ SUMMARY OF LABORATORY RESULTS FREESE PAGE 1 OF 2 �M INKHQLS PROJECT NAME Bailey County Well Field Pipeline PROJECT NUMBER LUB12311 PROJECT PHASE 0007 PROJECT LOCATION Lubbock, Texas TESTING PERFOMED BY: Gorrondona and Associates Borehole Depth, ft Water o Content, % Unit Dry Weight Ib/ft3 % Passing No. 200 Sieve Liquid Limit Plastic Limit Plasticity Index Unconfined Compressive Strength, tsf Strain at Failure, % FNI-01 2.0 8.5 FNI-01 3.5 4.5 66 FNI-01 9.0 7.2 57 34 11 23 FNI-01 13.5 13.4 50 FNI-02 4.5 13.7 FNI-02 6.5 14.3 65 43 11 32 FNI-02 13.5 11.5 32 45 20 25 FNI-02 18.5 15.4 28 FNI-03 2.0 7.2 47 32 10 22 FNI-03 6.0 5.3 38 F N 1-03 13.5 11.4 42 FNI-04 3.0 7.4 FN1-04 9.0 15.9 52 49 16 33 FNI-04 18.5 14.9 41 FNI-04 28.5 10.9 32 FNI-05 3.0 8.7 41 FNI-05 8.5 9.9 55 FNI-05 18.5 13.5 26 48 13 35 FNI-06 3.0 8.7 52 34 10 24 FNI-06 6.0 10.0 61 35 10 25 FNI-06 9.0 43 14 29 FNI-06 13.5 11.1 31 FNI-06 23.5 10.3 32 FNI-07 3.0 13.2 62 FNI-07 8.5 14.6 55 36 12 24 FN1-08 3.0 18.4 56 26 13 13 FN 1-08 13.5 16.3 45 FNI-08 18.5 12.9 43 46 10 36 FNI-09 3.0 8.0 63 34 13 21 FNI-09 8.5 13.1 63 FN1-09 13.5 11.9 53 34 13 21 FNI-10 3.0 13.4 47 33 14 19 FNI-10 8.5 9.5 47 FNI-10 13.5 14.8 51 41 9 32 FNI-11 0.0 10.0 FNI-11 3.0 14.2 61 32 15 17 FNI-11 9.0 42 14 28 > FNI-11 13.5 10.8 34 30 9 21 FNI-11 18.5 12.2 25 FNI-12 3.0 9.3 47 FNI-12 13.5 10.8 45 32 10 22 FNI-12 18.5 11.2 S FNI-13 6.0 7.5 43 25 13 12 SUMMARY OF LABORATORY RESULTS MFREESE PAGE 2 OF 2 INICHOLS PROJECT NAME Bailey County Well Field Pipeline PROJECT NUMBER LUB12311 PROJECT PHASE 0007 PROJECT LOCATION Lubbock Texas TESTING PERFOMED BY: Gorrondona and Associates Borehole Depth, ft Water Content, % Unit Dry Weight Ib/ft3 % Passing No. 200 Sieve Liquid Limit Plastic Limit Plasticity Index Unconfined Compressive Strength, tsf Strain at Failure, o FNI-13 13.5 12.2 56 FNI-13 18.5 12.3 51 29 12 17 FNI-14 3.0 14.7 42 FNI-14 8.5 14.7 58 38 10 28 FNI-14 13.5 17.7 60 FNI-15 6.0 11.5 63 32 13 19 FNI-15 13.5 9.9 42 FNI-15 18.5 10.4 FNI-16 3.0 10.7 69 FNI-16 7.0 36 10 26 FNI-16 8.5 11.3 65 32 8 24 FNI-16 13.5 15.3 56 FNI-17 3.0 8.4 39 29 14 15 FNI-17 4.5 8.6 FNI-17 9.0 8.0 41 FNI-17 18.5 7.1 33 FNI-18 3.0 9.8 60 FNI-18 6.0 9.2 57 41 12 29 FNI-18 13.5 9.9 44 36 14 22 FNI-18 18.5 17.3 FNI-19 6.0 8.8 56 FNI-19 8.5 10.7 47 39 13 26 FNI-19 13.5 14.5 46 FNI-19 18.5 11.5 FNI-20 3.0 8.1 60 28 12 16 FNI-20 7.0 35 11 24 FNI-20 8.5 17.1 59 50 9 41 FNI-20 18.5 13.9 38 FNI-21 6.0 11.1 81 FNI-21 13.5 17.4 49 FNI-21 18.5 24.6 19 FNI-21 28.5 20.6 22 FNI-22 2.0 13.6 29 11 18 FNI-22 3.0 12.6 FNI-22 8.5 11.7 53 30 12 18 FNI-22 13.5 10.8 33 No Text No Text